Loading...
HomeMy WebLinkAbout2005.10.18_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE O'WASSO CITY COUNCIL TYPE OF MEETING: Regular DATE: October 18, 2005 TIME: 6:30 p.m. PLACE: Council Chambers, Old Central Building 109 N. Birch Notice and agenda filed in the office of the City Cleric and posted at City Hall 5 :00 p.m. on Friday, October 14, 2005, r 1 1 � G �i Tliann M. Stevens, Admimstrative Assistant AGENDA 1 • Call to Order Mayor Craig Thoendel 2. Invocation Dr. Andrew Rankin, Freedom Church 3. Flag Salute 4. Roll Call S 1Agendas \Counci 1 \2005\ 1018.doc Owasso City Council October 18, 2005 Page 2 5. Consideration and appropriate action relating to a request for Council approval of the Consent Agenda. All matters listed under "Consent" are considered by the City Council to be routine and will be enacted by one motion. Any Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is nonce debatable. Ao Approval of Minutes of the October 4, 2005 Regular Meeting, the October 11, 2005 Special Meeting and the October 13, 2005 Special Meeting. Attachment # 5 -A B. Approval of Claims. Attachment # 5-B C. Acknowledgement of receiving the monthly FY 2005 -2006 budget status report. Attachment # 5 -C D. Authorization for the City Manager to enter into a contract with the Chubb Group for property casualty insurance in the amount of $30,271. Attachment # 5 -D Staff will recommend Council authorization for the City Manager to execute a contract between the City of Owasso and the Chubb Group for property casualty insurance. 6. Consideration and appropriate action relating to a request for Council acceptance of a donation from the Wal -Mart Foundation; approval of a budget amendment to the FY 2005 -2006 General Fund; and, a supplemental appropriation increasing expenditures in the Police Department Budget and Fire Department Budget. Mr. Rooney Attachment #6 Staff will recommend Council acceptance of a $3,000 donation from the Wal -Mart Foundation; approval of a budget amendment to the FY 2005 -2006 General Fund increasing the estimate of revenues in the amount of $3,000; and, approval of a supplemental appropriation increasing expenditures in the amount of $1,500 in the Police Department Budget and $1,500 in the Fire Department Budget. S :\Agendas \Cowici 1\2005\ 1018, doc Owasso City Council October 18, 2005 Page 3 13UBLIC HEARING 7. The City Council will conduct a public hearing relating to a proposed amendment to the Capital Improvements Projects Priority List previously established and funded by the third penny sales tax; more specifically, removing from the Priority Projects List, the following completed Capital Improvement Projects. E. 96th Street North and Highway 169 Interchange Project and the Storm Siren Replacement Project; and, including within the Priority Projects List the following projects: Conceptual Design of the E. 96th Street North and N. 145th East Avenue Intersection; Conceptual Design of the N. Garnett Road and E. 106th Street North Intersection; Conceptual Design of the N. Mingo Road and E. 96th Street Intersection; Conceptual Design of the E. 106t" Street North and N. 145th East Avenue Intersection, and the Silver Creek Watershed Drainage Improvement Project. Mr. Wiles Attachment #7 A public hearing will be held for the purpose of receiving comments and citizen input regarding a recommendation from the Owasso Capital Improvement Projects committee wherein changes to the project prioritization list were made. 8. Consideration and appropriate action relating to a request for Council approval of annexation request OA 0508. Mr. McCulley Attachment #8 Staff will recommend Council approval of annexation request OA 0508, containing approximately 241.74 acres, more or less, located on the east side of N. 129th between E. 116th Street North and E. 126th Street North. East Avenue 9. Consideration and appropriate action relating to a request for Council approval of a final plat for the Bailey Medical Center Medical Office Building. Mr. McCulley Attachment #9 Staff will recommend Council approval of the Bailey Medical Center Medical Office Building Final Plat. S: \Agendas \Counci1\2005\ 1018. doc Owasso City Council October 18, 2005 Page 4 10. Consideration and appropriate action relating to a request for Council approval of construction bids received as a result of the City of Owasso's participation in the Department of Housing and Urban Development, housing Rehabilitation Program. Mr. Wiles Attachment #10 Staff will recommend Council approval of, he following construct bids: 1.) $19,650 submitted by Ruhmann Construction, Incorporated of Tulsa, Oklahoma for 202 E. 3" Avenue 2.) $29,064 submitted by Chelsea Builders of Chelsea, Oklahoma for 904 N. Cedar Street 3.) $6,817.61 submitted by Chelsea Builders of Chelsea, Oklahoma for 205 WAt" Street 4.) $14,470 submitted by Seal /Rite Contractor, Incorporated for 1003 N. Elm Street ll. Consideration and appropriate action relating to a request for Council approval to award a bid for the construction of a restroom facility at the Owasso Skate Park. Mr. Rooney Attachment #I I Staff will recommend Council approval to award a construction bid to Tri -Star Construction of Claremore, Oklahoma in the amount of $73,390 for the construction of a restroom facility at the Owasso Skate Park. 12. Consideration and appropriate action relating to a request for Council approval of Ordinance No. 831, an ordinance amending the speed limit regulations within a school zone. Mr. Yancey Attachment # 12 Staff will recommend Council approval of Ordinance No. 831. S:\AgendaS \COUnci1\2005\ 1018.doc Owasso City Council October 18, 2005 Page 5 13. Consideration and appropriate action relating to a request for Council approval of Resolution No. 2005 -16, a resolution approving the incurrence of indebtedness by the Owasso Public Works Authority (the "Authority ") issuing its sales tax revenue note, series 2005 (the "Note "); providing that the organizational document creating the Authority is subject to the provisions of the Note indenture, authorizing the issuance of said Note; waiving competitive bidding with respect to the sale of said Note and approving the proceedings of the authority pertaining to the sale of said note; ratifying and confirming a sales tax agreement by and between the City of Owasso, Oklahoma (the "City ") and the authority pertaining to the year-to-year pledge of certain sales tax revenues; establishing the City's reasonable expectation with respect to the issuance of tax - exempt obligations by or on behalf of said City in calendar year 2005, and designating the Note as a qualified tax - exempt obligation; and containing other provisions relating thereto. Ms. Bishop Attachment # 13 Staff will recommend Council approve Resolution No. 2005 -16. 14. Consideration and appropriate action relating to a request for Council approval of Resolution No. 2005 -17, a resolution authorizing the Mayor to execute a Right of Way, Public Utility and Encroachment Agreement for the Project No. STPY- 072B(421), State Job Piece No. 09482(04), State Highway 20 Widening. Ms. Stagg Attachment # 14 Staff will recommend Council approval of Resolution No. 2005 -17. 15. Consideration and appropriate action relating to a request for Council approval of an Engineering Services Agreement between the City of Owasso and C2A Engineering for the completion of construction documents for the E. 86th Street North and N. Mingo Road Intersection Improvement Project. Ms. Stagg Attachment # 15 Staff will recommend Council approval of an Engineering Services Agreement between the City of Owasso and C2A Engineering in the amount of $60,000 for the completion of documents for the construction of the E. 86th Street North and N. Mingo Road Intersection Improvement Project. S AAoendas\Cou nci i\2005\ 1018. doc Owasso City Council October 18, 2005 Page 6 16. Consideration and appropriate action relating to a request for Council approval of a change order to the construction contract between the City of Owasso and Becco Contractors, Incorporated for the E. 96"' Street North and N. Garnett Road Intersection Improvement Project. Ms. Stagg Attachment # 16 Staff will recommend Council approval of Change Order No. 1 to the construction contract between the City of Owasso and Becco Contractors, Incorporated for the E. 96th Street North and N. Garnett Load Intersection Improvement Project in an amount not to exceed $80,000, for the purpose of constructing an 8-inch. sewer line extension. 17. Report from City Manager. 18. Deport from City Attorney. 19. Report from City Councilors. 20. New Business (New Business is any item of business which could not have been foreseen at the time of posting of the agenda.) 21. Adjournment. S:%Agendas \Cou nci I \2005\ 1018. do c OWASSO CITY COUNCIL MINUTES OF REGULAR MEETING Tuesday, October 4, 2005 The Owasso City Council met in regular session on Tuesday, October 4, 2005 in the Council Chambers at Old Central per the Notice of Public Meeting and Agenda posted on the City Hall bulletin board at 5:00 p.m. on Friday, September 30, 2005. ITEM 1. CALL TO ORDER The meeting was called to order at 6:33 p.m. t � • The invocation was offered by David Langley, Gospel Light Baptist Church. ITEM 3. FLAG SALUTE Councilor Susan Kimball led the flag salute. ITEM 4. ROLL CALL PRESENT ABSENT Craig Thoendel, Mayor Steve Cataudella, Mice Mayor Brent Colgan, Councilor Wayne Guevara, Councilor Susan Kimball, Councilor A quorum was declared present. STAFF Rodney J. Ray, City Manager Julie Lombardi, City Attorney ITEM 5. PRESENTATION OF THE CHARACTER TRAIT OF PATIENCE Dale Blackwood, a member of the Owasso Character Council, presented to the Council the character trait of Patience, the Character Trait of the Month for October, 2005. Owasso City Council October 4, 2005 ITEM 6. PRESENTATION OF EMPLOYEE OF THE MONTH Mr. Ray introduced to the Council Brian Dempster, Chief Building Inspector for the City's Economic Development Department, as the Employee of the Month for October, 2005. ITEM 7. CONSIDERATION AND APPROPRIA'T'E ACTION RELATING TO A REQUEST FOR COUNCIL, APPROVAL OF THE CONSENT AGENDA A. Approval of Minutes of the September 20, 2005 Regular Meeting. B. Approval of Claims. C. Approval and authorization for payment of a court ordered workers' compensation settlement in the total amount of $35,640.009 and, approval and authorization for payment of $1,055.10 payable to the Oklahoma Tax Commission and Workers' Compensation Court for taxes and court fees associated with the court ordered workers' compensation settlement... D. Approval of Ordinance No. 828, an ordinance approving of an casement closure of 70.41 square feet of a 10' utility easement located on the north side of Lot 5 Block 11 as shown on the filed plat of the Elm Creek Estates First Addition. E. Approval of Ordinance No. 829, an ordinance approving rezoning request OZ 05 -07, containing approximately 87 acres, more or less, located on the southwest corner of North Mingo Road and East 96th Street North, from AG (Agriculture District) to RS -2 (Residential Single Family). F. Approval of Ordinance No. 830, an ordinance approving rezoning request OZ 05 -08, containing approximately 40 acres, more or less, located on the northeast corner of East 106th Street North and North 1291h East Avenue, from AG (Agriculture District) to CS (Commercial Shopping District). Ms. Kimball moved, seconded by Mr. Guevara, to approve the Consent Agenda with claims totaling $1,225,282.94, self - insurance medical claims & fees totaling $49,141.24 and payroll claims totaling $323,863.40. YEA: Cataudella, Colgan, Guevara, Kimball, Thoendel NAY: None Motion carried 5-0. N Owasso City Council October 4, 2005 ITEM 8. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR COUNCIL APPROVAL OF THE 11946 COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) FY 2005 CONTRACT WITH THE OKLAHOMA DEPARTMENT OF COMMERCE AND AUTHORIZATION OF THE MAYOR TO EXECUTE ALL RELATED DOCUMENTS Councilor Guevara announced his intent to recuse himse f from discussions and voting on Items 8 -14 due to a potential conflict of interest, because he resides in the area under discussion. Mayor Thoendel acknowledged Councilor Guevara is recused from these agenda items and Councilor Guevara exited the council chambers. Mr. Wiles presented the item. Mr. Cataudella moved, seconded by Mr. Colgan, for Council approval to accept the Small Cities set -aside grant from the Oklahoma Department of Commerce, and authorize the Mayor to execute the acceptance letter and all appropriate documents. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. ITEM 9. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR COUNCIL APPROVAL OF AN ADMINISTRATIVE AGREEMENT BETWEEN THE CITY OF OWASSO AND INCOG FOR THE ADMINISTRATION OF THE 11946 CDBG FY 05 THREE LAKES VILLAGE STREET IMPROVEMENT GRANT Mr. Wiles presented the item. Mr. Colgan moved, seconded by Ms. Kimball, for Council approval the administrative agreement between the City of Owasso and INCOG, and authorize the Mayor to execute the agreement. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. ITEM 10. ACTION RELATING TO A REQUEST FOR COUNCIL AUTHORIZATION TO DESIGNATE THE MAYOR AS THE CERTIFYING OFFICIAL, UNDER THE NATIONAL ENVIRONMENTAL POLICY ACT, TO ASSUME OVERALL RESPONSIBILITY FOR THE ENVIRONMENTAL REVIEW PROCESS RELATING TO THE 11946 CDBG FY 05 THREE LAKES VILLAGE STREET IMPROVEMENT GRANT FOR THE CONSTRUCTION OF STREET IMPROVEMENTS I Owasso City Council October 4, 2005 Mr. Wiles presented the item. Ms. Kimball moved, seconded by Mr. Cataudella, to authorize the designation of the Mayor as the City's certifying official for all documents required by the CDBG grant. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion passed 4 -0. Mr. Wiles presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, for Council approval of a document, prepared by INCOG, finding no significant impact on the enviromnent as a result of the 11946 CDBG FY 05 Three Lakes Village Street Improvement Program, and authorize the Mayor to execute the Certification of Continued Environmental Compliance. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. ITEM 12. ACTION RELATING TO A REQUEST FOR COUNCIL AUTHORIZATION OF THE MAYOR TO EXECUTE THE ENVIRONMENTAL CERTIFICATE AND THE REQUEST FOR RELEASE OF FUNDS AS REQUIRED BY THE 11946 CDBG FY 05 GRANT PROCESS Mr. Wiles presented the item. Ms. Kimball moved, seconded by Mr. Cataudella, for Council authorization of the Mayor to execute the Environmental Certificate and Request for Release of Funds, as stated above. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. M Owasso City Council October 4, 2005 ITEM 13. ACTION RELATING TO A REQUEST FOR COUNCIL ADOPTION OF AN ANTIDISPLACEMENT PLAN FOR THE 11946 CDBG FY O5 THREE LAKES VILLAGE STREET IMPROVEMENT PROGRAM AND AUTHORIZATION OF THE MAYOR TO EXECUTE ALL NECESSARY DOCUMENTS Mr. Wiles presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, for Council adoption of the Anti disp laccment Plan for the 11946 CDBG FY 05 Three lakes Village Street Improvement Program and authorize the Mayor to execute all related documents. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. ITEM 14. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR COUNCIL APPROVAL OF RESOLUTION NO. 2005 -14, A RESOLUTION COMMITTING UP TO A TOTAL AMOUNT OF $161,773.45 TOWARDS THE 11946 CDBG FY O5 THREE LADES VILLAGE STREET IMPROVEMENT PROGRAM Mr. Wiles presented the item. Mr. Cataudella moved, seconded by Mr. Colgan, for Council approval of Resolution No. 2005 -14, as stated above. YEA: Cataudella, Colgan, Kimball, Thoendel NAY: None Motion carried 4 -0. After the vote on Item 14 was taken, Councilor Guevara returned into the Council Chambers. ITEM 15. REPORT FROM CITY MANAGER None ITEM 16. REPORT FROM CITY ATTORNEY Ms. Lombardi reported that, regarding the case of O'Banion v. The City of Owasso, the City had filed a motion of summary judgment in the case and it was granted by the judge, meaning the case was dismissed. The plaintiff has until October 14 to file an appeal. ITEM 17. REPORT FROM CITY COUNCILORS None 5 Owasso City Council ITEM 18. NEW BUSINESS None ITEM 19. ADJOURNMENT Ms. Kimball moved; seconded by Mr. Colgan; to adjourn. YEA: Cataudella, Colgan, Guevara, Kimball, Thoendel NAY: None Motion carried 5-0 and the meeting was adjourned at 6:57 p.m. Stephanie Breitbarth, Minute Clerk October 4, 2005 Craig Thoendel, Mayor OWASSO CITY COUNCIL MINUTES OF SPECIAL MEETING Tuesday, October 11, 2005 The Owasso City Council met in a special meeting on Tuesday, October 11, 2005 in the Council Chambers at Old Central, 109 N. Birch Street, per the Notice of Public Meeting and Agenda posted on the City Hall bulletin board at 4:00 PM on Friday, October 7, 2005. STEM 1: CALL TO ORDER, Mayor Thoendel called the meeting to order at 6 :05 PM. PRESENT ABSENT Craig 'fhoendcl, Mayor Steve Cataudella, Vice Mayor Susan Kimball, Councilor Brent Colgan, Councilor Wayne Guevara, Councilor A quorum was declared present. ITEM 2: DISCUSSION RELATING TO COMMUNITY DEVELOPMENT DEPARTMENT ITEMS A. ANNEXATION (1) B. FINAL PLAT (1) C. HOME CONSORTIUM — HOUSING REHABILITATION PROGRAM Mr. Rooney reviewed the items from the Planning Commission and the item regarding the Home Consortium program. It was explained that the Planning Commission items were unanimously approved by the Planning Commission. Staff commented that unless there were concerns, all of the above items would be placed on the City Council agenda for action on October 18, 2005. ITEM 3: DISCUSSION RELATING TO PARKS ITEMS A. AWARD BID FOR THE CONSTRUCTION OF THE OWASSO SKATE PARK RESTROOM FACILITY Mr. Rooney reviewed the above item. A review of the bidding process, publication dates, and the results of the bid opening were conducted. It was explained that staff is planning on recommending the City Council award the bid to Tri-Star Construction of Claremore, OK for the amount of $73,390 at the October 18, 2005 regular meeting of the City Council. Owasso City Council October 11, 2005 ITEM 4: DISCUSSION RELATING TO PUBLIC WORDS DEPARTMENT ITEMS A. ENGINEERING SERVICES AGREEMENT FOR THE E. 86TH STREET NORTH AND N. MINGO ROAD INTERSECTION IMPROVEMENTS E. CHANGE ORDER NO. 1 FOR THE E. 96TH STREET NORTH AND N. GARNETT ROAD INTERSECTION IMPROVEMENTS Mr. Rooney and Ms. Stagg reviewed the above items. It was explained that the above items would be forwarded to the City Council for action at the October 18, 2005 meeting. ITEM 5: DISCUSSION RELATING TO POLICE DEPARTMENT ITEMS A. SCHOOL ZONE ORDINANCE D. OVERTIME EXPENSES Mr. Rooney reviewed the above items. It was explained that the school zone ordinance would be forwarded to the Council for action at their next regular- meeting. It was also explained that the overtime expenses items was for information only at this time. ITEM 6: DISCUSSION RELATING TO CITY MANAGER ITEMS The above items were reviewed by Mr. Rooney, Ms. Stagg and Mr. Ray. No action on any item was taken. ITEM 7 ADJOURNMENT Councilor Kimball moved, seconded by Councilor Colgan, to adjourn. All were in favor and the meeting was adjourned at 9:26 PM. Craig Thoendel, Mayor 2 OWASSO CITY COUNCIL MINUTES OF SPECIAL MEETING Thursday, October 13, 2005 The Owasso City Council met in a special meeting on Thursday, October 13, 2005 in the Main Conference Room at Owasso City Hall per the Notice of Public Meeting and Agenda posted on the City Hall bulletin board at 5:00 PM on Monday, October 10, 2005. ITEM 1: CALL TO ODDER. Mayor Thoendel called the meeting to order at 7:32 AM. PRESENT Craig Thoendel, Mayor Steve Cataudella, Mice Mayor Susan Kimball, Councilor Wayne Guevara, Councilor A quorum was declared present. ABSENT Brent Colgan, Councilor ITEM 2: CONSIDERATION AND APPROPRIATE ACTION RELATING TO THE CITY OF OWASSO VS. WILLIAM LEWIS CIVIL ACTION. Ms. Lombardi explained the history of the civil action regarding the City of Owasso vs. William Lewis. Staff recommended City Council approve the settlement offer from Mr. William Lewis in the amount of $100,000 with no agreement to a confidentiality clause. Councilor Guevara moved, seconded by Councilor Kimball, to accept the Agreement of Settlement and Release between the City of Owasso and William E, Lewis and Lewis Engineering, P.C., and authorization of the Mayor to execute the agreement. The motion carried 4 -0. ITEM 3: ADJOURNMENT Councilor Guevara moved, seconded by Mayor Thoendel, to adjourn. The motion carried 4 -0 and the meeting was adjourned at 7:43 AM. Craig Thoendel, Mayor CITY OFOWASSO CLAIMS TO BE PAID 10/18/05 YBV0OR DESCRIPTION AMOUNT AEFYP8O STREET LIGHTS 1040 TREASURER PETTY CASH DEPOSIT REFUND 4000 TREASURER PETTY CASH COURT'SHORTAGEDRAVVER 1500 REFUND TOTAL SAV-ON PR|NT|NG COURTFORM8 9305 OFFICE DEPOT OFFICE SUPPLIES '22030 TP| BILLING SOLUTIONS WARRANT COLLECTIONS 100505 � BAILEY, MATT BAILIFF DUTIES ' 30U0V 8RAYBAR PHONE HEADSET 22142 MUNICIPAL COURT DEPT TOTAL TREASURER PETTY CASH CITY MANAGER EXPENSE 13070 CITY GARAGE CITY 0F0WAS8O VEH|CLEMA|NT 19070 FUELK�AN FUEL � 24204 C|NGULARVV|RELESS PHONE USE-RAY 8316 METROCALL PAGER USAGE � 7 2U OK MUNICIPAL LEAGUE CONFERENCE-RAY 29000 OK MUNICIPAL LEAGUE CONFERENCE-ROONEY 19000 TREASURER PETTY CASH MILEAGE-BOUTVVELL 2855 CARD CENTER TRAVEL-ROONEY 36430 TREASURER PETTY CASH EMPLOYEE RECOGNITION 2500 L&K8 OFFICE FURNITURE OFFICE FURNITURE 361750 MANAGERIAL DEPT TOTAL THE MENGERHOTEL LODGING-BISHOP/HESS 83300 0VVASS0TRAVEL AIRFARE-BISHOP/HESS 43700 OFFICE DEPOT OFFICE SUPPLIES -1234 TREASURER PETTY CASH BISHOP-MILEAGE/MEALS 4160 FINANCE DEPT TOTAL DANE, JULIE TUITION REIMBURSEMENT 8850 OFFICE DEPOT OFFICE SUPPLIES 258 CHARACTER FIRST! BULLETINS/GUIDES/CALENDARS 40209 INTEGRITY FOCUS CHARACTER CONSULTATION i885O0 VYORLDPUBLISHING COKXPANY EK3PLOYMENTADVERT|�|NG ' � 38810 NEIGHBOR NEWSPAPER EMPLOYMENT ADVERTISING 27375 WORLD PUBLISHING COMPANY EMPLOYMENT ADVERTISING 25072 AMERICAN BACKGROUND CHECKS BACKGROUND CHECKS 1565 OK MUNICIPAL LEAGUE CONFERENCE'DEMPSTER 17500 TREASURER PETTY CASH DANE-CHAMBER 1400 TREASURER PETTY CASH DANE-MEALS 1047 TREASURER PETTY CASH CHARACTER COUNCILS MEETING 5002 TREASURER PETTY CASH MEETING EXPENSE 1085 JPH0GANINSURANCE HONESTY BOND RENEWAL 12600 JPH08ANINSURANCE POSITION BOND RENEWAL 05750 HUMAN RESOURCES DEPT TOTAL JAVADAYE8 SUPPLIES 10709 OFFICE DEPOT OFFICE SUPPLIES 41508 C|NTASCORPORAT|0N MAT SERVICE 3215 VENDOR DESCRIPTION AMOUNT AMERICAN WASTE CONTROL REFUSE SERVICE 129.00 OKLAHOMA NATURAL GAS 09/05 USAGE 478.14 AEP/PSO 09/05 USAGE 5.730.35 NEIGHBOR NEWSPAPER LEGAL NOTICES 34720 CARD CENTER EBAY 1523 SOUTHWESTERN BELL PHONE USE 5172 SOUTHWESTERN BELL PHONE USE 192.48 TREASURER PETTY CASH LICENSE TAG 47.00 |NCDG LEGISLATIVE CONSORTIUM 021.50 GENERAL GOVERN&1E0TDEPT TOTAL 8'1O7.54 VIDEO REVOLUTIONS VIDEO TAPES 2325 CITY GARAGE CITY 0F0WA8SO VEH|CLEMA|NT 74384 FUELK4AN FUEL 384.53 TREASURER PETTY CASH MEETING EXPENSE 34.85 THE UPS STORE BLUEPRINT COPIES 19.90 BUNYARD.DENN|G ABATEMENT MOWING 125.00 TULSA COUNTY MIS DIAL UPSERVICE 60.00 C|NGULARVV|RELE8G PH0NEUSE-K8CCULEY 31.74 QNGULARVV|RELESS PHONE USE-WILES 44.70 METR0CALL PAGER USAGE 7.44 TREASURER PETTY CASH MILEAGE-WILES 10.44 |NCOG MEMBERSHIP DUES 370875 COMMUNITY DEVELOPMENT DEPT TOTAL 5.203.60 CITY GARAGE CITY 0FOVVASSO VEH|CLEMA|NT 507.99 FUELyWAN FUEL 574.20 US CELLULAR CELL PHONE USAGE 88.89 ENGINEERING DEPT TOTAL 1'151.08 OFFICE DEPOT 8|NDER8/B|NDERCOM8S 8.45 CARD CENTER HOST|CA RENEWAL FEE 157.43 0VVASS0TRAVEL AIRFARE-VV|LLGDN/COLL|NS 437.00 THE MENGER HOTEL LODG|NG'VV|LLSON/C0LL|NG 833.00 TREASURER PETTY CASH PERD|EK8/K4|LEAGE-H0UGHT0N/FL|NCHUM 03.50 ATLAS COMPUTERS UPGRADE WIRELESS EQUIPMENT 7.495.00 STRATEGIC CONSULTING |NT'L S|S|MPLEK8ENTAT|ON 400000 INFORMATION SYSTEMS DEPT TOTAL 12.98564 TUCKER JANITORIAL VACUUM CLEANER BAGS 20.00 ROBERTSON PLUMBING SUPPLY PHYSICAL PROPERTY SUPPLIES 4224 VVAL'MARTCOMMUN|TY CD CLEANING KIT-OLD CENTRAL 7.87 LOVVESCOK1PAN|ES PHYSICAL PROPERTY SUPPLIES 50.90 PAMDISTRIBUTING PHYSICAL PROPERTY SUPPLIES 100.33 FALCON AUDIO M|CROPH0NEEOU|PK4ENT-0C 248.00 JOHN DEERE LANDSCAPES TREES/MULCH-CITY HALL 1.076.40 ARCHITECTURAL SIGNS &GRAPHICS NAMEPLATES/FRAMES 05.00 CITY GARAGE CITY OFOWASSD VEH|CLEK4A|NT 32.52 FUELyNAN FUEL 259.50 BAILEY EQUIPMENT SPRAY GUN 35.72 COX COMMUNICATIONS |NTERNETFEEG'OC 08.05 FALCON AUDIO SOUND SYSTEM OPERATOR 100.00 FUELK4AN FUEL 300.52 K8ETROCALL PAGER USAGE 1.92 VENDOR DESCRIPTION AMOUNT SOUTHWESTERN BELL. PHONE USE 0.07 SOUTHWESTERN BELL PHONE USE 130.70 OK MUNICIPAL LEAGUE CONFERENCE -WHITE 275.00 SUPPORT SERVICES DEPT TOTAL 2,882.74 VERDIGRIS VALLEY ELECTRIC CEMETERY USAGE 16.86 AEP /PSO 09/05 USAGE 15.98 CEMETERY DEPT TOTAL ____T2_.84 OFFICE DEPOT COMPUTER MOUSE 71.93 GALL'S OPERATING SUPPLIES 317.78 SUCCESSORIES OFFICE ACCESSORY 131.99 WAL -MART COMMUNITY TV W /CREDIT 9.99 POLICE PETTY CASH MEETING EXPENSE 3.24 GALL'S UNIFORMS /EQUIPMENT 4,031.74 MARLOW WHITE UNIFORM HAT - YANCEY 49.00 EMBLEM ENTERPRISES UNIFORM CHEVRONS 206.68 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 2,464.54 FUELMAN FUEL 6,766.55 U -HAUL HITCH INSTALLATIONS 547.00 S R S TECHNOLOGIES INSTALLATION SERVICES 2,790.00 POWITSKY, ROBERT J PFID TESTING 80.00 STAMPER, HOWARD RADIO REPAIR SERVICES 150.00 OWASSO FITNESS ZONE PHYSICAL FITNESS PROGRAM 135.00 MEDICAL COMPLIANCE SPECIALTY DISPOSAL SERVICES 47.00 OKLAHOMA NATURAL GAS 09/05 USAGE 239.80 AEP /PSO 09/05 USAGE 2,650.71 STATE OF OKLA BOARD OF TESTS INTOXILYZER REPAIR 147.00 DECATUR ELECTRONICS RADAR REPAIR 183.00 CANON USA CAMERA REPAIR 195.00 YALE CLEANERS UNIFORM CLEANING 2,035.70 METROCALL PAGER USAGE 237.94 POLICE PETTY CASH PHONE CHARGER 16.26 CINGULAR WIRELESS PHONE USE - SUPERVISORS 372.31 CINGULAR WIRELESS PHONE USE - YANCEY 105.03 SOUTHWESTERN BELL PHONE USE 50.34 SOUTHWESTERN BELL PHONE USE 32.40 CHAMBLESS, SCOTT REIMBURSE LODGING 758.73 POLICE PETTY CASH PER DIEM/TOLLS 40.90 TREASURER PETTY CASH PER DIEM - YANCEY /BLEVINS 49.00 TREASURER PETTY CASH YANCEY -MEALS 7.59 REASORS EMPLOYEE APPRECIATION 34.62 POLICE PETTY CASH PER DIEM - MOZINGO 45.62 TOTAL RADIO PORTABLE RADIOS 10,756.00 POLICE DEPT TOTAL 35,760.39 ONYX CORPORATION PRINTER CARTRIDGES 150.80 WAL -MART COMMUNITY INKJET CARTRIDGES 59.94 SCOTT MEDICAL CLINIC MEDICAL SERVICES 80.00 WAL -MART COMMUNITY PRISONER MEALS 37.83 TOTAL RADIO RADIO MAINT CONTRACT 675.00 DEPT OF PUBLIC SAFETY OLETS RENTAL 350.00 METROCALL PAGER USAGE 7.20 TREASURER PETTY CASH PER DIEM -ALLEN 35.00 VENDOR DESCRIPTION AMOUNT TREASURER PETTY CASH BLEV|NS-RENTALK}A8 0570 POLICE CO08K8UN|CAT0NSOEPTTOTAL 1'481.47 ALLIANCE MEDICAL RUBBER GLOVES 78.17 VVALK4ARTCOMK4UN|TY SHELTER SUPPLIES 7925 SAV-ON PR|NT|NG PRINTING 04.00 FUELK4AN FUEL 90.09 AEP/PSO 09/05 USAGE 25425 HSBC BUSINESS SOLUTIONS PARTS-SPRAY WAND 28.04 METR0CALL PAGER USAGE 14.40 SOUTHWESTERN BELL PHONE USE 270 SOUTHWESTERN BELL PHONE USE 32.40 FLEET DISTRIBUTORS EXPRESS VEHICLE EQUIPMENT 395384 ANIMAL CONTROL DEPT TOTAL 4,603.80 |FGT/VFPP FIREFIGHTER VIDEOS 1.470.00 NFPA FIRE CODES 625.50 L0VVESC0&1PAN|ES &4A|NTSUPPL|ES 91.00 A-Z RUBBER STAMPS DISPLAY MOUNTS 556.00 WEAR GUARD WINTER JACKETS 182.02 FLEET DISTRIBUTORS EXPRESS LIGHTS/SIREN 2.880.48 OK CUSTOM CANVAS PRODUCTS HOSE BED COVER 93.00 CITY GARAGE CITY OF0VVA880 VEH|CLEK8A|NT 38.10 FUELK8AN FUEL 3.589.00 |NTE6R|SHEALTH PHYSICAL 525.00 OKLAHOMA NATURAL GAS 09/05 USAGE 172.35 AEP/PSO 09/05 USAGE 1'328.00 RADIO SHACK PS2CONVERTER 13.49 LOVVESCOK4PAN|ES RER4|F/&iA|NTGUPPL|ES 74.41 RADIO SHACK PART8'FDPHONE 12.49 ASSOCIATED PARTS &SUPPLY PART8`A|RHANDLER 40.15 TREASURER PETTY CASH CELLPHONE HOLDER 21.09 CARD CENTER CELL PHONE-FIRE DEPT STAFF 304.00 METROCALL RETURNED EQUIPMENT '90.85 KELLEY, BRUCE KELLEY-UNIFORM JACKET 108.51 YORK, ERIC YORK-UNIFORM JACKET 108.51 BISHOP, JOHN BISHOP-UNIFORM JACKET 108.51 SOUTHWESTERN BELL PHONEU8E 18.85 SOUTHWESTERN BELL PHONE USE 192.74 BEST WESTERN LODGING-8REENBURGQACKGON 024.00 0K ASSOC CHIEFS OFPOLICE SH|PP|NG'TEST|NGMATER|AL 10.00 OVVASS0 FITNESS ZONE GYK4/E0U|PMENTUSE 150.80 FIRE DEPT TOTAL 13'283.32 DELL MARKETING L.P. PRINTER CARTRIDGE 28.00 VERDIGRIS VALLEY ELECTRIC STORM SIRENS 10.50 AEP/PSO 09/05 USAGE 134.78 K4ETROCALL PAGER USAGE 14.40 SOUTHWESTERN BELL PHONE USE 10.20 EMERGENCY PREPAREDNESS DEPT TOTAL 210.88 HOME DEPOT 12 VOLT BATTERY 50.97 APAC SERVICE CENTER ASPHALT 300.42 ATVVOODS SPRAY PAINT 2.58 VENDOR DESCRIPTION AMOUNT MAXWELL SUPPLY CONCRETE SAW BLADE 812.00 TWIN CITIES READY MIX CONCRETE - CURB /GUTTER REPAIRS 1,358.00 MILL CREEK LUMBER & SUPPLY FORM BOARDS /BROOM HANDLE 40.36 LOWES COMPANIES MASONRY DRILL BIT 21.93 CROW BURLINGAME HOSE CLAMP 1.60 GEORGE & GEORGE SAFETY MAINT SUPPLIES 14.74 UNIFIRST CORPORATION UNIFORMS /PROT CLOTHING 95.14 TULSA COUNTY BOCC TRAFFIC /STREET SIGNS 164.00 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 790.99 FUELMAN FUEL 909.97 MAXWELL SUPPLY CONCRETE EDGER 42.08 LOWES COMPANIES WIRE TWISTER 9.76 AEP /PSO 09/05 USAGE 1,064.47 AEP /PSO STREET LIGHTS 4,628.37 ADVANCED WARNING BARRICADES 40.00 METROCALL PAGER USAGE 43.20 US CELLULAR CELL PHONE USAGE 34.44 SOUTHWESTERN BELL PHONE USE 20.23 OK MUNICIPAL LEAGUE CONFERENCE -DOYLE 175.00 LOWES COMPANIES SPEED HUMP 8.23 STREET DEPT TOTAL 10,697.48 WATER PRODUCTS STORM GRATE 605.00 ATWOODS CHAIN LINK REPAIR 53.34 LOWES COMPANIES GOGGLES /KEYS 9.44 CROW BURLINGAME WELDING ROD 16.82 GEORGE & GEORGE SAFETY MAINT SUPPLIES 14.70 UNIFIRST CORPORATION UNIFORMS /PROT CLOTHING 108.54 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 1,690.94 FUELMAN FUEL 1,013.17 BAILEY EQUIPMENT EDGER REPAIR 34.68 UNITED RENTALS RENTAL - PRESSURE WASHER 195.93 METROCALL PAGER USAGE 53.43 STILLWATER EQUIPMENT CO. DRAINAGE IMPROVEMENTS - FAIRWAYS 8,320.00 MONTGOMERY EXTERMINATING CHEMICALS 275.00 STORMWATER MAINT DEPT TOTAL- 12,390.99 ATWOODS CONDUIT 12.90 ANCHOR STONE CRUSHER RUN 140.80 BAILEY EQUIPMENT MOWER BLADES 53.94 LOWES COMPANIES REPAIR SUPPLIES 14.97 WATER PRODUCTS REPAIR SUPPLIES 7.68 UNIFIRST CORPORATION UNIFORM RENTAL 59.16 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 56.56 FUELMAN FUEL 583.03 ACRE PLUS LAWN SERVICE PARK MOWING 384.00 JB STIGALL PARK MOWING 585.00 OKLAHOMA NATURAL GAS 09/05 USAGE 167.36 AEP /PSO 09/05 USAGE 881.32 METROCALL PAGER USAGE 14.40 SOUTHWESTERN BELL PHONE USE 0.48 SOUTHWESTERN BELL PHONE USE 66.30 LIBERTY FLAGS AMERICAN FLAGS /RIGGING 7,601.00 B & J CONTRACTORS FLAG POLE INSTALLATION 1,550.00 VENDOR DESCRIPTION AMOUNT PARKS DEPT TOTAL. 12,178.90 CHARACTER FIRST! BULLETINS 35.90 MURPHY SANITARY SUPPLY PAPER SUPPLIES 84.20 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 49.44 FUELMAN FUEL 168.55 ACCURATE FIRE EQUIPMENT FIRE EXTINGUISHER INSPECTION 139.95 OKLAHOMA NATURAL GAS 09/05 USAGE 92.31 AEP /PSO 09/05 USAGE 1,692.30 SOUTHWESTERN BELL_ PHONE USE 0.70 SOUTHWESTERN BELL PHONE USE 116.73 COMMUNITY CENTER DEPT TOTAL � ® 2,380.08 OKLAHOMA NATURAL GAS 09/05 USAGE 46.35 AEP /PSO 09/05 USAGE 239.73 SOUTHWESTERN BELL PHONE USE 0.02 SOUTHWESTERN BELL PHONE USE 18.97 BECCO CONTRACTORS HISTORICAL MUSEUM DEPT TOTAL -- 305.07 FUELMAN FUEL 90.42 CINGULAR WIRELESS PHONE USE -HAYES 83.17 TREASURER PETTY CASH MEETING EXPENSE 14.23 CROSSROADS COMMUNICATIONS DEMOGRAPHIC ANALYSIS 2,250.00 RADIO SHACK ECONOMIC DEVELOPMENT DEPT TOTAL 2,437.82 IGENERAL FUND TOTAL 13 9, 3 9-6.- ! 