Loading...
HomeMy WebLinkAbout67-11 RESOLUTIONRESOLUTION NO. 67-11 A RESOLUTION TO DESIGNATE THE LOCATION OF WASHINGTON REGIONAL MEDICAL CENTER AS THE NEW LOCATION OF AND THE SUCCESSOR HOSPITAL OF THE CITY HOSPITAL, TO APPROVE AND AUTHORIZE THE MAYOR TO EXECUTE A QUIT CLAIM DEED TO CONVEY THE CURRENT SITE OF THE CITY HOSPITAL TO WASHINGTON REGIONAL MEDICAL CENTER, ALL CONTINGENT UPON THE CONCURRENT ACTION OF THE BOARD OF TRUSTEES OF THE CITY HOSPITAL TO DESIGNATE WASHINGTON REGIONAL MEDICAL CENTER AS THE SUCCESSOR CITY HOSPITAL AND THE DONATION OF APPROXIMATELY 1.1 ACRES BY WASHINGTON REGIONAL MEDICAL CENTER FOR CONSTRUCTION OF THE ROUNDABOUT AT NORTH HILLS BOULEVARD AND FUTRALL DRIVE. WHEREAS, Mr. S.K. Stone and Mrs. Amanda M. Stone very generously deeded to Fayetteville a city block of land "to be by the said city, held in trust and maintained as a city hospital," in deeds of 1906 and 1909; and WHEREAS, the citizens of Fayetteville taxed themselves to construct the City Hospital soon after the property was conveyed to Fayetteville in trust and this hospital has served our citizens well for over a century; and WHEREAS, Washington Regional Medical Center was established in Fayetteville and has served Fayetteville citizens well as our primary, full service hospital for many decades, first at College and North and now at its current location on North Hills Boulevard; and WHEREAS, because of the age and condition of the facilities on the land donated in trust by the Stones to the City, it is appropriate to designate Washington Regional Medical Center at North Hills Boulevard as successor City Hospital which is entitled to the current City Hospital's premises in trust "to be devoted exclusively to the establishment and maintenance of the successor City Hospital (WRMC). NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby designates Washington Regional Medical Center as the successor to the Stone City Hospital at its location on North Hills Boulevard in Fayetteville. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves and authorizes Mayor Jordan to execute a Quit Claim Deed to Washington Regional Medical Center of the property donated to the City of Fayetteville by the Stones in 1906 and 1909 to be held by the City in trust until the location of the city hospital is changed and then "the entire Page 2 Resolution No. 67-11 proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of the newly designated successor city hospital. Section 3; That the City Council of the City of Fayetteville, Arkansas hereby expresses its intent to rapidly appoint sufficient successor trustees to the board of trustees named in Stones' 1906 deed to establish at least a quorum so that the Board of Trustees can determine whether to designate Washington Regional Medical Center as the successor to the Stone City Hospital at Washington Regional's address on North Hills Boulevard in Fayetteville. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby gratefully agrees to accept Washington Regional Medical Center's generous donation of approximately 1.1 acres of land needed for the Roundabout at the North Hills Boulevard and Futrall Drive intersection to alleviate congestion and provide better traffic flow for Washington Regional Medical Center's staff and patients and for other Fayetteville citizens. PASSED and APPROVED this 19`t' day of April, 2011. APPROVED: go ATTEST: By: n"a�� SO RA E. SMITH, City C1erk/Treasurer ,���nnirrrr�, F'AYETTEVILLE a v f� ° ° :J eW' P.65 Chris Brown c�6 Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts April 19, 2011 City Council Meeting Date Engineering Development Services Division Department Action rtequirea: A Resolution approving a counter offer by Washington Regional Medical Center for land necessary for construction of a Roundabout at North Hills Blvd. and Futrali Drive, and authorizing the Mayor to sign any Agreements and Deeds necessary to transfer the Citys interests in the City Hospital Property. Cost of this request Account Number 06035,1700 Project Number Budgeted Item �X $ 13,412,545.00 Category 1 Project Budget 1,573,509.86 Funds Used to Date $ 11,839,035.14 Remaining Balance Budget Adjustment Attached Transportation Bond Improvements Program Category 1 Project Name Street Improvements Program 1 Project Category Name 2006A Sales Tax Construction Fund Name A- 0`k.1A. Al Previous Ordinance or Resolution # Department D ctor Date Original Contract Date: Original Contract Number: City Attorney Date 4C'4 Q Received in, City Clerk's Officp Finance and Internal Service Director Date 4k Z . / ///� N -doll Chief of ag Date Received in Mayor's Office z it Ma or D e Comments: • ay e eVlle -ARKANSAS CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director From: Chris Brown, City Engineer W Date: April 1, 2010 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Council Meeting of April 19, 2011 Subject: A Resolution approving a counter offer by Washington Regional Medical Center for land necessary for construction of a Roundabout at North Hills Blvd. and Futrall Drive. PROPOSAL: As part of the Transportation Bond Program, the City of Fayetteville is preparing to construct a Roundabout at the intersection of North Hills Blvd. and Futrall Drive, to replace the existing 4 -way stop at this intersection. In order to construct this roundabout, approximately 1.1 acres of property owned by Washington Regional Medical Center at the corner of Futrall and North Hills must be acquired by the City as right of way. The City had an appraisal prepared to determine the value of the right of way, and has made an offer to WRMC (based on the appraisal) in the amount of $172,500. WRMC has presented a counter offer whereby they will provide a deed to the City for the 1.1 acres at the roundabout site, in return for the City's interest in the City Hospital property on South School Avenue and for the City's assistance in: 1) terminating the lease agreement between the non-profit entity known as Fayetteville City Hospital and WRMC, 2) transferring any licenses, permits, etc. held by Fayetteville City Hospital, and 3) any other actions required so that any interest that the City or the non-profit entity known as Fayetteville City Hospital has in the Fayetteville City Hospital real property, personal property, and other assets is transferred to Washington Regional Medical Center. The City Attorney's Office has reviewed the proposal, and has provided legal advice on the steps to be taken with regard to this somewhat complex proposal. The City Attorney has also developed the attached memo regarding the proposal. The Street Committee reviewed the proposal at the last Committee Meeting on March 29, and voted 3-1 in favor of moving forward with necessary steps to complete the acquisition of right of way from WRMC for the roundabout and the transfer of property and assets of the Fayetteville City Hospital to WRMC. RECOMMENDATION: Staff recommends approval of a resolution that: 1) Accepts the offer of Washington Regional Medical Center to donate the right of way needed for the Roundabout to the City, with the additional provision that WRMC will move its existing sign out of the new right of way at no cost to the City. 2) Authorizes the Mayor to sign any Agreements and Deeds necessary to transfer the City's interests in the City Hospital Property, provided said Agreements and Deeds meet the approval of the City Attorney. 3) Expresses the City Council's intent to appoint members to the Board of the Fayetteville City Hospital as necessary to constitute a quorom so that the Board can take necessary actions to transfer their interests in the City Hospital to WRMC. N69---5. Ow 0.96' CHORD r47 6.S 6 76, 96w%l Curve Data N69 24'351 2161, 4-88-56'25- La46.57' Nlq Rm30.00' RAO PT=2273 DETAh 1- - A' N. E S. ST k", SE SE 27 T -17-N,; R-3 —T 'GTA' W �i � VAT 77 LpLSTA�[TM �sw sw 4k 26 'Ai t.RM & CIA -241 96 94 60' MILLSAP RD. PI- 12*64.45 sw S �vg —"'t �� I 1*�—R 6r 4445'093Rt .2 5'E ; , " 26 69 5t, "- I D- R8,3815? -Ir 3A, t 47.12' - CP&R0-N2424'53'F T- 8233' 142.42' L- 1562.F R- 20ODY Lt N-6 qv MIUSAP RD. T- 61.5Z PI -11-0272 _Af 3I'06'59.6 Lt 20OD(Y D-19705'549' T- 83.53' zkL- 162-93' IN, R- JOCDV V. X 15- .00 F10 t FUrPAL NORTHHILLS N8r2OAV TCE Pl- /0�82-57 FUTf?ALL DR. D- 1=329 P1-13 -33S3 T- 8Z57- N89"fyow L 163�74' ffl.-ZSZ At t L-163£6' D- j1HORaR- 50ODL-1 T- 82-4a 'R -WO FULBRIGHT EXPWY./FUTRALL DR. L- 159j- L 9 9 R- 25OD7 (D CHORD -516.09'35t$, ROUNDABOUT (FAYETTEVILLE) IS) ARKANSAS STATE HIGHWAY COMMISSION 27126 RIGHT OF WAY MAP v 34135 JOB 040536 WASHINGTON COUNTY MY* mft momed pdrxhc L950 25 0 25 50 100 AW GW WSW w MICWrs 1 RESOLUTION NO. A RESOLUTION TO DESIGNATE THE LOCATION OF WASHINGTON REGIONAL MEDICAL CENTER AS THE NEW LOCATION OF AND TFIE SUCCESSOR HOSPITAL OF THE CITY HOSPITAL, TO APPROVE AND AUTHORIZE THE MAYOR TO EXECUTE A QUIT CLAIM DEED TO CONVEY THE CURRENT SITE OF THE CITY HOSPITAL TO WASHINGTON REGIONAL MEDICAL CENTER, ALL CONTINGENT UPON THE CONCURRENT ACTION OF THE BOARD OF TRUSTEES OF THE CITY HOSPITAL TO DESIGNATE WASHINGTON REGIONAL MEDICAL CENTER AS THE SUCCESSOR CPfY HOSPITAL AND THE DONATION OF APPROXIMATELY 1.1 ACRES BY WASHINGTON REGIONAL MEDICAL CENTER FOR CONSTRUCTION OF THE ROUNDABOUT AT NORTH FIILLS BOULEVARD AND FUTRALL DRIVE. WHEREAS, Mr. S.K. Stone and Mrs. Amanda M. Stone very generously deeded to Fayetteville a city block of land "to be by the said city, held in trust and maintained as a city hospital," in deeds of 1906 and 1909; and WHEREAS, the citizens of Fayetteville taxed themselves to construct the City Hospital soon after the property was conveyed to Fayetteville in trust and this hospital has served our citizens well for over a century; and WHEREAS, Washington Regional Medical Center was established in Fayetteville and has served Fayetteville citizens well as our primary, full service hospital for many decades, first at College and North and now at its current location on North Hills Boulevard; and WHEREAS, because of the age and condition of the facilities on the land donated in trust by the Stones to the City, it is appropriate to designate Washington Regional Medical Center at North Hills Boulevard as successor City Hospital which is entitled to the current City Hospital's premises in trust "to be devoted exclusively to the establishment and maintenance of the successor City Hospital (WRMC). NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby designates Washington Regional Medical Center as the successor to the Stone City Hospital at its location on North Hills Boulevard in Fayetteville. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves and authorizes Mayor Jordan to execute a Quit Claim Deed to Washington Regional Medical Center of the property donated to the City of Fayetteville by the Stones in 1906 and 1909 to be held by the City in trust until the location of the city hospital is changed and then "the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of' the newly designated successor city hospital. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby expresses its intent to rapidly appoint sufficient successor trustees to the board of trustees named in Stones' 1906 deed to establish at least a quorum so that the Board of Trustees can determine whether to designate Washington Regional Medical Center as the successor to the Stone City Hospital at Washington Regional's address on North Hills Boulevard in Fayetteville. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby gratefully agrees to accept Washington Regional Medical Center's generous donation of approximately 1.1 acres of land needed for the Roundabout at the North Hills Boulevard and Futrall Drive intersection to alleviate congestion and provide better traffic flow for Washington Regional Medical Center's staff and patients and for other Fayetteville citizens. PASSED and APPROVED this 19°i day of April, 2011. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer Weville -AAKAN5A5� Departmental Correspondence TO: City Council Street Committee FROM: Kit Williams, City Attorney DATE: March 25, 2011 RE: City's ownership rights in City Hospital land Kit Williams City Atlorney Jason B. Kelley Assistant City nllorney The City of Fayetteville is the legal owner of the City Hospital land, but it only holds such land in trust. if the land is not to be used "as a city Hospital, ... the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such (new) city Hospital ...." (1909 Deed of Mr. & Mrs. S.K. Stone to the City of Fayetteville; emphasis added.) Mr. and Mrs. Stone very generously gave the City of Fayetteville an entire city block upon which to build a city hospital. Their first deed in 1906 contained a strong reversionary clause that if the property "shall at any future time be abandoned or cease to be used and maintained for Hospital purposes, then the title to said real estate shall revert to us or our heirs (1906 Deed, emphasis added) Their second deed in 1909 attempted to modify that reversionary clause to some extent by allowing the future sale of the property if the city hospital had relocated, but continued to require that all proceeds be "devoted exclusively" for the new city hospital. On February 2, 1962, Fayetteville City Attorney Bass Trumbo furnished a letter to the Board of Trustees of the City Hospital to alleviate the concerns of the Arkansas State Board of Health and the Dallas Office of the Public Health Service in determining the advisability of granting the City Hospital's Board of Trustees a Hill -Burton assistance grant to construct a nursing home on the grounds of City Hospital. The Public Health Service had already characterized the City Hospital as "a non -acceptable hospital due to its obsolete construction" a half century ago. Bass Trumbo wrote: "In my opinion, the conditions reserved in the Warranty Deed of 1906 to the City of .Fayetteville, Arkansas, would not prevent the construction of a nursing home on the property ...." I believe this letter may have allowed the Hill -Burton grant to be awarded to the City Board of Directors of the City Hospital for construction of the nursing home facilities on the land. The land ownership remained legally with the City which continued to hold the land in trust for hospital purposes only pursuant to the requirements of the Stones' deeds. It would be hard to dispute: that Washington Regional Medical Center (which has always been located in Fayetteville) has long been the true city hospital of Fayetteville. As such, the proceeds from any sale of the current property of the City Hospital which "shall" ... be devoted exclusively to ... such (new) city Hospital," must go to Washington Regional, not the City of Fayetteville. It is in Washington Regional's best interests to resolve this legal and equitable ownership of the City Hospital land as quickly as possible. It needs the agreement of the Fayetteville City Council to accomplish this short of litigation. Thus, Washington Regional is willing to give the City over an acre of land needed for the roundabout which should ease traffic congestion for drivers seeking to go to or leave Washington Regional. This voluntary conveyance and replacement of its sign would save our taxpayers about $200,000.00. I do not believe that the City of Fayetteville can ever realize any money for its treasury from the sale of the City Hospital land. Attempting to do so would require suing the Stone heirs, the City Hospital Board of Directors and Washington Regional and asking that the Judge ignore the clear wishes of the Stones who gave this property in trust to the City of Fayetteville. I would not file such a suit unless explicitly directed to do so by the City Council in its Resolution. I do not believe such a suit would be successful. On the other hand, Washington Regional could sue the City for the land. The heirs of the Stone family and the City Hospital Board of Directors could intervene. I am not certain how that suit would be resolved, nor why the Fayetteville City Council would require such litigation. Conclusion The City of Fayetteville has long worked cooperatively with Washington Regional Medical Center, the City's second largest employer and a very desirable corporate citizen of Fayetteville. Legally, WRMC is probably entitled to the City Hospital land or any proceeds from the sale of such property in the future. Facilitating this result now by designated WRMC as the new replacement City .Hospital and conveying our interest in the property to WRMC by quitclaim deed will avoid needless litigation, probably save our taxpayers $200,000.00, and help our long established, valued, non-profit Fayetteville hospital better serve our citizens. (e) WARRANTY DEED - Know all men by these presents:- That we, S.K. Stone and Amanda M. Stone, his wife for and in consideration of one dollar to us paid, and for the consideration and purposes herein set forth, do hereby grant, bargain, sell and convey unto the City of Fayetteville, in the State of Arkansas, the following real estate in the city of Fayette- ville, in the County of Washington and State of Arkansas, to --wit: A part of Block thirty seven (37) as designated on the plat of the original town of Fayetteville, beginning at a point eighty (80) feet South of the Northeast corner of the said block thirty seven (37) and running thence South one hundred and twenty eight (128) feet, thence West one hundred and sixty (160) feet, thence South eighty (80) feet, thence East one hundred and sixty (160) feet, thence South two hundred and sixty two (262) feet, or to the Southeast corner of said Block thirty seven, and thence dost three hundred and twenty five (325) feet and ten and a half (10-) inches, or to the Southwest corner of said a block, thence North four hundred and seventy (470) feet, or to a point due vaest of the beginning, and thence East to the place of beginning, (subject to the use of the following t s strip laid out as an allay, beginning one hundred and sixty feet West of the Northeast corner of the said block and running thence South two hundred and eighty eight feet, thencE Wrest fifteen feet, thence North .two hundred and eighty eight feet, and thence East fifteen feet to the place of beginning.) To have and to hold the said real estate, with all the improvements and appurtenances thereto belonging, unto the said City of Fayetteville forever. And we, hereby covenant with the City of Fayetteville that we are the lawful owners of the said real estate, and have a lawful right to convey the same, that it is free from incumbi- rance, and that we will warrant and defend the title against the lawful claims and demands hof all. persons. This -conveyance is a gift to the City of Fayetteville, as a testimonial of our affection for the people among whome we have passed our lives, and for the purpose of enabling the city of Fayetteville, to establish and to maintain permanently a Hospital , which shall be knovrn as the Stone Hospital, and is made on the following express terms and GREER ABSTRACT COMPANY RELIABLE ABSTRAGTs SHEET No, FAYETTEVILLE, ARKANSAS conditions:- First- onditlonsi First- If the City of Fayetteville shall fail to have a Hospital established and put in 'operation on the land hereby conveyed within four years from the date of this Conveyance the jtitle to the said land shall revert to us or to our heirs. Sf. econd; If a Hosepital shall be / established on the said lands within four years after the aa.te of this conveyance and ahaLl t any furture time be abandoned or ceased to be used and maintained for Hospital purposes then the title to the said real estate shall revert to us or our heirs. The said Hospital shall be under the supervision and control of a Board consisting of ,eleven members , to be kDown as the Board of Control of the Stone Hosp� tal~ , fa My�t..#Xi their successors_ ,in office in perpetual succession, shall be appointed by the City Council of the city of Fayetteville. The other seven shall consist of the following persons, one from the local membership of the following religious bodies, to -wit: A.F. Wolf, of the methodist Episcopal Uhurch,S6pth)Centra1 Church); W.B. Welch, of the Protestant Episcopal church , (St Paul's Church);Sohn H. Harris of the Missionary Baptist,(First Baptist Church); Albert M. Byrnes, of the Catholic 6hurch (St. Joseph's Church); P.R. Davidson, of the Christian '�hurch(First Christian Church); E.S. McDaniel of the Presbyterian Church in the United States, (commonly called,the Squthern Presbyterian Church). Bruce Holcomb, of the Presbyterian Church in the United States 6f�Ataericai-)-..A�1�vscancjes that shall occur in the membership of the Board of Control selected from the Churches named shall be filled by the Churches, respectively,so that one member.of each offsaid :'Churches shall at all times be a member of the said board. B if any such vacancy shall not be filled within three months by the Church in which it occurs then it shall be filled by the City Council from the membership of such Church. And 1, Amanda M. Stone, wife of the said S.K. Stone, for the consideration and upon the conditions set forth in the foregoing conveyance, do hereby release and relinquish to the city of Fayetteville Arkansas, all )fly right or possibility of dower and convey all my right of homo-.'! stead in and to the land aforesaid. 