Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC19-239 Jviation IncEGE AIP 60 / 2019.EGE.01
De-Ice Pad (CM)
Page 1 of 2
AMENDMENT NO. THREE (3) TO CONTRACT
DATED DECEMBER 6, 2018
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, Colorado dated December 6, 2018 to add the additional services and associated fees identified
in the Scope of Work for Eagle County Regional Airport dated, April 30, 2019, attached hereto as Exhibit A-3
and incorporated herein by this reference.
NOW THEREFORE, in consideration of the foregoing and the mutual rights and obligations as set forth below,
the parties agree as follows:
The Original Contract shall be amended to include the following provisions:
FEES: The Sponsor agrees to pay the Engineer for the services relating to De-Ice Pad (Construction
Management) (the “Project”) according to the schedule under Exhibit A-3 in the following manner:
PART B - SPECIAL SERVICES (ACCEPTANCE TESTING/ PIPE INSPECTIONS/
CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING)
The maximum estimated SPECIAL SERVICES engineering is as follows:
ACCEPTANCE TESTING
Ground Engineering, Inc. ..................................................................................... Lump sum of $105,222.00
ITEM D-701 PIPE INSPECTIONS
Snowbridge, Inc. ....................................................................................................... Lump sum of $15,000.00
TOTAL SUBCONSULTANT SERVICES ........................................................ Lump sum of $120,222.00
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 acceptance testing, and pipe
inspections, or other studies as listed under PART B.
CONSTRUCTION ADMINISTRATION
Construction Administration .................................................................................. Lump Sum of $56,826.80
Post Construction ..................................................................................................... Lump Sum of $68,528.80
TOTAL CONSTRUCTION ADMINISTRATION ....................................... Lump sum of $125,355.60
CONSTRUCTION COORDINATION AND FIXED FEE
Construction Coordination ...................................................................................... Cost Plus of $688,686.08
Fixed Fee for Construction Coordination ..................................................................................... $137,737.22
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Page 2 of 2
REIMBURSABLE COSTS
Reimbursable Costs During Construction Coordination ........................................................... $125,318.00
TOTAL CONSTRUCTION COORDINATION AND FIXED FEE……………………...$951,741.30
TOTAL ............................................................................................................................................ $1,197,318.90
Method of payment shall be as follows:
For services rendered under PART B - SPECIAL SERVICES, the Sponsor agrees to make monthly
payments based upon the work performed by the Engineer, up to 90 percent of the total contract. The
final ten percent of the fee shall be due and payable when the project final inspection and the
construction report have been completed, and when reproducible Record Drawings have been submitted
to the Sponsor and when the revised Airport Layout Plan has been approved by the FAA or when the
construction work has terminated. The Record Drawings and Construction Report shall be submitted
within a period of 90 days from end of construction period. This Amendment shall be considered
concurrent with completion of audit.
All other terms and conditions of the original contract shall remain in effect.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures this __________________.
SPONSOR:
Eagle County, Colorado ATTEST:
By:
Name:
Title:
ENGINEER:
Jviation, Inc.
By:
Name: Jim Trott, PE
Title: Principal
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Jeanne McQueeney
7/2/2019
Commissioner
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 1 of 8 REV 2019.02
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Gypsum, Colorado
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
This is an Appendix attached to, made a part of and incorporated by reference with the Consulting
Contract dated December 6, 2018 between Eagle County, Colorado and Jviation, Inc. for providing
professional services. For the remainder of this scope the Eagle County Regional Airport is indicated as
“Sponsor” and Jviation, Inc. is indicated as “Engineer”. The as-bid construction cost of this project is
$14,371,122.89.
This project shall consist of Construction Administration, Post Construction, and On-Site Construction for
the Construct De-Ice Pad project. This scope of work is for the consulting services provided by the Engineer
for the Sponsor. Previously, Jviation completed design and bidding services for this project under a
separate scope of work dated January 14, 2019. See Exhibit No. 1 below for the project location.
EXHIBIT NO. 1
DESCRIPTION
This project shall consist of the construction of a new pavement area to be used for aircraft de-icing
operations. The new pavement area will be located to the south of Taxiway A, in between connector
Taxiway A1 and Taxiway A2 which are located at the east end of Runway 7/25. A new de-ice pad is needed
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 2 of 8 REV 2019.02
to serve the operational needs of the commercial airlines operating at this high-altitude airport that
experiences its busiest time of the year during the winter season.
