Loading...
HomeMy WebLinkAbout2025.10.21_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE OWASSO CITY COUNCIL Council Chambers Old Central Building 109 North Birch, Owasso, OK Tuesday, October 21, 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 RECEIVED 1. Call to Order - Vice Mayor Paul Loving OCT 17 2025 V ' 2. Invocation - Pastor Casey Cariker of Rejoice Church City Clerk's Office 3. Flag Salute 4. Roll Call 5. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under "Consent" are considered by the City Council to be routine and will be enacted by one motion. Any Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -debatable.) A. Approve minutes -October 7, 2025, and October 14, 2025, Regular Meetings B. Approve claims 6. Consideration and appropriate action relating to items removed from the Consent Agenda 7. Consideration and appropriate action relating to the Ward 4 vacancy Juliann Stevens 8. Consideration and appropriate action relating to a contract for specific excess workers' compensation coverage Jeff Atchison Staff recommends approval of the contract for coverage with Midwest Employers Casualty Company of Chesterfield, Missouri, authorization for payment of $132,153.00, and authorization to execute all necessary documents. 9. Consideration and appropriate action relating to a contract for property -casualty insurance coverage Jeff Atchison Staff recommends approval of the contract for coverage with Oklahoma Municipal Assurance Group of Edmond, Oklahoma, authorization for payment of $316,696.00, and authorization to execute all necessary documents. 10. Consideration and appropriate action relating to a contract for general liability auto insurance coverage Jeff Atchison Staff recommends approval of the contract for coverage with the Oklahoma Municipal Assurance Group of Edmond, Oklahoma, authorization for payment of $53,423.00, and authorization to execute the necessary documents. Owasso City Council October 21, 2025 Page 2 11. Consideration and appropriate action relating to bids received for the Rayola Park Restroom Improvement Project Larry Langford Staff recommends awarding the construction contract to Limestone Construction of Owasso, Oklahoma, in the amount of $99,499.00 and authorization to execute the necessary documents. 12. Consideration and appropriate action relating to the Staffing for Adequate Fire and Emergency Response (SAFER) Grant Program David Hurst Staff recommends acceptance of the SAFER Grant in the amount of $1,828,416.91 and authorization to execute all necessary documents. 13. Consideration and appropriate action relating to a budget amendment in the Half Penny Sales Tax Fund (Fire) related to the SAFER Grant award David Hurst Staff recommends approval of a budget amendment in the Half Penny Sales Tax Fund (Fire), increasing the estimated revenues by $370,625.00 and the appropriation for expenditures by $269,572.00. 14. Consideration and appropriate action relating to the proposed project sites for the Annual Street Rehabilitation Program (2026) Roger Stevens Staff recommends approval of the following 2026 Street Rehabilitation Program priority sites: • North 141 st East Avenue, from East 86th Street North to Camelot • East 801h Street North, from North 122nd East Avenue to North 129th East Avenue • West Broadway, from Atlanta to Main Street • West Service Road, from East 76th Street North to Worley's Nursery Rejuvenation with HA5: • Champions East • Champions West • Mingo Crossing • Carrington II • Bailey Medical Drive • Three Lakes Loop • North 120th East Avenue, from East 76th Street North to North 80th Street North • Broadway, from Main to Birch Streets Rejuvenation with HA5: • Elm Creek, South/Elm Creek Pond • Double Oaks, N/Elm Creek Pond • Elm Creek, SW Mills Elementary • Lake Ridge Area Owasso city council October 21, 2025 Page 3 IS. Consideration and appropriate action relating to Fiscal Year 2025-2026 budget amendments for the re - appropriation of carryover funds from Fiscal Year 2024-2025 Carly Novozinsky Staff recommends approval of the following FY 2026 budget amendments: • Increase the estimated revenues by $67,294.47 and the appropriation for expenditures by $2,485,079.35 in the General Fund; • Increase the appropriation for expenditures in the Half -Penny Sales Tax Fund by $286,215.61 for Fire and $1, 904,255.94 for Streets; • Increase the estimated revenues by $33,220.81 and the appropriation for expenditures by $450,780.70 in the Half -Penny Sales Tax Fund for Police; • Increase the appropriation for expenditures in the Ambulance Service Fund by $354,680.28; • Increase the appropriation for expenditures in the E91 I Fund by $167,000.00; • Increase the appropriation for expenditures in the Emergency Siren Fund by $43,609.73; • Increase the appropriation for expenditures in the Hotel Tax Fund by $5,000.00; • Increase the appropriation for expenditures in the Stormwater Management Fund by $3,514,860.02; • Increase the appropriation for expenditures in the Opioid Settlement Fund by $199,066.00; • Increase the appropriation for expenditures in the Fleet Maintenance Fund by $12,174.00; and • Increase the appropriation for expenditures in the Self -Insurance Funds (General Liability) by $24,983.00. 16. Report from City Manager 17. Report from City Attorney 18. Report from City Councilors 19. Official Notices (documents for acknowledgment of receipt or information only, no discussion or action will be taken) • Payroll Payment Report - pay period ending date October 4, 2025 • Monthly Budget Status Report - September 2025 • Oklahoma Department of Environmental Quality Permit No. SL000072250821 Owasso Parks Maintenance Office Sanitary Sewer Line Extension Facility No. S-21310 • Oklahoma Department of Environmental Quality Permit No. WL000072250822 Owasso Parks Maintenance Office PWSID No. OK3002718 20. New Business (New Business Is any item of business which could not have been foreseen at the time of posting of the agenda) 21. 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 1 1:3019T on Friday, October 17, 2025. The City of Owasso encourages citizen participation. To request an 918-376-1502 or by email to istevens@cityofowassocom M. Stevens, City Clerk nmodation due to a disability, the City by phone OWASSO CITY COUNCIL MINUTES OF REGULAR MEETING TUESDAY, OCTOBER 7, 2024 The Owasso City Council met in regular session on Tuesday, October 7, 2025, in the Council Chambers at Old Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed Friday, December 13, 2024; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at 9:00 am on Friday, October 3, 2025. 1. Call to Order - Mayor Alvin Fruga called the meeting to order at 6:30pm. 2. Invocation - The Invocation was offered by Pastor Bill Ascol of Bethel Baptist Church 3. Flag Salute - Carson Talent led the flag salute. *Mayor Fruga introduced Troop 90 members in attendance working on Citizenship in the Community badge.* 4. Roll Call - A quorum was declared present. Present Absent Mayor - Alvin Fruga None Vice Mayor- Dr. Paul Loving Councilor- Dr. Chad Balthrop Councilor - Cody Walter Staff: Senior Director- Michele Dempster 5. Presentation of Character Trait of Initiative - Johnathon Shepard presented the character trait for the month of October. 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 - September 16, 2025, Regular Meeting B. Approve claims C. Authorize payment of $60,000.00 to Flock Group Incorporated of Atlanta, Georgia, and execution of the one-year service agreement renewal D. Approve a budget amendment in the Half Penny Sales Tax Fund, Police, increasing estimated revenues and the appropriation for expenditures by $105,042 (2026 Oklahoma Highway Safety Officer Grant) E. Approve a budget amendment in the General Liability/Property Self -Insurance Fund, increasing appropriation for expenditures by $54,874.56 Councilor Walter requested to remove item C for further discussion. Mr. Walter moved, seconded by Mr. Balthrop, to approve the remainder of the Consent Agenda as presented, with claims totaling $3,171,444.52. YEA: Balthrop, Loving, Walter, Fruga NAY: None Motion carried: 4-0 7. Consideration and appropriate action relating to items removed from the Consent Agenda Jason Woodruff presented the item C from the consent agenda, recommending authorization for the annual payment for twenty (20) Flock Safety camera systems in the amount of $60,000.00 to Flock Group Incorporated of Atlanta, Georgia, and authorization to execute the one (1) year service agreement. There were no comments from the audience. Following discussion, Mr. Walter moved, seconded by Mr. Balthrop, to authorize payment and execute the service agreement, as recommended. Bat rop, Loving Walter Frugd NAY: None Motion carried: 4-0 Owasso City Council October 7, 2025 Page 2 8. Consideration and appropriate action relating to the purchase of a police vehicle Jason Woodruff presented the item, recommending approval to purchase a 2025 F-150 Police Responder from Bob Moore Ford of Oklahoma City, Oklahoma, in the amount of $52,567.00 and authorization for payment. There were no comments from the audience. Following discussion, Mr. Loving moved, seconded by Mr. Walter, to approve the purchase and authorize payment, as recommended. YEA: Balthrop, Loving, Walter, Fruga NAY: None Motion carried: 4-0 Consideration and appropriate action relating to payment for an additional scope of work performed on the Owasso Parks Maintenance Office Project Larry Langford presented the item, recommending authorization for payment to k+d architects, of Owasso, Oklahoma, in the amount of $12,880,00, increasing the Engineering Agreement total to $71,230.00. There were no comments from the audience. Following discussion, Mr. Walter moved, seconded by Mr. Balthrop, to authorize payment, as recommended. YEA: Balthrop, Loving, Walter, Fruga NAY: None Motion carried: 4-0 10. Consideration and appropriate action relating to the acquisition of right-of-way for the East 96th Street North Widening from North 134th East Avenue to North 145th East Avenue Project Roger Stevens presented the item, recommending authorization for payment of $95,000.00 to The Ojala Family Revocable Trust and execution of all necessary documents for the acquisition of right- of-way and compensation for damages. There were no comments from the audience. Following discussion, Mr. Loving moved, seconded by Mr. Walter, to authorize payment and execute all necessary documents, as recommended. YEA: Balthrop, Loving, Walter, Fruga NAY: None Motion carried: 4-0 11. Presentation of the monthly Public Works Project Status Report - Roger Stevens presented the item and discussion was held. 12. Report from City Manager - Michele Dempster reported on the statistics from Landfill Day, as well as the Collection and Recycling event held on September 27, 2025. She also shared information regarding the upcoming Harvest Festival scheduled for Saturday, October 11, 2025. 13. Report from City Attorney - None 14. Report from City Councilors - Chad Balthrop conveyed his appreciation for the Character Council Luncheon held on Monday, October 6, 2025. 15, Official Notices - The Mayor acknowledged receipt of the following: • Payroll Payment Report - pay period ending date September 20, 2025 • Healthcare Self -Insurance Claims - dated as of September 30, 2025 • Oklahoma Department of Environmental Quality Permit No. SL000072250838 Library Lofts Development Sanitary Sewer Line Extension Facility No. 5-21310 • Oklahoma Department of Environmental Quality Permit No. WL000072250837 Library Lofts Development Potable Water Line Extension Facility No. 5-21310 • Change Orders No. 9 and No. 10 executed by the City Manager or designee for the New Public Works Facility 16. New Business - None 17. Adjournment Mr. Loving moved, seconded by Mr. Walter, to adjourn the meeting. YEA: Balthrop, Loving, Walter, Fruga NAY: None Motion carried: 4-0 and the meeting adjourned at 7:15 pm. Alvin Fruga, Mayor Juliann M. Stevens, City Clerk Owasso City Council October 7, 2025 Page 3 OWASSO CITY COUNCIL, PUBLIC WORKS AUTHORITY, AND PUBLIC GOLF AUTHORITY MINUTES OF JOINT REGULAR MEETING TUESDAY, OCTOBER 14, 2025 The Owasso City Council, Owasso Public Works Authority (OPWA), and Owasso Public Golf Authority (OPGA) met in a joint regular meeting on Tuesday, October 14, 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, October 10, 2025. 1. Call to Order - Mayor/Chair Alvin Fruga called the meeting to order at 6:00 pm. 2. Roll Call A quorum was declared present. Present Absent Mayor/Chair - Alvin Fruga None Vice Mayor/Vice Chair- Dr. Paul Loving Councilor/Trustee - Dr. Chad Balthrop Councilor/Trustee - Cody Walter Staff: City/Authority Manager- Chris Garrett ; City/Authority Attorney - Julie Lombardi 3. Discussion relating to letters of interest received from applicants interested in filling the Ward 4 vacancy Mayor/Chair Fruga presented the item and discussion was held. It was explained this item will be placed on the October 21, 2025, City Council agenda for consideration and action. 4. Discussion related to proposed project sites for the 2026 Annual Street Rehabilitation Program Roger Stevens presented the item and discussion was held. It was explained this item will be placed on the October 21, 2025, City Council agenda for consideration and action. 5. Discussion related to modifications of Parental Leave and Sick Leave Incentive Programs Michele Dempster presented the item and discussion was held. It was explained this item will be placed on the November 4, 2025, City Council agenda for consideration and action. 6. Discussion relating to proposed Fiscal Year 2024-2025 Carryover Funds - City Funds, OPWA Fund, and OPGA Fund Carly Novozinsky presented the item and discussion was held. It was explained this item will be placed on the October 21, 2025, City Council, OPWA, and OPGA agendas for consideration and action. 7. Discussion relating to the monthly sales and use tax report and revenue outlook Carly Novozinsky presented the item and discussion was held. 8. City/Authority Manager Report Chris Garrett reported on the success of the Harvest Festival held on October 1], 2025. 9. City Councilor/Trustee comments and inquiries Alvin Fruga expressed gratitude to Michele Dempster and Roger Stevens for their leadership and support while serving as acting City Manager. 10. Adjournment The meeting adjourned at 7:00 pm. Alvin Fruga, Mayor/Chair Juliann M. Stevens, City Clerk Claims List-10/21/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL BLUE ENERGY FUELS LLC CNG FUEL SEPT 2025 $7.21 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $2,745.14 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $253.31 JACKSON MECHANICAL SERVICE INC CH HVAC REPAIR $500.00 JPMORGAN CHASE BANK AMAZON -VINYL $26.11 JPMORGAN CHASE BANK AMAZON -VINYL REF ($18.91) JPMORGAN CHASE BANK AMER WASTE -DISPOSAL $131.17 JPMORGAN CHASE BANK CAMFIL-HVAC FILTERS $93.87 JPMORGAN CHASE BANK COMM DOOR -DOOR REPAIR $572.50 JPMORGAN CHASE BANK CORNERSTONE -GUARDS $28.47 JPMORGAN CHASE BANK GRIMSLEYS-JANITORIAL $435.21 JPMORGAN CHASE BANK KINECT-DPST GLASS RPR $622.50 JPMORGAN CHASE BANK LIBERTY -FLAGS $546.00 JPMORGAN CHASE BANK LOCKE-LIGHT BULBS $27.72 JPMORGAN CHASE BANK LOCKE-PANEL LIGHT $52.26 JPMORGAN CHASE BANK LOCKE-PLUMBING PARTS $47.69 JPMORGAN CHASE BANK LOWES-GRASS SEED $89.96 JPMORGAN CHASE BANK LOWES-JANITOR TOOLS $89.96 JPMORGAN CHASE BANK LOWES-OC LIGHTS $148.96 JPMORGAN CHASE BANK LOWES-POWER WASHER $435.98 JPMORGAN CHASE BANK LOWES-SCREWS WASHERS $21.62 JPMORGAN CHASE BANK LOWES-SUPPLIESIPARTS $66.64 JPMORGAN CHASE BANK LOWES-VACUUMS $222-92 JPMORGAN CHASE BANK MAGIC REFRIGE-REPAIR $140.00 JPMORGAN CHASE BANK MCCALLUM-DRYWALL REP $650.00 JPMORGAN CHASE BANK NALCO-BOILER TMT $288.75 JPMORGAN CHASE BANK NALCO-WATER TREATMENT $275.00 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $6.59 JPMORGAN CHASE BANK RADIUS -GATE REPAIR $970.68 JPMORGAN CHASE BANK ROTOROOTER-URINAL REP $903.53 JPMORGAN CHASE BANK SAMS-SUPPLIES $3.01 JPMORGAN CHASE BANK SCHEELS-MULTI BOOTS $149.99 JPMORGAN CHASE BANK TIMETOSHINE-CAR WASH $15.00 MARMIC FIRE & SAFETY CO, INC. HYDROSTATIC TESTING $2,915.76 SCHINDLER ELEVATOR INC ELEVATOR INSPECTION $861.74 UNIFIRST HOLDINGS LP UNIFORMS $42.22 FACILITY MAINTENANCE -Total $14,368.56 RAMUNDSEN SUPERIOR HOLDINGS ERP SOFTWARE $1,450.31 FINANCE ENTERPRISE SYSTEM -Total $1,450.31 GH2 ARCHITECTS LLC D&D SPORT PK RENO $13,500.00 FY26 SPORTS PARK IMPROV - Total $13,500.00 1 Fund 01 GENERAL Claims List-10/21/2025 Vendor Name Payable Description Payment Amount ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $1,173.62 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $149.96 JPMORGAN CHASE BANK AMAZON -CAR WASH SOAP $107.95 JPMORGAN CHASE BANK AMAZON -CHARGING ST $87.93 JPMORGAN CHASE BANK AMAZON -CRATES $26.00 JPMORGAN CHASE BANK AMAZON -DOG BED $31.98 JPMORGAN CHASE BANK AMAZON -DOG FOOD $74.98 JPMORGAN CHASE BANK AMAZON -FLAG ETC $88.56 JPMORGAN CHASE BANK AMAZON -FLAG & POLE $142.99 JPMORGAN CHASE BANK AMAZON -FLAG POLE ETC $50.81 JPMORGAN CHASE BANK AMAZON-LOVESEAT $379.00 JPMORGAN CHASE BANK AMAZON-LOVESEAT REF ($372.01) JPMORGAN CHASE BANK AMAZON-MISC SUPPLIES $92.76 JPMORGAN CHASE BANK AMAZON -SCRUB BRUSH $21.59 JPMORGAN CHASE BANK AMAZON -SHOP VAC ETC $180.17 JPMORGAN CHASE BANK AMAZON -TIRE TREATMENT $40.00 JPMORGAN CHASE BANK CUT THE -WASTE REMOVAL $130.00 JPMORGAN CHASE BANK HOME DEPOT -CLEAN SUPP $80.38 JPMORGAN CHASE BANK HOMEDEPOT-ZIP TIES $10,37 JPMORGAN CHASE BANK MIDWEST VET-MED SUPP $1,083.62 JPMORGAN CHASE BANK PAYPAL-LAWN CARE SVC $200.00 JPMORGAN CHASE BANK PAYPAL-STERILIZATION $450.00 JPMORGAN CHASE BANK WALMART-DEGREASER $41.48 JPMORGAN CHASE BANK WALMART-DOG FOOD&MISC $266.70 WATERSTONE CLEANERS SEPT DRY CLEANING $100.40 GEN ANIMAL CONTROL -Total $4,639.24 JPMORGAN CHASE BANK BROWN FARMS -SOD $50.00 JPMORGAN CHASE BANK GREEN ACRE -SOD $130.