HomeMy WebLinkAbout2025.04.01_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE
OWASSO CITY COUNCIL
Council Chambers Old Central Building 109 North Birch, Owasso, OK
Tuesday, April 1, 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 AlvinFruga RECEIVED
2. Invocation- Assistant Pastor Mark Kuiper of Trinity Presbyterian Church MAR 2 7 2025
3. Flag Salute City Clerk's Office
4. Roll Call
5. Presentation of the Character Trait of Forgiveness - Jason Woodruff
6. 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 18, 2025, Regular Meeting
B. Approve claims
C. Authorize payment to Tyler Technologies of Plano, Texas in the amount of $107,824.69 for
annual software maintenance
D. Accept public infrastructure improvements of stormwater piping, concrete approaches,
and sidewalk located at 7660 North Memorial Drive (Trinity Presbyterian Church)
E. Accept public infrastructure of a sanitary sewer line and stormwater infrastructure located
at the northeast corner of East 961h Street North and North Garnett Road (Owasso 7)
F. Accept public infrastructure of a sanitary sewer line located at the northeast corner of East
1061h Street North & North 1371h East Avenue (The Reserve at Owasso)
G. Accept public infrastructure of a concrete approach and sidewalk located at 10604 North
1371h East Avenue (Same Day Auto)
7. Consideration and appropriate action relating to items removed from the Consent Agenda
8. Consideration and appropriate action relating to the bids received for the Funtastic Island Restroom
Remodel Project
Larry Langford
Staff recommends awarding the construction contract to Servpro of South Tulsa County, Oklahoma,
in the amount of $56,546.97 and authorization to execute the necessary documents.
9. Consideration and appropriate action relating to an Interlocal Agreement with Tulsa County for the
rehabilitation of Mingo Road from East 961h Street North to East 1161h Street North
Roger Stevens
Staff recommends termination of the Interlocal Agreement approved by the City Council on June 6,
2023, for paving assistance and approval of a new agreement for paving assistance, authorization to
execute the necessary documents, and authorization for payment to Tulsa County in an amount not
to exceed $786,000.00.
10. Presentation of the monthly Public Works Project Status Report - Roger Stevens
11. Report from City Manager
12. Report from City Attorney
13. Report from City Councilors
Owasso City Council
April 1, 2025
Page 2
14. 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 22, 2025
• Oklahoma Department of Environment Quality Permit No. SL000072250193 Attic Storage at
German Corner Sanitary Sewer Line Extension Facility No. S-21310
• Oklahoma Department of Environment Quality Permit No. WL000072250194 Attic Storage at
German Corner Potable Water Line Extension Facility No. 3002718
• Oklahoma Department of Environment Quality Permit No. SL000072210721 Ranch Creek
Sewer Interceptor Facility No. S-21310
15. New Business (New Business Is any item of business which could not have been foreseen at the time of
posting of the agenda)
16. 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, of 5:00 pmpq Thursday, March 27, 2025.
M. Stevens, City Clerk
me aty of Owasso encourages citizen participation. To request an -accommodation due to a disability, contact the City Clerk prior
to the scheduled meeting by phone 918-376-1502 orby email to 1steyens®cityofowasso com
OWASSO CITY COUNCIL
MINUTES OF REGULAR MEETING
TUESDAY, MARCH 18, 2025
The Owasso City Council met in regular session on Tuesday, March 18, 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 9:30 am on Friday, March 14, 2025.
1. Call to Order - Mayor Alvin Fruga called the meeting to order at 6:30pm.
2. Invocation - The Invocation was offered by Pastor Kandis Smith of No Limits Church
3. Flag Salute - Larry Langford 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
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
110th East Avenue, Larkin Bailey Foundation Sanitary Sewer Line Phase III
Mr. Bonebrake moved, seconded by Mr. Dunn, to approve the Consent Agenda as presented, with
claims totaling $1,469,820.20.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
6. Consideration and appropriate action relating to items removed from the Consent Agenda - None
Consideration and appropriate action relating to acceptance of East 961h Street North from North 119fh
East Avenue to North 129th East Avenue Roadway Improvements - (East Side) and authorization for Final
Payment
Earl Farris presented the item, recommending 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. There were no comments from the audience. Following discussion, Mr. Dunn
moved, seconded by Mr. Walter, to accept the project and authorize payment, as recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
Owasso City Council
March 18, 2025
Page 2
8. Consideration and appropriate action relating to a budget amendment in the Hotel Tax Fund for the
Neighborhood Grant Program
Jerry Fowler presented the item, recommending approval of a budget amendment increasing the
appropriation for expenditures by $12,000.00. There were no comments from the audience. Following
discussion, Mr. Bonebrake moved, seconded by Mr. Walter, to approve the budget amendment, as
recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
Consideration and appropriate action relating to payment to the Owasso Community Foundation for
facilitating the Neighborhood Grant Program
Jerry Fowler presented the item, recommending authorization for payment in the amount of $62,000.00
to the Owasso Community Foundation to facilitate the 2025 Neighborhood Grant Program. There were
no comments from the audience. Following discussion, Mr. Walter moved, seconded by Mr. Loving, to
authorize payment, as recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
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 presented the item, recommending approval of Resolution 2025-02. There were no
comments from the audience. Following discussion, Mr. Dunn moved, seconded by Mr. Bonebrake, to
approve the Resolution, as recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
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 presented the item, recommending approval of SUP 25-01. There were no comments
from the audience. Following discussion, Mr. Loving moved, seconded by Mr. Dunn, to approve the
SUP, as recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
12. Consideration and appropriate action relating to a contract for the re -roof and repair of the Owasso
Community Center building
Chris Roberts presented the item, recommending to award 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. There were no comments from the audience. Following discussion, Mr. Walter
moved, seconded by Mr. Dunn, to award the contract and authorize execution of documents, as
recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
Owasso City Council
March 18, 2025
Page 3
13. Consideration and appropriate action relating to bids received for the 2025 Pavement Striping Project
Larry Escalanta presented the item, recommending to award 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. There were no comments from the audience. Following discussion, Mr. Dunn
moved, seconded by Mr. Bonebrake, to award the bid and authorize execution of documents, as
recommended.
YEA: Bonebrake, Dunn, Loving, Walter, Fruga
NAY: None
Motion carried: 5-0
14. Report from City Manager - None
15. Report from City Attorney -None
16. Report from City Councilors - None
17. Official Notices - The Mayor acknowledged receipt of the following:
• 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 - None
19. 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 7:36 pm.
Juliann M. Stevens, City Clerk
Alvin Fruga, Mayor
Claims List - 04/01/2025
Fund Vendor Name Payable Description Payment
Amount
01 GENERAL K+D ARCHITECTS LLC ARCHITECTUAL DESIGN $4,000,00
ANIMAL CONTROL EXPANSION -Total
$4,000.00
JPMORGAN CHASE BANK
LOWES-FORM BOARDS
$12.50
JPMORGAN CHASE BANK
LOWES-WOOD FOR ROAD
$22.48
JPMORGAN CHASE BANK
LOWES-WOOD FORMS
$117.87
JPMORGAN CHASE BANK
WHITE CAP -ROAD
$529.92
CEMETERY WALL REPLACEMENT • Total
$682.77
JPMORGAN CHASE BANK
AMAZON -BOOT SCRAPER
$97.96
JPMORGAN CHASE BANK
AMAZON -CLOCK
$99.89
JPMORGAN CHASE BANK
AMAZON -FILTERS
$63.00
JPMORGAN CHASE BANK
AMAZON -PLUG IN REFILL
$11.16
JPMORGAN CHASE BANK
AMAZON-USB CONNECTOR
$18.38
JPMORGAN CHASE BANK
AMAZON -VAC & BANDS
$45.98
JPMORGAN CHASE BANK
AMAZON -VINYL
$17.80
JPMORGAN CHASE BANK
COX-INTERNET
$170.00
JPMORGAN CHASE BANK
ES3-BAS CITY HALL
$434.70
JPMORGAN CHASE BANK
LOCKE-FLUSH VALVE
$28.77
JPMORGAN CHASE BANK
LOCKE-LIGHT BULBS
$188.25
JPMORGAN CHASE BANK
LOCKE-TOILET REPAIR
$2.81
JPMORGAN CHASE BANK
LOWES-ANCHOR WALLS
$39.98
JPMORGAN CHASE BANK
LOWES-DOOR STOPS
$76.05
JPMORGAN CHASE BANK
LOWES-LOCK FLAGPOLE
$7.98
JPMORGAN CHASE BANK
LOWES-SCREWS
$21.98
JPMORGAN CHASE BANK
OFFICE DEPOT -UPS
$121.99
JPMORGAN CHASE BANK
PLUMBING ACES -VALVE
$1,100.00
JPMORGAN CHASE BANK
SAMS-GLOVES
$109.80
JPMORGAN CHASE BANK
SECONDARY RHODES-ROOF
$5,500.00
JPMORGAN CHASE BANK
SUMMIT FIRE -SPRINKLER
$382.00
UNIFIRST HOLDINGS LP
UNIFORMS
$42.22
FACILITY MAINTENANCE -Total
$8,580.70
AEP/PSO
ELECTRIC USE
$467.52
JPMORGAN CHASE BANK
AMAZON-AED CABINET
$80.99
JPMORGAN CHASE BANK
AMAZON -FLAG
$54.94
JPMORGAN CHASE BANK
AMAZON -PRINTER TONER
$158.40
JPMORGAN CHASE BANK
AMAZON -VEHICLE SOAP
$109.00
JPMORGAN CHASE BANK
AMAZON -WINCH KIT
$37.79
JPMORGAN CHASE BANK
APPLE -SUBSCRIPTION
$34.99
JPMORGAN CHASE BANK
JUSTICE CLEARING-TNG
$129.00
JPMORGAN CHASE BANK
MIDWEST VET -SUPPLIES
$186.79
JPMORGAN CHASE BANK
OFFICE DEPOT -PRINTER
$429.99
JPMORGAN CHASE BANK
PAYPAL-STERILIZATION
$75.00
1
Claims List-_04/01/2025
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
SMARTTAG-CC REFUND
($15.47)
JPMORGAN CHASE BANK
WALMART-DOG FOOD
$9.97
JPMORGAN CHASE BANK
WALMART-MISC SUPPLIES
$179.07
JPMORGAN CHASE BANK
ZOETIS-SUPPLIES
$495.75
TREASURER PETTY CASH
WATERSTONE CLEANING
$96.50
GEN ANIMAL CONTROL -Total
$2,530.23
AEP/PSO
ELECTRIC USE
$23.42
FLEET FUELS LLC
FUEL
$187.60
SPOK INC.
PAGER USE
$10.60
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$15.19
GEN CEMETERY -Total
$236.81
KATHLEEN M ROGERS
SEWING CLASS
$120.00
SUSAN R CHERMACK
PAINTING CLASS
$320.00
TEAL DANCE COMPANY LLC
DANCE CLASS
$360.00
GEN COMM CTR DONATIONS -Total
$800.00
AEP/PSO
ELECTRIC USE
$499.44
IMPERIAL LLC
COFFEE BAR SUPPLIES
$488.63
JPMORGAN CHASE BANK
COX-WIFI
$180.00
GEN COMMUNITY CENTER -Total
$1,168.07
JPMORGAN CHASE BANK
COLUMN PUBLIC -NOTICES
$64.72
JPMORGAN CHASE BANK
OFFICE DEPOT -COVERS
$13.99
JPMORGAN CHASE BANK
TOMMYS-FLEET
$86.46
GEN COMMUNITY DEVELOPMENT -Total
$165.17
AEP/PSO
ELECTRIC USE
$21.58
JPMORGAN CHASE BANK
AMAZON -ERASE BOARD
$26.77
JPMORGAN CHASE BANK
MEETING EXP 03/21
$8.91
JPMORGAN CHASE BANK
OFFICE DEPOT -SUPPLIES
$9.74
JPMORGAN CHASE BANK
SOUTHERN ECON-CONF
$1,490.00
GEN ECONOMIC DEV -Total
$1,557.00
AEP/PSO
ELECTRIC USE
$279.03
ITOUCH BIOMETRICS LLC
FINGERPRINT SYSTEM
$9,500.00
JPMORGAN CHASE BANK
WALMART-JAIL FOOD
$30.88
JPMORGAN CHASE BANK
WALMART-PRISON BOARD
$58.40
GEN EMERG COMMUNICATIONS -Total
$9,868.31
AEP/PSO
ELECTRIC USE
$122,59
GEN EMERG PREPAREDNESS -Total
$122.59
BLUEBEAM INC
PROJECT MGMT SOFTWARE
$3,230.00
JPMORGAN CHASE BANK
TULSACOUNTY-DEED FILE
$459.04
OKLAHOMA FLOODPLAIN MANAGERS
OFMA WORKSHOP TRNG
$270.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$26.17
Pa
Claims List - 04/01/2025
Fund Vendor Name Payable Description Payment
Amount
01 GENERAL UNITED STATES CELLULAR CORPORATION CELL PHONES $57.25
GEN ENGINEERING •Total
$4,042.46
JPMORGAN CHASE BANK AMAZON -BINDERS
$78.76
JPMORGAN CHASE BANK _ AMAZON -MICR TONER
$848.00
SUMNERONE INC COPIER SERVICES
$57.00
GEN FINANCE -Total
$983.76
AEP/PSO
ELECTRIC USE
$2,973.59
JPMORGAN CHASE BANK
OFFICE DEPOT -PAPER
$86.49
JPMORGAN CHASE BANK
STAPLES -COPY PAPER
$372.15
JPMORGAN CHASE BANK
SUMNER-COPIER
$1,570.22
JPMORGAN CHASE BANK
USPS-POSTAGE
$1.46
GEN GENERAL GOVERNMENT - Total
$5,003.91
AEP/PSO
ELECTRIC USE
$82.18
GEN HISTORICAL MUSEUM -Total
$82.18
JPMORGAN CHASE BANK
41MPRINT-PROMOTIONAL
$3.572.34
JPMORGAN CHASE BANK
FACEBOOK-JOB ADV
$29.15
JPMORGAN CHASE BANK
GIANT OS-TNG PLATFORM
$869.00
JPMORGAN CHASE BANK
HRMORNING-SUBSCRIBE
$247.00
JPMORGAN CHASE BANK
INDEED -SUBSCRIPTION
$120.00
JPMORGAN CHASE BANK
MEETING EXP 03106
$22.00
JPMORGAN CHASE BANK
MEETING EXP 03/12
$22.00
JPMORGAN CHASE BANK
NEXTCARE-MEDICAL
$165.00
JPMORGAN CHASE BANK
REASORS-REFRESHMENTS
$17.72
JPMORGAN CHASE BANK
SAVON-BOOKMARKERS
$10.00
JPMORGAN CHASE BANK
SOCIETY HR-SHRM DUES
$299.00
JPMORGAN CHASE BANK
STRATA -CHARACTER MAG
$1,096.71
GEN HUMAN RESOURCES -Total
$6,469.92
AT&T MOBILITY
PUBLIC SAFE WIRELESS
$83.35
CHICKASAW TELECOM INC
ADD EMAIL LICENSES
$368.76
CHICKASAW TELECOM INC
CISCO PHONE UPGRADE
$15,785.00
JPMORGAN CHASE BANK
AMAZON -REMOTES
$12.99
JPMORGAN CHASE BANK
EBAY-CAMERA
$1,923.78
JPMORGAN CHASE BANK
EBAY-CAMERA PART
$91.38
JPMORGAN CHASE BANK
EBAY-REFUND
($91,38)
JPMORGAN CHASE BANK
HOME DEPOT -WALL PLATE
$9.98
JPMORGAN CHASE BANK
OFFICE DEPOT -UPS
$224.49
JPMORGAN CHASE BANK
PAYPAL-CAMERA
$728.00
NEWEDGE SERVICES LLC
ARCGIS SERVER & MOUNT
$9,750.00
GEN INFORMATION TECH - Total
$28,886.35
JPMORGAN CHASE BANK
AMAZON -DRY ERASE SUPP
$49.61
3
Claims List - 04/01/2025
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
AMAZON -ERASE BOARD
$98.67
JPMORGAN CHASE BANK
AMAZON -STAPLER
$6.98
JPMORGAN CHASE BANK
CAVA-EMP APP
$25.00
JPMORGAN CHASE BANK
CHAMBER -FEES
$450.00
JPMORGAN CHASE BANK
EMPY RELAT 03/17
$26.62
JPMORGAN CHASE BANK
EMPY RELAT 03/20
$29.50
JPMORGAN CHASE BANK
LEE -SUBSCRIPTION
$28.99
JPMORGAN CHASE BANK
MEETING EXP 03105
$17.60
JPMORGAN CHASE BANK
MEETING EXP 03/12
$219.80
JPMORGAN CHASE BANK
OFFICE DEPOT -SUPPLIES
$40.66
JPMORGAN CHASE BANK
SAMS-WATER
$7.96
JPMORGAN CHASE BANK -
TRAVEL EXP 05/18
$154.48
GEN MANAGERIAL -Total
$1,155.87
JPMORGAN CHASE BANK
AMAZON-LOCKBOX
$28.61
JPMORGAN CHASE BANK
CTR-CONFERENCE
$650.00
JPMORGAN CHASE BANK
SUMNER-COPIER
$21.88
JPMORGAN CHASE BANK
TRAVEL EXP 05/11-14
$354.35
GEN MUNICIPAL COURT -Total
$1,054.84
AEP/PSO
ELECTRIC USE
$1,821.72
INSIDE OUT CONCRETE INC
SKATE CONCRETE
$15,525.00
JPMORGAN CHASE BANK
AMAZON -FIELD MARKER
$187.11
JPMORGAN CHASE BANK
AMAZON -FIELD STRIPER
$102.00
JPMORGAN CHASE BANK
AMAZON -MOWER BLADES
$224.56
JPMORGAN CHASE BANK
AMAZON-REDBUD FAUCETS
$825.34
JPMORGAN CHASE BANK
C&C-SUPPLIES
$701.85
JPMORGAN CHASE BANK
C&C-TOILET PAPER
$425.00
JPMORGAN CHASE BANK
CORNERSTONE-JB WELD
$9.99
JPMORGAN CHASE BANK
CORNERSTONE -LOCK
$17.09
JPMORGAN CHASE BANK
CORNERSTONE-NOZZEL
$15.99
JPMORGAN CHASE BANK
CORNERSTONE -SUPPLIES
$86.98
JPMORGAN CHASE BANK
HOME DEPOT -WATER HOSE
$79.98
JPMORGAN CHASE BANK
LOCKE-FLUSH VALVE
$134,10
JPMORGAN CHASE BANK
LOWES-MULCH
$94.54
JPMORGAN CHASE BANK
LOWES-PRESSURE WASHER
$359.00
JPMORGAN CHASE BANK
LOWES-TOP SOIL
$37.78
JPMORGAN CHASE BANK
SUTHERLANDS-FIELD MKR
$119.92
JPMORGAN CHASE BANK
TS SERVICES-PWR WASH
$1,040.30
UNIFIRST HOLDINGS LP
PARKS UNIFORMS
$61.56
UNIFIRST HOLDINGS LP
PARKS UNIFORMS REFUND
($18.15)
WASHINGTON CO RURAL WATER DISTRICT
MCCARTY WATER SERVICE
$36.00
GEN PARKS -Total
$21,887.66
a
Claims Lis t_-_0410112025
Fund
Vendor Name
Payable Description
Payment
Amount
01 GENERAL
JACKSON MECHANICAL SERVICE INC
BOILER REPLACEMENT
$69,970.00
GEN POLICE SERVICES -Total
$69,970.00
JAMES NEIL CLINE
SF -BALLOONS
$400.00
JPMORGAN CHASE BANK
AMAZON-MOANA DVD
$19.96
JPMORGAN CHASE BANK
AMAZON -WHITE BOARD
$38.99
JPMORGAN CHASE BANK
GALAXY -BOUNCE HOUSE
$546.00
JPMORGAN CHASE BANK
WALMART-BATTERIES
$14.62
JPMORGAN CHASE BANK
WALMART-PATTY SCAV
$28.47
KAITLIN BRYAN
SF - FACE PAINTER
$400.00
WHISTLER SIGN COMPANY LLC
SF ADVERTISING
$95.00
GEN RECREATION & CULTURE -Total
$1,543.04
FLEET FUELS LLC
FUEL
$187.62
SPOK INC.
