HomeMy WebLinkAbout2005.10.11_City Council Agenda_SpecialTYPE OF MEETING:
Special
DATE:
October 11, 2005
TIME:
6:00 p.m.
PLACE:
Old Central, Council Chambers
109 N. Birch
Notice and agenda filed in the office of the.City'.,Clerk and posted on the City Hall bulletin board -
at 4:00 PM on Friday, October 7, 2005.
. . . . . . . . . . �
hufiagn M. Stevens, Adminisii ssiissistant an,
Call to Order
Mayor Thoendel
2. Discussion relating to Community Development Department items
Mr. Rooney
Attachment #2
A. Annexation (1)
B. Final Plat (1)
C. HOME Consortium — Housing Rehabilitation Program
3. Discussion relating to Parks Department Items
Mr. Rooney
Attachment #3
A. Award bid for the construction of the Owasso Skate Park restroom facility
Owasso City Council
October 11, 2005
Page 2
4. Discussion relating to Public Works Department Items
Mr. Rooney
Attachment #4
A. Engineering Services Agreement for the E. 86th Street North and N. Mingo Road
Intersection Improvements
B. Change Order No. I for the E. 96th Street North and N. Garnett Road Intersection
Improvements
5. Discussion relating to Police Department Items
Mr. Rooney
Attachment #5
A. School Zone Ordinance
B. Overtime expenses
6. Discussion relating to City Manager Items
Mr. Ray
Attachment #6
A. Update on E. 861h Street North and N. Garnett Road Project
B. Proposed Ordinance setting term limits for service on Boards and Commissions
C. Capital Improvement Project Prioritization
D. Funding for Capital Improvement Projects
7. Adjournment
SAAgendas\Council Work Session\2005\1011.doc
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OWASSO
FROM: CHIP MCCULLEY
CITY PLANNER
SUBJECT, ANNEXATION (OA-05-08)
DATE: October 4, 2005
BACKGROUND
The City of Owasso has received a request to review and approve the annexation of
approximately 241.74 acres, located on the east side of N. 129th East Avenue between E. 116th
Street North and E. 126th Street North.
LOCATION
The property is located on the east side of N. 129th East Avenue between E. 116th Street North
and E. 126th Street North. A general area map has been attached for your review.
EXISTING LAND USE
Undeveloped
North: Residential
South: Residential/Commercial
East: Agriculture/Large Lot Residential
West: Agriculture/Large Lot Residential
PRESENT ZONING
AG (Agriculture District) — Tulsa County
DEVELOPMENT PROCESS:
The first step in the development of a piece of property in Owasso is annexation. Annexation is
the method whereby land located outside the City limits is made a part of the City. Property
owners and land developers sometimes choose to have their property annexed into Owasso in
order to receive Owasso municipal services, such as police and fire protection, refuse collection,
and sanitary sewer.
The second step in the development of a piece of property in Owasso is rezoning. When a
property is annexed into Owasso, by law it must come in classified for AG Agricultural use. In
order to develop the property, the land must be zoned for particular kinds of uses, such as
residential, office, commercial, or industrial. Rezoning decisions are made in accordance with
the growth policy displayed in the Owasso Master Plan.
The third step in the development of a piece of property in Owasso is platting. A preliminary
plat is required for any development that proposes to divide land into two or more lots.
Preliminary plats illustrate the development concept for the property, and are often modified
significantly after being reviewed by the Technical Advisory Committee (TAC), and the Owasso
Planning Commission. Sometimes, difficult development issues such as existing utility lines,
wells, or easements are brought to light at the preliminary plat stage and must be remedied prior
to development.
ANNEXATION REVIEW PROCESS
The annexation process is initiated when a property owner submits a petition to the City of
Owasso requesting that the City bring the property into the City limits.
The applicant must submit as part of the request a signed petition requesting the annexation, an
accurate legal description and map of the property being requested for annexation and a certified
300' radius report so that staff may send legal notices to surrounding property owners.
Upon receipt of all appropriate materials the staff initiates the review process which begins with
a thorough analysis of the request. The primary consideration is the property's compliance with
the Owasso Annexation Policy. The policy establishes a set of guidelines that define which
properties are considered for annexation.
The annexation request is then presented to the Owasso Annexation Committee for review and
recommendation. The Annexation Committee is made up of staff, elected officials and citizens.
The Committee reviews the petition for compliance with the Annexation Policy and establishes a
recommendation to the Owasso Planning Commission.
The Owasso Planning Commission holds a public hearing to determine if the property is
compliant with the Owasso Annexation Policy and establishes a recommendation to the Owasso
City Council.
The Owasso City Council will make the final determination to annex the property or refuse
annexation. If the property is annexed into the City limits an ordinance officially declaring the
annexation is written and adopted by the City Council. Once adopted the ordinance is circulated
to appropriate regional and national agencies for recording and altering maps.
CONSIDERATIONS OF AN ANNEXATION
The following annexation policy for the City of Owasso is provided as a guideline and should
not be constructed as inflexible requirements for annexation.
l . While there is no minimum tract size, properties of larger than 20 acres are preferable.
2. All properties should be contiguous to existing City Limits.
3. All properties should be annexed into the City limits as the lowest zoning classification,
that is, Agricultural (AG). Landowners may then petition for rezoning if they desire
further development of their property. All legal uses annexed into the City will be legal,
but non -conforming, which means that they may continue but cannot be expanded
without proper zoning.
4. All public infrastructures that do not meet City standards will not be improved by the
City until brought to the City standard and accepted by the City Council. Such public
facilities must be improved at owner's expense by the establishment of a special
assessment district or some other financing method.
5. Where a City limit boundary ends at a dedicated street, the boundary will not include the
street right-of-way. This policy will establish consistency and allow City employees and
citizens to know where the City boundaries are.
6. Properties that are rejected for annexation should not be considered for annexation for a
six month period after rejection by the City Council.
ANALYSIS
Staff received a petition from Owasso Land Trust, requesting the City to annex approximately
24.1.74 acres of property. At this time it is our understanding the applicant is requesting this
annexation petition in order to begin a process that will result in the development of both
commercial and residential property. The request is consistent with the Owasso 2015 band Use
Master Plan as it calls for commercial development along the southern border of the property
along E. 116th Street North, and the northeast corner of E. 126th Street North and the Owasso
Expressway. The remaining acreage will develop for residential purposes.
If the property is annexed into the City the applicant will be required to follow normal
development procedures which would include rezoning, preliminary and final plat review. If
annexed, any development proposed for the property would be required to meet the Owasso
Zoning Code and the Owasso Subdivision Regulations and any appropriate site engineering
standards as proscribed by Public Works including but not limited to paved streets and
sidewalks. The property would be served water by Washington Co. Rural Water District #3 and
sewer by the City of Owasso.
In regards to the Owasso Annexation Policy the request is larger than 20 acres and it is
contiguous to existing City limits. No public infrastructure or development currently exists on
the property; all public improvements will be made by the developer. If annexed, the subject
property will acquire an AG (Agricultural District) zoning designation.
Staff published legal notice of the annexation petition in the Owasso Reporter and letters of
notification were mailed to property owners within a 300' radius.
IgECOMMENDATION:
The staff intends to recommend Council approval of annexation request OA 05-08 at the October
18, 2005 regular meeting of the City Council.
ATTACHMENTS
1. General Area Map
2. Applicants Annexation Petition
'T. N L
126st'.v
fp
Owasso Community
Development Department
111 N. Main St.
Owasso, OK 74055
918.376.1500
918.376.1597
www.cityofowasso-com
E. 116st ST. N
BEFORE THE HONORABLE
CITY COUNCIL 0F
THE CITY OFO\Y45SO'0KL4H0MA
PETITION FOR ANNEXATION
The undersigned, as agent for the uuie owner ofthe hereinafter described nexi
estate situated in Tulsa County, Oklahoma, to wit:
See Exhibit "A" attached hereto;
being territory adjacent and contiguous to the incorporated City of Owasso, Oklahoma,
and not presently embraced within the Limits thereof, hereby petitions the City Council
of the City of Owasso, Oklahoma, to annex the aforementioned real estate into the City
Limits of said City.
Dated this 14th day of September, 2005.
PURCHASER AND AGENTFOR THE OWNER:
O\VASSOLAND TRUST, LlI.
By z , ck�a
David E. Charney
STATE OF0KLAH0MA)
)o
COUNTY OF TULSA
This instrument was acknowledged before meon the 14mday of September, 200`
by David E. Charney, manager of Owasso Land Trust, L. L.C., an Oklahoma limited liability
company.
MyCommission Expires:
JWMNOTARY PUBLIC OKLAHOMA
A OFFICIAL SEAL
ROGERS COUNTY
03000073
%LRA1 N
Commission No.
m9V,Aorro°
O. THE HONORABLE MAYOR 4 � ;
iCITY OF OWASSO
FROM:
CITY PLANNER
SUBJECT- FINAL PLAT (BMC Medical Office Building)
October0 a
BACKGROUND:
Cook & Associates Engineering has submitted an application to the Planning Commission for
approval of a final plat for The Bailey Medical Center Medical Office Building. The applicant
wishes to create 1 lot on approximately 1.15 acres located at the Bailey Medical Center. A
general area map is attached.
EXISTING LAND USE:
Existing property is developing as the Bailey Medical Center.
North: Agriculture/Large Lot Residential
South: Residential
East: Residential
West: Agriculture/Large Lot Residential
ANALYSIS:
The applicant is requesting this review in order to facilitate one lot on approximately 1.15
acres. The subject property lies in an area planned as part of OPUD 01-02, The Lakes at Bailey
Ranch. The Planned Unit Development (PUD) calls for the property to be utilized in a manner
consistent with RS-3 (Residential) zoning. The PUD goes further to say that all uses allowed by
right or special exception in an RS-3 district are allowed on the property. The applicant has
received a special exception from the Owasso Board of Adjustment to operate Use Unit 5:
Community Services, Cultural, and Recreational Facilities on the property. This action in effect
allows a hospital or medical center to be developed on this property even though it is zoned for
residential development.
The proposed development is compatible with Owasso Master Plan and consistent with current
development trends in the general area. The final plat is in compliance with the Owasso
Zoning Code's Bulk and Area requirements. The Bailey Medical Office Building will be a
multi -level medical office building with doctor's offices, health labs, and have the capability
to do minor out patient surgeries.
TECHNICAL ADVISORY COMMI`I"TEE:
The Owasso Technical Advisory Committee reviewed the final plat at the ,September 28, 2005
regular meeting. At that meeting, utility providers, as well as staff, are afforded the
opportunity to comment on the plat and request any additions and/or concerns. The Technical
Advisory Committee recommended approval of the final plat without condition:
COMMENDATION -
The staff intends to recommend Council approval of the BMC Medical Office wilding Final plat
at the October 18, 2005 City Council meeting.
ATTACHMENTS:
1. Case Map
2. ,Site Drawing
-
�
Wit`
{fie
�
Plat N�=l
o.
Legend
FINAL
BMC-MEDICAL OFFICE BUILDING ONE
A Subdivision in the NE/4 of Section 18, T-21—N. R-14—E,
City of Owassa, Tulsa County, Oklahoma �i I
5-11TM -D APP uO BT BNa'
uEDicaL CENTER PEAT Na SGIB
DDCuuENT N0. O4t21J9B
nlRve iio 7
R-,73.00'
rem.• _....0 m 114.47'
( C.@..�. M 7829'04` E
( `
SbG35'agYe
BRa55 CnP
E Clb2NER
'SECTION 18
�
Gb.kS'
T3lx. Ri aE
SECTION uNC
y�
Ppp
din
(
L]IR NO ➢ /r i . // l �
ca — N 4017'33 E j.
C> MEDICAL (11-FIt'1.1i1111DiN,;
\
t
I.ul'i Itl.01K
POB
n.
/ f O
BAILEY MEDICAL,CENTERQ j �s
PLAT NO. 5818 a� �''"(
`� f
,y°j
•
�
air
t. b
t �•
N56°35'30*W
aX..m fg
26.56'
SF6'26'17`Y!
t S
25.68'
I
(
/
t.
yy ([
—_Jm
_—__ _ T-
— --E i 0 ]IJ9tl f
FF
R taE
Et Tw
ti 21
S 1 �
f aST 961w SjIiRFFi NP9M
CATION MAP
i5 nCREa
e 9.o;1.0U Sr.
l ! EDG
ENGINEER SURVEYOR
Cook & AswcialLs L'.•ngincerinb, Inc.
906 South Ash A —
Broken Arrow, Oklahoma 74012
Phono. (918) 258-9442
C-Shia.'. of Aulhorizotlon No, 4479
Rnnowol Do{o; Juna 30, 2006
OWNER ® DEVELOPER
giaiiey Medical Cen€ce, i.LC
A Beta are Limited Liability Cea➢➢➢pang
Ardent Hoolth Sor 1.". Inc.
0"0 Burton HMS 81vd., Sulta 250
Nmhvlum, TN 37215
Pyt ..... b 4l%N m $YM1 lum
U b]f b N o.wud u ppe,.l d az0 bu, m
:.e ud..u.0 ud um W..irm+m w.<:vm
Wm mtl semd b, . ..., d lie �ucl by+e
Ur �so cuuvu reuawer
Ocy�ly
cuuHi OFF O�—' 1 ss
lY.rkue euxi Tus. Cmuly n..k v..ue
Im La G�uuly a..A lleb amm U.mud E>
e.,eq�.NT w.iW IW �a�tnu
Aba uw v a za."
AI'PHOVFL � _Ly the ndy
LLLoum ` ttll W b....c
Ai... C]ly Ckek
63IR bB D E'AI IDd F dd'E: U11Ed.11IN : ()NL
..1111 L1 I0P2
Y;IJ;BS
DECLARATION OF
COVENANTS, CONDITIONS AND RESTRICTIONS OF
8MC — MEDICAL OFFICE BUILDING ONE
. I. .... It Loli , 2-2
It 1-1 —l—1
11001 ..It, —L C'
1—Im fl., ol,iq—, B.i,Iy kl"—1 cl,—, Plot'), L.,6
1'.1 -I tl,, D,ii tLIt I-Im Fi-
C--- -.4 1'
11Z 01,11, — No.
1111"l I li ... ... ....... 1 1. 100, Lull-, "I". 11t,
fill C . my Cl-. (hil-Ill t- -a R,--d 6,,ii.y .1-d
;.bi,ty B,lifey LLC'); I,
REAS. alley MII-1 C--, LLC pequrred 111I ii Il 1, ty ILI Ine purpcsc
spi,cl")ine aging
11,11EAS. I--, ll..
boom.
, is .__ I I Spol [—pfl— q-1—d 1� it!. 6L
Ild It Ad1 the If tCity
It 0-1. J—d 27. 20U5 C_I,,,-): _',
WHEREAS, Plo--j Stoll I'd the Cit, piI, If thi, clt, f "—I, pu,—,�l to lh.t cElloin
--
..it 211. 20.5 Iran, 1— C", l' a.y
Midic.t C-t- LLC ' 11— dlli,-li—- d 1t the
Sp—,ll Ea. Ii-PI—I., t
—, ' =— reyuirenrcnls of
, — I Ful) ."'. I, . ii I. ... ....
L.— PLO ol.,g I.iii.,__ '__y
tl'Wil-lieAS. B.;I.y —1-Center by tili P-
=Py . 1
z!t-11 I.l.1
111sill. il,
NcP .1 Q..— LLC 1, —.1— P.11, (Itili Lill— b-', G."., It
Cf,p lz the
NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS:
BAILEY MEDICAL CENTER, LLC. hi,11—N., IIII—d t-
l—o k. thec.q It C)...
�j,�,)- in 1-t,'- bill, I,,, Oli), R-1I
Fourteen East It I jid.,:. a— —d Y, It I'll
01 said s-1— 18.
tii3al— 1, a-ti- l—.
It 6J2.17 1-1 1 . I .I'll, Ll
Norio IIJ,n ElIt A—L., said Paint Lcinq 41-1 POW OF BEGINNINGter
Tnenee S23-3559*W, .,-, —o .." I .1 1.-6 lee,;
thence S36'39'34'lli. .1-9 I.;iJ Ilyllt al .., I d ID362 feel
1 nonce 3D
Nz
T-1— 1111-1— E o —1— .1 715 31
T4 I —, l= , L'o
Tl — 65 '—W30"E v--,I If 231.22 f— to It,. P.,,i of 6cyinning, xoiJ il.ct
aLic—MILi'd ChIl,
-y
ihw c—Ii/D.-I.t., h—by oc4nowlodqus and conlirmv il..( 11I properly w nine
emc—M—i-, oNiII Bundir.y Ol.,, r,, j—
loWnt."'. i"'. iflg Tiot `21 il"tto to tosew s lo, palic sl-iti Gria ge'l,wi 'fifil'Es.
S-Iti—1 1.1, 1.2 -J 1 3 It — -41.1 boil ,ly kadiC-.1 P1,L6y -
Amer— bailey M,d-1 Center RIO, all It - 1 I.d
,ti— Ic—.1- —agra 6Dcc r L—El—
(11, aeteriningtianG of the Cil, V 0-1., 1-1. VII
-.1— FLD JI —1 1, 1a 311—
SECTION 1
UTILITIES
1.1 El—ie, G.., I- C,ill---li— 5--
(A) Snet, igill -Ii
JI
P ly It'.
th. il,ppl-
I-- u Iper
2.1
I�e Incp—
'y ur
(D)
may i.
1.2 F.IliI Lildil, S.—
w-i I.
it
ity I.— u -i—d "i'I L_ I
(C) ThI City It Grvussc .1 ils will....... 1,
(0) T�;I CRY .1 Q.. 1 . P,. y",
L_ ILI D— .1
(E)
(F) 13 1,enlvrctaele
y �jt, .
MIC-NMW AL OFFI( L BUILDING LINE
SHED 2 OF 2
im
F ROM:
SUBJE, (M.
X UP-MW13
CrrJL7 OF OWASSO
MUMIUMOF
HOME CONSORTIUM BIDS
October 4, 2005
So far, four homes have been approved for rehabilitation. Bids have been received from rehabilitation
contractors for a combined cost of $70,001.61. One bid was over the $25,000 limit, and the
homeowner will be responsible for the difference. As there is still more than $25,000 available for
T, J-9, 0, QkQ I�Ylf*
been approved, In order to allow the contractors to begin rehabilitation work on these properties, it is
necessary that the City Council a-oprove the bids.
L
1. 202 East P Avenue $19,650.00
2. 904 North Cedar Sreet $29,064.00
3. 205 West e Street $6,817.61
4. 1003 North Ehn Street $14,470
Ruhmann Construction, Inc. (Tulsa)
Chelsea Builders (Chelsea, OK)
Chelsea Builders (Chelsea, OK)
1. Map showing affected properties
2. Correspondence from 1NCOG dated September 21, 2005
a voluntary association of local governments serving creek osage, rogers, tulsa and wagoner counties
201 west 5h street, suite 600 tulsa, o1dahorna 74103-4236 918/584-7526
To, Eric Wiles, Community Development Director — City of Owasso
From: Steve Boettcher, INCOG
Date: September 21, 2005
Re: Consideration and award of bids for Housing Rehabilitation Program through the
FYO I City of Owasso HOME Program (Metropolitan Tulsa HOME Consortium)
ON , III irl'
,a 202 East 3d Avenue $19,650.00 Ruhmann Construction, Inc. (Tulso
@ 205 West 4' Street $6,817.61 Chelsea Builders (Chelsea, OK)
0 1003 North Elm Street $14,470.00 Seal/Rite Contractor, Inc. (Owasso)
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OWASSO
FROM: DAVID A
PARKS,> F O
RE. RE, STROOM PROJECT
OWASSO SKATE PARK
DATE: October 6, 2005
BACKGROUND:
At the March 15, 2005 City Council meeting, the City Council approved the City of Owasso's
participation in the FY-04 Community Development Block Grant (CDBG) program. By nature of its size,
the City of Owasso receives $66,450 in CDBG funds this year towards the completion of a project which
must be matched by the City of Owasso. The matching portion of funds has been included in this year's
budget. The Oklahoma Department of Commerce administers these funds as part of its "Small Cities Set -
Aside Program."
PROJECT DESIGNATION:
The City will be utilizing the money this year to construct a handicapped accessible restroom at the
Owasso Skate Park, as well as construction of sidewalks along Main Street to and from the Skate Park
facility.
PROJECT DETAILS.
Bid specifications for the Skate Park restroom were developed by staff utilizing restroom specifications
and designs from previous restroom projects. Specifically, the restroom at the Skate Park will resemble
the restroom located in Elm Creek Park. This restroom is nearly 15 years old and has been cost effective
in terms of maintenance and serviceability.
The "Request for Scaled Bids" was advertised on August 11, 2005 and August 18, 2005 in the Owasso
Reporter. Additionally, copies of the plans were provided to four different plan distribution houses. Two
copies of the bid documents were picked up by interested contractors. A mandatory pre -bid meeting was
conducted on Wednesday, August 31, 2005 at 2:00 P.M with one contractor attending. Bids were opened
on Monday, September 12, 2005 at 2:00 PM.
One bid was submitted by Tri-Star Construction of Claremore, Oklahoma in the amount of $73,390 for the
construction of the restroom. Staff has reviewed the submitted bid materials and have found them to be in
compliance with all specifications.
COMMENDATION:
Staff will recommend Council ward the bid for the construction of the Skate Park restroom to Tri-Star
Construction at the October 18, ZOOS regular meeting of the City Council.
ATTACHMENTS.
1. Skate Park Elevation and Floor Plan
9eb a !h 1 CS m 9 Sl
NP_ h -ioapa 2t4 t Mingl ] m 6 no moo a ma m
-�- � ]. ichmir iW bmY1 w do Pramcm8 Bmr Aw51 AYdT. Y-Saes '
I __ __ ._- � �_ � � I o re9u1Y 1P Yinlah•.h E t01T° ti L dmBm mmd 4rmmmYl
_ _ _-- __ __ �. E tncem mm Smnt 2 rom eoe ¢ ba s s° mmYi¢ Yagm. mc•mi
floor MYrsmm yi+iv-a 1 ya9 clmaor, handlm M dmmd
I w44 Eaei (comma L 1 4 y. ioeN 4 1 Pm['mmtaidm m$ paah
""_ Dim<m immidm m14b tick plae f Sam mn8 wCmlflm. pply ]
ym 4 M4 ': Cnl to mmrcmm mnmmmi.
2 -o l4rP1 8 k < ba ]• 9h - I < ruction grmem memt comm<
Rm8 ems <• YY 13 bi 4 altornato m1Us propovml.
_•. �. (Ba1 lay
- — - - � 3. 8Ke 4m[ 8 Ym?a8 YYS aluil} yp:s/ ° xtmziPr 4radm mlch '
- q u t rp L glu pml ea pa ¢ 2 9 Y• m
d. mmi9 im fl h 11 it � fiy _ Y Baimemd mmroom
a. xmn Y a9mbr (cm j ma m mch mmda ca m.
I III 1i' �� eO. 8 2 3 Y npul C tkyYigh*s miels non-mmm thieu9h
1 PY 44! (1Ba thick n1 j
- s. rkem 1 naai� mnmll A:;i/] w 1md or rabameed amvmsmd
_ bamrd lmP mieirva in
apm;9 4 mm miea or sx-ii v£G greovme
I I( III�I �q m rei riy1ng xf mdt aumbin, submit
illy I III II \ �I �111 1 orb im Teo e a .. Ya 9 4'•!Cm i aoorm — Cromm mith
W1�ELrHNR RAUP .JII'I II. IIIII WHE° MR R:lg d 1 Ym8 1 mr hWi a} i vN ae¢ni@me (commaricaP
II II [III III �� III I1111 Iilll d y Fuck alnmi d awl anmk t Lam. Pmmh BPmtma am wtb
f2` -�,I, aSd kicA P1 wih Aav t a m• SupPYY 2 nmtm of
t° P--
A y pm d [. to nqr n•M1 jeal to w mzamn.
(POlMOITN)wP = - - p]i albem8 moz4lcmY [Sbo pm
iY a rn bia±:Y, r os
• LFwemlm�everEepm imq� �lv enr4'm8 o mBeromm8 a3um1 _
}
�01�TH EZEVA7?GV a
vcrumwrcrreP
9•-4` 4 -d• 4` - m` Y-0 -6 G_D` - ' /� /• �/
Y-o•lTrP .'if
t
LAVAaORY O �. I ti
' OtF>_,f]WR iuANP \. ---- y, / arltfRt6WR RAND I II
m Lug
wE4Al DOOR i SKYLK:wI � - Lrlm Tow'f i. 3NYLgNf ;
(mP O; � wEm �ImoaR. I I'III f t I I tl m
1911I I' �<Y1 it I�
--- YtTAL moos (-I t FIT itfild",TI 11 III i
m (PuruaEl - . w 000� S-K-TLN(-N-T ,Ii OLODCtR'EYLaA0(rm3NmTREREmTTAR NmIREm)®A/RY NECH- ANOfA! L.ORIRIONOOONR N mMDR"�:DmC•myAIl(DAORMTN3[AElLTPt RAIIM y 2rTA11(�j_ ': �Yp S' KTE5I?'wfy f�s7P1 �OOOR .Fo °�- r r I I:�1I I I(iONINo IDIIA�NI �eT4tesi��1?.Ffi0,.`1Nu.ti.
