Res 155-2006 12/5/2006 . �
RESOLUTION NO. � d�
RESOLUTION APPROVING ENGINEERING SERVICES CONTRACT TO
URS CORPORATION FOR THE DESIGN AND ENGINEERING
ACTIVITIES ASSOCIATED WITH TAXIWAY "C" REPAIRS AT WICHITA
FALLS MUNICIPAL AIRPORT; FINDING AND DETERMINING THAT
THE MEETING AT WHICH THIS RESOLUTION WAS PASSED WAS
OPEN TO THE PUBLIC AS REQUIRED BY LAW.
WHEREAS, the City of Wichita Falls desires to enter into an engineering
services contract for the reconstruction of Taxiway "C" located at the Wichita Falls
Municipal Airport; and
WHEREAS, URS Corporation is proposing to do this work for the amount of
$49,135.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
SECTION 1. The engineering services contract from URS Corporation for the
design and engineering activities associated with taxiway "C" repairs at Wichita Falls
Municipal Airport, is hereby accepted.
SECTION 2. It is hereby officially found and determined that the meeting at
which this resolution was passed was open to the public as required by law.
PASSED AND APPROVED this the 5th day of December 2006.
,
; ----_
�� �
MAYOR
ATTEST:
City Cler
WORK ORDER NO. 3
In acco�dance with the Agreemer�t fa Professional Services between Citv of Wichita Paiis ("Cii�t`�,
end URS �orrzardtion {"URS'). a N @YBdd coR�oration, dated March 18 2�5 this Warfc Order
describes the Sen+ic�s, Schedt�e, and Payme�t Conditions for URS Servicea on the Pro]ed known as:
Wichita Falis Muni,�pai Airpprt
T r oa .� �..• Rehabilitation —
Clfent Authorized
Representative: Monica J Mams AiraQrts Admini�rator
Address: 45'i5 Jacksboro Hiahwav - —
Wichka Falis TX 76302
7elephone No.: (94Q� 766-1735
URS Authorized
Representative: °^"°'' `T°"` cchmidt PE �°rkfor Proiect Mana�r
Address: 3 F
DatEas TX 752�
Telephone No,: f°��� 406-6950
SER S. The Senrices ahaif be described in Attachment A to this Work Order.
SCHED� The Esfimated Scheduie shali be set forth in Attadiment B to this Work Order. 8ecause
of the uncertainties inherent in the Services, 5chedules �e estimated and are subject to revision �less
othervvise specificaily described herein.
p�►YMENT AND EQUITABLE AOJU�TMENTS. 1'his is a lump sum Worfc Order. URS lump sum
compensadon and provisions Tor progress and 6nai paymeMs are speafied in At#acrunent C to this Work
Order. Payme�t of �_ is due upon signature of tt�s Work Orda� and wUl be e�ppiied against the fin�
irrvace ftx tF�s Work Order. URS shail give Client prompt w�itten noGc� of unanUcipated conditiw�s or
cw�cStions which are materiaCy �fferant from those anfiapated by UR5 at tt�e tlme the lump sum
canpensatian was agreed upon. If Client wishes URS to proceed, URS lump sum cornpensadon shall be
subject to equitable adjustment for such ca�ditions.
TERMS ANO CONOIltONS. The tarms and conditions of tlse Agr�ment refer�ced above st�p apply to
this Work order, except as expressiy modlfied nerein.
ACCEP7ANCE of the tetms of this Work Order is acknowisdged by the fa�lawing signatures of the
Aukhorized Representatives.
�UENT �
._Signawrs —"--- Si9naWre
DaROn leiker / Gity Manaver Mtchael Rosenfeld Uce President
Ty{sed NamelrWe Typed NamelTitle
Oate of Sipnatwe � � �p��
ATTACIiMENT A
SCOPE OF WORK
BA51C PROJECT SERVICES OF THE ENG[NEER
'fhe ENGINEER sha11 serve as the CLiEN'C'S professioaal consultant with rcgard to the WORK
for which this WORK ORDER applies; and will give consultation and advice to the CLiENT during the
performance of their services. The WORK to which this OEtDEK applies is the design of pavement
repairs for a portion of Taxiway C between Runway 17-35 and Taxiway D at the Wichita Fatls Municipat
Airport. Repairs may inclnde fuH panel rep(acement, spall repair, and joint resealing.