PAGER USE
$67.60
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$135.07
GEN STORMWATERNEG -Total
$390.29
TREASURER PETTY CASH
CC DEP REF -COX
$50.00
TREASURER PETTY CASH
OC DEP REF-BRYANT
$100.00
TREASURER PETTY CASH
OC DEP REF-JONES
$100.00
TREASURER PETTY CASH
OC DEP REF -WHITE
$100.00
TREASURER PETTY CASH
UMPIRE REF -GUM
$60.00
GENERAL -Total
$410.00
JPMORGAN CHASE BANK
AMAZON -STRING WINDER
$74.88
JPMORGAN CHASE BANK
HOME DEPOT -STRIPER
$80.78
SOFTBALL PROGRAM •Total
$155.66
TREASURER PETTY CASH
SOFTBALL REF -GUM
$340.00
SOFTBALL SPORTS FEE -Total
$340.00
GENERAL -Total
$172,087.59
20 AMBULANCE SERVICE
CAPITAL WASTE SOLUTIONS LLC
MED WASTE REMOVAL
$339.20
AMBULANCE -Total
$339.20
TREASURER PETTY CASH
AMB REF -BEARD
$24.00
TREASURER PETTY CASH
AMB REF -PARKER
$24.00
AMBULANCE SERVICE -Total
$48.00
AMY CARROLL
ST1 WALL
$1,300.00
FIRE STAT#1 RENOVATION -Total
$1,300.00
AMBULANCE SERVICE
-Total
$1,687.20
21 E-911
DEPARTMENT OF PUBLIC SAFETY
OLETS ACCESS
$851.00
JPMORGAN CHASE BANK
AMAZON -RAM
$310.26
JPMORGAN CHASE BANK
APCO-TRAINING
$35.00
JPMORGAN CHASE BANK
DELL -DOCK
$148.78
Claims List - 04/01/2025
Fund
Vendor Name
Payable Description
Payment
Amount
21 E-911
JPMORGAN CHASE BANK
DELL -MONITORS
$305.02
JPMORGAN CHASE BANK
PMUSA-PARKING
$2.00
E911 COMMUNICATIONS -Total
$1,652.06
E-911 -Total
$1,652.06
25 HOTELTAX
JPMORGAN CHASE BANK
GREAT SOUTH-WEBHOST
$500.00
HOTEL TAX ECON DEV -Total
$500,00
CUTTER & BUCK INC
POLO SHIRTS
$71.03
STRONG NEIGHBORHOODS -Total
$71.03
HOTELTAX -Total
$571.03
27 STORMWATER MANAGEMENT
AEP/PSO
ELECTRIC USE
$254.10
JPMORGAN CHASE BANK
LOT 109-PARKING FEE
$16.00
STANDARD SUPPLY LAWN & GARDEN
SPREADERISPRAYER
$15,599.22
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$8.78
UNITED STATES CELLULAR CORPORATION
CELL PHONES
$21.44
STORMWATERSTORMWATER/VEG -Total
$15,899.54
STORMWATER MANAGEMENT
-Total
$15,899.54
37 SALES TAX FIRE
AEP/PSO
ELECTRIC USE
$4,015.30
JPMORGAN CHASE BANK
AMAZON -FILTERS
$62.99
JPMORGAN CHASE BANK
B&H-PARTS
$323.43
JPMORGAN CHASE BANK
EKLUND DUCT -CLEANING
$300.00
JPMORGAN CHASE BANK
LOWES-WATER FILTER
$49.99
SALES TAX FUND -FIRE - Total
$4,751.71
SALES TAX FIRE -Total
$4,751.71
38 SALES TAX POLICE
JPMORGAN CHASE BANK
AMAZON -RANGE BLDG
$279.13
JPMORGAN CHASE BANK
AMAZON -REFUND
($29.89)
JPMORGAN CHASE BANK
ATWOOD-RANGE BLDG
$54.99
JPMORGAN CHASE BANK
HOME DEPOT -RANGE BLDG
$10.77
JPMORGAN CHASE BANK
LOCKE-RANGE BLDG
$1,100.62
JPMORGAN CHASE BANK
LOWES-RANGE BLDG
$1,439.24
P.D. MULTI -USE STRUCTURE -Total
$2,854.86
AEP/PSO
ELECTRIC USE
$4,141.22
APPLIED CONCEPTS
RADAR REPAIR
$262,50
AT&T MOBILITY
PUBLIC SAFE WIRELESS
$141.96
GT DISTRIBUTORS INC
GLOCK PISTOLS
$1,044.42
JPMORGAN CHASE BANK
ACADEMY -FIREARMS
$69.98
JPMORGAN CHASE BANK -
ACTIONTARGET-FIREARMS
$516.40
JPMORGAN CHASE BANK
AMAZON -COFFEE ITEM
$8.49
JPMORGAN CHASE BANK
AMAZON -DOOR STRIPPING
$692.99
JPMORGAN CHASE BANK
AMAZON -FIREARMS
$13.70
JPMORGAN CHASE BANK
AMAZON -KITCHEN ITEMS
$303.47
9
Claims List - 04/01/2025
Fund Vendor Name
Payable Description
Payment
Amount
38 SALES TAX POLICE JPMORGAN CHASE BANK
AMAZON -PANTS
$90.00
JPMORGAN CHASE BANK
AMAZON -PRINTER
$429.00
JPMORGAN CHASE BANK
AMAZON -PROP SCALES
$28.89
JPMORGAN CHASE BANK
AMAZON -REFUND
($160.02)
JPMORGAN CHASE BANK
AMAZON -WALL STORAGE
$160.54
JPMORGAN CHASE BANK
AUTOZONE-TOOLS
$63.88
JPMORGAN CHASE BANK
CORNERSTONE -FIREARMS
$15.99
JPMORGAN CHASE BANK
DIGI KEY -FIREARMS
$30.21
JPMORGAN CHASE BANK
DIGI KEY -REFUND
($30.21)
JPMORGAN CHASE BANK
ES2-BAS SALLY PORT
$434.70
JPMORGAN CHASE BANK
FAM ANIMAL-K9 MEDICAL
$449.56
JPMORGAN CHASE BANK
FBI LEEDA-TRAINING
$795.00
JPMORGAN CHASE BANK
LA POLICE -FIREARMS
$519.87
JPMORGAN CHASE BANK
LODGING EXP 02/23-28
$470.00
JPMORGAN CHASE BANK
LODGING EXP 03/02-07
$523.00
JPMORGAN CHASE BANK
LODGING EXP 05/16-18
$440.00
JPMORGAN CHASE BANK
LODGING EXP 05116-21
$645.00
JPMORGAN CHASE BANK
LOWES-BOX
$19.44
JPMORGAN CHASE BANK
LOWES-GRINDERS
$589.80
JPMORGAN CHASE BANK
LOWES-REFUND
($21.17)
JPMORGAN CHASE BANK
LOWES-WEATHER PROOF
$21.17
JPMORGAN CHASE BANK
MAGNET FORENSICS -SUBS
$2,495.00
JPMORGAN CHASE BANK
OFFICE DEPOT -KEYBOARD
$69.99
JPMORGAN CHASE BANK
QT-WATER
$17.97
JPMORGAN CHASE BANK
QUIKSERVICE-FIREARMS
$583.80
JPMORGAN CHASE BANK
RAY ALLEN-SWAT ITEMS
$164.98
JPMORGAN CHASE BANK
RISE ARMAMENT -RIFLES
$3,685.44
JPMORGAN CHASE BANK
SAMS-PAPER GOODS
$453.28
JPMORGAN CHASE BANK
SAMS-TRASH BAGS
$132.84
JPMORGAN CHASE BANK
SECOND GEN-KEYS
$58.50
JPMORGAN CHASE BANK
SHEEPDOG -ANNUAL DUES
$50.00
JPMORGAN CHASE BANK
SUMMIT FIRE -SPRINKLER
$630.00
JPMORGAN CHASE BANK
ULINE-PROPERTY BAGS
$162.07
OKLAHOMA DEPARTMENT OF LABOR
BOILER INSPECTION
$25.00
OWASSO FOP LODGE #149 POLICE DEPT
LEGAL DEFENSE
$220.50
TREASURER PETTY CASH
WATERSTONE CLEANING
$850.13
VISUAL FORCE INC
VEHICLES GUN LOCKS
$2,090.00
SALES TAX FUND -POLICE -Total
$24,399.28
SALES TAX POLICE -Total
$27,254.14
39 SALES TAX STREETS AEP/PSO
ELECTRIC USE
$3,070.27
CAMO FARMS INC
ASPHALT
$407.40
7
Claims List - 04/01/2025
Fund
Vendor Name
Payable Description
Payment
Amount
39 SALES TAX STREETS
FLEET FUELS LLC
FUEL
$187.62
JPMORGAN CHASE BANK
ANCHOR STONE -ROCK
$1,332.26
JPMORGAN CHASE BANK
ATWOOD-CONCRETE BOOTS
$16.99
JPMORGAN CHASE BANK
BROWN FARMS -SOD
$80.00
JPMORGAN CHASE BANK
CHEMTEK-ASPHALT CLEAN
$787.72
JPMORGAN CHASE BANK
EQUIP ONE -COMPACTOR
$82.99
JPMORGAN CHASE BANK
EQUIP ONE -PROPANE
$16.21
JPMORGAN CHASE BANK
FASTENAL-NUTS
$82.13
JPMORGAN CHASE BANK
HOME DEPOT -LUMBER
$44.39
JPMORGAN CHASE BANK
HOME DEPOT -RAKES
$69.74
JPMORGAN CHASE BANK
HOME DEPOT -STAKES
$20.94
JPMORGAN CHASE BANK
HOME DEPOT -WOOD
$59.40
JPMORGAN CHASE BANK
INTERSTATE -BATTERIES
$1,106.00
JPMORGAN CHASE BANK
INTERSTATE -CHARGER
$38.80
JPMORGAN CHASE BANK
LOCKE-LIGHT BULBS
$26.54
JPMORGAN CHASE BANK
LODGING EXP 03/11-12
$99.00
JPMORGAN CHASE BANK
LOWES-HAMMER DRILL
$239.00
JPMORGAN CHASE BANK
LOWES-HOSE END
$9.46
JPMORGAN CHASE BANK
LOWES-MEASURING WHEEL
$43.97
JPMORGAN CHASE BANK
LOWES-REFUND
($3.48)
JPMORGAN CHASE BANK
PINKLEY SALES -SIGN
$1,541.00
JPMORGAN CHASE BANK
ROADSAFE-SAND BAGS
$172.00
JPMORGAN CHASE BANK
TAG AGENCY-CDL LIC
$117.60
JPMORGAN CHASE BANK
UPS -RADAR REPAIR
$24.34
JPMORGAN CHASE BANK
WHITE CAP-GROOVER
$199.00
JPMORGAN CHASE BANK
WHITE CAP -ROAD MAT
$2,519.98
JPMORGAN CHASE BANK
WHITE CAP -ROLLER
$35,334.67
SPOK INC.
PAGER USE
$184.20
TREASURER PETTY CASH
R JIMENEZ-PER DIEM
$306.00
TREASURER PETTY CASH
TODD KIMBALL-PER DIEM
$306.00
TULSA COUNTY HIGHWAY CONSTRUCTION
SIGNAGE & STRIPING
$314.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$187.61
WASHINGTON CO RURAL WATER DISTRICT
116 LANDSCAPE IRRIG
$105.61
SALES TAX FUND -STREETS -Total
$49,129.36
GRADE LINE CONSTRUCTION
CONSTRUCTION SERVICES
$102.763.88
STREET REHAB FY23.24 -Total
$102,763.88
SALES TAX STREETS
-Total
$151,893.24
40 CAPITAL IMPROVEMENTS
UNIVERSAL FIELD SERVICES INC
ROW ACQUISITION SVCS
$14,116.50
96TH FROM 134TH TO 145TH -Total
$14,116.50
CAPITAL IMPROVEMENTS
-Total
$14,116.50
44 TRANSPORTATION TAX
KIMLEY-HORN AND ASSOCIATES INC
ENGINEERING SERVICES
$9,331.15
8
Fund
Claims List - 04/01/2025
Vendor Name
Payable Description Payment
Amount
44 TRANSPORTATION TAX 106TH ST 129TH TO 145TH -Total $9,331.15
GARVER ENGINEERING SERVICES $10,541.50
96TH ST MINGO TO GARNETT -Total $10,541.50
TRANSPORTATION TAX -Total $19,872.65
70 FLEET MAINTENANCE AEP/PSO ELECTRIC USE $1,119m
EMERSON MANUFACTURING CYLINDER LOCK KIT $4,332.81
JPMORGAN CHASE BANK
AMAZON -CARD SLEEVE
$31.96
JPMORGAN CHASE BANK
AMAZON -CLIPBOARDS
$12.83
JPMORGAN CHASE BANK
AMAZON -ENGINE COVER
$20.46
JPMORGAN CHASE BANK
AMAZON-MECH GLOVES
$95.98
JPMORGAN CHASE BANK
AMAZON-POPSICLES
$72.48
JPMORGAN CHASE BANK
AMAZON -VINYL
$72.41
JPMORGAN CHASE BANK
AMAZON -WORK LIGHTS
$115.14
JPMORGAN CHASE BANK
ARROWHEAD -PLOW HEAD
$192.00
JPMORGAN CHASE BANK
HOLT TRUCK -AC PARTS
$319.57
JPMORGAN CHASE BANK
IMPERIAL -CIRCUIT
$166.90
JPMORGAN CHASE BANK
INDUST TRUCK -SPREADER
$1,996.76
JPMORGAN CHASE BANK
LENOX-TOWING
$522.50
JPMORGAN CHASE BANK
ROCK AUTO -AIR FILTER
$260.88
JPMORGAN CHASE BANK
ROCK AUTO-WW SEALS
$71.42
JPMORGAN CHASE BANK
SAMS-WATER
$3.98
JPMORGAN CHASE BANK
SOUTHERN TIRE -TIRES
$2,857.80
JPMORGAN CHASE BANK
SPEEDTECH-LED STROBE
$1,213.40
JPMORGAN CHASE BANK
SPEEDTECH-LIGHTBAR
$902.36
JPMORGAN CHASE BANK
WS SERVICE-TENSIONER
$79.96
JPMORGAN CHASE BANK
YELLOW HOUSE -PUMP
$94.14
JPMORGAN CHASE BANK
YELLOW HOUSE -STEERING
$1,494.11
UNIFIRST HOLDINGS LP
UNIFORMS
$66.19
FLEET MAINTENANCE -Total
$16,115.90
FLEET MAINTENANCE -Total
$16,115,90
76 WORKERS' COMP SELF -INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS
WORKERS' COMP SELF -INS -Total
$46,878.85
$46,878.85
WORKERS' COMP SELF -INS -Total
$46,878.85
77 GENERAL LIABILITY-PROPERT HALL, ESTILL, HARDWICK, GABLE, PROFESSIONAL SERVICES
GEN LIAB-PROP SELF INS -Total
$440.00
$440.00
GENERAL LIABILITY-PROPERT -Total
$440.00
78 HEALTHCARE SELF INS FUND COMMUNITYCARE EAP EAP PROGRAM
$468.00
WELLNESS -Total $468,00
HEALTHCARE SELF INS FUND -Total $468.00
Fund
Claims List - 04/01/2025
Vendor Name Payable Description Payment
Amount
City Grand Total $473,688.41
10
sd
PEAL People•REAL CM1racYr•REAL CommunXy
TO: The Honorable Mayor and City Council
FROM: Carly Novozinsky, Finance Director
SUBJECT: Tyler Technologies- Annual Maintenance Fee
DATE: March 27, 2025
BACKGROUND:
On April 15, 2022, City Council approved a contract with Tyler Technologies of Plano, Texas, for
the purchase of Computer Aided Dispatch Software (CAD), Reports Management System
Software (RMS), and Court Software.
