Ord 62-2010 11/2/2010 ORDINANCE NO. 62-2010
Ordinance Authorizing The City Manager To Execute Professional
Services Agreements With URS Corporation for Terminal Area
Design Services For the Wichita Falls Municipal Airport And
Appropriating $350,000 In Airport Equity Funds and $402,654 in
General Funds To Cover The Unbudgeted Amount For This Project
WHEREAS, the City of Wichita Falls identified a need for a modern Airport
Passenger Terminal in the 2010 Municipal Airport Master Plan;
WHEREAS, the City of Wichita Falls desires to enter into a consulting services
contract for the partial development of design documents for the Wichita Falls Municipal
Airport Terminal Area project; and
WHEREAS, URS Corporation is proposing to do this work for the amount of
$752,653.69.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
1. The City Manager is authorized to execute the attached URS Corporation
Work Orders #16, 17 and 18, which are Professional Services Agreements With URS
Corporation for Terminal Area Design Services for the Wichita Falls Municipal Airport,
with changes thereto in a form approved by the City Attorney, in the amount of
$752,653.69.
2. Appropriations of $350,000 in Airport Equity Funds and $402,654 of General
Funds are hereby made to the 2010-11 Budget for the aforementioned services.
PASSED AND APPROVED this the 2" day of November, 2010.
MAYOR
ATTEST:
` �
, !
'�,
Ci Clerk
1
ATTACHMENT A
SCOPE OF WORK - SERVICES OF URS
URS sha]I serve as the CI�TTI"S professional consuitant with regard to the WORK for which
this WORK ORDER applies; and, witl give consultation and advice to t6e CLIENT during the
Performance of their services, 'The WORK to which this ORDER applies is the New Terminal project _
LandSide Improvements package at the Wichita Palls Muaici
�t Airport. The following improvements
are included:
1. Terminal loop roadway;
2. Terminaf Parldng Iot;
3• Drainage conveyance system;
4. Stormwaier detention pond;
5. Water aad wastewater lines;
6. Site lighting,
7. Exterio� Termuna! SiSnaSe (preliminary Design On1y)
8. Revenue control equipmen� and
9. Landscaping and irrigation.
• URS sball peiform t6e following services for the WORK:
A• Pre� Desien
URS shall perform the Pre�iminary Design of the Work
as described beIow.
1• Attend preliminary conferences with C�,�� �d �� interested or involved agencies
regal'ding the altematives for the WORK. Report Pr'ogress of this phase w t6e CLIENT
relative to approved schedule at intervals not eaceeding fourtaen days.
2. Review existing plans, maps, records, and traffic frequency, planning studies, drainage,
�tilihes and other available information reIevant to the development of the PROJECI'.
Provide for geotechnical investigations or any tests which, in t6e opinion of URS, may be
required for the proper execution of Pr Design of the WORK.
3- Prepare, conduct and doce�ment studies, analyses and repo�s o� the PROJECT siternateves
in sufFcient detail to clearly indicate d�e problems involved and reasonable solutions
available to tbe CLIEIVT_ Such studies, analyses and reports may include but not
necessariIy be Iimited to: preliminary layouts,. maps, exhibits, skerches, oonstruction
A-1
T�dn �'! i �
...-----_••--�••---------------•-,...-------_.._^.' �e_ � Afana�r.--+� Enflinesrll _Ted�__ � Admin ` Total
f.�_.__ -- --,...__.. __
. ' ; -- -----------__-�--.. --------
�nsnt 8 MoMhs ' - __y�- - �_ . __._...�......�....._._.y......._._.....�....�.___.__._....._.......€�..._..,.___....
ri�ct I � ari! � ---... _� ..--- -°----_�-_.._--•--__.____..._' ' , ,
_O�eNnQ Forms --•---_....---- :_.._..__.__..-.�-.-••.---•_-....---...---...----.._.._�.----....-----------
: 2 ; �----.......----....--�--••-.-_.._._._._...------
.___.....� ._._ _ _ . ._.�... t- � ., .� � 2 �
_ Pro�eci hAane� errt Plan _-___-___.....,.�__..__�..__-----'._.___--- .._ 4 _..___.___ 18 ..�_...._._..__.......N.._ _._..._._.....�.........._.. ----.....-�-_,. ...._......_--��- --__. ... _.... 4
Flislt & Sa Plan t - -- i�- -•-�-----._.........---._..�_....--- .................--�_._---------...._.t....--------•-2� = 22
� 6' �
�.. --- .-..._�_..�_...__.,.---__.......-..____._.° . , -_..---..._..__..
r .�._...r._---f-
�.
s���oOntreldSet_."��..r_.____..___�__-_.---...._.______ •-........._...2.TM �...�..r . ---- -'•-•--- --_.---_"---- _._...._.___. __.....__.__.
_ _ _ i _
�
,.,.,._.. .�.
� �-�.--. �^ .
�
� .
24 � � ---- ....!-
_.� � . ___...�...�i�� f � ;---.... --�----- __..._---...---
_ �
, ._...__rt......r...�_._._,. ._.--
� ,
� .
...Y ...�.:...�.._.___.-fi-
, , ' ._____....�.
.�_...�...-."_...._--..._-__�.._-�--._'--_�_-____.�..,.-,....�_�..�._..__...__..�L,___._..'--_..____:__...�"«--.-..'_�� ...� �
_._.---•._--.._____...�.._ --- �B i . r.._.-..-_....___�...____._..___...__i__-_._____.�.___�._...._._...----
-----°----- ---.^.__-{---....---- --•-- -- ' ' ' 62 ' 128
' ' �----•----...----`------__-----•.
_.., �.._._----' -_...�__�,.---------.---------- � T"----..__......._---- '
rnlimfna Phw�10 We�ks .-�'-•_---.....------t..----__---.-.._ �..___.,_�_.____..�___..._.__..._
� ---.._._�._.____..--•)---•----...---...----...__ #__-....._._.�___ ; . --- --._. _... ---.._-------_••- -
_....------- : : . . _ _
Pr�ellmi E neertn _R_ _ --�-.__._..___....----'.._.....__.---...__.......;------____...---••-s---------_.......__.-�------...--- --} ;
_._.__._.�L__.4Q� ___ _9 __� � 4 + �� _ e._____...----•-----
_...,.----�--- _�.___ 20 2p � ; �----...-----�•---, 44
Preliminary Plans -,._-------._- ------------- -_.•_-- --- -..`_..---- __---- ---- _ .
�
I
,.. _..
qp t 86 � _..... - -
...---------- ---°------- ---•---•--- -------•°--_- •_ , &y - -_.___ ..___..--
Prelimi _ n CoM r--------.._-- �---_�__.__._......__ ; . ._._._......_.�-.•----....._� ...__._....--- .. ....320
; --__..._._._..----._.�_..--
, . : -- ---- --
--�-.e......_T�_...�,.____�_._;._....�_.._. 8 ....----� .._...._.__, 8-.f.____ � -....- --- - ----._�_.. 16
�_.__.---------••_--- � , ._.._.._.__ ....._ _.._...�. ....._...._..._
_...___`-'__�------.1 `�
i y"`"'
__-__---__ _._._.__�----------
Subtctel: q . --'----.___ - ' ------
1 , ��
....-__...._r........�...,._,-- . - ---......_.-----_.. _..._...---- -
- - - • ' �...s.....__...._..i .r._.,._.^ 80 � 38�
: �-
-------------.. _�_w_ . ___--------- � ' i � ..,.r..�._ _....�,
� �� _
Ds�l�n_ (16 W�sks - t' --------- ------�----- _----- -----------_ __ ___...--- - -----___-- - -.. _..-----•- --- --------
-Z.... ___ . °__._.-__-._.._..._. _�..� _.__...>. � .� _ �. ..
_� _
._..�... .........._---_._ -- 8 � ,__._.___...... 8 �+
•_Pra�^ess Mea � 9 I , '...___..Y....-----1. ___.,__........_! ••--._...� ,.�...,..�..__._.... --
Finel Plans - ------------- --••---_._,....----------- ` � ' _..