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $19.20 GEN CEMETERY -Total $199.20 JPMORGAN CHASE BANK AMAZON -COCOA MIX $9.78 JPMORGAN CHASE BANK SAMS-CANDY FOR CLASS $37.82 JPMORGAN CHASE BANK SAMS-SENIOR PROM $116.91 SUSAN R CHERMACK PAINTING CLASS $200.00 TEAL DANCE COMPANY LLC DANCE CLASS $120.00 TREASURER PETTY CASH CC CLASS REF- K VEST $50.00 GEN COMM CTR DONATIONS -Total $534.51 IMPERIAL LLC COFFEE BAR SUPPLIES $68.10 JPMORGAN CHASE BANK AMAZON -AIR FRESHENER $49.45 JPMORGAN CHASE BANK AMAZON -BROOM $25.39 JPMORGAN CHASE BANK AMAZON-C BATTERIES $43.64 2 Claims List-10/2112025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK AMAZON -CARD SNUFFLER $23.68 JPMORGAN CHASE BANK AMAZON -CLICKERS $18.94 JPMORGAN CHASE BANK AMAZON -POPCORN $52.95 JPMORGAN CHASE BANK AMAZON -TRASH BAGS $37.88 JPMORGAN CHASE BANK AMAZON -WOOD BLANKS $16.99 JPMORGAN CHASE BANK CINTAS-PAPER PRODUCTS $530.89 JPMORGAN CHASE BANK HOME DEPOT -MOPS $38.94 JPMORGAN CHASE BANK ONG-GAS USAGE $215.66 JPMORGAN CHASE BANK SAMS-CLEANING SPLS $42.99 JPMORGAN CHASE BANK SAMS-FOAM CUPS $21.98 SUMNERONE INC COPIER $236.50 GEN COMMUNITY CENTER -Total $1,423.98 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $2,558.41 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $403.18 JPMORGAN CHASE BANK TOMMYS-FLEET $106.46 KENNETH LIVINGSTON MOWING $900.00 GEN COMMUNITY DEVELOPMENT -Total $3,968.05 JPMORGAN CHASE BANK LODGING EXP 10101-02 $711.12 JPMORGAN CHASE BANK SAMS-PRISONER BOARD $29.98 GEN EMERG COMMUNICATIONS -Total $741.10 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $586.81 JPMORGAN CHASE BANK COX -CABLE $391.74 JPMORGAN CHASE BANK SUMNER-PRINTER $81.95 MOBILE COMMUNICATIONS AMERICA INC STORM SIREN REPAIR $2,300.00 VERDIGRIS VALLEY ELECTRIC COOP STORM SIRENS $129.88 GEN EMERG PREPAREDNESS -Total $3,490.38 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $2,033.97 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $276.99 JPMORGAN CHASE BANK AMAZON-2026 CALENDARS $69.64 JPMORGAN CHASE BANK AMAZON -SPACE HEATER $36.98 JPMORGAN CHASE BANK LODGING EXP 09/22-24 $467.47 UNIFIRST HOLDINGS LP UNIFORM SERVICES $42.86 UNITED STATES CELLULAR PHONE SERVICE $97.79 CORPORATION GEN ENGINEERING -Total $3,025.70 JPMORGAN CHASE BANK AMAZON -CALCULATOR $163.45 JPMORGAN CHASE BANK AMAZON -KEYBOARD $62.23 JPMORGAN CHASE BANK CAROUSEL -DEPOSIT SLIP $91.14 JPMORGAN CHASE BANK FEDEX-OVERNIGHT CHECK $41.05 JPMORGAN CHASE BANK LODGING REF 08/27-28 ($50.00) GEN FINANCE -Total $307.87 i] Fund O1 GENERAL Claims List-10/21/2025 Vendor Name ELIZABETH ANNE CHILDS ELIZABETH ANNE CHILDS ENTERPRISE FM TRUST FLEETCOR TECHNOLOGIES IMPERIAL LLC IMPERIAL LLC IMPERIAL LLC JPMORGAN CHASE BANK JPMORGAN CHASE BANK JPMORGAN CHASE BANK MAILROOM FINANCE INC SUMNERONE INC TREASURER PETTY CASH Payable Description Payment Amount EXPUNGEMENTS $600.00 GENERALPERSONNEL $630.00 ENTERPRISE MONTHLY LEASE $1,208.61 FUELMAN INVOICE $75.71 COFFEE SUPPLIES $104,89 DOWNSTAIRS COFFEE $144.95 UPSTAIRS COFFEE $135.00 ONG-GAS USAGE $284.14 SAMS-OFFICE SUPPLIES $7.96 SAVON-ENVELOPES $310.00 POSTAGE $1,500.00 COPIER SERVICES $690.05 LNDSCPE DSGN-KEYSTONE $625.00 GEN GENERAL GOVERNMENT -Total $6,316.31 JPMORGAN CHASE BANK ONG-GAS USAGE $45.37 GEN HISTORICAL MUSEUM -Total $45.37 AMERICANCHECKED INC ATTN: BILLING BACKGROUND CHECKS $200.73 EON APPLICATIONS INC APPLICATION SYSTEM $6.098.40 JPMORGAN CHASE BANK AON LUNCH 10/06 $74.81 JPMORGAN CHASE BANK GIANT OS -TRAINING $939.00 JPMORGAN CHASE BANK INDEED -JOB ADVERTISE $2,537.79 JPMORGAN CHASE BANK LODGING EXP 09/29-101 $345.45 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $67.65 JPMORGAN CHASE BANK SAVON-CHARACTER BANNR $1,370.00 JPMORGAN CHASE BANK USPS-POSTAGE $1.70 STEPHANIE STAPLES EMPLOYEE TRAINING $2,000.00 GEN HUMAN RESOURCES -Total $13,635.53 BLUE ENERGY FUELS LLC CNG FUEL SEPT 2025 $13.64 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $49.27 JPMORGAN CHASE BANK COX-INTERNET FEE $1,598.94 JPMORGAN CHASE BANK COX -PHONE SERVICE $59.24 PPT HOLDINGS I, LLC EXCHANGE2003 $2,780.00 DECOMMISSION PPT HOLDINGS I, LLC NETAPP 3 SUPPORT $5,439.48 GEN INFORMATION TECH -Total $9,940.57 AMERICANCHECKED INC ATTN: BILLING BACKGROUND CHECKS $23.92 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $1,019.57 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $51,72 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $27.59 JPMORGAN CHASE BANK PASTORS MEETING 10/08 $17.60 GEN MANAGERIAL -Total $1,140.40 4 Claims List - 10/21/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK FIELDHOUSE-EMBROIDERY $70.00 TYLER TECHNOLOGIES, INC. ANNUAL SUBSCRIPTION $44,895.15 GEN MUNICIPAL COURT -Total $44,965.15 CITY OF OWASSO WATER SERVICE $22,456.00 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $2,358.32 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $812.25 GT ELECTRIC SERVICES LLC CENT PARK POND REP $487.12 IRIS GROUP HOLDINGS LLC PARKS ALARM $53.45 JPMORGAN CHASE BANK C&C-TP HAND TOWLS $357.00 JPMORGAN CHASE BANK CORNERSTONE -BLADES $222.58 JPMORGAN CHASE BANK CORNERSTONE -BOLT NUTS $1,74 JPMORGAN CHASE BANK HOME DEPOT -FLOWERS $39.60 JPMORGAN CHASE BANK JANI KING -JANITORIAL $4.732,18 JPMORGAN CHASE BANK LOWES-BAG CONCRETE $35.88 JPMORGAN CHASE BANK LOWES-INLET BOX $16.48 JPMORGAN CHASE BANK LOWES-INLET BOX LID $39,63 JPMORGAN CHASE BANK NEWELL-REDBUD TURF $270.15 JPMORGAN CHASE BANK ONG-GAS USAGE $56.64 JPMORGAN CHASE BANK RWD 3-CENT PK WATER $285.54 JPMORGAN CHASE BANK TURFWORX-PARKS MOWING $2,928.00 STAUFFER ENTERPRISES INC CENT PARK MOWING $2,150.00 UNIFIRST HOLDINGS LP UNIFORMS $61.56 VERDIGRIS VALLEY ELECTRIC COOP PARKS ELECTRIC $109.21 GEN PARKS -Total $37,473.33 ENABLEPOINT INC ANNUAL FARP SOFTWARE FEE $5,886.00 GEN POLICE SERVICES -Total $5,886.00 ARIEL HUERTA ADD RUMBLE BALLOON $50.00 JPMORGAN CHASE BANK AMAZON -EVENT SUPPLIES $54.22 JPMORGAN CHASE BANK AMAZON -PHONE CORD $7.85 JPMORGAN CHASE BANK NRPA-EXAM $263.74 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $30.00 JPMORGAN CHASE BANK SAVON-EVENT BANNERS $192.00 GEN RECREATION & CULTURE -Total $597.81 BLUE ENERGY FUELS LLC CNG FUEL SEPT 2025 $100.03 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $4,698.64 FLEET FUELS LLC FUEL $569.78 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $1,880.87 HERITAGE LANDSCAPING LLC LAWN MAINTENANCE $780.00 JPMORGAN CHASE BANK AMAZON-2026 CALENDARS $28.79 JPMORGAN CHASE BANK ATWOOD-MULTI BOOTS $189.99 JPMORGAN CHASE BANK LOWES-WASP SPRAY $8.96 R Claims List - 10/21/2025 Fund Vendor Name Payable Description Payment Amount 01 GENERAL JPMORGAN CHASE BANK LOWES-WASP SPRAY $8.96 SOURCEONE MANAGEMENT SERVICES LAWN MAINTENANCE $7,659.00 INC SPIRIT LANDSCAPE MANAGEMENT LLC 96TH ST LANDSCAPE $278.41 SPIRIT LANDSCAPE MANAGEMENT LLC MAIN ST LANDSCAPE $461.20 UNIFIRST HOLDINGS LP UNIFORM SERVICES $183.06 GEN STORMWATER -Total $16,838.73 AEP/PSO STREET LIGHTS $14.37 TREASURER PETTY CASH CC DEP REF- MALLORY $50.00 TREASURER PETTY CASH CC DEP REF- PEREZ $50.00 TREASURER PETTY CASH CC DEP REF- PIERCE $50.00 TREASURER PETTY CASH CC DEP REF-DIBBINS $50.00 TREASURER PETTY CASH CC DEP REF -KIRK $50.00 TREASURER PETTY CASH CC DEP REF-MASCHEK $50.00 TREASURER PETTY CASH CC DEP REF-RUSSELL $100,00 TREASURER PETTY CASH CC DEP REF-SALEH $50.00 TREASURER PETTY CASH CC DEP REF-STEPHENS $50.00 TREASURER PETTY CASH LICENSE REF-S LEON $25.00 TREASURER PETTY CASH UMP DEP USAGE-ARRINGT $60.00 TREASURER PETTY CASH UMP DEP USAGE-DILLMAN $15.00 TREASURER PETTY CASH UMP DEP USAGE-GREGG $15.00 TREASURER PETTY CASH UMP DEP USAGE-ZELLNER $15.00 GENERAL -Total $644.37 JPMORGAN CHASE BANK GEAUX JACK-AXETRAILER $450.00 JPMORGAN CHASE BANK SAVON-HF SIGNS $156.00 JPMORGAN CHASE BANK SHOW IT OFF -CLIMBING $757.50 JPMORGAN CHASE BANK WALMART-CARNIVAL GAME $19.94 JUMPIN' JIMINY INC EVENT GENERATOR $440.00 TREASURER PETTY CASH HARV FEST REF- SPC $40.00 TREASURER PETTY CASH HARV FEST REF -OK WIND $40.00 TREASURER PETTY CASH HARV FEST TENT RENTL $462.15 GF-HARVEST FESTIVAL -Total $2,365.59 GENERAL -Total $187,498,06 20 AMBULANCE SERVICE CAPITAL WASTE SOLUTIONS LLC WASTE REMOVAL $339.20 EMS TECHNOLOGY SOLUTIONS, LLC RFID TAGS $1,512.00 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $3,529.46 FULLERTON HYDRO -TEST INC. 02 $160.00 JPMORGAN CHASE BANK AMAZON -BATTERY CLAMPS $17.99 JPMORGAN CHASE BANK AMAZON-D SEAT CUSHION $80.00 JPMORGAN CHASE BANK BOUND TREE-MED SUPP $1,234.52 JPMORGAN CHASE BANK INTERSTATE -BATTERIES $312.00 Claims List - 10/21/2025 Fund Vendor Name Payable Description Payment Amount 20 AMBULANCE SERVICE JPMORGAN CHASE BANK LIFE ASSIST-MED SUPP $4,300.49 JPMORGAN CHASE BANK OREILLY-BRAKE FLUID $7.99 JPMORGAN CHASE BANK OREILLY-M4 LEAK $40.57 JPMORGAN CHASE BANK TELEFLEX-MED SUPPLIES $330.00 JPMORGAN CHASE BANK UPS -SHIPPING $51.68 JPMORGAN CHASE BANK ZOLL-MED SUPPLIES $561.75 AMBULANCE -Total $12,477.65 TREASURER PETTY CASH SR AMB REF-JACOBS $24.00 TREASURER PETTY CASH SR AMB REF -TERRY $24.00 AMBULANCE SERVICE -Total $48.00 AMBULANCE SERVICE -Total $12,525.65 21 E-911 JPMORGAN CHASE BANK OKPSC-TRAINING $200.00 JPMORGAN CHASE BANK SAMS-DRINKS&SNACKS $141.04 JPMORGAN CHASE BANK SEC OF STATE -NOTARY $2.08 JPMORGAN CHASE BANK SOUTHERN RUB -STAMP $51.45 LANGUAGE LINE SERVICES TRANSLATION SERVICE $93.18 TRAVELERS CASUALTY INSURANCE NOTARY $30.00 TRAVELERS CASUALTY INSURANCE NOTARY BOND $30.00 E911 COMMUNICATIONS -Total $547.75 E-911 -Total $547.75 23 EMERGENCY SIREN MOBILE COMMUNICATIONS AMERICA INC STORM SIREN REPAIR $22.700.00 SIREN FD - EMERGENCY PREP - Total $22,700.00 EMERGENCYSIREN -Total $22,700.00 25 HOTEL TAX JPMORGAN CHASE BANK SAVON-PRINTING $118.00 JPMORGAN CHASE BANK WALMART-SUPPLIES $14.81 JPMORGAN CHASE BANK WORKSHOP FOOD 10109 $149.84 STRONG NEIGHBORHOODS -Total $282.65 HOTELTAX -Total $282.65 27 STORMWATER MANAGEMENT MESHEK & ASSOCIATES, LLC PROFESSIONAL SERVICES $4,680.00 RAYOLA PARK DETENTION -Total $4,680.00 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $1,041.60 FELKINS ENTERPRISES LLC BUSINESS CARDS $40.00 JPMORGAN CHASE BANK AMAZON-2026 CALENDARS $8.99 JPMORGAN CHASE BANK AMER DOCUMENT-SHREDDI $1,500.00 JPMORGAN CHASE BANK BROWN FARMS -SOD $40.00 JPMORGAN CHASE BANK CORE&MAIN-RISER $248.02 JPMORGAN CHASE BANK GREEN ACRE -SOD $14.00 JPMORGAN CHASE BANK JT SEPTIC-PORT-A-JOHN $650.00 JPMORGAN CHASE BANK LENOX-WRECKER $412.50 JPMORGAN CHASE.BANK ____. _.. LODGING EXP.08/26-29. ____._._.$657.24 - - -- 7 Fund 27 STORMWATER MANAGEMENT Claims List-10/21/2025 Vendor Name JPMORGAN CHASE BANK SOURCEONE MANAGEMENT SERVICES INC UNIFIRST HOLDINGS LP UNITED STATES CELLULAR CORPORATION WASTE MANAGEMENT QUARRY LANDFILL Payable Description Payment Amount TWIN CITIES -CONCRETE $909.50 LAWN MAINTENANCE $5,073.00 UNIFORM SERVICES $15.33 PHONE SERVICE $97.79 FREE LANDFILL DAY $4,760.51 STORMWATER-STORMWATER -Total $15,468.48 STORMWATER MANAGEMENT -Total $20,148.48 34 VISION TAX GRADE LINE CONSTRUCTION E 96 ST N WEST IF BRIDGE $613,956.71 96TH FROM 119TH TO BRIDGE -Total $613,956.71 VISION TAX -Total $613,956.71 37 SALES TAX FIRE CITY OF OWASSO WATER SERVICE $133.00 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $5,264.85 FIREBLAST GLOBAL INC PROPS MAINT INSPECT $7,504.72 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $2,881.25 HERITAGE LANDSCAPING LLC SEPT MOWING $3,900.00 JPMORGAN CHASE BANK AMAZON -FLEET TOOLS $31.35 JPMORGAN CHASE BANK AMAZON -STRAPS $13.59 JPMORGAN CHASE BANK AMAZON -WELDER $339.98 JPMORGAN CHASE BANK AMER WASTE-ST4 TRASH $94.93 JPMORGAN CHASE BANK ANALYTICS-POST CAL $1,190.00 JPMORGAN CHASE BANK CHATGPT-ADMIN TOOL $20.00 JPMORGAN CHASE BANK CHEWY-K9 FOOD $71.23 JPMORGAN CHASE BANK FAM ANIMAL-K9 MEDS $80.99 JPMORGAN CHASE BANK FEDEX-SHIPPING $15.87 JPMORGAN CHASE BANK FLIR-TIC BATTERY $214.00 JPMORGAN CHASE BANK HITCHNPOST-SHIPPING $137.77 JPMORGAN CHASE BANK HOME DEPOT-ST SUPP $319.75 JPMORGAN CHASE BANK MYDER-LADDER TEST $2,632.30 JPMORGAN CHASE BANK NAFECO-MULTI BOOTS $451.55 JPMORGAN CHASE BANK NAFECO-SUSPENDERS $243.29 JPMORGAN CHASE BANK OFFICE DEPOT -PAPER $175.69 JPMORGAN CHASE BANK OFFICE DEPOT -SHARPIES $16.41 JPMORGAN CHASE BANK ONG-GAS USAGE $1,092.26 JPMORGAN CHASE BANK OREILLY-SQ2 PUMP $42.97 JPMORGAN CHASE BANK SAFE KIDS -CAR SEAT $110.00 JPMORGAN CHASE BANK SAMS-OFFICE SUPPLIES $59.44 JPMORGAN CHASE BANK SAMS-STATION SUPP $349.32 JPMORGAN CHASE BANK SAVON-BUSINESS CARDS $40.00 JPMORGAN CHASE BANK WALMART-OP SUPPLIES $11.76 _..-..__-..._.._.__.--- m----- ___..__. _.-_-JPMORGAN-CHASE-BANK----.-- ----WALMART-SUPPLIESST1 --- _----$10.69 --- 0 Claims List - 10/21/2025 Fund Vendor Name Payable Description Payment Amount 37 SALES TAX FIRE KEVINS WHOLESALE LLC NEW HIRE UNIFORMS $2,458.73 SALES TAX FUND -FIRE -Total $29,907.69 SALES TAX FIRE - Total $29,907.69 38 SALES TAX POLICE JPMORGAN CHASE BANK BEST BUY -DRONE ITEMS $307.98 JPMORGAN CHASE BANK TWIN CITIES -CONCRETE $1,343.00 PALADIN DRONES INC DRONE SYSTEM $107,000.00 DRONE ITEMS -Total $108,650.98 JPMORGAN CHASE BANK LODGING EXP 10/01-02 $232.00 JPMORGAN CHASE BANK TRAVEL EXP 10/01-02 $50.91 OT TRAFFIC GRANT - Total $282.91 AMERICAN WASTE CONTROL INC DUMPSTER $155.66 CITY OF OWASSO WATER SERVICE $35.00 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $2,943.77 FAMILY ANIMAL MEDICINE PLLC K9 MEDICAL $2,931.72 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $14,326.13 FLOCK GROUP INC ANNUAL PAYMENT $60,000.00 GT DISTRIBUTORS INC TRAINING ITEMS $2,354.10 JPMORGAN CHASE BANK AMAZON -BATTERIES $132.99 JPMORGAN CHASE BANK AMAZON -FIRE EXT $97.20 JPMORGAN CHASE BANK AMAZON-MISC SUPPLIES $326.77 JPMORGAN CHASE BANK AMAZON -NEW HIRE $206.86 JPMORGAN CHASE BANK AMAZON -NOTEBOOKS $30.32 JPMORGAN CHASE BANK AMAZON -RETIREMENT $91.00 JPMORGAN CHASE BANK AMAZON-SPLITTER $12.99 JPMORGAN CHASE BANK AMAZON -TACTICAL BAG $70.00 JPMORGAN CHASE BANK ATWOOD-FIREARMS ITEM $79.99 JPMORGAN CHASE BANK BROWNELLS-FIREARMS $78.76 JPMORGAN CHASE BANK CORNERSTONE -PROPANE $17.49 JPMORGAN CHASE BANK FBI LEEDA-TRAINING $2,385.00 JPMORGAN CHASE BANK HOLT-POLYGRAPH SVC $1,250.00 JPMORGAN CHASE BANK LIBERTY -FLAGS $426.60 JPMORGAN CHASE BANK LODGING EXP 10/01-02 $170.51 JPMORGAN CHASE BANK LODGING REF 09/15-19 ($82.96) JPMORGAN CHASE BANK LOWES-MISC SUPP $455.76 JPMORGAN CHASE BANK MCALISTERS-REFRESH $35.96 JPMORGAN CHASE BANK MIDWAY -FIREARMS ITEMS $31.12 JPMORGAN CHASE BANK NTTA-TOLL FEES $28.80 JPMORGAN CHASE BANK OFFICE DEPOT -BOARD $217.27 JPMORGAN CHASE BANK OK POLICE -NEW HIRE $7.95 JPMORGAN CHASE BANK ONG-GAS USAGE $619.28 JPMORGAN CHASE_ BANK ___ OREILLY-BATTERIES __ __. $19.98_ w Claims List-10/21/2025 Fund Vendor Name Payable Description Payment Amount 38 SALES TAX POLICE JPMORGAN CHASE BANK PACKTRACK-K9 SUBSCRIB $140.00 JPMORGAN CHASE BANK PAYPAL-NAME PLATES $155.05 JPMORGAN CHASE BANK ROGUE -TRAINING $400.00 JPMORGAN CHASE BANK SAMS-KITCHEN ITEMS $347.46 JPMORGAN CHASE BANK SAMS-LIGHT SNACKS $29.46 JPMORGAN CHASE BANK TEST -LICENSE RENEWL $12.00 JPMORGAN CHASE BANK TINT SHOP -WINDOW TINT $399.99 JPMORGAN CHASE BANK TRACTOR -COMPRESSOR $25.99 JPMORGAN CHASE BANK TRAVEL EXP 09130-10/0 $38.56 JPMORGAN CHASE BANK VCA-K9 MEDICAL $499.00 LAURA LEHNER TUITION REIMB $783.00 MTM RECOGNITION CORPORATION BADGES $1,889.42 OWASSO FOP LODGE #149 POLICE DEPT LEGAL DEFENSE $227.50 PRECISION DELTA CORPORATION 40-AMMUNITION $18,400.00 SPECIAL OPS UNIFORMS, INC NEW HIRE UNIFORMS $535.62 SUMNERONE INC COPIER LEASE $424.00 SUMNERONE INC COPIER RENTAL OVRAGE $119.29 TREASURER PETTY CASH FUEL REIMB- W RIDDLE $40.00 TREASURER PETTY CASH FUEL REIMB- Z MOORE $20.00 TREASURER PETTY CASH KITCH REIMB 8124-8/28 $808.70 WATERSTONE CLEANERS SEPT DRY CLEANING $1,155.36 WEST PUBLISHING CORPORATION CLEAR INVEST SERVICE $609.73 SALES TAX FUND -POLICE -Total $116,516.15 SALES TAX POLICE - Total $225,450.04 39 SALES TAX STREETS AEP/PSO ELECTRIC USE $39.30 AEP/PSO STREETLIGHTS $10,572.50 CAMO FARMS INC ASPHALT $556.50 ENTERPRISE FM TRUST ENTERPRISE MONTHLY LEASE $1,075.09 FLEET FUELS LLC FUEL $569.78 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $2,117.49 JPMORGAN CHASE BANK AMAZON-2026 CALENDARS $42.50 JPMORGAN CHASE BANK AMAZON -NOTEBOOKS $11.00 JPMORGAN CHASE BANK ANCHOR -ROCK $91.66 JPMORGAN CHASE BANK ATWOOD-SPRAY BOTTLES $15.98 JPMORGAN CHASE BANK BROWN FARMS -SOD $80.00 JPMORGAN CHASE BANK CORE&MAIN-LOCATEFLAGS $15,00 JPMORGAN CHASE BANK DOLESE-CONCRETE $572.50 JPMORGAN CHASE BANK HOME DEPOT -SCREWS $35.24 JPMORGAN CHASE BANK LITTLE FALLS -SNOWPLOW $6,861.44 JPMORGAN CHASE BANK LOWES-FORM BOARDS $105,52 JPMORGAN CHASE BANK LOWES-LUMBER $89.64 10 Claims List-10/21/2025 Fund Vendor Name Payable Description Payment Amount 39 SALES TAX STREETS JPMORGAN CHASE BANK LOWES-PAINT $87.84 JPMORGAN CHASE BANK LOWES-WOOD FORMS $50.86 JPMORGAN CHASE BANK NEXAIR-CYL RENTAL $23.68 JPMORGAN CHASE BANK PINKLEY-CONTROLLER $562.00 JPMORGAN CHASE BANK TWIN CITIES -CONCRETE $4,187.00 JPMORGAN CHASE BANK WHITE CAP -EDGER $150.57 KIMLEY-HORN AND ASSOCIATES INC 2025 TRAFFIC STUDY $3,645.00 PARADIGM TRAFFIC SYSTEMS INC TRAFFIC CNTL DEVICE $6,950.00 TLS GROUP INC OCT MONTHLY MAINT $1,465.00 UNIFIRST HOLDINGS LP UNIFORM SERVICES $217.64 VERDIGRIS VALLEY ELECTRIC COOP 1161126 TRAFF SIGNAL $89.62 VERDIGRIS VALLEY ELECTRIC COOP CHAMPION ST LIGHTS $85.68 VERDIGRIS VALLEY ELECTRIC COOP SECURITY LIGHTS $7.13 WASHINGTON CO RURAL WATER 116 LANDSCAPE IRRIG $471.69 DISTRICT SALES TAX FUND -STREETS -Total $40,844.85 SALES TAX STREETS -Total $40,844.85 40 CAPITAL IMPROVEMENTS UNIVERSAL FIELD SERVICES INC ROW ACQUISITION SVCS $15,000.00 86TH ST N BRIDGE REPLACEM -Total $15,000.00 HUDSON PRINCE ENGINEERING ENGINEERING SERVICES $21,713.59 86TH WIDENING MAIN TO GAR - Total $21,713.59 VISUAL FORCE INC VEHICLES $78,544.69 CIP POLICE VEHICLES -Total $78.544.69 K+D ARCHITECTS LLC ENGINEERING SERVICES $3,398.88 PARKS FACILITY -Total $3,398.88 CAPITAL IMPROVEMENTS -Total $118,657.16 44 TRANSPORTATION TAX KIMLEY-HORN AND ASSOCIATES INC ENGINEERING SERVICES $94,679.90 106TH ST 129TH TO 145TH -Total $94,679.90 TRANSPORTATION TAX -Total $94,679.90 70 CITY GARAGE CROW BURLINGAME COMPANY PARTS $3,062.62 FLEETCOR TECHNOLOGIES FUELMAN INVOICE $85.63 JPMORGAN CHASE BANK A&N TRAILER -JACK $150.65 JPMORGAN CHASE BANK AMAZON-110 CROSSFIRES $290.20 JPMORGAN CHASE BANK AMAZON -CAPS AND PLUGS $113.99 JPMORGAN CHASE BANK AMAZON -CARDS $18.89 JPMORGAN CHASE BANK AMAZON -FUEL STICKERS $15.98 JPMORGAN CHASE BANK AMAZON -JACK $149.88 JPMORGAN CHASE BANK AMAZON -LABEL TAPE $11.68 JPMORGAN CHASE BANK AMAZON -MOTOR $297,88 JPMORGAN CHASE BANK AMAZON-STAMP&PAPER $22.46 11 Claims List-10/21/2025 Fund Vendor Name Payable Description Payment Amount 70 CITY GARAGE JPMORGAN CHASE BANK CORNERSTONE -FUEL $36.00 JPMORGAN CHASE BANK DIESEL -BACKER STEEL $543.46 JPMORGAN CHASE BANK FASTENAL-PLOW BOLTS $50.08 JPMORGAN CHASE BANK HARBOR -SPREADER HITCH $25.98 JPMORGAN CHASE BANK HESSELBEIN-TIRES $459.04 JPMORGAN CHASE BANK HOLLY -FORKLIFT TANK $357.89 JPMORGAN CHASE BANK HOLT TRUCK -AC COMP $999.16 JPMORGAN CHASE BANK IMPERIAL -PLOW BOLTS $116.24 JPMORGAN CHASE BANK JIM GLOVER -DRIVE LINE $1,246.35 JPMORGAN CHASE BANK KINECT-WINDSHIELD R&R $519.18 JPMORGAN CHASE BANK LENOX-WRECKER $1,551.25 JPMORGAN CHASE BANK NORTH HYD-MOTOR $277.16 JPMORGAN CHASE BANK ONG-GAS USAGE $189.66 JPMORGAN CHASE BANK PERF REP -ENGINE DIAG $1,000.50 JPMORGAN CHASE BANK ROCK AUTO -FRONT HUBS $221.57 JPMORGAN CHASE BANK ROCK AUTO -STOCK ORDER $1,066.81 JPMORGAN CHASE BANK SAMS-OFFICE SUPPLIES $19,90 JPMORGAN CHASE BANK SOUTHERN -TIRES $1,833.00 JPMORGAN CHASE BANK THERO-HEADACHE RACK $439,98 JPMORGAN CHASE BANK UNITED -CAP $10.15 JPMORGAN CHASE BANK UNITED -INTAKE TUBE $175.00 JPMORGAN CHASE BANK W&B-A/C REPAIRS $31.70 MAC'S HYDRAULIC JACK SERVICE INC LABOR & PARTS $2,398.66 NOREGON SYSTEMS LLC DIAGNOSTIC SOFTWARE $2,199.00 O'REILLY AUTOMOTIVE INC REPAIR PARTS $55.93 UNIFIRST HOLDINGS LP UNIFORMS $77.50 FLEET MAINTENANCE -Total $20,121.01 CITY GARAGE -Total $20,121.01 76 WORKERS' COMP SELF -INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS $24,260.25 JPMORGAN CHASE BANK AMC -DRUG TESTING $617.00 MSDSONLINE, INC CHEM DATA RENEWAL $3,253.95 OK TAX COMMISSION SPECIAL TAX UNIT MITFASSESSMENTS $7,793.77 UNITED SAFETY & CLAIMS INC WORKERS COMP SVC FEE $1,658.33 WORKERS' COMP SELF -INS -Total $37,583.30 WORKERS' COMP SELF -INS -Total $37,583.30 77 GENERAL LIABILITY-PROPERT MOBILE COMMUNICATIONS AMERICA INC STORM SIREN REPAIR $24,983.00 GEN LIAB-PROP SELF INS -Total $24,983.00 GENERAL LIABILITY-PROPERT - Total $24,983.00 78 HEALTHCARE SELF INS FUND JPMORGAN CHASE BANK LIFE ASSIST -FLU SHOTS $2,866.80 PUSH PEDAL PULL, INC TREADMILL REPAIR $350.00 IM Claims List - 10/2112025 Fund Vendor Name Payable Description Payment Amount 78 HEALTHCARE SELF INS FUND WELLNESS -Total $3,216.80 HEALTHCARE SELF INS FUND -Total $3,216.80 City Grand Total $1,453,103.05 13 TO: The Honorable Mayor and City Council FROM: Jeff Atchison, Human Resources Risk Management SUBJECT: Excess Workers' Compensation Coverage DATE: October 16, 2025 BACKGROUND: The City is self -insured for workers' compensation. As a result, all costs associated with an employee's on-the-job injury