Included in the approved contract and bid documents was an annual software maintenance
fee for ongoing support and upkeep of the software.
RECOMMENDATION:
Staff recommends authorization of payment to Tyler Technologies of Plano, Texas, in the amount
of $107,824.69 for annual software maintenance.
ATTACHMENT:
Tyler Technologies Invoice 130-154915
Remittance: IIVOIC@
tyler
Tyler Technologies, Inc 9
(FEIN 75-2303920) Invoice No Date Pa e
technologies P.O. Box 203556 [130-154915 04101/2025 1 of 3
Dallas, TX 75320-3556
Questions:
Tyler Technologies -
Public
lmaEmail:ar@t0ye ar@tylertech.com
Press 2, then 5
EI II I I III INII I NI I IIIIIIII IIIIIIINIIII IIINI II III
Bill Ta CITY OF OWASSO POLICE DEPARTMENT Ship Ta CITY OF OWASSO POLICE DEPARTMENT
111 NORTH MAIN STREET 111 NORTH MAIN STREET
OWASSO. OK74055-2923 OWASSO, OK 74055-2923
Cust No. B1llTo-ShipTo Ord No PO Number Currency Terms Due Date
55139 - MAIN - MAIN 33488 USD NET30 05/01/2025
Contract Date
Description
Units
Rate
Extended Price
Contract No.: Dwassa Police Department
27/Apr/2022
Use of Force
1
623.81
623.81
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Bookings
1
623.81
623.81
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
CAD Auto Routing
1
1,140.47
1,140.47
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apd2022
CAD AVL
1
1,140.47
1, 140.47
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Service Vehicle Rotation (Wrecker, Ambulance)
1
1.140.47
1.140.47
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Unit Management
1
1,711.23
1,711.23
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Web CAD Monitor
1
2,851.70
2,851.70
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
E-911 Interface
1
1.140.47
1,140.47
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr2022
CAD NCIC Interface
1
1.996.61
1,996.61
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
CAD Data Mart / Includes 2 users
2
285.38
570.76
Cycle: Start: Ot/May2025, End: 30/Apr/2026
27/Apr2022
Enterprise Law Enforcement Records
1
15,398.96
15,398.96
Cycle: Start: 01/May/2025, End: 301Apr2026
27/Apr/2022
Law Enforcement Mobile Site License
1
6,077.90
6,077.90
Cycle: Start: Ot/May/2025, End: 30/Apr/2026
27/Apr/2022
Enterprise Law Enforcement Field Mobile
1
0.00
0.00
Cycle: Start: o1/May/2025, End: 30/Apr/2026
27/Apr2022
LE Dispatch/Messaging/State/NCIC
1
0.00
0.00
Cycle: Start: Oi/May/2025, End: 30/Apr/2026
27/Apr2022
Drivers License Mag Stripe Reader/Barcode Reader Interface
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr12026
27/Apr2022
Livescan Interface (LERMS)
1
1,140.47
1,140.47
Cycle: Start: Ot/May/2025, End: 30/Apr/2026
27/Apr12022
Content Manager
1
1.604.08
1.604.08
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
LE Accident Reporting
1
0.00
0.00
Cycle: Start: 01IMay2025, End: 30/Apr/2026
tyIa',itkance: T Ier Technologies, Inc
(PEIN 75-2303920)
technologiesP'O. Box 203556
Dallas, TX 75320-3556
Questions:
Tyler Technologies- Public Safety
Phone: 1-800-772-2260 Press 2, then 5
Email: ar@tylertech.com
Invoice
F
oice NoDate Page-154915 04/01/2025 2 of 3
Bill Ta CITY OF OWASSO POLICE DEPARTMENT Ship Ta CITY OF OWASSO POLICE DEPARTMENT
111 NORTH MAIN STREET 111 NORTH MAIN STREET
OWASSO, OK 74055-2923 OWASSO, OK74055.2923
Cust No: BRITo-ShipTo Ord No PO Number Currency Terms Due Date
65139 - MAIN - MAIN 33488 USD NET30 05/01/2025
Contract Date
Description
Units
Rate
Extended Price
27/Apr12022
NCIC Interface
1
3,706.78
3,706.78
Cycle: Stan: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Fire In -car Routing
1
0.00
0.00
Cycle: Start: Ol/May/2025, End: 30/Apr/2026
271Apr/2022
Law Enforcement Records Management Data Mart / Includes 2 users
2
285.38
570.76
Cycle: Start: 01/May2025, End: 301Apr/2026
27/Apr12022
Field Reporting Site License
1
6,077.90
6,077.90
Cycle: Start: 011May2025, End: 30/Apr/2026
27/Apd2022
Equipment & Inventory
1
623.81
623.81
Cycle: Start: 0l/May12025, End: 30/Apr/2026
27/Apr12022
LE In -car Mapping /AVL
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Mugshot Image Download
1
0.00
0.00
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Enterprise Fire Field Mobile
1
0.00
0.00
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Fire In -car Mapping AVL
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Fire Dispatch/Messaging
1
0.00
0.00
Cycle: Start: Oi/May2025, End: 30/Apr/2026
27/Apr/2022
Workstation License
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Fire/ EMS Mobile Site License
1
6,979.23
5.979.23
Cycle: Start: Ot/May2025, End: 30/Apr/2026
27/Apr/2022
Stop Data Reporting
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
271Apr/2022
LE Field Reporting
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
MCTTicket Writer
1
0.00
0.00
Cycle: Start: Ot/May/2025, End: 30/Apr/2026
27/Apr/2022
Field Investigation / Field Reporting
1
0.00
0.00
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Public Safety Insights (Performance Dahboard, Citizen Connect , Explorer,
1
13,812.92
13,812.92
Analytics)
Cycle: Start: 011May/2025, End: 30/Apr/2026
27/Apr/2022
Mobility Hosting Annual Fee
1
2,673.47
2,673.47
Cycle: Start: 01/May2025, End: 30/Apr/2026
,01 Remittance:
_ Tyler Technologies, Inc tyler
(FEIN 75-2303920)
i� technologies P.O. Box 203556
g Dallas, TX 75320-3556
Questions:
Tyler Technologies- Public Safety
Phone: 1-800-772-2260 Press 2, then 5
Emait ar@tylertech.com
Invoice
Invoice No Date Page
130-154915 04/01 /2025 3 of 3
Bill Ta CITY OF OWASSO POLICE DEPARTMENT Ship Ta CITY OF OWASSO POLICE DEPARTMENT
111 NORTH MAIN STREET 111 NORTH MAIN STREET
OWASSO, OK74055-2923 OWASSO, OK74055-2923
Cust No.-BIIITo-Sh foTcr Ord No PO Number Currency Terms Due Date
55139 - MAIN - MAIN 33488 USD NET30 05/01/2025
Contract Date
Description
Units
Rate
Extended Price
27/Apr/2022
Link Analysis
1
5,346.94
5,346.94
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Embedded Third Party Software
1
3,676.02
3,676.02
Cycle: Start: 01/May/2025, End: 30/Apr/2026
27/Apr/2022
Enterprise Law Enforcement Mobile Server Software
1
9,980.95
9,980.95
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Encoder Interface
1
1,140.47
1,140.47
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
CAD Paging Interface
1
1,140.47
1,140.47
Cycle: Start: 01/May2025, End: 30/Apr/2026
27IApd2022
Enterprise CAD Combined LE/Fire/EMS
1
10,266.33
10,266.33
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
CAD CFS (xmt) Export Interface
1
1,996.61
1,996,61
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Pre -Arrival Questionnaire Interface
1
1,140.47
1,140.47
Cycle: Start: Oi/May2025, End: 30/Apr/2026
27/Apr/2022
LE In -car Routing
1
0.00
0.00
Cycle: Start: 01/May2025, End: 30/Apr/2026
27/Apr/2022
Use of Force Reporting
1
0.00
0.00
Cycle: Start: 01/May2025, End: 30/Apr/2026
25/Jul/2022
Data Archive
1
2,247.20
2,247.20
Cycle: Start: 01/May/2025, End: 30/Apr/2026
01/Aug/2023
Alarm Interface (suppports CryWolt)
1
283.15
283.15
Cycle: Start: 01/May2025, End: 30/Apr/2026
**ATTENTION*
Order your checks and forms from
Tyler Business Forms at877-749-2090 or
tylerbusinessforms.com to guarantee
100% compliance with your software.
Subtotal 107,824.69
Sales Tax s0.00
Invoice Total 1 107
TO: The Honorable Mayor and City Council
FROM: Earl Farris, Project Administrator
SUBJECT: Acceptance of Infrastructure Improvements at 7660 North Memorial Drive
Trinity Presbyterian Church
DATE: March 27, 2025
BACKGROUND:
The subject commercial development is located at 7660 North Memorial Drive. Public
infrastructure improvements consist of public stormwater piping, concrete approaches, and
sidewalk.
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 maintenance bond.
RECOMMENDATION:
Staff recommends acceptance of the public infrastructure improvements at Trinity Presbyterian
Church.
ATTACHMENTS:
Location Map
Attorney Approved Bond
Trinity Presbyterian Church
t" = 377 ft
Location Map
03/24/2025
sQ
REAL MIE•Pfi�NLCi W�IIn.
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:
Monday, February 10, 2025 2:58 PM
To:
Eaton, Steven; Lombardi, Julie
Cc:
Farris, Earl; Wingert, Shellie
Subject:
RE: Trinity Presbyterian Bonds
Good afternoon,
I have reviewed the Public Storm for Trinity Presbyterian 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 $532,321,000.00 underwriting limitation. Therefore, the
bond is approved.
�rfclkd�'d s.d><w�lk icarfaa-grJ�r—;
Meather Stewart P`NlQ ���cwa.P�g
Executive Assistant U_ -
Office of the City Manager & City Attorney
918-376-1515
From: Eaton, Steven <seaton@CityOfOwasso.com>
Sent: Monday, February 10, 2025 1:51 PM
To: Lombardi, Julie <JLombardi@CityOfOwasso.com>
Cc. Farris, Earl <efarris@CityOfOwasso.com>; Stewart, Heather <hstewart@CityOfOwasso.com>
Subject: Trinity Presbyterian Bonds
Ms. Lombardi,
I am sending a maintenance bond for review. Would you please reply with your findings.
Thank you,
Steven Eaton
City of Owasso
Infrastructure Inspector
sea ton Ocitvofowa sso.com
Phone 918-272-4959
Cell918-693-3979
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No: 9472580
KNOW ALL MEN BY THESE PRESENTS, That we Miller-Tippens Construction
Company, LLC as Principal (Developer and Contractor), and Fidelity and Deposit
Company of Maryland. as Surety, are held and firmly bound unto the City of Owasso,
Oklahoma, as Obligee, in the penal sum of Twenty Three Thousand & 00/100---
($23,000.00) to which payment will and tnrly 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 Public Storm for Trinity Presbyterian Church, 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: February 4, 2025
Miller-Tippens Constru 'o onipa , LLC, Principal
BY:
Fidelity and Deposit Company of Maryland, Surety
BY: lop oorj h /]8Qn Attomey-in-Fact
Attach Power of Attorney
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and
appoint to Clayton HOWELL, Vicki WILSON, Austin K. GREENHAW, J. Kelly DEER, Shelli R. SAMSEL, Travis E.
BROWN, Jamie BURRIS, Vaughn P. GRAHAM, Vaughn P. GRAHAM, JR., Stephen M. POLEMAN, Deborah L. RAPER,
Dwight A. PILGRIM, Gary LILES, Randy D. WEBB, Bobby Joe YOUNG, Aaron WOOLSEY, Carey L. KENNEMER,
Kristin LEWIS, Joshua BRYAN, Becky KILLMAN of Tulsa, Oklahoma, its true and lawful agent and Attomey-in-Fact, to make,
execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution
of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and
purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE
COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 04th day of January, A.D. 2024.
6tp_Wr'"^s s 3 un54,,,, •pica ",
S_ Fl�SEAL�m a=_ SEAL 1y15' SEAL t }'d
'«4pnuunn„O••i r"Ty.ry',pnF••n ypY..n.unw
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: RobertD. Murray
Vice President
�pbtnt. ti '�A6'60 —
Bv.- Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this ulth day of January, A.D. 2024, before the subscriber, a Nowy Public of the Stale of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally knonn to be the individuals and officers described in and who
executed the preceding instrummt, and acknowledged the execution of same, and being by me duly mom, deposeth and saidt, that he/she is the said of iccr of
the Company aforesaid, and that the seals affixed to the preceding insurumcnt are the Corporate Seals ofsaid Companies, and that the said Corporaic Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M. Maison
�V.."n "f'•„
'`oiM��Yno:
GENEYIEVE M. MAISON
-
Na
R
a4tTIMIX3E ouCWNrv,MO
ans
�'''. "eFrC�•�•
AM Wmmaska Fav"aer iGNVAPYti.
Authenticity of this bond can be confirmed at bondvalidator.zuriehna.com or 410-559-5790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations. undertakings, or other like instruments on behalf of the Company. and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
lime."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seat of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seals of the said Companies,
this 4th day of February 2025 .
,
,A�SaaIY yl,.yp
11
, 4�nS(/g4op••'
1
O�
`D:.If C^llq 'O
••'_
p P'•
e6'c
:-`ni POr{P�Ps
u m.r._ccio
SEAL
-q,POAy
a SEAL s;
'�; SEAL�a
y_
/1�Cy9g;
Jj
Thomas O. McClellan
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRfNCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
1299 Zurich Way
Schaumburg, IL 60196-1056
reports fcla i ms!r�zurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidatorzurichna.com or 410-559-8790
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No: 9472581
KNOW ALL MEN BY THESE PRESENTS, That we Miller-Tippens Construction
Company, LLC as Principal (Developer and Contractor), and Fidelity and Deposit
Company of Maryland, as Surety, are held and firmly bound unto the City of Owasso,
Oklahoma, as Obligee, in the penal sum of Ninety Seven Thousand Eight Hundred Fifty
& 00/100-- ($97,850.00) 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 Approaches ($64,780.00), Sidewalks
($25,443.00) and Curb and Gutter ($7,627.00) within the Right of Way for Trinity
Presbyterian Church, 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: February 4, 2025
Miller-Tippens Con structio Comp v, LLC, Principal
BY:
Fidelity and IDeposit Company of Maryland, Surety
BY:Attomey-in-Fact
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and
appoint to Clayton HOWELL, Vicki WILSON, Austin K. GREENHAW, J. Kelly DEER, Sholli R. SAMSEL, Travis E.
BROWN, Jamie BURRIS, Vaughn P. GRAHAM, Vaughn P. GRAHAM, JR., Stephen M. POLEMAN, Deborah L. RAPER,
Dwight A. PILGRIM, Gary LILES, Randy D. WEBB, Bobby Joe YOUNG, Aaron WOOLSEY, Carey L. KENNEMER,
Kristin LEWIS, Joshua BRYAN, Becky KILLMAN of Tulsa, Oklahoma, its line and lawful agent and Atiomcy-in-Fact, to make,
execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution
of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and
purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE
COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 04rh day of January, A.D. 2024.