6W UNITED HEALTHCARE INS REFUND #7563 576.00 ALLSUP REFUND #4801 995.96 OFFICE DEPOT OFFICE SUPPLIES 92.24 PSI PHARMACEUTICAL SYSTEMS AMBULANCE SUPPLIES 1,074.88 ATC FREIGHTLINER VEHICLE REPAIR 363.66 CITY GARAGE CITY OF OWASSO VEHICLE MAINT 394.28 EMSAR STAT TRAC 1,248.25 REGIONAL MEDICAL LAB IMMUNIZATIONS 195.45 MCNICHOL, SHANE LODGING- MCNICHOL/WALKER 607.28 AMBULANCE SERVICE FUND TOTAL 5,548.00 TOTAL RADIO STORM SIREN REPLACEMENT 7,134.24 EMERGENCY SIREN FUND TOTAL 7,134.24 TULSA OVERHEAD DOOR CODED DOOR OPENERS 1,280.00 CH GUERNSEY & COMPANY PROF/TECH SVS- STREET WIDENING 2,707.04 BECCO CONTRACTORS 96 /GARNETT INTERSECTION 2/1/05 402,154.20 BECCO CONTRACTORS GARNETT RD IMPROVEMENTS 2/1/05 527,639.00 YMCA OF GREATER TULSA YMCA POOL PROJECT - MATERIALS 103,913.41 CAPITAL IMPROVEMENTS FUND TOTAL 1,037,693.65 OFFICE DEPOT OFFICE SUPPLIES 23.06 RADIO SHACK OPERATING SUPPLIES 16.99 O'REILLY AUTOMOTIVE OPERATING SUPPLIES 29.69 GENUINE PARTS COMPANY -OKLA SHOP SUPPLIES 9.98 FUELMAN FUEL 72.22 VENDOR DESCRIPTION AMOUNT ANZSIGNS LETTERING-PD VEHICLE 40000 OU|KSERV|CESTEEL STEEL-SUPPORT BRACE 3464 AMERICAN HOSE &SUPPLY PARTS FOR RESALE 18405 T&VVTIRE TIRES 42470 O'RBLLYAUT0K4OT|VE REPAIR PARTS FOR RESALE 40190 GENUINE PARTS COMPANY PARTS'POL|CECAR 2930 D& M OIL COMPANY OIL/FLUIDS 481.80 CLASSIC CHEVROLET PARTS FOR RESALE 11520 CROW BURL|NGAK8E PARTS FOR RESALE 1278 AFFORDABLE PRECISION GLASS VV|NDSH|ELD/|N3TALLAT|ON'PD 10700 J&REQUIPMENT PARTS FOR RESALE 19815 OKLAHOMA NATURAL GAS 09/05 USAGE 4048 AEP/P8U 09/05 USAGE 59432 METRDCALL PAGER USAGE 720 SOUTHWESTERN BELL PHONE USE 000 SOUTHWESTERN BELL PHONE USE 20194 LENOX WRECKER SERVICE TOWING 5000 ALSUK8A TRUCK REPAIR REPAIRS-92 LODAL 1.40740 PRECISION FLUID POWER REPAIRS-TRASH TRUCK 75000 FRONTIER INTERNATIONAL TRUCKS PARTS FOR RESALE 22967 CITY GARAGE FUND TOTAL PP0S0LUT|ONS 1-106045 6150 PPOS0LUT|ONG B00203 4230 PP080LUT|ONS R00185 1270 UNITED SAFETY & CLAIMS THIRD PARTY ADM|NFEES 1.41707 PP0GOLUT|ONS H00045 12428 OK TAX COMMISSION SPECIAL TAX UNIT K4|TF WORKERS COMP TAX 3.10393 8ENNER, BENJAMIN MD S00225 5302 THIRD PARTY SOLUTIONS H00045 23.12 VVORK|NGRX C00054 4020 ST FRANCIS HOSPITAL H06045 83347 GO8VENER.B C/O BRYCEA HILL, HIS ATTY G02264 52800 WELLS, JACK D VV07294 52800 RUTHERFORD.VY& GUS FARRAR HIS ATTY SETTLEMENT-R10103 8.30000 . JAK8PETRO TC/DCRA|GAR�8TRON(� ATTY . . JOS172 474O0 ASSOCIATED ANESTHESIOLOGISTS H00045 19057 K4CAFEE&TAFT R10103 1700 k4CAFEE&TAFT R03315 8500 MCAFEE&TAFT D07234 17850 MCAFEE&TAFT K810034 0350 TULSA HAND THERAPY L00205 40001 0VVAGSO PHYSICAL THERAPY CLINIC C05055 02370 CENTRAL STATES ORTHOPEDIC C05055 � 53.02 HEALTHSOUTHHOLD|NG8 B00203 104.88 RUTHERF0RD.VV& GUS FARRAR HIS ATTY JUDGEMENT-R10103 1900800 WORKERS COMP FUND TOTAL J0HNS0N.BRYAN TORT CLAIM 01.28 SELF INSURANCE FUND TOTAL EDWARD D JONES CO SEWER IMPROVEMENT BONDS 810.00 PLEASANT VIEW SEWER DISTRICT VENDOR DESCRIPTION AMOUNT MWASKIII t CITY OF OWASSO GENERAL FUND PAYROLL PAYMENT REPORT PAY PERIOD ENDING DATE 10/1/2005 Department Overtime Expenses Total Expenses Municipal Court: 0.00 3,392.50 Managerial 0.00 15,134.14 Human Resourses 51.41 6,108.33 Community Development 0,00 13,377.09 Engineering 0.00 8,546.43 Support Services 0.00 7,155.59 Central Dis 787.01 9,801.51 Fire 608.01 69,246.33 emergency Preparedness 0.00 1,773.98 Streets 207.54 7,741.89 Stormwater /FLOW Maint 83.74 8,884.29 Park Maintenance 0.00 7,489.44 Community- Senior Center 0.00 4,714.11 Historical Museum 0.00 2,462.56 Economic Development 0.00 3,866.30 General Fund Total $3,586.68 $294,778.48 Garaae Fund Ambulance Fund Fund Total $108.53 $ 17,566.92 Emerqencv 911 Fund Worker's Comp Self- Insurance Fund VENDOR DESCRIPTION AMOUNT AETNA HEALTHCARE MEDICAL SERVICE 28.551.40 HEALTHCARE MEDICAL SERVICE 23.88227 HEALTHCARE MEDICAL SERVICE 13.733.30 STOP LOSS FEES 13.800.00 ADK8|N FEES 11,882.46 HEALTHCARE DEPT TOTAL 83,858.42 VSP ADM|NFEES 087.06 MEDICAL SERVICES 2311 72 VISION DEPT TOTAL 2,198.38/ HEALTHCARE SELF INSURANCE FUND TOTAL 87,05580 CITY DFDWAGSO GENERALFUND FISCAL YEAR 2005-20UG Statement of Revenues &Expenditures Aeof September 30.20O5 MONTH TO-DATE YEAR TO-DATE BUDGET. PERCENT OF BUDGET REVENUES: Taxes Licenses &permits Intergovernmental Charges for services Fines &forfeits Other 1.131.081 29.899 33.484 17'978 37.144 2.437 $ 3.301.419 88.408 104.090 50.278 71.387 11.487 $ 13.982.500 402.000 325.880 187.380 322.500 108.600 2381% 2201Y6 31,94% 288396 2214Y& 107896 TOTAL REVENUES 1.25+903 3.627.15' 15.326.8*0 23.67% EXPENDITURES: Personal services Materials &supplies 0�hersen/ioem Capital outlay 657.888 33.481 46.083 12.361 1.760.097 104.152 212.805 132.131 8.341.070 567255 1.071''534 1.804576 21.10% 18.36% 1987Y6 7.32% TOTAL EXPENDITURES 750,512 2,209,275 11,785,335 18.75% REVENUES OVER EXPENDITURES 5-02,391 1,417,882 3,541,505 40.04% TRANSFERS IN (OUT): Transfers in Transfers out TOTAL TRANSFERS 715.422 2.120.950 8.748.000 � 2424Y6 � 231896 NET CHANGE IN FUND BALANCE 182,180 403,040 (1,252,345) FUND BALANCE(QAAP Basis) Beginning Balance Ending Balance 4,416,660 FUND BALANCE (Budgetary Basis) Beginning Balance Ending Balance 3,146,786 3,140,000 TO- THE HONORABLE MAYOR & crry COUNCIL CITY OF OWASSO FROM- MICHELE DEMPSTER HUMAN RE, SOURCE DIRE CTOR SUBJECT® PROPERTY CASUALTY INSURANCE DATE. October 11, 2005 BACKGROUND. The City's property casualty coverage renews on November 1, 2005. The City's current carrier, Travelers/St. Pauls, has provided a renewal rate of $33,393. This is a decrease from the $36,424 paid for fiscal year 20042005. Two other quotes were also reviewed. One was from Philadelphia Insurance Company and one from the Chubb Group. Philadelphia's quote was for $32,452 and the Chubb Group was for $30,271. Transferring the City's property casualty coverage to the Chubb Group will result in a savings of $6,135 over last year. In addition the Chubb quote reduced the deductibles that would have to be paid should a claim be incurred. The Chubb Group has an AM Best rating of A++ XV. RECOMMENDATION. Staff recommends Council authorize the City Manager to enter into a contract with the Chubb Group for property casualty insurance in an amount of $30,271. TO: HONORABLE MAYOR AND CITY COUNCIL CITE' OF ®ASS® FROM: TIMOTHY ROONEY ASSISTANT CITY MANAGER SUBJECT: SUPPLEMENTAL APPROPRIATION AL -MART FOUNDATION DONATION DATE: October 13, 2005 BACKGROUND: The City of Owasso has received a donation from the Wal -Mart Foundation through the assistance of Mr. Marty Cooper. The donation is in the amount of $3,000 and is to benefit local police and fire departments. Mr. Cooper requested that the donation be divided equally between the police and fire departments. As the grant was not included in the current fiscal year 2005 -2006 budget, a supplemental appropriation is needed in order to utilize those funds. There are no matching fund requirements, so the supplemental appropriation provides equal increases in both revenues and expenditures. This budget change would have no net effect on the financial condition of the City. REA COMMENDATION: Staff recommends City Council acceptance of the donation from the dal -Mart Foundation and a budget amendment to the General Fund, increasing the estimate of revenues by $3,000, as well as the approval of a supplemental appropriation, increasing expenditures in the General Fund' s Police and Fire Departments by $1,500 each. 'TO: HONORABLE MAYOR AND COUNGUL C,rff OF OWASSO fl SUBJECT. PUBLIC HEARING - CAP1TAL EWPROVEIVIENTS PROGRAM PROJECT REPRIOR1TIZATION DATE: October 12, 2005 Citizen Members Staff members Brent Colgan, Councilor Sherry Bishop Susan Kimball, Councilor Bradd Clark Mike Ames Rickey Hayes Frank Enzbrenner Julie Lombardi Ray Haynes Rodney Ray Trish Hauser Timothy Rooney Tom Kimball Ana Stagg Dale Pride Eric Wiles Larry Siegrist Dan Yancey I'll . I T I I The capital improvement priorities fisted by the City Council in resolution 2004-11 are the followiqV projects: 1. YMCA improvements 2. Sports Park expansion 3. Storm siren system 4. Additional fire stations 6. Widening of East !y North, east of North Garnett Road 7. Widening of North Garnett Road between East 86" Street North and East 9 1 Street Nol Two projects, the storm siren system and the Owasso Expressway interchange, have been completed, leaving a Est of five projects. FUTURE ROAD PROJECTS: It is projected that out fifteen miles of road widening projects will be included within the Capital improvements program over the next several years, along with at least four major intersection improvements: 1 . East 96" Street North/North 145h East Avenue 2. North Garnett Road/East 106" Street North 3. North �tgo Road/East 96d' Street North 4. North145 East Avenue/East 106th Street North Adopted September 2, 2003, Resolution 2003-14 sets the guidelines whereby the City Council establishes capital priorities each year. I'M M, r IM P MIT'Itim?"U'l TW7%&—"PPAJj "M of capital priorities to the City Council. That meeting was conduct on October 3, 2005. V!M On T =11�- mnrf 716, Y 777 a I MUM T- Trare proposed fist of priontized capital projects. The staff has arranged for this notice to be published in the Owasso Reporter on October 13, 2005. Next, the City Council conducts a public hearing in order to receive and consider information provided by citizws that may be relevant to the proposed amendment to the priorities. Finally, at least two weeks after the public hearing, the City Council adopts by resolution the prioritized list of capital projects for the upcoming or current fiscal year. I-All 1) The recommends thY t 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 200514 2. Resolution 2004-11 3. Resolution 200314 4. Memorandum to Capital Projects Conunittee dated September 19, 2005 5. List of projects included within the Capital improvements Program WHEREAS, on the 10 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 96"' Street North and ffighway 169; Additional Fire Stations; the Sports Pa'rk Expansion; a Storm Siren System; E. 96t" 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, OZ 04-14 DATED this _ day of 2005. APPROVED AS TO FORM: City Attorney am OZ 04-14 WHEREAS, on the 14th 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; 129th East Ave., 760' to 96th; the Interchange at 96th Street North, Highway 169 and North 129th 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, WHLREAS, the City Council after having received a recommendation from the Capital Improvements Committee that E. 96th Street North and Garnett Road Projects be re- prioritized to be included in the project list and N. 129th East Ave from 76th to 96th 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. N. 1 BY THE CITY COUNCIL OF THE CITY OF O SS OKLAHOMA, o The Capital Projects heretofore designated as priorities be amended by providing, to -wit: the Interchange at 960h Street North and, Highway 169, Additional Fire Stations; the Sports Park Expansion; a Storm Siren System; E. 96th 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 1291h East Avenue from 76th to 96th Streets shall be removed from the priority list. DATED this lst day of June, Ronald D. Cate -; City Attorney LIN t APPROVED AS TO FORM: ti—ray, 4yr TO.- C"][TAL 1WROVEMENTS COMMMEE MEMERS CITY .O ® ERIC WILES SUBJECT- S ER CREEK I)RAINAGE IMPROVEMENTS PROJECT DATE: September 19, 2005 -V I �Qjtizen Members Sta embers Brent Colgan, Councilor Sherry Bishop Susan Kimball, Councilor Bradd Clark Mike Ames Rickey Hayes Frank Enzbrenner Julie Lombardi Ray Haynes Rodney Ray Trish Hauser Timothy Rooney Tom Kimball Ana Stagg Dale Pride Eric Wiles Larry Siegrist Dan Yancey Craig Wallace H kk��a IN:& IRE 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 5. Widening of North Garnett Road between East 8e Street North and East 96th Street North 6. Intersection engineering and design — i) East 96" Street North/North 145flEast Avenue ii) North Garnett Road/East 106fl' Street North iii) North Mingo Road/E ast 9e Street North iv) North 145fl' East Avenue/East I Oe Street North Two projects, the stonn siren system and the Owasso Expressway interchange at 9e Street North, were fisted 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 recommended priorities: 1. Proposed resolution 2005-14 2. List of projects included within the Capital Improvements Program Ire ��. _. ►, TO: THE HONORABLE MAYOR AND COUNCIL CITY OF OWASSO FROM- CHIP MCCULLEV CITE' PLANNER SUBJECT. ANNEXATION — 0 DATE- October 13, 2005 BACKGROUND The City of Owasso has received a request to review and approve the annexation of approximately 241. %4 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 SURROUNDING LAND USE North: Residential South: Residential /Commercial East: Agriculture /Large Lot Residential West: Agriculture /Large Lot Residential PRE' SENT 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 roust 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. 1. 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 241.74 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 Land 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 Coning 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. OWASSO ANNEXATION COMMITTEE At their September 28, 2005 meeting the Owasso Annexation Committee unanimously recommended approval of OA 05 -08. PLANNING COMMISSION: The Owasso Planning Commission considered the application at a public hearing conducted on October 10, 2005. At that public hearing, the Planning Commission unanimously recommended that the City Council approve OA 05 -08. COMMENDATION Staff recommends approval of OA 05 -08. ATTACHMENTS 1. General Area Map 2. Applicants Annexation Petition 2 Owasso Community Development Department 111 N. Main St. Owasso, OK 74055 918.376.1500 918.376.1597 www. city ofowasso. com E. I 16st ST. N V 'e eJv BEFORE THE HONORABLE CITY COUNCIL OF THE CITY OF OWASSO, OKLAHOMA PETITION FOR ANNEXATION The undersigned, as agent for the sole owner of the hereinafter described real 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 AGENT FOR THE OWNER: OWASSO LAND TRUST, L.L.C. B �L ZC)X�a v David E. Charney STATE OF OKLAHOMA ) ) ss COUNTY OF TULSA ) This instrument was acknowledged before me on the 14th day of September, 2005, by David E. Charney, manager of Owasso Land Trust, L.L.C., an Oklahoma limited liability company. Notary Publl My Commission Expires: NOTARY PUBLIC OKLAHOMA OFFICIAL SEAL i`S- NIOSEBY ROGERS COUNTY P Commission 299VMrrow TO: THE HONORABLE MAYOR AND COUNCI[L Cf1rV OF OWASSO FROM. CHIPMCCULLEY CffV PLANNER SUBJECT: FINAL PLAT (BMC Medical Office Building) DATE: October 12,2005 9A.CKGROUND: 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. . °� ©- applicant wishes to create I lot on approximately 1. 15 acres located at the Bailey Medical Center. A general area map is attached. TECHNICAL ADVISORY COMMITTEE: 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. PLANNING COMMISSION: The Owasso Planning Commission considered the application at a public hearing conducted on October 10, 2005. At that public hearing, the Planning Commission unanimously recommended that the City Council approve the final plat without condition. RECOMMENDA110N Staff recommends approval of the Bailey Medical Center Medical Office Building final plat without condition. 1. Case Map 2. Site Drawing mg+� � � /G { tI >e F Bailey Medical « ± >t * Medical \/ d Bi } 4 }/ f � a \� \ := ��, _ FINAL PIa�J BMC-MEDICAL OFFICE a A Subdivision In the NE/4 of Section 18, T-21—N. R -14 —E, lAonurnenl Holes — • clrohi,tie I Lot Addrasses jy,N[ro cmcn rs ucrw 1 F a.sis of Bear n9 . Ij I9 f Legend u Notes ( /.POB a ".y FO fn�a,ii.Miw i. o � lua �� S—lt 1 ° = 30' \ 30 15_ 0 3060 90 1> I SCALE IN FEET / Legend City of Owosso, Tulsa County, Oklohorrlo i oxo u. S boil lCO a10 F -OylD Or 6NlEf EG C(,<IER K i 0 5ntb \LG' u£nI N0. 08171.9b f,IIRVE No ,z \ H_73.00' \ \ / C.S. m ry 7828'Od' E / ('LrRVF NO L •• 16.42' CHORD - S8.3B' /� C.B. - N 4D 1733 I',NGINEER ® SURVEYOR Cook &. A. %%EBcia&es, LB4gtneerldlb, Inn. 106 SOUIh Ash Ave 9rokmn All—, OLtohonlo 74012 Fhonu: (918) 256 —9442 Ceril Ol�ora �( Aulh 'I Dolan Nu. 4479 k--1 Ue9 .,—c 3U, 2006 OWNER - DEVELOPER_ H asiey Medical ("enter, LJLC A Delaware Uinited Liability (.e)lia}S:iil)' Ardent Heotih S-1—, , Inc. 0- B—. hiil> 81-.. Sidi. 270 N —k klo, 7N. 37215 Lc,a(ti:urx W,eW rup r �� ey}A.i y.G Wn c-r <re or oiwsoue I a, orr sa tart C,ly ck,i Qb \P<'- M14f.8Dl<.4B tld d d( L.."o dl4— I'l\'l. 1SIdi l 1 tit R 14 L o r N56'35'] ).w 4ti a' dr ae.5n /i l�X _ 546'26'17`W/ J�Q 25.fitf C ( r. ( eso, sle4Er ,tam A / ' _ ^oxuu[nloa,a,�9n .---7 i E tttll t': . htJ(Vl)INIi IJ{11111kti1 `. AOLfaES6 1R t, � BAILEY MEDICAL CENTER �\ PLAT td0. SBIb -- . J a I',NGINEER ® SURVEYOR Cook &. A. %%EBcia&es, LB4gtneerldlb, Inn. 106 SOUIh Ash Ave 9rokmn All—, OLtohonlo 74012 Fhonu: (918) 256 —9442 Ceril Ol�ora �( Aulh 'I Dolan Nu. 4479 k--1 Ue9 .,—c 3U, 2006 OWNER - DEVELOPER_ H asiey Medical ("enter, LJLC A Delaware Uinited Liability (.e)lia}S:iil)' Ardent Heotih S-1—, , Inc. 0- B—. hiil> 81-.. Sidi. 270 N —k klo, 7N. 37215 Lc,a(ti:urx W,eW rup r �� ey}A.i y.G Wn c-r <re or oiwsoue I a, orr sa tart C,ly ck,i Qb \P<'- M14f.8Dl<.4B tld d d( L.."o dl4— I'l\'l. 1SIdi l 1 tit R 14 L o r N56'35'] ).w 4ti a' dr ae.5n /i l�X _ 546'26'17`W/ J�Q 25.fitf C ( r. ( eso, sle4Er ,tam A / ' _ ^oxuu[nloa,a,�9n .---7 i I',NGINEER ® SURVEYOR Cook &. A. %%EBcia&es, LB4gtneerldlb, Inn. 106 SOUIh Ash Ave 9rokmn All—, OLtohonlo 74012 Fhonu: (918) 256 —9442 Ceril Ol�ora �( Aulh 'I Dolan Nu. 4479 k--1 Ue9 .,—c 3U, 2006 OWNER - DEVELOPER_ H asiey Medical ("enter, LJLC A Delaware Uinited Liability (.e)lia}S:iil)' Ardent Heotih S-1—, , Inc. 0- B—. hiil> 81-.. Sidi. 270 N —k klo, 7N. 37215 Lc,a(ti:urx W,eW rup r �� ey}A.i y.G Wn c-r <re or oiwsoue I a, orr sa tart C,ly ck,i Qb \P<'- M14f.8Dl<.4B tld d d( L.."o dl4— I'l\'l. 1SIdi l 1 tit R 14 L o z :1 esv eso, sle4Er ,tam I',NGINEER ® SURVEYOR Cook &. A. %%EBcia&es, LB4gtneerldlb, Inn. 106 SOUIh Ash Ave 9rokmn All—, OLtohonlo 74012 Fhonu: (918) 256 —9442 Ceril Ol�ora �( Aulh 'I Dolan Nu. 4479 k--1 Ue9 .,—c 3U, 2006 OWNER - DEVELOPER_ H asiey Medical ("enter, LJLC A Delaware Uinited Liability (.e)lia}S:iil)' Ardent Heotih S-1—, , Inc. 0- B—. hiil> 81-.. Sidi. 270 N —k klo, 7N. 37215 Lc,a(ti:urx W,eW rup r �� ey}A.i y.G Wn c-r <re or oiwsoue I a, orr sa tart C,ly ck,i Qb \P<'- M14f.8Dl<.4B tld d d( L.."o dl4— I'l\'l. 1SIdi l 1 tit DECLARATION OF COVENANTS, CONDITIONS AND RESTRICTIONS OF EIMC — MEDICAL OFFICE BUILDING ONE IIERCA%, y pill 5`515, w Ilill 1-1— oll—I 6. 1" 1 -1, 1 c . .... ...... fp- 2.o'. tNis"`-�"1I,-.' 1 U. L-til. L -l-ly —,sty III. ,y M-I.—I L=v =r LLC-); u.ysel 1i cu A I.-I c-I, of 0.— —d Ai 2?. 2011 (f- S­1.1 i ii�'cif, If u-s- t 1.1 c., PI f—I E­!