Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC22-130 Jviation_Eighth AmendmentEGE AIP 067 / 2021.EGE.02
Construct Taxiway B (Phase 1 Earthwork)(Design)
Page 1 of 2
AMENDMENT NO. EIGHT (8) 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 Eagle 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, January 18, 2022, attached hereto as
Exhibit A-8 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 Construct Taxiway B (Phase 1
Earthwork)(Design) (the “Project”) according to the schedule under Exhibit A -8 in the following manner:
PART A - BASIC SERVICES
DESIGN
Preliminary Design ................................................................................................... Lump sum of $29,361.80
Design ....................................................................................................................... Lump sum of $100,492.10
BIDDING
Bidding ........................................................................................................................ Lump sum of $11,544.20
TOTAL BASIC SERVICES ................................................................................. Lump sum of $141,398.10
PART B - SPECIAL SERVICES
The maximum estimated SPECIAL SERVICES engineering is as follows:
SUBCONSULTANT SERVICES
Metcalf Archaeological ............................................................................................... Lump sum of $2,500.00
TOTAL SUBCONSULTANT SERVICES ............................................................ Lump sum of $2,500.00
TOTAL ............................................................................................................................................... $143,898.10
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Page 2 of 2
Method of payment shall be as follows:
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 10 percent o f the fee shall be due and payable when the
project final documents have been completed and have been s ubmitted to the Sponsor.
The FAA’s federal action is limited to airport layout plan (ALP) approval o f only those portions of
projects that meet the criteria established in 49 U.S.C. §47107(a)(16)(B), commonly referred to as Section
163(d) of the FAA Reauthorization Act of 2018. If it is determined that the FAA does not have
authority over a portion of the project and associated work completed ahead of the determination is no
longer FAA eligible, the Sponsor will remain responsible for this portio n of the work.
All other terms and conditions of the origi nal contract shall remain in effect.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures this ___________________ day of
2022.
SPONSOR:
Eagle County, Colorado ATTEST:
By:
Name:
Title:
ENGINEER:
Jviation, A Woolpert Company
By:
Name: Jason Virzi, PE
Title: Vice President
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Commissioner
Jeanne McQueeney
3/29/2022
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 1 of 13 REV 2021.03W
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Gypsum CO
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (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, a Woolpert Company for
providing professional services. For the remainder of this scope the Eagle County Regional Airport is
indicated as “Sponsor” and Jviation, a Woolpert Company is indicated as “Engineer.” The construction
budget for this project is approximately $1,250,000.00. This budget does not include administrative, legal,
or professional fees.
This project shall consist of preparing Construction Plans, Contract Documents, Technical Specifications
and Engineer’s Design Report, along with Bidding for the Construct Taxiway B (Phase 1 Earthwork) 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 will consist of the design of the Phase 1 Earthwork for Taxiway B. The project limits are bound
by Runway 7-25 to the south, Taxiway A7 to the west, and Taxiway A2 to the east. The proposed
preliminary design will consist of the geometric layout of Taxiway B and taxiways connecting to Runway
7-25, north general aviation apron, Colorado Army National Guard High-Altitude Army Aviation Training
Site (COANG-HAATS) apron, and northside hangar development area. This will also include preliminary
three-dimensional design of Taxiway B and its connector taxiways to determine areas and approximate
embankment volumes for this project and future earthwork projects to enable the construction of
Taxiway B in its entirety. The preliminary design of Taxiway B will follow the design standards of Taxiway
Design Group 3 (TDG 3) which has a taxiway pavement width of 50-feet and Airplane Design Group IV
(ADG IV) which has a Taxiway Safety Area (TSA) width of 171-feet and a Taxiway Object Free Area (TOFA)
of 259-feet. The design standards will be in accordance with FAA Advisory Circular 150/5100-13A Airport
Design.
Exhibit A-8
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 2 of 13 REV 2021.03W
The proposed project will consist of the design of the embankment required to achieve the approximate
top of subgrade elevations for Taxiway B, including the necessary grading to achieve taxiway safety area
grade requirements. Drainage will be evaluated to identify locations where embankment material can be
placed without disrupting current drainage patterns. Stormwater infrastructure will be determined to
accommodate placement of embankment material, although no stormwater infrastructure is planned to
be constructed with this project.