• � -�-----_ -------�-------�....---�--....------- ---`- ---
�.�..�-_-.._.�...-. ' 120I 80 160 _•- ..�_---------...��.___...__..---..._...
: •--__--__.�..._..,._......._.��..__.._._.._..�.�....__.; 2 ry 60�
..-...»_...�__�__.�_..T_______..__._.__.__T.....___.___� ' ..�°.-...._..
Er�lneara Odnlon ot Frobeble Cost , _-•-_------�-----_.__.?6..;._---..____._�g-+.-----........_.._____L._�__ r. 8 ��, g 40
-` 12 , --_..-_--_•--- •---..__....
-• _.,.____._�...,..___.�...._ � ' --
.v..._.�._.__.._..�........._.....�_..,...._.�....._.._---..._3�_, ___....._�._. �
_.S�pec!Ticaliona d�Contract DocumerKs l..v___.._..._._� i6 : : �.__...__....._.?6
Finel Enj�f ---------------. ____�...__...._.__._.;.._._...._____._--...,-----..____.-- -...._.__ ................. -.-.•---...._.....
neerirg rt q : , --
8 "
, . ;-.
_.,�
..._....r. _.r.._..---...___...__......._..,._._._.._---.........._;,...._......._..._�..._1 __••..-----•••-- ----•----..
_ .............._.......__....F._.._.......__ ------...._�._..._...._.___.._.. _
_.._._---_...�_..._...,..__-.------__.-__-_.._.__.----••__..•_-�------..._..----..:,.__...__.........____� . .........___ „ �.. �12
----_..--•---___....__ -----••-..---------_._-Subtotal:i 12 ; r--....___............__ ! ...----�....__._._. ._.._;._...-----,..---_._ _ ..._ _,........_.....__.__
f44 ; 140 j 180 � 248�----..__..._....._..__,�----�-°----..._.
_�......_....__.....---._--r--.........._..__----...----..._........._.__.,..__.._---.......___� ____...----......_.,.......----...-----.._ .__._.._------�
___..._._......r._�.____-----._ _---..---°•----..._--...----°---�..._.__--�-----._,...._.i._...-----.._ ---.. . 1 ...._.___..----- °_.,..----...--- .............; ---...._------._x_. ._._
- Total Noura! 32 ; ?� i 2 � ! --•-----....._._240 ;._...__ 368 82 � ..__ ..--�.188
- °------•�----...__.._ -------•_•---°-------�----...----_....-----•--
;__....__._...-----•;----..._...... _ ..._-----..._..._......---• --, __...-----._..._ ._...._----...-----
__.__..�__.._..._.____.__...__..___._---•---•- ' � � , .�..........._...___..-----...._.
_,.__ _ T._...�...__._..__. ._�..---..___.._. .._ 3
- �.._.._.---..__..__'..----......_..____�...___.....__..._..._. _......_._.._..____. ` __..---....___.........
�, .. � ' , 560.281
_---�----_...--------------- C°st Hour.� .
----.-�_.--P�----.-.--. i 5B7.36 +_...___.._.__._....__._....__33 5 . 00 ;_ 332.00 $37.52
�� r...___._____- --------�--....-- -�---._.....---•••------
� ;
_.._.� _ - .._......_....� °
Taai Rew L.abor Cotl•� f$17.648.32 � •."�...`._....i_......___....__.,._.i._.,� s
--°-.-.__.._._�._,.._---°---°---.--------... _a.._�_. 2.201 __ ' $ 74 949.44 �$ _B.AOb_00 ! $ 1 t,T16.00� 2,326.24 $ 57,301 _HO�
_��' G
. i I ' '_ _"�.' "" ' ...
...-�.....��....������_.� _ �.._....�. � ..�.. ......�.... � .. '_
�
Ov�rhead and CaarMral AdmFnl�traMve Costa-; ,._-�-..,...-..-_._.�,. _ r --�-
'� � ' f 54.98% 88 794 5B
-----.---__. i , � S
_..�_..._..___..__ ..------._. _
,.._-�____ ..._�..._ . . .._ _. _ _�......._---___.___ »_ l...____�.--_-
--�-- .. .__--••---..._._
_-------------.�.--------------_.•---••---.._----�-----•----_.----._�._....._.........__._...---._ �___..._..._.,---•-� € --~-�-•�--••-
---�---.._.__..__.._ To2al4borCost:; r . •a
_T.___..._---••---
----- -- - ----•_-----f--------- __._.......__�_._-=---_••.-..._..- -- '
..----�- - -
, . . __..-------..__..._- --.•_---•.•----- -----
_� � s.....
. ._---- - .
S ---- • - -•`-•••--••�_------._....--------...__. -'--.....----_...... _._._...__ _._.____
ubooMUltant 8erv(cea ---------- • _ _ . --•---...--.;....... _. __----...__' ,
...-....._.._..-- -- --....�.,._.._....__�._..�...�......._�.; --_ ____...- ---._._._...._...--- ---...-----•- -- •----•---...----
i E _..}._
SBa Llahllr�Des�n �-•--------- •--. .._... ;.....__m.___r._,_�..._...._._ ..............i._.....__....._ -
'__ ,r,.�. _... ,. .
�
_.:,...:�
------- ---- �••--��_---- e ' __' I i _.....___�..._.. __ ..�,.�_
_--- ---
E�deriorTerminalSi�n�ePreBmina Desi�i_� __� -;---------- ..---_..---...--� ---�---_..---- -.---._...-.----- 3 18,82b.OQ
y ...
...._..-- __.......,.�.. ---..-.--.-._...-- -
.. ..,. .,,
- - -•� ------
. , . _
�� and IM on Doel n `""""_ ...._-�----�-___ �. .....��._..__,..___..,......�.,.,...__..,.,..__� _S 14 �0.00
-- -•---� - _..----e ----- ----------• ----� i : ..___
r -.. _ . __ ....--- � ---- � - ° --.. .-°---*---_-__ _.----..._i..-------.- ` ? $_ 62,250.00
_.. __._.. ...�,. ; ; �•- -_.__ __...--�t-----.._..__.._._.__ ..__ _. - ---•----
Total _.�....-,........_.....�_..._....._.,, �...K_,._._._..____,. _,.._ .__._.N_, .._.
Suboonaultant �St: `
--------• -------- ---.-_---- � � ° � _..�_..
_..�.---- ; --...._,_....__...-----------..........----�---�__ _ .- a ss,�o.00
-;------ ___._..---------- ---- -
� - • ---.._._...__.._�
_.__ _.._.._______._.�..... _.�. : �... �-�-- �---..__._,_.__ -- - - - �-- -
Total Labor Plus Subconsultent Cost ; {�......_._.._...___.?..__.___.._......�----...�...,._.____ ...._._._�._._ --..._. _..�....
-------- -------__•_______.------_...__...__. _ � --�---•--�---_..� I � �
�
_..____...;.------..,�___�_..__.-------- 241 41616
� � � --- ----- --- - --- --
-...._-..._... ___..._...__..._--....__�..�.,_..Y....�.....' -- 7' ... .. 3 ... __ _..,--"-'... __ ..__-_'--••_--
�' •_--"'__---�-----..._.__..�.,..__..�..._,.r.._..�.,.•-"'p"----�� '�...
. �
i
Pro11t. � , ._ ............. .....----.... _.... . ___...
__ ' �p"ry.� ----
, .':�,.�....�..i,.._._._..._...,..__.j._._,...__....__
,...;
, , . .....�,_._.....�T�_� -
, :
-_-'_.'-•--__...._..___...---'--._-__�..__. � , , _...�..___.... _____..T,...�.
$ 24.141.62
_r..---- _____.�-- ------- --_..,--- `_.
