Loading...
HomeMy WebLinkAboutAecom Technical Services-2/16/2015A=COM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com REHABILITATE TAXIWAY A EAST CRACK SEALING ON RUNWAY 12/30 REMOVAL OF TREES FAA AIP 3-19-0094-044 WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Project Description: See attachment and incorporated herein. Scope of Services: See attachment and incorporated herein. Compensation Compensation for Services for this project shall be a cost plus fixed fee not to exceed Ninety Thousand One Hundred Dollars ($90,100.00). See attachment and incorporated herein. General Conditions Except as specifically amended by this Individual Project Agreement, Services shall be provided in accordance with the Consultant Services Agreement for the Waterloo Regional Airport, entered between AECOM Technical Services, Inc. ("ATS") and the City of Waterloo ("Client") dated April 15, 2014. APPROVED: CITY OF WATERLOO, IOWA Date Ernest G. Clark, Mayor APPROVED: AECOM TECHNICAL SERVICES, INC. By /' Date /•ouglas W. hin , P.E. Associate Vice President February 2, 2015 A COM SCOPE OF SERVICES REHABILITATE TAXIWAY A EAST CRACK SEALING ON RUNWAY 12/30 REMOVAL OF TREES FAA AIP 3-19-0094-044 WATERLOO REGIONAL AIRPORT WATERLOO, IOWA I. Project Description The project is described as the 2015 airfield improvements and includes the rehabilitation of Taxiway A beginning at Runway 12/30 and proceeding towards the terminal apron, with the exception of the section of Taxiway A that was included in the recent Taxiway E project. The project also includes crack sealing on Runway 12/30 between Runway 6/24 and Runway 18/36. Trees within the approach surfaces for Runway 12 and Runway 18 and the transitional surface to Runway 18/36 will be removed. It is anticipated that design and construction of this project will be funded in part with federal funds received through a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant. II. Scope of Services The work to be performed by ATS shall encompass and include detailed work, services, materials, equipment and supplies necessary to provide preliminary design, develop final plans, develop specifications, provide construction cost estimates, and provide bidding services. Work shall be divided into the following tasks: 1. Pre -Design Conference. This task consists of a pre -design conference called by the Sponsor and held between the Sponsor, ATS and the FAA. The pre -design conference will be conducted by conference call. The purpose of this conference is to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations and civil rights requirements. ATS will prepare and distribute an agenda and the minutes of this meeting. The minutes will document the requirements set forth in this pre -design conference. It is anticipated that the project manager will be in attendance. 2. Data Collection and Review. This task consists of the collection of existing data applicable to this project and related to the proposed work site. Record drawings of completed projects and utility information will be compiled as background information for the project. 3. Subsurface Information. This task consists of completing pavement cores and collection of subsurface soils data on an approximate 400 foot grid along Taxiway A. Subsurface investigations shall be completed in accordance with FAA Advisory Circular AC 150/5340-6E. Subsurface information will be collected for design and construction of the proposed improvements. 4. Field Survey. This task consists of a field survey to collect topographic information to locate existing pavement edges, lights, signs, drainage structures, trees, pavement cracks and other horizontal and vertical data to assist in the preparation of the plans for the project. Property surveys are not included in this task. A=COM 5. Base Mapping and Digital Terrain Model. This task consists of the preparation of a project base map and digital terrain model prepared from the field survey and record documents of completed projects. 6. Pavement Design. This task consists of summarizing the pavement evaluation, the determination of the design aircraft and rehabilitation recommendations for the taxiway pavement design, and preparation of the final pavement design forms for the project. 