Loading...
Res 050-2002 5/7/2002RESOLUTION NO. 50 -2002 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WICHITA FALLS, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH URS GREINER WOODWARD CLYDE TO PERFORM PRELIMINARY DESIGN, FINAL DESIGN, BIDDING AND CONSTRUCTION PHASE SERVICES FOR IMPROVEMENTS AT THE KICKAPOO DOWNTOWN AIRPARK; 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 purchased the Kickapoo Downtown Airpark in June 2000; and WHEREAS, the City of Wichita Falls has the duty and responsibility of ensuring that the Kickapoo Downtown Airpark meets the Federal Aviation Administration (FAA) safety standards and adequately serves the general aviation needs of the city and region; and WHEREAS, needed improvements that have been identified at the Kickapoo Downtown Airpark include the reconstruction of the runway, taxiway and connectors; potential extension and widening of the runway; improvements to the runway Extended Safety Area (ESA); storm water drainage system improvements; runway lighting enhancements; and airfield signage improvements; and WHEREAS, Airport Improvement Program (AIP) federal entitlement moneys are available to the City of Wichita Falls to fund 90% of these engineering consulting services and sufficient Kickapoo Airport Equity funds are available to fund the additional 10% of the service agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WICHITA FALLS, TEXAS, THAT: SECTION 1. The City Manager is hereby authorized to execute the attached agreement with URS Greiner Woodward Clyde to perform preliminary design, final design, bidding and construction phase services for improvements at Kickapoo Downtown Airpark in the amount of $370,374.00 subject to receipt of Airport Improvement Program entitlement funds. 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 7th day of May 2002. ATTEST: nlub-li h wsd City Clerk 001110me Imm", E ADDITIONAL SERVICES AUTHORIZATION NO. 5 CLIENT: City of Wichita Falls, Texas ADDRESS: 2100 Seymour Hwy., Wichita Falls, TX 76301 Project No. E700001081.20 DATE: April 23, 2002 CLIENT P.O. NO.: To confirm your authorization for additional services as they relate to our existing Agreement dated April 20, 1999, URS Greiner Woodward Clyde will furnish preliminary design, final design, bidding, and construction phase services, which are described further in the attached Exhibit A: Scope of Services, for the following improvements at the Kickapoo Downtown Airpark: • Reconstruction of Runway 17 -35; • Reconstruction of the existing west parallel taxiway and connectors; • Extension of Runway 35, by 340 feet, to an ultimate length of 4,555 feet; • Widening of Runway 17 -35 from 60 feet to 75 feet; • Construction of a new 35 foot wide partial parallel taxiway, with 10 foot wide paved shoulders, 240 feet east of the Runway 17 -35 centerline; Regrading of the existing Runway 17 Extended Safety Area (ESA); Construction of a new Extended Safety Area for Runway 35; • Construction of a new storm water detention pond to mitigate increased runoff flow rates east of the runway centerline; • Installation of new storm water drainage structures within the footprint of the runway and taxiway construction; • Construction of new Medium Intensity Runway Lights (MIRL); • Installation of new airfield signs; Installation of new Runway End Identifier Lights (REIL) on Runway 35; • Installation of Precision Approach Path Indicators (PAPI -4) on Runway 17 -35; and • Installation of a new rotating beacon and tower. The estimated increased cost of the additional services is $ 370,374.00 (further defined in the attached Exhibit B: Fee Summary) bringing the total contract amount to $929,388.00. Client agrees to pay URS Greiner Woodward Clyde as compensation for its services on a monthly basis as invoices are submitted. One of the following methods of payments will be used: 1 -() According to the hourly rate schedule attached and dated 2 -() According to the provisions set forth for additional services in the original Agreement 3 -(x) A lump sum fee of $ 370,374.00 4 -( ) Other method as described in Attachment The above services are anticipated to be completed in accordance with the attached Exhibit C: Project Schedule, within 24 months