Improvements that will be constructed with this project include approximately 33,500 square yards of
Portland Cement Concrete Pavement, stormwater infrastructure, perimeter road realignment,
infrastructure to collect and store spent de-ice fluid, perimeter fencing, underdrain system, pavement
markings, seeding and temporary erosion control items. Several electrical improvements will be
constructed as well, including apron lighting, taxiway edge lights, and the relocation of the existing
Medium-Intensity Approach Light System with Runway Alignment (MALSR) building, which houses FAA
equipment controlling the lighting system for the approach to the Runway 25 end.
The engineering fees for this project will be provided under Part B-Special Services, which includes; 5)
Construction Administration Phase, 6) Post Construction Phase, 7) On-Site Construction Construction
Coordination Phase or Field Engineering, and Reimbursble Costs During Construction. In addition, this
scope of work will include additional services that will be completed by subconsultants to Jviation
including quality assurance testing during construction and post construction pipe inspection per Item D-
701 Pipe for Storm Drains and Culverts. Part B and the three corresponding phases are descriped in more
detail below.
PART B - SPECIAL SERVICES consists of a construction administration phase, post-construction
coordination phase (invoiced on a lump sum basis), and on-site construction coordination phase (invoiced
on a cost plus fixed fee basis). Also included are direct subcontract costs, for quality assurance testing
verification during construction and post construction pipe inspections for Item D-701.
5.0 Construction Administration Phase
5.1 Prepare Project Scope of Work and Contract. This task includes establishing the scope of work. Fees
shall be negotiated with the Sponsor and may be subject to an independent fee estimate consulted by a
third party hired by the Sponsor. This task also includes drafting the contract for the work to be completed
by the Engineer for the Sponsor once negotiations are complete.
5.2 Prepare Construction Contract and Documents. In agreement with the FAA, the Engineer shall
prepare the Notice of Award, Notice to Proceed and Contract Agreements, including bonds and insurance
documents, which will be updated to include all addenda items issued during bidding, for the Sponsor's
approval and signatures. Approximately five copies will be submitted to the successful Contractor for their
signatures.
The Engineer will ensure the construction contracts are in order, the bonds have been completed, and the
Contractor has been provided with adequate copies of the Constr uction Plans, Specifications and Contract
Documents, which will be updated to include all addenda items issued during bidding.
5.3 Provide Project Coordination. The Engineer shall provide project management and coordination
services to ensure the completion of construction. These duties include items such as:
The Engineer will provide instructions to staff.
The Engineer will prepare and submit monthly invoicing.
Provide the Sponsor with a monthly Project Status Report (PSR), in writing, reporting on
Engineer’s progress and any problems that may arise while performing the work. The PSR
includes an update of the project schedule, as described in this section, when schedule
changes are expected.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 3 of 8 REV 2019.02
A request for reimbursement will be submitted with all supporting documentation
(administrative costs, engineering, construction periodic estimates, any miscellaneous costs)
to the Sponsor for review and approval prior to the Sponsor requesting reimbursement from
the appropriate agency. The Sponsor does participate in the FAA’s electronic transfer of funds
program; however, these forms are completed to ensure that the proper amount of funding
is being requested.
The Project Manager will review progress reports weekly and monthly.
Assist with change orders and supplemental agreements as necessary. All change orders and
supplemental agreements will be coordinated with the Sponsor and FAA staff prior to
execution. All change orders and supplemental agreements will be prepared in accordance
with the FAA Standard Operating Procedure (SOP), Airport Improvement Program
Construction Project Change Orders.
Clerical staff shall prepare the quantity sheets, testing sheets, construction report format, etc.
Office engineering staff, CAD personnel and clerical staff shall be required to assist the Field
Personnel as necessary during construction. Specific items to be accomplished include
providing secondary engineering opinions on issues arising during construction, maintaining
project files as necessary and various other items necessary in the day-to-day operations.
5.4 Coordinate Quality Assurance Testing. This task includes preparing the requirements for QA testing.
Negotiating with the QA firm for a cost to perform the work is also included in this item.
5.5 Prepare/Conduct Pre-Construction Meeting. The Engineer will conduct a pre-construction meeting
to review FAA requirements as required per FAA AC 150/5370-12B, Quality Management for Federally
Funded Airport Construction Projects, prior to the commencement of construction. The meeting will be
held at the airport and will include the Sponsor, FAA (if possible), Contractor, subcontractors and airport
tenants affected by the project.
