Loading...
HomeMy WebLinkAbout2025.06.17_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE OWASSO CITY COUNCIL Council Chambers Old Central Building 109 North Birch, Owasso, OK Tuesday, June 17, 2025 - 6:30 PM NOTE: APPROPRIATE ACTION may include, but is not limited to: acknowledging, affirming, amending, approving, authorizing, awarding, denying, postponing, or tabling. AGENDA 1. Call to Order - Mayor Alvin Fruga 2. Invocation- Father Josh Litwack of St. Henry's Catholic Church 3. Flag Salute 4. Roll Call RECEIVED JUN 12 2025 .Q4 City Clerk's Office S. Citizen request to address the City Council regarding the Owasso Animal Shelter operations Nicole Gholson 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 - June 3, 2025, and June 10, 2025, Regular Meetings B. Approve claims C. Approve a budget amendment in the Healthcare Self -Insurance Fund, increasing the appropriation for expenditures by $32,1 15.14 7. Consideration and appropriate action relating to items removed from the Consent Agenda 8. Consideration and appropriate action relating to various appointments to the Owasso Citizen Boards and Committees Mayor Fruga Mayor Fruga will seek confirmation of the following appointments: AUDIT COMMITTEE - Cody Walter (Seat 1, City Council), term expires June 30, 2026 Nick Sokolosky (Seat 5, Banker), term expires June 30, 2028 BOARD OF ADJUSTMENT - Jim Bausch, term expires June 30, 2028 Kyle Davis, term expires June 30, 2028 CAPITAL IMPROVEMENTS COMMITTEE -term expires June 30, 2026 Chad Balthrop (City Council Representative) Jason Drake (At Large) Lyndell Dunn (City Council Representative) Jim Hunter (At Large) David Smith (Planning Commission Representative) Rob Haskins (At Large) Dirk Thomas (OEDA Representative) Kent Inouye (At Large) Jeff Davis (At Large) Keith Whitfield (At Large) OWASSO ECONOMIC DEVELOPMENT AUTHORITY - David Charney, term expires June 30, 2030 Chelsea Feary (Chamber Representative), term expires June 30, 2026 Alvin Fruga (Council Representative), term expires June 30, 2026 PERSONNEL BOARD - Krisfin Duggins, term expires June 30, 2028 PLANNING COMMISSION - Kent Inouye, term expires June 30, 2026 Kelly Lewis, term expires June 30, 2028 Brian Cook, term expires June 30, 2028 INDIAN NATIONS COUNCIL OF GOVERNMENTS (INCOG) BOARD OF DIRECTORS/GENERAL ASSEMBLY Alvin Fruga, term expires June 30, 2026 Chris Garrett (Alternate) Owasso City Council June 17, 2025 Poge 2 INCOG TRANSPORTATION POLICY COMMITTEE - Lyndell Dunn, term expires June 30, 2026 Chris Garrett (Alternate) INCOG TRANSPORTATION TECHNICAL COMMITTEE - Roger Stevens, term expires June 30, 2026 Dwayne Henderson (Alternate) REGIONAL METROPOLITAN UTILITY AUTHORITY - Travis Blundell, term expires June 30, 2026 Dwayne Henderson (Alternate) 9. Consideration and appropriate action relating to an Employment Agreement between the City and Julie Lombardi for the position of City Attorney, effective July 1, 2025 through June 30, 2026 Michele Dempster 10. Consideration and appropriate action relating to a budget amendment for fiscal year-end supplemental appropriations of excess revenue Carly Novozinsky Staff recommends approval of the following budget amendments by increasing the estimated revenues and the appropriations for expenditures in the following amounts: • General Fund $ 850,000 • Tax Increment Financing (TIF) Fund 140,000 • Ambulance Service Fund 19,800 • Federal Grants Fund 2,016,828 11. Consideration and appropriate action relating to Resolution 2025-04, providing for the adoption of an annual budget for Fiscal Year 2025-2026 General Fund and other Funds, establishing levels of expenditures by department, and establishing budget amendment authority as provided by state statute Carly Novozinsky Staff recommends approval of Resolution 2025-04. 12. Consideration and appropriate action relating to the purchase of an ADS-B receiver drone first responder system Jason Woodruff Staff recommends authorization for the sole -source purchase of the Palidin M30T Drone as First Responder System from Palidin Drones Inc. of Houston, Texas, in the amount of $107,000.00 and authorization to execute all necessary documents. 13. Consideration and appropriate action relating to a proposed lease agreement between the City of Owasso and OK Community Roots, consisting of approximately 0.23 acres, located south of East 22nd Street North and west of North Garnett Road (old water tank site) for a community garden project Shellie Wingert Staff recommends approval of the lease agreement and authorization to execute all necessary documents. 14. Consideration and appropriate action relating to Ordinance 1235, approving a Planned Unit Development for Owasso Trails, a proposed single-family residential development located north of East 761h Street North and west of North Memorial Drive on approximately 38 acres, as referenced in application OPUD 25-02 Wendy Kramer Staff recommends adoption of Ordinance 1235. Owasso City Council June 17, 2025 Page 15. Consideration and appropriate action relating to an amendment to the Agreement for Engineering Services with BKL, Inc., of Tulsa, Oklahoma, for the East 96th Street North from North 119th East Avenue to North 1291h East Avenue Roadway Improvement Project Dwayne Henderson Staff recommends approval of Amendment No. 6, in the amount of $70,000.00, and authorization to execute all necessary documents. 16. Consideration appropriate action relating to bids received for the 2025 Street Rehabilitation Project Maintenance using High Density Mineral Bond Jake Ketner Staff recommends awarding the contract to Holbrook Asphalt, LLC of Saint George, Utah in the amount of $332,992.00 and authorization to execute the necessary documents. 17. Consideration and appropriate action relating to bids received for the Owasso Parks Maintenance Office Project Larry Longford Staff recommends awarding the construction contract to Magnum Construction of Broken Arrow, Oklahoma in the amount of $1,369,000.00 and authorization to execute all necessary documents. 18. Report from City Manager 19. Report from City Attorney 20. Report from City Councilors 21. Official Notices (documents for acknowledgment of receipt or information only, no discussion or action will be taken) • Payroll Payment Report - pay period ending date May 31, 2025 • Healthcare Self -Insurance Claims - dated as of May 30, 2025 • Monthly Budget Status Report - May 2025 • Change Orders No. 1 and 2 executed by the City Manager or designee for the East 96th Street North from North 1 19th East Avenue to North 129th East Avenue Project -West Side • Change Order No. 6 executed by the City Manager or designee for the New Public Works Facility 22. New Business (New Business is any item of business which could not have been foreseen at the time of posting of the agenda) 23. Adjournment Notice of Public Meeting filed in the office of the City Clerk on Friday, December 13, 2024, and the Agenda posted at City Hall, 200 South Main Street, at 12:00 pr�� Thursday, June 12, J025. M. Stevens, The City of Owasso encourages citizen participation. To request orvaccommodation due to a disability, contact the City Clerk prior to the scheduled meeting by phone 918-376-1502 or by email to istevens@citvofowosso.com OWASSO CITY COUNCIL MINUTES OF REGULAR MEETING TUESDAY, JUNE 3, 2024 The Owasso City Council met in regular session on Tuesday, June 3, 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 1 1:30 am on Friday, May 30, 2025. 1. Call to Order -Mayor Alvin Fruga called the meeting to order at 6:30pm. 2. Invocation -The Invocation was offered by Pastor Smokey Hurst. 3. Flag Salute - Boy Scout Connor Weed led the flag salute. 4. Roll Call - A quorum was declared present. Present Absent Mayor -Alvin Fruga None Vice Mayor- Lyndell Dunn Councilor- Dr. Chad Balthrop Councilor- Dr. Paul Loving Councilor - Cody Walter Staff: City Manager - Chris Garrett / City Attorney - Julie Lombardi 5. Presentation of Character Trait of Endurance - Karan Rebitzke presented the character trait for June. 6. Citizen request to address the City Council regarding a proposed Owasso flag Holden Foyil addressed the City Council to express interest in establishing an official flag for the City of Owasso. 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- May 20, 2025, Regular Meeting B. Approve claims Mr. Dunn moved, seconded by Mr. Walter, to approve the Consent Agenda as presented, with claims totaling $665,462.62. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 8. Consideration and appropriate action relating to items removed from the Consent Agenda -None 9. PUBLIC HEARING - The City Council will conduct a public hearing for the purpose of receiving citizen input and discussing the proposed FY 2025-2026 Annual Operating Budget Chris Garrett and Carly Novozinsky presented the item. At 6:50 pm, the Mayor opened the Public Hearing for comment. There were no comments from the audience. At 6:51 pm, the Mayor closed the Public Hearing. 10. Consideration and appropriate action relating to the 2024 Annual Street Rehabilitation Program Earl Farris presented the item recommending acceptance of the completed project and authorization for final payment to Grade Line Construction, LLC of Cleveland, Oklahoma, in the amount of $94,681.54. There were no comments from the audience. Mr. Dunn moved, second by Mr. Loving, to accept the complete project, and authorize payment and execution of documents, as recommended. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 Owasso City Council June 3, 2025 Page 2 11. Consideration and appropriate action relating to the employment agreement between the City of Owasso and the International Association of Fire Fighters (IAFF) Local #2789 Michele Dempster presented the item, recommending approval of the Fiscal Year 2025-2026 contract between the City of Owasso and the International Association of Fire Fighters Local #2789 and authorization to execute all necessary documents. There were no comments from the audience. Following discussion, Mr. Dunn moved, seconded by Mr. Loving, to approve the contract and authorize execution of documents, as recommended. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 12. Consideration and appropriate action relating to the employment agreement between the City of Owasso and the Fraternal Order of Police (FOP) Lodge #149 Michele Dempster presented the item, recommending approval of the Fiscal Year 2025-2026 contract between the City of Owasso and the Fraternal Order of Police Lodge #149 and authorization to execute all necessary documents. There were no comments from the audience. Following discussion, Mr. Walter moved, seconded by Mr. Balthrop, to approve the contract and authorize execution of documents, as recommended. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 13. Consideration and appropriate action relating to an Employment Agreement between the City of Owasso and City Manager, Chris Garrett Michele Dempster presented the item. There were no comments from the audience. Following discussion, Mr. Dunn moved, seconded by Mr. Loving, to approve the employment agreement, as recommended. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 14. Presentation of the monthly Project Status Report Roger Stevens presented the item and discussion was held. 15. Report from City Manager Chris Garrett reported on the upcoming Rodeo, Rodeo Association on June 13 and 14. 16. Report from City Attorney -None 17. Report from City Councilors - None which will be hosted by the International Professional 18. Official Notices - The Mayor acknowledged receipt of the following: • Payroll Payment Report - pay period ending date May 17, 2025 • Oklahoma Department of Environment Quality Permit No. SL000072250465 Casey's General Store Sanitary Sewer Extension Facility No. S-21310 • Oklahoma Department of Environment Quality Permit No. WL000072250464 Casey's General Store Water Line Extension PWSID No. 3007218 • Change Order No. 4 executed by the City Manager or designee for the New Public Works Facility • Change Order No. 5 executed by the City Manager or designee for the New Public Works Facility 19. New Business -None Owasso City Council June 3, 2025 Page 3 7:1 1 pm - Mayor Fruga recessed the Owasso City Council meeting and convened the Owasso Public Works Authority and the Owasso Public Golf Authority meetings. 7:15 pm - Mayor Fruga reconvened the Owasso City Council meeting. 20. Consideration and appropriate action relating to a request for an executive session to discuss the annual evaluation and employment contract of Julie Lombardi, City Attorney, as provided for in Title 25, O.S. § 307(B)(1) Mayor Fruga moved, second by Mr. Dunn, to enter into executive session. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 At 7:15 pm, the City Council members entered into Executive Session. At 7:23 pm, Michele Dempster entered into Executive Session. At 7:28 pm, Michele Dempster exited Executive Session. At 7:35 pm, Julie Lombardi entered into Executive Session. At 7:59 pm, Julie Lombardi exited Executive Session. At 8:10 pm, the City Council exited Executive Session and returned to Open Session. 21. Adjournment Mr. Dunn moved, seconded by Mr. Walter, to adjourn the meeting. YEA: Balthrop, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 and the meeting adjourned at 8:10 pm. Juliann M. Stevens, City Clerk Alvin Fruga, Mayor OWASSO CITY COUNCIL, PUBLIC WORKS AUTHORITY, AND PUBLIC GOLF AUTHORITY MINUTES OF JOINT REGULAR MEETING TUESDAY, JUNE 10, 2025 The Owasso City Council, Owasso Public Works Authority (OPWA), and Owasso Public Golf Authority (OPGA) met in a joint regular meeting on Tuesday, June 10, 2025, in the Council Chambers at Old Central, 109 North Birch Street, Owasso, Oklahoma, per the Notice of Public Meeting filed Friday, December 13, 2024; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at 12:00 pm on Friday, June 6, 2025. 1. Call to Order - Mayor/Chair Alvin Fruga called the meeting to order at 6:04 pm 2. Roll Call A quorum was declared present. Present Absent Mayor/Chair-Alvin Fruga None Vice Mayor/Vice Chair- Lyndell Dunn Councilor/Trustee - Dr. Chad Balthrop Councilor/Trustee - Dr. Paul Loving Councilor/Trustee - Cody Walter Staff: City/Authority Manager- Chris Garrett; City/Authority Attorney - Julie Lombardi 3. Discussion relating to the creation of an official City of Owasso flag Mayor Fruga presented the item, and discussion was held. 4. Discussion relating to the annual appointments for various citizen boards and committees Mayor Fruga presented the item, and discussion was held. 5. Discussion relating to a proposed lease agreement between the City of Owasso and OK Community Roots - consisting of approximately 0.23 acres, located south of East 22nd Street North and west of North Garnett Road (old water tank site) for a community garden project Alexa Beemer and Shellie Wingert presented the item, and discussion was held. It was explained this item will be placed on the June 17, 2025, City Council agenda for consideration and action. 6. Discussion relating to a proposed Planned Unit Development for Owasso Trails, a proposed single-family residential development located north of East 761h Street North and west of North Memorial Drive on approximately 38 acres, as referenced in application OPUD 25-02 Wendy Kramer presented the item, and discussion was held. It was explained this item will be placed on the June 17, 2025, City Council agenda for consideration and action. 7. Discussion relating to a proposed per -acre assessment fee for connection to the 2023 Morrow Gravity Sanitary Sewer Extension Roger Stevens presented the item, and discussion was held. It was explained this item will be placed on the June 17, 2025, OPWA agenda for consideration and action. 8. Discussion relating to the proposed purchase of land for the Ranch Creek Trail Project - consisting of approximately 187 acres, located south of the existing McCarty Park and north of East 76111 Street North, in the amount of $200,000.00 Roger Stevens presented the item, and discussion was held. 9. Discussion relating to the proposed FY 2025-2026 Annual Operating Budget Chris Garrett and Carly Novozinsky presented the item, and discussion was held. 10. Discussion relating to the monthly sales and use tax report and revenue outlook Carly Novozinsky presented the item, and discussion was held. 11, City/Authority Manager Report - None Owasso City Council, OPWA & OPGA June 10, 2025 Page 2 12. City Councilor/Trustee comments and inquiries - None 13. Adjournment - The meeting adjourned at 6:50 pm. Juliann M. Stevens, City Clerk Alvin Fruga, Mayor/Chair Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK ANCHOR -ROCK $1,312.44 JPMORGAN CHASE BANK LOWES-LUMBER $104.13 JPMORGAN CHASE BANK LOWES-ROPE $36.56 CEMETERY WALL REPLACEMENT - Total $1,453.13 AT&T PHONE USE $28.55 BLUE ENERGY FUELS LLC CNG FUEL MAY 2025 $19.06 COMMERCIAL POWER SOLUTIONS, LLC CH GENERATOR REPAIR $257,45 DALE & LEES SERVICE INC AC REPAIR OLD CENTRAL $374.00 DALE & LEES SERVICE INC HVAC REPAIR CITY HALL HR $496.00 ENTERPRISE FM TRUST FLEET LEASE $2,745.14 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $183.55 JPMORGAN CHASE BANK AMAZON-AED CABINET $143.98 JPMORGAN CHASE BANK AMAZON -GLOVES $12.75 JPMORGAN CHASE BANK AMAZON -SUPPLIES $323.65 JPMORGAN CHASE BANK AMAZON -VENT DIFFUSERS $82,99 JPMORGAN CHASE BANK AMAZON -WATER FILTER $49.39 JPMORGAN CHASE BANK FASTSIGNS-ROOM SIGN $1,693.00 JPMORGAN CHASE BANK HOME DEPOT -CUT BLADES $49.97 JPMORGAN CHASE BANK HOME DEPOT -METER $49.97 JPMORGAN CHASE BANK LOWES-CLEAN SUPP $32.46 JPMORGAN CHASE BANK LOWES-FLAG SUPPLIES $40.03 JPMORGAN CHASE BANK LOWES-FRP FOR WALLS $120.26 JPMORGAN CHASE BANK LOWES-LIGHTS/SUPPLIES $436.75 JPMORGAN CHASE BANK LOWES-NUTS&BOLTS $1.18 JPMORGAN CHASE BANK LOWES-PHOTOCELLS $59.92 JPMORGAN CHASE BANK LOWES-WATERPROOFING $193.96 JPMORGAN CHASE BANK PLUMB ACES -WATER TANK $2,500.00 JPMORGAN CHASE BANK QUIT BUGGIN-PEST $180.00 JPMORGAN CHASE BANK SAMS-CLEAN SUPP $87.68 JPMORGAN CHASE BANK SAMS-SHORTS $209.44 JPMORGAN CHASE BANK STAPLES -CREAMER $38.58 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $160.16 UNIFIRST HOLDINGS LP UNIFORMS $84.44 FACILITY MAINTENANCE -Total $10,654.31 RAMUNDSEN SUPERIOR HOLDINGS ERP SOFTWARE $4,726.31 FINANCE ENTERPRISE SYSTEM -Total $4,726.31 ENTERPRISE FM TRUST FLEET LEASE $1,173.62 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $175.46 FULLERTON HYDRO -TEST INC. CYLINDER LEASE $29.00 JPMORGAN CHASE BANK HOME DEPOT-RYOBI TOOL $198.98 JPMORGAN CHASE BANK MIDWEST VET -SCANNER $324.18 1 Fund 01 GENERAL Claims List - 06117/2025 Vendor Name Payable Description Payment Amount JPMORGAN CHASE BANK OWASSO FENCE -REPAIR $1,577.00 JPMORGAN CHASE BANK PAYPAL-STERILIZATION $150.00 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $401.30 JPMORGAN CHASE BANK VET MED-EUTH LICENSE $42.75 WATERSTONE CLEANERS MAY DRY CLEANING $110.35 GEN ANIMAL CONTROL -Total $4,182.64 STANDARD SUPPLY LAWN & GARDEN OIL MIX $239.89 STANDARD SUPPLY LAWN & GARDEN WEED TRIMMER $295.99 UNIFIRST HOLDINGS LP UNIFORM SERVICES $19.20 GEN CEMETERY -Total $555.08 DANETTE TODD CARD MAKING CLASS $27.00 TEAL DANCE COMPANY LLC DANCE CLASS $360.00 GEN COMM CTR