"•a wry o'�y a,..Y..•. .�V�� w..
o
-x`LS 1
0 1p i'Y pp s
SEAL mt^-' F�oSEAL 6==Si SEAL'"`'s
,........... '' ,,,,....,,,.• ATTEST:
ZURICH AMERICAtv1 INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
�Izhob N Vbxl'_
By: Dawn E. Brawn
Secretary
State of Maryland
County of Baltimore
On this 04th day of January, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice Presidem and Dawn E. Brown, Secretary of the Companies. to me personally (mown to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swam, deposeth and saith. that hdshe is the said officer of
the Company aforesaid, and that he seals affixed to the preceding instrument are the Corporate Seals ofsaid Companies, and that the said Corporate Seals and
the signature as such ofiicerwere duly affixed and subscribed to the said instrument by die authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M.Maison
�VE¢i�
GENEVIEVE M. MAISON
ice: aa94G i_
xm/wrwsuc
tuinraoaacaurny,mo
astNxma. vts
-
"''•^w..r±icc�"
arycommtcnoaruim
Authenticity of this bond can be confirmed at bondvaUdator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Auomeys-in-Fact. The Chief Executive Officer, die President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, politics,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix die corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seat of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seats of the said Companies,
this Ath day of February , 2025 .
r�
ursv,�"',
�ea ",
a....T�....
mot•
Y pP OqP `"g's
`aWP OpP O!(,'
`,b OPPOgq�� o'i
SEAL
u• SEAL _
_< SEAL•/im=
{j€p^'_
%(-It
-�4 Y�+nr111,1� 0`-`
Iy,mO
�p �fYl Nr;OJ
Thomas O. McClellan
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
Authenticity of this bond can be confirmed at bondvalidator.zuricbna.eom or 410-559-8790
1299 Zurich Way
Schaumburg, IL 60196-1056
reportsMa ims(rtlzurich na.com
800-626.4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No: 9472580
KNOW ALL MEN BY THESE PRESENTS, That we Miller-Tippens Construction
Company, LLC as Principal (Developer and Contractor), and Fidelity and Deposit
Company of Maryland. as Surety, are held and firmly bound unto the City of Owasso,
Oklahoma, as Obligee, in the penal sum of Twenty Three Thousand & 00/100---
($23,000.00) 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 Public Storm for Trinity Presbyterian Church, 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: February 4, 2025
Miller-Tippens Constru 'o ompa , LLC, Principal
BY: '
Fidelity and Deposit Company of Maryland, Surety
BY; j� Attomey-in-Fact
Attach Power of Attorney
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY" AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and
appoint to Clayton HOWELL, Vicki WILSON, Austin K. GREENHAW,1. Kelly DEER, Shelli R. SAMSEL, Travis E,
BROWN, Jamie BURRIS, Vaughn P. GRAHAM, Vaughn P. GRAHAM, JR., Stephen M. POLEMAN, Deborah L. RAPER,
Dwight A. PILGRIM, Gary LILES, Randy D. WEBB, Bobby Joe YOUNG, Aaron WOOLSEY, Carey L. KENNEMER,
Kristin LEWIS, Joshua BRYAN, Becky KILLMAN of Tulsa, Oklahoma, its we and lawful agent and Attomey-in-Fact, to make,
execute, seal and deliver, for, and on its behalf as surcry, and as its act and deed: any and all bonds and undertakings, and the execution
of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and
purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE
COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own properpersons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 04th day of January, A.D. 2024.
FOE oPPory^ n
"F oSEALm �i 5- SEAL IS'gS v°SEALmi%3
n,uinmOA,o rW`
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
';\
BY- Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 04th day of January, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of some. and being by me duly swam, dcpuseth and mith, that he/she is die said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M. Maison
'SVE¢r ••.,
GENEVIEVE M. MAISON
NDTARY"KIC
PALTIMMECCUWr(MD
20b
2 e,7t.•.;�
'••.�'rgECC+..�`
M/Canunmbnr .NNaARY2r,
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Anicle V, Section 8, Attomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate scat, appoint attomeys-in-Fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seat thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is stilt in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seat shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 4th day of February , 2025 .
.N`�Igy�hy'
O
-F� PPOgq�
,O,INSq g4yrr
�rkPOR9 �'"-s
� P,,,I C:,T �yi
�
Q1o0RP\<�':
_QS VO m °
SEAL
_d o� mio=
fi SEAL e
'Iu Nqc
5F_AI_� i'
- r =
_- _
)
= F3
I;
anon
,,'zrvros+,„�
,.um
Thomas O. McClellan
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO;
Zurich Surety Claims
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
1299 Zurich Way
Schaumburg, IL 60196-1056
reports fcl a im sCrdzurichna.com
800-626.4577
Authenticity of this bond can be confirmed at bondvalidator zurlchna.eom or 410-559-8790
TO: The Honorable Mayor and City Council
FROM: Earl Farris, Project Administrator
SUBJECT: Acceptance of Public Infrastructure Improvements at Owasso 7
DATE: March 27, 2025
BACKGROUND:
The subject commercial development is located at the northeast corner of East 961h Street North
and North Garnett Road. This commercial area includes the new McDonald's, Chase Bank, and
future development. Public infrastructure improvements consist of a sanitary sewer line and
stormwater infrastructure.
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 maintenance bond.
RECOMMENDATION:
Staff recommends acceptance of the public infrastructure improvements at Owasso 7.
ATTACHMENTS:
Location Map
Attorney Approved Bond
Owasso 7
�i 958Q�1 � .' 9581
SM
VILL
1" = 216 ft
Location Map
03/14/2025
�i7
..FELL M,p IR�dA C,rxu�q.
This map may represents a visual display of related geographic information. Data provided here on is not guarantee of actual field conditions. To be sure of complete accuracy, please contact the
responsible staff for most up-todate information.
Farris, Earl
From:
Wingert Shellie
Sent:
Wednesday, August 28, 2024 7:48 AM
To:
Hancock, Brandon; Lombardi, Julie
Cc:
Farris, Earl; Wingert Shellie
Subject:
RE: Owasso 7 Bond For Review
Brandon,
I have reviewed the Owasso 7 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 $375,396,000.00 underwriting limitation. Therefore, the
bond is approved.
Thank you,
Shellie
From: Hancock, Brandon <BHancock@CityOfOwasso.com>
Sent: Tuesday, August 27, 202410:08 AM
To: Wingert Shellie <swingert@cityofowasso.com>; Lombardi, Julie <JLombardi@CityOfOwasso.com>
Cc: Farris, Earl <efarris@CityOfOwasso.com>
Subject: Owasso 7 Bond For Review
Shellie-
Please review the attached bond,
Thanks
Brandon Hancock, CPII
Infrastructure Inspector
Owasso Public Works
office: 918 272-4959
fax: 918 272-4996
cell: 918 693-0373
bha ncoc k9 citvofowa sso.com
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No. 2354794
KNOW ALL MEN BY THESE PRESENTS, That we Ira M Green Construction Co.
as Principal (Developer and Contractor), and Swiss Re Corporate Solutions America Insurance corporation as
Surety, are held and firmly bound unto the City of Owasso, as Obligee, in the penal sum of
Three Hundred Sixty-three Thousand Eight Hundred Sixty-two & ($ $363,862.00 )
OOMC
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
year(s) after final approval of the -Sassol, i t c
located at E. 96th St., N and Garnett NE Comer
a privately financed public improvement, and acceptance of such by the City Council of the City
of Owasso, 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 OBLIGATIONS 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: August 12, 2024
Ira M Green Construction Co. , Principal
BY:
Surety -
BY: 1111 U IV 1 I I nJJ I _. Attomey-in-Fact
Attach Power of Attorney
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ('SRCSPIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION (-SRCSPIC-)
WESfPORT INSURANCE CORPORATION ("WIC-)
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the Stale of
Missouri and having its principal afco in the City of Kmuns City. Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
JOHNK. DEER, VAUCam P. GRANAM.At- MPHEN M. POLEMAN. rMVIS E. BROWN. DMXAH L.MPER. JANHE BURIUS. SHELLI IC SAMSF MARK D. HOWEL,
VICKI WILSON, AUSTIN K. GREENHAW, CLAYTON HOWELL, CAREY L KENNEMER RANDY D. WEBS, AARON wwwer, OnrcT Luca,
THOMAS PERRAULT, KRISTIN LEWIS, JOSHUA BRYAN, FAITH BURLESON, end BECKY KILLMAN 1004TLY OR SEVERALLY
Its true and lawful ABomey(s)-in-Fact, to make, execute, seat and deliver, for and on its behalf and as its act and dad, bonds orothawritings
obligatory in the nature ofaband on behalf of tech of said Companies, as surety, on mntrdcts of orcryship as are ormay be required or permitted by
law, regulation, contract or otherwise, provided that no bond orunderzking or contract or suretyship executed under this authority shall exceed the
mnountof:
TWO HUNDRED MILLION (S201),000,000.00) DOLLARS
This Power ofAttomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the loth of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 2011.
'RESOLVED" that any two of the President, any Managing Director, any Senior Vice President, my Vice President, the Secretary army Assistant
Secretary bit and each or any of them hereby is, authorized to execute a Power of Attomey qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety" and that each or any of them hereby is authorized to
arrest to the excretion ofanysuch Power of Atomcy and to attach therein The seat of the Corporation; and it is
FURTHERRESOLVED, that The signature of such officers and the seal of the Corporation nosy be affixed to any such Power of Arromey or to
any certificate Settling thereto by facsimile, and any such Power of Atiomey or certificate bearing Such facsimile signature or facsimile sal Shull be
bindine uoon the Corporation when Soaffixedand in the futon: with reeard to env bond, undertaking or contract of surety to which it is anched
d•:•pPOnq" .•d-: pPOgq• Wg's
€t $.% � nee,J�y®.Sm.:wRl�rdsaesucnsmmwsow�u
.rsaane a seer r va e.dsm.n cote
:SEAL:. gg SEAL::
3i 1973 uF
4'J"•.4(ssoa "`3•••.N�ssoua: gJ,
tiA,^9w* rK•w°r+ •"v"MS •,M; •1�" fwrW Jq,vn4Nnr",atlmrarSACLYC6 Via9mMmtarSRf]PIC
�•' �� lVlre}MrmrMMe
IN WITNESS WHEREOF. SRCSPIC" SRCSPIC, and WIC have caused theiroRciai seats to be hereunto affixed. and these presents m he signed by their
mthor'becd officers
tines I ITN day of JANUARY 20 24
Swiss Re Corporate Solutions America Insurance Corporation
Stale of Iililm)s Swiss Re Corporate Solutions Premier Insammce Corporation
CountyufCock ® Westport Insurance Corporation
On this 11TH day or JANUARY 20 24 before me, a Notary Public personally appeared Erik Janssens. Senior Vice President ofSRCSAIC
and Seniar Via President afSRCSPIC and Senior Vice President of WIC and Geraid)earowski • Via Pmsidmtof SRCSAIC and Via Praident of
SRCSPIC and Vice President of W IC, personally known tome, who being by me duly sworn, acknowledged that they signed the above Powerof Attorney
as officers of and acknowledged said instrument to be the voluntary art and dad oftheirmil4dve companies.
I, JelSsv Cmidbere. Theduly elected Sc•o V'cc President and As intent SeeretaK orSRCSAIC aid SRCSPIC and W`Ir. do hereby certify That the above and
foregoing is a true and coaal copy Ora Pawn of Attorney given by said SRCSAIC and SRCSPIC and WC, which 15 s(dl in lull fora and effect.
IN WITNESS WHEREOF, I have set my band and aXwed the salsofthe Campania thist?m Jrry of August .20�.
Jeffrey Cro!ihe N Smaior Vice presidral &
ASsisla'a Scerafay of SRCSAIC ad
SRCSP)C and WIC
Bonding Info Sheet
Name of Contractor
lira M Green Construction
Name of Development
lowasso 7, LLC
Development Location
196th Street and Garnett, Owasso, OK
Owner / Developer
jElm Creek Development Company, LLC
Owner / Developer Address
2100 South Utica Ave. Tulsa, OK 74114
Bonding to
I City of Owasso
Bonding to Address
1200 S. Main St. Owasso, OK 74055
Bond Type
I Performance Statutory Maintenance Payment
Utility
Sanitary- 2Year Water -]Year Storm -2Year Paving] -Year
Price
$ 176,640.00 $ 187,222.00
Total Price 1 $ 363,862.00
TO: The Honorable Mayor and City Council
FROM: Earl Farris, Project Administrator
SUBJECT: Acceptance of Sanitary Sewer Infrastructure Improvements at The Reserve at
Owasso
DATE: March 27, 2025
BACKGROUND:
The subject commercial development is located at the northeast corner of East 106th Street North
& North 137th East Avenue. Public infrastructure improvements consist of a sanitary sewer line.
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 maintenance bond.
RECOMMENDATION:
Staff recommends acceptance of the public sewer infrastructure improvements at the Reserve at
Owasso.
ATTACHMENTS:
Location Map
Attorney Approved Bond
The Reserves at Owasso
9" = 392 ft
Sanitary Sewer
03/20/2025
R6LLLL R»M��Iwwh
This map may represents a visual display of related geographic information. Data provided here on is not guarantee of actual field conditions. To be sure of complete accuracy, please contactihe
responsible staff for most up-to-date information.
Farris, Earl
From: Stewart, Heather
Sent: Thursday, January 2, 2025 12:54 PN
To: Hancock, Brandon
Cc: Farris, Earl; Wingert, Shellie
Subject: RE: Bond of The Reserve at Owasso
Good afternoon,
I have reviewed the Reserve at Owasso Sanitary Sewer 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 $157,034,000 underwriting limitation. Therefore, the
bond is approved.
Heather Stewart
Executive Assistant
Office of the City Manager & City Attorney
918-376-1515
From: Hancock, Brandon <BHancock@CityOfOwasso.com>
Sent: Thursday, January 2, 202512:43 PM
To: Stewart, Heather<hstewart@CityofOwasso.com>
Cc: Farris, Earl <efarris@CityOfOwasso.com>
Subject: Bond of The Reserve at Owasso
Heather -
Please review the Bond Attached and Reply all with your findings.
Thanks foryour help.
Brandon Hancock, CPII
Infrastructure Inspector
Owasso Public Works
office: 918 272-4959
fax: 918 272-4996
cell: 918 693-0373
bhancock@citvofawasso.com
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No: S049441
KNOW ALL MEN BY THESE PRESENTS, That we The Norris Group as Principal
(Developer and Contractor), and Employers Mutual Casualty Company. as Surety, are
held and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum
of Three Hundred Fifty Thousand Dollars and 00/100 ($350,000) to which payment will
and truly to be made, we do bind ourselves, and each of our heirs, executors,
administrators, successors, and assignsjointly 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 Reserve at Owasso, (N.E.
Corner of E. 106" St. N. & N 1371h E. Ave.) 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 19, 2024
The Norris Group, PU*aF,ipal
BY:
Employers Mutual Casualty Company, Surety
BY: Attorney -in -Fact
Travis Hill
P.O. Box 712. One Moines, Iowa 50306-0712
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an laws Corporation
2. EMCASCO insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
INSURANCE
4. Illinois EMCASCO insurance Comparry, an Iowa Corporation
& Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
haminaher referred to severalty as 'Company' and collectively as "Companies", each does, by these presents, make, canstlfuts and appoint:
Travis Hill
its bun and lawful aNaney4ri-fact, with tug power and authority conferred to sign, said, and execute the following Surely Bond(s):
Surety fiend Principal:
Number NORRIS SERVICES&
CONSTRUCTION, INC. OBA THE
SD49441 NORRIS GROUP
In an amount not exceeding Ten Million Dollars ..........................................................................................................................................
and to bind each Company thereby as fully and to the same extent as if such Instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed
AUTHORITY FOR POWER OF ATTORNEY
This Powerrof-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly ca'led and hell in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint aromays-In4act and authorize from to execute an behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity aril other writings obligatory in the nature hereof. ant (2) to remove any such aaomey-rn•fact at any time
aM ra.M. hhn rwwnr and ainhnrhv niven to him or bar. Allomevs•Infact shalt have bower and authority. subject to the terms and limitations of he power-of•aftamey
issued to themjo axe -via and dsl(ver on behalf or the Company, and to attach the seal of The Company thereto, bonds and axledarungs, mwgnrc
indemnity and other writings obligatory In the nature Ihereol, and any such Instrument executed by any such aftanay-Mact shall be fully and In all res
the Company. Codification as to the validity of any power-ol-aftomay authorized heroin made by an officer or Employers Mutual Casualty Company stu
respacts binding upon (Us Company. The facsimiles mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherer
a certified copy of any power-of•aftomey of the Company, shall be valid and binding upon the Company with the same force and effect as though
IN WITNESS THEREOF, the Companies have caused these presents tobesfgn lareach bygheiroMcersas shown. and the Corporateseaistob hereto affixed his
22nd day of September 2022
Strother,Executive Via
n...... �`�;.._''•`.'oi ICampanyiF an,P mian.Presl'dent Chief Legal Officer B Secretary of idiot
Sears -
iY (n•..., --•p.r,..,.e o:}. be ram:
_ - - 8CEO o1 Co nres2. 3, 4, 5&6 Companies 1, 2, 3, 4, 5 & 6
SEAL 1863 era,- 1953 •�:
y, oe4�f .•
...41,•., �'.•
• fl
•, .......