--------- __.,_-
Totai BaWc Sorvicas:; --••---- ..._ .__...---•
, _ ... ......- -- ----- ...----...._.._._......--- ...----...------..---
� - � 2es,ss�.�e
Taska i � � � h Enoineer 11 I En�
.-_ _____.___... - - .�.�.�.
,.. _ Ineu 1 ; Tach
i � , ��.__.__
----•---------___--..�_._ .-�-._.. _.�...�.
_._..__�._---..----...--...------'--------------�--•- �
�
Addironal9wicos I = .-..------- �----••----...-- - �---°•----•----.... _._.�..----
.W.��__.. ._..._._._...�._.__;..�.._._.,..___._�---.__. � ; ;..._ ---------------�•---°------------
FM Fortn 7460 ....__...�._._...__..K,..__,. �_.___�... ----..
; � 4 �....
.._____-..___,.--^------•__-•---_----.. ; , .�._� ......_..... ._._...---
�; : �.�� ' �
, .��____.__ _...
AIPGrent�piCaUan --------..-_..__._...---_...._..2�_...----____• _...___.__----8
i ; 4----. -- �---�----
_...., _...,. _,._....._._.,.._.__�. � � : - ---__ _...•---- -°- ------
�...___... ....�.. . '.{.' ' ._.x.
� ---...�...__ i---...____..�_j--.._ __._....__..�.__._....____.., �.
------__...---� -------...�--- _---�.____.---________t.__^..._---�;.._.._._._....__---_.� . . - _,_._....--
..�..�._,_..._..�_._._. To Hou nt � �-----....__.._�_�.._..------__._.._:.___._^..•.---- - - . -.�._._.�._--•_ 6
._�_. .._t_._.____._ �..�_._..- �..8 . - _ -...._---�-- ----
--______..,._____...,.T..____.__�..__----..___......_...__�` � i.-�____�_._._..._ �..._._..._.�...._.._;- .r...___.,.. _�...___..._, ,.._._....._.....
h---__.....---•r--.�_-�-'-•-�_- -,_....�_..__.� 8
�°
,
, .� 3s , t _____ �.____.�___._ .�___ �_..._..
.�._.__-._____..___.�,..c�oat�sriaur:,_,� .._._.sse-so : � . - �-----��----
, _.,..•---
� ��-} " 532.00 7,52
..._� �....._�..._._c28 ..�....._ 5r I .
_ ,,,_..
, , ..._......._._...._ _._._ .r._..._...._.�....
-,__..__.....____._...._•--_...__,_..._....----__--------- ' � ' ;
. .^.. _.__---...---..._...__....---..._---.._.._._._...
-----•�---._..-- ---�_-____-... _ _......--------__.._
, 1of2
-.__...._..,,___---.-.__...__ 7ofa1 Raw Labor Coat: �$ 137.60 i S 536.88 j a � a
_..�____.__.__.._-.._.__.._._�.�__.�__.___..._..-_--•----- - ' '
, �
' � 1 " $ - S 932.48
.._._.,_.�............___�. _._... ._ I � f• _.
Overt�e�d and -. _ __ - --
Gsn�nl Administradvr Co�ts:i � r•--- c ---
. � , i _�....�_._..x_...._ 154 96%
_-°--._..__..___....,.._....�.._.___.._ � , �
._.._....:..-.,..._.
•• � . S 1.444.97
_..-.-----.. .------------..__.._--- � ,---•----,.__.......�......._.�..---_.._. .._._�._..__.. ___,.._...._,,......
__..__ _..---•---' �._.__._____---.._..__. _
�_.. .... _..-------..�.......------.....--
_..._.._..... Total L.abor Cost::�-----.__..---- � �,.........._.__....�...,.
..�.,_..,_� ����____..�_._. � • _......__....---- -
-__ ._._---•..._.:_.. - -
-•---�-�......_ � � , ...._.,..�_.._...�...�._..-.�...._....._.._._..� $ 2,377v45
---------___---°-_...____-._------�--_..__.._. � � __....
naulmlt ServlCes � ---_..,..—•.----- ' ._._....�. _._. ..
, -
, ------- -- •--_.
...r . � t � __._......_ __.----._-_... - --
Cieo�echnfCeU Investi�bn "�`�'._-" ___..�_...__..:�___.,..____....._;..� ...__ �_.-- -•----•-----.--
. , , ' � : - "
-�-.,------_. ..._.___..�_.___.._...__...
-----:------- _.._.._._.._..___..�____ � ,
° ..�.�..�..
- -----' -----...____...�.._---.. ____.... � - . S 16 350.00
"____'.�_ ,
Des�� S urvey � _-___...__.. -�---------_..-.--s.,..___.----
— .�..__»�.. � f--- --__.___....,.. _
._......_... �_�.--..__.....�...__....:r..._._ ---r... ' I -
, , .��_.._.,.a.._._..,W...�. �...__
, ...�__..._........�._, _.....,._�.._.
; ._.__.,,_.___..__. � ,?._...r r .00
.___.._____._____.._.�....__�_._.__., - . :
.-..__._____._. __.___,,.__..___.,..^.__--.. : :
Todd Suboonsullant Cost � . --_._..._ .__..__.--.•--__�..__.__�_.�.,.._�.___._._..._..-----
.
._..._.._ . _ .. r --...___...�_�- - ---
— --..._t.....___�_ ---- -
• , � __—..__..,�...�' .,__._..._..r.,}.—
. _..�._—_ ..».__._ S 4i 85Q.(10
---- --_-_....,.._._.___r__ _.
i � .,_...s.......- —
Tofal Labar�PFus Subconw __...___.._.�..__.....__..�___-;.,.�_..._...___.__�...�------.---
---•---.._--�---_..------ _ __�t Cos� ` � . j ___._ _.. _�--•.s^.__ ________ _...._ __--_-• - - --
_._.....------------•••- -
--,..---_.__....-----.;___.....___---r-.._._...---_.._._....�_.... .-----..___�..---�----_..-----�----._.._._ ...---� -a
.._------------.__.__--------�-------------_.__ : � . �� da,2zi.a5
---_-_=-----_.�--- � t ---�•------�-
, ,
Proflt�� .........__.__--____...-----._'----__..._._......-�- -------�.._..___. _
. 7--- :
-------•-------....._--•�---___...---.._...._..._._...�_.---..___.. . , , _ -•- -_...--- - - - -------
��_---.._.^_.._�_...._.. _------.__.�. _. _ � 4 i•----._.._.....____---- L__...�._..,. � _�_�.�, ,_4 422_75
. .,._....___...� _..........____....---..
_.�. Tatal � alSiririces I� "..�....--•---i---..__.....__.. _E ..__....._...�.._ !_......---,..._,..., �.�...._._._._.z._..,._....,_.._._.. ! --
' �5�48,650.20
PrintlnplReprodudion
Travel (4 Tripc �$190 per trip) S 300.00
+�+�. a �eo.00
� s 200.00
Tofal DlrsCt aes;
$ f 460.00
Tolsl Basic gervioss:
S 265.557.78
ToW Spedal Sarvfces:
• S ae,s5ozo
Tofal Direct E:psnaes: 1 480.00
Totsl Fss:
a 315,887.98
2of2
ATTACHMENT A
�
SCOPE OF WORK - SERVICFS OF URS
URS shall serve as the Q.IENT'S p�ofessional consultant with regard to the WORK for which
this WORK ORDfiR applies; and, will give consultation and advice to the CL.IENT during the
performance of t6eir services. TLe WORK to wluch this ORDER applies is the Ncw Terminal Project —
Temunal Bailding Preliminary Design at d►e Wichita Falls Municipal Aizport.
The following scope narrative has been prepared to describe the 3546 design process foc a new
passenger terminal building to be constructed at Wichita Falls Municipal Airport. The narrative assumes
that the 3596 design ef�ort will build upon the concept-level design prepared by URS. The concept-level
design is presented in report tided "MASTER PLAN UPDATE — WORKING PAPER D" (dated January
29, 2010). The report includes a concept-ievel design for airside site improvements, landside site
improvements, and a new passenger terminal building. This scope nazrative focases exclusively on 3596
design efforts for the new passenger terminal building. Further design for sitc dcvelopment (inciuding
signage, landscape design and construction phasing) will be covered under sepatate scope narratives.