- I., a—y IIJIJ. .,l- ... Is. ­i C,11- P­-' aria ly tl� 0- .ct' .1 C. Is- _LC -ilg - pi,,-,�, 1 6"- c. IoPrny NOW, THEREFORE. KNOW ALL MEN BY THESE PRESENTS: BRII.EY IAEDICAL CENTER. LLC, f-,l-f., E,q, 1­ily-1 (21) N.1f., R,119c 5- C-Ilil� Sl- lf I It .1 72 t7 1- 1. 1 point ,I I,- -L-11i -.11it II --1 of _I" E-I Al.l., ­I lii,, ll, 3-fli- lt-l- S23 3559 .. olorig seal riylf -1 ... II 'It) 26 Is-, Ill— i;36'39 3i W. Meng slllJ 111,111 of w r. s. 1036? 1==1. thence 1156'35'3) -b I-. 58 1-; TII.- 1112 E o -1-1. of 5611 1 C, 1 1, L, 1 21<.22 ls, I ll� r-,t If L=q,,,,illq, I-I ... ..... or "" -- I-, o. i- tl I 11-1-1111"U", 11-1-11 I'll- bll�lllll 6- 1, L� 't— omi- -191-11 111,: 1, 1- ME fc,' ll, 'us'n, 1 1. 1.2 0 1 3•cl I e Cx Fyn 60,,y Mee t-1 Cl st-.1 C-- PIII. all -1- 0- 111,1 R,JC, J,, nut ­J, "1 11" ty BlIc- 1A­l.1 Gli" bun 1,n Gna i�lul. SECTION I UTILITIES (A) I I - �I Ull �l 14 ul 11 P­1.-­Ii,1 :­I­ 1h. s­lll , if -11 '�`I ........ . cv 2 1-1 e. lgi,,it, Itl PI It 0 1 sur 1�- ,ll It ItI If 1-II -p- I ­-d ID) ill 11 -1 "'1" 'a, c -t.-- :.nn VI a gun (A) I'll 11 1-11 "1 ul 1", 1, "ll I••l", ll� Wl- 1 y. 6,i I ili, ".-I -.y (c) fit. cf, of Ornoo is, I--, ogcnr.. or .uilr octal_ I", 1h�, L (E ) It, 0-I, I, fle Is, l", s, Ili, .1 ... ly -,--y IIL, If aria. - this P-G,Ipl 1.3 -1, en'Jr axle 0 L.- CtLfJb� -� D", A I Iss County u: 7ur.o r 0 f Ou 10��E_ BM(' -RI LDH AL (Iffi( E ISU11 DING ()Nk, ShIED 2 OF 2 TO: THE HONORABLE MAYOR AND COUNCIEL (,Tff OF OWASSO FROM: ERIC WILES COMMUNFrY DEVELOPMENT DIRECTOR SUBJECT: HOME CONSORTIUM BIDS ® October 12, 2005 ii I i I i ii i I I; i I I I I M i M I � I I i � I I MMIUM 1. 202 Fast Yd Avenue $19,650.00 2. 904 North Cedar Sreet $29,064M 3. 205 West e Street $6,817.61 4. 1003 North Flm Street $14,470.00 ATTACHMENTS: Chelsea Builders (Chelsea, OK) Chelsea Builders (Chelsea, OK) Seal/Rite Contractor, Inc. (Owasso) 1. Map showing affected properties 2. Correspondence fi-om INCOG dated September 219 2005 a voluntary association of local governments serving creek, osage, rogers, tuLsa and wagoner counties 201 west 5"' street, snits 600 tulsa, oklahoma 74103w4236 9 18/584-7526 To: Eric Niles, Community Development Director — City of Owasso From: Steve Boettcher, INCOG Date: September 21, 2005 1 1111 11!11 lI III I MMI a 202 East 3a Avenue $19,650.00 Ruhmann Construction, Inc. (Tulsa) @ 904 North Cedar Street $29,064.00 Chelsea Builders (Chelsea, OK), a 205 West 4th Street $6,817.61 Chelsea Builders (Chelsea, OK) T, 1003 North Elm Street $14,470.00 SeaMte Contractor, Inc. (Owasso) TO- THE HONORABLE MAYOR AND COUNCIL CITY OF OWASSO FROM- DAVID WARREN PARKS DIRECTOR RE. RESTROOM 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 fiends 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 Sealed 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 PM 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. RECOMMENDATION: Staff recommends Council award the bid for the construction of the Skate Park restroom to Tri -Star Construction, of Claremore, Oklahoma in the amount of $73,390. ATTACHMENTS. 1. Skate Park Elevation and Floor Plan 2. Bid Contract � i 6 mm?v 4 mie6 ne „mmm v1¢n ) ! _ _ xcn s o�P mb¢sa zP,saema pmc ausl alYS. s -avv¢ 3 iz a mr 9O. CuCm4 'm m 3 i °G "Am 9 °x9 ° -mmlid 3 ®qm. mtmml m 1 aoo M R 2iA d Y ymd lommr, IIm�Mim mvea a. ¢ 0'.H 3C 8oetida !tb IISrJCSP1Yl 46 f �r®ucmldmm m�PO YA3 8 8 p gbe S �^SS C 1 S mIDm �roory m�vmmml.� Amd C 2P yA; I Smm grmdm ummC commt _ _ :1 Sl. bl bmi ml¢mrnmee a4eA propom¢1. Li 1 oxia , tWxW7 �.. 4 plywoa = St`mM31 / mmtmrY ?c grind m£cA - 6. amrq�bomY6�aAm12 �1 � „Pm G 3 R Y , \� Tw�� m8m 3 f td if Pmo°be6 ID�oraCm.°aa (a I.I'I Ilt .I P3 143n (IJ 2u1ti V)Yf 5KY144Atm mi. nmrt -mmm eM1 -ougix _ -- -' 90. M 4 1 @ing eM11 Lm'i /3 �M 2m8 bba ink boom Yme II I I I II II t \� `I I: I I.I I' 9OH� P P '181iq 1n,ym,. -Fa4 Ggr y+k E m YY 2exa 9romwc ' ' t a S 1 tinq iP twt m P1 S mvtmit III 1 I I III i t Y miw grmpm.K1 4 3 _ WY£r.LCHa1R PoAYP I I•I1I fPOUw � I Il''I I HCRfx{aW ' &Ati1%' � d Y Ymd T2cm 3 � 2uM1 m' }� 1 @ mid P ¢ v1tA 2° II II I III III �� - d Cp 2aeK mla) d a„boi dlocf:'P3 em e ° PamII PYmeam on bade f °r— W.Ttowl • ; IIlLI,1II I'I I II _ Sa urx mx av:bjt >� e_amm +wpxY'a mmtm oe- . 'Ye. -. --� � .- -�� 2x2+ ��3 4r Yt OmnElplY1 SbLid' ¢ art1a1•r Sbm pmm "Cg "` _ w .z _' —. —" _ s lsmtmam a,mnsnq - tmrlma or ®Ppcmvma mguml = _ t r1 t ✓�r� \. ..�� n ti.. r O y ' LavATORV � I 1 w faasR —lp Kcr <E 000K i sKrucer - fmfl 1 f O5 LAWSORY�r I SK WM" I aCTA bIb� I :;I I I I 7 ��� \ ° cY si ww 5 tip/ p e o vo 1( aVlfl F� €)lslli j� I: 3n,TU,n vECnaeneu. Roo �` �'y2� s:� ,tt 'f i ? I c o iL e Ilxt (.. r f T EAS E. 3HU1N � r 3Ir `w fib F � � / yT L��ii/ �ON i aRaa ®AWiA�' so ur1^n'�t s �` I d P"" t , sCdlE� i•.2 °_p^ -rETU. oocR r r -r s• -a' � w � �� s*u- � s o -. a -r r a °$ 'kt �55P �iY sL wk .. _ OMER sTEP t 8dfLY �3k e?Y %t tf ' R•- Y3TYP1 3' -O° - ' � �� �t�Tr` k>'d � 6" t l 'V' i3 ! 3 a Y '$U. J �8FACAIErI 2 0Y�Pg�xW��7 ' '<` a� �' ,... wcIsr 5. BIDDER will complete the work in accordance with the Contact Documents for the following prices: RESTROOM FACILITY AT THE OWASSO SKATE PARK CITY OF OWASSO, OKLAHOMA LUMP SUM BID PRICE $ -7 Z11 S90 6. BIDDER agrees that the Work will be completed and ready for final payment in accordance with the General Conditions on or before the,. dates or within the number of calendar days indicated below.' BIDDER accepts the provisions of the Agreement as to liquidated damages of Five Hundred Dollars ($500.00) for each co4secutaYc calendar day' iii the even of failure to complete the project within sixty calendar days. 7. The f6l.lowhig documents are attached t® and made, a condition of this Bid: A. Required Bid Security in the form of ve—) B. Statement of Bidder's Qualification, Section 0023;09 and C. All forms listed in Instructions to Bidders, and Section 001 f0. 8. - The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in General Conditions. SUBMITTED ON 5,ao L teA 7 1-1 COMPANY: 0805 00200 - Page 3 of 5 �► t cf �; e: _ i r : r TO: THE HONORABLE MAYOR AND COUNCIL CITE' OF OWASSO FROM: DAN YANCEY CHIEF OF POLICE SUBJECT. RE QUEST ADMENDENT TO SCHOOL, ZONE ORDINANCE DATE- October 5, 2005 BACKGROUND: Recent concerns and complaints have suggested a closer examination be conducted regarding of the speed limits within the school zone on East 86th Street North between North 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 81h 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: 1) All three school affected are considered to be closed campuses; 2) the subject roadway is designed for such speeds and; 3) the school felt student pedestrian traffic is virtually non - existent on that portion of the roadway. RE 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 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. Proposed Ordinance 831 would amend the current ordinance by increasing the maximum speed in a school zone to thirty -five (35) miles per hour and removing time restrictions. RECOMMENDATION Staff recommends Council approval of Ordinance 831. ATTACHMENT: T Ordinance 831 g,111 Mir iiiiii E 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) MILES PER HOUR AND REMOVING TIME RESTRICTIONS. BE IT ORDAINED BY THE COUNCIL, OF THE CITY OF OWASSO, OKLAHOMA, THAT, TO -WIT- SEC'T'ION ONE (1)e Part Fifteen, Traffic and Vehicles, Chapter 4, Speed Regulations, of the Code of Ordinances of the City of Owasso, Oklahoma, shall be amended by providing and codifying as follows: A. The speed in a school zone shall be as posted. The maximum speed limit shall be thirty -five (35) miles per hour. B. No vehicle shall be allowed to park in a posted school zone. State Law Reference: Local authority to set speed limits, 47 O.S. § 15 -102 and § 11-803. SECTION TWO (2): That all ordinances or parts of ordinances in conflict herewith be, and the same are hereby expressly repealed. PASSED by the City Council of the City of Owasso, Oklahoma on the day of , 2005. Craig Thoendel, Mayor Sherry Bishop, City Clerk (SEAL,) APPROVED as to form and legality this day of , 2005 Julie Trout Lombardi, City Attorney TO: HONORABLE MAYOR AND CITY COUNCIL CITY OF OWASSO FROM: : SH Y BISHOP FINANCE DIRE, CTOR SUBJECT, AUTHORIZE ISSUANCE OF DEBT SOLUTION NO. 2005 -I6 DATE: October 14, 2005 j 4 1 After the third -penny sales tax was approved by the voters in August of 2003, the City Council, the Capital Improvements Committee and city staff began an effort to develop a strategy that would reduce the cost of financing major capital improvement projects. Those efforts resulted in an innovative method of financing capital projects utilizing a short -term Revenue Anticipation Note (RAN) and a long-term bank note. The short-term Revenue Anticipation Note (RAN) between the OPWA and the City is used similar to a line-of-credit financing so that funds could be drawn only as needed thereby reducing interest costs. After the City's cash flow capabilities are maximized, the longterm bank note provides permanent financing. RAN financing was utilized beginning in February 2004 until December 2004 when a Sales Tax Revenue Note was issued for $10 million. Those project funds have been expended and the next phase of longterm financing has been initiated. On October 4, 2005, the OPWA Trustees authorized the solicitation of interest quotes for the issuance of a $10 million loan for seven years. The solicitation was sent to eleven banks including all local banks. (See attached bank list.) The bids are due no later than 2:00 on Friday, October 14, 2005. The agenda packet will be compiled before the bids are received so, the bids and financing recommendation will be enclosed separately. As a public trust of the City of Owasso, the OPWA cannot incur debt without the approval of the City Council. City Resolution No. 2005-16 authorizes the OPWA to incur debt in the amount of $10,000,000 and authorizes the execution of any documentation necessary. The attached Resolution No. 2005 -16 is incomplete. The bank name will be added to Section 3 and the final complete resolution will be provided at the meeting on Tuesday. OPWA Resolution No. 2005-03 authorizes the issuance of a $10,000,000 Sales Tax Revenue Note, provides various requirements of the financing and authorizes the execution of all documents related to the transaction. The blanks in Sections 1, 2 and 8 will be completed after the rate bids are received and analyzed. The final document will be provided at the City Council meeting on Tuesday, October 18, 2005. Staff recommends Council approval of Resolution into. 2005 -16 approving the incurrence of debt by the Owasso Public Works Authority and containing; other related provisions, ATTACHMENTS: Bank List Resolution No. 200516 Dominic (Dee) Sokolosky, President Tina Clark, Branch Manager First Bank of Owasso IBC Bank P.O. Box 1800 201 E. 2nd Avenue 102 W. 2nd Avenue Owasso, OK 74055 Owasso, OK 74055 918 - 272 -2286 918 -272 -5301 tclark c abc.corn de-es(frrstbank.net Frank Enzbrenner, President Cheri Vandiver, Branch Manager RCB Bank Spirit Bank 11633 East 86th Street North 8291 N. Owasso Expressway Owasso, OK 74055 Owasso, OK 74055 918-274 -1450 918 - 272-4361 fenzbrenner(Dbankreb.net cvarrdiver cis iritbanlc.corn Dale Prevett, President, Owasso Division Don Walker, President Oklahoma National Bank Arvest Bank P.O. Box 1768 502 South Main Mall 12502 E. 96th Street North Tulsa, OK 74103 Owasso, OK 74055 918 -631- 1000 918 -376 -4300 dmyallcer ct�arey�st.com d revett c�onbbank.epiLi Steve Baker Mike Gibson Exchange Bank Bank of The Lakes P.O. Box 1857 12401 E 86th Street North 9701 E. 86th Street North Owasso, OK 74055 Owasso, OK 74055 918 - 274-3535 bakersebpalc.cozil Mike.gibson cr bankofthelakes.com Chase Attn: Marcia Matthews 100 North Broadway Oklahoma City, OK 73102 marcia d matthews bankone.com Sarah N. Reavis, Commercial Banking Officer Bank of Oklahoma, National Association P.O. Box 2300 Tulsa, OK 74192 Phone: (918) 588 -6867 Fax: (918) 382 -1382 E -mail: sreavis@bokf.com Karl Bovee Bank of America, N.A. 211 N. Robinson Oklahoma City, OK 73102 (405) 2304935 (Telephone) (405) 230-4089 (Fax) karl.bovee(cr�bankofamerica.com RESOLUTION NO. 200516 A RESOLUTION APPROVING THE INCURRENCE OF INDEBTEDNESS BY THE OWASSO PUBLIC WORDS AUTHORITY (THE "AUTHORITY ") ISSUING ITS SALES TAN REVENUE NOTE, SERIES 2005 (THE "NOTE"); PROVIDING THAT THE ORGANIZATIONAL DOCUMENT CREATING THE AUTHORITY IS SUBJECT TO THE PROVISIONS OF THE NOTE INDENTURE, AUTHORIZING THE ISSUANCE OF SAID NOTE; WAIVING COMPETITIVE BIDDING WITH RESPECT TO THE SALE OF SAID NOTE AND APPROVING THE PROCEEDINGS OF THE AUTHORITY PERTAINING TO THE SALE OF SAID NOTE; RATIFYING AND CONFIRMING A SALES TAX AGREEMENT BY AND BETWEEN THE CITY OF OWASSO, OKLAHOMA (THE "CITY ") AND THE AUTHORITY PERTAINING TO THE YEAR -TO -YEAR PLEDGE OF CERTAIN SALES TAX REVENUES, ESTABLISHING THE CITY'S REASONABLE EXPECTATION WITH RESPECT TO THE ISSUANCE OF TAX - EXEMPT OBLIGATIONS BY OR ON BEHALF OF SAID CITY IN CALENDAR YEAR 2005, AND DESIGNATING THE NOTE AS A QUALIFIED TAX - EXEMPT OBLIGATION, AND CONTAINING OTHER PROVISIONS RELATING THERETO. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OWASSO, OKLAHOMA. SECTION 1. Indebtedness Authorized. The Owasso Public Works Authority (the "Authority ") is hereby authorized to incur an indebtedness by the issuance of its Sales Tax Revenue Note, Series 2005, in the amount of $10,000,000, according to the terms and conditions of a Note Indenture dated as of December 1, 2004, as supplemented and amended by a Supplemental Note Indenture dated as of October 1, 2005, both by and between the Authority and RCB Bank, as Trustee (collectively, the "Note Indenture "), provided that said Note shall never constitute a debt of the City of Owasso, Oklahoma (the "City "). SECTION 2. Organizational Document Subject to Note Indenture. The organizational document creating the Authority, is hereby made subject to the terms of the Note Indenture authorizing the issuance and securing the payment of the Note as more fully described in Section 1 hereof. SECTION 3. Waiving; Competitive Bidding; Approval of Sale Proceedings. The waiving of competitive bidding for the sale of the Note and the sale of said Note by the Authority to , is hereby approved. SECTION 4. Sales Tax Agreement. The Sales Tax Agreement dated as of December 1, 2004, between the City and the Authority (the "Sales Tax Agreement "), which Sales Tax Agreement pertains to a year -to -year pledge of certain sales tax revenue as security for the Note, is hereby ratified and confirmed. SECTION 5. Cites Expectations. The City anticipates that the total amount of tax - exempt obligations (other than private activity bonds) issued by The Owasso Public Works Authority or other issuers on behalf of said City, will not exceed $10,000,000 for calendar year 20059 and the City hereby designates the Note to be a qualified tax - exempt obligation with respect to the financial institution interest deduction provisions contained in the Internal Revenue Code of 1956, as amended, and authorizes the Mayor or Vice Mayor to execute and deliver on behalf of the City a Certificate of Designatlon to that effect. SECTION 6. Authorizing Execution. The Mayor or Vice Mayor and City Clerk or Deputy City Clerk of the City representing the City at the closing of the abovc4rcfereneed note issue arc hereby authorized to execute and deliver on behalf of the City any and all certifications and documentation necessary or attendant to the delivery of the Note, as directed by Bond Counsel. PASSED AND APPROVED THIS I STH DAY OF OCTOBER, 2005. CITY OF OWASSO, OI- LAHOMA (SEAL) By: ATTEST: m Name: Sherry Bishop Title: City Clerk I Name: Craig Thoendel Title: Mayor TO- THE HONORABLE MAYOR AND CITY COUNCIL, CITY OF OWASSO FROM. ANA STAGG, P.E. PUBLIC WORDS DIRECTOR SUBJECT: OKLAHOMA DEPARTMENT OF TRANSPOR'T'ATION STATE HIGHWAY 20 IMPROVEMENTS ENTS RIGHT-OF-WAY, PUBLIC UTILITY AND ENCROACHMENT AGREEMENT DATE: October 13, 2005 BACKGROUND: Funded by the Oklahoma Department of Transportation, the State Highway 20 Widening Project includes the widening of over 4 miles of roadway from US Highway 169 to North 209tH East Avenue, complete with new signals and drainage infrastructure improvements. The construction work, estimated at nearly $10 million, is scheduled to begin in January 2006 and be completed within 380 calendar days. SOLUTION 2005 ®17: Because a portion of improvements to occur under the State Highway 20 Widening project are located within the City of Owasso, ODOT has prepared a Project Agreement (see Attachment A) to outline the responsibilities of the City of City and ODOT for the completion of improvements. Per the agreement, the City of Owasso agrees to the following: Granting to the Department all right- of-way needed for the construction of improvements as shown on project plans — removing all encroachments as shown on project plans Providing and maintaining detour routes as shown on project plans None are shown None are shown None are shown ODOT SH -20 Improvements Right-of-Way, Public Utility and Encroachment Agreement Page 2 of 2 A L ernent - -- Maintaining of the roadway and all traffic control signals, speed limit and traffic control signs — Contributing funding for utility relocation as shown on project plans Similar to current obligations None are .shown As stated in paragraph 6 of the Agreement, the City must "by Resolution" authorize the execution of the Agreement by the proper officials, and hence, Resolution 2005 -17 has been drafted for approval. Documents submitted by ODOT are similar in form to those executed by the City of Owasso for the completion of improvements at US Highway 169 and E. 76th Street North interchange and at the E. 86th Street North and Main Street intersection. The City Attorney has reviewed the documents for compliance. PROTECT FUNDING- The project is fully funded by ODOT's Highway Program and requires no funding from the City of Owasso. COMMENDATION: 1. Staff recommends Council approval of Resolution 2005 -17 authorizing the Mayor to execute a Right-of-Way, Public Utility and Encroachment Agreement for Project No. STPY- 072B(421), State Job Piece No. 09482(04), State Highway 20 Widening. ATTACHMENTS: A. Resolution 2005 -17 B. Project Agreement CITY OF OWASSO, OKLAHOMA RESOLUTION NO 2005 -17 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF OWASSO, OKLAHOMA AUTHORIZING EXECUTION OF AN RIGHT- OFWAY, PUBLIC UTILITY AND ENCROACHMENT AGREEMENT FOR THE STATE HIGHWAY 20 WIDENING PROJECT. WHEREAS, it is in the best interest of the City of Owasso, Oklahoma to execute a certain A Right-of-Way, Public Utility and Encroachment Agreement in connection with the construction of a public project known as Project No. STPY- 072B(421), State Job Piece No. 09482(04), in accordance with the terms and tenor of 69 O.S. 1991, Sections 1205, 1206, 1401 and 1403. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CI'T'Y OF OWASSO, OKLAHOMA that the Mayor is hereby authorized and directed to execute the above described agreement on behalf of the City of Owasso, Oklahoma. APPROVED this 18`f' day of October, 2005 by the City Council of the City of Owasso, Oklahoma at a regularly scheduled meeting, in compliance with the Open Meeting Act. By: ATTEST: City Clerk .. �. City Attorney Mayor RIGHT-OF-WAY, PUBLIC U AND ENCROACHMENT AGR ATTACHMENT B Witnesseth: WHEREAS, it is mutually agreed between the parties that certain improvements should be made to the highway now as follows: That the Department proposes construction of SH-20 from US-169 in Tulsa County east 4.0 miles to east of 209th E. Avenue. WHEREAS, legislative authorization and the rules, regulations, and policies the Department provide the basis of cooperation between the parties to effect su highway improvements. I NOW, THEREFORE, the parties hereto agree as follows: The City agrees: (a) Grant to the Department and its contractors, the right-of-entry to all existing streets, alleys, and other City owned property when required, and other rights-of-way shown on said plans. Further, City shall not permit the vacation of any such street, alley or other rights-of-way without the prior written approval • Chief, Right • Way Division, Department of Transpor- tation, State • Oklahoma. (b) Remove at its own expense, or cause the removal of, all encroachments on the existing streets as shown on said plans, including all signs, build- ings, porches, awnings, porticos, fences, gasoline pumps and islands, and any other such private installations. Said removal shall be accomplished immediately on execution of this agreement and shall include necessary legal action where required. (c) Prohibit parking on that portion of the project within the corporate limits of the Underwriter. (d) Comply with the Department's standards for construction of driveway entrances from private property to the highway, in accordance with the Department's manual entitled "Policy on Driveway Regulations for Oklaho- ma Highways" Rev. 5/96 and in compliance with current Oklahoma High- way Commission Policy, 69 O.S. 1991 Section 1210. (e) Maintain all right-of-way acquired for the construction of this project as shown on said plans, in a manner consistent with applicable statutes, codes, ordinances and regulations of the Department and the State of Oklahoma, 3. That City will: (a) Determine and locate, with the Department's approval, a detour route over existing City streets, if a re-routing of traffic or a detour is necessary during the period of construction. (b) Be responsible, during or subsequent to construction, for all costs, for the operation and any maintenance necessary to the approved detour route over existing City streets, or any other street as a result of additional traf- fic. (c) Be responsible for all costs for repairs or maintenance to any City street, during or subsequent to construction, which results from additional traffic where construction is performed under traffic. (d) Indemnify and hold the Department harmless from any and all causes action that may arise for the acquisition, construction, operation or maint nance of the Project, before or subsequent to construction of the Projec Said indemnification shall include all causes of action arising from contrac, tort, negligence, condemnation or inverse condemnation. 4. That subsequent to the construction of said project, City will: (a) Keep all permanent right-of-way shown on said plans free from any en- croachment and take immediate action to effect the removal of any en- croachments upon notification by the Department, including all necessary legal action when required. (b) Erect, maintain, and operate traffic control signals, including speed limit and traffic control signs, only in accordance with 47 OS •• 15- 104, 15-105 and 15-106, and subject to the approval, direction and control of the Department. Regulate and control traffic on said project, including, but not limited to, the speed of vehicles, parking stopping and turns, in accordance with 47 OS 1991, 15-104, et. seq. and to make no changes in the provisions thereof without the approval of the Department. (d) Maintain all that part of said project within the corporate limits of the Underwriter between the gutter lines and the right-of-way lines, and if no gutter exists, between the shoulder lines and the right-of-way lines, includ- ing storm sewers, all underground facilities, curbs and mowing, all in accordance with 69 O.S. Supp. 1994 Section 901 and all other applicable law. 5, That all covenants of this Agreement shall apply to any area hereinafter annexed to the City which lies within the limits of this project, 6. That it will, by resolution, duly authorize the execution of this Agreement by the proper officials, and attach copies of such resolution to this Agreement, 7 That the participation in the necessary adjustments of utilities between the undersigned parties shall be as follows: It is further agreed and understood between the parties that the City will pay to the Department the City's share of the actual utility adjustment costs of utility facilities relocated from private right-of-way promptly upon receipt of the Department's statement as the amounts become known. IN CONSIDERATION of the grants and covenants by the City herein contained and the faithful performance thereof by the City, the Department agrees to construct said project in accordance with said plans and specifications; provided that the right to make such changes in the plans and specifications as are necessary for the proper construction of said project is reserved to the Department. IN WITNESS WHEREOF, we have hereunto set our hands and seals, the City of Owasso on the day of , 20 , and the State on the day of _ , 20 CITY OF OWASSO: CHIEF, LEGAL DIVISION (ODOT) DIRECTOR TO: THE HONORABLE MAYrR AND CITY COUNCIL CITY Off" O ASSO FROM. ANA C. STAGG, PX PUBLIC WORKS DIWM SUBJECT. ENGINEERING SERVICES AG , EMENT C2A ENGINEERING, INC. Es 86TH STREET NORTH AND N. MINGO ROAD DATE: October 14, 2005 BACKGROUND: 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. 86t1i 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. 76th Street North and US Highway Interchange, E. 86th 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. 86th 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 CH2MHill in April 2002. SCOPE CHANGE: Following the completion of E. 76th Street North Widening, City of Owasso staff contacted ODOT to begin construction of improvements at E. 86th 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, CH2MH111 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 Agreement for Engineering Services E. 86th Street North and N. Mingo Intersection Improvements Page 2 of 2 C2A Engineering, Inc., following a request by the City, also in the amount of $60,000 (see Attachment E). 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 fixture changes in traffic flow patterns when the land located directly south of the existing intersection developed. 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. FUNDING: Funding is included in the Capital Improvements Fund. + C®MIV ENDATI®NS® Staff recommends 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. 86"' Street North and N. Mingo Road Intersection Improvements, ATTACHMENTS: A. Agreement for Engineering Services, CH2MHill, 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. Agreement for Engineering e ices Capital Improvement Projects City of Owasso, Oklahoma THIS AGREEMENT, made and entered into this 26th day of May, 1993 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 PageeZebrowski 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 PROTECT 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, FEE /MANHOUR 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/OWASSO /CIP /CONTRACT. 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 shall 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 to, loss of revenue, or loss of anticipated profits. TUUOWASSO /CIP /CONTRACT. DOC 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 I3, SCOPE OF SERVICES. 102. The ENGINEER shall tape 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 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. 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 CITY. TUL/OWASSO /CIP /CONTRACT. DOC 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. 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: CH2M HILL, 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, DOC 16i SEVERABILITY. lf any portion of this AGREEMENT shall be construed bvacourt ofcooupoLcutjor�d��ooan unenforceable, such pnrduno}xallbeueverec{ 'erefxoo\ and the balance of this f\(�RE8&�EN[[shall reu`aiu in full force and effect. 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 AGREEMENT may be amended only by written instrument signed by each of the I8. 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 pern-dtted by law to resolve any Iq. ��N�l�[BD�a�aDoot assign � "=�^6^` --o- 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. Die understood aodagreedtbatuDworkl7erf000uednudertbis AGREEMENT shall be subject to inspection and approval by the Public Works Department of the City of Owasso, and any plans nrmpe udmnsnotoeetiw the terms set forth in this AGREEMENT will be replaced or corrected at the sole expense nf the ENGINEER. The ENGINEER will meet with the City staff initially and monthly thereafter and will be available for public meetings and/or City ofOwasso presentations. 21. KEY PERSONNEL. In performance u/ the SERVICES hereunder, ENGINEER has designated Jerry B. Farrar, I!B,usProject for the co�ec| projects ��d �t����,A .�}�ec-Ar��ct�r�ur� 'c�al related pr projects; Kenneth E. Hill, P. E., as Lea' [>emiXu Engineer for the ybemtand iuberaecdoniozproveoueutprojects; and TiouCrosby, ^�SL - amProject Architect for the Sports Park Expansion project. ENGINEER agrees that no change will b emade in the assignment ofthese positions without prior approval of CITY. 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. City CI -k TUL /OWASSOICIP /CONTRACT. DOC CH2M HILL. Inca SCOPE 0 Pr®(ECT. 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 145th East Avenue Intersection ® East 861h Street North and North 123rd East Avenue Intersection Street rehabilitation • 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 (51h 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) Sports Park Projects ® New Four -Field Softball/ Baseball Complex Architectural Projects New City Hall Community Center Renovations Existing City Hall Renovations TUL /OWASSO /CIP/ATTACH_A.DOC 1 A 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. CH2M HILL shall furnish the CITY the following professional engineering services for the proposed intersection and signalization improvements projects: A,1, Investigation 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. TUL /0WASSO /CIP/ATTACH_B.DOC B_9 A.1.4. Design and topographic surveys will be performed to establish design /construction horizontal and vertical conta°ol 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. A.1.5. 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. TUL /OWASSO /CINATTACH_B,DOC, 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.11. 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. A3.2. 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 36th Street North and North 123rd East Avenue Signalization project. A.33. The preliminary design will include: Typical Pavement Section Sheet Intersection Geometry ® Horizontal and Vertical Alignments Grading Plan ® Drainage Plan ® Traffic Signal Plan ® Wiring Diagrams • Phasing Diagrams/ Timing 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. TUL /OWASSO /CIP /ATTACH_B.DOC B -3 A.3.7. Design storm sewer /drainage system within the project limits. 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. A3.9. Prepare a detailed estimate of construction cost for each project. A.3.10. Meet with CITY staff as requested. A.311. 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 CITY's 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 the projects 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 projects. 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 Pavement Section Sheet 7UL/OWASSO /CIP/ATTACH_B4O00 B4 • 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 ® Cross Sections 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. TUL /OWASSO(CINATTACH_O.DOC B_5 A.5.12. Meet with CITY staff as requested. 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.63. 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. ruLlownsso /aP /Anna i_n.00c s -6 A.B. Construction A.81. 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.83. 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.B.I. 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. 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. B.1.2. 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. TUL /0WASSO /CIP/ATTACI1_13.000 B_7 B.1.3. Design and topographic surveys will be performed, as required, to establish design/ construction horizontal and vertical control points. Surveys 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 detern -ne 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. Preliminary D 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 11th 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 rug /ownsso /CIPATTncii ODOC _ Q -B Traffic Control Plan Utility Plan Miscellaneous 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 systems will not be evaluated. B.2.7. Prepare a detailed estimate of construction cost for each project. B.2.8. 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 a Cross Sections IU110wnssolco>InrrncH_B.00c B-9 ODOT 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. 13.3.5. 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. 133.7. 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.3.3. Prepare technical specifications for items of work and materials not covered by ODOT standard specifications. B.3.9. 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. 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. rui.lownssolciP/Al TACH_B.00c B -90 BA. Final 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.S. 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). 13.52. 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. 13.5.4. 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. 13.5.5. Assist the CITY in preparing final construction contracts. 