Loading...
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