I g_ST -be�HEF�1L-W-IR__RA-.N
ELEVATION -P
TA SCAtE-I'=2'-x 0I.
-•rw
Z°
a $
.'
' ... .. ._. .. D•-Y(TYP.1 _� 3•-D` #Y b ,ryi ,y,�9 { n � ,
PLAN.
F7'�a �
i = L; �' �" ,
DATE: October 6, 2005
As part of projects approved under the Oklahoma Department of Transportation (ODOT) Local
Government Program, the work calls for the widening and signalization of the intersection at E.
861h Street North and N. Mingo Road. Although originally programmed for construction under
the 1998 Bond, the work has been delayed to allow for the completion of E. 761h Street North and
US Highway Interchange, E. 86"' Street North and Main Street Intersection and E. 76`h Street
North Widening.
In May 1999, the City of Owasso authorized an Agreement with CH2MHill, Inc. for engineering
design and bidding services in the amount of $43,500. Scope of Services included preliminary
and final engineering design, complete with preparation of construction documents for
intersection and signalization improvements at E. 861h Street North and N. Mingo Road (see
Attachment A). Final design documents — depicting construction of a four -lane, three-way rural
intersection — were completed by CH2MIIilI in April 2002.
SCOPE CHANGE:
Following the completion of E. 76`}' Street North Widening, City of Owasso staff contacted
ODOT to begin construction of improvements at E. 861h Street North and N. Mingo Road
intersection. ODOT personnel indicated that funding will be available after November 2005, and
Advertisement for Bids would be scheduled following receipt of funding.
In June 2005, design reviewed performed in preparation of Advertisement for Bids revealed that
the proposed intersection and signalization improvements no longer meet City standards. It was
determined that documents depicted construction of a rural asphalt intersection, without
sidewalks, curb and gutter and camera operated signals.
In August 2005, CH2MHill submitted Amendment No.I to the Agreement in the amount of
$60,000 for the performance of additional work beyond that specified in the original Scope of
Services. A second submittal for the performance of engineering design work was submitted by
Page 2
Agreement for Engineering Services
E. 86th Street North and N. Mingo Intersection Improvements
C2A Engineering, Inc., following a request by the City, also in the amount of $60,000 (see
Attachment B).
The design work, which includes preparation of documents for the construction of a five -lane,
four-way concrete intersection, complete with sidewalk, curb and gutter and drainage
improvements, will not only bring the project to conformance with current City standards but
also accommodate future changes in traffic flow patterns when the land located directly south of
the existing intersection developed.
FUNDING:
Funding is included in the Capital Improvements fund,
RECOMMENDATIONS:
Because of C2A Engineering, Inc. excellent performance record with the City of Owasso in the
performance of similar work', and recent departure of project design personnel from CH2MHill,
staff believes that C2A Engineering is better prepared to perform the work.
Staff intends to recommend City Council approval of an Agreement for Engineering Services (E.
86th) in the amount of $60,000 for the completion of documents for construction of E. 861h Street
North and N. Mingo Road Intersection Improvements.
ATTACHMENTS
A. Agreement for Engineering Services, CH2MHil1, Inc. (dated May 18, 1999)
B. Agreement for Engineering Services, C2A Engineering, Inc.
1 C2A Engineering, Inc. successfully completed the expeditious design of N. Garnett Road Improvements.
ATTACHMENT A
A
Engineering Services
Capital Improvement Projects
City of Owasso, Oklahoma
THIS AGREEMENT, made and entered into this 26th day of May, 1998 between the City of
Owasso, Oklahoma, a Municipal Corporation, of the State of Oklahoma, hereinafter referred
to as CITY, and CH2M HILL, INC., hereinafter referred to as ENGINEER;
WITNESSETH:
WHEREAS, CITY intends to construct street and intersection improvements, architectural
projects, and a sports park expansion project, collectively hereinafter referred to as the
PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the PROJECT,
hereinafter referred to as the SERVICES; and,
WHEREAS, ENGINEER, in association with Page@Zebrowski Architects and Planning
Design Group, is prepared to provide such SERVICES;
WHEREAS, funding is available for the PROJECT through the 1997 Capital Improvement
Projects bond election.
NOW THEREFORE, in consideration of the promises contained herein, the parties hereto
agree as follows:
SCOPE OF PROTECT. The scope of the PROJECT is described in Attachment A,
SCOPE OF PROJECT which is attached hereto and incorporated by reference as part
of this AGREEMENT.
2. SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall perform the
SERVICES described in Attachment B, SCOPE OF SERVICES, which is attached
hereto and incorporated by reference as part of this AGREEMENT.
3. CITY'S RESPONSIBILITIES. CITY shall be responsible for all matters described in
Attachment C, RESPONSIBILITIES OF THE CITY, which is attached hereto and
incorporated by reference as part of this AGREEMENT.
4. COMPENSATION. CITY shall pay ENGINEER in accordance with Attachment D,
COMPENSATION, and further described in Attachment E, FEEZMANHOUR
BREAKDOWN, which are attached hereto and incorporated by reference as part of
this AGREEMENT.
5. SCHEDULE. ENGINEER shall perform the SERVICES described in Attachment B,
SCOPE OF SERVICES, in accordance with the schedule set forth in Attachment F,
SCHEDULE, attached hereto and incorporated by reference as part of this
AGREEMENT.
TUL/0WASSO/C IP/CON TRACT,DOC
6. STANDARD OF PERFORMANCE. ENGINEER shall perform the SERVICES
undertaken in a manner consistent with the prevailing accepted standard for similar
services with respect to projects of comparable function and complexity and with
the applicable laws and regulations published and in effect at the time of
performance of the SERVICES. The PROJECT shall be designed and engineered in a
good and workmanlike manner and in strict accordance with this AGREEMENT. All
engineering work shall be performed by or under the supervision of Professional
Engineers licensed in the State of Oklahoma, and properly qualified to perform such
engineering services, which qualification shall be subject to review by CITY. All
architectural work shall be performed by or under the supervision of a Professional
Architect licensed in the State of Oklahoma, and properly qualified to perform such
architectural services, which qualification shall be subject to review by CITY. Other
than the obligation of the ENGINEER to perform in accordance with the foregoing
standards, no warranty, either express or implied, shall apply to the SERVICES to be
performed by the ENGINEER pursuant to this AGREEMENT or the suitability of
ENGINEER'S work product.
7. LIMITATION OF RESPONSIBILITY.
7.1. ENGINEER shall not be responsible for construction means, methods,
techniques, sequences, procedures, or safety precautions and programs in
connection with the PROJECT.
8. OPINIONS OF COST AND SCHEDULE.
8.1. Since ENGINEER has no control over the cost of labor, materials, equipment,
or services furnished by others, or over contractors', subcontractors', or
vendors' methods of determining prices, or over competitive bidding or
market conditions, ENGINEER'S cost estimates shall be made on the basis of
qualifications and experience as a Professional Engineer and Professional
Architect.
8.2. Since ENGINEER has no control over the resources provided by others to
meet construction contract schedules, ENGINEER'S forecast schedules shall
be made on the basis of qualifications and experience as a Professional
Engineer and Professional Architect.
9. LIABILITY AND INDEMNIFICATION.
9.1. ENGINEER shall defend and indemnify CITY from and against legal liability
for damages arising out of the performance of the SERVICES for CITY,
including but not limited to any claims, costs, attorney fees, or other
expenses of whatever nature where such liability is caused by the negligent
act, error, or omission of ENGINEER, or any person or organization for
whom ENGINEER is legally liable. Nothing in this paragraph shalt make the
ENGINEER liable for any damages caused by the CITY or any other
contractor or consultant of the CITY.
9.2. ENGINEER shall not be liable to CITY for any special, indirect or
consequential damages, such as, but not limited CO, loss of revenue, or loss of
anticipated profits.
rul.loWAssolcIP/CONTRAc r.00c
10. COMPLIANCE WITH LAWS.
10.1. In performance of the SERVICES, ENGINEER shall comply with applicable
regulatory requirements including federal, state, and local laws, rules,
regulations, orders, codes, criteria and standards. ENGINEER shall procure
the permits, certificates, and licenses necessary to allow ENGINEER to
perform the SERVICES. ENGINEER shall not be responsible for procuring
permits, certificates, and licenses required for any construction unless such
responsibilities are specifically assigned to ENGINEER in Attachment E,
SCOPE OF SERVICES.
10.2. The ENGINEER shall take the necessary actions to ensure its facilities are in
compliance with the requirements of the Americans With Disabilities Act. It
is understood that the program of the ENGINEER is not a program or
activity of the CITY OF OWASSO. The ENGINEER agrees that its program or
activity will comply with the requirements of the Americans With
Disabilities Act. Any costs of such compliance will be the responsibility of
the ENGINEER. Under no circumstances will ENGINEER conduct any
activity deemed to not be in compliance with the Americans With
Disabilities Act.
11. INSURANCE.
11.1. During the performance of the SERVICES under this AGREEMENT,
ENGINEER shall maintain the following insurance:
11.1.1. General Liability Insurance with bodily injurer limits of not less than
$1,000,000 for each occurrence and not less than $1,000,000 in the
aggregate, and with property damage limits of not less than $100,000
for each occurrence and not less than $100,000 in the aggregate.
11.1.2. Automobile Liability Insurance with bodily injury limits of not less
than $1,000,000 for each person and not less than $1,000,000 for each
accident and with property damage limits of not less than $100,000
for each accident.
11.1.3. Worker's Compensation Insurance in accordance with statutory
requirements and Employers' Liability Insurance with limits of not
less than $100,000 for each occurrence.
11.1.4. Errors and Omissions Insurance to remain in effect during the
PROJECT and the term of any legal liability. Errors and Omissions
coverage to be for a minimum of $1,000,000, deductibles subject to
approval.
11.2. ENGINEER shall furnish CITY certificates of insurance which shall include a
provision that such insurance shall not be canceled without at least 30 days
written notice to the CITY.
12. OWNERSHIP AND REUSE OF DOCUMENTS.
12.1. All documents, including original drawings, estimates, specifications, field
notes and data shall become and remain the property of the ary.
r W0WASSO/CINCONranc r.00c
12.2. CITY'S reuse of such documents without written verification or adaptation
by ENGINEER for the specific purpose intended shall be at CITY'S risk.
13. TERMINATION OF AGREEMENT.
13.1. The obligation to continue SERVICES under this AGREEMENT may be
terminated by either party upon fifteen days written notice in the event of
substantial failure by the other party to perform in accordance with the terms
hereof through no fault of the terminating party.
13.2. CITY shall have the right to terminate this AGREEMENT, or suspend
performance thereof, for CITY'S convenience upon written notice to
ENGINEER; and ENGINEER shall terminate or suspend performance of
SERVICES on a schedule acceptable to CITY. In the event of termination or
suspension for CITY'S convenience, CITY shall pay ENGINEER for all
SERVICES performed to the date of termination in accordance with
provisions of Attachment D, COMPENSATION. Upon restart of a suspended
project, payment shall be made to ENGINEER in accordance with
Attachment D, COMPENSATION.
14. NOTICE.
14.1. Any notice, demand, or request required by or made pursuant to this
AGREEMENT shall be deemed properly made if personally delivered in
writing or deposited in the United States mail, postage prepaid, to the
address specified below.
To ENGINEER: CEI2M IILL, Inc.
502 South Main, Suite 400
Tulsa, Oklahoma 74103
Attention: Jerry Farrar
To CITY: CITY OF OWASSO, OKLAHOMA
P.O. Box 180
Owasso, Oklahoma 74055
Attention: F. Robert Carr, Jr.
14.2. Nothing contained in this Article shall be construed to restrict the
transmission of routine communications between representatives of
ENGINEER and CITY.
15. UNCONTROLLABLE FORCES. Neither CITY nor ENGINEER shall be considered to
be in default of this AGREEMENT if delays in or failure of performance shall be due
to forces which are beyond the control of the parties; including, but not limited to:
fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance,
sabotage; inability to procure permits, licenses, or authorizations from any state,
local, or federal agency or person for any of the supplies, materials, accesses, or
services required to be provided by either CITY or ENGINEER under this
AGREEMENT; strikes, work slowdowns or other labor disturbances, and judicial
restraint.
TUL/OWASSO/CIP/CONTRACT.000
t6. SEVERABILITY. If any portion of this AGREEMENT shall be construed by a court
of competent jurisdiction as unenforceable, such portion shall be severed herefrom,
and the balance of this AGREEMENT shall remain in full force and effect.
17. INTEGRATION AND MODIFICATION. This AGREEMENT includes Attachments
A, B, C, D, E, F and represents the entire and integrated AGREEMENT between the
parties; and supersedes all prior negotiations, representations, or agreements
pertaining to the SCOPE OF SERVICES herein, either written or oral. This
'yAGREEMENT may be amended only by written instrument signed by each of the
Parties.
1.8. DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between the
ENGINEER and the CITY over the interpretation or application of the terms of this
AGREEMENT, the matter shall be referred to the City's Director of Public Works for
resolution. If the Director of Public Works is unable to resolve the dispute, the
matter may, in the Director's discretion, be referred to the City Manager for
resolution. Regardless of these procedures, neither party shall be precluded from
exercising any rights, privileges or opportunities permitted by law to resolve any
dispute.
19. ASSIGNMENT. ENGINEER shall not assign its obligations undertaken pursuant to
this AGREEMENT, provided that nothing contained in this paragraph shall prevent
ENGINEER from employing such independent consultants, associates, and
subcontractors as ENGINEER may deem appropriate to assist ENGINEER in the
performance of the SERVICES hereunder.
20. APPROVAL.. It is understood and agreed that all work performed under this
AGREEMENT shall be subject to inspection and approval by the Public Works
Department of the City of Owasso, and any plans or specifications not meeting the
terms set forth in this AGREEMENT will be replaced or corrected at the sole expense
of the ENGINEER. The ENGINEER will meet with the City staff initially and
monthly thereafter and will be available for public meetings and/or City of Owasso
presentations.
21. KEY PERSONNEL. In performance of the SERVICES hereunder, ENGINEER has
designated Jerry B. Farrar, P.E., as Project Manager for the collective projects
described herein, Kathleen Page, AIA, as Project Architect for the architectural
related projects; Kenneth E. Hill, P. E., as Lead Design Engineer for the street and
intersection improvement projects; and Jim Crosby, ASLA, as Project Architect for
the Sports Park Expansion project. ENGINEER agrees that no change will be made
in the assignment of these positions without prior approval of CITY.
01 /0WASs0ft-INCON MAC MOM
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies
on the respective dates herein below reflected to be effective on the date executed by the
Mayor of the City of Owasso.
C2M HILL. Inc,
101 IOWAS SO/C6'/CON f RAC I'.DOC
T
SCOPE OF PRO ECr�, The PROJECT shall consist of the collective listing of projects
included in this Attachment A and further described as follows:
The 1998 Capital Improvement Projects consist of street and intersection
improvements, a new City Hall, renovations to the existing Community Center,
renovations to the existing City Hall to accommodate the Police Department, and
the addition of a four field softball/ baseball complex. The street improvement
projects include the widening and signalization of four intersections, signalization of
an improved intersection, and rehabilitation and resurfacing of six streets.
Intersection and Signalization Improvements
® East 86th Street North and North Mingo Road Intersection
* East 76th Street North and North 129th East Avenue Intersection
* East 116th Street North and North Garnett Road Intersection
® East 86th Street North and North 1451h East Avenue Intersection
® East 86th Street North and North 123rd East Avenue Intersection
® Resurface North Main Street (1st Street to 9th Street)
® Resurface Atlanta Street (3rd Street to 11th Street)
® Resurface Carlsbad (3rd Street to 5th Street) and Beaumont Street (5ffi Street to 7th
Street)
® Resurface North 129th East Avenue (High School to East 93rd Street North)
• Resurface East 86th Street North (North Mingo Road to Main Street)
® Resurface 11th Street (Main Street to Cedar Street)
0 New Four -Field Softball/ Baseball Complex
Architectural Projects
New City Hall
Community Center Renovations
Existing City Hall Renovations
I Ul /0WASSOMINATTACHADOC A-1
The services to be performed by the ENGINEER, CH2M HILL, under this AGREEMENT
will consist of three phases, as stated below. Further, it is understood and agreed that the
date of beginning, rate of progress, and the time of completion of the work to be done
hereunder are essential provisions of this AGREEMENT; and it is further understood and
agreed that the work embraced in this AGREEMENT shall commence upon execution of
this AGREEMENT and receipt of Notice to Proceed. It is further understood that the
PROJECT will be designed and constructed in accordance with the City of Owasso design
criteria and specifications for construction.
The Basic Services of ENGINEER include, but are not necessarily limited to, the following
tasks:
* Designate a representative to coordinate all information between ENGINEER and CITY.
® Perform necessary surveys and investigations for the PROJECT.
* Prepare all drawings in conformance with CITY requirements.
* Provide routine project progress reports to CITY staff and City Council, as requested.
Act as liaison to the CITY in communicating with Page@Zebrowski Architects and
Planning Design Group, subconsultants to CH2M HILL, in matters related to the
PROJECT.
L•1,
� 1111kigi�
CH2M HILL shall furnish the CITY the following professional engineering services
for the proposed intersection and signalization improvements projects:
A.1.1. Attend initial design workshop with CITY to review general
requirements for each of the five (5) intersection projects, establish
critical design parameters, and discuss scheduling for the projects.
A.1.2. Collect and review available documents pertaining to each project
and sites, including but not limited to record drawings, utility
plans, accident records, traffic counts, and other pertinent
documents provided by the CITY.
A.1.3. Existing right-of-way and abutting ownerships will be researched
and information provided on the drawings.
ItIl /0WASSO/CIPATTA01,11.00C B-1
A .1.4. Design and topographic surveys will be performed to establish
design/ construction horizontal and vertical control points. Surveys
will reflect planimetrics, utilities, drainage structures, and right-of-
way. The horizontal and vertical control will be set in a manner to
allow the contractor to use the same points during construction.
A1.5. Conduct traffic turning movement countsat each intersection.
Turning movement counts are necessary to determine phasing
requirements, and timing calculations. .
A-1.6. Existing utilities will be located by field surveying, including
"potholing" when required, to determine the horizontal and
vertical location of affected utilities. "Potholing" of CITY -owned
facilities will be coordinated with CITY Staff. ENGINEER will
coordinate with other utility owners to obtain utility locations,
including "potholing." ENGINEER is not responsible for actual
"potholing' or digging.
A.1.7. Review accident history. Accident records will be furnished by
CITY.
A.1.8. Videotape each of the projects to record current conditions,
including but not limited to pavement, sidewalks, driveways, right-
of-way, structures in close proximity to proposed construction
limits and aboveground utilities. Provide one copy of recorded tape
to CITY prior to bidding of each project.
A.2.1. Develop a conceptual layout of possible intersection improvements.
The conceptual layout will be a single -line drawing overlaying each
of the existing intersections (except East 86th Street North and
North 123rd East Avenue Signalization). The approximate limits of
the intersection improvement projects will be 600 feet in each
direction from the intersection, except the west leg of the East 86th
Street North and North Mingo Road intersection shall extend west
to include the railroad crossing and approach transition from the
west. Current CITY codes, regulations, engineering design criteria
and construction standards will be used for the designs.
A.2.2. Projected traffic volumes for the selected design year will be
developed from existing and new traffic count information
obtained during the Investigation Phase.
A.2.3. Develop conceptual level construction cost estimate of
improvements for each intersection.
A.2.4. Prepare a single Predesign Report, including conceptual layouts
and construction cost estimates for the four major intersection
improvement projects.
It JI /OWASSO/CIP/A I I ACIIJIDOC B-2
A.2.5. Conduct a meeting with the CITY to present the conceptual layout
and discuss work completed in the Investigation Phase. ENGINEER
will present a report including the recommended layout and a
conceptual cost estimate of the improvements. Boring locations for
geotechnical investigation will be determined at this meeting.
A.3. Preliminary Design
A.3.1. Modifications to the recommended layout resulting from the
Predesign Meeting will. be incorporated into the base plan for the
Preliminary Design and development of construction drawings.
A.3.2. ENGINEER shall prepare one (1) set of construction documents for
the four major intersection projects combined for bidding and
construction, and one (1) set of construction documents for the East
86th Street North and North 123rd East Avenue Signalization
project.
A.3.3. The preliminary design will include:
® Typical Pavement Section Sheet
® Intersection Geometry
Horizontal and Vertical Alignments
® Grading Plan
® Drainage Plan
Traffic Signal Plan
Miring Diagrams
® Phasing Diagrams/Tinning Schedule
® Preliminary Signing and Pavement Marking Plan
® Utility Plan
® Right-of-way Plan
® Construction Sequence/Traffic Control Plan
® Preliminary Pay Quantities and Pay Item Notes Sheet
Prepare construction drawings in accordance with CITY criteria and
format.
A.3.4. Coordinate geotechnical investigations, including soil and
pavement borings. The results will be presented in a report
consisting of subsurface exploration, laboratory testing data, and
pavement design recommendations from a qualified geotechnical
testing company.
A.3.5. Develop phasing sequence and timing schedules for each traffic
signal system.
A.3.6. The OPTICOM priority control system, which provides right-of-
way pre-emption for emergency vehicles, will be included in the
design of the signal system.
I ut /OWASS0/011 A] IACI1_ 11DO ' 8-3
A.3.7. Design storm sewer/drainage system within the project Ili -nits. The
adequacy of existing drainage systems upstream and downstream
of this project will not be evaluated.
A.3.8. Temporary construction easements, and permanent rights -of -way
needed for the construction of this project will be shown on the
preliminary plans,
A-3-9. Prepare a detailed estimate of construction cost for each project.
A.3.10. Meet with CITY staff as requested.
A.3.11. Conduct an internal Quality Assessment/ Quality Control (QA/QC)
review. Following this review and any resulting modifications, the
preliminary plans will be submitted to the CITY for review along
with a preliminary estimate of construction cost.
A.3.12. ENGINEER shall furnish five (5) copies of the Preliminary Design
and other documents listed in A.3. at no additional cost to the CITY.
Drawings shall be furnished in half-size (11" x 17") format on bond
paper for review.
A.3.13. Representatives of the project team including the project manager
will be present during the preliminary review meeting and field
review with the CITY. ENGINEER will prepare minutes of the
meeting and disseminate to all attendees.
A.4.1. At the CI`IYs request, CH2M HILL will conduct (or assist, at the
CITY's option) a single public meeting to present an overview of
the street improvement projects and answer questions. Displays of
theprojects will be prepared for the presentation that show the
major aspects of each project. A summary of the meeting will be
transcribed and provided to the CITY. This Public Meeting is
intended to cover intersection/ signalization projects, signalization
project, and street rehabilitation jproects.
�
A.5. Final Design
A.5.1. Following the preliminary review, Final Design will be prepared.
Modifications and comments from the preliminary review will be
incorporated into the design and construction plans, and the Final
Design completed.
A.5.2. Conduct additional field investigations, including field surveys, as
required to complete Final Design.
A.5.3. The following drawings will be developed, as a minimum.
® Title Sheet
Pay Quantities and Notes
Typical Pavernent Section Sheet
It It A1WM',5O/G1P/Ai I ACIIJIDOC BA
® Right -of -Way Map
* Utility Relocation Sheet
* Plan and Profile Sheets
® Construction Sequence and Traffic Control Plan
* Drainage Plan and Details
* Storm Sewer Plan and Profile Sheets
* Pavement Marking and Signing Plan
* Signalization Plan
* Signal Phasing and Sequencing Plan
* Signal Wiring Diagram
® Miscellaneous and Standard Details
A.5.4. ODOT standard construction details as required will be referenced
on the Title Sheet. ODOT Standard Specifications for Highway
Construction will be referenced for use on these projects.
A.5.5. Prepare detailed traffic control plans for each phase of construction
for each project. Access to businesses and residences will be
maintained at all times.
A.5.6. Legal descriptions of any right-of-way needs for the project will be
prepared and submitted to the CITY. Proposed permanent and
temporary rights -of -way will be shown on the plans. Legal
descriptions and parcel maps of proposed rights -of --way will be
prepared and provided to the CITY for acquisition. Copies of the
deeds for such properties and other supporting documentation will
also be provided.
A.5.7. Prepare a utility plan identifying utilities that have a potential for
conflict with construction of the proposed improvements.
A.5.8. Assist CITY in coordinating the relocation of those utilities in
conflict with the proposed construction. ENGINEER will conduct a
meeting of affected utility providers to receive input in regard to
the relocation of facilities and projected schedule.
A.5.9. Prepare technical specifications for items of work and materials not
covered by ODOT Standard Specifications for Highway
Construction.