after receipt of this signed Authorization. All other provisions of our original Agreement dated April 20, 1999 remain in effect. If the above meets with your approval, please sign in the appropriate space on three copies of this Authorization, retain one copy for your files, and return two copies to URS Greiner Woodward Clyde. Agreed to: Agreed to: Signer's Name (T ped or P ' ted) Date: URS GREINER WOODWARD CLYDE (URS GREINER WOODWARD CLYDE) BY: w �C�(► X M l 1-' Authorized Signature William E. Corbett, Jr., P.E. Signer's Name (Typed or Printed) Date: Title: City Manager Title: Vice President ADDITIONAL SERVICES AUTHORIZATION NO. 5 CLIENT: City of Wichita Falls, Texas ADDRESS: 2100 Seymour Hwy., Wichita Falls, TX 76301 Project No. E700001081.20 S 4 DATE: April 23.2002 CLIENT P.O. NO.: To confirm your authorization for additional services as they relate to our existing Agreement dated April 20, 1999, URS Greiner Woodward Clyde will furnish preliminary design, final design, bidding, and construction phase services, which are described further in the attached Exhibit A: Scope of Services, for the following improvements at the Kickapoo Downtown Airpark: Reconstruction of Runway 17 -35; • Reconstruction of the existing west parallel taxiway and connectors; • Extension of Runway 35, by 340 feet, to an ultimate length of 4,555 feet; • Widening of Runway 17 -35 from 60 feet to 75 feet; • Construction of a new 35 foot wide partial parallel taxiway, with 10 foot wide paved shoulders, 240 feet east of the Runway 17 -35 centerline; • Regrading of the existing Runway 17 Extended Safety Area (ESA); • Construction of a new Extended Safety Area for Runway 35; • Construction of a new storm water detention pond to mitigate increased runoff flow rates east of the runway centerline; • Installation of new storm water drainage structures within the footprint of the runway and taxiway construction; • Construction of new Medium Intensity Runway Lights (MIRL); • Installation of new airfield signs; • Installation of new Runway End Identifier Lights (REIL) on Runway 35; • Installation of Precision Approach Path Indicators (PAPI -4) on Runway 17 -35; and • Installation of a new rotating beacon and tower. The estimated increased cost of the additional services is $ 370,374.00 (further defined in the attached Exhibit B: Fee Summary) bringing the total contract amount to $929.388.00. Client agrees to pay URS Greiner Woodward Clyde as compensation for its services on a monthly basis as invoices are submitted. One of the following methods of payments will be used: 1 -() According to the hourly rate schedule attached and dated 2 -() According to the provisions set forth for additional services in the original Agreement 3 -(x) A lump sum fee of $ 370.374.00 4 -( ) Other method as described in Attachment The above services are anticipated to be completed in accordance with the attached Exhibit C: Project Schedule, within 24 months after receipt of this signed Authorization. All other provisions of our original Agreement dated April 20, 1999 remain in effect. If the above meets with your approval, please sign in the appropriate space on three copies of this Authorization, retain one copy for your files, and return two copies to URS Greiner Woodward Clyde. Agreed to: Agreed to: CITY OF WICHITA FALLS URS GREINER WOODWARD CLYDE (CLIENTS NAME) (URS GREINER WOODWARD CLYDE) BY: Authorized Signature James Berzina Signer's Name (Typed or Printed) Date: Authorized Signature William E. Corbett, Jr.. P.E. _ Signer's Name (Typed or Printed) Date: Z� r'• �� �� Title: City Manager Title: Vice President EXHIBIT A SCOPE OF SERVICES KICKAPOO DOWNTOWN AIRPORT AIRFIELD PAVING IMPROVEMENTS APRIL 23, 2002 I. BASIC SERVICES This proposed scope of services has been prepared based upon review of the Airport Layout Plan prepared by Merriman & Barber Consulting Engineers, Inc., approved by the FAA on September 20, 1989, and revised by URS Corporation on April 16, 2002. This scope of services includes Preliminary Design, Final Design, Bidding, and Construction Phase Services in compliance with current FAA policies and procedures. Construction materials acceptance testing and full -time Resident Project Representation (RPR) services are not included in this scope, but are anticipated as additional services in an amendment to this agreement. All project elements will be packaged into one set of plans for bidding. Project Description - The Project consists of design phase, bidding phase and construction phase services for the: a) Reconstruction of Runway 17 -35; b) Reconstruction of the existing west parallel taxiway and connectors; c) Extension of Runway 35, by 340 feet, to an ultimate length of 4,555 feet; d) Widening of Runway 17 -35 from 60 feet to 75 feet; e) Construction of a new 35 foot wide partial parallel taxiway, with 10 foot wide paved shoulders, 240 feet east of the Runway 17 -35 centerline; f) Regrading of the existing Runway 17 Extended Safety Area (ESA); g) Construction of a new Extended Safety Area for Runway 35; h) Construction of a new storm water detention pond to mitigate increased runoff flow rates east of the runway centerline; i) Installation of new storm water drainage structures within the footprint of the runway and taxiway construction; j) Construction of new Medium Intensity Runway Lights (MIRL); k) Installation of new airfield signs; 1) Installation of new Runway End Identifier Lights (REIL) on Runway 35; m) Installation of Precision Approach Path Indicators (PAP[ -4) on Runway 17 -35; and n) Installation of a new rotating beacon and tower. A. DESIGN PHASE Topographic Survey. A survey of the existing pavement and surrounding area will be performed to establish the elevation of the existing ground, locations of visible man -made features, and evidence of existing A -1 Kickapoo Downtown Airpark Airfield Paving Improvements Scope of Work underground utilities. 2. Geotechnical Investigation. A geotechnical investigation of the runway and taxiways will be performed. Soil Borings will be obtained to establish the depth, classification, and arrangement of the various soil layers. Laboratory testing of soil samples will be performed to establish material properties necessary to determine the suitability of the existing soils to support the design aircraft in the event of an overrun. 3. Prepare Construction Plans. a. Prepare and publish an Engineer's Report establishing the design criteria and findings in accordance with the FAA requirements. b. Prepare AutoCAD 2002 Plans and Word 97 specifications in accordance with the latest FAA Advisory Circulars c. Prepare /coordinate detailed safety, security and construction phasing plans Meet with users /tenants /FAA/others 2. Coordinate phasing versus schedule d. Prepare Specifications and Contract Documents for the project based upon current FAA technical specifications and general provisions. e. Conduct constructibility review f. Furnish final review set of the Specifications and Contract Documents, and construction plans for bidding. 4. City Responsibilities. The City of Wichita Falls shall provide: a. Available as -built plans and Engineer's Reports of the existing airport paving and approach systems for use by the Consultant in the new design. Where available, this information will be provided by electronic media. 5. Submittals The following is a schedule of submittals for this project. Upon approval of the submittal, work shall continue toward the next submittal. a. Preliminary Design (30% design) - submit 4 copies of the draft airfield A -2 Kickapoo Downtown Airpark Airfield Paving Improvements Scope of Work construction plans and Preliminary Engineering Report showing the project areas. This plan shall be submitted to the City for approval. b. 90% Design - submit 5 copies of 90% drawings, outline specifications and preliminary cost estimate. c. Bid Documents - submit 5 copies of the final bid plans and specifications for review. Upon approval by the City and FAA, URS will provide 30 bid sets (plans, specifications and contract documents) for bidding and construction purposes. d. Preliminary Engineering Report - prepare and submit four (4) copies of the Preliminary Engineering Report and cost estimate with the final design plans and specifications. e. B. BID PHASE Tasks in this Phase include the following: 1. Assist the City in identifying potential bidders and sub - contractors (City's responsibility to