are paid by the City through the Workers' Compensation Fund, up to the established specific retention limit or excess coverage limit. Should a claim reach the specific retention limit, the amount exceeding the specific retention limit would be covered by the insurance carrier. The Workers' Compensation Excess coverage renews annually on October 26th, and is calculated at a rate per $100 of payroll. Specific Excess Workers' Compensation Insurance is funded through the Workers' Compensation Self -Insurance Fund. The FY 2026 Budget includes funding for the proposed renewal. COMMENTS: The cost of the current year's coverage is $121,516, The City's Agent of Record, Arthur J. Gallagher, & Co. received a renewal quote through the current carrier Midwest Employer's Casualty Company (MECC), for $132,153. The increase in premium is the result of the rate per $100 of payroll, .04966, multiplied by the increase in estimated payroll. The renewal premium confinues the specific retention limit for police and fire personnel of $1,000,000 and the specific retention of $750,000 for all other employees. Execution of a contract with Midwest Employer's Casualty Company for Specific Excess Workers Compensation Insurance in the amount of $132,153 requires City Council approval. RECOMMENDATION: Staff recommends approval of a contract for coverage with Midwest Employers Casualty Company of Chesterfield, Missouri, authorization for payment in the amount of $132,153, and authorization to execute all necessary documents. TO: The Honorable Mayor and City Council FROM: Jeff Atchison, Human Resources - Risk Management SUBJECT: Property -Casualty Insurance Renewal DATE: October 16, 2025 BACKGROUND: Annually, the City's property -casualty insurance coverage renews on November lst. The City's property -casualty insurance provides coverage for City property, including non -building items (i.e. traffic lights and pump stations), similar to homeowner's insurance. Property casualty insurance is funded through the General Liability -Property Self -Insurance Fund, and funding is included in the FY 2026 Budget. COMMENTS: The cost of the current year's property -casualty premiums is $245,117. The City's carrier Oklahoma Municipal Assurance Group (OMAG), has provided a renewal quote of $316,696 for policy year 2025-2026. The increase is due to added properties, adjustments in values for property and contents, as well as a 15% rate increase to the property pool announced by OMAG in June. The total value of property and contents to be insured is $157,640,083. The renewal includes $10,000,000 in Earth Movement coverage and $250,000 of Business Income insurance, with deductibles of $100,000 for Earth Movement and $25,000 for all other claims. Execution of a contract with OMAG for Property -Casualty insurance in the amount of $316,696 requires City Council approval. RECOMMENDATION: Staff recommends approval of a contract for coverage with Oklahoma Municipal Assurance Group of Edmond, Oklahoma, authorization for payment in the amount of $316,696, and authorization to execute all necessary documents. TO: The Honorable Mayor and City Council FROM: Jeff Atchison, Human Resources — Risk Management SUBJECT: General Liability Auto Insurance Renewal DATE: October 16, 2025 BACKGROUND: The City has been self -insured for Vehicle Collision and Liability since the early 1990's. In November of 2015, the City made the decision to fully insure fire apparatus and ambulances valued over $250,000. In 2017, coverage was purchased for all city vehicles valued over $250,000, consisting of mostly refuse trucks. In 2018, the vehicle valuation threshold for fully insuring a vehicle was lowered from $250,000 to $175,000. The goal is to continue balancing the cost savings of self - insuring vehicles with the financial exposure of replacing high -cost vehicles. General Liability Auto insurance is funded through the General Liability -Property Self -Insurance Fund, and funding is included in the FY 2026 Budget. COMMENTS: The cost of the current year's vehicle coverage premiums is $36,863. The City's carrier, Oklahoma Municipal Assurance Group (OMAG), has provided a renewal quote of $53,423 for policy year 2025-2026. The increase is due to a 25-35% rate adjustment implemented by OMAG for vehicle coverage across the insurance pool, as well as the City's recent claims experience, and the addition of new vehicles. The total insured value of the city's vehicles is $9,640,981. Execution of a contract with OMAG for Vehicle Collision and Liability insurance in the amount of $53,423 requires City Council approval. RECOMMENDATION: Staff recommends approval of a contract for coverage with the Oklahoma Municipal Assurance Group of Edmond, Oklahoma, authorization for payment in the amount of $53,423, and authorization to execute the necessary documents. TO: The Honorable Mayor and City Council FROM: Larry Langford Director of Recreation and Culture SUBJECT: Rayola Park Restroom Renovation Bid Award DATE: October 16, 2025 BACKGROUND: Rayola Park first opened in 1976 and was later developed in 2007 to host a splash pad and restroom. Due to budget constraints, the restroom building was designed without electricity or lighting but rather a skylight. With almost 20 years of use, the skylight has become worn and defective, creating erosion and leakage. Furthermore, the restroom does not have a heating system which requires the facility to be closed and winterized annually. Closing during winter months creates the challenge of possible playground usage with no restroom facilities available. These factors have contributed to the need to repair and renovate this facility. GH2 Architects provided construction documents for Rayola Park restroom improvements to include repair of any damaged areas, removal of existing skylights and installation of electricity, lighting, heating, installation of new metal roof, removal and replacement of exterior sealant, and cleaning, preparation and painting of interior and external surfaces. BID PROCESS: The advertisements to bid the restroom improvements were published on August 26, and September 2, 2025; and in accordance with the Oklahoma state statutes. Nine (9) responses were submitted for the bid opening on October 2, 2025. BID ANALYSIS: The submitted bid packages were examined for any improper or unbalanced bids with none discovered. The lowest bid was from Limestone Construction of Owasso, OK in the amount of $99,499.00. FUNDING: Funding for improvements of Rayola Park restroom is available in 2025-2026 Parks Department budget. RECOMMENDATION: Staff recommends awarding the bid to Limestone Construction of Owasso, Oklahoma, in the amount of $99,499.00 and authorization to execute the necessary documents. ATTACHMENTS: Bid Tabulation Construction Contract RAYOLA PARK RESTROOM REMODEL Bid Opening: Thursday, October 2, 2025 @ 9:00 am Bids Opened By: Juliann M. Stevens, City Clerk Witness: David Warren VENDOR BID Bid £ Form 'o = z° '� ° - ° a o v Servpro of South Tulsa County 14690 E Pine Street $108,472.88 X X X Tulsa, Oklahoma 74116 Evans Mechanical 8092 South Yale Avenue $29,872.00 Tulsa, Oklahoma 74136 (mechanical package only) Magnum Construction Po Box 707 $155,000.00 X X X X Broken Arrow, OK 74107 Construction Enterprises Inc 902 W 23rd Street $139,734.00 X X X X Tulsa, Oklahoma 74107 Koehn Construction Services 1420 N 105 E Ave $157,601.00 X X X X Tulsa, Oklahoma 74116 Tektone Builders 5333 E Highway 20 $172,725.00 X X X X Claremore, Ok 74019 Stronghand LLC 1136 S Norwood Avenue $160,068.87 X X X X Tulsa, Oklahoma 74112 Paint Innovators Inc 10840 E Newton PI $5,446.80 Tulsa, Oklahoma 74116 (finishes package only) Limestone Construction 200 E 5ih Avenue Owasso, Oklahoma 74055 $99,499.00 X X X x SECTION B - AGREEMENT and GENERAL CONDITIONS THIS AGREEMENT is dated as of the 215t day of October 2025, by and between the City of Owasso, Oklahoma (hereinafter called OWNER) and Limestone Construction of Owasso, 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. ARTICLE 2. DEPARTMENT The project has been assigned by OWNER to the responsible City Department. The Department Director, or duly authorized representative, who is hereinafter called PROJECT MANAGER, will assume all duties and responsibilities and will have the rights and authority assigned in the Project Documents in connection with the completion of the Work in accordance with the Project Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed within ninety (90) calendar days from the date of Notice to Proceed; and completed and ready for final payment in accordance with the General Conditions within one -hundred twenty (120) calendar days from the date of Notice to Proceed, which will be on or before 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1 above, plus any extensions allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved and agree that as liquidated damages fordelay (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 Payment to the CONTRACTOR will be made only for the actual 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. 5.1 Final Payment. When the work has been completed, the Department shall carefully measure and determine the as -built quantities of each class of work as shown in the schedule of bid items and any such extra work performed by order of the Department. The aggregate cost of the work done and the materials furnished shall constitute the amount due for the completed work. All prior estimates and payments shall be subject to correction in the final estimate and payment. Upon final completion and acceptance of the Work, in accordance with the General Conditions, OWNER shall pay the Contract Price. ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR agrees not to discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, or ancestry. The CONTRACTOR shall take affirmative action to insure employees are treated without regard to their race, creed, color, sex, national origin, or ancestry. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruiting or recruitment, advertising, layoff, or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. In the event of the CONTRACTOR's non-compliance with this non-discrimination clause, the contract may be canceled or terminated by the City of Owasso. The CONTRACTOR may be declared ineligible for further contracts with the said agency until satisfactory proof of intent to comply shall be made by the CONTRACTOR. 6.2. The CONTRACTOR agrees to include the non-discrimination clause in Section 6.1 for any subcontracts connected with the performance of this agreement. 6.3. CONTRACTOR and Subcontractor shall agree to post in a conspicuous place, available to employees and applicants for employment, notices to be provided by the City of Owasso setting forth provisions in this section. 6.4. CONTRACTOR has familiarized themselves with the nature and extent of Project Documents, work, location, all local conditions, and with federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.5. CONTRACTOR accepts the determination set forth in the General Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely. CONTRACTOR acknowledges that such reports and drawings are not Project Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and Project Manager do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Project Documents with respect to underground facilities at or continuous to the site. CONTRACTOR assumes responsibility for having obtained and carefully studied all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs. 6.6. CONTRACTOR has made or caused to be made examinations, investigations, tests and studies of such reports and related data as deemed necessary for the performance of the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Project Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 6.7. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Project Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Project Documents, including the General Conditions. 6.8. CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he has discovered in the Project Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. 6.9. CONTRACTOR has obligated themselves to the OWNER to be responsible for the workmanship, labor and materials used in the project for two (2) years after the project has been accepted by the OWNER. CONTRACTOR understands that they will be exempt from all sales tax on materials and other items necessary for the completion of the project, as stated in the Certification of Tax Exempt Project. ARTICLE 7. PROJECT DOCUMENTS OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors, ___assigns, and leggl representatives to he 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 to include all addenda 7.5 Bid and Bid Affidavits 7.6 Statement of Bidders Qualifications 7.7 Notice of Award and Notice to Proceed 7.9 Change Orders 7.10 Project Drawings and Standard Drawings 7.11 Documentation submitted by CONTRACTOR prior to Notice of Award 7.12 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 -----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 ITEM): 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 pointwhere, in the opinion of the Department, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Project Documents, so that the Work (orspecified part thereof) can be utilized for the purpose forwhich it is intended. SUBSTRUCTURE: All of that part of the structure below the bearings of simple and continuous spans, skewbacks or arches and tops of footings of rigid frames, together with the backwalls, wingwalls and wing protection railings. SUPERINTENDENT: The designated representative of the CONTRACTOR present on the work at all times during progress, authorized to receive and execute instructions from the Department and capable of superintending the work effectively. SUPERSTRUCTURE: The entire structure except the substructure. WORK: Work shall mean the furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all the duties and obligations imposed by the contract. WORKING DAY: A working day shall be any day, other than a holiday, Saturday, or Sunday, on which weather and working conditions would permit the normal forces of the CONTRACTOR to proceed with regular work for a period of at least six hours toward the completion of the work, unless work is suspended for causes beyond the CONTRACTOR's control. Saturdays, Sundays, and holidays on which the CONTRACTOR's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. WORK ORDER: A written order, executed by the Department, of a contractual status requiring performance by the CONTRACTOR without negotiation of any sort. WORKING TIME: The working time stated in the proposal and the contract shall be definite number of working days or calendar days and shall be considered an essential part of the contract. 8.2 Repetitive Expressions. In order to avoid cumbersome and confusing repetition of expressions, it is provided that whenever anything is, or is to be, done, if, as, or, when or where "contemplated, required, determined, directed, specified, authorized, ordered, given, designated, indicated, considered necessary, deemed necessary, permitted, reserved, suspended, established, approval, approved, disapproved, acceptable, ---- -- unacceptable; -suitable--accepted-, --- satisfactory, --unsatisfactory, sufficient, insufficient rejected, or condemned," it shall be understood as if the expression were followed by the words "by the Department" or "to the Department:' 8.3 Award and Execution of Contract. Award of contract will be made by the OWNER, upon the recommendation of the Department, to the responsible bidder. The award of contracts involving the expenditure of federal funds is contingent on concurrence of the federal agency or any other agency whose funds are being used. 8.4 Cancellation of Award. The OWNER reserves the right to cancel the award of any contract at any time before the execution of said contract without any liability against the OWNER/City of Owasso. 8.5Insurance. The CONTRACTOR will be required to carry such compensation and public liability insurance as may be required under the laws of the State of Oklahoma. The CONTRACTOR (and any Subcontractors) shall carry and keep in force during this contract, policies of public liability insurance, including any contractual liability assumed under this contract, in the minimum amounts set forth below, and workers' compensation and employer's liability insurance in the amounts required by law. The CONTRACTOR shall also furnish an Owner's Protective Policy in the same amounts with the OWNER as the named insured, issued by the same insurance company as the issuer of CONTRACTOR's Liability Coverage. Public 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 insurerwithout the insurer first giving the OWNER ten (10) day written notice of cancellation. The CONTRACTOR shall furnish the OWNER an original and duplicate certificate of insurance at the time contracts are prepared. 8.6 Preliminary Matters. Before starting construction, the CONTRACTOR shall carefully study and compare the Project Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to the Department any conflict, error, ambiguity, or discrepancy which the CONTRACTOR may discover and shall obtain written interpretation or clarification from the Department before proceeding with any work affected thereby. With 10 days after the Notice to Proceed, the CONTRACTOR shall submit to the -- --Department-for-its-timely review:- 1. A preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any milestones specified in the Project Documents; 2. A preliminary schedule of Shop Drawings and Samples which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. A preliminary schedule of values for all the Work which includes quantities and prices of items which, when added together, equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payment during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 8.7 Preconstruction Conference. Within 20 days from Notice to Proceed, but before any Work at the site is started, a conference attended by the CONTRACTOR, Department, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules, procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records, and any related particular area to store materials and heavy equipment. At the pre -construction conference, specific locations will be presented by the CONTRACTOR for approval by the Department. 8.8 Intent of Contract. The intent of the contract is to provide for the construction and completion in every detail of the work described. The CONTRACTOR shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 8.8.1 Alteration of Plans or Character of Work. The OWNER reserves the right to make at any time during the progress of the work, such increases or decreases in quantities an such alterations in the details of construction 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, forwhich 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, if applicable, 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 off his 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 for seeing that the completed Work complies accurately with the Project Documents. 