HomeMy WebLinkAbout2026.05.05_Joint Meeting AgendaPUBLIC NOTICE OF THE JOINT MEETING OF THE
OWASSO CITY COUNCIL
OWASSO PUBLIC WORKS AUTHORITY (OPWA)
OWASSO PUBLIC GOLF AUTHORITY (OPGA)
Council Chambers Old Central Building 109 North Birch, Owasso, OK
Tuesday, May 5, 2026 - 6:00 PM
NOTE: APPROPRIATE ACTION may include, but is not limited to: acknowledging, affirming, amending, approving, authorizing,
awarding, denying, postponing, or tabling.
AGENDA REC11/
1. Call to Order - Mayor/Chair Alvin Fruga MAY 01 2026 P&
2. Invocation - Pastor Ammie Sullivent of Pathway Church Owasso
City Clerk's Office
3. Flag Salute
4. Roll Call
5. Presentation of the Character Trait of Alertness - Alvin Fruga
6. Oath of Office for City Councilors Elect - Dr. Paul Loving (Ward 3) - Juliann Stevens
7. Citizen request to address the City Council regarding resources for the Owasso Police Department for
student safety - Dorian Davison
8. Consideration and appropriate action relating to the election of Mayor/OPWA Chair/OPGA Chair
Mayor/Chair Alvin Fruga
9. Consideration and appropriate action relating to the election of Vice Mayor/OPWA Vice Chair/OPGA
Vice Chair
Mayor/Chair
10. 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 City Council minutes - April 7, 2026, and April 14, 2026, Regular Meetings
B. Approve OPWA minutes - April 7, 2026, and April 14, 2026, Regular Meetings
C. Approve OPGA minutes - April 7, 2026, and April 14, 2026, Regular Meetings
D. Approve claims - City Council, OPWA, and OPGA
E. Accept grants from Best Friends Animal Society in the total amount of $2,325.00
F. Approve a budget amendment in the General Fund, increasing estimated revenues and the
appropriation of expenditures in the Animal Control budget by $2,325.00
G. Award a mowing contract to JLs Land Management of Collinsville, Oklahoma of $70.00 per
mowing for Afar Park, $904.00 per mowing and $250.00 per trimming for Centennial Park,
$200.00 per mowing for Elm Creek Park, $150.00 per mowing for Rayola Park, $45.00 per
mowing for Skate Park, $220.00 per mowing and $130.00 per trimming for Sports Park North,
$45.00 per mowing for Veterans Park and $150.00 per mowing for McCarty Park and
authorization to execute all necessary documents
H. Accept the building automation system control upgrade and authorize final payment of
$21,158.00 to Engineered Systems & Energy Solutions (ES2)of Oklahoma City, Oklahoma
I. Accept public infrastructure improvements at 9401 North Garnett Road (Express Oil) of a
potable water tap and fire hydrant
11. City Council consideration and appropriate action relating to items removed from the Consent Agenda
Owasso City Council, OPWA, OPGA
May 5, 2026
Page 2
12. City Council consideration and appropriate action relating to an application for a final plat for MCD
Owasso #0350474, commercial development containing approximately 1.136 acres and located north
of the northeast corner of East 86th Street North and North 1451h East Avenue - Wendy Kramer
Staff recommends approval of the final plat for MCD Owasso #0350474.
13. City Council consideration and appropriate action relating to an agreement for engineering services
for a Pavement Management Program - Dwayne Henderson
Staff recommends approval of an Agreement for Engineering Services with Kimley-Horn and Associates,
Inc., of Tulsa, Oklahoma, in the amount of $420,000.00, and authorization to execute all necessary
documents.
14. City Council consideration and appropriate action relating to an agreement for engineering services
for the Transportation Master Plan Update - Dwayne Henderson
Staff recommends approval of an Agreement for Engineering Services with Kimley-Horn and Associates,
Inc., of Oklahoma City, Oklahoma, in the amount of $400,000.00 for the base scope of work and
additive alternatives 1, 2, 3, and 4; and authorization to execute all necessary documents.
15. City Council consideration and appropriate action relating to a budget amendment in the Hotel Tax
Fund - Larry Langford
Staff recommends approval of a budget amendment increasing the appropriation for expenditures in
the Economic Development budget by $302,997.00.
16. City Council consideration and appropriate action relating to bids received for the Owasso Sports Park
Renovation Project - Larry Langford
Staff recommends awarding the construction bid to Builder's Unlimited of Broken Arrow, Oklahoma in
the amount of $1,208,996.69, and authorization to execute all necessary documents.