7. Preparation of Design Plans. This task consists of the preparation of the final design plans for this project. Plans will be prepared in compliance with current FAA requirements in effect at the time the plans are prepared. This task includes the preparation of the following sheets: 1) Title Sheet 2) Legend, General Notes, Schedule of Drawings and Quantities, and Seal 3) General Project Layout 4) Construction Safety and Operations Plan 5) Taxiway Phasing Plan (Phase 1) 6) Taxiway Phasing Plan (Phase 2) 7) Taxiway Phasing Plan (Phase 3) 8) Typical Sections 9) Taxiway Existing Conditions, Boring Locations and Demo Plan, Including Safety Areas 10) Taxiway Existing Conditions, Boring Locations and Demo Plan, Including Safety Areas 11) Taxiway Existing Conditions, Boring Locations and Demo Plan, Including Safety Areas 12) Geometric Layout 13) Taxiway Grading and Drainage Plan 14) Taxiway Grading and Drainage Plan 15) Taxiway Grading and Drainage Plan 16) Taxiway Plan and Profile 17) Taxiway Plan and Profile 18) Taxiway Plan and Profile 19) Taxiway Marking Plan 20) Taxiway Marking Details 21) Taxiway Lighting and Signage Layout Plan 22) Taxiway Lighting and Signage Layout Plan 23) Taxiway Lighting and Signage Layout Plan 24) Taxiway Lighting and Signage Layout Plan 25) Lighting Details 26) Sign Details 27) Taxiway Cross Sections 28) Taxiway Cross Sections 29) Taxiway Cross Sections 30) Taxiway Cross Sections 31) Taxiway Cross Sections 32) Taxiway Cross Sections 33) Runway 12/30 Existing Conditions and Rehabilitation Plan, Including Safety Areas 34) Runway 12/30 Existing Conditions and Rehabilitation Plan, Including Safety Areas 35) Runway 12/30 Existing Conditions and Rehabilitation Plan, Including Safety Areas 36) Runway 12/30 Pavement Marking Plan and Details A=COM 37) Runway 12/30 Pavement Marking Plan and Details 38) Runway 18 Approach Surface - Existing Conditions and Removal Limits, Including Safety Areas 39) Runway 12 Approach Surface — Existing Conditions and Removal Limits, Including Safety Areas 40) Runway 18/36 Transitional Surface — Existing Conditions and Removal Limits, Including Safety Areas 8. Proiect Manual. This task consists of the preparation of the project manual for the project. The technical specifications and corresponding contract documents will be in compliance with current FAA requirements in effect at the time the specifications are prepared. 9. Construction Safety and Phasing Plan. This task consists of the preparation of a separate Construction Safety and Phasing Plan (CSPP) in accordance with AIP Sponsor Guide Section 960 and Advisory Circular 150/5370-2F. The draft CSPP will be submitted to FAA for review. A final CSPP will be prepared and submitted that will address comments received. The final CSPP will be included in the project manual. 10. Airspace Submittal. This task consists of preparation and submittal of FAA 7460-1 forms electronically through the FAA's OEAAA website for temporary construction items, including contractor's staging area, access routes and construction equipment. Air space forms will be submitted during design phase of project once element locations are defined in order for FAA determinations to be received prior to anticipated construction start. 11. Estimate of Probable Construction Cost. This task consists of the preparation of a detailed estimate of construction costs based upon the detailed plans and specifications. This statement of probable construction cost prepared by ATS represents ATS's best judgment as a design professional at the time the estimate is drawn. It is recognized, however, that neither ATS nor the Sponsor has any control over the cost of labor, materials or equipment; over the contractor's method of determining bid prices; or over competitive bidding or market conditions. Accordingly, ATS cannot and does not guarantee that bids will not vary from any statement of Probable Construction Cost or other cost estimates prepared by ATS. An update to the Capital Improvement Program (CIP) budget for the project will be prepared as part of this task. 12. Engineer's Design Report. This task consists of the preparation of an Engineer's Design Report in accordance with the AIP Sponsor Guide Section 920 effective at the time of the agreement. This report will be submitted to the Sponsor and FAA for review and comment. Responses will be provided to comments. 