5.6 Prepare/Submit Construction Management Plan. This task includes preparing and submitting the
Construction Management Plan, which includes resumes of project personnel representing the
stakeholders, detailed inspection procedures, required submittal processes, quality control testing
methods acceptance testing methods and final test result summary forms. The Construction Management
Plan shall be prepared to follow the requirements of FAA AC 150/5370-12B, Quality Management for
Federally Funded Projects.
5.7 Review Contractor’s Safety Plan Compliance Document. This task includes the review and to
comment on the Contractor’s Safety Plan Compliance Document (SPCD) as required per FAA AC 150/5370-
2G, Operation Safety on Airports during Construction. The Engineer shall review to ensure that all
applicable construction safety items are addressed and meet the requirements of AC 150/5370-2G and
the Contract’s Construction Safety and Phasing Plan (CSPP). The intent of the SPCD is to detail how the
Contractor will comply with the CSPP. Following award of the project to the successful Contractor and
prior to the issuance of the Notice to Proceed, the Engineer will review the SPCD, provide comments and
ultimately approval of the document. It is anticipated that the document will require at least one re-
submittal by the Contractor to address any missing information. The SPCD will be submitted to the
Engineer for approval at least 14 days prior to the issuance of the Notice to Proceed to the Contractor. An
approved copy of the SPCD shall be provided to the FAA.
5.8 Perform Site Visits During Construction. The Project Manager shall make on-site visits, as required,
throughout the duration of the project. As of now, it is estimated that the Project Manager will be required
to make a minimum of 16 site visits to the project.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 4 of 8 REV 2019.02
TASK 5 DELIVERABLES TO FAA TO SPONSOR
5.1 Construction SOW and Contract
5.2 Notice of Award, Notice to Proceed and Contract Agreement
5.2 Issue Construction Plans, Specifications and Contract Documents
5.3 Monthly invoice and monthly PSR
5.3 Pay Request Review Documentation
5.3 Weekly/Monthly Reports
5.3 Change Orders/Supplemental Agreements
5.5 Pre-Construction Agenda and Meeting Minutes
5.6 Construction Management Plan
5.7 Review and Approval of SPCD and Final SPCD
TASK 5 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION
5.5 Conduct Pre-Construction Meeting Gypsum, CO
One (1) Project Manager, One (1) Project Director and One
(1) Construction Manager
Assume one full day site visit
Assume travel to/from Denver, CO to Gypsum, CO
5.8 Perform Site Visits During
Construction
Gypsum, CO
One (1) Project Manager, One (1) Project Director
Assume full day site visit (16 site visits)
Assume travel to/from Denver, CO to Gypsum, CO
6.0 Post Construction Coordination Phase
6.1 Conduct Final Inspection. The Engineer, along with the Sponsor and FAA (if available), shall conduct
the final inspection. The acceptance test summary report must be accepted by the FAA prior to final
inspection.
6.2 Coordinate Final Surveys. The Engineer will coordinate an as-built survey that includes the following
items:
Airport lighting, signage, NAVAIDS and any other components installed or affected by this
project.
Utility structures, markers and horizontal locations
Fence lines and associated infrastructure
The Engineer will update the issued for construction plans to reflect pertinent items from the as-built
survey.
6.3 Prepare Clean-up Item List. The Engineer will ensure 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.
6.4 Prepare Final Testing Report. The Engineer will submit the QA testing summary report which will
include narrative of tests taken, verification minimum number of tests, discussion of problems and tests
necessary and a table (from Construction Management Plan) including the actual number of tests taken
for each specification to the FAA for review/approval.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 5 of 8 REV 2019.02
6.5 Prepare Engineering Record Drawings. The Engineer will prepare the record drawings indicating
modifications made during construction. An electronic copy of the record drawings will be sent to the
FAA.
6.6 Prepare Final Construction Report. The Engineer will prepare the final construction report to meet
the FAA closeout checklist requirements.
6.7 Prepare DBE Uniform Report. This task will also include completing and submitting the Uniform
Report of DBE Awards or Commitments and Payments (DBE Uniform Report) for the Sponsor.
6.8 Update and Modify Airport Layout Plan (ALP). The Engineer will review and update the ALP to reflect
the work completed for this project. A draft version of each sh eet will be submitted to the ADO for review.
Upon approval by the FAA, the Engineer shall assist the Sponsor in preparing copies for signature of the
revised sheets and submitting to the FAA for final approval.
6.9 Summarize Project Costs. The Engineer will be required to obtain all administrative expenses,
engineering fees and costs, testing costs and construction costs associated with the project and assemble
a total project summary. The summary will be compared with available funding.