8.15 Authority of the Department. The Department's status during construction is to assist the OWNER in answering questions that may be brought forth by the CONTRACTOR during construction. However, final decisions will be made by the OWNER. The Department will decide all questions which may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as the acceptable fulfillment of the contract on the part of the CONTRACTOR. The Department will have the authority to suspend or change the sequence of work — - - --wholly or -in -part -due -to -the -failure -of the -CONTRACTOR to correct conditions unsafe for the workmen or the general public; for failure to carry out provisions of the contract; for failure to carry out orders; for such periods as deemed necessary due to the unsuitable weather; for conditions considered unsuitable for prosecution of the work or for any other condition or reason deemed to be in the public interest. If the CONTRACTOR ignores the authority of the Department, the OWNER may withhold partial payments due the CONTRACTOR upon due notice in writing. Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service completed when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his/her last given address, or delivered in person to said CONTRACTOR or his/her authorized representative on the work. 8.16 Plans and Working Drawings. The OWNER shall furnish the CONTRACTOR with one (])set of Plans and Specifications at no cost to the CONTRACTOR. Plans may show details of all structures, lines, grades, typical cross sections of a roadway, location and design of all structures. The CONTRACTOR shall keep one set of plans available on the work at all times. The plans will be supplemented by such working drawings as are necessary to adequately control the work. All work drawings must be approved by the Department and such approval shall not operate to relieve the CONTRACTOR of any of his/her responsibility under the contract for the successful completion of the work. The contract price will include the cost of furnishing all working drawings. After the Awarding of Contract and prior to the Pre -Construction Conference, the CONTRACTOR shall furnish copies of each submittal required, along with a list of all Subcontractor's, telephone numbers, addresses, etc. Exceptions will be made on an individual basis concerning submittal time frames if manufacturer needs additional time. Generally, Notice to Proceed will be issued once the City Attorney has approved the contract and all bonds, submittals, and list of Subcontractors have been submitted. 8.17 Conformity with Plans and Specifications. All work performed and all materials furnished shall be in reasonably close conformity with the lines, grades, cross sections dimensions and material requirements, including tolerances, shown on the plans or indicated in the specifications. In the event the Department finds the materials or the finished product in which the materials are used or the work performed are not in reasonably close conformity with the plans and specifications and have resulted in an inferior or unsatisfactory product, the work or materials shall be removed and replaced or otherwise corrected by and at the expense of the CONTRACTOR. 8.18 Coordination of Plans, Specifications, Supplemental Specifications and Special Provisions. These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. The CONTRACTOR shall take no advantage of any apparent error or omission in the plans or specifications. In the event the CONTRACTOR discovers such an error or omission, they shall immediately notify the Department. The Department will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications. 8.19 Cooperation by Contractor. The CONTRACTOR shall give the work the constant attention necessary to facilitate the progress thereof, and shall cooperate with the Department, his/her inspectors, and other CONTRACTOR's in every way possible. The CONTRACTOR shall have on the work at all times, as his/her agent, a competent superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed, who shall receive instructions from the Department or his/her authorized representatives. The superintendent shall have full authority to execute order or directions of the Department without delay, and to promptly supply such materials, equipment, tools, labor, and incidentals as may be required. Such superintendent shall be furnished irrespective of the amount of work sublet. 8.20 Cooperation Between Contractors. The OWNER reserves the right at any time to contract for and perform other or additional work on or near the work covered by the contract. When separate contracts are let within the limits of any one project, each CONTRACTOR shall conduct his/her work so as to minimize interference with the progress or completion of the work being performed by other CONTRACTOR's. CONTRACTOR's working on the same project shall cooperate with each other as directed. Each CONTRACTOR involved shall assume liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the OWNER from any and all damages or claims that may arise because of inconvenience, delay or loss experienced by him/her because of the presence and operations of other CONTRACTOR's working within the limits of the same project. The CONTRACTOR shall arrange his/her work and shall place and dispose of the materials being used so as to minimize interference with the operations of the other CONTRACTOR's within the limits of the same project. The CONTRACTOR shall join their work with that of the others in acceptable manner and shall perform it in proper sequence to that of the others. 8.21 Protection of Property. The protection of City, State and Government property is of prime importance, and if the some 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. All overhead and buried telephone and electrical conduits and gas mains to be revised or crossed by the construction of this project shall be protected in accordance with the directions of the utility company owning the conduits and/or mains. The CONTRACTOR shall notify the companies and obtain their permission before making any crossing or revisions. In the event lines other than those shown on the drawing are encountered, and in the opinion of the Department revision of the line is necessary for the construction of the project, the CONTRACTOR will be reimbursed for the extra cost of the crossing or revision provided the utility can't fix the problem themselves. Any overhead cables, buried cables, conduits or gas mains shown on plans and damaged by the CONTRACTOR shall be repaired, at his/her expense, to the satisfaction of the Department and of the utility. C. The CONTRACTOR shall not remove any water or sanitary sewer lines except as directed by the Department or as required by the drawing and specification, and shall adequately brace and protect them from any damage during construction. Any existing water main or sewer main or lateral damaged by the CONTRACTOR's operations will be repaired by the Owner's maintenance forces at the CONTRACTOR's expense. The CONTRACTOR shall notify the OWNER immediately after damaging any pipe. D. The location of utility lines serving individual properties may or may not be shown on the drawings. All plans must be reviewed by the respective Owner of the utilities and locations verified. If service lines are encountered which are not shown on the plans or are shown in the wrong location, the CONTRACTOR shall notify the - - ---------- OWNER-of-th-e utility -and -the -Department for relocation off he lines If the lines are broken or damaged from construction and were not shown or were shown erroneously, the CONTRACTOR shall not be liable for the cost of repairs. 8.22 Construction Stakes, Lines and Grades. It shall be the responsibility of the CONTRACTOR to confer with the Consultant or Department and satisfy himself/herself as to the accuracy of the controls prior to the commencement of work. A. 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. 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 forthe 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 on- 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. 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. 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. 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. E. 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. F. 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; ages -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. 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. B. 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. 8.35 Contractor's Responsibility for Work. The performance of the contract and the work, as well as the full dollar amount of the contract, is at the risk of the CONTRACTOR. The CONTRACTOR shall take all responsibility of the work, and shall bear all losses from any cause whatsoever, including, but not limited to, losses resulting because of the amount or character of the work, or because the nature of the land in or on which the work is done is different from what is assumed or expected, or on account of the weather, floods, fire, windstorm, or other actions of the elements, or any cause or causes whatsoever for which the OWNER is not responsible. If the work or any part or parts thereof is destroyed or damaged from any of the aforesaid causes prior to Owner's final acceptance of 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 same. B. The CONTRACTOR is required to furnish the Department with progress schedules, in a format approved by the Department, setting forth in detail the procedure (s)he proposes to follow, and giving the dates on which (s)he expects to start and to complete separate portions of the work. If at any time, in the opinion of the Department, proper progress is not being maintained, such changes shall be made in the schedule of operations which will satisfy the Department that the work will be completed within the period stated in the proposal. C. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise stated in the Project Documents, all Work shall be performed during regular working hours, and the CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without the Owner's written consent given after prior written notice to the Engineer. The CONTRACTOR is to compensate the OWNER for any charges incurred by the OWNER for the inspection of the Work outside regular business hours. D. It is further agreed that time is of the essence of each and every portion off his 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 ensure 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, asset forth in this contract, may be grounds for disqualification for future consideration for contracts with the City of Owasso. 8.38 Character of Workers, Methods and Equipment. The CONTRACTOR shall at all times employ sufficient labor and equipment for prosecuting the several classes of work to full completion in the manner and time required by these specifications. All workers shall have sufficient skill and experience to perform the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any person employed by the CONTRACTOR or by any Subcontractor who does not perform his/her work properly and skillfully or is intemperate or disorderly shall, at the written request of the Department, be removed forthwith by the CONTRACTOR or Subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Department. Should the CONTRACTOR fail to remove such person or persons as required above, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Department may suspend the work by written notice until such orders are complied with. 8.39 Limitation of Operations. The CONTRACTOR shall conduct the work at all times in such a manner and sequence to the satisfaction off he Department. (S)he shall not open up work to the prejudice or detriment of work already started. 8.40 Contractor's Right of Protest. If the CONTRACTOR considers any work demanded of him/her to be outside the requirements of the contract, or considers any record or ruling of the Department to be unfair, (s)he shall, immediately upon such work being demanded or such record or ruling being made, ask for written instructions or decisions, whereupon (s)he shall proceed without delay to perform the work or to conform to the record or ruling. Within ten (10) days after the date of receipt of written instructions or decisions, (s)he shall file a written protest with the Department, stating clearly and in detail the basis of his/her objections. Except for such protest and objections as are made of record in the manner herein specified and within the time stated, the records, rulings, instructions, or decision of the Department shall be final and conclusive. 8.41 Right of Owner to Terminate Contract. If the work to be done under this contract shall be abandoned by the CONTRACTOR, or if this contract shall be assigned by him/her otherwise than as herein provided, or if the CONTRACTOR should be adjudged as bankrupt, or if a general assignment of his/her assets be made for the benefit of his creditors, or a receiver should be appointed for the CONTRACTOR or any of his/her property; or if at any time the Department shall certify in writing that the performance of the work under this contract is being unnecessarily delayed, or that the CONTRACTOR is willfully violating any of the conditions or covenants of this contract or the specifications therefore, or that (s)he is executing the same in bad faith or otherwise not in accordance with the terms of this contract; or if the work be not substantially completed within the time named for its completion, or within the time to which such completion date may be extended then the OWNER may serve written notice upon the CONTRACTOR and his/her surety of said Owner's intention to terminate this contract, and unless within five (5) days after the serving of such notice upon the CONTRACTOR a satisfactory arrangement is made for the continuance thereof, this contract shall cease and terminate. In the event of such termination, the OWNER shall immediately serve notice thereof upon the surety and CONTRACTOR, and the surety shall have the right to take over and complete the work, provided, however, that if the surety does not commence performance thereof within thirty (30) days from the date of said notice of termination, the OWNER may take over the work and prosecute same to completion, by contract, or otherwise for the account and at the expense of the CONTRACTOR; and the CONTRACTOR and his/her surety shall be liable to the OWNER for any and all cost sustained by the OWNER by reason -- of- such-prosecution-and-compfetiorr.-Irrsuchevent the OWNER may takepossessionoff 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 October 21, 2025. OWNER: By Paul Loving, Vice Mayor (SEAL) ATTEST: Juliann M. Stevens, City Clerk APPROVED AS TO FORM & CONTENT: Julie Lombardi, City Attorney Address for giving notices: 200 South Main Street Owasso, OK 74055 CONTRACTOR: By Title EXHIBIT "A" PAY ESTIMATE FORM (TYPICAL) CITY OF OWASSO, OKLAHOMA Royola Park Restroom Improvement Project PAY ESTIMATE NO, PERIOD: CONTRACTOR BID AMOUNT OF ORIGINAL CONTRACT: $ CONTRACT ADJUSTMENTS: _ $ ADJUSTED BID AMOUNT: $ TOTAL COMPLETE WORK: $ MATERIALS STORED (per attached tabulation): $ LESS 10% RETAINAGE: $ TOTAL EARNED LESS 10% RETAINAGE: $ PERCENTAGE OF PROJECT COMPLETION: LESS PREVIOUS PAYMENTS: AMOUNT DUE THIS ESTIMATE: The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Payment Estimate has been completed in accordance with Project Documents, that all amounts have been paid by the Contractor for Work which previous Payment Estimates were issued and payments received from the Owner, and that current payment shown herein is now due. CONTRACTOR NAME: By: Project Manager State of County of: Subscribed & sworn to before me this _day of My Commission Expires: Recommended for Payment by: Date: Notary Public 20 Date Approved for Payment by: City of Owasso Date CONTINUATION SHEET Page of Application and Certification for Payment, containing Contractor's signed Certification is attached. Application Number: Application Date: Period to: In tabulations below, amounts are stated to the nearest dollar. Use Column I on Contracts where variable retainage for line items may apply. A B C D E (cont) ❑ ITEM NO. DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED FROM PREVIOUS APPLICATION WORK COMPLETED THIS PERIOD ❑ (cont) F G H I MATERIALS PRESENTLY STORED TOTAL COMPLETED AND TO DO RED (D + E + f) (GEC) BALANCE TO FINISH (C-G) RETAINAGE NOTE: At bottom of each column, run totals. CLAIM OR INVOICE AFFIDAVIT STATE OF OKLAHOMA ) ) SS COUNTY OF ) The undersigned (Architect, Contractor, Supplier, Engineer or Supervisory Official), of lawful age, being first duly sworn, on oath says that this (Invoice, Claim or Contract) is true and correct. Affiant further states that the (work, services or materials) as shown by this Invoice or Claim have been (completed or supplied) in accordance with the Plans, Specifications, orders or requests furnished to the Affiant. Affiant further states that (s)he has made no payment, nor given, nor donated, or agreed to pay, give, or donate, either directly or indirectly, to any elected official, officer, or employee of the State, County, or City of money or any other thing of value to obtain payment or the award of this contract. Contractor or Supplier Subscribed and sworn to before me this day of Notary Public Commission # My Commission Expires: EXHIBIT "B" CITY OF OWASSO, OKLAHOMA Contractor and Engineer Payment Schedule INVOICES ARE TO BE SUBMITTED FOR THE REGULARLY SCHEDULED CITY COUNCIL MEETINGS ONLY. The CONTRACTOR or engineer shall have his/her pay request in by 5:00 p.m. on the first day of the month unless the first falls on a Saturday, Sunday or Holiday, then it will be the next working day. Pay requests are, therefore, due on the following dates: January - 01/04/26 May - 05/3/26 September - 09/01/26 February - 02/01/26 June - 06/l/26 October - 10/01/26 March - 03/01 /26 July - 07/1 /26 November - 1 1 /02/25 April - 04/01/26 August - 08/2/26 December - 12/01/25 Failure to meet the above dates and time may result in payment being delayed until the following pay cycle. EXHIBIT "C" CERTIFICATION OF TAX-EXEMPT PUBLIC PROJECT The City of Owasso, Oklahoma hereby certifies that has duly entered into a public contract pursuant to the law for the following purposes, to - wit: Rayola Park Restroom Improvement Project for the City of Owasso, Oklahoma to be constructed as indicated in the bid specifications as awarded by the Owasso City Council on 2025. Accordingly, under the provisions of 68 O.S. § 1356(1), the sale of tangible personal property or services necessary for carrying out such public contract to the contractor or any sub -contractor to such public contract are exempt from sales tax. Any contractor or sub -contractor of such public contract shall certify, in writing, on the copy of the invoice or sales ticket to be retained by the vendor that the purchases are necessary for carrying out such public contract with the City of Owasso. CITY OF OWASSO, OKLAHOMA M1 City Clerk 6d we v r• RuLC M,.nuic...Mm TO: The Honorable Mayor and City Council FROM: David Hurst, Fire Chief SUBJECT: Grant Award -Staffing for Adequate Fire and Emergency Response (SAFER) DATE: October 16, 2025 BACKGROUND: The Staffing for Adequate Fire and Emergency Response (SAFER) Grant Program provides funding directly to fire departments to help increase the number of trained, front-line firefighters in communities. The Owasso Fire Department