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