Loading...
HomeMy WebLinkAbout2025.03.18_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE OWASSO CITY COUNCIL Council Chambers Old Central Building 109 North Birch, Owasso, OK Tuesday, March 18, 2025 - 6:30 PM NOTE: APPROPRIATE ACTION may include, but is not limited to: acknowledging, affirming, amending, approving, authorizing, awarding, denying, postponing, or tabling. AGENDA 1. Call to Order - Mayor Alvin Fruga RECEIVED 2. Invocation - Pastor Kandis Smith of No Limits Church MAR 14 2025 3. Flag Salute City Clerk's Office 4. Roll Call 5. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under "Consent" are considered by the City Council to be routine and will be enacted by one motion. Any Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -debatable.) A. Approve minutes - March 4, 2025, and March 11, 2025, Regular Meetings B. Approve claims C. Accept public infrastructure improvements of a concrete approach for fire access, potable water line, fire hydrant, and one sanitary sewer manhole located at 401 West 2nd Avenue, SAHO D. Declare the 1998 Kubota M5400 Utility Tractor (Serial Number 20670) as surplus to the needs of the City and approve disposal via online auction E. Accept public infrastructure improvements of approximately 1,210 linear feet of 8" sewer pipe and seven sanitary sewer manholes located between North Garnett Road and North 1 loth East Avenue, Larkin Bailey Foundation Sanitary Sewer Line Phase III 6. Consideration and appropriate action relating to items removed from the Consent Agenda 7. Consideration and appropriate action relating to acceptance of East 961h Street North from North 1191h East Avenue to North 129th East Avenue Roadway Improvements - (East Side) and authorization for Final Payment Earl Farris Staff recommends acceptance of the construction project and authorization for final payment to Grade Line Construction, LLC, of Cleveland, Oklahoma, in the amount of $201,978.95. 8. Consideration and appropriate action relating to a budget amendment in the Hotel Tax Fund for the Neighborhood Grant Program Jerry Fowler Staff recommends approval of a budget amendment increasing the appropriation for expenditures by $12,000.00. 9. Consideration and appropriate action relating to payment to the Owasso Community Foundation for facilitating the Neighborhood Grant Program Jerry Fowler Staff recommends authorization for payment in the amount of $62,000.00 to the Owasso Community Foundation to facilitate the 2025 Neighborhood Grant Program. 10. Consideration and appropriate action relating to Resolution 2025-02, requesting assistance from the Tulsa County Community Development Block Grant (CDBG) Urban County Program, identifying the installation of new water lines in the Hale Acres subdivision as the preferred project for the FY 2025 funding cycle, and authorization to execute all related grant and project documents Alexa Beemer Staff recommends approval of Resolution 2025-02. Owasso City Council March 18, 2025 Page 2 11. Consideration and appropriate action relating to a Specific Use Permit to allow for an automotive repair and maintenance use in a Commercial Shopping (CS) zoning district located at 10596 North Owasso Expressway, as referenced in application SUP 25-01 Alexa Beemer Staff recommends approval of SUP 25-01. 12. Consideration and appropriate action relating to a contract for the re -roof and repair of the Owasso Community Center building Chris Roberts Staff recommends awarding the construction contract to Turner Roofing Services, LLC of Broken Arrow, Oklahoma, in the amount of $72,881.00 and authorization to execute all necessary documents. 13. Consideration and appropriate action relating to bids received for the 2025 Pavement Striping Project Larry Escalanto Staff recommends awarding the base bid to Action Safety Supply Co., LLC, of Oklahoma City, Oklahoma, in the amount of $79,045.65 and authorization to execute all necessary documents. 14. Report from City Manager 15. Report from City Attorney 16. Report from City Councilors 17. Official Notices (documents for acknowledgment of receipt or information only, no discussion or action will be taken) • Payroll Payment Report - pay period ending date March 8, 2025 • Healthcare Self -Insurance Claims - dated as of February 28, 2025 • Monthly Budget Status Report - February 2025 18. New Business (New Business is any item of business which could not have been foreseen at the time of posting of the agenda) 19. Adjournment Notice of Public Meeting filed in the office of the City Clerk on Friday, December 13, 2024, and the Agenda posted at City Hall, 200 South Main Street, at 9:30 aFriday, March 14, 2025. M. Stevens, City The City of Owasso encourages citizen participation. To request 5n accommodation due to a disability, contact the City Clerk prior to the scheduled meeting by phone 918-376-1502 or by email to istevens@cityofowasso.com OWASSO CITY COUNCIL MINUTES OF REGULAR MEETING TUESDAY, MARCH 4, 2025 The Owasso City Council met in regular session on Tuesday, March 4, 2025, in the Council Chambers at Old Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed Friday, December 13, 2024; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at 10:00 am on Friday, February 28, 2025. 1. Call to Order - Mayor Alvin Fruga called the meeting to order at 6:30pm. 2. Invocation - The Invocation was offered by Pastor David Payne of Speak Life Fellowship 3. Flog Salute -Anthony Nguyen of Boy Scout Troop #99 led the flag salute. 4. Roll Call - A quorum was declared present. Present Absent Mayor - Alvin Fruga None Vice Mayor- Lyndell Dunn Councilor- Doug Bonebrake Councilor- Paul Loving Councilor - Cody Walter Staff: City Manager- Chris Garrett / City Attorney - Julie Lombardi *Mayor Fruga recognized Stan Gardner, Anthony Nguyen, Evan Goforth, Oliver Riddle, Alijah Olivas, and Lucas Olivas of Boy Scout Troop 99 in attendance* 5. Presentation of Character Trait of Patience - Art Haddaway presented the character trait for March. 6. Presentation of Employee of the Quarter - Chris Garrett presented the Employee of the Quarter to Chelle Mount, GIS Analyst. 7. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under "Consent" are considered by the City Council to be routine and will be enacted by one motion. Any Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -debatable.) A. Approve minutes - February 26, 2025, Special Meeting B. Approve claims Mr. Bonebrake moved, seconded by Mr. Loving, to approve the Consent Agenda as presented, with claims totaling $590,240.38. YEA: Bonebrake, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 8. Consideration and appropriate action relating to items removed from the Consent Agenda -None 9. Consideration and appropriate action relating to bids received for the purchase of a Use of Force Simulator System Jason Woodruff presented the item, recommending to award the base bid and alternate #1 to Ti Training Systems of Golden, Colorado, in the amount of $58,700.00, and authorization to execute all necessary documents. There were no comments from the audience. Following discussion, Mr. Bonebrake moved, seconded by Mr. Dunn, to award the bid and authorize execution of documents, as recommended. YEA: Bonebrake, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 10. Presentation of the monthly Public Works Project Status Report - Roger Stevens presented the item and discussion was held. Owasso City Council March 4, 2025 Page 2 11. Report from City Manager - None 12. Report from City Attorney - None 13. Report from City Councilors - None 14. Official Notices - The Mayor acknowledged receipt of the following: • Payroll Payment Report - pay period ending date February 22, 2025 • Oklahoma Department of Environment Quality Permit No. SL000072231074 Force Main Project to Serve North 1 17th East Avenue Facility No. 5-21310 • Oklahoma Department of Environment Quality Permit No. WL000072250119 Robinson Industrial Park Potable Water Line Extension Facility No. S-21310 15. New Business - None 16. Adjournment Mr. Bonebrake moved, seconded by Mr. Dunn, to adjourn the meeting. YEA: Bonebrake, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 and the meeting adjourned at 7:15pm. Juliann M. Stevens, City Clerk Alvin Fruga, Mayor OWASSO CITY COUNCIL, PUBLIC WORKS AUTHORITY, AND PUBLIC GOLF AUTHORITY MINUTES OF JOINT REGULAR MEETING TUESDAY, MARCH 11, 2025 The Owasso City Council, Owasso Public Works Authority (OPWA), and Owasso Public Golf Authority (OPGA) met in a joint regular meeting on Tuesday, March 11, 2025, in the Council Chambers at Old Central, 109 North Birch Street, Owasso, Oklahoma, per the Notice of Public Meeting filed Friday, December 13, 2024; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at 2:00 pm on Thursday, March 6, 2025. 1. Call to Order - Mayor/Chair Alvin Fruga called the meeting to order at 6:00 pm. 2. Roll Call A quorum was declared present. Present Mayor/Chair - Alvin Fruga Councilor/Trustee - Doug Bonebrake Councilor/Trustee - Paul Loving Councilor/Trustee - Cody Walter Absent Vice Mayor/Vice Chair - Lyndell Dunn Staff: City/Authority Manager- Chris Garrett ; City/Authority Attorney - Julie Lombardi 3. Discussion relating to an application for a specific use permit to allow for an automotive repair and maintenance use in a Commercial Shopping (CS) zoning district located at 10596 North Owasso Expressway, as referenced in application SUP 25-01 Alexa Beemer presented the item. Discussion was held. It was further explained the item would be placed on the March 18, 2025, City Council agenda for consideration and action. 4. Discussion relating to an application for 2025 Community Development Block Grant (CDBG) funding and the proposed use of such funds to continue waterline improvements in the Hale Acres subdivision Alexa Beemer presented the item. Discussion was held. It was further explained the item would be placed on the March 18, 2025, City Council agenda for consideration and action. 5. Discussion relating to the monthly sales and use tax report and revenue outlook Carly Novozinsky presented the item and discussion was held. 6. Discussion relating to the annual elections of Mayor and Vice Mayor / Chair and Vice Chair Chris Garrett presented the item and discussion was held. 7. City/Authority Manager Report - None 8. City Councilor/Trustee comments and inquiries - None 9. Adjournment The meeting adjourned at 6:27 pm. Juliann M. Stevens, City Clerk Alvin Fruga, Mayor/Chair Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK WHITE CAP -CONCRETE $32.00 CEMETERY WALL REPLACEMENT - Total $32.00 JPMORGAN CHASE BANK SECONDARY -CONSULTING $4,125.00 COMMUNITY CTR ROOF REPLMT-Total $4,125.00 AT&T PHONE USE $28.49 BLUE ENERGY FUELS LLC CNG FUEL FEB 25 $16.59 COMMERCIAL POWER SOLUTIONS, LLC GENERATOR REPAIR $1,197.50 COX COMMUNICATIONS PHONE USAGE $11.92 ENTERPRISE FM TRUST MARCH FLEET LEASE $2,745.14 FLEETCOR TECHNOLOGIES FEB FUEL $102.07 JPMORGAN CHASE BANK ALARM BILL -SECURITY $90.00 JPMORGAN CHASE BANK AM LEONARD-REFUND ($52.99) JPMORGAN CHASE BANK AM LEONARD-SPREADER $349.94 JPMORGAN CHASE BANK AMAZON -CLIPBOARDS $39.99 JPMORGAN CHASE BANK AMAZON -CLOCK $35.99 JPMORGAN CHASE BANK AMAZON -COFFEE ST $16.49 JPMORGAN CHASE BANK AMAZON -LASER POINTER $25.59 JPMORGAN CHASE BANK AMAZON -SPACE HEATER $39.99 JPMORGAN CHASE BANK AMAZON -STIR STICKS $17.58 JPMORGAN CHASE BANK AMAZON -STORAGE $32.97 JPMORGAN CHASE BANK AMAZON -TABLE CLOTH $19.98 JPMORGAN CHASE BANK COX-INTERNET $170.00 JPMORGAN CHASE BANK HOME DEPOT -BP SPRAY $318.00 JPMORGAN CHASE BANK LOCKE-SWITCH PLATES $1.62 JPMORGAN CHASE BANK LOWES-CLEAN SUPP $48.91 JPMORGAN CHASE BANK LOWES-SALT $349.50 JPMORGAN CHASE BANK LOWES-WD40 $15.36 JPMORGAN CHASE BANK OVERHEAD -DOOR $800.00 JPMORGAN CHASE BANK SAMS-MAINT SUPP $408.61 JPMORGAN CHASE BANK SAMS-PAPER CART $24.45 UNIFIRST HOLDINGS LP UNIFORMS $41.18 VERIZON WIRELESS WIRELESS CONNECTION $40.08 FACILITY MAINTENANCE -Total $6,934.95 RAMUNDSEN SUPERIOR HOLDINGS ERP SOFTWARE $7.179.90 FINANCE ENTERPRISE SYSTEM -Total $7,179.90 GH2 ARCHITECTS LLC FUNTASTIC RESTROOM $17,800.00 FUNTASTIC RESTROOM UPGRAD-Total $17,800.00 COX COMMUNICATIONS PHONE USAGE $11.92 ENTERPRISE FM TRUST MARCH FLEET LEASE $1,173.62 FLEETCOR TECHNOLOGIES FEB FUEL $135.42 1 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK PAYPAL-STERILIZATION $150.00 VERIZON WIRELESS WIRELESS CONNECTION $297.44 GEN ANIMAL CONTROL -Total $1,768.40 JPMORGAN CHASE BANK BROWN FARMS -SOD $50.00 JPMORGAN CHASE BANK SAVON-SIGN $20.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $19.53 GEN CEMETERY -Total $89.53 JPMORGAN CHASE BANK AMAZON -COFFEE CREAMER $58.23 JPMORGAN CHASE BANK REASORS-KING CAKES $17.98 JPMORGAN CHASE BANK SAMS-FORKS/CANDY $50.87 TEAL DANCE COMPANY LLC DANCE CLASS $232.00 GEN COMM CTR DONATIONS -Total $359.08 COX COMMUNICATIONS PHONE USAGE $19.87 JPMORGAN CHASE BANK AMAZON-HDMI CABLES $24.58 JPMORGAN CHASE BANK AMAZON -PRINTER PAPER $131.99 JPMORGAN CHASE BANK AMAZON -TRASH BAGS $70.92 JPMORGAN CHASE BANK AMAZON -TRASH CAN $99,99 JPMORGAN CHASE BANK CINTAS-PAPER PROD $780.15 JPMORGAN CHASE BANK NRPA-TRAINING BOOK $100.42 JPMORGAN CHASE BANK ONG-GAS USAGE $922.79 JPMORGAN CHASE BANK PLUMBING ACES -VALVE $250.00 JPMORGAN CHASE BANK QUIT BUGGIN-PEST $95,00 JPMORGAN CHASE BANK SAMS-COPY PAPER $39.96 JPMORGAN CHASE BANK SAMS-KLEENEX $16.74 JPMORGAN CHASE BANK WALMART-FIRST AID $11.26 JPMORGAN CHASE BANK WALMART-LUNCH TREATS $76.00 SUMNERONE INC COPIER LEASE $265.00 SUMNERONE INC COPIER SERVICES $323.56 GEN COMMUNITY CENTER -Total $3,228.23 COX COMMUNICATIONS PHONE USAGE $31.79 ENTERPRISE FM TRUST MARCH FLEET LEASE $2,558.41 FLEETCOR TECHNOLOGIES FEB FUEL $265.76 JPMORGAN CHASE BANK ACADEMY -WORK GLOVES $49.98 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $68.02 JPMORGAN CHASE BANK TOMMYS-FLEET $8.66 VERIZON WIRELESS WIRELESS CONNECTION $293.31 GEN COMMUNITY DEVELOPMENT - Total $3,276.93 INVESTORS TITLE & ESCROW COMPANY SPORTS PARK LAND ACQ $3,013.43 JPMORGAN CHASE BANK MEETING EXP 02/28 $53.00 JPMORGAN CHASE BANK SAVON-CITYMAP TRIFOLD $355.00 2 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL VERIZON WIRELESS WIRELESS CONNECTION $27.11 GEN ECONOMIC DEV -Total $3,448.54 AT&T PHONE USE $28.49 COX COMMUNICATIONS PHONE USAGE $3.97 ENTERPRISE FM TRUST MARCH FLEET LEASE $586.81 JPMORGAN CHASE BANK COX -CABLE $418.21 JPMORGAN CHASE BANK HOME DEPOT -ELECTRIC $43.44 JPMORGAN CHASE BANK MOTOROLA-BATTERIES $466.80 VERDIGRIS VALLEY ELECTRIC COOP STORM SIRENS $128.36 VERIZON WIRELESS WIRELESS CONNECTION $40.01 GEN EMERG PREPAREDNESS -Total $1,716.09 COX COMMUNICATIONS PHONE USAGE $31.79 ENTERPRISE FM TRUST MARCH FLEET LEASE $2,033-97 FLEETCOR TECHNOLOGIES FEB FUEL $132.55 JPMORGAN CHASE BANK OK DEPT-TRAINING $248.00 JPMORGAN CHASE BANK SHI-ADOBE $65.11 JPMORGAN CHASE BANK STAPLES -COPY PAPER $120.38 UNIFIRST HOLDINGS LP UNIFORM SERVICES $45.20 VERIZON WIRELESS WIRELESS CONNECTION $94.23 GEN ENGINEERING -Total $2,771.23 COX COMMUNICATIONS PHONE USAGE $31.79 JPMORGAN CHASE BANK PAYROLLORG-MEMBERSHIP $305.00 GEN FINANCE -Total $336.79 AT&T PHONE USE $113.98 ELIZABETH ANNE CHILDS EXPUNGEMENTS $435.00 ELIZABETH ANNE CHILDS GENERAL MATTERS $1,250.00 ENTERPRISE FM TRUST MARCH FLEET LEASE $12208.61 FLEETCOR TECHNOLOGIES FEB FUEL $84,86 JPMORGAN CHASE BANK AMER WASTE-DUMPSTER $124.92 JPMORGAN CHASE BANK ONG-GAS USAGE $2,204.91 JPMORGAN CHASE BANK PIKEPASS-FEES $2.54 JPMORGAN CHASE BANK STAPLES -COPY PAPER $1,058.19 GEN GENERAL GOVERNMENT -Total $6,483.01 COX COMMUNICATIONS PHONE USAGE $3.97 JPMORGAN CHASE BANK ONG-GAS USAGE $255.69 GEN HISTORICAL MUSEUM -Total $259.66 AMERICANCHECKED INC ATTN: BILLING BACKGROUND CHECKS $219.35 COX COMMUNICATIONS PHONE USAGE $15.90 JPMORGAN CHASE BANK OFFICE DEPOT -PROTECT $5.81 JPMORGAN CHASE BANK SHI-ADOBE $130.22 3 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL GEN HUMAN RESOURCES -Total $371.28 AT&T PHONE USE $28.49 COX COMMUNICATIONS PHONE USAGE $23.84 FLEETCOR TECHNOLOGIES FEB FUEL $43.34 JPMORGAN CHASE BANK AMAZON -RACKS $111.16 JPMORGAN CHASE BANK COX-INTERNET $1,598.94 JPMORGAN CHASE BANK COX -PHONE SERVICE $82.44 JPMORGAN CHASE BANK HARBOR -PUNCHES $19.99 JPMORGAN CHASE BANK INTERSTATE -BATTERIES $56.80 JPMORGAN CHASE BANK LOCKE-ELECTRICAL $31.83 JPMORGAN CHASE BANK LOCKE-PLATE $3.14 JPMORGAN CHASE BANK RADIO SHACK -CORDS $18.96 JPMORGAN CHASE BANK SHI-ADOBE $65.11 VERIZON WIRELESS WIRELESS CONNECTION $252.06 GEN INFORMATION TECH -Total $2,336.10 AMERICANCHECKED INC ATTN: BILLING BACKGROUND CHECKS $30.25 BECK ASSOCIATES ARCHITECTS, PLLC OLD CENTRAL PROJECT $13,800.00 COX COMMUNICATIONS PHONE USAGE $31.79 ENTERPRISE FM TRUST MARCH FLEET LEASE $1,019.57 FLEETCOR TECHNOLOGIES FEB FUEL $70.55 JPMORGAN CHASE BANK AMAZON -FILE SORTER $18.87 JPMORGAN CHASE BANK CHAMBER -EMPRESS AWARD $50.00 JPMORGAN CHASE BANK CHAMBER -FEES $35.00 JPMORGAN CHASE BANK CHAMBER -REGISTRATION $1,000.00 JPMORGAN CHASE BANK KERKSTRA-PLAQUE $126.00 JPMORGAN CHASE BANK LEE-TULSA WORLD $19.99 JPMORGAN CHASE BANK MEETING EXP 02114 $44.77 JPMORGAN CHASE BANK MEETING EXP 02/18 $33.56 JPMORGAN CHASE BANK MEETING EXP 02/28 $51A0 JPMORGAN CHASE BANK MEETING EXP 03103 $72.99 JPMORGAN CHASE BANK MEETING EXP 03/07 $105.38 JPMORGAN CHASE BANK MEETING EXP 03110 $100.00 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $39.80 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $45.00 JPMORGAN CHASE BANK TRAVEL EXP 04/07-10 $1,049.32 VERIZON WIRELESS WIRELESS CONNECTION $40.01 GEN MANAGERIAL -Total $17,783.95 COX COMMUNICATIONS PHONE USAGE $15.90 YOUTH SERVICES OF TULSA YOUTH SERVICES $4,125.00 GEN MUNICIPAL COURT -Total $4,140.90 CITY OF OWASSO WATER SERVICE $346.50 4 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL COX COMMUNICATIONS PHONE USAGE $3.97 ENTERPRISE FM TRUST MARCH FLEET LEASE $2,358.32 FLEETCOR TECHNOLOGIES FEB FUEL $446.52 JPMORGAN CHASE BANK AMAZON -MOWER $256.59 JPMORGAN CHASE BANK AMAZON-0 RINGS $67.15 JPMORGAN CHASE BANK AMAZON -SPRAY BOTTLES $39.57 JPMORGAN CHASE BANK ATWOOD-BOOTS $150.00 JPMORGAN CHASE BANK CORE&MAIN-PVC FITTING $32.03 JPMORGAN CHASE BANK CORNERSTONE -BOLT NUTS $3.31 JPMORGAN CHASE BANK CORNERSTONE -BOLTS $30.52 JPMORGAN CHASE BANK CORNERSTONE -ICE MELT $34.34 JPMORGAN CHASE BANK CORNERSTONE -SAW CHAIN $26.99 JPMORGAN CHASE BANK LOWES-SEED SPREADER $49.98 JPMORGAN CHASE BANK NEWELL-VET PARK LAWN $212.50 JPMORGAN CHASE BANK NEWELL-WEED CTRL $102.43 JPMORGAN CHASE BANK ONG-GAS USAGE $129.98 JPMORGAN CHASE BANK UTA DIV-OSHA TRAINING $650.00 ROGERS COUNTY RURAL WATER CENTENNIAL PARK WATER $353.74 DISTRICT UNIFIRST HOLDINGS LP CLAIMS $31.49 UNIFIRST HOLDINGS LP PARKS UNIFORMS $31.49 UNIFIRST HOLDINGS LP UNIFORMS $30.78 VERDIGRIS VALLEY ELECTRIC COOP PARKS ELECTRIC $70.44 VERIZON WIRELESS WIRELESS CONNECTION $40.01 GEN PARKS -Total $5,498.65 NORTH AMERICA FIRE EQUIPMENT CO. BULLETPROOF VESTS $1,818.00 GEN POLICE DOJ VEST GIRT -Total $1,818.00 COX COMMUNICATIONS PHONE USAGE $15.90 JPMORGAN CHASE BANK AMAZON -CORRECT TAPE $25.88 JPMORGAN CHASE BANK AMAZON-ST PATTY SUPP $36.84 JPMORGAN CHASE BANK COLUMN PUBLIC -BID $39.63 JPMORGAN CHASE BANK FACEBOOK-ADS $75.00 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $45.00 GEN RECREATION & CULTURE -Total $238.25 BLUE ENERGY FUELS LLC CNG FUEL FEB 25 $27.47 ENTERPRISE FM TRUST MARCH FLEET LEASE $4,698.64 FLEETCOR TECHNOLOGIES FEB FUEL $3,922.09 JPMORGAN CHASE BANK AMAZON-HOSE/KUBOTA $31.81 JPMORGAN CHASE BANK AMAZON-HYD DRINK $31.36 JPMORGAN CHASE BANK ATWOOD-HERBICIDE DYE $160.96 JPMORGAN CHASE BANK ATWOOD-WIRE HARNESS $15.99 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK LOWES-HERB GLOVES $80.94 JPMORGAN CHASE BANK PSI EXAMS -HERB TEST $190.00 JPMORGAN CHASE BANK PSI EXAMS-HERBICIDDE $95.00 JPMORGAN CHASE BANK STANDARD -MOW SVC KITS $1,138.48 JPMORGAN CHASE BANK UNI MAILING -MANUALS $81.00 SPIRIT LANDSCAPE MANAGEMENT LLC 96TH ST LANDSCAPE $278.41 SPIRIT LANDSCAPE MANAGEMENT LLC MAIN ST LANDSCAPE $461.20 UNIFIRST HOLDINGS LP UNIFORM SERVICES $182.07 VERIZON WIRELESS WIRELESS CONNECTION $120.03 GEN STORMWATERNEG -Total $11,515.45 AEP/PSO STREET LIGHTS $10.92 TREASURER PETTY CASH CC DEP REF -BAILEY $100.00 TREASURER PETTY CASH CC DEP REF -COUNCIL $50.00 TREASURER PETTY CASH CC DEP REF -MARSH $100.00 TREASURER PETTY CASH CC DEP REF-SCHARIO $50.00 TREASURER PETTY CASH CC DEP REF-THOMPSON $100.00 TREASURER PETTY CASH CC DEP REF -WISE $50.00 TREASURER PETTY CASH OC DEP REF-VICENA $100.00 TREASURER PETTY CASH OC REF -BIBLE CHURCH $100.00 GENERAL -Total $660.92 JPMORGAN CHASE BANK AMAZON -DRAG BROOM $337.60 JPMORGAN CHASE BANK AMAZON-RAKE/BATTER $334A8 JPMORGAN CHASE BANK AMAZON -SOFTBALLS $545.64 SOFTBALL PROGRAM -Total $1,217.72 GENERAL -Total $105,389.56 20 AMBULANCE SERVICE FLEETCOR TECHNOLOGIES FEB FUEL $2,212.12 FULLERTON HYDRO -TEST INC. 02 SUPPLY $410.00 JPMORGAN CHASE BANK AMAZON-M3 CHARGER $48.30 JPMORGAN CHASE BANK BOUND TREE -SUPPLIES $326.00 JPMORGAN CHASE BANK FACET -SUPPLIES $399.87 JPMORGAN CHASE BANK LIFE ASSIST -SUPPLIES $2,483.12 JPMORGAN CHASE BANK LODGING EXP 02/16-21 $6.00 JPMORGAN CHASE BANK OREILLY-M3 BULB $37.18 MEOICLAIMS INC BILLING SERVICES $8,352.60 VERIZON WIRELESS WIRELESS CONNECTION $40.01 AMBULANCE -Total $14,315.20 REPUBLIC RECOVERY SERVICES INC COLLECTION SERVICES $60.00 TREASURER PETTY CASH AMB REF -HOLDER $20.40 TREASURER PETTY CASH AMB REF-PATTERSON $20.40 TREASURER PETTY CASH AMB REF -ROSE $20.40 E Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 20 AMBULANCE SERVICE TREASURER PETTY CASH AMB REF-WILBANKS $20.40 TREASURER PETTY CASH AMB REF-WILKERSON $20.40 AMBULANCE SERVICE -Total $162.00 AMBULANCE SERVICE -Total $14,477.20 21 E-911 AT&T PHONE USE $461.34 COX COMMUNICATIONS Tt CIRCUITS $229.00 INCOG 911 INCOG FEES $8,307.42 JPMORGAN CHASE BANK AMAZON -CABLE $15.98 JPMORGAN CHASE BANK AMAZON -CASES $204.75 JPMORGAN CHASE BANK AMAZON -HARD DRIVES $451.94 JPMORGAN CHASE BANK AMAZON -REFUND ($49.99) JPMORGAN CHASE BANK AMAZON -SOUND CARD $87.99 JPMORGAN CHASE BANK AMAZON -SUPPLIES $538.67 JPMORGAN CHASE BANK EBAY-COMPUTER $899.94 JPMORGAN CHASE BANK EBAY-HEADSET JACK $39.97 JPMORGAN CHASE BANK EBAY-SPEAKER $69.99 JPMORGAN CHASE BANK EBAY-SPEAKERS $34.67 JPMORGAN CHASE BANK WHITAKER-SHREDDER $3,648.99 LANGUAGE LINE SERVICES TRANSLATION SERVICE $46.08 VERIZON WIRELESS WIRELESS CONNECTION $40.01 E911 COMMUNICATIONS -Total $15,026.75 E-911 -Total $15,026.75 25 HOTEL TAX COX COMMUNICATIONS PHONE USAGE $7.95 STRONG NEIGHBORHOODS -Total $7.95 HOTELTAX -Total $7.95 27 STORMWATER MANAGEMENT MESHEK & ASSOCIATES, P.L.C. ENGINEERING SERVICES $2,422.50 GARNETT CULVERT IMPROV -Total $2,422.50 MESHEK & ASSOCIATES, P.L.C. ENGINEERING SERVICES $10,368.00 PAYOLA PARK DETENTION -Total $10,368.00 COX COMMUNICATIONS PHONE USAGE $7.95 ENTERPRISE FM TRUST MARCH FLEET LEASE $1,041.60 JPMORGAN CHASE BANK A+ CDL-SCHOOL $2,475.00 JPMORGAN CHASE BANK AS DESIGNS -SIGNS $300.00 JPMORGAN CHASE BANK ATWOOD-TRASH BAGS $107.94 JPMORGAN CHASE BANK CPI -METER $3,620.15 JPMORGAN CHASE BANK DITCH WITCH-VACTOR $35.91 JPMORGAN CHASE BANK LOT 109-PARKING FEE $8.00 JPMORGAN CHASE BANK LOWES-TAPPING SCREWS $23.84 JPMORGAN CHASE BANK SMITH FARM -FILTERS $23.84 JPMORGAN CHASE BANK SOK-CDL LICENSE $26.00 7 Claims List - 03/1812025 Fund Vendor Name Payable Description Payment Amount 27 STORMWATER MANAGEMENT LOT MAINTENANCE OF OKLAHOMA, INC. LAWN MAINTENANCE $2,564.00 MESHEK & ASSOCIATES, P.L.C. ENGINEERING SERVICES $2,947.50 THE LAMAR COMPANIES BILLBOARD $10,300.