13.6.1. Furnish sufficient number of sets of drawings and specifications to the CITY. 13.6.2. Provide sufficient number of sets of drawings and specifications to the contractor. 13.6.3. Conduct preconstruction conference to discuss project requirements. 13.6.4. 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. 13.6.5. 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). IUD /OWAS olUNATrncH_OBOC 6 -11 B.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. C. Sports .Parr Expansion Project Analysis CA. Project Statement and Program 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.13. 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. TUL/OWASSO/CIP/ATTACI 13. DOC 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 CITE' in organizing public workshop for public viewing and input. C.1.9. Attend and facilitate public workshop. C.1.10. Document planning alternatives. Project , Program Analysis Phase C.2.1. Develop base plans showing existing site features. ® Existing Topography Buildings and structures ® Roads, drives, parking, sidewalks, and railroads Property lines ® Easements and setbacks ® Utilities and overhead lines C.2.2. Develop and evaluate optional design solutions where necessary. C.2.3. Design 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 C.2.4. Conduct a plan review and evaluation with City of Owasso 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. TUL /OWASSO /CIP/ATTACH_B.DOC 8-13 C.3.2. 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. CA 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. CAA. Bid opening. C.4.5. Prepare bid tabulations from all bids received. CAA Recommend award of contract. C.5. 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 Architectural Projects D.I. New City Hall The scope of services includes architectural, interior, and landscape design; IuUownsso /CU> /niIACIi. ,000 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 • CEI, Inc. --- Mechanical, Electrical, & Plumbing Engineering (MEP) • Wallace Engineering -- Structural Engineering • Planning Design Croup m Landscape and Irrigation Design • CH2M HILL, L. -- 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: a The building size remains 25,000 square feet, plus /minus 10 percent The construction budget remains $90 per square foot, plus /minus 10 percent 0 Construction period not to exceed 52 weeks. 13e1.1. 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 ® Ceotechnical 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 PMT) Tu(. /owAsso /C1P /ATTncf1_r3.00c B-15 D.1.3. 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.1.3.4. Elevations D.1.3.5. Presentation Meetings (limited to 8 staff hours) D.1.3.6. Review Meetings (limited to 16 staff hours) D.1.3.7. Exterior material recommendations D.1.3.8. 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 preliminary 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 rui.lownssolC1PATTAU1B.DOC B -16 D.1.4.10. PMT 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 D.1.5. 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. burnish the CITY one set of construction drawings on mylar reproducible media and the electronic files on CD- ROM in AutoCAD Release 13 format. D.1.6. Bidding 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 interpretations 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. TUL /OWASSO /CIP/ATTACH_B.DOC B-17 M 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.1.7.1. Attend pre - construction conference D.1.7.2. 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. D1.7.5. 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 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. IU[JOwASSO /CINATTACH_0.000 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, recornrmend 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 RRAWnsso /CINATrnci ID DOc B_19 D.2.2.9. Preliminary Civil Site Plan including parking 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 Fall 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. 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. TUI. /OWASSO /CIP /ATTACH DOC 1B. B -20 D.2.4.4. Attend the bid opening. 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 Community o, D.3.1. 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. D.3.2. ENGINEER shall provide a preliminary 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. TUL /OWASSO /CIP/ATTACH_B.DOC 9 -21 1).3.4. ENGINEER shalt 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 PMI'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. Bidding D.3.7.1. Answer questions from PMT 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 TUL /OWASSO /CIP/AT TACH_B AOC B -22 E. Schedule The design, bidding and construction phase services shall be performed and completed within timeframes shown on Attachment F, Projects Schedule, for each respective project. Architectural scope of services and fees assumes concurrent construction of New City Hall and Existing City ball Renovation. TM /OWA9S0/CI1I/ATTACH_B.000 g_23 RESPONSIBILITIES OF THE CITY,Ibe CITY agrees: LO To furnish, as required bv the work, and not at expense bothe 1-0L nLnne drawings, and other data available bzthe files ofthe CITY that may be useful in the work involved under this AGREEMENT. I.02 Standard construction drawings and standard specifications. 2.0 Access. To provide access to public and private property pvhen bu perIoroumuceo[EDJ{�I��BER'aservices. - 3.0 Staff Assistance. Designate in writing a person to act aeits in respect tn&evvorktobeyer�rzned under tb�/\(�IlEE ondsuch representative ou�u�^, �er�ou have complete authority to transn-dt instructions, receive information, interpret and define CITY'S policies and decisions with respect to materials, equipment, elements az�doyabeozepertinent to the services covered by tbis/\{�DEB��E' ' 3.01. Furnish staff assistance bz locating, both horizontally and vertically, CI7Y owned utilities uod iuexyeddingtbe�reloca j ou deycdb d iu existing Attachment B. Further, CITY will furnish assistance ao required boobtaining locations of other utilities, including "potbolioo". 3.02 Furnish legal assistance as required iotheyreparuduno{ conyboc�ouand other uopporHnrdocuments. bidding, 4O �xaoojocmDmhu���� � ^ ____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. 50 . Review and take appropriate action vn contractor shop drawings and material submittals, and review o{ contractor pay estimates. 6D � Contract with Program Management Team (PMT) to perform planning, review of architectural design, C4 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. rui_ /ownsso /CIP /nrracH_C.DOC C_2 The CITY agrees to pay, as compensation for services set forth in Attachment h, 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 11th Street) 8 Resurface Carlsbad Street (3rd 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) IU /ownsso /cu> /Armco D.00c D_' CAPITAL IMPROVEMENT PROJECTS City ofOwasso, Oklahoma Fee Project No. Project Description Fee ______1_0___Re­surfa_ce_E_ast 86th —Street —North _(North Mingo Road to Main 11 Resurface 11th Street (Main Street to Cedar Street) Total Street Rehabilitation $51'300 Sports Park Projects 12 New Four-Field Softball/Baseball Complex %25.300 Total Sports Park Projects $25.300 Architectural Projects 13 New City Hall $196.401 14 Community Center Renovations $ 9,430 15 Existing City Hall Renovations Total Architectural Proejets $268,799 Total Feo $562,171: 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 Proje4 Manag Design Senior I v Re iewer Lead Te chnician Design Technician L Clerical Labor Total Costs Salary Costs —Engineer $32 $35 $28 $20 & G&A) –.(Labor .............. . .... 1.1 Initial Workshop/Kick-Off Meeting 0 1 1 0 0 C 2 . 38 1.2 ReGords Research 0 1 2 —0 D 2 2 0 7 $432 TT PJW Research 1.4 Coordinate Aerial/Ground Surveys 0 0 1 2 2 0 0 0 0 4 0 0 7 1 4 $405 $253 �-5 conduct Traffic counts/Videotape Project 0 1 1 0 10 0 12 $658 1.6 Coordinate Utility Locations 0 0 2 -0 0 0 0 0 2 $119 1.7 Review Accident History 0 1 2 0 0 0 0 3 $19 Task 1 Subtotal 0 7 0 2 16 1 37 S2,202 T;isk'2-:P6ed��On: .-. .... .'.'.% ...................... .. ........ ...... ............ ...................................... .......... ....... I . I ...... 2A Prepare Conceptual Layout 0 2 4 7 i --' 1 4 4 ....... 0 15 $975 2.2 Project Traffic Volumes 0 2 0 0 0 1 0 1 0 2 $156 2.3 Develop Conceptual Cost Estimate 0 2 2 0 2 2 0 8 $510 2.4 Prepare Predesign Report 2.5 Conduct Predesign Meeting 0 0 2 2 2 0 1 0 2 0 0 0 3 10 $629 0 2 $1561 Task 2 Subtotal 0 10 8 2 8 6.. 3 37 $2,425 ......... ............... 3.1 Develop Plan and Profile Sheets 3.2 Coordinate Geotechnical Investigations 0 0 16 1 24 2 0 0 32 I 0 40 0 12 2 1 6 $339 3.3 Develop Traffic Signal Plans 3.4 Design Drainage System 0 0 12 2 0 8 -0 0 4 4 4 0 1 20 $1,406 0 0 14 $893 I 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 Pre2are RIW Map, Legal Descriptions date Cost Estimate 3.8 Up_ 0 0 2 2 2 4 1 1 1 1 0 0 4 0 9 $5951 4 0 1 $714 3.9 QA1QC Review 13.10 Preliminary Design Review Meeting 0 0 0 3 0 0 4 0 0 0 0 0 4 $4461 0 0 3 $234 Task 3 Subtotal 0 41 46 6 --46 r 0 1 200 $12,767 TUL/DwassolC [PIP q I. x1s E I 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 I Engineer Design I Engineer Senior Lead Reviewer Technician Design Technician Clerical Total Labor Costs Salary Costs $60 $42 ........ . . 1 $32 $60 $35 $28 $20 (Labor & G&A) .............. ............. ....... ........ .... ... ...... ..................... ............... ........ ................ ........ . 4.1 Prepare Displays 0 0 2 2 0 $372 4.2 Conduct Public Meeting 0 0 0 0 0 2 $138 4.3 Prepare Meeting Minutes 0 0 0 �2 4 # �21 $212 Task 4 Subtotal 0 3 0.. 2 2 2 1 $722 . T4$k -5-f0all: D"igtt: ........................ ...................... .......... .......... . . 5.1 Incorporate Preliminary Review Comments 5.2 Coordinate Addn. Field Surveys 0 0 8 0 8' 2 0 0 16 0 ..... 16 0 48 $2,976 0 0 2 $119 5.3 Prepare Miscell�neous Details 5.4 Prepare Utility Plan 5.5 Conduct Utility Coordination Meeting 0 0 0 2 4 4 4 4 0 0 4 4 0 4 0 14 $863 4 0 18 $1,242 0 0 4 $312 5.6 Develop Bid Documents/Sgecial Specs. 0 2 4 0 0 8 14' $692 5.7 Update Cost Estimate 0 1 2 1 0 2 0 s— $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 --..o 24 24 5 24 26 $7,075 ............. —.— ...... ........ ... .................. ................ ... . ..... . . . ... 6.1 InGorporate Final Review Comments 0 2 4 0 4 I 4 0 14 $863 I 6.2 Update Cost Estimate 0 1 1 E::� 0 I 0 2 4 $242 6.3 QA/QC Review 0 0 0 0 0 0 $112 Task 6 Subtotal 0 3 5- 4 6 119 $1,216 ........... ............ ............................... ....... ........ ..... ... . . . . ...... ......... ...... ...... 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 0 0 0 0 0 0 0 2 2 2 1 0 1 0 2 0 0 1 1 1 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 F-2 —r— 1 $156 2 2 8 $454 0 0 2 $156 0 0 1 $78 0 1 2 $97 0 0 2 $138 0 3 5 $249 Tas� 7 Subtotal 0 9 5 0 0 2 22 $1,328 TUU0wasso1ClPfProjT.xls E-2 TUL/Qwasso1ClP1Projl.xls 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 MINGO ROAD INTERSECTION Total Classification of Employee ad I Design En I ngineer Senior Reviewe r Lead I Technician Design c Te , hnician Clerical Total Labor Costs Salary Costs $32 $60 $35 J $28 (Labor& G&A) ................................................ ................ . ...... . ....... . . . . . ........... ...... ...... ... ........ 8.1 Conduct Preconstruction Conference T-2Conduct Periodic Observations 8.3 Issue Interpretations and Clarifications 8.4 Conduct Final frispection 0 0 0 0 a 2 2 8 2 3 0 0 --0 0 . . .... 0 0 0 0 0 0 2 0 0 0 0 0 --2 16 6 5 $133 $1,101 S379 $335 8.5 Prepare Record Drawings 0 1 2 0 4 4 0 11 $666 Task 8 Subtotal 0 14 16 0 4 6 0 40 $2,619 - - - : LABOR*XPeNSZ .............. ......................... ..................................... .............. ........... ....... ....... OUTSIDE SERVICES Ground Survey Geotechnical/Subsurface Exploration $3,500 $800 .... ... . ....................... ........................ I .......... ............. ............... .................................................... ..................... ............ .... ....... ........... �... ......... ...... .......... . . . . ... ..... $4,3bo TUL/Qwasso1ClP1Projl.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 Tota! Classification of Employee Project Manager Project/Lead Engineer .-7 —L..d , 7i.�wo T.c,.i.,.n Desig Labor Technic'ilan Clerical Tota I Costs Salary Costs $60__ $42 $60 1 $35 $28 20 (Labor&G&A) .................. ............... ..... ...... I ....... ...... 1.1 Initial Workshop/Kick-Off Meeting 1 0 0 0 3 $249 . 12 Records Research 0 1 2 0 2 2 0 7 $432 1-3 R/W Research 0 1 2 0 0 4 0 7 $405 1A Coordinate Aerial/Ground Surveys 0 2 1 0 0 0 1 4 $253 1.5 Conduct Traffic Counts/Videotape Project 0 1 1 0 1— 10 0 13 $724 1.6 Coordinate Utility Locations 0 0 2 0 0 0 2 $119 1.7 Review Accident History 0 1 0 —0 0 0 3 $197 Task I Subtotal 1 7 '2 3 16 1 39 $2,379 -Task:Z-P'r6d6si4ft: ........ ..................................... ............. ........................................... ................ ......... ............ 2.1 Prepare Conceptual Layout 2.2 Project Traffic Volumes 1 0 2 2 4 0 1 1 0 1 16 0 0 0 - F- 0 1 24 $1,659 0 2 $156 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 0 3 49 $3,452 ...... ..... .... I ........... ........ .............. ......... ........... ......... ............ .. . ...... . . ............... ... . .. ........ ...... .... 3.1 Develop Plan and Profile Sheets 2 16 32 0 40 . . 48 0 138 $8,482 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 $1,406 3.4 Design Drainage System 3.5 Develop Signing/Pavement Marking Plan 0 0 4 1 12 2 0 0 4 2 0 0 20 $1,287 2 0 1 7 $432 3.6 Prepare Traffic Control Plans — 0 2 4 0 4 4 0 14 $863 3.7 Prepare R/W Map Legal Descriptions 1 2 4 2 0 8 a 17 $1,146 3.8 Update Cost Estimate 1 2 4 1 0 -4 0 1 . 2 $826 3.9 QA/QC Review 3.10 Preliminary Design Review Meetin T- 0 1 0 3 0 4 E E4 0 0 0 0 0 4 $446 0 0 — 8 $584 Task.3 S,�bttaI5 — 1 43 1 64 7 .. . 1 54 72 1 246 $15,810 I TUU0�8Sso/C1PJProj2.x1s 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 I otal Classification of Employee Project Design Lead Design Labor Senior D Salary Costs lanag, Engineer Reviewer T..h-ici..4 T.Eesn'ician Clerical Total Costs $60 $32 $60 $28 $20 (Labor & G&A) ask................................... .. .......... ............... 4.1 Prepare Displays 4.2 Conduct Public Meetin 4.3 ELepare Meeting Minutes 0 1 1 M3 0.. 0 0 2 0 0 2... 0 . 6 $37 1 2 . 0 0 3 $249 0 2 5 $324 Task 4 Subtotal 2 3 0 2 -- 2 14 $945 2 Tasks... ..... ... ........ ....... 0.�iib 6 .. ............... .. ...... ....... ................... ........... ............. . ....... . - 5.1 Incorporate Preliminary Review Comments 5.2 Coordinate Addn. Field Surveys 5.3 Prepare Miscellaneous Details 5.4 Pre are Utility Plan 5.5 Conduct Utility Coordination Meetin 5.6 Develop Bid Documents/Special Specs. 5.7 Update Cost Estimate 5.8 QA/QC Review 5.9 Final Design Review ew Meeting 2.•.. 0 1 0 — 1 8 0 2 4 4 2 1 0 3 2... 1 2 4 4 0 4 2 0 4 0 .......... —0 0 2 0 — 0 1 2 0 1 16 6 0 0 4 4 4 0 0 0 0 0 0 11 2 . 4 ..... 241, 0 0 4 4 4 0 0 0 4 0 0 o::: ...... fit $3,854 . . 0 2 $119 0 15 $975 25 —.-.0 18 $1,242 5 $424 8 15 $804 1 0 9 $629 0 2 $223 8 $584 Task 5 Subtotal 7 24 32 5 24 36 �2 54 .................. ......... ............ 6.1 Incorporate Final Review Comments 6.2 U�ate Cost Estimate 6.3 QA/QC Review 1 1 1 4 9 0 4 1 0 0 0 1 8 0 0 8 o z5 $ i . 6 . 00 2 0 5 $353 0 2 $223 Task 6 Subtotal 3 5 5 8 352 $2,176 ................. ...... 77. i X�';Z;'-'' Issue Answer Questions, 7.2 Prepare Addenda's 7 C .3 EConduct Pre Bid Conference Attend i 0 7.4 Attend BidO en in 7.5 Pre are Bid Tabulation 7.6 Evaluate Bids/Prepare Recommendation 7.7 Prepare Contract Documents Task 7 Subtotal 0 1 0 0 1 f 1 4 2 2 1 0 2 2 13 0 2 2 0 1 2 2 9 0 0 0 0 0 0 0 0 1 0 0 5 $4 2 2 $4 0 0 5 $3 0 0 1 S 0 3 1 4 $171 0 1 o s $387 0 4 9 j $536 1 9 $2,437 TUL10wasso1C1P1Praj2.x1s E-2 T U LJO wass WC1 P lPr.jZ is 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 I Total Classification of Employee Project Manager Project/Lead Engineer ,Design Senior Reviewer Lead Technician Design Technician Clerical Tota@ Labor i Costs Salary Costs $60 $42 $32 $60 $28 1 $20 (Labor & G&A) Task**"'-.-.. ............... .. . ............................... .,'.,.", * * ......."....,....,* ......... . . ..... - % .. * ..... . - - ... - . .... ......... " - ............... - ' 8.1 Conduct Preconstruction Conference 1 2 4 0 0 0 0 7 $506 83 Conduct Periodic Observations 3 16 16 0 0 0 0 — 5 $2,537 8.4 Issue Interpretations and Clarifications 0 4 2 0 0 2 0 8 $536 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 $625 Task 8 Subtotal 1 4 27 29 0 4 6 0 70 $4,736 .................... :::::9$::::::::::%17 ................ .. ........... ...... ................ ........ — LABOMEXPENSESUBTOT-ALX.: ..... ........ . .... — .... .:$46.219. OUTSIDE SERVICES Ground Survey $3,500 Geotechnical/Subsurface Exploration $1,000 ................... . . . ....... PFZOFIT ................................. .... . . ........ S6 83 -- .... ....... .... ................. ........ ..... ... ............... ..... ......... T U LJO wass WC1 P lPr.jZ is E 3 Attachment E Fee/Manhour Breakdown F 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 Manager $60 Project/Lead Engineer Engine $42 Design Engineer $32 Senior Lead Design Reviewer Technician Technician 1 $60 1 $35 $28 Clerical 1 $20 T I ot:j Labor Costs (Labor & G&A) Salary costs Salary Costs 1 Ir ............ . MRed ....... I ...... .. . . ........... . . ... . . . . . . ........ ....... ......... ... ............................................................... 1.1 Initial W st 1.1 Initial Worksh--'V:-I, ng- Records 1.2 1.2 Records Research 1 fW r S Re, 1.3 RIW Research 1.4 Coordinate Aerial/Ground SuLV�S.- 1.5 Conduct Traffic CountsNideotape Project 1.6 Coordinate Utility Locations 1.7 Review Accident Histo!y 0 0 0 0 0 0 1 1 1 0 0 1 2 2 2 F21 2 2 0 0 0 0 C' 0 2 - 0 0 E2 0 0 0 ... 0 3 $249 Igo 7 A S432 7 $405 4 $253 , N 12 $658 0 , I 2 $119 0 3 $19 , 7 Task I Subtotal 1 7 _. 1 11 0 1 2 16 1 38 $2,314 ............... ...... .............. ...... 2.1 Pre are Conceptual Layout 2.2 ELoject Traffic Volumes 2.3 Develop Conceptual Cost Estimate 2.4 Prepare Predesign Report 2.5 Conduct Predesiqn Meeting 0 0 0 I 1 1 2 1 1 2 2 2 4 0 2 2 =2 1 0 0 1 0 4 0 2 2 0 0 a2 ...... 0 1 2 1 0 0 T-- 0 - 0 0 3 0 14 2 8 10 3 4 $897 $156 $543 $629 -$268 Task 2 Subtotal 2 2 8 6 37 $2,492 ........... — ............ ............. 3.1 Develop Plan and Profile Sheets 3.2 Coordinate Geotechnical Investigations 3.3 Develop Traffic Si22al Plans 3.4 Design Drainae. System 3.5 Develop Signing/Pavement Marking Plan 3.6 Pre are Traffic Control Plans — 3.7 Prepare RAIV Map ' Legal Descriptions 3.8 Update Cost Estimate 3.9 QA/QC Review Task 3 Subtotal 1 0 0 0 0 0 0 0 1 12 1 12 4 1 2 2 2 0 3 39 24 2 0 12 2 4 4 4 0 0 52 0 0 0 0 0 0 2 1 4 0 7 32 0 4 4 2 4 0 0 0 0 46 36 0 105 $6,4 . 36 2 1 6 $339 4 0 20 $1,406 0 0 20 $1,287 2 0 7 $432 4 0 4 $863 4 0 1 12 $826 4 0 11 $714 — 0 0 4 $446 0 0 3 $234 56 1 202 $12,983 TUU0wassoJ01PJProi3.xls E-1 Attachment E Fee/Manhour Breakdown City of Owasso, Oklahoma Capital Improvement Projects Intersection and Signalization Improvements May 19, 1996 EAST 116TH STREET NORTH AND NORTH GARNETT ROAD INTERSECTION Total Classification of Employee Project 't Manager Project/Lead Engineer Design Enginee r Senior I Reviewer Lead Technician Design F--4 Technicia n Clerical Total Labor Costs Salary Costs .$Go $42 1 $32 —.-.$60 $35 $28 $20 (Labor & G&A) ............... .............. I ...... ....... I ....... ............. .. . . ....... . ........ ......... ............... .... I ............ ..... ...... ........ ........ ..... ...... ............... 4.1 Prepare Displays 0 1 1 1 0 2 ...... 2 o s $372 4.2 Conduct Public Meeting 0 —7 0 0 0 0 2 $138 4.3 Prepare Meeting Minutes 0 1 1 0 0 0 $212 Task 4 Subtotal 0 3 3 0 2 2 2 2 $722 .. .......... ..... 5.1 Incorporate Preliminary Review Comments 1 4 8 0 12 16 0 41 $2,515 5.2 Coordinate Addn. Field Surveys 0 0 2 0 0 0 0 2 $119 5.3 Prepare Miscellaneous Details 0 2 4 0 4 4 0 14 $863 5.4 Prepare Utility Plan 0 4 4 1 4 4 0 17 $1,131 5.5 Conduct Utility Coordination Meeting 1 4 0 0 0 0 0 5 $424 5.6 Develop Bid Documents/Special Specs. 1 2 4 0 0 0 6 15 $804 5.7 Update Cost Estimate 0 1 2 1 0 2 0 6 $413 5.8 QA/QC Review 0 0 0 2 0 0 0 2 $223 5.9 Final Desiqn 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 0 2 2 0 4 0 12 $744 6.2 Update Cost Estimate I I 1 0 0 2 0 5— $353 6.3 QA/QC Review 0 0 0 1 0 0 0 1 $112 Task 6 Subtotal 1 3 3 1 4 6 0 is $1,2091 7.1 Answer Questions, Issue Clarifications 1 2 0 0 0 0 0 3 $268 7.2 Prepare Addenda's 0 2 2 0 0 2 1 7 $417 7.3 Conduct Pre-Bid Conference 1 2 0 0 0 0 0 3 $268 7.4 Attend Bid Opening 0 1 0 0 0 0 0 $78 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 v7.7 Prepare Contract Documents 0 1 1 —0 0 0 3 5 $249 Task 7 Subtotal 3 9 5 0 0 2 5 24 $1,626 TU LlOwnso]Cl P[P roj1xis E 2 TUL/MassoICIP[Proi1xis E-3 Attachment E F 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 Employee Project Manager Project/Lead Engineer Design Engineer Senior Reviewer Lead Technician Design Technician Clerical Totai Labor Costs Salary Costs $60 $42 $32 $60 1 $35 $28 $20 (Labor& G&A) ................... ............ .. ....... ...... 8.1 Conduct Preconstruction Conference 0 1 1 0 ... —0 . .. . ...... 8.2 Conduct Periodic Observations 1 8 0 0 2— $138 - 8.3 Issue Interpretations and Clarifications — 0- 2 4 2 J 0 0 0 0 0 13 $975 8.4 Conduct Final Inspection 0 2 3 0 2 0 6 $379 8.5 Prepare Record Drawings 0 0 0 0 5 $335 0 1 2 OE 4 2 0 9 $443 Task 8 Subtotal 1 14 12 0 4 4 0 — 35 1 $2.269 . .... ........... ................... ILAaMEXPENSESUSTO -TAL ...... ................ ....... ........... ................ ... . . ......... .... .......... .. — $34 OUTSIDE SERVICES Ground Survey GL-otechnical/Subsurface Exploration $3,5-00 $1,000 ,PROFIT ...................................................... . . . ... S. M: �Oarfuac7kMOUntT ..................... %....� ............... ................................ .... .................. ........... .. . ...................... ........ —.1 . ... .. $5,127 ................. . . ............. ..... ........... ..... ......... TUL/MassoICIP[Proi1xis 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 I Total Classification of Employee Project Manager Project/Lead Engineer Design Engineer En r Senior I Reviewer Lead - Technician Design Labor I Technician Clerical Totai Costs Salary Costs $so $42 $32 $60 $31. $21 $21 (Labor & G&A) ......... .......................... ........ .. ............... ........ .. .... .... .. ...... ... 1.1 -Initial Workshop/Kick-Off Meetin 1 1 0 0 0 0 3 $249 1.2 Records Research 0 1 2 0 2 2 0 7 1432 1.3 R= Research 0 1 2 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 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 1 Subtotal 1 7 11 0 —7-3 16 1 39 $2.379 Task-2 - Pi-6design-: .................... . ... ..... . . . .......... ............ ................ 2.1 Prepare Conceptual Layout 1 2 4 1 16 0 0 24 $1,659 2.2 Project Traffic Volumes 0 2 0 0 0 0 0 2 $156 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 0 3 49 $3,452 * -. .. .. .'. is .. .. is.:::: .. -' -' .. . .. .. -'. * -' .... .... .. -' - * - * .. .. - . .' - ' - ' - . . . . . . . ' - . - * ... I ............ ........... 3.1 Develop Plan and Profile Sheets 2 16 32 0 40 48 0 138 $8,482 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 $:1$406 3.4 Design Drainage System 0 4 12 0 4 0 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 R/W Map, Legal Descri ptions 1 2 4 2 0 8 0 17 $1,146 3.8 Update Cost Estimate 1 2 4 1 0 4 0 12 $826 3.9 OA/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 I $584 Task 3 Subtotal 5 43 64 7 54 72 1 246 1 $15,810 i -1 TU LIO wasso/C I P/Proj4.xls E - I Attachment E Fee/Manhour Breakdown City of Owasso, Oklahoma Capital Improvement Projects F Intersection and Signalization Improvements May 19, 1998 EAST 86TH STREET NORTH AND NORTH 145TH EAST AVENUE INTERSECTION Total Classification of Employee Manager Engineer Design Senior Engineer Reviewer v Lead Technician Design Labor Technician T h Clerical Totai Costs Salary Costs $32 $60 $35 $28 $20 (Labor & G&A) ....................... .................... ........... ...... ........ ...... — .... ................................... ...... ... .... ... 4.1 Pre are Displays 0 1 1 0 2 1 2 1 0 --T 6 $37 . 2 . 4.2 Conduct Public Meeting 1 1 1 0 0 0 0 3 $249 4.3 Prepare Meeting Minutes 1 1 1 0 0 0 2 5 $324 Task 4 Subtotal 2 3 3 0 2 2 2 14 $945 Task" ................ ...... .......... ............. ...... ............ ....... ..... . .......... ... . .. ... ........... ..... . . . 5.1 Incorporate Preliminary Review Comments 2 8 12 0 16 24 62 0 $3.854 5.2 Coordinate Addn. Field _Surveys 0 0 2 0 0 0 0 2 $119 5.3 Prepare Miscellaneous Details 1 2 4 0 4 4 0 15 I $975 5.4 Prepare Utility Plan 5.5 Conduct Utility Coordination Meeting 0 1 4 4 4 0 2 0 4 0 4_ 0 18 $1,242 0 0 5 $424 5.6 Develop Bid Documents/Special Specs. 1 2 4 0 0 0 8 15 $804 5.7 Update Cost Estimate 1 1 2 1 0 - 4 0 9 $629 5.8 QA/QC Review 0 0 0 2 0 0 0 2 $223 5.9 Final Design Review Meetin2 1 3 4 0 o —0 C, 8 $584 Task 5 Subtotal 7 24 32 5 24 36 8 136 $8,854 .......... ............ . ................ .. ................... ...... ........ ... ........... 6.1 Incorporate Final Review Comments 6.2 Update Cost Estimate 1 4 1 4 1 0 0 8 0 8 2 0 25 S1,600 0 5 $353 6.3 QA/QC Review - 0 0 1 0 0 0 2 $223 Task 6 Subtotal 3 5 5 1 8 10 0 32 S2,176 .............. ...... ........ 7.1 Answer Questions, Issue Clarifications 1 4 0 0 0 0 0 5— $424 7.2 Pre are Addenda's 0 2 2 0 0 0 2 2 8 $454 7.3 Conduct Pre-Bid Conference 7.4 Attend Bid Openin2 7.5 Pre Bid Tabulation 7.6 Evaluate Bids/Prepare Recommendation 7.7 Pre are Contract Documents 1 0— 0 - - 1 -T 2 1 0 2 2 2 0 E 2 2 0 0 0 ME 0 =0 0 0 0 0 0 0 5 0 0 1 0 3 4 0 0 5 0 4 9 $387 $78 $171 $387 $536 Task 7 Subtotal 4 13 9 1 0 0 2 9 37 $2,437 TU L10 wasso1ClP1Proj4.x1s E 2 TUL10wasso]C1P1Praj4.x1s 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 s enior Reviewer I Lead Technician g. Technician Clericai Total Labor Cos's Salary Costs $60 $42 $32 $60 $35 1 $20 1 (Labor . G.A) .......................... .. ...... . * .............. I ............... ........ 8.1 Conduct Preconstruction Conference 1 2 4 0 0 0 0 7 $506 8.2 Conduct Periodic Observations 3 16 16 0 0 0 0 35 $2,537 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 8 $532 8.5 Prepare Record Drawings 0 2 2 0 4 4 0 12 $625 Task � St4al J. 4 27 29 0 4 ..... .... .. ..... lB64igtia -to-rAL :7 24 .6.72.0 3. DIRECT.PROJECT.EXPE-NSES:-:-:-:-:-:-:-:.,-,-, - :K43f ..................................... .................. ....... OUTSIDE SERVICES —Ground Survey $3,500 —Geotechnical[Subsurface Exploration $1,000 'OUTSIDE SERVICES S118T0T-AL:-:-:-:-:-:`"."­' $4�600 ............ .................... . ... PROFIT ............................... . . . . ... ............. ..... .... ...... TQTAL:LUMP:SUM:CGNT-RACT-AMOU!iT.' I .............. TUL10wasso]C1P1Praj4.x1s E - 3 Attachment E Fee/Manhour Breakdown City of Owasso, Oklahoma Capital Improvement Projects Intersection and Signaiization Improvements May 19, 1996 EAST 86TH STREET NORTH AND NORTH 123RD EAST AVENUE INTERSECTION Total Classification 0: Employee _e Senior classification of Employee Project/Lead i I Lead Design Labor Manager I Salary Costs anager Engineer Engineer Reviewer I Technician Technician Clerical Total Costs $60 $42 $3 m&A) .. ...................................................... 1.1 Initial Workshop/Kick-Off meeting 1.2 Records Research 1.3 R/W Research [1-4 Coordinate Ground Surveys ' 5 Conduct Traffic Counts/Videota e Pro'ect Coordinate Utili 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 1 . ..... 2 0 0 0 0 — 0 — 0 0 0 .......... 0 0 0 1 0 0 0 0 0 0 0 .... S7 . 8 0 - 2 N_ 0 4 S223 0 0 0 $o 10 0 11 S599 -- 0 0 2 S119 0 0 0 3 $197 Task 1 Subtotal 0 3 8 0 0 0 1 12 0 23 $1,335 2.1 Project Traffic Volumes 2.2 Develop Traffic Signal Plans 2.3 Develop Si W_ 2 nin2/Pavement Marking Plan � are Traffic Control Plans F2.5 Pre are Cost Estimate reEnmReview Tin r W Design Review Meeting — 0 0 0 0 0 0 2 12 1 1 1 0 0 0 2 2 0 0 o 2 0 0 z 1 0 1 0 z 0 1 0 0 ::::Cl:::=7 0 0 0 24 7 8 2 2 S156 $1,614 $458 $432 $472 $223 223 $156 Task 2 Subtotal 0 19 8 2 10 13 0 52 $3,512 $3"512 ask - Fin-d 13-i [3 ...................... ....... .... I . ... ..... .................. .............. .1 Co 13nr 'rate F 3.1 Inco o-- Comments 3 2 Pre are �i.' 12 Pre are Miscellaneous Details 3.3. Develop Bid Documents/Special Specs. 3.4 U2date Cost Estimate 3.5 QA/QC Review 3.6 final Design Review Meetin 0 0 0 0 0 0 1 2 1 4 1 0 2 2 2 2 2 0 1 0 0, — 0 1 —0 . ... ....... . 4 2 0 . . . . 2 0 0 0 a6 ......... 0 12 0 7 14 3 1 0 1 0 2 M,$ $744 $432 $729 $197 $112 $156 Task 3 Subtotal 0 10 8 1 6 39 2, 3 710 - 'raik 44::�irWa ka�islons ....... ................. . ........... ....... "e'" s' ' .... ** ..... .. ............ ....... . ...... ....... .. ........................... .1 r In Eote Final � 4 Inc r orate Review Comments U at Cost 1 4.2 U date Cost Estimate r4.3OA/QC Review QA/QC vi, 0 0 0 2 1 0 2 0 - T-1 D; 0 1 4 0 4 0 12 0 _$-, 44 '138 — 112 Task 4 Subtotal 0 3 393 TUQ0wassalClP1Praj5.x1s E I ............ I . I ........ ...... I I ..... I I .... -: � . : : $16A72:� TU L/0waSSo/C1P/Proj5.x1s E 2 Attachment E Fee/Manhour Breakdown C4 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 Projec 'L Engitn:e, =,dDe Design r =.'inee, Senior Reviewer Lead Technician Design Technician Clerical Total Labor Costs Salary Costs $60 $42 $32 $60 $35 $28 $20 I (Labor & G&A) .Tdsk5:Biddin0-:-:.:.-. ...... ........ I . .......... . , I % � ................... ................. ......... 5-1 Answer Questions, Issue Clarifications 0 2 0 0 0 0 0 2 S156 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 $156' 5.4 Attend Bid Opening 0 1 0 0 0 0 0 $78 5.5 Prepare Bid Tabulation 0 2 0 0 0 0 2 -i 4 $231 5.6 Evaluate Bids/Prepare Recommendation 0 1 1 0 0 0 0 2 $138 5.7 Prepare Contract 2 0 0 2 6 $350 Task 5 Subtotal l 0 12 3 0 1 0 2 6 23 $1,443 ............................................. r'.1.1.1.1 ... I.,..*.* ..... sia* ................................. ............................ ..... .... .. ... ..... .... ... . .. ... ...... . . ... ...... 6.1 Conduct Preconstruction Conference 0 2 0 0 --F-0 0 0 2 $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 $625 6.4 Issue Interpretations and Clarifications 0 4 0 0 0 0 2 6 $387 6.5 Conduct Final Inspection 0 3 0 0 0 0 0 3 $234 6.6 Prepare Record Drawings 0 1 2 1 0 0 4 2 0 8 $521 ............ ...... Task 6 Subtotal 0 I 21 2 0 4 2 3 32 $2,236 ............. ........... :': : :.�4: LABOWC-XPENSESUBTD.TAL.:•.'.*.'.''.'.,.-''..-".,.,.,.'.'.'.'.'.'.' ...................................... ....... . %. � .............. .......... ........ OUTSIDE SERVICES - None OUTSIDE SERVICES PROfIi ................. ................. ................ ........ ......................... ............. .......... ............. .......... ... ..... ...... ............ I . I ........ ...... I I ..... I I .... -: � . : : $16A72:� TU L/0waSSo/C1P/Proj5.x1s E 2 Attachment E Fee /Manhour Breakdown City of Owasso, Oklahoma Capital Improvement Projects Street Rehabilitation Projects May 19, 1993 STREET REHABILITATION PROJECTS Total Classification of Employee Project Manager Project/Lead Engineer Design Engineer Senior Lead Reviewer Technician Design Technician C €ericai Total Labor Costs Salary Costs $60 $42 $32 $60 $35 $28 520 (Labor & G&A) 1.1 Initial Workshop/Mick-Off Meeting 1.2 Records Research 1.3 Coordinate Ground Surveys 1.4 Coordinate Utility Locations 1 0 0 0 1 1 1 0 1 2 0 4 0 0 0 0 0 0 0 0 0 0 3 2 0 5 0 1 2 0 0 4 $249 s301 $115 $238 Task 1 Subtotal 1 3 7 0 o 2 4 $904 Task 2: Pieliritina besi ri ::::::: ii ............ i:::::....... .. ; .. ; ; . ; :.;.:.;.:: ; ; ; :::: :........... .:.:.:.;.:.;.:.:... ;.:.:... ;.;.;.:. ..:.;.,.:.:.:..,.:.:.:.:.:..... . 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 o 2 12 1 6 2 2 0 3 16 0 s 2 4 0 0 0 0 0 0 1 2 0 24 0 0 d 0 0 0 24 2 1 d 4 0 0 0 78 $4,925 1 4 $219 0 14 $990 0 12 $744 0 $714 0 2 $223 0 5 $458 Task 2 Subtotal 5 26 28 3 28 35 1 126 $8,273 .....1..... ... ...0.. ... :::12::.. 3.1 Incorporate Preliminary Review Comments 3.2 Coordinate Addn. Field Surveys 3.3 Prepare Miscellaneous Details 3.4 Pre are Utility Plan 3.5 Conduct Utility Coordination Meeting 3.6 Develop Bid Documents /S ecial Specs. 17 Update Cost Estimate 3.8 QA/QC Review 3.9 Final Design Review Meeting 0 1 1 1 1 0 0 2 4 0 4 2 2 2 2 0 2 2 4 2 2 4 4 0 0 0 0 0 0 0 1 2 0 12.. 0 4 2 0 0 0 0 0 0... 37 $2,306 0 0 2 $119 4 0 17 $1,131 0 0 7 $517 0 0 5 $387 0 8 15 $804 4 0 11 $714 0 0 2 $223 0 0 4 $379 Task 3 Subtotal 7 18 26 3 18 20 8 100 $6,581 Task'4:Pfria1'tte' visions...:..!!.:::::: 4::::::::•:::::::<ii.::::::;;;:::;: :::::;;::::::::::::::...:.....: Incorporate Final Review Comments 4.2 Update Cost Estimate 4.3 QA/QC Review 0 0 0 2 T 1 0 4 1 �2�0 0 8 o 0 8 4 0 0 22 $1,332 �0�1 �311 Task 4 Subtotal 0 3 8 12 $ 1, 849 TULIOWASSOICIPIPROJ6.XLS E i Attachment E Fee/Manhour Breakdown City of Owasso, Oklahoma STREET REHABILITATION PROJECTS Total Classification of Employee Project Project/Lead Design Labor Salary Costs Manager Engineer Engineer En I Clerical I Total Costs $60 $42 $32 $60 $35 1 $28 $20 (Labor & G&AI TU LIDWASSIDICIPIPROJ ULS E 2 - _ Fme/Manhmur8reakdown City of Owasso, _Oklahoma Projacts_ _ _ Sports Park Expansion N., I — ^`.