-3B SEAL.
SSEALIF; ;; SEAL i^E
�KATHY
12 e7W
�oc7�a4 m1s
Onthis 22nddayof September 2022 beforeme a Notary Public in and farther State
of Iowa, personally appeared Scott R, Jean and Todd Strother, who, being by me duty sworn,
did say that they are, and are known to me to be the CEO, Chairman, President, Executive
Vice President, Chief Legal Officer andror Secretary, respectively, of each of the Companies
above; that the seats affixed to this instrument are the seals of said corporations; that said
Instrument was signed and sealed on behalf of each of he Companies by authority of heir
respective Boards of Directors; and that the said Scott R. Jean and Todd Srmlher, as such
officers,acknowfedged the execution of said instrument to be theirvolualary act and deed,
and the voluntary act and deed of each of the Companies.
My Commission Expires October 10, 2025.
46 . 64vaidizL-
CERTIFICATE
Notary Publldvin and for the State offlowa
I, Ryan J. Springer, Vice President of the Companies. do hereby certify that the foregoing resolution of the Boards of Directors by each of he Companies, and
M Power at Attorney Issued pursuant Inereto on 22nd day of September , 2022 , are true and coned and are sell In full farce and effect.
In Testimony Whereof I have subscribed my name and affixed the farsimlls seal of each Company this S9h day of December 2024
Vice President
7851 (9.22) SO49441-NA K9114 979 AC o09596 "For vedfiadon of the authenticity a the Power of Attorney you may all (515) 345.7548.
so
TO: The Honorable Mayor and City Council
FROM: Earl Farris, Project Administrator
SUBJECT: Acceptance of Public Infrastructure Improvements at 10604 North 1371h East
Avenue(Same Day Auto)
DATE: March 27, 2025
BACKGROUND:
The subject commercial development is located at 10604 North 137th East Avenue. Public
infrastructure improvements consist of a concrete approach, including sidewalk.
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 maintenance bond.
RECOMMENDATION:
Staff recommends acceptance of the public infrastructure improvements at 10604 North 137th
East Avenue.
ATTACHMENTS:
Location Map
Attorney Approved Bond
Washington County Rural Water #3 approval letter
Same Day Auto
y�
yP3,705'
1071:1 1372-4
i
E 1.06T.i I,,5T N
N&C,ORNER'
Y
�0 SON
•
AR V137i1{ANK J
596'
1L73
NORTH' �WX5S60
1" = 240 n
Location Map
03/20/2025
Sd
RE4L Px 11..Pi�E14 C1H�ll�f.
This map may represents a visual display of related geographic information. Data provided here on 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: Wingert Shellie
Sent: Tuesday, October 8, 2024 4:33 PM
To: Hancock, Brandon; Lombardi, Julie; Stewart, Heather
Cc: Farris, Earl
Subject: RE: Bond Review For Same Day Auto
Brandon,
I have reviewed the Same Day Auto 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 $254,064,000.00 underwriting limitation. Therefore, the bond is approved.
Thank you,
Shellie
From: Hancock, Brandon <BHancock@CityOfOwasso.com>
Sent: Tuesday, October 8, 2024 4:18 PM
To: Lombardi, Julie <JLombardi@CityOfOwasso.com>; Wingert Shellie <swingert@cityofowasso.com>; Stewart, Heather
<hstewa rt @ CityOfOwasso.co m>
Cc: Farris, Earl <efarris@CityOfOwasso.com>
Subject: Bond Review For Same Day Auto
All -
I'm not sure who will be reviewing bonds currently so I copied all in on email.
Please review the attached and reply all with your findings.
Thanks
Brandon Hancock, CPII
Infrastructure Inspector
Owasso Public Works
office: 918 272-4959
fax: 918 272-4996
cell: 918 693-0373
bhancock cityofowasso.com
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No:87C239247
KNOW ALL MEN BY THESE PRESENTS, That we L.A.M Construction.. 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 Twenty-two Thousand & 00/100 ($22,000.00) to which payment will and
truly to be made, we do bind ourselves, and each of our heirs, executors, administratorst
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 Same Day Auto Repair, 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: April 12, 2024
L.A.M Constructs n. LLC, Prin'Cipal
BY.
The I io Casualty Insurance Compam, Surety
Attorney -in -Fact, Kristin Lewis
Attach Power of Attorney
This Power OfAllomey limits the acts of those named hemin, and they have no authodty to
bind the Company mical the manner and to the eden[humin stated.
Liberty Uberty Mutual Insurance Company
Mutuala The Ohio Casualty Insurance Company Ce dficele No:82104T1.969506
West American Insurance Company
SURELY
POWER OF ATTORNEY
x VRNN ALL PERSCIRS BY THESE PRESMM , TbatThe din Casualty Insurance, Company is o cmpomium duly O1gamzed wider the IaFs of the Stan Of Nex Hastal, that
... __. __._____� ,vnnnlFaduWomsdrrd
execute,seal, ARVedge anddeiver, ferandon llshNagas surety and uisadanddezd, any end ail urdertalings, aoaas.rec�mzarcxsaneea�a(>W=.r •ua ••-.-----
of @rase presets and shall be as binding upon the Companies as d they have been duty sgned by the president and alluded by the sccretany of the Companies in their man proper
persons,
IN WITNESS WHEREOF, this Pager of Adameyhas been subsdbolby an authorized officer artificial of the Companies and the ce@orate seats OF Na Campades have bent alfitmd
Nerem Nis 2191 dayof July 2023 .
LosWOneevdiddyAvwMotion Ccumapry
The Ohio Causly Insurance Capillary rry
0(90 By:
kf. Carey.Asssbntseseloty
an
......, _..._... __..._..
On Ns 21st dayof duly 2023 6darame Personabyappeared Oadd M. Careygl+o adrwwladged lisnsedto FetheAssisthnt Se<retryaf art! u ce c
Rural Water District No. 3
Washington County, Oklahoma
17227 N. 1291h E. Ave., P.O. Box 70, Collinsville, OK 74021-0070
Pit. (918) 371-2055 a Fax (918) 371-3864 • TRS 711
March 20, 2025
City of Owasso
Attn: Mr. Earl Farris, Project Administrator
PO Box 180
Owasso, Ok. 74055
FAX 918-272-4996
efarrisnci tyo fowasso. com
To Whom It May Concern:
The requirements by Rural Water District #3 Washington County have been fulfilled and
waterlines have been accepted for Same Day Auto, SE/4 Section 9, Township 21 North, Range
14 East, City of Owasso, Tulsa County, Oklahoma.
Sincerely,
Chad Pennington
Field Supervisor
In accordance with Federal law and U.S. Department of Agriculture policy, this Institution Is prohibited from discriminating on the basis of race, color,
national origin, age, disability, religion, sex, and familial status. (Not all prohibited bases apply to all programs).
To file a complaint of discrimination, write USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, D.C., 20250-9410
or call (800) 795-3272 (voice) or (202) 720-6382 (TDD).
TO: The Honorable Mayor and City Council
FROM: Larry Langford, Director of Recreation and Culture
SUBJECT: Bid Award - Funtastic Island Restroom Renovation
DATE: March 27, 2025
BACKGROUND:
Funtastic island playground was constructed and opened in 2005. Thereafter, restroom facilities
were constructed to accommodate this new feature. Due to budget constraints, the building
was designed without electricity or lighting but rather a skylight. Over the 20+ years of use, the
skylight has become worn and defective, creating erosion and leakage. Furthermore, the
restroom does not have a heating system which requires the facility to be closed and winterized
annually. Closing during winter months creates the challenge of possible playground usage with
no restroom facilities available. These factors have contributed to the need to repair and
renovate this facility.
GH2 Architects provided construction documents for Funtastic Island restroom improvements to
include repair of any damaged areas, removal of existing skylights, installation of electricity and
heating, installation of new metal roof, removal and replacement of exterior sealant, and
cleaning, preparation and painting of interior and external surfaces.
BID PROCESS:
The bid opportunity was advertised in the Tulsa World on February 19 and 26, 2025; and placed
on the City's website. Twelve (12) responses were submitted for the bid opening on March 14,
2025.
BID ANALYSIS:
The submitted bid packages were examined for any improper or unbalanced bids with none
discovered. The lowest bid was from Servpro of South Tulsa County, Oklahoma in the amount of
$56,546.97.
FUNDING:
Funding is available in 2024-2025 Parks Department budget.
RECOMMENDATION:
Staff recommends awarding the construction contract to Servpro of South Tulsa County,
Oklahoma, in the amount of $56,546.97 and authorization to execute the necessary documents.
ATTACHMENTS:
Bid Tabulation
Construction Contract
sd
q.L PenpM1 • RE LCbncLr gEEL CemmunHy
BID TABULATION
PROJECT: Funtastic Restroom
Bid Opened By: Julie Stevens, City Clerk OPENING DATE: March 14 2025
Witness: Remy Downs, David Warren OPENEING TIME: 9:00 AM
1
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qual
Discrim
#1
#1
Limestone Construction
$88,000.00
Owasso, OK 74055
2
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua[
Discrim
#1
#1
Hoey Construction Company
$126,800.00
Tulsa, OK 74107
3
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua[
Discrim
#1
#1
VOY Construction
$153,200.00
Tulsa, OK 74145
4
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua[
Discrim
#1
#1
Construction Enterprises Incorporated
$118,621.00
Tulsa, OK 74107
5
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qual
Discrim
#1
#1
Cunningham Construction
$300,000.00
Tulsa, OK 741450
6
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qual
Discrim
#1
#1
Magnum Construction
$107,000.00
Broken Arrow, OK 74013
7
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qual
D]scrim
#1
#1
Black Rock Construction
$98,597.40
Tulsa, OK 74146
$
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua]
Discrim
#1
#1
J & S Construction Co LLC
$65,000.00
Vinita, OK 74301
9
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua[
Discrim
#1
#1
Tektone Builders
$108,276.00
Claremore, OK 74019
10
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua]
Discrim
#1
#1
KDB Properties DBA Bollinger
Construction Services
®
®
®
®
❑
❑
$142,710.00
Tulsa, OK 74119
11
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua]
Discrim
#1
#1
Mill Ave, Inc Dba Servpro of South Tulsa
County
$56,546.97
Tulsa, OK 74116
12
BIDDER
Bid
Bid
Bidders
Non
Addendum
Addendum
LUMP SUM BID
Submittal
Affidavit
Qua]
Discrim
#1
#1
Higgins Construction Management
$80,750.00
Bartlesville, OK 74006
SECTION 8 - AGREEMENT and GENERAL CONDITIONS
THIS AGREEMENT is dated as of the 15' day of April 2025, by and between the City of
Owasso, Oklahoma (hereinafter called OWNER) and Servpro of South Tulsa County
(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.
ARTICLE 2. DEPARTMENT
The project has been assigned by OWNER to the responsible City Department. The
Department Director, or duly authorized representative, who is hereinafter called
PROJECT MANAGER, will assume all duties and responsibilities and will have the rights and
authority assigned in the Project Documents in connection with the completion of the
Work in accordance with the Project Documents.
ARTICLE 3. CONTRACT TIME
3.1 The Work will be substantially completed within ninety (90) calendar days from the
date of Notice to Proceed; and completed and ready for final payment in accordance
with the General Conditions within one -hundred twenty (120) 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 allowed in accordance with the General Conditions. They also recognize the
delays, expense and difficulties involved and agree that as liquidated damages for delay
(but not as a penalty) CONTRACTOR shall pay OWNER five -hundred dollars ($500.00) 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 Project Documents in current funds the amount agreed upon in CONTRACTOR'S bid.
4.2 CONTRACTOR understands that 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. Payment to the CONTRACTOR will be
made only for the actual quantities of work performed or materials furnished in
accordance with the plans and specifications and it is understood that the quantities of
work to be done and the materials to be furnished may each be increased, diminished
or omitted as hereinafter provided without in any way invalidating the bid prices.
ARTICLE 5, PAYMENT PROCEDURES
OWNER has complete responsibility for payment review and approval during
construction. CONTRACTOR shall submit Applications for Payment and OWNER shall
process such applications in accordance with the General Conditions using the Pay
Estimate Forms included as Exhibit "A" to this Agreement.
5.1 Project Progressive Payments. OWNER may make progress payments during
construction on the Contract Price on the basis of CONTRACTOR's Applications for
Payment and in accordance with the City of Owasso's Payment Schedule included as
Exhibit "B" to this Agreement. All progress payments will be on the basis of the progress of
the Work.
5.1.1 If the work is progressing in a satisfactory manner the CONTRACTOR shall
prepare an estimate for partial payment per EXHIBIT "B", provided said
payment is not less than $1,000.00. An estimate for partial payment shall
include items actually incorporated in the work. The OWNER will retain
ten percent (10%) of the amount due until in excess of fifty percent (50%)
of the contract work has been completed.
5.1.2 At that time, OWNER shall pay an amount sufficient to increase total
payments to ninety-five (95%) of the contract price until the final
completion and acceptance of all work included in this contract.
Partial payment does not constitute acceptance of that portion of the
work.
5.2 Final Payment. When the work has been completed, the Department shall carefully
measure and determine the as -built quantities of each class of work as shown in the
schedule of bid items and any such extra work performed by order of the Department.
The aggregate cost of the work done and the materials furnished shall constitute the
amount due for the completed work. All prior estimates and payments shall be subject
to correction in the final estimate and payment. 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 agrees not to discriminate against any employee or applicant for
employment because of race, creed, color, sex, national origin, or ancestry. The
CONTRACTOR shall take affirmative action to insure employees are treated without
regard to their race, creed, color, sex, national origin, or ancestry. Such actions shall
include, but not be limited to the following: employment, upgrading, demotion or
transfer, recruiting or recruitment, advertising, layoff, or termination, rates of pay or other
forms of compensation and selection for training, including apprenticeship. In the event
of the CONTRACTOR's non-compliance with this non-discrimination clause, the contract
may be canceled or terminated by the City of Owasso. The CONTRACTOR may be
declared ineligible for further contracts with the said agency until satisfactory proof of
intent to comply shall be made by the CONTRACTOR.
6.2. The CONTRACTOR agrees to include the non-discrimination clause in Section 6.1
for any subcontracts connected with the performance of this agreement.
6.3. CONTRACTOR and Subcontractor shall agree to post in a conspicuous place,
available to employees and applicants for employment, notices to be provided by the
City of Owasso setting forth provisions in this section.
6.4. CONTRACTOR has familiarized themselves with the nature and extent of Project
Documents, work, location, all local conditions, and with federal, state and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
6.5. 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 Project Documents and may not be complete for CONTRACTOR's
purposes. CONTRACTOR acknowledges that OWNER and Project Manager do not
assume responsibility for the accuracy or completeness of information and data shown
or indicated in the Project Documents with respect to underground facilities at or
continuous to the site. CONTRACTOR assumes responsibility for having obtained and
carefully studied 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.
6.6. CONTRACTOR has made or caused to be made examinations, investigations, tests
and studies of such reports and related data as deemed 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 Project Documents; and no additional examinations,
investigations, tests, reports or similar data are or will be required by CONTRACTOR for
such purposes.
6.7. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Project 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 Project Documents, including the General Conditions.
6.8. CONTRACTOR has given OWNER written notice of all conflicts, errors or
discrepancies that he has discovered in the Project Documents, and the written
resolution thereof by OWNER is acceptable to CONTRACTOR.
6.9. CONTRACTOR has obligated themselves 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.
CONTRACTOR understands that they will be exempt from all sales tax on materials and
other items necessary for the completion of the project, as stated in the Certification of
Tax Exempt Project enclosed as Exhibit "C of this Agreement.
ARTICLE 7. PROJECT DOCUMENTS
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.
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
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
This Agreement and General Conditions
Exhibits "A", 'B", and "C" to this Agreement
Requirements for Bidders
Project and Bid Specifications
Bid and Bid Affidavits
Statement of Bidders Qualifications
Performance Bond / Maintenance Bond / Statutory Payment Bond
Notice of Award and Notice to Proceed
Change Order
Project Drawings and Standard Drawings
Documentation submitted by CONTRACTOR
12 Any Modification, including Change Orders,
Agreement
prior to Notice of Award
duly delivered after execution of
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.
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.
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.
ARTICLE 8. GENERAL CONDITIONS OF THE AGREEMENT
8.1 Definitions and Terms. Whenever in these specifications and contracts, or in any
documents or instruments pertaining to the construction project where these
specifications govern, the following terms or pronouns in place of them are used, the
intent and meaning shall be interpreted as follows:
ABBREVIATIONS:
A.A.S.H.O.
American Association of State Highway Officials
A.A.S.H.T.O.
American Association of State Highway Traffic Officials
A.I.A.
American Institute of Architects
A.S.A.
American Standards Association
A.S.C.E.
American Society of Civil Engineers
A.S.T.M.
American Society of Testing & Materials
A.W.W.A.