The engineering fees for this project will consist of Part A-Basic Services which includes 1) Preliminary
Design Phase, 2) Design Phase, 3) Bidding Phase, and Reimbursable Costs During Design and Bidding. Part
A and the three phases are described in more detail below.
PART A - BASIC SERVICES consists of the Preliminary Design Phase, Design Phase, and Bidding 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 up to four meetings with the
Sponsor and/or the FAA throughout the course of 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.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 3 of 13 REV 2021.03W
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.
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 of the project.
1.06 Coordinate Topographical Survey. At this time a topographical survey is not anticipated for this
project. The aerial survey data collected in the Spring of 2021 for the Taxiway A Rehabilitation design
project is planned to be used for this project. During design, the need may arise to verify other existing
survey information or to extend the limits of the survey.
1.07 Coordinate Geotechnical Investigation. At this time a geotechnical investigation is not anticipated
for this project. Geotechnical data and reports provided by others from proposed import sources will be
reviewed to determine suitability as embankment material, and is included under Task 2.02.
1.08 Coordinate Utility Locating. As this time, utility locates are not anticipated to be completed for this
project. During design, the need may arise to verify existing utility locations.
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.
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”).
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 4 of 13 REV 2021.03W
Include preliminary cost estimate.
Include the existing Exhibit “A” Property Map
Include 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 funded 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. Portions of the proposed project are covered by previously
completed Categorical Exclusions (CATEX). The FAA has determined that a CATEX applies, according to
FAA Order 1050.1F, Paragraph 5.6.4f and Supplemental Order 5050.4B, Chapter 1, Paragraph 9, Task 11,
for those portions of the project not covered by a current CATEX. 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 and 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: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 5 of 13 REV 2021.03W
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 Submit State Grant Application to CDOT website
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).
1.11 Prepare Environmental
Documentation
· Gypsum, CO
One (1) Construction Manager site visit to provide
escort for cultural resource study (1 day).
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 and rough subgrade grading limits.
2.02 Analyze Geotechnical Investigation Data. This task includes analyzing the geotechnical investigation
reports and data from others. This will include the following tasks:
Review Geotechnical Reports provided by others to evaluate the suitability of proposed
imported embankment material.
Prepare soil information for incorporation on the construction plans.
2.03 Develop On-Site Grading Plans. This task includes developing on-site grading plans to place imported
and/or stockpiled material. It is anticipated two to three different on-site grading options will be
developed during this task. Aerial survey data will be used to develop the grading plans and associated
quantities for all potential embankment and excavation area(s).
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. The Construction Plans will include,
to the maximum extent possible, the surveyed locations of observable utility features and the locations
identified by utility locates.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 6 of 13 REV 2021.03W
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 and Summary of Approximate Quantities 1
General Notes 2
Master Legend and Abbreviations 1
Survey Control Plan 1
Safety Plan 1
Construction Layout Plan 1
Construction Phasing Plan 4
Environmental Requirements and Details 1
Demolition Plan 4
Overall Grading and Drainage Plan 1
Grading and Drainage Plan 4
Typical Sections 2
Seeding and Erosion Control Plan 2
Seeding and Erosion Control Details 2
Total Sheet Count 28
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
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 7 of 13 REV 2021.03W
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 P-151 Clearing and Grubbing
Item P-152 Excavation, Subgrade and Embankment
Item T-901 Seeding
Item T-905 Topsoil
Additional Non-FAA specifications will include, but are not limited to, the following items:
Item P-159 Watering
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, Acceptance Testing, Grade Control and Surface Tolerance, 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 are anticipated to be required for, but are not limited to, demolition
activities, air quality, grading, hauling, 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.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 8 of 13 REV 2021.03W
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, 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 approved Modifications of Standards (MOS) will be included in the Engineer’s 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 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 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.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 9 of 13 REV 2021.03W
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 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
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 four (4) RFRs for expenses
incurred during the design and bidding phase of this project.