submitted an application to FEMA seeking assistance to enhance staffing levels necessary to meet increasing service demands and maintain compliance with national response and safety standards. AWARDED GRANT FUNDING: FEMA has approved the City's application and awarded a SAFER Grant in the amount of $1,828,416.91. The grant performance period is January 12, 2025, through January 12, 2028. The SAFER Grant funding will support nine (9) firefighter positions for a period of three years, covering 75% of salary and benefit costs for the first two (2) years and 35% for year three (3). Acceptance of this grant will: • Improve emergency response capabilities and reduce response times throughout the City of Owasso. • Support the department's ability to maintain adequate daily staffing and enhance firefighter safety. • Reduce overtime costs while meeting the operational needs of a growing community. • Ensure continued alignment with NFPA standards and FEMA readiness expectations At the conclusion of the grant period, the City will assume funding responsibility for the nine (9) positions for an additional year to maintain staffing levels achieved under the grant. The total grant award is $1,828,416.91 and is fully funded through FEMA's Assistance to Firefighters Grant Program. Grant administration and financial tracking will be coordinated through the Fire Department and Finance Department to ensure compliance with all federal reporting requirements. FUNDING: In order to comply with SAFER Grant requirements, full funding for the nine (9) firefighter positions must be included in the remaining FY 2025/2026 budget year. If the grant is approved, a budget amendment will be necessary in the Half Penny Sales Tax Fund (Fire) to increase estimated revenues by $370,625.05 and appropriations for expenditures by $269,572.00. These funds will be allocated to support the nine (9) firefighter positions, with 75% ---reimbursable-through the_SAFER_Gront _— _- _ _- GRANT RECOMMENDATION: Staff recommends acceptance of the Staffing for Adequate Fire and Emergency Response (SAFER) Grant in the amount of $1,828,416.91, and authorization to execute all necessary documents. BUDGET AMENDMENT RECOMMENDATION: Staff recommends approval of a budget amendment in the Half Penny Sales Tax Fund (Fire), increasing the estimated revenues by $370,625 and the appropriation for expenditures by $269,572. ATTACHMENT: FEMA SAFER Grant Award Letter Award Letter Effective date: 09/24/2025 Arami Goldstein OWASSO, CITY OF PO BOX 180 OWASSO, OK 74055 EMW-2024-FF-00158 Dear Arami Goldstein, U.S. Department of Homeland Security Washington, D.C. 20472 001 FEMA Congratulations on behalf of the Department of Homeland Security. Your application submitted for the Fiscal Year (FY) 2024 Staffing for Adequate Fire and Emergency Response (FF) Grant funding opportunity has been approved in the amount of $1,828,416.91 in Federal funding. As a condition of this award, you are required to contribute non -Federal funds equal to or greater than the non -Federal share percentage in the following table: Year Non -Federal Share: Percentage of Actual Costs First Year Second Year Third Year Federal Share: Percentage of Actual Costs 25% 75% 25% 75% 65% 35% Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this award, you acknowledge that the terms of the following documents are incorporated into the terms of your award: Summary Award Memo - included in this document Agreement Articles - included in this document Obligating Document - included in this document 2024 FF Notice of Funding Opportunity (NOFO) - incorporated by reference Please make sure you read, understand, and maintain a copy of these documents in your official file for this award. Sincerely, Stacey Street Deputy Assistant Administrator Grants Program Directorate Summary Award Memo Program: Fiscal Year 2024 Staffing for Adequate Fire and Emergency Response Recipient: OWASSO, CITY OF UEI-EFT: KAUTL4LKD6M1 Award number: EMW-2024-FF-00158 Summary description of award The purpose of the SAFER Grant Program is to provide funding directly to fire departments and volunteer firefighter interest organizations to assist in increasing the number of firefighters to help communities meet industry minimum standards and attain 24-hour staffing to provide adequate protection from fire and fire -related hazards, and to fulfill traditional missions of fire departments. After careful consideration, FEMA has determined that the recipient's project or projects submitted as part of the recipient's application and detailed in the project narrative as well as the request details section of the application — including budget information — was consistent with the SAFER Grant Program's purpose and was worthy of award. Except as otherwise approved as noted in this award, the information you provided in your application for Fiscal Year (FY) 2024 Staffing for Adequate Fire and Emergency Response (SAFER) Grant funding is incorporated into the terms and conditions of this award. This includes any documents submitted as part of the application. Position Cost Limit The usual cost of a first -year firefighter in your department at the time your application was submitted was $988,333.47. The maximum amount of Federal funding provided to the recipient is limited to the following: Year Federal Funding Cap Percent I Federal Funding Cap Amount per Firefighter First Year Second Year Third Year 75% $741,250.10 75% $741,250.10 35% $345,916.71 Amount awarded The amount of the award is detailed in the attached Obligating Document for Award. The cost share amounts described in this award letter are based on the approved total project cost; however, the Federal funding available is limited based on the applicable position cost limit and the applicable cost share as applied to actual costs. The following are the total approved budgeted estimates for object classes for all funded firefighter positions for this award (including Federal share plus your cost share, if applicable, as applied to the estimated costs): Object Class First Year Second Year Third Year Total Personnel $594,247.32 $594,247.32 $594,247.32 $1,782,741.96 Fringe benefits $394,086.15 $394,086.15 $394,086.15 $1,182,258.45 Travel $0,00 $0.00 $0.00 $0.00 Equipment $0.00 $0.00 $0.00 $0.00 Supplies $0.00 j $0.00 $0.00 $0.00 Contractual $0.00 $0.00 $0.00 $0.00 Construction $0.00 $0.00 $0.00 $0.00 Other $0.00 $0.00 $0.00 $0.00 Indirect charges $0.00 $0.00 $0.00 $0.00 Approved scope of work After review of your application, FEMA has approved the below scope of work. Justifications are provided for any differences between the scope of work in the original application and the approved scope of work under this award. You must submit scope or budget revision requests for FEMA's prior approval, via an amendment request, as appropriate per 2 C.F.R. § 200.308 and the FY2024 FF NOFO. Approved request details: Hiring of Firefighters New, Additional Firefighter(s) BENEFITS FUNDED Required benefits included in the annual benefits amount are: Unemployment, Workers Comp, Medicare, Retirement, Matching 457, Aetna Health Insurance, Dental, Vision, and Life Insurance. The average cost for Aetna Health Insurance is $28,488.00 (Family $40,620.00, Employee Only $14,496.00, and Employee plus one $30,348.00). [Year 1 Total Benefits $43,787.35: Unemployment ($282, 0.6%), Workers Comp ($1,935.01, 4.4%), Medicare ($1,020.2812.3%) Retirement ($9,850.98122.5%), Matching 457 ($703.641 1.6%), Aetna ($28,488.00165.1%), Dental ($1,308.0013%), Vision ($156.001 0.4%), Life Insurance ($43.4410.1%)] NUMBER OF ANNUAL ANNUAL TOTALPER FIREFIGHTERS SALARY PRICE BENEFITS FIREFIGHTER 9 $66,027.48 $43,787.35 $109,814.83 3 YEAR TOTAL $2,965,000.41 Agreement Articles Program: Fiscal Year 2024 Staffing for Adequate Fire and Emergency Response Recipient: OWASSO, CITY OF UEI-EFT: KAUTL4LKD6M1 Award number: EMW-2024-FF-00158 Table of contents Article Assurance, Administrative Requirements, Cost Principles, Representations, and 1 Certifications Article General Acknowledgements and Assurances 2 Article Acknowledgement of Federal Funding from DHS 3 Article Activities Conducted Abroad 4 Article Age Discrimination Act of 1975 5 Article Americans with Disabilities Act of 1990 6 Article Best Practices for Collection and Use of Personally Identifiable Information 7 CHIPS and Science Act of 2022, Public Law 117-167 CHIPS Civil Rights Act of 1964 — Title VI Civil Rights Act of 1968 Communication and Cooperation with the Department of Homeland Security and Immigration Officials Copyright Debarment and Suspension Drug -Free Workplace Regulations Article Duplicative Costs 15 Article Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX 16 Article Energy Policy and Conservation Act '17 Article Equal Treatment of Faith -Based Organizations 18 Article Anti -Discrimination 19 Article False Claims Act and Program Fraud Civil Remedies Federal Debt Status Federal Leadership on Reducing Text Messaging while Driving Fly America Act of 1974 Hotel and Motel Fire Safety Act of 1990 John S. McCain National Defense Authorization Act of Fiscal Year 2019 Limited English Proficiency (Civil Rights Act of 1964, Title VI) Lobbying Prohibitions Article National Environmental Policy Act 28 Article National Security Presidential Memorandum-33 (NSPM-33) and provisions of the 29 CHIPS and Science Act of 2022, Pub. L. 117-167, Section 10254 Article Non -Supplanting Requirement 30 Article Notice of Funding Opportunity Requirements 31 Article Patents and Intellectual Property Rights 32 Article Presidential Executive Orders 33 Article Procurement of Recovered Materials 34 Article Rehabilitation Act of 1973 35 Article Reporting Recipient Integrity and Performance Matters 36 Article Reporting Subawards and Executive Compensation 37 Article Required Use of American Iron, Steel, Manufactured Products, and Construction 38 Materials Article SAFECOM 39 Article Subrecipient Monitoring and Management 40 Article System for Award Management and Unique Entity Identifier Requirements 41 Article Termination of a Federal Award 42 Article Terrorist Financing 43 Article Trafficking Victims Protection Act of 2000(TVPA) 44 Article Uniting and Strengthening America by Providing Appropriate Tools Required to 45 Intercept and Obstruct Terrorism (USA PATRIOT) Act of 2001, Pub. L.107-56 Article Use of DHS Seal, Logo and Flags 46 Article Whistleblower Protection Act 47 Article Environmental Planning and Historic Preservation (EHP) Review 48 Article Applicability of DHS Standard Terms and Conditions to Tribal Nations 49 Article Acceptance of Post Award Changes 50 Article Disposition of Equipment Acquired Under the Federal Award 51 Article Prior Approval for Modification of Approved Budget 52 Article Indirect Cost Rate 53 Article Build America, Buy America Act (BABAA) Required Contract Provision & Self- 54 Certification Article Award Performance Goals 55 Article Termination of the Federal Award (Updated) 56 Article Payment Information (Updated) 57 Article Non -Applicability of Specific Agreement Articles 58 Article Non -Applicability of Specific Agreement Articles 59 Article 1 Assurance, Administrative Requirements, Cost Principles, Representations, and Certifications i. Recipients must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances - Non- Construction Programs, or OMB Standard Form 424D Assurances - Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances, as instructed. Article 2 General Acknowledgements and Assurances Recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in effect as of the federal award date and located in Title 2, Code of Federal Regulations, Part 200 and adopted by DHS at 2 C.F.R. § 3002.10. All recipients and subrecipients must acknowledge and agree to provide DHS access to records, accounts, documents, information, facilities, and staff pursuant to 2 C.F.R. § 200.337. I. Recipients must cooperate with any DHS compliance reviews or compliance investigations. II. Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information related to the federal award and permit access to facilities and personnel. III. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. IV. Recipients must comply with all other special reporting, data collection, and evaluation requirements required by law, federal regulation, Notice of Funding Opportunity, federal award specific terms and conditions, and/or DHS Component program guidance. Organization costs related to data and evaluation are allowable. The definition of data and evaluation costs is in 2 C.F.R. § 200.455(c), the full text of which is incorporated by reference. V. Recipients must complete DHS Form 3095 within 60 days of receipt of the Notice of Award for the first award under which this term applies. For further instructions and to access the form, please visit: https://www.d h s.gov/civi I -rig htsresources-recipients-d hs-fi n ancial-assistance. Article 3 Acknowledgement of Federal Funding from DHS Recipients must acknowledge their use of federal award funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal award funds. Article 4 Activities Conducted Abroad Recipients must coordinate with appropriate government authorities when performing project activities outside the United States obtain all appropriate licenses, permits, or approvals. Article 5 Age Discrimination Act of 1975 Recipients must comply with the requirements of the Age Discrimination Act of 1975, Pub. L. No. 94-135 (codified as amended at Title 42, U.S. Code § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance. Article 6 Americans with Disabilities Act of 1990 Recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. No. 101-336 (1990) (codified as amended at 42 U.S.C. §§ 12101-12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities. Article 7 Best Practices for Collection and Use of Personally Identifiable Information (1) Recipients who collect personally identifiable information (PII) as part of carrying out the scope of work under a federal award are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PH they collect. (2) Definition. DHS defines "PII" as any information that permits the identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively. Article 8 CHIPS and Science Act of 2022, Public Law 117-167 CHIPS (1) Recipients of DHS research and development (R&D) awards must report to the DHS Component research program office any finding or determination of sex based and sexual harassment and/or an administrative or disciplinary action taken against principal investigators or co -investigators to be completed by an authorized organizational representative (AOR) at the recipient institution. (2) Notification. An AOR must disclose the following information to agencies within 10 days of the date/the finding is made, or 10 days from when a recipient imposes an administrative action on the reported individual, whichever is sooner. Reports should include: (a) Award number, (b) Name of PI or Co -PI being reported, (c) Awardee name, (d) Awardee address, (e) AOR name, title, phone, and email address, (f) Indication of the report type: (i) Finding or determination has been made that the reported individual violated awardee policies or codes of conduct, statutes, or regulations related to sexual harassment, sexual assault, or other forms of harassment, including the date that the finding was made. (ii) Imposition of an administrative or disciplinary action by the recipient on the reporting individual related to a finding/determination or an investigation of an alleged violation of recipient policy or codes of conduct, statutes, or regulations, or other forms of harassment. (iii) The date and nature of the administrative/disciplinary action, including a basic explanation or description of the event, which should not disclose personally identifiable information regarding any complaints or individuals involved. Any description provided must be consistent with the Family Educational Rights in Privacy Act. (3) Definitions. (a) An "authorized organizational representative (AOR)" is an administrative official who, on behalf of the proposing institution, is empowered to make certifications and representations and can commit the institution to the conduct of a project that an agency is being asked to support as well as adhere to various agency policies and award requirements. (b) "Principal investigators and co -principal investigators" are award personnel supported by a grant, cooperative agreement, or contract under Federal law. (c) A "reported individual" refers to recipient personnel who have been reported to a federal agency for potential sexual harassment violations. (d) "Sex based harassment" means a form of sex discrimination and includes harassment based on sex, sex stereotypes, sex characteristics, pregnancy or related conditions, sexual orientation, and gender identity. (e) "Sexual harassment" means unwelcome sexual advances, requests for sexual favors, and other verbal or physical conduct of a sexual nature when this conduct explicitly or implicitly affects an individual's employment, unreasonably interferes with an individual's work performance, or creates an intimidating, hostile, or offensive work environment, whether such activity is carried out by a supervisor or by a co-worker, volunteer, or contractor. Article 9 Civil Rights Act of 1964—Title VI Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964, Pub. L. No. 88-352 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21. Recipients of a federal award from the Federal Emergency Management Agency (FEMA) must also comply with FEMA's implementing regulations at 44 C.F.R. Part 7. Article 10 Civil Rights Act of 1968 Recipients must comply with Title Vill of the Civil Rights Act of 1968, Pub. L. No. 90284 (codified as amended at 42 U.S.C. § 3601 et seq.) which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection. therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex, as implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units— i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground -floor units in buildings without elevators) —be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D.) Article 11 Communication and Cooperation with the Department of Homeland Security and Immigration Officials (1) All recipients and other recipients of funds under this award must agree that they will comply with the following requirements related to coordination and cooperation with the Department of Homeland Security and immigration officials: (a) They must comply with the requirements of 8 U.S.C. §§ 1373 and 1644. These statutes prohibit restrictions on information sharing by state and local government entities with DHS regarding the citizenship or immigration status, lawful or unlawful, of any individual. Additionally, 8 U.S.C. § 1373 prohibits any person or agency from prohibiting, or in any way restricting, a Federal, State, or local government entity from doing any of the following with respect to information regarding the immigration status of any individual: 1) sending such information to, or requesting or receiving such information from, Federal immigration officials; 2) maintaining such information; or 3) exchanging such information with any other Federal, State, or local government entity; (b) They must comply with other relevant laws related to immigration, including prohibitions on encouraging or inducing an alien to come to, enter, or