13. Quality Review. This task consists of the quality review of work elements on the project. During the course of this project, quality reviews will be conducted by senior technical personnel that are not directly involved in the project. 14. DBE Program. This task consists of working with the Sponsor to prepare a Disadvantaged Business Enterprise (DBE) program in accordance with U.S. Department of Transportation (DOT), 49 CFR Part 26, and determine DBE goals for use on this project. 15. Conferences and Meetings. This task consists of conferences and meetings that will be attended by ATS for the purpose of coordination with the Sponsor, A=COM information exchange and general understanding of the status and direction of the project. It is anticipated that an on-site field meeting will be held during design, and a meeting will be held with the Sponsor around the time of the 90% submittal. 16. Bid Assistance. This task consists of assisting the Sponsor in advertising for and receiving bids, attending the bid opening, analyzing the bids received, preparing a recommendation to the Sponsor and FAA for award of contract. The following documents will be provided as part of this task: 1) Letter of Recommendation 2) Tabulation of Bids 3) Copies of the Proposals Received 4) DBE Participation — Letters of Intent 5) Buy American Certification 17. Pre -Bid Conference. This task consists of attending and conducting a Pre -Bid Conference at the project site for prospective bidders. This task includes the preparation of an agenda, preparation and distribution of minutes of the meeting. 18. Bid Document Interpretation. This task consists of answering bid document interpretation questions from bidders, preparing and issuing any required addenda. 19. Grant Application. This task consists of assisting the Sponsor in preparation of grant application. 20. Desitin Administration. This task consists of office administration and coordination of the project. Interoffice meetings, general day-to-day administrative responsibilities, and typing of interoffice memoranda and minutes of meetings are included in this task. This task includes preparation and submittal of the following: 1) 90% Submittal a. FAA. One half-size set of plans, one copy of the project manual and one copy of the Engineer's Design Report. b. Sponsor. Two sets of half-size plans, two copies of the project manual and two copies of the Engineer's Design Report. c. ATS. Two sets of half-size plans, two copies of the project manual and two copies of the Engineer's Design Report. 2) Final Submittal a. FAA. One copy of written responses to 90% comments, and an electronic copy of the plans, project manual, project construction cost estimate, project budget and revised Engineer's design report. b. Sponsor. Two copies of written responses to 90% comments and two hard copies of the plans, project manual, project construction cost estimate, project budget and revised Engineer's design report. c. ATS. Two copies of written responses to 90% comments and two hard copies of the plans, project manual, project construction cost estimate, project budget and revised Engineer's design report. AZ -COM 3) Issued for Bid Submittal a. FAA. No issued for bid submittal documents are required. b. Sponsor. Two copies of the plans and project manual. c. ATS. Twenty copies of the plans, project manual and proposal forms to be provided to plan rooms and potential contractors and suppliers. L:\work\ADMIN\AGREE\PROF\Wat Air Rehab Taxi A East.doc Rehabilitate Taxiway A East, Crack Sealing on Runway 12/30 and Remove Trees Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-044 Engineering Services Consultant Cost Summary I. Direct Labor Cost Category Hours Rate/Hour Amount Senior Professional 60 $77.30 $4,638.00 Project Professional 104 $54.65 $5,683.60 Staff Professional 142 $43.35 $6,155.70 Professional 0 $34.40 $0.00 CADD Operator II 160 $33.10 $5,296.00 CADD Operator I 36 $23.40 $842.40 Senior Technician 80 $33.80 $2,704.00 Technician 80 $24.85 $1,988.00 Project Support 40 $29.15 $1,166.00 $28,473.70 702 II. Payroll Burden and Overhead Costs 150.00% $42,710.55 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 2000 0.560 1,120.