place advertise for bids) 2. Assist the City in securing and opening bids 3. Attend and participate in the Pre -Bid Conference 4. Prepare Addenda to bid documents 5. Prepare and certify Bid Tabulation 6. Assist in checking Bidder Qualifications 7. Make recommendation for Award of Contract 8. Assist in processing of Contract Documents between the City and the successful low bid Contractor 9. Furnish five (5) sets of executed Contract Documents 10. Assist the City in preparation of FAA Grant Application C. CONSTRUCTION PHASE Tasks in this Phase include the following: 1. Attend a Pre - Construction Conference 2. Establish horizontal and vertical control points 3. Consult and advise the City during construction 4. Review construction, shop, and erection drawings /submittals for general compliance with the design intent 5. Review lab, shop and mill test reports and certifications for general compliance with design intent A -3 Kickapoo Downtown Airpark Airfield Paving Improvements Scope of Work 6. Make periodic field visits to the site and make appropriate reports to the City 7. Observe initial operations of the project 8. Attend any witness tests required by the Contract Documents 9. Assist with the processing of Change Orders and supplemental agreements (does not include additional design /engineering for changed conditions /sponsor requests) 10. Review and approve monthly and final Contractor Pay Requests based on the recommendation of the Resident Engineer 11. Perform cursory review of testing and inspection reports 12. Make one pre -final and one final inspection of the completed project 13. Assist the City in the preparation of TxDOT Reimbursement Requests 14. Prepare record drawings from contractor supplied red -line mark -ups D. DELIVERABLES 1. Scheduled Submittals a. 30% Design Plans - 5 sets i) Half -size (11 "x17 ") plans with horizontal and vertical alignment and geometry for approval ii) Outline of Technical Specifications iii) Preliminary Engineer's Report iv) Preliminary Cost Estimate b. 90% Construction Plans — 5 sets i) Full -size (22" x 34 ") plans with fixed horizontal and vertical alignment/geometry ii) Drainage located iii) Fixed electrical layout iv) Draft Specifications and Contract Documents c. 100% Documents — 5 sets i) Full -size (22" x 34 ") plans ii) Final Specifications and Contract Documents iii) Final Engineer's Estimate d. Bid Documents — 30 sets (upon approval of 100% Documents) A-4 Kickapoo Downtown Airpark Airfield Paving Improvements Scope of Work i) Half -size (11"x17") plans ii) Final Specifications and Contract Documents 2. Bid Period a. Last Addenda - 7 days prior to bid opening b. Bid Tabulation - 5 days after bid opening c. Recommendation to Award - 5 days after bid opening 3. Close -Out a. Full -size (22" x 34 ") record drawings and electronic files b. Close -out documentation II. ADDITIONAL SERVICES — The following services are not a part of this agreement, but are anticipated as additional services to be added prior to beginning construction. A. Resident Project Representation during Construction URS will provide full time inspection services per FAA requirements. B. Quality Assurance Testing during Construction Scope of testing program will be determined based upon contract quantities and shall be determined prior to construction phase. A -5 EXHIBIT B WICHITA FALLS KICKAPOO DOWNTOWN AIRPORT RECONSTRUCT AND EXTEND RUNWAY 17 -35 AND PARALLEL TAXIWAY CONSTRUCT NEW EAST PARALLEL TAXIWAY REGRADE RUNWAY 17 EXTENDED SAFETY AREA TASK Man -Hours COST PIC PM PE I EIT I CAD I CL TOTAL Project Management Prepare Project Opening Forms 2 8 2 12 $ 1,477 Prepare Project Management Plan 6 8 4 18 $ 2,228 Prepare Project Schedule 16 16 $ 2,112 Prepare Project Health & Safety Plan 8 2 10 $ 1,147 Subconsultant Coordination 40 16 16 72 $ 7,636 Sub Total - Project Management: 8 80 16 16 0 8 128 $ 14,599 Preliminary Design Preliminary Design Phase Meetings (3) 24 24 24 72 $ 6,702 Digital Terrain Model 2 16 18 $ 1,320 Establish Horizontal Alignment 2 8 10 $ 914 Establish Vertical Alignment 2 8 16 26 $ 1,970 Typical Cross Sections 2 8 8 18 $ 1,442 Preliminary Design Drawings 8 24 40 40 Pavement Thickness Design 4 8 12 $ 1,178 Drainage Area Map 4 