TASK 6 DELIVERABLES TO FAA TO SPONSOR
6.1 Punchlists
6.2 As-Built Survey
6.3 Clean-up List
6.4 Final Testing Report
6.5 Record Drawings
6.6 Final Construction Report
6.7 DBE Uniform Report
6.8 Updated ALP
6.9 Project Cost Summary
TASK 6 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION
6.1 Conduct Final Inspection
Gypsum, CO
One (1) Project Manager, One (1) Project Director, One (1)
Construction Manager
Assume one full day site visit
Assume travel to/from Denver, CO to Gypsum, CO for
Project Manager and Project Director
7.0 On-Site Construction Coordination Phase
This phase will consist of providing one full time Construction Manager, supported by up to two full-time
Field Engineers and one part-time Field Engineer Intern. It shall be the responsibility of the Construction
Manager to facilitate sufficient on-site construction coordination to ensure that the project is completed
according to good construction practice and the Project Manager’s direction. It is estimated that it will
take a total of 265 calendar days to complete construction of the project. It is anticipated that the 265
calendar days will take place over two construction seasons during 2019 and 2020. Construction is
anticipated to go from May 20, 2019 through November 1, 2019 ( not to exceed 155 Calendar Days) with
the remaining 110 Calendar Days being completed in 2020. Incidental travel costs, including vehicle usage,
mileage, lodging, per diem, etc., are in addition to the engineering hours expended.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 6 of 8 REV 2019.02
7.1 Provide Resident Engineering. The Construction Manager will work approximately 12 hours per day
and is anticipated to work on this project for 140 calendar days. It is assumed the Construction Manager
will be managing this project and AIP 059 North General Aviation Apron Reconstruction project
concurrently. The Construction Manager’s effort on the AIP 059 project are covered by a separate scope
of work. One of the full-time Field Engineers will work approximately 10 hours per day and is anticipated
to work on this project for 265 calendar days. The second full-time Field Engineer will work approximately
10 hours per day and is anticipated to work on this project for 155 calendar days. The one part-time Field
Engineer Intern will be on-site approximately 10 hours per day and is anticipated to work on this project
for 140 calendar days which consists of 70 calendar days in two consecutive years. In summary, the
following personnel is proposed for 2019 and 2020, respectively:
PERSONNEL CALENDAR DAYS/YEAR
2019 2020 TOTAL
Construction Manager 30 110 140
Field Engineer No. 1 (Lead) 155 110 265
Field Engineer No. 2 155 --- 155
Field Engineer Intern 70 70 140
It is assumed that the Construction Manager and Field Engineers will be able to complete all daily project
documentation in the course of their shift and that total inspection on-site time is anticipated to be 265
calendar days. It is assumed that the Contractor will work six (6) days a week during the construction
period resulting in 228 working days. The following tasks will be performed during the course of a typical
days shift during construction:
Per FAA AC 150/5370-10H, Standard Specifications for Construction of Airports, the FAA requires
a Quality Assurance (QA) and Quality Control (QC) workshop when paving operations are
anticipated to be greater than $500,000. The Engineer will conduct a workshop to review project
and FAA requirements prior to the commencement of construction. The location of the meeting
will be at the Airport and will include representatives from the Sponsor, FAA (if possible),
Contractor, subcontractors, QA, QC and any other necessary parties. The Contractor and
subcontractor representatives include those directly responsible for removal of existing
pavement, production and quality control of the paving material, placement and delivery of
pavement and job site quality control. Paving operations will not be permitted prior to this
meeting’s occurrence. Other meetings may be required to resolve specific material quality,
production and/or placement issues.
Reviewing construction submittals consists of reviewing and approving the plans and material
submittal data received from the Contractor.
Review copies of the survey data and other construction items for general compliance with the
construction documents.
Coordinate, review and provide a response to construction and general project Request for
Information (RFIs).
Prepare and process change orders.
Conduct employee labor standards interviews and review Contractor's and subcontractor’s
weekly payroll records as required by the FAA. As part of this effort, all payrolls must be reviewed
and logged when received. A log identifying current status of reviews and any action taken to
correct noted discrepancies, will be provided for Sponsor review at time of Request for
Reimbursement processing, as appropriate.
Review and coordinate revisions by the Contractor for quality control and acceptance testing firm
submittals performed as part of the acceptance testing required by the project specifications.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 7 of 8 REV 2019.02
Maintain record of the progress of construction and review the quantity records with the
Contractor on a periodic basis.
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. The periodic cost estimate will also include all other costs associated with the project
(administrative costs, engineering, any miscellaneous costs). After compiling all costs, the
Engineer will then submit the periodic cost estimate to the Sponsor for payment.
