Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC21-030 Jviation_seventh amendmentEGE AIP 064
Taxiway A Rehabilitation (Design)
Page 1 of 2
AMENDMENT NO. SEVEN (7) TO CONTRACT
DATED DECEMBER 6, 2018
BETWEEN
JVIATION, A WOOLPERT COMPANY
AND
EAGLE COUNTY, COLORADO
The Sponsor and the Engineer agree to amend their contract for improvements to the E agle County Regional
Airport, Gypsum, Colorado dated December 6, 2018 to add the additional services and the associated fees
identified in the Scope of Work for Eagle County Regional Airport dated, November 24, 2020, attached hereto as
Exhibit A-7 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 t o item b) of the Master Agreement,
Taxi-way and Connectors rehabilitation and/or new construction (the “Project”) according to the schedule under
Exhibit A-7 in the following manner:
PART A - BASIC SERVICES
DESIGN
Preliminary Design ................................................................................................... Lump sum of $90,780.00
Design ....................................................................................................................... Lump sum of $442,100.00
TOTAL BASIC SERVICES ................................................................................. Lump sum of $532,880.00
PART B - SPECIAL SERVICES
The maximum estimated SPECIAL SERVICES engineering is as follows:
DESIGN SURV EY
Design Survey .................................................................................................... Not-to-Exceed of $35,597.00
GEOTECHNICAL INVESTIGATIONS
Ground Engineering, Inc. ....................................................................................... Lump sum of $59,040.00
LIDAR DATA COLLECTION AND AERIAL IMAGERY
Woolpert, Inc. ........................................................................................................... Lump sum of $15,000.00
TOTAL SPECIAL SERVICES ...................................................................................................... $109,637.00
TOTAL ............................................................................................................................................... $642,517.00
DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
C21-030
Page 2 of 2
Method of payment shall be as follows:
If work is abandoned, or terminated, after obtaining approval by the Sponsor and the FAA of the final
biddable plans and specifications, the Sponsor shall reimburse up to 100 percent of the total lump sum
as listed under PARTS A and B, and 100 percent of the invoiced costs for design survey listed under
PART B.
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: ENGINEER:
Eagle County, Colorado Jviation, Inc.
By: By:
Name: Name:
Title: Title:
DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Principal
JD Ingram
2/2/2021
Commissioner
Matt Scherr
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 1 of 14 REV 2020.04 SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Gypsum CO AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) 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 approximate construction cost of this project is $9,500,000.00. This project shall consist of preparing Construction Plans, Contract Documents, Technical Specifications and Engineer’s Design Report, along with Topographical Survey for the Taxiway A Rehabilitation (Design) Project. This scope of work is for the consulting services provided by the Engineer for the Sponsor. See Exhibit No. 1 below for the project location. EXHIBIT NO. 1 DESCRIPTION This project consists of the design of the Taxiway A rehabilitation project. The project limits include the full length of Taxiway A from Taxiway A1 on the east end to Taxiway A7 on the west end, as well as all the connector taxiways to previous rehabilitation limits. The proposed project will consist of the design of a partial depth pavement rehabilitation, unless site investigations and the geotechnical investigation determine areas requiring full depth reconstruction. The existing asphalt pavement is showing signs of distress and is creating foreign object debris (FOD) which is hazardous to aircraft and airport users. The improvements to the existing taxiway and connector taxiways pavement areas are necessary to improve safety at the airport and increase the useful life of these pavements. Paved shoulders will also be added to the Taxiway A system. Improvements to the taxiway edge lighting system, airfield guidance signs, and a new underdrain system will be included with this project, as well as the design of the future relocation of Taxiways A3 and A4. The engineering fees for this project will be broken into two parts. Part A-Basic Services includes; 1) Preliminary Design Phase, 2) Design Phase and Reimbursable Costs During Design, and Part B-Special Services, which includes; 3) Design Survey Phase and Reimbursable Costs During Survey. Additional design services that will be completed by subconsultants to the Engineer, including the proposed geotechnical Exhibit A-7DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 2 of 14 REV 2020.04 investigation will be included under Part B-Special Services. Parts A and B and the three phases are described in more detail below. PART A - BASIC SERVICES consists of the Preliminary Design Phase and Design Phase, all invoiced on a lump sum basis. 1.0 Preliminary Design Phase 1.01 Coordinate and Attend Meetings with the Sponsor and FAA. Meetings with the Sponsor and the FAA will take place to determine critical project dates, establish the proposed design schedule and AIP development schedule, review environmental component(s), determine the feasibility of the proposed project and to establish the need for topographical surveying, pavement investigation and/or geotechnical testing. Various meetings during the design phase will also be conducted to review the progress of the design, discuss construction details and proposed time frame of construction and identify any special requirements for the project. It is anticipated that there will be a minimum of five meetings with the Sponsor and/or the FAA throughout the course of the design. 