A.5.10. Prepare bidding documents that include notice -to -bidders, bid
forms, special provisions, special technical specifications and
construction drawings. CITY shall provide to ENGINEER contract
documents that include bidding requirements, contract forms,
contract conditions, and special provisions for assimilation by
ENGINEER for reproduction and disbursement to prospective
bidders.
A.5.11. Prepare an updated estimate of construction cost.
ItIt/oWASSO/C.11-WIA01 11.1)0(' B-5
A.5.12. Meet with CITY staff as R'yuested.
A.5.13. An internal QA/QC review will be conducted by a senior engineer
of ENGINEER. Following this review and any resulting
modifications, the construction plans and contract documents will
be submitted to the CITY for review.
A.5.14. ENGINEER shall furnish five (5) copies of the Preliminary Design
and other documents listed in A.5. at no additional cost to the CITY.
Drawings shall be furnished in half-size (11" x 17") format on bond
paper for review.
A.5.15. Representatives of the project team including the project manager
will be present during the final review meeting with the CITY.
ENGINEER will prepare minutes of the meeting and disseminate to
all attendees.
A.6.1. Following receipt of final review comments, final revisions to the
construction plans and technical specifications will be made as
appropriate.
A.6.2. Prepare an updated estimate of construction cost.
A.6.3. An internal QA/QC review will be conducted by a senior engineer
of ENGINEER. Following this review and any resulting
modifications, the Construction Documents will be submitted to the
CITY for review.
�
A.7.1. Disburse plans to prospective bidders at no cost to the CITY. The
ENGINEER may, however, charge the cost of the plans and
specifications to the prospective bidders and suppliers. (CITY has
the option to not use ENGINEER to disburse bid documents. If the
CITY chooses this option, the ENGINEER will furnish CITY one
reproducible set of drawings and specifications).
A.7.2. Answer questions from prospective bidders and suppliers and issue
clarifications and interpretations by addenda to plan holders.
A.7.3. Conduct the pre -bid conference with CITY staff and prospective
bidders to present project requirements and answer project -related
questions.
A.7.4. Attend the bid opening(s) and prepare a tabulation(s) of the bid
proposals received. Analyze the bids and low apparent bidder and
provide a recommendation to the CITY for awarding contracts for
construction.
A.7.5. Assist the CITY in preparing final construction contracts.
1011 WASSO/011 rrACA BAXu '. B-6
A.B. Construction
AXI. Furnish sufficient number of sets of drawings and specifications to
the CITY.
A.8.2. Provide sufficient number of sets of drawings and specifications to
the contractor.
A.8.3. Conduct preconstruction conference to discuss project
requirements.
A.8.4. Provide horizontal and vertical controls so the contractor can stake
and construct the project. Detailed horizontal and vertical
construction staking shall be the responsibility of the contractor.
A.8.5. Issue interpretations or clarifications of the intent of the drawings
and specifications to protect the CITY against deficiencies in
construction on the part of the contractor(s).
A.8.6. Conduct periodic inspections of work performed by the
contractor(s) as construction progresses.
A.8.7. Prepare Change Orders and Work Change Directives as required,
for modifications, additions, and deletions in work.
A.8.8. Upon request by the contractor and after confirmation by CITY staff
that the project is complete, the ENGINEER will conduct a final
inspection with CITY staff and the contractor to examine all
construction and prepare a punch list of items to be corrected or
completed. Provide copies of the punch list to the contractor and
CITY.
A.8.9. ENGINEER will furnish the CITY one set of "Record" drawings on
mylar reproducible media and the electronic files on CD-ROM in
AutoCAD Release 13 format. "Record" drawings shall reflect all
changes in the plans as directed through change orders, and other
changes recorded by the CITY resident project representative and
the contractor.
rport
ENGINEER shall furnish the CITY the following professional engineering services
for the proposed street rehabilitation projects:
B.1.1. Attend initial design workshop with CITY to review general
requirements, establish critical design parameters, and discuss
scheduling for each of the projects.
131.2. Collect and review available documents pertaining to each project
and sites, including but not limited to record drawings, utility
plans, and other pertinent documents provided by the CITY.
101/0WASSO/GlIVAHACH 11.00C. B-7
and tol)(Tral)hic surveys will be performed, as required, to
establish desil;n/Construction horizontal and vertical control points.
SUu-veys will reflect planimetrics, utilities, and drainage structures.
The horizontal and vertical control will be set in a manner to allow
the contractor to use the same points during construction.
13.1.4. Existing utilities will be located, as necessary, by field surveying,
including "potholing" when required, to determine the horizontal
and vertical location of affected utilities. "Potholing' of CITY -
owned facilities will be coordinated with CITY Staff. ENGINEER
will coordinate with other utility owners to obtain utility locations,
including „potholing." ENGINEER is not responsible for actual
"potholing, or digging.
B.1.5. Videotape each of the projects to record current conditions,
including but not limited to pavement, sidewalks, driveways, right-
of-way, structures in close proximity to proposed construction
limits and aboveground utilities. Provide one copy of recorded tape
to CITY prior to bidding of the project.
B.2.1. Evaluate the condition of the existing pavement to verify existing
pavement structure or base stability. ENGINEER will perform a
visual inspection of the existing pavement and review the
pavement borings to determine the extent of pavement removal and
replacement and/or rehabilitation.
B.2.2. Develop typical sections and details for pavement removal and
replacement.
B.2.3. Coordinate geotechnical investigations, including soil and
pavement borings. The results will be presented in a report
consisting of subsurface exploration, laboratory testing data, and
pavement design recommendations from a qualified geotechnical
testing company.
B.2.4. A single set of construction plans and documents will be prepared
for the combined projects as follows:
Resurface Atlanta Street (3rd Street to 7.1th Street)
Resurface Carlsbad Street (3rd Street to 5th Street) and
Beaumont Street (5th Street to 7th Street)
Resurface 11th Street (Main Street to Cedar Street)
B.2.5. The prelinunary design will include:
® Typical Pavement Sections Sheet
® Preliminary Pay Quantities and Pay Item Notes Sheet
® Plan Sheets
® Preliminary Signing and Pavement Marking Plan
IUJOWAsso/CIP/AI IACf7 11DOC
0-d
Traffic Control Plan
Utility Plan
Misccllaileous Details, including Pavement Removal and
Replacement
Prepare construction drawings in accordance with CITY criteria and
format.
B.2..6. Evaluate drainage conditions within the project limits. The
adequacy of the existing drainage collection systerris will not be
evaluated,
B.2.7. Prepare a detailed estimate of construction cost for each project.
B.2.3. Meet with CITY staff as requested.
B.2.9.: Conduct an internal Quality Assessment/Quality Control (QA/QC)
review. Following this review and any resulting modifications, the
preliminary plans will be submitted to the CITY for review along
with a preliminary estimate of construction cost.
B.2.10. ENGINEER shall furnish five (5) copies of the Preliminary Design
and other documents listed in B.2. at no additional cost to the CITY.
Drawings shall be furnished in half-size (11" x 17") format on bond
paper for review.
B.2.11. Representatives of the project team including the project manager
will be present during the preliminary review meeting and field
review with the CITY. ENGINEER will prepare minutes of the
meeting and disseminate to all attendees.
B.3.1. Following the preliminary review, Final Design will be prepared.
Modifications and comments from the preliminary review will be
incorporated into the design and construction plans, and the Final
Design completed.
B.3.2. Conduct additional field investigations, including field surveys, as
required to complete Final Design.
B.3.3. The following drawings will be developed, as a minimum.
® Title Sheet
® Pay Quantities and Notes
® Typical Pavement Sections Sheet
® Plan Sheets
® Pavement Marking and Signing Plan
® Miscellaneous and Standard Details
® Cross Sections
iuilnwA!;Wcn'/niinc'A1 (H)OC B-9
01)OT standard construction details as required will be referenced
on the "Title Sheet. ODOT standard specifications will be referenced
for use on these projects.
B.3.4. Prepare miscellaneous details including typical sections for the
removal of fatigued or failed pavement areas prior to resurfacing.
d.3.5. Prepare detailed traffic control plans for each phase of construction
for each project. Access to businesses and residences will be
maintained at all times.
B.3.6. Identify utilities that have a potential for conflict within the
pavement section or proposed construction of improvements.
B.3.7. Assist CITY in coordinating the adjustment of those utilities within
the pavement section in conflict with the proposed construction.
ENGINEER will coordinate with affected utility providers in regard
to the relocation of facilities and projected schedule, if required.
B.3.8. Prepare technical specifications for items of work and materials not
covered by ODOT standard specifications.
13.3.9. Prepare bidding documents that include notice -to -bidders, bid
forms, special provisions, special technical specifications and
construction drawuzgs. CITY shall provide to ENGINEER contract
documents that include bidding requirements, contract forms,
contract conditions, and special provisions for assimilation by
ENGINEER for reproduction and disbursement to prospective
bidders.
B.3.10. Prepare an updated estimate of construction cost.
B.3.11. Meet with CITY staff as requested.
B.3.12. An internal QA/QC review will be conducted by a senior engineer
of ENGINEER. Following this review and any resulting
modifications, the construction plans and contract documents will
be submitted to the CITY for review.
B.3.13. ENGINEER shall furnish five (5) copies of the Preliminary Design
and other documents listed in B.3. at no additional cost to the CITY.
Drawings shall be furnished in half-size (11" x 17") format on bond
paper for review.
B.3.14. Representatives of the project team including the project manager
will be present during the final review meeting with the CITY.
ENGINEER will prepare minutes of the meeting and disseminate to
all attendees.
1 ui /OWAS /(',11'In1 > nci 1 n.noc
B-10
BA. Hiial Revision
13.4.1. Following receipt of final review comments, final revisions to the
construction plans and technical specifications will be made as
appropriate.
13.4-2. Prepare an updated estimate of construction cost.
13.4.3. An internal QA/QC review will be conducted by a senior engineer
of ENGINEER. Following this review and any resulting
modifications, the Construction Documents will be submitted to the
CITY for review.
B.5. Bidding
13.5.1. Disburse plans to prospective bidders at no cost to the CITY. The
ENGINEER may, however, charge the cost of the plans and
specifications to the prospective bidders and suppliers. (CITY has
the option to not use ENGINEER to disburse bid documents. If the
CITY chooses this option, the ENGINEER will furnish CITY one
reproducible set of drawings and specifications).
13.5.2. Answer questions from prospective bidders and suppliers and issue
clarifications and interpretations by addenda to plan holders.
13.5.3. Conduct the pre -bid conference with CITY staff and prospective
bidders to present project requirements and answer project related
questions.
B.5.4. Attend the bid opening(s) and prepare a tabulation(s) of the bid
proposals received. Analyze the bids and low apparent bidder and
provide a recommendation to the CITY for awarding contracts for
construction.
B.5.5. Assist the CITY in preparing final construction contracts.
B.6.1. Furnish sufficient number of sets of drawings and specifications to
the CITY.
B.6.2. Provide sufficient number of sets of drawings and specifications to
the contractor.
B.6.3. Conduct preconstruction conference to discuss project
requirements.
B.6.4. Provide horizontal and vertical controls so the contractor can stake
and construct the project. Detailed horizontal and vertical
construction staking shall be the responsibility of the contractor.
B.6.5. Issue interpretations or clarifications of the intent of the drawings
and specifications to protect the CITY against deficiencies in
construction on the part of the contractor(s).
1Ut/OWA,Y;O/('AP/A11AU1 1H)OC, B-11
13.6.6. Conduct periodic inspections of work performed by the
contractor(s) as construction progresses.
B-6.7. Prepare Change Orders and Work Change Directives, as required,
for modifications, additions, and deletions in work.
B-6.3. Upon request by the contractor and after confirmation by CITY staff
that the project is complete, the ENGINEER will conduct a final
inspection with CITY staff and the contractor to examine all
construction and prepare a punch list of items to be corrected or
completed. Provide copies of the punch list to the contractor and
CITY.
13.6.9. ENGINEER will furnish the CITY one set of "Record" drawings on
mylar reproducible media and the electronic files on CD-ROM in
AutoCAD Release 13 format. "Record" drawings shall reflect all
changes in the plans as directed through change orders, and other
changes recorded by the CITY resident project representative and
the contractor.
SportsC.
C.1. Project Statement and Program Analysis phase
C.1.1. Conduct introductory meeting with City of Owasso.
C.1.2. Review previous plans, studies and proposal for the Owasso Sports
Park.
C.1.3. Interview CITY's key personnel.
® Public Works Director
® Capital Projects Manager
• Park Director / Park Staff
C.1.4. Interview user groups.
® Girls Softball Association
® Baseball Association
C,1.5. Perform Site Evaluation/site analysis
C.1.6. Develop guidelines, goals, evaluate design criteria, and planning
objectives.
Develop two (2) fields being approximately 250 feet along the foul
line.
® Develop two (2) fields being approximately 200 feet along the foul
line.
Fields will be designed with recreation lighting (20/30) for night
play.
nn/0WASMK:ol/nrrncu n.uo(;
B-12
Fields will be designed with an automatic underground sprinkler
system.
Fields will be designed with adequate fencing and backstops.
Fields will have Proper grading and underground drainage to
allow for well --drained fields.
C.1.7. Prepare program summary.
C.1.8. Assist CITY in organizing public workshop for public viewing and
input.
C.1.9. Attend and facilitate public workshop.
C.1.10. Document planning alternatives.
C.2. Project Statement and Program Analysis Please
C.2.1. Develop base plans showing existing site features.
® Existing Topography
• Buildings and structures
Roads, drives, parking, sidewalks, and raih-oads
• Property lines
® Easements and setbacks
® Utilities and overhead lines
C.2.2. Develop and evaluate optional design solutions where necessary.
C.2.3. resign Phase
• Develop site plan.
• Develop grading and drainage plan.
• Develop lighting and electrical plans
• Develop underground irrigation plans.
• Develop fencing and backstop details.
• Develop miscellaneous details.
• Develop project specifications
Conduct a plan review and evaluationof • staff
® Supply two (2) sets of plans and specifications to the City.
® Supply one (1) set of plans for public viewing.
C.2.5. Prepare project preliminary cost estimate.
C.3.1. based on approved preliminary plans and cost estimate prepare
final construction documents.
rue IOWASSOIGIO/nrrnCia_a.000, 6-13
C-.>.2.
Prepare technical construction specifications to accompany the
plans.
C.3.3.
Prepare bidding information, proposal forms and other contract
documents require to bid the project.
C.3.4.
Conduct final plan in hand review with city.
C.3.5.
Make any final adjustments to the plans based on plan in hand.
review.
C.3.6.
Prepare project final cost estimate.
C4. Construction
Document Phase
C.4.1.
Advertisement for bidders.
C.4.2.
Conduct a pre -bid conference.
C.4.3.
Answer questions and issue addenda as required.
C.4.4.
Bid opening.
C.4.5.
Prepare bid tabulations from all bids received.
C.4.6.
Recommend award of contract.
C.S. Construction Phase
C.5.1.
Conduct a pre -construction meeting.
C.5.2.
Review and approve contractors shop drawings and submittals.
C.5.3.
Review and approve contractors pay requests.
C.5.4.
Make regular visits to the project site to observe construction
procedures.
C.5.5.
Respond to construction questions and give proper direction.
C.5.6.
Make and issue change order recommendations.
C.5.7.
Prepare and administer contract close out.
C.5.8.
Produce "Record" drawings from contractor mark ups.
® One (1) set of reproducible mylar
® One (1) set of electronic files on CD ROM in AutoCad version 13
format
l , Architectural Projects
D.1. New City Hall
The scope of services includes architectural, interior, and landscape design,
MI /0WM W/(;IV/A I I ACI ( I1.1)0(C
B-14
mechanical, electrical, and plumbing engineering; structural engineering;
and civil engineering for the new City Hall. These services include
supervision of and coordination with the following sub -consultants:
Bellwether Design - Interior Design and Space Planning
CPI, Inc. -- Mechanical, Electrical, & Plumbing Engineering (MEP)
Wallace Engineering - Structural Engineering
® Planning Design Croup -- Landscape and Irrigation Design
® CH2M HILT - Civil Engineering
As indicated in the Request for Proposal, the architectural services would
begin with the review of the Site Selection and Project Planning information
developed by the Project Management Team (PMT). Scope of services and
fees are based upon the following assumptions:
® The building size remains 25,000 square feet, plus/minus 10 percent
® The construction budget remains $90 per square foot, plus/minus 10
percent
® Construction period not to exceed 52 weeks.
D.1a1. Site Evaluation and Selection Review (Not in contract)
D.1.2. Project Planning
D.1.2.1. Site research.
® Zoning (Review of work product developed by PMT)
® Boundary and legal survey
® Topographic survey
® Geotechnical investigations and report
• Utility locations (facility capacities to be provided by
City and utility owner)
® Parking and access requirements
D.1.2.2. Space and Use Planning (Review of work product
developed by PMT)
D.1.2.3. Furniture, Fixture, and Equipment Planning (Review of
work product developed by PMT)
D.1.2.4. Preliminary Budget (Review of work product developed
by PMT)
D.1.2.5. Preliminary Schedule (Review of work product developed
by PLAIT)
1(nhOwnssOA',1P/AHAC11 HAM,
8-15
D J-3. Schematic Design
During the Schematic Design Phase, basic building code constraints
will be established, and three conceptual designs will be developed
and presented. These alternate designs may vary both in exterior
appearance and in functional layout.
D.1.3.1. Preliminary Building Code review
D.1.3.2. Site Plan and conceptual landscape plan
D.1.3.3. Floor Plan
D.1.3.5. Presentation Meetings (limited to 3 staff hours)
D.1.3.6. Review Meetings (limited to 16 staff hours)
D.1.3.7. Exterior material recommendations
D.1.3.3. Provide input to PMT to update schedule
D.1.3.9. Provide input to PMT to update budget
One of the three alternatives, or combination of the three
alternatives, will be selected by the CITY for continued
development. During the Design Development Phases, the
engineering sub -consultants will develop prel n-dnary design of
structural and MEP systems, layout and sizing, and establish the
rough grading of the site. The interiors subconsultant will make
preliminary selection of interior finishes. This information will be
integrated by ENGINEER into the selected alternative and
presented to the CITY.
D.1.4.1. Building, Fire, and MEP Code Review
D.1.4.2. CAD base of Site Plan, including utilities
D.1.4.3. CAD base of Floor Plan
D.1.4.4. CAD base of exterior elevations
D.1.4.5. Wall Sections
D.1.4.6. Outline specifications, including MEP
D.1.4.7. Preliminary Structural Drawings
D.1.4.8. Preliminary MEP Drawings
D.1.4.9. Preliminary Civil Site Plan including parking and access
H OWAS90/GINATTAC i_ 11.000 B-16
D.1.5
WWI
1).1.4.10. I'M'1' coordination, reviews, and revisions including
continuous Value Engineering review through the
coordination meeting process.
D.1.4.11. Provide input to PMT to update Schedule
D.1.4.12. Provide input to PMT to update budget
D.1.4.13. Preparation of presentations drawings
Construction Documents
Upon approval of the development alternative by the CITY, the
ENGINEER will complete the Construction Documents (CD).
Detailed drawings and specifications will be prepared to convey to
construction contract bidders all of the information required to
price and build the new City Hall.
D.1.5.1. Prepare CD drawings as single package
D.1.5.2. Prepare Project Manual, including finish schedules and
specifications
D.1.5.3. Coordination and review with PMT
D.1.5.4. Provide input to PMT to update schedule
D.1.5.5. Provide input to PMT to update budget
D.1.5.6. Review, seal, and issue CD`s to PMT/City of Owasso
D.1.5.7. Furnish the CITY one set of construction drawings on
mylar reproducible media and the electronic files on CD-
ROM in AutoCAD Release 13 format.
(lidding
D.1.6.1. ENGINEER will furnish CITY one reproducible set of
drawings and specifications for reproduction and
disbursement of plans to prospective bidders by the
PMT. PMT to reproduce and distribute plans and
specifications including multiple construction trade
documents if necessary to bidders.
D.1.6.2. Answer questions from Project Management Team
(PMT) and issue clarifications and iriterpretations in
writing to PMT.
D.1.6.3. Attend the pre -bid conference with CITY staff, PMT,
and prospective bidders to present project requirements
and answer project related questions.
D.1.6.4. Attend the bid opening. PMT to prepare a tabulation of
the bid proposals received.
nn/0WASS /01-/AIIMAI n.noc B-17
D.1.6.5. PMT to assist CITY in preparing final construction
contract documents.
D.1.7. Construction Phase
During the Construction Phase, ENGINEER and appropriate sub -
consultants will:
D.1.71. Attend pre -construction conference
D.1.7.1 Respond to requests for information from the PMT
D.1.7.3. Attend weekly construction meetings with PMT, and
contractor(s), all trades
D.1.7.4. PMT to receive, log, and review all shop drawings and
submittals. Submittals will be reviewed with ENGINEER
at weekly construction meetings. Shop drawings will be
reviewed and approved by the ENGINEER.
D.1.7.5. PMT to perform construction inspection. ENGINEER
will not perform construction inspection and will not be
responsible for quality of completed work or assure
completed work is in compliance with construction
documents.
D.1.7.6. Respond to qualified requests for clarifications from
PMT only.
D.1.7.7. PMT will prepare change orders. ENGINEER will
review and approve change orders, with Contractor and
CITY.
D.1.7.8. PMT will receive, review, and approve contractor pay
applications.
D.1.7.9. Attend final inspection
D.2. Existing City Hall Renovations
The scope of services outlined herein for the renovation of the existing City
Hall to accommodate the Police Department assumes that the "detention"
facilities are to be designed for 24-hour detention. The Scope of Services
assumes the drawings of the existing facility are reasonably accurate and
provide adequate information. Scope of Services assumes construction phase
is concurrent with the New City Hall.
1()I/OWA')",()/(',11'/AIIA(',II 11,I)OC, B- 18
D.2.1. `schematic Design
D.2.1.1. ENGINEER shall review the program furnished by the CITY
to ascertain the requirements of the project and shall arrive
at a mutual understanding of such requirements with the
CITY. It is understood that the planning phase or
development of the programming documents, including
space planning requirements, will be performed by the
Program. Management Team (PMT).
D.2.1.2. ENGINEER shall provide a preliminary evaluation of the
CITY's program, schedule and construction budget
requirements.
D.2.1.3. ENGINEER shall evaluate and present three (3) alternate
solutions available to the CITY, and after consultation with
the CITY, recon"immend to CITY the solution which in the
ENGINEER's judgment best meets the CITY's requirements
for the project.
D.2.1.4. ENGINEER shall prepare a Report containing schematic
layouts, sketches and conceptual design criteria. This Report
will be accompanied by ENGINEER's opinion of Total
Project Costs for each alternative. Estimate of construction
cost will be provided by the PMT.
One of the three alternatives, or combination of the three alternatives,
will be selected by the CITY for continued development. During the
Design Development Phases, the engineering sub -consultants will
develop preliminary design of structural and MEP systems, layout
and sizing, and establish the rough grading of the site. The interiors
sub -consultant will make preliminary selection of interior finishes.
This information will be integrated by ENGINEER into the selected
alternative and presented to the CITY.
D.2.2.1. Building, Fire, and MEP Code Review
D.2.2.2. CAD base of Site Plan, including utilities
D.2.2.3. CAD base of Floor Plan
D.2.2.4. CAD base of exterior elevations, if required
D.2.2.5. Wall Sections, if required
D.2.2.6. Outline specifications, including MEP
D.2.2.7. Preliminary Structural Drawings, if required
D.2.2.8. Preliminary MEP Drawings
Itllk)WASSO/CIPAHACH [1.1ux" H-19
D.2.2.9. Preliminary Civil Site Plan including perking and access
D.2.2.10. PMT coordination, reviews, and revisions including
continuous Value Engineering review through the
coordination meeting process.
D.2.2.11. Provide input to PMT to update schedule
D.2.2.12. Provide input to PMT to update budget
D.2.2.13. Preparation of presentation drawings
D.2.3. Construction Documents
Upon approval of the development alternative by the CITY, the
ENGINEER will complete the Construction Documents (CD).
Detailed drawings and specifications will be prepared to convey to
construction contract bidders all of the information required to price
and build the renovation of City Hall into a Police Department.
D.2.3.1. Prepare CD drawings as single package
D.2.3.2. Prepare Project Manual, including finish schedules and
specifications
D.2.3.3. Coordination and review with PMT
D.2.3.4. Provide input to PMT to update schedule
D.2.3.5. Provide input to PMT to update budget
D.2.3.6. Review, seal, and issue CD's to PMT/City of Owasso
D.2.3.7. Furnish the CITY one set of construction drawings on mylar
reproducible media and the electronic files on CD-ROM in
AutoCAD Release 13 format.
3. •
D.2.4.1. ENGINEER will furnish CITY one reproducible set of
drawings and specifications for reproduction and
disbursement of plans to prospective bidders by the PMT.
PMT to reproduce and distribute plans and specifications
including multiple construction trade documents if
necessary to bidders.
D.2.4.2. Answer questions from Project Management Team (PMT)
and issue clarifications and interpretations in writing to
PMT.