reside in the United States in violation of law, 8 U.S.C. § 1324(a)(1)(A)(iv), prohibitions on transporting or moving illegal aliens, 8 U.S.C. § 1324(a)(1)(A)(ii), prohibitions on harboring, concealing, or shielding from detection illegal aliens, 8 U.S.C. § 1324(a)(1)(A)(iii), and any applicable conspiracy, aiding or abetting, or attempt liability regarding these statutes; (c) That they will honor requests for cooperation, such as participation in joint operations, sharing of information, or requests for short term detention of an alien pursuant to a valid detainer. A jurisdiction does not fail to comply with this requirement merely because it lacks the necessary resources to assist in a particular instance; (d) That they will provide access to detainees, such as when an immigration officer seeks to interview a person who might be a removable alien; and (a) That they will not leak or otherwise publicize the existence of an immigration enforcement operation. (2) The recipient must certify under penalty of perjury pursuant to 28 U.S.C. § 1746 and using a form that is acceptable to DHS, that it will comply with the requirements of this term. Additionally, the recipient agrees that it will require any subrecipients or contractors to certify in the same manner that they will comply with this term prior to providing them with any funding under this award. (3) The recipient agrees that compliance with this term is material to the Government's decision to make or continue with this award and that the Department of homeland Security may terminate this grant, or take any other allowable enforcement action, if the recipient fails to comply with this term. Article 12 Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 to any work first produced under federal awards and also include an acknowledgement that the work was produced under a federal award (including the federal award number and federal awarding agency). As detailed in 2 C.F.R. § 200.315, a federal awarding agency reserves a royalty -free, nonexclusive, and irrevocable right to reproduce, publish, or otherwise use the work for federal purposes and to authorize others to do so. Article 13 Debarment and Suspension Recipients must comply with the non -procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689 set forth at 2 C.F.R. Part 180 as implemented by DHS at 2 C.F.R. Part 3000. These regulations prohibit recipients from entering into covered transactions (such as subawards and contracts) with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities. Article 14 Drug -Free Workplace Regulations Recipients must comply with drug -free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the Government- wide implementation (2 C.F.R. Part 182) of the Drug -Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106). Article 15 Duplicative Costs Recipients are prohibited from charging any cost to this federal award that will be included as a cost or used to meet cost sharing requirements of any other federal award in either the current or a prior budget period. See 2 C.F.R. § 200.403(f). However, recipients may shift costs that are allowable under two or more federal awards where otherwise permitted by federal statutes, regulations, or the federal award terms and conditions. Article 16 Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. No. 92-318 (codified as amended at 20 U.S.C. § 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 G.F.R. Part 17. Recipients of a federal award from the Federal Emergency Management Agency (FEMA) must also comply with FEMA's implementing regulations at 44 C.F.R. Part 19. Article 17 Energy Policy and Conservation Act Recipients must comply with the requirements of the Energy Policy and Conservation Act, Pub. L. No. 94-163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act. Article 18 Equal Treatment of Faith -Based Organizations It is DHS policy to ensure the equal treatment of faith -based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C.F.R. Part 19 and other applicable statutes, regulations, and guidance governing the participations of faith -based organizations in individual DHS programs. Article 19 Anti -Discrimination Recipients must comply with all applicable Federal anti -discrimination laws material to the government's payment decisions for purposes of 31 U.S.C. § 372(b)(4). (1) Definitions. As used in this clause - (a) DEI means "diversity, equity, and inclusion." (b) DEIA means "diversity, equity, inclusion, and accessibility." (c) Discriminatory equity ideology has the meaning set forth in Section 2(b) of Executive Order 14190 of January 29, 2025. (d) Federal anti -discrimination laws mean Federal civil rights law that protect individual Americans from discrimination on the basis of race, color, sex, religion, and national origin. (e) Illegal immigrant means any alien, as defined in 8 U.S.C. § 1101(a)(3), who has no lawful immigration status in the United States.(2) Grant award certification. (a) By accepting the grant award, recipients are certifying that: (i) They do not, and will not during the term of this financial assistance award, operate any programs that advance or promote DEI, DEIA, or discriminatory equity ideology in violation of Federal anti -discrimination laws; and (ii) They do not engage in and will not during the term of this award engage in, a discriminatory prohibited boycott. (iii) They do not, and will not during the term of this award, operate any program that benefits illegal immigrants or incentivizes illegal immigration. (3) DHS reserves the right to suspend payments in whole or in part and/or terminate financial assistance awards if the Secretary of Homeland Security or her designee determines that the recipient has violated any provision of subsection (2). (4) Upon suspension or termination under subsection (3), all funds received by the recipient shall be deemed to be in excess of the amount that the recipient is determined to be entitled to under the Federal award for purposes of 2 C.F.R. § 200.346. As such, all amounts received will constitute a debt to the Federal Government that may be pursued to the maximum extent permitted by law. Article 20 False Claims Act and Program Fraud Civil Remedies Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. §§ 3729- 3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made.) Article 21 Federal Debt Status All recipients are required to be non -delinquent in their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. See OMB Circular A-129. Article 22 Federal Leadership on Reducing Text Messaging while Driving Recipients are encouraged to adopt and enforce policies that ban text messaging while driving recipient -owned, recipient -rented, or privately owned vehicles when on official government business or when performing any work for or on behalf of the Federal Government. Recipients are also encouraged to conduct the initiatives of the type described in Section 3(a) of Executive Order 13513. Article 23 Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air Carriers (a list of certified air carriers can be found at: Certificated Air Carriers List I US Department of Transportation, https://www.transportation.gov/policy/aviation-policy/certificated- aircarriers-list)for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. § 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. Article 24 Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference, meeting, convention, or training space funded entirely or in part by federal award funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C.§ 2225a. Article 25 John S. McCain National Defense Authorization Act of Fiscal Year 2019 Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§ 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. The statute - as it applies to DHS recipients, subrecipients, and their contractors and subcontractors - prohibits obligating or expending federal award funds on certain telecommunications and video surveillance products and contracting with certain entities for national security reasons. Article 26 Limited English Proficiency (Civil Rights Act of 1964, Title VI) Recipients must comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d at seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: https://www.dhs.gov/guidance-published-help- department-supported- organizationsprovide-meaningful-access-people-limited and additional resources on http://www.lep.gov. Article 27 Lobbying Prohibitions Recipients must comply with 31 U.S.C. § 1352 and 6 C.F.R. Part 9, which provide that none of the funds provided under a federal award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification. Per 6 C.F.R. Part 9, recipients must file a lobbying certification form as described in Appendix A to 6 C.F.R. Part 9 or available on Grants.gov as the Grants.gov Lobbying Form and file a lobbying disclosure form as described in Appendix B to 6 C.F.R. Part 9 or available on Grants.gov as the Disclosure of Lobbying Activities (SF-LLL). Article 28 National Environmental Policy Act Recipients must comply with the requirements of the National Environmental Policy Act of 1969, Pub. L. No. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321 at seq.) (NEPA) and the Council on Environmental Quality (CEO) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans. Article 29 National Security Presidential Memorandum-33 (NSPM-33) and provisions of the CHIPS and Science Act of 2022, Pub. L.117-167, Section 10254 (1) Recipient research institutions ('covered institutions") must comply with the requirements in NSPM-33 and provisions of Pub. L.117-167, Section 10254 (codified at 42 U.S.C. § 18951) certifying that the institution has established and operates a research security program that includes elements relating to: (a) cybersecurity; (b) foreign travel security; (c) research security training; and (d) export control training, as appropriate. (2) Definition. "Covered institutions" means recipient research institutions receiving federal Research and Development (R&D) science and engineering support "in excess of $50 million per year." Article 30 Non -Supplanting Requirement Recipients of federal awards under programs that prohibit supplanting by law must ensure that federal funds supplement but do not supplant non-federal funds that, in the absence of such federal funds, would otherwise have been made available for the same purpose. Article 31 Notice of Funding Opportunity Requirements All the instructions, guidance, limitations, scope of work, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this federal award are incorporated by reference. All recipients must comply with any such requirements set forth in the NOFO. If a condition of the NOFO is inconsistent with these terms and conditions and any such terms of the federal award, the condition in the NOFO shall be invalid to the extent of the inconsistency. The remainder of that condition and all other conditions set forth in the NOFO shall remain in effect. Article 32 Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq. and applicable regulations governing inventions and patents, including the regulations issued by the Department of Commerce at 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms under Government Awards, Contracts, and Cooperative Agreements) and the standard patent rights clause set forth at 37 C.F.R. § 401.14. Article 33 Presidential Executive Orders Recipients must comply with the requirements of Presidential Executive Orders related to grants (also known as federal assistance and financial assistance), the full text of which are incorporated by reference. Article 34 Procurement of Recovered Materials States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962) and 2 C.F.R. § 200.323. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. Article 35 Rehabilitation Act of 1973 Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. No. 93-112 (codified as amended at 29 U.S.C. § 794), which provides that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. Article 36 Reporting Recipient Integrity and Performance Matters If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of the federal award, then the recipient must comply with the requirements set forth in the government -wide federal award term and condition for Recipient Integrity and Performance Matters is in 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated by reference. Article 37 Reporting Subawards and Executive Compensation For federal awards that total or exceed $30,000, recipients are required to comply with the requirements set forth in the government -wide federal award term and condition on Reporting Subawards and Executive Compensation set forth at 2 C.F.R. Part 170, Appendix A, the full text of which is incorporated by reference. Article 38 Required Use of American Iron, Steel, Manufactured Products, and Construction Materials (1) Recipients of a federal award from a financial assistance program that provides funding for infrastructure are hereby notified that none of the funds provided under this federal award may be used for a project for infrastructure unless: (a) all iron and steel used in the project are produced in the United States —this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; (b) all manufactured products used in the project are produced in the United States —this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and (c) all construction materials are manufactured in the United States —this means that all manufacturing processes for the construction material occurred in the United States. (2) The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. (3) Waivers When necessary, recipients may apply for, and the agency may grant, a waiver from these requirements. The agency should notify the recipient for information on the process for requesting a waiver from these requirements. (a) When the Federal agency has determined that one of the following exceptions applies, the federal awarding official may waive the application of the domestic content procurement preference in any case in which the agency determines that: (i) applying the domestic content procurement preference would be inconsistent with the public interest; (ii) the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or (iii) the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent. (b) A request to waive the application of the domestic content procurement preference must be in writing. The agency will provide instructions on the format, contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than 15 days and must be reviewed by the Made in America Office. (c) There may be instances where a federal award qualifies, in whole or in part, for an existing waiver described at 'Buy America' Preference in FEMA Financial Assistance Programs for Infrastructure I FEMA.gov. (4) Definitions. The definitions applicable to this term are set forth at 2 C.F.R. § 184.3, the full text of which is incorporated by reference. Article 39 SAFECOM Recipients receiving federal awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications. The SAFECOM Guidance is updated annually and can be found at Funding and Sustainment I CISA. Article 40 Subrecipient Monitoring and Management Pass -through entities must comply with the requirements for subrecipient monitoring and management as set forth in 2 C.F.R. §§ 200.331-333. Article 41 System for Award Management and Unique Entity Identifier Requirements Recipients are required to comply with the requirements set forth in the governmentwide federal award term and condition regarding the System for Award Management and Unique Entity Identifier Requirements in 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated reference. Article 42 Termination of a Federal Award (1) By DHS. DHS may terminate a federal award, in whole or in part, for the following reasons: (a) If the recipient fails to comply with the terms and conditions of the federal award; (b) With the consent of the recipient, in which case the parties must agree upon the termination conditions, including the effective date, and in the case of partial termination, the portion to be terminated; or (c) Pursuant to the terms and conditions of the federal award, including, to the extent authorized by law, if the federal award no longer effectuates the program goals or agency priorities. (3) By the Recipient. The recipient may terminate the federal award, in whole or in part, by sending written notification to DHS stating the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. However, if DHS determines that the remaining portion of the federal award will not accomplish the purposes for which the federal award was made, DHS may terminate the federal award in its entirety. (4) Notice. Either party will provide written notice of intent to terminate for any reason to the other party no less than 30 calendar days prior to the effective date of the termination. (5) Compliance with Closeout Requirements for Terminated Awards. The recipient must continue to comply with closeout requirements in 2 C.F.R. §§ 200.344200.345 after an award is terminated. Article 43 Terrorist Financing Recipients must comply with Executive Order 13224 and applicable statutory prohibitions on transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible for ensuring compliance with the Executive Order and laws. Article 44 Trafficking Victims Protection Act of 2000(TVPA) Recipients must comply with the requirements of the government -wide federal award term and condition which implements Trafficking Victims Protection Act of 2000, Pub. L. No. 106-386, § 106 (codified as amended at 22 U.S.C. § 7104). The federal award term and condition is in 2 C.F.R. § 175.105, the full text of which is incorporated by reference. Article 45 Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism (USA PATRIOT) Act of 2001, Pub. L.107-56 Recipients must comply with the requirements of Pub. L. 107-56, Section 817 of the USA PATRIOT Act, which amends 18 U.S.C. §§ 175-175c. Article 46 Use of DHS Seal, Logo and Flags Recipients must obtain written permission from DHS prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. Article 47 Whistleblower Protection Act Recipients must comply with the statutory requirements for Whistleblower protections in 10 U.S.0 § 470141 U.S.C. § 4712. Article 48 Environmental Planning and Historic Preservation (EHP) Review DHS/FEMA funded activities that could have an impact on the environment are subject to the FEMA EHP review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires the recipient to comply with all federal, state, and local laws. DHS/FEMA is required to consider the potential impacts to natural and cultural resources of all projects funded by DHS/FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act; Endangered Species Act; National Historic Preservation Act of 1966, as amended; Clean Water Act; Clean Air Act; National Flood Insurance Program regulations; and any other applicable laws, regulations and executive orders. General guidance for FEMA's EHP process is available on the DHS/FEMA Website. Specific applicant guidance on how to submit information for EHP review depends on the individual grant program. Applicants should contact their grant Program Officer to be put into contact with EHP staff responsible for assisting their specific grant program. The FEMA EHP review process must be completed before