16 16 36 $ 2,884 Drainage Calculations 24 8 8 40 $ 4,346 Construction Phasing 8 16 16 40 $ 3,412 Preliminary Opinion of Probable Cost 4 8 8 20 $ 1,706 Preliminary Engineering Report 24 8 8 40 $ 4,346 FAA Coordination 8 16 24 $ 3,432 Sub Total - Preliminary Design Phase: 8 124 136 160 40 0 356 $ 33,653 Final Design Final Design Phase Meetings (3) 24 24 24 72 $ 6,702 Construction Plans & Technical Specifications: Cover Sheet 2 2 8 12 $ 944 Quantities and General Notes 2 4 8 14 $ 1,106 Contract Layout Plan 2 4 8 14 $ 1,106 Operational, Safety and Phasing Plan 16 24 8 48 $ 4,579 Horizontal Control Plan (4) 16 16 40 32 104 $ 8,120 Runway Plan /Profile (4) 16 16 40 32 104 $ 8,120 Taxiway Plan /Profile (4) 16 16 40 32 104 $ 8,120 Grading and Drainage Plan (4) 32 32 80 32 176 $ 14,172 Typical Sections 8 8 20 8 44 $ 3,543 Storm Sewer Plan /Profile 8 24 40 8 80 $ 6,163 Drainage Structure Details 8 40 20 16 84 $ 6,661 Erosion /Sedimentation Control Plan 4 8 8 8 28 $ 2,223 Pavement Marking Plans (4) 4 8 16 32 60 $ 4,302 Specifications and Contract Documents 40 40 24 104 $ 9,620 Quantities 8 40 40 88 $ 6,947 Engineer's Opinion of Probable Cost 8 16 24 $ 2,356 Independent Technical Review 40 8 24 24 24 8 128 $ 13,104 FAA Coordination 8 16 8 8 8 8 56 $ 5,490 Permitting 16 40 16 8 8 88 $ 7,299 Sub Total - Final Design Phase: 48 254 394 416 272 48 1432 $ 120,677 EXHIBIT B WICHITA FALLS KICKAPOO DOWNTOWN AIRPORT RECONSTRUCT AND EXTEND RUNWAY 17 -35 AND PARALLEL TAXIWAY CONSTRUCT NEW EAST PARALLEL TAXIWAY REGRADE RUNWAY 17 EXTENDED SAFETY AREA TASK Man -Hours COST PIC I PM PE EIT CAD CL TTOMFLI Bidding: Distribute Plans and Specifications 8 8 8 24 $ 2,069 Pre -Bid Conference 8 8 8 24 $ 2,234 Answer Questions & Issue Addenda 8 24 16 24 16 88 $ 6,339 Bid Opening 8 8 16 $ 1,706 Bid Tabulation 8 8 $ 650 Recommendation for Award 8 8 $ 1,056 Sub Total - Bidding Phase: 0 40 56 24 24 24 168 $ 14,055 Construction (365 Calendar Days) Pre - Construction Conference 8 8 8 24 $ 2,234 Construction Progress Meetings (30) 120 240 120 480 $ 43,263 Shop Drawings and Submittals 8 40 48 $ 4,307 Prepare Change Orders 8 40 40 40 128 $ 9,532 Interpret Plans and Specifications 8 16 24 $ 2,356 Review Acceptance Testing Reports 8 40 48 $ 4,307 Pre-Final Inspection 8 8 8 24 $ 2,234 Final Inspection 8 8 8 24 $ 2,234 Prepare Record Drawings 4 16 24 40 84 $ 5,997 Sub Total - Construction Phase: 0 180 416 208 80 0 884 $ 76,463 Subconsultant Services Topographic Survey $ 6,700 Geotechnical Investigation $ 25,581 Electrical Design $ 69,304 Sub Total - Special Services: $ 101,585 Direct Expenses Travel (41 Trips X 280 Miles X $0.345 /Mile) $ 3,961 Meals $ 1,080 Overnight Mail $ 300 Reproduction: Plans (40 sets X 40 Shts X $2.00 / Sht) $ 3,200 Photocopies (40 sets X 250 Shts X $ 0.06 /Sht) $ 600 Miscellaneous Direct Expenses $ 200 Sub Total - Direct Expenses: $ 9,341 Grand Total 1 64 678 1018 824 416 80 2968 $ 370,374 C G . .. 'O CL I C c 0.0 Z d = am -m•EE m ° Z waUCnU)LL I 2 � i i Z • . LLI NZW _ � 2 . - ozz _:- -- o _ _ a o w - 1— O a mQ0 = N N N N N N O N o N 0 N 0 N o N O N O N N N N N N M v o W V 0 O 0 0 M 0 CA o O c� c� c� c� c� c� c� o lA 0 O 0 01 0 CA 0 to 0 M 0 O 0 Cl) 0 M LXU ti Y N t :z CO ` 0 N O N O N O O O O C1� C� C� C� O M O C7 M M Q O O O O O O O r r .- O O O O NO. N O N O N O N O N O N O N O N O N O N O N O N O N O N O co O M O O M M M M CD O OO O = O M 1- ` m O O Cl) N CO O O ` O N O N O N OO O t j O O iA O CD O O O O O O O O Z�4 N O iZ4 O M O O O O .-Cr LO M O N O N O O O COO CO O O O O O O N O O � O O N N O O U N 0 C C 3 N - 2 _ U C N .. rn 0) p N Z5 O cu E 2 °—� C o N N N C O d N D) .(U p 10 W C. C CL E N 4) U U U O _d C O U) C — C D C _ N O O U N p co U N N 1 O O U () m d y 7 O C O a c r Z' rn .� Co c o U _rn cn o c O Q' C m X o D. $ m Q. m C s (C c_ t3 C _rn 'm (D cn a) U d W fC U O) .O to aD N N p N N U 'C (D W N 7 O H O O N O O Q N O Q H E C? C" O .--' E pe .� N U O N v m U N N n a M v a d a d m o y a� '�_ w_ a c o o O� > N 0 3 N c c yo 0000�� Z a. F- C7 d M Cn ii Q Q d m Q U L1 U `m m m W m ° � N a m > E 'C O O LO O O O N O Cl) O O �O O cD O 1� O tl0 O O O O O O N O M O O LO O CO O I� O co O M O O O Co N O Cl) m c m m C 9 m a O r O O O O O O O O O O .- r r- r .- r .- r N r N N r N to m