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