11 Witness aur hands and seals this 8th day of September, 1906. GREER ABSTRACT COMPANY RELIABLE ABSTRACTS SHEET NO. FAYETTEVILLE APKANAAA DEED -- This Indenture made and entered into this 24th day of Fabruary 1909 b;;tvioen S.C. Stone and his wife, Amanda. M. Stone of the City of Fayetteville, Washington County, t.rkansas parties of the firot part and the City, of Fayetteville, Arkansas, party of the second part, witnesseth : WHEREAS, said parties of the first part, on the 8th day of September 1906 by their deed of gift of that date conveyed unto said party of the second pert the following described realestate situate in said ci, y,county and State to -wit: A part of Block No. thirty seven (37) as designated on the plat of the original town of Fayetteville, beginning at point eighty feet South of the "ortheast corner of said Dloc{ 37 and running thence South one hundred and twenty eight feet, thence Vest one hundred and sixty feet, thence South eighty feet thence East one hundred and sixty feet thence Squth two hundred and sixty two feet or to the Southeast corner of said Block 37, and thence ';;est thre hundred and twenty five feet, ten and one half inches or to the Southwest corner of said block, thence North four hundred G.nd seventy feet or to a point due ''i -est of beginning And thence Eust to the place of bebinning (subject to the use of the Sollowing strip laid out as an alley; beginning 160 feet feet tiiest of the Northeast corner of said block and running thence South 280 feet, thence -West 15 feet, thence North 280 feet, and thence I.Pr.st 15 feet to the place of beginning). as a testimonial of the affection of said grantors for the people among whom they have passed their lives, and for the purposes of enabling said city to establish and permanently maintain a Hospital: and, Whereas) in the said deed of Septem-her 8th, 1906 there are certain conditions provi4ing for a reversion of the premises, which may tend to retard the establishment end maintenance of said Hospital. Therefore, the said parties of the first part in consideration of the premises and of one dollar to them paid by said party of the secand part, and for the purposes of more eff'ec wally securing to said city and its inhabitants the benefits of such Hospital., do hereby grant, bargain, sell and convey unto said party of second part, the lands and premises GREER ABSTRACT COMPANY R6LIASL.E /158TRAGT5 SHEET NO. ,r-.ve--rrc�iie a e AMWANAOS f UM 11's gm above described't'o be by the said oity, Yield' In truat and mA4 tae A0 s 04 jr c And in ease it should be determined hereafter to change the location of said Hospital, to some other point in said city, in such case the entire porceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such City Hoselpital at the point selected; and no such change of location shall be made except by the concurrent action of the board of trustees named in said deed September 8th, 1906. (o* their successors in trust) and the council of said city. To have and to hold the above granted premises unto the said party of the second part together with all and singular the appurtenances thereunto belonging. And, Y Amanda M. Stone wife of the said S.K. Stone, for the consideration and purposes aforesaid do hereby release and relkdquish unto said party of the second part all my right of dower in and to said lands. Witness our hands and seals this 24th day of February 1909. S.K. Stone (Seal.) State of ArkansasAmanda M. Stone. (Seal) County of Washington Be it remembered that on this day came before the undersigned, a Notary Public within and for the county aforesaid, duly commissioned and acting a.y. Stone to me well known as the grantor in the foregoing deed of conveyance and stated that he had executed the same for the consideration and purposes therein mentioned and set forth. And on the same day voluntarily appeared before me the said Amanda M. Stone wife of the said S.K. Stone, to me well known, and in the absence of her said husband, acknowledged tha she had, of her ow. free will executed said deed and signed and sealed the relinquishment o dower in said deed for the consideration and purposes therein contained and set forth witiio compulsion or undue influence of her said husband. Witness my hand and seal as such Notary Public this 24th day of February 1909. (Seal) E.B. VYall, Notary Public. Filed for Record august 28th, 1909 5 P.M. Recorded in Volume 130 Page 127. GREER ABSTRACT COMPANY �� RELIABLE ABSTRACTS el�rzaT NO. FAYETTRVII I C Ansearucec MEMORANDUM TO: Lioneld Jordan, Mayor, City of Fayetteville Kit Williams, City Attorney, City of Fayetteville FROM: Tom Olmstead, General Counsel Washington Regional Medicorp. DATE: August 10, 2010 RE: Fayetteville City Hospital Washington Regional Medicorp ("Washington Regional") currently operates a skilled nursing and long-term care facility known as Fayetteville City Hospital ("FCH") located at 221 South School Avenue in the City of Fayetteville. Washington Regional assumed the operation of FCH in 1991 from Fayetteville City Hospital, an Arkansas nonprofit corporation, (the "Former Nonprofit") pursuant to the teens of a certain Assignment and Lease Agreement dated July 26, 1991. The current physical facility housing FCH is aged, with portions of the facility being nearly 100 years old, and is in need of replacement. While the quality of care rendered by Washington Regional through FCH has not diminished, the condition of the physical plant is such that business operations are being adversely impacted as families of patients incorrectly perceive that the physical appearance of a facility is correlated to the quality of care rendered in that facility. This perception exists even where a patient's physician recommends FCH and is exacerbated by the fact that there are several new entrants within the market who have developed modern facilities. Washington Regional is desirous of exploring options to replace FCH but is constrained by debt capacity issues of its affiliated organizations, existing capital projects and needs of those affiliated organizations, and the fiscal uncertainty confronting the healthcare industry in the wake ofrecent and forthcoming healthcare reform initiatives. Washington Regional has determined that the viability of FCH as a going concern is dependent upon securing a replacement facility and that the attainment of this objective is dependent upon forning a partnership with a suitable third party to secure access to additional capital necessary to the construction of a replacement facility. A. The Assignment and Lease Agreement Washington Regional acquired the FCH operation in 1991 from the Former Nonprofit pursuant to the terms of an Assignment and Lease Agreement dated July 26, 1991 (the "Agreement"). As a general statement, the Agreement consists of four basic elements, namely (i) a lease of the real property upon which FCH is situate (all of Block 37 in the original plat of the City of Fayetteville), (ii) a license to use the name "Fayetteville City Hospital", (iii) an assignment of the Former Nonprofit's business operation, including all personal property, contractual obligations, Lioneld Jordan, Mayor Kit Williams, City Attorney August 10, 2010 Page 2 and licenses and permits necessary to that business operation, and (iv) a commitment to provide Washington Regional a quit claim deed for all other real property owned by the former nonprofit other than the leased property.' In conjunction with the execution of the Agreement, the Former Nonprofit transferred ownership of the leased premises by quitclaim deed to the City of Fayetteville, Arkansas. The Agreement has an initial term of 25 years, which commenced August 1, 1991, and affords Washington Regional the option to renew the Agreement for two additional 25 year periods. Therefore, the initial term of the Agreement shall expire July 31, 2016 and Washington Regional has the option to extend the tern through July 31, 2066. Rent under the Agreement is established at $625.00 for each 25 year lease term. Washington Regional is obligated under the Agreement to utilize the leased premises for the "purpose of providing health care, or for any other purpose incidental or related to or considered by [Washington Regional] to the provision of health care." Washington Regional is precluded from utilizing the leased premises in any manner that would result in the reversionary interest discussed in Section B below being triggered. Upon the expiration or termination of the Agreement, Washington Regional is obligated to return the "leased premises and all improvements thereon to [the Former Nonprofit] together with any related licenses to operate the hospital and nursing home ... together with the tangible personal property received by [Washington Regional] which has not theretofore been disposed of ... in the ordinary course of business." The Agreement can be assigned by Washington Regional without the consent of any party or third party so long as any such assignee promises to perform all of Washington Regional's obligations under the Agreement. Washington Regional remains liable for performance of the Agreement regardless of any such assignment. In addition, Washington Regional has the unilateral right to sublease all or any portion of the leased premises. The Reversionary Interest The majority of the leased premises upon which ITCH was built is subject to a possibility of reverter. The majority of the leased premises was conveyed to the City of Fayetteville by S.K. Stone and Amanda Stone in 1906 for the purpose of constructing a hospital. The 1906 deed contained a reversionary interest in favor of the heirs of SX and Amanda Stone. The Washington Regional conveyed the majority of this real property, including additional parcels subsequently purchased by Washington Regional, namely all of Block 34 in the original plat of the City of Fayetteville, to the City of Fayetteville in 2002 for purposes of the construction of the Fayetteville Public Library. Lioneld Jordan, Mayor Kit Williams, City Attorney August 10, 2010 Page 3 reversionary interest was amended by further deed executed in favor of the City of Fayetteville by S.K Stone and Amanda Stone and filed of record on February 24, 1909, the stated purpose of the amended deed being to revise "certain conditions providing for a reversion of the premises which may tend to retard the establislunent and maintenance of said hospital." The possibility of reverter set forth in the 1909 deed states that S.K Stone and Amanda Stone: do hereby grant, bargain, sell and convey unto [the City of Fayetteville], the lands and premises above described to be by the City, held in trust and maintained as a city hospital. And in case it should be determined hereafter to change the location of said hospital, to some other point in said City, in such case the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such city hospital at the point selected; and no such change of location shall be made except by the concurrent action of the Board of Trustees named in the said deed of September 8, 1906, (or their successors in trust), and the council of said City.2 The chain of title reflects that the City of Fayetteville held continuous ownership of the leased premises from 1906 through November 21, 1978, at which time the City of Fayetteville conveyed the property to the Former Nonprofit. That entity owned the property until the conveyance mandated by the terns of the Agreement, which resulted in the property being transferred back to the City of Fayetteville on August 6, 1991. At this point in time, therefore, ownership of the leased property rests with the City of Fayetteville subject to the leasehold interest of Washington Regional as established under the Agreement. C. Proposal Washington Regional believes it will be necessary to partner with a third party to secure the capital required to replace FCH. Preliminary estimates indicate that at least $11 to $14 Million Dollars will be required to replace the FCH facility. Neither Washington Regional nor its parent or other affiliates are felt to have the debt capacity to assume such expense while simultaneously meeting other system capital initiatives and maintaining WRMC's current bond obligations and ratings. To position Washington Regional as an attractive partner to potential third parties and to maximize the overall value of the current FCH enterprise for purposes of valuing the required capital contribution required of any new FCH enterprise formed with a third party partner, Washington Regional believes it necessary to secure ownership of the FCH license and real ' A possibility of reverter is not subject to the Rule Against Perpetuities. It is "the settled rule in Arkansas that a possibility of reverter (retained in a conveyancel is treated as an interest retained by the grantor. We consider such an interest as being vested at the time of its retention and therefore not subject to the Rule Against Perpetuities." Collins v Church of God of Prophecy, 304 Ark. 37, 800 S.W.2d 418 (1990). Lioneld Jordan, Mayor Kit Williams, City Attorney August 10, 2010 Page 4 property that is currently subject to the Agreement. Ownership of the license will likely be a significant consideration for any lender seeking to collateralize any construction financing extended to the new partnership. Furthermore, the value of the FCH enterprise, and thereby the capital contribution required of a third party partner, would be further enhanced were Washington Regional able to capitalize the value of the South School real estate which is subject to the reversionary interest. Washington Regional requests that the City/Former Nonprofit terminate the Agreement and transfer the license and S. School real property to Washington Regional, with the S. School real property being subject to a possibility of reverter in favor of the City and a purchase option in favor of the City in the event Washington Regional were ever to elect to sell that real property. The position of Washington Regional vis-a-vis potential partners and lenders would be enhanced were Washington Regional's ownership of the nursing home license not subject to the obligation to return the license to the Former Nonprofit upon the termination or expiration of the Agreement. Further, the cost of securing a replacement FCH facility would be lessened were Washington Regional able to capitalize the value of the current S. School location in conducting capital contribution negotiations with potential third parties and financing negotiations with potential lenders. Washington Regional proposes that the City/Former Nonprofit transfer absolute ownership of the nursing home license to Washington Regional and that the City quitclaim the S. School real property to Washington Regional retaining a possibility of reverter in favor of the City and a purchase option (e.g., right of first refusal) in favor of the City in the event Washington Regional ever elected to sell the S. School real property. The subject proposal would permit Washington Regional to capitalize the entire value of the FCH operation while retaining the right of the City to ensure that any future disposition of the property comports with the possibility of reverter contained in the 1909 deed and occurs with the formal blessing of the City and Former Nonprofit. Furthennore, the proposal creates a mechanism whereby any such future disposition of the real property could be handled in a manner that would permit the City and Washington Regional to mutually benefit from the sale while honoring the terms of the possibility of reverter set forth in the 1909 deed. How might one envision a future sale of the S. School property inuring to the benefit of both the City and Washington Regional while not triggering the possibility of reverter? Assume for purposes of discussing the proposal that Washington Regional at some point in the future determined to sell the S. School real estate. The deed necessary to effect the transfer of the S. School real property to Washington Regional requires that the City and Former Nonprofit approve Washington Regional's proposed use of the proceeds of any such sale in order to Lioneld Jordan, Mayor Kit Williams, City Attorney August 10, 2010 Page 5 effectuate the intent of S.K. Stone and Amanda Stone as set forth in the 1909 reverter clause that "the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such city hospital ... and no such change of location shall be made except by the concurrent action of the Board of Trustees [of the Former Nonprofit] ... and the council of said City." The possibility of reverter retained by the City in its deed to Washington Regional ensures that the City is able to effect the intent and process established by the 1909 grant without triggering the reversionary interest. In other words, the City is in a position to ensure that the proceeds from any such sale are utilized in the construction or maintenance of a future FCH replacement facility, the maintenance of the WRMC facility (e.g., maintenance of trails, etc.), or the establishment of a trust fund that administers a health related program operated by WRMC (e.g., County HIV Clinic, charitable care fund for City residents, etc). Furthermore, as the City has retained a purchase option in its deed to Washington Regional, the City is in a position to purchase the property for use by the City, the Fayetteville Public Library, or some other agent of City government. A strong argument can be made that any such action would fulfill the express intent of S.K. and Amanda Stone as set forth in the reversionary clause of the 1909 deed thereby terminating the possibility of reverter. The original 1906 deed from S.K. and Amanda Stone contained such a restrictive reversionary clause that it was amended in 1909 in recognition that the prior clause contained "certain conditions" that tended to "retard the establishment and maintenance of said hospital." Among the restrictive provisions that were eliminated was the requirement that the property be forever utilized by the City as a city hospital for a provision in the 1909 deed that states: And in case it should be determined hereafter to change the location of said hospital, to some other point in said City, in such case the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such city hospital at the point selected. When the Fayetteville City Hospital was constructed in 1912 there was no other hospital located within the City of Fayetteville. Washington Regional Medical Center was not constructed until 1950. An obvious intent of the Stone family was that there be a hospital within the City of Fayetteville. In reforming the reversionary clause through the 1909 deed, the Stone family further realized that there may come a time when the City/Former Nonprofit determined that the location of the City hospital may need to change. Provided the proceeds of the sale of the S. School property were utilized in the establishment and maintenance of a City hospital at some other location within the City, the Stone family gave the City the option to sell the S. School location to facilitate that determination. A strong argument can be advanced that the possibility of reverter would terminate were the City and Former Nonprofit to utilize the proceeds in the Lioneld Jordan, Mayor Kit Williams, City Attorney August 10, 2010 Page 6 construction of a replacement FCH at another location within the City of Fayetteville or direct those proceeds to the establishment or maintenance of facilities and/or programs at the new hospital located within the City, namely WRMC. Washington Regional firmly believes that the replacement of the existing FCH facility on the S. School location is dependent upon a restructuring of the current arrangement which will permit Washington Regional to own the nursing home license and S. School property. Washington Regional believes that the arrangement can be restructured in a manner that will benefit the long- term interests of patients and families cared for by Washington Regional as well as the interests of the citizens of Fayetteville who are served by the City. We look forward to meeting with each of you regarding the proposal this Thursday afternoon. (Page 1 of 1) -sih • � ► �c - I Parcel No. QUITCLAIM DEED BE IT KNOWN BY THESE PRESENTS: THAT WE, the City of Fayetteville, Arkansas, a municipal corporation, hereinafter called GRANTOR, for and in conformance with its duties pursuant to the deeds from S.K. Stone and Amanda M. Stone to the City of Fayetteville conveying their property, for the public advantage to the citizens and City of Fayetteville of continuing and improved hospital and related care for Fayetteville Citizens and economic benefit Inuring to our citizens and city, and for other good and valuable consideration, the receipt of which is hereby acknowledged, do hereby grant, convey and quitclaim unto Washington Regional Medical Center, an Arkansas nonprofit corporation, hereinafter called GRANTEE, and unto Grantee's successors and assigns, all of our right, title and interest, In and to the following described land situated in the County of Washington, State of Arkansas, to -wit Block Thirty-seven (37) on the original plat of the town (now City) of Fayetteville. Arkansas, as per plat on the file in the office of the Circuit Clerk and Ex -Officio Recorder of Washington County, Arkansas, LESS AND EXCEPT easements of record and street right-of-way. 2m. 67 -ll II��IIII���II3�11%1�TI�1�N11�1L�'i Doo Ip: 01 Kind: DUITCLAIM DEED Recorded: 10/13/2011 at 11:46:44 AM Fee Amt: $15.00 PaQe 1 of 1 Washington Countv. AR Bette Stam♦oe Circ0u1t Clark 0028645 File20 11- TO HAVE AND TO HOLD the said lands and appurtenances thereunto belonging unto the said grantee and grantee's successors and assigns, forever. The City of Fayetteville shall have the right of first refusal to purchase the real estate hereby conveyed. Should the Washington Regional Medical Center elect to sell all or any portion of said real estate to a third party, the Clay of Fayetteville shall have the right of first refusal to meet any such bona fide offer to purchase on the same terms and conditions as are set forth in such third party's bona fide offer to purchase. Upon the Grantor's failure to meet such bond fide offer of purchase within thirty (30) days after written notice thereof to Grantor from Grantee, Washington Regional Medical Center shall be free to sell or convey the said real estate or any portion thereof to such third party only in accordance with the terms and conditions of the third partys bona fide offer of sale as presented to the Grantor. IN TESTIMONY WHEREOF, the name of the Grantor is hereto affixed by its Mayor and its seal affixed by its City Clerk this _4L±_ day of October, 2011. City of Fayetteville, Arkansas, r jr,",A mu icipal co ration = G�Y: C'c ••fAL ayor ;FAYETftEIIILLE; y y:Q SP� J,SKAN•.Ja`• [SEAL] STATE OF ARKANSAS ss. COUNTY OF WASHINGTON ACKNOWLEDGMENT BE IT REMEMBERED, that on this date, before the undersigned, a duly commissioned and acting Notary Publicwithin and forsaid County and State, personally appeared Uorrald Jordan and Sondra Smith, to me well known as the persons who executed the foregoing document, and who stated and acknowledged that they are the Mayor and City Clerk, respectively, of City of Fayetteville, Arkansas, a municipal corporation, and are duly authorized in their respective capacities to execute the foregoing instrument for and in the name and behalf of said corporation, and further stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set fon`+`1tt" ll B)fill, A WITNESS my hand and seal on this �4 ay of October, 2011. MY COMMISSION EXPIRES: �y� ��•�� �OTARy ��•, Notary Public y: PUB%lio File Number: 201100028645 Page 1 of 1File Number: Number: 2011-00028645 Beg: 1 + WM. Walker Bishop, .) Commission 'expire 11th day of December, 1804,. Notary Public. • Filed for Record this 26th day of August 1909, at 8:10 o'clock A. M. • � ii ' ' - 71,:.4 P.ir.. ,.J... • By Deputy Clerk. Clerk. I�J DEED . This indenture made and entered into this 24th day of February 1909 between S• K•, Sono and his .wire Amanda M Stone of the city of Payettoville, Washington county Arkansas, parties of the first part and the Qity of Favettpvjll rknnaa party of the second part, witnesseth: Whereas, said parties of the first part, or. the 8th day of September 1906, by their deed of gift of that, date conveyed unto said Y party of the second part the Poll owing dos— cribed real estate situate in said city, county and state to wit: A part of Block No. thirty seven (37) as designated on the plat of the original town of Fayetteville, beginning at a point eighty feat south of the north east corner of said (Block 37, and running thence south ono hundred and t%venty eight feet, thence west one hun—I dyed and sixty feet, thenco south eighty feet, thence east one hundred and sixty feet, thence south two hundred and sixty—two feet or to the southeast corner of said Block 37, and thence west three hundred and twenty five feet, ten and one—half inches or to the southwest corner of said block, thence north four hundred end seventy feet or to a point due west of beginning and thence east to the place of beginning (subject to the use of the' following strip laid out as an alley: beginning 160 feet west of the north east corner of said block and running thence south 280 fret, thence west 15 foot, thence north 2,0 feet, and thence east 15 feet to the place of heginning)as a testimonial of the affection of said grantors for the people among whom they have passed their lives, and for the purpose of enabling said city to establish and permanently maintain a Hospital: and Whereas, in the said deed of September €th, 1906, there are certain conditions pro- viding for a reversion of the promises which may tend to retard the establishment and main- tenance of said Hospital. Therefore, the said parties of the first part in consideration of the premises and of. one dollar to them paid by said party of the second part, and for the purpose of more eY— i factually securing to said city and its inhabitants the benefits of such Hospital, do hereby grant, bargain, sell and convey unto said party of the second part, the lands and premises above described to be by the said city, held in trust and maintained as a city Hospital. And in case it should be determined hereafter to change the location of said Hospital, to some other point in said city, in ouch case the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the eetablialfi— meat and msintonance of such city Hospital at the point selected; and no such change of location shall be made except by the concurrent action of the hoard of trustees named in acid deed of September 8th, 1906, (or their successors in trust), and the council of said l M IIiil" t To ban and to hold the above grantgd Premises unto the said party of• the: second pail: .• together with ell.and singular the appurtenances thereunto belonging.• And I, Amanda Y. Stone, wife of sold S. R. Stone, for the consideration and purposes aforesaid do bereby•release and relinquish unto said party of the second part all my_ right of doasr:ia and to said lands. Witness* ow hands and seals this 24th day of February 1909. I• S. R. Stone, (Seal.) • Amanda H. Stone, (Seal.) (State of Arkansas, ) i' county of Washington.) Illlj Be it remembered that on this day came before- the undersigned, 's Notary Public within and for -the county aforesaid, duly commissioned and acting, S. K. Stone to me Well known as the grantor in the foregoing deed of conveyance, and stated that he had executed the same fdr the consideration and purposes therein mentioned and set forth. And on the same day goluntarlly appeared before me the said Amanda M. Stone, wife of (the said S. K. Stone, to me well known, and in the absence of her'said husband, acknowledged that she had, of her own free will executed said deed and signed and sealed the relinquish! ment of dower in said deed for the consideration and purposes therein contained and set forth without compulsion or undue influence of her said husband. Witness ray hand and seal as such Notary Public this 24th day of February 1909. (SEAL.) E. B. Wall, My ceunission expires the 25th day of May 1910. Notary Public. Filed for Record this 25th day of August 1909, at 5 o'clock P. M. By ---�� �`2.