2.22 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
2.05 Preliminary Contract Documents for Sponsor’s Review
2.06 CSPP at 30% and 95% Complete
2.12 FAA Form 7460
2.18 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 Requests for Reimbursement
2.22 Design Closeout Report
TASK 2 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION
2.21 Plan Review at 60% Complete.
· Denver, CO
One (1) Principal, one (1) Project Manager, and one (1)
Construction Manager
Assume Two (2) hours via teleconference (1 meeting).
2.21 Plan Review at 90% Complete.
· Gypsum, CO
One (1) Principal, one (1) Project Manager, and one (1)
Construction Manager
· Assume travel to/from Denver, CO to Gypsum, CO for
two (2) hour meeting.
3.0 Bidding Phase
3.01 Provide Bid Assistance. The Engineer will assist the Sponsor, as needed, with the preparation of any
required bidding documents. Included as part of this task, the Engineer will prepare a legal advertisement
for publication in two (2) newspapers (or other form of regularly published print media) as a solicitation
for bids. Additionally, the Engineer will advertise the project Invitation for Bids on their website and
directly notify potential contractors and plan rooms in order to maximize project exposure and generate
interest in the project. The Engineer will coordinate payment for the project advertisement(s) and request
reimbursement from the Sponsor as a pass-through cost during invoicing.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 10 of 13 REV 2021.03W
3.02 Prepare/Conduct Pre-Bid Meeting. The Engineer will conduct the pre-bid meeting and pre-bid site
visit in sequence with the Sponsor and contract document requirements. As a part of this meeting, the
Engineer will also discuss the environmental plan sheet, surveyed areas, and environmental
commitments.
3.03 Prepare Addenda. Any necessary addenda will be issued to clarify and modify the project, as
required, and based on questions or comments that may arise from potential contractors during the
bidding process. Any necessary addenda will be reviewed with the Sponsor and FAA prior to being issued.
The addenda will meet all design and construction standards, as required.
3.04 Consult with Prospective Bidders. During the bidding process, the Engineer shall be available to
clarify bidding issues with contractors and suppliers and for consultation with the various entities
associated with the project.
3.05 Attend Bid Opening. The Engineer shall attend the bid opening for the project, which will be
conducted by the Sponsor.
3.06 Review Bid Proposals. Upon the opening of submitted bid proposals by the Sponsor, the Engineer
shall review all the bid proposals submitted. A cost analysis of the bid prices will be completed and
tabulated; the contractor's qualifications to perform the work will be included, including review of
suspension and debarment rules on the www.Sam.gov website, verification of proposed DBE
subcontractors, Buy American compliance analysis/review, and project funding review. Inclusion of bid
guarantee, acknowledgement of addenda and licensure verification in Colorado shall be completed.
3.07 Prepare Recommendation of Award. The Engineer shall prepare a Recommendation of Award for
the Sponsor to accept or reject the bids received with a summary of the items listed in Task 3.6. If rejection
is recommended, the Engineer will supply an explanation for their recommendation and possible
alternative actions the Sponsor can pursue to complete the project.
TASK 3 DELIVERABLES TO FAA/STATE TO SPONSOR
3.01 Required Bidding Documents
3.02 Pre-Bid Meeting Agenda and Pre-Bid Meeting Minutes
3.03 Addenda
3.06 Bid Tabulations
3.07 Recommendation of Award
TASK 3 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION
3.02 Prepare/Conduct Pre-Bid Meeting
· Gypsum, CO
One (1) Project Manager, one (1) Principal, and one (1)
Construction Manager
Assume travel to/from Denver, CO to Gypsum, CO for
two (2) hour meeting.
3.05 Attend Bid Opening
· Gypsum, CO
One (1) Project Manager
Assume travel to/from Denver, CO to Gypsum, CO for
one (1) hour meeting.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 11 of 13 REV 2021.03W
EX Reimbursable Costs During Design and Bidding
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.
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.
Environmental Survey and Reports: Biological, cultural, wetlands and paleontological surveys and
analysis will be completed to identify existing resources and satisfy City, State and Federal regulations.
Field visits will be performed under the direct supervision of the Engineer. Final reports will be completed
for each resource (biological, cultural, wetlands and paleontological) to be assessed in the Supplement to
the EA.
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.
3. The Airport Layout Plan (ALP) will not need to be updated for this 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
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 12 of 13 REV 2021.03W
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.