17. City Council consideration and appropriate action to declare certain vehicles as surplus to the needs
of the City and authorize their disposal - Chris Roberts
Staff recommends declaring the following Fire Department vehicles as surplus to the needs of the City,
pending the date replacement vehicles are delivered and placed into service, and approval to
dispose of the surplus assets via assignment with Enterprise Fleet Management, Inc., of Clayton, Missouri:
Vehicles
Reason/Condition
Vehicle Identification Number
Estimated Value
2015 Chevy Suburban (Fire)
Age/Mileage/Good
1GNSKHKC9FR281350
$10,000.00
2015 Chevy Tahoe (Fire)
Age/Mileage/Good
1GNSK3KCOFR672406
$9,500.00
2016 Dodge Charger (Fire)
Age/Good
2C3CDXCT7GH122302
$14,500.00
2014 Ford F350 - declared
Revise the method
1 FD8W3C60EEB19952
$5,500.00
surplus August 5, 2025
of disposal
Owasso City Council, OPWA, OPGA
May 5, 2026
Page 3
18. City Council consideration and appropriate action relating to an Open -End (Equity) Lease from
Enterprise Fleet Management, Inc., of Clayton, Missouri, for fleet lease vehicles - Chris Roberts
Staff recommends approval of an Open -End (Equity) Lease from Enterprise Fleet Management, Inc., of
Clayton, Missouri, which includes six (6) Agreements for a lease period of forty-eight months for (1) 2026
Dodge Durango with a down payment of $31,762.17 and a lease rate of $33.14 per month, (1) 2026
Dodge Durango with a down payment of $27,307.17 and a lease rate of $32.34 per month, (1) 2026
Chevy Silverado 1500 WT with a down payment of $34,601.00 and a lease rate of $33.54 per month, (2)
2026 RAM 1500 WTs, each with a down payment of $42,917.49 and each with a lease rate of $34.90 per
month, and (1) 2026 Dodge Durango Pursuit with a down payment of $39,334.68 and lease rate of
$34.37 per month, contingent upon annual appropriations by the City Council, and authorization to
execute all necessary documents.
19. OPWA consideration and appropriate action relating to an Open -End (Equity) Lease from Enterprise
Fleet Management, Inc., of Clayton, Missouri, for fleet lease vehicles - Chris Roberts
Staff recommends approval of an Open -End (Equity) Lease from Enterprise Fleet Management, Inc., of
Clayton, Missouri, which includes one (1) Agreement for a lease period of forty-eight months for (1) 2026
RAM 2500 WT with a down payment of $45,300.42 and a lease rate of $39.83 per month, contingent
upon annual appropriations by the OPWA, and authorization to execute all necessary documents.
20. OPWA consideration and appropriate action relating to a Small Business Enhancement Agreement for
Development Project Assistance in the Owasso Redbud District Project Plan, Tax Increment Financing
District No. 1 - Carly Novozinsky
Staff recommends approval and execution of the agreement with Owasso Family Billiards and
authorization for payment in an amount not to exceed $5,000.00 for signage improvements located at
314 E 5th Avenue.
21, City Council consideration and appropriate action relating to a budget amendment in the Capital
Improvements Grant Fund - Dwayne Henderson
Staff recommends a budget amendment in the Capital Improvements Grant Fund, increasing the
estimated revenues and appropriation for expenses in the amount of $322,603.96.
22. OPWA consideration and appropriate action relating to bids received for the Hale Acres CDBG
Waterline Replacement Project, Phase III - Dwayne Henderson
Staff recommends awarding the base bid and alternates one and two in the amount of $864,750.00 to
Creek Construction of Skiatook, Oklahoma, and authorization to execute all necessary documents.
23. Presentation of the monthly Project Status Report - Roger Stevens
24. Report from City/Authority Manager
25. Report from City/Authority Attorney
26. Report from City Councilors/Trustees
Owasso City Council, OPWA, OPGA
May 5, 2026
Page 4
27. Official Notices (documents for acknowledgment of receipt or information only, no discussion or action
will be taken)
• City Council, OPWA, and OPGA Claims approved by City Manager ending date April 7,
2026, and April 21, 2026
• City Council, OPWA, OPGA Payroll Payment Report- pay period ending dates April 4, 2026,
and April 18, 2026
• Healthcare Self -Insurance Claims - dated as of March 31, 2026 and April 30, 2026
• General Fund and Half -Penny Sales Tax, OPWA, and OPGA Monthly Budget Reports dated
as of March 31, 2026
• Change Order No. 14 executed by the City Manager or designee for the New Public Works
Facility
• Red Flag Policy Annual Report dated May 1, 2026
28. New Business (New Business is any item of business which could not have been foreseen at the time of
posting of the agenda)
29. Adjournment
Amended Notice of Public Meeting filed in the office of the City Clerk on Thursday, April 9, 2026, and the
Agenda posted at City Hall, 200 South Main Street, at :30 am on Friday, May 1, Z
JAV�'
Tnn M. Stevens, City Clerk
The City of Owasso encourages citizen participation. To request an accommodation due to a disability, contact the City Clerk prior
to the scheduled meeting by phone 918-376-1502 or by email to istevens@citvofowasso.com
OWASSO CITY COUNCIL
MINUTES OF REGULAR MEETING
TUESDAY, APRIL 7, 2026
The Owasso City Council met in regular session on Tuesday, April 7, 2026, in the Council Chambers at Old
Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed Friday, December 11,
2025; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at
5:00 pm on Thursday, April 2, 2026.