1.02 Prepare Project Scope of Work and Contract. This task includes establishing the scope of work through meetings outlined above. Fees will be negotiated with the Sponsor and may be subject to an independent fee estimate conducted 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. 1.03 Prepare Preliminary Cost Estimating. This task includes creating a preliminary construction rough order of magnitude (ROM) cost estimate, a preliminary working days estimate, a preliminary overall project schedule, and a preliminary overall project budget. The preliminary construction ROM cost estimate will be based upon the most current information available at the time of preparation. Work to refine these estimates is included under Task 2.14. 1.04 Provide Project Coordination. The Engineer shall provide project management and coordination services to ensure the completion of the design. These duties include: Time the Engineer spends planning, organizing, securing and scheduling resources, and providing instruction to staff to meet project objectives as defined in the approved scope of work. The Engineer will analyze the budget semi-monthly to ensure budget and staffing needs are on track to meet design schedules within budget. Additional items to be accomplished include compiling and sending additional information requested from the office to related parties, maintaining project files as necessary and other items necessary in day to day project coordination. The Engineer will prepare and submit monthly invoicing. The Engineer will complete the following tasks: 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 must include an update of the project schedule, as described in this section, when schedule changes are expected. Submit for acceptance and maintain, a design schedule detailing the scheduled performance of the work. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 3 of 14 REV 2020.04 Create and maintain a Quality Control Checklist (QCC) for the project. The QCC shall include personnel, project milestone checking and peer review procedures at each phase of the project. 1.05 Review Existing Documents. The Engineer will gather and review existing available documentation that may be relevant to the project, including, but not limited to, record drawings (as-builts), design reports, final reports, utility reports/maps and previous surveys. The Engineer may use relevant information from this review to coordinate the design and topographical survey for the project. 1.06 Coordinate Topographical Survey. This task includes preparing the requirements, establishing the limits of the survey area and scheduling time for the survey to be completed. Design survey will be performed in-house under Task 3.01. The Project Manager is expected to visit the site for coordination with the Sponsor and surveyor team. During design, the need may arise to verify other existing survey information or to extend the limits of the proposed survey. 1.07 Coordinate Geotechnical Investigation. This task includes preparing the requirements for soils testing, establishing the limits of work and scheduling a time for testing to be completed. Negotiating with the geotechnical engineering firm for a cost to perform the work and for providing the Engineer on-site during the geotechnical investigation, is also included in this task. 1.08 Coordinate Utility Locating. This task includes coordinating with a utility locating company to locate utilities that might impact this project. Negotiating with the utility locating firm for a cost to perform the work and for providing the Engineer on-site during the locates is also included in this task. 1.09 Prepare State Grant Application. This task consists of preparing the state grant application. Preparation of the application includes the following: Prepare state grant application on the CDOT Aeronautics website. Prepare Project Financial Information. Prepare Project Sketch (11” x 17”). 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 the Engineer and submitted by the Sponsor prior to the preparation of this scope of work. 1.10 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 includes the following: Prepare Federal 424 form. Prepare Federal Form 5100 – II thru IV. Prepare project funding summary. Prepare program narrative, discussing the purpose and need of the work and the method of accomplishment. Project sketch (8.5” x 11”). Prepare preliminary cost estimate. Include the existing Exhibit “A” Property Map DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 4 of 14 REV 2020.04 Prepare the Sponsor’s certifications. Attach the current grant assurances. Include DOT Title VI assurances. Include certification for contract, grants and cooperative agreements. Include Title VI pre-award checklist. Include current FAA advisory circulars required for use in AIP approved projects. The Engineer shall submit the grant application to the Sponsor for approval and signatures. After obtaining the necessary signatures, the Sponsor or Engineer shall forward a copy of the signed application to the FAA for further processing. 1.11 Prepare Environmental Documentation. The FAA has determined that a Categorical Exclusion (CATEX) applies, according to FAA Order 1050.1F, Paragraph 5.6.4f and Supplemental Order 5050.4B, Chapter 1, Paragraph 9, Task 11. A documented CATEX shall be completed following current FAA guidance and address potential environmental effects resulting from the proposed project. An overall environmental exhibit will be created as part of this scope of work, approved by the FAA, and referenced throughout the project. 1.12 Prepare Disadvantaged Business Enterprise (DBE) Program and Goal. The Sponsor has an established Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26. The current DBE program has not been updated since 2020. In order to be in compliance with 49 CFR Part 26, the program will be amended. The Engineer shall assist the Sponsor with this task. The Engineer will research the current state highway certified DBE listings and local area contractors to determine the availability of potential DBE contractors. The Engineer will prepare preliminary construction cost estimates and establish potential DBE work tasks. The Engineer will finalize the DBE goal work sheets for the Sponsor for submittal to the FAA Civil Rights Office for approval. Preparation of the amended DBE program will include the following tasks: Prepare preliminary program with Sponsor specific information. Compile additional information from Sponsor to finalize program. Revise program after Sponsor review. Submit program to FAA/Civil Rights Office (CRO); revise per CRO review. Resubmit Program to CRO for final approval. Calculate base figure for DBE goal. Adjust base figure for DBE goal. Calculate Race Neutral & Race Conscious DBE goals. Consultation and Publication for DBE goals. Submit DBE goal to CRO. Revise DBE goals after Sponsor and FAA review. 