DONATIONS -Total $387.00 JPMORGAN CHASE BANK AIR CARE -DUCT CLEAN $1,185.00 JPMORGAN CHASE BANK ALARM BILL -SECURITY $120.00 JPMORGAN CHASE BANK AMAZON -COLORED PAPER $17.96 JPMORGAN CHASE BANK AMAZON -REFUND ($36.99) JPMORGAN CHASE BANK AMAZON -SIGN HOLDERS $29.57 JPMORGAN CHASE BANK AMAZON -TEA BAGS $26.33 JPMORGAN CHASE BANK CORNERSTONE -BUSHES $105.00 JPMORGAN CHASE BANK HOBBY LOBBY -DECOR $62.92 JPMORGAN CHASE BANK HOME DEPOT -MULCH $17.08 JPMORGAN CHASE BANK LOWES-PLANTS $127.84 JPMORGAN CHASE BANK LOWES-SINK PARTS $35.35 JPMORGAN CHASE BANK LOWES-SINK REINSTALL $13.17 JPMORGAN CHASE BANK ONG-GAS USAGE $219.47 JPMORGAN CHASE BANK QUIT BUGGIN-PEST $95.00 SUMNERONE INC COPIER BASE RATE $104.00 SUMNERONE INC COPIER LEASE $132.50 GEN COMMUNITY CENTER -Total $2,254.20 ENTERPRISE FM TRUST FLEET LEASE $2,558.41 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $387.92 JPMORGAN CHASE BANK COLUMN -LEGAL NOTICE $160.04 JPMORGAN CHASE BANK HOMEDEPOT-LEGAL SIGNS $47.39 JPMORGAN CHASE BANK INTL CODE-LIC RENEWAL $355.00 JPMORGAN CHASE BANK PIKEPASS-FEES $10.80 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $586.62 KENNETH LIVINGSTON MOW ABATEMENT PROP $800.00 KENNETH LIVINGSTON MOWING/BRUSHHOG $2,000.00 TREASURER PETTY CASH W KRAMER-PER DIEM $473.00 E Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL GEN COMMUNITY DEVELOPMENT -Total $7,379.18 JPMORGAN CHASE BANK MICROSOFT-LICENSES $72.00 JPMORGAN CHASE BANK SAVON-FLYERS $280.00 JPMORGAN CHASE BANK SOUTH ECON-CONFERENCE $798.00 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $40.04 TREASURER PETTY CASH AARTVARK-LOGO WORK $350.00 WHISTLER SIGN COMPANY LLC JULY BILLBOARD $1.325.00 GEN ECONOMIC DEV -Total $2,865.04 (TOUCH BIOMETRICS LLC FINGERPRINT LICENSE $1,722,00 JPMORGAN CHASE BANK SPECIAL OPS-NEW HIRE $64.00 GEN EMERG COMMUNICATIONS -Total $1,786.00 AT&T PHONE USE $28.55 ENTERPRISE FM TRUST FLEET LEASE $586.81 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.02 VERDIGRIS VALLEY ELECTRIC COOP STORM SIRENS $130.94 GEN EMERG PREPAREDNESS -Total $826.32 DEPARTMENT OF ENVIRONMENTAL DEQ LICENSE RENEWAL $276.00 QUALITY ENTERPRISE FM TRUST FLEET LEASE $2,033.97 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $257.73 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $160.10 UNIFIRST HOLDINGS LP UNIFORM SERVICES $38.02 GEN ENGINEERING -Total $2,765.82 AT&T PHONE USE $114.21 ELIZABETH ANNE CHILDS GENERAL MATTERS $825,00 ENTERPRISE FM TRUST FLEET LEASE $1,208.61 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $25.03 GRAND GATEWAY ECO. DEV. ASSC. MAY PELIVAN TRANSIT $6,047.50 JPMORGAN CHASE BANK AMER WASTE-DUMPSTER $131.17 JPMORGAN CHASE BANK COLUMN -LEGAL NOTICE $63.36 JPMORGAN CHASE BANK ONG-GAS USAGE $257.78 JPMORGAN CHASE BANK PIKEPASS-FEES $12.53 JPMORGAN CHASE BANK STAPLES -COPY PAPER $251.95 JPMORGAN CHASE BANK SUMNER-COPIER $964.17 MCAFEE&TAFT LEGAL -PERSONNEL $1,550.00 GEN GENERAL GOVERNMENT -Total $11,451.41 JPMORGAN CHASE BANK ONG-GAS USAGE $45.68 JPMORGAN CHASE BANK ZEROREZ-CARPET SVC $1,625.00 GEN HISTORICAL MUSEUM -Total $1,670.68 AMERICANCHECKED INC ATTN: BILLING BACKGROUND CHECKS $303.65 3 Fund 01 GENERAL Claims List - 06/17/2025 Vendor Name Payable Description Payment Amount JPMORGAN CHASE BANK ACCESS MED-PHYSICAL $85.00 JPMORGAN CHASE BANK AMC -PE DRUG TESTS $360.00 GEN HUMAN RESOURCES - Total $748.65 AT&T PHONE USE $28.55 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $54.39 JPMORGAN CHASE BANK COW GOVT-EMAIL FILTER $7,170.00 JPMORGAN CHASE BANK COX-INTERNET FEE $1,598.94 JPMORGAN CHASE BANK COX -PHONE SERVICE $59.41 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $482.79 ORION SECURITY SOLUTIONS LLC HID MOBILE LICENSES $1,302-00 TREASURER PETTY CASH M MOUNT -PER DIEM $473.00 TYLER WILLSON TUITION REIMBURSEMENT $815.85 GEN INFORMATION TECH -Total $11,984.93 ENTERPRISE FM TRUST FLEET LEASE $1,019.57 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $89.00 JPMORGAN CHASE BANK CC MEETING EXP 05115 $182.42 JPMORGAN CHASE BANK CC RELATIONS 05126 $33.25 JPMORGAN CHASE BANK CC RELATIONS 05/28 $38.96 JPMORGAN CHASE BANK CHAMBER -CAPITOL DAY $50.00 JPMORGAN CHASE BANK CHAMBER-JUNE MEETING $315.00 JPMORGAN CHASE BANK CHAMBER -LEG WRAP UP $60.00 JPMORGAN CHASE BANK EMPY RELATIONS 05116 $37.20 JPMORGAN CHASE BANK EMPY RELATIONS 05/22 $40.80 JPMORGAN CHASE BANK EMPY RELATIONS 05/30 $47.90 JPMORGAN CHASE BANK FOP RELATIONS 05/19 $57.54 JPMORGAN CHASE BANK LEE-TULSA WORLD SUB $57.98 JPMORGAN CHASE BANK LODGING EXP 05118-22 $778.36 JPMORGAN CHASE BANK PIKEPASS-FEES $10.80 JPMORGAN CHASE BANK SAMS-LUNCHEON $71.29 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $35.00 JPMORGAN CHASE BANK TRAVEL EXP 05/18-22 $154.42 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.02 TREASURER PETTY CASH S LIVINGSTON-PER DIEM $116.20 GEN MANAGERIAL -Total $3,275.71 JPMORGAN CHASE BANK AMAZON-CALENDAR&TAPE $22.31 JPMORGAN CHASE BANK SUMNER-COPIER $17.56 WEST WAY LLC PROCESS SERVER $710.00 YOUTH SERVICES OF TULSA YOUTH SERVICES $8,250.00 GEN MUNICIPAL COURT • Total $8,999.87 CITY OF OWASSO WATER SERVICE $8,921.50 ENTERPRISE FM TRUST FLEET LEASE $2,358.32 is Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL FLEETCOR TECHNOLOGIES FUEL MAY 2025 $947.44 JPMORGAN CHASE BANK ATWOOD-GLOVES $17.99 JPMORGAN CHASE BANK C&C-TOILET PAPER $170.00 JPMORGAN CHASE BANK CORNERSTONE -COUPLING $14.95 JPMORGAN CHASE BANK CORNERSTONE -MIX OIL $26.99 JPMORGAN CHASE BANK CORNERSTONE -OIL $64.99 JPMORGAN CHASE BANK CORNERSTONE -PARTS $55.85 JPMORGAN CHASE BANK CORNERSTONE-SAWCHAINS $32.99 JPMORGAN CHASE BANK CORNERSTONE -SPRAYER $23.99 JPMORGAN CHASE BANK CORNERSTONE -SUPPLIES $80.97 JPMORGAN CHASE BANK GREEN ACRE -GRANITE $290.00 JPMORGAN CHASE BANK JANI KING -JANITORIAL $4,916.50 JPMORGAN CHASE BANK NEWELL-FLOWERBED WEED $1,126,61 JPMORGAN CHASE BANK ONG-GAS USAGE $5&32 JPMORGAN CHASE BANK P&K-MOWER BELT $85.43 JPMORGAN CHASE BANK TURFWORX-MOWING SVCS $2,928.00 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.02 MBE ENTERPRISES, LLC RAYOLA TREE REMOVAL $3,500.00 ROGERS COUNTY RURAL WATER DISTRICT CENTENNIAL PARK WATER $387.07 STAUFFER ENTERPRISES INC CENTENNIAL MOWING $2,150.00 UNIFIRST HOLDINGS LP UNIFORMS $61.56 VERDIGRIS VALLEY ELECTRIC COOP PARKS ELECTRIC $98.62 GEN PARKS -Total $28,398.11 HOLLY EMBRY JUNE CMN FACE PAINT $187.50 JAMES NEIL CLINE JUNE CMN BALLOONS $150.00 JPMORGAN CHASE BANK AMAZON -BUBBLE WANDS $26.99 JPMORGAN CHASE BANK GRANT WRITING -CLASS $990.00 JPMORGAN CHASE BANK SAVOWEVENT MAGNETS $330.00 JPMORGAN CHASE BANK SWANK -MOVIE RENTAL $500.00 GEN RECREATION & CULTURE -Total $2,184.49 BLUE ENERGY FUELS LLC CNG FUEL MAY 2025 $113.77 ENTERPRISE FM TRUST FLEET LEASE $4,698.64 FLEET FUELS LLC FUEL $62.62 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $2,920.13 HERITAGE LANDSCAPING LLC 116/GARNETT-129 MOW $1,560.00 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $240.06 SOURCEONE MANAGEMENT SERVICES INC 129TH/76-96 MOWING $660.00 SOURCEONE MANAGEMENT SERVICES INC GARNETT/116-126 MOW $1,140.00 SOURCEONE MANAGEMENT SERVICES INC GARNETT/86-96 MOWING $1,072.00 SOURCEONE MANAGEMENT SERVICES INC GARNETT/96-106-MOWING $1,352.00 SOURCEONE MANAGEMENT SERVICES INC LAWN MAINTENANCE $3,996.00 5 Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL SPIRIT LANDSCAPE MANAGEMENT LLC 96TH ST LANDSCAPE $278.41 SPIRIT LANDSCAPE MANAGEMENT LLC MAIN ST LANDSCAPE $461.20 STANDARD SUPPLY LAWN & GARDEN TRIMMER STRING $345.52 STANDARD SUPPLY LAWN & GARDEN WEED TRIMMERS $1,183.96 UNIFIRST HOLDINGS LP UNIFORM SERVICES $168.76 GEN STORMWATERNEG -Total $20,253.07 AEP/PSO STREET LIGHTS $10.92 TREASURER PETTY CASH CC DEP REF-BLACKBURN $50.00 TREASURER PETTY CASH CC DEP REF-DELAFONT $100.00 TREASURER PETTY CASH CC DEP REF-HAMILTON $50.00 TREASURER PETTY CASH CC DEP REF-JACOBS $100.00 TREASURER PETTY CASH CC DEP REF-LEHMAN $50.00 TREASURER PETTY CASH CC DEP REF -PERRY $50.00 TREASURER PETTY CASH CC DEP REF-SCOTT $100.00 TREASURER PETTY CASH CC DEP REF-WIDDOES $100.00 TREASURER PETTY CASH CC USER FEE REF-SCOTT $180.00 TREASURER PETTY CASH OC DEP REF-GEORGE $100.00 TREASURER PETTY CASH OC DEP REF-WILKINS $100.00 TREASURER PETTY CASH UMPIRE REF -DAY $60.00 TREASURER PETTY CASH UMPIRE REF-GREGG $60.00 TREASURER PETTY CASH UMPIRE REF-JENSEN $60.00 TREASURER PETTY CASH UMPIRE REF-PITTMAN $60.00 TREASURER PETTY CASH UMPIRE REF -PORTER $45.00 TREASURER PETTY CASH UMPIRE REF -SHEPHERD $45.00 TREASURER PETTY CASH UMPIRE REF -SMITH $30.00 GENERAL -Total $1,350.92 JPMORGAN CHASE BANK ABCO-TENT DEPOSIT $477.16 JPMORGAN CHASE BANK SHOW IT OFF-HF WALL $757.50 GF-HARVEST FESTIVAL -Total JPMORGAN CHASE BANK STREETS -Total COLUMN -LEGAL NOTICE $1,234.66 $103.38 $103.38 GENERAL -Total $131,490.91 20 AMBULANCE SERVICE AT&T PHONE USE $28.55 CAPITAL WASTE SOLUTIONS LLC MED WASTE REMOVAL $339.20 EMS TECHNOLOGY SOLUTIONS, LLC RFID LABELS $989.58 ESO SOLUTIONS INC PULSARA & HIDE $1,507.93 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $3,310.50 JPMORGAN CHASE BANK TRAVEL EXP 04/21-26 $175.00 JPMORGAN CHASE BANK TRAVEL EXP 04/28 $21.42 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $2,365.25 11 Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 20 AMBULANCE SERVICE MARK STUCKEY STAFFING CONSULTATION $2,000.00 MEDICLAIMS INC BILLING SERVICES $8,962.08 WILLIAM A HARRISON INC COMPRESSOR & CONTROLS $9,448.63 AMBULANCE -Total $29,148.14 REPUBLIC RECOVERY SERVICES INC COLLECTION SERVICES $30.00 AMBULANCE SERVICE -Total $30.00 AMBULANCE SERVICE -Total $29,178.14 21 E-911 AT&T PHONE USE $462.28 COX COMMUNICATIONS Tt CIRCUITS $83.97 DANA SAFETY SUPPLY, INC UNIFORMS $23&73 DEPARTMENT OF PUBLIC SAFETY OLETS ACCESS $1,702.00 INCOG 911 INCOG FEES $8,307.42 JPMORGAN CHASE BANK APCO-TRAINING $525.00 JPMORGAN CHASE BANK N-EAR-HEADSET ITEMS $308.78 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.02 LANGUAGE LINE SERVICES TRANSLATION SERVICE $58,88 E911 COMMUNICATIONS -Total $11,767.08 E-911 -Total $11,767.08 25 HOTEL TAX JPMORGAN CHASE BANK WAVE -NEWSLETTER $350.00 HOTEL TAX ECON DEV -Total $350.00 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $44.62 JPMORGAN CHASE BANK HOME DEPOT -PAINT SUPP $156.29 STRONG NEIGHBORHOODS -Total $200.91 HOTELTAX -Total $550.91 27 STORMWATER MANAGEMENT MESHEK & ASSOCIATES, P.L.C. ENGINEERING SERVICES $7,737.10 RAYOLA PARK DETENTION -Total $7,737.10 DEPARTMENT OF ENVIRONMENTAL DEQ LICENSE RENEWAL $230.00 QUALITY ENTERPRISE FM TRUST FLEET LEASE $1,041,60 JPMORGAN CHASE BANK LOT 109-PARKING FEE $8.00 JPMORGAN CHASE BANK LOWES-CHAIN $123.82 JPMORGAN CHASE BANK QUIKSERVICE-PIPE $125.90 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.02 LOT MAINTENANCE OF OKLAHOMA, INC. LAWN MAINTENANCE $2,564.00 MESHEK & ASSOCIATES, P.L.C. PROFESSIONAL SERVICES $1,266.25 OMEGA RAIL MANAGEMENT, INC. STORM SEWER AGREMENT $1,639.09 SOURCEONE MANAGEMENT SERVICES INC LAWN MAINTENANCE $5,822.00 STANDARD SUPPLY LAWN & GARDEN MOWER MUFFLER $182.13 UNIFIRST HOLDINGS LP UNIFORM SERVICES $13.02 STORMWATER-STORMWATERNEG -Total $13,095.83 7 Claims List - 06117/2025 Fund Vendor Name Payable Description Payment Amount 27 STORMWATER MANAGEMENT -Total $20,832.93 31 AMBULANCE CAPITAL ZOLL MEDICAL CORP AUTOPULSE LEASE $19,917.44 AMBULANCE CAPITAL FD -Total $19,917.44 AMBULANCE CAPITAL -Total $19,917.44 34 VISION TAX GRADE LINE CONSTRUCTION STREET IMPROVEMENTS $382,528.71 96TH FROM 119TH TO BRIDGE -Total $382,528.71 VISION TAX -Total $382,528.71 37 SALES TAX FIRE CITY OF OWASSO WATER SERVICE $77.00 ENTERPRISE FM TRUST FLEET LEASE $5,264.85 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $3,010,81 FULLERTON HYDRO -TEST INC. HYDRO TEST $510.23 JPMORGAN CHASE BANK CHIEFS MEETING 05/14 $63.97 JPMORGAN CHASE BANK OK POLICE -UNIFORMS $916.93 JPMORGAN CHASE BANK ONG-GAS USAGE $1,236.63 JPMORGAN CHASE BANK PIKEPASS-FEES $17.10 JPMORGAN CHASE BANK RADWELL-SCBA CMPRSR $1,926.92 JPMORGAN CHASE BANK ROTOROOTER-PLUMBING $2,242.12 JPMORGAN CHASE BANK SAMS-SUPPLIES $62.50 MILPRO MARINE LLC RESCUE BOATS $15,308.75 SALES TAX FUND -FIRE -Total $30,637.81 SALES TAX FIRE -Total $30,637.81 38 SALES TAX POLICE AMERICAN WASTE CONTROL INC DUMPSTER RENTAL $155.66 AT&T PHONE USE $28.55 CITY OF OWASSO WATER SERVICE $45.50 ENTERPRISE FM TRUST FLEET LEASE $2,943.77 FAMILY ANIMAL MEDICINE PLLC K9 MEDICAL $144.45 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $14,961.90 GT DISTRIBUTORS INC GLOCK PISTOLS $2,801.94 J&N TACTICAL LLC SWAT EQUIPMENT $610.00 JPMORGAN CHASE BANK AMAZON -BATTERIES $15.43 JPMORGAN CHASE BANK AMAZON -CLEANING SUPP $54.80 JPMORGAN CHASE BANK AMAZON -DOOR HANDLE $189.00 JPMORGAN CHASE BANK AMAZON -FIRST AID KITS $284.90 JPMORGAN CHASE BANK AMAZON -HEW HIRE $93.98 JPMORGAN CHASE BANK AMAZON -HITCH ITEMS $124.09 JPMORGAN CHASE BANK AMAZON -NEW HIRE EQUIP $156.95 JPMORGAN CHASE BANK AMAZON -SWAT MIRRORS $23.98 JPMORGAN CHASE BANK BIG DOG -TANK TRAPS $136.98 JPMORGAN CHASE BANK COLTS -ARMORER TRNG $605.00 JPMORGAN CHASE BANK CORNERSTONE -BATTERIES $16.99 2 Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 38 SALES TAX POLICE JPMORGAN CHASE BANK FBI LEEDA-TRAINING $795.00 JPMORGAN CHASE BANK FEDEX-SHIPPING FEE $60.58 JPMORGAN CHASE BANK GALLS -NEW HIRE EQUIP $506.19 JPMORGAN CHASE BANK KODEX-SUBPOENA FEE $50.00 JPMORGAN CHASE BANK LOWES-FLAG POLE $29.04 JPMORGAN CHASE BANK LOWES-HARDWARE $66.72 JPMORGAN CHASE BANK MEEKS GROUP -STRIPING $966.77 JPMORGAN CHASE BANK MEEKS-GRAPHIC REMOVAL $240.00 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $57.69 JPMORGAN CHASE BANK OK POLICE -UNIFORM $117.98 JPMORGAN CHASE BANK ONG-GAS USAGE $634.06 JPMORGAN CHASE BANK ROCIC-ANNUAL FEE $300.00 JPMORGAN CHASE BANK SAMS-KITCHEN ITEMS $230.22 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $40.00 JPMORGAN CHASE BANK SPECIAL OPS-NEW HIRE $1.319.32 JPMORGAN CHASE BANK SPECIAL OPS-UNIFORM $362.97 JPMORGAN CHASE BANK STALKER -RADARS $8,535.00 JPMORGAN CHASE BANK LISPS -SHIPPING FEE $18.55 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $9,109.94 JPMORGAN CHASE BANK ZERO9-PEPPERSPRAY CAN $34.99 SOME'S UNIFORMS INC AWARDS & RECOGNITION $1,503.00 SUMNERONE INC COPIER LEASE $424.00 SUMNERONE INC COPIER RENTAL OVERAGE $168.01 THOMAS ALAN HOFFMANN NEW HIRE MMPI TEST $150.00 TREASURER PETTY CASH C LATTA-UNIFORM REIMB $126.00 WATERSTONE CLEANERS MAY DRY CLEANING $1,202.30 SALES TAX FUND -POLICE -Total $50,442.20 SALES TAX POLICE -Total $50,442.20 39 SALES TAX STREETS AEP/PSO STREETLIGHTS $9,641.93 BLUE ENERGY FUELS LLC CNG FUEL MAY 2025 $99.40 CAMO FARMS INC ASPHALT $519.99 ENTERPRISE FM TRUST FLEET LEASE $1,075.09 FLEET FUELS LLC FUEL $62.61 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $2,025.21 HUTCHINSON SALT CO ROAD SALT $3,623.55 JPMORGAN CHASE BANK AMERIFLEX-WAND TIPS $18.00 JPMORGAN CHASE BANK ANCHOR -ROCK $2,094.59 JPMORGAN CHASE BANK BROWN FARMS -SOD $80.00 JPMORGAN CHASE BANK CORNERSTONE -KEYS $7.58 JPMORGAN CHASE BANK HOME DEPOT -HANGER $7.19 JPMORGAN CHASE BANK LOCKE-BALL VALVE $60.32 0 Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 39 SALES TAX STREETS JPMORGAN CHASE BANK LOWES-CAUTION TAPE $23.96 JPMORGAN CHASE BANK LOWES-LUMBER $170.64 JPMORGAN CHASE BANK LOWES-SPRAYER $100.38 JPMORGAN CHASE BANK M&M-THERMO KIT $1,518.00 JPMORGAN CHASE BANK MAXWELL-CON RAKES $128.70 JPMORGAN CHASE BANK MID AMER-LED LIGHTS $1,200.00 JPMORGAN CHASE BANK NEXAIR-CYL RENTAL $65.17 JPMORGAN CHASE BANK RED WING -SAFETY BOOTS $157.49 JPMORGAN CHASE BANK ROADSAFE-SAND BAGS $171.60 JPMORGAN CHASE BANK UPS -SHIPPING $52.42 JPMORGAN CHASE BANK VANCE BROS-TACK OIL $174.25 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $160.10 JPMORGAN CHASE BANK WHITE CAP -CON DOWEL $437.44 TLS GROUP INC MAINTENANCE AGREEMENT $1,465.00 TULSA COUNTY HIGHWAY CONSTRUCTION STREETSIGNS $332.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $239.38 VERDIGRIS VALLEY ELECTRIC COOP 1161129 TRAFFIC SIGN $92.90 VERDIGRIS VALLEY ELECTRIC COOP CHAMPION STREET LIGHT $97.94 VERDIGRIS VALLEY ELECTRIC COOP SECURITY LIGHT $8.49 SALES TAX FUND -STREETS -Total $25,911.32 SALES TAX STREETS -Total $25,911.32 40 CAPITAL IMPROVEMENTS JPMORGAN CHASE BANK COLUMN -LEGAL NOTICE $53.69 CIP GARN RD WIDE 106-116 -Total $53,69 MTC TULSA LLC CONSTRUCTION SERVICES $2,028,332.57 PUBLIC WORKS FACILITY -Total $2,028,332,57 CAPITAL IMPROVEMENTS -Total $2,028,386.26 70 FLEET MAINTENANCE CROW BURLINGAME COMPANY PARTS FOR RESALE $1,227.84 FLEETCOR TECHNOLOGIES FUEL MAY 2025 $41.61 JPMORGAN CHASE BANK AMAZON -GATE OPENERS $70.43 JPMORGAN CHASE BANK AMAZON -GLOVES $141.93 JPMORGAN CHASE BANK AMAZON-L BRACKETS $19.79 JPMORGAN CHASE BANK BEST CHOICE-WNDSHIELD $985.00 JPMORGAN CHASE BANK CHRIST BRO-ALIGNMENT $480.95 JPMORGAN CHASE BANK CUMMINS-CAT REPAIR $8,983,57 JPMORGAN CHASE BANK HESSELBEIN-TIRES $2,352.24 JPMORGAN CHASE BANK IMPERIAL-BOLTS[TERM $407.21 JPMORGAN CHASE BANK IMPERIAL -DRILL BITS $303.57 JPMORGAN CHASE BANK IMPERIAL -FREIGHTLINER $72.75 JPMORGAN CHASE BANK IMPERIAL -INVERTER $337.36 JPMORGAN CHASE BANK IMPERIAL -PARTS CART $123.26 JPMORGAN CHASE BANK ONG-GAS USAGE $216.79 10 Claims List - 06/17/2025 Fund Vendor Name Payable Description Payment Amount 70 FLEET MAINTENANCE JPMORGAN CHASE BANK PTG-AC PARTS $289.97 JPMORGAN CHASE BANK QUIT BUGGIN-PEST $125.00 JPMORGAN CHASE BANK ROCK AUTO -FILTERS $177.64 JPMORGAN CHASE BANK ROCK AUTO -PARTS $1,418.47 JPMORGAN CHASE BANK SHARK INDUS-MACH PART $29.77 JPMORGAN CHASE BANK UNITED FORD -BRACKET $37.59 JPMORGAN CHASE BANK UNITED FORD -SHIELD $23.63 JPMORGAN CHASE BANK VERIZON-WIRE CONNECT $80.60 JPMORGAN CHASE BANK VERMEER-BLADES $383.72 JPMORGAN CHASE BANK WELDON-SHIPPING FEES $287.50 QUALITY PETROLEUM INC OIL DELIVERY $2,444.51 UNIFIRST HOLDINGS LP UNIFORMS $156.76 FLEET MAINTENANCE -Total $21,219.46 FLEET MAINTENANCE -Total $21,219.46 76 WORKERS' COMP SELF -INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS $3,329.08 UNITED SAFETY & CLAIMS INC WORKERS COMP SVC FEE $1,658.33 WORKERS' COMP SELF -INS -Total $4,987.41 WORKERS' COMP SELF -INS -Total $4,987.41 77 GENERAL LIABILITY-PROPERT CHAD HAWLEY TORT CLAIM $1,180.49 ELIZABETH ANNE CHILDS LITIGATION $2,940.00 GEN LIAB-PROP SELF INS -Total $4,120.49 GENERAL LIABILITY-PROPERT - Total $4,120.49 78 HEALTHCARE SELF INS FUND COMMUNITYCARE EAP EAP PROGRAM $468.00 JPMORGAN CHASE BANK AMAZON -GYM BARS $104.99 PUSH PEDAL PULL, INC CH FITNESS MAINT $110.00 PUSH PEDAL PULL, INC FITNESS EQUIPMENT $13,101.13 WELLNESS -Total $13,784.12 HEALTHCARE SELF INS FUND -Total $13,784.12 City Grand Total $2,775,755.19 11 TO: The Honorable Mayor and City Council FROM: Michele Dempster, Senior Director SUBJECT: General Liability/Property Self -Insurance Fund Reimbursements DATE: June 12, 2025 BACKGROUND: In 2003, the City Council approved a policy establishing the General Liability/Property Self - Insurance Fund to self -insure general liability and vehicle collision risks. The fund also covers premiums to fully insure property and vehicles valued over $175,000. Financing for the fund is provided through billings to the General Fund and OPWA. With being self -insured, instead of paying premiums to an insurance carrier, the City pays for general liability claims directly, such as torts and lawsuits that may be filed against the City. Additionally, the City self -insures for state -required vehicle collision coverage. Which means when an accident is caused by a City