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.
Additional Services
The following items are not included under this agreement but will be considered as extra work:
Redesign for the Sponsor’s convenience or due to changed conditions after previous alternate
direction and/or approval.
Submittals or deliverables in addition to those listed herein.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Eagle County Regional Airport
AIP Project No. 3-08-0020-067-2022
Construct Taxiway B (Phase 1 Earthwork) (Design)
January 18, 2022 (Revised February 11, 2022)
Page 13 of 13 REV 2021.03W
If a project audit occurs, the Engineer is prepared to assist the Sponsor in gathering and preparing
the required materials for the audit.
Serving as an expert witness for the Owner in any litigation, surety claim, contractor bond
activation, or other proceeding involving the project.
Additional or extended services during construction made necessary by extension of contract
time, non-concurrent work, or changes in the work.
Legal, surety, or insurance support, coordination, and representation.
Extra Work will be as directed by the Sponsor in writing for an additional fee as agreed upon by the
Sponsor and the Engineer.
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
AIRPORT:Eagle County Regional Airport
AIP NUMBER: 3-08-0020-067-2022
PROJECT NAME: Construct Taxiway B (Phase 1 Earthwork) (Design)
DATE: February 28, 2022
FEE BREAKDOWN LABOR HOUR BREAKDOWN
Labor Category Total Cost
Principal Construction
Manager IV Project Manager III Engineer Phase Mgr
I
Associate Engineer
II Designer II Project Coordinator
II Support III Planner III Phase Item Costs
1.0 Preliminary Design Phase (Lump Sum)1.0 Preliminary Design Phase (Lump Sum)
Principal 6 hrs.x 275.00$ /hr =1,650.00$ 1.01 Coordinate and Attend Meetings with the Sponsor and FAA 4 8 12 5,200.00$
Construction Manager IV 12 hrs.x 205.00$ /hr =2,460.00$ 1.02 Prepare Project Scope of Work and Contract 2 4 8 2,610.00$
Project Manager III 58 hrs.x 205.00$ /hr =11,890.00$ 1.03 Prepare Preliminary Cost Estimating 2 4 4 1,850.00$
Engineer Phase Mgr I 14 hrs.x 155.00$ /hr =2,170.00$ 1.04 Provide Project Coordination 24 8 5,800.00$
Associate Engineer II 2 hrs.x 125.00$ /hr =250.00$ 1.05 Review Existing Documents 2 2 2 2 1,300.00$
Designer II 2 hrs.x 165.00$ /hr =330.00$ 1.06 Coordinate Topographical Survey -$
Project Coordinator II 24 hrs.x 125.00$ /hr =3,000.00$ 1.07 Coordinate Geotechnical Investigation -$
Support III 8 hrs.x 110.00$ /hr =880.00$ 1.08 Coordinate Utility Locating -$
Planner III 40 hrs.x 165.00$ /hr =6,600.00$ 1.09 Prepare State Grant Application 2 410.00$
1.10 Prepare Federal Grant Application 4 12 2,320.00$
1.11 Prepare Environmental Documentation 40 6,600.00$
1.12 Prepare Disadvantaged Business Enterprise (DBE) Program and Goal 2 12 1,910.00$
1.13 Prepare Quarterly Performance Reports - Design 6 1,230.00$
SUBTOTAL 166 hrs.29,230.00$
Reimbursables
1 Day x 85.00$ /Day=85.00$
80 Mi x 0.585$ /Mi=46.80$
Day x 210.00$ /Day=-$
Per Diem Day x 79.00$ /Day=-$