1.13 Prepare Quarterly Performance Reports – Design. Federal Regulation 49 CFR Part 18 establishes uniform administrative requirements for grants to State and Local Governments. Sub-part 18.40 addresses monitoring and reporting requirements for the Sponsor. The Engineer will assist the Sponsor in managing grant activities to ensure compliance with applicable Federal requirements. The Engineer will submit a quarterly performance report while the grant is active. It is estimated there will be three quarterly performance reports completed during the design phase of this project. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 5 of 14 REV 2020.04 TASK 1 DELIVERABLES TO FAA/STATE TO SPONSOR 1.01 Meeting Agendas, AIP Development Schedule and Meeting Minutes from Pre-Design Meeting 1.02 Scope of Work and Draft Contract for the Sponsor 1.03 Preliminary Cost Estimate 1.04 Design Schedule, Project Status Report and Monthly Invoicing 1.09 State Grant Application 1.10 Federal Grant Application 1.11 Environmental Documentation 1.12 DBE Program/Goal 1.13 Quarterly Performance Reports TASK 1 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 1.01 Pre-Design Scoping Meeting · Denver, CO One (1) Principal and one (1) Project Manager Assume Two (2) hours via teleconference (1 meeting) 1.02 Prepare Project Scope of Work and Contract · Denver, CO One (1) Principal and one (1) Project Manager Assume One (1) hour via teleconference (1 meeting) 2.0 Design Phase 2.01 Analyze Topographic Survey Data. This task includes analyzing the topographical surveying data and preparing the data for use with computer modeling. This will include the following tasks: Generate three-dimensional contour model from TIN - surface model. Prepare and process data for spot elevations, grading and/or paving cross sections. 2.02 Analyze Geotechnical Investigation Data. This task includes analyzing the geotechnical investigation. This will include the following tasks: Review Geotechnical Engineer recommendations. Determine appropriate data for the pavement design form(s). Input data for computer modeling with topographical survey data. Prepare soil information for incorporation on the construction plans. 2.03 Prepare Pavement Design. After receiving the geotechnical investigation data, the Engineer will analyze the data and prepare a proposed pavement section using current FAA design software (FAARFIELD). In addition to determining the proposed pavement section for the current and anticipated traffic, a pavement classification number (PCN) analysis will be performed to determine the runway PCN classification based on the expected fleet mix. The Engineer will submit the FAARFIELD computer printouts with a narrative to the FAA. The following tasks will be completed: Determine appropriate data for pavement design. Input data for computer modeling with topographical survey data. Prepare an exhibit showing the existing pavement and base course thickness. Determine areas of existing pavement to be removed and replaced. Prepare pavement and soils information for incorporation on the construction drawings. Verify elevation of water table. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 6 of 14 REV 2020.04 Compile the current airport fleet mix. Input data into FAARFIELD. Run pavement design scenarios. Analyze output from FAARFIELD. Select preferred pavement section. Compare pavement section to FAA Advisory Circular (AC) 150/5320-6 (Current Edition), Airport Pavement Design and Evaluation. Verify frost design method. Verify overexcavation requirements (if needed). Verify optimum moisture content for subgrade preparation. 2.04 Prepare Existing Utility Inventory. This task includes reviewing record drawings and consulting with local utility companies to identify all utilities within the project site. 2.05 Prepare Preliminary Contract Documents. This task includes preparing the Preliminary Contract Documents, including Contract Proposal, Bid Bond, Contractor Information Sheet, Subcontractor/Material Supplier List, Disadvantaged Business Utilization Commitment, DBE Participation Form, Certification of Non-Segregated Facilities, Equal Employment Opportunity Report Statement, Buy America Certification, Buy America Waiver Request, Buy America Conformance Listing, Certification Statement Regarding Undocumented Individuals, Bid Proposal, Contract, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, Notice of Contractor’s Settlement, General Provisions, FAA AC 150/5370-2 (Current Edition), Operational Safety on Airports During Construction, and Wage Rates. The wage rates will be updated at the time of advertisement to reflect the most current wage rates available. Preparation will include establishing the location for the bid opening, dates for advertisement and description of the work schedule. Also included in the Preliminary Contract Documents, and covered under separate tasks below, are the Construction Safety and Phasing Plan, Technical Specifications, and Special Provisions. Preliminary Contract Documents will be prepared as early as possible during the design phase and submitted to the Sponsor for review. 