7`he EIVGINEER shall, in the scope of their work, perform the foilowing basic services for the
WORK.
A. Preliminarv Desien
The ENGINEER shall perform the Preliminary Desiga of the Work as dcscribed betow:
i. Attend preliminary conferonces with CLIENT and other interested or invotved agencies
regarding the altemadves for the WORK.
2. Review existing plans, maps, records, and traffic frequency, ptanaing studies, drainage,
utilities and other available informadon relev$nt to the development of the PROJECf.
Provide for geotechnicai i�vestigations or any tests which, in the opinion of the
ENGINEER, may be required for the proper execudon of Preliminary Design of the
W ORK.
3. Prepare, conduct and document studies, analyses and reports of the PROJECT alternatives
in sufficient detai! ta clearly indicate the probfems involved and reasonable solutions
availabk to tt►c CLIENT. Such studies, analyses and reports muy include but not
necessarily be limited to: preliminary Isyouts, maps, wchibits, sketches, cnnstruction
materials and methods evaluations, schedules, utility coordination plans, design criteria,
environmentaf reviews, and other invesfigations pertinent to the evaluation of fhe
PROJECT altematives.
4. Prepare prcliminary PR03ECT schedule and esumau of the probable PROJECT
construction cosis for alf aitemative solutions. The ENdINEER'S opinion of construciion
costs shall be based on matcrials and labor process prevailing at the time of the prepaeation
of the preliminary report without consideration of inflauonary increases in costs. The
A-1
ETJGTNEER shall apply reasonable cansideraYion and knowledge to the preliminary cost
estimatt development.
5. Canduct, or cause to be conducted, field surveys far design; detetmine site constraints and
special permitting requiremenis.
6. Conduct, or cause to be conducted, a geotechnical analysis for the recommanded
xltematives that inciude but may noE be lirnited to: delineating geological sensitive areas,
soils formation and pavcment section recommrndations necessazy to esYimate cost.
9. Gvaluatc altcrnaGve materials and construckioa methods.
8. The ENGINEER shall, upon conclusion of their reviews, investigations, and preliminary
evaluatioas, prepare, present and publish details and summarization af their findings, cost
cstimates, access routes, recommendation for construction and a design and construction
schedule for the reoommended PROJECT in a Preliminary Design Report. The
ENGINEBR shall provide six (6} hazd copics of the dra8 report and six (6) hard copies and
one electronic copy of the final report addressing tht CT.I�,NT'S commcnts.
B. Phase B: Desien and Biddine Dacuments I'r�paration
Tt�e ENGINEER shalL•
i. Attend a conference with the CLTEIVT for tho purpose of explaining cnmpleted design
activities and review of schedule for completing ofremaining activities.
2. Prepaze detailed specifications {utilizing FAA and thc CLIENT'S standards and specia!
specifications as needed) and prepare construction contract drawings in clectronic format
for constructinn a�tharized by the CLIEPIT. 1'he drawings shall include plan views,
sections and details clearly defining and deseribing the intent of the improvements, limits
of work and storage areas, sequencing requirement�, access routes, environmental-
pmtectinn requiromenu, and concractor stagiag and storage areaz.
3. Prepare cost esYrmates of authorized consUvction.
4. Provide CLIENT ftve (5) half-size copies of draft Bidding Documents (consisting of 95%
cornpleted plans) and five (5j copies of bound specifications.
5. Attend one meeting to assist CLIENT in coorduaating construction acfivities with Sheppard
Air Force Base personnel.
6. Obtain CLIE;�`!''S approval of the bidding ducurnents and provide up to twenty-five (25)
sets of fina! bidding documents for distribution ta contractors. E2VGINEEK shall also
A-2
provide five (5) half size sets, and one elecuonic version in AutoCAD 20�0, or later, DWG
format of the Construction drawings.
