No preview available
HomeMy WebLinkAboutC15-052 Jviation, Inc. Revision 1 to Amendment No. 5Jviation PROJECT NO. EGE AIP 53 Air Carrier Apron Construction Phase 11 AIP Project No. 3-08-0020-053-2015 REVISION 1 to AMENDMENT NO. FIVE (5) TO CONTRACT DATED MAY 14, 2013 BETWEEN JVIATION, INC. AND EAGLE COUNTY EAGLE, CO The Sponsor and the Engineer agree to amend their contract for improvements to the Eagle County Regional Airport, Eagle, Colorado to include fees for engineering services. The improvement Item No. 1 is included in the Scope of Work of the original contract. The item covered by this amendment is described as follows: Item No. 1 Air Carrier and General Aviation apron rehabilitation and/or new construction This revision to the current contract amendment is for providing PART B - Special Services, as outlined in the approved scope of work (attached), which includes providing construction administration, field engineering and quality assurance testing services for Schedules I and II of a three schedule air carrier apron construction project, as bid under AIP Project No. 3-08- 0020-053 in the Summer of 2014. This project is the next phase of a multi phased program to rehabilitate 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. Phase II of the proposed air carrier apron construction project will improve approximately 36,000 square yards of the existing air carrier apron. 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 Page 1 of 10 016.652 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. Engineer has been paid for the Part A -Basic Services set forth herein. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/TOPOGRAPHIC SURVEYS/HYDROLOGIC STUDIES/CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING) The SPECIAL SERVICES engineering is as follows: REVISION 1 PART B SPECIAL SERVICES ADDITIONS NOTED IN BOLD TOPOGRAPHIC SURVEYS (FOR DESIGN) Topographic Surveys..................................................................... Lump sum of $3,850.00 ACCEPTANCE TESTING (FOR CONSTRUCTION) Acceptance Testing (Revision 1) ...............................................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 CONSTRUCTION ADMINISTRATION and FIELD ENGINEERING is: Construction Administration (Revision 1)...............................Lump sum of $73,438.70 Pre -Construction Coordination (Revision 1) ...........................Lump sum of $20,114.70 On -Site Construction Coordination (Revision 1)..................Lump sum of $539,393.35 Post Construction Coordination (Revision 1)..........................Lump sum of $50,951.70 TOTAL REVISION 1 ADDITIONAL SERVICES...............Lump sum of $763,898.45 TOTAL SPECIAL SERVICES ...............................................Lump sum of $767,748.45 TOTAL (PARTS A & B) ..........................................................Lump sum of $856,623.45 Page 2 of 10 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 revisedAirport 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 (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, Page 3 of 10 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 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 Page 4 of 10 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 (§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(1); FAA Order 5100.38 Page 5 of 10 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. 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 Page 6 of 10 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. 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 Page 7 of 10 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. 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 H(G)) Contractors and subcontractors agree: a. That any facility to be used in the performance of the contractor subcontractor to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; Page 8 of 10 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 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 Page 9 of 10 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. All other terms and conditions of the original contract shall remain in effect. IN W THE S WHEREOF, the parties hereto have affixed their signatures this day of 2015. SPONSOR: EAGLE COUNTY EAGLE, CO By and through i Attest: Teak J. Simonton, Clerk to the Board ENGINEER: ivy By: Nam Title Principal Page 10 of 10 Eagle County RegionalAirport AIP Project No. 3-08-0020-53 Air CarrierApron Construction (Phase 77) October 30, 2014 SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Eagle, Colorado AIP Project No. 3-08-0020-53 Air Carrier Apron Construction (Phase II) This scope of work consists of Construction Administration, Pre -Construction Coordination, On -Site Construction Coordination, and Post Construction Coordination services for the second phase of a multi-year construction project to reconstruct the air carrier apron, which was designed under AIP Project No. 3-08-0020- 48. Phase I of the Air Carrier Apron Reconstruction 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. Phase II 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 II) project was recommended as "Air Carrier Apron Construction (Phase II)" on the submitted Six Year Capital Improvement Plan. The Engineering fees for the Construction of the Air Carrier Apron (Phase II) will be listed under Part B - Special Services, which includes; 1) Construction Administration, 2) Pre -Construction Coordination Phase, 3) On -Site Construction Coordination Phase, and 4) Post Construction Coordination Phase. Acceptance testing verification during the construction phase of the project is also covered under Part B -Special Services. These four phases are described in more detail below. Based on the bids received on July 31, 2014, the estimated construction costs for this phase are approximately $8,620,000.00. 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. 1.0 Construction Administration 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 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 successful Contractor for their signatures. Hard copies and a PDF Eagle County BegionalAhport AIP Project No. 3-08-0020-53 Air Carrier Apron Construction (Phase II) October 30, 2014 of the construction drawings and contract documents will be provided to the Contractor for use during construction. 1.2 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. 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 in Part B. + 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 review and approval. It is anticipated that the document will require one re -submittal to the FAA following their initial review. 1.3 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. 1.4 Periodic Cost Estimates and Request for Reimbursement. The Engineer will prepare periodic cost estimates during construction and FAA requests for reimbursement of funds. A request for reimbursement will be submitted to the Sponsor for review and approval prior to the Sponsor requesting reimbursement from the appropriate agency. 1.5 Weekly/Monthly Reports. The Project Manager will review progress reports weekly and monthly. 1.6 Material Submittal Review. Material submittal data will be reviewed and approved by the Resident Engineer(s) or office personnel, if the Resident Engineer(s) are unable to make final determination of compliance. 2 of 5 Eagle County BegionalAirport AIP Project No. 3-08-0020-53 Air Carrier Apron Construction (Phase II) October 30, 2014 1.7 Change Orders/ Supplemental Agreements. Administrative staff and drafting personnel will assist with change orders and supplemental agreements as necessary. 2.0 Pre -Construction Coordination Phase 2.1 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. Administrative staff will prepare the quantity sheet, testing sheets, construction report format, etc. 2.2 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. 2.3 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. 2.4 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. 3.0 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 is estimated to take 185 Calendar days. Overhead costs, travel costs, and per diem are in addition to the engineering hours expended. 3.1 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. 3.2 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 185 Calendar days. 3.3 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. 3 of 5 Eagle County Re ionalAirpori AIP Project No. 3-08-0020-53 Air Carrier Apron Construction (Phase II) October 30, 2014 3.4 Review Contractor Payroll Forms. This task includes conducting random employee interviews and reviewing the Contractor's weekly payroll records as required by the FAA. 3.5 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. 3.6 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. 3.7 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. 3.8 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. 3.9 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. 3.10 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. 4.0 Post Construction Coordination Phase This phase will consist of project close out and site cleanup. 4.1 Conduct Final Inspection. Jviation, 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. 4.2 Coordinate Final Surveys. The Engineer will coordinate with the Contractor's surveyor for the final survey upon completion of construction. 4.3 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. 4.4 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. 4.5 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 4 o(5 Eagle County Regional Airport AIP Pmjea No. 3-08-0020-53 Air CanierApmn Construction (Phase II) October 30, 2014 preparation of the document. One copy of the Final Construction Report will be furnished to the FAA and the Sponsor. 4.6 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. 4.7 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. Special 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 5 of 5