D.2.4.3. Attend the pre -bid conference with CITY staff, PMT, and
prospective bidders to present project requirements and
answer project related questions.
rut lownssok:u'lnl rnc! i B.nor,
B-20
1).2.4.4. Attend the bid OP011111g),. PMT to prepare a tabulation of the
bid proposals received.
D.2.5. Construction Phase
During the Construction Phase, ENGINEER and appropriate sub -
consultants will:
D.2.5.1. Attend pre -construction conference
D.2.5.2. Respond to requests for information from the PMT
D.2.5.3. Attend weekly construction meetings with PMT,
contractor(s), all trades
D.2.5.4. PMT to receive, log, and review all shop drawings and
submittals. Shop drawings to be reviewed with ENGINEER
at weekly construction meetings. Submittals will be
reviewed and approved by ENGINEER.
D.2.5.5. PMT to perform construction inspection. ENGINEER will
not perform construction inspection, will not be responsible
for quality of completed work, and will not assure the
conformance of the completed work with the Construction
Documents..
D.2.5.6. Respond to qualified requests for clarifications from PMT
only.
D.2.5.7. PMT will prepare change orders. ENGINEER will review
and approve change orders with the Contractor and the
CITY.
D.2.5.8. PMT will receive, review, and approved contractor pay
applications.
D.2.5.9. Attend final inspection
D.M. ENGINEER shall review the program furnished by the CITY to
ascertain the requirements of the project and shall arrive at a mutual
understanding of such requirements with the CITY.
D.3.2. ENGINEER shall provide a prelin-dnary evaluation of the CITY's
program, schedule and construction budget requirements.
D.3.3. ENGINEER will evaluate the current roof and source of leaks. Both
sloped -design and "improved" flat roofs will be evaluated and
presented in a roof study.
Tt fl /OWASSOICIP/Al I ACI I B. 1)0`', B-21
FNGINI.;I_;fZ shell evaluate and present three (3) alternate solutions
available to the CITY and PMT, and after consultation with the CITY
and PMT. PMT shall recommend to CITY the solution, which in the
ENGINEER's and PMT's judgment, best meets the CITY's
requirements for the project.
D.3.5. ENGINEER shall prepare a Report containing the statement of the
CITY's requirements for the project, as well as, schematic layouts,
sketches and conceptual design criteria. Estimate of construction costs
will be provided by the PMT.
D.3.6. After selection of an alternative by the CITY, the ENGINEER shall
prepare a "performance specification" for the roof system. The
specification shall require the successful contractor to submit detailed
roof installation shop drawings as a part of their contract.
D.3.7. Ridding
D.3.7.1. Answer questions from PLAIT and issue clarifications and
interpretations in writing to PMT.
D.3.8. Construction Phase
During the Construction Phase, ENGINEER and appropriate
subconsultants will:
D.3.8.1. Attend pre -construction conference
D.3.8.2. Respond to requests for information from the PMT
D.3.8.3. Attend weekly construction meetings with PMT and
contractor(s), all trades providing construction concurrent
with New City Hall.
D.3.8.4. The ENGINEER will receive, log, and review all shop
drawings.
D.3.8.5. PMT to perform construction inspection. ENGINEER will
not perform construction inspection, will not be responsible
for quality of completed work, and will not assure
conformance of the completed work with the Construction
Documents.
D.3.8.6. Respond to qualified requests for clarifications from PMT
only.
D.3.8.7. PMT will prepare change orders. ENGINEER will review
and approve change orders, with Contractor and CITY.
D.3.8.8. PMT to receive, review, and approve contractor pay
applications.
D.3.8.9. Attend final inspection
rui lownsso/CIP/Arrnru 11AM
6-22
h, SC h Cd L1 I e
The design, bidding and construction phase services shall be performed and
completed within timeframes shown on AttachrueW F, Projects Schedule, for each
respective project.
Architectural scope of services and fees assumes concurrent construction of New
City Hall and Existing City Fall Renovation.
I ui IOWA:Isolcu PIA I Inca I.1 1.00C ®-23
RESPONSIBILITIES OF THE CITY. The CITY agrees:
1.0 Reports, Records,, etc. To furnish, as required by the work, and not at expense to the
ENGINEER:
1.01. Records, reports, studies, plans, drawings, and other data available in the
files of the CITY that may be useful in the work involved under this
AGREEMENT.
1.02. Standard construction drawings and standard specifications.
2.0 Access. To provide access to public and private property when required in
performance of ENGINEER's services.
3.0 Staff Assistance. Designate in writing a person to act as its representative in respect
to the work to be performed under this AGREEMENT, and such person shall have
complete authority to transmit instructions, receive information, interpret and
define CITY'S policies and decisions with respect to materials, equipment, elements
and systems pertinent to the services covered by this AGREEMENT.
3.01. Furnish staff assistance in locating, both horizontally and vertically, existing
CITY owned utilities and in expediting their relocation as described in
Attachment B. Further, CITY will furnish assistance as required in obtaining
locations of other utilities, including "potholing".
3.02., Furnish legal assistance as required in the preparation of bidding,
construction and other supporting documents.
4.0 Review. Examine all studies, reports, sketches, estimates, specifications, drawings,
proposals and other documents presented by ENGINEER and render in writing
decisions pertaining thereto within a reasonable time so as not to delay the services
of ENGINEER.
5.0 Construction Phase Services For Street Projects. Review and take appropriate
action on contractor shop drawings and material submittals, and review of
contractor pay estimates.
6.0 New City Hall and Renovatio Contract with Program
Management Team (PMT) to perform planning, review of architectural design,
I t A /()WA!;',O/(',11'/AT I ACI I -C,1)0(, C-1
continuous value engineering reviews, and provide construction phase services,
including construction inspection, review of contractor shop drawings and material
submittals, review of contractor pay estimates, and coordinate scheduling of project
with the CITY.
1 ui AOwnssolCIP/Al TACT i_ CA= C-2
The CITY agrees to pay, as compensation for services set forth in Attachment B, a total lump
sum fee of Five Hundred Sixty Two Thousand One Hundred Seventy -One Dollars
($562,171) for the services described in Attachment B.
ENGINEER shall submit monthly invoices based upon the proportion of the total services
actually completed at the time of billing. Invoices are due and payable within 30--calendar
days of receipt by the CITY. A breakdown of the lump sum amount to be billed for each of
the projects is shown as follows:
CAPITAL IMPROVEMENT PROJECTS
City of Owasso, Oklahoma
Fee
Project No.
Project Description
Fee
Intersection and
Signalization Improvements
1
East 86th Street North and North Mingo Road Intersection
$ 43,500
2
East 76th Street North and North 129th East Avenue Intersection
$ 56,500
3
East 116th Street North and North Garnett Road Intersection
$ 43,800
4
East 86th Street North and North 145th East Avenue Intersection
$ 56,500
5
East 86th Street North and North 123rd East Avenue Intersection
$ 16,472
Total Intersection and Signalization Improvements
$216,772
Street Rehabilitation
6
Resurface North Main Street (1st Street to 9th Street)
$ 51,300
(Combined fee for all
Street Rehabilitation
Projects 6 through 11 as
reflected below)
7
Resurface Atlanta Street (3rd Street to 11 th Street)
8
Resurface Carlsbad Street (3`d Street to 5th Street and Beaumont
Street (5th Street to 7th Street)
9
Resurface North 129th Eat Avenue (High School to East 93rd
Street North)
u11/OW s0/(A1'IAirnr,i1 D.noc D-1
CAPITAL IMPROVEMENT Pnn/ecTx
City ofOwasso, Oklahoma
Fee
Project No. Project Description Fee
-I �ew6_ce E-a—st 8-6—th —Street-North (North Mingo Road to Main
11 Resurface 11thStreet (Main Street {oCedar Street) ��----
Total Street Rehabilitation $51,300
Sports Park Projects
12 New Four -Field 8oftba|K8anobaUComplex $25.300
Total Sports Park Projects $25.300
Architectural Projects
13 New City Hall $190.491
14 Community Center Renovations
15 Existing City Hall Renovations ���
Attachment E
Fee/Manhour Breakdown
i
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19, 1998
EAST 86TH STREET NORTH AND NORTH MINGO ROAD INTERSECTION i Total
classification of Employee
Project
Project/Lead
Engineer
Design
Engineer
Senior
Reviewer
Lead
Technician
Design
Technician
Labor
Clerical Total Costs
SalaryManager
Costs
$60
S42
$32
$60
$35
$28
$20 (Labor & G&A)
TdslCl arf4estlgaVor:-i>:: .......................... :::: >::
: >ii: i................ s ii:::::::::::::.:.:.:.:.::: ' ' '';';':.:':.:':.:'.:.:';':':.;':.:.:':':':,:,:.:.:,:.:,:_:_:..:.:..:.:_:,:.:___....
1.1 Initial Workshop/Kick-Off Meeting
0
1
1
0
0
0 0 2
s138
1.2 Records Research
0
1
2
0
2
2 0 7
S432
1.3 R/W Research
1.4 Coordinate Aerial/Ground Surveys
0
0
1
2
2
1
0
0
0
0
4 0 7
0 1 4
S405
s253
1.5 Conduct Traffic Counts/Videotape a Project
0
1
1
0
0
10 0 12
S658
1.6 Coordinate Utility Locations
0
0
2
0
0
0 0 z
S119
1.7 Review Accident Histo
0
1
2
0
0
0 0 3
1 s197
Task 1 Subtotal
0
7
11
0
2
16 1 37
$2.202
Task2:P .... - .:r<:: >:•:: >:•:•i}???i???:<{ :: i::
:•:•:>::•::::::::..::::: ::::::::....::::::::J:::::
2.1 Prepare Conceptual Layout
0
2
4
1
4
4
0
15
$975
2.2 Pro"ect Traffic Volumes
0
2
0
0
0
0
0
2
$156
2.3 Develop Conceptual Cost Estimate
o
2
2
0
2
2
0
3
S510
2.4 Prepare Predesi n Report
0
2
2
1
2
0
3
j 10
s629
2.5 Conduct Predesi n Meeting
0
2
0
0
0
0
0
2
S156
Task 2 Subtotal
0
10
8 1
2
8
6
3
37
S2,425
.................
::::: >::.::.:.:.:::::::::? :::.:.:.::.::::::::::::::: ::::::: ' ' '' ' '
3.1 Develop Plan and Profile Sheets
0
16
24
0
32
40
0
112
$6,845
3.2 Coordinate Geotechnical Investigations
0
1
2
0
0
2
1
6
$339
3.3 Develop Traffic Signal Plans
o
12
0
0
4
4
o
zo
$1,406
3.4 Design Drainage System
0
2
6
0
4
0
0 !
14
$893
3.5 Develop Si nin /Pavement Marking Plan
0
1
2
0
2
2
0
7
$432
3.6 Prepare Traffic Control Plans
o
2
4
0
4
4
0
^:4
$863
3.7 Pre are R/W Ma , Le al Descriptions
0
2
2
1
0
4
0
9
$595
3.8 Update Cost Estimate
0
2
4
1
0
4
0
11
$714
3.9 QA/QC Review
3.10 Preliminary Desi n Review Meeting
o
o
0
3
0
0
4
0
0
0
0
0
0
0
4
3
$446
$234
Task 3 Subtotal
0
41
46
6
46
60
200
$12.767
TUL'D—o1CIPIPmj1.s1s E - 1
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 86TH STREET NORTH AND NORTH MINGO ROAD INTERSECTION
Total
classification of Employee
Project
Manager
Project[Lead
Engineer
Design
Engineer
Senior
Reviewer
Lead Design
ec
Thnician Technician
Clerical
Total
Labor
I costs
(Labor & G&h.)
Salary Costs
$60
$42
$32
$60
$35 $28
1 $20
Td><k.4;PytsStC M
.............................................................................
4.1 Prepare Displays
0
1
1
0
2 2
0 6 S372
4.2 Conduct Public Meeting
o
1
1
0
0 § 0
0 2 S138
4.3 Prepare Meeting Minutes
0
1
1
0
0 0
2 4 S212
Task 4 Subtotal
0
3
3
0
2 2
2 12 $722
TasIcS:I-M�dCDCSighi: i..}}:.:.:.:.:.:.:•:•:•:•:•:!•:•:•:•:•:•:•:•:.:•
... ........
.::< ii::::::::::::: ii....::•:•:•:::::•>:•: >::: »:::::::::::::< ::::::::: »>: >:.......:...`:..:....... .
5.1 Incorporate Preliminary Review Comments
0
6
8
0
16
16
0 48 $2.976
5.2 Coordinate Addn. Field Surveys
0
0
2
0
0
0
0 2 S119
5.3 Prepare Miscellaneous Details
o
2
4
0
4
4
! 0 14 $863
5.4 Prepare Utility Plan
o
4
4
2
4
4
o to $1,242
5.5 Conduct UU14 Coordination Meeting
o
4
0
0
0
0
0 4 $312
5.6 Develop Bid Documents/Special Specs.
o
z
1 4
0
0
0
8 € 14 S692
5.7 Update Cost Estimate
0
1
2
1
0
2
0 6 $413
5.8 QA/QC Review
o
0
0
2
0
0
0 2 $223
5.9 Final Design Review Meeting
0
3
0
0
0
0
0 3 $234
Task 5 Subtotal
0
24
24
5
24
26
8 111 S7,075
Ta'ak6>F=<rial•Rev�s+ons .............•.....•. . ......
............... .
6.1 Incorporate Final Review Comments
o
2
4
0
4
4
0 14 $863
6.2 Update Cost Estimate
o
1
1
0
0
2
0 4 $242
6.3 QA/QC Review
o
0
0
1
0
0
0 $112
Task 6 Subtotal
0
3
5
1
4
6
0 19 $1,216
Task:7: Biddin' :'
7.1 Answer Questions, Issue Clarifications
o
2
0
0
0
0 o a
$156
7.2 Prepare Addenda's
o
2
2
0
0
2 2 a
t $454
7.3 Conduct Pre -Bid Conference
o
2
0
0
0
0 0 2
S156
7.4 Attend Bid Opening
o
1
a
0
0
0 0 1
S78
7.5 Prepare Bid Tabulation
o
0
1
0
0
0 1 2
S97
7.6 Evaluate Bids/Prepare Recommendation
o
1
1
0
0
0 0 2
$138
7.7 Prepare Contract Documents
o
1 1
1
0
0
0 3 5
$249
Task 7 Subtotall
0
1 9
1 5
0
0
2 6 22
$1,328
1ULI0W-0VP(Pg1AS E • 2
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
�Om
Capital Improvement PrJojects
EAST 86TH STREET NORTH AND NORTH MINGO ROAD INTERSECTION
Total
Massification of Employee
Project
Manager
Projectli-ead
Engineer
Design
Engineer
Senior
R . r
L&
Techr
Clerical
Total
Labor
Costs
Salary Costs
$60
$42
$32
1 _..$60
$3
$20
(Labor & G&A)
................
........ ........
............ .........
F1 Conduct Preconstruction Conference
0
0
To
0
0 2
S138
8.2 Conduct Periodic Observations
0
0
0
0
0 16
$1,101
B.3 Issue Interpretations and Cladfications
0
2
2
0
0
2
0 6
S379
BA Conduct Final Inspection
0
2
3
0
0
0
0 5
$335
5.5 Prepare Record DravAngs 1
0
1
2
0
4
4
0 11
S666
Task 8 Subtotal
0
14
is
0
4
6
0 40
S2,619
....... .........
....
...
.....
... 9'0
4
1
. . . . . . . . . . . . . . . . . . . . . . . . . . . . * . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . .
.............
............................. ......
..................... ................. ... . ........
............ .......
........ .............
....... ..... . ........
... ...... ...........
OUTSIDE SERVICES
Ground Survey
$3,500
GeotechnicaUSubsurface Exploration
$800
OUTS*E��VICM S108:rCYAL-:-: .. - .. - ... .. - - - - - - - - .. - .. - - ... - .. - - - - - - - - - - - - .. .. .. .. -.-. . . . . . . . . . . . . . . .
� .. �. I . I . I . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . I
... I ..... 1.1— ................................
. . . . . ,
.................... ......... ........................... ........ ......
........
...............
.............. .......... .......... ..... ..........
...................................
TUL0w=o/MP/Proil.xls E.3
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19, 1998
EAST 76TH STREET NORTH AND NORTH 129TH EAST AVENUE INTERSECTION
Total
labor
Costs
(Labor & G&A)
Ciassificahon of Employee
Project
Manager
$60
Project/Lead
Engineer
$42
Design
Engineer
$32
Senior
Reviewer
$60
Lead
Technician
$35
Design
Technician
$28
Clerical Total
$20
�� Costs
ask................................................................................. 1;-Irrreati
......................................................................... .... ....
1.1 Initial Workshop/Kick-Off Meet
1.2 Records Research
1.3 RNV Research
1.4 Coordinate Aerial/Ground Surveys
1.5 Conduct Traffic Counts/Videotape Project
1.6 Coordinate Utili Locations
1.7 Review Accident History
1
®
0
o
o
o
0
1
1
1
2
1
0
1
?
2
z
1
1
2
2
0
0
0
0
0
0
0
0
2
0
0
1
0
0
0
2
4
0
10
0
0
0
0
0
1
0
0
0
3
7
7
4
13
z
3
5249
s43z
5405
$253
5724
$119
s197
Task 1 Subtotal
1
7
11
0
3
16
1
39
$2.379
..
2A Prepare Conceptual Layout
2.2 Project Traffic Volumes
2.3 Develo Conceptual Cost Estimate
2.4 Prepare Predesign Report
2.5 Conduct PredeSl n Meeting
1
0
1
1
1
2...
z
2
2
1
4
0
2
2
1
1...
0
0
1
0
is
0
a
2
0
o 0... 24 51,659
0 0 2 $156
o 0 9 s647
0 3 11 5740
0 0 3 S249
Task 2 Subtotal
4
9
9
2
22
0 3 49 $3,452
7;sk :Pra)imi....ggei n>:.:•:!•;•:::!:;.::}; »: »:. "<..........:•
.::•:•:•:•:•:•:•:•:•:•:•:..:::::::•:::::....;::::::::::::.:.::::::.:::::::.:.:::::.:.:.:::.:.:.:.:.:.:.:.:.:... .
3.1 DevelopPlan and Profile Sheets
3.2 Coordinate Geotechnicai Investigations
3.3 Develop Traffic Signal Plans
3.4 Design Drainage System
3.5 Develop Sign in/Pavement Marking Plan
3.6 Pre are Traffic Control Plans
3.7 Prepare R/W Map, Legal Descriptions
3.8 Update Cost Estimate
3.9 QA/QC Review
3.10 Prelimina Desi n Review Meetin
2
0
o
0
o
o
1
1
o
16
1
12 1
4
1
2
2
2
0
3
32
2
0 1
12
2
4
4
4
0
4
0
0
0
0
0
0
z
1
4
0
40
0
4
4
2
4
o
0
0
0
48
2
4
0
2
4
8
4
0
0
...........................
0 138
1 6
0 20
0 20
0 7
0 14
0 17
0 12
0 4
0 a±::��1446
58.482
5339
$1.406
51.287
5432
5863
$1.146
5826
Task 3 Subtotal
5
43F
64
7
54 1
72
1 246
515.810
TUUD.a=1CIP/Proi2 1s E 1
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19, 1998
EAST 76TH STREET NORTH AND NORTH 129TH EAST AVENUE INTERSECTION
Classification of Employee
Project
ManagerEn
Projec4/Lead
inset
$42
Design
Engineer
$32
Senior
Revf®wet
$60
Lean
7ecI i iclan
$35
Design
technician
$28
rota
Labor
Ciericaf ? rotai Costs
$20 (Gabor & G&A)
Salary Costs$60
ask t-Public it "O"
.................................................. .
4.1 Prepare Displays
4.2 Conduct Public Meeting
4.3 Prepare Meeting Minutes
Task 4 Subtotal
1
1
2
�
1
3
� 0
1 0
1 0
3 0
2
0
0
2
z
0
0
a
0
0
2
z
6
3
5
14
5372
s24g
s324
ss4s
. .L
O -Flrla(lF?essi9h is•:•::-:::'::•-:•':•.•:::-:-...•.•:.:..>:
is :!:: -'''•''''•'•'•'•''•''' ': :::':::-: :•: is` is >:
1 Incorporate PreliminaryReview Comments
5.2 Coordinate Addn. Field Surveys
5.3 Prepare Miscellaneous Details
5.4 Prepare Utility Plan
5.5 Conduct Utility Coordination Meeting
5.6 Develop Bid Documents/Special S ecs.
5.7 U
Update Cost Estimate
5.8 QA/QC Review
5.9 Final Design Review Meeting1
2
0
1
0
1
1
1
0
8
0
z
4
4
z
1
0
3
12
2
4
4
0
4
2
0
4
0
0
0
2
0
0
1
2
0
16
0
4
4
0
0
0
0
0
24
0
4
4
0
0
4
0
0
......... ..........
0 62 S3.854
0 2 S1'9
0 15 s975
0 18 s1,242
0 5 S424
8 1s
0 9 $8
$ao4 0
0 2 S223
0 8 sss4
Task 5 Subtotal
7
24
32
5
24
36
8 36 58,854
Tiskfr:Findi2e isiorid ::•::::•:•: ; ::•::::•::::•:•::<:•:•:::•:•
.......::•::::':::::::::::::::::::::::::::::::::::::::::::: ; : ; ...... :::::::...... .
_ Incorporate Final Review Comments
6.2 Update Cost Estimate
6.3 QA/QC Review
Task 6-Subtotal
1
1
1
3
a
1
0
5
4
1
0
5
0
0
1
1
8
0
0
8
......
8
2
0
i0
......................
o22 S1.600
0 5 5353
0 2 s2z3
0 32 52,176
Task'1':9iddiri'':'::::::::•:.....:•:::.:•:::::•:.::•:.:::•:•:.:•::::•:::::'
:::::::::::::::::: : : : :::':.;.:.;.;.:::::::::: ; ; ::: ;.:.:.;.;.:.:.:.:,:,:,;,;;.;.:.:.:.;.:.:.;.:.:.:.;.;.:.:.:.:.
7.1 Answer Questions, Issue Clarifications
7.2 Prepare Addenda's
7.3 Conduct Pre -Bid Conference
7.4 Attend Bid Opening
7.5 Prepare Bid Tabulation
7.6 Evaluate Bids/Prepare Recommendation
7.7 Prepare Contract Documents
1
0
1
0
0
1
1
4
2
2
1
0
2
2
0
2
2
0
1
2
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
z
0
0
0
0
0
.
0 5 $424
2 8 s454
0 5 $$78
0 1 578
3 4 S171
C 5 5387
4 8 $536
9 37 S2,437
Task 7 Subtotal
a
13
9
0
0
2
TUL'Dm =olC[PlProj2.zls
E-2
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 76TH STREET NORTH AND NORTH 129TH EAST AVENUE INTERSECTION
Total
Labor
E Costs
012saft2tion of Employee
Project
manager
Project/Lead
Engineer
I Design
Engineer
Senior
Reviewer
Lead
Technician
I Design
Technician
Clericai ToW
Salary Costs
$42
$32
$60
$35
$28
$20
(Labor G&A)
............
..........
...........................
...................................................
..... ......... ....
8.1 Conduct Preconstruction Conference
1
2
4
0
0
0
0
7 $506
8.3 Conduct Periodic Observations -
3
16
16
0
0
0
0
35 $2.537
8.4 Issue Interpretations and Clarifications
0
4
z
0
0
2
o
a S536
8.5 Conduct Final Inspection
0
3
5
0
0
0
0
8 $532
8.6 Prepare Record Drawings
0
2
2
0
4
4
0
-12 S625
I-- Task 8 Subtotal
4
27
29
0
4
6
0
70 S4.736
X ( . - Ei. . -::' - -1 -:1 .. - -1 - .. - .. -.1 -6�: -
. ......... . is:
ECT PROJECT- EXPENSSS-s
............................ ............... ..........
......................
Ground
P's
ME ........ ............................. ........ ........
............. .......
UTSiW--ER ICES ......... ......... 4,60o.
..........
.................................. ..............
LN� ........... .... ....... I .................................................................. .... ..
L .......... ............... ; ........
.... ............ ...................... . ................. . . . . . ... ...... q:
TULID=oICIP[Pmj2.xis E-3
Attachment E
FeefManhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 116TH STREET NORTH AND NORTH GARNETT ROAD INTERSECTION
Total
classification of Employee
Project
tAanager
ProjecfRead
En ear
I Design
Engineer
Senior
R
Reviewer
Lead
Technician
Design
Zn�lg'i. :n
Clerical
Total
Labor
Cost
Salary costs
$32
$60
$35
$28
jLabor & G&A)
.......... ......
1.1 Initial Workshop/Kick-Off Meetinq
1.2 Records Research
I
0
I
1
1
2
0
0
2
... 0 ......