employee, the cost of repairing or replacing the other driver's vehicle is covered through the Self -Insurance Fund. In both cases, any budgeted funds not spent on claims remain with the City. The fund is also used as a pass -through for vehicle accidents where a City vehicle is damaged due to the fault of a non -employee, as well as for property claims that are covered under the City's property insurance policy. Reimbursements, whether from another driver's insurance or the City's property insurance carrier, are credited to the General Liability/Property Self -Insurance Fund as revenue. A budget amendment is required to account for the increased expenditures associated with the claim(s). RECOMMENDATIONS: Staff recommends approval of a budget amendment in the Healthcare Self -Insurance Fund, increasing appropriation for expenditures by $32,115.14. TO: The Honorable Mayor and City Council FROM: Juliann M. Stevens, Director of Managerial Services SUBJECT: Board and Commission Appointments DATE: June 12, 2025 BACKGROUND: To continue citizen participation and City staff involvement on the various boards, committees, trusts, and commissions, discussions were held during the May and June Worksession to discuss the annual appointment process and talent bank applicants. Pursuant to authority contained in Article 2, Section 2-4, subsection (e) of the Charter of the City of Owasso, the City Council has established ordinances that provide, generally, for the Mayor to appoint members to various boards, commissions, trusts, and committees; such appointments are subject to confirmation by the City Council. Additionally, the City Council has established the some procedure, by precedent, for those appointments not specifically addressed by ordinance. An item has been placed on the June 17, 2025, City Council agenda seeking City Council confirmation of the following appointments: AUDIT COMMITTEE - Cody Walter (Seat 1, City Council), term expires June 30, 2026 Nick Sokolosky (Seat 5, Banker), term expires June 30, 2028 BOARD OF ADJUSTMENT - Jim Bausch, term expires June 30, 2028 Kyle Davis, term expires June 30, 2028 CAPITAL IMPROVEMENTS COMMITTEE - term expires June 30, 2026 Chad Balthrop (City Council Representative) Jason Drake (At Large) Lyndell Dunn (City Council Representative) Jim Hunter (At Large) David Smith (Planning Commission Representative) Rob Haskins (At Large) Dirk Thomas (OEDA Representative) Kent Inouye (At Large) Jeff Davis (At Large) Keith Whitfield (At Large) OWASSO ECONOMIC DEVELOPMENT AUTHORITY - David Charney, term expires June 30, 2030 Chelsea Feary (Chamber Representative), term expires June 30, 2026 Alvin Fruga (Council Representative), term expires June 30, 2026 PERSONNEL BOARD - Kristin Duggins, term expires June 30, 2028 PLANNING COMMISSION - Kent Inouye, term expires June 30, 2026 Kelly Lewis, term expires June 30, 2028 Brian Cook, term expires June 30, 2028 B&C appointments Page 2 INDIAN NATIONS COUNCIL OF GOVERNMENTS (INCOG) BOARD OF DIRECTORS/GENERAL ASSEMBLY - term expires June 30, 2026 Alvin Fruga (City Council Representative) Chris Garrett (City Manager, Alternate) INCOG TRANSPORTATION POLICY COMMITTEE - term expires June 30, 2026 Lyndell Dunn (City Council Representative) Chris Garrett (City Manager, Alternate) INCOG TRANSPORTATION TECHNICAL COMMITTEE - term expires June 30, 2026 Roger Stevens (Public Works) Dwayne Henderson (Public Works, Alternate) REGIONAL METROPOLITAN UTILITY AUTHORITY - term expires June 30, 2026 Travis Blundell (Public Works) Dwayne Henderson (Public Works, Alternate) TO: The Honorable Mayor and City Council FROM: Michele Dempster, Human Resources SUBJECT: City Attorney Employment Agreement DATE: June 12, 2025 BACKGROUND: Last June, the City Council approved a two-year employment agreement with City Attorney, Julie Lombardi. Fiscal year 2025-26 is the second year of the two-year agreement. Following an annual performance review, the City Attorney's employment agreement was discussed by the City Council during an Executive Session on June 3, 2025. COMMENTS: Staff was directed to prepare the second year of the current employment agreement with a new annual salary of $173,600. All other employment agreement language remained unchanged. RECOMMENDATION: Presented for consideration is an Employment Agreement between the City and City Attorney, Julie Lombardi. Outside attorney Beth Anne Childs has reviewed the Employment Agreement. ATTACHMENT: Employment Agreement EMPLOYMENT AGREEMENT THIS EMPLOYMENT AGREEMENT (the "Agreement"), is made and entered into as of this 17th day of June, 2025, by and between the City of Owasso, Oklahoma (the "City") and Julie Lombardi ("Lombardi"). WHEREAS, the City Council desires to employ the services of Julie Lombardi to serve as City Attorney for the City of Owasso, Oklahoma; and WHEREAS, in order to make possible full work productivity and exercise of professional judgment and to provide for Lombardi's peace of mind and morale in the performance of her duties, it is appropriate to establish certain conditions of employment and benefits in a written employment agreement; and WHEREAS, Lombardi has agreed to accept employment as the City Attorney, subject to the terms, conditions and provisions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties agree as follows: SECTION I - EMPLOYMENT AS CITY ATTORNEY; DUTIES; AND REASONABLE SKILL AND DILIGENCE 1.1 Employment as City Attorney_ The City hereby agrees to employ Julie Lombardi as City Attorney of the City of Owasso, Oklahoma. 1.2 Duties. Lombardi shall perform the functions and duties specified in the City of Owasso Charter, the Owasso Code of Ordinances, and Oklahoma State Statutes. Lombardi shall perform all other legally permissible and proper duties and functions as the City Council shall from time - to -time assign. All duties assigned to Lombardi by the Council shall be appropriate to and consistent with the professional role and responsibilities of the position of City Attorney. 1.2 Reasonable Skill and Diligence. Lombardi shall perform the duties of City Attorney with reasonable care, diligence, skill, and expertise. SECTION II - TERM OF AGREEMENT; SUBSEQUENT FISCAL YEAR FUNDING; AND NEGOTIATION FOR NEW AGREEMENT 2.1 Term of Agreement. The term of this Agreement shall commence on July 1, 2024, and be in effect until June 30, 2026. 2.2 Funds for Subsequent Fiscal Years. The parties acknowledge that Lombardi's salary and benefits for fiscal year 2026 are on a year-to-year basis, subject to annual appropriation. 2.3 Negotiation for New Employment Agreement. No later than May 15, 2026, the City Council shall meet, consider, and advise Lombardi of the Council's intent to enter into good faith negotiations for a new Employment Agreement. SECTION III — COMPENSATION; BENEFITS; AND RETIREMENT 3.1 Salary. Lombardi shall be paid a base salary of $173,600.00 per year. Lombardi's salary shall be payable in bi-weekly installments at the same time other City employees are paid. 3.2 Longevity Pay. The City agrees to pay to Lombardi the same longevity pay provided to other non -union employees of the City. 3.3 Insurance. Lombardi shall receive the same group term life, health, vision, dental, and disability insurance coverage as is offered to other non -union employees of the City. Dependent coverage shall be offered subject to compliance with all group plan provisions established in the plan benefit documents with the City's contribution to be the same percentage toward dependent coverage as regular non -union employees. 3.4 Other Benefits. Unless expressly provided otherwise in this Agreement and in addition to those benefits specifically set forth herein, Lombardi shall receive all other benefits offered to regular non -union City employees. 3.5 Retirement. Lombardi is entitled to continued participation in the City's retirement programs under the same terms and conditions offered to other non -union City employees. SECTION IV - TRANSPORTATION AND TECHNOLOGY 4.1 Transportation. Lombardi will use her personal vehicle in the performance of her duties. When she is required to use her personal vehicle, the City shall reimburse her according to IRS standard mileage rates for the current tax year. 4.2 Provision of Technology. Recognizing the importance of security and access to City systems, whether at the office or away, the City shall provide Lombardi a laptop, tablet, mobile technology and related software for the primary purposes of City -related use. Upon termination of Lombardi's employment, all issued laptops, tablets, and mobile connectivity devices shall be returned to the City. 4.3 Technology Allowance. Because of Lombardi's need to facilitate communication in the furtherance of City business outside of regular business hours, Lombardi shall be entitled to a technology allowance in the amount of $100.00 per month. The technology allowance shall include internet and cellular phone service, as well as other necessary technology. Lombardi shall be responsible for securing appropriate and necessary technology, phone and internet service. SECTION V - PAID LEAVE 5.1 Vacation. Lombardi shall be entitled to annual vacation leave as is provided to regular non -union employees. 5.2 Sick Leave. Lombardi shall be entitled to the same amount of sick leave provided to regular non -union employees with no maximum accrual. 2 5.3 Holidays. Lombardi shall be entitled to the same paid holidays provided to regular non- union employees. SECTION VI - PROFESSIONAL DUES; SUBSCRIPTIONS; AND TRAINING 6.1 Professional Dues and Subscriptions. The City shall pay the professional dues and subscriptions for Lombardi as necessary for her full participation in the Oklahoma BarAssociation (the "OBA"), the International Municipal Lawyers Association ("IMLA"), the Oklahoma Association of Municipal Attorneys ("OAMA"), and the Tulsa County Bar Association (the "TCBA"). The City Council shall consider Lombardi's participation in other organizations as may be appropriate for the maintenance of Lombardi's license to practice law, her professional growth and advancement, and for the good of the City, including the Chamber of Commerce and civic clubs. 6.2 Training and Professional Development. The City shall pay for Lombardi to travel to continuing legal education, meetings, short courses, conferences, institutes, and seminars as needed for Lombardi's professional development or in support of City development, management, and operations. SECTION VII - HOURS OF WORK AND OUTSIDE EMPLOYMENT 7.1 Hours of Work. Lombardi acknowledges the proper performance of her duties require her to generally observe normal business hours and will also often require the performance of necessary services outside of normal business hours. Lombardi agrees to devote such additional time as is necessary for the full and proper performance of her duties and that the compensation herein provided includes compensation for the performance of all such services. However, the City intends that reasonable time off be permitted to Lombardi, such as is customary for exempt employees so long as the time off does not interfere with the normal conduct of the office of City Attorney. 7.2 Outside Employment. Lombardi agrees to be in the exclusive employment of the City unless and until this Agreement is terminated and further agrees to devote full time and effort to the performance of her duties. Lombardi shall not work for any other employer except as specifically approved by the City Council. This provision shall not preclude occasional teaching or occasional consulting with organizations such as the Oklahoma Municipal League, the International Municipal Lawyers Association, or the Oklahoma Association of Municipal Attorneys, or to any writing during Lombardi's time off, so long as such activities do not interfere with her duties of her duties. SECTION VIII - TERMINATION AND SEVERANCE 8.1 Termination by Lombardi. Lombardi may terminate this Agreement for any reason with sixty (60) days written notice to the Mayor. In the event of Lombardi's voluntary termination, she shall not be entitled to any of the Severance Provisions contained in Section 8.6, but shall be entitled to payment for all accrued vacation, payable in a lump sum, minus applicable federal and state deductions and payroll taxes. 8.2 Resignation. City and Lombardi mutually agree that certain circumstances may arise where Lombardi may tender her resignation from employment conditioned upon the receipt of severance pay as described in Section 8.6 herein. If the City Council accepts such resignation, the claim for payment as described in Section 8.6 shall be approved and paid. 8.3 Termination by City Council for Cause. The City Council may terminate this Agreement at any time for any reason amounting to Lombardi's affirmative misconduct, malfeasance in office, conviction or plea of guilty or nolo contendere for a crime involving moral turpitude, or the physical inability to perform the duties of office. In the event of Lombardi's termination for cause, she shall not be entitled to any of the Severance Provisions contained in Section 8.6. 8.4 Termination by City Council for any Reason Other Than Cause. The City Council may terminate this Agreement for any reason other than for cause as set forth in Section 8.3. In the event of termination for any reason other than for cause as set forth in Section 8.3, Lombardi shall be entitled to a Severance Package as set forth in Section 8.6. 8.5 Expiration. The parties hereby agree that expiration of this Agreement without an offer from the City, or an expressed desire on behalf of the City to renew the Agreement, shall constitute termination without cause, and, unless otherwise negotiated with Lombardi, or notification given of the reasons for termination with cause by City, shall result in payment of twelve (12) months of Lombardi's salary and benefits, as set forth more fully in Section 8.6. 8.6 Severance Package. In the event of termination for any reason other than cause asset forth in Section 8.3 above, Lombardi shall be entitled to a Severance Package consisting of the following: a. Twelve (12) months' salary, paid in a lump sum, minus applicable federal and state deductions and payroll taxes following the first full year of Lombardi's term of employment as an employee of the City of Owasso; and b. The City's portion of Lombardi's Medical, Dental, and Vision insurance for a period of one (1) year paid in a lump sum; and c. Accrued vacation, paid in a lump sum, minus applicable federal and state deductions and payroll taxes. 8.7 Compliance with Severance Provisions. For the purposes of complying with the severance provisions of this Agreement, appropriations held as unencumbered fund balances in any appropriate fund of the City of Owasso or the Owasso Public Works Authority shall be deemed to be available and authorized for transfer to the appropriate salary and benefit expenditure accounts to insure fulfillment of the Severance Provisions of this Agreement. SECTION IX - PERFORMANCE REVIEWS AND MERIT CONSIDERATION 9.1 Formal Performance Review. The City Council shall conduct a formal performance review of Lombardi on or before June 30, 2025. The Performance Review shall be in accordance with specific criteria developed jointly by the City Council and Lombardi. 9.2 Merit Consideration. Merit consideration for a salary increase will be provided in conjunction with the Formal Performance Review, or more often if the City Council so indicates. !ll Salary adjustments, if given, will be based upon satisfactory or better performance during each year of employment. ARTICLE X - NOTICES 10.1 Notices. Any notices pursuant to this Agreement shall be given by deposit in the United States Mail, postage prepaid, to the following: City: Mayor of the City of Owasso I I I North Main St Owasso, Oklahoma 74055 Lombardi: Julie Lombardi I I I North Main St Owasso, Oklahoma 74055 Alternatively, notices may be personally served upon Lombardi and the Mayor, who is authorized to accept service on behalf of the City Council. Notice shall be deemed given as of the date of personal service or as of the date of deposit of the written notice in the United States mail. ARTICLE XI - LICENSURE TO PRACTICE LAW AND INDEMNIFICATION 11.1 License to Practice Law: Lombardi warrants and agrees that she is licensed to practice law in the State of Oklahoma and is in good standing with the Oklahoma Bar Association. Lombardi agrees that she must maintain her license to practice and remain in good standing throughout the term of this Agreement and as a condition of her employment. Should Lombardi cease to be authorized to practice law in Oklahoma or cease to be in good standing with the Bar Association, this Agreement will terminate immediately. 11.2 Indemnification: To the maximum extent permitted by law, the City agrees to defend, indemnify, and hold Lombardi harmless against any and all claims, demands, suits, actions or proceedings of any kind or nature, including reasonable attorney's fees, arising out of the good faith performance of her duties and responsibilities as City Attorney. ARTICLE XII - GENERAL PROVISIONS 12.1 General Expenses. The City Council recognizes that certain expenses of a nonpersonal and job -affiliated nature are incurred by Lombardi and the City, therefore, agrees to reimburse or pay said general expenses and the Finance Director is authorized to disburse such funds upon receipt of duly executed expense reports, receipts, statements, or affidavits. 12.2 Entire Agreement and Modification. This document contains the entire agreement between the parties and may not be modified except in writing and executed by both parties. 12.3 Savings Clause and Severability. If any provisions or sections of this Agreement are found to be invalid or unenforceable for any reason, such finding shall not impair the remainder of the Agreement. 12.4 Representations by Lombardi. Lombardi specifically represents that she has sought such independent consultation and representation with regard to this Agreement as she may desire, prior to its execution. Lombardi fully understands the terms and conditions contained herein. Lombardi further understands that no individual of the Owasso City Council and no employee of the City has functioned as an agent or advisor of Lombardi prior to execution of this Agreement. 