• Deputy Clerk. Clerk. WARRANTY DEED. I This Indenturo Witnesseth, that the antord ChasA, Tice and Geer ie Tice, his wife of the City of Chicago, in the County of Cook If and State of Illinois for and in considera- tion of the sum of Four Hundred ($400.00) Dollars, in hand Paid, Convey and Warrant to t Harry H• Bernstein of the City of Chicago, County of Cook, and State Of Illinois, the fol-i lowing described real estate, to —wit: The northwest ;•." quarter of the northwest quarter of Section Thirty—six (36) Township Fourteen (14) forth Ran ge Twenty—nine (29) West, situated in the County of Washington in the State of Arknztsaa hereby • .rolea,ing �n7d waiving all rights under and byvirtue of .homestead exemption laws of gh. the this State of Arkansas. ir:y *r Asted, This 17th day of ldareb A. D. 1909, ~': i Charles Tice, (Seel.) '•r'i�;::i� `'`'i •'5;1'y �r ;fir•':., :.. Georgia Tice, (Seal �) Yx .,t : = OENERAL .WARRANTY DEED;: -..� This indenture;' made and entered into this .9 d y Af August '•; :one thous and nine hundred r at by and between :MRS C. R.DOUTHIT, in her own right; of Muskogee; I,.T. 'party of the tiro part, and M. R. REEVES, of Muskogee, I.T. party of the second psrti'aritnesaeth::That the 'sal party of the first part, for and in consideration of the sum of two thousand and nO/100 ^• dollars, in hand paid, the receipt of which is heretj acknowledged do heretj grant, barge ' '. 8811 convey and confirm unto the said party of the second part, the fallowing descried c: Ct ,.r".. •. real estate situate in Washington and within the limits of the State of Arkansas, to -wit •• The East half of the South quarter of section nineteen (19) township fifteen (15) .`I I North range thirty two (32) West, I '' �.+ Together with all the improvements thereon, and the appurtenances and immunities thereunto belonging or in anywise appeartaining and warrant 'i:: • �, the title to the same, subject to a mortgage of $600.00 now( on said land. TO RAVE AND To HOLD the said lands unto the said party of the second part, her heirs, executors, adminis trators and assigns forever. IN WITNESS whereof, the said party of the first part has jp ;4•'• l ..mac—ts hereunto set her hand and sell the day and year first above written. j i t As to MRS C.R.DOUTHIT....SFAU, ,� United States of America, Indian Territory. 'r.; 7 r.' \Vestern Judicial Pistrict. Be it remembered that on this day came before 1 if li I me, the undersigned, a Notary Public within ,...�end for the Western -District of Indian Territory aforesadd, duly commissioned and actinr as {:{ 1 such, Lars C.R.Douthit, to re personally well ?mown as one of'the parties grantor in the wit fr II in :nd foregoing deed of conveyance, and stated that she executed the same for the conside �tion and purposes therein tensioned and .et forth, and I do h ere l' so certify. (VITNESS my band and seal as such Votary Public this 9 day of August 190;. t I} By commission expires June 22, 1910. (L.S.). E,A.00KER, NOTARY PUELIC. ,t :• , FILtn Pi) RECOMS this v do of See.. 1905 at 2 o'clock P.M. ' _ CLE•W < <'' ,. ,r° 1 "iARiLVTY DEED. • Ynov: all me, ty these presents:- tL c. we, S.K.SToNE and AMANDA M.STONE, his wife, f., and I CF0nsid,�ration of Die dollar to us raid, ^ad for the consideration and purposes• herein set forth, do hereta, grant, txrgain, sell and convey unto the CITY OF FAYETTEVILLE, In the Stat. pf Arkansas, tl:e following real estate in the City of Fayetteville, in the County of.Washi t - -'` .on, and State of Arkansas, to -wit:- '` part y thirty A rt of block seven (37) as designated on Ai - �� he plat of the original •'own of. Fayetteville; beginning at a point eighty (80) !'set South f `.'•' ithe North East corner of the said block thirty saves (37) and •rutlsing. thence ,:South one hand. -: •:red and twenty eight (128) feet, thence West one hundred and sixty (160)thence South y feet', jighty (80) feet, thence East one hundred and sixty feet (150), thence Scutt sure hundred and•;'•. sixty two.(252) feet, or to the South East corner of said block thirty seven, and thence We4t three hundred and twenty five (325) feet and to and a half (—Ok) inches, or to the South Wet corner of said block, thence North four hundred and seventy (470) feet or to a point due est of the beginning, and thence East to the ace of bo innir St place g g,( subject to the use of th following strip }did out as an alley: beginning one hundred and sixty feet West .of the Not t corner of the said bloc Grid_ k+ and tutoring, thence South two hundred and eighty feet, thence rest fifteen feet, thence North two hundred and eighty eight feet, and thence East fifteen feet to the place of beginning.). To have and to bold the said real estate, with all the improvements and•apptrtenanees thereto belonging, 'unto the said City of Fayetteville foreve .( d we ha relW covenant with the City of tayetteville that we are the lawful owners of the s - Zc sal estate, and have a lawful right to convey the same, that it is. free from incumbrance, ' and that we will veyannt and defend the title against the lawful claims and demands of all persons. This conveyance is s gift to the City l of ': Yfebtion for the people among whomwe have passed our lives, andafor thetim'of enabl 4 -Lhe City of Fayetteville to establish and to' purpose known as The Stone Hospital maintian permanently a Hospital, vhich'shal1 First— If the -City of Fayetteville hall failon to following Roexpresseterm )shed ceatdiputnin OP .Lion on the,`land here hhave ty'Conveyed within four ,• years.from ,the date of 'this conveyance the o.the said land shall revent'•tO us or-to'our -heirs. Second: If`aHospitel shall be'establi ud re the said lend within four years after the date of this condeyaieeip and: shall at any future time be' -abereal d estate' sedto.:be Used .sold mainiiiaed for •Hoe_ pital purposes, then the isle to the said real estate ehailevert to us: `or der the euoontrol our bears The said Hospital shall be sari of Control of Stone oY s;Board;coniifeting of eleven •:menbera-.Pto -be _known' as Hoep sal , per trial. aueoeeeiori . shall. be - � + our`of.whom and (heir successors inoffice. ' aPpolnted .: : 1 r5, ether seven ttYe3�-•consist otttlia foil the C tytCouticilrof the City of Pepsi 4ville. - 4{ Y ry fstt �� :� owing rso , onerYyrom the local meoobeCabig of the 381? ollovring religious bodies, to -wit:- A,F.Wolf, of the Methodist Episcopal Church, South, antral Church);,W,B.Welch, of the Protestant Episcopal Church, (St.Paul's Church); John R. arr1, of tho Wissiora ry Baptist Church,V(First Baptist Church); Albert M,Burrnes, of the • atholic Church (St.Joseph's Church); B,.R.Dav-idson, of the Christian Church, (First Christi a$ E.S.MeDaniel, of the Prosbyterian Church in the United States, (commonly called the ₹ outhe n Pros byterlan.Church) . Bruce Holcomb; of the Presbyterian Church In the United Staten .f America.) All vacancies that shall occur in. the menbership of the Board of Control selects ed from the Churches named shall be filled by the Churches, respectively, so that one rne:•ber P Yta each Rh of said Churches shall t all times be a member of the said Board, Lint,, if any uch vacancy shall not be filled within three months by the -Church in vtiich it occurs: then shall be filled ly the City Council from the membership of such Church. And I, Amanda M. is tone, wife of the said S.k,Stone, for the consideration and upon the conditions set forth in the foregoing conveyance, do hereby release and relinquish to the City of Fayetteville Arkansas, all my right or possibility of doWer and convey all my right of homestead in and to the land aforesaid. WITNESS our hands and seals this 8 day of Septmeber, 1906;' I ' STEPHEN K.STONE,.„SEAL( State of Arkansas. A,M.STONF.....•,....SEALJ Washirtcbdn County. ' Be it remembered that on this day before me the undersigned, acts and duly commissioned Notary Public of the county and State afore- said, datte 8Ck.Stonenadd Amanda M.Stone, to me personally well known to be the persons whose names appear to the foregoing deed of conveyance as .he grantors; and acknowledged that they had executed the sane for the purposes and considerations therein expressed. Andl on the same day also voluntarily appeared befo a me Amanda M.Stone, wife of the said S.K, i Stone, and in the absence of her husband, declaredthat she had of her own free will, execut —ed the foregoing deed of conveyance and signed 6hd sealed the relinquishment of dower and conveyance of homestead therein expressed for the purposes and considerations therein stated, without eomplusion or undue influnce of her said husband. IN TESTIMONY whereof I have hereunto set, my. hand and official seal as such Notary Public this 8 day of Sept. 1905 My Commission w41Liexpire pn the 15 day of July 1909• (L,',). C.W.IVALKER, NOTARY PUM.JC! FILED FOR RECORD this 8 day of Sept. 1906 at 2 o'clock p.bf. -- If' Know all men by these presents:- That I, CHARLES RIGGINS, unmarried, for an -sin eonsideras J tion of the sum of twenty five. dollars,. to me in hand paid by JnHE R.HARRIS, do hereby grant bargain, sell and convey to the said John R.Harris, and to his heirs aad assigns, all of r. i undivided one- one hundred and tenth (1/110) interest, as hereinafter stated, in the foll.ow'- ing lands in the County of Washington and Stat•.`of Arkansas, to -wit:- The North half of the North fI h }v st quarter, part. of the South West quarter of the North East lquarter beginning at the North W-st corner of said forty acre tract, and running thence Soul <•1phty (50) rods to. the South Pleat corner, thence East forty two (42) rods, thence North twenty one (21) rods, thence East to the East line of said tract, thence North to the North East corner and thence West to the. place of beginning, part of the North West quarter of the (South fast quarter, beginning at the North West corner thereof, and running thence East (forty two (42) rods thence South twenty two (22) degrees East seven (7) rods and sixteen J I(16) links, thence South twenty eight (2E) degrees and forty five (45) minutes West fifty ,(50) rods and twenty one (21) links, thence North thirty (30) rods and twenty two (22) lir Ito the beginning. Also pagtnoftipho South Eastquarter of the North West quarter and part of the North. East quarter of the South West quarter beginning at the South East corner of s aid North. East quarter Of the South West quarter and running thence North eighteen (I8) rods,.' (thence North twenty six (26) degrees West twenty six (26) rods, and nine (9) links for a beginning, corner, thence North sixty (60) degrees East thirteen (13) rods and eleyt (11) links to. the East line of the last named forty acre tract; thence North to the North East corner of the South East -quarter of the North West quarter, thence West fifty two -(52) rodsi thence South twenty eight --(25) rods, thence East four (4) rods, thence South beating East 4 a.point in the said North East. quarter of the South West quarter, which is twehty _eight (28I rods South of the North line, and forty (40) rods East of the West line of said forty last named thence Fret toa point; which is tvSnty six (26) degrees: West of,llorth oithe begi�titing; MUNICIPAL WARRANTY DEED " KNOW ALL MEN BY THESE PRESENTS: That ErnestLancasterand Angela R. Medlock, Mayor and City Clerk of 'the City of Fayetteville, a municipality, organized and existing under the'laws of the State of Arkansas, first being duly authorized by its' Directors for the consideration of the sum of Ten Dollars ($10.00) and other good and valuable considerations to it in hand paid by Fayetteville City Hospital, an Arkansas charitable corporation organized in 1914, and unto its successors and assigns as'specifically limited hereinafter, the following described land situate in the City of Fayetteville, County of Washington, State of Arkansas, to -wit: . ' ' ' ' A part of -Black thirty-seven (37) as' designated dn'the " plat•of the original town of Fayetteville, beginning at a point eighty (80) feet South of the Northeast corner of the• said Block thirty-seven (37) and running.thence South one hundred and twenty-eight (128) feet, thence West one hundred and sixty (160) feet, thence South eighty (80) feet, thence East one hundred and sixty (160) feet, thence South two hundred and seventy-two (272) feet, or to the Southeast corner of said Block thirty-seven (37), and thence West three hundred and twenty-five (325) feet and ten and a half (10 1/2) inches, or to the Southwest corner of said block, thence North four hundred and eighty (480) feet, or to a point due West of the beginning, and thence East to the place of beginning, (subject to the use of the following strip laid out as an alley, beginning one hundred and sixty feet West of the Northeast corner of the said block and running thence South two hundred and eighty-eight feet, thence West fifteen feet, thence North two hundred and eighty-eight feet, and thence East fifteen -feet to the place of beginning.) {The aforementioned premises are subject to a possibility of reverter as specifically. set forth in a certain Warranty Deed made and executed by S. K. Stone and Amanda M. Stone, his wife, as they conveyed the aforesaid premises to the City of Fayetteville by Warranty Deed executed on September 8, 1906, and which appears of record in Volume 114 at Page 3800f -the Washington County Circuit Clerk' records and said possibility of reverter being 'amended by further "deed" made and executed by S. K. Stone and Amanda M. Stone on the 24th day of February, 1909, filed in Volume 130 at Page'127 of the • Circuit Clerk. and Ex -Officio Recorder of Washington County, Arkansas, said possibility of reverter being now stated as follows: - 979. 777 "do hereby grant, bargain, sell and convey unto the said parties of the second part, the lands and premises above described to be by the said City, held in trust and maintained as a city hospital. And in case it should be determined hereafter to change the location of said hospital, to some other point in said City, in such case the entire proceeds of the above described premises shall constitute a trust fund to be devoted exclusively to the establishment and maintenance of such city hospital at the point selected; and no such change of location shall be made except by the concurrent action of the Board of Trustees named in the said deed of September 8, 1906, (or their successors in trust), and the council of said City." Subject only to the above possibility of reverter to have and to hold the same unto the said Fayetteville City Hospital and unto its successors and assigns forever, with all appurtenances thereunto belonging. And the said municipality of Fayetteville, Arkansas, hereby covenants with the said Grantee that it will'forever warrant and defend the title to said lands against all lawful claims whatever save and except the possibility 'of reverter as hereinabove specifically set forth. IN TESTIMONY WHEREOF, the name of the Grantor is hereto affixed by its Mayor and its seal affixed by its City Clerk this, .2)Skday of November, 1978. CITY OF FAYETTEVILLE By: �: = ,: ' '-J Ernest Lancaster, Mayo r ^.•�""`�" `- Ang la R. Medlock, G t i(4 etk' `: ACKNOWLEDGMENT STATE OF ARKANSAS )ss. COUNTY OF WASHINGTON On this-<'/ day of November, 1978, before the undersigned, a notary public, duly commissioned, qualified and acting, within and for the said county and state, appeared in person the within named Ernest Lancaster and Angela R. Medlock, to me personally known, who stated they were the Mayor and City Clerk of the City of Fayetteville, Arkansas, an Arkansas municipality, and were duly authorized in their respective capacities to execute the foregoing instrument for and in the name and the behalf of said municipality and further stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. In testimony whereof, I have hereunto set my hand and official seal this .'V. day of November, 1978. k R r-•: Notary Public it ` • _1 U % uy\ Coon sion Expires: 979 778 II►IIIIIIIIIIII►IIIIIOIHIIII►IIIIIIIHI IIIIIII►II IIII Doc ID: 013757990003 Type: REL Kind: QUITCLAIM DEED Recorded: 11/19/2010 at 03:51:32 PM QUITCLAIM DEED Fashinatonee Amt:$2Couunntva4eAR1 of 3 Bette Stamos Circuit Clerk File2010-00034442 KNOW ALL MEN BY THESE PRESENTS: THAT Fayetteville City Hospital, an Arkansas corporation, GRANTOR, by its Chairman of the Board and Secretary, duly authorized hereby by lawful resolution of its Board of Directors, for and in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration, paid by the City of Fayetteville, Arkansas, a municipal corporation, GRANTEE, the receipt of which is hereby acknowledged, does hereby grant, convey and quitclaim unto the said Grantee and unto its successors and assigns forever, all of its right, title, interest, equity and estate in and to the following described lands situated in the County of Washington, State of Arkansas: All of Block Numbered Thirty-seven (37) in the City of Fayetteville, as designated upon the original plat of said town. This conveyance is subject to liens of record and to that certain Assignment and Lease Agreement dated as of July 26, 1991 by and between Fayetteville City Hospital as Lessor and Washington Regional MediCorp. as Lessee. To have and to hold the same unto the said Grantee and unto its successors and assigns forever, along with all tenements, appurtenances and hereditaments thereunto belonging. IN WITNESS WHEREOF, the name of the Grantor is hereunto affixed by its Chairman of the Board and its seal affixed by its Secretary this 4 day of August, 1991. FAYETTEMI, CITY HOSPITAL By: rman of t€\ Board AT ST: J Secretary File Number: 201000034442 Page 1 of 3 QUITCLAIM DEED PAGE 2 STATE OF ARKANSAS ACKNOWLEDGMENT COUNTY OF WASHINGTON BE IT REMEMBERED that on this day came before me, a notary public, qualified and acting, within and for the said County and State, appeared in person the within named John W. Vinzant, M.D. and Edward D. Connell who stated that they were the Chairman of the Board and Secretary, respectively, of Fayetteville City Hospital and were duly authorized in their capacity to execute the foregoing instrument for and in the name and on behalf of said corporation, and further stated and acknowledged that they had so signed, executed and delivered said instrument for the consideration, uses and purposes therein mentioned and set forth. IN WITNESS WHEREOF, have hereunto set my hand and official sea.?. t.'.-).S.s � day of 1991. NOTARY PUBLIC My Commission: Expires: cityquit.tbb File Number: 201000034442 Page 2 of 3 SCANNED RESOLUTION NO. 184-91 A RESOLUTION ACCEPTING OF A QUITCLAIM DEED FROM THE FAYETTEVILLE CITY HOSPITAL BOARD OF CONTROL CONVEYING THE CITY HOSPITAL PROPERTY TO THE CITY OF FAYETTEVILLE, ARKANSAS. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Board of Directors hereby authorize and accept the conveyance of the Fayetteville City Hospital to the City of Fayetteville by Quitclaim Deed. A copy of the deed is hereby attached hereto and made a part hereof. PASSED AND APPROVED this 1st day of October , 1991. APPROVED: By Ma r ATTEST: By: City,C erk File Number: 201000034442 Page 3 of 3 Ron Petrie Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 7/15/2008 City Council Meeting Date Engineering Division C. 1 Carter and Burgess, Inc. Page 1 of 72 Operations Department Action ttequirea: ,pproval of a resolution authorizing Supplemental AgreementNo. 1 to the contract with Carter and Burgess in the mount of $700,215.31 for design phase services on Fayetteville Expressway Economic Development Corridor. 700,215.31 Cost of this request 25, 961, 649.58 Category / Project Budget 4520.9520.5314.02 $ 6,176, 822.18 Account Number Funds Used to Date 06035.1710 $ 19, 784, 827.40 Project Number Remaining Balance Budgeted Item x Budget Adjustment Attached Fayetteville Economic Corridor Program Category / Project Name Engineering Services Program / Project Category Name Sales Tax Capital Improvements Fund Name Previous Ordinance or Resolution # Depa ment irector Date Original Contract Date: C Original Contract Number: 6,27-og City Attorney Date `-PO.4 6- 3y - Finance and Internal Service Director Date Mayor Date Received in City Clerk's Offic n . ( ENTERED Received in Mayor's Office c.1 artpCity Council Meeting of 15, L(JU8ana Burgess, Inc. July Page 2 of 72 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations Street Committee From: Ron Petrie, City Engineer Date: June 27, 2008 Subject: Approval of a resolution authorizing Supplemental Agreement No. 1 to the contract with Carter and Burgess in the amount of $700,215.31 for design phase services on Fayetteville Expressway Economic Development Corridor. RECOMMENDATION: Staff recommends approval of Supplemental Agreement No. 1 with Carter and Burgess, Inc. in the amount of $700,215.31 for design services for the Fayetteville Expressway Economic Development Corridor. BACKGROUND: The Fayetteville Expressway Economic Development Corridor (FEEDC) is a federally funded project that will provide better traffic flow and better access to the businesses in the project area. The project area is generally bounded by College Avenue, Interstate 540 to Exit No. 69, Millsap Road, and the Fayetteville City Limits. Funding available for the project includes $7.66 million in federal funds and $1.91 million in local matching funds, for a total project budget of $9.57 million. Carter and Burgess was selected to provide professional services for this project through a three -step procurement process. A contract for an engineering study in the amount of $175,000 was executed with Carter and Burgess to determine which improvement(s) would best accomplish the project goals. Three improvement projects were selected and approved by the City Council: 1) A "flyover" bridge on College Avenue, just north of Millsap, that will provide more direct access to the Fulbright Expressway from College Avenue along with another access from Fulbright to the adjacent commercial area, 2) Intersection improvements at the Gregg Avenue exit from the Fulbright Expressway, and 3) An extension of Van Asche from Gregg Avenue to Hwy 112. The Arkansas State Highway and Transportation Department (AHTD) and the Federal Highway Administration (FHWA) reviewed the proposed projects, and approved the flyover bridge project and the Gregg Avenue interchange improvements. An agreement between the City and AHTD for these two projects was executed by the Mayor in C. I Carter and Burgess, Inc. City Council Meeting of July 15, 2008Page 3 of 72 October 2007, and negotiations with Carter and Burgess for design services began soon after. DISCUSSION: Carter and Burgess has prepared a proposed Supplemental Agreement No. I in the amount of $700,215.31 for design and related services for the flyover bridge project and the Gregg Avenue/Fulbright Expressway intersection project. The services to be provided include: • Break In Access permitting support • Environmental reviews and documentation • Surveying and right of way document preparation • Geotechnical engineering • Design services through final design and construction document preparation • Bid Phase Services A full scope of services is included in Attachment A to the Supplemental Agreement. The scope and fee estimate for the Supplemental Agreement were reviewed by the Street Committee on May 12, 2008; the Committee recommended approval. The Supplemental Agreement has also been through 2 reviews by AHTD and FHWA. Final approval and authorization to proceed with the work l.er. the Supplemental Agreement must be received from FHWA before design work can begin. A future Supplemental Agreement will be needed for construction phase services. BUDGET IMPACT: This contract will be paid from the Transportation Bond Program Fund and from the federal funding available for the project. The�onract will be will from the Bond Fund initially the B and Fund will then be reimbursed with federal funds for 80% of the amount paid to Carter and Burgess. n-» fine. > /r — �'r�Nt�ruc�i on 2 C. 1 Carter and Burgess, Inc. Page 22 of 72 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Fly -Over Design - Project 1) City of Fayetteville Washington County, Arkansas Cost per Phase Summary Break in Access $28,302.52 Environmental and Permits $26,986.37 Schematic Design $38,887.60 Preliminary Design $103,213.90 Final Design $175,564.48 Partial Bidding Services $5,886.13 SW PPP $8,698.67 AHTD Right -of -Way Plans $15,970.86 Design Fee Design Fee $403,510.53 Direct Cost $9,179.00 Geotechnical Services (estimated) $26,068.49 Topographical & Boundary Surveys, ROW Monumentation $40,041.89 Total Fee $478,799.91 Fly -Over Design I of 10 C. 1 Carter and Burgess, Inc. Page 32 of 72 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas Cost per Phase Summary Break in Access $0.00 Environmental and Permits $23,368.92 Schematic Design $11,912.11 Preliminary Design $46,709.87 Final Design $66,677.33 Partial Bidding Services $2,829.63 SW PPP $6,274.60 Right -of -Way $1,650.23 Design Fee Design Fee $159,422.69 Direct Cost Geotechnical Services (estimated) Topographical and Boundary Surveys Total Fee Roundabout Design 1 of 10 $6,566.00 $7,236.94 $48,189.77 $221,415.40 C. 1 Carter and Burgess, Inc. Page 52 of 72 7.4. Information and Reports. The Subconsultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, and accounts, other sources of information, and its facilities by the AHTD or the FHWA for the purposes of investigation to ascertain compliance with such regulations and directives. Where any information required of the Subconsultant is in the exclusive possession of another who fails or refuses to furnish this information, the Subconsultant shall so certify to the AHTD or the FHWA, as appropriate, and shall set forth the efforts made by the Subconsultant to obtain the records or information. 