American Water Works Association
MUTCD
Manual on Uniform Traffic Control Devices
O.D.O.T.
Oklahoma Department of Transportation
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.
BASE COURSE: The layer or layers of specified or selected materials of design thickness
placed on a sub -base or a sub -grade to support a surface course.
BIDDER: The individual, company, partnership or corporation submitting a bid for the
advertised work.
BRIDGE: A structure, including supports, erected over a depression or obstruction as
water, highway, or railway, and having a track or passageway for carrying traffic, and
having an opening measured along the center of the roadway of more than 20 feet
between abutments or spring line of arches or extreme ends of openings for multiple
boxes.
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.
CHANNEL: A natural or artificial water course.
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 bids, proposal, addenda, contract form and contract bonds
(statutory, performance and maintenance bond), 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 ITEMS A specifically described unit of work for which a price is
provided in the contract.
CONTRACT PAYMENT BOND (STATUTORY BOND): The security furnished by the
CONTRACTOR and his/her surety to guarantee payment of prescribed debts of the
CONTRACTOR covered by the bond.
CONTRACT PERFORMANCE BOND: The security furnished by the CONTRACTOR and
his/her surety to guarantee complete execution and performance of the work in
accordance with 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 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.
CONTROL OF ACCESS: The condition where the right of Owner's or occupants of
abutting land or other persons to access, light, air or view in connection with a roadway
is fully or partially controlled by public authority.
CULVERT: Any structure not classified as a bridge which provides an opening under the
roadway.
DEPARTMENT: A Department of the City of Owasso operating under the direction and
authority of the OWNER.
DRAINAGE DITCH: A constructed open excavation or ditch constructed for the purpose
of carrying off surface water.
EASEMENT: A grant of a right of use of the property of an OWNER for a certain purpose
at the will of the grantee.
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.
INSPECTOR: The Department's authorized representative assigned to make detailed
inspections of contract performance.
LABORATORY:. The official testing laboratory of the City or any other testing laboratory
which may be designated by the Department.
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.
PARKING: That portion of the right-of-way on city streets or urban projects not covered
by paved surface or sidewalk.
PAVEMENT STRUCTURE: The combined sub -base, base and surface courses placed on
the sub -grade to support the traffic load and distribute it to the roadbed.
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 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.
PROPOSAL GUARANTY: The security to be furnished by the bidder as a guaranty of good
faith to enter into a contract and to execute the required bonds covering the work
contemplated if proposal is accepted.
SHOULDER: The portion of the roadway contiguous with the traveled way for
accommodation of stopped vehicles, for emergency use, and for lateral support of base
and surface courses.
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.
STATUTORY BOND: The approved forms of security furnished by the CONTRACTOR and
their surety as a guaranty that they will pay in full all prescribed debts of the CONTRACTOR
covered by the bond.
SUBBASE: The layer or layers of specified or selected material of designed thickness
placed on a subgrade to support a base course.
SUBCONTRACTOR: An individual, company, partnership or corporation to whom the
CONTRACTOR contracts part of the contract.
SUBGRADE: The top surface of a roadbed upon which the pavement structure and
shoulders are constructed.
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 (orspecified part thereof) can be utilized for the purpose forwhich it is intended.
SUBSTRUCTURE: All of that part of the structure below the bearings of simple and
continuous spans, skewbacks or arches and tops of footings of rigid frames, together with
the backwalls, wingwalls and wing protection railings.
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.
SUPERSTRUCTURE: The entire structure except the substructure.
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.
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.
8.2 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."
8.3 Award and Execution of Contract. Award of contract will be made by the OWNER,
upon the recommendation of the Department, to the responsible bidder. The award of
contracts involving the expenditure of federal funds is contingent on concurrence of the
federal agency or any other agency whose funds are being used.
8.4 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.
8.5Insurance. 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 workers' 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 same insurance company as the issuer of CONTRACTOR's
Liability Coverage.
Public Liabilitv, 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 insurerwithout
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.
8.6 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:
1. A preliminary progress schedule indicating the times (number of days or dates)
for starting and completing the various stages of the Work, including any
milestones specified in the Project Documents;
2. A preliminary schedule of Shop Drawings and Samples which will list each
required submittal and the times for submitting, reviewing, and processing such
submittal; and
3. A preliminary schedule of values for all the Work which includes quantities and
prices of items which, when added together, equal the Contract Price and
subdivides the Work into component parts in sufficient detail to serve as the basis
for progress payment during performance of the Work. Such prices will include
an appropriate amount of overhead and profit applicable to each item of Work.
8.7 Preconstruction Conference. Within 20 days from Notice to Proceed, but before any
Work at the site is started, a conference attended by the CONTRACTOR, Department,
and others as appropriate will be held to establish a working understanding among the
parties as to the Work and to discuss the schedules, procedures for handling Shop
Drawings and other submittals, processing applications for payment and maintaining
required records, and any related particular area to store materials and heavy
equipment. At the pre -construction conference, specific locations will be presented by
the CONTRACTOR for approval by the Department.
8.8 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.
8.8.1 Alteration of Plans or Character of Work. The OWNER reserves the right to
make at any time during the progress of the work, such increases or decreases in
quantities an such alterations in the details of construction, including alterations in
the grade or alignment of a road or structure or both, as may be found to be
necessary or desirable. Such increases or decreases and alterations shall not
invalidate the contract nor release the surety, and the CONTRACTOR agrees to
accept the work as altered, the same 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.
8.8.2 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.
a. 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.
b. 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.
c. Whenever, in the judgment of the Department, it is impracticable because
of the nature of the work or for any other reason to agree upon lump sums
or unit prices, the extra work and materials shall be paid for at actual
necessary cost as determined by the Department, plus fifteen percent
(15%), which fifteen percent (15%) is hereby understood and agreed to
include all cost of general superintendence, general expense, overhead,
and profit. The actual necessary cost will include expenditures for material,
labor, foremen, insurance, bond premiums, social security, and supplies
furnished by the CONTRACTOR, and a rental allowance for equipment,
where required, to be agreed upon in writing before the work is begun, but
will, in no case, include any allowance for office expense, general
superintendence or other general expense.
d. The CONTRACTOR shall, on or before the tenth day of the month
succeeding that in which any extra work shall have been performed, file
with the Department an account giving the itemized cost of such extra
work, and shall give the Department access to all accounts, bills, and
vouchers relating thereto. In case the CONTRACTOR fails to file, within the
time above mentioned, such accounts for extra work, (s)he will be deemed
to have performed such extra work without charge and shall be entitled to
no compensation therefore.
e. The CONTRACTOR shall file with the Department, certified lists, of any
equipment and the schedule of pay rates for common and semi -skilled
labor and operators of various classes which are intended to be used in
performing the work covered by this contract. These rates shall be subject
to approval of the Department for computation of extra work as mentioned
above, however, if the CONTRACTOR fails to file these lists with the
Department prior to starting any work covered by contract, then the
Department's computations shall be based on average wages and rates
paid on City work.
8.9 Maintenance of Traffic. The project, while undergoing improvements, shall be kept
open to all traffic by the CONTRACTOR unless approved otherwise in writing by the
Department. Temporary traffic control devices shall be furnished and maintained by the
CONTRACTOR. Methods of traffic control, including a traffic control plan, shall be
submitted by the CONTRACTOR for approval before construction activities begin. All
traffic control devices shall conform to the most recent Manual for Uniform Traffic Control
Devices (MUTCD).
8.10 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 any 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. 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.
8.11 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.
8.12 Control of Storm Runoff. The CONTRACTOR shall take preventive measures to
minimize polluted runoff from the work site. Pollution includes, but is not limited to, silt or
mud from disturbed area, construction debris, any petroleum products, or other
objectionable materials. The CONTRACTOR shall immediately correct any violation of this
paragraph undercurrent state and local ordinances. Failure to comply may result in shut
down of all work as directed by the Department.
8.13 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, debris, tree stumps or portions of
trees. CONTRACTOR shall cut all brush and weeds within the limits of the right-of-way and
shall leave the project and borrow pits in a neat condition. The CONTRACTOR shall leave
any areas or slopes, 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, slopes, or turfing that have been damaged by the CONTRACTOR
operations.
8.14 Authority of the Contractor. The CONTRACTOR shall supervise, inspect, and direct
the Work competently as efficiently devoting such attention to and applying such skills
and expertise as may be necessary to perform the Work in accordance with the Project
Documents. CONTRACTOR shall be responsible for seeing that the completed Work
complies accurately with the Project Documents.
8.15 Authority of the Department. The Department's status during construction is to assist
the OWNER in answering questions that 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 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 OWNER 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 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.
8.16 Plans and Working Drawings. The OWNER shall furnish the CONTRACTOR with one
(1) set of Plans and Specifications at no cost to the CONTRACTOR. Plans may show details
of all structures, lines, grades,; typical cross sections of a roadway, location and design of
all structures. The CONTRACTOR shall keep one set of plans available on the work at all
times. The plans will be supplemented by such working drawings as are necessary to
adequately control the work. All work drawings must be approved by the Department
and such approval shall not operate to relieve the CONTRACTOR of any of his/her
responsibility under the contract for the successful completion of the work. The contract
price will include the cost of furnishing all working drawings.
After the Awarding of Contract and prior to the Pre -Construction Conference, the
CONTRACTOR shall furnish copies of each submittal required, along with a list of all
Subcontractor's, telephone numbers, addresses, etc. Exceptions will be made on an
individual basis concerning submittal time frames if manufacturer needs additional time.
Generally, Notice to Proceed will be issued once the City Attorney has approved the
contract and all bonds, submittals, and list of Subcontractors have been submitted.
8.17 Conformity with Plans and Specifications. All work performed and all materials
furnished shall be in reasonably close conformity with the lines, grades, cross sections
dimensions and material requirements, including tolerances, shown on the plans 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.
8.18 Coordination of Plans, Specifications, Supplemental Specifications and Special
Provisions. 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 complementary 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.
8.19 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 superintendent shall be furnished irrespective of
the amount of work sublet.
8.20 Cooperation Between Contractors. The OWNER reserves the right at any time to
contract for and perform other or additional work on or near the work covered by the
contract.
When separate contracts are let within the limits of any one project, each CONTRACTOR
shall conduct his/her work so as to minimize interference with the progress or completion
of the work being performed by other CONTRACTOR's. CONTRACTOR's working on the
same project shall cooperate with each other as directed.
Each CONTRACTOR involved shall assume liability, financial or otherwise, in connection
with his/her contract and shall protect and save harmless the OWNER from any and all
damages or claims that may arise because of inconvenience, delay or loss experienced
by him/her because of the presence and operations of other CONTRACTOR's working
within the limits of the same project.
The CONTRACTOR shall arrange his/her work and shall place and dispose of the materials
being used so as to minimize interference with the operations of the other
CONTRACTOR's within the limits of the same project. The CONTRACTOR shall join their
work with that of the others in acceptable manner and shall perform it in proper
sequence to that of the others.
8.21 Protection of Property. The protection of City, State and Government property is of
prime importance, and if the same be damaged, destroyed, or removed, they shall be
repaired, replaced, or paid for by the CONTRACTOR. Disturbance to this property must
first be approved by the agency which controls it.
At places where the CONTRACTOR's operations are adjacent to railway, telegraph,
telephone, electric, gas, water, sanitary sewers, or storm sewers, damage to which might
result in expense, loss, or inconvenience, work shall not be commenced until all
arrangements for relocation or revisions have been made.
The CONTRACTOR shall cooperate with the Owners of any underground or overhead
utilities in their removal and rearrangement operations in order that these operations may
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. The revision and crossings of the various types of lines shall be
made as follows:
A. Storm sewers and culverts may be removed at the time of crossing or may be
adequately braced and held in position while the pipe is placed beneath them.
If the storm sewer or culvert is removed, it shall be replaced with pipe of the same
type and size as that removed and it shall be rejoined to the undisturbed line with
a joint satisfactory to the Department. Backfill over and around the storm sewer
shall be thoroughly compacted in order that no settlement will occur. The revision
and crossing shown on the drawing shall be at the expense of the CONTRACTOR.
In the event lines other than those shown on the drawing are encountered and
fall within the standard trench limit or within 12" of subgrade and, in the opinion of
the Department, revision of the line is necessary for the construction of the project,
the CONTRACTOR will be reimbursed for the extra cost of the crossings or revision,
provided the OWNER can't fix the problems themselves.
B. All overhead and buried telephone and electrical conduits and gas mains to be
revised or crossed by the construction of this project shall be protected in
accordance with the directions of the utility company owning the conduits and/or
mains. The CONTRACTOR shall notify the companies and obtain their permission
before making any crossing or revisions. In the event lines other than those shown
on the drawing are encountered, and in the opinion of the Department revision
of the line is necessary for the construction of the project, the CONTRACTOR will
be reimbursed for the extra cost of the crossing or revision provided the utility can't
fix the problem themselves. Any overhead cables, buried cables, conduits or gas
mains shown on plans and damaged by the CONTRACTOR shall be repaired, at
his/her expense, to the satisfaction of the Department and of the utility.
C. The CONTRACTOR shall not remove any water or sanitary sewer lines except as
directed by the Department or as required by the drawing and specification, and
shall adequately brace and protect them from any damage during construction.
Any existing water main or sewer main or lateral damaged by the CONTRACTOR's
operations will be repaired by the Owner's maintenance forces at the
CONTRACTOR's expense. The CONTRACTOR shall notify the OWNER immediately
after damaging any pipe.
D. The location of utility lines serving individual properties may or may not be shown
on the drawings. All plans must be reviewed by the respective Owner of the
utilities and locations verified. If service lines are encountered which are not shown
on the plans or are shown in the wrong location, the CONTRACTOR shall notify the
OWNER of the utility and the Department for relocation of the lines. If the lines are
broken or damaged from construction and were not shown or were shown
erroneously, the CONTRACTOR shall not be liable for the cost of repairs.
8.22 Construction Stakes, Lines and Grades. It shall be the responsibility of the
CONTRACTOR to confer with the Consultant or Department and satisfy himself/herself as
to the accuracy of the controls prior to the commencement of work.
A. Unless otherwise shown on plans, the CONTRACTOR will set vertical and horizontal
controls provided by the Consultant or Department or shown on the construction
plans.
B. It shall also be the responsibility of the CONTRACTOR to protect and maintain those
controls and to replace immediately any or all controls should they be damaged
or altered in any manner.
C. From these vertical and horizontal controls, the CONTRACTOR shall layout and
stake the project for construction in accordance to construction plans and in a
manner that is satisfactory to the Department. From these vertical and horizontal
controls, the CONTRACTOR shall provide competent personnel to layout the
project in accordance to construction plans.
D. The CONTRACTOR will be responsible for supplying copies of all field notes
gathered in determining grades, etc. during the construction of this project.
E. The Consultant or Department will provide necessary data to begin construction,
however, it shall be the responsibility of the CONTRACTOR to provide all grade
stakes, etc. along with any surveying needed to produce a finished product.
8.23 Source of Supply and Quality Requirements. The materials used on the work shall
meet all quality requirements of the contract. 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.
In order to expedite the inspection and testing of materials, the CONTRACTOR shall notify
the Department of his/her proposed sources of materials prior to delivery. All materials
will be inspected, tested and accepted by the Department before incorporation in the
work. Any work in which untested and unaccepted materials are used without approval
or written permission of the Department shall be performed at the CONTRACTOR's risk
and may be considered as unacceptable and unauthorized.
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
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 tests to determine their quality and fitness for the work.
All materials required to be tested by a private laboratory shall be approved by the
Department. Reports of such tests shall be forwarded to the Department.
8.24 Contractor's Plant and Plant Inspection. For providing plant, tools, and equipment;
for furnishing, erecting, maintaining and removing the construction plant, construction
roads, camps, sanitary convenience, temporary water supply, de -watering and other
temporary works; for furnishing insurance, bonds, drawings, records, payment of fees,
defense of suits, and any all incidental requirements, whether or not they are
enumerated in this paragraph, the CONTRACTOR shall receive no direct payment.
Compensation for them shall be considered as having been included in the prices
stipulated for the bid items, the payment for which, calculated in the manner specified,
shall constitute the total compensation due CONTRACTOR for the performance of this
contract.
The Department may undertake the inspection of materials at the source. In the event
plant inspection is undertaken, the following conditions shall be met:
A. The Department shall have the cooperation and assistance of the CONTRACTOR
and the producer with whom (s)he has contracted for materials.
B. The Department shall have full entry at all times to such parts of the plant as may
concern the manufacture or production of the materials being furnished.
C. If required by the Department, the CONTRACTOR shall arrange for an approved
building for the use of the inspector, such building to be located conveniently near
the plant, independent of any building used by the material producer.
D. Adequate safety measures shall be provided and maintained.
It is understood that the OWNER reserves the right to retest all materials prior to
incorporation into the work which have been tested and accepted at the source of
supply after the same have been developed and to reject all materials which, when
retested, do not meet the requirements of these specifications.
8.25 Inspection of Work. Inspectors employed by the Department will be authorized to
inspect all materials and each part or detail of the work done. 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.
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. 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 placement of any concrete,
asphalt, or pipe 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.
8.26 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, whetherthe 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
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.