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $11.72 VERIZON WIRELESS WIRELESS CONNECTION $40.01 STORMWATER-STORMWATERNEG -Total $23,533.46 STORMWATER MANAGEMENT -Total $36,323.96 31 AMBULANCE CAPITAL TREASURER PETTY CASH AMB REF -HOLDER $3.60 TREASURER PETTY CASH AMB REF-PATTERSON $3.60 TREASURER PETTY CASH AMB REF -ROSE $3,60 TREASURER PETTY CASH AMB REF-WILBANKS $3.60 TREASURER PETTY CASH AMB REF-WILKERSON $3.60 AMBULANCE CAPITAL -Total ZOLL MEDICAL CORP AMBULANCE CAPITAL FD -Total AUTOPULSE LEASE $18.00 $19,917.44 $19,917.44 AMBULANCE CAPITAL -Total $19,935.44 37 SALES TAX FIRE JPMORGAN CHASE BANK AMAZON -REFUND ($349.00) ARPA-CHEROKEE NATION -Total ($349.00) AT&T PHONE USE $28.49 CITY OF OWASSO WATER SERVICE $122.50 COX COMMUNICATIONS PHONE USAGE $131.13 ENTERPRISE FM TRUST MARCH FLEET LEASE $5,264.85 FLEETCOR TECHNOLOGIES FEB FUEL $2,970.20 JPMORGAN CHASE BANK ACCURATE -DRY CHEM EXT $18.50 JPMORGAN CHASE BANK ADOBE-VID-PIC EDIT $419.88 JPMORGAN CHASE BANK AMAZON-Bt HUBCAP $24.99 JPMORGAN CHASE BANK AMAZON -BATTERIES $15.99 JPMORGAN CHASE BANK AMAZON -PHONE SUPPLIES $94.91 JPMORGAN CHASE BANK AMAZON -SUPPLIES $69.99 JPMORGAN CHASE BANK AMERIFLEX-02 REP $121.00 JPMORGAN CHASE BANK AUTOZONE-K12 SAWS $8.44 JPMORGAN CHASE BANK CORNERSTONE-K12 SAWS $56.95 JPMORGAN CHASE BANK DIESEL POWER -SHOES $158.68 JPMORGAN CHASE BANK EBAY-ST4 OVEN $16.21 JPMORGAN CHASE BANK EMTEC-STt PEST CTRL $315.00 JPMORGAN CHASE BANK EMTEC-ST4 PEST CTRL $310.00 JPMORGAN CHASE BANK EZREGISTER-FIRE TRNG $375.00 JPMORGAN CHASE BANK FEDEX-SHIPPING $12.60 JPMORGAN CHASE BANK HOME DEPOT -CORD DROPS $174.46 JPMORGAN CHASE BANK LODGING EXP 07111-16 $2,632.91 e Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 37 SALES TAX FIRE JPMORGAN CHASE BANK MOTOROLA-BATTERIES $622.40 JPMORGAN CHASE BANK NAFECO-TRAFF VESTS $763.92 JPMORGAN CHASE BANK NATION EMERG-NFA MEAL $314.23 JPMORGAN CHASE BANK NORTHERNSAFETY-SENSOR $593.88 JPMORGAN CHASE BANK ONG-GAS USAGE $3,081.11 JPMORGAN CHASE BANK OREILLY-TW4 COOLANT $21.98 JPMORGAN CHASE BANK PIKEPASS-FEES $34.21 JPMORGAN CHASE BANK PSN-ST4 WATER $133.34 JPMORGAN CHASE BANK ROTO ROOTER-ST2 PLUMB $693.53 JPMORGAN CHASE BANK ROTO ROOTER-TRN RM $2,208.47 JPMORGAN CHASE BANK SAMS-CLEAN SUPPLIES $78.88 JPMORGAN CHASE BANK SAMS-ST3 FLOOR MATS $39.96 JPMORGAN CHASE BANK SHI-ADOBE $195.33 JPMORGAN CHASE BANK UE TULSA-TW4 REPAIR $1,020.59 JPMORGAN CHASE BANK VERIZON-PHONES $149.97 OKLAHOMA DEPARTMENT OF LABOR BOILER INSPECTION $50.00 VERIZON WIRELESS WIRELESS CONNECTION $1,610.59 SALES TAX FUND -FIRE -Total $24,955.07 SALES TAX FIRE - Total $24,606.07 38 SALES TAX POLICE AMERICAN WASTE CONTROL INC DUMPSTER RENTAL $148.24 APPLIED CONCEPTS RADAR VEH DETECTOR $2,845.00 AT&T PHONE USE $28.49 CITY OF OWASSO WATER SERVICE $35.00 COX COMMUNICATIONS PHONE USAGE $226.50 ENTERPRISE FM TRUST MARCH FLEET LEASE $2,943.77 FLEETCOR TECHNOLOGIES FEB FUEL $11,186.77 INTERNATIONAL ASSOCIATION OF CHIEFS MEMBERSHIP -WOODRUFF $220.00 JEROLD TRAVIS SELLERS TUITION REIMBURSEMENT $701.40 JPMORGAN CHASE BANK ALARM BILL -ALARM SVC $225.00 JPMORGAN CHASE BANK AMAZON -DESK HEATER $22.79 JPMORGAN CHASE BANK AMAZON -LIFTS $82.47 JPMORGAN CHASE BANK AMAZON -RADIO CHARGERS $109.96 JPMORGAN CHASE BANK AMAZON -SCANNERS $1,683.00 JPMORGAN CHASE BANK BOYLE-BOILER DIAG $920.00 JPMORGAN CHASE BANK DANA SAFETY-PB TANK $300.00 JPMORGAN CHASE BANK DETECTACHEM-DRUG TEST $996.13 JPMORGAN CHASE BANK FAM ANIMAL-K9 MEDICAL $1,459.51 JPMORGAN CHASE BANK GALLS -UNIFORM PANTS $72.99 JPMORGAN CHASE BANK OFFICE DEPOT -ENVELOPE $82.70 JPMORGAN CHASE BANK ONG-GAS USAGE $1,630.54 JPMORGAN CHASE BANK OREILLY-VEHICLE ITEM $33.47 0 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 38 SALES TAX POLICE JPMORGAN CHASE BANK PAYPAL-PATCHES $51.96 JPMORGAN CHASE BANK SAMS-COFFEE CUPS $75.12 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $45.00 JPMORGAN CHASE BANK SHI-ADOBE $390.66 JPMORGAN CHASE BANK SOUTHERN RUB -NOTARY $51.45 JPMORGAN CHASE BANK SPECIAL OPS-NEW HIRE $71.99 JPMORGAN CHASE BANK SPECIAL OPS-PEP SPRAY $424.75 JPMORGAN CHASE BANK UPS -SHIPPING FEE $16.06 JPMORGAN CHASE BANK WAVE -TRAINING $845.00 LM CUSTOM LASER ENGRAVING LLC ENGRAVING PD MONUMENT $625.00 NORTH AMERICA FIRE EQUIPMENT CO. BULLETPROOF VESTS $1,833.97 SUMNERONE INC COPIER LEASE $909.54 SUMNERONE INC COPIEROVERAGES $253.42 VERIZON WIRELESS WIRELESS CONNECTION $4,959.59 SALES TAX FUND -POLICE -Total $36,507.24 SALES TAX POLICE -Total $36,507.24 39 SALES TAX STREETS AEP/PSO STREET LIGHTS $8,596.55 BLUE ENERGY FUELS LLC CNG FUEL FEB 25 $89.83 CAMO FARMS INC ASPHALT $504.00 COX COMMUNICATIONS PHONE USAGE $7.95 ENTERPRISE FM TRUST MARCH FLEET LEASE $1,935.84 FLEETCOR TECHNOLOGIES FEB FUEL $2,827.78 JPMORGAN CHASE BANK AMAZON-HYD DRINK $31.36 JPMORGAN CHASE BANK ATWOOD-RUBBER BOOTS $31.98 JPMORGAN CHASE BANK ATWOOD-SOAP CLEANER $44.94 JPMORGAN CHASE BANK BROWN FARMS -SOD $80.00 JPMORGAN CHASE BANK BUFFALO -FILTERS $18.79 JPMORGAN CHASE BANK CORE&MAIN-PAINT $8.30 JPMORGAN CHASE BANK FLEET FUELS -HAND PUMP $63.48 JPMORGAN CHASE BANK LODGING EXP 02118-19 $112.78 JPMORGAN CHASE BANK LODGING EXP 02118-20 ($433.46) JPMORGAN CHASE BANK LODGING REF-02/18-19 ($103.95) JPMORGAN CHASE BANK LOWES-SPRAYER $31.92 JPMORGAN CHASE BANK LOWES-STRING LINE $29.96 JPMORGAN CHASE BANK LOWES-WOOD STAKES $21.54 JPMORGAN CHASE BANK SOK-CDL LICENSE $26.00 JPMORGAN CHASE BANK SOUTHWESTERN -TRAINING $2,406.00 JPMORGAN CHASE BANK WHITE CAP -TAPE MSR $17.98 JPMORGAN CHASE BANK XCESSORIES-MOUNTS $535.02 JPMORGAN CHASE BANK XCESSORIES-PSST COMP $1,672.50 PARADIGM TRAFFIC SYSTEMS INC TRAFFIC CONTROL DEVICES $32,750.00 IR Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 39 SALES TAX STREETS TLS GROUP INC MARCH MAINT AGREEMENT $1,465.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $225.80 VERDIGRIS VALLEY ELECTRIC COOP 116/129 TRAFFIC SIGN $84.05 VERDIGRIS VALLEY ELECTRIC COOP CHAMPION STREET LIGHT $81,74 VERDIGRIS VALLEY ELECTRIC COOP SECURITY LIGHT $6.69 VERIZON WIRELESS WIRELESS CONNECTION $94.23 SALES TAX FUND -STREETS -Total $53,264.60 GRADE LINE CONSTRUCTION CONSTRUCTION SERVICES $132,641.87 STREET REHAB FY23-24 -Total $132,641.87 SALES TAX STREETS -Total $185,906.47 40 CAPITAL IMPROVEMENTS KELLOGG ENGINEERING, INC ENGINEERING SERVICES $4,301.25 86TH ST N BRIDGE REPLACEM -Total $4,301.25 SMALYGO PROPERTIES INC ROW ACQUISTION $20,000.00 TYANN DEVELOPMENT COMPANY LLC ROW ACQUISTION $6,900.00 UNIVERSAL FIELD SERVICES INC ROW ACQUISITION SVCS $4,001.05 96TH FROM 134TH TO 145TH -Total $30,901.05 MTC TULSA LLC CONSTRUCTION SERVICES $846,494.79 PUBLIC WORKS FACILITY -Total $846,494.79 GRADE LINE CONSTRUCTION CONSTRUCTION SERVICES $113,677.76 STREET REHAB FY23-24 -Total $113,677.76 CAPITAL IMPROVEMENTS -Total $995,374.85 70 FLEET MAINTENANCE BLUE ENERGY FUELS LLC CNG FUEL FEB 25 $10.97 COX COMMUNICATIONS PHONE USAGE $15.90 CROW BURLINGAME COMPANY PARTS FOR RESALE $2,769.73 CROW BURLINGAME COMPANY SHOP SUPPLIES $34.49 EASON COLLISION SPECIALISTS INC COLLISION REPAIR $5,147.75 FLEETCOR TECHNOLOGIES FEB FUEL $31.43 JPMORGAN CHASE BANK AMAZON -BANK OUTLETS $107.94 JPMORGAN CHASE BANK AMAZON-CARB KIT $35.53 JPMORGAN CHASE BANK AMAZON-CONSUMABLES $50.25 JPMORGAN CHASE BANK AMAZON-CROSSFIRES $145.08 JPMORGAN CHASE BANK AMAZON -FUEL FILTER $49.38 JPMORGAN CHASE BANK AMAZON -GREASE PUMP $1,204.06 JPMORGAN CHASE BANK AMAZON -ICE SCRAPERS $426.00 JPMORGAN CHASE BANK AMAZON -KEY FOB BATT $23.13 JPMORGAN CHASE BANK AMAZON -LEATHER GLOVES $82.22 JPMORGAN CHASE BANK AMAZON -PARTS BINS $39.81 JPMORGAN CHASE BANK AMAZON -PLOW LIGHTS $421.50 JPMORGAN CHASE BANK AMAZON -VINYL $114.25 JPMORGAN CHASE BANK AMERIFLEX-BAY HOSE $71.75 11 Claims List - 03/18/2025 Fund Vendor Name Payable Description Payment Amount 70 FLEET MAINTENANCE JPMORGAN CHASE BANK AMERIFLEX-COUPLERS $294.00 JPMORGAN CHASE BANK BEST CHOICE -GLASS REP $526.98 JPMORGAN CHASE BANK BEST CHOICE-WS REPAIR $721,73 JPMORGAN CHASE BANK DIESEL POWER-CYL SEAL $119.28 JPMORGAN CHASE BANK FLEETPRIDE-FITTINGS $30.88 JPMORGAN CHASE BANK HESSELBEIN-TIRES $1,138.88 JPMORGAN CHASE BANK HOLT TRUCK -WIPER $374.04 JPMORGAN CHASE BANK IMPERIAL -HAND SOAP $183.12 JPMORGAN CHASE BANK IMPERIAL -PLOW $309.36 JPMORGAN CHASE BANK IMPERIAL -SUMP PUMP $154.46 JPMORGAN CHASE BANK INDUST TRUCK -AUGER $412.69 JPMORGAN CHASE BANK INDUSTTRUCK-SPINNER $1,769.12 JPMORGAN CHASE BANK JIM GLOVER -BUCKLE $93.38 JPMORGAN CHASE BANK JIM GLOVER-TCM R&R $634.40 JPMORGAN CHASE BANK OFFICE DEPOT -BINS $34.88 JPMORGAN CHASE BANK OFFICE DEPOT -NOTEPADS $8.25 JPMORGAN CHASE BANK ONG-GAS USAGE $905.20 JPMORGAN CHASE BANK ROCK AUTO -HEADLIGHT $20.11 JPMORGAN CHASE BANK ROCK AUTO-HVAC $18.16 JPMORGAN CHASE BANK ROCK AUTO -OIL FILTERS $62.71 JPMORGAN CHASE BANK ROCK AUTO-RAD FAN $637.10 JPMORGAN CHASE BANK ROCK AUTO -WIPER $37.63 JPMORGAN CHASE BANK SAMS-WATER $7.96 JPMORGAN CHASE BANK SHI-ADOBE $130.22 JPMORGAN CHASE BANK SOUTHERN TIRE -TIRES $1,881.81 JPMORGAN CHASE BANK SPEEDTECH-LIGHTSAR $1,181.40 JPMORGAN CHASE BANK WARREN CAT-PB CABLE $172.87 JPMORGAN CHASE BANK YELLOW HOUSE-HYD HOSE $119.86 UNIFIRST HOLDINGS LP UNIFORMS $75.67 VERIZON WIRELESS WIRELESS CONNECTION $7.89 FLEET MAINTENANCE -Total $22,845.21 FLEET MAINTENANCE -Total $22,845.21 76 WORKERS' COMP SELF -INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS $11,283.04 UNITED SAFETY & CLAIMS INC SERVICE FEE WCTPA $1,658.33 WORKERS'COMPSELF-INS -Total $12,941.37 WORKERS' COMP SELF -INS -Total $12,941.37 77 GENERAL LIABILITY-PROPERT HALL, ESTILL, HARDWICK, GABLE, LITIGATION $110.00 ONE GAS VA29852025093860 TORT $368.13 GEN LIAR -PROP SELF INS -Total $478.13 GENERAL LIABILITY-PROPERT -Total $478.13 12 Fund Claims List - 03/18/2025 Vendor Name Payable Description Payment Amount City Grand Total $1,469,820.20 itc] s� P[,t M1epv nGl C lu.,vs• PGc cvmmuniry TO: The Honorable Mayor and City Council FROM: Earl Farris, Project Administrator SUBJECT: Acceptance of Public Infrastructure Improvements at SAHO 401 West 2nd Avenue, Owasso, Oklahoma DATE: March 13, 2025 BACKGROUND: The subject commercial development is located at 401 West 2nd Avenue in Owasso, Oklahoma. Public infrastructure includes a concrete approach for fire access, a potable water line and fire hydrant, and one sanitary sewer manhole. FINAL INSPECTIONS: Final inspections for the infrastructure components were completed in February 2025, by the Public Works Department. All standards for acceptance have been met. Additionally, the construction contractor has supplied the necessary two-year maintenance bond. RECOMMENDATION: Staff recommends acceptance of the public infrastructure improvements at SAHO. ATTACHMENTS: Location Map Attorney Approved Bond SAHO (Small Animal Hospital) on 76th Ct, ATCHISON TOPEKA & SANTA FE1:0 N r�• tN 2ND_) � 1R r East 76th reet,Nod -^^^^ ORIGIN F t r 1" = 146 ft Location Map 02/25/2025 Sa Pill Pn1u. P� V l CiNi I�h. This map may represents a visual display of related geographic information. Data provided hereon is not guarantee of actual field conditions. To be sure of complete accuracy, please contact the responsible staff for most up-to-date information. Farris, Earl From: Stewart, Heather Sent: Thursday, January 2, 2025 11:20 AM To: Farris, Earl Cc: Eaton, Steven Subject: RE: SAHO on 76th Fire Lane Bond Good morning, I have reviewed SAHO Animal Hospital (Fire Lane) maintenance bond at your request. The attorney - in -fact signature is authorized, the surety is licensed to do business in Oklahoma, and the amount of the bond is well within the surety's $1,897,231,000 underwriting limitation. Therefore, the bond is approved. Thank you! 3-feather Stewart Executive Assistant Office of the City Manager & City Attorney 918-376-1515 From: Farris, Earl <efarris@CityOfOwasso.com> Sent: Thursday, January 2, 2025 11:15 AM To: Stewart, Heather<hstewart@CityOfOwasso.com> Cc: Eaton, Steven <seaton@CityOfOwasso.com> Subject: SAHO on 76th Fire Lane Bond Heather, please see attached bond for the fire lane approach at SAHO on 76`h. Please let me know if it is approvable Thank you! Earl Farris Project Administrator City Of Owasso Public Works efarris@cityofowasso.com ph918-272-4959 / fax 918-272-4996 Maintenance Bond PRIVATELY FINANCED PUBLIC IMPROVEMENTS Bond No: 999374079 KNOW ALL MEN BY THESE PRESENTS, That we Precision Construction Group, LLC , as Principal (Developer and Contractor), and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum of Forty-seven Thousand Three Hundred Fifty Dollars And Zero Cents ($47,350.00 to which payment will and truly to be made, we do bind ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the period of TWO YEARS after final approval of the 2 Year Maintenance Bond Only - SAHO Animal Hospital & Pet Resort, (401 W. 2nd AVE., OWASSO, OK 74055) - FIRE LANE /ia a privately financed public improvement, and acceptance of such by the City Council of the City of Owasso, Oklahoma, against all defects in workmanship and materials which may become apparent in such privately financed public improvement during said period. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that the Principal and/or Surety shall indemnify the Obligee for all loss that the Obligee may sustain by reason of any defective materials or workmanship in the privately financed public improvement which may become apparent during the said period. SIGNED, SEALED, AND DATED: December 30, 2024 Precision Construction Group, LLC Principal BY: r The Ohio Casualty Insurance Company , Surety Attach Power of Attorney LM3-232161V24 Liberty Mutual. SURETY Principal: LLC POWER OF ATTORNEY The Ohio Casualty Insurance Company KNOW ALL PERSONS BY THESE PRESENTS: that The Ohio Casualty Insurance Company, a corporation duly organized under the laws of the State of New Hampshire (herein collectively called the 'Company"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint Shelia Fields-McCalister in the dty and slate of Edmond, OK, each individually if there be more than one named, its [me and lawful attomeyin-fact to make, execute, seal, acknowledge and deliver, far and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as I they have been duty signed by the president and attested by the secretary of the Company In their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of the Company has been affixed thereto this lsl day of August, 2024. The Ohio Casualty Insurance Company �lafn� -PENNSYLVANIA OF MONTGOMERY this 1st day of August, 2024, before me personally appeared Nathan J. Zangerie, who acknowledged himself to be the Assistant Secretary of The Ohio Casualty Insurance I that he, as such, being authorized so to do, execute the foregoing Instrument for the purposes Iherein contained by signing on behalf of the corporations by himself as duly k IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. N N 9P PAST CannwTam PsP .N+ania-Nabryaeal Tereae Pesiella, Ndary y w aP Y in.ea i.Maeq y $ My ram mirebn e,�ires Marth 2B, 202a �3YlVk"P4 Camnissbn naMer 112A044 yn' �aiv Jam, MemCer.PmniNnnia Aawda6on WNalanes C YV_ This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of The Ohio Casualty Insurance Company, which is now in full force and effect reading as follows: ARTICLE IV —OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose In willing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such affomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recagnizances and other surety obligations. Such affomeys-In-fact, subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Corporation by their signature and executed, such Instruments shall be as binding as ff signed by the President and attested to by the Secretary. Any power or authority granted to any representative or ahomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. .Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature or electronic signatures of any assistant secretary of the Company or facsimile or mechanically reproduced or electronic seal of the Company, wherever appearing upon a certified copy of any power of attorney or bond Issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of The Ohio Casualty Insurance Company do hereby certify that this power of attorney executed by said Company is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Company this 30th day of December , 2024 PySY INa` c 1919 By: ` %",n„x^Mr,�aD$� Renee C. Llewellyn, Assistant Secretary '�Hl : h� aaantlina_POA Farris, Earl From: Stewart, Heather Sent: Friday, December 20, 2024 1:21 PM To: Amberg, Krystal Cc: Eaton, Steven; Farris, Earl Subject: RE: Bond for SAHO Good afternoon, I have reviewed the SAHO Pet Hospital & Resort maintenance bond at your request. The attorney -in -fact signature is authorized, the surety is licensed to do business in Oklahoma, and the amount of the bond is well within the surety's $88,001,000 underwriting limitation. Therefore, the bond is approved. Thank you, have a happy holiday! Heather Stelvart Executive Assistant Office of the City Manager & City Attorney 918-376-1515 From: Amberg, Krystal <kamberg@CityOfOwasso.com> Sent: Friday, December 20, 202411:07 AM To: Stewart, Heather <hstewart@CityOfOwasso.com> Cc: Eaton, Steven <seaton@City0f0wasso.com>; Farris, Earl <efarris@CityofOwasso.com> Subject: Bond for SAHO Hi Heather, Please see the attached Bond for SAHO Pet Hospital & Resort. Can you please let me know if it is approvable? Thank you, Krystal Amberg Public Works Administrator Public Works Department Office (918) 272-4959 wvvw. citvo fowasso. corn Maintenance Bond PRIVATELY FINANCED PUBLIC IMPROVEMENTS Bond No: 54938 KNOW ALL MEN BY THESE PRESENTS, That we 3rd Gen Plumbing LLC. as Principal (Developer and Contractor), and Western National Mutual Insurance Company. as Surety, are held and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum of NINE THOUSAND EIGHT HUNDRED THIRTY FOUR AND 30/100 ($9,834.30) to which payment will and truly to be made, we do bind ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. WHEREAS, the Principal will famish a bond conditioned to guarantee, for the period of TWO YEARS after final approval of the SAHO Pet Hospital & Resort Relocated Manhole, 401 W 2nd Ave, Suite 7100 & 7200, Owasso, Oklahoma 74055, a privately financed public improvement, and acceptance of such by the City Council of the City of Owasso, Oklahoma, against all defects in workmanship and materials which may become apparent in such privately financed public improvement during said period. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that the Principal and/or Surety shall indemnify the Obligee for all loss that the Obligee may sustain by reason of any defective materials or workmanship in the privately financed public improvement which may become apparent during the said period. SIGNED, SEALED, AND DATED: 12/19/2024 3rd Gen Plu ntg LLC,Pnnci BY. Western National Mutual Insurance Company, Surety BY: (�ee, Attorney -in -Fact W WESTERN NATIONAL meNammwem.