1. Data CoDection and doc�tatfon:
a. Building, Fire and i ife Safety Codes: Meet with local code officids and fire matshal to confirm
appficable building codes and ascertain the plan check process. Discuss alternative methods for
deternvning oveupant load within the terntinai building (square footage calcuiation versus acd►al
anticipated number of passengers, visitors and employees) and the use of time delay panic
' hardware on se�urity access controlled doors. Meet with the Director of Aviation, Traflic, aad
Transportation; Airports Administxator; and maintenance staff to discnss preferences for
anchitectura] finishes and systems.
b. Meet with elecaic utility personnel and inspect existing site elecaical power service equipment
Review characteristics and capacity of service as it relates to both ezisting demand and prnposed
facility improvements aad discuss possible changes where appmpriate.
c. HVAC Systems: Confenence call with the Director of Aviation, Traffrc, and Transportation;
Airports Administrator; and City staff to discuss desired performance and aperational
characberistics of heating, ventilating, and sir conditioning systems.
A-1
d. Electnical Systems: Confe�+ence caIl with Di�+ector of Av�iation, T�c, and Transportation;
Airports Administrator; aad City staff to discuss elec�icat power service, any special
requirements of locui utility, and preferenc:es for power service gear.
e• Communications and Sccarity Systems: Conference calt with Director of Aviation, Traffic, and
TransPortation; Airpw'ts Administrator, City staff, airline rep�+esentative, TSA Fede� Security
Diroctor (FSD} and odxr stakeholders to discuss requirements for the airport commeuiication
systems and to estsblish pragram and design criteria. F.stablish all communications systems to be
incorporated in th,e project such as: multiple aser flight information display system and baggage
information display system, dyuamic signaga, AOA access controi security systems, airport and
TSA CCTV security systems, public paging system, oourtesy phone system, conduit systcros for
airline aii' to ground and ground to ground zadio systems, telephone a� Lazvi w,�x Sysc�ms,
wireless LAN/ WAN systems, and cable TV system
Review criteria fo� employce and passenger and baggage securihr screening Discuss any special
requirements regarding cessions and other terminal clelivery and scrcening.
f. Govemment Agencies Approvai Process: I�ntify required third p,acty approvals and approval
processes which may inelude: City Building and Safety, City Zocxing, City Planning, Federal
Aviation Administration - Airport District Office, Transportation Secwity Administration -
Ped�al secuntY Derector, FE�►, FAA Wildlife Related Issues, Texas Commission on
Environmental Quality, and Sheppand Air Force Base staff.
2. Archi�ral:
It fs essencial tl�at the praject initial task be a workshop wit6 the Director of Aviation, Traffic, and
Transportation, the Airports Administrator, and other stakehoIde�s to review, ezamine and confirm
the terminal con�cept design and sPace Pnogram developed in the Master Plan Update. New needs,
functional requirements or adjacencies may need to be incorporated in the development of the
conceptdesign- .
The Ternrinal spmoe ProBram and plans will be refined to respond to requested program modifications
and incorporate specific building systems and equipment as developed by Structural, Mechanicat,
Electcicat and Baggage Handling System designers. Appropriate design responses to the infomnation
acquired in the data collection and anaiysis tasks will be incorporated. Drawings wi�a be developed to
reflect building desi� in p1an, section, elevations and perspective renderings,
A-2
Architectural material fxmshes and details will be considered and "narrowed down" for cost and
seIection. The objective will be t� provide quality of finishes aPpropriate to a civic build�ng,
particcilarly in public ancas. F7ooz plans, buiiding elevations, building sections, pertinent details, will
be developed and refined. Studies, sketches, naxrative description, and connputer generated t}u+ee-
dimensional study drawings will atso be prepaned to describe the proposod design. Basis of Design
document wiit be prepare,d that includes rhe bailding space pro�azn, codes, and regulations
requizements local and national that the tentiinal design is based on Oatline specificaticros fo�
Architect�ual systems and finishes wilt be provided.
Conduct a code review of the architectura] drawings to verify conformance with the appropriate
Building and Fire Codes to identify potential building and fire code iss�es and recomurend
approaches to ac6ieve code complisnce. Conduct a preliminary �xit anatysis of the projxt
documenting occupant loads. required e�t widths, occupanc load discribuaa� and asvel disrances.
Pr�pare a Fir+e Protection and Life Safety Code plan addressing building classification and permuttai
construction, eg�+eess and eaiting requirements, fire d�epartment aceess and fire-fighting faciiities, and
occupancy and area sep�ration requirements.
3. Stractural
DeveIop a scructural design approach to coordinate with architectural, mechanical and electrica]
systems of the building. Detcrmipe shvcturai and latezal movement restraint requ'vements of
applicable building. codes and design criteria Review geotechnical repart and provide appropriate
design response. Provide up to two (2) altemative swctural system approaches, and select a structurai
system for the schtma�ic design. Pnepare a Basis of Design narrative establishing all loading criteria
and other key structura] assw�dons. Plan drawings for building foundation and roof framing, typical
details, schedule of system members, and outline specificatioas wilt be provided.
4. HVAC Systems
Calcutate hearting/cooling loads aad Identify space requinments for mechanical equipmeat and
ductwo�k ti�roughout building. Provide doable-tine drawings of equipment Iocations and routing for
ductwo�k and piping. Provide approximate equipment weight and uiility requit+ements fo�
cooi+dination with Stcvcwral, Plumbing and IIectrical design work. HVAC systera selection will be
based on energy conservation, life cycle cost, maintenance considerations, functional requirements,
and owner preferenees. Inclade provisions for futune ezpansian of building. Prepaze a Basis of Design
nacrative and ondine specificatians.
A-3
5. Pl�bing 3Ystems
Calculate utility requirements and provide drawings of plumbing fixture locations and pipe roudng.
P�pare a Basis of Design narrative and outline specifications.
6. Elec�ical S�sb�
Prepare an outline of electrical power systems requirements including provision for possible fut�u+e
expansion neals. Include an evaluation of the emergency and/ or standby power and ITPS
requinements. Provide eloca�ical plans; fust floor and roof level. I.ocate and proviae estimated sizes
and weights for major electiical equipment. Include provisions for future expansion of building.
Coordinatie equipment with Structural and Mechanical syste�. Consider lighting system
requirements for public areas. Prepare a Basis of Design nazrative and outIine spe�ifications
7. Flre Protection Systeims
Prepare a Basis of Design narrative and outiine specifications for a spriakler system
8 Commmoicatlons and Se�.•adty Systems
Prepare a Basis of Design far cocnmunications and security systems required for the project. Include
those systems identified ander item 1 above. Provide plan drawing indicating location and siu of all
required communicarions ruoms. Locau major conduit rans and coordinate with wark of Strvctural,
Mechanical, and Elecuical. Prvvide outline specifications.
9. Bag�age Syste�ms
D�scrib� rr�uir�ments for tbe baggage handling inbound and outboand system. Coordinate with TSA
baggage se�urity screening layout and requirements... Prepare drawings describing the general Iayout
and muting for the baggage systems and details of special configurarions. Prepare Basis of Uesign
and Outline Specifications.
I0. Terminal Bm7ding S�g�ge and Graphics
Determint funcdonal and operational requirements that need to be met ia the aew terminal.
Deurimine spocial audience nceds, ADA requirements, and ability to modify. Prepare plan showing
sign location and schedule of sign types and messages. Prenare Basis of Design and Outline
Specifications.
A-4
il. cosc F.st�be
Prepaie an estimate of probable constcuction cost base� on meastmement of quantities from drawings
where possible, and make reasonable assumptions for the remaining items. Develop rates from
eusting cost data bases. lustorical data, experience, and discussions with vendors and contractors.