8.27 Load Restrictions. The CONTRACTOR shall comply with all legal load restrictions in
the hauling of materials on public roads beyond the limits of the project. A special permit
will not relieve the CONTRACTOR of liability for damage which may result from the moving
of equipment.
The operation of equipment of such weight or so loaded as to cause damage to
structures or the roadway or to any other type of construction will not be permitted.
Hauling of materials over the base course or surface course under construction shall be
limited as directed. No loads will be permitted on a concrete pavement, base or
structure before the expiration of the curing period. The CONTRACTOR shall be
responsible for all damage done by his/her hauling equipment.
8.28 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 on the various pay items and the CONTRACTOR will not be
paid an additional amount for such work.
8.29 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.
8.30 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.
8.31 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.
8.32 Contractor and their Employees.
A. The 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.
B. The CONTRACTOR agrees to comply with all terms of relating to equal
employment opportunity.
C. The CONTRACTOR shall employ competent, experienced persons for
performance of the work embraced in this contract; and shall promptly discharge
any and all incompetent or otherwise unsatisfactory employees.
D. CONTRACTOR's employees directly employed in performance of the work shall
not be paid less than the prevailing minimum wage scale and agrees to comply
with the provisions of Title 40 Oklahoma Statutes relating to minimum wage scale
of public projects.
E. 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.
F. 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.
G. The CONTRACTOR further agrees that it (and CONTRACTOR's Subcontractors, 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.
8.33 Patented Devices, Materials and Processes. If the CONTRACTOR employs any
design, device, material, or process covered by letters of patent or copyright, they shall
provide for such use by suitable legal agreement with the patentee or OWNER. The
CONTRACTOR and the surety shall indemnify and save harmless the OWNER, any
affected third party from any and all claims for infringement by reason of the use of any
such patented design, device, material, or process, or any trademark or copyright, and
shall indemnify the OWNER for any costs, expenses, and damages which it may be
obliged to pay by reason of any infringement, at any time during the prosecution or after
the completion of the work.
8.34 Public Convenience and Safety. The CONTRACTOR shall comply with all applicable
Federal, State, and local laws governing safety, health and sanitation.
A. 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.
B. 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.
C. Materials stored on site 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.
D. When the use of explosives is necessary for the prosecution of the work, no blasting
shall be done without the approval of the Department. The CONTRACTOR shall
adhere to all Federal and State laws and City ordinances regulating the purchase,
transportation, storage, handling and use of such explosives with the utmost care
not to endanger life or property, including new work. The CONTRACTOR shall be
responsible for all damage resulting from the use of explosives.
8.35 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.
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.
8.36 Assignment and Subletting of Contract. The CONTRACTOR shall give his/her
personal attention to the fulfillment of this contract.
A. CONTRACTOR 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.
C. 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.
8.37 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
insure 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 given after prior written notice to the Engineer. 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 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, the CONTRACTOR shall give the
OWNER and the Department notice in writing of the cause of the delay in
each case within ten (10) days after the delay.
Time extensions may be granted for unusually inclement weather occurring
during any given month. The CONTRACTOR's progress schedule must include
these anticipated adverse weather delays in all weather -dependent
activities.
G. 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
H. Time extensions to the contract period will be granted only when the delay
has been documented with OWNER in a timely manner and OWNER agrees
that the delay actually occurred and affects work in progress.
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 insure
delivery when needed.
J. 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.
K. 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.
L. The Department may require the CONTRACTOR to finish a road section on
which work is in progress before work is started on any additional road
sections if the opening of such section is in the public interest or welfare.
8.38 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.
All workers shall have sufficient skill and experience to perform the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience 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 properly and skillfully 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.
8.39 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.
8.40 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.
8.41 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 and his/her
surety of said Owner's intention to terminate this contract, and unless within 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. In the event
of such termination, the OWNER shall immediately serve notice thereof upon the surety
and CONTRACTOR, and the surety shall have the right to take over and complete the
work, provided, however, that if the surety does not commence performance thereof
within thirty (30) days from the date of said notice of termination, the OWNER may take
over the work and prosecute same to completion, by contract, or otherwise for the
account and at the expense of the CONTRACTOR; and the CONTRACTOR and his/her
surety shall be liable to the OWNER for any and all cost sustained by the OWNER by reason
of such prosecution and completion. In such event the OWNER may take possession of,
and utilize in completing the work, all such materials, equipment, tools and plant as may
be on the site of the work and necessary therefore.
8.42 Final Acceptance. When the work has been completed, the Department shall
carefully measure and determine the as -built quantities of each class of work as shown
in the schedule of bid items and such extra work performed by order of the Department.
The aggregate cost of the work done and the materials furnished shall constitute the
amount due for the completed work. All prior estimates and payments shall be subject
to correction in the final estimate and payment. 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 specified to be performed shall not be
considered finally accepted until all the work has been accepted by the City of Owasso
and its Trust Authorities.
8.43 Contractor's Obligation after Acceptance. CONTRACTOR further agrees without
cost other than is specially provided for in this contract, at any and all times during the
guaranty period following the completion and final acceptance of the work embraced
in this contract, without notice from OWNER, to refill all trenches or ditches that may sink
or settle; and to repair all breaks or failures that may occur in the construction work due
to defective material or workmanship; and to indemnify, save harmless and defend
OWNER from any and all suits and actions of every description brought against the
OWNER for, or on account of injuries or damages alleged to have been received or
sustained by any party or parties by reason of, or arising out of the failure of CONTRACTOR
to refill all trenches or ditches; and to repair all breaks or failures of said construction work,
which said injuries or damages are alleged to have been received during the guaranty
period from the final acceptance of the work hereunder; and to pay any and all
judgments that might be rendered against the OWNER in any suits and actions, together
with such expenses or attorney's fees expended or incurred by the OWNER in the defense
thereof.
8.44 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 or surety, or both.
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 April 1, 2025.
OWNER:
By
Alvin Fruga, Mayor
(SEAL)
ATTEST:
Juliann M. Stevens, City Clerk
APPROVED AS TO FORM & CONTENT:
Julie Trout Lombardi, City Attorney
Address forgiving notices:
200 South Main Street
Owasso, OK 74055
CONTRACTOR:
By
(SEAL)
Title
TO: The Honorable Mayor and City Council
FROM: Roger Stevens, Senior Director of Operations
SUBJECT: Tulsa County Inter -local Agreement - Mingo Road from East 96th Street North to
East 116th Street North
DATE: March 27, 2025
BACKGROUND:
• In August 18, 2021, City Council approved the Street Rehabilitation Priority List, which
included Mingo Road from East 96fh Street North to East 1 t6fh Street North to receive full -
depth reclamation and asphalt overlay.
• In June 2023, City Council approved the Interlocal Agreement with Tulsa County for
paving assistance with a not -to -exceed amount of $350,000.00 payment to offset the
County's expense for fuel, equipment maintenance, and materials.
• In March 2025, Tulsa County informed City staff that the agreement approved in June
2023 needs to be terminated and replaced with a new agreement due to cost increases
and responsibilities.
• In March 2025, Tulsa County and City staff agreed that a 4" asphalt mill, rather than
pulverizing the pavement, would be more cost-effective and still provide a quality
product.
• The estimated cost to the City of Owasso to offset the County's expense for fuel,
equipment maintenance, and material cost is $786,000.00.
AGREEMENT:
To formalize responsibilities, a new agreement has been drafted with Tulsa County that includes
the following:
• Tulsa County shall provide all necessary equipment, material and labor.
• City of Owasso will reimburse Tulsa County for equipment, labor, traffic control and materials
used to complete the project including asphalt and tac oil.
• Duration of the Agreement shall be for a period equal to the time necessary to complete the
project.
FUNDING:
Funding for the materials to be used by Tulsa County is included in the FY 2025 Half -Penny Streets
and CIP Funds.
Tulsa County Inter -local Agreement
Mingo Road from East 96th Street North to East 116t^ Street North
Page 2
RECOMMENDATION:
Staff recommends termination of the Interlocal Agreement approved by the City Council on
June 6, 2023 and approval of a new Interlocal Agreement with Tulsa County for paving
assistance on Mingo Road from East 96th Street North to East 116th Street North, authorization to
execute the necessary documents, and authorization for payment not to exceed $786,000.00.
ATTACHMENTS:
Site Map
Tulsa County Interlocal Agreement
• r
I r 1 J . 1. �� ij i.., I� ♦ � '
y
* � y
f'
'��' -,f i .� __ I � Ark ' , . �•` '
i"
..hT � .ice �_ ��. �• t yr . ♦ �.
4 ,� � �_ � - i `�� :� � - ♦ . y, �'y ;: Lit(
i 1
INTERLOCAL AGREEMENT BETWEEN THE CITY OF OWASSO AND THE BOARD OF COUNTY
COMMISSIONERS OF THE COUNTY OF TULSA, OKLAHOMA FOR MILL & ASPHALT OVERLAY
This Agreement, by and between the Board of County Commissioners of the County of Tulsa,
Oklahoma, hereinafter called "County" and the City of Owasso, Oklahoma, hereinafter called
"City"; collectively referred to as "Parties".
Witnesseth:
Whereas, 69 O.S., 2021, Section 1903, authorizes the Board of County Commissioners to enter
into Agreements with municipalities to construct, improve, and repair any of the streets of such
municipalities, and;
Whereas, the County desires to participate in projects and to provide services that are mutually
advantageous to the County and other units of government;
Therefore, in consideration of the covenants and conditions below, the Parties hereto agree as
follows:
1. Upon execution of this Agreement, the interlocal agreement signed and approved by the
City on June 6, 2023 and by the County on June 26, 2023, CMF #20231090, shall be
terminated and replaced with this Agreement.
2. This Agreement shall be for the scope of work ("Project") defined in the attached Exhibit
A.
3. Materials, equipment and labor including traffic control necessary to prepare and
complete the Project shall be the responsibility of the party/-ies defined in the attached
Exhibit B.
4. City shall reimburse the County according to the reimbursement schedule and terms
stated in the attached Exhibit C.
5. Unless terminated earlier, this Agreement shall be effective from and after the date of
execution until the project is complete.
6. County will provide a minimum of thirty (30) calendar days' notice to City priorto the start
of the Project.
7. The rights, duties, and obligations under or arising from this Agreement shall not be
assigned by either party hereto without the express written consent of the other.
8. City and County agree that work performed by each party to prepare and complete the
Project is the sole responsibility and liability of each individual party. Furthermore, City
acknowledges and agrees that the County provides no assurances regarding the durability
or longevity of the finished Project.
9. This Agreement may be terminated or canceled by either party with or without cause,
upon thirty -days (30) written notice of intention to terminate to the authorized
representative of each party signed below. In the event this Agreement is terminated or
canceled by either party, City shall compensate the County only for services performed
and materials purchased up to the date of termination and/or cancellation.
10. Any modifications to this Agreement must be made by written amendment agreed to and
signed by both Parties.
11. This Agreement may be executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
Approved by the City Council of the City of Owasso this day of 2025.
City of Owasso:
Attest:
BY: BY:
Alvin Fruga, Mayor Juliann M. Stevens, City Clerk
Approved as to Form:
BY:
Julie Lombardi, City Attorney
Approved by the Board of County Commissioners of the County of Tulsa, Oklahoma this day
of 2025.
Tulsa County: Attest:
BY: BY:
Lonnie Sims, Chairman Michael Willis, County Clerk
Approved as to Form:
BY.,
Andrew Mihelich, Assistant District Attorney
Interlocal Partner: Cityof Owasso
Interlocal Partner. City of Owasso
1. Preparation(Mill)
a. Materials required for Preparation are the responsibility of and shall be provided by:
Tulsa Countv
b. Equipment and labor, Including traffic control, required for Preparation are the responsibility of and shall be provided by
2. Final Treatment (Asphalt Overlay)
a. Materials required for Final Treatment are the responsibility of and shall be provided by:
Tulsa Countv
b. Equipment and labor, including traffic control, required for Final Treatment are the responsibility of and shall be provided by
Interlocal Partner: City of Owasso
City of Owasso shall reimburse Tulsa County based upon the following reimbursement schedule:
1. preparation (Mill)
a. Materials required for Preparation:
Actual Cost
b. Equipment and labor, including traffic control, required for Preparation':
Actual Cost
2. Final Treatment [PaphaltOverlay)
a. Materials required for Final Treatment:
b. Equipment and labor, including traffic control, required for Final Treatment:
$10 per ton of asphalt laid
Notes:
1. At project completion, Tulsa County will invoice the Interlocal Partner with Net 30 terms. Invoice will be based upon actual materials purchased and work performed for
the project Identified in Exhibit A. Any estimate provided by Tulsa County prior to the project being completed is for estimation purposes only as material prices Fluctuate on
a regular basis (i.e. asphalt prices fluctuate monthly based on binder index). Actual Cost is based upon invoices paid by Tulsa County to third -parry suppliers for materials or
services purchased. Supplier invoices can be provided upon request.
2. In the event the Interlocal partner requests Tulsa County's assistance in Preparation, Interlocal Partner agrees to be invoiced by Tulsa County for the Actual Cost of
materials and services provided by third -party suppliers plus a $30 surchage per ton of asphalt laid during Preparation.
CITY OF OWASSO
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 03/22/2025
Department
Total Payroll Expenses
Municipal Court
$
10,454.11
Managerial
42,300.80
Finance
35,439.84
Human Resources
20,687.73
Community Development
38,404.64
Engineering
36,825.07
Information Technology
35,114.63
Facility Maintenance
18,757.62
Cemetery
2,666.65
Dispatch
4,564.90
Animal Control
10,079.55
Emergency Preparedness
4,052.09
Stormwater
11,307.91
Parks
24,354.25
Recreation & Culture
14,695.30
Community Center
10,991.80
Historical Museum
1,101.07
Economic Development
2,103.88
Strong Neighborhoods
586.76
GENERAL FUND TOTAL:
$
324,488.60
Ambulance Fund
$
779.03
E911 Communications Fund
$
42,849.45
Economic Development
$
2,103.91
Strong Neighborhoods
$
7,213.41
Stormwater Fund
$
11,491.17
Half Penny - Fire
$
414,864.27
Half Penny - Police
$
375,920.05
Half Penny - Police Grants
$
4,177.73
Half Penny - Streets
$
43,523.54
Vehicle Maintenance
$
23,274.97
Workers Comp
$
8,330.00
-
Robert Singletary ® OKLAHOMA Kevin Stitt
Executive Director 4 Environmental Governor
i . ® Quality
March 20, 2025
Mr. Roger Stevens, Public Works Director
City of Owasso
P.O. Box 180 (301 W. 2nd Ave.)
Owasso, Oklahoma 74055-0180
Re: Permit No. SL000072250193
Attic Storage at German Corner Sanitary Sewer Line Extension
Facility No. S-21310
Dear Mr. Stevens:
Enclosed is Permit No. SL000072250193 forthe construction of 82 linear feet of eight (8) inch PVC sanitary
sewer line and all appurtenances to serve the Attic Storage at German Corner, Tulsa County, Oklahoma.
The project authorized by this permit should be constructed in accordance with the plans approved by this
Department on March 20, 2025. Any deviations from the approved plans and specifications affecting
capacity, flow or operation of units must be approved, in writing, by the Department before changes are
made.
Receipt of this permit should be noted in the minutes of the next regular meeting of the City of Owasso,
afterwhich it should be made a matter of permanent record.
We are returning one (1) set of the approved plans to you, one (1) set to your engineer and retaining one
(1) set for our files.
Respectfully,
Q '�0 ,1
Qusay Kabariti, P.E.
Construction Permit Section
Water Quality Division
QK/RC/md
Enclosure
c: Debbie Nichols, Regional Manager, DEQ
TULSA DEQ OFFICE
Billy Cox, PE, Route 66 Engineering
707 N. ROBINSON AVE.. PO BOX 1677. OKLAHOMA CITY. OK 73101-1677 OFFICE: 405-702-0100
STATE OF OKLAHOMA -OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY - DEQ.OK.GOV
I "�
Robert Singletary ► O KLAHOMA
Kevin Stitt
Executive Director Environmental Governor
®.:
^V Quality
PERMIT No. SL000072250193
SEWER LINES
FACILITY No. S-21310
PERMIT TO CONSTRUCT
March 20, 2025
Pursuant to O.S. 27A 2-6-304, the City of Owasso is hereby granted this Tier I Permit to construct 82 linear
feet of eight (8) inch PVC sanitary sewer line and all appurtenances to serve the Attic Storage at German
Corner, located in Section 6, T-21-N, R-14-E, Tulsa County, Oklahoma, in accordance with the plans
approved March 20, 2025.
By acceptance of this permit, the permittee agrees to operate and maintain the facilities in accordance with
the "Oklahoma Pollutant Discharge Elimination System Standards - OPDES" (OAC 252:606) rules and to
comply with the state certification laws, Title 59, Section 1101-1116 O.S. and the rules and regulations
adopted thereunder regarding the requirements for certified operators.
This permit is issued subject to the following provisions and conditions.
1) That the recipient of the permit is responsible that the project receives supervision and inspection
by competent and qualified personnel.