+,wnr POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does make, constitute, and appoint: Guy M Landes III, Austin Landes, Kristen Azevedo, Trish Haley, Marie Eltenburg, Lisa Alley, Charles Lewis Its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars (57,500,000.00) for any single obligation, regardless of the number of instruments issued for the obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the Instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (iq when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (III) when duly executed and sealed (if a seal be required) by one or more attomeysin-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person orpersons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed, IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by Its proper officer and its corporate seal to be affixed this 16th day of December, 2020. .e wSEALiO-€ Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety STATE OF MINNESOTA, COUNTY of HENNEPI N On this 16th day of December. 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said Instrument by the authority of the board of directors of said corporation. NO!�oEENAAM v� wn J(LJ.f.°ef�j�Y� ivGu 1 rmaAsoa "ryCnib°'eOI-101NN' Deena Anja i Entrikin, Notary Public My commission expires January 31, 2029 CERTIFICATE I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. U i s�ti0�.p a� as Signed and sealed at the City of Edina, MN this 19th day of December 2024 Jennifer A. Young, Secretary . Farris, Earl From: Stewart, Heather Sent: Thursday, January 2, 2025 7:35 AM To: Farris, Earl Cc: Eaton, Steven Subject: RE: SAHO waterline bond for approval Good morning, I have reviewed SAHO Pet Hospital & Resort Water Line maintenance bond at your request. The attorney -in -fact signature is authorized, the surety is licensed to do business in Oklahoma, and the amount of the bond is well within the surety's $88,001,000 underwriting limitation. Therefore, the bond is approved. 3-Ceather Stewart Executive Assistant Office of the City Manager & City Attorney 918-376-1515 From: Farris, Earl <efarris@CityOfOwasso.com> Sent: Monday, December 23, 2024 3:29 PM To: Stewart, Heather <hstewart@CityOfOwasso.com> Cc: Eaton, Steven <seaton@CityOfOwasso.com> Subject: SAHO waterline bond for approval Heather, Please see attached. Let me know if the waterline bond for SAHO on VI is approved. Thank you. Earl Farris Project Administrator City Of Owasso Public Works efarris@citvofowasso.com ph918-272-4959 / fax 918-272-4996 Maintenance Bond PRIVATELY FINANCED PUBLIC IMPROVEMENTS Bond No: 54933 KNOW ALL MEN BY THESE PRESENTS, That we 3rd Gen Plumbing LLC as Principal (Developer and Contractor), and Western National Mutual Insurance Company as Surety, are held and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum of Thirty -One Thousand Nine Hundred Sixty Eight Dollars ($31,968.00) to which payment will and truly to be made, we do bind ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the period of TWO YEARS after final approval of the SAHO Pet Hospital & Resort Water Line, 401 W 2nd Ave, Suite 7100 & 7200, Owasso, Oklahoma 74055, a privately financed public improvement, and acceptance of such by the City Council of the City of Owasso, Oklahoma, against all defects in workmanship and materials which may become apparent in such privately financed public improvement during said period. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that the Principal and/or Surety shall indemnify the Obligee for all loss that the Obligee may sustain by reason of any defective materials or workmanship in the privately financed public improvement which may become apparent during the said period. SIGNED, SEALED, AND DATED: 8/2/2024 3rd Gen Piumbi g LLC, Principal BY: Westem National utual Insurance Company, Surety BY:(i�.1�1��� !J (1 f d91%k:���lr i�b,Attomey-in-Fact W WEIMENN NA"ONAL Ixeuune. t -Uas ,*r POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does make, constitute, and appoint: Guy M Landes III, Austin Landes, Kristen Amvedo, Trish Haley, Marie Elleeburg, Lisa Alley, Charles Levds Its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than ball bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bands, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars ($7,500,000.00) for any single obligation, regardless of the number of instruments issued forthe obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president In conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person: RESOLVED FURTHER that any bond, undertaking, recognizance, orsuretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (II) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal he required) by a duly authorized attorney -in -fact or agent; or (Ili) when duly executed and sealed (if a seal be required) by one or more attomeys4n-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person orpersons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Western National Mutual Insurance Company has Caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December , 2020. S-1 L 4�"IV-- 2f S ,' =s'SEAL'=e 's + Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety STATE OF MINNESOTA, COUNTY of HENNEPIN On this 16th day of December. 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. ISae AN AU ENfRaON �llrti fs9t� Y� iv�� NorutypllBlxi NNIEE9L,111 o A Deena Anje I Entrikin, Notary Public My commission expires January 31, 2029 CERTIFICATE I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth In the Power of Attomey, are now in force. 9�yCy rA U.' Y o C�SEAL'A Signed and sealed at the City of Edina, MN this 2nd day of August 2024 Jennifer A. Young, Secretary Farris, Earl From: Kylie LeMay <kylie.lemay@3rdgenok.com> Sent: Monday, December 23, 2024 2:36 PM To: Amberg, Krystal Cc: Farris, Earl; Eaton, Steven; Branden Cotten Subject: Re: SAHO - Two Year Maintenance Bond CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Afternoon, Krystal: We submitted two separate bonds for the SAHO project. The first one, which we submitted back in August was to cover the water line ($31,968.00). The bond we submitted this past week, was for the sewer manhole ($9,834.30). Regarding the fire approach... that's not under our scope of work. You would need to go back to the general contractor for that. Thank you, Kylie LeMay (918)933-3436 3rd Gen Plumbing LLC > On Dec 23, 2024, at 12:51 PM, Amberg, Krystal <kamberg@CityOfOwasso.com> wrote: > Hi Kylie. > We're needing a breakdown of the total amounts for each of the following: Fire approach, Water Line and Sewer that would equal the total amount of the bond. You can just respond to this email with that information. > Thank you so much and have a Merry Christmas! > Thank you, > Krystal Amberg > Public Works Administrator > Public Works Department > Office (918) 272-4959 > https://uridefense.proofpoint.com/v2/url?u=http- 3A_www.cityofowasso.com &d=Dwl FaQ&c=euGZstcaTDllvim EN8 b7jXrwgOf- v5A_Cd pgnVfiiM M&r=rW nV DMoH8gG9210CD2OtPl EU3T9bOimhjq 1 W H bbd Ew&m=zcWT82 D14AGp6RIMPyXX114TQ4xK Ob2XCy84iGpAEekPXFFbch_reJ-j9s6XCNbG&s=EN Ee R6e Uggi HBEF9n6V65YyOo-RGQA5sB Ryn nQM83zQ&e= sd TO: FROM: SUBJECT: The Honorable Mayor and City Council Nathan Singleterry, Desktop Support Technician Surplus Equipment and Authorize Auction DATE: March 13, 2025 BACKGROUND: The City of Owasso declares items surplus that have reached their end of life or are no longer useful. An estimated value of $500.00 or more for the individual items requires City Council approval for disposal. For several years, the City has utilized auction sites to auction surplus vehicles and equipment. These sites act as an "auction broker." Both private individuals and public entities utilize these online auctions as a tool to obtain the highest resale or salvageable price for items they can no longer utilize. HOW IT WORKS: The following is the step-by-step process for online auctions followed by the City of Owasso: • City Council declares vehicles or other items, valued over $500.00, as surplus; • Digital pictures are taken and descriptions written for each item to be auctioned • Staff determines the length of auction; • Staff includes acceptable methods of payment; • Staff determines whether items can be shipped or would need to be picked up by the purchaser/buyer. Most often, items are picked up at City locations; • The auction is promoted through social media and the City's website; • At the end of the auction the highest bidder is notified, and arrangements are made for shipping or pick-up of item once payment is received. FEES: There are fees to sell on most, though not all, auction sites. For some sites, there may be a set fee, and for others there may be a percentage of the total sale price. Staff evaluates the items to be sold to determine the best online option for auctioning. RECOMMENDATION: Item: Reason for Disposal: VIN/ID/Serial Number: Book Value: 1998 Kubota M5400 Utility Has been replaced by a more appropriate SN: 20570 $8000.00 Special 4wd tractor from another department. Staff recommends declaring the 1998 Kubota M5400 Utility Special, Serial Number 20670 as surplus to the needs of the City of Owasso and approving disposal via online auction. ATTACHMENT: Photo 1998 Kubota M5400 Utility Special TO: The Honorable Mayor and City Council FROM: Earl Farris, Project Administrator SUBJECT: Acceptance of Infrastructure Improvements - Larkin Bailey Foundation Sanitary Sewer Line Phase III DATE: March 13, 2025 BACKGROUND: The subject commercial infrastructure is located between North Garnett Road and North 1101h East Avenue. The infrastructure consists of approximately 1,210 linear feet of 8" sewer pipe and includes seven manholes. FINAL INSPECTIONS: Final inspections for the infrastructure components were completed in March 2025, by the Public Works Department. All standards for acceptance have been met. Additionally, the construction contractor has supplied the necessary two-year bond. RECOMMENDATION: Staff recommends acceptance of the public infrastructure improvements for Larkin Bailey Foundation Sanitary Sewer Line Phase III, ATTACHMENTS: Location Map Attorney Approved Bond Larkin Bailey Foundation Sanitary Sewer Phase III Q" t" = 243 n Location Map 03/04/2025Q P6iLP IN.PE�FII OiM•llq. This map may represents a visual display of related geographic information. Date provided here on is not guarantee of actual held conditions. To be sure of complete accuracy, please contactthe responsible staff for most up-to-date information. Farris, Earl From: Stewart, Heather Sent: Thursday, January 2, 2025 7:36 AM To: Farris, Earl Cc: Eaton, Steven Subject: RE: Larkin Bailey PH III Bond Good morning, I have reviewed Larkin Bailey Phase III maintenance bond at your request. The attorney -in -fact signature is authorized, the surety is licensed to do business in Oklahoma, and the amount of the bond is well within the surety's $152,014,000 underwriting limitation. Therefore, the bond is approved. Heather Stewart Executive Assistant Office of the City Manager & City Attorney 918-376-1515 -----Original Message ----- From: Farris, Earl <efarris@CityOfOwasso.com> Sent: Monday, December 23, 202412:53 PM To: Stewart, Heather <hstewart@CityOfOwasso.com> Cc: Eaton, Steven <seaton@CityOfOwasso.com> Subject: Larkin Bailey PH III Bond Heather, please see attached bond for Larkin Bailey Phase III sanitary sewer. Let me know if the bond is approvable. Thank youl Earl Farris -----Original Message ----- From: canon@cityofowasso.com <canon@cityofowasso.com> Sent: Monday, December 23, 202412:59 PM To: Farris, Earl <efarris@CityOfOwasso.com> Subject: Attached Image CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Maintenance Bond PRIVATELY FINANCED PUBLIC IMPROVEMENTS Bond No: RC130055811 KNOW ALL MEN BY THESE PRESENTS, That we Green Construction, LLC as Principal (Developer and Contractor), and RLI Insurance Company as Surety, are held and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum of Ninety -Three Thousand, Two Hundred Fifty -Five Dollars and Zero Cents ($93,255.00) to which payment will and truly to be made, we do bind ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the period of TWO YEAR after final approval of the Larkin Bailey Phase III, (City of Owasso, Tulsa County) Sanitary Sewer, a privately financed public improvement, and acceptance of such by the City Council of the City of Owasso, Oklahoma, against all defects in workmanship and materials which may become apparent in such privately financed public improvement during said period. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that the Principal and/or Surety shall indemnify the Obligee for all loss that the Obligee may sustain by reason of any defective materials or workmanship in the privately financed public improvement which may become apparent during the said period. SIGNED, SEALED, AND DATED: December 2, 2024 Green Construction, RLI M H ey i=y",tiQQ°Ranee, M �0�q ''Onm� i u � non• pep ---n------ 10 9';•��� m, ;SEAL; ------- Fact POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Bann Herring, Amy Winters, Neleigh Herring. jointly or severally in the City of Chandler , State of Oklahoma its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twentv Five Million Dollars ( S2P 0000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr. Vice President with its corporate seal affixed this 1st day of November _ 2024 . OOPPOaaI• : a'� M* "ApORSrr ;Q: __ SEAL;,>_ ' '••.-SEAL State of Illinois `" rLAIN00 SS County of Peoria On this Ist day of November 2024 , before me, a Notary Public, personally appeared Eric Raudins , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: ✓ p 411, By: i � �/I i(/l Jill A. Scott Notary Public .� j JILL A SCerr a Notary Publle State of Ohl. : i My Comm. Expires y,.t. u` Seo[ember 22, 2025 351:JJW)20212 RLI Insurance Company Contractors Bonding and In once Company By: Eric Raudins Sr. Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Comport and/or C ntract rs Bond in and Insurance Company this day of r2 m Y , . RLI Insurance Company Contractors Bonding and By: Jeffrey I)C�ekt4 0 • icy c Corporate Secretary 'id •• �� � ��O`y` A005813I9 ''/4ghln a nL��•, Owner: Larkin Bailey Foundation 2108 Glynnwood Dr Bartlesville, OK 74006 Bond Amount Project: Larkin Bailey Sanitary Sewer Line Phase III 10502 N 110th E Ave Owasso, OK Date 12/2/2024 Item Sanitary Sewer Svstem Quantity Unit Amount 1 8" SDR-35 769 1 LF 2 8" SDR-26 303 1 LF 3 4' Manhole 5 1 EA 4 ISteel Casing 216 1 LF Total $ as,zo5.uu TO: The Honorable Mayor and City Council FROM: Earl Farris, Project Administrator SUBJECT: Acceptance of East 96th Street North from North 119th East Avenue to North 129th East Avenue Roadway Improvements - (East Side) and authorization for Final Payment DATE: March 13, 2025 BACKGROUND: In June 2024, City Council approved a construction contract with Grade Line Construction, LLC for $2,892,898.70, which included: • Additional turn lanes at the intersection of US 169 and North Owasso Expressway; • Additional turn lanes at the intersection of East 96+h Street North and North 1291h East Avenue; • New traffic signalization was added to both intersections; • New striping; • The service road headed south off of East 96th Street North was reconstructed from East 96th Street North to the entrance of Home Depot; • Additionally, all new traffic signal poles were purchased as part of the contract and are stored at the Public Works storage area for use in the upcoming western phase of the East 96th Street North widening project. In March 2025, all work was completed. City staff inspected all improvements and all standards for acceptance have been met. If authorized, the final payment of $201,978.95, to Grade Line Construction, LLC will result in a final contract amount of $2,809,090.96, a contract underrun of $83,807.74. FUNDING: Funding is available in the Federal Grants Fund and Vision Recapture Fund Budgets. RECOMMENDATION: Staff recommends acceptance of the construction project and authorization for -final payment to Grade Line Construction, LLC, of Cleveland, Oklahoma, in the amount of $201,978.95. ATTACHMENTS: Location Map Final Pay Documents it l oh]4'31'L-9Z4:.ffi - East 96th North & North 129th Intersection Improvements ;-"�', rOj E 96TH ST N P yn71" :129@11�A R!, 03il +t ,1 i•, • "kill 301 1'' r T96TH'STN11 qM '�:c ,rn9575M e � 12906 �� �'13105 �R I If , •-+' WIND40R LA�KE NK5 O Tj 1;2802` `�j' ro ,1 12908 �BL.�_.3 e e . OWAP. w 1ti3108 s �} r ILnr 'V r 13000 CENTERI 3000 CENI 1" = 198 ft Location Map Phase 1 03/03/2025 S pFtLP'm..•P�FJL f.Q. This map may represents a visual display of related geographic information. Data provided here on is not guarantee of actual field conditions. To he sure of complete accuracy, please contact the responsible staff for moat up-to-date information. REG At 20250233 PO # 20250168 Application and Certificate For Payment V = 20123 34-300-256-54210 Construction Svcs Page 1 To Owner: City of Owasso Project: E96th St Roadway hnprov Application No: It Final Date: 01/24/2025 2.00 S Main Street Owasso, OK 74055 Period To: 01/24/25 Architect's E 96TH From Grade Line Construction, LLC Cumber: r job Project No: (Contractor): P.O. Be, •I50 1076 Number. Contract Date: Cleveland, OK 74020 Via (Architect): Contract For: Phone: 918 402-5001 Contractor's Application For Payment Change Order Summary Additions Deductions Change orders approved in previous months by owner Date Number Approved Change orders approved this month Totals Not change by change orders Original contract sum Net change by change orders Contract sum to date Total completed and stored to date Retainage 0.0% of completed work 0.0% of stored material Total retainage The undersigned Cantractor cen nes that to the best of the Contractor's knowledge, Information, and Total earned less retainage beher the work covered by this Application for Payment has been completed In accordance with the Contract ooaments, that all amounts have been paid by the Contractor for work for which previous certificates for Payment were Issued and payments received from the owner, and that current Less previous Certificates of payment payment shown herein Is now due. 0.000% of taxable amount ca 'ac r: No Sales or Use Tax oy Dace: 02/27/2025 Current sales tax State of: Okla o a county of.. Pawnee =AMsubsnibee and sworn [o belore me this eay of Februa NOfAAHOMA2025 (year). notary m:MY C9,2028 Current payment due pu 48 My commissbn esplres Balance to finish, including retainage Architect's Certificate for Payment In accordance with the Contract Documents, based on on -site observations and the data comprising the above application the Architect certifies to the Owner that to the best of the Architect's knowledge, Information and belief the Work has progressed as indicated, the quality of the Work is In accordance with the Contract Documents, and the Contractor Is entitled to payment of the Amount Certified. Amount Certifled: Amhitect: By: Date: 2,892,898.70, 0.00 2,892,898.70 2,809,090.96 h ht 0.00 0.00 / 2,809,090.96 ✓� 2,607,112.01 t ht a imp 201,92. , 0.00 This Certification Is not negotiable. The Amount Certified is payable only to the Conead r named herein. Issuance, payment, and acceptance of payment are without prejudice to any fghts of the Owner or Contractor under this Ccustroa /ol--^ V Ot-� J _ 64 Application and Certificate For Payment -- page 2 To Owner: City of Owasso Application No: 11 Date: 01/24/25 Period To: 01/24/25 From (Contractor): Grade Line Construction, LLC Contractor's Job Number: 1076 Project: E96th St Roadway Improv Architect's Project No: E 96TH Work Completetl Work Completed CamPletetl anti StOretl To Dace Item Previous Application This Period Unit Contract Schad L1 Number Description Price Quantity UPI Value Quantity Amount Quantity gmount Quantity Amount % Retention Memo 10 0-0010 CLEARING AND GRUBBING 4,5000000 1.000 ACT 4,500.00 1.000 4.500.00 .ODD O,Dp 1.000 4,500.00 100.0 M020 UNCLASSIFIED E%CAVATIO 35.0000 2.500.000 CY 87,500.00 2,041.190 71441,65 '000 0,00 2041.190 71.441.65 81.6 "am TYPEASALVAGEDTOPSOIL 20.OD00 500,000 CY 10,000.00 500.000 10000.00 .000 am 5000DO 1QDDDOO 100.0 0-0040 6WPPP DOCUMENTATION AND MANAGEMENT 2.000.0000 1,000 LSU 2,000.00 1.000 2,00D00 '000 ODD t0DO 2,00 ,00 IDO.0 04050 REINFORCED SILT PENCE 6.400 2,293.000 LF 14,675.20 1,912750 12,241,60 000 O.Do 1,912.750 12241.60 mA 0400 TEMPORARY SILT DIKE 20,0000 200.000 LF 5,60000 24.000 400.00 00 0.D0 24.000 48eD0 BE 0-0070 SOLID SLAB SODDING SA000 3,000.000 BY 1%2W.00 7,75,ISN 49,693.82 .000 Opp 7,764.659 4969102 25B8 0-0060 12 AGGREGATE BASE TYPEA 18,5D00 2,937.DOO BY 54.334.59 4,241431 78,49497 .ODD ON 4,242,431 ]9,4849] 144A 0-0090 SUBGRADE METHOD 9 30000 2,938.000 BY 0,814.00 3,960.740 