12.5 Jurisdiction and Venue. This Agreement has been executed in Tulsa County, Oklahoma, and virtually all of the performance of this Agreement shall be performed throughout the State of Oklahoma. Therefore, all suits and special proceedings hereunder shall be construed under and pursuant to the laws of the State of Oklahoma, which laws shall apply and govern any such actions or special proceedings brought or in connection with or because of this Agreement, the exclusion of the law in any other forum. APPROVED BY THE CITY COUNCIL ON THIS 17th DAY OF JUNE, 2025. CITY OF OWASSO: ATTEST: Alvin Fruga, MAYOR Approved as to foram and legality: UW Beth Anne Childs, Special Counsel LXQZ� Julie Lombardi Juliann M. Stevens, CITY CLERK sd TO: The Honorable Mayor and City Council FROM: Carly Novozinsky, Finance Director SUBJECT: Supplemental Appropriations Fiscal Year End DATE: June 12, 2025 BACKGROUND: The City of Owasso operates under the provisions of the Municipal Budget Act. In accordance with the Budget Act, all funds of the City with revenues and expenditures are required to have annual budgets. Expenditures may not legally exceed the appropriation or budget within a department or a fund. The City Manager has the authority to transfer appropriations between line items within a department or to transfer appropriations between departments within the same fund. An increase in total appropriations in a fund requires City Council approval. The Trust Authorities, Owasso Public Works Authority (OPWA) and Owasso Public Golf Authority (OPGA), are required to prepare an annual budget and submit a copy to the City as beneficiary of the Trust. However, there are no further requirements such as a legal restriction on spending. GENERAL FUND SALES TAX REVENUE AND TRANSFER: Under the pledged revenue requirements of the OPWA bond indentures, the City transfers three cents of its sales tax collections to the OPWA Fund. The OPWA then transfers two cents of the sales tax, less payback agreements, back to the General Fund and transfers one cent of the sales tax, less debt service, to the Capital Improvements Fund. The General Fund sales tax collections for the year are projected to total approximately $34.1 million, which is more than the budgeted revenue. Due to the excess sales tax revenue in the General Fund, the sales tax transfers to and from the OPWA Fund will exceed budget. PROPOSED ACTION: A budget amendment in the amount of $850,000 is requested to allow for the transfer of unexpected tax revenues and to ensure compliance with the voter -approved sales tax ordinance. TAX INCREMENT FINANCING (TIF) FUND SALES AND PROPERTY TAX REVENUE AND TRANSFER: TIF revenues are expected to exceed budget by approximately $140,000 for the year. Because revenues generated by the TIF District are required to be deposited into the TIF Fund and then transferred to the OPWA for expenditure, a budget amendment is needed to comply with the obligations of the TIF District. Supplemental Appropriations Fiscal Year End Page 2 PROPOSED ACTION: A budget amendment in the amount of $140,000 is requested to allow for the transfer of excess TIF tax revenues and to ensure compliance with the voter -approved TIF ordinance. AMBULANCE SERVICE FUND REVENUE AND EXPENDITURES: The Ambulance Service Fund receives revenue from ambulance billings from the Owasso Fire Department. During the current fiscal year, more ambulance runs were completed than expected, and revenue collected in the Ambulance Service Fund exceeds budget. Revenue is projected to exceed budget by approximately $360,000. The City of Owasso contracts with Mediclaims, Inc. for ambulance billing services. According to the contract, the City pays Mediclaims, Inc. 5.5% of monthly ambulance billing receipts. Since revenue has exceeded budget, so have expenses directly related to ambulance billing services. Billing related expenses are estimated to exceed the current budget by $19,800. PROPOSED ACTION: A budget amendment in the amount of $19,800 is requested for expenses related to ambulance billing services. FEDERAL GRANTS FUND EXPENDITURES: The Federal Grants Fund receives revenue from large Federal grants received by the City. Currently, the fund includes revenue and expenses related to the Coronavirus State and Local Fiscal Recovery Funds program, a part of the American Rescue Plan Act (ARPA). Some of the ARPA funds received by the City are restricted to funding OPWA projects. A budget amendment is needed to transfer these funds from the Federal Grants Fund to the OPWA. PROPOSED ACTION: A budget amendment in the amount of $2,016,828 is requested for expenses related to the transfer of grant funds. RECOMMENDATION: Staff recommends approval of increases in estimated revenues and appropriations for expenditures in the following amounts: • General Fund $ 850,000 • Tax Increment Financing (TIF) Fund 140,000 • Ambulance Service Fund 19,800 • Federal Grants Fund 2,016,828 TO: The Honorable Mayor and City Council FROM: Carly Novozinsky, Finance Director SUBJECT: Resolution 2025-04, FY 2025-2026 Annual Operating Budget DATE: June 12, 2025 BACKGROUND: Pursuant to statutory and Charter provisions, an annual operating budget for the General Fund, Owasso Public Works Authority (OPWA) Fund, Owasso Public Golf Authority (OPGA) Fund and other funds has been developed and was transmitted for City Council review on May 6, 2025. The proposed budget was discussed during the May and June City Council work session meetings. Printed copies of the proposed budget have been available for public viewing at City Hall, on the City's website, and at the Owasso Public Library. Resolution 2025-04 provides for the adoption of a fiscal year budget for the City of Owasso, Oklahoma. PUBLIC HEARING: On May 21, 2025, and May 28, 2025, legal notices of a public hearing were published in the Tulsa World, and such hearing was conducted on June 3, 2025. The public hearing provided opportunity for citizen comment and questions relating to the proposed budget. There were no citizen comments provided. RECOMMENDATION: Staff recommends approval of Resolution 2025-04, adopting the Fiscal Year 2025-2026 Budget for the General Fund and Of her Funds as esfablished by the Owasso City Council. ATTACHMENT: Resolution 2025-04 CITY OF OWASSO, OKLAHOMA RESOLUTION 2025-04 A RESOLUTION PROVIDING FOR THE ADOPTION OF AN ANNUAL BUDGET FOR FISCAL YEAR 2025-2026 FOR THE GENERAL FUND AND OTHER FUNDS AS ESTABLISHED BY THE OWASSO CITY COUNCIL; ESTABLISHING LEVELS OF EXPENDITURES BY DEPARTMENT AND ESTABLISHING BUDGET AMENDMENT AUTHORITY AS PROVIDED BY STATUTE; AND ESTABLISHING AN EFFECTIVE DATE WHEREAS, The City of Owasso has adopted the provisions of the Oklahoma Municipal Budget Act (the Act); and WHEREAS, A budget for the fiscal year ending June 30, 2026 (FY 2025-2026) consistent with the Act has been prepared: and WHEREAS, The Act provides for the City Manager, or designee, to transfer any unexpended and unencumbered appropriation from one department to another within the same fund; and WHEREAS, The budget has been formally presented to the Owasso City Council at least 30 days prior to the start of the fiscal year in compliance with the Act; and WHEREAS, The Owasso City Council published notice of a Public Hearing, and conducted the Public Hearing on June 3, 2025, in compliance with the Act. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OWASSO, OKLAHOMA, THAT: SECTION ONE (1): The City Council of the City of Owasso does hereby adopt the FY 2025- 2026 Budget with total resources available in the amount of $104,732,558 and total fund/departmental appropriations in the amount of $107,771,493; legal appropriations are hereby established as shown on "Attachment A" for each fund and department; and, SECTION TWO (2): The June 30, 2025, encumbrances and unexpended appropriation balances for capital projects in the Vision Recapture Fund, the Transportation Tax Fund, the Half - Penny Sales Tax Fund, the Capital Improvements Fund, the Ambulance Capital Fund, the Ambulance Service Fund, the Emergency Siren Fund, the Park Development Fund, the Stormwater Management Fund, the Federal Grants Fund and the Capital Improvement Grants Fund be hereby re -appropriated to the some funds, accounts and for the same purposes for Fiscal Year 2025-2026 unless the project or purpose is designated or declared closed or completed, provided that fund balances in each respective fund is equal to or greater than the amounts to be re -appropriated; and, SECTION THREE (3): The Sinking Fund Schedules for June 30, 2025, and Sinking Fund Estimate of Needs for Fiscal Year Ending June 30, 2026, are hereby approved to be Filed with the County Excise Board; and, SECTION FOUR (4): The effective date of this Resolution shall be July 1, 2025. PASSED AND APPROVED this 17th day of June 2025. ATTEST: Juliann M. Stevens, City Clerk APPROVED AS TO FORM: Julie Lombardi, City Attorney Alvin Fruga, Mayor Attachment A Res. 2025-04 City Resolution No. 2025-04 ATTACHMENT "A" BUDGET SUMMARY - FISCAL YEAR 2025-2026 Aoorooriation by Fund & Department General Fund Municipal Court $ 420,006 General Fund Managerial 1,378,238 General Fund Finance 1,101,829 General Fund Human Resources 692,421 General Fund General Government 637,921 General Fund Information Technology 1,678,848 General Fund Facility Maintenance 1,366,278 General Fund Community Development 1,240,817 General Fund Police Services 10,989,890 Half Penny Sales Tax Fund Police Services 1,991,603 General Fund Emergency Communications 434,856 General Fund Animal Control 370,615 General Fund Fire Services 8,680,000 Half Penny Sales Tax Fund Fire Services 3,951,317 General Fund Emergency Preparedness 159,762 General Fund Engineering 1,147,578 Half Penny Sales Tax Fund Streets 3,049,618 General Fund Stormwater 795,427 General Fund Cemetery 118,664 General Fund Parks 1,659,610 General Fund Recreation & Culture 622,046 General Fund Community Center 461,838 General Fund Historical Museum 37,428 General Fund Economic Development 96,700 General Fund Strong Neighborhoods 16,757 General Fund Interfund Transfers Out 37,010,002 Ambulance Service Fund Ambulance Operations 2,248,187 Ambulance Service Fund Interfund Transfers Out 240,000 Ambulance Capital Fund Ambulance Operations 697,931 E-911 Fund Police Communications 1,786,445 Cemetery Care Fund Cemetery 1,850 Emergency Siren Fund Emergency Preparedness 22,700 Hotel Tax Fund Economic Development 1,130,642 Hotel Tax Fund Strong Neighborhoods 266,847 Stormwater Management Fund Stormwater 1,695,850 Opioid Settlement Fund General Government 490,000 Tax Incremental Financing Fund TIF Interfund Transfer Out 730,853 Vision Tax Fund Vision Streets Projects 182,062 Park Development Fund Capital Projects 150,000 Capital Improvements Fund Capital Projects 3,746,000 Transportation Tax Fund Capital Projects 1,700,000 Fleet Maintenance Fund Fleet Maintenance 1,119,057 Self -Insurance Fund General Government 11,453,000 Total Appropriations $ 107,771,493 s� TO: The Honorable Mayor and City Council FROM: Deputy Chief Jason Woodruff SUBJECT: Sole Source Purchase of Paladin Drone First Responder System DATE: June 12, 2025 BACKGROUND: The Owasso Police Deportment (OPD) currently utilizes several Unmanned Aerial Systems (UAS), commonly referred to as drones, ranging from small drones used to clear the interior of buildings to a larger outdoor drone that can provide aerial coverage to outdoor scenes. OPD's ten (10) drone pilots have used the drones successfully to locate fleeing suspects, locate missing/endangered persons, provide overhead views of active scenes for evidence and officer safety, document damage after extreme weather events, assist with traffic accident reconstruction, and even assist the fire department during large fire events using thermal capabilities to locate personnel and hot spots. During a typical drone deployment, a 911 call would be received by dispatch and officers would be dispatched to the call. If available, a drone pilot responds to the general area, unloads a drone from their patrol vehicle and launches the drone to provide aerial coverage to the other officers, who are often on scene waiting. The drone pilot must keep the drone within his or her line of sight, requiring the pilot be within close proximity of the scene before launching the drone. While OPD has found great success with the existing drones, the proximity requirement and time delay between the 911 call and the drone arriving on scene has had a significant negative impact on our response capabilities. Officers also find themselves arriving on a volatile scene without crucial information, such as the real-time location of the suspect or potential ambush scenarios. A Drone as First Responder (DFR) program would alleviate many of the shortcomings of OPD's current drone operations. DFR drones would be strategically located in secure/remote-launch stations throughout the city. Without the line -of -sight operation requirements, pilot(s) would remotely activate and fly the drones from a computer terminal in the dispatch center at the police station. The DFR pilot would monitor incoming 911 calls for situations that would benefit from aerial coverage and immediately launch a drone (or drones) as the dispatchers are collecting information from the caller and notifying patrol officers to respond. It is estimated that, with a dual drone DFR system, OPD could have a drone hovering above a scene anywhere in the city within three (3) minutes of receiving a 911 call. As patrol units respond to the scene, the drone pilot could provide real-time information using zoom video, thermal enhancement, and night -vision, allowing the officers to know information such as suspect location, potential weapon involved, and open access routes before they arrive on scene. The drones are capable of transmitting real- time video footage directly to the police and fire department vehicle -mounted computers, allowing responding personnel and supervisors to accurately assess the situation before a single officer arrives on scene. Having this information before personnel are on scene presents significant benefits to officer safety, suspect apprehension, resource allocation, and overall response capabilities. SOLE SOURCE PURCHASING: The Owasso Code of Ordinances does not require competitive bidding if the supplies, materials, equipment, or contractual services can only be furnished by a single dealer, or which have a uniform price wherever bought. This provision within City ordinance is commonly referred to as "sole source" purchasing. Staff determined through extensive research into DFR systems, that Palidin Drones Incorporated of Houston, TX, is the only vendor that provides a product that meets the needs of the Owasso Police Department. Palidin is the only vendor in the United States offering the Paladin EXT LTE Module, which provides adaptable cellular -based technology that connects the drones to a cellular network as opposed to the other systems using the traditional radio frequency (RF) connections. The other systems available are RF based connections, which are restricted to line -of -sight operation and connection limitations. The exclusive cellular connection coupled with Palidin's proprietary Watchtower software allow for complete off -scene operation using LTE remote operation controls, live streaming over LTE cellular, dock integration, and SMS notifications. The cellular connection also extends the range of the drone to a three (3) mile radius from the docking station, compared to less than one (1) mile with the RF systems. This expanded range would allow for complete coverage of the city using only two (2) drones; one docked at Fire Station 1 covering the south side of the city and a second docked at Fire Station 4 to cover the north. The Palidin DFR system integrates autonomous flight, including the pilot entering the scene location as a destination and the drone(s) flying to the area without pilot input, hovering above the scene awaiting further commands. If multiple calls are occurring at once, the pilot has the capability to launch multiple drones to respond to the scenes. The paladin DFR system's autonomous mode also features an automatic "return to dock" function when the call is complete, if the signal is lost for any reason, or when the batteries are depleted to critical levels. Once back at the docking station, the drone will automatically secure itself and connect to the charging system. Palidin Inc. is the only vendor offering an ADS-B Receiver, which detects manned aircraft within a 20-mile radius. This device would be mounted on a rooftop at the docking location and scan surrounding airspace for potential aircraft, notifying pilots in real time of any potential conflict. Because of this feature, Palidin is the only system in the country to receive a waiver from the Federal Aviation Commission for licensure allowing complete non -line -of -sight operation and autonomous operation. The Palidin DFR system is currently in use by law enforcement agencies in California, Texas, Nevada, Colorado, Kansas, and Missouri. As part of the research into this system, staff reached out to some area agencies and received overwhelmingly positive feedback. Palidin Drones Inc. provided a quote of $107,000.00 for the M30T Autonomous Drone DFR System, which includes two (2) drones, two (2) secure docking stations, remote operation hardware, all FAA licenses, Watchtower Software, unlimited data storage, unlimited user licenses, annual battery replacement, one (1) year service agreement, and all pilot training/FAA licensure. FUNDING: The purchase is included in the FY25 Police Services Budget, and funds are available in the Police Department Half -Penny Sales Tax Fund. RECOMMENDATION: Staff recommends authorization for the sole source purchase of the Palidin M30T Drone as First Responder System from Palidin Drones Inc. of Houston, Texas in the amount of $107,000.00 and authorization to execute the necessary documents. ATTACHMENTS: Paladin Sole Source Letter Paladin Price Quote Apr7,2025 Divyaditya Shrivastava Paladin Drones Inc. 10200 Richmond Ave, STE 272 Houston, TX 77042 PH. (770) 900-7643 Owasso Procurement Department, OK: This letter serves the purpose to attest, to the best of our knowledge and due diligence, Paladin Drones Inc. is currently a Sole Source provider of a product and service that is unavailable in the Drone Industry and/orthe United States atthe timestamped date of this letter. This Sole Source also specifically states that our product and service shares no likeness or comparable specific characteristics. SPECIFIC DESCRIPTION OF SOLE SOURCE PRODUCT OR SERVICE: The Paladin EXT LTE Module provides the market an adaptable, drone agnostic, cellular -based module that is able to connect drones to a cellular network No other company has such a device that is accessible to the United States. The uniqueness of this product allows clients to operate drones on LTE Cellular networks rather than the native controller which operates on a radio frequency (RF). Furthermore this device allows users to operate the drone autonomously and remotely via the Paladin Watchtower software system. Please see the below which highlights additional key features of the Paladin EXT LTE Module: o LTE Cellular Remote Operational Controls o Streaming over LTE Cellular o Dock Integration o SMS Notifications o Autonomous Flight Beyond the EXT Module which is the flagship product that is core to our Sole Source, there are two additional highlights of our offering that makes Paladin unique: 1). ADS-B Receiver: Paladin is the only company in the United States that built separate ADS-B Receiver box to detect manned aircraft within a 20 miles radius of airspace, as part of our integrated solution. This unit is not attached to a drone and does not affect drone performance. This unit is installed on a rooftop and picks up manned aircrafts in real time. This is in part one of the main reasons that the FAA issued Paladin one of the first ADS-B BVLOS waivers in the County. No other DFR companies have their own ADS-B Receiver box, but rather attempt to integrate a third party or use software. With the ADS-B receiver being separate from the drone, this ensures top quality of flight and no added weight to the drone itself, resulting in a potential impact of the flights. 