7.5. Sanctions for Noncompliance. In the event of the Subconsultant's noncompliance with the nondiscrimination provisions of this Subconsultant Agreement, the AHTD may impose such contract sanctions as it or the FHWA may determine to be appropriate, including but not limited to, withholding of payments to the Consultant or Subconsultant until the Subconsultant complies with the provisions and cancellation, termination, or suspension of this Subconsultant Agreement, in whole or in part. 7.6. Incorporation of Provisions. The Subconsultant shall include the terms and conditions of this section in every subcontract or purchase order so that these terms and conditions will be binding upon each subcontractor or vendor. The Subconsultant shall take such action with respect to any subcontract or purchase order as the. AHTD or FHWA may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance; provided, that if the Subconsultant becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of any direction, the Subconsultant may request the AHTD or the United States to enter into the litigation to protect the interests of the State and the United States, respectively. 8. DBE CLAUSE 8.1. The Subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Subconsultant Agreement. The Subconsultant shall comply with the applicable requirements of 49 C.F.R. Part 26 and perform any actions necessary to maintain compliance in the award and administration of DOT -assisted contracts. Failure by the Subconsultant to comply with or perform these requirements is a material breach of this Subconsultant Agreement, which may result in the cancellation, termination, or suspension of this Subconsultant Agreement in whole or in part, or such other remedy that the AHTD may determine appropriate. 8.2. Prompt Payment The Subconsultant shall of their subcontracts within 30 da s of recei of each a ment by the AHTD to the Subconsultant. Any retainage payments held by the Subconsultant must be returne o e subcontractor within 30 days after the subcontractor's work is completed. Failure to comply with this provision shall be considered a Default by the Subconsultant. If the .Subconsultant fails to comply with this provision, in addition to any other rights or remedies provided under this Subconsultant Agreement, the AHTD, at its sole option and discretion, may: • make payments directly to the subcontractor and offset such payments, along with any administrative costs incurred by the AHTD, against reimbursements or payments otherwise due the Subconsultant; • notify any sureties; and/or, • withhold any or all reimbursements or payments otherwise due to the Subconsultant until the Subconsultant ensures that the subcontractors have been and will be promptly paid for work performed. Attachment B1 Page 5 of 9 FEEDC P.E. City of Fayetteville Washington County, Arkansas RESOLUTION NO. 146-08 A RESOLUTION TO APPROVE SUPPLEMENTAL AGREEMENT NO. I TO THE CONTRACT WITH CARTER & BURGESS, INC. FOR ENGINEERING SERVICES FOR THE FAYETTEVILLE EXPRESSWAY ECONOMIC DEVELOPMENT CORRIDOR PROJECT IN THE AMOUNT OF $700,215.31 AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $560,173.00 WHEREAS, Carter & Burgess, Inc. was selected through the City's professional selection procedure to provide engineering services for the Fayetteville Expressway Economic Development Corridor in 2007; and WHEREAS, Carter & Burgess, Inc. satisfactorily completed the initial engineering study to determine how to best improve traffic flow and access into the Mall area; and WHEREAS, Carter & Burgess, Inc. should now be authorized to provide survey, design and bidding services for this project pursuant to Supplemental Agreement No. 1. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Supplemental Agreement No. 1 to the Carter & Burgess, Inc. contract for engineering services in the amount of $700,215.31 (attached as Exhibit A) and authorizes the Mayor to sign this agreement. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment in the amount of $560.173.00. PASSED and APPROVED this 15th day of July, 2008. APPROVED: ATTEST: `'11unnrrr„r, :FAYETTEVILLE: By: ►„� SO DRA E. SMITH, City Clerk/Treasurer Supplemental Agreement No. 1 Job No. 040505 F.A.P. HPP2-2816(1) Fayetteville Expressway Economic Development Corridor P.E. Date J ( 1 WHEREAS, the City of Fayetteville, Arkansas and Carter & Burgess, Inc. entered into an Agreement for Engineering Services on September 5, 2006; and, WHEREAS, representatives of the City of Fayetteville, Arkansas requested work in addition to that defined in the Agreement. NOW THEREFORE, the following modifications will be made to the Agreement to include the additional work requested: MODIFICATIONS: 1) The "Contract Ceiling Price" (Section 1.2) is increased from $175,000 to $875,215.31. 2) The "Title I Services Ceiling Price" (Section 1.12) is increased from $175,000 to $875,215.31. 3) The "Title II Services Ceiling Price" (Section 1.15) remains unchanged at $0.00. 4) The fixed fee (Section 3.4) is increased from $17,255.40 to $77,569.67. 5) See Attachment A for modifications to Section 3, 6, 7, 13, 17 and 35. 6) See Attachment Al, A2 and A3 for modifications to Appendix A -- Justification of fees and costs. 7) See Attachment B1, B2, and B3 for modifications to Appendix B — Subconsultant Agreement. 8) See Attachment Cl for modifications to Appendix C — Certification of Consultant. 9) The completion date (Section 17.1) for Job No. 040505 is changed from March 26, 2007 to December 31, 2010 for both projects. See Attachment D1 for modifications to Appendix D. Supplemental Agreement No. 1 Page 1 of 2 FEEDC P.E. City of Fayetteville Washington County, Arkansas IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 1, to be effective upon the date set out above. Carter & Bur ess, Inc. Kevin P. BY: ice r s n Supplemental Agreement No. 1 Page 2 of 2 FEEDC P.E. City of Fayetteville Washington County, Arkansas City of Fayetteville, Arkansas Mayor Da oody BY: Mayor Supplemental Agreement No. 1 Job No. 040505 F.A.P. HPP2-2816(1) ATTACHMENT A • COSTS, FEES, AND PAYMENT - The following shall be added to or revised in Section 3. The existing schedule of salary ranges shown in 3.2.1.1 shall be deleted and replaced with the following. Salary Range (Dollars/Hour) .Min. Max. Project Director 40.00 75.00 Project Manager 40.00 60.00 Transportation Planner 40.00 60.00 Senior Engineer 45.00 55.00 Engineer II 30.00 45.00 Engineer I 20.00 35.00 Engineering Designer 25.00 35.00 CADD Technician II 20.00 35.00 CADD Technician I 12.00 25.00 Party Chief 15.00 25.00 Survey Tech 12.00 20.00 Landscape Architect 30.00 50.00 Environmental Scientist 20.00 40.00 Administrative Assistant 10.00 25.00 Senior Environmental Scientist 40.00 60.00 Senior Environmental Planner 40.00 70.00 Environmental Planner 35.00 50.00 Land Surveyor 20.00 40.00 Survey Crew 25.00 65.00 DESCRIPTION OF THE PROJECT - The following paragraphs shall be added to Section 6. The design scope of services includes coordination with local, State and Federal agencies, design surveys, design services, and partial bidding services for proposed improvements for two projects joining to the Fulbright Expressway in Fayetteville, Arkansas. Both projects will be primarily contained within State Highway right-of-way and will include coordination with the FHWA, including application for a break in access. The City of Fayetteville will coordinate and submit plans and specifications for review to the AHTD in accordance with the AHTD "City Engineer Projects" list. The Engineer's scope of services, submittal schedules and associated fees are based upon the City of Fayetteville or the Engineer performing "the construction inspection, materials testing and AHTD performing the bid letting." Title II services will be included under another supplemental agreement. This Supplemental Agreement and the services described herein are incorporation with and reference the Agreement of Understanding between the City of Fayetteville and AHTD supported by the City of Fayetteville Resolution No. 81-06 and complies with applicable provisions of the Agreement of Understanding. Attachment A Page 1 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas Project 1 — Flyover Bridge The project includes the design of a direct connection from northbound US 71 B, just north of the Millsap Road/US71 intersection, to westbound Fulbright Expressway and Mall Avenue. The proposed alignment will include the widening of northbound US 71 B from two lanes to three lanes which will split to provide a single lane ramp to the west while maintaining two lanes to the east on northbound US 71 B. The proposed ramp alignment will span eastbound Fulbright Expressway to northbound US71 B, southbound US71 B, and southbound US71 B to westbound Fulbright Expressway on a flyover bridge. The single lane ramp will widen to two -lanes and split after the bridge to provide access to westbound Fulbright Expressway and the CMN Business Park at Mall Avenue. A traffic signal is anticipated at the proposed intersection with Mall Avenue. No improvements to Front Street (paralleling US71 B on the east) are anticipated. No water and sewer relocations are anticipated and therefore no design fees are included in this scope of work for the above described project (Project 1). The bridge is anticipated to be a single unit curved plate girder bridge with single column hammerhead type intermediate bent(s). It is anticipated that mechanically stabilized earth (MSE) walls will be used along both the approaches as necessary. Project 2 - Roundabout The project includes widening the existing off ramp at the intersection with North Hills Boulevard, Futrall Drive, and Millsap Road to two lanes and providing a bypass lane for westbound traffic on Futrall Drive. The improvements on Fultrall Drive are anticipated to be less than 1,200 linear feet. The project also includes replacing the existing four-way stop at the button hook ramps intersection with North Hills Boulevard, Futrall Drive, and Millsap Road with an approximate 100 -ft inside radius roundabout. The proposed improvements east of the roundabout are projected to tie to the existing roadway within 400 feet of the roundabout's eastern edge. It is anticipated that existing City of Fayetteville water and sewer facilities will require partial or full relocation as a part of Project 2. The relocation and tie-in for these utilities shall be within the right- of-way required for the project. The Arkansas Department of Health review fee will be paid for by the City of Fayetteville. The design services outline herein are not necessarily required for both projects. Project 1 includes bridge, lighting and traffic signal design; Project 2 includes the utility relocations. In general, all other design services are common to both projects. INFORMATION AND TITLE I SERVICES TO BE PROVIDED BY CONSULTANT — The following shall be added to Section 7. 7.5 Roadway and Bridge Design Guidelines and Data Roadway Design will be done in accordance with AASHTO's "A Policy on Geometric Design of Highways and Streets, 2004" and "Roadside Design Guide, 2002". Designs will also meet requirements as set forth in the latest edition of the "Manual of Uniform Traffic Control Devices" (MUTCD). Development and assembly of plans under this agreement shall generally conform to AHTD Roadway Design Plan Development Guidelines and Roadway Design Training Guide. Construction specifications shall be the current AHTD "Standard Specifications for Highway Construction". The bridge structure will be designed according to AASHTO LRFD Bridge Design Specifications, 4th Edition, including all applicable interims, and the requirements of the AASHTO Guide Attachment A Page 2 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas Specifications for Horizontally Steel Curved Highway Bridges, 2003 Edition, and all relevant Arkansas Highway and Transportation Department design memorandums. The bridge will be designed for the HL -93 live load, agency specified overload vehicle(s), and Seismic Zone "1" forces. The MSE walls will be designed according to AASHTO LRFD Bridge Design Specifications, 4th Edition, including all applicable interims. The Engineer will establish the line and grade and general details of the retaining walls. The external and global stability will be examined and recommendations will be made by the geotechnical engineer. The geotechnical engineer shall provide the maximum bearing pressure of the existing foundation material and any recommendations for undercutting and allowable pressure of backfill. All geotechnical data gathered under this contract will be provided to the wall vendor. The wall vender will design the wall based on the profiles provided by the Engineer. The Roundabout will be designed in conformance to FHWA Publication #FHWA-RD-00-067. Final plans, specifications, and quantities shall be consistent with AHTD procedures. All plans and survey shall be in U.S. Foot Units and based on AHTD's survey control system. All survey work shall be completed by an AHTD certified consultant in accordance with Attachment E "General and Detailed Scope Of Work for Control Surveys, Design Surveys, and Land Surveys. Electronic versions of all final plan sheets and drawings shall be delivered on CD Rom to the City of Fayetteville and AHTD in Microstation format (Version 8) with all reference files attached and set to load automatically. Prior to submission to the City of Fayetteville and the AHTD any preliminary or final data (e.g., studies, reports, bridge layouts, plans, drawings, designs, or documents) the Engineer will employ adequate Quality Control procedures to assure the accuracy, consistency, and validity of the material submitted. 7.5.1 Project Coordination 7.5.1.1 Kick-off Meeting A kick-off meeting between the City of Fayetteville, the Engineer and the Arkansas Highway and Transportation Department will be held to review the project requirements. The goal of this meeting will be to establish a firm foundation for the project based on a common understanding of the City of Fayetteville's needs and the project requirements. During the course of this meeting several issues will be discussed. They include, but are not limited to: • Project schedule • Performance expectations • Key project issues • Design Criteria • Communication Protocol 7.5.1.2 Design Criteria Design Criteria which details standard parameters for roadway, drainage and bridge design will be established. This Design Criteria shall be submitted to both the City of Fayetteville and the AHTD for written approval before beginning design. Attachment A Page 3 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas 7.5.1.3 AHTD Coordination The City of Fayetteville will coordinate and submit plans and specifications for review to the AHTD in accordance with the AHTD "City Engineer Projects" list. Coordination will include, but not be limited to: • Providing design criteria for review • Provide/coordinate break in access and environmental documentation with the AHTD/FHWA • Submittal of Plans to the AHTD at the 50%, 90%, and 100% completion stages 7.5.1.4 FHWA Coordination Coordination of review and required approvals by FHWA will be handled by AHTD. 7.5.1.5 Utility Coordination The Engineer will furnish plans to all known utility owners potentially affected by the project at each percent complete submittal noted in the contract. Meetings will be held at the 50% and 100% stages. The submitted plans will contain the surveyed locations of the observed and marked utilities. The Engineer will incorporate electronic utility data of known improvements provided by the utility within the project limits into the drawings if submitted to the engineer prior to the review submittal and if the data is in a similar format and on the same coordinate system. 7.5.1.6 City of Fayetteville Coordination The Engineer will attend coordination meetings with the City of Fayetteville and other agencies as required up to a maximum of ten. 7.5.2 Planning The Engineer will coordinate with the City of Fayetteville and the AHTD and submit for approval the required documentation for a break in access as noted in the AHTD publication "Procedures for New or Revised Freeway Access in Arkansas." 7.5.2.1 Break in Access 7.5.2.1.1 Step 1 — General Concept Review This step was completed under a previous contract with the City of Fayetteville. The concepts for Project 1 and Project 2 were approved by the City of Fayetteville and the AHTD. 7.5.2.1.2 Step 2 — Engineering Operational Analysis The purpose of this step is to evaluate the specific operational effects of the proposed ramp in Project 1. Break in access is not required in Project 2. This will be done by building on the information generated in Step 1. The Engineer will perform an operational analysis of the proposed access to demonstrate that no or only minimal adverse impact to safety and operations of the freeway facility will occur. The methodology from the current TRB Highway Capacity Manual (HCM) or the current version of the Highway Capacity Software (HCS) will be used to perform the needed engineering analysis. The operational analysis will use traffic data, developed from previously obtained data, based on the opening year and a design year 20 years from the date when the project is scheduled to be completed and open to traffic. The operational impact of the freeway between the proposed new/revised access and the adjacent existing interchanges on either side will be analyzed. The analysis areas are defined Attachment A Page 4 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas by the Fulbright Expressway east of North Gregg Avenue and west of the Fulbright Expressway's connection to US 71B (North College Avenue). The model will represent adequate safety to accommodate weaving, diverging, and merging maneuvers. The proposal and the supporting documentation will demonstrate that a reasonable analysis has been performed and that safety and traffic operations along the freeway will not be adversely affected by the proposed new or revised access. The appropriate number of copies of the proposal will be submitted to the City of Fayetteville and the AHTD Chief Engineer. The proposal will contain the following information. • Clear description of the project including plan and profile data • purpose and need • local background information • any issues of concern or controversy • documentation of the City of Fayetteville's long range transportation planning • other options considered • estimated cost • relationship with other controlled or State maintained facilities • proposed/future traffic data • design criteria • warrant analysis for Mall Avenue traffic signal If the AHTD elects to continue in the pursuit of a continuous flow intersection near the proposed improvements, this traffic data must be provided to the Engineer by the AHTD for inclusion within 30 days from Notice -to -Proceed. 7.5.2.1.3 Step 3 — Final Review and Approval The Engineer will coordinate and provide the required (Steps 1 and 2) items to the City of Fayetteville, AHTD and the FHWA for a review upon completion of the project as noted in the AHTD publication. 7.5.3 Environmental Assessment - The following scope of services and approach assumes the project will be a Categorical Exclusion for environmental permitting. Environmental permitting outside of Categorical Exclusion is not included in the scope and will be considered extra services. 7.5.3.1 Environmental Documentation The Engineer will perform social, economic, and environmental studies for inclusion in the environmental documentation. One alignment will be analyzed. The goal is to provide the documentation necessary to obtain AHTD approval of a Categorical Exclusion (CE) document. The work to be performed by the Engineer shall consist of preparing a CE document for the proposed project in accordance with AHTD and FHWA policies and procedures. It is anticipated that minimal additional right-of-way is required. Attachment A Page 5 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas The objectives of this task are: (1) to describe the existing social, economic and physical conditions within the corridor; (2) to identify and evaluate the short-term, long-term and impacts of the proposed improvements; and (3) to identify and recommend mitigation measures to be incorporated in the design and/or operation plan for the project. The services described herein are based on National Environmental Policy Act (N EPA) processes. The following describes the work to be performed for each task: 7.5.3.1.1 Data Collection - This task includes obtaining publicly available information from federal, state, and local agency sources and databases, pertinent project information available from the City of Fayetteville and AHTD as well as field surveys. Perform site visits to identify and assess environmental constraints, potentially sensitive areas, habitats, hazardous material sites, and landscapes. 7.5.3.1.2 Evaluate Potential Social, Economic, and Environmental Effects of the Proposed Action - The Engineer will describe the affected environment and environmental consequences for each issue and resource to be discussed in detail as listed below. 7.5.3.1.3 Community Impact Assessment/Social Analysis - Use appropriate data sources, such as the U.S. Census, visual surveys, maps, and aerial photographs to determine the potential for social impacts. Potential social impacts to be documented include: • Demographics (population, ethnic/racial distribution, and income) based on the 2000 U.S. Census and available future (2030) projections. • Existing and anticipated land uses in the project area (community services, schools, etc.). • Travel patterns and access for pedestrians, bicycles, transit, and vehicles. • Identify the racial, ethnic, and income level of affected individuals and communities to determine any disproportionate impacts on any minority or low-income individuals or communities in accordance with Executive Order 12898. • Limited English Proficiency — Improving access to services for persons with limited English proficiency in accordance with Executive Order 13166. • Qualitatively evaluate economic impacts using available information. In addition, major employers and activity centers in the area will be identified. 