Travel & Airline Costs Trip x 500.00$ /Trip=-$
131.80$
29,361.80$ 6 12 58 14 2 2 24 8 40 29,230.00$
Labor Category Total Cost
Principal Quality Control
Manager
Construction
Manager IV Project Manager III Engineer Phase Mgr
I
Associate Engineer
II Designer II CADD Tech II
Project Coordinator
II Planner III Phase Item Costs
2.0 Design Phase (Lump Sum)2.0 Design Phase (Lump Sum)
8 hrs.x 275.00$ /hr =2,200.00$ 2.01 Analyze Topographical Survey Data 8 1,320.00$
24 hrs.x 230.00$ /hr =5,520.00$ 2.02 Analyze Geotechnical Investigation Data 4 2 1,230.00$
73 hrs.x 205.00$ /hr =14,965.00$ 2.03 Develop On-Site Grading Plans 1 4 4 40 8 9,395.00$
108 hrs.x 205.00$ /hr =22,140.00$ 2.04 Prepare Existing Utility Inventory 2 2 2 990.00$
148 hrs.x 155.00$ /hr =22,940.00$ 2.05 Prepare Preliminary Contract Documents 1 16 40 4 10,255.00$
48 hrs.x 125.00$ /hr =6,000.00$ 2.06 Prepare Construction Safety and Phasing Plan (CSPP)8 4 4 16 5,080.00$
78 hrs.x 165.00$ /hr =12,870.00$ 2.07 Prepare Preliminary Construction Plans -$
114 hrs.x 110.00$ /hr =12,540.00$ Cover Sheet 1 2 425.00$
6 hrs.x 125.00$ /hr =750.00$ Index of Drawings/Summary of Approximate Quantities 1 2 425.00$
2 hrs.x 165.00$ /hr =330.00$ General Notes 1 2 425.00$
Master Legend and Abbreviations 1 2 425.00$
Survey Control Plan 1 2 425.00$
Safety Plan 2 2 2 4 1,510.00$
Construction Layout Plan 2 1 2 4 1,305.00$
SUBTOTAL 609 hrs.100,255.00$ Construction Phasing Plan 2 1 4 4 1,555.00$
Environmental Requirements and Details 1 4 2 975.00$
Reimbursables Demolition Plan 2 4 8 2,110.00$
1 Day x 85.00$ /Day=85.00$ Overall/Grading and Drainage Plan 1 4 8 8 24 6,695.00$
260 Mi x 0.585$ /Mi=152.10$ Grading and Drainage Plan 1 4 8 8 24 6,695.00$
Day x 210.00$ /Day=-$ Typical Sections 2 2 4 8 2,360.00$
Per Diem Day x 79.00$ /Day=-$ Seeding and Erosion Control Plan/Details 1 1 2 4 1,100.00$
Travel & Airline Costs Trip x 500.00$ /Trip=-$ 2.08 Prepare Preliminary Technical Specifications 16 4 4,100.00$
237.10$ 2.09 Prepare Preliminary Special Provisions 2 410.00$
2.10 Prepare Drainage Analysis and Storm Drainage Design 2 8 1,650.00$
2.11 Compile/Submit Permits 2 410.00$
2.12 Compile/Submit FAA Form 7460 2 4 2 1,280.00$
2.13 Calculate Estimated Quantities 4 2 8 8 3,790.00$
2.14 Prepare Estimate of Probable Construction Cost 4 1 4 1,645.00$
2.15 Prepare Engineer's Design Report and Modification of Standards 4 4 24 8 6,360.00$
2.16 Prepare and Submit Modification of Standards on MOS Website -$
2.17 Prepare Engineer's Recommendation for Clarification to Standards 2 4 1,030.00$
2.18 Review Plans at 60% and 90% Complete 4 8 16 16 8,500.00$
2.19 Provide In-House Quality Control 24 5,520.00$
2.20 4 12 12 12 5,500.00$
2.21 Prepare Requests for Reimbursement 4 820.00$
2.22 Prepare and Submit Design Closeout Report 4 24 4,540.00$
100,492.10$ 8 24 73 108 148 48 78 114 6 2 100,255.00$
LABOR CATEGORY
Prepare and Submit Const. Plans, Specs., Cont. Docs., and Design Report
TASK LABOR CATEGORY
TOTALS
TASK
TOTALS
Project Coordinator II
Total Hours Billing Rate
SUBTOTAL
PHASE SUBTOTAL
Billing Rate
Engineer Phase Mgr I