2).All-in-One Solution: We are the only DFR company to offer an all inclusive package, manufactured operating system by Paladin, which includes: obtaining Part91 COA& FAA waivers, unlimited training, unlimited users, unlimited data storage, and annual battery replacements. Other DFR companies will either help obtain a Part 107 individual pilots license or charge for data / video recording storage fees, pilots. While there are other drone distributors and providers, Paladin offers a unique offering that differentiates it from having a competitive edge over its competitors, but rather as a Sole Source provider. Paladin also does not consider any claims from vendors which propose "roadmap" items as valid claims to discredit Sole Source agreements. If there are any additional questions or materials that can be provided, please do not hesitate to let us know. Sincerely, Divyaditya Shrivastava, CEO www.paladindrones.io I team@ paladindrones.io Houston, TX Owasso Police Dept, OK Owasso Police Dept, OK PO Box 180 Owasso, OK 74055 u5 Nick Boatman n boatma n@cityofowasso.com Travis Harris tharris@cit)/ofowasso.com +19182645549 Reference: 20250407-121022186 Quote created: April 7, 2025 Quote expires: July 31, 2025 Quote created by: Stevan Georgevich Account Executive steva n.georgevich@paladindrones.io 2246120144 Products & Services Item & Description Premium DFR Package The Premium DFR Package is an all-inclusive base annual subscription fee which includes: One (1) EXT Module, connectivity for one (1) drone (sold separately) to Watchtower Soltvaere One (1) Dock Integration, coni,cuAly for one (1) dock- ing station to Watchtower Software at any time (OPTIONAL) One (1) Paladin ADS-B Receiver system Watchtowrcr SofMJare with Unlimited Users FAA and BVLOS (ADS-B Waiver) Compliance review, set-up, and renewal Implomcirtation, Unlimited Training 8 Customer Support Unlimited Data Storage Unlimited maintenance, repairs, and annual battery replacements Connectivity for up to three (3) Livestrearn Droncs at no additional cost This Package also provides access to Paladin's dealer dis- counted One -Time Purchases on equipment. This system is compatible with the paladin Drop Mechanism with se- lect drones, Add -On Drone (Premium DFR) The Add -On Drone is an all-inclusive annual subscription fee which includes. - One (1) EXT Module and connectivity for one (1) drone (sold separately) to Watchtower Software under the Premium DFR Package This add -on connectivity includes unlimited maintenance, repairs, and replacements as well as annual battery re- placements when the drone or batteries arc purchased through Paladin. Quantity Unit Price 1 1 $49,000.00 / yea r $12,000.00 /year Total $49,000.00 /year fort year $12,000.00 / yea r for Iyear Item & Description Quantity Unit Price Total Add -On Docking Station (Premium DFR) The Add -On Docking Station is an all-indri5ivc annual sub- scription foe which ind Iles them( gration and connec- tivity For: One (1) Docking Station (sold separately) to Watchtower Soh,rrare under the Premium DFR Package This add -on connectivity includes unllnrlted maintenance S repairs and rePlacemonts on the Dod<ing Station. Add -On Livestream Drone The Add -On Livestream Drone is an all-inclusive annual subscription fee uihich includes Watchtower connectivity to one (1) compatible select drone (sold separately) for [J. esueaming via SMS and UPL link This product also indudos Unlimi[ed Cloud Da[a Storage for the subject drone. DJI Dock 3 Set (+M4TD) DJI Dock 3 Set which includes: DJI M4TD (xl) DJI Docl(3 (xl) Man ice 4 Batteries (x4) RC Plus Controller (xl) 240 Watt Charging Hub (xl) Drone Carrying Case (xl) • Replacement Propellers (x4) Purchase terms 1 $12,000.00 $12,000.00/year /year for Iyear 2 $1,000.00 $0.00/year /year after 1001-discount for 1 year 2 $24,000.00 $34,000.00 after $14,000.00 discount Annual subtotal $73,000.00 One-time subtotal $34,000.00 Total $107,000.00 Questions? Contact me Stevan Georgevich Account Executive stevan.georgevich@pa lad indrones.io 2246120144 Paladin Drones, Inc. 10200 Richmond Ave STE 272 Houston, Texas 77042 United States TO: The Honorable Mayor and City Council FROM: Shellie Wingert, Economic Developer SUBJECT: Real Property Lease- Garnett Right -of -Way DATE: June 12, 2025 BACKGROUND: Over the last few months, City Staff has been working with representatives from OK Community Roots, concerning a request to lease city -owned property located immediately south of 9206 North Garnett Road. The subject property is approximately 0.23 acres in size and is zoned Public Facilities (PF). ANALYSIS: The subject property previously housed a City water tower; the tower has since been removed and its waterlines abandoned, leaving the site currently vacant. OK Community Roots (Lessee) is seeking to lease the property to accommodate a proposed community garden. Said garden would be open to the public and would be operated and maintained by the Lessee organization. Any produce grown on the site would not be able to be sold for profit. o The Draft Lease Agreement also requires the Lessee to erect a fence around the property. The Draft Lease Agreement would also prevent the Lessee from constructing permanent structures on the subject property or using the adjacent right-of-way for parking. The Draft Lease Agreement outlines a five (5) year term. The Agreement also states that there will be required payments equating to $10.00 per year. • The Draft Lease Agreement also provides the City with the opportunity to terminate the lease, with sixty (60) days written notice, if the adjacent roadway needs to be widened or adjacent utilities relocated. The Draft Lease Agreement requires the Lessee to carry liability insurance upon the property for no less than one million dollars ($1,000,000), as well as, the Lessee indemnities the City of Owasso from any injuries or damages occurring on the property during the term of the lease RECOMMENDATION: Staff recommends approval of the Lease Agreement between OK Community Roots, and the City of Owasso, and authorization to execute all necessary documents. ATTACHMENTS: Aerial Map Draft Lease Agreement 4 � 1 I� 4 y y _ 7_ J so .3 ••�• �r � Ju sWf` i �r e 0 yr s � � r . _ - _ .. ill i � � b'• ` t_ .� -� 71 Aerial Map N 0 0.01 0.02 0.04 0.07 0.09 iles Property Lease- OK Community Roots Subject Tract A M LEASE AGREEMENT STATE OF OKLAHOMA KNOW ALL PERSONS BY THESE PRESENTS: COUNTY OF TULSA THIS LEASE AGREEMENT (the "Lease") is made and entered into by and between CITY OF OWASSO, an Oklahoma municipal corporation (the "Lessor"), and OK Community Roots, an Oklahoma limited liability company (the "Lessee"). WITNESSETH: WHEREAS, Lessor is the owner of a parcel of land located in the City of Owasso, County of Tulsa, State of Oklahoma being more particularly described on Exhibit "A" attached hereto and made a part hereof for all purposes (the "Lessor's Property"); and WHEREAS, Lessee is desirous of leasing the Lessor's Property from Lessor to construct and maintain, and Lessor is agreeable to same, subject to the terms and conditions herein. NOW, THEREFORE, for and in consideration of the foregoing Lessor's Property and the mutual and respective covenants and undertakings of Lessor and Lessee hereunder, such parties hereby agree as follows: ARTICLE I DEMISE AND DESCRIPTION OF LESSOR'S PROPERTY 1.01. In consideration of the mutual promises herein made, and subject to all of the terms and conditions hereof, Lessor leases to Lessee, and Lessee accepts from Lessor, the Lessor's Property free and clear of all liens, restrictions and other encumbrances other than those matters of public record (the "Permitted Exceptions"). Notwithstanding anything to the contrary contained herein, Lessor and Lessee acknowledge and agree that the Lessor's Property may be improved, in Lessee's sole discretion, with signage, landscaping, and related improvements (the "Improvements"). Improvements shall be at Lessee's sole expense, and Lessee shall be responsible for construction and maintenance of Improvements. 1.02. Not for Profit — lessee hereby states that they are a legally registered non-profit organization. Lessee thereby agree to solely use the property for non-profit purposes, and additionally agree not to sell any products grown or produced on the property. ARTICLE II TERM AND RENEWAL OPTION 2.01. The stated term of this Lease shall be for a period of Five (5) years, commencing on July 1, 2025 (the "Commencement Date") and, unless sooner terminated, ending on July 1, 2030. The stated term of this Lease, as same may be and is properly renewed and extended in accordance with Section 2.02 below or any amendments properly entered into by and between Lessor and Lessee, shall be referred to as the "Term" of the Lease. 2.02. Provided that Lessee shall not then be in default, then Lessee shall have and is hereby granted four (4) separate and distinct options to renew and extend the Term of this Lease, each for an additional Five (5) years upon the same terms and conditions as herein provided. Lessee shall exercise such renewal and extension option by giving Lessor written notice of an intent to renew not less than thirty (30) days prior to the originally scheduled expiration of the Term of the Lease. Failure by the Lessee to timely and properly exercise the renewal and extension option shall constitute a waiver of the option to extend the Term of this Lease. 2.03. During the Term of this Lease, and any extensions, the Improvements shall be owned by Lessee. ARTICLE III RENT 3.01. As base rental (the "Base Rent") for the Term of this Lease, Lessee agrees to pay Lessor Ten Dollars and 00/100 ($10.00) upon execution of this Lease and Ten Dollars and 00/100 ($10.00) per year thereafter on the 1st day of each July, commencing July, 2025. ARTICLE IV TAXES 4.01. Lessor represents and warrants that the Lessor's property is exempt from ad valorem taxes and, therefore, Lessee shall not be obligated to pay any property taxes. ARTICLE V USE OF LESSOR'S PROPERTY AND COMPLIANCE WITH LAWS 5.01. The Lessor's Property shall be used by Lessee for signage, landscaping, and ancillary purposes to the community garden purposes. 5.02. Lessee, at its sole cost and expense, shall promptly execute and fulfill any and all applicable orders, directives and requirements and otherwise comply with any and all applicable codes, rules, regulations, ordinances, statutes and laws, (collectively, the "Applicable Laws") of the municipal, county, state and federal governments, and all agencies, commissions, boards or departments thereof and all other official, public, governmental or quasi -governmental institutions, authorities, subdivisions or instrumentalities having jurisdiction over the Lessor's Property. ARTICLE VI 2 MAINTENANCE. REPAIRS AND PAVED AND LANDSCAPED AREAS 6.01. Lessee, at its sole cost and expense, shall maintain, repair, and replace all portions of the Improvements on the Lessor's Property. No permanent structures may be built or affixed upon lessors' property and the attached right-of-way may not be used by lessee for parking or any other purpose. Lessee, at its sole cost and expense shall at all times keep all portions of the Lessor's Property in good order, condition, and repair and in a clean, sanitary, and safe condition and in accordance with any and all Applicable Laws. Lessee shall not cause waste, damage, or not cause injury to the Lessor's Property. Lessee will surrender and deliver up the Lessor's Property upon the expiration of the Term of this Lease, or its earlier termination, in the same condition which existed after the completion of the Improvements. In the event the Lessor needs to terminate this Lease as to all or a portion of the Lessor's Property during the Term of this Lease for purposes of widening the existing right-of-way or utility relocation on the Lessor's Property, Lessor may do so upon sixty (60) days prior written notice and without penalty. 6.02. Fence — Lessee agrees to install, at their cost, a fence to prevent unlawful ingress and egress. ARTICLE VII SIGNS 7.01. Lessee, at its sole cost and expense, shall have the exclusive right to erect or attach to the Lessor's Property such signs as it may deem proper and necessary, provided that each such sign complies with all applicable laws. ARTICLE VIII CASUALTY 8.01. Lessee shall be required to carry liability insurance upon the property for no less than One Million Dollars ($1,000,000.00), and the lessor shall be shown on the policy as a named insured. In the event any damage is sustained by the property, lessee shall give immediate notice to lessor. Lessee agrees to hold lessor harmless from any event, damage, injury or liability resulting from actions of lessee. ARTICLE IX LESSOR'S LIABILITY 9.01. Except in the event of a wrongful eviction of Lessee by Lessor, Lessor's liability for breach of any covenant hereof shall be expressly limited to the recovery against the Lessor's interest in the Property. If Lessor sells or transfers all or part of the Property, such transfer shall be subject to all the terms and conditions of this Lease including (without limitation) Lessee's Right of First Refusal. Lessor shall not be liable for any injuries or damages occurring on the Property during the term of this lease, and Lessee hereby agrees to indemnify Lessor for any such damages which Lessor may be required to pay arising out of accidents, injuries or occurrences on the Property during the lease term. ARTICLE X FORCE MAJEURE 10.01. Whenever a period of time is herein prescribed for the taking of any action by either party, such party shall not be liable or responsible for, and there shall be excluded from the computation of such period, any delays due to strikes, riots, acts of God, shortages of labor or materials, war, governmental law, regulations or restrictions or any other cause whatsoever beyond the control of the obligated party, not to exceed thirty (30) days. ARTICLE XI RECORDATION 11.01. Lessee may record this lease if so desired at its own expense. ARTICLE XII QUIET ENJOYMENT 12.01. So long as Lessee shall timely and properly pay the Base Rent, and otherwise perform and satisfy all other obligations, duties and responsibilities required, Lessee shall freely, peacefully and quietly enjoy and occupy the Lessor's Property for the Term of the Lease, subject only to the Permitted Exceptions and the terms and conditions of this lease. ARTICLE XIII MISCELLANEOUS 13.01. No amendment, modification, or alteration of the terms of this Lease shall be binding unless it is in writing, dated contemporaneous with or subsequent to the date of this Lease, and duly executed by the parties to this Lease. 13.02. Any notice, demand, request or other communication required, given or made under or in connection with this Lease shall be deemed delivered, upon receipt, if hand delivered, or whether actually received or not, when deposited in a regular receptacle for the mail, sent by certified mail, return receipt requested, postage prepaid, addressed as follows: If to Lessor: City of Owasso Attn: City Manager PO Box 180 Owasso, OK 74055 Ifto Lessee: OK Community Roots 11959 E 116°i St N #B Collinsville, OK 74021 13.03. This Lease shall be construed under and in accordance with the laws of the State of Oklahoma and is performable in Tulsa County, Oklahoma. 13.04. In case any one or more of the provisions contained in this Lease shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provisions, and this Lease shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. 13.05. If any action at law or in equity is brought by the Lessee, Lessor shall not be responsible for the payment of Lessee's attorney's fees. 13.06. The parties hereby declare that it is impossible to measure in money the damages which will accrue to a party hereto. Therefore, specific performance may be sought and obtained for any breach of this Lease. 13.07. This Lease and all other copies of this Lease, insofar as they relate to the rights, duties, and remedies of the parties, shall be deemed to be one Lease. This Lease may be executed concurrently in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13.08. This Lease contains the entire agreement between the parties with respect to the subject matter, and Lessor and Lessee acknowledge that they are not relying on any representation or promise of the other, or of any agency or cooperating agent, except as may be expressly set forth in this Lease. 13.09. Whenever herein the singular number is used, the same shall include the plural, and vice versa, and words of any gender shall include each other gender. 