7.5.3.2 Cultural Resources - Archeological impact evaluation based on state records research and an on -site inspection. Develop a letter report documenting existing impacts or other conditions which may preclude the presence of intact archeological deposits within the project area for a proposed project. The purpose of an impact evaluation is to determine whether conditions in the project area are suitable for preservation of archeological deposits with sufficient integrity to be eligible for inclusion in the National Register of Historic Places (NRHP) or for designation as state landmarks. Historic structure evaluation will be based on state records research and an on -site inspection within the area of potential effect (APE) (i.e., 150 feet on either side of the project limits), the survey will include research of state records and photographic documentation of any potentially historic structures within the APE. The surveys will provide sufficient information (i.e., a Phase I survey and report) to allow the SHPO to make a determination of effect regarding the project. It is anticipated for budgeting purposes that the SHPO will determine a "letter report" is acceptable. Attachment A Page 6 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas All work under this task shall be completed by SPEARS, Inc, in accordance customary AHTD guidelines and format. 7.5.3.3 Biological Investigations The Engineer will conduct wetland surveys and delineations to determine the limits of all jurisdictional waters of the United States and potential jurisdictional wetlands within the project limits. The area of project impact to jurisdictional waters, including wetlands, will be determined to permit the project under Section 404 of the Clean Water Act. Wetlands will be delineated using the U.S. Army Corps of Engineers (USAGE) Wetland Delineation Manual of 1987. The Engineer will contact the U.S. Fish and Wildlife (USFWS) Arkansas Game and Fish Commission (AGFC) to ensure all state and federally listed threatened and endangered species of concern are identified, as well as their habitat areas, to avoid/minimize impacts. This coordination will assist in providing guidelines from these agencies on existence, habitat and mitigation. If suitable habitat for any listed threatened or endangered species is encountered within potential location alternatives, it may be necessary to survey for the species. Presence and absence surveys for any listed threatened or endangered species are not included as a part of this scope. A habitat analysis will be conducted to identify all sensitive natural plant communities, all dominant plants within the affected habitat and the impacted area (in acres) of all woody vegetation within the project limits. 7.5.3.4 Hazardous/Regulated Materials The Engineer shall conduct a literature and database review and a visual survey to identify potential hazardous/regulated material sites in the vicinity of the proposed project. The results of this effort shall be documented in the CE. The work shall include: 7.5.3.4.1 Overview and Summary of Hazardous Materials Sites within Study Area - This initial screening will include a review and evaluation of applicable state and federal regulatory agency databases. 7.5.3.4.2 Identification of Sites of Concern - A review and evaluation of the following list will be performed for the reasonable and feasible alternatives. CERCLA, NPL, RCRA, RST, LRST, State Superfund, city/county Solid Waste Landfills. 7.5.3.4.3 Visual survey of study area. 7.5.3.5 Other Environmental Studies, Analyses and Investigations: The Engineer shall conduct other environmental studies, analyses and investigations in accordance with FHWA/AHTD requirements for a CE for a transportation improvement project. The other environmental studies, analyses, and investigations will include the following: water quality, floodplains, air quality, noise analysis and modeling, wildlife and vegetations, aesthetics, Section 4(f)/6(f) properties, items of special nature, and construction. 7.5.3.6 Public Meeting The Engineer will plan, coordinate, participate in, and assist the City of Fayetteville in conducting one Public Meeting near the project area. The Engineer will identify the logistics involved in selecting the meeting site with the City of Fayetteville. The City of Fayetteville will subsequently secure/reserve and pay any rental costs for such site and any necessary equipment. Attachment A Page 7 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas The Engineer will determine area media publications and subsequently prepare and publish a Public Meeting notice. The Engineer will prepare sign -in sheets, comment sheets, and other materials for the Public Meeting as necessary. The Engineer will provide four (4) personnel to support the Public Meeting. The Engineer will develop legal notices for inclusion in local newspapers within the study area to inform the public of the upcoming meeting. The Engineer will submit the draft text for the legal notice to the City of Fayetteville for review and approval. Upon approval from the City of Fayetteville, the Engineer will distribute a public meeting notice to the newspapers accordingly. The City of Fayetteville will be responsible for payment of the publication of legal notices and ads. As directed by the City of Fayetteville and AHTD, the Engineer will obtain Project Mailing List database from the City of Fayetteville and update as necessary. The Engineer will develop and maintain the Project Mailing List database of names/addresses to be utilized in distributing the Public Meeting notice. Persons attending the Public Meeting will be added to the database when requested by the same. The Engineer will compile comments received at the Public Meeting and document the same in the form of a compact, bound report which will include comments cards, letters, attendance sheets, summary of input, response to public comments, etc. This will include photographs or copies of informational displays, handouts, etc. 7.5.3.7 Prepare Categorical Exclusion Document A Draft CE will be prepared and submitted to the City of Fayetteville, AHTD and FHWA for review and comment. Any necessary revisions to the Draft CE will be incorporated. All work on the project shall conform to the applicable requirements of the AHTD/FHWA as defined at the time of the notice to proceed. Sources of material will include data received from the AHTD and other federal, state, regional, and local governmental and quasi -governmental agencies and field investigations. This Scope of Services does not include the preparation of an individual or programmatic Section 4(f) Evaluation (required for impacts to parkland, recreation land, historic sites), conducting or attending a public hearing, right -of -entries, formal or informal Section 7 consultation with the USFWS biological assessment/biological evaluation (associated with endangered species/habitat impacts), USACE Section 10 permit, USACE Section 404 Individual Permit, USACE field verification, adjustment of staked boundaries subsequent of a USACE field verification visit, Arkansas Department of Environmental Quality (ADEQ) Section 401 Tier II permitting, any mitigation designs or plans associated with Section 404 permitting. Any changes to the standard regulations after the Notice -to -Proceed that require additional effort would require a supplemental agreement as agreed upon by both parties. 7.5.4 Surveying Services Surveys will be conducted to create and augment topographic mapping, establish project control, and locate utilities and soil borings. All survey work shall be completed by NTB Associates, an AHTD certified consultant, in accordance with Attachment E "General and Detailed Scope of Work for Control Surveys, Design Surveys, and Land Surveys. All services performed shall be consistent with Arkansas minimum standards and in compliance with Arkansas laws and regulations governing the practice of Land Surveyors and with all Federal, State and Local laws, regulations and ordinances applicable to the work. A detailed Scope of Services and fee justification is contained in the subconsultant contract in Attachments B3 and A3. Attachment A Page 8 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas 7.5.4.1 Title Services Information gathered in this task will be utilized to complete land surveys and prepare a strip map depicting parcels and the proposed right of way. According to AHTD's records, both projects will involve two parcels each. All work under this task shall be completed by John Elk, a licensed Abstractor in the State of Arkansas, in accordance with Attachment E "General and Detailed Scope of Work for Control Surveys, Design Surveys, and Land Surveys. 7.5.5 Geotechnical Services The Engineer will obtain and utilize the expertise of Grubbs, Hoskyn, Barton and Wyatt for geotechnical engineering services for the project including wall and bridge recommendations, borings, subgrade examination, and pavement recommendations. A detailed Scope of Services, Costs, Fees, Payments and Rate Schedules, and fee justification is contained in the subconsultant contract in Attachments B1, B2, and A2. 7.5.6 Design 7.5.6.1 Schematic Design (15% Submittal) Roadway and Bridge Design shall include the following. 7.5.6.1.1 A continuous roll plot depicting ortho-photography overlain with proposed roadway geometry at a scale of 1 "=200' and conceptual bridge layout will be provided to the City and the AHTD. 7.5.6.1.2 A warrant analysis for the proposed traffic signal in Project 1 will be submitted to the City of Fayetteville and AHTD. 7.5.6.1.3 Relocation options of existing water and sewer facilities will be identified and coordinated/confirmed with the City of Fayetteville for Project 2 only. 7.5.6.2 Preliminary Design (50% Submittal) In this phase of the design, comments from the 15% review will be incorporated into the design and plans will be developed. Tasks to be completed in the preliminary design phase include: 7.5.6.2.1 Roadway Design shall include the following. • Title Sheet - The title sheet shall generally conform to the AHTD standard title sheet. Typical Sections The typical sections will include notes pertaining to slopes, tolerances, leveling, and other items. The typical sections will contain information depicting the width of the subgrade, all lanes, shoulders, and clear zones. The side slopes (run/rise) and finished grade cross slopes (ft./ft.) will also be shown. The point of profile will be defined and the location of pipe underdrains if needed will be illustrated. The location and shape for all ditches will be also be depicted. Based on traffic data and geotechnical investigations, pavement design recommendations will be delivered to the City of Fayetteville and AHTD for their review and approval. Pertinent data and design calculations will be provided as well as the actual pavement section recommendations. The approved pavement designs will be incorporated into the typical sections. • Special Details Project specific details required to properly construct elements of the job that are not covered in the standard drawings or other plan drawings will be developed. Attachment A Page 9 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas Maintenance of Traffic Signing Details The maintenance of traffic signing details will suggest a sequence of construction to complete major phases of the project. It will clearly identify barricades to be placed, striping to be removed, striping to be placed prior to diversion of traffic, and possible detour routes and the stages required to maintain traffic during construction. These details will supplement AHTD standard drawings TC-1, TC-2, TC-3, TC-4, and TC-5. Plan and Profile Sheets The plan and profile sheets will contain information including the following in the plan view: proposed centerline and travel lanes, existing topography, horizontal geometry (curve data, Pis, bearings), north arrow, lane and shoulder dimensions, taper dimensions, proposed driveways and side streets, proposed cross drains and related construction notes, bridge end stationing, guardrail locations, turning radii, limits of existing and proposed right-of-way and control of access (including fence), construction limits, location of right-of-way points and benchmarks, floodplain limits, and other data as required. The plan and profile sheets will contain information including the following in the profile view: proposed vertical geometry (including VPIs, grades, and ditch grades), superelevation station limits, benchmarks, existing ground profile, and drainage information. Traffic Signal Plans — Based upon the results of the warrant study noted in sections 7.5.2.1.2 and 7.5.6.1.2, if warranted and approved, traffic signal plans will contain conceptual layout, signal and electrical plans. Water and Sewer Facilities As directed by the City of Fayetteville and based on findings from the schematic design phase the Engineer will produce plans related to the relocation of existing water and sewer facilities which are directly affected by the project. 7.5.6.2.2 Bridge Design shall include the following. Establish Bridge Geometry Field surveys and proposed roadway geometry will be utilized to develop bridge horizontal and vertical geometry. Other considerations in developing bridge geometry include minimum clearances and opening requirements, recommended end slopes and foundation types, superstructure type and depth. The deck width will be set to provide the required stopping sight distance. The number and spacing of girders, will be set. The schematic cross-section sketch of the superstructure will include the deck thickness. The submitted bridge layout sheet(s) will also include the topography and the design, construction, and material specifications. Coordination of review and required approvals by FHWA will be handled by AHTD. Preliminary Member Sizes Preliminary girder runs will be done to determine girder depth and overall superstructure depth. The number of columns and preliminary column diameters will be determined. The foundation type will be determined based on geotechnical information. Footing depths will be set and pile sizes and lengths estimated. • Prepare Bridge Layouts and Typical Sections This task will consist of developing sheets that depict the location, geometry, type, length, existing topography, deck thickness, typical material, and width of the bridges in plan and elevation. In addition, these sheets will show the number and spacing of girders, Attachment A Page 10 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas intermediate bent configuration, and foundation type in a cross-sectional elevation. Written approval of bridge layouts by the City of Fayetteville, AHTD and the FHWA will be required before detailed bridge design and plans will begin. Conceptual Bridge Lighting Plans The submittal will contain recommendations for the bridge lighting concepts. 7.5.6.2.3 50% Submittal Prepare and deliver four (4) sets of half-size plans to the City of Fayetteville for review by AHTD. 7.5.6.3 Final Design (901100%) The objective of this phase is to complete roadway, bridge, and right-of-way plans for the project. In the final design phase, comments from the 50% submittal will be addressed, all quantities will be calculated, right-of-way plans developed, and a construction cost estimate calculated. The final plans review will be performed and comments will be incorporated into the final plans. Comments from the 50% submittal will be incorporated and final design of the roadway and bridge will proceed with the written approval by the City of Fayetteville or the AHTD. Tasks to be completed in the final design phase include: 7.5.6.3.1 Final Roadway Design • Incorporate 50% review comments into 90% plans. Comments from the review of 50% plans will be incorporated in 90% plans and all sheets will be updated with appropriate quantity callouts once quantities are tabulated. • Permanent Pavement Marking Details The permanent pavement marking details illustrate pavement markings and traffic sign placement. All signing, striping and delineation will be in accordance with the latest edition of the Manual of Uniform Traffic Control Devices and shall conform to AHTD and federal regulations, laws and policies. These details will supplement AHTD standard drawings PM -1 and PM -2. • Survey Control Sheets Survey control sheets will show the horizontal and vertical control points and horizontal alignment data in plan view at the appropriate scale. The following information will be provided: Traverse Point Table —Point number, northing, easting, and elevation (if applicable). Horizontal alignment data —Curve number, point type (PC/PI/PT), station, northing, and easting. The appropriate notes will also be included. • Erosion Control Sheets Erosion control plans will be developed and will include temporary measures that will be put in place at the start of construction. The information for temporary measures include the location of silt fences (station/offset at Pis), rock berms, sediment basins, as well as other strategies to prevent pollution of streams by stormwater runoff from the project site. Permanent erosion control measures that will be left in place after construction is complete will also be noted. Cross Sections Cross sections for all roadways will be shown at a 1:1 scale and include the items required in the "Roadway Design Plan Development Guidelines". In addition, any match Attachment A Page 11 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas lines will be labeled and sections will be provided at bridge ends, begin/end tapers, nose points, begin/end auxiliary lanes, and any pipes/culverts perpendicular to centerline construction. Inlet and outlet sections will be shown for pipes/culverts on skews. • Water and Sewer Facilities The Engineer will produce plan and profile sheets related to the relocation of existing water and sewer facilities which are directly affected by the project. Quantities Quantities will be calculated and tabulated using the 2003 Standard Specifications for Highway Construction and the appropriate supplemental and job specific special provisions and AHTD's Roadway Design Plan Development Guidelines and Roadway Design Training Guide. The quantity sheets will display the tabulated quantities in typical AHTD format. A summary of quantities sheet will be provided that tabulates all quantity items by pay item number, description, unit, and quantity. The quantity sheets and summary of quantities will be inserted into the plans between the permanent pavement marking details and the survey control sheets. 7.5.6.3.2 Final Bridge Design • Superstructure Design Design activities include, traditional deck design, girder, splice, cross frame, stiffener, shear connector and bearing designs. The preliminary girder runs will be refined and final member sizes determined. The elastomeric bearings will be designed in accordance with AASHTO and AHTD Bridge Memorandums. • Substructure Design Design activities include the design of intermediate bents and end bents. This will be accomplished by developing loads in compliance with AASHTO criteria and modeling the substructure units to produce member force envelopes for component design. • Bridge Lighting Design Design activities include finalization of the lighting plan, appropriate details for installation and special provisions in the specifications. • Detailed Bridge Plans Construction plans will be developed containing end bent and intermediate bent details; deck, girder, connection, reinforcing, deflection and concrete placement details; parapet, expansion joint, and bearing details along with project specific general notes. • Calculate quantities Bridge quantities will be calculated and grouped by bridge, bridge component, and item number. The quantities will be calculated in accordance with the 2003 Edition of the AHTD "Standard Specifications for Highway Construction" and reported to the accuracy indicated on the January 19, 1997 memorandum entitled "Limits to Show on Bridge Quantity Sheets" 7.5.6.3.3 Right -of -Way Documents Right-of-way design activities consist of analysis/calculations and the preparation of right-of- way documents for 2 tracts on each project. Submittals to City of Fayetteville for the review of the right-of-way plans and parcel surveys shall be made as follows. Project 1 — Fly -over Bridge Attachment A Page 12 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas Submittals to City of Fayetteville for review of the right-of-way plans and parcel surveys shall be made in accordance with Attachment F "AHTD State Preparation and Submittal of Right of Way Plans." Transfer documents for the proposed right of way should be in name of the Arkansas Highway Commission. All rights of way to the Highway Commission should be prepared on standard AHTD documents for Fully Controlled Access Facilities. Control of access will have to be revised along Fulbright Expressway and will require FHWA approval. Project 2 - Roundabout Submittals to City of Fayetteville for review of the right-of-way plans and parcel surveys shall be made in accordance with standard City of Fayetteville format. Transfer documents for the proposed right of way shall be in the name of the City of Fayetteville. Right-of-way plans will be submitted at the 90% level for review. 7.5.6.3.4 Right of Way Monumenting and Final Plat The Right of Way will be monumented, after property is acquired and or donated and with the approval of the AHTD to proceed. Monuments shall be set at all Right of Way breaks, and at all property lines and "40 Acre" lines crossed by the Right of Way line. Land corners, such as Section Corners, Quarter Corners, and Sixteenth Corners used as the basis of legal descriptions for properties to be acquired shall also be set, if an acceptable monument was not found. Additional points along the Right of Way will be set to insure a minimum distance of 500' to 750' between monuments. Each point shall set using the monument assembly and stampings prescribed and according to AHTD procedures described in AHTD Surveys Manual, Requirement and Procedures for Design Surveys and Land Surveys. Standard monument materials will be furnished by AHTD. This includes rebar, 2" caps, witness post, and sign. Monument caps with specific stampings will be used. Prepare a final plat that shows all monuments set (or witnessed) according to State minimum standards and submit to the City of Fayetteville. 7.5.6.3.5 Develop Construction Cost Estimate and Special Provisions A cost estimate will be prepared based on job quantities and current weighted average unit prices. Job Specific Special Provisions will be prepared in the standard AHTD format for each Job. Submit 90% plans Prepare and deliver four (4) sets of half-size plans and two (2) sets of cross sections. Incorporate 90% Review Comments and Submit 100% plans Prepare and deliver one set of full size plans sealed and signed and cross sections on bond paper. 7.5.6.4 SWPPP The Engineer will prepare a Storm Water Pollution Prevention Plan (SWPPP) for the City of Fayetteville's submittal and use for the project. 13 DELIVERABLES The following data shall be revised and/or added to Section 13 Attachment A Page 13 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas 13.1 Break in Access The submittal shall include, documentation for a break in access as noted in the AHTD publication "Procedures for New or Revised Freeway Access in Arkansas" including: • The City approved alternatives FEEDC Traffic Study • Conceptual drawings of the proposed improvements • VISSIM operational analysis of the proposed improvements • Signal coordination data • Weave calculations • Existing roadway data and tie-in locations • Purpose and need and public involvement data • Construction cost estimates • Safety issues • Warrant Analysis for traffic signal at Mall Avenue • Design Criteria 13.1.1 Environmental Environmental Deliverables shall include the following: • Archeological Background Study Technical Report prior to CE (4 copies) • Newspaper advertisements and/or Legal Notices (English and Spanish). • Public Meeting announcement. • Project Mailing List database, updated as necessary, Microsoft Excel • Technical handouts for the Public Meeting (up to 100 hard copies). • Agenda for the Public Meeting (up to 100 hard copies). • Comment forms for the Public Meeting (up to 100 hard copies). • Sign -in Sheets for the Public Meeting (up to 10 hard copies). • Exhibits/displays for the Public Meeting (up to 10 exclusive displays). • Bound Report summarizing the Public Meeting (2 copies). • Draft CE submittal to City of Fayetteville (up to 10 copies). • Draft CE submittal to the AHTD (up to 10 copies). • Draft CE submittal to the FHWA (up to 10 copies). • Final CE submittal to City of Fayetteville, the AHTD and the FHWA (up to 10 copies each). 