11,882.22 .DOD 0.00 3,960.740 11882.22 134B 04D100 SEPARATOR FABRIC 3,00%) 3.672.000 BY 11,016.00 5.681.360 17,044,08 .DOD 000 5.681.360 17,044.08 164.7 0-0110 DOWEL JOINTED P.C.C.PAVT. 380000 3,300.0D0 BY 125,400.00 4,389.520 166.469.76 Am 0.00 4,380520 166.459.78 132T 0-0120 P.C. CONCRETE PAVEMENT 265.0000 a25.000 CY 216,625.OD 1,145.620 303,562.80 009 000 14145.620 303,56200 1389 04130 (PQ AS -BUILT SURVEY 4.500.0000 LOW LSU a,saD.DD .DOD Doo .00D DOD .030 0.00 0.0 M140 6CONCRETE CURB 10.0000 2,415,ODD LF 24.150.00 2,651.410 26,514.10 .ON 000 2,651.410 26,514.1D 1095 040150 CONCRETE SIDEWALK 750000 534000 BY 47,55O.DO 763350 57251.25 .am 0.00 763350 57251,25 120.4 M16D 6 CONCRETE DNIDINGSTRIP 90,0000 46.000 BY 4.140.00 80,550 7,2d960 .No am 80.550 7.249.50 175.1 04170 TACTILE WARNING DEVICE 35.0000 160.0005E 6.600.00 100.000 3,50000 .am 0100 100.000 3,500.00 625 O oleo MANHOLE (6- DIAMETER) 5.0000000 1.000 EA 5,000.00 2.000 1000OAY .000 0.00 2.00D 10,000.00 200.0 0.0190 REPLACEMENT OF MANHOLE FRAMEBCOVER 1,200.Dem 1600 EA 1,200m 2.000 $IOD00 OW 0.00 2.000 2,400.00 200.0 04200 INLET CI DES. Die) 6,7000000 3.000 EA 20,100,00 2.000 13,400.00 .000 0.00 2.000 13.400,00 65.T 04210 INLET CI DES. 2 Die) 7,500.0000 1000 EA 7,50O.OD 1.009 T,S0000 _000 0,00 1,000 7,500.00 JOO.D 04220 r RECESSED INLET TYPE RCA 0696 COMPLETE 9.500.0000 3.900 EA 20,500.00 5,000 47,500,00 .000 0.00 5,000 47,500.00 1E6.7 OX230 MANHOLESADJUST TO GRADE 11200.Sam 3.000 EA 3,60000 COO 0.00 ,000 0.00 .000 0.00 0.0 04240 19 R.C.PIPE CLASS 111 95.0000 129.000 LF 12.255,00 385.750 36,646.25 .000 000 385.750 36,616.25 299.0 0.0259 24 R.O.PIPE CUSS 111 10OWD 156.000 LP 15,600.DD 15,000 1,500.00 000 0.09 15.000 1500.00 9.6 00260 30 R.C.PIPE CLASS III 135.000D 21XOD LF 2,835.00 32000 4,32D00 ,OW 0.00 32.000 4.120.00 152.4 U270 6 PERFORATED PIPE UNDERORNNROUND 14.0000 2,025.000 LP 26,364.DD 1,510.530 21,14242 .000 0.00 1,510.53D 21,147.42 74.5 O-D260 6 NOKPERF,PIPE UNDERDRAIN ROUND 14,Doo0 IOO.D00 LP 1.400.00 T5.o00 1.06400 .000 Dan ]6.00D 10sq.pp ]6.0 04290 A6 CULVERT ENO TREATMENT 2,200.0000 2.001) FA 4,400.Op .000 p,00 2000 4,400.00 2000 4,400.00 100.0 04300 C6 CULVERT ENO TREATMENT 3,00BODOD 1.0011 EA 3,000.00 2.000 6,00000 ,000 0.00 2000 6,000.00 200,0 04310 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 75,00DDODO 1.000 LOU ]S,DOO.00 1.900 75,090.00 opD 000 tpDD ]s,DDo.Do 100.0 0,00 DAD O,W O.W 0.00 0.09 0.00 am 0.00 0,00 000 0.00 0.00 0.00 000 D,OO Dan 0100 O00 D.DD ON 0.00 0.00 0.00 DOD 0.00 000 0.00 ON D.00 ODD Application and Certificate For Payment -- page 3 To Owner: City of Owasso Application No: 11 Date: 01/24/25 Period To: 01/24/25 from (Contractor): Grade Line Construction, LLC Contractor's Job Number: 1076 Project: E96th St Roadway Improv Architect's Project No: E 96TH Item Number Descrip[100 Unit Price Contract Quantity UM Scheduled Value Work Completed Previous Application Quantity Amount Work Completed This Period Quantity Amount Completed and Stored To Date Quantity Amount % Retention 04320 GUARORAILENDTREATMENT (31) 8,000.DODO 1.000 EA 0.000.00 .000 SIX) ADO OOO ,000 0.00 0.0 00O OL330 MOBILIZATION 160,0060o00 1.000 LSU 160.000.00 1,000 166,000.00 .000 0.00 1.000 1680000o 100.0 DOD M340 CONSTRUCTIONSTAIONG 2U.000.0000 1.000 EA 20,00DAO 1.000 20.000.00 .000 0.00 1.000 20,000.00 100.0 0.00 OMNI SHEET ALUMINUM SIGN 30.0000 54.000 SF 2,52CDO 90.140 2,974.20 ADS 0.00 99.140 2.97420 1180 0.00 00360 2 SOUARETUBE POST 13.0000 117oOO LF 1.521.00 136000 1,769,00 .D00 0,00 136.000 1.768. Do 116.2 0,00 0-0370 2-114 X 12GA E 24 OMNI FOR 2 PSSTPOS 230.0000 8.000 EA 1,890.00 e.000 1,040.Do .000 0.00 8.000 1.040.00 100.0 0.00 00300 TRAFFIC STRIPE (PLASTIC) (4 NOE) 1.3500 See LF 0.00 .DOD OAO .000 0.00 .00O 0.00 0.0 0.00 0-D39O TRAFFIC STRIPE (PLASTIC) IS WIDE) SAOOO .000 LF 0.00 .00O 0.00 .000 DOD 000 00D 00 DOD 0.0400 TRAFFIC STRIPE (PLASTIC)(24 WIDE 9,D000 .000 LF 0.00 .000 DOD .000 D,00 .000 000 0.0 O.Op 0-0410 TRAFFIC STRIPE(PIASTIC) (ARROWS) 300000U .000 EA 0.00 .000 0.00 .000 0.00 .000 0.00 0.0 O.00 0-0411 TRAP STRIPE MMA4-NOE EPDXY (4 W1DE) 1.6500 13,524.000 LF 22,314.60 A534400 15,]31.10 .000 0.00 9,534.000 I5,731,10 70.5 0,00 M412 TRAFSTRIPEMMAIPWIDE EPDXY (0 W1DE) 7,7000 364.000 LF 2.802 so 344.000 2,6,18DO .000 Son 344,000 2,fi48B0 9q.5 0.00 0-0413 TRAP STRIPE MMA 2P WOE EPDXY (24 WIDE) 13.0000 2,305.000 LF 29,078. DO 909.000 11.817.00 .000 SAO 909.000 11,OP.00 39.4 0.00 "414 TRAP STRIPE MMA ARROWS EPDXY (ARROWS) 335.000O 98000 EA 32,830,00 57.000 19,095.00 See 0.00 57.000 19,095.00 50.2 000 M415 TRAP STRIPE REM SHOTBLASTING 1.1000 27.960.000 LF 30,756.00 10,84BAOO 11,93280 .000 BOB. 10,a40.000 11,932.BD 30B o.pO R0416 TRAP ARROW REMVL SHOTBLASTING 82.5000 99AOO EA 8,OB5AD 19A00 1.567.50 .000 0,00 19.000 t,5W.50 19.4 po0 0-0420 CONSTRUCTION TRAFFIC CONTROL 29,n0D0000 IADO LSU 28000,00 1.000 28,ODD.DO .000 0.03 1.000 280000a 1OOA OOO M43D 36 SIGNAL FOOTING(S4V50) 6,050,0000 5.000 EA 30.250,00 5.000 30.250,00 ADD 0,00 6.000 30,250.00 100.0 0.00 M440 48 SIGNAL FOOTING (S-54150) IO.W000OO 1.000 EA 10,000SO 1.000 10,000.00 .000 Son I,DOO 10000.00 100.0 0.00 04450 49 SIGNAL FOOTING(5412aO) 11.000.0000 200D EA 22,000AO 2OOD 22,000SO 000 0.00 2,000 22.000.00 1000 0.00 0,0460 24 PEDESTAL FOOTING(F-1) 1,300.0000 T000 EA 9,10D310 7.000 9.100.00 .000 0.00 7,000 9.100.00 100.0 0.00 0-0470 BASECOVERS 895.0000 Bone EA 7.16000 0000 7,16000 .Ono 0.00 8.000 7.160.00 100A 0.00 D-04B0 42' MODULAR TRAP SIGNAL MAST ARM AND POLE 17,500.0000 2,000 EA 35.000,00 1.000 17,500.00 Loon 17,600.00 2.000 35,000.00 1000 DOD 0-0490 4VMODU1ARTRAFSIGNAL MST ARM AND POLE 10000.0000 1.000 EA 10.000.00 ISO(] 16,000.0D .000 0.00 LODO 181000A0 100.0 0,00 "500 SO MODULAR TRAF SIGNAL MAST ARM AND POLE 19,000A0oo 1000 EA 61,000.00 2,000 3a,000.00 1.000 19.000.00 3.000 57.000.00 100a 0,00 0.0510 54' MODULAR TRAP SIGNAL MAST ARM AND POLE 20.DOoO000 2000 EA 40.000.00 .000 000 Zone 40.000.00 Zone 4D.DOOSO 100.0 0.00 "520 5B' MODULAR TRAP SIGNAL MAST ARM AND POLE 22,000.0000 4.000 EA ae,000.60 1A00 32,000.00 3.000 6fi,000.00 4,000 89,000.00 100.0 0.00 0-0530 62'MODULARTRAFSIGNAL MAST ARM AND POLE 24,000.0000 10DO EA 24,000.00 1.000 24,000.00 .000 e.00 1.600 24,00D.00 100.0 0.00 MS40 70'MODUTARTRAFSIGNAL MASTARMANDPOLE ZS,000.ODOO Iwe EA 25,090.0a 40D3 26,000.00 .000 ow Leon 25,0130.00 100.0 0.09 Application and Certificate For Payment-- page 4 To Owner: City of Owasso Application No: 11 Date: 01/24/25 Period To: 01/24/25 From (Contractor): Grade Line Construction, LLC Contractors Job Number: 1076 Project: E96th St Roadway Improv Architect's Project No: E 96TH Item Number Description Unit Price Contract Quantity UM Scheduled Value Work Completed I Previous Application Quantity Amount Work Completed This Period Quantity Amount Completed and Stored TO Date Quantity Amount k Retention 04$50 50' MODULAR TRAF SIGNAL MAST ARM AND POLE 20,00DDa00 LOGO FA 20,000.0D LOOP 20,000.00 .am 0.00 1 00o 20,000.00 100.0 0.00 0-0560 54- MODULAR TRAF SIGNAL MAST ARM AND POLE 23.000.0000 t00D E4 29,000.00 .D00 0.00 1000 23,DOD 00 1.00o 23,000.00 1000 0.00 0-0570 10' PEDESTAL POLE 1,150.0000 14,000 EA 16.100,00 14,000 16,100,00 .000 000 14.000 161100.00 100.0 0.00 0-05M 2 PVC SCH, 40 PLASTIC CONDWTTRENCHED 42OOpp 285.000 IF 11,970.00 280.000 11,7fi0, 00 .000 Coo 280.000 11,]fia.00 0B2 0.00 0-0590 3 PVC SON. 40 PLASTIC IC CONDUIT TRENCHED 472500 90000 LF 4.252,50 B&D00 4.158.00 A00 0.00 88.000 4,158.00 97.9 0.00 04600 3 HIGH DENSITY PE PIPE -BORED 57.7500 1,045.000 IF ID5,548.75 1,560.000 107.41500 BOO DOD 11860.000 107.415.00 100.E 0,00 0.0610 PULL BOX 3,675A000 &DOD EA 29.900.00 &000 29,900.09 .000 0.00 5.000 29,40000 100.0 0.00 0.0620 OROUNDBOX 3.675.0000 BO00 EA 29,400.00 8.000 29,400.00 .000 0.00 0.000 29,40000 100,0 0.00 M630 (PU REMOVAL OFTRAFFIC IG SNALEOUIPMENT 26,250.0000 1.000 LSU 26.250.00 1.000 25,250.00 .000 0.90 1.B00 26,250.oa 1nD.D o,Do 0-0&0 ROADWAY LUMINAIRE 1.312.5000 7.000 EA 9.187.50 7.000 91187.50 .000 0.00 7,000 9,187.50 IOO.O 9.00 0.0650 SERVICE POLE 2,625,0000 2.000 EA 5,250.00 I= 5,250.00 Soo 0.00 load 5,250.DD 100.0 0.00 0-0660 = NO.6 ELECTRICAL CONDUCTOR 2.6800 BO&000 LF 214600 860.000 2,]5840 .000 GOO 880.000 2,]58.4D 110.0 OAD 04670 IIC NO. 10 ELECTRICAL CONDUCTOR 1 "O0 2,64D.000 LF 4.857,63 3.194,000 5,078,96 .00P 0.00 3.194.000 5S7665 121.0 D.pO 0-0680 TRAFFIC SIGNALCONTROLLER ASSEMBLY 6a,250,0000 20OD EA 136,500.00 2A00 "O'SuDAo .000 000 2.000 136,5000p 100.0 0.00 04690 (PL)OETECTION SYSTEM (RADAR) 75,7500DDO 1.000 LOU 70,75000 1.000 7a,750.00 ,000 Coo 1.00D 78.750.00 100.0 D00 0-0700 PEDESTRIAN PUSH BUTTON 2,625.0000 12,000 EA 31,50OAD 11000 31's0000 .000 0.00 12.000 31.500.00 100.0 000 0-0710 1 WAY 3SEC. ADJ. SIG.HD. SE 1,155.0000 20000 EA 23,100.00 20.000 23,100.00 .000 O.UO 20.000 23.100.Do 1000 DOD M720 1WAY 35EC. ADJ. SIG, HD, S-9 1,155.0000 &COD EA 10,395.00 9.000 ID,39500 .00D O.DO 9.00 10,395.00 1000 0.00 0-0730 1WAY 4SEC. AW. SIG, HO. GA3 1,9425000 2ODD EA 3,695.00 2.0D0 3,885.00 .000 D.00 2.000 3,885.00 100.0 0.00 04740 1 WAY 35EC. ADJ. SIG. HO. S-19 2.362,5000 3000 EA 7.087.59 3.000 7,087.50 .000 Dad 3.000 7,087.50 100.0 DOD 04750 1 WAY 25EC. ADJ. PEG. SIG. 066.2500 12.000 EA 10,395.00 12.000 10.395.00 .000 0.00 12,DOO 10.395,00 100.0 0.00 0-0760 BACKPIATE 2625DDD 34.000 FA 8,925.00 3g000 6,92500 .000 0.00 34.000 8,925.00 100.0 0.00 0-0770 SIC TRAFFIC SIGNAL ELECTRICAL CABLE 5.00DD 6,000.0011 LF 30,00000 4,135.00D 20,67500 .000 U0o 4.135.000 20,675.00 699 0.00 0-0780 71C TRAFFIC SIGNAL ELECTRICALCABLE 6.0000 340.000 LF 2,D40.00 360.000 2.160.00 .000 0.00 360.0m 2,150,00 IOSA 0.00 0479D 211C TRAFFIC SIGNAL ELECTRICAL CABLE u.0E0D 1,330.000 LF 17,200.00 1,540.000 20,020.00 .Goo 0.D0 1.540,000 20020.00 115.6 0.00 0-0500 VC SHIELDED LOOP DETECTOR LEA04NOABLE 3.4000 1DO.000 LF 940.00 .000 D.00 .000 O.Oo .WO 0.00 0.0 000 0-0010 MAST ARM MOUNTED SIGNS (ALUMINUM) 71L750D 15,000 SF 1.181.25 15,000 L19125 .000 0.00 tSoon 1.151.25 Wn.0 09D 0-0820 IPy TRAFFIC ITEMS (TEMPORARY SPANWIRE 5 38100D.0000 2.000 EA 76.ON.00 11113 42300.E 000 0.00 1.113 42,300.00 55.7 ODD o-DB3o (PQ TRAFFIC ITEMS (INTERNALLY ILLUMINAT 36,750,0000 1000 Lou 35,750,00 1,000 3&i50.00 .000 0.00 1.000 3fi,750.00 1000 0.00 O-DS40 PROJECT ALLOWANCE' 250.000,0000 -26,630200 LOU 223,360 80 000 BOB .ddD 0.00 ,god 0.00 Do 000 Memo Application and Certificate For Payment -- page 5 To Owner: City of Owasso Application No: 11 Date: 01/24/25 Period To: 01/24/25 From (Contractor): Grade Line Construction, LLC Contractor's lob Number: 1076 Project: E96th St Roadway Improv Architect's Project No: E 96TH Item Number Descrtpdon unit Price Contract Quantity UM Scheduled Value work Co Pplicationpleted Previous A Quantity Amount ork Completed WThis Period Quantity Amount Completed and Stared To Date Quantity Amount % Retention Memo 0-0950 MOBILIIATIONIDE-MOBILIZATION 25.000.0000 1.000 LS 25800.00 lo000% zs,DDD.oD 0,00% 6.DD 160.00% zs,DDo.DD 100.D 0.09 0A860 PAVEMENTREMOVALAND DISPOSAL 15,0000 1,990,000 BY 29,850.00 2,060250 31,335.75 .000 0.00 2,0119.250 31.13e75 105,0 0.00 C4870 COMPACT SURGRADE ]ROOD 1.990.000 sY 13,030.00 2,a50450 14,624.75 .000 0.00 2,089150 14.624.75 105.0 000 008Bo 12 AGGREGATE BASE TYPEA 62.0000 6e0A00 CY 40,920.00 696.320 43,171,64 .000 0.00 696.320 43.171.84 105.5 OAo 04890 9 DOWEL JOINTED CONCRETE PAVEMENT 96,0000 1,990000 BY 191,W0.00 2.089.250 200,56500 Ago 0.00 2,959.250 200,568.09 1050 0.00 04900 TRAFFIC CONTROL& WARNING SIGNS 10.000,0000 LOCO LS 10,000.00 95.00% 9. 500.00 5.00% BOOM WOOD % 10,000.00 100.D 0.00 0-1000 4 TRAFFIC STRIPING YELLOW 2.7000 .000 LF 0.00 .000 OA0 .DOD coo .000 GOD 00 0.00 0-1010 24 STOP BAR WRITE 21.6000 .DOD LF ROO .000 0.00 000 Goo ADO 0.00 0.0 0.00 0-1020 WATETURNARROW 215,OD00 .DOO FA 0.00 00o 0.00 .00D Duo ADO 0.00 Do 0.0o 0-1021 TRAP STRIPE MMA4"WIDE EPDXY (4 WIDE) 1.BSOU 2836.000 LF 4.349.40 .000 0.0o A00 0.00 .000 0.00 0.0 0.00 0-ton TRAP STRIPE MMA 24 WIDE EPDXY (24 WOE) 134000D 56,000 LF 726.00 .000 OAO .000 0.09 .000 0.00 0,o 0.0o 0-1023 TRAP STRIPE MMA ARROWS EPDXY(ARROWS) 336,0000 a.000 EA 2860.00 .000 0.00 .000 0,00 ,DOD 0.00 00 O.OD 0.1030 CLSM (TO BE USED IF NECESSARY) 145A000 20.000 CY 2.900.90 .000 0.00 10.000 1,450.00 10,000 1.450.00 500 0.00 0.1040 RESET OR REBUILD INLETS STRUCTURES TO GRADE 8.500.0000 1.000 FA 8.500.00 .500 4,250.00 .000 0.00 .500 4,250.00 500 0.00 0-1050 SEPARATOR FABRIC 3.0000 2,066.000 BY 5,160.00 2,461830 7,451.49 .000 000 2.463,030 7,451.49 120,0 0.00 0.1050 PAVEMENT SAWGUT 30000 1,11D.000 LF 3,330.00 2,339.000 7,017.00 000 0.00 2.339.000 7,017.00 210.7 goo 0.1070 ADA HANOICAP RAMP 1,650.0000 2.000 FA 3,300.OD 3.000 4,950.00 .000 0.00 0.000 4.950.00 150.D 0.00 0-1090 UNCLASSIFIEDEXCAVATION 45AODO 300.000 CY 13,500.OD 698.260 31,421.70 .000 000 698260 31,421.70 2326 0.00 0.1090 PROJECT ALLOWANCE 40,DDO,000D 417.000 L5 39.581,20 0.00% 0.00 0.00% 0.00 0.00% D.oO 0.0 0.00 9.9999 STOREDMATERIALS 1.0000 .000 EA 0.00 38,719.940 35.719.94 -36,719.940 g6,719.94 .000 0.00 0.0 0.00 Tot] 2,802.895,70 &673,960.90 135,130.05 21809108096 0.00 Application Total 2,892898.70 2,673,960.90 135,13005 2,809.090.95 0.00 AFFIDAVIT FOR CONTRACTS & PAYMENTS STATE OF OKLAHOMA ) ss COUNTY OF PAWNEE The undersigned (architect, contractor, supplier or engineer), of lawful age, being first duly sworn, on oath says that this contract is true and correct. Affiant further states that the (work, services or materials) will be (completed or supplied) in accordance with the plans, specifications, orders or requests furnished the affiant. Affiant further states that (s)he has made no payment directly or indirectly to any elected official, officer or employee of the State of Oklahoma, any county or local subdivision of the state, of money or any other thing of value to obtain or procure the contract or purchase order. Grade Line Construction, LLC BUSINE NAIIP11n1E11OIIF CONTRACJOR. ARCHITECT, SUPPLIER OR ENGINEER sy Attested to before me this 27th day of February 2025. Fono 1208 (Rev 2-04) SAW 1-0001(11M) (Tulsa County) CONTRACTOR'S FINAL RELEASE AND WAIVER OF LIEN Project/ Owner Project: E 96th Street Roadway Improvements NON, 119N E East Ave to North 1291h East Ave- East Side of Sadge CeN 1&11 Address: 200 South Main Owasso OK 74055 city Owner: City of Owasso State Zip Code TO ALL WHOM IT MAY CONCERN: Contractor Name: Grade Line Construction Address: PO Box 450 Cleveland OK 74020 city state Zip Code Contractor Licence: Contract Date: 6 / 18 /2024 For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the undersigned Contractor hereby waives, discharges, and releases any and all liens, claims, and rights to liens against the above -mentioned project, and any and all other property owned by or the title to which is in the name of the above -referenced Owner and against any and all funds of the Owner appropriated or available for the construction of said project, and any and all warrants drawn upon or issued against any such funds or monies, which the undersigned Contractor may have or may hereafter acquire or possess as a result of the furnishing of labor, materials, and/or equipment, and the performance of Work by the Contractor on or in connection with said project, whether under and pursuant to the above -mentioned contract between the Contractor and the Owner pertaining to said project or otherwise, and which said liens, claims or rights of lien may arise and exist. The undersigned further hereby acknowledges that the sum of Two Hundred One Thousand Nine Hundred Seventy -Eight and Ninety -Five Cents Dollars ($201.978.95 ) constitutes the entire unpaid balance due the undersigned in connection with said project whether under said contract or otherwise and that the payment of said sum to the Contractor will constitute payment in full and will fully satisfy any and all liens, claims, and demands which the Contractor may have or assert against the Owner in connection with said contract or project. wit s to Signature: 7_ X�' , G/— Dated thi day ofi Jfi 20 Grade Line Construct n, LLC 1 0tractor By: Title: Manager J Page 1 of 1 print Form TO: The Honorable Mayor and City Council FROM: Jerry Fowler, Neighborhood Coordinator SUBJECT: Budget Amendment- Neighborhood Grants Authorization for Payment of Invoice DATE: March 13, 2025 BACKGROUND: In 2010, Owasso Strong Neighborhood (OSNI) Initiative began the Neighborhood Grant Program in an effort to encourage capital investment into the neighborhoods and provide supplemental funding in addition to the neighborhood investment. Each year, the City budgets for grants from the 2% Hotel Tax that funds OSNI. Grant awards have historically provided less than 30% of the total project submission. Neighborhoods provide funding, and often supplies and volunteer labor for the projects. The Neighborhood Grant Program, administered by the Owasso Community Foundation (OCF) based on a Contract For Service with the City, has awarded 135 grants for $187,513.00 from 2010 to 2024. PROPOSED NEED: In 2025, twenty (20) grant applications have been submitted for a record amount of $66,751.00 in requested grants. In addition to these grants, OSNI received four (4) Fire Hydrant Painting Applications for thirty-eight (38 x $10) fire hydrants; total payout of $380.00. The twenty-four (24) grant requests total $67,131.00. The Fiscal Year 2025 budget includes $50,000.00 for neighborhood grants. In addition to this budget amount, $5,486.00 in unused grant money remains in the OCF checking account from previous years. This provides a total of $55,486.00 in available funds. If all grant requests are approved by OCF, an additional $12,000.00 will be needed to fully fund the program. The benefit of funding the requests would be a total investment of $240,744.00 into Owasso neighborhoods through improvements to entrances, amenities, and infrastructure. FUNDING: OSNI proposes to utilize funds from excess revenue collections in prior years for the Hotel Tax 2% in the amount of $12,000 to meet the needs of these grant requests. This budget amendment in the Hotel Tax 2% Fund will increase appropriations by $12,000.00. RECOMMENDATION: Staff recommends approval of a budget amendment increasing the appropriation for expenditures in the Hotel Tax Fund by $12,000.00. RECOMMENDATION: Staff recommends authorization for payment in the amount of $62,000.00 to the Owasso Community Foundation for funding of neighborhood grants. Sd TO: The Honorable Mayor and City Council FROM: Alexa Beemer, AICP, Planning Manager SUBJECT: Resolution 2025-02: Project Application- Community Development Block Grant (CDBG 2025) DATE: March 13, 2025 BACKGROUND: The primary objective of the national Community Development Block Grant (CDBG) Program, is the "development of viable urban communities by providing decent housing and a suitable living environment, particularly for persons of low and moderate incomes." All project proposals submitted for funding through the CDBG Program must document the achievement of at least one (1) of the following national objectives: ➢ Provide benefit to low- and moderate -income persons; ➢ Aid in the prevention or elimination of slums or blight; and ➢ Meet other community development needs having particular urgency or posing a serious or immediate threat to the health or welfare of a community. ANTICIPATED FUNDING: On January 30, 2025, the Indian Nation Council of Governments (INCOG) provided information regarding the 2025 CDBG application. The completed application is due no later than April 11, 2025. Owasso is a part of an Urban County and as such does not compete for funding through the State Department of Commerce. According to INCOG, Owasso will receive an estimated allocation of $159,894.62 for the 2025 CDBG funding cycle (pending Congressional approval and funding). The grant does not require a local match. HISTORY: In the past, Owasso has utilized CDBG monies for sidewalk, sanitary sewer, street, and park improvements. In 2014, Housing of Urban Development (HUD) changed the income limits that determined if individuals and families qualified as "low to moderate income" households. HUD's formula used Census Tracts as the geography to determine if an area qualifies or does not. As a result, Owasso lost most of its qualifying Census Tracts, with the exception of the Baptist Village area. Due to the income limit change, communities were left to conduct door-to-door surveys to qualify smaller geographic areas within the larger Census Tracts. In 2016, staff conducted a door-to-door survey in the Hale Acres neighborhood near North Garnett Road and East I I61h Street North. The data collected from this survey met the income requirement thresholds and allowed the neighborhood to qualify for CDBG funds. The surveys are only good for 5-year periods, and therefore in the late winter of 2021, staff performed a second door-to-door survey in the Hale Acres neighborhood. The survey results again met the income limit thresholds allowing the area to be re -qualified for another 5-year period, meaning the Fiscal Year (FY) 2025 grant