Quality Control Manager
Principal
Auto Rental
Mileage
Lodging + Tax & Fees
SUBTOTAL
SUBTOTAL
CADD Tech II
Associate Engineer II
Designer II
Total Hours
Planner III
Construction Manager IV
Project Manager III
Auto Rental
Mileage
Lodging + Tax & Fees
SUBTOTAL
PHASE SUBTOTAL
Page 1 of 2 Rev. 1.24.22
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
Labor Category Total Cost
Principal Construction
Manager IV Project Manager III Engineer Phase Mgr
I
Project Coordinator
II Phase Item Costs
3.0 Bidding Phase (Lump Sum)3.0 Bidding Phase (Lump Sum)
2 hrs.x 275.00$ /hr =550.00$ 3.01 Provide Bid Assistance 1 4 4 1,715.00$
12 hrs.x 205.00$ /hr =2,460.00$ 3.02 Prepare/Conduct Pre-Bid Meeting 8 8 4 3,900.00$
26 hrs.x 205.00$ /hr =5,330.00$ 3.03 Prepare Addenda 2 2 2 970.00$
16 hrs.x 155.00$ /hr =2,480.00$ 3.04 Consult with Prospective Bidders 4 820.00$
2 hrs.x 125.00$ /hr =250.00$ 3.05 Attend Bid Opening 8 1,640.00$
3.06 Review Bid Proposals 2 4 1,030.00$
3.07 Prepare Recommendation of Award 1 2 2 995.00$
SUBTOTAL 58 hrs.11,070.00$
Reimbursables
2 Day x 85.00$ /Day=170.00$
520 Mi x 0.585$ /Mi=304.20$
Day x 210.00$ /Day=-$
Per Diem Day x 79.00$ /Day=-$
Travel & Airline Costs Trip x 500.00$ /Trip=-$
474.20$
11,544.20$ 2 12 26 16 2 11,070.00$
Metcalf Archaelogical
SUBTOTAL 2,500.00$
Phase Fee Reimbursable
Costs Total Cost
PART A - BASIC SERVICES (LUMP SUM)
1.0 Preliminary Design Phase (Lump Sum)29,230.00$ 131.80$ 29,361.80$
2.0 Design Phase (Lump Sum)100,255.00$ 237.10$ 100,492.10$
3.0 Bidding Phase (Lump Sum)11,070.00$ 474.20$ 11,544.20$
SUBTOTAL 140,555.00$ 843.10$ 141,398.10$
PART B - SPECIAL SERVICES (Lump Sum)
Metcalf Archaelogical 2,500.00$
SUBTOTAL -$ -$ 2,500.00$
140,555.00$ 843.10$ 143,898.10$
Mileage
Lodging + Tax & Fees
Project Coordinator II
LABOR CATEGORYTASK
TOTALS
Project Manager III
Billing RateTotal Hours
TOTAL
SUBTOTAL
Engineer Phase Mgr I
SUBTOTAL
PHASE SUBTOTAL
SUBCONSULTANT 1
Principal
Construction Manager IV
Auto Rental
Page 2 of 2 Rev. 1.24.22
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388
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
2/28/2022
(703) 827-2277 (703) 827-2279
25666
Jviation, a Woolpert Company
720 South Colorado Blvd, Suite 1200-S
Glendale, CO 80246
25623
25674
19445
20443
A 1,000,000
P6309P881661 3/1/2022 3/1/2023 1,000,000
5,000
1,000,000
2,000,000
2,000,000
1,000,000B
8109P881648 3/1/2022 3/1/2023
10,000,000C
CUP-1T790932-22-NF 3/1/2022 3/1/2023 10,000,000
10,000
D
11326672 3/1/2022 3/1/2023 1,000,000
N 1,000,000
1,000,000
E Professional Liab.AEH288355072 3/1/2022 Per Claim/Aggregate 5,000,000
RE: Any and All Projects
Eagle County Regional Airport
219 Eldon Wilson Road
Gypsum, CO 81637
WOOLINC-01 KSUTTON
Ames & Gough
8300 Greensboro Drive
Suite 980
McLean, VA 22102
admin@amesgough.com
Travelers Indemnity Co. of America A++, XV
Phoenix Insurance Company A++, XV
Travelers Property Casualty Company of America
National Union Fire Insurance Company
Continental Casualty Company (CNA) A, XV
X
3/1/2023
X
X
X
X
X
X
X
DocuSign Envelope ID: D3CCF592-3622-48E3-9DF9-855E2EB5D388