Maintain daily logs of the construction activities for the duration of time on site which includes
the Construction Project Daily Inspection Checklist as required by the Construction Safety and
Phasing Plan and SPCD.
Prepare a weekly status report using the FAA's standard form. T he report will be submitted to the
Sponsor, the FAA and the office following the week of actual construction activities performed.
TASK 7 DELIVERABLES TO FAA TO SPONSOR
7.1 Conduct QA/QC Workshop
7.1 Coordinate Submittal Reviews
7.1 Coordinate RFIs
7.1 Change Orders
7.1 Perform Payroll Reviews
7.1 Coordinate QA/QC Results Compilation
7.1 Periodic Cost Estimates
7.1 Weekly Reports
EX Reimbursable Costs during Construction This section includes reimbursable items such as auto rental,
mileage, lodging, per diem, travel and other miscellaneous costs incurred in order to complete Part B –
Special Services. Sections 5 and 6 Reimbursables are invoiced on a lump sum basis and Section 7
Reimbursables are invoiced on a cost plus fixed fee basis.
Special Considerations
The following special considerations are required for this project, but will be completed by subconsultants
to the Engineer. The cost for this work will be included in the engineering contract agreement with the
Sponsor and the costs are in addition to the engineering fees outlined above.
Acceptance Testing: Acceptance testing will be performed by an independent testing firm under the direct
supervision of engineering field personnel. All acceptance test summaries must be accepted by the FAA
prior to 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-209 Crushed Aggregate Base Course
Item P-306 Econocrete
Item P-403 Bituminous Paving Course (PG 76-28)
Item P-403 CDOT Hot Mix Asphalt (Grading SX) (PG 58-28)
Item P-501 Portland Cement Concrete Pavement
Item P-610 Structural Portland Cement Concrete
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Eagle County Regional Airport
AIP Project No. 3-08-0020-060-2019
Construct De-Ice Pad (Construction Management)
April 30, 2019
Page 8 of 8 REV 2019.02
D-701 Pipe Inspections: Pipe inspections will be completed by a third party under the supervision of the
engineering staff.
Assumptions
1. It is anticipated there will be a minimum number of trips and site visits to the airport to
facilitate the completion of the various phases listed in this scope. Each trip is anticipated to
be a one-day trip and the number of trips for each phase are in cluded at the end of each phase
above.
2. The Sponsor will coordinate with tenants as required to facilitate field evaluations and
construction.
3. All engineering work will be performed using accepted engineering principles and practices
and provide quality products that meet or exceed industry standards. Dimensional criteria will
be in accordance with FAA AC 150/5300-13A, Airport Design and related circulars.
Construction specifications will be in accordance with FAA AC 150/5370-10H, Standard
Specifications for Construction of Airports for Specifying Construction of Airports and related
circulars. Project planning, design and construction will further conform to all applicable
standards, including all applicable current FAA Advisory Circulars and Orders required for use
in AIP-funded and Passenger Facility Charge approved projects and other national, state, or
local regulations and standards, as identified and relevant to an airfield design and
construction project.
4. The Engineer must maintain records of design analyses and calculations consistent with
typical industry standards, as required by the FAA, for a period of three years after the project
is closed by the FAA.
5. Because the Engineer has no control over the cost of construction-related labor, materials, or
equipment, the Engineer's opinions of probable construction costs will be made on the basis
of experience and qualifications as a practitioner of his/her profession. The Engineer does not
guarantee that proposals for construction, construction bids, or actual project construction
costs will not vary from Engineer's estimates of construction cost.
6. It is assumed that a project audit will not be performed. If a project audit occurs, the Engineer
is prepared to assist the Sponsor in gathering and preparing the required materials for the
audit. This work will be negotiated with the Sponsor, should the need occur and payment will
be on a time and material basis. This work may not be eligible for federal funding.