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 B/W Copies 20,000 0.06 1,200.00 Color Copies 500 0.22 110.00 Plan Copier 100 0.50 50.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Nuclear Density Guage 0 40.00 0.00 Miscellaneous, Other 200.00 $2,680.00 IV. AECOM Estimated Actual Costs $73,864.25 Rounded $73,850.00 V. Subcontract Expense Terracon - Subsurface Investigation $5,600.00 VI. Estimated Actual Costs $79,450.00 VII. Fixed Fee (15% of Items I & II) $10,650.00 VIII. Maximum Amount Payable $90,100.00 Rehabilitate Taxiway A East, Crack Sealing on Runway 12/30 and Remove Trees Waterloo Regional Airport Waterloo, Iowa FAA AIP 3-19-0094-044 Engineering Services Staff Hour Estimate Item No. Description Senior Prof Project Prof Staff Prof Prof CADD Operator II CADD Operator I Senior Technician Technician Project Support Totals 1 Pre -Design Conference 4 4 2 Data Collection and Review 8 8 16 3 Subsurface Information 4 4 4 Field Survey 80 80 160 5 Base Mapping & Digital Terrain Model 4 16 12 12 44 6 Pavement Design 8 8 7 Preparation of Bid Documents 1) Title Sheet 4 4 2) Legend, General Notes, Schedule of Drawings and Quantities, Seal 8 8 8 24 3) General Project Layout 4 8 12 4) Construction Safety and Operations 8 8 8 24 5) Taxiway Phasing Plans 8 8 16 6) Typical Sections 4 8 12 7) Taxiway Existing Conditions, Boring Locations and Demo Plan 2 8 10 8) Geometric Layout 2 4 6 9) Taxiway Grading and Drainage Plans 12 4 16 10) Taxiway Plan and Profile 8 4 12 11) Taxiway Marking Plan 4 4 12) Taxiway Marking Details 2 2 13) Taxiway Lighting and Signage Layout Plan 2 8 10 14) Lighting Details 4 4 15) Sign Details 2 2 16) Taxiway Cross Sections 4 8 12 17) Runway 12/30 Existing Conditions and Rehabilitation Plan 8 8 8 24 18) Runway 12/30 Pavement Marking Plan and Details 4 8 12 19) Runway 18 Approach Surface - Existing Conditions and Removal Limits 4 8 12 20) Runway 12 Approach Surface - Existing Conditions and Removal Limits 4 8 12 21) Runway 18/36 Transitional Surface - Existing Conditions and Removal Limits 4 8 12 8 Project Manual 24 24 48 9 Construction Safety and Phasing Plan 16 16 10 Airspace Submittal 16 8 24 11 Estimate of Probable Construction Cost 4 8 8 20 12 Engineer's Design Report 4 16 8 28 13 Quality Review 8 8 14 DBE Program 16 16 15 Conferences and Meetings 16 16 16 Bid Assistance 4 4 8 17 Pre -Bid Conference 4 4 18 Bid Document Interpretation 8 8 16 19 Grant Application 4 4 20 Design Administration 8 8 16 Total Services 60 104 142 0 160 36 80 80 40 702 Letter of Transmittal TO: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 A=COM DATE: February 2, 2015 JOB ID NO.: ATTENTION: Ms. Suzy Schares RE: Rehabilitate Taxiway A East Crack Sealing on Runway 12/30 Removal of Trees FAA AIP 3-19-0094-044 WE ARE SENDING YOU: O Attached 0 Prints ❑ Under separate cover via the following items: O Shop Drawings 0 Change Order ❑ Plans 0 Samples 0 Specifications O Copy of Letter 0 COPIES DATE NO. DESCRIPTION 4 Agreements for Above -Referenced Project for Mayor's Signature (February 9, 2015, City Council Meeting) THESE ARE TRANSMITTED AS CHECKED BELOW: O For approval O For your use O As requested ❑ Approved as submitted 0 Resubmit copies for approval O Approved as noted 0 Submit copies for distribution O Returned for corrections 0 Return corrected prints O For review and comment 0 O For Bids due 20 0 Prints returned after loan to us REMARKS: Upon approval, please return two (2) original executed agreements. We look forward to working with the Waterloo Municipal Airport on this project. COPY TO: Mr. David Hughes, PE SIGNED: Mr. Keith Kaspari a Douglas` indel, PE If enclosures are not as noted, kindly notify us at once. 501 Sycamore Street, Suite 222 • P.O. Box 1497 • Waterloo, Iowa 50704-1497 • (319) 232-6531 • Fax: (319) 232-0271