Include in the probable construction cos� fumiture, fixhurs and equipment cost, escala�on. Include
consideration of construction tridding strategy, insuranve requirements, general requir�rerns for
construccion and other Owner "front-end" nq�irements which affect the cost of constYUCtion.
12. Co�tnutlon Phssing
The new terminal building will be const�ucted as a singIe phase within a broader plan for phased
development of the entire terminal site. This will require development of phasing plans to
accomnwdate on-going use of the existing terminal building while the new terminal building is be�ing
cansttucted. The building design team will coordinate with phasing plans as develapod in thc siu
development packages.
13. Fynsodal Impleme�ation Pfan
Objectives of the Fnancial Implementation Plan are to pmvide an update to the 2010 Master Plan
financial anaIysis gfter completion by the architect of the Terminai Area Advanced Schematic Design
whic[� includes terminal design (at 359b), suside design (at 3596) and landside design (at 10096). The
objectives also include providing financial implementarion support to assist the City in obtaining
FAA funding fa� the project
a Update Fnancial Plan to RetIect Updated Cost Estimates: Our approach for condueting
this task includes the following key steps:
- Discuss project funding objectives and prefezences with 1cey AirpoNCity officials
• - Review updaud wst estimates prepared by the project architect, any revised tenant
leases, budgedestimate changes to Airport financial statements. rates & chsrges
revisions and other information which affects the Financial Plan, and revise the
Financial Plan accordinglY
- Review architecwral drawings and provide eomments regarding notations that could
enhance the A,IP eligibiiity of project components
- Review results of the analysis with Airport/City staff and revise as n�essary.
A-5
b. Project F�ading Support: Our approach for conducting ihis task inctudes the following
lcey steps:
- Assist Airrx�rt/City in pursuit of fimding opportunities with the FAA
- Assist the p�rojcct architect/engineer in gzeperation of the Overali Development
Objective (ODO forms) to ensure that fedei�al funding is maximazed
- Conduct coordination meetings with the FAA upon oompletion of the Advance@
Schematic Design to review the pseliminary design and cost estimate resuIts
- Negotiate with the PAA regarding portions of the Tenninal Area Project that will be
eligible for AIP gcants and PFC funding
- Discuss strategy with the FAA Regional OfficeJAirports District Office to obtain
funding for the project through FAA Headquarcers or through Congress.
14. Desfgn Schedule and Deliverables:
It is anticipated that the 35% Design will take four r�nths to complete following Notice to Proceed.
The foIIowing products will be dalivered to ovv�er at end of this period:
a. A drawin8 package lo reflect the 3596 design. The drawing pacicage will inelude:
• Architectural:
Plaas: Ground floor, roof, rotlocted ceilingpighting and Lsometric of the ground floor plan;
Sec�tions: Three cross, and two longitudinal and sxtions faa� special condidons; -
Elevstlons: Four exterior. Inurior elevations indicating spsce height and finishes.
Scheddes: Selected materials, firrishes, and application. Seating and fumishing.
• Architecturai Renderings - one interior view aad two exteri� views
b. Drawings: Describing Spvetural, Mechanical, E[ectrical, P'iumbing, Commvnications and
Security systems. Drawings will include plans, sections, details and schedeiles where a�ropriate
to define system components; and Baggage handling inbound /outbound systems.
c. Basis of Design and outline specification for all disciplines.
d. Construction Cost Bstimate
e. Financial Planning Report
A-6
ATTACHMENT B-SCHEDULE
Owner's Notfce to Pnoce�d November i� 2010 (Estimated}
Completion of Preliminary Design 4 months after Notece to Pinceed
B-1
ATTACH11�iENT C
PAYMENTS
CLIENT agroes to pay the URS as full compensation for the professional engineering and associated
services herein conLracted for as foIIows: a lump-sum (�ued Fee} amount of $341,853.00. T6e details
of fee esamation are provided in ,�ttachment G1. Payments shall be made on a monthly basis in
accordance with the percentage completion of the WORK as submitted by the URS and approved by
the CLIEIVT.
G1
ueser p a r r Y n a Y e s: a- . ;. =s - �
3t' . • .•. • �.... ..R �
�������. ��� � � $ s g � ��;�( �� g ���-��� �� ���i����� ���� � � $i� �
�����f �..� r ��� � t e e i i i e e�ael��' i: ��:�� ����t� :�f���i �r� g�'$" �
� : i��� ��.j� � � � � � � � �' ��°���;�� �� t� � ������€` i; ��� �
��, t � � � � i � �� �4�$•.a: ���� =� e��J���� �#'� c��
���������� ������ � � � � � � � ������������ � �� ��� �3�a� � � ��� �
$ ° 1 a s 1
��� ��' � g3��$ � t t t t t t��t��j� ��; �� � � ¢ p �� �� ��� � t �g �
g � ��_ � �t w � � � �� ��� ��, � ' �+ � ���{� �$�
� �4s $�i'� ��: g' � f � � � s �3� � � �� 3 � f�&tR ��
�a� (� ;���� '���� ' �� �� ��' � t"��� s ��
� �� ���� � i� � � ; � � ����� � �` ° �� � �������$ �I�
� e�� �3i4 f 1 � e � � � � � #� � �� �� � � �
��� �� ��� �� � � �° � � � � ,� �� � � ' � ��'
������ ;�> � � � � � ' �� � $� � � � � �
�
� � y � d
.. e., a_ e a - e e e e e e e e < e ., e< a e e m e e e e e e .. � nMw
i
Y E
F� w ., C m t K t v : ! L v f T Y d : Y F E F t i 8 S S f 8 � 2 '� a .. •
� o .. . . .. ��
��# .. � m v �
�� 3 8 8 S�
yE� n b v amm m m . am m 8. . a ���
� � t
�s� u e > e . � m v a m> . m, �> a>m m e a �> ��
6a� � m . a � � v � m m � � $� :s � a a .. ��
� �
a �� �
"' �g: : > e� m e ec : � z °
o �
Y' m m . . . a. .., t
� mm m m � ao e N � ��
��
P � a �
. . a . . . . ...... ... . � ..
� a r; a � �
�s o� ., � a a s f�
�Q's e � ,, ., � R a ��
��_ � f �t
�g� � > a a e .
� � m � a °�
� � _ �t
�8� � w . 8 m � m � N
vgY a d 8 R 8 ks �.. ��
�
o � m a e > ���
o .. tl _
7gt 8 . FR •
�8�oa > G 6 6 @8 > a a ��
«� � �
�:
�
�
� �
� [ Q' �3 ■
..�� � �. i y Sr P �
,, *y � � � � "
� � � $ �`� " �
� � �� ��'.
� � � =� � � � �����
� ��� � � �
� � � � x; .. ���.. = � � � ������..
�� ��� � #
�,.
ua �:
A .
� � ,;� ���i _� � ,s _
� � � � ��i���i
�' ����s
� �����
��
�'�
�:
s
�:�
��
��
,, .
�
;�x'
.�;
-z
�:;'; �:
My .
f�°
�;� �
���
�
ireda� f.I 1hlrw�Mt dlYMYn�d TirwUd Cone�pt IYk� /iIs Mlyddpd Alpat
� • I �� ' � n
I � 9 � �� ,� *
� � � � .. ``� `� X9 Y 700
� . / i \ � ��� �
I � � ` ( � � ��
r4a�aw suw+urr srwa { ��"— -' �. � " „�. ��� anv��K +cKS w nsT
� � � \ .� �
%aor��owstr+�r � i � �� `� \ � �` `•
R61iK GN �iIM'/!lE7WN iZ � . � � � � � `• `
qk�1��1 GN f�OW110F Cc � � � `��``�
1QTAL 4:] � / ' ♦ �� ; ♦
/ � , j , \ � �� ���
t
/ �/ �' \ \ �` �
APRON f 1 \ � �
i� ♦ / / � j , `, �\ . r r � � .. �`���
t � ! �! '�� Y r � 1`•
� ` � 1 �\�) K Y .r � � \ `��
f I � ' � � r � 4 `�•`.