2
0
0
3 S24 . 9 1
7 S432
1.3 RM Research
0
1
2
-0
0
0
4
0
7 $405
1.4 Coordinate Aerial/Ground Surveys
0
2
1
0
0
0
1
4 $253
1.5 Conduct Traffic Counts/Videotape Project
0
1
1
0
0
10
0
12 $658
1.6 Coordinate Utility Locations
0
0
2
0
0
0
0
2 S119
1.7 Review Accident Histo
0
11
2
0
0
0
0-
3 S197.
Task I Subtotal
1
7
11
0
2
16
1
38 S2,314
............... ............ .............. ..............
................. ............. .........
2.1 Prepare Conceptual Layout
0
1
4
1
4
4
0
14
S897
2-2 Project Traffic Volumes
2.3 Develop Conceptual Cost Estimate
2.4 Prepare Predesig — eport
2.5 Conduct Predesign Meeting
0
1
0
1
2
1
2
2
0
2
2
0
-o--T
0
1.
0
0
2
2
0
0
2
0
0
0
0
3
0
2
6
10
3
S156
$543
$629
$268
Task 2 Subtotal
2
8
8
2
8
6
3
37
$2,492
...... ........ ..............
................. ....... ...........
............. .. . ... .. ....
3.1 Develop Plan and Profile Sheets
1
12
24
0
32
36
.... .
0 105
S6.436
3.2 Coordinate Geotechnical Investigations
0
1
2
0
0
2
1 6
$339
3.3 Develop Traffic Signal Plans
0
12
0
0
4
4
0 20
$1,406
3.4 Design Drainage System
0
4
12
0
4
0
0 20
$1,287
3.5 Develop Signing/Pavement Marking Plan
0
1
2
0
2
2
0 7
S432
16 Prepare Traffic Control Plans
0
2
4
0
4
4
0 4
S863
3.7 Prepare R/W Map, Legal Descriptions
0
2
4
2
0-
4
0 12
S826
3.8 UNate Cost Estimate
3,9 QA1QC Review
3.10 Preliminary Design Review Meeting
0
0
0
2
0
3
4
0
0
1
4
0
0
0
0
4
0
0
0 11
0 4
0 3
$714
$446
S234
Task 3 Subtotal l
1
39
52
7
46
56
1 202
$12.983
T
UUDw=o/ClPJ?mj3-xls E-1
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 116TH STREET NORTH AND NORTH GARNETT ROAD INTERSECTION
Total
Classification of Empfoyee
Project
Manager
Project/Lead
Engineer
Design
Engineer
Senior
Lead
Technician
Design
Technician
Clerical
Labor
Total Costs
Salary Costs
$60
1 $42
$32
$35
1 $28
1 $20
(Labor & G&A)
..........
4.1 Prepare Displays
0
1
0
2
2 0 6 S372
4.2 Conduct Public Meeting
0-
1
0
0
0 0 2 $138
4.3 Prepare Meeting Minutes
0
1
1
0
0
0 2 4 $212
Task 4 Subtotal
0
3
3
0
2
2 2 12
.. .........
.............................................................
...
..........
.......... .............. ......
5.1 Incorporate Preliminary Review Comments
1
4
8
0
12
16 0 41 S2,51
5.2 Coordinate Addn. Field Surveys
0
0
2
o
0
0 0 2 $119
5.3 Prepare Miscellaneous Details
0
2
4
0
4
4 0 14 S863
5.4 Prepare Utility Plan
0
4
4
1
4
4 0_ 17 S1.131
5.5 Conduct Utility Coordination Meeting
1
4
0
0
0
0 0 5 S424
5.6 Develop Bid Documents/Special Specs.
1
2
4
0
0
0 8 15 $804
5.7 Update Cost Estimate
0
1
2
1
0
2 0 I s $413
5.8 QA/QC Review
0
0
0
2
0
0 0 2 S223
5.9 Final Design Review Meeting
1
3
0
0
0
0 0 4 $346
Task 5 Subtotal
4
20
24
4
20
26 8 106 $6,837
................ ...... .... ..
6.1 Incorporate Final Review Comments
o
2
2
0
4
4- 0 1z $744
6.2 Update Cost Estimate
I
I
I
1 0
0
2 0 5 $353
6.3 QA/QC Review
0
0
0 11
0
0 0 -t $112
Task 6 Subtotal l
1
3
3
1
4
6 0 1-8 $1,209
?ask 7;:�idCiriy.......... .. ...........
* ................
..—
.. ........... ........... .............. . .............. ..........
.................................... — .............
7.1 Answer Questions, Issue Clarifications
2
0
0
0
0 0 3 j $268
7.2 Prepare Addenda's
0
2
2
0
0
2 1 7 T—s417
7.3 Conduct Pre -Bid Conference
1
2
0
0
0
0 0 3 S268
7.4 Attend Bid Opening
0
1
0
0
0
0 0 i S78
7.5 Prepare Bid Tabulation
0
0
1
0
0
0 1 2 $97
7.6 Evaluate Bids/Prepare Recommendation
1
1
1
0
0
0 0 3 $249
7.7 Prepare Contract Documents
0
1 1
1
0
010
3 5 $249
Task 7 Subtotal]
3
9
5
0.
0
2 5 24 $1,626
TL1L10w=otClP1Proj3.xls E-2
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 116TH STREET NORTH AND NORTH GARNETT ROAD INTERSECTION
Total
Labor
Costs
Classification of E!22!oyee
Project
Manager
ProjectfLead
Engineer
Design
Engineer
Senior
Reviewer
Lead
Technician
Technician ',lerical Totai
Salary Costs
$60
$42
$32
$60
$35
$28
$20
(Labor& G&A)
8.1 Conduct Preconstruction Conference
0—
1
1
0
0
0
0
2
5138
8.2 Conduct Periodic Observations —
1
8
4
0
0
0
0
13
5975
8.3 Issue Interpretations and Clarifications
0
2
2
0
0
2
0
6
5379
8.4 Conduct Final Inspection
0
2
3
0
0
0
0
5
$335
8.5 Prepare Record Drawings
0
1
2
0
4
2
0
9
5443
Task 8 Subtotal
l 1
14
12
0
4
4
0
35
$2.269
....................
.................
77
MEW,
...
...............................
........
.... ..
... .. .
L4BORlEX-PENSESUBTO.TAL-,'..'...'..'..*..'.'..*..*..'..'.'..'.'..'..*..*..,..,.."..,..,..,.."..,..,..,.."..".."..*..,................�...............................................-........�.�............................�..�.-......................,..�,�.............'�:�::�:
...............................
........
............
..
. ......
:.$34 �4,
OUTSIDE SERVICES
Ground SurM
$3,500
Gootochnical/Subsurface Exploration
$1,000
................
...............
.... ........
..
.. .....
$5,127:
. ...
.......
.........
............
TWOwnSOICIPIPMj3.1b E-3
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 86TH STREET NORTH AND NORTH 145TH EAST AVENUE INTERSECTION
Total
Classification of Employee
Project
manager
Project/Lead
Engineer
Design
Engineer
IReviewer
ad
Technician
Design
Technician
Clerical
Labor
a
Total Costs
(Labor& G&A)
salary costs
$60
$42
$32
$60
1 $35
$28
$20
..........
............... .......
. ........................................ ..........
.......................... . ................................................................... .
1.1 Initial Workshop/Kick-Off Meeting
1
1
1
0
0
0
0 3
.......
$249
1.2 Records Research
0
1
2
0
2
2
0 7
-1432
1.3 RNV Research
0
1
2
0
0
4
0 7
S405
1.4 Coordinate Aerial/Ground Surveys
0
2
1
0
0
0
1 4
S253
1.5 Conduct Traffic CountstVideotape Project
0
1
1
0
1
10
0 13
$724
1-6 Coordinate Utility Locations
0
0
2
0
0
0
0 2
$119
1.7 Review Accident History
0
1
2
0
0
0
0 3
$197
Task I Subtotal
1
7
11
0
3
16
1 39
S2.379
2.1 Prepare Conoeptual Layout
1
2
4
1
16
0
0 24
$1,659
2.2 Project Traffic Volumes
0
2
0
0
0
-0
0 2
S156
2.3 Develop Conceptual Cost Estimate
1
2
2
0
4
0
0 9
$647
2.4 Prepare Predesign Report
1
2
2
1
2
0
3 11
$740
2.5 Conduct Predesign Meeting
1
1
1
0
0
0
0 3
$249
Task 2 Subtotal
4
9
9
2
22 1
0
3 49
$3,452
............... ...........
.. .......... ......... ......... .. ....... ......... .... ...
3.1 Develop Plan and Profile Sheets
2
16
32
0
40
48
0
138
S8,482
3.2 Coordinate Geotechnical Investigations
0
1
2
0
0
2
1
6
$339
3.3 Develop Traffic Signal Plans
0
12
0
0
4
4
0
20
$1.406
3.4 Design Drainage System
0
4
12
0
4
0
0
20
$1.287
3.5 Develop Signing/Pavement Marking Plan
0
1
2
0
2
..2
0
7
$432
3.6 Prepare Traffic Control Plans
0
2
4
0
4
4
0
14
$863
3.7 Prepare RAN Map, Legal Descriptions
1
2
4
2
0
8
0
17
S1,146
3.8 Update Cost Estimate
1
2
4
1
0
4
0
12
$826
3.9 QA/QC Review
0
0
0
4
0
0
0
4
$446
3.10 Preliminary Design Review Meeting
1
3
4
0
0
0
0
8
$584
Task 3 Subtotal
5
43
64
7
54
72
1
246
$15,810
TUlJ0wassa/C1P/Proj4.x1s E - I
Attachment E
Fee/ anhour Breakdown
City o®gOwasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19, 1998
EAST 86TH STREET NORTH AND NORTH 145TH EAST AVENUE INTERSECTION � Total
ClassrficaUon of Employee Project Projectil ead [ ':. 11 Senior Lead ®esign Labor
Manager Engine Dr En9ineeP Reviewer Technician Technician CPer ca@ F o.a& Costs
Salary Cosffi S60 S42 $32 $60 $35 $28 $20 (Labor &GSA)
Task?4;:RubliGMeCtiRg:;.:.:''•is ::-i' "' ••••'•'' ' '"'•.:....:..:.:...:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.....:.:.:.:.:.......:.:.:.:.:.:.:.:.:.:.:.:.:.: is ::::•:J::•: is :::::<•is :; ; ::.:::!.:._.:.:.:
4.1 PrepareDisplays
4.2 Conduct Public Meeting
4.3 Prepare Meeting Minutes
4 S
Task ubtotal
0
1
'
2
1
1
1
3
1
1
1
3
0
0
0
0
2
0
0
2
- 2
0
0
a
. .
.............
0 ...6 5372
0 3 $240
2 I s 5324
z 4 ss4s
...........................................
:::.::::.:::.::::::::::: :...... ... .
5.1 Incorporate Preliminary.......
Review Comments
5.2 Coordinate Addn. Field Surveys
5.3 Prepare Miscellaneous Details
5.4 Pre are Utili Plan
5.5 Conduct utility Coordination Meeting
5.6 Develop Bid Documents/Special S ecs.
5.7 U ate Cost Estimate
5.8 QA/QC Review
5.9 Final Design Review Meeting
2
0
1
o
1
1
1
0
1
6
0
2
4
1 4
2
1
0
3
12
2
4
a
0
4
2
0
4
.................................................
0
0
0
z
0
0
1
2
0
16
0
4
4
0
0
0
0
0
24
0
4
4
0
0
4
0
0
....
c 6.z
0 2
0 15
0 18
0 5
8 5
o s
o z
0 8
S3.1854
s11s
S975
s1,242
S424
s aoa
S804
S223
$584
Task 5 Subtotal
7
1 24
32
5
24
36
8 136
$8.854
TesX6:Fital:Revisions:,:::::•:i::::::•:•:::::•:-»:!•:..:.:.:.:.:.:!<•:.::-::-:::!•:•::i?:-:::•?:<?:::>::•:>::'::::i?:::>:::':':.:':';'.;.:';':';':.:':.:.:.:.:.:.:
...........
6.1 Incorporate Final Review Comments
6.2 Update Cost Estimate
6.3 QA/QC Review
1
1
1
4
1
0
a
1
0
0
°
1
8 .........g...........D.......
0
°
2
o
25 S1.600.
o s s3s3
o z s_23
Task 6 Subtotal
3
s
s
1
a
10
0 32 s2 1 s
Tasr<t':siaair;'::•::::::::':•:.:.:.:::.:.::..:.::..:.::.:..:..:.
....0.....
7.1 Answer Questions, Issue Clarifications
7.2 Prepare Addenda's
7.3 Conduct Pre -Bid Conference
7.4 Attend Bid Opening
7.5 Prepare Bid Tabulation
7.6 Evaluate Bids/Pre are Recommendation
7.7 Prepare Contract Documents
9
0
1
0
0
1
1
4
2
2
1
0
2
2
0
z
2
0
1
2
2
0
o
0
0
0
0
0
0
0
0
0
0
0
0
2
0
0
0
0
0
....
2
0
0
3
0
4
s
R
5
1
a
sa24
$454
;;;
S;a
S171
5
S3"
s
S536
Task 7 Subtotall
4
13
s
°
0
2
s
37
52.437
TUL0wasso/CIPIProj4.xis E 2
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and S.ignalization Improvements
May 19,1998
EAST 86TH STREET NORTH AND NORTH 14.5TH
EAST AVENUE INTERSECTION
; Total
Classification of Employee
Project
Manager
Projectlead
Engineer
Design
Engineer
Senior
Reviewer
Lead
Technician
Design
Technician
Cfer caE
Total
Labor
Costs
Salary Costs
$60
$42
$32
$60
$35
$28
$20
(Labor & G&A)
Task$:Caristitictio Aitl neiriistritiori::::::: >::: >:::
:•:::: >:::::::::•:•::C
: >:::::::::::•: :::::::::: : ::
::: ;; ; : ; ; ;
; ;.:: ; ..................
:::::.:.:.:.:.:.:.:
8.1 Conduct Preconstruction Conference
1
2
4
0
0
0
0
7
S506
8.2 Conduct Periodic Observations
3
16
16
0
0
0
0
35
S2 537
8.3 Issue Interpretations and Clarifications
0
4
2
0
0
2
0
6
$536
8.4 Conduct Final Inspection
0
3
5
0
0
0
0
6
S532
8.5 Prepare Record Drawings
0
2
2
0
4
4
0 '
12
S625
Task 8 Subtotal 1
4
27
29
0
4_
0
70
S< 736
: �:�:�$A50RSUB70TAL'
':•:•}}30X : is
i?:�:•:13t:•}?i
�::•::16Z :::•::•::::15
..........
: i::
_ ...
::::1t% : i?::::::144::::
.....6 .. .....
.
:::: 2�:::::::::623::::::
540,788:
DiREGT.P.ROJECTE�CPENSES ..............
.......................................
::::::::::::::::::::::::::::::::::::::::
SS, 43S
LASOFbWENS£;$UljT iRR :::: is•>:::::: i:::::::
is•:: ' ' ' ' ' :::::::::::
............................................................................:::::::::::.
is ::::::: :::::::•::::::::
; ; ; ; ;:..;.;.;.;.;.:.:.;.;.;.;.............
.
:$45,219
OUTSIDE SERVICES
Ground Survey
$3,500
GeotechnicaUSubsurface Exploration
$1,000
QUiSIDE$ERV......lBiOTAL::::•:•:•:! >::...•i: i::::..•.<
:::< ..:,
: is .•::•».
$4,500
P I i:.: iii: i::::•i:•i:•:< i:•.•?: ii.........:....:.'..•.•.
ii ..:...:.•:•:.:.:..:.......
'• .....•.:.:.•:•..:.'...'
TOTAL:LUMP.SUh1:CONTRAS•i.�AMOURT:�:•:•:•:•:•:�: i:•:.•ii:�:•::�:�:•:•::•:
>: i' .•:•i.:�:�'�.:•:•:•:•::: ' :.::•.......
S5B,Sb7:
TUL/0wasso1C1P/Proj4.zls E - 3
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital improvement Projects i
Intersection and Signalization Improvements
May 19,1998
EAST 86TH STREET NORTH AND NORTH 123RD EAST AVENUE INTERSECTION
Total
Classification of Employee
Project
Manager
Project/Lead
Engineer
Design
Engineer
Senior
Reviewer
Lead
Technician
Design
Technician
Cledcai I Total
Labor
Costs
Salary
$60
$42
$32
$60
$35
$28
$20
(Labor & G&A)
::::: i::•:•:::::::•::: i:•:: `is :<•::::<........ r........................................ ....
1.1 Initial Workshop/Kick-Off Meeting
1.2 Records Research
1.3 R/W Research
1.4 Coordinate Ground Surveys
1.5 Conduct Traffic Counts/Videotape Project
1.6 Coordinate Utility Locations
1.7 Review Accident History
0
0
0
0
0
0
0
1
0
0
0
1
0
1
0
2
2
0
0
2
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
0
10
0
0
0
o
0
0
0
0
0
z
4
0
11
2
3
S78
s1;s
$223
so
S599
s11s
s197
Task 1 Subtotal
0
3
8
0
0
12
0
23
S1,335
...........................................
kZ Rrellmir+arir Re ign•:;..... .::::::::::::::::::::::
.................................................................
>:::::: >:::<:::::.:.:.:.:.:...:.: :.:::::.:::::.....::.::::..:....
roj
2.1 Pect Traffic Volumes
2.2 Develop Traffic Signal Plans
2.3 DevelopSigning/Pavement Markin Plan
2.4 Prepare Traffic Control Plans
2.5 Pre are Cost Estimate
2.6 QA/QC Review
0
0
o
o
0
0
2
12
1
1
1
0
0
0
2
2
4
0
0
0
0
0
0
2
0
4
4
2
0
0
0
8
0
2
3
0
0
0
0
0
o
0
2
24
7
7
s
2
S156
S1.614
s458
$432
$472
s223
2.7 PreliminaryDesign Review Meeting0
2
0
0
0
0
0
z
$156
Task 2 Subtotal
0
99
8
2
10
13
0
52
S3.512
Task3:FuialDesi ri:::::::::::::::::::::•::::::•::::::::::::::::::•::::•::::•:•:::::::::::::::::::•:::::::::::::::::::
....... ::::::;:'....... :;::
3.1 Incorporate Preliminary Review Comments
o
2
2
0
4
a
0
12
$744
3.2 Prepare Miscellaneous Details
0
1
2
0
2
2
0
7
S432
3.3 Develop Bid Documents/Special Specs.
0
4
2
0
0
0
8
14
S729
3.4 Update Cost Estimate
0
1
2
0
0
0
0
3
$197
3.5 QA/QC Review
0
0
0
1
0
0
0
1
$112
3.6 Final Design Review Meeting
0
2
0
0
0
0
0
2
5156
Task 3 Subtotal
0
10
8
9
6
6
8
39
$2.370
Task4 Fina! ReirisTuris:::•:•::•::::•::•:•:::•::::::•:•::•:::•::::::::::::•:•::::::::•:•:•::::•:•:•::::•:•:::::•::•:::::•
:::::::::::::::•::::::::::::: ....................
4.1 Incorporate Final Review Comments
4.2 Update Cost Estimate
4.3 QA/QC Review
0
0
o
2
1
0
2 1
1
0
0
0
1
4
0
0
4
0
0
0 2
o z
0 1
$744-
$138
S112
Task 4 Subtotal
0
3
3
1
4
4
0 15
S993
TUU0wasso1ClPlProj5.zls E t
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Intersection and Signalization Improvements
May 19,1998
EAST 86TH STREET NORTH AND NORTH 123RD EAST AVENUE INTERSECTION
Total
Classification of Employee
Project
Manager
Project(Lead
Engineer
Design
Engineer
Senior
Reviewer
Lead
Technician
Design
Technician
Clerical
Total
Labor
Costs
Salary Costs
$60
$42
$32
$20
(Labor & G&A)
.................... ....... .........
.........
.......
5.1 Answer Questions, Issue Clarifications
0
2
0
0
0—
0
02
$i Sr.
5.2 Prepare Addenda's
0
2
0
0
0
2
2
6
$335
5.3 Conduct Pre -Bid Conference
0
2
0
0
0
0
0
2
5A Attend Bid Opening
0
1
0
0
0
0
0
1
—SI56
S78
5.5 Prepare Bid Tabulation
0
2
0
0
0
0
2
5.6 Evaluate Bids/Prepare Recommendation
0
1
1
0
0
0
0
2
5.7 Prepare Contract Documents
0
2
2
0
0
0::
2
�
6
$35C
Task 5 Subtotal
0
12
3
2
6
23
S, 443
........................
...........
6.1 Conduct Preconstruction Conference
0
2
0
0
0
0 1
0
2
F-s 156
6.2 Review Material Submittals
0
2
2
0
0
0
1
5
$312
6.3 Conduct Periodic Observations
0
8
0
0
0
0
0
8
S625
6.4 Issue Interpretations and Clarifications
0
4
0
0
C)
0±
2
6138,
6.5 Conduct Final Inspection
0
3
0
0
0
0
3
5234
6.6 Prepare Record Drawings
0
2
0
0
4
2
0
a
$521
Task 6 Subtotal
0
21
2
0
4
2
3
32
$2,236
.....................
............
..........
................
-
............................
........................
.......................................
................................
............................................
........
......
...... I ..........
........
......
.......
OUTSIDE SERVICES - None
UT IDESERYICES ...................................................
..
.................
............ ...........
........
.......... ......................
.....
. . .
48,
I-TOTAL7LUMP."SUM7C(>NTRA,CT.-AM.QUI%T.:.*-,-,.,-,-,-,-,-,-'.'."-'-".'.'
...................
............... ..... ................................
........
:-:: : , :�:
TU UO wass o /C I P/Praj5.x1s E • 2
Attachment E
Fee/Manhorur Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Street Rehabilitation Projects
May 19, 1998
STREET REHABILITATION PROJECTS
Total
Classification of Employee
Project
Manager
Project/Lead
Engineer
Design
Engineer
Senior
Reviewer
Lead Design
Technician Technician Clerical
Total
Labor
Costs
Salary Costs
$60
$42
$32
$60
$35 $28 $20
(Labor & GSA)
Task9•;iiriredti ' bii•:: i:•::::•:.:.:!•:•:•:•:•:!•:.:•:.:!•:•:•:.:..::::::•:•:•::
; ::::!.:....:.....:...}:;;:.................................... ........ .
1.1 Initial Worksho /Kick -Off Meetin
1.2 Records Research
1.3 Coordinate Ground Surveys
1.4 Coordinate Utility Locations
1
o
0
o
1
1
1
0
1
2
0
4
0
0
0
0
0
0
0
0
0
2
0
0
0
0
1
0
3
s
2
4
sz<9
s301
s11s
$238
Task 1 Subtotal
1
3
7
0
0
2
1
4
$00
7ask2'Pialirifiria' ''Daici 'rf! ::::: >:.ii:!! .... is ......::::::::::::::::::::::::
ii::::::::::..................................... .
3.1 Develop Plan Sheets
3.2 Coordinate Geotechnical Investigations
3.3 Evaluate Pavement Conditions
3.4 Prepare Traffic Control Plans
3.5 Develop Cost Estimate
3.6 QA/QC Review
3.7 Preliminary Design Review Meeting
2
o
1
0
0
0
2
12
1
6
2
a
0
3
16
0
6
2
4
0
0
0
0
0
0
1
2
0
24
o
0
4
0
0
0
24
z
1
4
4
0
0
0
1
0
0
0
0
0
78
4
14
12
11
2
s
.925
.925 $a
219
S990
$744
s714
s223
s4sa
Task 2 Subtotal
5
26
28
3
28
35
1
126
58,273
Task 3-:FtWDesigtl::: >: >: i::::::: }:::•:•:.:.:.:•:•:•:•:•
.;.' .. ...si ..
3.1 Incorporate Prelimina Review Comments
3.2 Coordinate Addn. Field Surveys
3.3 Prepare Miscellaneous Details
3.4 Prepare Utility Plan
3.5 Conduct Utility Coordination Meeting
3.6 Develop Bid Documents/Special Specs.
1
o
1
1
1
1
4
0
4
2
2
2
s...
2
4
2
2
4
o:::
0
0
0
0
0
S2
0
4
2
0
0
12
0
4
0
0
0
0.....
52,306
0 2 $119
0 17 $1.131
0 7 $517
0 5 $387
8 15 $804
3.7 Update Cost Estimate
3.8 QA/QC Review
3.9 Final Design Review Meeting
0
o
2
2
0
2
4
0
0
1
a
0
0
0
0
4
0
0
0 11 $714
o a $223
0 4 $379
Task 3 Subtotal
7
18
26
3
18
20
8 100 $6,581
Taak'4: Firia112e�isioris ::'::'::::::::::::::::......::::::::::::::::<
:::<::•::::::::::::::::::::::::::::::::::: ::::: : :
4.1 Incorporate Final Review Comments
4.2 Update Cost Estimate
4.3 QA/QC Review
0
o
o
2
1
0
4
2
0
0
0
1
8
0
0
8
4
0
0
0
0
22 $1.332
7 $405
$112
Task 4 Sub -total 1
0
3
6
1
8
12
0
30 $1.849
TOLIOWASSOICIPIMOJULS E I
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Capital Improvement Projects
Street Rehabilitation Projects
May 19,1998
STREET REHABILITATION PROJECTS
Total
Classification of Employee
Project
I Manager
Projectlead
EngineerReviewer
Design
Senior
Lead
I Technician
Teehsn'igcni.n
clerical
Total
Labor
Costs
Salary Costs
1 $60
$42
$32
$35
$28
$20
(Labor & G&A)
Tasks :Bides ........