13.2 Design The roadway/bridge portion of the project will have three (3) distinct reviews at 15%, 50%, and 90%. Submittals for review will be packaged by job. The deliverables at each review and project completion (100%) will be as follows for each Job Number: 13.2.1 Schematic Design (15% Submittal) 13.2.1.1 1"=200' Roll Plot of proposed improvements on ortho-photography and 2 copies of the conceptual bridge layout. 13.2.2 Preliminary Design (50%) will include four (4) half size sets of plans consisting of the following sheets. • Title Sheet • Roadway Typical Sections • Special Detail Sheets • Maintenance of Traffic Sheets • Plan & Profile Sheets • Ramp Profile Sheets • Signalization Plans • Interchange Layouts • Culvert Sections Attachment A Page 14 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas • Bridge Layouts 13.2.3 Final Submittal (90/100%) will include four (4) half sized sets of plans and two (2) sets of cross sections for the 90 percent submittal. The Final submittal will consist of one (1) full sized sets of plans on bond paper. The Final submittal will also consist of one (1) full-size set of signed and sealed bridge plans on bond paper to the Bridge Division. The Department's comments for each submittal will be incorporated into each subsequent submittal. • Title Sheet • Index of Sheets, List of Governing Specifications & General Notes • Roadway Typical Sections • Special Detail Sheets • Maintenance of Traffic Sheets • Erosion Control Plan • Roadway Quantities • Bridge Quantities • Summary of Quantities • Survey Control Detail Sheets • Plan & Profile Sheets • Ramp Profile Sheets • Interchange Layouts • Signalization Plans • Culvert Sections • Bridge Layouts • Bridge Substructure Details • Bridge Superstructure Details • Standard Drawings • Cross Sections • Special Provisions • Engineer's Cost Estimate • Design Calculations • Geotechnical Report 13.2.4 Right -of -Way Documents will include warranty deeds and 11"x17" right-of-way documents. 13.3 SWPPP Submittal The SWPPP will contain the necessary data needed to obtain a SWPPP for the project, including the AHTD, ADEQ and City of Fayetteville data and details. 17. TERM. COMMENCEMENT, AND COMPLETION The following sentence shall be added to Section 17.3. The scheduled completion dates for Projects 1 and 2 is detailed in Attachment D1 to Appendix D. 35. NOTICE The following data shall be revised in Section 35.1.2 35.1.2 To the Consultant: Carter & Burgess, Inc. Attn: Kip Guthrie, PE 3729 N. Crossover Road, Suite 111 Fayetteville, Arkansas 72703-5538 Attachment A Page 15 of 15 FEEDC P.E. City of Fayetteville Washington County, Arkansas Attachment Al Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design - Project 1) City of Fayetteville Washington County, Arkansas Cost per Phase Summary Break in Access $28,302.52 Environmental and Permits $26,986.37 Schematic Design $38,887.60 Preliminary Design $103,213.90 Final Design $175,564.48 Partial Bidding Services $5,886.13 SW PPP $8,698.67 AHTD Right -of -Way Plans $15,970.86 Design Fee Design Fee $403,510.53 Direct Cost $9,179.00 Geotechnical Services (estimated) $26,068.49 Topographical & Boundary Surveys, ROW Monumentation $40,041.89 Total Fee $478,799.91 Fly -Over Design 1 of 10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Fly -Over Design - Project 1) City of Fayetteville Washington County, Arkansas SUMMARY OF FEES AND COSTS - TITLE I - FEEDC Fly -Over Design CARTER & BURGESS, INC. 1. Direct Labor Rate/Hour i Man-hours Cost Subtotals Project Director $52.00 102.0 $5,304.00 Project Manager $46.00 550.0 i $25,300.00 Senior Engineer $44.50 354.0 $15,753.00 Engineer II $33.00 i 665.0 $21,945.00 Engineer I $30.50 818.0 j $24,949.00 Land Surveyor $25.50 106.0 $2,703.00 Engineer Designer II $25.50 j 80.0 j $2,040.00 CADD Tech II $22.25 764.0 $16,999.00 CADD Tech I $15-50 402.0 $6,231.00 Admin. Assistant $14.75 56.0 I $826.00 Survey Crew $45.00 I 4.0 $180.00 Sr. Env. Planner $62.75 ` 28.0 E $1,757.00 Env. Planner $45.00 i 0.0 $0.00 Sr Env. Scientist $53.00 28.0 i $1,484.00 Env. Scientist $26.00 I 168.0 $4,368.00 Subtotals 4125.00 $129,839.00 $129,839.00 2. Burden Rate Base i Cost General Office Overhead 177.48% $129,839.00 I $230,438.24 Subtotals." $230,438.2E $230,438.26 3. Direct Costs Full Size Plots 400.00 Shts @ $5.00 /Sht = $2,000.00 Half Size Plots 800.00 Shts @ $0.50 /Sht = 4 $400.00 Photo copies 400.00 Shts @ $0.14 /Sht = j $56.00 Telephone/FAX Charges 20.00 min @ $0.10 /min = $2.00 Express Deliveries 10.00 C $20.00 /Ea = $200.00 Courier Deliveries 15.00 C $15.00 /Ea = I $225.00 Auto Mileage 1600.00 ml C $0.485 /mi = I $776.00 Air Travel 4.00 RI' C $500.00 /RT = I $2,000.00 Per Diem 5 Days @ $30.00 /Day = 1 $150.00 Lodging 4 Days @ $60.00 /Day = ( $240.00 Auto Rental 4 Days @ $45.00 /Day = $180.00 Cultural Resources $1.200.00 Deed Research $750.00 Arkansas One Call $1,000.00 — — $9, tt i9.ac $9,179.00 4. Subcontracts Grubbs, Hoskyn, Barton & Wyatt, Inc. $26,068.49 NIB and Associates, Inc $40,041.89 I Subtotals $66110.38 $66,110.38 5. Fee Fee $43,233.27 Subtotals $43,233.27 $43,233.27 6. Total Cost Additional $478,799.91 Fly -Over Design 20110 Attachment At Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design -Project 1) City of Fayetteville Washington County, Arkansas Break in Access WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech 11 CADD TeCh I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env, Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Break in Access Break In access 2 40 60 24 8 Fly -over, roundabout, and new Steel Blvd and existing Millsap traffic signal coordination (VISSIM) model 8 40 Meeting with AHTD and FHWA 2 4 4 Warrant Analysis for Traffic Signal at Mall Ave 8 24 B Coordination with City for Millsap Signal Timing 2 1 Address AHTD and FHWA comments/concerns 8 12 OC Review 4 Subtotal - Civil Engineering 8 62 8 0 141 0 0 0 32 0 8 0 0 0 0 0 Hours 8 62 8 0 141 0 0 0 32 0 8 0 0 0 0 0 Fiy-Over Design 30110 AttachmenrAl Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design - Project 1) City or Fayetteville Washington County, Arkansas ENVIRONMENTAL ASSESSMENT AND PERMITTING WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer 11 CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Data Collection 2 24 Evaluate Social, Economic & Environmental Effects 4 4 Community Impact Assessment 1 12 Archeological Resources Biological Investigation 8 12 Hazardous Materials 8 Other Environmental Studies 76 Public Meeting 4 4 12 24 Prepare CE Document 6 24 AHTD Review & Response 1 2 4 12 FHWA Review & Response 1 2 2 12 Permitting 1 20 24 ONOC 2 4 Subtotal- Civil Engineering 8 14 0 0 4 0 0 0 6 0 0 0 24 0 28 168 Hours 8 14 0 0 4 0 0 0 6 0 0 0 24 0 28 168 Fly -Over Design 40550 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Fly -Over Design- Project 1) City of Fayetteville Washington County, Arkansas SCHEMATIC DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech It CADD Tech I Admin. Assistant Survey Crew Sr. Env, Planner Env. Planner Sr Env. Scientist Env, Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Conceptual Design - 30% Design guidelines 2 8 10 4 8 Coordination with Geotechnical Subconsultant 2 2 10 Meetings/Coordination with FHWA and AHTD 8 4 8 0 Utlity Companies Coordination 2 4 16 4 24 Bridge geometry, bridge length, and wall location finalization 2 40 8 80 24 Roadway geometry 2 16 24 24 Boring Staking 1 4 OC Review 4 2 Subtotal - Civil Engineering 14 81 38 0 130 0 0 0 80 0 8 4 0 0 0 0 Hours 14 81 38 0 130 0 0 0 60 0 8 4 0 0 0 0 Fiy-Over Design 5 of 10 Attachment Al Job No. 040505 F.A.P. HPP2-2616(1) FEEDC P.E. (Fly -Over Design- Project 1) City of Fayette elite Washington County, Arkansas PRELIMINARY DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Roadway Typical Sections 2 2 8 12 Plan & Profile Sheets 2 2 2 12 12 Cross Sections 2 2 32 12 Drainage Improvements 2 6 32 8 Striping Plans 1 2 8 Signing Plans 1 2 8 MOT 2 8 12 40 Erosion Control Plans 2 8 12 40 Title Sheet and Quantities 2 2 2 12 16 Survey Control Detail Sheets 2 4 40 24 Traffic Signal Layout 2 40 40 20 Bridge Bridge Layout 4 20 40 40 Superstructure 4 12 40 Substructure 4 12 40 Retaining Wall Layout & Design 2 4 12 60 50 Meetings/Coordination with City 6 4 12 Meelings/Coordination with AHTD 8 Utlity Companies Coordination 8 4 Opinion of Probable Construction Cost 2 14 26 60 QC Review 4 1 Subtotal- Civil Engineering 22 111 128 0 124 180 40 40 134 216 0 0 0 0 0 0 2 Electrical Engineering Bridge lighting design 24 16 60 Traffic Signal electrical design 12 24 Subtotal - Electrical Engineering 0 36 0 0 0 0 0 0 16 84 0 0 0 0 0 0 Hours 22 147 128 0 124 180 40 40 150 300 0 0 0 0 0 0 Fly -Over Design 6 of 10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design -Project 1) City of Fayetteville Washington County, Arkansas FINAL DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADS Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Final Plans Typical Sections 0.5 2 4 Plan & Profile Sheets 0.5 0 4 24 40 Cross Sections 0.5 0 4 12 40 Maintenance of Traffic Plan 0.5 4 6 16 40 Drainage Improvements 0.5 6 8 40 24 Striping Plans 0.5 4 4 12 Signing Plans 0.5 4 2 12 Special Details 0.5 4 40 24 Erosion Control Plans 0.5 4 8 20 Title Sheet and Quantities 0.5 4 8 12 20 Roadway QAJQC Review 24 Survey Control Detail Sheets 2 4 16 24 Traffic Signal Layout 2 24 40 Bridge Superstructure Design 0.5 8 100 Superstructure Detail 0.5 8 80 100 Substructure Design 0.5 8 100 Substructure Detail 0.5 8 80 100 Special Bridge Details and Specs 0.5 8 50 8 Retaining Wall Design 0.5 4 8 2D 20 Meetings/Coordination with AHTD 2 8 8 Utility Companies Coordination 2 4 Special Conditions 4 12 24 40 10 Special Details 4 Quantities 4 12 40 120 12 Opinion of Probable Construction Cost 4 12 24 40 Bridge QA/QC Review 24 Final Plan Review 8 4 Subtotal - Civil Engineering 38 198 134 0 158 630 16 40 488 10 16 0 4 0 0 0 2 Electrical Engineering Bridge lighting design 12 8 40 Traffic Signal electrical design 12 12 Subtotal - Electrical Engineering 0 24 0 0 0 0 0 0 8 52 0 0 0 0 0 0 Hours 38 222 134 0 158 630 16 40 496 62 16 0 4 0 0 0 Fly -Over Design 7 of 10 AttachmentAl Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design. Project 1) City of Fayetteville Washington County, Arkansas BIDDING SERVICES WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer 11 Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Addendums/Inquiries 2 8 8 4 8 Pre -Bid Meeting 1 4 2 Bid Opening 1 2 2 Microstation Plan Submittal to AHTD with plans set to load 4 Subtotal - Civil Engineering 4 14 12 0 8 8 0 0 0 0 0 0 0 0 0 Hours 4 14 12 0 8 8 0 0 0 0 0 0 0 0 0 0 Fly -Over Design 8 of10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Fly -Over Design. Project 1) City of Fayetteville Washington County, Arkansas Swppp WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering SWPPP preparation and submittal 4 30 40 24 OA/DC 2 4 Subtotal - Civil Engineering 6 0 34 0 0 0 0 0 0 40 24 0 0 0 0 0 Hours 6 0 34 0 0 0 0 0 0 40 24 0 0 0 0 0 Fly -over Design 90110 Attachment At Job No. 040505 F.A.P. NPP2-2815(1) FEEDC P.E. (Fly-OVon Design - Pro/ecr 1) Clry at Foyottevltte Washington County, Arkansas AHTD Right -of -Way Plans WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Englneerll Engineer Land Surveyor Engineer Designer 11 CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Ern. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr I. Civil Engineering Coordination with Sub -Consultants 4 Translation of data to Microstation Drawings 8 100 4 Submission to and addressing AHTD comments 2 2 AHTD Format and boundary and row plan checking procedure 2 40 ONOC Review Subtotal • Civil Engineering 2 10 0 0 100 0 50 0 0 0 0 0 0 0 0 0 Hours 2 10 0 0 100 0 50 0 0 0 0 0 0 0 0 0 Pty -Over Design 10 0110 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEDC P.E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas Cost per Phase Summary Break in Access $0.00 Environmental and Permits $23,368.92 Schematic Design $11,912.11 Preliminary Design $46,709.87 Final Design $66,677.33 Partial Bidding Services $2,829.63 SW PPP $6,274.60 Right -of -Way $1,650.23 Design Fee Design Fee $159,422.69 Direct Cost $6,566.00 Geotechnical Services (estimated) $7,236.94 Topographical and Boundary Surveys $48,189.77 Total Fee $221,415.40 Roundabout Design 1 of 10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P,E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas SUMMARY OF FEES AND COSTS - TITLE I - FEEDC Roundabout CARTER & BURGESS, INC 1. Direct Labor Rate/Hour Man-hours Cost Subtotals Project Director $52.00 72.0 $3,744.00 Project Manager $46.00 249.0 $11,454.00 Senior Engineer $44.50 j 191.0 I $8,499.50 Engineer II $33.00 286.0 $9,438.00 Engineer I $30.50 0.0 $0.00 Land Surveyor $25.50 10.0 $255.00 Engineer Designer II $25.50 0.0 j $0.00 CADD Tech II $22.25 i 4.0 $89.00 CADD Tech I $15.50 686.0 $10,633.00 Admin. Assistant $14.75 38.0 I $560.50 Survey Crew $45.00 4.0 { $180.00 Sr. Env. Planner $62.75 j 28.0 $1,757.00 Env. Planner $45.00 0.0 $0.00 Sr Env. Scientist $53.00 ! 8.0 i $424.00 Env. Scientist $26.00 164.0 $4,264.00 i$ubtotals 1740.00 $51,298.00 $51,298.00 2. Burden Rate Base Cost General Office Overhead 177.48% $51,298.0[ $91,043.69 Subtotals $91,043.69 $91,043.69 3. Direct Costs Full Size Plots 200.00 Shts @ $5.00 /Sht = ( $1,000.00 Half Size Plots 600.00 Shts @ $0.50 /Sht = ! $300.00 Photo copies 300.00 Shts @ $0.14 /Sht = j $42.00 Telephone/FAX Charges 30.00 min @ $0.10 /min = $3.00 Express Deliveries 10.00 @ $20.00 /Ea = $200.00 Courier Deliveries 15.00 @ $15.00 /Ea = ' $225.00 Auto Mileage 1600.00 ml @ $0.485 /mi = $776.00 Air Travel 2.00 RI @ $500.00 /RT = $1,000.00 Per Diem 2 Days @ $30.00 /Day = $60.00 Lodging 2 Days @ $60.00 /Day = j $120.00 Auto Rental 2 Days @ $45.00 /Day = $90.00 Cultural Resources $1,000.00 Deed Research $750.00 Arkansas One Call $1,000.00 Subtotals $6,566.00 $6,566.00 4. Subcontracts Grubbs, Hoskyn, Barron & Wyatt, Inc. $7,236.94 NTB and Associates, Inc $48,189.77 I u oas — — -- — $55,4267i'$55,426.71 5. Fee Fee $17,081.0[ SubtotalsSubtotalsi $17,081.00 $17,081.00 6. Total Cost Additional $221,415.40 Roundabout Design 2of10 Attachment Al Job No. 040505 F.A.P. HPP2.2816(1) FEEDC P.E. (Roundabout Design- Project 2) City of Fayetteville Washington County, Arkansas Break in Access WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Break in Access Subtotal- Civil Engineering 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Hours 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Roundabout Design 30/10 Attachment Al Job No. 040505 F.A.P. HPP&2616(1) FEEDC P.E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas ENVIRONMENTAL ASSESSMENT AND PERMITTING WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech tl CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr its hr hr hr 1. Civil Engineering Data Collection 1 24 Evaluate Social, Economic & Environmental Effects 2 4 4 2 Community Impact Assessment 12 Archeological Resources Biological tnvestigation 8 12 Hazardous Materials 8 Other Environmental Studies 24 Public Meeting 4 4 12 16 Prepare CE Document 1 6 24 AHTD Review & Response 1 4 20 FHWA Review & Response 1 4 12 Permitting 2 12 OA/QC 1 2 Subtotal - Chill Engineering 7 10 0 a 4 0 0 0 4 0 2 0 28 0 8 164 Hours 7 10 0 0 4 0 0 0 4 0 2 0 28 0 8 164 Roundabout Design 40/10 Attachment At Job No.040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas SCHEMATIC DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Conceptual Design - 30% Design guidelines 2 2 4 4 Coordination with Geotechnical Subconsultant 2 Meotings/Coordination with FHWA and AHTD 2 2 4 Utlity Companies Coordination 2 4 12 Roadway geometry finalization 8 40 Boring Staking 1 4 CC Review 2 2 Waterline Investigation 12 Wastewater Investigation 12 Subtotal - Civil Engineering 6 19 36 0 0 0 0 0 0 52 4 4 0 0 0 0 Hours 6 19 36 0 0 0 0 0 0 52 4 4 0 0 0 0 Roundabout Design 5 of10 Attachment At Job No. 040505 F.A.P. HPP2.2816(1) FEEDC P.E. (Roundabout Design - Project 2) City of Fayetteville Washington County, Arkansas PRELIMINARY DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew St. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Roadway Typical Sections 1 2 2 8 Plan & Profile Sheets 1 8 24 40 Cross Sections I a 20 40 Drainage Improvements 1 8 40 8 Striping Plans 1 2 4 8 Signing Plans 1 2 4 8 MOT 1 8 12 16 Erosion Control Plans 1 8 8 20 Meetings/Coordination with City e Meetings/Coordination with AHTD 4 Ullity Companies Coordination 4 8 Opinion of Probable Construction Cost 1 12 20 OA)OC Review 8 2 Waterline Design 4 4 24 40 Wastewater Design 4 4 24 40 Subtotal - Civil Engineering 25 84 48 0 114 0 0 0 0 256 0 0 0 0 0 0 Hours 25 84 48 0 114 0 0 0 0 256 0 0 0 0 0 0 Roundebout Design 60/10 Attachment A l Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout Design - Pro)ect 2) City of Fayetf-ills Washington County, Arkansas FINAL DESIGN WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer 11 CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Final Plans Typical Sections 1 2 4 Plan & Profile Sheets 1 2 24 16 Cross Sections/Spot Grades 1 2 8 24 Maintenance of Tragic Plan 1 2 4 12 Drainage hnprovements 1 2 8 40 12 Striping Plans 1 2 4 12 Signing Plans 1 2 4 12 Special Details t 2 8 12 MOT 1 4 8 20 Erosion Control Plans 1 4 8 20 Final Review/Walkthrough with City 4 4 Meetings/Coordinatlon with AHTD 1 4 Utility Companies Coordination 1 4 4 Special Conditions 24 8 4 4 Special Details 2 10 8 Quantifies 4 12 40 8 12 Opinion of Probable Construction Cost 4 8 40 OAiOC Review 6 8 Waterline Design 2 24 40 Wastewater Design 2 24 40 Utility Special Provisions 2 20 24 Utility Details 2 16 24 Subtotal - Civil Engineering 34 94 104 0 164 0 0 0 0 332 12 0 0 0 0 0 Hours 34 94 104 0 164 0 0 0 0 332 12 0 0 0 0 0 Roundabout Design 7 of 10 ArtachmentAl Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout Design - Pro/act 2) City of Fayetteville Washington County, Arkansas BIDDING SERVICES WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech 1 Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Addendums/Inquiries 8 1 2 Pre -Bid Meeting 2 1 2 Bid Opening 2 1 2 Microstation Plan Submittal to AHTD with plans cello load 4 Subtotal -Civil Engineering 0 12 3 0 4 0 0 0 0 6 0 0 0 0 0 0 Hours 0 12 3 0 4 0 0 0 0 . 6 0 0 0 0 0 0 Roundabout Design So! 10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout Den/go- Pro/not 2) City of Fayetteville Washington County, Arkansas SWPPP WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering SWPPP preparation and submittal 24 40 20 Subtotal - Civil Engineering 0 24 0 0 0 0 0 0 0 40 20 0 0 0 0 0 Hours 0 24 0 0 0 0 0 0 0 40 20 0 0 0 0 0 Roundabout Design 9 of 10 Attachment Al Job No. 040505 F.A.P. HPP2-2816(l) FEEOC P.E. (Roundabout Design - Prefect 2) City of Foyenevrlle Washington County, Arkansas Right -of -Way WORK TASK DESCRIPTION Project Director Project Manager Senior Engineer Project Engineer Engineer II Engineer I Land Surveyor Engineer Designer II CADD Tech II CADD Tech I Admin. Assistant Survey Crew Sr. Env. Planner Env. Planner Sr Env. Scientist Env. Scientist hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr hr 1. Civil Engineering Coordination with Sub -Consultants 2 0 Coordination with City 2 0 CA/OC Review 2 2 Subtotal - Civil Engineering 0 6 0 0 0 0 10 0 0 0 0 0 0 0 0 0 Hours 0 6 0 0 0 0 10 0 0 0 0 0 0 0 0 0 Roundabout Design toot 10 Attachment A2 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design) City of Fayetteville Washington County, Arkansas Geotechnical Cost Grubbs, Hoskyn, Barton & Wyatt, Inc. 1. Direct Labor Rate/Hour Manhours Cost Subtotals Principal $41.67 0 $0.00 Project Manager $35.66 35 $1,248.10 Project Engineer $35.00 40 $1,400.00 Staff Engineer $30.00 $0.00 Drilling supervisor $14.03 40 $561.20 Driller & Technician $11.30 270 $3,051.00 Engineering Aide/Clerical $12.88 30 $386.40 415 $6,646.70 $6,646.70 2. Burden Rate Base Cost Provisional Overhead 199.23 % $6,646.70 $13,242.22 $13,242.22 $13,242.22 3. Direct Costs Mob/demob (buggy) 0 $2,000.00 /Ea = $0.00 In yard mobilization 2 $125.00 /Ea = $250.00 Drilling equipment (truck) 90 $26.25 /Hr = $2,362.50 Equipment set up & access 20 $26.25 /Hr = $525.00 Crew truck 110 $5.14 /Hr = $565.40 Vehicle Mileage 200 $0.45 /ml = $90.00 Per Diem 0 $65.00 /Day = $0.00 Traffic Control 0 $750.00 /Day = $0.00 Dozer rental 0 $1,000.00/Day= $0.00 $3,792.90 4. Subcontracts $0.00 $0.00 $0.00 5. Fee Fee subtotal $19,888.92 $2,386.67 $2,386.67 $2,386.67 6. Total Contract Cost $26,068.49 Fly -Over Design Geotechnical 1 of 1 Attachment A2 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout Design) City of Fayetteville Washington County, Arkansas Geotechnical Cost Grubbs, Hoskyn, Barton & Wyatt, Inc. 1. Direct Labor Rate/Hou Manhours Cost Subtotals Principal $41.67 0 $0.00 Project Manager $35.66 9 $320.94 Project Engineer $35.00 12 $420.00 Staff Engineer $30.00 $0.00 Drilling supervisor $14.03 10 $140.30 Driller & Technician $1 1.30 59 $666.70 Engineering Aide/Clerical $12.88 10 $128.80 $1,676.74 $1,676.74 100 2. Burden Rate Base Cost Provisional Overhead 199.23% $1,676.74 $3,340.57 $3,340.57 $3,340.57 3. Direct Costs Mob/demob (buggy) 0 $2,000.00 /Ea = $0.00 In yard mobilization 1 $125.00 /Ea = $125.00 Drilling equipment (truck) 15 $26.25 /Hr = $393.75 Equipment set up & access 8 $26.25 /Hr = $210.00 Crew truck 20 $5.14/Hr= $102.80 Vehicle Mileage 80 $0.45 /mi = $36.00 Per Diem 0 $65.00 /Day = $0.00 Traffic Control 1 $750.00 /Day = $750.00 Dozer rental 0 $1,000.00 /Day = $0.00 $1,617.55 4. Subcontracts $0.00 - ------ $0.00 $0.00 5. Fee Fee subtotal $5,017.31 $602.08 $602.08 $602.08 6. Total Contract Cost $7,236.94 Roundabout Design Geotechnical 1 of 1 Attachment A2 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design) City of Fayetteville Washington County, Arkansas Design Surveys NTB Associates, Inc. 1. Direct Labor Rate/Hour Manhours Cost Subtotals Principal $50.00 2 $100.00 Project Suveyor $28.00 23 $644.00 Survey Technician $25.00 16 $400.00 Survey CAD $16.00 8 $128.00 Survey Crew Chief $14.00 80 $1,120.00 Instument Person $13.50 80 $1,080.00 Rod Person $11.50 80 $920.00 Rod Person $10.50 80 $840.00 Engineering Aide/Clerical $10.00 1 $10.00 $5,242.00 $5,242.00 370 2. Burden Rate Base Cost Overhead 185.00% $5,242.00 $9,697.70 $9,697.70 3. Direct Costs Vehicle Mileage 1200 $0.43 /mi = $516.00 Per Diem 16 $109.00 /Day = $1,744.00 $2,260.00 4. Fee $1,792.76 5. Total Contract Cost $18,992.46 Fly -Over Design Design Survey 1 of 2 Attachment A2 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design) City of Fayetteville Washington County, Arkansas Right-of-way Surveys NIB Associates, Inc. 1. Direct Labor Rate/Hour Manhours Cost Subtotals Principal $50.00 2 $100.00 Project Suveyor $28.00 60 $1,680.00 Survey Technician $25.00 40 $1,000.00 Survey CAD $16.00 40 $640.00 Survey Crew Chief $14.00 88 $1,232.00 Instument Person $13.50 48 $648.00 Rod Person $11.50 48 $552.00 Rod Person $10.50 $0.00 Engineering Aide/Clerical $10.00 2 $20.00 $5,872.00 $5,872.00 328 2. Burden Rate Base Cost Overhead 185.00% $5,872.00 $10,863.20 $10,863.20 3. Direct Costs Vehicle Mileage 800 $0.43 /mi = $344.00 Per Diem 18 $109.00 /Day = $1,962.00 $2,306.00 4. Fee $2,008.22 5. Total Contract Cost $21,049.42 Fly -Over Design Right-of-way Surveys 20f2 Attachment A2 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Roundabout) City of Fayetteville Washington County, Arkansas Design Surveys NIB Associates, Inc. 1. Direct Labor Rate/Hour Manhours Cost Subtotals Principal $50.00 2 $100.00 Project Suveyor $28.00 23 $644.00 Survey Technician $25.00 16 $400.00 Survey CAD $16.00 8 $128.00 Survey Crew Chief $14.00 80 $1,120.00 Instument Person $13.50 80 $1,080.00 Rod Person $11.50 80 $920.00 Rod Person $10.50 80 $840.00 Engineering Aide/Clerical $10.00 2 $20.00 $5,252.00 $5,252.00 371 2. Burden Rate Base Cost Overhead 185.00% $5,252.00 $9,716.20 $9,716.20 3. Direct Costs Vehicle Mileage 1500 $0.43 /mi = $645.00 Per Diem 16 $109.00 /Day = $1,744.00 $2,389.00 4. Fee $1,796.18 5. Total Contract Cost $19,153.38 Roundabout Design Survey and ROW 1 of2 Attachment A3 Job No. 040505 F.A.P. HPP2-2816(1) FEEDC P.E. (Fly -Over Design) City of Fayetteville Washington County, Arkansas Right-of-way Surveys NIB Associates, Inc. 1. Direct Labor 'Rate/Hour) Manhours Cost Subtotals Principal $50.00 2 $100.00 Project Suveyor $28.00 60 $1,680.00 Survey Technician $25.00 60 $1,500.00 Survey CAD $16.00 60 $960.00 Survey Crew Chief $14.00 128 $1,792.00 Instument Person $13.50 88 $1,188.00 Rod Person $11.50 88 $1,012.00 Rod Person $10.50 $0.00 Engineering Aide/Clerical $10.00 2 $20.00 488 $8,252.00 $8,252.00 2. Burden Rate Base Cost Overhead 185.00% $8,252.00 $15,266.20 $15,266.20 3. Direct Costs Vehicle Mileage 1200 $0.43 /mi = $516.00 Per Diem 20 $109,00/Day= $2,180.00 $2,696.00 4. Fee $2,822.18 5. Total Contract Cost $29,036.38 Roundabout Design Right-of-way Surveys 2of2 City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Citywide Date Requested Adjustment Number Division: Citywide 2.008 7/15/2008 Program: Sales Tax Capital Improvements Project or Item Added/Increased: Project or Item Deleted/Reduced: $560,173 is being requested in the Engineering Services $560,173 from Federal Grant - Capital revenue. Account. Justification of this Increase: For Carter & Burgess Inc. to provide engineering services for the Fayetteville Expressway Economic Development Corridor. Justification of this Decrease: The City will receive revenue from the Federal Government. Increase Budget Account Name Account Number Engineering Services 4470 9470 5314 Decrease Budget Account. Name Account Number Federal Grants - Capital 4470 0947 4309 oval Si natures 7//8 Requested By •Date Budget Director Date Department irector Date �C"owx Q 7 7 6Y Financ irector Date ay D to Amount Project Number 02 560,173 06018 1 00 Amount Project Number 560,173 06018. 