2.06 Prepare Construction Safety and Phasing Plan (CSPP). This task includes meeting with the Sponsor to discuss the current operations of the airport to assist in determining how the proposed construction phasing of the project will affect these operations. From these meetings, a complete Construction Safety and Phasing Plan (CSPP) will be developed to ensure safety compliance when coordinating construction activities and airport operations. The CSPP will be developed in accordance with the requirements of FAA AC 150/5370-2 (Current Edition), Operational Safety on Airports During Construction. A construction phasing plan that meets the requirements of the AC and operational needs of the airport will be developed and included in the Contract Documents. This plan will also identify any nighttime work, continuous working times, or other unusual conditions that could affect the contractor’s normal progress on the project. The draft CSPP will be submitted at 30% complete and at 95% complete for ADO review. Upon preliminary approval from the ADO, the CSPP will be submitted to FAA for OE/AAA coordination. 2.07 Prepare Preliminary Construction Plans. This task includes preparing the following list of construction plans for the project. Additional plans may be added during the design phase as needed: Plan Name/Description Number of Sheets Cover Sheet 1 Index of Drawings, Summary of Approximate Quantities and General Notes 1 Survey Control Plan 1 Geotechnical Investigation Plan 6 Safety Plan 1 DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 7 of 14 REV 2020.04 Construction Layout Plan 1 Construction Phasing Plan 6 Environmental Requirements and Details 1 Demolition Plan 8 Geometric Layout Plan 8 Overall Grading and Drainage Plan 1 Grading and Drainage Plan 8 Pavement Plan and Profile 15 Typical Sections 3 Pavement Marking Plan 8 Pavement Marking Details 2 Seeding and Erosion Control Plan 8 Seeding and Erosion Control Details 2 Electrical Demolition Plan 8 Electrical Layout Plan 8 Electrical Details 4 Total Sheet Count 101 2.08 Prepare Preliminary Technical Specifications. This task includes assembling the technical specifications necessary for the project. Standard FAA specifications will be utilized where possible, with the guidance from FAA AC 150/5370-10 (Current Edition), Standard Specifications for Construction of Airports. Additional specifications will be prepared to address work items for materials that are not covered by the standard FAA specifications. The standard specifications to be utilized shall include, but are not limited to, the following: Item C-100 Contractor Quality Control Program (CQCP) Item C-102 Temporary Air and Water Pollution, Soil Erosion and Siltation Control Item C-105 Mobilization Item C-110 Method of Estimating Percentage of Material Within Specification Limits (PWL) Item P-101 Preparation/Removal of Existing Pavements Item P-151 Clearing and Grubbing Item P-152 Excavation, Subgrade and Embankment Item P-153 Controlled Low-Strength Material (CLSM) Item P-154 Subbase Course Item P-209 Crushed Aggregate Base Course Item P-401 Asphalt Mix Pavement Item P-403 Plant Mix Asphalt Pavements (Colorado Modified) Item P-603 Emulsified Asphalt Tack Coat Item P-610 Concrete for Miscellaneous Structures Item P-620 Runway and Taxiway Marking Item D-701 Pipe for Storm Drains and Culverts Item D-705 Pipe Underdrains for Airports Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes Item T-901 Seeding Item T-905 Topsoil Item L-108 Underground Power Cable for Airports Item L-110 Airport Underground Electrical Duct Banks and Conduits Item L-115 Electrical Manholes and Junction Structures Item L-125 Installation of Airport Lighting Systems DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 8 of 14 REV 2020.04 Additional Non-FAA specifications will include, but are not limited to, the following items: Item P-159 Watering Item P-601 Crack Repair with Major Crack Repair Item D-710 Rock Riprap Item L-139 Temporary Construction Marking and Lighting 2.09 Prepare Preliminary Special Provisions. This task includes preparing the preliminary Special Provisions to address, or expound on, site conditions that require additional clarification. These include, but are not limited to: Haul Roads, Airport Security, Radio Communications, Work Schedule, Contractor’s Quality Control Program, Sequencing of the Work, Closure of Air Operations Areas, Accident Prevention, Underground Cables/Utilities, Insurance, Indemnification, Sales and Use Taxes, Permits and Compliance with Laws, Executed Contracts, Subletting or Assigning of Contracts, Qualification of Disadvantaged Business Enterprises, Liquidated Damages, Quality Assurance Testing, Grade Control and Surface Tolerance, Construction Management Plan and Instruction Manuals. 2.10 Prepare Drainage Analysis and Storm Drainage Design. This task includes verifying the existing storm drainage and/or subsurface drainage systems. Surface drainage will be evaluated and designed to ensure accordance with standard engineering practices, local requirements and FAA AC 150/5320-5 (Current Edition), Airport Drainage Design. 2.11 Compile/Submit Permits. This task includes identifying potential federal, state and local permits needed for the project. Permits may be required for demolition activities, air quality, grading, hauling, batch plants, wetland disturbance, fencing, construction dewatering, permanent dewatering and stormwater management construction plans and associated permits (SWMP). When applicable, the Engineer will assist the Sponsor to compile information and submit permits that are required to be obtained by the Sponsor. 2.12 Compile/Submit FAA Form 7460. This task includes preparing and submitting the required FAA Form 7460 on the Sponsor’s behalf. The anticipated use of equipment during construction requires an FAA Form 7460 to be sent to the FAA a minimum of 45 days prior to the start of construction for approval. The Engineer will prepare exhibits to illustrate the project limits and temporary construction equipment height. 2.13 Calculate Estimated Quantities. This task includes calculating all necessary quantities for the various work items. Quantities must be consistent with the specifications and acceptable quantity calculation practices. 2.14 Prepare Estimate of Probable Construction Cost. Using the final quantities calculated following the completion of the construction plans and specifications, the Engineer will prepare the construction cost estimate. The estimate will be based on information obtained from previous projects, contractors, material suppliers and other available databases. 