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
AIRPORT: EAGLE COUNTY REGIONAL AIRPORTAIP PROJECT NUMBER: 3-08-0020-060-2019PROJECT NAME: CONSTRUCT DE-ICE PADDATE: May 14, 2019FEE BREAKDOWNLABORHOUR BREAKDOWNLabor CategoryTotal CostPrincipalConstruction Manager IVProject Manager IIConstruction Manager IIEngineer IElectrical Engineer IAssociate Engineer IDesigner II CADD Tech IISurvey ManagerSurveyorProject Coordinator ISupport II Intern Phase Item Costs5.0 Construction Administration Phase (Lump Sum) 5.0 Construction Administration Phase (Lump Sum)50 hrs. x 235.00$ /hr = 11,750.00$ 5.1 Prepare Project Scope of Work and Contract. 2 163,030.00$ 68 hrs. x 195.00$ /hr = 13,260.00$ 5.2 Prepare Construction Contract and Documents.8882,880.00$ 150 hrs. x 160.00$ /hr = 24,000.00$ 5.3Provide Project Coordination.16 404013,960.00$ 0 hrs. x 150.00$ /hr = -$ 5.4 Coordinate Quality Assurance Testing. 8 42,200.00$ 0 hrs. x 150.00$ /hr = -$ 5.5 Prepare/Conduct Pre-Construction Meeting. 12 83,620.00$ 0 hrs. x 180.00$ /hr = -$ 5.6 Prepare/Submit Construction Management Plan. 40 89,080.00$ 8 hrs. x 105.00$ /hr = 840.00$ 5.7 Review Contractor's Safety Plan Compliance Document. 8 21,880.00$ 0 hrs. x 145.00$ /hr = -$ 5.8 Perform Site Visits During Construction.326417,760.00$ 0 hrs. x 100.00$ /hr = -$ 0 hrs. x 230.00$ /hr = -$ 0 hrs. x 100.00$ /hr = -$ 48 hrs. x 95.00$ /hr = 4,560.00$ 0 hrs. x 75.00$ /hr = -$ 0 hrs. x 50.00$ /hr = -$ SUBTOTAL 324hrs. 54,410.00$ Reimbursables10 Day x 70.00$ /Day= 700.00$ 2960 Mi x 0.58$ /Mi= 1,716.80$ 0 Day x 94.00$ /Day= -$ Per Diem 0 Day x 55.00$ /Day= -$ 2,416.80$ 56,826.80$ 50 68 150 0 0 0 8 0 0 0 0 48 0 0Labor CategoryTotal CostPrincipalConstruction Manager IVProject Manager IIConstruction Manager IIEngineer IElectrical Engineer IAssociate Engineer IDesigner II CADD Tech IISurvey ManagerSurveyorProject Coordinator ISupport II Intern Phase Item Costs6.0 Post Construction Coordination Phase (Lump Sum) 6.0 Post Construction Coordination Phase (Lump Sum)13 hrs. x 235.00$ /hr = 3,055.00$ 6.1 Conduct Final Inspection. 8 8 84,720.00$ 87 hrs. x 195.00$ /hr = 16,965.00$ 6.2 Coordinate Final Surveys.481,980.00$ 56 hrs. x 160.00$ /hr = 8,960.00$ 6.3 Prepare Clean-up Item List.281,590.00$ 164 hrs. x 150.00$ /hr = 24,600.00$ 6.4 Prepare Final Testing Report.16 409,120.00$ 0 hrs. x 150.00$ /hr = -$ 6.5 Prepare Engineering Record Drawings. 16 2416 24 4015,880.00$ 0 hrs. x 180.00$ /hr = -$ 6.6 Prepare Final Construction Report. 4 40 8 80401627,740.00$ 64 hrs. x 105.00$ /hr = 6,720.00$ 6.7 Prepare DBE Uniform Report.4882,600.00$ 0 hrs. x 145.00$ /hr = -$ 6.8 Update and Modify Airport Layout Plan (ALP).4162,240.00$ 56 hrs. x 100.00$ /hr = 5,600.00$ 6.9 Summarize Project Costs. 