13.10. Lessor hereby grants to Lessee a right of first refusal and option to purchase the Lessor's Property. This right is fully subject to all statutory requirements requiring Lessor to obtain bids prior to sale of the property. Provided that Lessee is not then in default hereunder, upon receipt by Lessor of an acceptable, bona fide written offer from a third party to purchase the Lessor's Property, as evidenced by a written contract, Lessor shall provide written notice of the contract to Lessee. Within thirty (30) E business days following Lessee's receipt of the Notice, Lessee may elect to exercise its right of first refusal and option to purchase the Lessor's Property upon the same terms and conditions set forth in the third -party contract by delivering written notice thereof to Lessor, accompanied by a written contract containing the identical terms and conditions as the third -party contract. EXECUTED by Lessor on this _day of June, 2025. LESSOR: CITY OF OWASSO an Oklahoma Municipal Corporation by: Alvin Fruga, Mayor ATTEST: Juliann Stevens, City Clerk APPROVED AS TO FORM AND CONTENT: Julie Trout Lombardi, City Attorney EXECUTED by Lessee on this day of June, 2025. LESSEE: by: OK Community Roots 0-VA-5-e V TO: The Honorable Mayor and City Council FROM: Wendy Kramer, City Planner SUBJECT: Ordinance 1235: Planned Unit Development (OPUD 25-02) - Owasso Trails DATE: June 12, 2025 BACKGROUND: The Community Development Department received a Planned Unit Development (PUD) application for Owasso Trails, a proposed single-family residential development located approximately one - quarter (1/4) mile north of the northwest corner of East 76th Street North and North Memorial Drive intersection. The subject property is approximately 37.63 acres in size and has recently been rezoned to Residential Single -Family Medium Density (IRS-2). SUBJECT PROPERTY/PROJECT DATA: Property Size 37.6 acres +/- Current Zoning Residential Single -Family Medium Density RS-2 Present Use Vacant Land Use Master Plan Residential Within a Planned Unit Development (PUD)? No Within an Overlay District? No Water Provider Washin ton County Rural Water District #3 Applicable Paybacks/Fees (Assessed at Permitting) Storm Siren Fee ($50.00 per acre) Ranch Creek Interceptor Sewer Payback Area 610.33 per acre CONCEPT OF A PUD: A PUD is a development concept that allows for greater creativity and flexibility than typically allowed under traditional zoning and planning practices. o For example, PUDs often allow developers to place different zonings and land uses in close proximity to each other. o Developers may also have more flexibility in certain aspects of development, such as lot width requirements and building height limitations, which can be more restrictive in standard zoning districts. A PUD should not be considered as a tool to circumvent the City's Zoning Code and Subdivision Regulations. All aspects of the PUD application are subject to public comment as well as consideration and approval from the Community Development Department, the Owasso Technical Advisory Committee, the Owasso Planning Commission, and the Owasso City Council. • PUD applications presented to the Planning Commission and City Council are for approval of the uses and the overall conceptual development plan as it relates to the context of the surrounding area. GROWASSO 2035 LAND USE MASTER PLAN CONSISTENCY: The GrOwasso 2035 Land Use Master Plan is a document that acts as a moderately flexible tool for evaluating development proposals. OPUD 25-02 Page 2 • The GrOwasso 2035 Land Use Master Plan identifies the property for future Residential land uses, which includes single-family uses. As such, the proposed development is in keeping with the future uses called out for this location by the plan. ANALYSIS: • The subject property was annexed into Owasso City Limits with Ordinance 1234 in May of 2025, and is currently zoned Residential Single -Family Medium Density (RS-2). • Following the intent of PUDs as described in Chapter 9 of the Owasso Zoning Code to allow for flexibility in designing development, the applicant has brought forth OPUD 25-02 for consideration to allow this project to be designed in such a manner to accommodate decreases in minimum lot width, minimum lot area, and rear yard setback. These proposed deviations from base RS-2 requirements would allow the development to work with the natural drainage and topology of the site. o The PUD proposes a reduction in the minimum lot area from 9,000 square feet (per RS-2 base zoning) to 4,800 square feet, a reduction of the minimum lot width (per RS-2 base zoning) from 75 feet to 40 feet, and a reduction of the required rear yard setback from 25 feet (per RS-2 base zoning) to 20 feet. • The PUD document submitted for OPUD 25-02 states that the Owasso Trails development will be limited to 4.0 dwelling units per acre (DU/AC), which would equate to a total of one hundred and fifty (150) dwelling units. o This is under the maximum dwelling units per acre amount allowed by right in the RS-2 zoning district (4.8 DU/AC). o The PUD document also states that the current design plan for this development is 141 dwelling units (3.75 DU/AC). • The OPUD 25-02 document states that twenty-five percent (25%) of the common open space shall be developed and maintained for active and passive activities. The document also lists several proposed amenities to be constructed within the development, including the following: a tot lot, walking trails, pickleball court (or tennis), BBQ area, horseshoe pit/cornhole, shade structure with seating (or gazebo), and a 2+ acre nature preserve. o The OPUD 25-02 document also includes language regarding the future dedication of a public trail easement along the preserved creek/natural area, bisecting the site. • The conceptual development plan also shows desired locations of tree plantings near the access points of the development, as well as one tree located on each residential lot. Fencing will be installed along the perimeter of the development as well as along the northern, eastern, and western sides to provide additional screening. The development must adhere to all plantings and screening requirements within Chapter 19 of the Owasso Zoning Code. • Two points of access are depicted on the conceptual development plan, both of which are located off of North Memorial Drive. a The exact location of each access point will be determined at the final platting stage. • The City of Owasso will provide police, fire, ambulance, and sanitary sewer services to the property. Water will be provided by Washington County Rural Water District #3. • Any development that occurs on the subject property shall adhere to all development, zoning, and engineering requirements of the City of Owasso. OPUD 25-02 Page 3 SURROUNDING ZONING AND LAND USE: Direction Zoning Use Land Use Plan Jurisdiction Residential Single -Family Residential / City of Owasso / North High Density (RS-3) / Vacant Tulsa County Agriculture AG)Transitional South Public Facilities (PF) ( School / Religious Public/Institutional City of Owasso Office (0) Institution / Transitional East Agriculture (AG) Residential Residential Tulsa County Residential Single -Family City of Owasso / West High Density (RS-3) / Residential Residential Tulsa County Agriculture AG PLANNING COMMISSION: The Owasso Planning Commission voted 3-0 to recommend approval of this item this item at their regular meeting on June 9, 2025. RECOMMENDATION: In developing a recommendation, staff evaluated the PUD's ability to accomplish the following, as described in Section 9.1.2 of the Owasso Zoning Code: • Maintain and enhance the quality of life in Owasso; • Provide opportunities for urban infill; • Maintain and promote a sense of community; • Encourage development that otherwise could not occur on the site; • Preserve and provide meaningful open space; • Promote connectivity and compatibility with surrounding development; • Inspire unique and thoughtful development; • Support the development of strong neighborhoods; • Provide amenities beyond conventional development; and • Preserve the physical characteristics of the land. Following this evaluation, staff concluded that the subject PUD meets all legal requirements for approval. As such, staff recommends adoption of Ordinance 1235. ATTACHMENTS: Ordinance 1235 Zoning Map GrOwasso 2035 Land Use Master Plan Map OPUD 25-02 Document CITY OF OWASSO, OKLAHOMA ORDINANCE 1235 AN ORDINANCE APPROVING A PLANNED UNIT DEVELOPMENT AS REFERENCED IN APPLICATION OPUD 25-02 AND REPEALING ALL ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT WHEREAS, public hearings have been held regarding the request for a planned unit development on the property described below; and, WHEREAS, the Owasso City Council has considered the recommendation of the Owasso Planning Commission and all statements for or against the requested planned unit development application OPUD 25-02. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF OWASSO, OKLAHOMA, THAT TO WIT: SECTION 1. A tract of land located approximately one -quarter (1/4) mile north of the northwest corner of East 76th Street North and North Memorial Drive intersection, more particularly described as follows: THE NORTHEAST QUARTER OF THE SOUTHEAST QUARTER (NE/4 SE/4) OF SECTION TWENTY- SIX (26), TOWNSHIP TWENTY-ONE (21) NORTH, RANGE THIRTEEN (13) EAST OF THE INDIAN BASE AND MERIDIAN, IN TULSA COUNTY, STATE OF OKLAHOMA, ACCORDING TO THE U.S. GOVERNMENT SURVEY THEREOF. LESS AND EXCEPT: THE NORTH 1 ROD OF SAID NORTHEAST QUARTER OF THE SOUTHEAST QUARTER (NE/4 SE/4) AND LESS AND EXCEPT: COMMENCING AT THE NE CORNER OF THE SOUTHEAST QUARTER (SE/4) OF SAID SECTION TWENTY-SIX (26); THENCE S 01028'23" E ALONG THE EAST LINE OF THE SE/4 OF SAID SECTION 26 A DISTANCE OF 16.50 FEET; THENCE S 88°43'48" W 16.5 FEET SOUTH AND PARALLEL WITH THE NORTH LINE OF SAID SE/4 A DISTANCE OF 810.08 FEET; THENCE ALONG A CURVE TO THE LEFT HAVING A RADIUS OF 653.80 FEET, A CENTRAL ANGLE OF 77014'22", A CHORD BEARING OF S 37012'39" W, A CHORD LENGTH OF 816.14 FEET FOR A DISTANCE OF 881.38 FEET TO A POINT ON THE WEST LINE OF THE NE/4 OF SAID SE/4; THENCE N 01 °24'32" W ALONG THE WEST LINE OF SAID NE/4 SE/4 A DISTANCE OF 638.89 FEET; THENCE N 88°43'48" E 16.5 FEET SOUTH AND PARALLEL WITH THE NORTH LINE OF SAID SE/4 A DISTANCE OF 509.39 FEET TO THE POINT OF BEGINNING. is placed within a PUD Overlay (OPUD 25-02) The Concept Plan and Statement of Intent outlined in the OPUD 25-02 document shall be followed for any development of the described property. SECTION 2. All ordinances or parts of ordinances, in conflict with this ordinance are hereby repealed to the extent of the conflict only. SECTION 3. If any part or parts of this ordinance are deemed unconstitutional, invalid or ineffective, the remaining portion shall not be affected but shall remain in full force and effect. Ordinance 1235 Page 7 of 3 SECTION 4. The provisions of this ordinance shall become effective thirty (30) days from the date of final passage as provided by state law. SECTION 5. There shall be filed in the office of the County Clerk of Tulsa County, Oklahoma, a true and correct copy of this Ordinance and correct map. PASSED AND ADOPTED this 17 day of June, 2025. Alvin Fruga, Mayor ATTEST: Juliann M. Stevens, City Clerk (SEAL) APPROVED AS TO FORM: Julie Lombardi, City Attorney Ordinance 1235 Page 2 of 3 , QFS�� 7l'�I�J ffn Tk+ _ SUBJECT TRACT rl'NUGJ ----i [:e.il.dk47a t� tt y t a WWW r,/ r N. Note: Graphic overlays may ® Subject OA 25-02 0 100 200 400 N not preciselyalign withfeatures on the ground physical 1 26 21-13 Aerial Photo Date. 2023 Tract OZ 25-03 I I Feel t BI 4 — — RS-Z - E 83RU H- y a _ _ _ _ r } Al � 4 AG r • � fi 1 ` d `a .� ' ♦ ,,Tulsa County) a -- � f i� l w';�j e,C. armaC.: o i r i, -;s.• .n sY •�iC _ f I� •S ).� 1 txi"�. a� z •.. _g.d ftii _ _ i \ � T t � mil• � •>.L� 2 i ✓ Y1 1. ��-� �'_�J/♦u. � � N�j *,��TS PF O ; T. � yr, Y Surrounding Zoning N a Omoae 0.13 os oxM.iB6 Subject TfdCC OA 25-02/OZ 25-03 A �3 ' Land Use Categories ",�t�z'r • l Parks/Recreation -:�. T . I Public/Institutional --..._� �' Residential r114 Transitional � .( Neighborhood Mixed w Mn Redbud District Neighborhood Commercial �- _ Commercial •I - _mom th ,���, Y' Industrial/Regional Employment tf a - ti ® US-169 overlay 0 0.03 0.06 0.13 0,10 0.25 GrOwasso 2035 Land Use Master Plan ' - Subject Tract q "" OA 25-02/OZ 25-03 N Owasso Trails APPROXIMATELY 37.63 ACRES LOCATED NORTH OF BARNES ELEMENTARY AT E. 76TH ST. N. AND N. MEMORIAL DR. CITY OF OWASSO, OKLAHOMA JUNE 2025 CALARA LAND (OK), LLC 4058 N. COLLEGE SUITE 300 BOX 9 FAYETTVILLE, ARKANSAS 72703 TANNER CONSULTING LLC , Go MEGAN PASCO 5323 S TULSA, K7410E Tanner Consulting LLc TULSA, @ ANN MPASCO@TANN ERBAITSHOP.COM LANDSCAPE ARCHITECTURE I LAND PLANNING TANNER CONSULTING LLC CIVIL ENGINEERING I LAND SURVEYING I DRONE SERVICES Go MEGAN PASCO 5323 S LEWIS AVE 5323 SOUTH LEWIS AVENUE, TULSA OKLAHOMA 74105-6539 TULSA, OK 74105 MPASCO@TANNERBAITSHOP.COM Owasso Trails Design & Intent Statement Vision and Intent Owasso Trails is envisioned as a welcoming neighborhood that reflects the heart and spirit of the greater Owasso community. At the center of Owasso Trails lies a peaceful natural open space with meandering walking trails that encourage outdoor living and neighborhood connection.This green space will serve as a shared retreat —offering residents a place to walk, play, relax, and gather, all while preserving the natural beauty of the land. Total acreage of tract is 37.63 acres.The proposed area to be improved, including lots and ROW, is 23.79 acres.The proposed area of open space, including amenity areas, reserves and detention, totals 13.84 acres. Rooted in inclusivity and small-town charm, Owasso Trails will grow as a neighborhood that feels timeless and authentic. Goals of the Development Housing Options: Provide single-family housing which could accommodate a variety of lifestyles and income levels. Community -Focused Design: Integrate open spaces, parks, and recreational amenities to encourage interaction and neighborhood engagement. Environmental Responsibility Preserve the primary natural drainageway and promote necessary stormwater management. Connectivity: Design an internal street network with sidewalks and trails through the green space to promote safe and efficient circulation throughout the community. Consistency with City Standards Owasso Trails shall be limited to 4.0 DU/Acre, a density less than the 4.8 DU/Acre RS-2 zoning allows by right. As designed, the current plan includes 141 dwelling units. A minumum of 20% open space shall be provided. The development offers amenities across all four required categories, including a tot lot (family), walking trail (passive recreation), pickleball court (active recreation), bbq area (public gathering), hoseshoe pit (cornhole) (passive recreation), 2+ acre nature preserve (passive recreation), and a shade structure/gazebo with seating (public gathering). Amenities shall be owned and maintained by the developer until turned over to a mandatory HOA. This project is in compliance with the 2035 GrOwasso Land Use Mosterplan. This PUD is asking for relief on the minimum lot size, lot width, and rear yard setback in order to preserve a larger open space area and the natural drainageways on the site. Owasso Trails Planned Unit Development 1 I P a g e Owasso Trails Conceptual Development Plan SITE PLAN KEY NOTES r=rMM9 0' 50' 100' 200' 1. WALKING TRAIL _ North 2. TOT LOT 3. PICKLEBALL COURT 4.GAZEBO 5.ONE TREEPER LOT �notaT' x,a.,,=q•E 1S verxegsi \ 910.OB" - �- 6. FENCE AND LANDSCAPE PER CODE J'l`.' BIS' PMAnI° NW ESMX 7. PRESERVED CREEK .—------ -I WITH 50' UNDISTURBEDBUFFER B.CORNHOLE 9.BBQAREA- 10. 2+ACRE NATURE ag%= , x j emx �n �m i PRESERVE > ' s• '� K srtg r ,fe �m 4'C y 4 V k zp ,p'°,p ep s z le� a lak Irk I x Iq O _ rl x mm •� ^ tt .° m ,ems w sae m r ,n E it ]e'] 1»]w. 1 llf g ]i 1 4 9'. 1p lis S Z xx�e 'R r Is19 ) k - CEIfNllpl I)Sx101T Y�xlfe.8 \ �6 n9 N •`e'+�b. 'm III I¢ i4 ¢ 8 z9 Ix 10m ` k le '°q. <`\ •F q= a , �� 'ik •CL �o>mI, i� i+�F •. kI n � 16 ys k PV /�$j mm 1 sniff) xxxm IZ J +,D • •� I , w I � n I qq 20 zL- --.1 I a, Barnes ElamerrtarY smwm•x �r I.. "rrinfrtY Presbyterian Church •I I L • -} 1 This plan is conceptual in nature and subject to adjustments during the platting and engineering process Owasso Trails Planned Unit Development _ P a g e Owasso Trails OPUD 25-02 Matrix Lot Requirements RS-2 OPUD Development Standards Maximum Density 4.8 DU/Acre 4.0 DU/Acre Minimum Lot Area 9,000sf 4,800sf Minimum Lot Width 75' 40' Building Setbacks and Requirements Non -Arterial Front Yard Setback 25' 25' (Minimum) Non -Arterial Corner Yard Setback 15' 15, (Minimum) Rear Yard Setback (Minimum) 25' 20' Side Yard Setbacks (Minimum) 575' 51/5, Building Height (Maximum None 2 stories, 35' Site Requirements Common Open Space None 20% Amenities None 25% of the common open space shall be developed and maintained for active and passive activites. Specific amenities will include a tot lot, walking trails, pickleball/tennis court, shade structure/gazebo with seating, bbq area, horseshoe pit/cornhole, and 2+ acre nature preserve Entrance Signage and Landscaping None Masonry monument signage, 6'maximum height, with landscaping at each entry -Measurements for lots on cul-de-sac lots and curved roads shall be measured at the building setback line "Site shall be developed in accordance with the City of Owasso Zoning Code in affect at the time of approval, except as otherwise specified. Owasso Trails Planned Unit Development 3 1 P a g e Owasso Trails Development Standards Compatibiliy with Surrounding Land Use This site plan is compatible with the surrounding existing land -use and the future comprehensive plan map. The development to the northwest is zoned RS-3. A natural railroad buffer seperates the proposed development from the north and west properties. Barnes Elementary is located to the south and a property to the east of the elementary is listed as transitional on the comprehensive plan map. Streets and Pedestrian Circulation The site has 1305'of frontage along North Memorial Road.The north and west boundaries are bounded by a railroad ROW.The conceptual site plan proposes two (2) street access points to North Memorial Road. Existing and proposed streets are reflected on Conceptual Development Plan. Streets within Owasso Trails are planned to be public with 4'-wide internal sidewalks to be constructed by the developer and by lot owners. A 5'-wide sidewalk will be constructed by the developer in public ROW along N. Memorial Dr.The City of Owasso may allow payment of fee -in - lieu of constructing sidewalks. Alternative compliance sidewalk designs may be used for certain streets, to be approved by the City of Owasso during the engineering process. Any sidewalks proposed outside of public or private street rights -of -way shall be placed in a sidewalk easement. All reserve areas shall have a blanket Public Trail easement that allows for future trail installation by the city. Parking, Screening, Fencing, and Landscaping Parking provided for neighborhood amenities shall be permitted to extend into the adjacent street right-of-way, provided a minimum of 26 feet of drive lane width is maintained and the design is approved by the City of Owasso with respect to traffic design speeds, control devices, and visibility. Identification, wayfinding, and similar signs within and adjacent to and serving neighborhood amenities are permitted, provided the same are limited in number and scale proportionate to the need. Since under 200 residential units are proposed, a traffic study is not required per code. Landscaping and fencing along North Memorial Road shall meet the landscape requirements of the zoning code. A 6'opaque fence and entry features/signs shall be installed along the east side of lots adjacent to N. Memorial Drive and shall be maintained by the developer until turned over to an HOA. Along the north and west boundaries, the Railroad maintains a fence along the interior side of its easement. Along this easement, and along the south perimeter, each home shall have privacy fencing within its rear yard, constructed with the home and to be maintained by the homeowner, except within any drainage areas or easements. All fencing shall be installed according to the City of Owasso Zoning Code. Owasso Trails Planned Unit Development 4 1 P a g e Owasso Trails Architecture and Materials Buildings will be stick frame construction with a possible mix of brick, stone, stucco and siding. Lighting Outdoor lighting serving neighborhood amenities shall maintain a low profile and shall be shielded downward and away from any adjoining residential lots. Lighting shall meet the requirements in chapter 20 of the Owasso Zoning Code. Anticipated Development Schedule This construction of this project is planned to commence upon completion of the platting and engineering review process. The development is expected to be ready for home construction in the summer of 2027. Owasso Trails Planned Unit Development 5 1 P a g e Existing Zoning Map E 83ntl P _ Owasso Trails A ES �r;-retr j Qi *F S-2 OZ T 3 ©. I li !I II II Ili �I `1 I. i *Current Rezoning in progress. Annexation also in progress OA 15-01 Owasso Trails Planned Unit Development 6 1 P a g e Owasso Trails Proposed Zoning Map E BSntl PI 2ntl St N Au A I., E 901h St N E 90th SI N Owasso Trails Planned Unit Development 7 1 P a g e Owasso Trails Comprehensive Plan -i r� I r T � �``• I� .i ,S it I i L_ B. Ianlna Dietrich lord We Colegoner a.Ld.nXal fianflXonal NNabbarhe htla.tl U. al Neighborhood Commardol Region/ plays Employment, pHgE ro� W.IAGI ner,.e ,.