2.15 Prepare Engineer’s Design Report and Modification of Standards. This task includes preparation of the Engineer’s Design Report in accordance with current FAA Northwest Mountain Region Engineer’s Design Report guidelines. The Engineer’s Design Report will include a detailed summary of the project, photographs and descriptions of existing site conditions, pavement life cycle cost analysis, recycling and material availability analysis, estimate of project costs, and a schedule for the completion of the design, bidding, and construction. Modifications of the FAA standards, as necessary, for the project will be prepared for preliminary review. The Modifications of Standards (MOS) will be included in the Engineer’s DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 9 of 14 REV 2020.04 Design Report and submitted on the MOS website (See Task 2.16 below) to the FAA and Sponsor. The Engineer’s Design Report will also contain any alternative design concepts that were investigated and evaluated. 2.16 Prepare and Submit Modification of Standards on MOS Website. This task includes Modifications of Standards (MOS) website access coordination with the Sponsor and FAA. Modifications of the FAA standards, as necessary, for the project must be compiled and submitted to the MOS website for approval. Revisions will be completed as needed. 2.17 Prepare Engineer’s Recommendation for Clarification to Standards. This task includes preparing and submitting to the FAA a recommendation for clarification to FAA standards. The Engineer’s recommendation will contain a list of standards affected, the basis for each clarification as allowed by FAA Order 5300.1, a description of each proposed clarification, and the Engineer’s assurance that the clarifications will provide a finished product that will meet FAA standards for acceptance. 2.18 Review Plans at 30%, 60% and 90% Complete. During various stages of completion of the design, the Engineer will submit a set of Construction Plans, Specifications, and Contract Documents to the Sponsor for their review. Meetings will be scheduled for periodic reviews, including a 90% plans-in-hand review. The project will be reviewed with the FAA to obtain their concurrence with the design. 2.19 Provide In-House Quality Control. The Engineer has an established quality control program that will provide both experienced and thorough reviews of all project submittals and will also provide engineering guidance to the design team throughout design development from an experienced, senior-level Professional Engineer. Prior to each review set of Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report being submitted to the Sponsor and FAA, a thorough, in-house quality control review of the documents will be conducted. This process will include an independent review of the Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report being submitted by a licensed Professional Engineer other than the Engineer who performed the design of the project. Comments will be offered by the Engineer that performed the review, and revisions to the Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report will be made accordingly. In addition to the 30%, 60%, and 90% reviews, the Engineer’s in-house quality control program also provides engineering guidance to the design team throughout the project design in an attempt to steer the project in a manner that provides the best engineering judgment. At the 90% design review, the independent review will re-evaluate the CATEX boundary. 2.20 Prepare and Submit Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report. A final set of Construction Plans (11” x 17”), Specifications, Contract Documents, and the Engineer’s Design Report will be prepared and submitted to the Sponsor, CDOT Aeronautics, and the FAA. These documents will incorporate all revisions, modifications, and corrections identified during the final review. Paper and electronic copies will be provided. 2.21 Prepare Airfield Signing and Marking Plan. This task includes providing or updating the overall airfield signing and marking plan. 2.22 Prepare Requests for Reimbursement. This task includes preparing the FAA Standard Form 271 for Sponsor reimbursement of eligible expenses incurred on a monthly basis. The Engineer will submit the DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 10 of 14 REV 2020.04 completed form along with appropriate supporting documentation to the Sponsor for review and approval. Upon approval, the Engineer or the Sponsor will submit the completed forms and supporting documentation to the FAA for reimbursement. It is estimated there will be six RFRs for expenses incurred during the design phase of this project. 2.23 Prepare and Submit Design Closeout Report. This task includes preparation of the design closeout report in accordance with current FAA Northwest Mountain Region Design Closeout Report guidelines. Paper and electronic copies will be provided. TASK 2 DELIVERABLES TO FAA/STATE TO SPONSOR 2.03 Proposed Pavement Design 2.07 Preliminary Contract Documents for Sponsor’s Review 2.08 CSPP at 30% and 95% Complete 2.14 FAA Form 7460 2.18 30%, 60%, and 90 % Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report 2.20 Final Construction Plans, Specifications and Contract Documents, and Engineer’s Design Report 2.21 Airfield Signing and Marking Plan 2.22 Requests for Reimbursement 2.23 Design Closeout Report TASK 2 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 2.18 Plan Review at 30% Complete. Plan Review at 60% Complete. Plan Review at 90% complete. · Denver, CO One (1) Principal and one (1) Project Manager Assume Two (2) hours via teleconference (3 meetings) EX Reimbursable Costs During Design This section includes reimbursable items such as auto rental, mileage, lodging, per diem, and other miscellaneous expenses incurred in order to complete Part A – Basic Services. PART B - SPECIAL SERVICES consists of the topographical survey phase (invoiced on a not-to-exceed basis). Also included are direct subcontract costs for the geotechnical investigation. 