1 Budget & Research Use Only Type: A B C ( E General Ledger Date Approval Date Initial Date Posted to General Ledger Initial Date I Posted to Project Accounting Initial Date City Council Meeting of May 15, 2007 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operation From: Ron Petrie, City Engineer Date: May 1, 2007 Subject: A resolution to accept three recommended options for transportation improvements associated with the Fayetteville Expressway Economic Development Corridor Project RECOMMENDATION Staff recommends approval of this resolution to accept the options as prepared and presented by Carter & Burgess for the Fayetteville Expressway Economic Development Corridor (FEEDC) project. BACKGROUND The successful efforts of Mayor Dan Coody lead to a $9 million dollar federal earmark to be included in the 2005 Federal Transportation Bill (SAFETEA-LU) to improve access to the regional commercial & medical facilities near the Fulbright Expressway. The following is a summary of the available funds for this project: Total Federal Funds in Act: $9,000,000.00 Obligation Limitation: $1,340,150.00 (15% as dictated by FHWA) x4JW I fits 4 Total Federal Funds for Design/Build: $7,659,850.00 &lo eIo City Transportation Bond: $1,914,963.00 (20% local match) Total Available Funds for Design/Build: $9,574,813.00 The City Council approved an engineering contract with Carter & Burgess on September 5, 2006 to study the traffic in an area that is bounded by I-540 to the west, College Avenue to the East, Fulbright Expressway to the south, and the City of Johnson's Main Street to the north. In addition, the Study also required that a master plan of this area be developed and to provide recommendations for improvements that can be built with the available funds. This master plan was presented to the City Council's Street Committee City Council Meeting of May 15, 2007 on February 12, 2007 which recommended a total of $125 million of transportation improvements within the study area. CURRENT STATUS On March 30, 2007 the Street Committee was presented recommendations of transportation improvements contained within the Master Plan that could be built with the $9.57 million in available funds. Carter & Burgess proposed to improve three areas that are summarized below: A. FULBRIGHT EXPRESSWAY/COLLEGE AVENUE INTERCHANGE: Construction of a grade separated flyover for northbound on College to access westbound lane on Fulbright Expressway including a connection to Mall Avenue. Estimated Cost is $3.8 million. B. GREGG STREET INTERCHANGE: Construction of an additional off -ramp lane at North Hills Boulevard and the replacement of the existing four-way intersection of Futrall and North Hills with a traffic circle. Estimated cost is $1.5 million. C. WESTERN STUDY AREA: Construction of one-half (two lanes) of Van Asche Boulevard from Gregg Street to Garland Avenue (AR Hwy 112). Estimated cost is $4.0 million. The Street Committee recommended that the proposed options be presented to the full City Council for approval with a favorable recommendation. BUDGET IMPACT ..,� The City currently has $9,574,813.00 available for funding of this project. The attached resolution will not encumber any funds at this time. 2 RESOLUTION NO. 92-07 A RESOLUTION TO APPROVE THE THREE RECOMMENDED OPTIONS FOR TRANSPORTATION IMPROVEMENTS IN THE FAYETTEVILLE EXPRESSWAY ECONOMIC DEVELOPMENT CORRIDOR PROJECT WHEREAS, Mayor Coody in concert with Senators Pryor and Lincoln and Congressman Boozman was able to secure a Nine Million Dollar federal earmark within the 2005 Federal Transportation Bill to improve access to the Northwest Arkansas Mall area; and WHEREAS, the City has committed and has available if required 20% local match of $1,914,963.00 for this project yielding total available funds for the design and construction of these projects in the amount of $9,574,813.00; and Me,hn , rs I/AAi�pI WHEREAS, the City Council approved an engineering contract with Carter & Burgess on September 5, 2006, to study traffic needs in this area and provide a Master Plan for traffic improvements; and WHEREAS, the City Council Street Committee considered the Master Plan during its March 30, 2007 meeting and recommended approval of the three options to the full City Council. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the three options (shown below) recommended within the Master Plan by Carter & Burgess for the Fayetteville Expressway Economic Development Corridor and further studied and recommended by the Aldermen Street Committee during its meeting of March 30, 2007: A. FULBRIGHT EXPRESSWAY/COLLEGE AVENUE INTERCHANGE: Construction of a grade separated flyover for northbound on College access westbound land on Fulbright Expressway including a connection to Mall Avenue; estimated cost is $3.8 million. B. GREGG STREET INTERCHANGE: Construction of an additional off -ramp lane at North Hills Boulevard and the replacement of the existing four-way intersection of Futrall and North Hills with a traffic circle; estimated cost is $1.5 million. C. ZTERN STUDY AREA: Construction of one-half (two lanes) of Van Ache Boibvard from Gregg Street to Garland Avenue (AR Hwy. 112); estimated cost is $4.0 mi ion. �, �� Fl Page 2 Res. 92-07 PASSED and APPROVED this 15`x' day of May, 2007. APPROVED: By: ATTEST: By: 1 &cam_ SONDRA E. SMITH, City Clerk/Treasurer : FAYETTEVILLE: �''�;NG SN►G►�``` Ron Petrie Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 15 -May -07 City Council Meeting Date Engineering Division Action Required: Operations Department 5 qj2 ? Resolution to accept three recommended options for transportation improvements as ociated with the Fayetteville Expressway Economic Development Corridor project. } -e�Se c1or c k ' �eYo $0.00 Cost of this request 4520.9520.5809.00 Acct Number 06035.0607 Project Number Budgeted Item 1 $ 24,496,473.00 Category/Project Budget $ 839,504.00 Funds Used to Date $ 23,656,969.00 Remaining Balance Budget Adjustment Attached I S 2 - o� Cit orney Finance and Internal Service Director Date FEEDC Project Program Category / Project Name Street Improvements Program I Project Category Name 2006A Sales Tax Construction Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City e Received in Mayor's Office EtiT Ell Mayor Date AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE AND THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT In Cooperation with the U.S. Department of Transportation, Federal Highway Administration RELATIVE TO Construction and rehabilitation of the Fayetteville Expressway Economic Development Corridor, (hereinafter called the "project") as a Federal -aid high priority project. WHEREAS, the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) includes Federal -aid funds to be matched with non-federal funds for certain high priority projects; and WHEREAS, the City of Fayetteville (hereinafter called the "Sponsor") has expressed its desire to use Federal -aid funds designated for an eligible project and to provide necessary matching for such funds; and WHEREAS, funding participation will be as follows, subject to the amount of Federal -aid funds and obligation limitation approved and available for the project: Maximum Minimum Federal % Sponsor % Preliminary Engineering by Consultant: 80 20 Right-of-Way/Utilities: 80 20 Construction: 80 20 Construction Engineering by Consultant: 80 20 Department Administrative Costs: 80 20 ; and WHEREAS, the Sponsor understands that all costs for the project in excess of the sum of the SAFETEA-LU funds and local match (and any additional Federal -aid funds that may be earmarked for this project in the future with required match) will be the responsibility of the Sponsor; and WHEREAS, the Sponsor knows of no legal impediments to the completion of the project; and WHEREAS, the Sponsor has transmitted to the Arkansas State Highway and Transportation Department (hereinafter called the "Department") a signed and sealed Resolution from the City Council (Attachment A) authorizing the Mayor to execute agreements and contracts with the Department for this project; and WHEREAS, it is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions or any part of the agreement to make the public or any member thereof a third party beneficiary hereunder or to authorize anyone not a party to this agreement to maintain a suit or action for injuries or damage of any nature pursuant to the terms or provisions of this agreement; and WHEREAS, the Sponsor and the Department will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment B) and that, as part of these requirements, the Department may set goals for DBE participation in the project, ranging from 0% to 100%, that are practical and related to the potential availability of DBEs in desired areas of expertise. IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal Highway Administration (FHWA), will participate in a cooperative program for implementation and will accept the responsibilities and assigned duties as described hereinafter. THE SPONSOR WILL: C 1. Initially submit to the Department $1,000 to be matched by $4,000 (80%) Federal -aid high priority project funds for Department administrative costs associated with state preliminary engineering, which include but are not limited to, on site meetings, environmental review, plan and specification review, and advertising and bidding. The Sponsor's final share of costs for this phase will , be determined by actual Department charges to preliminary engineering. 2. Be responsible for hiring a consultant engineering firm in accordance with the Local Agency Consultant Selection Procedures (Attachment C) to prepare the necessary environmental documentation as required by FHWA; and to prepare plans, specifications, and a cost estimate for construction; and to provide construction engineering for the project. NOTE: FHWA authorization and Department approval must be given prior to issuing a work order to the consultant for federal funds to be allowed in these phases. 3. Understand that expenditures for preliminary or construction engineering performed by the Sponsor's forces are not eligible for reimbursement with federal funds. 4. Conduct the necessary public involvement meetings and public hearings. 5. Ensure that the plans and specifications are developed using the Department's standard drawings and Standard Specifications for Highway Construction (latest edition). A registered professional engineer must sign the plans and specifications for the project. 6. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport -2- 11 clearance when necessary, for the type of work involved (See Attachment D for items to be included in the bid proposal). 7. Make periodic payments to the consultant for design, environmental documentation, and construction engineering for the proje ,t and request reimbursement from the Department. 8. Submit a letter to the Right of Way Division of the Department that (1) stipulates the services relative to right-of-way acquisition, appraisal, relocation, and utilities that the Sponsor will assume or (2) requests that the Department handle some or all of these services. Acquisition of property must be accomplished in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"). NOTE: Failure to notify the Department prior to initiating this phase of work may result in any expenditures being declared non -participating in federal funds. 9. Ensure the preparation of utility adjustment and right-of-way plans are in accordance with Arkansas State Highway Commission Policy. 10. Provide a copy of the registered deed or an appropriate certification stating the c1 i and unencumbered title to any right-of-way to be used for the project $Attachment E). NOTE: Any property that is to become Department right-of-way must be acquired in the Department's name. 11. Notify the Department at the time the plans are at the 50% completion stain order to allow the Department to review the progress. 12. Submit a certification letter (Attachment F), including all items noted, to the Department when requesting that the Department advertise the project for construction bid#. 13. Prior to awarding the contract for construction, submit to the Department $5,000 (20%) to be matched by $20,000 (80%) high priority project funds for Department administrative costs on the project during construction. The Sponsor's final share of cost for this phase will be determined by actual Department charges for construction engineering. 14. After bids are opened and reviewed, and upon concurrence of the Sponsor and the Department, be responsible for executing the contract. 15. Have a full-time employee of the Sponsor in responsible charge during construction of the project. 16. Ensure that all work, material testing and acceptance, and inspection is conducted in accordance with the Department's Standard Specifications for Highway Construction (latest edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer's Manual and with the plans, specifications, and all other applicable FHWA and Department procedures for this project. -3- I.-' 17. Make payments to the contractor for work accomplished in accbrdance with the plans and specifications and then request reimbursement from the Department on the Construction Certification and Reimbursement Request form (Attachment G). • 18. Prior to execution' submit contract change orders fo the Department's Resident Engineer in charge of reimbursements for review and approval. 19. Maintain and provide to the Department a current list of all subcontractors for the project that shows names, addresses, and a general description of work each is to perform. 20. Maintain accounting records to adequately support reimbursement with Federal -aid funds awl be responsible for the inspection, measurement and documentation of pay items, and certification of all work in accordance with the plans and specifications for the project and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 21. Upon completion of the project, submit the final Construction Certification and Reimbursement Request to certify that the project was accomplished in accordance with the plans and specifications (Attachment G). 22. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof. 23. Be responsible for 100% of all preliminary engineering, right-of-way/utilities, and other co'' incurred should the Sponsor not enter into the construction phase of the project. r 24. Be responsible for satisfactory maintenance and operation of all improvements on the project outside of the Department's right-of-way and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the project in accordance with Federal -aid requirements may result in the Sponsor's repayment of federal funds and may result in withholding all future Federal -aid. 25. Retain total, direct control over the project throughout the life of all project improvements outside of the Department's right-of-way and not, without prior approval from the Department: • sell, transfer, or otherwise abandon any portion of the project; • change the intended use of the project; • make significant alterations to any improvements constructed with Federal -aid funds; or • cease maintenance or operation of a project due to the project's obsolescence. io t{ 26. Promptly notify the Department if the project improvements outside of the Department's right-of-way are rendered unfit for continued use by natural disaster or other cause. 27. Be responsible for the necessary enforcement of operations as required by improvements on the Arkansas State Highway System and local streets. 28. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Attachment H). 29. Grant the right of access to the Sponsor's records pertinent to this project and the right to audit by the Department and Federal Highway Administration officials. 30. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative Agreements (Attachment I), which is necessary for project participation. 31. Be responsible for all costs not provided by the Federal Highway Administration. 32. Be responsible for 100% of any and all expenditures that may be declared non -participating in federal funds, including any such award by the State Claims Commission. 33. Indemnify and hold harmless the Arkansas State Highway Commission, the Department, its officers and employees from any and all claims, lawsuits, judgments, damages, costs, expenses, and losses, including those arising from claims before the Arkansas Claims Commission or lawsuits brought in any other legal forum, sustained on account of the operations or actions of the Sponsor, including any act of omission, neglect or misconduct of said Sponsor. Further, the Sponsor shall take no action to compromise the immunity from civil suits afforded the State of Arkansas, the State Highway Commission, Arkansas Code 19-10-305, or the 11th Amendment of the United States Constitution. This obligation of indemnification shall survive the termination or expiration of this Agreement. 34. Assure that its policies and practices with regard to its employees, any part of whose compensation is reimbursed from federal funds, will be without regard to race, color, religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 35. Repay to the Department the federal share of the cost of any portion of this project if, for any reason, federal participation is removed due to actions or inactions of the Sponsor, its agents, its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such actions or inactions shall include, but are not limited to, federal non -participation arising from problems with design plans, specifications, construction, change orders, construction inspection, or contractor payment procedures. The Sponsor understands and agrees that the Department may cause necessary funds to be withheld from the Sponsor's gasoline tax -5- allotment should the Sponsor fail to pay to the Department any required funds, fail to complete the project as specified, or fail to adequately maintain or operate the project. THE DEPARTMENT WILL: 1. Be responsible for administering Federal -aid funds and will maintain an administrative file for the project. 2. Review the proposed consultant contract for preliminary engineering and construction engineering, and obtain authorization from the Federal Highway Administration prior to approving the contract. 3. Upon receipt of the necessary documentation, reimburse the Sponsor 80% of consultant costs. k �op,1 4. Review environmental documentation prepared by the Sponsor's consultant. 5. Review plans and specifications submitted by the Sponsor. 6. When requested, provide the necessary services relative to right-of-way acquisition, appraisal, relocation and utility adjustments in accordance with the Uniform Act. 7. Upon receipt of the Sponsor's certification of right-of-way (property) ownership, provide the appropriate documentation to the file. 8. Ensure substantial compliance with Federal contracting requirements through review of the bidding proposal to ensure inclusion of required Federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. 9. Be responsible for advertising the project, preparing bid proposals, receiving bids, and assembling the contract documents in accordance with Title 23 United States Code. 10. Ensure that the Sponsor and the Sponsor's consultant provide adequate supervision and inspection of the project by performing periodic inspections with the Sponsor representatives and their consultant to verify that the work being performed by the Sponsor's contractor, and documented and certified by the Sponsor, meets the requirements of the project plans, specifications, and all applicable FHWA and Department procedures. The Department intends to perform these inspections when the construction work is approximately 10% and 50% completed. The Department will also participate in the final inspection of the project. 11. Review and approve any necessary change orders for project/program eligibility. 12. Perform inspections as needed to ensure compliance with the appropriate documents, procedures, and regulations and participate in the final inspection of the project. 13. Reimburse the Sponsor 80% (Federal -aid share) for eligible construction costs approved in the Construction Certification and Reimbursement Request form (Attachment G). This reimbursement will be limited to the maximum Federal -aid amount and to the federal amount available at the time payment is requested. If the payment requested exceeds the Federal -aid -6- available at the time, the difference will be reimbursed as additional Federal -aid for this project becomes available. 14. Subject to the availability of Federal -aid allocated for the project, pay the Sponsor the amount due upon completion of the project and submittal of the final Construction Certification and Reimbursement Request form (Attachment G). 15. Be reimbursed for costs involved in performing all the services listed above. IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future Federal -aid highway funds. IT IS FURTHER AGREED, that should the Sponsor fail to pay to the Department any required funds due for project implementation or fail to complete the project as specified in this Agreement, the Department may cause such funds as may be required to be withheld from the Sponsor's gasoline tax allotment. IN WITNESS WHEREOF, the parties thereto have executed this Agreement this day , 2007. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CITY OF FAYETTEVILLE Dan Flowers Director of Highways and Transportation City Attorney -7- Attachment A RESOLUTION NO. 92-07 A RESOLUTION TO APPROVE THE THREE RECOMMENDED OPTIONS FOR TRANSPORTATION IMPROVEMENTS IN THE FAYETTEVILLE EXPRESSWAY ECONOMIC DEVELOPMENT CORRIDOR PROJECT WHEREAS, Mayor Coody in concert with Senators Pryor and Lincoln and Congressman Boozman was able to secure a Nine Million Dollar federal earmark within the 2005 Federal Transportation Bill to improve access to the Northwest Arkansas Mall area; and WHEREAS, the City has committed and has available if required 20% local match of $1,914,963.00 for this project yielding total available funds for the design and construction of these projects in the amount of $9,574,813.00; and WHEREAS, the City Council approved an engineering contract with Carter & Burgess on September 5, 2006, to study traffic needs in this area and provide a Master Plan for traffic improvements; and WHEREAS, the City Council Street Committee considered the Master Plan during its March 30, 2007 meeting and recommended approval of the three options to the full City Council. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the three options (shown below) recommended within the Master Plan by Carter & Burgess for the Fayetteville Expressway Economic Development Corridor and further studied and recommended by the Aldermen Street Committee during its meeting of March 30, 2007: A. FULBRIGHT EXPRESSWAY/COLLEGE AVENUE INTERCHANGE: Construction of a grade separated flyover for northbound on College access westbound land on Fulbright Expressway including a connection to Mall Avenue; estimated cost is $3.8 million. B. GREGG STREET INTERCHANGE: Construction of an additional off -ramp lane at North Hills Boulevard and the replacement of the existing four-way intersection of Futrall and North Hills with a traffic circle; estimated cost is $1.5 million. C. WESTERN STUDY AREA: Construction of one-half (two lanes) of Van Ache Boulevard from Gregg Street to Garland Avenue (AR Hwy. 112); estimated cost is $4.0 million. Attachment A Page 2 Res. 92-07 PASSED and APPROVED this 15`h day of May, 2007. APPROVED: ATTEST: IC SONDRA E. SMITH, City Clerk/Treasurer �G\ °�'\� Y O,c• `SGT : FAYETTEVILLE 15'1 Qk4NSP�J� LNG /ON,G.