cycle Will be the last year of qualification off of this survey for the Hale Acres neighborhood. Since 2017, the City has used its CDBG allocation to replace and/or upgrade sanitary sewer and water lines in this neighborhood. FY 2025 CDBG Application and Grant Page 2 of 2 PUBLIC MEETING: Per INCOG, a public meeting is required in order to receive feedback concerning the proposed use of these CDBG funds. As such, said public meeting will occur at 3pm, in the Owasso City Hall Community Room, on March 13, 2025, The results of the public meeting will be shared with the City Council during the staff presentation of this item at the March 181h City Council meeting. PROPOSED 2025 PROJECT: Last year, staff received permission from INCOG to do a phased approach to the next portion of infrastructure upgrades that are proposed to occur in the Hale Acres neighborhood. As such, staff has "banked" the funds awarded to the City from the FY 2024 grant cycle, and intends to combine said funds with the anticipated funding from the FY 2025 grant cycle, if awarded. Staff determined that by accumulating two years' worth of funding and waiting to do one larger project as opposed to two separate, smaller projects, the City will ultimately be able to reduce costs associated with bidding and mobilization. In the second half of 2025, the City plans to begin work on replacing three water lines within the Hales Acres neighborhood, along East 1141h Street North, North 1091h East Avenue, and North 112fh East Avenue. With both the 2024 and 2025 allocation of funds, staff proposes to install approximately four thousand (4,000) linear feet of new 6" PVC water line along the aforementioned streets. This project will be a continuation of the ongoing infrastructure work that has previously been completed in this neighborhood. RECOMMENDATION: Staff recommends approval of Resolution 2025-02, requesting assistance from the Tulsa County CDBG Urban County Program, approving an application identifying the installation of new water lines in the Hale Acres subdivision as the preferred project for the FY 2025 funding cycle (to be combined with FY2024 funding), and authorization to execute all related grant and project documents. ATTACHMENTS: Resolution 2025-02 CDBG Application ATTACHMENT E COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 2025 TULSA COUNTY URBAN COUNTY Resolution 2025-02 WHEREAS, the Housing and Community Development Act of 1974, as amended (24 U.S.C. 93-383 et seq.), (the "Act'), provides that Community Development Block Grant, ("CDBG"), funds may be used for the support of activities that provide decent housing and suitable living environments and expanded economic opportunities principally for persons of low- and moderate -income; and, WHEREAS, CDBG Regulations 24 CFR 570.307(a) allow counties having a total combined population of 200,000 or more from the unincorporated areas and participating incorporated areas to qualify as an urban county; and, WHEREAS, Title I of the Housing and Community Development Act of 1974, Public Law 93- 383, as amended, authorized the Secretary of Housing and Urban Development, as a representative of the United States of America, to grant to Tulsa County funds and administrative responsibility for the Tulsa County CDBG Urban County program; and WHEREAS, a Cooperation Agreement between Tulsa County and the City has been executed for the purpose of participation in the Tulsa County Urban County Community Development Block Grant Program for Federal Fiscal Years 2023-2025; and, NOW THEREFORE, BE IT RESOLVED by the Owasso City Council that the City of Owasso desires to obtain assistance in addressing community development needs and hereby requests the Tulsa County CDBG Urban County program to provide assistance. NOW THEREFORE, BE IT FURTHER RESOLVED by the Owasso City Council that the City of Owasso affirms its commitment to take all action within its power to facilitate the receipt of the assistance of community development funds, and upon receipt to administer said grant by the rules and regulations established by the United States of America, the State of Oklahoma, Tulsa County and all empowered agencies thereof. ADOPTED this 18t" day of March, 2025, at a regularly scheduled meeting of the governing body, in compliance with the Open Meeting Act, 25 O.S. §§ 301-314 (2001). Mayor. Alvin Fruga Name and Title of Chief Elected Official Signature of Chief Elected Official (S E A L) Attest: Subscribed and sworn to before me on March 18, 2025 Juliann M. Stevens, City Clerk TULSA COUNTY URBAN COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) APPLICATION FOR FY2025 FUNDS 1. Name of Unit of Local Government _City of Owasso, Oklahoma Mailing Address P.O. Box 180, Owasso OK, 74055 Physical Address 200 South Main Street, Owasso OK Zip Code +4 74055-3437 Phone Number 918-376-1500 FEW 73-6069613 SAM Unique Entity# E7L4N7KNRE78 Chief Elected Official Mayor Alvin Fruga Clerk Juliann M. Stevens 2. Name of Staff Contact Alexa Beemer Phone Number 918-376-1536 E-mail abeemer@cityofowasso.com 3. Project Title, Detailed Description of Project Please find a description and map of the proposed project attached on the following two pages. Note that this application represents a "companion" application to the City of Owasso's FY 2024 CDBG application. 4. Number of population served: 613 ❑ Census Tract/Block Group # ❑ Household Income Survey 5 Project Budget Summary': CDBG Funds Other Sources Hale Acres Subdivision (Surveyed in Winter 2021) City (OPWA)t 159,894.62 $ (estimated) $ 150,000 Total $ 309,894.42 * Represents one-half of the total budget needed for this project, as the City intends to combine the FY2025 funds (if awarded) with the "banked" FY2024 funds awarded previously. tPending approval by the City Council and Owasso Public Works Authority (OPWA). Proposed FY 2025 Project- City of Owasso: Last year, staff received permission from INCOG to do a phased approach to the next portion of infrastructure upgrades that are proposed to occur in the Hale Acres neighborhood. As such, staff has "banked" the funds awarded to the City from the FY 2024 grant cycle, and intends to combine said funds with the anticipated funding from the FY 2025 grant cycle, if awarded. This meant that no new CDBG-related project occurred in the Hale Acre neighborhood this past year, as staff was waiting to begin this next project until after the FY 2025 CDBG application cycle. Staff has determined that by accumulating two years' worth of funding and waiting to do one larger project as opposed to two separate, smaller projects, the City will ultimately be able to reduce costs associated with bidding and mobilization. In the second half of 2025, the City plans to begin work on replacing three water lines within the Hales Acres neighborhood, along East 114th Street North, North 109th East Avenue, and North 112th East Avenue. With both the 2024 and 2025 allocation of funds, staff proposes to install approximately four thousand (4,000) linear feet of new 6" PVC water line along the aforementioned streets. This project will be a continuation of the ongoing infrastructure work that has previously been completed in this neighborhood. %14x.i`iV 'Miu 1 I � 1 c [ C �CIlAO) o4uJ ]'oAlxln no-IiY-,c (s p • _ _ I I _ :T r.l 1519 � �''� r m � 1'10'1� � 1 o H»31111IJ)I IU�IyIUI a LdLL 6q I,J it 1 1 I -_ - 1 _. , Il.'J4 1 I '�ll:]r11rr tt t��� p 5t4�..t1V[� 1" 11'i Ir� •I I 4 . 11 Imr - 1 iL 4130 1�t`B`� V.. r:3b r-Ic .� -t l i� _.Ir s_ it♦qn7. ,� I li 1�qW n�e' � _ I mil _ 14 •LI "YS 17J7 1 rrp� i.,ol Jean' rrtJs vice itzi. 1 1 _1% I IJSI luau IU(( 1 fiJ 1r 3' yy19 l r nr lr nha2�. � I LOM ioco[ oc y, • S �' ..a++ t" = z5a rt Hale Acres Waterline Replacement Phase 3 02/29/2024 �y�/��� eu.ma�ar..ro...:a.N�I,li.lend•wi.oy:Fa=mbm:ra.. v.a��u.era........ u..N+:.,nr ems.cub-a rc u. m.oro.Pal..r�r�.tt=«m,:.:d...:oa",Wnutll.rmea:.y.,uda:.mrumu.r. TULSA COUNTY URBAN COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) APPLICATION CERTIFICATION The Applicant hereby certifies that all of the information contained in this application for community development assistance through the Tulsa County CDBG Urban County Program is true and accurate to the best of my knowledge and that all documentation supporting the information in this application is on file in the official offices of this unit of local government, available for review by Tulsa County/HUD during normal business hours. The Applicant also affirms that none of the activities set forth in this application have been initiated, nor shall they be initiated unless a grant has been awarded, a contract fully executed, and notice has been issued by Tulsa County that release of funds requirements have been met. Mayor, Alvin Fruaa Name and Title of Chief Elected Official x [SEALI Signature of Chief Elected Official State of Oklahoma County of Tulsa Attest: Subscribed and sworn to before me , 2025 Juliann M. Stevens, City Clerk Date COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 2025 TULSA COUNTY URBAN COUNTY BUDGET Name of Applicant: City of Owasso ATTACHMENT A Itemized Description of Funding Source Funding Source Funding Source Total Project Construction Activity CDBG Grant City Other Expenditures Total Construction Activity $159,894.42 $150,000* $ $309,894.42 Professional &c Non Construction Engineering/Architect Funds $ Inspection Funds Other: Survey Other: Publishing Total Professional &c Non Const. Total Project Costs** $159,894.42 $150,000* $0.00 $309,894.42 Pending approval by the Owasso City Council and Owasso Public Works Authority (OPWA). Represents one-half of the total budget needed for this project, as the City intends to combine the FY2025 funds (if awarded) with the "banked" FY2024 funds awarded previously. 2025 Tulsa County CDBG Urban County If additional is space needed, attach additional sheet(s) Budget COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) TULSA COUNTY URBAN COUNTY DIRECT PROJECT BENEFICIARY INCOME SURVEY SUMMARY FORM ATTACHMENT B Activity Name: Hale Acres Neighborhood, Survey Data (Winter 2021) COMPLETE THIS SECTION BY PLACING THE TOTAL NUMBER OF 1-I0tISPHoi ns nRTAINFn FRnnn THE Wnl 1CGWni n cl IOVCV INI CAA U Ao1o111in1r ,,..*, Insert County Income Levels $38,450* $43,950* $49,450* $54,900* $59,300* $63,700* $68,100* $72,500* Number of People in Each Household 1 2 3 4 5 6 7 8 Below or Above the County Income Levels Below Above Below Above Below Above Below Above Below Above Below Above Below Above Below Above 23 16 22 120 12 11 24 9 14 12 6 13 2 1 3 1 ( 1 Total Number Of Households Total Number of Occupied Households/Homes in Activity Target Area = 175 Total Number of Persons in Activity Target Area = 613 Total Number of Occupied Households/Homes Surveyed in Activity Target Area = 159 Total Number of Persons Accounted for by the Survey in the Activity Target Area = 499 Total Number of Households Below the Low and Moderate Income Level in the Activity Target Area = 104 Percentage of Total Households Below the Low and Moderate Income Level in the Activity Target Area = M.4% I hereby certify that the above information was obtained from the occupants of the addresses listed and the information is accurate: City-wide Low and Moderate Income Level (For use only when projects are of City-wide benefit.) N/A HUD Census Data for Low and Moderate Income Level for Block Groups, Enumeration Districts or Census Tracts as Provided by HUD (For use x only when a project's target area boundaries are t T ED or Tracts) Signature of Chief Executive Official Date identical to BG, ) N/A% [Seal] Subscribed and sworn to before me Commission 20 — My commission expires Clerk/Notary Signature *Reflects surveyed income levels from the 2021 Hale Acres survey conducted by INCOG and City staff. Community Development Block Grant (CDBG) 2025 Tulsa County Urban County Beneficiary Income Survey Summary -Attachment B 20 Attachment C COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) TULSA COUNTY URBAN COUNTY INDENTIFICATION OF OTHER PROJECT FUNDING SOURCES Federal/State participation, if any (loans, grants, etc.) provide commitment letters. Agency Purpose Amount Present Status Comment Other sources and amount of project financing including applicant's local contribution, if any. Agency Purpose Amount Present Status Comment Owasso Public Works Authority OPWA) Augment 2025 CDBG Funds $150,000 `Pending City Council and OPWA approval x Chief Elected Official Signature Other Funding Sources —Attachment C Community Development Block Grant 2025 Tulsa County Urban County Date ATTACHMENT D COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 2025 TULSA COUNTY URBAN COUNTY 2024-2S Hale Acres CDBG Water Line Replacement, Phase III Prepare by: Owasso Public Works 3/S/202S Item Number Item Description Amount Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $25,000.00 $25,000 2 Traffic Control/Safety Signage 1 LS $ 9,200.00 $9,200 3 Insurance and Permits 1 LS $ 1,000.00 $1,000 4 6" C-900 PVC Water Line 3270 LF $ 75.00 $245,250 5 6" Gate Valve and Box 16 EA $ 2,750.00 $44,000 6 Fire Hydrant Assembly 7 EA $ 7,250.00 $50,750 7 3/4" service connection 55 EA $ 2,400.00 $132,000 8 Sodding 3633 SY $ 7.50 $27,250 9 Gravel Drive Replacement 60 SY $ 35.00 $2,100 10 Type II Repair (AC) 52 SY $ 175.00 $9,100 11 Concrete Drive Removal and Replacement 700 SY $ 125.00 $87,500 Total $633,150 CDBG Funding $318,000 CofO Funding $300,000 (Prepared by the Engineering Division of the Public Works Department, City of Owasso) (RESOLUTION TO GO HERE IN FINAL PDF VERSION- ATTACHMENT E) ATTACHMENT F COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 2025 TULSA COUNTY URBAN COUNTY Attach Project Timeline which clearly demonstrates Readiness To Proceed, including an anticipated start date and projected timeline for completion. Documentation of the level of readiness to proceed must be submitted. Engineering/Design of Project- Ongoing as of March 2025 Estimated Advertisement of Project- July 2025 Estimated Construction Start Date- September/October, 2025 Detailed Timeline - Day 0 — 2024 CDBG Funds Awarded (last funding cycle) • Day 0- Project Surveyed and Design Began (last funding cycle) • Day 1- Apply for 2025 CDBG Funds • Day 25- Apply for ODEQ Permit • Day 60- Advertise Project • Day 90- Open Bids • Day 110- Award Bids • Day 130- Notice to Proceed/Construction Begins • Day 370- Complete Construction • Day 400- Close-out Project TO: FROM: SUBJECT: DATE: The Honorable Mayor and City Council Alexa Beemer, AICP, Planning Manager Specific Use Permit (SUP 25-01) —AAMCO March 13, 2025 BACKGROUND: The Community Development Department received an application for review and approval of a Specific Use Permit (SUP) to allow for an automotive repair and maintenance use in a Commercial Shopping (CS) zoning district and within the US-169 Overlay District, The subject property is located at 10596 North Owasso Expressway, near the southwestern corner of the intersection of East 1061h Street North and North Owasso Expressway. SUBJECT PROPERTY/PROJECT DATA: Property Size 0.60 acres +/- Current Zoning Commercial Shopping (CS) Present Use Vacant Proposed Use Automotive Repair & Maintenance Land Use Master Plan Commercial Within a Planned Unit Development PUD ? yes; PUD 16 Within an Overlay District? Yes; US-169 Overlay District Water Provider Washington County Rural Water District #3 Applicable Paybacks Assessed at Platting N/A (already platted) ANALYSIS: • The subject property was annexed into Owasso City Limits with Ordinance 633 in 2000 and is platted as Lot 1, Block 1 Caffeine Corner Addition. • An SUP is required in certain zoning districts for uses or structures that may be considered more intense than what is allowed by right, through the City of Owasso's Zoning Code. • Per the Owasso Zoning Code an automotive repair and maintenance facility is allowed, with an SUP, in the CS zoning district and within the US-169 Overlay District. o Thus, an SUP is needed for the proposed use on this property, as it is zoned CS and is within the US-169 Overlay District. • The GrOwasso 2035 Land Use Master Plan identifies the subject property for future commercial uses. o All surrounding parcels immediately adjacent to the subject property are also identified for future commercial uses on the Plan, and have been zoned commercially. • The applicant has worked with staff to design the site and new structure in an appropriate manner that conforms to the design requirements of the Zoning Code and minimizes the impacts on adjacent properties. SUP 25-01 Page 2 o The proposed automotive repair shop will be a six (6) bay structure, composed of brick veneer and EFIS, thus meeting the fagade requirements for commercial structures seen within Chapter 1 1 of the Owasso Zoning Code. o The applicant has indicated there will be no outdoor storage of cars and/or merchandise of any kind on the site; therefore, there are no additional screening fencing required per Chapter 19 of the Owasso Zoning Code. o The conceptual site plan shows a dense landscaping bed along the western property line, with three (3) additional large trees than what is required by Code. All landscaping requirements outlined in Chapter 19 of the Owasso Zoning Code will have to be met. o As indicated on the conceptual site plan, the applicant intends to install only wall -pack lighting fixtures on the building only. All lighting will have to comply with Chapter 20 of the Owasso Zoning Code. o The applicant has indicated that they are aware of the Owasso Noise Ordinance, and will comply with such, per a note on the conceptual site plan. o The dumpsters for the site will be located on the for southwestern corner of the property and will be fully screened, per Chapter 19 of the Owasso Zoning Code. The main purpose of the SUP requirement is to ensure the development does not impose any negative direct impacts to adjoining properties and that the proposed use works in harmony within the context of the area. o The subject property is situated along an emerging commercial corridor, with two similar auto -related uses already in existence in the area. As such, staff has determined that a land use such as an auto repair facility may be appropriate within this emerging commercial corridor, if the correct controls are utilized with an SUP. • Any further development that occurs on the subject property shall adhere to all development, zoning, and engineering requirements of the City of Owasso. SURROUNDING ZONING AND LAND USE: Direction Zoning Use Land Use Plan Jurisdiction North Commercial Shopping Commercial Commercial City of Owasso South Commercial Shopping Vacant Commercial City of Owasso East Commercial Shopping Commercial Commercial City of Owasso West Agriculture (AG) Highway ROW N/A ODOT OWASSO PLANNING COMMISSION: The Owasso Planning Commission voted 5-0 to recommend approval of this item at their regular meeting on March 10, 2025. SUP 25-01 Page 3 RECOMMENDATION: In developing a recommendation, staff evaluated the SUP on the criteria outlined in Section 16.1.7 of the Owasso Zoning Code. Following this evaluation, staff concluded that the SUP request meets all of the legal requirements for approval. As such, staff recommends approval of SUP 25-01. ATTACHMENTS: Aerial Map Zoning Map GrOwasso 2035 Land Use Master Plan Map SUP Site Plan Package I 169 ' ate► � � - �A l,"i SUBJECT TRACT i t �' F •[ / L T43M SAS �p , ~ C(" C� J � ,yam � �_ I: • �� lJ � � . sAi s Note: Graphic overlays may net precisely align with physical ® Subject features on the ground. Tract Aerial Photo Date: 2023 SUP 25-01 1 11 zit40010 1621-14 n Feel CS p 0 0.02 0.03 0.06 0.09 0.13 Mlles CS Surrounding Zoning SUP 25-01, AAMCO RS-3 N Subject Tract n 1� ' Land Use Categories Parks/Recreation • : yp� ". C3 Public/Institutional Residential w Transitional f c, Neighborhood Mixed Redbud District Neighborhood Commercial _nQ�r Commercial Industrial/Regional Employment ® US-169 Overlay 0 0.02 0.00 0.N 0.09 0.13 GrOwasso 2035 Land Use Master Plan ' — Subject Tract N Mas SUP 25-01, AAMCO A E.11061h SVSet NGtlh ___ _______ 6. .r _______ w AG 1 AG CG I 1 / CG cs/iaysen %aCE[/H///6///J6mNtl MECHANICAL SCREENING NOTE pREIIMNARV eeo oa'cem e"a�.n�m�w EEw..s.r LIGHTING NOTE DUMSPSSTTER ENCLOSURE NOTE NOISE ORDINANCE NOTE ffm STORAGE AREA U,J LANDSCAPE DATA •."„mdrtJ �uBJo ' SFI 1 AGASPpC� 2] TOTAL PARKING SPACES 1G PARKING SPACES PmwE U' JWItar YMx 1 - Z _hem/J�1;rwx/mN ®—ram_V yir W �n N a __ P—A Q O c Mt M[ /mm`RE[F F Q Jm� U o 0Z 'a 4w,� EXTERIOR ELEVATION - WEST d 4 2 EXTERIOR ELEVATION - NORTH 5 PERSPECTIVE 1 EXTERIOR ELEVATION - EAST EXTERIOR ELEVATION -SOUTH PRELIMINARY NOT FOR CONSTRUCTION iss�ewre: mxs oxx aaxsioxa. [i¢v .. A201 CA LE I I ,AI I I I J I ® L s� c I c ® 1 III ® I c I I I I 2 ENLARGED FLOOR PLAN •ry CONSTRUCTION NOTES Y -I G pl j 1,L k j I `+ f.