...... ........... ................. ......... ........
5-1 Answer Questions, Issue Clarifications
1
4
0
0
0
0
0
5
$424
5.2 Prepare Addenda's
1
2
2
0
2
2
z
1
$6-%
5.3 Conduct Pre -Bid Conference
2_
3
3
0
0
0
0
8
$636
5.4 Attend Bid Opening
1
1
0
0
0
0
0
2
$190
5.5 Prepare Bid Tabulation
0
1
2
0
0
0
2
5
$272
5.6 Evaluate Bids/Prepare Recommendation
1
2
2
0
0
0
0
5
S387
5.7 Prepare Contract Documents
1
2
z
0
0
0
z
7
W1
Task 5 Subtotal
7
15
11
0
2
2
6
43
$3.065
....rr........................................ ................................... ....... ... ....
6-1 Conduct Preconstruction Conference
2_
2
2
0
0
0
0 6
5498
6.2 Conduct Periodic Observations
2-
8
a
0
—0
0
6 0 is
$1,324
6.3 Issue Interpretations and Clarifications
1
4
2
0
0
4
6.4 Conduct Final Inspection
3
4
5
0
0
0
0 12
S945
6.5 Prepare Record Drawings
0
2
2
0
4
4
0 12
$744
Task 6 Subtotal
8 1
20 1
19
0
4
a
2 61
$4,338
..... .. . ...........
.............. .........
S28,1DI
OUTSIDE SERVICES
— Ground Survey $18,000
—Geotechnical/Subsurface Exploration $1,000
...... $1 9 '00 0
PROFrf-:-:-., : $4,215
......... ................ I ............................ ................ 11— ..................
................. ........................... .. ...
..........
................ ....... q
.Si 316
.
TULJOWASSOICIPIPROJULS E - 2
City of Owasso, Oklahoma
Sports Park Expansion - Four Plex Project
Attachment E
Fee/Manhour Breakdown
City of Owasso, Oklahoma
Sports Park Expansion
Classification of Employee
Principa I
I
P r
Project
Project
CAD
T D I
Total
In Charge]
Desiqn
Production
Production
....... ... R* . . ....
r.6 ....... A ...
1.1 Conduct Introductory Meeting
2
0
0
2
1.2 Review Previous Plans and Studies
2
0
0
2
1.3 Interview Owner's Key Personnel
2
0
0
2
1.4 Interview User Groups
0
0
2
1.5 Perform Site Evaluation
-2
2
2
0
4
1.6 Develop Guidelines, Goals and Design Crl-
2
2
0
4
1.7 Prepare Program Summary
2
0
0
2
1.8 Organization of Public workshop
0
0
0
01
1.9 Attend and Facilitate Public Workshop
2
0
0
2
1.10 Document Planning Alternatives
2
0
0
2
Task I Subtotal,
18
4
0
22
2.1 Develop Base Plans 0 2 .......... 4 6
2.2 Develop and Evaluate Optional Solutions 4 4 0 8
2.3 Design Phase 16 8 40 64
2.4 Conduct a plan review with City of Owassc
2 0 0 2
2.5 Prepare Project Preliminary Cost Estimate. 4 0 0 4
TUL/0WASS0/C1P/PDGFEE.XLS
0; 19 QS
City ofOwasso, Oklahoma
Sports Park Expansion - Four Plex Project
Classification of Employee Principal Project CAD Tota�
3.1
Prepare Final Construction Documents
4
8
30
42
3.2
Prepare Technical Construction Specific at
-'
8
Q
O
8
3.3
Prepare Bidding Info., Proposal Forms _
8
O
O
8
Conduct Final Plan inHand Review With _City
0
3.4
Make Final Adjustments b}the Plans _
4
2
8
14
3.5
Prepare Project Final Cost Estimate
4
8
O
4
Task 3Subtotal 28 10 38 78
41
Advertisement for Bidders
1
O
O 1
4.2
Conduct oPre-Bid Conferenoe�
- -- - '--
2
O
0 2
4.3
Anavver, Quentonm_ond|aoue-Addendum
��_ ��
4
O_
Q 4
44
Bid opening
1
O
O 1
4.5
Prepare Bid Tabulations
2
O
O 2
4.6
Recommend Award ofContract
1
O
O 1
-
��e���m�to�d 11 O 0 11
- ' - - '
51 Conduct aP 2 0 O 2
_ _
5.2 Review & Approve Shop Drawings 4 O Q 4
� �
5.3 Review and Approve Contractors Pay Req8 O 0 6
5.4 Make Visits to the Project Site to Observe 20 0 0 20
�/y9S
Fee/Manhour Breakdown
PLANNING DESIGN GROUP
City of Owasso, Oklahoma
Sports Park Expansion - Four Plex Project
Classification of Employee
Principal
In Char e.
Project
I Design
CAD
I Production
T ota I
5.5
Respond to Construction Questions
4
0
0
4
5.6
Make and Issue Change Order Recommer
2
0
0
21
7
i
Prepare and Administer Contract lose-L
O C
.. I - -
8
0
0
81
5.8
Produce Record Drawings
0
0
12
121
Task 5 Subtotal
46
0
12
58i
.....................
.......... .... ........ .....
........ ...... 251
.............. ............ ......
Classification of Employee Billing Rate $70.00 $55.00 $45.00
.............................. .............. ........... ........... ..................... :................ .-1 d.t.a..l.:'F6:V:C a..:s.. s�i
fic ............. ...... ......a ion. . ....(3...... ........ .. $413
.000:
TfJU0WASS0/CIP/PDGFEE.XLS
0 i / 19/9'q
New City Hall (w/PMT)
Category of Services
1.0 Site and Selection
2.0 Project PEar°n6ng
.1 Site Research
Z-9
B-Iftry&legal survey
Topo survey
Geotedvi,cal report
Underground utifity location
and capacity
Par" eegharements
( .2 Space and Use Planing
.3 FlarhiYura. Fttane and EgruprrhenY
PIP-ng
.4 PreRTiinary Budget
.5 Prekrwory Schedule
3.0 Schen e
Prefimx NA&V Code Review
.1 m
.2 Site Plan & Conceptual Landscape Plan
.3 Floor Plan
.4 15
.5 Presentation Drawings
.5 Presentation Meetings
.7 Meetings
Review
.8 Exterior Material Recommendations
.9 update Schedule
10 Update Budget
4,0 Design Development
.1 BuifdoM Fire and MEP Code Review
.2 CAD Base d Site Plan, ind utilities
.3 CAD Base of Floor Plan
.4 CAD Base of Exterior Elevations
.5 Typacai Wall Sections
.6 OvOine Specifications, ind MEP
.7 Preliminary Structural Drawings
.8 Prefurmary MEP Drawings
w .9 PMT Co6na4 Reviews & Revisions
.10 Update Sdxdule
.11 Update Budget
.92 Preparation of Presentation Drawings
5,0 Construction Documents
.1 Prepare CD Drawings
.2 Prepare Project Manual, ind Finish
Schedcdes & Specifications
Page•2:ebrowski
Principal
Architect
Architects
DraftingOther
Bellwether
Principal
Design
Designer
PREP
Principal
Engineering
En ineer
Drafting
Other
Princi al
Wallace Engineering
Engineer
Drafting
Other
Planning
Pdnci al
Design
Oth=;
CH2PAni!,
?nnc== --
_ - -_-
VE m' r
_ -- -- 7 I
, c is; 1
I
,
� S9SO F
S70
S 7 0 f
S 1 4 0
-1332
S 1 40
S370
S230
S320
S320
57,420
12.0 S5,092
S3,920
S4,S20
S5,900
S640
S1.660
51,960
S490
; 6770
_
S 1,06S
SS00
$2,820
S4,360
$2,660
2.0 S4,279
S4,900
S8,790
51,875
$430
$800 '
S3,260
16.0 $60,611
S8,505 j
2.0 5619 g
2.0
1,0
1.0
2.0
rrr . -
2.0
2.0
2.0
1.0
4.0
1.0
2.0
2.0
2.0
2.0
2.0
h
2.0
16.0
4.0
4.0
8.0
24.0
4.0
14.0
12.0
8.0
20.0
40.0
12.0
8.0
64.0
4.0
8.0
100.0
16.0
'
4.0
4.0
8.0
B.0
2.0
2.0
4.0
16.0
16.0
1.0
4.0
4.0
1.0
8.0
4.0
8.0
1.0
4.0
2.0
2.0
8.0
2.0
12.0
40.0
4.0
16.0
64.0
4.0
20.0
20.0
-
4.0
24.0
40.0
4.0
1.0
4.0
`
4.0
2.0
8.0
8.0
40.0
8.0
4.0
16.0
8.0
80.0
30.0
4.0
4.0
12.0
1.0
4.0
2.0
2.0
1.0
4.0
2.0
2.0
8.0
2.0
2.0
8.0
48.0
12.0
_--
24.0
980.0
380.0
24,0
8.0
120.0
100.0
13.0
94.0
118.0
2,0
16.0
_
24.0
40.0
40.0
8.0
1.0
40.0
16.0
s
9.0
4.0
stew city Haft (WfpyP
Category of Servicess
Page•Zebrowsid Architects Bellwether Design
oal Architect Draftino Other Princioai Desionei
.3 Bzv,C+m R C alien wim Ent neering
,4 Coor>5iation S Review with PMT
.5 Up1 Schedule
.5 tY,vlate B0dget
7 Re-o-or, Seal 5 hwue- Ws to PMT
6,0 Bidding
.1 Mend Pro-Brd Conference
.2 Respond to BddemTMT Irghnes
.3 Review Bids 8 Make Reconvnerdabons
7.0 Constrmclion Phase
.1 Attend Pre-Const r ct on Conference
.2 Attend Weetdy Construction Meetings
with PMT, a3 Trades
-3 ksspecf Construction Weeldy, Prafdp
-4 Review and Approve sates d
Shop Drar�mgs
.5 Respond to Qualified Requests for
ctariixation
.6 Prepare S Approve Charge Orders
.7 Review & Appro" Pay Applications
.8 Attend Punch List BFrnal Inspections
.9 Prepare Record Documents
TOTAL HOURS:
8.0
40.0
8,0
2.0
2.0
8.0
2.0
4.0
1.0
8.0
8.0
24.0
8.0
2.0
2,0
4.0
24.0
8.0
8.0
2.0
8.0
8.0
4.0
4.0
36.0
150.0
2.0
24.0
4.0
20.0
8.0
16.0
24.0
24.0
214.0
800.0
796.0
220.0
MEP Engineering N Wallace Engineering
Other
16.0 30.0 278.0 130.0 27.0 191.0 127.0
Planning Design
r Principal Other
- CHOAHN x4 EFL
= Pnncipal Enolneer Dratllne -_ Tct.�sz-
54,895
S1.395
5460
5650
53.914
I I 5695
4.0
$3.734
-
4.0
S1.664
4.0
51.249
513.740
i
6.0
5626
54,020
I
i
4.0
52,954
I
51,935
4.0
53,304
4.0 14.0 3.0 68,0 32.0 5.0 5179,213
Boundary § Topo Survey: 5,500
Geotechnicai Survey (2 holes): 750
Reimbursables: 2,037
Adjusted Total: S167,500
Commamity Center (w/pMT)
Category of Services
1.0 Site evakotion and Selection
2.0 Proms PWI ni ng
1 Site Research
Zoning
& legal -ey
Topo waw_Y
Geotedxical report
urx7ergro nd utility location
and capacity
Par" re48remenis
.2 Space and Use Planning
_3 Fumiha FDdure and Equipment
-4 Pneinvnary Budget
-5 Preiiminwy Schedule
3.0 Sd*matic Design
.7 Preliminary Btralding Case Review
.2 Floor PSardRoot Plan
vations .3 Ete(Rod appearance)
.4 Presentation Drawings
.5 Presentation Meetings
. 6 PWT Review Meetings & Revisions
.7 Carpet Recommendations
.8 Update SChedu to
a .9 Update Budget
6 4.0 Design Development
,1 Buddrg, Fire and MEP Cafe Review
.2 CAD Base of Poor Plan
Y .3 CAD Base of Exterior Elevations
.4 Typical Wall Sections
.5 Ou &w Specifications. ind MEP
.6 Prelernirmy Structural Drawings
.8 Preirnir=y MEP Drawings
.8 PMT Coordination, Reviews & Revisions
.9 Update Schedule
.10 Update Budget
.11 Preparation of Presentation Drawings
5.0 C-o nsiruction Documents
.1 Prepare CD Drawings
.2 Prepare Specifications
.3 Review & Coordination with Engineering
.4 Coordination &Review with PMT
Page•Zebrowski
Priai
Architect
Architects
Draftin
Other
Bellwether
Princi I
Design
Desi nee
MEP
Principal
Engineering
Engineer
Drafting
Other
Principal
Wallace Engineering
Engineer
Drafting
Other
- Planning
Principal
Design
Other
Princl;al
CH2MRiN
Enynrer
Drafiino
O-, e,
IMFP
j Totsis;
q
n
$70
S1,890
51,090
S 7 6 n ,
52011 j
gg
$2,420 dd
5640
5400
a
S400
1
1
1.0
1.0
8.0
16.0
4.0
4.0
1.0
4.0
16.0
2.0
2.0
4.0
2.0
2.0
4.0
-
i.
_
5
4.0
36.0
4.0
4.0
4.0
12.0
(
2.0
2.0
2.0
2.0
i
2.0
20
.�
City tta8 Rerevatiort & New
Poface Departrt-it (alPdAT)
Page,Zebrowskl Architects
Pmal Architect Draftin Other
Bellwether Design
Princi al Desi ner
� CEO Engineering
Prind al Engineer Drafting Other
Wallace Engineering
Principal Engineer Drafting Other
Planning Design °. CH2MHiu C=
Principal 09ner Principal r^ci^eer Drahinc 0^.zr I Ton Is:
Category of services
I
1.0 Site evak=f*n and Selection
2. 0 Protect Pkarffen9
8
2xixtg
�
B7xvlary & kga'l survey
I
It
Tc�)o per
Geo^.edvical report
f
Underground ut7dy location
andcapacity
f
Parking regrirurerWs
.2 Space and Use Planing
1.0
2.0
2.0
1
S 2 9 0
.3 F sniture, FDmire and EWWrent
1.0
2.0
S 2 3 0
Plarrnng
a Prei rkm Budget
7.0
2.0
S
S230
5.0 Pre&m%ary Schedute
1.0
2.0
,
..._._
_ __. -
S 2 3 0
3-0 Scheoniiitic Design
1 Pmkrwtary BU2ding Code Review
1.0
4.0
16.0
4.0
2.0
1.0
.2 Sale Plan & Conceptual Landscape Plan
.3 Floor Ptah
4.0
12.0
24.0
2.0
S2,340
-4 Elevations
2.0
8.0
16.0
1 4.0
,i
51,580
.5 Presentation Drawings
1.0
8.0
24.0
16.0
-{
$2,210
.5 Presentation Meetings
2.0
4.6
2.0
S S 2 0
.7 PMT Review Meefegs & Revisions
4.0
8.0
4.0
4.0
4.0
S1.560
.8 Ecenor Material Recommendations
1.0
4.0
2.0
$430
.g LYpcate Schedule
1.0
2.0
1,0
S260
.10 Update Budget
1.0
4.0
1.0
2.0
4.0
5790
4.0 Design Deveiopnnent
1 Building. Fire and MEP Code Review
8.0
2.0
1.0
2.0
$ 91 5
.
.2 CAD Base of Site Plan, ind utilities
2.0
4.0
1.0
5350
.3 CAD Base of Floor Plan
4.0
40.0
4.0
-
S2.200
.4 CAD Base of Exterior Elevations
8.0
32.0
2.0
S2,060 .
.5 Typical Wag Sections
8.0
16.0
S1,280
.6 One Specifications, inci MEP
4.0
16.0
S 7 6 0
.7 Preliminary Structural Drawings
8.0
2.0
12.0
16.0
S2,250
.8 Preli rwary MEP Drawings
16.0
8.0
2.0
12.0
24.0
r
-
S3,410
,9 PART Coor6mation, Reviews & Revisions
16.0M24.O16.0
4.0
8.0
4.0
6.0
S2,390
.10 Update Schedule
1.0
S 7 0
.11 update Budget
2.0
1.0
2.0
1.0
2.0
�
$5 9 0
,12 Preparation of Presentation Drawings
4.0
51.840
5.0 Constriction Documents
1 Prepare CD Drawings
12.0
2.0
12.0
40.0
4.0
12.0
16.0
S9,330
.2 Prepare Project Manual, ind Finish
4.0
40.0
-
2.0
8.0
4�O-
1.0
4.0
•.i
S2.685
Schedules & Specifications
Cety Ha0 RenovaYeon & New
PoFice Deponent (w7PWT)
Category of Services
Page-Zebrows$d
Principal
Architect
Architects
Drafting
Other
. % Revew & Comalabon with Engmeen g
.4 C-,xdiirmhon & Review with PMT
.: U; I-4-'.e ScPe&8e
.5 Ua^.,a:e Budget
.7 Re- . Seal & Issue CD's to PMT
5.0
.1 Fme.'v1 Pro -Beg Conference
.2 Fie,px4 to Ndders/PMT Irqu%nes
.3 Pv_vwv Bids & Make ReconNnendations
7.0 Construction Phase
-1 Attend Pre -Construction Conference
-2 Attend Weeldy CortsUtxiion Meetings
with PUT. all Trades
.3 tr,�Pect COnsMoction Weekly, Provide
-4 Revn_w and Approve Submittals &
Shop Dray-sgs
.5 Respond to Qualified Requests for
C1.5caSon
-6 Prepare & Approve Change Orders
-7 Review & Approve Pay Applications
.8 Anend Punch List &Fief Inspections
.9 Prepare Record Doamients
TOTAL HOURS:
16.0
8.0
&0
8.0
4.0
1.0
2.0
2.0
1.0
4.0
4.0
12.0
4.0
1.0
4.0
2.0
4.0
24.0
8.0
2.0
12.0
2.0
16.0
8.0
2.0
15.0
2.0
4.0
8.0
8.0
33.0
293.0
288.0
175.0
Bellwether Design CEI Engineering Wallace Engineering Panning Design Cft2AlFiiA
Principal Designer ; Principal Engineer Draflinq Other Principal Engineer Drafting Other Princioal Other Prirx9naI „inPo, n
9.0 94.0 72.0 4.0 12.0 73.0 46.0
Cher I Totals:
S2.240
$1.040
S130
S335
S370
$280
$1.540
S56S
5720
52,700
S2.415
S2,155
S1,775
S460
S1.060
S60.000
Adjusted Total: S60,000
AGREEMENT
X6151
ENGINEERING SERVICES
EAST 867" STREET NORTH
AND NORTH MINGO ROAD INTERSECTION
THIS AGREEMENT, made and entered into this _ _ day of
, 2005 between the City of Owasso, a Municipal Corporation of the
State of Oklahoma, hereinafter referred to as CITY, and C2A Engineering Inc.,
hereinafter referred to as ENGINEER;
WITNESSETH:
WHEREAS, CITY intends to construct certain improvements at the East 861" Street
North and North Mingo Road Intersection, hereinafter referred to as the PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the
PROJECT, hereinafter referred to as the SERVICES; and
WHEREAS, CITY has financing for said PROJECT; and,
WHEREAS, ENGINEER is prepared to provide such SERVICES; and
NOW THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as follows:
1.0 SCOPE OF PROJECT: The scope of this PROJECT is described in
Attachment A, SCOPE OF PROJECT, which is attached hereto and
incorporated by reference as part of this AGREEMENT.
2.0 SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall
perform the SERVICES described in Attachment B, SCOPE OF SERVICES,
which is attached hereto and incorporated by reference as part of this
AGREEMENT.
3.0 COMPENSATION; CITY shall pay ENGINEER in accordance with
Attachment D, COMPENSATION, which is attached hereto and incorporated
by reference as part of this AGREEMENT.
4.0 STANDARD OF PERFORMANCE. ENGINEER shall perform the
SERVICES undertaker) in a manner consistent with the prevailing accepted
standard for similar services with respect to projects of comparable function
1
and complexity and with the applicable laws and regulations published and in
effect at the time of performance of the SERVICES. The PROJECT shall be
designed and engineered in a good and workmanlike manner and in strict
accordance with this AGREEMENT. All engineering work shall be
performed by or under the supervision of Professional Engineers licensed in
the State of Oklahoma, and properly qualified to perform such engineering
services, which qualification shall be subject to review by CITY. Other than
the obligation of the ENGINEER to perform in accordance with the
foregoing standard, no warranty, either express or implied, shall apply to the
SERVICES to be performed by the ENGINEER pursuant to this
AGREEMENT or the suitability of ENGINEER'S work product.
5.0 LIMITATIONS OF REPSONSIEI-LITY.
5.1 ENGINEER shall not be responsible for construction means, methods,
techniques, sequences, procedures, or safety precautions and programs in
connection with the PROJECT.
6.1 Since ENGINEER has no control over the cost of labor, materials, equipment
or services furnished by others, or over contractors', subcontractors', or
vendors' methods of determining prices, or over competitive bidding or
market conditions, ENGINEER'S cost estimates shall be made on the basis
of qualification and experience as a Professional Engineer.
6.2 Since ENGINEER has no control over the resources provided by others to
meet construction contract schedules, ENGINEER'S forecast schedules shall
be made on the basis of qualification and experience as a Professional
Engineer.
7.0 LIAEILITY AND INDEMNIFICATION.
7.1 ENGINEER shall indemnify CITY from and against legal liability for
damages arising out of the performance of the SERVICES for CITY
including but not limited to any claims, costs, attorney fees, or other expenses
of whatever nature where such liability is caused by the negligent act, error,
or omission of ENGINEER or any employee, sub -consultants or agents for
whom ENGINEER is legally liable.
7.2 ENGINEER shall not be liable to CITY for any special, indirect or
consequential damages, such as, but not limited to, loss of revenue, or loss of
anticipated profits.
8.0 COMPLIANCE WITH LAMS.
I
8.1 In performance of the SERVICES, ENGINEER will comply with applicable
regulatory requirements including federal, state, and local laws, rules,
regulations, orders, codes, criteria and standards. ENGINEER shall procure
the permits, certificates, and licenses necessary to allow ENGINEER to
perform the SERVICES. ENGINEER shall not be responsible for procuring
permits, certificates, and licenses required for any construction unless such
responsibilities are specifically assigned to ENGINEER in Attachment E,
SCOPE OF SERVICES.
8.2 The ENGINEER shall take steps within its authority to ensure the project is
in compliance with the requirements of the Americans With Disabilities Act.
It is understood that the program of the ENGINEER is not a program or
activity of the CITY OF OWASSO. The ENGINEER agrees that its program
or activity will comply with the requirements of the Americans With
Disabilities Act. Any cost of such compliance will be the responsibility of
the ENGINEER. Under no circumstance will ENGINEER conduct any
activity which it deems to not be in compliance with the Americans With
Disabilities Act.
9.0 INSURANCE.
9.1 During the performance of the SERVICES under this AGREEMENT,
ENGINEER shall maintain the following insurance:
9.1.1 General Liability Insurance with bodily injury limits of not less than
$1,000,000 for each occurrence and not less than $1,000,000 in the
aggregate, and with property damage limits of not less than $100,000 for
each occurrence and not less than $100,000 in the aggregate.
9.1.2 Automobile Liability Insurance with bodily injury limits of not less than
$1,000,000 for each person and not less than $1,000,000 for each accident
and with property damage limits of not less than $100,000 for each accident.
9.1.3 Worker's Compensation Insurance in accordance with statutory requirements
and Employer's Liability Insurance with limits of not less than $100,000 for
each occurrence.
9.1.4 Professional Liability Insurance in the amount of $1,000,000 per claim and
annual aggregate.
9.2 ENGINEER shall furnish CITY certificates of insurance which shall include
a provision that such insurance shall not be cancelled without at least 30 days
written notice to the CITY.
3
10.0 CITY'S RESPONSIBILITIES. CITY shall be responsible for all matters
described in Attachment C, RESPONSIBILITIES OF THE CITY, which is
attached hereto and incorporated by reference as part of this AGREEMENT.
11.0 OWNERSHIP AND REUSE OF DOCUMENTS.
11.1 All documents, including original drawings, estimates, specifications, field
notes and data shall become and remain the property of the CITY.
11.2 CITY'S reuse of such documents without written verification or adaptation
by ENGINEER for the specific purpose intended will be at CITY'S risk.