7. Assist the CLIENT in the advertisement of the WORIC for construction bids and receive
bidding-document deposits (reflective of actual reproduction costs per set) and distribute
bidding documents. Bidding documenY deposit check shall be payable to the CL[ENt' and
those deposits not returned to bidders shall be given to the GLIENT.
8. Attend and conduct pre-bid canference. Provide written clariticarion and interpretation of
tt�e bid documcats to the CLIENT and the bidders.
9. Prepare ancl issue xl( addenda rcquired to clarify the bid documents.
10. Maintain a rewrd of bidding document issuance and receipt of same.
11. Attend the CLIENT'S opening of bids, raview bids and fiunish to the CLIENT a
recommcndation regarding thc award of the contract(s), within two (2) working days
following bid opening.
C. Basio Construction Serv+ces
ENGiNEER shall:
I. Make periadic visits tn the PROJECT site to observe the progress and quality of the
executed work and to determine, in general, if the work is proceeding in accordance with
the Project Manual and drawings. It is the intent of the E;NGtNEER and the CLIENT that
these services are to be provided by the ENGINEF.R.'S design professionals.
2. Consult with aad advise the CLIENT; issueJtransmit instructians to the contractor and
answe� contractor's questions in order tA implement the Project Manual and drawings and
prepare routine change orders as required,
3. Review samples, catalag data, schedules, shop drawings, laboratory, quarry, shop and mill
tests oE materiat and equipment; and other data whiah the contractar is cequired to submit
for confocmance witt� the design cnncept of the WORK and compliance with the Praject
Manual and drawinss and assemble written guarantees which are required by the Project
Manual and drawings. Submit copies of ali equipment and machinery drawings and of.her
contractor submittals to CLIENT.
4. Review monthly estimates for payments to contractor and furnish the CLIENT w�ith
recommendations regarding payment.
5. Upon reccipt of notification by the contractar that the work has bcen campleted, the
A•3
ENGINEER shali conduct an inspection, performed by appropriate members of the
ENGINEER'S staff: As a result of this inspection, the EiJGINEER shall prepare a list of
the items nceding correction. Afur the contractor has performed the required corrections,
the ENGTNEER shall notify the CLIENT in writing that fhe contract has been substantially
performed according to the Project Manual and drawings and is ready for final inspection
by the CLIENT and L-TIGINE�R The ENGINEER shall accompany the CLIEN'I' on thc
final inspection to assure that the total work has been completed in substantial accordance
with the Project Manual and drawings. ENGINEER shall review and tabulate all
warranties, guarantces, bonds, equipment-operating insWctions and simitar required
materials and documenu to make sure that all such materials and documents are received
and that they substantially meet the requirements of the Project Manual and drawings, afier
which they shall be transmitted to the CL1EN7' or his dcsigned representative(s). After
dctermining that all requirements of the PROJECT Manual and drawings have been
substantially met, the ENGINEER shall so certify and shall recommend approval of the
contractor's final application for pnyment,
6. Receive fram the contractor(s) as-built documents reffecting fieid changes to the bid
documen[s. The ENGINF.ER will review documents to ascertain to the best of his
knowledge and belief that the reflected field changes aze comptete and correct.
7. Compite contractors', Iicsident Project Rcprese�tadve's, and ENGINEER'S records und
submit such compilation to the CLIEN7'.
8. Prepare record drawings of construction, incorporating all compiled change orders and field
changes from the bid documcnts. A professional enginecr's seal shall be affixtd and signed
on each document, signifying the recorded changes have been tiansferred.
a. Drawings shall be prepared in elecvonic format and on mylar drafting film.
b. Drawings shall tx accurate in scale and dimensions and shall reflect ihe final, as-
wnstructed conditron of the WpRK.
9. Submit electronic ftie on CD-ROM, one (1) set of full-size mylars and four (4) sets of one-
half size print record drawings to CLIENT. Copies of record drawings that may be relied
upon by the CLI�N'f are limited to the printed copies {"hard" copies) that are signed and
sealed by the ENGINEER. Record drawings on electronic files lhat are furnished by the
ENGINEER to the CLIENT are only for the convenience of the CLIENT.