� L a — 1 I I zJ i I I �5 1 FIRST FLOOR PLAN I. m k d ..hII.ct. YRGUMINARY NOTFOR CONSTRUCTION A101 6MA `rlWl F. -�<m=,.WCV TO: The Honorable Mayor and City Council FROM: Chris Roberts, Fleet & Facilities Superintendent SUBJECT: Recommendation for Contract Award - Owasso Community Center Re -roof and Repair DATE: March 13, 2025 BACKGROUND: The roof on the Owasso Community Center was last replaced in 2021. The project was a complete replacement of both the upper and lower roof sections, which included removal of a 21-year roofing system, followed by the installation of a popular product for sloped roof applications known as thermoplastic polyolefin, or TPO. The new roof was accompanied by a 20-year "membrane -only" warranty from the manufacturer (Firestone Building Products) and a 2- year workmanship warranty from the contractor (Wisdom Roofing). The construction documents developed by city staff clearly defined the roofing system to be installed as well as the general scope of services requested, but allowed discretion when it came to the means and methods for flashing roof penetrations and TPO membrane termination points. Such details are vital to achieving a leakproof barrier at these vulnerable areas. Termination bars are typically utilized for sealing flashing terminations at the point where the TPO membrane secures along a parapet wall. The project specification for this application was referenced only "as needed". In addition, project documents did not provide specific requirements for achieving a waterproof seal at the points where HVAC equipment screens penetrate the roof to anchor to substructure. The specifications only addressed the need to repair or replace all pipe fleshings, opposed to describing the preferred best practice. At the time of bid submittal, the successful contractor included Firestone -approved standard details for addressing these conditions, but did not sufficiently incorporate the standards during project installation. As a result, the compromised areas of both roof sections began to leak and worsen over time. During the workmanship warranty period, the contractor was responsive in addressing leaks as they manifested. However, as the frequency of occurrences increased, and the labor warranty expired, staff decided to hire a roofing consultant (Secondary Rhodes) to inspect the roof and provide recommendations for resolution. CONDITION ASSESSMENT: A thorough inspection determined that the compromised areas would need to be reworked to ensure a watertight barrier is achieved and maintained. The assessment also identified new conditions that are contributing to water infiltration into the main lobby, as well as the office in the southwest corner of the building. The preliminary estimate for correcting the deficiencies on the upper roof suggested that the cost of repair could be comparable to a full recover (install a new roof over existing). Targeted repair of the deficiencies on the lower roof was determined to be the most cost-effective approach for this section. However, enhanced diligence would be necessary in specifying the Owasso Community Center Re -roof and Repair Page 2 of 2 means, methods, and materials utilized to ensure that the balance of the current manufacturer warranty (roughly15 years) remains in effect for the TPO membrane. Based on combined estimates ($75,000.00) for the upper roof recover and lower roof repairs, City Ordinance requires staff provide an opportunity to bid, quote, or propose to a minimum of three (3) identified vendors, as well as advertise on the Bid Page of the City website. SOLICITATION OF QUOTES: In conjunction with our roofing consultant, Facilities Maintenance staff completed detailed project documents, and on February 6, 2025, the specifications were emailed to four (4) potential contractors, and advertised on the city website. All four (4) contractors submitted quotes by the February 21:f deadline, tabulated as follows: CONTRACTOR LOWER ROOF REPAIR UPPER ROOF RECOVER ELASTOMERIC COATING TOTAL COST Alva Roofing Company $43,800.00 $29,100.00 $5,450.00 $78,350.00 Atwell Roofing Co., Inc. $22,831.00 $29,671.00 $4,194.00 $56,696.00 Turner Roofing Services LLC $40,072.00 $28,199.00 $4,610.00 $72,881.00 A. Pricker Roofing $56,210.80 $21,913.33 No Quote $78,124.13 Although Atwell Roofing provided the lowest quote, the submission does not meet all technical requirements of the contract. Inquiry with Atwell Roofing's estimator about the unusually low quote for lower roof repairs revealed that the contractor was planning to utilize various surplus materials (different manufacturers) leftover from other projects, including TPO membrane and adhesives, despite project documents clearly outlining the specific materials to be used. The use of non -approved materials or components can jeopardize the validity of the roof's membrane - only warranty coverage. The lowest qualified quote, meeting all project specifications, was submitted by Turner Roofing Services, LLC at a cost of $72,881.00. As specified, the manufacturer's warranty on recover materials for upper roof will be for 20- years, No Dollar Limit (NDL) with 1-90 wind rider; workmanship will be warranted by the contractor for a period of 5-years. Workmanship associated with repairs to the lower roof as well as the elastomeric coating applied to the upper roof skirting will be covered by the contractor for a period of 2-years. FUNDING: Funding is available in the General Fund. RECOMMENDATION: Staff recommends awarding the construction contract to Turner Roofing Services, LLC of Broken Arrow, Oklahoma, in the amount of $72,881.00 and authorization to execute all necessary documents. ATTACHMENTS: Contract Documents SECTION 7 - AGREEMENT and GENERAL CONDITIONS THIS AGREEMENT is dated as of the day of , by and between THE City of Owasso, Oklahoma (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Project Documents. All local, state, and federal laws, etc. shall govern every aspect of work. The Work is generally described as follows: Owasso Community Center Re -Roof & Repair CITY OF OWASSO, OKLAHOMA The project for which the Work under the Project Documents may be the whole or only a part, is described as follows: ARTICLE 2. DEPARTMENT The project has been assigned by OWNER to the responsible City Department. The Department Director, or his/her duly authorized representative, who is hereinafter called PROJECT MANAGER, will assume all duties and responsibilities and will have the rights and authority assigned to DEPARTMENT in the Project Documents in connection with the completion of the Work in accordance with the Project Documents. 2.1 OWNER'S REPRESENTATIVE STATUS A. The Owner's Representative (Secondary Rhodes LLC) shall have general Rights of Inspection of the work and is the agent of the Owner in all matters pertaining to the work as provided in the Contract Documents. The Owner's Representative has the authority to stop work whenever such stoppage may be necessary to ensure the proper execution of the contract and shall have authority to reject any and all materials, whether worked or unworked, if such materials are not in accordance with the plans and specifications. ARTICLE 3. CONTRACT TIME The Work will be substantially completed within thirty (30) calendar days from the date of Notice to Proceed; and completed and ready for final payment in accordance with the General Conditions within thirty (30) calendar days from the date of Notice to Proceed, which will be on or before AGREEMENT & GENERAL CONDITIONS ARTICLE 4. CONTRACT PRICE OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Project Documents in current funds the amount agreed upon in CONTRACTOR'S bid. ARTICLE 5. PAYMENT PROCEDURE Upon final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the Contract Price. ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself/herself with the nature and extent of Project Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Project Documents. 6.3 CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he/she has discovered in the Project Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. 6.4 CONTRACTOR has obligated himself/herself to the OWNER, after project acceptance, to be responsible for the workmanship, labor and materials used in the project as follows: • lower Roof Repair: CONTRACTOR to supply two (2) year workmanship warranty • Elastomeric Coating of Upper Roof Skirting: CONTRACTOR to supply two (2) year workmanship warranty • Recover of Upper Roof: Material manufacturer to supply 20-year No Dollar Limit Edge -to -Edge Warranty with 1-90 Rider, and CONTRACTOR to supply five (5) year workmanship warranty 6.5 CONTRACTOR understands that they will be exempt from all sales tax on materials and other items necessary for the completion of the project. The OWNER has issued him a Certification of Tax -Exempt Project enclosed as Exhibit "A" of this Agreement. AGREEMENT & GENERAL CONDITIONS ARTICLE 7. PROJECT DOCUMENTS The Project Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the following: 7.1 This Agreement and General Conditions 7.2 Exhibit "A" to this Agreement 7.3 Advertisement for Bids 7.4 Requirements for Bidders 7.5 Project and Bid Specifications 7.6 Bid 7.7 Statement of Bidders Qualifications 7.8 Certificate of Non -Discrimination 7.9 Notice of Award and Notice to Proceed 7.10 Change Order 7.11 Project Manual, Moisture Plan View, Re-cover Specification, Detail Pages 1 & 2 7.12 Addendum Numbers to , inclusive. 7.13 Documentation submitted by CONTRACTOR prior to Notice of Award 7.14 Any Modification, including Change Orders, duly delivered after execution of Agreement There are no Project Documents other than those listed above in this Article 7. The Project Documents may only be altered, amended or repealed by a Modification. ARTICLE 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Project Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Project Documents. 8.3 OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors, assigns, and legal representatives to the other party hereto, his/her partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Project Documents. 8.4 The Agreement (or remaining portions thereof) should continue in effect, be valid and binding upon both parties even if a provision or part of the Project Documents should be held void or unenforceable by law. AGREEMENT & GENERAL CONDITIONS ARTICLE 9. GENERAL CONDITIONS OF THE AGREEMENT 9.1 DEFINITIONS AND TERMS - Whenever in these specifications and contracts, or in any documents or instruments pertaining to construction where these specifications govern, the following terms or pronouns in place of them are used, the intent and meaning shall be interpreted as follows: ADVERTISEMENT: The public announcement, as required by law, inviting bids for work to be performed or materials to be furnished. AWARD: The acceptance by the OWNER of a bid. BIDDER: The individual, company, partnership or corporation submitting a bid for the advertised work. CITY: The City of Owasso, Oklahoma, a municipal corporation, acting through its duly authorized officers or agents. CALENDAR DAY: Every day shown on the calendar. CHANGE ORDER: A written order issued by the Department to the CONTRACTOR, covering changes in the plans or quantities or both, within the scope of the contract and establishing the basis of payment and time adjustments for the work affected by the change. CONSULTANT: - Architect, Engineer, or other outside firm hired by the OWNER to design or administer the construction of the Project. CONTRACT: The written agreement between the OWNER and the CONTRACTOR setting forth the obligations of the parties thereunder, including, but not limited to the performance of the work, furnishing of materials, and the basis of payment. The contract includes the invitation for bids, proposal, addenda, contract form, specifications, supplemental specifications, special provisions, general and detailed plans, and notice to proceed, also any change orders and agreements that are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument. CONTRACT ITEM (PAY ITEM): A specifically described unit of work for which a price is provided in the contract. CONTRACT TIME: The number of work days or calendar days allowed for completion of the contract, including authorized time extensions. In case a calendar date of completion is shown in the proposal in lieu of the number of working calendar days, the contract shall be completed by that date. CONTRACTOR: The individual, company, partnership or corporation contracting with the City of Owasso for performance of prescribed work. DEPARTMENT: A Department of the City of Owasso operating under the direction and authority of the OWNER. EQUIPMENT: All machinery and equipment, together with the necessary supplies for upkeep and maintenance, and also tools and apparatus necessary for the proper construction and acceptable completion of the work. EXTRA WORK: An item of work not provided for in the contract as awarded but found essential to the satisfactory completion of the contract within its intended scope. EXTRA WORK ORDER: A change order concerning the performance of work or furnishing of materials involving extra work. Such extra work may be performed at agreed prices or on a force account basis as provided elsewhere in these specifications. AGREEMENT & GENERAL CONDITIONS INSPECTOR: The Department's authorized representative assigned to make detailed inspections of contract performance. INVITATION FOR BIDS: The advertisement for proposals for all work or materials on which bids are required. Such advertisement will indicate the time and place of the opening of proposals. MATERIALS: Any substances specified for use in the construction of the project and its appurtenances. MAYOR: The Mayor of the City of Owasso as constituted by charter to administer the affairs of the City of Owasso. NOTICE TO PROCEED: Written notice to the CONTRACTOR to proceed with the contract work. OWNER: City of Owasso, Owasso Public Works Authority, Owasso Public Golf Authority, or other entity of the City. PLANS: The approved plans, profiles, typical cross sections, working drawings and supplemental drawings, or exact reproductions thereof, which show the location, character, dimensions, and details of the work to be done. PROJECT: The specific section of construction to be performed thereon under the contract. PROPOSAL: The written offer of the bidder, submitted on the prescribed proposal form, to perform the work described in the plans and specifications and to furnish the labor and materials at the prices quoted by the bidder. SPECIAL PROVISIONS: Additions and revisions to the standard and supplemental specifications covering conditions peculiar to an individual project. SPECIFICATIONS: A general term applied to all directions, provisions and requirements pertaining to performance of the work. SPECIFIED COMPLETION DATE: The date on which the contract work is specified to be completed. SUBCONTRACTOR: An individual, company, partnership or corporation to whom the CONTRACTOR contracts part of the contract. SUBSTANTIAL COMPLETION: The time at which the Work (or specified part thereof) has progressed to the point where, in the opinion of the Department, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Project Documents, so that the Work (or specified part thereof) can be utilized for the purpose for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. SUBSURFACE: All of that part of the structure below the roof membrane and structural decking. SUPERINTENDENT: The designated representative of the CONTRACTOR present on the work at all times during progress, authorized to receive and execute instructions from the Department and capable of superintending the work effectively. WORK: Work shall mean the furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all the duties and obligations imposed by the contract. AGREEMENT & GENERAL CONDITIONS WORKING DAY: A working day shall be any day, other than a holiday, Saturday, or Sunday, on which weather and working conditions would permit the normal forces of the CONTRACTOR to proceed with regular work for a period of at least six hours toward the completion of the work, unless work is suspended for causes beyond the CONTRACTOR's control. Saturdays, Sundays, and holidays on which the CONTRACTOR's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. WORK ORDER: A written order, executed by the Department, of a contractual status requiring performance by the CONTRACTOR without negotiation of any sort. WORKING TIME: The working time stated in the proposal and the contract shall be definite number of working days or calendar days and shall be considered an essential part of the contract. 9.2 REPETITIVE EXPRESSIONS - In order to avoid cumbersome and confusing repetition of expressions, it is provided that whenever anything is, or is to be, done, if, as, or, when or where "contemplated, required, determined, directed, specified, authorized, ordered, given, designated, indicated, considered necessary, deemed necessary, permitted, reserved, suspended, established, approval, approved, disapproved, acceptable, unacceptable, suitable, accepted, satisfactory, unsatisfactory, sufficient, insufficient rejected, or condemned;' it shall be understood as if the expression were followed by the words "by the Department" or "to the Department:' 9.3 AWARD AND EXECUTION OF CONTRACT 9.3.1 - AWARD OF CONTRACT: Award of contract will be made by the OWNER, upon the recommendation of the Department to the responsible bidder meeting the requirements of the Owasso Purchasing Ordinance. The award, if made, will be within thirty (30) calendar days after the opening of proposals. 9.3.2 - CANCELLATION OF AWARD: The OWNER reserves the right to cancel the award of any contract at any time before the execution of said contract without any liability against the OWNER/City of Owasso. 9.3.3 - INSURANCE: The CONTRACTOR will be required to carry such compensation and public liability insurance as may be required under the laws of the State of Oklahoma. The CONTRACTOR (and any subcontractors) shall carry and keep in force during this contract, policies of public liability insurance, including any contractual liability assumed under this contract, in the minimum amounts set forth below, and workmen's compensation and employer's liability insurance in the amounts required by law. The CONTRACTOR shall also furnish an OWNER's Protective Policy in the same amounts with the OWNER as the named insured, issued by the some insurance company as the issuer of CONTRACTOR's Liability Coverage. The CONTRACTOR (and any subcontractors) shall carry and keep in force during this contract, policies of public liability insurance, including any contractual liability assumed under this contract, in the minimum amounts set forth below, and workmen's compensation and employer's liability insurance in the amounts required by law. The CONTRACTOR shall also furnish an OWNER's Protective Policy in the same amounts with AGREEMENT & GENERAL CONDITIONS the OWNER as the named insured, issued by the same insurance company as the issuer of CONTRACTOR's Liability Coverage. Public Liability, other than automobile: Personal Injury, each person $ 100,000.00 Personal Injury, each accident $1,000,000.00 Property Damage, each person $ 100,000.00 Property Damage, each occurrence $ 100,000.00 Automobiles and Trucks: Owned, Hired and Non -owned: Personal Injury, each person $ 100,000.00 Personal Injury, each accident $1,000,000.00 Property Damage, each accident $ 100,000.00 The policy shall provide a clause stating that it cannot be canceled by the insurer without the insurer first giving the OWNER ten (10) day written notice of cancellation. The CONTRACTOR shall furnish the OWNER an original and duplicate certificate of insurance at the time contracts are prepared. 9.3.4 - PRELIMINARY MATTERS: Before starting construction, the CONTRACTOR shall carefully study and compare the Project Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to the Department any conflict, error, ambiguity, or discrepancy which the CONTRACTOR may discover and shall obtain written interpretation or clarification from the Department before proceeding with any work affected thereby. With 10 days after the Notice to Proceed, the CONTRACTOR shall submit to the Department for its timely review a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work. 9.4 SCOPE OF WORK 9.4.1 - INTENT OF CONTRACT: The intent of the contract is to provide for the construction and completion in every detail of the work described. The CONTRACTOR shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 9.4.2 - ALTERATION OF PLANS OR CHARACTER OF WORK: The OWNER reserves the right to make at any time during the progress of the work, such alterations as may be found to be necessary or desirable. Such alterations shall not invalidate the contract nor release the surety, and the CONTRACTOR agrees to accept the work as altered, the some as if it had been a part of the original contract. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Project Documents or the breach thereof are not subject to arbitration. The OWNER will be the sole judge in all claims and disputes. AGREEMENT & GENERAL CONDITIONS 9.4.3 - EXTRA WORK: The CONTRACTOR shall perform unforeseen work, for which there is no price included in the contract, whenever it is deemed necessary or desirable in order to complete fully the work as contemplated. Such work shall be performed in accordance with the specifications as directed in writing by the Department, and will be paid for as provided under extra or force account work. 9.4.4 - REMOVAL AND DISPOSAL OF STRUCTURES AND OBSTRUCTIONS: All materials, structures, or obstructions found on the project which are not to remain in place or which are not to be used in the new construction shall be carefully dismantled and salvageable materials stored in accessible locations as directed by the Department. Unless specified on the plans or in the proposal, this work will not be paid for separately but will be included in the price bid for other items. Unless otherwise shown, materials not considered salvageable for use by the OWNER or not incorporated in the work shall become the property of the CONTRACTOR, and shall be removed from the work site in a timely manner and disposed of by him/her. 9.4.5 - SITE MAINTENANCE: The work site shall be kept free from construction debris. At the end of each work shift, the site shall be policed for objectionable debris which could be deposited off site by wind or storm runoff. Other materials for use in the construction of the project shall be maintained in orderly storage and protected from elements which could hinder incorporation into the work. 9.4.6 - FINAL CLEAN UP: Upon completion of the work and before acceptance and final payment will be made, the CONTRACTOR shall remove all machinery, equipment, surplus and discarded materials, rubbish, temporary structures and stumps or portions of trees. CONTRACTOR shall leave the project in a neat condition. The CONTRACTOR shall leave any areas where any work is performed, in a neat and workmanlike condition. CONTRACTOR shall repair at their own expense and to the satisfaction of the Department, any areas, that have been damaged by the CONTRACTOR operations. 9.5 CONTROL OF WORK 9.5.1 - AUTHORITY OF THE CONTRACTOR: The CONTRACTOR shall supervise, inspect, and direct the Work competently as efficiently devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Project Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Project Documents. 9.5.2 - AUTHORITY OF THE DEPARTMENT: The Department's status during construction is to assist the OWNER in answering questions which may be brought forth by the CONTRACTOR during construction. However, final decisions will be made by the OWNER. The Department will decide all questions which may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as the acceptable fulfillment of the contract on the part of the CONTRACTOR. The Department will have the authority to suspend or change the sequence of work wholly or in part due to the failure of the CONTRACTOR to correct conditions unsafe for the workmen or the general public; for failure to carry out AGREEMENT & GENERAL CONDITIONS provisions of the contract; for failure to carry out orders; for such periods as deemed necessary due to the unsuitable weather; for conditions considered unsuitable for prosecution of the work or for any other condition or reason deemed to be in the public interest. If the CONTRACTOR ignores the authority of the Department, the Department may withhold partial payments due the CONTRACTOR upon due notice in writing. Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his/her last given address, or delivered in person to said CONTRACTOR or his/her authorized representative on the work. 9.5.3 - CONFORMITY WITH PLANS AND SPECIFICATIONS: All work performed and all materials furnished shall be in reasonably close conformity with the plans and details or indicated in the specifications. In the event the Department finds the materials or the finished product in which the materials are used or the work performed are not in reasonably close conformity with the plans and specifications and have resulted in an inferior or unsatisfactory product, the work or materials shall be removed and replaced or otherwise corrected by and at the expense of the CONTRACTOR. These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complimentary and to describe and provide for a complete work. The CONTRACTOR shall take no advantage of any apparent error or omission in the plans or specifications. In the event the CONTRACTOR discovers such an error or omission, they shall immediately notify the Department. The Department will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications. 9.5.4 - COOPERATION BY CONTRACTOR: The CONTRACTOR shall give the work the constant attention necessary to facilitate the progress thereof, and shall cooperate with the Department, his/her inspectors, and other Contractor's in every way possible. The CONTRACTOR shall have on the work at all times, as his/her agent, a competent superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed, who shall receive instructions from the Department or his/her authorized representatives. The superintendent shall have full authority to execute order or directions of the Department without delay, and to promptly supply such materials, equipment, tools, labor, and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work sublet. The CONTRACTOR shall cooperate with the OWNERS of any overhead or rooftop utility lines in their removal and rearrangement operations in order that these operations may AGREEMENT & GENERAL CONDITIONS progress in a reasonable manner and duplication or rearrangement work may be reduced to a minimum and that services rendered by those parties will not be unnecessarily interrupted. 9.5.5 - INSPECTION OF WORK: Inspectors employed by, and/or Consultant(s) hired by, the Department will be authorized to inspect all work done and materials furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication or manufacture of the materials to be used. The inspector will not be authorized to alter or waive the provisions of the contract. All materials and each part or detail of the work shall be subject to inspection by the Department. The Department shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the CONTRACTOR as is required to make a complete and detailed inspection. If the Department requests it, the CONTRACTOR, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the CONTRACTOR shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering or removing, and the replacing of covering or making good of the parts removed, will be at the CONTRACTOR's expense. Any work done or materials used without inspection by the OWNER'S representative may be ordered removed and replaced at the CONTRACTOR's expense. The Department must be notified within twenty-four (24) hours before replacement and an inspector must be present during these operations. The inspector will not be authorized to issue instructions contrary to the plans and specifications, or to act as foreman for the CONTRACTOR. 9.5.6 - REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK: All work which does not conform to the requirements of the contract will be considered as unacceptable. Unacceptable work, whether the results of poor workmanship, use of defective materials, damage through carelessness, or any other cause, shall be removed immediately and replaced in an acceptable manner. Work done contrary to the instructions of the Department, work done beyond the line shown on the plans, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the CONTRACTOR's expense. Upon failure on the part of the CONTRACTOR to comply with any order of the Department made under the provisions of this article, the Department will have the authority to cause unacceptable work to be remedied or removed and replaced and AGREEMENT & GENERAL CONDITIONS unauthorized work to be removed and to deduct the costs from any monies due or to become due to the CONTRACTOR. Any defects in workmanship or materials will be corrected by the CONTRACTOR at no additional expense to the OWNER. Any and all adjustments called to the attention of the CONTRACTOR by the OWNER will be corrected within a reasonable time. The term '.reasonable" will be interpreted as being within thirty (30) days or less, unless the OWNER agrees to extend this schedule. 9.5.7 - MAINTENANCE DURING CONSTRUCTION: The CONTRACTOR shall maintain the work during construction and until the project is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces to the end that the construction will be kept in satisfactory condition at all times. All cost of maintenance work during construction and before the project is accepted shall be included in the bid price and the CONTRACTOR will not be paid an additional amount for such work. 9.5.8 - FAILURE TO MAINTAIN CONSTRUCTION: If the CONTRACTOR, at any time, fails to comply with the provisions of maintenance, the Department will immediately notify the CONTRACTOR of such non-compliance. If the CONTRACTOR fails to remedy unsatisfactory maintenance within 24 hours after receipt of such notice, the Department may immediately proceed to maintain the project, and the entire cost of this maintenance will be deducted from monies due or to become due the CONTRACTOR on this contract. 9.5.9 - FINAL INSPECTION: Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the Department will inspect with the CONTRACTOR. If all construction provided for and contemplated by the contract is found completed to his/her satisfaction, that inspection shall constitute the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Department will give the CONTRACTOR the necessary instructions for correction of same, and the CONTRACTOR shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection provided the work has been satisfactorily completed. 9.6 CONTROL OF MATERIAL 9.6.1 - SOURCE OF SUPPLY AND QUALITY REQUIREMENTS: The materials used on the work shall meet all quality requirements of the contract. In order to expedite the inspection of materials, the CONTRACTOR shall notify the Department of his/her proposed sources of materials prior to delivery. At the option of the Department, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously AGREEMENT & GENERAL CONDITIONS approved materials do not produce specified products, the CONTRACTOR shall furnish materials from other sources. The successful bidder may be required to furnish a complete statement of the origin, composition, and manufacture of any or all materials to be used in the construction of the work together with samples, which samples may be subjected to verification to determine their quality and fitness for the work. 9.6.2 - UNACCEPTABLE MATERIALS: All materials not conforming to the requirements of the specification shall be considered as unacceptable and all such materials will be rejected and shall be removed immediately from the site of the work unless otherwise instructed by the Department. No rejected material, the defects of which have not been corrected, shall be used until approval has been given. 9.7 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 9.7.1 - LAWS TO BE OBSERVED: The CONTRACTOR shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner may affect those engaged or employed on the work, or which in any way affect the conduct of the work. The CONTRACTOR shall at all times observe and comply with all such laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the OWNER and its representatives against any claim or liability arising from or based on the violation of any such law, ordinance, regulations, order, or decree, whether by himself/herself or his/her employees. 9.7.2 - CONTRACTOR AND THEIR EMPLOYEES: The General CONTRACTOR and subcontractors employed upon the work shall and will be required to conform to the labor laws of the State of Oklahoma and the various acts amendatory and supplementary thereto, and to all laws, ordinances, and legal requirements applicable thereto. The CONTRACTOR agrees to comply with all terms of relating to equal employment opportunity. The CONTRACTOR shall employ competent foremen, experienced mechanics, and others skilled in the several parts of the work given them to do, for performance of the work embraced in this contract; and shall promptly discharge any and all incompetent or otherwise unsatisfactory employees. CONTRACTOR's employees directly employed in performance of the work shall not be paid less than the prevailing minimum wage scale. Necessary sanitary conveniences for the use of employees on the work, properly secluded from public observation, shall be provided and maintained by the CONTRACTOR. The construction and location of the facility and disposal of the contents shall comply with all laws of the OWNER and State, relating to health and sanitation regulations. The CONTRACTOR hereby agrees to comply with the provisions of Title 40 Oklahoma Statutes (Supp.9181) Sections 196.1 et.seq. relating to minimum wage scale of public projects. AGREEMENT & GENERAL CONDITIONS The CONTRACTOR and each SubCONTRACTOR shall pay the contributions required by the Social Security Act, U.S. Current Tax Payment Act (withholding tax) and the public laws of the State and shall accept exclusive liability for said contributions. The CONTRACTOR further shall indemnify and hold harmless the OWNER on account of any such contributions assessed against the OWNER. The CONTRACTOR agrees to keep an accurate record showing the names and occupation of all employees, including the employees of any subcontractor, employed on the contract and also showing the actual wages paid to each of the employees, which record shall be open at all reasonable hours to the inspection of the OWNER or the Commissioner of Labor, State of Oklahoma. The CONTRACTOR further agrees that it (and CONTRACTOR's subcontractor's, if any) will not fail or refuse to hire or discharge any individual, or otherwise discriminate against any individual with respect to this compensation, terms, conditions, or privileges of employment, because of such individual's race, color, religion, sex, age or national origin, and further agrees that it will not (nor will its subcontractors, if any) limit segregate or classify its employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his/her status as an employee, because of such individual's race, color, religion, sex, age, physical handicap or national origin. CONTRACTOR further agrees with the OWNER that this contract may be terminated by the OWNER in the event there shall be a violation of any of the provisions of this paragraph, upon notice in writing given, and all monies to become due pursuant to any other provisions of this contract from the date of termination shall thereafter be forfeited the CONTRACTOR being entitled only to monies expended and services performed up to and including the date of termination. 9.7.3 - PUBLIC CONVENIENCE AND SAFETY: The CONTRACTOR shall comply with all applicable Federal, State, and local laws governing safety, health and sanitation. The CONTRACTOR shall provide all safeguards, safety devices and protective equipment and take any other needed actions, on his/her own responsibility or as the Department may determine, reasonably necessary to protect property in connection with the performance of the work covered by the contract. Materials stored upon the roadway and/or parking lot shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the traveling public than is considered necessary by the Department. 9.7.4 - CONTRACTOR'S RESPONSIBILITY FOR WORK: The performance of the contract and the work, as well as the full dollar amount of the contract, is at the risk of the CONTRACTOR. The CONTRACTOR shall take all responsibility of the work, and shall bear all losses from any cause whatsoever, including, but not limited to, losses resulting because of the amount or character of the work, or because the nature of the land in or on which the work is done is different from what is assumed or expected, or on account of the weather, floods, fire, windstorm, or other actions of the elements, or any cause or causes whatsoever for which the OWNER is not responsible. AGREEMENT & GENERAL CONDITIONS If the work or any part or parts thereof is destroyed or damaged from any of the aforesaid causes prior to OWNER's final acceptance of same, the CONTRACTOR, at CONTRACTOR's expense, shall restore the same or remedy the damage. 9.8 PROSECUTION AND PROGRESS 9.8.1 - ASSIGNMENT AND SUBLETTING OF CONTRACT: A. The CONTRACTOR shall give his/her personal attention to the fulfillment of this contract, and shall not let, assign, or transfer it or his/his right, title, or interest in or to the same or any part thereof, by attorney or otherwise, or sublet any part of the work to any other person without the previous consent of the OWNER in writing. B. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him/her, his/her subcontract shall be immediately terminated by the CONTRACTOR upon notice from the OWNER. The CONTRACTOR shall be as fully responsible to the OWNER for the acts and omissions of persons directly employed by them, as (s)he is for the acts and omissions of persons directly employed by him/her. Nothing contained in these Project Documents shall create any contractual relationship between any subcontractor and the OWNER. 9.8.2 -TIME AND PROGRESS: A. The work shall be commenced on or after the date of the Notice to Proceed from the OWNER. The CONTRACTOR agrees that the work shall be prosecuted regularly, diligently, and uninterruptedly at a uniform rate of progress so as to ensure completion within the number of days stated in the Bid Proposal. It is expressly understood and agreed that the said time for the completion of the work described herein is a reasonable time for the completion of the same. B. The CONTRACTOR is required to furnish the Department with progress schedules, in a format approved by the Department, setting forth in detail the procedure (s)he proposes to follow, and giving the dates, on which (s)he expects to start and to complete separate portions of the work. If at any time, in the opinion of the Department, proper progress is not being maintained, such changes shall be made in the schedule of operations which will satisfy the Department that the work will be completed within the period stated in the proposal. C. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise stated in the Project Documents, all Work shall be performed during regular working hours, and the CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without the OWNER's written consent (which will not be unreasonably withheld). The CONTRACTOR is to compensate the OWNER for any charges incurred by the OWNER for the inspection of the Work outside regular business hours. D. It is further agreed that time is of the essence of each and every portion of this contract and the specifications wherein a definite and certain time is fixed for the performance of any act whatsoever; and where under the contract an allowance of AGREEMENT & GENERAL CONDITIONS additional time for the completion of any work is made, the new time fixed by such extension shall be of the essence of this contract. E. Should the CONTRACTOR be delayed in the final completion of the work by any act or neglect of the OWNER or Consultant, or of any employees of either, or by strikes, injunctions, fire, or other cause or causes outside of and beyond the control of the CONTRACTOR and which, in the opinion of the Department, could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay, as determined by the Department, shall be granted by the OWNER, provided, however, that the CONTRACTOR shall give the OWNER and the Department notice in writing of the cause of the delay in each case within five (5) days after the delay. F. Time extensions may be granted for unusually inclement weather occurring more often than anticipated at the project location during any given month. Anticipated weather delays (days) included in the contract period at time of award are based on the following: Monthly Anticipated Adverse Weather Delay Work Days Based on Five (5) Day Work Week JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 10 6 8 6 6 4 3 3 6 5 3 6 The CONTRACTOR's progress schedule must include these anticipated adverse weather delays in all weather -dependent activities. Time extensions to the contract period will be granted only under the following conditions. The delay has been documented with OWNER in a timely manner and OWNER agrees that the delay actually occurred, and 2. The delay affects work in progress and actually causes a delay in project performance. G. Extensions of time will not be granted for delays caused by inadequate or insufficient construction force or the failure of the CONTRACTOR to place orders for equipment or materials a sufficient time in advance to ensure delivery when needed. Any extension of time by the OWNER shall not release the CONTRACTOR and surety herein from the payment of liquidated damages for a period of time not included in the original contract or the time extension as herein provided. H. Failure to complete project within specified time, as set forth in this contract, may be grounds for disqualification for future consideration for contracts with the City of Owasso. 