2) That construction of all phases of the project will be started within one year of the date of approval
or the phases not under construction will be resubmitted for approval as a new project.
3) That no significant information necessary for a proper evaluation of the project has been omitted
or no invalid information has been presented in applying for the permit.
4) That wherever water and sewer lines are constructed with spacing of 10 feet or less, sanitary
protection will be provided in accordance with OAC 252:656-5-4(c)(3) of the standards for Water
Pollution Control Facility Construction.
5) That tests will be conducted as necessary to ensure that the construction of the sewer lines will
prevent excessive infiltration and that the leakage will not exceed 10 gallons per inch of pipe
diameter per mile per day.
6) That the Oklahoma Department of Environmental Quality shall be kept informed of occurrences
which may affect the eventual performance of the works or that will unduly delay the progress of
the project.
7) That the permittee will take steps to assure that the connection of house services to the sewers is
done in such a manner that the functioning of the sewers will not be impaired and that earth and
ground water will be excluded from the sewers when the connection is completed.
8) That any deviations from approved plans or specifications affecting capacity, flow or operation of
units must be approved by the Department before any such deviations are made in the construction
of this project.
707 N. ROBINSON AVE., PO BOX 1677. OKLAHOMA CITY, OK 73101-1677.OFFICE: 405-702.0100
STATE OF OKLAHOMA -OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY • DEQ.OK.GOV
Robert Singletary �`�- OKLAHOMA 9 ry '` Kevin Stitt
Executive Director �'_�• Environmental Governor
��^► ® Quality
PERMIT No. SL000072250193
SEWER LINES
FACILITY No. S-21310
PERMIT TO CONSTRUCT
9) That any notations or changes recorded on the official set of plans and specifications in the
Oklahoma Department of Environmental Quality files shall be part of the plans as approved.
10) That the recipient of the permit is responsible for the continued operation and maintenance of these
facilities in accordance with rules and regulations adopted by the Environmental Quality Board, and
that this Department will be notified in writing of any sale or transfer of ownership of these facilities.
11) The issuance of this permit does not relieve the responsible parties of any obligations or liabilities
which the permittee may be under pursuant to prior enforcement action taken by the Department.
12) That the permittee is required to inform the developer/builder that a DEQ Storm Water Construction
Permit is required for a construction site that will disturb one (1) acre or more in accordance with
OPDES, 27A O.S. 2-6-201 et. seq. For information ore copy of the GENERAL PERMIT (OKR10)
FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, Notice of Intent
(NO]) form, Notice of Termination (NOT) form, or guidance on preparation of a Pollution Prevention
Plan, contact the Storm Water Unit of the Water Quality Division at P.O. Box 1677, Oklahoma City,
OK 73101-1677 or by phone at (405) 702-8100.
13) That all manholes shall be constructed in accordance with the standards for Water Pollution Control
Facility Construction (OAC 252:656-5-3), as adopted by the Oklahoma Department of
Environmental Quality.
14) That when it is impossible to obtain proper horizontal and vertical separation as stipulated in Water
Pollution Control Facility Construction OAC 252:656-5-4(c)(1) and OAC 252:656-5-4(c)(2),
respectively, the sewer shall be designed and constructed equal to water pipe, and shall be
pressure tested using the ASTM air test procedure with no detectable leakage prior to backfilling,
in accordance with the standards for Water Pollution Control Facility Construction OAC 252:656-5-
4(c)(3).
Failure to appeal the conditions of this permit in writing within 30 days from the date of issue will constitute
acceptance of the permit and all conditions and provisions.
Water
707 N. ROBINSON AVE.. PO BOX 1677, OKLAHOMA CITY, OK 73101-1677 -OFFICE: 405-702-0100
STATE OF OKLAHOMA ^ OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY - DEQ.OK.GOV
11
Robert Singletary �i OKLAHOMA Kevin Stitt
►
Executive Director c Environmental Governor
i^1W Quality
March 20, 2025
Mr. Roger Stevens, Public Works Director
City of Owasso
P.O. Box 180 (301 W. 2nd Ave.)
Owasso, Oklahoma 74055-0180
Re: Permit No. WL000072250194
Attic Storage at German Corner Potable Water Line Extension
Facility No. 3002718
Dear Mr. Stevens:
Enclosed is Permit No. WL000072250194 for the construction of 1,100 linear feet of six (6) inch PVC
potable water line and all appurtenances to serve the Attic Storage at German Corner, Tulsa County,
Oklahoma.
The project authorized by this permit should be constructed in accordance with the plans approved by this
Department on March 20, 2025. Any deviations from the approved plans and specifications affecting
capacity, flow or operation of units must be approved, in writing, by the Department before changes are
made.
Receipt of this permit should be noted in the minutes of the next regular meeting of the City of Owasso,
after which it should be made a matter of permanent record.
We are returning one (1) set of the approved plans to you, one (1) set to your engineer and retaining one
(1) set for our files.
(Respectfully, Y
�i'V►IlG{QQi�''
Qusay Kabariti, P.E.
Construction Permit Section
Water Quality Division
QK/RC/md
Enclosure
c: Debbie Nichols, Regional Manager, DEQ
TULSA DEQ OFFICE
Billy Cox, PE, Route 66 Engineering
707 N. ROBINSON AVE.. PO BOX 1677, OKLAHOMA CITY, OK 73101-1677 -OFFICE: 405-702-0100
STATE OF OKLAHOMA - OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY • DEQ.OK.GOV
Robert Singletary .= OKLAHOMA Kevin Stitt
Executive Director �® Environmental Governor
40 . `` Quality
PERMIT No. WL000072250194
WATER LINES
FACILITY No. 3002718
PERMIT TO CONSTRUCT
March 20, 2025
Pursuant to O.S. 27A 2-6-304, the City of Owasso is hereby granted this Tier I Permit to construct 1,100
linear feet of six (6) inch PVC potable water line and all appurtenances to serve the Attic Storage at German
Corner, located in Section 6, T-21-N, R-14-E, Tulsa County, Oklahoma, in accordance with the plans
approved March 20, 2025.
By acceptance of this permit, the permittee agrees to operate and maintain the facility in accordance with
the Public Water Supply Operation rules (OAC 252:631) and to comply with the State Certification laws,
Title 59, Section 1101-1116 O.S. and the rules and regulations adopted thereunder regarding the
requirements for certified operators.
This permit is issued subject to the following provisions and conditions.
1) This water line provides adequate fire flow in accordance with the 2009 International Fire Code
through the approved hydraulic analysis. The fire flow provided is 2,250 gpm.
2) That the recipient of the permit is responsible that the project receives supervision and inspection
by competent and qualified personnel.
3) That construction of all phases of the project will be started within one year of the date of approval
or the phases not under construction will be resubmitted for approval as a new project.
4) That no significant information necessary for a proper evaluation of the project has been omitted
or no invalid information has been presented in applying for the permit.
5) That the Oklahoma Department of Environmental Quality shall be kept informed on occurrences
which may affect the eventual performance of the works or that will unduly delay the progress of
the project.
6) That wherever water and sewer lines are constructed with spacing of 10 feet or less, sanitary
protection will be provided in accordance with Public Water Supply Construction Standards [OAC
252:626-19-2].
7) That before placing this facility into service, at least two samples of the water, taken on different
days, shall be tested for bacteria to show that it is safe for drinking purposes.
8) That any deviations from approved plans or specifications affecting capacity, flow or operation of
units must be approved by the Department before any such deviations are made in the construction
of this project.
707 N. ROBINSON AVE.. PO BOX 1677. OKLAHOMA CITY, OK 73101-1677. OFFICE: 405-702-0100
STATE OF OKLAHOMA -OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY • DEQ.OK.GOV
Robert Singletary ��= OKLAHOMA Kevin Stitt
►
Executive Director® Environmental Governor
^� Quality
PERMIT No. WL000072250194
WATER LINES
FACILITY No. 3002718
PERMIT TO CONSTRUCT
9) That the recipient of the permit is responsible for the continued operation and maintenance of these
facilities in accordance with rules and regulations adopted by the Environmental Quality Board, and
that this Department will be notified in writing of any sale or transfer of ownership of these facilities.
10) The issuance of this permit does not relieve the responsible parties of any obligations or liabilities
which the permittee may be under pursuant to prior enforcement action taken by the Department.
11) That the permittee is required to inform the developer/builder that a DEQ Storm Water Construction
Permit is required for a construction site that will disturb one (1) acre or more in accordance with
OPDES, 27A O.S. Section 2-6-201 et seq. For information or a copy of the GENERAL PERMIT
(OKR10) FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, Notice of
Intent (NOI) form, Notice of Termination (NOT) form, or guidance on preparation of a Pollution
Prevention Plan, contact the Storm Water Unit of the Water Quality Division at P.O. Box 1677,
Oklahoma City, OK 73101-1677 or by phone at (405) 702-8100.
12) That any notations or changes recorded on the official set of plans and specifications in the
Oklahoma Department of Environmental Quality files shall be part of the plans as approved.
13) That water lines shall be located at least fifteen (15) feet from all parts of septic tanks and absorption
fields, or other sewage treatment and disposal systems.
14) That whenever plastic pipe is approved and used for potable water, it shall bear the seal of the
National Sanitation Foundation and meet the appropriate commercial standards.
15) That when it is impossible to obtain proper horizontal and vertical separation as stipulated in Public
Water Supply Construction Standards OAC 252:626-19-2(h)(1) and OAC 252:626-19-2(h)(2),
respectively, the sewer shall be designed and constructed equal to water pipe, and shall be
pressure tested to the highest pressure obtainable under the most severe head conditions of the
collection system prior to backfilling.
Failure to appeal the conditions of this permit in writing within 30 days from the date of issue will constitute
acceptance of the permit and all conditions and provisions.
uality Division
707 N. ROBINSON AVE., PO BOX 1677, OKLAHOMA CITY OK 73101-1677 • OFFICE: 405-702-0100
STATE OF OKLAHOMA • OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY - DEQ.OK.GOV
P "_
0 K L A H 0 M A
UEPARTMEW OF ENNQONNINIAI OUALlY
SCOTT A.THOMPSON KEVIN STITT
Executive Director OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY Governor
October 21. 2021
Mr. Roger Stevens, Public Works Director
City of Owasso
P.O. Box 180, 301 West 2nd Ave
Owasso, Oklahoma 74055
Re: Permit No. SL000072210721
Ranch Creek Sewer Interceptor
Facility No. S-21310
Dear Mr. Stevens:
Enclosed is Permit No. SL000072210721 for the construction of 12,389 linear feet of twenty-four (24) inch
PVC, 134 linear feet of fifteen (15) inch PVC, 20 linear feet of eight (8) inch PVC sanitary sewer line and all
appurtenances to serve the Ranch Creek Interceptor Sewer Upgrade, Tulsa County, Oklahoma.
The project authorized by this permit should be constructed in accordance with the plans approved by this
Department on October 21, 2021. Any deviations from the approved plans and specifications affecting
capacity, flow or operation of units must be approved, in writing, by the Department before changes are
made.
Receipt of this permit should be noted in the minutes of the next regular meeting of the City of Owasso,
after which it should be made a matter of permanent record.
We are returning one (1) set of the approved plans to you, one (1) set to your engineer and retaining one
(1) set for our files.
Respectfully,
�r�C7cL�t
Qusay R. Kabariti, P.E.
Construction Permit Section
Water Quality Division
QRK/RC/md
Enclosure
c: Debbie Nichols, Regional Manager, DEQ
TULSA DEQ OFFICE
Ana C Stagg, P.E., Greeley and Hansen
707 NORTH ROBINSON, P.O. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101-1677
please recycle
w
�J
0 K L A H 0 M A
OEPAPIMEW Of ENVIIONMENLAI OUAEIEY
STITT
Exew A. THOtor OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY KEVGo Governor
Executive Director Governor
PERMIT No. SL000072210721
SEWER LINES
FACILITY No. S-21310
PERMIT TO CONSTRUCT
October21, 2021
Pursuant to O.S. 27A 2-6-304, the City of Owasso is hereby granted this Tier I Permit to construct 12,389
linear feet of twenty-four (24) inch PVC, 134 linear feet of fifteen (15) inch PVC, 20 linear feet of eight (8)
inch PVC sanitary sewer line and all appurtenances to serve the Ranch Creek Interceptor Sewer Upgrade,
located in Sections 12&13, T-21-N, R-13-E and section 7, T-21-N, R-14-E, Tulsa County, Oklahoma, in
accordance with the plans approved October 21, 2021.
By acceptance of this permit, the permittee agrees to operate and maintain the facilities in accordance with
the "Oklahoma Pollutant Discharge Elimination System Standards - OPDES" (OAC 252:606) rules and to
comply with the state certification laws, Title 59, Section 1101-1116 O.S. and the rules and regulations
adopted thereunder regarding the requirements for certified operators.
VARIANCE
A variance to the OAC 252:656-5-4(d) requiring creek crossing to be constructed of Ductile Iron Pipe (DIP)
is granted. The City of Owasso does not use ductile iron pipe due to the fact that the soils in the area have
had a detrimental effect on ductile iron pipe. The creek crossing will be constructed of PVC pipe and will be
encased in concrete.
PROVISIONS AND CONDITIONS
This permit is issued subject to the following provisions and conditions.
1) That the recipient of the permit is responsible that the project receives supervision and inspection
by competent and qualified personnel.
2) That construction of all phases of the project will be started within one year of the date of approval
or the phases not under construction will be resubmitted for approval as a new project.
3) That no significant information necessary for a proper evaluation of the project has been omitted
or no invalid information has been presented in applying for the permit.
4) That wherever water and sewer lines are constructed with spacing of 10 feet or less, sanitary
protection will be provided in accordance with OAC 252:656-5-4(c)(3) of the standards for Water
Pollution Control Facility Construction.
707 NORTH ROBINSON, RO. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101-1677
please recycle
4J
0 K L A H 0 M A
DUARTMENT CE ENVIZONMMAL NAM
SCOTi A. TN
Executive Directorrectof OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY
PERMIT TO CONSTRUCT
KEVIN STITT
Goverflor
PERMIT No. SL000072210721
SEWER LINES
FACILITY No. S-21310
5) That tests will be conducted as necessary to insure that the construction of the sewer lines will
prevent excessive infiltration and that the leakage will not exceed 10 gallons per inch of pipe
diameter per mile per day.
6) That the Oklahoma Department of Environmental Quality shall be kept informed of occurrences
which may affect the eventual performance of the works or that will unduly delay the progress of
the project.
7) That the permittee will take steps to assure that the connection of house services to the sewers is
done in such a manner that the functioning of the sewers will not be impaired and that earth and
ground water will be excluded from the sewers when the connection is completed.
8) That any deviations from approved plans or specifications affecting capacity, flow or operation of
units must be approved by the Department before any such deviations are made in the construction
of this project.
9) That any notations or changes recorded on the official set of plans and specifications in the
Oklahoma Department of Environmental Quality files shall be part of the plans as approved.
10) That the recipient of the permit is responsible forthe continued operation and maintenance of these
facilities in accordance with rules and regulations adopted by the Environmental Quality Board, and
that this Department will be notified in writing of any sale or transfer of ownership of these facilities.
11) The issuance of this permit does not relieve the responsible parties of any obligations or liabilities
which the permittee may be under pursuant to prior enforcement action taken by the Department.
12) That the permittee is required to inform the developer/builder that a DEQ Storm Water Construction
Permit is required for a construction site that will disturb one (1) acre or more in accordance with
OPDES, 27A O.S. 2-6-201 et. seq. For information or a copy of the GENERAL PERMIT (OKR10)
FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, Notice of Intent
(NO[) form, Notice of Termination (NOT) form, or guidance on preparation of a Pollution Prevention
Plan, contact the Storm Water Unit of the Water Quality Division at P.O. Box 1677, Oklahoma City,
OK 73101-1677 or by phone at (405) 702-8100.
707 NORTH ROBINSON, P.O. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101-1677
please recycle
CJ
0 K L A H 0 M A
DEMRTOINI OF ENVIRONMENTAL OMOIY
SCOTT A. THOMPSON KEVIN STITT
Executive Director OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY Governor
PERMIT No. SL000072210721
SEWER LINES
FACILITY No. S-21310
PERMIT TO CONSTRUCT
13) That all manholes shall be constructed in accordance with the standards for Water Pollution Control
Facility Construction (CAC 252:656-5-3), as adopted by the Oklahoma Department of
Environmental Quality.
14) That when it is impossible to obtain proper horizontal and vertical separation as stipulated in Water
Pollution Control Facility Construction OAC 252:656-5-4(c)(1) and OAC 252:656-5-4(c)(2),
respectively, the sewer shall be designed and constructed equal to water pipe, and shall be
pressure tested using the ASTM air test procedure with no detectable leakage prior to backfilling,
in accordance with the standards for Water Pollution Control Facility Construction OAC 252:656-5-
4(c)(3).
Failure to appeal the conditions of this permit in writing within 30 days from the date of issue will constitute
acceptance of the permit and all conditions and provisions.
7,
CJ--
Division
707 NORTH ROBINSON, P.O. BOX 1677, OKIAHOMIA CITY, OKIAHOMA 73101-1677
please recycle
0
�J