12.0 TERMINATION OF CONTRACT.
12.1 The obligation to continue SERVICES under this AGREEMENT may be
terminated by either party upon fifteen days written notice in the event of
substantial failure by the other party to perform in accordance with the terms
hereof through no fault of the terminating party.
12.2 CITY shall have the right to terminate this AGREEMENT, or suspend
performance thereof, for CITY'S convenience upon written notice to
ENGINEER; and ENGINEER shall terminated or suspend performance of
SERVICES on a schedule acceptable to CITY. In the event of termination or
suspension for CITY'S convenience, CITY shall pay ENGINEER for all
SERVICES perfom-ied in accordance with provisions of Attachment D,
COMPENSATION. Upon restart of a suspended project, payment shall be
made to ENGINEER in accordance with Attachment D, COMPENSATION.
13.0 NOTICE.
13.1 Any notice, demand, or request required by or made pursuant to this
AGREEMENT shall be deemed properly made if personally delivered in
writing or deposited in the United States mail, postage prepaid, to the address
specified below.
13.1.1 To ENGINEER: C2A Engineering Inc.
5516 South Lewis Ave., Suite 201
Tulsa, OK 74105
13.1.2 To CITY: CITY OF OWASSO
Department of Public Works
P.O. Box 180
Owasso, OK 74055
11
13.2 Nothing contained in this Article shall be construed to restrict the
transmission of routine communications between representatives of
ENGINEER and CITY.
14.0 UNCONTROLLED FORCES. Neither CITY nor ENGINEER shall be
considered to be in default of this AGREEMENT if delays in or failure of
performancc shall be due to forces which are beyond the control of the
parties; including, but not limited to: fire, flood, earthquakes, storms,
lightning, epidemic, war, riot, civil disturbance, sabotage, inability to procure
permits, licenses, or authorizations from any state, local, or federal agency or
person for any of the supplies, materials, accesses, or services required to be
provided by either CITY or ENGINEER under this AGREEMENT; strikes,
work slowdowns or other labor disturbances, and judicial restraint.
15.0 SEVERABLUTY. If any portion of the AGREEMENT shall be construed by
a court of competent jurisdiction as unenforceable such portion shall be
severed here from, and the balance of this AGREEMENT shall remain in full
force and effect.
16.0 INTEGRATION AND MODIFICATION. This AGREEMENT includes
Attachments A, B, C, and D, Exhibits A and B, and Exhibit C; and represents
the entire and integrated AGREEMENT between the Parties; and supersedes
all prior negotiations, representations, or agreements pertaining to the scope
of services herein, either written or oral. This AGREEMENT maybe
amended only by a written instrument signed by each of the Parties.
1 i.0 DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between
the Architect/Engineer and the CITY over the interpretation or application of
the terms of this AGREEMENT, the matter shall be referred to the City's
Director of Public Works for resolution. If the Director of Public Works is
unable to resolve the dispute, the matter may, in the Director's discretion, be
referred to the Mayor for resolution. Regardless of these procedures, neither
party shall be precluded from exercising any rights, privileges or
opportunities permitted by law to resolve any dispute.
18.0 ASSIGNMENT. ENGINEER shall not assign its obligations undertaken
pursuant to this AGREEMENT, provided that nothing contained in this
paragraph shall prevent ENGINEER from employing such independent
consultants, associates, and subcontractors as ENGINEER may deem
appropriate to assist ENGINEER in the performance of the SERVICES
hereunder.
19.0 APPROVAL. It is understood and agreed that all work performed under this
AGREEMENT shall be subject to inspection and approval by the Public
Works Department of the City of Owasso, and any plans or specifications not
meeting the terms set forth in this AGREEMENT will be replaced or
R
corrected at the sole expense of the ENGINEER. The ENGINEER will meet
with the CITY staff initially and monthly thereafter and will be available for
public hearings and/or City Council presentations.
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple
copies on the respective dates herein below reflected to be effective on the date executed
by the Mayor of the CITY or Contracting Authority.
(SEAL)
ATTEST.
City Clerk
City Attorney
(SEA L)
A TTEST:
THE CITY OF OWASSO, OKLAHOMA
A MUNICIPAL CORPORATION
Mayor
Date:
C2A ENGINEER INC.
President
Date:
?cretary
I
AGREEMENT
FOR
ENGINEERING SERVICES
EAST 86T" STREET NORTH
AND NORTH MINGO ROAD INTERSECTION
SCOPE OF PROJECT
ATTACHMENT A
A. SCOPE OF PROJECT. The PROJECT shall consist of providing professional
engineering services to the City of Owasso for the preliminary and final design
phases, and preparation of construction plans for improvements to the East 86"'
Street North and North Mingo Road intersection. The improvements include the
construction of a five lane East 86"' Street North and a four lane North Mingo
Road within the intersection. The intersection will be signalized and the widening
will taper to the existing street configuration.
It is expected that there shall be a number of construction and service contracts,
which must be entered into in order to bring this PROJECT into being. Included
may be services and/or construction contracts for engineering, utility relocations,
construction, equipment, etc.
N
AGREEMENT
FOR
ENGINEERING SERVICES
EAST86""' STREET NORTH
AND NORTH MINGO ROAD INTERSECTION
SCOPE OF SERVICES
ATTACHMENT B
B. SCOPE OF SERVICES. The SERVICES to be performed by the ENGINEER
under this AGREEMENT will consist of Three (3) phases, as stated below.
Further, it is understood and agreed that the date of beginning, rate of progress,
and the time of completion of the work to be done hereunder are essential
provisions of this AGREEMENT; and it is further understood and agreed that the
work embraced in this AGREEMENT shall commence upon execution of this
AGREEMENT and after receipt of a Notice to Proceed.
The Basic Services of ENGINEER include, but are not necessarily limited to, the
following tasks:
® Designate a representative to coordinate all information between
ENGINEER and CITY.
Document all meetings, conferences, coordination, etc., and send
documentation to CITY within two (2) working days.
® Attend initial conferences with CITY and other administrative and
regulatory agencies, including utility companies, to review PROJECT
requirements and discuss scheduling of the PROJECT.
® Attend all public meetings for the PROJECT.
® Determine drainage requirements for the PROJECT.
Perform all necessary additional surveys and investigations for the
PROJECT.
® Prepare all drawings in conformance with the drafting standards set forth
in the Oklahoma Department of Transportation requirements, as
necessary. Drawings shall be 22" x 34" in size.
B.1. Phase No. 1. PREL,IMINARY DESIGN. Work with the CITY appointed
Personnel to evaluate and develop a revised preliminary design to construct a five
lane arterial street on East 86"' Street North and a four lane arterial street on North
Mingo Road.
0
B.1. l . Review all existing reports, record plans, plans and/or other information pertinent
to the PROJECT and the City Policy of the City of Owasso regarding the need for
the improvements.
B.1.2. Provide additional ground survey of the PROJECT as needed to show the
additional development and changes with -in the PROJECT limits.
B.1.3. Review City of Owasso May 2005 Standard Construction Details & Criteria and
develop plans that bring the plans into conformance with the new details and
criteria. all obstructions to the alignment.
A.1.4. Perform Peak hour traffic counts for signal design and to verify traffic data.
A.1.5. Coordinate with the Oklahoma Department of Transportation (ODOT). Check on
Environmental Clearance, Right -of -Way clearance, and any outstanding work
needed to complete the plans for ODOT funding.
A.1.6. Evaluate drainage, typical sections, and alignment of the existing conceptual
plans.
A.1.`i. Prepare revised PRELIMINARY PLANS, in accordance with CITY and ODOT
standards within 45 calendar days after the date specified in the Notice to Proceed
with the PRELIMINARY PLANS.
A.1.8. PRELIMINARY PLANS shall include as a minimum:
® Cover Sheet indicating "PRELIMINARY PLANS"
® Summary Sheet including:
® Pay Quantities and Pay Item Notes
® Roadway Quantities
® Bridge/Structure Quantities
® Storm Sewer Design
® Storm Inlet Design
® Drainage Structures
® Drainage Map
® Right -of -Way Map
® Typical Section Sheet
• Survey Data Sheet
® Plan and Profile Sheets
® Erosion Control Sheets
® Preliminary construction drawings for all special _drainage structures, retaining
walls, architectural details, landscaping plans, or any other special items
required for the PROJECT
® Traffic Control Details
0
® Traffic Control/Construction Phasing sheet(s)
® Cross -Sections indicating existing ground lines, proposed sidewalk template,
proposed storm sewers and existing utilities within the PROJECT area.
B.1 .7. ENGINEER shall furnish ten (10) sets of PRELIMINARY PLANS as half-size
black -line, for review by the CITY and ODOT. ENGINEER shall furnish two (2)
sets of' an estimate of construction costs for the PROJECT to the CITY and
ODOT.
A.2. Phase 1I. FINAL DESIGN. Prepare FINAL PLANS, documents and cost
estimates following the comments from the PRELIMINEARY PLANS review
meeting, together with all specifications and related bidding documents required
for the construction of the PROJECT, in accordance with CITY standards,
detailed specifications within 60 calendar days after the date specified in the
Notice to Proceed with the FINAL DESIGN. The following tasks shall be
included as required:
A.2.1. Verification of comments and recommendations from the PRELIMINARY PLAN
review meeting.
A.2.2. Furnish any additional legal descriptions necessary of all right-of-way and
permanent and temporary easements. Descriptions shall be furnished in an
approved format on approved forms. All existing easements of record and
verified present ownership of any parcel will be provided by a properly licensed
land surveyor.
A.2.3. Additional research, including, but not limited to, field -verified horizontal
locations and vertical locations of all buried utilities to verify compatibility of the
PROJECT with existing utilities.
A.2.3.1. Review plans and agreements submitted by the utility companies and the
CITY and, when complete to the satisfaction of the ENGINEER, submit the
relocation plans and agreements to the CITY for execution.
A.2.4. Finalize all details and refine quantity calculations based on PRELIMINARY
PLANS review meeting and meeting with CITY and ODOT staff.
A.2.5. Preparation of related bidding documents for the PROJECT, including Estimate
of Quantities, Proposal, Special Conditions, Special Provisions and Special
Specifications, on 8-1/2" x I I" plain white bond paper. All documents shall be
suitable for original camera-ready copy.
A.2.6. Plans and construction drawings in enough detail to verify constructability of
PROJECT.
A.2.7. FINAL PLANS shall include as a minimum:
HE
® Cover Sheet indicating "FINAL PLANS"
® Summary Sheet including:
® Pay Quantities and Pay Itcm Notes
Roadway Quantities
Traffic Quantities
® Storm Sewer Design
Storm Inlet Design
® Drainage Structures
® Any other Summary Table needed.
• Drainage Map
• Right -of -Way Map
® Typical Section Sheet
• Survey Data Sheet
® Plan and Profile Sheets.
® Erosion Control Sheets
• Structural Details Sheet
® Construction Sequencing Sheet
• Miscellaneous Details Sheet
® Traffic Signal Sheets
® Cross Section Sheet
® All applicable Oklahoma Department of Transportation Standard Drawings.
B.2.8. ENGINEER shall furnish ten (10) sets of FINAL PLANS as black -line, for
review by the CITY and ODOT. ENGINEER shall incorporate CITY and ODOT
review comments along with a final estimate of construction costs for the
PROJECT to the CITY and ODOT.
A.2.9. Prepare bid documents from approved FINAL PLANS, including
CONSTRUCTION PLANS on Mylar, Estimate of Quantities, Proposal, Special
Conditions, Special Provisions, Special Specifications as required by the CITY
and ODOT.
B.2.9.1. Provide one (1) set of bidding documents to ODOT for advertising purposes.
B.2.9.2. Bidding documents shall consist of plans and contract documents.
B.2.9.3. ODOT shall be responsible for publishing the Advertisement for Bids.
B.2.9.4. Additional bidding documents shall be prepared for an additional cost based
on actual reproduction cost plus cost for labor, binding and delivery to the
CITY.
B.2.9.5. Attend the Pre -bid Conference.
ill
A.2.9.6. Prepare any addenda.
B.2.9.8. Answer questions to the CITY, ODOT or to registered plan holders during
the bidding phase.
B.3. Phase III. SERVICES DURING CONSTRUCTION. SERVICES DURING
CONSTRUCTION shall include all necessary tasks to take the PROJECT through
the construction phase. Tasks shall include:
B.3.1. Review and approve shop drawings or submittals by the Contractor for general
compliance with contract documents.
B.3.2. Attend the Pre -Work Conference.
B.3.3. Respond to construction questions from CITY personnel.
B.3.4. Make periodic site visits, when requested by CITY personnel, during construction
to verify interpretation of the plans. On -site inspection is not a part of this work.
B.3.5 Prepare at the conclusion of the construction AS RECORDED drawings based on
corrected sets of plans provided to the ENGINEER from the CITY and/or the
contractor. The ENGINEER shall snake every effort to produce a final set of
drawings representative of the actual construction record including all notations
appropriate to the project made on the corrected sets. The ENGINEER shall
produce the AS RECORDED drawings and present one (1) set of Mylar
reproducible of all sheets to the CITY within 60 days of delivery of the corrected
set(s) of plans from the CITY and/or the contractor.
lei
AGREEMENT
FOR
ENGINEERING SERVICES
EAST 86T1 1 STREET NORTH
AND NORTH MINGO ROAD INTERSECTION
SCOPE OF SERVICES
RESPONSIBILITIES OF THE CITY
ATTACHMENT C
B. RESPONSIBILITIES OF THE CITY. The CITY agrees:
B.I. Reports, Records, etc. To furnish, as required by the work, and not at expense to
the ENGINEER:
C.1.1. Records, reports, studies, plans, drawings, and other- data available in the files of
the CITY which may be useful in the work involved under this AGREEMENT.
C.1.2. Standard drawings and standard specifications.
B.2. Access. To provide access to public and private property when required in
performance of ENGINEER'S services.
C.3. Staff Assistance. Designate in writing a person to act as its representative in
respect to the work to be performed under this AGREEMENT, and such person
shall have complete authority to transmit instructions, receive information,
interpret and define CITY'S policies and decisions with respect to materials,
equipment, elements and systems pertinent to the services covered by this
AGREEMENT.
C.3.1. Furnish legal assistance as required in the preparation, review and approval of
construction documents.
C.3.2. Furnish assistance in locating existing underground utilities and in expediting
their relocation as described in Attachment B.
CA. Review. Examine all studies, reports, sketches, estimates, specifications,
drawings, proposals and other documents presented by ENGINEER and render in
writing decisions pertaining thereto within a reasonable time so as not to delay the
services of ENGINEER.
i s]
AGREEMENT
FOR
ENGINEERING SERVICES
EAST 86 "' STREET NORTH
AND NORTH MINGO ROAD INTERSECTION
SCOPE OF SERVICES
COMPENSATION
ATTACHMENT D
B. COMPENSATION. The CITY agrees to pay, as compensation for set -vices set
forth in Attachment B, the following fees on a lump sum basis, said Cost shall
include all direct salary expenses, overhead expenses, and other non salary
expenses as shown on Exhibit B related to the design of the PROJECT. This total
estimated Cost can not be exceeded without written consent of the CITY. The
ENGINEER shall submit statements no more than once each month. The
statements shall indicate each Phase currently authorized for work, the percentage
of work completed and the direct pass through costs being requested for each
Phase as based upon the ENGINEER'S estimate of the proportion of the total
services actually completed at the time of the billing. All statements shall be
accompanied by such documentation as the CITY requires. CITY agrees to make
payment within 30 calendar days of the receipt of the ENGINEER'S invoice.
D.I. For the work under Phase I, PRELIMINARY DESIGN, Attachment B.1 and
Exhibit A, the CITY shall pay the ENGINEER a lump sum Cost of Twenty Six
Thousand dollars and Zero Cents ($26,000.00), payable as the work progresses.
E.2. For the work under Phase II, FINAL DESIGN, Attachment B.2 and Exhibit A, the
CITY shall pay the ENGINEER a lump sum Cost of Twenty Six Thousand
dollars and Zero Cents ($26,000.00), payable as the work progresses.
E.3. For the work under Phase III SERVICES DURING CONSTRUCTION,
Attachment B.3 and Exhibit A, the CITY shall pay the ENGINEER a lump sum
Cost of Eight Thousand dollars and Zero Cents ($8,000.00), payable as the work
progresses.
A.4. SCHEDULE OF RATES. At the request of the CITY, the ENGINEER will
negotiate fees for any additional work not covered by this AGREEMENT, which
may be required by the CITY. Alternatively, additional work will be performed
at the written request of the CITY based on the hourly rates contained herein.
Rates are subject to change on the First day of January of each calendar year.
14
Rates to be charged shall be the rates in affect at the time such services are
requested and approved.
ENGINEER IV
$
91.00/hr.
1?NGINEER III
$
78.00/hr.
FNGINEEIR II
$
65.00/hr.
`FCI INICIAN IV
$
55.00/hr.
TECIINI(:IAN 1I
$
46.80/hr.
TECHNICIAN I
$
36.40/hr.
SURVEY TEAM (2 men)
$
95.00/hr.
CLERICAL, 1
$
31.20/hr,
Rates include overhead and profit.
15
Mingo/86th Street North Intersection Widening
Exhibit A - Fee Proposal
City of Stillwater - 12th Avenue Improvments, Western Road to Adams Street
Labor Related Expenses (Plan -In -Hand): Std. Hourly
Rate
Engineer IV
78
MH @
$
91.00
- $
7,098.00
Engineer 11
89
MH @
$
65.00
- $
5,785.00
Technician II
93
MH @
$
46.80
- $
4,352.40
Land Surveyor
0
MI-i @
$
52.00
_ $
-
Subtotal Labor
260
MH
$
'17,235.40
Total Direct Labor Expenses
Other Pass -through Expenses:
Reproduction
- Plan -In -Hand Plans 1/2
1325
Sheets @
$
0.20
- $
265.00
$
265.00
Sub -Consultants
Traffic Signal
$
4,500.00
Survey
$
4,000.00
Geotechnical
$
-
Total of Other Pass -through Expenses:
Labor Related Expenses (Final Plans):
Engineer IV
Engineer II
Technician 11
Land Surveyor
Subtotal Labor
Total Direct Labor Expenses
Other Pass -through Expenses:
Reproduction
- Final Plans (1/2 Size)
- Plan Mylars
- Construction Plans
- Construction Documents
Survey Staking
Traffic Signal
Total of Other Pass -through Expenses:
$ 8,500.00
$ 17,235
$265
$8,500
$8,765
Plan -in -Hand Design Fee = $ 26,000
Estimated number of total sheets: 60
Std. Hourly
Rate
54
MH @
$ 91.00 r $ 4,914.00
128
MH @
$ 65.00 - $ 8,320.00
130
MH @
$ 46.80 r $ 6,084.00
0
MH @
$ 52.00 = $ -
312
MH
$ 19,318.00
$ 19,318
2500 Sheets @
$
0.20
- $
500.00
160 Sheets @
$
6.00
- $
900.00
1237 Sheets @
$
.0.45
- $
556.65
1500 Sheets @
$
0.15
- $
225.00
$
2,181.65
$
500.00
$
4,000.00
$6,682
Final Plans Design
Fee =
26,000
Labor Related Expenses (Services during Construction)
Engineer IV
33
MH @
Engineer II
56
MH @
Technician II
29
MH @
Land Surveyor
0
MH @
Subtotal Labor
118
MH
Total Direct Labor Expenses
Std. Hourly
Rate
$ 91.00
= $ 3,003.00
$ 65.00
- $ 3,640.00
$ 46.80
= $ 1,357.20
$ 52.00
= $ -
$ 8,000.20
$
8,000
Construction Fee
8,000
Estimated
number of total sheets:
75
Total Fee =
$
60,000
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OASSO
FROt
DIRE CTOR OF PUBLIC WORKS
NORTH GARNETT ROAD
INTERSECTION IMPROVEMENTS
PROPOSED Gs ORDER NUMBER 1
DATE: October 6, 2005
BACKGROUND:
Included in the Capital Improvements Plan, this project encompasses widening and signalization
upgrade of the intersection at E. 96th Street North and N. Garnett Road, including construction of new
sidewalk, curb and gutter and drainage improvements. On February 1, City Council awarded the
contract for construction of N. Garnett Road Improvements to Becco Contractors, Inc., Tulsa, Oklahoma
in the total amount of $2,776,294.20.
To date, Becco Contractors has completed nearly 80 percent of the construction work. Substantial and
Final Completion are expected to occur on October 21 and November 21, 2005, respectively.
PROPOSED CHANGE ORDER NO, 1:
In February 2005, following the award of the contract to Becco Contractors, the City of Owasso entered
into an Agreement with Owasso 7 LLC for the construction of an 8-inch sanitary sewer from the
existing sanitary sewer near the Betty Smith property to the Southwest corner of the Owasso 7 LLC
tract.
Because unit prices for the construction of such sewer are not included in the Contract Bid, a Change
Order is required to be approved by Council prior to the construction of such. Staff anticipates that
construction of the added work will result in a billing of $80,000.
FUNDING:
Sufficient funding remains in the Bid Allowance for the completion of the added work. No additional
funding is required; thus, a contract amendment is not required.
COMMENDATION:
The staff intends to recommend Council authorization of Change Order No.I for the construction of an
8-inch sewer line extension in an amount not to exceed $80,000 at the October 18, 2005 regular meeting
of the City Council.
ATTACHMENTS:
A. Sewer Plans (pending completion)
B. Change Order No. 1 (pending submittal by contractor)
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OWASSO
FROM. ., A
CHIEFO
SUBJECT, RE QUEST ADMENDENT TO SCHOOL ZONE ORDINANCE
DATE- October 5, 2005
Recent concerns and complaints have suggested a closer examination be prepared of the
speed limits within the school zone on East 861h Street North between Forth 1291h East
Avenue and Hodson Elementary on N. 145th East Avenue. The current speed is marked
at 25 mph during the actual school zone portion near the high School then returns to a 35
mph, and then quickly changes back to a 25 mph for a short distance in front of the gth
Grade Center, and then returns to 35 mph before Hodson Elementary.
This immediate change in speeds has not only been confusing to drivers because of the
inconsistency, but is also difficult for police to manage. The staff from Public Works,
Police, City and Owasso Public Schools (including all principals in the affected area)
have agreed it would be more appropriate to change the speed to a constant 35 mph on
this portion of the roadway and leave the area school zone signage intact in order to
accomplish the mission of maintaining safety and to better serve the citizens with a
smooth and consistent traffic flow.
The staff feels no increase in risk would occur as a result of this change for three main
reasons: All three school affected are considered to be closed campuses; the subject
roadway is designed for such speeds and; the school felt student pedestrian traffic is
virtually nonexistent on that portion of the roadway.
VIEW:
In the process of changing the speed in the affected school zones, the staff realized that
the current ordinance does not allow for speeds to be set above 20 mph within a school
zone. Additional review of the ordinance also suggests that times established for the
school zones in the ordinance conflict with times currently posted within most of the
city's school zones.
CURRENT ORDINANCE:
Section 15-402 with the Municipal Traffic Code reads as follows:
The speed in school zones shall be as posted. The maximum speed limit shall be
twenty (20) miles per hour. The signs shall post speed limits thirty (30) minutes
before the school session begins, thirty (30) minutes after the school session ends
and during the lunch period and at such other times as the proper authority may
determine for special school events. For all other times not herein provided, the
speed limit shall be twenty-five (25) miles per hour."
PROPOSED ORDINANCE:
The proposed ordinance, attached for your information and review, would amend the
above ordinance by increasing the maximum speed in a school zone to thirty-five (35)
miles per hour and removing time restrictions.
RECOMMENDATION:
Staff intends to recommend Council approval of the proposed ordinance at the October
18, 2005 regular meeting.
ATTACHMENT:
1. Proposed Ordinance
AN ORDINANCE RELATING TO PART FIFTEEN, TRAFFIC AND VEHICLES,
CHAPTER 4, SPEED REGULATIONS, OF THE CODE OF ORDINANCES OF THE CITY
OF OWASSO, OKLAHOMA, AMENDING SAME BY INCREASING THE MAXIMUM
SPEED IN A SCHOOL ZONE TO THIRTY-FIVE (35) MI S PER HOUR AND
REMOVING TIME RETRICT SIONS. AA
speed limit shall be thirty-five
State Law Refer oval a city to set s d limits, 47 O.S. § 15-102 and § 11-803.
SECTION TWO (2): De D
The provisi��r�dina all e active immediately upon passage.
NLMV>00�
APPROVED as to form and legality this 18th day of October, 2005.
Julie Lombardi, City Attorney
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OWASSO
CHIEFOF POLICE
SUBJECT. REQUEST FOR SUPPLEMENTAL APPROPRIATION
POLICE DEPARTMENT
DATE- October 6, 2005
BACKGROUND
On August 26, 2005, Owasso experienced its first homicide of the year resulting in three
deaths. Less than 26 hours after the crime was reported, police had two suspects in
custody and were seeking a third suspect. Twelve hours later the third suspect was
apprehended by police. Quick apprehension of these suspects and the nature of the crime
did not come without cost to the department's budget.