`,,=:,.°��rP 1.1 Conduct |ntnod ------~----~'---- --- 1.2 Review Pnevouo Plans and Studies 1.3 Interview Owner's Personnel ��� Interview User Groups cps____________� 1.5 Pe�omo8deEve|uut�n - --------------------------- 1.8 Develop Guidelines, Goals and Design Ch' 17 Prepare Program Summary — 1.8 Organization nf Public vvnrknh 1.9 Attend and _Facilitate Public Workshop 110 Document Planning Alternatives Task I Subtotal City mf Owasso, Oklahoma Sports Park Expansion - Four Plex Project ( cipal Project CAD Total 2_ 0 0 2 '2 n O 2 2� U O 2 O- Q 2 2_ 2_ O 4 2 2 O 4 2 O O 2 8 8 O 8 2 O O 2 2 O O 2 18 4 O 22| 2 .1 "",�"p Base Plans Q 2 ^`````4 ` O `. 2.2 Develop and Evaluate Optional Solutions 4 4 O 8 2.3 Design Phase 16 8 40 64 2.4 Conduct op|an review with City ofOwasuq 2 O O 2 2.5 Prepare Project Preliminary Cost Estimate' 4 0 0 4 City of Owasso, Oklahoma Classification of Employee Principal Project CAD Total Task 2 Subtotal,. 26. 14 44 841 3.1 Prepare Final Construction Documents 4 8 30 42 3.2 Prepare Technical Cunotn�cbnnSpe��uat ' -- — — 8 O O 8 3.3 Prepare Biddin g Info., Proposal Forms 8 0 O B � O Conduct Fina|PhaninHend Review ��thC _ _ 4.5 Prepare Bid Tebu�bonn � - - - - - 2 0 3,4 Make Final Aduatm�ntstuthePhann � � ��� � � ������ 4 2 8 14 3.5 Project Final Estimate 4 O Q 4 Task 3 Subtotal 28 10 38 76 -' 313� ME 4.1 Advertisement for Bidders 1 0 8 1 4.2 Conduct e Pre-Bid _ _ 2 8 O 2 4.3 AnavverC>ueet�nsand{aeueAddendum � 4 U 8 4 44 Bid opening � � 1 � O O 1 4.5 Prepare Bid Tebu�bonn � - - - - - 2 O O 2 4.8 Recommend Award of Contract 1 0 D 1 _ Task 11 8 U 11 5.1 Conduct e Pre-Cons tnuotionMeeting 2 Q D 2 52 Review & Approve Shop Drawings and Sul 4 _ _O O 4 5.3 Review and Approve Contractors Pay Req 6 0 0 6 5.4 Make Visits to the Project Site to Observe 20 0 0 20 TUL/0WASS0/C1P1PDGFEE.XLS 05/19/98 Fee/Manhour Breakdown City of Owasso, Oklahoma PLANNING DESIGN GROUP Sports Park Expansion - Four Plex Project Classification of Employee Principal In Charge Project i Design CAD � Production Total 5.5 Respond to Construction Questions 4 0 0 4 5.6 Make and Issue Change Order Recommer 2 0 0 2 5.7 Prepare and Administer Contract Close-OL 8 0 0 8 5.8 Produce Record Drawings, 0 0 12 12 Task 5 Subtotal 46 0 12 58 or ®air 1 2 1 2151 . ........... TUL/OWASSO/CIPiPDGFEE.XLS 05119198 f P Page•Zebrowski A Architect D Architects B Other P Bellwether D Design 1 M MEP E Engineering W Drafting O Other P Princi al E Wallace Engineering Draftin O Planning D Design C Princi ai E CH2MHill I Drafting O OtrerII T I MEPQns39ne { _ { C• - - 2.0 1.0 S 1.0 5 2.0 S 2.0 2 2.0 S 2.0 5 1.0 4 4.0 5 1.0 2 2.0 S 2.0 2 2.0 S 2.0 2 2.0 2.0 1 16.0 4 4.0 Q Q S 4.0 8 8.0 2 24.0 4 4.0 1 14.0 1 12.O 1 12.0 5 8.0 2 20.0 4 40.0 5 92.0 8 8.0 6 64.0 5 4.0 8 8.0 1 100.0 1 16.0 2 2 5 4.0 4 4.0 i i + + 5 8.0 8 8.0 { { 2.0 2 2.0 $ New City Hail (w/PMn Category of Services Page•Zebrowski Princ{ al Architect Architects Draftin OYher .3 Review & Coordination with Engineering .4 Coordination & Review with PMT .5 Update Schedule .6 Update Budget .7 Review, Seal & Issue CD's to PART 6,0 akKwlg .1 Attend Pre -Bid Conference .2 Respond to BidderVPMT Inquiries .3 Review Bids & Make Recommendations 7.0 Construction Phase .1 Attend Pre - Construction Conference .2 Attend Weekly Construction Meetings with PMT, all Trades .3 Inspect Construction Weeky, Provide Re�wrf .4 Review and Approve Submittals 8 shop Drawmgs .5 Respond to Qualified Requests for Clarification .6 Prepare & Approve Change Orders .7 Review & Approve Pay Applications .8 Attend Punch List &Final 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 Bellwether Design . MEP Engineering 1.0 1.0 46.0 30.0 278.0 130.0 Wallace Engineering Planning Design f' CH2PAHll Other Principal Engineer Draftino Other Prncicai Other Prncioal FnNneer nr 4.0 2 Other I Totals: 1 54,895 S1,395 5460 S650 53,914 S695 $3,734 S1,664 $1,249 513,740 5626 54,020 52.,954 S1,935 S3,304 27.0 191.0 127.0 4.0 14.0 3.0 68.0 32.0 5.0 5179,213 Boundary & Topo Survey: 5,500 Geotechnical Survey (2 holes): 750 Reimbursables: 2,037 Adjusted Total: 3187,500 Community Center (wJPMT) Category of Services 1.0 Site evaluation and Selection 2.0 Project Planning .1 Site Research Zoning Boundary & legal survey Topo survey Geotechnical report Underground utility location and capacity Pariong requirements .2 Space and Use Planning .3 Furniture, Fixture and Equipment Planning .4 Preliminary Budget .5 Preliminary Schedule 3.0 Schertatic Design .1 PreAminary Building Code Review .2 Floor Plan/Roof Plan .3 Elevations (Roof appearance) .4 Presentation Drawings .5 Presentation Meetings ' .6 PMT Review Meetings &Revisions .7 Carpet Recommendations .8 Update Schedule .9 Update Budget 4.0 Design Development .1 Building, Fire and MEP Code Review .2 CAD Base of Floor Plan .3 CAD Base of Exterior Elevations .4 Typical Wag Sections .5 Outline Specifications, incl MEP .6 Preliminary Structural Drawings .8 Preliminary MEP Drawings .8 PMT Coordination, Reviews & Revisions .9 Update Schedule 1 .10 Update Budget Al Preparation of Presentation Drawings 5.0 Construction Documents .1 Prepare CD Drawings .2 Prepare Specifications j .3 Review & Coordination with Engineering .4 Coordination & Review with PMT Page^Zebrowski Princ' al Architect Architects Draftin Other �� Bellwether Princi ai Design Desi ner MEP Principal Engineering Engineer Drafting Other J Principal Wallace Engineering En ineer Drafting Other ;° Planning Principal Design Other Principal CH2MHill Engineer Drafting I Other i c r 1.0 x 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 �1 6� i i _ 4.0 36.0 4.0 4.0 4.0 12.0 2.0 LE - 2.0 2.0' 2.0 2 0 . 2.0 NEP � Totals ) $70 51,890 S1.090 S760 S20,r 52.420 $640 S400 S400 City Hall Renovation & New Page^Zebrows$d Architects Pofrce Department (wlPktT) Principal Architect Draftin Other Bellwether Design Principal Designer CEI Engineering Principal Engineer Drafting, Other Wallace Engineering Princi ai En ineer Drafting Other Planning Design � CH21,11-lili Principal Other Princi of Engineer Drafting Other C Totals: category of Services & && s - 1 - 0 Site evaluation and Selection IT I 2-0 Project Planning .1 Ste Research Zoning Boundary & legal survey Topo survey Geotechnical report _ Underground utility location and capacity Parting requirements - .2 Space and Use Plan 1.0 2.0 2.0 S 2 90 .3 Furniture, Fixture and Equipment 1.0 2.0 - 5230 Ptannffbg .4 Preliminary Budget 1.0 2.0 5230 5.0 Prelso inary Schedule 1.0 2.0 ° S 2 3 0 3 -0 Schematic Design .1 Pre&rnhary Building Code Review 1.0 4.0 16.0 4.0 2.0 1.0 S1,405 .2 Site Plan & Conceptual Landscape Plan .3 Floor Plan 4.0 12.0 24.0 2.0 S2,340 .4 Elevations 2.0 8.0 16.0 4.0 51,580 .5 Presentation Drawings 1.0 8.0 24.0 16.0 52,210 .5 Presentation Meetings 2.0 4.0 2.0 5520 PUT Review Meetings & Revisions 4.0 8.0 4.0 4 -0 4.0 _ S1,560 .7 .8 Exterior Material Recommendations 1.0 4.0 2.0 ?� S430 .9 Update Schedule 1.0 2.0 1.0 5260 .10 Update Budget 1.0 4.0 1.0 2.0 4.0 S790 4 -0 Design Development .1 Building, Fire and MEP Code Review 8.0 2.0 1.0 2.0 S 91 5 .2 CAD Base of Site Plan, inc:l utilities 2.0 4.0 1.0 _ $350 .3 CAD Base of Floor Plan 4.0 40.0 4.0 s $2,200 .4 CAD Base of Exterior Elevations 8.0 32.0 2.0 52,060 .5 Typical Wall Sections 8.0 16.0 51,280 .6 Outline Specifications, ind MEP 4.0 16.0 $760 .7 Preliminary Structural Drawings 8.0 2.0 12.0 16.0 $2,250 .8 Preliminary MEP Drawings 16.0 8.0 2.0 12.0 24.0 S3,410', -9 PMT Coordination, Reviews & Revisions 16.0 4.0 `r 4.0 8.0 4.0 6.0 52,390 .10 Update Schedule 1.0 r 570 .11 Update Budget 2.0 1.0 2.0 1.0 2.0 $590 .12 Preparation of Presentation Drawings 4.0 24.0 16.0 59,840 5.0 Construction Documents .1 Prepare CD Drawings 12.0 80.0 8.0 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 4.0 - 1.0 4.0 $2,585 Schedules & Specifications City Hall Renovation & New Police Department (w/PNM Category of Services Page°Zebrowski Prindpal Architect Architects Drafting Other .3 Review & Coordination with Engineering 4 Coordination & Review with PMT .5 Update Schedule ,6 Update Budget .7 Review, Seal & Issue CD's to PMT 6.0 BKk*)g ,1 Attend Pre -Bid Conference ,2 Respond to Bidders/PMT Inquiries .3 Review Bids & Make Recommendations 7,0 Construction Phase .1 Attend Pre - Construction Conference .2 Attend Weekly Construction Meetings with PMT, all Trades .3 Inspect Construction Weekly, Provide Report .4 Review and Approve Submittals & Shop Drawings .5 Respond to Qualified Requests for Clarification .6 Prepare & Approve Change Orders .7 Review & Approve Pay Applications .8 Attend Punch List &Final Inspections .9 Prepare Record Documents TOTAL HOURS: 16.0 8.0 8.0 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 fill CEI Engineering Other 2.0 Wallace Engineering �'j Planning Design [] CH2iVl Hill 9.0 94.0 72.0 4.0 12.0 73.0 46.0 Other I Totals: S2,240 51,040 5130 S335 5370 5280 51.540 $565 5720 52.700 $2,415 52,155 S1,775 S460 51,060 560,000 Adjusted Total: 560,000 AcWty 27MAY98 Project Float OWAS Project Finish DescripUon 1998 1 1999 Data Date 2000 2001 Bidding Phase 1 2 3 4 1 2 3 4 1 2 1, tion Signalizat-ron Improvements East 86th St. North and North Mingo Rd. Intersection T— East 76th St North and North 129th East Ave. Intersection East 116th St. North and North Garnett Rd. Intersection ®L Combined East 86th St. North and North 145th East Ave. Intersection Projects — - - — — — — — — — East 86th St North and North 123rd East Ave. Intersection Rehabilitation. et Resurface North Main St. (1st St to 9th St) ...... Resurface Atlanta St (3rd St. to 11th St.) Resurface Carlsbad St (3rd St. to Sth St) and Beaumont St. (5th St to 7th St.) Combined Protects Resurface North 129th East Ave. (High School to East 93rd St North) Resurface East 86th Street (North Mingo Rd. to Main St.) Resurface 11th St (Main St to Cedar St) Park Projects- New Four-Field SoftballfBaseball Complex i�6ctural Projectg New City Hall Community Center Renovations Existing City Hall Renovations (1) - Includes four (4) month construction period and four (4) month period for turf growth Project Start 27MAY98 Project Float OWAS Project Finish 01NOV00 O Design Phase Data Date 27MAY98 Bidding Phase Plot Date 21 MAY98 Construction Attachment F 1998 City of Owasso Capital Improvement Projects Projects Schedule Sheet 1 of I K AGREEMENT t0 ENGINEERING SERVICES EAST 86TH 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 86th 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 undertaken 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 perfor-rn 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 REPSONSIBILITY. 5.1 ENGINEER shall not be responsible for construction means, methods, techniques, sequences, procedures, or safety precautions and programs in connection with the PROJECT. 6.0 OPINIONS OF COST AND SCHEDULE. 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 LIABILITY 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 LAWS. 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. Linder 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. I 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 performed 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. l.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 M 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 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. 15.0 SEVERAELIITY. 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, E, 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. 17.0 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 W corrected at the sole expense of the ENGINEER. The ENGINEER will meet with the CITE' 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: THE CITY OF OWASSO, OKLAHOMA A MUNICIPAL CORPORATION Date: ® YerMetary AGREEMENT M ENGINEERING SERVICES EAST 86TH 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 86th Street North and North Mingo Road intersection, The improvements include the construction of a five lane East 86th 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. I me] ENGINEERING SERVICES EAST 86 "H STREET NORTH AND NORTH MINGO ROAD INTERSEC'T`ION 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.I. Phase No. 1. PRELIMINARY DESIGN. Work with the CITY appointed Personnel to evaluate and develop a revised preliminary design to construct a five lane arterial street on East 86th Street North and a four lane arterial street on North Mingo Road. N B.1.1. 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.I.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.1.7. Prepare revised PRELIMINARY PLANS, in accordance with CITE' 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 I ® 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. E.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. A2 Phase IL 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 verifted 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 11" 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: IN • Cover Sheet indicating "FINAL, PLANS" • Summary Sheet including: ® Pay Quantities and Pay Item 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. 11 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. 83. Phase 111. SERVICES DURING CONSTRUCTION. SERVICES DURING CONSTRUCTION shall include all necessary tasks to take the PROJECT through the construction phase. Tasks shall include: 8.3.1. Review and approve shop drawings or submittals by the Contractor for general compliance with contract documents. 8.3.2. Attend the Pre -Mork Conference, B.3.3. Respond to construction questions from CITY personnel. 8.3.4. 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 make 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. 12 AGREEMENT ENGINEERING SERVICES EAST 86Tr1 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.1. 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. C.4. 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. im • ''. ENGINEERING SERVICES EAST 86Tn STREET NORTH AND NORTH MINGO ROAD INTERSECTION SCOPE OF SERVICES COMPENSATION ATTACHMENT D B. COMPENSA'T'ION. The CITY agrees to pay, as compensation for services 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 IL 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 D'I'ES. 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. ENGINEER III $ 78.00 /hr. ENGINEER I1 $ 65.00 /hr. TECHNICIAN IV $ 55.00 /hr. TECHNICIAN 11 $ 46.80/hr. TECHNICIAN I $ 36.40/hr. SURVEY TEAM (2 nlen) $ 95.00 /hr. CLERICAL 1 $ 31.20 /hr. Rates include overhead and profit. IN Engineer IV 78 MH @ $ 91.00 – $ 7,098.00 Engineer II 89 MH @ $ 65.00 – $ 5,785.00 Technician II 93 MH @ $ 46.80 = $ 4,352.40 Land Surveyor 0 MH @ $ 52.00 _ $ — Subtotal Labor 260 MH $ 17,235.40 Total Direct Labor Expenses $6,682 Final Plans Design Other Pass - through Expenses: $ 26,000 Reproduction - Plan -In -Hand Plans 1/2 1325 Sheets @ $ 0.20 = $ 265.00 $ 2.65.00 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 II 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 $2.65 $8,500 $8,765 $ 19,318 2500 Sheets @ $ Plan-In-Hand Design Fee = 26,000 = $ 500.00 Estimated number of total sheets: 60 $ 6.00 Std. Hourly 900.00 1237 Sheets @ Rate 54 MH @ $ 91.00 = $ 4,914.00 128 MH @ $ 65.00 = $ 8,320.00 130 MH @ $ 46.80 = $ 6,084.00 0 MH @ $ 52.00 = $ - 312 MH $ 19,318.00 $ 19,318 2500 Sheets @ $ 0.20 = $ 500.00 150 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): Std. Hourly Rate Engineer IV 33 MH @ $ 91.00 = $ 3,003.00 Engineer II 56 MH @ $ 65.00 - $ 3,640.00 Technician II 29 MH @ $ 46.80 = $ 1,357.20 Land Surveyor 0 MH @ $ 52.00 = $ - Subtotal Labor 118 MH $ 8,000.20 Total Direct Labor Expenses $ 8,000 Construction Fee W 8,000 Estimated number of total sheets: 75 `iotal Fee = 00,000 TO: THE HONORABLE MAYOR AND CITY COUNCIL, CITY OF OWASSO FROM: ANA C. STAGG, P.E. DIRECTOR OF PUBLIC WORDS SUBJECT, EAST 96TH ST . + ET NORTH AND NORTH GARNETT ROAD INTERSECTION IMPROVEMENTS PROPOSED CHANGE 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 comer 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 not to exceed $80,000. PLAN DOCUMENTS: It is necessary for City Council to act on the change order request before construction documents can be created. Upon creation of the sewer line plans and construction of the sewer line, the contractor will submit the final change order request to staff for payment. The staff, pending Council approval, will direct the contractor not to exceed $80,000 for all work relating to the proposed Change Order No. 1 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. RECOMMENDATION: The staff recommends 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.