9.8.3 - CHARACTER OF WORKERS, METHODS AND EQUIPMENT: The CONTRACTOR shall at all times employ sufficient labor and equipment for prosecuting the several classes of work to full completion in the manner and time required by these specifications. AGREEMENT & GENERAL CONDITIONS All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experiences in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any person employed by the CONTRACTOR or by any subcontractor who does not perform his/her work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Department, be removed forthwith by the CONTRACTOR or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Department. Should the CONTRACTOR fail to remove such person or persons as required above, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Department may suspend the work by written notice until such orders are complied with. 9.8.4 - LIMITATION OF OPERATIONS: The CONTRACTOR shall conduct the work at all times in such a manner and sequence to the satisfaction of the Department. (S)he shall not open up work to the prejudice or detriment of work already started. The Department may require the CONTRACTOR to finish a section on which work is in progress before work is started on any additional sections if the opening of such section is in the public interest or welfare. 9.8.5 - CONTRACTOR'S RIGHT OF PROTEST: If the CONTRACTOR considers any work demanded of him/her to be outside the requirements of the contract, or considers any record or ruling of the Department to be unfair, (s)he shall, immediately upon such work being demanded or such record or ruling being made, ask for written instructions or decisions, whereupon (s)he shall proceed without delay to perform the work or to conform to the record or ruling. Within ten (10) days after the date of receipt of written instructions or decisions, (s)he shall file a written protest with the Department, stating clearly and in detail the basis of his/her objections. Except for such protest and objections as are made of record in the manner herein specified and within the time stated, the records, rulings, instructions, or decision of the Department shall be final and conclusive. 9.8.6 - RIGHT OF OWNER TO TERMINATE CONTRACT: If the work to be done under this contract shall be abandoned by the CONTRACTOR, or if this contract shall be assigned by him/her otherwise than as herein provided, or if the CONTRACTOR should be adjudged as bankrupt, or if a general assignment of his/her assets be made for the benefit of his creditors, or a receiver should be appointed for the CONTRACTOR or any of his/her property; or if at any time the Department shall certify in writing that the performance of the work under this contract is being unnecessarily delayed, or that the CONTRACTOR is willfully violating any of the conditions or covenants of this contract or the specifications therefore, or that (s)he is executing the same in bad faith or otherwise not in accordance with the terms of this contract; or if the work be not substantially completed within the time named for its completion, or within the time to which such completion date may be extended then the OWNER may serve written notice upon the CONTRACTOR of said OWNER's intention to terminate this contract, and unless within AGREEMENT & GENERAL CONDITIONS five (5) days after the serving of such notice upon the CONTRACTOR a satisfactory arrangement is made for the continuance thereof, this contract shall cease and terminate. 9.8.7 - FINAL ACCEPTANCE: It shall be the duty of the Department to determine when the work is completed and the contract fulfilled, and to recommend its acceptance by the OWNER. The work therein specified to be performed shall not be considered finally accepted until all the work has been accepted by the City of Owasso. 9.9 MEASUREMENT AND PAYMENT 9.9.1 - PAYMENT: Upon final completion and acceptance of the Work, in accordance With the General Conditions, OWNER shall pay the Contract Price. Upon receipt of final payment, the CONTRACTOR shall provide to the OWNER a fully -executed, unconditional final lien waiver, releasing all claims and rights to file a mechanic's lien against the Project property for all work performed and materials supplied under this Agreement. 9.9.2 - EXTRA WORK: When and as ordered in writing by the Department, the CONTRACTOR shall do any work or furnish any materials which cannot reasonably be classified under any of the items of the contract but which may be found necessary in order to carry out and complete more fully the work herein agreed to be done and performed; and the CONTRACTOR hereby agrees to accept, as full compensation for such extra work, lump sums or unit prices agreed upon in writing before said work is commenced. 9.9.3 - PAYMENT OR ACCEPTANCE NOT A WAIVER BY OWNER: Neither acceptance by the OWNER or the Department, or any employee of either, nor any order by the OWNER for payment of money, or the payment thereof, nor any taking of possession by OWNER, nor the granting of any extension of time, shall operate as a waiver of any rights or powers of OWNER hereunder, and in the event that after the work hereunder has been accepted and final payment made, it should be discovered that any part of this contract has not been fully performed or has been done in a faulty or improper manner, the CONTRACTOR shall immediately remedy such defect, or in the event of neglect to do so within a reasonable time after notice thereof, shall be liable for the damage caused thereby, as OWNER may elect. The acceptance of the work or final payment therefore shall be no bar to suit against the CONTRACTOR . IN WITNESS WHEREOF, the parties hereby have signed this Agreement in duplicate. One counterpart has been delivered to CONTRACTOR, the other belongs to OWNER. All portions of the Project Documents have been signed by OWNER and CONTRACTOR. This Agreement will be effective on AGREEMENT & GENERAL CONDITIONS (SEAL) (SEAL) OWNER: City of Owasso CONTRACTOR: by: Alving Fruga, Mayor ATTEST: by: Juliann M. Stevens, City Clerk Title APPROVED AS TO FORM & CONTENT: Julie Trout Lombardi, City Attorney Address for giving notices: _200 South Main Street Owasso, Oklahoma 74055 AGREEMENT & GENERAL CONDITIONS SECTION 4 - BID SUBMITTAL PROJECT IDENTIFICATION: Owasso Community Center Re -Roof & Repair The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Project Documents to complete all Work as specified or indicated in the Project Documents for the price and within the time indicated in this Bid and in accordance with all other terms and conditions of the Project Documents. 2. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that Bidder has examined and carefully studied copies of all the Project Documents, the related data identified in the Project Documents and the following addenda: Addendum Number (1 )- Enwil from Secondary Rhodes Date 02/1112025 3. BIDDER will complete the work in accordance with the Agreement for the following price: LUMP SUM BID BID ITEM # 1: (Lower Roof Repairs) A. All labor, materials, services, and equipment necessary for completion of the work shown on the drawings and in the Specifications as Bid Item #1. Forty Thousand Seventy Two DOLLARS ($40,072.00 ) (Amount in Words Governs)) IrAlve ¢nyrdeer - Spf:7 Rwls fna?eJ of PireR /arr — `PAltf 6�IZp°°} B. Bid item #2: (Recover of Upper Roof) All labor, materials, services, and equipment necessary for completion of the work shown on the drawings and in the Specifications as Bid Item # 1. Twenty Eight Thousand One Hundred Ninety Nine DOLLARS ($28,199.00 ) (Amount in Words Governs) C. Bid item #3: (Elastomeric Coating of Upper Roof Skirting) All labor, materials, services, and equipment necessary for completion of the work shown on the drawings and in the Specifications as Bid Item #1. Four Thousand Six Hundred Ten DOLLARS ($4,610.00 ) (Amount in Words Governs) D. UNIT PRICES: The undersigned agrees, in case of variation of quantities from those shown or specified, the following unit prices will be used in adjusting the Contract price. If additional quantities are authorized in advance by the Owner. The following amount will be added to the Contract: 1. Cost per SQFT Deck Repair $ 3_50 2. Cost per LNFT Nailer replacement $ 2.50 SUBMITTED ON Febmary 13TH 2O25 BY: Lary Johnson COMPANY: Tumer Roofing Services LLC Business Address: 1200 E Memphis ST Broken Mow, OK 74012 Phone No: 918-250-2585 TO: The Honorable Mayor and City Council FROM: Larry Escalanta, General Services Superintendent SUBJECT: Recommendation for Contract Award - Pavement Striping Project January 2025 DATE: March 13, 2025 BACKGROUND: Staff prepared the contract document, specifications, and plans for pavement striping Three (3) different locations were selected as needing striping replaced The areas included in the project are the intersections as follows: o East 76th Street North .and North 129th East Avenue o East 861h Street North and North Mingo Road o East 1 16rh Street North and North 129rh East Avenue SOLICITATION OF BIDS: In accordance with the Oklahoma Competitive Bidding Act, the notice to bidders was published in the Tulsa World on January 16, and 23, 2025. In addition, multiple vendors and plan houses were notified of the bid opportunity. The bid opening occurred on February 25th, with three (3) contractors submitting a bid. A summary of the bid results is below. Engineers Estimate $171,478.08 Bidders Base Bid Action Safety Supply Co., LLC $79,045.65 Advanced Workzone Services $143,797.50 Roadsafe Traffic Systems $232,065.12 City staff completed the bid evaluation and determined that Action Safety Supply Co., LLC met the bid requirements and is a competent, qualified, responsible bidder. All bids included a pre- established amount of $10,000.00 in project allowance to be used only at the City's discretion for any unforeseen costs or potential overrun on quantities. FUNDING: Funding is available in the Streets Division Budget. RECOMMENDATION: Staff recommends awarding the base bid to Action Safety Supply Co., LLC, of Oklahoma City, Oklahoma, in the amount of $79,045.65 and authorization to execute all necessary documents. ATTACHMENTS: Project Map Agreement LSIAI Lb 54050 54060 tt6th and 129th r. 20 THE FALLS + AT GARRETT CREEK a 04" 54060 t Bailey Medical. Center a A5cension Saint "ago John Dwassor q1 - E0500 THE LAKES Al BAILEY S E RANCH 1 86th and Mingo - 54060 11 �1 I' t¢sto 769 4 54050 Owasso r BAI' I IS HAWKS E520 1v VI_L,''',3C 76thand1291h i.ANDING 1" = 4000 ft Striping Project 03/04/2025 S(7 PELL Fu,b•PPJLCM This map may represents a visual display of related geographic information. Data provided here on is not guarantee of actual neld conditions. To he sure of complete accuracy, please contact the responsible staff for most up-to-date information. SECTION 00300 AGREEMENT THIS AGREEMENT is dated as of the 18th day of March 2025 by and between and Action of Owasso Supply Co., LLC (hereinafter called OWNER) (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: PAVEMENT STRIPING PROJECT JANUARY 2025 CITY OF OWASSO, OKLAHOMA Remove existing pavement stripe from and re -stripe three intersections using HPS-4 Acrylate Epoxy, MMA 5070 Series, or approved equal. ARTICLE 2. ENGINEER The project has been assigned to the Project Manager or his/her duly authorized representative, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed within Forty -Five (45) calendar days from the date of Notice to Proceed; and completed and ready for final payment in accordance with the General Conditions within Sixty (60) calendar days from the date of Notice to Proceed, which will be on or before 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss 00300 - Page I of 15 suffered by OWNER, if the Work is any such proof. OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for substantial completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid. 4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that the determination of actual quantities and their classification is to be made by the OWNER at the time of application for payment. 4.3 CONTRACT AMOUNT: Contract amount is Seventy -Nine Thousand Forty -Five dollars and Sixty Five Cents ($ 79.045.65 1. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with the General Conditions on the Pay Estimate Forms included as Exhibit "A" to this Agreement. Applications for Payment will be processed by OWNER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment in accordance with the City of Owasso's Payment Schedule included as Exhibit "B" to this Agreement during construction as provided below. All progress payments will be on the basis of the progress of the Work. 5.1.1 Progress payments shall not exceed an amount equal to 95% of the WORK completed until such time as CONTRACTOR shall complete in excess of fifty percent (50%) of the contract amount. 5.1.2 Upon completion in excess of fifty percent (50°/o) of the total contract amount, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 97.5% of the Contract Price, less such amounts as OWNER shall determine in accordance with the General Conditions, provided that OWNER has determined that satisfactory progress is being made, and upon approval by the Surety. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the Contract Price. 00300 - Page 2 of 15 ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized Contract Documents, Work, locality, and with laws, ordinances, rules and regulations that performance of the Work. himself/herself with the nature and extent of all local conditions and federal, state and local in any manner may affect cost, progress or 6.2 CONTRACTOR has studied carefully all reports or explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground facilities) which have been identified in the Supplementary Conditions as provided in the General Conditions. Contractor accepts the determination set forth in the General Conditions of the extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground facilities at or continuous to the site. Contractor has obtained and carefully studied (or assume responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests and studies of such reports and related data in addition to those referred to in paragraph 6.2 as (s)he deems necessary for the performance of the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including the General Conditions. 00300 - Page 3 of 15 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terns and conditions of the Contract Documents. 6.6 CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. 6.7 CONTRACTOR has obligated himself/herself to the OWNER to be responsible for the workmanship, labor and materials used in the project for two (2) years after the project has been accepted by the OWNER. 6.8 CONTRACTOR understands that (s)he will be exempt from all sales tax on materials and other items necessary for the completion of the project. The OWNER has issued him a Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement. ARTICLE 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the following: 7.1 This Agreement (pages 1 to 6 inclusive). 7.2 Exhibits "A", 'B", "C" and "D" to this Agreement. 7.3 Advertisement for Bids (Section 00100). 7.4 Requirements for Bidders (Section 00110). 7.5 Instructions to Bidders (Section 00120). 7.6 Bid (Section 00200). 7.7 Bid Bond (Section 00210). 7.8 Bid Affidavits (Section 00220). 7.9 Statement of Bidders Qualifications (Section 00230). 7.10 Certificate of Non -Discrimination (Section 00240). 7.11 Performance Bond (Section 00410). 7.12 Maintenance Bond (Section 00420). 7.13 Statutory payment Bond (Section 00430). 00300 - Page 4 of 15 7.14 Notice of Award (Section 00510). 7.15 Notice to Proceed (Section 00520). 7.16 Change Order (Section 00600). 7.17 General Conditions (Section 00700). 7.18 Project Specifications (Section 00800). 7.19 Special Provisions (Section 00900). 7.20 Project Drawings, consisting of Sheets 1 to 9, inclusive, and Standard Drawings. 7.21 Addendum Numbers to , inclusive. 7.22 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.23 Any Modification, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a Modification (as defined in the General Conditions). ARTICLE 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors, assigns, and legal representatives to the other party hereto, his/her partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.3 The Agreement (or remaining portions thereof) should continue in effect, be valid and binding upon both parties even if a provision or part of the Contract Documents should be held void or unenforceable by law. 00300 - Page 5 of 15 IN WITNESS WHEREOF, the parties hereby have signed this Agreement in duplicate. One counterpart has been delivered to CONTRACTOR, the other belongs to OWNER. All portions of the Contract Documents have been signed by OWNER and CONTRACTOR. This Agreement will be effective on �9 _ C IS 1 Alvin Fruga, Mayor (SEAL) ATTEST: Juliann M. Stevens, City Clerk Approved as to form: Julie Lombardi, City Attorney Address for giving notices: 200 South Main St. Owasso, OK 74055 CONTRACTOR: (SEAL) Name Title AGREEMENT 00300 - Page 6 of 15 CITY OF OWASSO PAYROLL PAYMENT REPORT PAY PERIOD ENDING 03/08/2025 Department Total Payroll Expenses Municipal Court $ 10,536.91 Managerial 41,764.76 Finance 35,525.94 Human Resources 20,096.45 Community Development 38,434.46 Engineering 36,860.51 Information Technology 34,941.11 Facility Maintenance 18,661.64 Cemetery 2,665.98 Dispatch 5,974.97 Animal Control 10,079.56 Emergency Preparedness 4,052.09 Stormwater 11, 586.50 Parks 24,327.09 Recreation & Culture 14,664.50 Community Center 11,074.98 Historical Museum 1,101.07 Economic Development 2,090.30 Strong Neighborhoods 586.78 Total General Fund $ 325,025.60 Ambulance Fund $ 779.03 E911 Communications Fund $ 53,036.62 Economic Development $ 2,090.33 Strong Neighborhoods $ 7,188.26 Stormwater Fund $ 11,497.86 Half Penny - Fire $ 436,759.95 Half Penny - Police $ 384,300.86 Half Penny - Police Grants $ 3,417.87 Half Penny - Streets $ 42,870.77 Vehicle Maintenance $ 22,984.96 Workers Comp $ 8,330.04 CITY OF OWASSO HEALTHCARE SELF INSURANCE FUND CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 2/28 VENDOR DESCRIPTION AMOUNT AETNA HEALTHCARE MEDICAL SERVICE 110,021.22 HEALTHCARE MEDICAL SERVICE 483.13 HEALTHCARE MEDICAL SERVICE 34,514.11 HEALTHCARE MEDICAL SERVICE 38,786.97 HEALTHCARE MEDICAL SERVICE 68,023.22 HEALTHCARE MEDICAL SERVICE 80,769.28 HEALTHCARE MEDICAL SERVICE 49,430.40 HEALTHCARE MEDICAL SERVICE 65,749.53 HEALTHCARE MEDICAL SERVICE 54,452.00 HEALTHCARE MEDICAL SERVICE 63,580.55 ADMIN FEES 5,769.99 HEALTHCARE DEPT TOTAL 571,580.40 DELTA DENTAL DENTAL MEDICAL SERVICE 7,449.25 DENTAL MEDICAL SERVICE 6,058.79 DENTAL MEDICAL SERVICE 4,817.00 DENTAL MEDICAL SERVICE 5,277.00 ADMIN FEES 3,730.31 DENTAL DEPT TOTAL 27,332.35 SUN LIFE STOP LOSS 79,763.52 STOP LOSS TOTAL 79,763.52 VSP VISION MEDICAL SERVICES 317.00 VISION MEDICAL SERVICES 1,851.99 ADMIN FEES 84.69 VISION DEPT TOTAL 2,253.68 HEALTHCARE SELF INSURANCE FUND TOTAL 680,929.95 CITY OF OWASSO GENERAL FUND & HALF -PENNY SALES TAX FISCAL YEAR 2024-2025 Budgetary Basis Statement of Revenues & Expenditures As of February 28, 2025 MONTH YEAR PERCENT TO -DATE TO -DATE BUDGET OF BUDGET REVENUES: Taxes $ 4,200,907 $ 32,300,519 $ 45,856,117 70.44% Licenses & permits 29,025 187,323 253,302 73.95% Intergovernmental 88,833 1,236,634 1,097,286 112.70% Charges for services 60,556 542,576 780,608 69.51% Fines & forfeits 32,141 260,737 311,899 83.60% Other 1,157 205,054 158,272 129.56% Interest 75,181 698,233 395,074 176.73% TOTAL REVENUES $ 4,487,802 $ 35,431,075 $ 48,852,557 72.53% EXPENDITURES: Personal services Materials & supplies Other services Capital outlay TOTAL EXPENDITURES REVENUES OVER EXPENDITURES TRANSFERS IN (OUT): Transfers in Transfers out TOTAL TRANSFERS NET INCOME (LOSS) ENCUMBRANCES OUTSTANDING FUND BALANCE (Budgetary Basis) Beginning Balance Ending Balance $ (2,230,698) (120,906) (193,479) (329,795) $ (2,874,878) $ 1,612,924 $ (19,533,187) (1,192,656) (2,580,521) (2,587,437) $ (25,893,800) $7 9,5 77,275 $ (30,158,101) (2,288,110) (5,279,626) (8,590,212) $ (46,316,048) $ 2,536,509 $ 2,018,534 $ 16,253,167 $ 23,233,643 (3,163,667) (25,461,432) (36,613,857) $ (1,145,133) $ (9,208,265) $ (13,380,214) $ 467,791 $ 329,010 $ (10,843,705) $ (2,160,159) 30,873,613 30,873,613 $ 29,042,464 $ 20,029,908 64.77% 52.12% 48.88% 30.12% 55.91 % 69.96% 69.54% 68.82% Q:\Finance (120)\Accounting\Reports\Current FY\GF Financials