3.0 Design Survey Phase 3.01 Perform Topographical Survey. This task includes providing design survey services within the topographic survey limits shown in Exhibit No. 1 to support the aerial topography survey and design team for this project. Work items associated with this task include the following: The ground survey area is approximately 115 acres. Preparation of a survey plan that will determine the appropriate survey methods and equipment to be utilized. Unmanned Aircraft Systems (UAS) and/or mobile remote sensing light detection and ranging (LiDAR) mass data collection equipment will be used on this project to assist with densifying data and providing design teams with updated high-resolution aerial imagery and/or datasets. Coordination with the Sponsor and FAA Air Traffic Control will be required. The use of mobile LiDAR and UAS will greatly reduce the field time required and impact to airport operations and provide a superior densified cloud of data points that will be used to generate a bare earth Digital Terrain Model (DTM). The use of this technology requires a strict dedication to professional training and quality control. Processes DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 11 of 14 REV 2020.04 used during these surveys are derived from hundreds of hours of research and development and investment in leading technologies. It is assumed that the Primary Airport Control Station (PACS) and Secondary Airport Control Stations (SACS) located on the airport are in good condition and can be verified; however, if it is found that the PACS and SACS are compromised, establishment of temporary airport control must be completed and tied to the national spatial reference system via static GPS observations. Following airport control verification/establishment, temporary project control, based upon the airport control PACS and SACS or temporary airport control, will be placed near the project area at intervals not to exceed 500 feet to control the project. Ground topography of non-pavement areas will be surveyed at 50-foot stations with associated cross sections having no greater than 25-foot spacing and will include additional shots as necessary to accurately depict breaklines. These ground topography areas will be surveyed with vertical accuracies not to exceed +\- 0.10 feet. Hard surface pavements for the runway and connector taxiways will be surveyed at 25-foot stations as well as all vertical and horizontal points of tangent/curve with associated cross sections having no greater than 25-foot spacing. All hard surface pavement will be surveyed with vertical accuracies not to exceed +/- 0.02 feet. Concrete joints will also be surveyed if applicable. Coordination with design staff to determine pavement tie-in locations. These locations will be surveyed with vertical accuracies of at least +\- 0.02 feet. Coordinate location and field marking of all existing utilities in the project limits with one-call services, airport operations staff and/or private utility locators as necessary. Review of existing as-built and other construction records as necessary. All utility locates will be surveyed as marked by utility locators in the field. Points of utilities to be surveyed include, but are not limited to, all paint marks, hydrants, valves, hand holes, manholes, inlets, cleanouts, culverts, pipes, pedestals, meters, transformers, utility poles and other reasonably visible existing utility infrastructure components. Invert elevations of drainage and sanitary structures will be surveyed. Other airfield elements that will be located include guidance signs, taxiway and apron lighting and markings, NAVAIDS within the project area (if any), fuel farm, fences, gates and other airport features as required. During design, there may be the need to verify other existing survey information or extend the limits of the existing survey. Reduce all field notes and pictures into a topographic survey report to be used by the Engineer. Create an AutoCAD drawing using the surveyed data that will include symbols, linework, breaklines, notes, details and a surface model. The Topographical Survey shall be completed by, or under the direct supervision of, a Professional Land Surveyor licensed in the State of Colorado. TASK 3 DELIVERABLES TO FAA/STATE TO SPONSOR 3.01 Topographical Survey DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 12 of 14 REV 2020.04 TASK 3 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 3.01 Coordinate and Perform Topographical Survey · Gypsum, CO One (1) Surveyor Assume full day site visit (6 site visits) Assume travel to/from Kansas City, MO to Gypsum, CO with seven (7) overnight stays EX Reimbursable Costs During Survey 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. Section 3 Reimbursables are invoiced on a not-to-exceed 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. Geotechnical Investigation: Soil samples for analysis must be taken for the project site. Investigation and testing will also be performed to facilitate the pavement design per FAA Advisory Circular (AC) 150/5320-6 (Current Edition), Airport Pavement Design and Evaluation. As mentioned under the project description, the geotechnical investigation will be performed in two phases and will include the following: Perform a geologic reconnaissance of the project site Soil boring and laboratory testing at approximately 52 project locations and at five potential on-site borrow sources Perform Falling Weight Deflectometer Testing Installation of temporary piezometers at select boring locations Visual inspection and documentation of each soil boring Soil Classification/Atterberg Limits, Liquid Limit (LL), Plastic Limit (PL), Plasticity Index (PI) Hydrometer and Water-Soluble Sulfates/Corrosivity Moisture/Density Relations Swell/Consolidation Potential California Bearing Ratio Moisture content, density of undisturbed fine-grained samples Assumptions The scope of services described previously is based on the following assumptions of responsibilities by the Engineer and Sponsor. 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 included at the end of each phase above. 2. The Sponsor will provide existing mapping data including as-builts available for the project areas, aerial orthoimagery, subsurface conditions information such as prior geotechnical investigations in the project area and other available information in the possession of the Sponsor. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 13 of 14 REV 2020.04 3. The Sponsor will provide an electronic copy of the current ALP to allow for updating of the plan upon completion of the project. 4. The Engineer will provide additional base mapping of existing topography, planimetric features and underground utilities needed in the design phase of the project. 5. The Sponsor will furnish escorts as needed for the Engineer to conduct field work. 6. The Sponsor will coordinate with tenants as required to facilitate field evaluations and construction. 7. While the project could have both eligible and ineligible work, this scope and fee assumes that the project will be designed as one bid package with separate federal and non-federal bid schedules. Splitting the project into two bid packages will result in additional costs. 8. 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 150/5300-13 (Current Edition), Airport Design and related circulars. Construction specifications will be in accordance with FAA AC 150/5370-10 (Current Edition), Standard Specifications for Construction of Airports and the Northwest Mountain Region’s Regional Updates 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 projects and other national, state, or local regulations and standards, as identified and relevant to an airfield design and construction project. 9. The Engineer will utilize the following plan standards for the project: Plans will be prepared using the Engineer’s standards, unless the Sponsor provides its own standards upon Notice to Proceed. Plan elevations will be vertical datum NAVD 88 derived from the existing control network. Plan coordinates will be based on horizontal datum NAD 83/2011 State Plane Coordinates derived from the existing control network. All plans will be stamped and signed by a registered Colorado Professional Engineer, or Professional Land Surveyor, as required. Plans prepared by subconsultants will be prepared using the same base maps, the same coordinate systems and the same plan layout and format as plans prepared by the Engineer. The guidance included in FAA Memorandum, FAA Review of Construction Plans and Specifications for AIP Funded Projects, will be reviewed, incorporated and will supplement the Engineer’s standards. 10. The Engineer will utilize the following assumptions when preparing the project manual for bidding and construction of the project: The project manual Contract Documents will be developed jointly by the Sponsor and the Engineer. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Eagle County Regional Airport AIP Project No. 3-08-0020-064-2021 Taxiway A Rehabilitation (Design) November 24, 2020 Page 14 of 14 REV 2020.04 The Engineer is responsible for developing the contents of the document and including the Front-End documents which will be supplied by the Sponsor. FAA General Provisions and required contract language will be used. 11. 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. 12. 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. 13. 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. DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
AIRPORT:AIP NUMBER: 3-08-0020-064-2021PROJECT NAME: Taxiway A Rehabilitation (Design)DATE: December 29, 2020FEE BREAKDOWNLABOR HOUR BREAKDOWNLabor CategoryTotal CostPrincipalQuality Control ManagerConstruction Manager IVProject Manager IIIElectrical Engineer IIIAssociate Engineer IIElectrical Engineer I Designer II CADD Tech IIProject Coordinator IISupport III Planner IIIPhase Item Costs1.0 Preliminary Design Phase (Lump Sum)1.0 Preliminary Design Phase (Lump Sum)Jason Chris Mike Matt Zach Amanda EricMarisa MorganPrincipal 36 hrs. x 275.00$ /hr = 9,900.00$ 1.01 Coordinate and Attend Meetings with the Sponsor and FAA 1212 2410,380.00$ Quality Control Manager 0 hrs. x 215.00$ /hr = -$ 1.02 Prepare Project Scope of Work and Contract481644,980.00$ Construction Manager IV 118 hrs. x 200.00$ /hr = 23,600.00$ 1.03Prepare Preliminary Cost Estimating24 8 2 16 8167,820.00$ Project Manager III 158 hrs. x 195.00$ /hr = 30,810.00$ 1.04Provide Project Coordination168 801623,280.00$ Electrical Engineer III 4 hrs. x 235.00$ /hr = 940.00$ 1.05 Review Existing Documents2 8 4 4 42,910.00$ Associate Engineer II 40 hrs. x 115.00$ /hr = 4,600.00$ 1.06 Coordinate Topographical Survey12 43,180.00$ Electrical Engineer I 12 hrs. x 115.00$ /hr = 1,380.00$ 1.07 Coordinate Geotechnical Investigation80 416,780.00$ Designer II 4 hrs. x 160.00$ /hr = 640.00$ 1.08 Coordinate Utility Locating 2400.00$ CADD Tech II 20 hrs. x 105.00$ /hr = 2,100.00$ 1.09 Prepare State Grant Application2390.00$ Project Coordinator II 60 hrs. x 120.00$ /hr = 7,200.00$ 1.10 Prepare Federal Grant Application24163,250.00$ Support III 16 hrs. x 105.00$ /hr = 1,680.00$ 1.11 Prepare Environmental Documentation8407,960.00$ Planner III 40 hrs. x 160.00$ /hr = 6,400.00$ 1.12 Prepare Disadvantaged Business Enterprise (DBE) Program and Goal8406,360.00$ 1.13 Prepare Quarterly Performance Reports - Design81,560.00$ SUBTOTAL 508hrs.89,250.00$ Reimbursables12 Day x 70.00$ /Day= 840.00$ 1200 Mi x 0.575$ /Mi= 690.00$ 0 Day x 205.00$ /Day= -$ Per Diem 0 Day x 76.00$ /Day= -$ Travel & Airline Costs 0 Trip x 500.00$ /Trip= -$ 1,530.00$ 90,780.00$ 360118158440124206016400089,250.00$ Labor CategoryTotal CostPrincipalQuality Control ManagerConstruction Manager IVProject Manager IIIElectrical Engineer IIIAssociate Engineer IIElectrical Engineer I Designer II CADD Tech IIProject Coordinator IISurvey Manager Planner IIIPhase Item Costs2.0 Design Phase (Lump Sum)2.0 Design Phase (Lump Sum)Jason Chris Mike Matt Zach Amanda EricMarisa Morgan38 hrs. x 275.00$ /hr = 10,450.00$ 2.01 Analyze Topographical Survey Data2416 165,090.00$ 80 hrs. x 215.00$ /hr = 17,200.00$ 2.02 Analyze Geotechnical Investigation Data224 887,830.00$ 338 hrs. x 200.00$ /hr = 67,600.00$ 2.03Prepare Pavement Design24 4406,730.00$ 288 hrs. x 195.00$ /hr = 56,160.00$ 2.04 Prepare Existing Utility Inventory2 2882,550.00$ 140 hrs. x 235.00$ /hr = 32,900.00$ 2.05 Prepare Preliminary Contract Documents22480815,390.00$ 894 hrs. x 115.00$ /hr = 102,810.00$ 2.06 Prepare Construction Safety