funds are released to carry out the proposed project, otherwise, DHS/FEMA may not be able to fund the project due to noncompliance with EHP laws, executive orders, regulations, and policies. DHS/FEMA may also need to perform a project closeout review to ensure the applicant complied with all required EHP conditions identified in the initial review. If ground disturbing activities occur during construction, the applicant will monitor the ground disturbance, and if any potential archaeological resources are discovered, the applicant will immediately cease work in that area and notify the pass -through entity, if applicable, and DHS/FEMA. EO 11988, Floodplain Management, and EO 11990, Protection of Wetlands, require that all federal actions in or affecting the floodplain or wetlands be reviewed for opportunities to relocate, and be evaluated for social, economic, historical, environmental, legal, and safety considerations. FEMA's regulations at 44 C.F.R. Part 9 implement the EOs and require an eight -step review process if a proposed action is in a floodplain or wetland or has the potential to affect or be affected by a floodplain or wetland. The regulation also requires that the federal agency provide public notice of the proposed action at the earliest possible time to provide the opportunity for public involvement in the decision -making process (44 C.F.R. § 9.8). Where there is no opportunity to relocate the federal action, FEMA is required to undertake a detailed review to determine what measures can be taken to minimize future damages to the floodplain or wetland. Article 49 Applicability of DHS Standard Terms and Conditions to Tribal Nations The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down to sub -recipients as a matter of law, regulation, or executive order. If the requirement does not apply to Tribal Nations, or there is a federal law or regulation exempting its application to Tribal Nations, then the acceptance by Tribal Nations, or acquiescence to DHS Standard Terms and Conditions does not change or alter its inapplicability to a Tribal Nation. The execution of grant documents is not intended to change, alter, amend, or impose additional liability or responsibility upon the Tribal Nations where it does not already exist. Article 50 Acceptance of Post Award Changes In the event FEMA determines that an error in the award package has been made, or if an administrative change must be made to the award package, recipients will be notified of the change in writing. Once the notification has been made, any subsequent requests for funds will indicate recipient acceptance of the changes to the award. Please email FEMA Grant Management Operations at: ASK- GMD@fema.dhs.gov for any questions. Article 51 Disposition of Equipment Acquired Under the Federal Award When original or replacement equipment acquired under this award is no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, the non -state recipient or subrecipient (including subrecipients of a State or Tribal Nation), must request instructions from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R. section 200.313(e). State recipients must follow the disposition requirements in accordance with State laws and procedures. 2 C.F.R. section 200.313(b). Tribal Nations must follow the disposition requirements in accordance with Tribal laws and procedures noted in 2 C.F.R. section 200.313(b); and if such laws and procedures do not exist, then Tribal Nations must follow the disposition instructions in 2 C.F.R. section 200.313(e). Article 52 Prior Approval for Modification of Approved Budget Before making any change to the FEMA approved budget for this award, a written request must be submitted and approved by FEMA as required by 2 C,F.R. section 200.308. For purposes of non -construction projects, FEMA is utilizing its discretion to impose an additional restriction under 2 C.F.R. section 200.308(i) regarding the transfer of funds among direct cost categories, programs, functions, or activities. For awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently $250,000) and where the cumulative amount of such transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last approved, transferring funds among direct cost categories, programs, functions, or activities is unallowable without prior written approval from FEMA. For purposes of awards that support both construction and non -construction work, 2 C.F.R. section 200.308((f)(9) requires the recipient to obtain prior written approval from FEMA before making any fund or budget transfers between the two types of work. Any deviations from a FEMA approved budget must be reported in the first Federal Financial Report (SF-425) that is submitted following any budget deviation, regardless of whether the budget deviation requires prior written approval. Article 53 Indirect Cost Rate 2 C.F.R. section 200.211(b)(16) requires the terms of the award to include the indirect cost rate for the federal award. If applicable, the indirect cost rate for the award is stated in the budget documents or other materials approved by FEMA and included in the award file. Article 54 Build America, Buy America Act (BABAA) Required Contract Provision & Self -Certification In addition to the DHS Standard Terms & Conditions regarding Required Use of American Iron, Steel, Manufactured Products, and Construction Materials, recipients and subrecipients of FEMA financial assistance for programs that are subject to BABAA must include a Buy America preference contract provision as noted in 2 C.F.R. section 184.4 and a self -certification as required by the FEMA Buy America Preference in FEMA Financial Assistance Programs for Infrastructure (FEMA Interim Policy #207-22-0001). This requirement applies to all subawards, contracts, and purchase orders for work performed, or products supplied under the FEMA award subject to BABAA. Article 55 Award Performance Goals FEMA will measure the recipient's performance of the grant by comparing the firefighter hiring activities of new, additional firefighters, rehire laid off firefighters, or retain firefighters facing layoff OR recruitment and retention activities of volunteer firefighters who are involved with or trained in the operations of firefighting and emergency response as requested in its application. In order to measure performance, FEMA may request information throughout the period of performance. In its final performance report submitted at closeout, the recipient is required to report on the recipients increased compliance with the National standards described in the NOFO. Article 56 Termination of the Federal Award (Updated) 1. Paragraph C.XL of the FY 2025 DHS Standard Terms and Conditions, v.3 sets forth a term and condition entitled 'Termination of a Federal Award." The termination provision condition listed below applies to the grant award and the term and condition in Paragraph C.XL of the FY 2025 DHS Standard Terms and Conditions, v.3 does not. 2. Termination of the Federal Award by FEMA FEMA may terminate the federal award in whole or in part for one of the following reasons identified in 2 C.F.R. § 200.340: a. If the recipient or subrecipient fails to comply with the terms and conditions of the federal award. b. With the consent of the recipient, in which case FEMA and the recipient must agree upon the termination conditions. These conditions include the effective date and, in the case of partial termination, the portion to be terminated. c. If the federal award no longer effectuates the program goals or agency priorities. Under this provision, FEMA may terminate the award for these purposes if any of the following reasons apply: i. If DHS/FEMA, in its sole discretion, determines that a specific award objective is ineffective at achieving program goals as described in this NOFO; ii. If DHS/FEMA, in its sole discretion, determines that an objective of the award as described in this NOFO will be ineffective at achieving program goals or agency priorities; iii. If DHS/FEMA, in its sole discretion, determines that the design of the grant program is flawed relative to program goals or agency priorities; iv. If DHS/FEMA, in its sole discretion, determines that the grant program is not aligned to either the DHS Strategic Plan, the FEMA Strategic Plan, or successor policies or documents; v. If DHS/FEMA, in its sole discretion, changes or re-evaluates the goals or priorities of the grant program and determines that the award will be ineffective at achieving the updated program goals or agency priorities; or vi. For other reasons based on program goals or agency priorities described in the termination notice provided to the recipient pursuant to 2 C.F.R. § 200.341. vii. If the awardee falls out of compliance with the Agency's statutory or regulatory authority, award terms and conditions, or other applicable laws. 3. Termination of a Subaward by the Pass -Through Entity The pass -through entity may terminate a subaward in whole or in part for one of the following reasons identified in 2 C.F.R. § 200.340: a. If the subrecipient fails to comply with the terms and conditions of the federal award b. With the consent of the subrecipient, in which case the pass -through entity and the subrecipient must agree upon the termination conditions. These conditions include the effective date and, in the case of partial termination, the portion to be terminated. c. If the pass -through entity's award has been terminated, the pass -through recipient will terminate its subawards. 4. Termination by the Recipient or Subrecipient The recipient or subrecipient may terminate the federal award in whole or in part for the following reasons identified in 2 C.F.R. § 200.340: Upon sending FEMA or the pass -through entity a written notification of the reasons for such termination, the effective date, and, in the case of partial termination, the portion to be terminated. However, if FEMA or the pass -through entity determines that the remaining portion of the federal award will not accomplish the purposes for which the federal award was made, FEMA or the pass -through entity may terminate the federal award in its entirety. 5. Impacts of Termination a. When FEMA terminates the federal award prior to the end of the period of performance due to the recipient's material failure to comply with the terms and conditions of the federal award, FEMA will report the termination in SAM.gov in the manner described at 2 C.F.R. § 200.340(c). b. When the federal award is terminated in part or its entirety, FEMA or the pass - through entity and the recipient or subrecipient remain responsible for compliance with the requirements in 2 C.F.R. §§ 200.344 and 200.345. 6. Notification Requirements FEMA or the pass -through entity must provide written notice of the termination in a manner consistent with 2 C.F.R. § 200.341. The federal award will be terminated on the date of the notification unless stated otherwise in the notification. 7.Opportunities to Object and Appeals Where applicable, when FEMA terminates the federal award, the written notification of termination will provide the opportunity, and describe the process, to object and provide information challenging the action, pursuant to 2 C.F.R. § 200.342. 8. Effects of Suspension and Termination The allowability of costs to the recipient or subrecipient resulting from financial obligations incurred by the recipient or subrecipient during a suspension or after the termination of a federal award are subject to 2 C.F.R. § 200.343. Article 57 Payment Information (Updated) Recipients will submit payment requests in FEMA GO for FY25 awards under this program. Instructions to Grant Recipients Pursuing Payments FEMA reviews all grant payments and obligations to ensure allowability in accordance with 2 C.F.R. § 200.305. These measures ensure funds are disbursed appropriately while continuing to support and prioritize communities who rely on FEMA for assistance. Once a recipient submits a payment request in FEMA GO, FEMA will review the request. If FEMA approves a payment, it will process the payment through FEMA GO and the payment will be delivered pursuant to the recipients SAM.gov financial information. If FEMA disapproves a payment, FEMA will inform the recipient. Processing and Payment Timeline FEMA must comply with regulations governing payments to grant recipients. See 2 C.F.R. § 200.305. For grant recipients other than States, 2 C.F.R. § 200.305(b)(3) stipulates that FEMA is to make payments on a reimbursement basis within 30 days after receipt of the payment request, unless FEMA reasonably believes the request to be improper. For state recipients, 2 C.F.R. § 200.305(a) instructs that federal grant payments are governed by Treasury -State Cash Management Improvement Act (CM [A) agreements ("Treasury -State agreement") and default procedures codified at 31 C.F.R. part 205 and Treasury Financial Manual (TFM) 4A-2000, "Overall Disbursing Rules for All Federal Agencies." See 2 C.F.R. § 200.305(a). Treasury -State agreements generally apply to "major federal assistance programs" that are governed by 31 C.F.R. part 205, subpart A and are identified in the Treasury -State agreement. 31 C.F.R. §§ 205.2, 205.6. Where a federal assistance (grant) program is not governed by subpart A, payment and funds transfers from FEMA to the state are subject to 31 C.F.R. part 205, subpart B. Subpart B requires FEMA to "limit a funds transfer to a state to the minimum amounts needed by the state and must time the disbursement to be in accord with the actual, immediate cash requirements of the state in carrying out a federal assistance program or project. The timing and amount of funds transfers must be as close as is administratively feasible to a state's actual cash outlay for direct program costs and the proportionate share of any allowable indirect costs." 31 C.F.R. § 205.33(a). Nearly all FEMA grants are not "major federal assistance programs." As a result, payments to states for those grants are subject to the "default" rules of 31 C.F.R. part 205, subpart B. If additional information is needed, a request for information will be issued by FEMA to the recipient; recipients are strongly encouraged to respond to any additional FEMA request for information inquiries within three business days. If an adequate response is not received, the request may be denied, and the entity may need to submit a new reimbursement request; this will re -start the 30-day timeline. Submission Process All non -disaster grant program reimbursement requests must be reviewed and approved by FEMA prior to drawdowns. For all non -disaster reimbursement requests (regardless of system), please ensure submittal of the following information: 1. Grant ID / Award Number 2. Total amount requested for drawdown 3. Purpose of drawdown and timeframe covered (must be within the award performance period) 4. Subrecipient Funding Details (if applicable). • Is funding provided directly or indirectly to a subrecipient? • If no, include statement "This grant funding is not being directed to a subrecipient." • If yes, provide the following details: • The name, mission statement, and purpose of each subrecipient receiving funds, along with the amount allocated and the specific role or activity being reimbursed. • Whether the subrecipient's work or mission involves supporting aliens, regardless of whether FEMA funds support such activities. • Whether the payment request includes an activity involving support to aliens? • Whether the subrecipient has any diversity, equity, and inclusion practices. 5. Supporting documentation to demonstrate that expenses are allowable, allocable, reasonable, and necessary under 2 C.F.R. Part 200 and in compliance with the grant's NOFO, award terms, and applicable federal regulations. Article 58 Non -Applicability of Specific Agreement Articles Notwithstanding their inclusion in this award package, the following Agreement Articles do not apply to this grant award: 1. Communication and Cooperation with the Department of Homeland Security and Immigration Officials. 2. Paragraph (2)(a)(iii) of Anti -Discrimination. Article 59 Non -Applicability of Specific Agreement Articles Notwithstanding their inclusion in this award package, the following Agreement Article does not apply to this grant award: Termination of a Federal Award The intent of this provision is to clarify that Paragraph CYL (Termination of a Federal Award) of the FY 2025 DHS Standard Terms and Conditions does not apply to this award. Instead, the Agreement Article titled "Termination of the Federal Award", or "Termination of the Federal Award (Updated)" applies to this grant award. Obligating document 1. Agreement No. 2. Amendment 3. Recipient 4. Type of 5. Control No. EMW-2024-FF- No. No. Action WX02142N2025T 00158 N/A 736069613 AWARD 6. Recipient Name and 7. Issuing FEMA Office and 8. Payment Office and Address Address Address OWASSO, CITY OF Grant Programs Directorate FEMA, Financial Services 11933 E 116TH ST N 500 C Street, S.W. Branch COLLINSVILLE, OK 74021 Washington DC, 20528-7000 500 C Street, S.W., Room 1-866-927-5646 723 Washington DC, 20742 9. Name of 9a. Phone 10. Name of FEMA Project 10a. Recipient Project No. Coordinator Phone Officer 9182320850 Staffing for Adequate Fire and No. Arami Goldstein Emergency Response (SAFER) Grant 1-866- Program 274-0960 11. Effective Date of 12. Method of 13. Assistance 14. Performance This Action Payment Arrangement Period 03/23/2026 to 09/24/2025 OTHER-FEMA COST SHARING 03/22/2029 GO Budget Period 03/23/2026 to 03/22/2029 15. Description of Action a. (Indicate funding data for awards or financial changes) Program Accounting Prior Amount Cumulative Name Assistance Data Total Awarded Current Total Non -Federal Abbreviation Listing No. (ACCS Award This Action + Award Commitment; Code) or (-) 2025-FF- FF 97.083 P41O-xxxx- 41 $0.00 $1,828,416.91 $1,828,416.91 $1,136,583.50: 4101-D Totals$0.00 $1,828,416.91 $1,828,416.91 $1,136,583.50', b. To describe changes other than funding data or financial changes, attach schedule and check here: N/A 16FOR NON DISASTER PROGRAM& RECIPIENT IS REQUIRED TO QIGN ALAI RETURN THREE GOPIES OF THIS DOGUMENT TO FEMA (3) (See B'oel(7 for This address) s not applicable for digitally signed grant agreements 17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) DATE 18. FEMA SIGNATORY OFFICIAL (Name and Title) DATE Stacey Street, Deputy Assistant Administrator Grants Program Directorate 09/24/2025 0_..