``` Attachment B GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. If as a condition of assistance the recipient has submitted and the Department has approved a disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the recipient of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute a breach of contract and after the notification of the Department, may result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean "sub -recipient", and the term "contractor" modified to include "subcontractor".) Attachment C LOCAL AGENCY CONSULTANT SELECTION PROCEDURES Section I — Application These procedures apply to federally funded contracts for engineering and design services for projects subject to the provisions of 23 U.S.C. 112, i.e. for construction performed under the supervision of the Arkansas State Highway and Transportation Department (AHTD). In accordance with 23 CFR 172 the AHTD has approved these procedures for use by the Local Agency for the "competitive negotiation" method of procurement as defined in 23 CFR 172.5, Methods of Procurement. The Local Agency will use these procedures for Federal -aid contracts and may elect to use them for non -Federal -aid contracts. These procedures do not apply to design -build Contracts. Section II — Advertisement for Letters of Interest. The Local Agency may employ a consultant engineering firm when a need exists for engineering services and it is in the Local Agency's best interest to employ an engineer or engineering firm. As a minimum, the Local Agency will advertise in the "Arkansas Democrat - Gazette," a statewide newspaper; the "Engineering -News Record", a trade magazine; and the Local Agency's website (if available), advising that consultant engineering services are being sought. Interested firms must furnish a Letter of Interest listing experience in similar work, the resumes of key personnel, a general description of the firm, and Standard Form SF 254, Architect -Engineer and Related Services Questionnaire. The advertisement will be for either a specific single job, a group of jobs, or for an indefinite delivery of jobs to be determined at a later date with specific task orders issued for each one. When the Local Agency advertises a specific job, the advertisement will describe the work in general terms so that firms may evaluate their interest in performing the desired services. When the Local Agency advertises a group of jobs, a general description of work will be furnished. Firms will be asked to specify the jobs they are interested in performing. When the Local Agency decides to proceed with a certain job, those firms having expressed interest in that job will be considered for selection. When the Local Agency advertises for an indefinite delivery of jobs with later specified task orders, the advertisement will include a general description of work for the job tasks. 1 of 5 February 9, 2005 Attachment Section III — Evaluation of Letters of Interest. The Local Agency will designate a selection committee to evaluate and analyze the Letters of Interest that are received with regard to each consultant firm's: 1. Professional staff including the education, experience, number of personnel available, and any partnerships with sub -consultants 2. Experience with projects of a similar nature as those advertised 3. General and professional reputation, including responsiveness to civil rights and equal employment opportunity requirements and opportunities 4. Past work performance Following their review, the selection committee will prepare a short list of engineering firms and recommend to the Local Agency that these firms submit detailed proposals for further evaluation. Section IV — Request for Proposal. The Local Agency will prepare a scope of work statement and request proposals from the engineering firms on the short list. A Local Agency's scope of work will typically include the following: 1. A detailed description of the work 2. Services that will be furnished by the Local Agency 3. Services expected of the consultant 4. Project conditions of the work 5. Special conditions of the work 6. Assurance of participation of Disadvantaged Business Enterprises (DBE) in Federal -aid projects. The Local Agency may establish a DBE goal of a certain percentage of the work for DBE's to assure DBE's participation in Federal -aid projects. When a DBE goal is specified, the Local Agency will ensure that a certified DBE(s) performs the identified engineering work and that the payments to the DBE(s) verify that the goal was reached. The establishment of a DBE goal does not preclude a DBE from being the prime consultant for the job. The short-listed firms should submit proposals that contain the following: 1. A description of the firm 2. A detailed work plan that identifies the major tasks of work 3. A list of major concerns associated with completing the work 4. A detailed work schedule for specific jobs as requested 5. An organization chart listing key personnel by name and title 6. Resumes of key personnel who will be assigned to the project 7. A manpower estimate for specific jobs as requested 2 of 5 February 9, 2005 Attachment C The Local Agency will designate a selection committee to review the proposals with regard to the same items, among others, outlined in Section III. Particular attention will be directed to the following evaluation factors: 1. Obvious indication that the scope of work is clearly understood 2. Comprehensive, coherent, and detailed work plan 3. Realistic work schedule when applicable 4. Proposed working office location, need for a local office, and any local representative 5. Identification of sub -consultants and responsiveness to DBE goals and opportunities Based on these various items, the selection committee will rank the firms in order of preference and submit the list to the Local Agency who will either: (1) select one firm to enter negotiations with, (2) select two or more firms to interview (a firm may present additional information concerning their proposal at the interview), or (3) select multiple firms for an indefinite delivery contract. If the Local Agency decides to conduct interviews, the selected firms will be advised and interviews will be scheduled. After the selection committee conducts the interviews, it will rank the firms based on the same items as noted previously and submit the list to the Local Agency. The Local Agency will review the ranking and make the final selection. The contract file will contain records of the rankings and supporting data; however, the rankings will not be public information. Copies of the Letter of Interest advertisement, the rankings, and supporting data will be submitted to AHTD for the contract file. Section V — Negotiation and Contract Preparation. Once a firm is selected for negotiation for a specific job or a group of jobs, it will prepare a draft contract including a cost estimate for the project. The other firms on the short list will be advised of the firm selected, subject to successful negotiations. More than one firm may be selected for an indefinite delivery contract. The contract will establish a maximum cost for the contract as well as an expiration date. As individual task orders are issued, individual task order cost estimates will be negotiated. The selected firm will prepare a draft contract based on a sample contract furnished by the AHTD. The draft contract must include overhead rates in accordance with the principles of 23 CFR 172. For contracts exceeding $250,000 and for contracts less than $250,000 when there is insufficient knowledge of the consultant's accounting system, when there is previous unfavorable experience regarding the reliability of the consultant's accounting system, or when the contract involves procurement of new equipment or supplies for which cost experience is lacking, the overhead rates will be verified by an audit by a certified public accountant on behalf of the consultant prior to execution of the contract. The Local Agency will review the draft contract proposal and either approve it as submitted or enter into negotiations with the selected firm to establish a contract and 3 of 5 February 9, 2005 Attachment C contract amount that the Local Agency deems is fair and reasonable. If a satisfactory contract cannot be negotiated with the selected firm, negotiations will be formally terminated. The Local Agency will then enter into negotiations with the second ranked firm. If negotiations with that firm fail, the Local Agency will formally terminate those negotiations and begin to negotiate with the third ranked firm, and so on. If the Local Agency cannot negotiate a satisfactory contract with any of the ranked firms, the Local Agency shall either (1) select additional firms in order of their competence and qualifications and continue the negotiation process, or (2) terminate all negotiations and begin the selection process again. When the Local Agency and the consultant agree on a negotiated contract regarding the scope of the work, the professional services to be furnished by the consultant, the services to be furnished by the Local Agency, and the amount of compensation and method of payment, the consultant will prepare a final draft and submit it to the Local Agency and AHTD for review. After review and a determination that it is acceptable, the consultant will sign the contract and then the Local Agency will execute the contract. The contract will then be submitted to AHTD for final review and approval. When approved, copies of the signed contract will be distributed within the Local Agency and to the consultant. After the Local Agency executes an indefinite delivery contract, it will assign specific jobs by task order for the duration of the contract period. The consultant will prepare each task order based on the scope of work furnished by the Local Agency. The task order will include a manpower estimate and cost. The Local Agency will review the task order and approve it as submitted or negotiate with the consultant to establish a task order and task order amount that the Local Agency deems is fair and reasonable. After review and a determination that the task order is acceptable, the consultant will sign the task order and then the Local Agency will execute the task order. The task order will then be submitted to AHTD for final review and approval. When approved, copies of the signed task order will be distributed within the Local Agency and to the consultant. Section VI — Monitoring the Contract. The Loca A%ency�may identify staff members as key liaisons for specific projects or for technical matters during the administration of the contract period. The Local Agency will: 1. Maintain the contract files 2. Arrange and attend periodic progress meetings 3. Coordinate reviews and approval actions with other agencies when necessary 4. Review progress payments 5. Coordinate questions from the consultant. 6. Negotiate any change or amendment to the contract and submit to AHTD as detailed above. 7. Prepare an evaluation of the consultant's performance after completion of the contract. A copy of the evaluation will be submitted to the AHTD. 4 of 5 February 9, 2005 Attachment C Section VII — Consultant Liability The Local Agency will include a contract requirement that the consultant will warrant that all services and work products provided as part of the contract are free from defects in workmanship at the time of acceptance and that the work conforms to the requirements of the contract. This warrant is effective regardless of the degree of inspection and acceptance by the Local Agency or others. If the consultant is required to correct or re -perform any work or services, the work will be performed at no cost to the Local Agency, and any work or services corrected or re -performed by the consultant shall also be warranted that it is free from defects in workmanship. If the consultant fails or refuses to correct or re -perform, the Local Agency may, by contract or otherwise, correct or replace the deficient items or services with similar work or services, and charge the cost to the consultant or make an equitable adjustment in the consultant's reimbursement. Acceptance is an act of an authorized representative of the Local Agency by which the Local Agency approves specific services, as partial or complete performance of the contract. Correction is the elimination of a defect. 5 of 5 February 9, 2005 Attachment D REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID PROJECTS 1) FHWA-1273 Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273. Copies of FHWA-1273 and supplements will be provided by the Department. 2) Anti -Collusion and Debarment Certification The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unsworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: • Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. • Debarment - A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying Certification This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon Pre -determined Minimum Wage Rates Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage rates will be provided by the Department. Attachment CERTIFICATION LETTER REQUESTING ADVERTISEMENT FOR BIDS DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One reproducible set of plans and specifications. 2. A copy of the engineer's estimate of cost. 3. Copies of any technical specifications or special provisions. I certify that the plans, specifications and estimate were prepared by or under the direct supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the plans and specifications were developed using the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction (latest edition) and standard drawings, and comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. I understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas State Highway and Transportation Department (AHTD). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's gasoline tax allotment to the AHTD's RRA Fund upon notification by the Director of Highways and Transportation that such funds are due AHTD and have not been paid by the City. Please proceed with advertisement of the project for bids. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosures Revised: 5/8/07 CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST PAGE 1 OF 2 PAGES 4 Job No.: Payee/Sponsor: DATE FAP: address County: PAY REQUEST # Job Name: Federal Tax ID No.: FROM TO: 1 Maximum Approved Federal -aid Amount 2 Original Contract Amount 3 Net Changes by Change Orders 4 Present Contract Total 5 Present Federal -aid Amount (80% of Line 4 or Amount on Line 1, whichever is less) 6 Work Completed to Date 7 Federal Match (80% of Line 6 or amount on Line 5, whichever is less) 8 Previous Reimbursements (Federal) 9 Amount Due this Estimate (subtract Line 8 from Line 71 • "' Total changes previously approved ADDITIONS DEDUCTIONS Total approved this Request Period TOTALS NET CHANGES by Change Order (Line 3 above) Recommended for Payment in Recommended for Payment in Accordance with Project Agreement Accordance with Project Agreement Payment is requested from the Arkansas State Highway and Transportation Department for the Amount Due. I certify that the Contractor and/or subcontractor(s) are complying with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the work has been completed by the Contractor in accordance with the plans and specifications; and that the Contractor has been paid for this work. By: Date: Title: Final payment is requested from the Arkansas State Highway and Transportation Department for the Amount Due. I certify that the Contractor and/or subcontractor(s) have complied with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the project has been completed by the Contractor in accordance with the plans and specifications; and that the Contractor has been paid for this work. By: Date: Title: Approved for Payment PAID Resident Engineer Construction Engineer Voucher No. Asst. Chief Engineer -Operations I Date: merit CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Revised 11/30/99 PAGE 2 OF 2 PAGES JOB NUMBER: FAP: REQUEST NO: DATE: JOB NAME: FROM: TO: SPONSOR: CONTRACTOR: A B C D E F G H I ITEM NO. DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STOCKPILED (NOT IN D or E) TOTAL COMPLETED & STOCKPILED TO DATE (D+E+F) % COMPLETED (G - C) BALANCE TO FINIS (C - G) PREVIOUS REQUESTS THIS PERIOD GRAND TOTALS :• ... ': •• '• a. v n ... ... .. .... .. v . . :v 4 x: �$ ':.. ♦ .•.. vi Ti::. ♦'vvv i:. •\�. .. • \•i.•::� tiy:,0. .. ... ..... . •. .. . .. ... ...v. r. Z. Attachment H 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 18.36(i)(10). (b) Length of retention period. (1) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3 -year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period --(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the earning of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3 -year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3 -year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records --(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (f) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.C. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 1997] Attachment I CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best of his knowledge and belief that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including sub grants, and contracts and subcontracts under grants, sub grants, loans and cooperative agreements) which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CITY OF FAYETTEVILLE Dan Coody Mayor M f N Attachment E CERTIFICATION LETTER for RIGHT-OF-WAY OWNERSHIP DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job# Job Name Coun Dear Mr. Vozel: Regarding right-of-way for the referenced Federal -aid project, I certify that (Choose one of the following) (1) title to right-of-way necessary for construction of the project is already in public ownership. No additional right-of-way is needed. (2) title to a portion of the right-of-way necessary for construction of the project is already in public ownership. The additional right-of-way necessary for this project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations (3) title to right-of-way necessary for construction of the project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations Additionally, I certify that arrangement for adjustment of existing conflicting utilities has been accomplished. Enclosed are preliminary plans showing the existing right-of-way limits. (for No. 2 and 3 above, add the following) and the boundary of additional right-of-way needed for construction of this project. Sincerely, Enclosure(s) NAME & OFFICE (Sponsor 's CEO) (3/19/2010) Peggy Bell - CFDA Numbers for Auditors Page 1 From: "Boyd, Mike F."<Mike.Boyd@arkansashighways.com> To: <PBell@ci.fayetteville.ar.us> Date: 3/19/2010 10:21 AM Subject: CFDA Numbers for Auditors According to my Federal Aid people, the CFDA number for both jobs is 20.205. If they need anything else done for them let me know. Mike Boyd, CPA Assistant Chief Fiscal Officer Arkansas State Highway & Transportation Department P. O. Box 2261 Little Rock, AR 72203-2261 Phone (501) 569-2051 FAX (501) 569-2551 (3/19/2010) Peggy Bell - CFDA Number-- for Auditors Page 1 From: "Boyd, Mike F."<Mike. Boyd@arkansashighways.com> To: <PBell@ci.fayetteville.ar.us> Date: 3/19/2010 10:21 AM Subject: CFDA Numbers for Auditors According to my Federal Aid people, the CFDA number for both jobs is 20.205. If they need anything else done for them let me know. Mike Boyd, CPA Assistant Chief Fiscal Officer Arkansas State Highway & Transportation Department P. O. Box 2261 Little Rock, AR 72203-2261 Phone (501) 569-2051 FAX (501) 569-2551 Billing Procedures for Engineering Services Under a Cost Plus Fixed Fee Agreement An invoice containing information shown in the attached example must be submitted in a timely manner but not more often than once per month. 1. A copy of the invoice and all attachments must accompany the original invoice and attachments. 2. The invoice and copy must be submitted to: City of XXXX Address City, AR 72XXX Attention: XXXX 3. As shown in the example, the invoice must clearly show the following information: A. Name and remittance address of the firm requesting payment. B. Statement number. C. Date of the Invoice. D. Period covered by the Invoice. E. State project number. F. Federal -aid project number. G. Project name. H. Contract upper limit. '700, .215 3) I. For contracts dated on or after April 18, 2002, the invoice must show the upper limit for Title I, II and the fee. The maximum that will be paid prior to completion of Title I is the upper limit amount of Title I less ten percent of the total fixed fee. J. For supplemental agreements, the invoice must show the current supplemental agreement number, and the revised Contract Upper Limit, upper limit for Title I, II and the fee. K. Nine (9) digit Federal identification number or social security number. L. Type of payee, i.e. Individual, Sole Proprietorship, Partnership, Corporation, Other (Federal or State agency, municipality, county or non-profit) 4. Total Preliminary and Construction Engineering costs must be separated, and the final billing for both Title I and II must be clearly marked as "Final". 5. For Preliminary Engineering (Title I), and Construction Engineering (Title II), the invoice must show total current period, the previous invoice, and the project to date costs for all categories and applicable fees as shown in the attached example. 6. To get Current Invoice for Fees take % of Job complete(Exhibit 3) minus previous invoice percentage and then multiply that times the Fixed Fee of Contract. 7. The invoice must include a certification by appropriate company personnel that the amounts are correct and payment has not been received. 8. The invoice must include two (2) signature lines for the City. City personnel to recommend and approve the invoice for payment. 9. All of the above procedures apply to sub -consultants that are under a "Cost plus fixed fee" contract with the prime contractor, and invoices submitted by these sub -consultants must be included as an attachment to the prime contractor's invoice. Page xx of xx Date xx-xx-xx PROGRESS REPORT NO. XX Arkansas State Highway and Transportation Department JOB NUMBER JOB NAME �ycp�evi ll� � pr i& Feoso41 %A., Date xx-xx-xx through xx-xx-xx b 15 • 11 13/ ,loot Current Date Page xx of xx EXHIBIT 1- SALARIES Date xx-xx-xx Job No. XXXXX Invoice No. xx For the period of Xxxx xx, xxxx through Xxxx xx, xxxx EMPLOYEE NUMBER NAME WORK CLASSIFICATION HOURS DIRECT RATE AMOUNT TOTAL LABOR Page xx of xx EXHIBIT 1A - TITLE II SERVICES Date xx-xx-xx Job No. XXXXXX Invoice No. XX For the period of XXXXXXX, XXXX through XXXXXX, XXXXX EMPLOYEE NUMBER NAME WORK CLASSIFICATION HOURS DIRECT RATE AMOUNT ,47170 TOTAL $xx.xx Page xx of xx Date xx-xx-xx EXHIBIT 2- EXPENSES TITLE I Job No. xxxxx Invoice No. xx For the period of xxxx, xxxx through xxxxxxx, xxxx EXPENSES: SUBCONSULTANTS: xxxxxxxxxx xxxxxxxxxx SUBCONSULTANTSUBTOTAL DIRECT EXPENSES: Current Amount: $xxxxxx $xxxxxx xxxxxxxxxxxxxxxx $xxxxxx xxxxxxxxxxxxxxxx $xxxxxx xxxxxxxxxxxxxxxx $xxxxxx xxxxxxxxxxxxxxxx $xxxxxx xxxxxxxxxxxxxxxx $xxxxxx DIRECT EXPENSE SUBTOTAL $xxxxxx Previous Invoice: Project to Date: $xxxxxx $xxxxxx $xxxxx $xxxxx $xxxxx $xxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx PROJECT EXPENSE TOTAL /'S9. $xxxxxx $xxxxxx $xxxxxx Page xx of xx Date xx-xx-xx EXHIBIT 2A EXPENSES TITLE II Job No. xxxxx Invoice No. xx For the period of xxxx, xxxx through xxxxxxx, xxxx EXPENSES: SUBCONSULTANTS: xxxxxxxxxx xxxxxxxxxx SUBCONSULTANTSUBTOTAL DIRECT EXPENSES: xxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxx DIRECT EXPENSE SUBTOTAL PROJECT EXPENSE TOTAL Current Amount: Previous Invoice: $xxxxxx $xxxxxx $xxxxxx $xxxxxx Project to Date: $xxxxx $xxxxx $xxxxx $xxxxx $xxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx $xxxxxx Page xx of xx Date xx-xx-xx EXHIBIT 3- % COMPLETE Job No. xxxxx Invoice No. xx For the period of xx-xx-xx through xx-xx-xx ITEM % OF JOB % COMPLETE % OF JOB COMPLETE SUBTOTAL GRAND TOTAL SUBCONSULTANTS ITEM % OF JOB % COMPLETE % OF JOB COMPLETE SUBTOTAL GRAND TOTAL