•p,,.tl aitlenll:pl EJpl. Rd e: ]ann9SMabrenuH lRy11 A�Iprr.tl - e�O.niplS�np4ramW'IISO Pic of al Snpr.Femir IlS3� a..M .Vawe HA[enece V-1 MIN snetl •eJ N—.J n esl plrAaw eNca-lsnF1 -rvpJ e: eerl:fnluJ n.lelll o,-.lol uicxetl 1. Are... •uu..e uo.,.p •un.n Land Use Categories Legend PadWReveatlon � PubIIrJlnstlNtbnai Re9dentlal T.neltional Neighborhood Nlttd EM Re,bud Astrid (see note below) Neighborhood Commertlal Commertlal Indus al/Reglallsl Employment ® US-169 Overlay (see note to left) owassoTrails Planned Unit Development Trails/Bikeways — roasting ...... Planned Flood Plain/surface Water Features Nocdway 100,Year Flccdplaln (� take/Paled Soils Map Owasso Trails Map lanit symbol Map ..It wms Rating Acne In ADI pxeento(AOI 4 9atesZowsta complex, A4 1.9 4.9% 3 to 5 sorcery slopes 8 CmoosaShpler-Ruck A-5 1.2 19.T% outcrop complex, I to 8 percent slopes 12 Dennis silt loam, 1 10 3 A$ 2.7 7.0% percent slopes 14 Dennis sill to=.3 W 5 A$ 6.9 18.0% pementsropes, erodetl 15 DennisPhanum A.8 2.0 5.1% .pl.. 1 to percent slopes 18 Dennis-Rodleycomplex. A-0 10S 27.3% 0 to 12 percent slopes 48 Radley silt I.M. 0 to i &8 13 18.9% peeent slopm, Ilequenlly800ded Tomisler Anaollntensl U.4 100.0% Owasso Trails Planned Unit Development 91 P a 9 e Owasso Trails Property Description Owasso Trails consists of 37.63 acres located north of Barnes Elementary and West of N. Memorial Drive in Owasso, Oklahoma, and is more particularly described within the following statement: PER ALTA SURVEY DATED 05/01/2024, SCHEDULE A TITLE COMMITMENT DESCRIPTION: Public Service Company of Oklahoma recorded June 1, 1979 in Book 4403, Page 1002 The Land is described as follows: The Northeast Quarter of the Southeast Quarter (NE/4 SE/4) of Section Twenty -Six (26), Township Twenty - One (21) North, RangeThirteen (13) East of the Indian Base and Meridian, in Tulsa County, State of Oklahoma, according to the U.S. Government Survey thereof. LESS AND EXCEPT: the North 1 rod of said Northeast Quarter of the Southeast Quarter (NE/4 SE/4) AND LESS AND EXCEPT: Commencing at the NE Corner of the Southeast Quarter (SE/4) of said Section Twenty-six (26); Thence S 01 °28'23"E along the East line of the SE/4 of said Section 26 a distance of 16.50 feet; Thence S 88°4348"W 16.5 feet South and parallel with the North line of said SE/4 a distance of 810.08 feet; Thence along a curve to the left having a radius of 653.80 feet, a central angle of 77*14'22'; a chord bearing of 5 37*12'39" W, a chord length of 816.14 feet for a distance of 881.38 feet to a point on the West line of the NE/4 of said SE/4;Thence N 01 °24'32"W along the West line of said NE/4 SE/4 a distance of638.89 feet; Thence N 88°43'48" E 16.5 feet South and parallel with the North line of said SE/4 a distance of 509.39 feet to the Point of Beginning. Total area is 1639367 Square Feet or 37.63 acres of land, more or less. Owasso Trails Planned Unit Development 10 1 Pa g e wv.er..x.nw,.e.a.i V TO: The Honorable Mayor and City Council FROM: H. Dwayne Henderson, P.E., City Engineer SUBJECT: Amendment No. 6 - East 96th Street North from North 119th East Avenue to North 129th East Avenue Roadway Improvements - Engineering Design Services DATE: June 12, 2025 In August 2018, the City Council approved an agreement with BKL, Inc., in the amount of $450,000.00, to provide design plans and specifications Project included: o Utility relocation design of the public utilities o Road widening of East 96th Street North from North 1 19th East Avenue to the Wal-Mart Entrance o Road widening of East 96th Street North from just east of the bridge to North 129th East Avenue o Widening of North 121st Street East Avenue from East 961h Street North to the first curve south o Modifying entrances along East 96th Street North and other ancillary work o Widening and extending on and off ramps on the existing interchange o Parking lot and access drive modifications along the commercial area o Prepare right-of-way documents o Coordinate private utility relocations o Preparing bid documents o Assist with bidding and construction Engineering Amendments No. 1, 2, and 3 were approved on June 10, 2019, July 5, 2022, and October 3, 2023, respectively. The work included right-of-way document modifications, changes to the southeast corner of East 96th Street North and North 121s+ East Avenue to accommodate the cabinets/controllers for AT&T and COX Communications, additional work relocating Washington County RWD#3 water lines, adding a median to the project, and modifications to the US Hwy 169 ramps. Increase in fee for these 3 amendments was $70,600.00. Engineering Amendment No. 4 was approved on January 16, 2024, to separate the east end of the project in order to bid separately. Increase in fee for this work was $21,500.00. Engineering Amendment No. 5 was approved on May 21, 2024, to create plans for the west side improvements utilizing concrete pavement as the new surface. Progress was stopped as soon as the cost estimates were submitted and the costs exceeded the budget. PROPOSED ENGINEERING AMENDMENT NO. 6: Amendment No. 6, in the amount of $70,000.00, includes changing the plans for the west side portion of the project from concrete pavement to asphalt, additional work needed on the signals, and adding time for potential engineering assistance during construction. Work includes the following changes; • Revise plans to change the plans and profile views from concrete to asphalt; • Revise cross -sections to indicate the new materials; • Revise signal plans and quantities for west end intersections; • Revise Summaries and Cost Estimate; • Provide construction clarifications and submittal review, as needed. East 961h Street North Improvements, North 1191h East Avenue to North 129th East Avenue Page 2 Due to the timing needed to make the changes to meet the bid deadline to get the project started and progressed to satisfactory progress by November 1, 2025, staff instructed BKL, Inc. to proceed on an hourly basis until plans were ready to bid. The above amendment includes the work needed to change the plans and proposed time needed during construction. FUNDING: Funding is available in the Vision Recapture Fund. RECOMMENDATION: Staff recommends approval of Amendment No. 6 to the Agreement for Engineering Services for the design of the East 961h North Street Roadway Improvements from North I I9th East Avenue to North 129th East Avenue with BKL, Inc., of Tulsa, Oklahoma, in the amount of $70,000.00, and authorization to execute all necessary documents. ATTACHMENTS: Location Map Amendment No. 6 East 96th Street North, North 119th East Ave to North 129th East Ave 1" = 600 n Location Map @�9A7 Q 3 So Pr.�I. P-iiN.P�r}l Ciia.lil� This map may represen-s a visual display of related geographic information. Data Provided here cn is no: gjaramee of actual field cond¢icns. To be sure of complete a^urao , please cantactthe Fes staff fill most up-to-date information. AMENDMENT NO.6 TO THE AGREEMENT FOR ENGINEERING SERVICES FOR THE CITY OF OWASSO, OK 96th STREET NORTH, US 169 PHASE I IMPROVEMENTS THIS AMENDMENT, made and entered into this day of between the City of Owasso, Oklahoma, a Municipal Corporation, of Oklahoma, hereinafter referred to as CITY, and hereinafter referred to as ENGINEER; WITNESSETH: WHEREAS, CITY and ENGINEER entered into an AGREEMENT, dated under which the ENGINEER was to provide professional services for 96th STREET NORTH, US 169 PHASE I IMPROVEMENTS hereinafter referred to as the PROJECT, and WHEREAS, CITY requires certain professional services in connection with the PROJECT, hereinafter referred to as the SERVICES; and, WHEREAS, ENGINEER, is prepared to provide such SERVICES; WHEREAS, funding is available for the PROJECT; NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: 1. SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall perform the SERVICES described in Attachment B, SCOPE OF SERVICES which is attached hereto and incorporated by reference as part of this AMENDMENT. 2. COMPENSATION. CITY shall pay ENGINEER in accordance with Attachment D, COMPENSATION, which are attached hereto and incorporated by reference as part of this AMENDMENT. 3. All other terms and conditions of the AGREEMENT of shall remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies on the respective dates herein below reflected to be effective on the date executed by the Mayor of the City of Owasso. ENGINEER By: _ Date: APPROVED: City Clerk Juliann M. Stevens APPROVED AS TO FORM: City Attorney Julie Lombardi CITY OF OWASSO, OKLAHOMA Mayor Alvin Fruga Date: AGREEMENT FOR ENGINEERING SERVICES FOR THE CITY OF OWASSO, OK 96th STREET NORTH. US 169 PHASE I IMPROVEMENTS Scope of Services Attachment B B. Basic Services of ENGINEER. The basic services of the ENGINEER shall be amended to include the following tasks: 1. Revise plans to separate the west end of project as its own project. 2. Revise x-sections to show west end only. 3. Revise signal plans and quantities for west end intersections. 5. Revise Summaries and Cost Estimate. 6. Provide modified plan submittal and construction schedule. AGREEMENT FOR ENGINEERING SERVICES FOR THE CITY OF OWASSO, OK 96th STREET NORTH, US 169 PHASE I IMPROVEMENTS Compensation Attachment D D.1 Total Compensation For the work underthis AMENDMENT the total maximum billing including direct costs and subconsultant services shall be Seventy Thousand Five Hundred and No/100 dollars. ($70,000.00), which amount shall not be exceeded without further written authorization by CITY. The ENGINEER acknowledges the following summary of modifications to the Fee Schedule as stated in the original Contract and modified by this AMENDMENT. Original Contract Amount $450,000 Amendment No. 1 $14,800 Amendment No. 2 $32,300 Amendment No. 3 $23,500 Amendment No. 4 $21,500 Amendment No. 5 $48,500 Amendment No. 6 $70,000 Total Amended Contract Amount $660,600 4 __tSo TO: FROM: SUBJECT: DATE: BACKGROUND: The Honorable Mayor and City Council Joke Ketner, P.E., CFM Contract Award for 2025 High Density Mineral Bond Street Rehabilitation Program June 12, 2025 Due to historic problems with other asphalt rejuvenation methods and good feedback on last year's project, Public Works chose to do a second High Density Mineral Bond (HDMB) project. HDMB is a product placed on asphalt roads before the oil starts to separate due to air exposure, sealing in the oil and allowing the pavement to remain flexible. Protecting asphalt from exposure to air will extend the service life of asphalt for 7-10 years, cures within eight hours of application, and does not streak over time. As a part of the 2025 Street Rehabilitation Project, three neighborhoods were selected for this application. They are the following: o Lakes at Bailey Ranch o Camelot Estates o Park Place at Preston Lakes BID ADVERTISEMENT: In April of 2025, engineering staff, in accordance with state law, advertised the project In the Tulsa World on April 264h and May 3rd. There was a pre -bid meeting on May 20th . The bid opening was held on May 27th at Owasso City Hall, and one bid was received. Bid Item Quantity Holbrook Asphalt, LLC Bid Engineer Estimate Mobilization 1 $15,600 $18,000 Pavement Treatment 65,498 $261,992 $261,992 Traffic Control 1 $14,400 $13,000 Shuttle Service 1 $21,000 $20,000 Project Allowance 20,000 $20,000 Total $332,992 1 $332,992 FUNDING: Funding in the amount of $332,992 is available in the Capital Improvement Fund. RECOMMENDATION: Staff recommends awarding the contract to Holbrook Asphalt, LLC of Saint George, Utah in the amount of $332,992 and authorization to execute the necessary documents. ATTACHMENTS: Agreement Location Map SECTION 00300 AGREEMENT THIS AGREEMENT is dated as of the 17th day of June 1 2025 , by and between City of Owasso (hereinafter called OWNER) and Holbrook Asphalt, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: HIGH DENSITY MINERAL BOND (2025) CITY OF OWASSO, OKLAHOMA Placement of high -density mineral bond pavement preservative on select streets within the Camelot Estates, Park Place at Preston Lakes and The Lakes of Bailey Ranch subdivisions. ARTICLE 2. ENGINEER The project has been assigned to the Project Manager or his/her duly authorized representative, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed within Thirty (30) calendar days from the date of Notice to Proceed; and completed and ready for final payment in accordance with the General Conditions within Sixty (60) calendar days from the date of Notice to Proceed, which will be on or before 3,2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, 00300 - Page 1 of 15 expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER, if the Work is any such proof. OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for substantial completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid. 4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that the determination of actual quantities and their classification is to be made by the OWNER at the time of application for payment. 4.3 CONTRACT AMOUNT: Contract amount is Three hundred thirty-two thousand nine hundred and ninety-two dollars ($332,992.00 1. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with the General Conditions on the Pay Estimate Forms included as Exhibit "A" to this Agreement. Applications for Payment will be processed by OWNER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment in accordance with the City of Owasso's Payment Schedule included as Exhibit "B" to this Agreement during construction as provided below. All progress payments will be on the basis of the progress of the Work. 5.1.1 Progress payments shall not exceed an amount equal to 95% of the WORK completed until such time as CONTRACTOR shall complete in excess of fifty percent (50°/u) of the contract amount. 5.1.2 Upon completion in excess of fifty percent (50%) of the total contract amount, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 97.5% of the Contract Price, less such amounts as OWNER shall determine in accordance with the General Conditions, provided that OWNER has determined that satisfactory progress is being made, and upon approval by the Surety. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the Contract Price. AGREEMENT 00300 - Page 2 of 15 ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself/herself with the nature and extent of Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports or explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground facilities) which have been identified in the Supplementary Conditions as provided in the General Conditions. Contractor accepts the determination set forth in the General Conditions of the extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground facilities at or continuous to the site. Contractor has obtained and carefully studied (or assume responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests and studies of such reports and related data in addition to those referred to in paragraph 6.2 as (s)he deems necessary for the performance of the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including the General Conditions. 00300 - Page 3 of 15 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6 CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. 6.7 CONTRACTOR has obligated himself/herself to the OWNER to be responsible for the workmanship, labor and materials used in the project for two (2) years after the project has been accepted by the OWNER. 6.8 CONTRACTOR understands that (s)he will be exempt from all sales tax on materials and other items necessary for the completion of the project. The OWNER has issued him a Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement. ARTICLE 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the following: 7.1 This Agreement (pages 1 to 6 inclusive). 7.2 Exhibits "A", "B", "C" and "D" to this Agreement. 7.3 Advertisement for Bids (Section 00100). 7.4 Requirements for Bidders (Section 00110). 7.5 Instructions to Bidders (Section 00120). 7.6 Bid (Section 00200). 7.7 Bid Bond (Section 00210). 7.8 Bid Affidavits (Section 00220). 7.9 Statement of Bidders Qualifications (Section 00230). 7.10 Certificate of Non -Discrimination (Section 00240). 7.11 Performance Bond (Section 00410). 7.12 Maintenance Bond (Section 00420). 7.13 Statutory payment Bond (Section 00430). 00300 - Page 4 of 15 7.14 Notice of Award (Section 00510). 7.15 Notice to Proceed (Section 00520). 7.16 Change Order (Section 00600). 7.17 General Conditions (Section 00700). 7.18 Project Specifications (Section 00800). 7.19 Special Provisions (Section 00900). 7.20 Project Drawings, consisting of Sheets 1 to 6, inclusive, and Standard Drawings. 7.21 Addendum Numbers to , inclusive. 7.22 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.23 Any Modification, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a Modification (as defined in the General Conditions). ARTICLE 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors, assigns, and legal representatives to the other party hereto, his/her partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.3 The Agreement (or remaining portions thereof) should continue in effect, be valid and binding upon both parties even if a provision or part of the Contract Documents should be held void or unenforceable by law. AGREEMENT 00300 - Page 5 of 15 IN WITNESS WHEREOF, the parties hereby have signed this Agreement in duplicate. One counterpart has been delivered to CONTRACTOR, the other belongs to OWNER. All portions of the Contract Documents have been signed by OWNER and CONTRACTOR. This Agreement will be effective on OWNER: CONTRACTOR: Alvin Fruga, Mayor (SEAL) ATTEST: Juliann M. Stevens, City Clerk Approved as to form: Julie Lombardi, City Attorney Address for giving notices: 200 South Main St. Owasso, OK 74055 (SEAL) Name Title 00300 - Page 6 of 15 E 116th St No _�,irrr ij �11iSLa� l iYl1 - E 106th St No - I I W z E 96th St No Lakes at Bailev Ranch Camelot Estates PROJECT VICINITY MAP N E 96th St No Q W L e ry W - sd RPAL PW W•REN. LIu r-REAL.rymnu IV TO: The Honorable Mayor and City Council FROM: Larry Langford, Director of Recreation & Culture SUBJECT: Bid Award - Owasso Park Maintenance Office Project DATE: June 12, 2025 lL[NMe] ;00]ki11 The current park's office is located in a small house on North 145th East Avenue next to Fire Station #3. The new park's office is proposed to be constructed at the Sports Park adjacent to the building currently occupied by Future Owasso Rams (FOR). On April 18, 2023, the City Council approved a professional service agreement for architectural and engineering services with k+d Architects to design the Parks Office Facility. The project will include offices, a meeting room, work stations, 3-bay garage, maintenance shop, and a secure vehicle /equipment yard, resulting in a 20,000 square foot footprint with a 4,000 square foot facility. BID PROCESS: Advertisements for bids were published on April 23, and May 5, 2025, with eleven (1 1) responses received. Submittals were publicly opened on June 2, 2025. BID ANALYSIS: The lowest bid was from Rick Scott Construction in the amount of $1,347,500, but after submittal, they elected to withdraw their bid due to a miscalculation. Staff examined the remaining submitted bid packages for any improper or unbalanced bids with none being found. Upon review, staff found the next lowest bid, from Magnum Construction in the amount of $1,369,000, met all specifications. Staff have worked with Magnum in previous projects and have experienced quality work, integrity, and dependability. FUNDING: Funding for the construction of the Parks Office Facility is available in the Capital Improvements Fund ($1,087,873.00) and from the General Fund ($281,127.00). RECOMMENDATION: Staff recommends awarding the construction contract to Magnum Construction of Broken Arrow, Oklahoma in the amount of $1,369,000.00 and authorization to execute all necessary documents. ATTACHMENTS: Bid tabulation sheet Construction Agreement S PARK OFFICE BID TABULATION Bid Opened By: Juliann Stevens, city clerk BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim SSI Northwest Arkansas 0 ❑ 8 1D ❑ 400 Jean Mary Ave, Tonitown, Arkansas 72762 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Builder's Unlimited 0 El O O 9835 S 219 E Ave, Broken Arrow, Oklahoma 74014 OPENING DATE: June 2, 2025 OPENING TIME: 9:00am Addendums 1-4 0 Addendums 1-4 O LUMP SUM BID $1,598,000.00 LUMP SUM BID $1,481,388.