1 1 8 42,310.00$ 0 hrs. x 230.00$ /hr = -$ 0 hrs. x 100.00$ /hr = -$ 24 hrs. x 95.00$ /hr = 2,280.00$ 0 hrs. x 75.00$ /hr = -$ 0 hrs. x 50.00$ /hr = -$ SUBTOTAL 464hrs. 68,180.00$ Reimbursables2 Day x 70.00$ /Day= 140.00$ 360 Mi x 0.58$ /Mi= 208.80$ 0 Day x 94.00$ /Day= -$ Per Diem 0 Day x 55.00$ /Day= -$ 348.80$ 68,528.80$ 13 87 56 164 0 0 64 0 56 0 0 24 0 0CADD Tech IITotal Hours Billing RateBilling RateSUBTOTALAuto RentalMileageLodging SUBTOTALSurvey ManagerAuto RentalMileageLodging LABOR CATEGORYLABOR CATEGORYPrincipalSUBTOTALSUBTOTALSurveyorProject Coordinator ISupport IIInternConstruction Manager IVProject Manager IIConstruction Manager IIEngineer IElectrical Engineer IAssociate Engineer IDesigner IIPrincipalConstruction Manager IVCADD Tech IIEngineer IElectrical Engineer IAssociate Engineer IDesigner IIProject Manager IIConstruction Manager IISupport IIInternTASKTASKTOTALSSUBTOTALTOTALSSUBTOTALTotal HoursSurvey ManagerSurveyorProject Coordinator IPage 1 of 2REV 2019.04DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Labor CategoryTotal CostConstruction Manager IVConstruction Manager IIAssociate Engineer IInternPhase Item Costs7.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 7.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee)1440 hrs. x 55.00$ /hr = 79,200.00$ Estimated Calendar Days from Scope of Work 140 265 155 1402270 hrs. x 42.00$ /hr = 95,340.00$ Estimated Working Days/Week from Scope of Work 6 6 6 61330 hrs. x 29.00$ /hr = 38,570.00$ Total Days Scoped for Resident Engineering120 227 133 1201200 hrs. x 18.00$ /hr = 21,600.00$ Estimated Hours/Day from Scope of Work 12 10 10 107.1 Provide Resident Engineering. 1,440 2,270 1,330 1,200234,710.00$ SUBTOTAL 6240hrs. 234,710.00$ Reimbursables600 Day x 70.00$ /Day= 42,000.00$ 39000 Mi x 0.58$ /Mi= 22,620.00$ 22 Month x 1,359.00$ /Month= 29,898.00$ Per Diem 560 Day x 55.00$ /Day= 30,800.00$ 125,318.00$ 360,028.00$ 1,440 2,270 1,330 1,200 0 0 0 0 0 0 0 0 0 0SUBTOTAL105,222.00$ SUBTOTAL15,000.00$ Phase Fee Reimbursable Costs Total CostPART B - SPECIAL SERVICES GROUND Engineering, Inc. ( Acceptance Testing)105,222.00$ Snowbridge, Inc. (Item D-701 Pipe Inspections)15,000.00$ SUBTOTAL-$ -$ 120,222.00$ PART B - SPECIAL SERVICES (LUMP SUM)5.0 Construction Administration Phase (Lump Sum)54,410.00$ 2,416.80$ 56,826.80$ 6.0 Post Construction Coordination Phase (Lump Sum)68,180.00$ 348.80$ 68,528.80$ SUBTOTAL122,590.00$ 2,765.60$ 125,355.60$ Direct Labor Cost Overhead (% of Direct Labor Cost) Total Labor Cost Fixed Fee (% of Total Labor Cost)Total CostPART B - SPECIAL SERVICES (COST PLUS FIXED FEE)193.42% 20.00%7.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 234,710.00$ 453,976.08$ 688,686.08$ 137,737.22$ 826,423.30$ EX Reimbursable Costs During Construction (Cost Plus Fixed Fee)125,318.00$ 125,318.00$ 125,318.00$ SUBTOTAL360,028.00$ 453,976.08$ 814,004.08$ 137,737.22$ 951,741.30$ 1,197,318.90$ Comments: 1) Lodging reimbursables based on actual average cost being charged by "The House" per month per room for the three rooms needed. This reimbursable cost is instead of the GSA rate of $94/night.Total Hours Billing RateLABOR CATEGORYConstruction Manager IVSUBTOTALTOTALTASKTOTALSSUBTOTALAssociate Engineer IConstruction Manager IIInternMileageLodging Auto RentalSnowbridge, Inc. (Item D-701 Pipe Inspections)GROUND Engineering, Inc. ( Acceptance Testing)SUBCONSULTANT 1SUBCONSULTANT 2SUBTOTALPage 2 of 2REV 2019.04DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
02/07/2019
Moody Insurance Agency, Inc.
8055 East Tufts Avenue
Suite 1000
Denver CO 80237
Jen Ianelli
(303) 824-6600 (303) 370-0118
jen.ianelli@moodyins.com
Jviation, Inc.