A-4
ATTACH113ENT B
SCHEDULE
URS Notice [o Proceed December 11, 2006 (Fstimated)
Completion of Preliminary Design January 8, 2007
Completion of Final Design, Plans and Specifications February 5, 2007
Advertisc for Bids February 1 l, 2007
Bid Opening Merch I5, 2007
Construcdon Conuactor's NoGce to Proceed April 16, 2007
Construction Duration Assumed for Fee Calculation: 3 Months
B-1
ATTACIIMENT C
PAYMENTS
CLIENT agrees to pay the ENGINEER, as full compensation for the professional enginee�ing and
associated services herein contracted, the Firm Fixed Price amount of 549,135. The details of the fee
c�leulution are provided in Attuchment G1. Payments shall bc made on a monthty basis in accordance
with the percentage completion of the WORK as submicted by the ENG[NEER and approvcd by d�e
CLIENT.
C-i
` r
ATTACHMENT G7
F� esn�,�
VNCHITA FALLS MUNICIPAL AIRPOR7
TAXIWAY C REHABILITATION
Princip�4 Pro)�et Proj�et CADD
Tuks In-Charg� Manag�r Engtnaar Tseh Admin Total
�hra� �hrs) (brsj (hra) (brsj (hn) Co�t
ProJact MartayemaM (6 YontFu} �
Statf MeeGny 2 2 2 2 2 2 S 368.00
Open[ng Forms 2 4 6 S 18�.00
Projed Manapement Plan 2 8 10 S 531.00
Heailh 8 Satery Plan 2 2 S t W.00
Monthly Manaqemanl 4 18 20 S �-�
Subtotal: 8 14 2 2 22 40 3 1,738.00
Preliminary Duign (4 Weaks)
field Invesligallon 8 8 S 416.00
PreGminary Enyineering Reporl 4 12 16 S ��
PreNminary Plana � 8 4 8 24 S �.�
PreGminary Desiyn Cwd�ence 8 8 S 418.00
SubWtal: 4 28 16 8 0 56 S 2,388.00
Finai Deslpn (t W��ks� 8 8 S 41&00
Progress Mead�qa (1) 4 12 8 12 4 40 S 1,474.00
Fnal Plans
SpedficaUons & Contraa Ooaments 8 4 12 S 538.00
Subtotai: 4 YB 12 12 4 60 S 2.428.00
Btdding Pbaa� Servleu (8 WNka)
Icwe Bidding Dacuments 8 8 S 180.00
Garily and interpret Bid bowments 4 4= 208•00
Prepere Addanda 4 4 S 208•00
Pre-Bid Conference 8 8 S 416.00
6id Tabulation 4 1 S 208.00
Subtotal: 0 20 0 0 8 28 S 1.200•00
ConsWCtlon Phasa Sarvioas (3 Yonths)
Pr�ConsWCOOn Conference E 8 S 416.00
ConsWd�o� MeetingS 24 24 S 1,248.00
Censtructlon AdminieVaUon 12 4 16 S 744.00
Finallnspedion B 8 S 416.00
Close•Out 4 � S 208.00
Subtotal: 0 58 4 0 0 60 S 3,832.00
Toul Raw Labor Cost 18 1�6 3! 22 34 214 i/0,782.00
Ovarhead and Oonenl AdminlstnUvs Cosb: 153.A4% S�8.�80.93
Total l.�bor Cost S 27,2�2.83
Subconsultants:
Surveyirg S 7.7�.00
GeoterhnfcallrnesGpatlon S 8,4�.00
Total SuboonsulUnt CosL f 16,100•00
Direct Expansos
P�i�dnglReprodudlaf s 260.00
Travei (9 Trips) S 1,000.00
A�fisc. j 75.00
Tota101rect Expensea: S 1,325.00
Toul Labo�, Subco��uhant, 3 Dlrect Ezpsnsss: S 44.667.83
Protit: 109G t 4,468.79
TotalFa�: f 48,134.72