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qua] Non Discrim Addendums 1-4 Magnum Construction 0 El 121 0 0 LUMP SUM BID Po Box 707, Broken Arrow, Oklahoma 74013 F $1,369,000.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Addendums 1-4 Black Rock Construction 0 LUMP SUM BID 11333 E 60 Place, Tulsa, Oklahoma;741;46 $1,549,052.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Limestone Construction 0 ❑ 0 0 0 200 E 5 Avenue, Owasso, Oklahoma 74055 Addendums 1-4 0 LUMP SUM BID $1,555,500.00 Page 1 of 2 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Addendums 1-4 Rick Scott Construction 0 ❑ a 0 0 LUMP SUM BID 4303 N Pleasant View Rd, Ponca City, Oklahoma 74601 $1,347,500.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Addendums 1-4 Hoey Construction 0 O 0 11 LUMP SUM BID L3310 Southwest Boulevard, Tulsa, Oklahoma 74107 1$1,497,000.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Addendums 1-4 L5333 Tektone Builders El O 0 0 LUMP SUM BID E Highway 20, Claremore, Oklahoma 74019 $1,395,572.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qua[ Non Discrim Addendums 1.4 Koehn Construction 0 ❑ O 0 0 0 LUMP SUM BID 1420 N 105 E Avenue, Tulsa, Oklahoma 74116 1 $1,382,210.00 BIDDER Bid Submittal Bid Affidavit Bidder's Qua] Non Discrim Addendums 1-4 Narcomey Construction 0 ❑ 0 ❑ O LUMP SUM BID 12620 E 31 Street, Tulsa, Oklahoma 74146 $1 780 000 00 BIDDER Bid Submittal Bid Affidavit Bidder's Qual Non Discrim Addendums 1-4 Stronghold Construction 0 ❑ 0 0 0 O LUMP SUM BID 121 W Main, Ste 100, Moore, Oklahoma 73160 Ci 2Qi -)in nn Page 2 of 2 SECTION 7 - AGREEMENT and GENERAL CONDITIONS THIS AGREEMENT is dated as of the 171h day of June, 2025, by and between The City of Owasso, Oklahoma (hereinafter called OWNER) and Magnum Construction of Broken Arrow, Oklahoma (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Project Documents. All local, state, and federal laws, etc. shall govern every aspect of work. The Work is generally described as Park Maintenance Office. 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 one -hundred twenty (120) 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 fifty (150) 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 ensure 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. 6.10. 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 This Agreement and General Conditions 7.2 Exhibits "A", "B", and "C" to this Agreement 7.3 Requirements for Bidders 7.4 Project and Bid Specifications 7.5 Bid and Bid Affidavits 7.6 Statement of Bidders Qualifications 7.7 Performance Bond / Maintenance Bond / Statutory Payment Bond 7.8 Notice of Award and Notice to Proceed 7.9 Change Order 7.10 Project Drawings and Standard Drawings 7.11 Addendum Numbers 1 to 4, inclusive 7.12 Documentation submitted by CONTRACTOR prior to Notice of Award 7.13 Any Modification, including Change Orders, duly delivered after execution of Agreement There are no Project Documents other than those listed above in this Article 7. The Project Documents may only be altered, amended or repealed by a Modification. 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 (or specified part thereof) can be utilized for the purpose for which 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 meeting the requirements of the Oklahoma "Public Competitive Bidding Act". 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. 8.5 Insurance and Bonds. 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, and shall execute and furnish a Statutory Payment Bond guaranteeing that the CONTRACTOR shall pay all indebtedness incurred for materials and labor furnished in the performance of the contract in a sum equal to one hundred percent (100%) of the contract price. The successful bidder shall also furnish a Performance Surety Bond in the amount of one hundred percent (100%) of the contract guaranteeing the proper and prompt completion of the work in accordance with the provisions of the contract and the plans and specifications. The successful bidder shall also furnish a Maintenance Bond in the amount of one hundred percent (100%) of the contract, guaranteeing public improvement projects for two (2) years against defective workmanship and materials from the date of acceptance of the project. 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 Liability, other than automobile Personal Injury, each person $ 100,000.00 Personal Injury, each accident $1,000,000.00 Property Damage, each person $ 100,000.00 Property Damage, each occurrence $ 100,000.00 Automobiles and Trucks; Owned Hired and Non -owned: Personal Injury, each person $ 100,000.00 Personal Injury, each accident $1,000,000.00 Property Damage, each accident $ 100,000.00 The policy shall provide a clause stating that it cannot be canceled by the insurer without the insurer first giving the OWNER ten (10) day written notice of cancellation. The CONTRACTOR shall furnish the OWNER an original and duplicate certificate of insurance at the time contracts are prepared. 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 and 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 under current 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 to see 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 which may be brought forth by the CONTRACTOR during construction. However, final decisions will be made by the OWNER. The Department will decide all questions which may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as the acceptable fulfillment of the contract on the part of the CONTRACTOR. The Department will have the authority to suspend or change the sequence of work wholly or in part due to the failure of the CONTRACTOR to correct conditions unsafe for the workmen or the general public; for failure to carry out 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. Working drawings for structures shall be furnished by the CONTRACTOR and shall consist of such detailed plans as may be required to adequately control the work and are not included in the plans furnished by the OWNER. They shall include stress sheets, shop drawings, erection plans, false -work plans, cofferdam plans, bending diagrams for reinforcing steel or any other supplementary plans or similar data required of the CONTRACTOR. 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-section 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 complimentary and to describe and provide for a complete work. The CONTRACTOR shall take no advantage of any apparent error or omission in the plans or specifications. In the event the CONTRACTOR discovers such an error or omission, they shall immediately notify the Department. The Department will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications. 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 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 some 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 OW NER'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. If applicable, 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 (if applicable). 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, whether the results of poor workmanship, use of defective materials, damage through carelessness, or any other cause, shall be removed immediately and replaced in an acceptable manner. Work done contrary to the instructions of the Department, work done beyond the line shown on the plans, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the CONTRACTOR's expense. Upon failure on the part of the CONTRACTOR to comply with any order of the Department made under the provisions of this article, the Department will have the authority to cause unacceptable work to be remedied or removed and replaced and 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 forwhich 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 some, 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 some. 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 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. F. 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. I. 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 properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experiences in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any person employed by the CONTRACTOR or by any Subcontractor who does not perform his/her work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Department, be removed forthwith by the CONTRACTOR or Subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Department. Should the CONTRACTOR fail to remove such person or persons as required above, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Department may suspend the work by written notice until such orders are complied with. 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 some 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 OWNER: 0 Alvin Fruga, Mayor R 0 •; 0 (SEAL) (SEAL) ATTEST: Juliann M. Stevens, City Clerk Title APPROVED AS TO FORM & CONTENT: Julie Trout Lombardi, City Attorney Address for giving notices: 200 South Main Street Owasso, Oklahoma 74055 CITY OF OWASSO PAYROLL PAYMENT REPORT PAY PERIOD ENDING 5/31/2025 Department Municipal Court Managerial Finance Human Resources Community Development Engineering Information Technology Facility Maintenance Cemetery General Fund Dispatch Animal Control Emergency Preparedness Stormwater Parks Recreation & Culture Community Center Historical Museum Economic Development Strong Neighborhoods Total General Fund Total Payroll Expenses $ 10,387.81 41,975.09 35,478.32 20,048.69 38,472.11 37,019.73 35,722.72 19,723.03 4,580.63 2,568.56 5,968.36 10,079.54 4,023.15 14,126.77 24,733.64 14,685.82 11,024.32 1,101.07 2,075.30 586.78 $ 334,381.44 Ambulance Fund $ 779.03 E911 Communications Fund $ 68,658.80 Economic Development $ 2,075.33 Strong Neighborhoods $ 7,147.91 Stormwater Fund $ 11,873.97 Half Penny - Fire $ 446,580.58 Half Penny - Police $ 492,651.29 Half Penny - Police Grants $ 3,687.78 Half Penny - Streets $ 51,734.86 Vehicle Maintenance $ 23,456.14 Workers Comp $ 4,183.91 CITY OF OWASSO HEALTHCARE SELF INSURANCE FUND CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 05130 VENDOR DESCRIPTION AETNA HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE ADMIN FEES HEALTHCARE DEPT TOTAL DELTA DENTAL SUN LIFE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE ADMIN FEES DENTAL DEPT TOTAL STOP LOSS STOP LOSS TOTAL VSP VISION MEDICAL SERVICES VISION MEDICAL SERVICES ADMIN FEES ADMIN FEES VISION DEPT TOTAL HEALTHCARE SELF INSURANCE FUND TOTAL AMOUNT 32,708.75 42,132.98 51,348.41 56,758.96 106,198.56 88,911.94 29,418.95 83,635.04 54,977.60 85,754.50 34,408.91 20,223.77 5,948.94 692,427.31 10,734.79 1,665.00 7,138.30 7,922.88 2,141.00 3,763.20 33,365.17 78,976.38 78,976.38 3,065.96 182.79 1,507.05 90.50 4,846.30 809,615.16 CITY OF OWASSO GENERAL FUND & HALF -PENNY SALES TAX FISCAL YEAR 2024-2025 Budgetary Basis Statement of Revenues & Expenditures As of May 31, 2025 MONTH YEAR PERCENT TO -DATE TO -DATE BUDGET OF BUDGET REVENUES: Taxes $ 3,975,941 $ 43,237,195 $ 45,856,117 94.29% Licenses & permits 15,852 269,627 253,302 106.44% Intergovernmental 282,652 1,688,587 1,108,286 152.36% Charges for services 64,085 749,026 780,608 95.95% Fines & forfeits 33,416 360,116 311,899 115.46% Other 718 215,894 158,272 136.41% Interest 77,646 934,842 395,074 236.62% TOTAL REVENUES $ 4,450,311 $ 47,455,288 $ 48,863,557 97.12% EXPENDITURES: Personal services $ (2,269,342) $ (26,275,362) $ (29,718,572) 88.41% Materials & supplies (109,065) (1,573,309) (2,332,785) 67.44% Other services (252,513) (3,701,250) (5,368,380) 68.95% Capital outlay (755,984) (4,200,702) (8,249,356) 50.92% TOTAL EXPENDITURES $ (3,386,903) $ (35,750,623) $ (45,669,093) 78.28% REVENUES OVER EXPENDITURES $ 1,063,408 $ 11,704,666 $ 3,194,464 TRANSFERS IN (OUT): Transfers in $ 1,992,321 $ 21,789,342 $ 23,233,643 93.78% Transfers out (3,125,170) (34,173,078) (36,613,857) 93.33% TOTAL TRANSFERS $ (1,132,849) $ (12,383,736) $ (13,380,214) 92.55% NET INCOME (LOSS) $ (69,441) $ (679,071) $ (10,185,750) ENCUMBRANCES OUTSTANDING $ (1,358,076) FUND BALANCE (Budgetary Basis) Beginning Balance Ending Balance 30,873,613 30,873,613 $ 28,836,466 $ 20,687,863 QAFinance (120)\Accounting\Reports\Current FY\GF Financials SECTION 00600 CHANGE ORDER PROJECT: E 9611 St N Roadway Improvements West side CONTRACT DATE: April 15, 2025 TO CONTRACTOR: Grade Line Const. LLC CHANGE ORDER NUMBER: 1 DATE: May 9, 2025 CONTRACT FOR: 96" Roadway Imp. West Side The Contract is changed as follows: Adds a pay item to the contract for SY of concrete Drive placement in lieu of asphalt. This will allow quicker opening of drives for businesses. Line item will be @ $100 per square yard. Estimated. quantity for the line item will be 500 sy, for a cost of $50,000.00. The allowance line item will be reduced to $450,000.00 for the addition of this line item. No change to the contract amount. Not valid until signed by the Owner and Contractor The original Contract Sum was $ 6,869,010.60 Net change by previously authorized Change Orders $ $0 The Contract Sum prior to this Change Order was $ 6,869,010.60 The Contract Sum will be (increased) (decreased) (unchanged) by this Change Order in the estimated amount of $ 0 The new Contract Sum including this Change Order will be $ 6,869,010.60 The Contract Time will be (increased) (decreased) (unchanged) by (_0____) days. The date of Substantial Completion as of the date of this Change Order therefore is March 6.2026. NOTE: This summary does not reflect changes in the Contract Sum Time which have been authorized by Construction Change Directive. Grade Line Construction, LLC CONTRACTOR PO Box 450 ADDRESS DATE 05/09/2025 City of Owasso OWNER 200 South Main ADDRESS Owasso Ok 74055 DATE Ili s--7-UZ5' SPECIAL PROVISIONS 0509 00900 - Page 1 of 4 SECTION 00600 CHANGE ORDER PROJECT: E 96" St N Roadway Improvements West Side CONTRACT DATE: April 15, 2025 TO CONTRACTOR: Grade Line Const. LLC CHANGE ORDER NUMBER: 2 DATE: June 10, 2025 CONTRACT FOR: 961 Roadway Improvements The Contract is changed as follows: Change order #2 adds a lump sum pay item to the contract in the amount of $44,262.21, to remove and relocate an 8" waterline. (See attached). Water line was in conflict with retaining wall which prevented the wall from being built. Additional work will add 5 days to substantial completion. No change to the contract amount, pay item will be lump sum and taken from allowance. Not valid until signed by the Owner and Contractor The original Contract Sum was $ 6,869,010.60 Net change by previously authorized Change Orders $ $0 The Contract Sum prior to this Change Order was $ 6,869,010.60 The Contract Sum will be (increased) (decreased) (unchanged) by this Change Order in the estimated amount of $ 0 The new Contract Sum including this Change Order will be $ 6,869,010.60 The Contract Time will be (increased) (decreased) (unchanged) by (5_) days. The date of Substantial Completion as of the date of this Change Order therefore is March 11, 2026 NOTE: This summary does not reflect changes in the Contract Sum Time which have been authorized by Construction Change Directive. Grade Line Construction, LLC CONTRACTOR PO Box 450 ADDRESS Cleveland, OK 74020 n,r DATE 06/10/2025 City of Owasso OWNER 200 South Main ADDRESS Owasso Ok 74055 DATE SPECIAL PROVISIONS 0509 00900 - Page I of 4 =AIm Document G701s — 2017 Change Order PROJECT: (Name and address) Owasso Public Works Owasso, OK OWNER: (Name and address) City DFOwasso 301 W. 2nd Ave. Owasso, OK 74055 CONTRACT INFORMATION: Contract For. General Construction Date: September I I th 2024 ARCHITECT: (Name and address) Beck Design 110 West 7th Sheet Ste 710 Tulsa, OK 74119 CHANGE ORDER INFORMATION: Change Order Number. OCO#6 Date: 527/2025 CONTRACTOR: (Name and address) MTC Tulsa, LLC, 437 E 14Est Sheet Glenpool, OK 74033 THE CONTRACT IS CHANGED AS FOLLOWS: Qyssert a detailed description of the change and, ifopp/icabla attach or reference specific arhibits. ALro include agreed upon adjustments attributable to executed Construction Change Directives.) RFI #23 (Reference OCO#3) Billing Item 35"Bid Package#31A-Earthwork&Utilities" (S4,603.00) Billing Item 47 "Contingency" $4,603.00 The original Guaranteed Maximum Price was S 29.030.324.32 The net change by previously authorized Change Orders $ 0.00 The Guaranteed Maximum Price prior to this Change Order was $ 28,030,324.32 The Guaranteed Maximum Price will be increased by this Change Order in the amount of $ 0.00 The new Guaranteed Maximum Price including this Change Order will be $ 29,030,324.32 The Contract Time will be increased by Zero (0) days. The new date of Substantial Completion will be 03/162026 NOTE: This Change Order does not include adjustments to the Contract Stm1 or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cast and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Beck Dcsien ARsirn r con AR T Donny Carreno - Project Manger PRINTED NAME AND TITLE 05/282025 IATC Tulsa. LLC. C NT. TOR Firm opt te) N 1 GA 6 Bndaet oodacre-5 or PNI PRINTED NAME AND TITLE 5/27/2025 DATE Citv of Owasso OWNER (Finn name) SIG TUR , r P TEO NAME AND TITLE S-L9—ZOl� AIA Deoumenl G701 — 2017. Copyright C 1979, 1907. 2000 , 2001 and 2017. All rights reserved. The American Institute of Architects; 'American Institute of Architects." "ALA." the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 10:11:24 ET an OW1112025 under Order No 3104239503 which expires on 0913012025, is not far resale, is licensed for one -lime use only, and may only be used in accordance with the AIA Contract Documents- Teems of service. To report copyright violators, a -mail docinfo@aiacontractamm Dser N.W.: (3119ADA40)