I � ��� � r ♦ � . �
� �f `` \r.� \\ f � r ` �` �`.
l�� � ` 1 p\` Yr l `// ,\�` . ``/` i
I �� ` , ��� �,,
' � �', , ' ' �
� . �. ♦ `` � \
�, / ' J \,-�—� !�/ /� ��1�
( J
�� �� \_ � �� �i /� � �/
� f'� 1 + � ���^. �� � .�' t jl
i�� �. � � `� ,' r 1 r
.' � ' ���� ��f
I ��� � ` � ' 1%
/ ► �l
,/
— i � `� ,,,-- ,,,n�" �,
_ . ,, ��
.
// � l �� r � ��,="' � J ' r
f �f
I '
. �
, . a ._-- `-�� µ� r J
, � _ ' ° —��. —T+- J
� ���� � ---='—`�— —
J I + ,""_� �—'�, /— _ „ - �.a.°"�
i �� � ! �� � ��
I 1 ���:"' u�uKS ;r�•) � �� � � 11
j r ii � �.,�-.R� �� �. ��
� I ����\� • � I��
� 1� +
' '`_ o � a � s i�a� r T �ra ah +��`�� I ��
11T 11DY�f'8�T
� I � � ��� � '_Nr ` ��� ��� �M ��' ;���
Aou�s��
��
�12 1UrhrPl�nl�d�
WORK ORDEA Np. 1 g
In aa�rdance with the Agreement for Professional Services beiween _�ttv of Wichita Falls ("Cfient'7,
and _URS Co n (`URS"j. a Nevada oorporatiort, dated Mar�h 1S. 2005. this Work Order
desc�'�bes the Services. Schedule, and Paymerd Conditions for URS Services on the Project known as:
Wichita Falt� Municioal Airnort
N�(_ Temtina! Proiect — Terminal Bu�idma Prelimina� Desian �
Clierlt AU#IOrized
RePn�sntative: Sar�h Johnson Airoorts Adminia�or
Address: Armstrona Blvd. S�rtA �
W' ' F I TX 7
Telephone No.•_ 1940) 855-3623
uR3 Authorized
RePreaer�tati�►e: Robert (Tex) Schmid� PF �nior Proiect AAanager
Addresa: 1950 N Stemmons Freewav Suite 600�
� Dallss. TX 75207
Telephone No.: _ (9721406-6975
SERVICES, The Services shali be described in AttachmeM A to this Work Order.
SCIiEDULE The Estimated Schedule shall be setforth in Attachment,�to this Work Order. Because
of the uncertairities inhererrt in the Servioes, Schedules are estimated and are subjed to revision unless
otherMrise specificalfy described harein.
PAYMENT AND E�U_ ABLE ADJU3TMEM3. This is a lump sum Work Order. URS lump sum
compensation and provisions for progress and final payments are spec'rf'ied in Attachment � to this Woric
Order. URS shatl gfnre Client prompt written notice of unanticipated conditions or conditions which are
materially ditferent from those an6apaLed by URS at the time the lump sum compensation vwas agreed
upon• !f CI(ent wishes URS to proceed, URS lump sum compensation shali be subject to equitable
adjuslmeM for such oonditfons.
TERiAS AND CONDfT10NS. The terrns and conditions of the Agreemern referenced above sFiall appty to
this Woric Order, except as expressly modif'ied herein.
ACCEPTANCE of the terrns of this Work Order is adcnowleclged by the fdlowing signatures of the
Hutt�orized RepreseM�es.
LI �
S'�'�'� � stpnature
Darron Leiker, Citv Maroager Cliff Hafl Vice President
Typed NamelfiUe TYPed Name/Titfe
Dffie of Sipnature Date of Srgneture
ATTACHMENT A
SCOPE QF WORK
SERVICES OF URS
URS shall serve as the CLIENT'S professional consultant with regard to the WORK for which
this WORg ORDER applies; and, wil� give consuItation and advice to the CI,IEN'T during the
perfonnance of th�ir ser�vices. 7he W�RK to which this ORDER applies is the New Terminal Project _
Airside Improvements package at the Wichita Fatls Municipal Afrport. The p�liminffiy design of the
#ollowing improvements is incladed in this Work Order:
1. New aircraft parldng apron; and
2. Airside drainage system.
URS shatl perfornn the fallowing services for the WORK:
A AieLminAry Iksign
URS shall perforrn the Preliminary Design of the Wark
as desciibed below.
1 ' `� ��'��3' CO��� "�� CI-�iT and other interested or involved agencies
�garding the alteraatives for the WORK. Report progress of this phase to the CLIENT
relative to approved schedule at intervals not exceeding fourte�n days,
2. Review existing plans, maps, records, and traffic frequeacy, pIanning studies, drainage,
ntilities and other available information relevant to the development of the PROJECT.
Provide for geotectu►ical investigations or any tests which, in the opinion of URS. may be
requined for the proper execution of Preliminary Desigi of the WORK.
3. Prepare, conduct and document swdies, analyses and reports of the PROJEC'T alternaiives
in safficient detail to clear2y indicate t�e problems involved and reasonable soIucions
available to the CI.IF.NT, Such studies, analyses and reports may inclade bert not
necessarily be limited to: preliminary layouts, maps. ezbibits, sketches, construction
materials and rnethods evatuateons, schedules, atility coordinazion plans, design criterie,
eo�ironmentai reviews, and other investigations pertinent to the evaluation of the
PROJECT alternatives.
4• Prepare preliminary PROJEGT schedule azid estimate of the �xobable PROJECT
construction costy gor all alternative solutions. URS'S opinion of constraction costs shall be
A-1
based on maierials and Iabor process prevailing at the time of the preparation of tfie
preliminary report without consideration of inflationary increases in costs. URS shall appIy
reasonable oonsideracion and lrnowle�ge ta t6e preliminary cost estimate development.
5• Conduct, or cause to be conducted, a geotechnical anatysis for the recommended
alternatives that include but may not be Iimited to: delineating geological sensidve areas,
soils formation and pavement section ncommendacions n�ssary to estimate cost.
6. Evaluate alternative materials and cons�uction methods.
7- URS sha21, upon conclusion of their reviews, investigations, and preliminary evaluations,
prepue, present and publish details and summarization of their findings, cost estimates,
access routes, recommendation for construction and a design and constructian schedule for
the recommeaded PROJECT in a Preliminary Design Report. URS shall provide six (6)
hard copies of the draft report and six (6) hard copies and one electronic copy of the final
neport addressing the CLIffiVT'S comtnents.
� A-2
ATTACffi1�NT B - SCHEDULE
Owner's Notice to Proceed November I, 2010 (Fstimated}
Completion of Preliminary Design 24 weeks after Notice to Proceed
. B-1
ATTACHMENT C
PAYNI�NTS
CI-IENT agc'�es to pay URS as full compensation for the professional engineering and assoceated
se�'vices hecein contracted for as follows: a lum�svm (Fixed Fee} arnourtt of $91,451.71. The details of
fe� �stimstion ane provided in Attachment C-1. Paymettts chall be made on a monthty basis in
acco�dance v�+ith the percentage completion of the WORK as submitted by URS and approved by the
CLIENI'.
C-1
; ^'i ; ; , ; �
' ��9e..._�..._. �^aA � En�inaer II ; I _� _Toch Admin Tahf
��"'��__'______"'""".______'"...•.�_..t. ._..""`_'.....__'_�y....._„__ ..Jl 1.....�_ !
. ; ' __" �.........._.___._.._ ___'_ .__.
�
i i
....."_..—�„""".......T__"'...�__—_"'.-�.�___'^..-"�'_r-......._"__"_"'_'"".'...._..._._._..�._.Iz-...._.......'_._'......_.�_„-..'"'.�__""""_"........ ....[ ...