and Phasing Plan (CSPP) 240 168020,870.00$ 192 hrs. x 115.00$ /hr = 22,080.00$ 2.07 Prepare Preliminary Construction Plans-$ 216 hrs. x 160.00$ /hr = 34,560.00$ Cover Sheet 14615.00$ 856 hrs. x 105.00$ /hr = 89,880.00$ Index of Drawings/Summary of Approximate Quantities & General Notes2441,270.00$ 52 hrs. x 120.00$ /hr = 6,240.00$ Survey Control Plan1841,975.00$ 4 hrs. x 235.00$ /hr = 940.00$ Geotechnical Investigation Plan4 22163,100.00$ 8 hrs. x 160.00$ /hr = 1,280.00$ Safety Plan2 2281,860.00$ Construction Layout Plan4 282,030.00$ Construction Phasing Plan8 416246,740.00$ SUBTOTAL 3106hrs.442,100.00$ Environmental Requirements and Details2 2882,910.00$ Demolition Plan8 8168013,400.00$ ReimbursablesGeometric Layout Plan18 81624 12021,715.00$ 0 Day x 70.00$ /Day= -$ Overall Grading and Drainage Plan12281,735.00$ 0 Mi x 0.575$ /Mi= -$ Grading and Drainage Plan8 84040 8022,560.00$ 0 Day x 205.00$ /Day= -$ Pavement Plan and Profile2 81680 8025,000.00$ Per Diem 0 Day x 76.00$ /Day= -$ Typical Sections2 8816 247,960.00$ Travel & Airline Costs 0 Trip x 500.00$ /Trip= -$ Pavement Marking Plan/Details2 8816 409,640.00$ -$ Seeding and Erosion Control Plan/Details2 8406,160.00$ Electrical Demolition Plan/Layout Plan/Details4 4 80120 12046,780.00$ 2.08 Prepare Preliminary Technical Specifications2 120 24 40 40 401649,750.00$ 2.09 Prepare Preliminary Special Provisions281684,910.00$ 2.10 Prepare Drainage Analysis and Storm Drainage Design41683,460.00$ 2.11 Compile/Submit Permits8 4843,780.00$ 2.12 Compile/Submit FAA Form 74604168 43,940.00$ 2.13 Calculate Estimated Quantities8 8 4 80 16 24 1620,660.00$ 2.14 Prepare Estimate of Probable Construction Cost 416 16 8 8018,500.00$ 2.15 Prepare Engineer's Design Report and Modification of Standards 240 16 4 120 827,330.00$ 2.16 Prepare and Submit Modification of Standards on MOS Website 24163,170.00$ 2.17Prepare Engineer's Recommendation for Clarification to Standards481,700.00$ 2.18Review Plans at 30%, 60%, and 90% Complete1216 24608026,480.00$ 2.19 Provide In-House Quality Control8017,200.00$ 2.2021624248,950.00$ 2.21 Prepare Airfield Signing and Marking Plan4 8 48246,740.00$ 2.22 Prepare Requests for Reimbursement6122,610.00$ 2.2328609,010.00$ -$ 442,100.00$ 3880338288140894192216856524800442,100.00$ Auto RentalMileageLodging + Tax & FeesSUBTOTALEagle County Regional AirportSUBTOTALSUBTOTALDesigner IIAssociate Engineer IIElectrical Engineer ISUBTOTALTotal HoursProject Coordinator IISurvey ManagerBilling RateCADD Tech IIPlanner IIIConstruction Manager IVProject Manager IIIElectrical Engineer IIISUBTOTALQuality Control ManagerPrincipalAuto RentalMileageLodging + Tax & FeesTotal HoursTASKLABOR CATEGORYSUBTOTALBilling RateTASKPrepare/Submit Const. Plans, Specs., Cont. Docs., and Design ReportTOTALSTOTALSLABOR CATEGORYPrepare and Submit Design Closeout ReportPage 1 of 2REV 2020.03DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
Labor CategoryTotal CostSurvey Manager Surveyor Support II Support IIIPhase Item Costs3.0 Design Survey Phase (Not-to-Exceed)3.0 Design Survey Phase (Not-to-Exceed)12 hrs. x 235.00$ /hr = 2,820.00$ 3.01 Perform Topographical Survey12 200 8 226,670.00$ 200 hrs. x 115.00$ /hr = 23,000.00$ 8 hrs. x 80.00$ /hr = 640.00$ 2 hrs. x 105.00$ /hr = 210.00$ SUBTOTAL 222hrs.26,670.00$ Reimbursables1800 Mi x 0.575$ /Mi= 1,035.00$ 7 Day x 205.00$ /Day= 1,435.00$ Per Diem 8 Day x 76.00$ /Day= 608.00$ Travel & Airline Costs 0 Trip x 500.00$ /Trip= -$ Survey Supplies & Equip. 1 Each x 5,289.00$ /Trip= 5,289.00$ 8 Day x 70.00$ /Day= 560.00$ 8,927.00$ .35,597.00$ 1220082000000000026,670.00$ GROUND Engineering, Inc. (Geotechnical Investigation)59,040.00$ SUBTOTAL59,040.00$ Woolpert, Inc. (LIDAR Data Collection and Aerial Imagery)15,000.00$ SUBTOTAL15,000.00$ Phase Fee Reimbursable Costs Total CostPART A - BASIC SERVICES (LUMP SUM)1.0 Preliminary Design Phase (Lump Sum)89,250.00$ 1,530.00$ 90,780.00$ 2.0 Design Phase (Lump Sum)442,100.00$ -$ 442,100.00$ SUBTOTAL531,350.00$ 1,530.00$ 532,880.00$ PART B - SPECIAL SERVICES 3.0 Design Survey Phase (Not-to-Exceed)26,670.00$ 8,927.00$ 35,597.00$ SUBTOTAL26,670.00$ 8,927.00$ 35,597.00$ PART B - SPECIAL SERVICES (LUMP SUM)GROUND Engineering, Inc. (Geotechnical Investigation)-$ -$ 59,040.00$ Woolpert, Inc. (LIDAR Data Collection and Aerial Imagery)15,000.00$ SUBTOTAL-$ -$ 74,040.00$ 558,020.00$ 10,457.00$ 642,517.00$ TOTALBilling RateLodging + Tax & FeesSurveyorSUBCONSULTANT 2SUBTOTALSUBTOTALSupport IISupport IIISurvey ManagerTotal HoursTOTALSLABOR CATEGORYTASKSUBCONSULTANT 1SUBTOTALSurvey Field VehicleMileagePage 2 of 2REV 2020.03DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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 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).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
1/5/2021
(703) 827-2277 (703) 827-2279
19445
Jviation, a Woolpert Company
720 S. Colorado Boulevard, Suite 1200
Denver, CO 80246
25674
20443
A 1,000,000
3118633 3/1/2020 3/1/2021 300,000
Contractual Liab.25,000
1,000,000
2,000,000
2,000,000
1,000,000A
2446855 3/1/2020 3/1/2021
10,000,000B
ZUP-31N10602-20-NF 3/1/2020 3/1/2021 10,000,000
0
A
11326672 3/1/2020 3/1/2021 1,000,000
N 1,000,000
1,000,000
C Professional Liab.AEH288355072 3/1/2020 Per Claim/Aggregate 5,000,000
RE: Any and All Projects
Eagle County Regional Airport and all entities are included as additional insured with respect to General Liability, Automobile Liability and Umbrella Liability
when required by written contract. General Liability includes Additional Insured coverage for On-Going & Completed Operations as required by written
contract. General Liability, Automobile Liability and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability
arising out of the operations of the named insured and when required by written contract.
Eagle County Regional Airport
Attn Josh Miller, Construction Manager
219 Eldon Wilson Road
Gypsum, CO 81637
WOOLINC-01 KGODWIN
Ames & Gough
8300 Greensboro Drive
Suite 980
McLean, VA 22102
admin@amesgough.com
National Union Fire Insurance Company
Travelers Property Casualty Company of America
Continental Casualty Company (CNA) A, XV
X
3/1/2021
X
X
X
X X
X
X
X
X
DocuSign Envelope ID: AAC13D44-5618-46B9-9499-9D17CC754F5C