Upon the reporting of the cringe, staff worked around the clock to bring those responsible
to Justice. Most employees were very understanding of the impact this situation would
have on the department's overtime budget. This translated into most of the employees
requesting as much compensation in comp -time as overtime.
For the payroll period that ended September 3, 2005, total overtime/comp-time incurred
was 431.75 hours of which 221.25 was requested to be paid in overtime and 210.50 was
requested to be paid in comp -time. The estimated impact to the department's budget,
based on an average of $28 per hour for the total number of hours submitted is
approximately $12,100, of which $6,216 was requested to be paid during that pay period.
Other costs associated with this incident include, but are not limited to lab fees, evidence
processing cost, informant/witness protection fees and fuel costs totaling approximately
$1000.00.
QiJESTED ACTION®
There is no action being requested by staff at this time. The purpose of this information
is to provide notification to the City Council of the possibility, as a result of this event;
that staff will be requesting a supplemental appropriation in the future. The Police
Services budget includes $60,000 for overtime expenses, of which, slightly over $34,000
has been expended at this time.
rITTWIRM
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OW"SQ
FRO M: RODNEY J.
CITY MANAGE,14
DATE- OCTOBER 7,2005
BACKGROUND:
Pursuant to direction from the City Council, I have researched several areas of
information that relate to recent discussions regarding the question of implementing
"term limits" on appointees to the City's Boards, Committees, and Commissions.
Additionally, I have conducted interviews with eleven other cities to determine what
practices are in place in similar municipalities.
Attached for your review is a matrix of City appointments showing the Board or
Commission, the length of term of the appointment, and the appointing authority. The
matrix clearly indicates the majority of appointments are for a term of either three years
or one year. Only the OEDA has a term significantly different from the majority and it is
for five years. Based on discussions conducted during the creation of the OEDA, the
reasons for the five year term were to: 1) build stability in the authority; 2) create a group
that would represent to prospects a consistency of policy while their business was starting
up in its Owasso location; and, 3) to build experience within the authority as the activities
of the OEDA expanded.
Also attached for your review is a list of municipalities contacted for the purpose of
determining what, if any, was a prevailing practice. It should be noted that such
information is "data only" and that the reporting of a preponderance of the use of one or
another approach does not include the rational behind these decisions.
According to the interviews conducted, four cities have some form of "term limits" on
appointed Boards and Commissions. The remaining seven cities do not use any form of
limits on appointments; and, one city indicated, when asked if there were discussions
about implementing term limits, that such an action was being contemplated. It should be
noted that three of the cities inter -viewed also have term limits on elected members of the
Council.
Generally, those cities that have term limits use a "two term" limit, defining that, as being
allowed to serve two full terms (a portion of a term is not considered in the calculation).
Memo
October 7, 2004
Page 2 of 2
NOTE:
It should be noted that in every case (most with certainty and the others relying on
information provided to them) the implementation of term limits has occurred within the
past ten years. Thus, the move toward such limitations seems to be a recent phenomenon.
Further, the staff has conducted discussions relating to this issue and I plan to
communicate those discussions to the Council during the workession.
ATTACHMENTS.
1. Owasso Boards and Commissions Matrix
2. Survey of Cities
3. Process to amend OEDA Trust Document
4. Memo dated September 13, 2005 regarding a Proposed Ordinance
COMMITTEE
LENGTH OF TERM
APPOINTMENT AUTHORITY
Annexation Committee
I Year
City Council
Capital Improvements Committee
1 Year
City Council
INCOG Board of Directors
I Year
City Council
INCOG - Legislative Consortium
1 Year
City Council
Regional Metropolitan Utility Authority
I Year
City Council
Tulsa Metro Area Transportation Authority - Policy
Committee
1 Year
City Council
Tulsa Metro Area Transportation Authority - Technical
Committee
1 Year
City Council
Environmental Policy Committee
I Year
City Council
OEDA - Chamber Representative
1 Year
Chamber
OEDA - City Council Representative
I Year
City Council
Board of Adjustment
3 Years
City Council
Personnel Board
3 Years
City Council
Planning Commission
3 Years
City Council
OEDA
5 Years
City Council
Sales Tax Watchdog Committee
Lifetime
City Council
Technical Advisory Committee
No Limit/Serve By Virtue
City Council
of Employment w/Utility
Metropolitan Environmental Trust
No Term Specified in the
City Council
Trust Indenture
CITY
ELECTED
APPOINTMENT
TERM LIMITS
TERM LINTS
EDMOND, OKLAH®MA
NO
NO
CHICKASHAW, OKLAH®MA
NO
YES (2 TERMS)
NORMAN, OKLAH®MA
NO
NO
STILLWATER, OKLAH®MA
YES (2 TERMS)
YES (2 TERMS)
BROKEN ARROW, OKLAH®MA
NO
NO
PLAN®, TEXAS
YES (2 TERMS)
YES (2 TERMS)
MCKINNEY, TEXAS
YES (3 TERMS)
YES (2 TERMS)
BULLHEAD CITY, ARIZONA
NO
NO
KINGMAN, ARIZ®NA
NO
NO
GERMANTOWN, TENNESSEE
NO
NO
COLLIERVILLE, TENNESSEE
NO
NO
11T(1 11111111
FROM- RODNEY J. RAI]
CITY MANAGE
SUBJECT: OWASSO ECONOMIC DEVELOPMENT AUTHORITY TRUST
INDENTURE, AMENDMENT PROCESS
DATE- OCTOBER 119 2005
BACKGROUND:
As requested, the staff has researched the required process for amending the Owasso
Economic Development Authority Trust Indenture. This request was made during the
last discussion relating to the implementation of "term limits" on municipal appointees.
Based on Ms. Lombardi's review of the trust document and state statutes the following
steps are required to amend the current Trust Indenture:
PROCESS TO AMEND OWASSO ECONOMIC DEVELOPMENT AUTHORITY:
Step 1. Tiustor, Sherry Bishop, requests amendment to the Declaration of Trust
from Trustees. Presumably, this is done at the request of the Beneficiary.
Step 2. Owasso Economic Development Authority Trustees vote to amend the
Declaration (or deny such).
Step 3. Trustees and Trustor execute amendment to Declaration of Trust. If vote in
step 2 passes by a majority of the Trustees.
Step 4. City Council passes Resolution re -accepting the beneficial interest in the
Oklahoma Economic Development Authority. Resolution must be passed
by a 2/3 vote.
Step 5. Amended Declaration is appropriately filed.
It should be noted that the above described process would require approximately two
months.
TO- ROONEY RAY, CITY MANAGER
CITY OF OWASSO
JULIE TROUT LO1;
CITY ATTORNEY
SUBJECT- PROPOSED ORDINANCE
TERM LIMITATIONS FOR SERVICE ON BOARDS AND
COMMISSIONS
DATE-P' 10
The staff has been requested to research the issues relating to the enactment of an ordinance
instituting term limitations for members appointed by the city council to boards and commissions.
In accordance with this request, staff has drafted a proposed ordinance for the council's
consideration which restricts the length of service for board and commission members to two
consecutive terms of office, with eligibility for subsequent appointment after two years of non -
service.
Constitutional Implications
A term limits ordinance restricting the eligible pool of persons who may seek appointment to a
municipal board or commission raises potential constitutional questions. Possible implications are
an infringement upon the fundamental constitutional rights of equal protection, liberty and the
right of association, as well as procedural safeguards requiring that the council possess the
authority to adopt an ordinance of this type. While there are no Oklahoma or federal judicial
decisions addressing the constitutionality of term limits for those appointed to municipal boards
and commissions, a number of courts have considered the constitutionality of term limits imposed
by ordinance on municipal elected officials. These decisions have regularly upheld municipal
term limits against substantive challenges asserted by both elected officials and the voting public
under both the federal constitution and various state constitutions. [See Dutmer v. City of San
Antonio, 937 F. Supp. 587 (W.D. Tex. 1996); Miyazawa v. City of Cincinnati, 825 F. Supp. 816
(S.D. Ohio 1993), aff'd 45 F.3d 126 (6th Cir. 1995); Rudeen v. Denarrusa, 136 Idaho 560, 38 P.3d
595 (2001); Roth v. Cuevas, 158 Misc. 2d 238 (Sup. Ct. NY Co.), aff d 603 Ny.Y.S.2d 736 (App.
Div. I" Dept.) affd 82 N.Y. 2d 791, 624 N.E. 689 (1993).]
These decisions upheld the constitutionality of municipal term limits utilizing varied analytical
approaches and legal reasoning. It is reasonable to assume that the framework for analyzing the
constitutionality of an ordinance imposing tenon limits upon appointed board and commission
members would not differ substantially or result in a different outcome than the cases cited above.
A higher constitutional priority is generally imposed upon the right to seek elected office than the
right to seek an appointment. "therefore, recognizing that the courts have traditionally upheld term
limitations placed upon elective offices, it is reasonable and sound to conclude that an ordinance
establishing term limits for appointed officials would also be judicially valid and defensible.
The primary requirements for an ordinance of this type to be deemed constitutionally valid are
twofold. First, the ordinance, on its face and in actual application, must be neither arbitrary or
capricious. Second, the method utilized by the ordinance to achieve its goal must bear a rational
relationship to the objective sought to be accomplished. These inquiries are generally satisfied if
the law applies to all candidates equally and is designed to accomplish a legitimate governmental
purpose. In this case, the proposed ordinance would be applied to all appointees across the board,
and would thus satisfy the first prong of that requirement. In addition, the purposes of the
ordinance, to broaden community access to public service opportunities and ensure that the
appointment process is fundamentally inclusive, are clearly legitimate public purposes which
satisfy the second prong of the rational basis test.
Authority of the City Council to jMggo e Term Limits
Upon determination that an ordinance establishing term limits for boards and commission
members can reasonably be anticipated to survive challenges to its constitutionality, a second legal
and procedural issue should be considered: Does the council have the authority to impose a
qualifications of eligibility requirement upon board and commission appointees? Evaluation of
this issue is compelled by decisions from several state courts nullifying ordinances of this type on
the grounds that the city council lacked proper authority to enact the ordinance. A review of these
decisions, however, reveals that the courts rendering these rulings did so based upon limiting
language found in that state's constitution. This type of preclusionary language is typically found
in what is labeled a "qualifications clause" or "universal eligibility clause." These clauses usually
provide that every citizen, who is a legal resident of the state and a qualified elector, shall be
eligible to hold any public office, and this has been interpreted to mean both elective and by
appointment. (Specifically, the New Hampshire, Minnesota and New Mexico state constitutions,
as well as others, contain provisions of this type and the courts of those states have held that its
municipalities do not have authority to impose additional eligibility requirements upon public
office holders.) Indeed, if a state's constitution contains a provision such as this, any legislative
modification which alters or creates requirements to serve must be done by state constitutional
amendment.
Oklahoma's constitution does not contain a qualifications or public eligibility clause which would
prohibit a municipality within this state from adopting a term limits ordinance. The Owasso City
Charter specifically adopts and exercises the powers of home- rule granted by both the constitution
P)
and statutes of the State of Oklahoma, and additionally reserves unto itself the fullest powers
possible for a city operating under- a home- rule charter. Accordingly, based upon the fact that the
Oklahoma constitution contains no language legally precluding imposition of a term limits
ordinance, and bolstered by the city's manifest appropriation of home -rule powers, it is reasonable
to conclude that the council is empowered to implement term limit restrictions if it so chooses.
Other Issues for Consideration
The following are additional considerations and issues the council may wish to reflect upon in its
evaluation of this proposed ordinance:
Does the proposed ordinance address an issue of sufficient significance to warrant
imposition of a uniform rule, or is the matter best considered on a case -by -case basis? Will
the promulgation of a term limits restriction enhance and benefit the functionality and
operation of the city's boards and municipalities?
How might adoption of term limits affect composition of the boards and commissions from
the perspectives of leadership, experience and the desire and willingness of individuals to
continue service in excess of two terms?
The proposed ordinance restricts board and commission appointees to two terms. Is this
the desired length of maximum service? The ordinance additionally provides that an
individual may be reappointed to a board or commission once two years have elapsed since
he or she previously completed a term of appointment on that board or commission. Does
the council wish to include a reappointment provision such as this within the proposed
ordinance? If so, is the two year elapse time adequate or should it be lengthier? Should a
person who concludes their service on one board or commission immediately be eligible
for appointment to another board or commission?
® If an ordinance of this type is adopted, should the ordinance dictate that the term limit be
imposed upon the effective date of the ordinance, or at the beginning of an individual's
next term of office? In other words, should the ordinance be made applicable to those
already serving board and commission terms, or should the term limit requirement become
effective only upon the next set of board and commission appointments?
The above are issues for the council's consideration and discussion prior to making a
determination regarding the desirability and efficacy of the proposed ordinance.
Proposed Ordinance
91
i' (�i
ETC
1
LIMITING PERSONS
MISSIONSTO
O
BE IT ORDAINED BY THE COUNCIL
,1
SECTION ONE (1)e Part Two, Admi
of the Code of Ordinances of the City o
codifying as follows:
The limitations of
�
Chapter 1, General Provisions,
be enacted by providing and
.n 'duals appoint y the City Council to municipal boards and
` dividual is appointed to fulfill the remainder of
the re er of that term shall count as one term for purposes
ividual to be considered for reappointment to a board or
ivi viously served two consecutive terms, a period of two
.at in idual's final day of service on that board or commission.
iall prohibit the appointment of an individual having served the
board or commission to a different board or commission.
The provisions of this ordinance shall become effective thirty (30) days from the date of final
passage as provided by state law.
PASSED by the City Council of the City of Owasso, Oklahoma on the day of
2005.
Sherry Bishop, City Clerk
(SI
m
w
Craig Thoendel, Mayor
05
TO: HONORABLE MAYOR AND COUNCH,
CIWOFOWASSO
FROM: OWASS O CAPffAL 1WROVEMENTS COMMIME
SUBJECT: CAPITAL EWROVEMENTS PROGRAM
PROJECT REPRIORITIZAIION
DATE: October 5, 2005
AACK9-R-Om:
,Citizen Members
Brent Colgan, Councilor
Ztaff Members
:Sherry Bishop
Susan Kimball, Councilor
Bradd Clark
Mike Ames
Rickey Hayes
Frank Enzbrenner
:,Julie Lombardi
Ray Haynes
;Rodney Ray
'Trish Hauser
Tom Kimball
Ana Stagg
Dale Pride
Eric Wiles
Larry Siegrist
an Yancey
Craig Wi Mlace
I A
' ..negall
The capital improvement priorities fisted by the City Council in resolution 2004-11 are the following
projects:
1. YMCA improvements
2. Sports Park expansion
3. Storm siren system
4. Additional fire stations
5. Interchange at East 96h Street North and Owasso Expressway
6. Widening of East 96"' Street North, east of North Garnett Road
7. Widening of North Garnett Road between East 86' Street North and East 96h Street North
Two projects, the storm siren system and the Owasso Expressway interchange, have been completed,
leaving a Est of five projects.
It is projected that about fifteen miles of road widening projects will be included vhthin the Capital
Improvements program over the next several years, along with at least four major intersection
improvements:
1. East 9e Street North/North 145h East Avenue
2. North Garnett Road/East 100h Street North
3. North Mingo Road/East 96"' Street North
4. North 145fl' East Avenue/East 106'h Street North
Adopted September 2, 2003, Resolution 2003-14 sets the guidelines whereby the City Council
establishes capital priorities each year.
swv- 4C
of capital priorities to the City Council. That meeting was conducted on October 3, 2005.
Then, the City publishes a notice of a public hearing to be conducted by the City Council regarding the
proposed fist of prioritized capital projects. The staff has arranged for this notice to be published in the
4wasso Reporter on October 13, 2005.
1) The staff intends to recommend that the City Council conduct a public hearing in order to receive
and consider information provided by citizens that may be relevant to the proposed amendment to
the priorities.
1. Resolution 2005-14
2. Resolution 2004-11
3. Resolution 2003-14
4. Memorandum to Capital Projects Cornrnittee dated September 19, 200.
pros. ed within the Capital Improvements Program
1= welt, 11
FUNDING FROM THE CAPITAL IMPROVEMENTS FUND
WHEREAS, on the 14"' day of October, 2003, the citizens of the City of Owasso,
Oklahoma, approved Ordinance Number 763, an ordinance providing for the extension of the
third penny sales tax and further, restricting the use of said sales tax generated by such third penny
extension to capital projects reviewed by the Capital Improvements Committee and approved by
the City Council by resolution;
WHEREAS, capital projects, designated as priorities were, specifically; the Interchange
at 96h Street North and Highway 169; Additional Fire Stations; the Sports Park Expansion; a
Storm Siren System; E. 96h Street North and Garnett Road projects and the YMCA Pool, have
heretofore been reviewed and recommended by the Capital Improvements Committee, and
approved by the City Council,
WHEREAS, the City Council, by Resolution No. 2004-11, formally approved the
aforementioned capital projects for funding from the Capital Improvements Fund; and,
V7411 EREAS, the City Council, after having received a recommendation from the Capital
Improvements Committee that the conceptual design of the intersections at 96"' Street
Nortb/145th East Avenue, Garnett Road/106th Street North, Mingo Road/96fl' Street North, and
145th East Avenue/106fl' Street North be included in the priority projects list, and that the Silver
Creek watershed drainage improvement Project be included in the priority projects list, and that
the Interchange at 96th Street North and- Highway 169 and the Storm Siren System projects be
removed, and after properly notifying the Public, all in accordance with Resolution No. 2003-14,
has held a Public Hearing as required by the aforesaid resolution.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OWASSO, OKLAHOMA, that, to -wit:
The Capital Projects heretofore designated as priorities be amended by providing, to -wit: the
Additional Fire Stations; the Sports Park Expansion; East 96h Street North road project; North
Garnett road project; YMCA pool; Silver Creek watershed drainage improvement project; and
conceptual design of four intersections - 96h Street North/145"' East Avenue, Garnett Road/100"
Street North, Mingo Road/96th Street North, and 145th East Avenue/106'h Street North — are
hereby approved and shall be considered as the priority capital projects for funding from the
Capital Improvements Fund. The Interchange at 96th Street North and Highway 169 and the
Storm Siren System projects shall be removed from the priority list.
OZ 04-14
City Clerk
APPROVED AS TO FORM:
M
City of Owasso, Oklahoma
OZ 04-14
WHEREAS, on the 14`Y' day of October, 2003, the citizens of the City of Owasso, Oklahoma, approved
Ordinance Number 763, an ordinance providing for the extension of the third penny sales tax and further,
restricting the use of said sales tax generated by such third penny extension to capital projects reviewed by
the Capital Improvements Committee and approved by the City Council by resolution;
WHERE AS, capital projects, designated as priorities were, specifically; 1291h East Ave., 760' to 96th; the
Interchange at 96`h Street North, Highway 169 and North 1291' East Avenue, Additional Fire Stations; the
Sports Park Expansion; a Storm Siren System; and the YMCA Pool, have heretofore been reviewed and
recommended by the Capital Improvements Committee, approved by the City Council, and presented on
numerous occasions to the public,
WHERE AS, the City Council, by Resolution No. 2004-01, formally approved the aforementioned
capital projects for funding from the Capital Improvements Fund; and,
WHEREAS, the City Council after having received a recommendation from the Capital Improvements
Committee that E. 961h Street North and Garnett Road Projects be re -prioritized to be included in the project
list and N. 129`h East Ave from 761h to 96`h be removed and after properly notifying the Public, all in
accordance with. Resolution No. 2003-14, has held a Public Hearing as required by the aforesaid resolution.
NOW, ! RESOLVED BY THE CITY COUNCIL OF OF
*WASSO, OKLAHOMA,
The Capital Projects heretofore designated as priorities be amended by providing, to -wit: the Interchange at
96`h Street North and, Highway 169, Additional Fire Stations; the Sports Park Expansion; a Storm Siren
System; E. 96`h Street North and Garnett Road projects and the YMCA Pool are hereby approved and shall
be considered as the priority capital projects for funding fi•om the Capital Improvements Fund. The North
129`h East Avenue fiom 76`h to 96`h Streets shall be removed from the priority list.
DATED this I" day of June, �
2
Ronald D. Cdter City Attorney
Lei V !
• , ea
CITY OF OWASSO, OFLAROMA
RESOLUTION NO. 2003-14
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF OWASSO,
OKLAHOMA, ESTABLISHING AN AMENDATORY PROCEDURE FOR AMENDING
PRIORITY DETERMINATIONS PREVIOUSLY MADE BY THE CITY COUNCIL AS
RELATES TO UTILIZATION OF THE PROCEEDS OF THE EXCISE TAX LEVIED
BY ORDINANCE NO.763,
BE IT SOLV -ED BY TTIE CITY COUNCIL OF THE CITY OF OWASSO,
RE
OKLAHOMA, THAT TO Wrf
Amendment to priority Determination for utilization of the proceeds of the excise tax levied by
Ordinance No. 763, shall be accomplished in the following manner, to wit:
A. The proposal for amendment to the Priority Determination shall be presented to the
Capital Improvements Committee, in a regular or special meeting thereof, called,
noticed and held in accordance with the provisions of the Oklahoma Open Meeting
Act, 25 O.S. 301, et req. The Capital Improvements Committee, in such public
meeting, shall consider all matters deemed relevant by it to the proposed
amendment to Priority Determination and at the conclusion of such consideration it
shall make a recommendation thereon to the City Council.
13. Prior to the City Council consideration of the Capital Improvement Committee's
recommendation and the proposed amendment to the Priority Determination. The
City Council, during a regular or special meeting thereof called, noticed and held in
accordance with the provisions of the Oklahoma Open Meeting Act, 25 O.S. 301 et
req., shall conduct a public hearing thereon. In addition to such notice as may be
required under the provisions of the Oklahoma Open Meeting Act, 25 O.S. 301 et
req., notice of such public hearing shall be published once in a newspaper of general
circulation not less than five (5) calendar days prior to such public hearing.
C. During the course of the public hearing, the City Council shall receive and consider
such information as deemed by the City Council relevant to the proposed
amendment to Priority Determination.
D. At the conclusion of the public hearing, the City Council shall, after discussion on
the proposed amendment, continue the matter for a period of not less than two.(2)
weeks to a date, time and place certain for continued consideration of same. At such
time, the City Council shall take such action as it deems appropriate on the
proposed amendment. Any action taken shall ultimately be set forth by way of
Resolution. The date of adoption of said Resolution of the proposed amendment to
Priority Determinations shall be deemed the effective date.
AP
September. 2003 by the City Council of the PROVED Othis AND ADPTED _2!!_day of Se t2
City of Owasso, Oklahoma.
F0
ell n
S°Tar
OFFICIAL
SEAL
ochran, Mayor
APPROVM AS TO FORM:
I W,
MOM -
SUBJECT:
DATE:
UT JUS I VE"
A
SILVER CREEK DRAINAGE EWPROVEM:ENrS PROJECT
September 19,2005
Citizen Member's
Brent Colgan, Councilor
Staff Member's
Sherry Bishop
Susan Kimball, Councilor
Bradd Clark
Mike Ames
Rickey Hayes
Frank Enzbrenner
Julie Lombardi
Ray Haynes
Rodney Ray
Trish Hauser
tthy
Tom Kimball
;Ana Stagg
Dale Pride
Eric Wiles
Siegrist
A. Yancey
L01Mr$Mj=-
,I�-,�-11-1-1-1.11-1�-�-111-11--,� --- - ------- -- -------- -1-11 ---,
The CIP committee met on February 24, 2005 to discuss what priorities should be recommended for
adoption by the City Council. Those priorities that the committee recommended were:
1. YMCA improvements
2. Sports Park expansion
3. Additional fire stations
4. Widening of East 96' Street North, east of North Garnett Road
S. Widening of North Garnett Road between East 8e Street North and East 96" Street North
6, Intersection engineering and design —
i) East 96h Street North/North 145flEast Avenue
H) North Garnett Road/East 10e Street North
iii) North Mngo Road/East 9e Street North
iv) North 145"h East Avenue/East 10e Street North
Two projects, the storm siren system and the Owasso Expressway interchange at 96' Street North,
were listed as priorities previously but both have been completed and are ready to be removed from the
list of priority projects.
The staff recommends that the following fist of projects be submitted to the City Council as
recoinmended priorities:
1. Silver Creek watershed drainage improvements
2. YMCA improvements
3. Sports Park expansion
4. Additional fire stations
5. Widening of East 96' Street North, cast of North Garnett Road
6. Widening of North Garnett Road between East 86 1h Street North and East 9e Street North
7. Intersection engineering and design —
v) East 96th Street North/North 145h East Avenue
vi) North Garnett Road/East I Oe Street North
vii) North M!�go Road/East 9e Street North
viii)North 145 East Avenuo'East 106'h Street North
IIIIIIIMIMIIII I III I I I I I I i I I I I 11,11
1. Proposed resolution 2005-14
U List of projects included within the Capital knprovements Program