IWn� sm�M`�6MonthY)_�___ , _--i--- : __� ---- .-...---------------...____
iri FOrtn6 _�...._.�..-.._..�...... +...____ ; "= __ m..�.._-,..�... _ � ......__...��_.__....�.._.... ..,,...�---- _.....�__ ,2 4
._._...._. �.r..-...- __ .�_r_ � -
5ubcant►ectSet- ._...__..._. ..__�_._. � ___....r_,.m.... ..----,,.,._.._ __�__.,..___ . r.. __..,........_----
� �
....-_ !�„ _ _.____._._. - - - - .• _--'____... __.? ; _..i.._ 8 : 10
�_. __..:
e �
�_._...__. � . ..._._._..,».
._.,.--- --........
__.__
sa - ,". - as
M.mmrx Mana�arner�t i s , 2• .
...,..._.. ___..._._ _. .......:....._....�.�_......_...i_ .._
: 3
� � .
.__.._ ..__.....,. . ' '._.___.._........: �
$llb[OL81' �s I ...._.....__.,�E __._..._.._..�.._�.... ._.......�, "�_ ..,.i.. .._
.__.. ..... '' ---._._.... .�._..._. _ � �.._ ..�
...... .,._ _..__._.._ .___..._....'-'.. ' .�......,._�-"_. .....__._..__.'....... _ ._..,
; , ... T....._._..._._� 82
_..__...-----------.....--------------..._— ---._...._...----'--------• ••.---- --------......._._._....-� -- ------._...._- -�---_••---------� ._.......-------._..._._..�.-----------..._...y...----- ---------
PrMrMnarY Phe.e (2s vlleslwj � � :
--------- ------- _...-----�___-------.......------_......---I-----._.....----- ------...----......_�...._------.....---'---.....------_.....t---------......... � .
_Prel�m�nar�rE„�naeAn�Re�orc --- _....---4?-----....___.?�_!___...------�zo ? _.........-------__...�._.._..------.... ..�._._..._...._..___._.__.._.._.. ---.____...._.�.
• - ..- ---.._...._._.....___._....._�.--------....._..----
Prelimina�Plarm ---......------. _ ...--------. ,. --------. _ ..-•--- � - ' 40 � 120 : 720 : 160 � � 440
.._.___.--
PreWm _ _ nConference � -----._ ___._.__._..........._...---...---�--------......____.__......---_----....
. F______._....-.......__ .�
-�----- �x��-------------- ' _._._...__ �------....__g ; ;--------..__......._._.....�---._._...--- �6
-------------......----�------ _�r_..........______.....-z-------........-----� :
� --------......•----- ----.__.._.___.._._._._.
----- � ---- __. , ..___..._..-----..._-----._....-------_-_---F_.._..••------- � � ` :
. _� — _ '_'-_"..__._.
._.._
...__"..__ ° _ _.-..." "._'"'
, . ......._.
i _'_........._."'__""""" "'.__.__-
Subtotel:� 4 66 ? 148 120 180 I - ' 500
'.._� __ W -_�_!, .._� Flouh'.._�y - _ �70�T_ T _84��� ��_�_148�� .— �• -120 -••-.----- 160��~-----�� '--__�,-562
`_�.._�_ T - - �..�..— � _ _.......�__.3_ _....»..� _..._...._�'___'..�
,..'_"'......"'_'......,�__.._�..__.._.._.____......_�--:_........"___ ""_ _..._""� � _�_ -' ....
------_--__ __..... �.80 _....._._58 �3?,06� __ .�752 ; - �°°----___
^t.•-�---.�_......
-,.__�_..,.�... �^.___ Total Rew L.sbo� Cost: 688.00 � S � S� 8 9,�21�.44 :� 4,2 00_00 $ 5120.00 �S � 1 ; S 2
' , , 3 � --T
._ ..............�. -- ._. _... ..,._ _._..._� L____._...,..____�..__.....---.�� ._.__....._. ' ,...
_..,.... 1..- �_..._._.._-----_.,., , . __�._...,._.,,.____._...
----- Ov�erhwd and �isneral AdmMrtradv�s Costs:; E ; � } 154.98%! S 40.426.71
--------_..�._-•------- _. _..- E'-------.....__...__ -%•---.....--------......i .------•....------ : --._.._ ...............-- - r
. t........""_'_____-��........_""".,...._"
__"'._._...._"__"'_.."—"_..._"_""_..."'_"_.'__"'_._._.____".-..._'___'^'.....�..__._'_"_„_'__{"""'....__"..___._'i_._._""'_"_'_._""! "__".___._...._._...._E__............."""_1" ...............___.........
_..___.._-------•••--------- ' ' . �--..._......__ . ' S 6651519
°------... .------
� ............- ---------..._-- -------_....__.' • -
r- ............. . . -- f----
___.. _..---
----------------. _ . _ ---- • ------- • .. _ --- -- ------- � - - - .....------� -- ......._......_..�.__- .... H - ------_•.-�---- �---....-------.....
Suboomult��rt Sarv[Op � . � -------..............-- -------........ ------------
, i
� ---__..___.._ � _....--�-----...,_._------�
___---^------_....._---.._._____.,..__--------_ __----...........---�-----....._---- 4.
, , ..._....-----
N � ..._.---------.... ._...._---.....__.._.._ ---------••------
-- � - .. ° " °2 ______.._.. , _.__--___..--- --.i..__._......._.__._ � : ' i-.a_•...._.__...._
__._.._-----....-----
. . ....._...._---._.....�.._____ _._-----�--_...---------� --
�- ---- r........_.�__.___.---� •
___ --------.._..
Total SuboOnwlhnt Cost•, ,- __ _ . .. _ �._.......---------�.---°----.--__�..
; '
_..,..._ _...•_ ---.........___�__ _....---- ' 1
--•__------_------___..�._.------.._..__ ----.........._.._.__.........•_•-------�• ------. . . .__
� , ; . __ _ - ----- -..
, :
____. ___-___._�._...._____..____--.....___--••-°-'-------__......__.._.�-----.....___.....,:.._..----------•• . '--- � -• - -- - ---....._
_......_.._,..._,.... Total Labor Plw 8ubconwltaM Cost:�..._ .,,_.�._.._..____..__ .� .,..._...�_ � ---.._ ...... ..... ......__._ ._ . . . 66 515 19
- ,,,1..�. __�--_ _�. .�....,,...........��.�....,.d...._.:.
.- „_ „ _
� ' :
_.........___ .�..._ ..._.._-__._.._.___�. ..........:..__--.......____ ^t----_-._. __....,.;......._...._.__...,.. � __-.____ ..,.... '
---*..
---__ . _..K..________�_.,._.,.
Preflt:E [ � � ; '• 10%�� _ 6.661.52
--------......-----._...------.__.------°---- _..-------�-..---------.._.... �
°°--------....__ _...,_.._._._.,---------....,-------_._._._..._._._
�..._ -�._. _ _..----
.---_--........______._..----- TohlHasioServioss.l---------••----- -----. _ .....-----...- � ---------- °•----�---_.....-----._..i...._.._._._._._..__---_--t-------_.........-i- ------..___._.__.
� � 73 166.71
_ Tasks i Pe �' � ; � �
---°--_...___---_ ___�--,.-____--°---------- . Char�p __ Merm�er ,._ ; En� 1 x ' .----- Ted� -- i -- _Admin _;._,..._ Tolal
-r^----- -• � - -�---° � ----•--..__ ---
---
.__�___._. --- •. ---._. I
__�._._....._ .. ----- _ .-. ..._---- ---.-_ ___..._ _ ._._ --'------_..__... ,,. �
•_'--•....•_--
Addntonal SaMea i --- -- • - � -------••-----
.--__._.._.__.....-.....'_'._'_"..___.. i i F ` ;
...._-,.....______"... .. . . ,
!".�_'_""'_.'. _"' _�,_'_"""�__�_.__'.__.._..,_...___ '._ '_' '-
• - .-,....-__"._""- ^
" _" ' ___._ ' __._ ._
_._"'.... '__ ..