900 S. Broadway
Suite 350
Denver CO 80209
Travelers Indemnity of America 25666
Charter Oak Fire Ins Co 25615
Travelers Indemnity Company 25658
Hiscox Ins Co 10200
19-20 Master
A Y 6803K6056971947 01/01/2019 01/01/2020
1,000,000
1,000,000
5,000
1,000,000
2,000,000
2,000,000
B BA3K60743319GRP 01/01/2019 01/01/2020
1,000,000
C
10,000
CUP3K6124671947 01/01/2019 01/01/2020
9,000,000
9,000,000
C UB3K6097031947G 01/01/2019 01/01/2020 1,000,000
1,000,000
1,000,000
D Primary Professional ANE210267619 01/01/2019 01/01/2020 Limit 5,000,000
RE: Any and All Projects
Eagle County Regional Airport Attn Josh Miller Construction Manager
219 Eldon Wilson Road
Gypsum CO 81637
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INSURER(S) AFFORDING COVERAGE
INSURER F :
INSURER E :
INSURER D :
INSURER C :
INSURER B :
INSURER A :
NAIC #
NAME:CONTACT
(A/C, No):FAX
E-MAILADDRESS:
PRODUCER
(A/C, No, Ext):PHONE
INSURED
REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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).
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.
OTHER:
(Per accident)
(Ea accident)
$
$
N / A
SUBR
WVD
ADDL
INSD
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.
$
$
$
$PROPERTY DAMAGE
BODILY INJURY (Per accident)
BODILY INJURY (Per person)
COMBINED SINGLE LIMIT
AUTOS ONLY
AUTOSAUTOS ONLY
NON-OWNED
SCHEDULEDOWNED
ANY AUTO
AUTOMOBILE LIABILITY
Y / N
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
DESCRIPTION OF OPERATIONS below
If yes, describe under
ANY PROPRIETOR/PARTNER/EXECUTIVE
$
$
$
E.L. DISEASE - POLICY LIMIT
E.L. DISEASE - EA EMPLOYEE
E.L. EACH ACCIDENT
EROTH-STATUTEPER
LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
EXCESS LIAB
UMBRELLA LIAB $EACH OCCURRENCE
$AGGREGATE
$
OCCUR
CLAIMS-MADE
DED RETENTION $
$PRODUCTS - COMP/OP AGG
$GENERAL AGGREGATE
$PERSONAL & ADV INJURY
$MED EXP (Any one person)
$EACH OCCURRENCE
DAMAGE TO RENTED $PREMISES (Ea occurrence)
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO-JECT LOC
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
CANCELLATION
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
CERTIFICATE HOLDER
The ACORD name and logo are registered marks of ACORD
HIRED
AUTOS ONLY
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
Jviation, Inc.Moody Insurance Agency, Inc.
: Notes
Pollution Liability Policy:
Policy Number: PGIPLX0012301
Policy Effective Dates: 01/01/2019 – 01/01/2012
Insurer: Lloyds of London (NAIC # 15792)
Contractors Pollution Liability Limit: $5,000,000 Each Pollution Condition
Cyber Liability Policy:
Policy Number: EVOPNV352978
Policy Effective Dates: 01/01/2019 – 01/01/2020
Insurer: Evolve MGA
Cyber Liability Limit: $1,000,000 Each Pollution Condition
Contractors Pollution Liability Deductible: $10,000
General Liability
CG D3 81 09 15 - Blanket Additional Insured Status When Required by Written Contract
CG D3 81 09 15 – Blanket Waiver of Subrogation Status When Required by Written Contract
CG D3 79 01 16 - Architects, Engineers and Surveyors Coverage Xtended Endorsement - Blanket Additional Insured, Blanket Waiver of Subrogation
CG D4 69 07 14 - Per Project and Location Aggregate Limit
Umbrella Liability
UM 04 88 07 08 – Blanket Waiver of Subrogation Status When Required by Written Contract
Workers Compensation
WC 00 03 13 00 001 Form Attached Includes:
Blanket Waiver of Subrogation status applies when required by written contract.
ACORD 101 (2008/01)
The ACORD name and logo are registered marks of ACORD
© 2008 ACORD CORPORATION. All rights reserved.
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER:FORM TITLE:
ADDITIONAL REMARKS
ADDITIONAL REMARKS SCHEDULE Page of
AGENCY CUSTOMER ID:
LOC #:
AGENCY
CARRIER NAIC CODE
POLICY NUMBER
NAMED INSURED
EFFECTIVE DATE:
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4
35 S 400 W, LLC: Owns the building in Saint George,
Creamer & Noble - A Jviation Company
Creamer & Noble, Inc.
J3Aviation Consultants, Inc.
Additional Named Insured
Additional Named Insured
Additional Named Insured
Additional Named Insured
Additional Named Insureds
Other Named Insureds
OFAPPINF (02/2007)COPYRIGHT 2007, AMS SERVICES INC
DocuSign Envelope ID: B04748F7-5104-4F25-B997-AA7250CF24C4