� So TO: The Honorable Mayor and City Council FROM: Roger Stevens, Senior Director SUBJECT: 2026 Street Rehabilitation Program Proposed Project Listing DATE: October 16, 2025 BACKGROUND: Annually, street rehabilitation sites are evaluated and selected based on a comprehensive assessment of roadway conditions. The selection process is aimed at maximizing the taxpayer's return on investment by increasing roadway lifecycles and minimizing future maintenance costs while enhancing overall roadway driving conditions and public safety. PRIORITY STREET REPAIRS/MAINTENANCE IDENTIFIED: In August 2025, Public Works staff completed an update to the City's Street inventory. The data collected for the model was adjusted to reflect changes in segment conditions, and a new priority listing was generated. The estimated cost for the base project is $2,504,000.00 (Rehabilitation Projects) and $370,000.00 (Maintenance Projects) for a total of $2,874,000.00. In addition, staff has included alternate rehabilitation projects in the estimated amount of $546,000.00 and four (4) maintenance projects in the amount of $312,000.00 to maximize the funds in the event the base bid is less than estimated. PROJECT FUNDING: The Capital Improvements Fund (CIP) currently has $1,228,852.00 available. In addition, the Half - Penny Sales Tax Fund has $850,000.00 allocated for this fiscal year's street repair program. Lastly, the Transportation Tax Fund has $1,000,000.00 programmed for the 2026 Street Rehabilitation Project. As a result, total funding available for the 2026 Street Rehabilitation Program is $3,000,000.00. RECOMMENDATION: Staff recommends approval of the following 2026 Street Rehabilitation Program priority sites: Base Bid Projects - • North 141st East Avenue, from East 86th Street North to Camelot East 80th Street North, from North 122nd East Avenue to North 129th East Avenue West Broadway, from Atlanta to Main Street • West Service Road, from East 761h Street North to Worley's Nursery • Champions East - Rejuvenation with HA5 • Champions West - Rejuvenation with HA5 • Mingo Crossing - Rejuvenation with HA5 • Carrington II - Rejuvenation with HA5 • Bailey Medical Drive - Rejuvenation with HA5 Three Lakes Loop— Rejuvenation with HA5____ Page 2 2026 Street Rehabilitation Alternate Projects - North 120th East Avenue, from East 76fh Street North to North 80th Street North Broadway, from Main to Birch Streets Elm Creek, South/Elm Creek Pond - Rejuvenation with HA5 Double Oaks, N/Elm Creek Pond - Rejuvenation with HA5 Elm Creek, SW Mills Elementary - Rejuvenation with HAS Lake Ridge Area, - Rejuvenation with HA5 ATTACHMENTS: 2026 Project Sites Summary and Cost estimate Location Map 2026 STREET REHABILITATION PROGRAM PROPOSED PROJECT LISTING Location Cost OCI Base Project Rehabilitation Projects N. 141s' East Avenue, E. 86th Street North to Camelot $1,100,000 55 E. 80th Street North, N. 122nd East Ave to N. 129rh East Ave $ 832,000 69 W Broadway, Atlanta to Main St $ 250,000 45 W. Service Road, E. 76th Street North to Worley's Nursery $ 322,000 60 $2,504,000 Preventative Maintenance Projects Champions East - Rejuvenation with HA5 $ 85,000 85 Champions West - Rejuvenation with HA5 $ 65,000 84 Mingo Crossing - Rejuvenation with HAS $ 34,000 92 Carrington II - Rejuvenation with HA5 $ 67,000 84 Bailey Medical Drive - Rejuvenation with HAS $ 56,000 80 Three Lakes Loop - Rejuvenation with HA5 $ 63,000 85 $ 370,000 Base Bid Total Alternates $2,874,000 Rehabilitation Projects N. 1201h East Avenue, E. 76th Street North to N. 80th Street N. $ 305,000 43 Broadway, Main to Birch Streets $ 241,000 55 $ 546,000 Preventative Maintenance Projects Elm Creek, South/Elm Creek Pond - Rejuvenation with HA5 $ 72,000 82 Double Oaks, N/Elm Creek Pond - Rejuvenation with HA5 $ 75,000 90 • Elm Creek, SW Mills Elem - Rejuvenation with HAS $ 64,000 92 Lake Ridae Area, - Rejuvenation with HAS $101,000 92 $312,000 2026 Street Rehabilitation Program Proposed Project Listing V = 4500 ft Location Map �/pEJlrw.n.n�u. n:,..nq This map may rzpresents a visual display of related geographic information. Data provided hereon is not guarantee of actual field conditions. To be sure of complete accuracy, please contact the responsible staff for most up-to-date information. TO: The Honorable Mayor and City Council FROM: Carly Novozinsky, Finance Director SUBJECT: Supplemental Appropriation Carryover Budgets DATE: October 16, 2025 BACKGROUND: Every year, at the June 30th fiscal year end, there are unspent budgets. While appropriations were included in the FY 2025 Budget, the actual expenditure for all or part of open items will occur during FY 2026. Because the FY 2026 Budget was prepared prior to year-end, and before it was known whether funds would be expended or not, the fund balances used to develop the budget were projected as though all non -salary budgets would be expended by year-end. Therefore, approval of carryover non -salary budgets does not reduce the estimated June 30, 2025, fund balances. In order to keep from having purchase orders open for multiple years, past practice of the City is to close prior year purchase orders at the end of September and re -appropriate the funds in the subsequent year, along with authorizing the City to re -issue the purchase orders in the new fiscal year, Since Generally Accepted Accounting Principles (GAAP) do not recognize encumbrances, closing out old encumbrances where goods and services have not been received will enable budgetary financial statements to more closely align with audited GAAP statements. FY 2026 Current Expenditure Requested Revised Fund Expenditure Budget Carryover FY 2026 Expenditure Revenue Budget Carryover General Fund $ 71,126,531.00 $ 2,485,079.35 $ 73,611,610.35 $ 67,294.47 Half -Penny Sales Tax (Fire) 12,631,317.00 286,215.61 12,917,532.61 - Half -Penny SalesTax(Police) 12971,293.00 450,780.70 13,422,073.70 33,220.81 Half -Penny Sales Tax (Streets) 3,049,618.00 1,904,255.94 4,953,873.94 - Ambulance Service 2,488,187.00 354,680.28 2,842867.28 - E-911 1,786,445.00 167,000.00 1,953,445.00 - EmergencySiren 22,700.00 43,609.73 66,309.73 - Hotel Tax 1,397,489.00 5,000.00 1,402,489.00 - StormwaterManagement 2,895,850.00 3,514,860.02 6,410,710.02 - Opioid Settlement 490,000.00 199,066.00 689,066.00 Fleet Maintenance 1,119,057.00 12,174.001 1,131,231.00 - Self Insurance Funds 11,579,854.00 1 24,983.001 11,604,837.00 _ City of Owasso Payroll Payment Report Pay Period Ending 10/04/25 Department Municipal Court Managerial Finance Human Resources Community Development Engineering Information Technology Facility Maintenance Cemetery Police Grants Dispatch Animal Control Stormwater Parks Recreation & Culture Community Center Historical Museum Strong Neighborhoods Total General Fund Total Payroll Expenses $ 11,103.78 43,840.16 33,070.99 21,476.47 40,264.82 38,884.73 38.045.14 20,634.36 2,844.07 330.38 6,068.58 10,858.21 15,078.04 27,092.61 16,383.70 11,622.63 1,117.57 610.46 $ 339,326.70 Ambulance Fund $ 779.03 E911 Communications Fund $ 47,118.99 Economic Development $ 4,401.86 Strong Neighborhoods $ 7,473.35 Stormwater Fund $ 13,030.97 Half Penny - Fire $ 494,257.31 Half Penny - Police $ 419,947.55 Half Penny - Police Grants $ 3,634.49 Half Penny - Streets $ 41,095.93 Vehicle Maintenance $ 25,347.12 Workers Comp $ 2,221.41 CITY OF OWASSO GENERAL FUND & HALF -PENNY SALES TAX FISCAL YEAR 2025-2026 Budgetary Basis Statement of Revenues & Expenditures As of September 30, 2025 MONTH YEAR PERCENT TO -DATE TO -DATE BUDGET OF BUDGET REVENUES: Taxes $ 4,088,686 $ 12,149,816 $ 46,917,743 25.90% Licenses & permits 27,258 64,016 274,697 23.30% Intergovernmental 107,180 292,585 1,190,929 24.57% Charges for services 74,378 214,671 859,721 24,97% Fines & forfeits 31,743 106,796 379,711 28.13% Other 68,892 92,433 127,524 72.48% Interest 69,022 226,031 756,271 29.89% TOTAL REVENUES $ 4,467,158 $ 13,146,348 $ 50,506,596 26.03% EXPENDITURES: Personal services $ (2,444,455) $ (8,392,568) $ (33,996,817) 24,69% Materials & supplies (226,086) (412,480) (1,883,963) 21.89% Other services (601,893) (1,307,397) (5,759,132) 22.70% Capital outlay (546,760) (893,406) (1,469,155) 60.81% TOTAL EXPENDITURES $ (3,819,194) $ (11,005,851) $ (43,109,067) 25.53% REVENUES OVER EXPENDITURES $ 647,964 $ 2,140,4 77 $ 7,397,529 TRANSFERS IN (OUT): Transfers in $ 2,068,298 $ 6,193,795 $ 24,034,272 25.77% Transfers out (3,221,527) (9,649,338) (37,010,002) 26.07%< TOTAL TRANSFERS $ (1,153,229) $ (3,455,543) $ (12,975,730) 26.63% NET INCOME (LOSS) $ (505,265) $ (1,315,046) $ (5,578,201) ENCUMBRANCES OUTSTANDING $ (1,414,998) FUND BALANCE (Budgetary Basis) Beginning Balance 18,215,259 18,215,259 Ending Balance $ 15,485,215 $ 12,637,058 O:\FINANCE\_DATA\Finance (120)\Accounting\Reports\Current FY\GF Financials Robert Singletary Executive Director October 7, 2025 Mr. Roger Stevens, Public Works Director City of Owasso P.O. Box 180 Owasso, Oklahoma 74055-0180 OKLAHOMA Environmental Quality Re: Permit No. SL000072250821 Owasso Parks Maintenance Office Sanitary Sewer Line Extension Facility No. S-21310 Dear Mr. Stevens: Kevin Stitt Governor Enclosed is Permit No. SL000072250821 for the construction of 345 linear feet of eight (8) inch PVC sanitary sewer line and all appurtenances to serve the Owasso Parks Maintenance Office, Tulsa County, Oklahoma. The project authorized by this permit should be constructed in accordance with the plans approved by the Department of Environmental Quality ("DEQ") on October 7, 2025. Any deviations from the approved plans and specifications affecting capacity, flow, or operation of units must be approved, in writing, by DEQ before changes are made. Receipt of this permit should be noted in the minutes of the next regular meeting of the City of Owasso, after which it should be made a matter of permanent record. Approved plans and specifications are available upon request. Respectfully, Qusay Kabariti, P.E. Construction Permit Section Water Quality Division Enclosure 707 N. ROBINSON AVE., PO BOX 1677. OKLAHOMACITY, OK 73101-1677.OFFICE: 405-702-0100 STATE OF OKLAHOMA • OKLAHOMA DEPARTMENT OF ENVIRONMENTAL OUALTTY - DEQ.OK.GOV PERMIT No. SL000072250821 FACILITY No. S-21310 PERMIT TO CONSTRUCT October 7, 2025 Pursuant to O.S. 27A 2-6-304, the City of Owasso is hereby granted this Tier I Permit to construct 345 linear feet of eight (8) inch PVC sanitary sewer line and all appurtenances to serve the Owasso Parks Maintenance Office, located in the SE 1/4 of the NW 1/4 of section 7, T-21-N, R-14-E, Tulsa County, Oklahoma, in accordance with the plans approved October 7, 2025. By acceptance of this permit, the permittee agrees to operate and maintain the facilities in accordance with the Oklahoma Administrative Code ("OAC") 252:606 rules and to comply with Title 59, Section 1101-1116 O.S. and the rules and regulations adopted thereunder regarding the requirements for certified operators. This permit is issued subject to the following provisions and conditions. 1) That the recipient of the permit is responsible for ensuring that the project receives supervision and inspection by competent and qualified personnel. 2) That construction of all phases of the project will be started within one year of the date of approval or the phases not under construction will be resubmitted for approval as a new project. 3) That no significant information necessary for a proper evaluation of the project has been omitted and no invalid information has been presented in applying for the permit. 4) That wherever water and sewer lines are constructed with spacing of 10 feet or less, sanitary protection will be provided in accordance with OAC 252:656-5-4(c)(3). 5) That tests will be conducted as necessary to ensure that the construction of the sewer lines will prevent excessive infiltration and that the leakage will not exceed 10 gallons per inch of pipe diameter per mile per day. 6) That the Oklahoma Department of Environmental Quality ("DEQ") shall be kept informed of occurrences which may affect the eventual performance of the works or that will unduly delay the progress of the project. 7) That the permittee will take steps to assure that the connection of house services to the sewers is done in such a manner that the functioning of the sewers will not be impaired and that earth and ground water will be excluded from the sewers when the connection is completed. 8) That any deviations from approved plans or specifications affecting capacity, flow, or operation of units must be approved by DEQ before any such deviations are made in the construction of this project. 9) That any notations or changes recorded on the official set of plans and specifications in DEQ files shall be part of the plans as approved. Page I of 2 PERMIT No. SL000072250821 FACILITY No. 5-21310 10) That the recipient of the permit is responsible for the continued operation and maintenance of these facilities in accordance with rules and regulations adopted by the Environmental Quality Board, and that DEQ will be notified in writing of any sale or transfer of ownership of these facilities. 11) The issuance of this permit does not relieve the responsible parties of any obligations or liabilities which the permittee may be under pursuant to prior enforcement action taken by DEQ. 12) That the permittee is required to inform the developer/builder that a DEQ Storm Water Construction Permit is required for a construction site that will disturb one (1) acre or more in accordance with OPDES, 27A O.S. 2-6-201 et. seq. For information or a copy of the GENERAL PERMIT (OKRIO) FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, Notice of Intent (NOI) form, Notice of Termination (NOT) form, or guidance on preparation of a Pollution Prevention Plan, contact the Storm Water Unit of the Water Quality Division at P.O. Box 1677, Oklahoma City, OK 73101-1677 or by phone at (405) 702-8100. 13) That all manholes shall be constructed in accordance with the standards established in OAC 252:656-5-3. 14) That when it is impossible to obtain proper horizontal and vertical separation as stipulated in OAC 252:656-5-4(c)(1) and OAC 252:656-54(c)(2), respectively, the sewer shall be designed and constructed equal to water pipe, and shall be pressure tested using the ASTM air test procedure with no detectable leakage prior to backfilling, in accordance with OAC 252:656-5-4(c)(3). Failure to appeal the conditions of this permit in writing within 30 days from the date of issue will constitute acceptance of the permit and all conditions and provisions. Water Quality Page 2 of 2 Robert Singletary ►�N'� OKLAHOMA Kevin Stitt Executive Director ®, / Environmental Governor 40%h,** Quality October 7, 2025 Mr. Roger Stevens, Public Works Director City of Owasso P.O. Box 180 Owasso, Oklahoma 74055-0180 Re: Permit No. WL000072250822 Owasso Parks Maintenance Office PWSID No. OK3002718 Dear Mr. Stevens: Enclosed is Permit No. W1,000072250822 for the construction of 372 linearfeet of six (6) inch PVC potable water line and all appurtenances to serve the Owasso Parks Maintenance Office, Tulsa County, Oklahoma. The project authorized by this permit should be constructed in accordance with the plans approved by the Department of Environmental Quality ("DEQ") on October 7, 2025. Any deviations from the approved plans and specifications affecting capacity, flow, or operation of units must be approved, in writing, by DEQ before changes are made. Receipt of this permit should be noted in the minutes of the next regular meeting of the City of Owasso, after which it should be made a matter of permanent record. Approved plans and specifications are available upon request. Respectfully, 14�a.n/7r� e�z Construction Permit Section Water Quality Division Enclosure 707 N. ROBINSON AVE., PO BOX 1677, OKLAHOMA CIT', OK 73101-1677. OFFICE: 405-702-0100 STATE OF OKLAHOMA - OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY - DEQ.OK.00V PERMIT No. WL000072250822 PWSID No. OK3002718 PERMIT TO CONSTRUCT October 7, 2025 Pursuant to O.S. 27A 2-6-304, the City of Owasso is hereby granted this Tier I Permit to construct 372 linear feet of six (6) inch PVC potable water line and all appurtenances to serve the Owasso Parks Maintenance Office, located in the SE 1/4 of the NW 1/4 of section 7, T-21-N, R-14-E, Tulsa County, Oklahoma, in accordance with the plans approved October 7, 2025. By acceptance of this permit, the petmittee agrees to operate and maintain the facility in accordance with OAC 252:631 and to comply with Title 59, Section 1101-1116 O.S. and the rules and regulations adopted thereunder regarding the requirements for certified operators. This permit is issued subject to the following provisions and conditions. 1) This water line provides adequate fire flow in accordance with the 2009 International Fire Code through the approved hydraulic analysis. The fire flow provided is 1,500 gpm. 2) That the recipient of the permit is responsible for ensuring that the project receives supervision and inspection by competent and qualified personnel. 3) That construction of all phases of the project will be started within one year of the date of approval or the phases not under construction will be resubmitted for approval as a new project. 4) That no significant information necessary for a proper evaluation of the project has been omitted and no invalid information has been presented in applying for the permit. 5) That the Oklahoma Department of Environmental Quality ("DEQ") shall be kept informed on occurrences which may affect the eventual performance of the works or that will unduly delay the progress of the project. 6) That wherever water and sewer lines are constructed with spacing of 10 feet or less, sanitary protection will be provided in accordance with OAC 252:626-19-2. 7) That before placing this facility into service, at least two samples of the water, taken on different days, shall be tested for bacteria to show that it is safe for drinking purposes. 8) That any deviations from approved plans or specifications affecting capacity, flow, or operation of units must be approved by DEQ before any such deviations are made in the construction of this project. 9) That the recipient of the permit is responsible for the continued operation and maintenance of these facilities in accordance with rules and regulations adopted by the Environmental Quality Board, and that DEQ will be notified in writing of any sale or transfer of ownership of these facilities. 10) The issuance of this permit does not relieve the responsible parties of any obligations or liabilities which the permittee may be under pursuant to prior enforcement action taken by DEQ. Page 1 of 2 PERMIT No. WL000072250822 PWSID No. OK3002718 11) That the permittee is required to inform the developer/builder that a DEQ Storm Water Construction Permit is required for a construction site that will disturb one (1) acre or more in accordance with OPDES, 27A O.S. Section 2-6-201 et seq. For information or a copy of the GENERAL PERMIT (OKR10) FOR STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES, Notice of Intent form, Notice of Termination form, or guidance on preparation of a Pollution Prevention Plan, contact the Storm Water Unit of the Water Quality Division at P.O. Box 1677, Oklahoma City, OK 73101-1677 or by phone at (405) 702-8100. 12) That any notations or changes recorded on the official set of plans and specifications in DEQ files shall be part of the plans as approved. 13) That water lines shall be located at least fifteen (15) feet from all parts of septic tanks and absorption fields, or other sewage treatment and disposal systems. 14) That whenever plastic pipe is approved and used for potable water, it shall bear the seal of the National Sanitation Foundation and meet the appropriate commercial standards. 15) That when it is impossible to obtain proper horizontal and vertical separation as stipulated OAC 252:626-19-2(h)(1) and OAC 252:626-19-2(h)(2), respectively, the sewer shall be designed and constructed equal to water pipe, and shall be pressure tested to the highest pressure obtainable under the most severe head conditions of the collection system prior to backfilling. Failure to appeal the conditions of this permit in writing within 30 days from the date of issue will constitute acceptance of the permit and all conditions and provisions. Water Quality Division