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