�
��M� ..._.__'___..�.__...�._...._—.....__-.�.-....—'__q"".T_"."'....._T!'_'_'.....�____"._.s_".__"""..__i_._...._ ..............._'r__'....�..__. """_'___ w`___-"......__._._..,-
. i : '
__".... .., ; _�_......��t-..__'_,._._. .s.".." '_— __-_
Ta Hou rsi - r--- - ___ _ -- ---. ....._..-�------..___._.......
---.._.._. . ..__' .
___....___.._..�....._..___..�,..W.�..._,.._.- .. _.,,�.. ..... ___.,..,._�......_�_�_....�.� _ ' - -
i --T.....---
. _....._....____ .... ____...,..,.,.w.._..,.__ ..............
...�__w--__��__....__�...._.___-... ....._._..__..._ � -.._�___i,-...._._-.....,,.......__._....__.'
_...�. ._._...__..._�.,_.. ��out:€ $68.80�,.._ 28� 5�-00� $32 537.52� .. � .W.-......
.,., n,..._...______...... € ...._.__ .....__._�._..T_........._.-.... . _...._..� ..�_....-..
. ; ; �
�
n.---��..�.....�...��.��..n� . ' .��....... . ..... . ..
- . ...�......�.�•—�... �......�����.�---nr.«_..���'.'�..-�n��+�r�rr��.a.x....��.�....��.. .� .. .�.�.».:�.......� t
„_� Total Raw L.ebor Cost: S - �_$ ....._._:..__ ' $ - I $.. -�._ -,. $ - S - S
,..�_� _,.._.N._._.,...�...
-..� _._ ' -
. _,....._�,..-- , ...._.---._........----r..__ ----_.....,, ..._..�..___._,..,,..._ �
.. _. - -- ; �__.__.._....,,.,_..�, __._.._ ...............
_ ....
Ov�rl�d �nd �ienenl AdmGYsha�tive Costs•i i ' 3 ...—._.__...;._....._ .............„,_
' � 154.86%;
__._..___-..--°°-----......-------..._-----•_----•__----%---- -- ' _
_.. __'_' ......__._._._.._...._"_'.�...._-.._"____.,..'.�"____......_.__.__.. _�..."__- a
! . ! __...___'_�.____""'.�___"' "__"..___•'
_..-_.R_-� ...,...�.__.___._i I
........__�""_"'__"_"._.._T_.._..,__'_'^.__"_'•,-..._.�_ +__.._........__._._._......s---,..._.""'�
Tot�! Labor Cost.: � � ------....._..._.. - - -_.....---- - ----..-----
,� ,
"__-------°-----_.....,._----_."_----�_...___—.-----�._......_.-------.... .. ---------- ° ---... p . _ ......------... _ ----- � --------- • - -----...------ --•_....--°---- - ------- •..- --
. _ { � ..- ...
.,..
_..' ...
___ __ ,. �_ .. '^' --- ' ..., � .. _ ---. •"" --- ' .... _ ,---.... _ ----- � . "f"____ .---- " - •_ . _ � __- .
"-----'_"-"•-•_!
11COII�ItIla111 �CBS ! : � � �'.--'........-.-.-_-_-.,..� h
�....----•---°---'-•----^-_-----••-^-----.. _..----_......_--_—.--•._---�---......__._._--*--°--••---..;._..---......._.�----�_.......__-----.....:-------......--- �--._......._.
CeoOechnical IrNesdQeU?n ___.__-....__---. ' __..._..-------.--�.....--------....----!.....__.-.._._...___._._. � .� _._ __ � _78_350.00
,...___ . �
...__ ---�_ .
, .. _.F_'_".....�_""" _"""'..._......._" _'_'_..... ' "'�__ ... ."_ _
. : " .
������� '
i �
•----.......�--,..........�,_........_�..�..,.w.._—_..»....... . 1-........_._-T.....,...._�"'. ............._— i
_ Total Sub�taM Coat:' _ " _.__.._.___---�.._ lAa360.00'
_...-_.._ ---_....-
...._ _.._ _._�_._....._.....� ...�...._._...M_i..._.._. _.�_..... ;I--�--- _ _....._.._.__. __ _-__._._..�.,.__ ....... ......_
T oMI L�bor Pkis Suboo Cost___:,_� ��, ._�-_.._,,......�..,...,.,.______.._.,..}-__......_____. � �� j� 350A0
.. � . _ ' �.........__.._ � ..,.-.. ..�,.__.._�..... ..... �_......_..s, 61..,.�
1 �
---.. - ._._.}.__ .. ..._._..,.,:..,..,.__._�...,.,._+..__....� _� ._...,._
�om:� �'�--- i ; � j o�%f s �,sa5.00
----------�----_-------__----....---------- � __
-------«-------__..-- -----.. ____�-----�- -----...�_
; , --...._--- , -..... ---------;------------- �--�--��---
�---------------------------�------------_..-----�....._-------.._.._..------...---;,....___.____..;...._.__..---_._.---'---.__..-----_ �._......._--------;-----�-
Total fal3erviaes:�
1 of 2
���
rraro► (tr��dad in worlcOrder 1� S 200.00
Miac. $ -
a , oo.00
Tot�I qACt
s soo.00
Toul Baa1C $�ry{c�s: S 73.186_71
Total SpeclW S�rvicN:
S f T,986.00
ToLI Diract Expsrws: 3 900.OQ
, ToW F.c
a 9,.a�,.�,
� of 2
WORK ORDER NO. 17
In acoorda�nce vvith the Agreemerit for Professional Senrices I�etween qtv of Wichita Falis ("Clierrt'�
and URS Corooration ("URS'�. a Nevada co�oration, dated March 15. 2005, ihis Wotk Order
descri� the Services, Schedule, and Paymerrt Cond�ions ior URS Services on the Project known as:
YV'�chiha Falls Municina! Airnort
N�w Terminal Project – Airside Preliminarv ian Services � '—
dte�rt Authorized
. Repre�er�#etive: Sarah Johnson. Airoorrs Administrator
Address: 40�b Armstrona Bivd Suite 8
Wichita Falls TX 76306 '
Telephone No.• f&LO) 855-3623
URS Authortred
R�tative: Robert fTex Schmidt PE Senior Pro ject Man
Address: 1950 N. Stemmons Freewav S�irQ aru�r�
Dallas. TX 75207 '
Telephone No.s (9721406-6975
SERVICES. The Services shall be described in Attachmerd A to this Work Order.
SCHEDULE The Estimated Schedule shall be set forth in Atfachment � to this Work Order. Because
of the uncertainties inhererrt in the Services, Schedules are estimated and are subject to revision unless
otherwise speoificaly described herein.
PAYMENT AND EQUIT B� E ADJUSTMENTS. This is a lump sum Work Order. URS lump sum
compensation and provisions for progress and final payments are specified in Attachmer�t ��o this Work
Order. URS shall giv�e Client prompt written notice of unanticipated conditlons or conditlons which are
materially differeM from those ar�tiapated by URS at the time the lump sum crompensativn was agreed
upon. If Clierrt wisFies URS to proceed, URS lump sum oompensation shall be subject to equitable
adjustmerrt for such conditions.
�BM& AND COND�TIONS. The terms and conditions of the Agreemern referenced above sNal( appiy to
this Woric Onder, exoept as expressly modified herein.
ACCEPTANCE of the terrns of this Work OrcJer is adcnowledged by the fotlowing signatures of the
Authorized Represerrtatives,
�UENT �
� sigr�ature
Darron Leiker, City Manager CliFF Half. V'�ce Presidern
Typed NsmelTide Typed Name/Title
Dale ot SipnaW re Dare of Siy►�eturie