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 -Vice Mayor Dr. Paul Loving led the flag salute.
4. Roll Call - A quorum was declared present.
Present Absent
Mayor -Alvin Fruga None
Vice Mayor- Dr. Paul Loving
Councilor- Dr. Chad Balthrop
Councilor - Jamie Dunn
Councilor - Cody Walter
Staff: City Manager- Chris Garrett / City Attorney - Julie Lombardi
5. Presentation of Character Trait Humility - Jeremy Ford presented the character trait for April.
6. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under
"Consent" are considered by the City Council to be routine and will be enacted by one motion. Any
Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the
Consent Agenda is non -debatable.)
A. Approve minutes - March 17, 2026, Regular Meeting
B. Approve claims
C. Approve Early Retirement benefits for Miguel Bargas
D. Accept the Rayola Park Restroom Renovation project and authorize final payment of
$10,849.90 to Limestone Construction of Owasso, Oklahoma
Mr. Walter moved, seconded by Mr. Loving, to approve the Consent Agenda as presented, with claims
totaling $1,143,445.94.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
7. Consideration and appropriate action relating to items removed from the Consent Agenda - None
8. Consideration and appropriate action relating to an executive session, as provided for in Title 25, O.S.
§ 307(11 for the purposes of discussing confidential communication between the City Council and
its Attorney concerning pending litigation claims or actions
Julie Lombardi presented the item, recommending to enter into executive session. Mr. Loving moved,
seconded by Mr. Walter, to enter into executive session.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
At 6:41 pm, the City Council members, Julie Lombardi, and Chris Garrett entered into Executive Session.
At 7:24 pm, the City Council members, Julie Lombardi, and Chris Garrett exited Executive Session and
returned to Open Session.
Owasso City Council
April 7, 2026
Page 2
9. Consideration and appropriate action relating to Resolution 2026-04, adopting an official City of
Owasso flag
JJ Dossett presented the item. One citizen addressed the City Council. Following discussion, Mr. Fruga
moved, seconded by Ms. Dunn, to approve Resolution 2026-04, as recommended.
YEA: Balthrop, Dunn, Fruga
NAY: Loving, Walter
Motion carried: 3-2
10. Consideration and appropriate action relating to Resolution 2026-05, establishing a one-year utility rate
plan for water and sanitary sewer service within and without the corporate limits of the City of Owasso,
establishing refuse rates, metered fire hydrant rates and fees, and establishing effective dates
Carly Novozinsky presented the item, recommending approval of Resolution 2026-05. There were no
comments from the audience. Following discussion, Mr. Loving moved, seconded by Mr. Walter, to
approve Resolution 2026-05, as recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
11. Consideration and appropriate action relating to Resolution 2026-06, establishing the rate for
stormwater system service charges and establishing an effective date
Carly Novozinsky presented the item, recommending approval of Resolution 2026-06. There were no
comments from the audience. Mr. Balthrop moved, seconded by Ms. Dunn, to approve Resolution
2026-06, as recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
12. Consideration and appropriate action relating to Ordinance 1248, amending Part 2 Administration and
Government, Chapter 4, Rules of Procedure for the City Council, Section 2-402, Regular Meetings of the
City of Owasso Code of Ordinances by changing the City Council meeting start time from 6:30 pm to
6:00 pm
Juliann Stevens presented the item. There were no comments from the audience. Following discussion,
Mr. Fruga moved, seconded by Mr. Loving, to adopt Ordinance 1248.
YEA: Loving, Balthrop, Dunn, Fruga
NAY: Walter
Motion carried: 4-1
13. Consideration and appropriate action relating to the purchase of a dump truck chassis and dump body
Steven Eaton presented the item, recommending approval to purchase a 2027 International HV607
dump truck chassis from Holt Truck Center of Oklahoma City, Oklahoma, in the amount of $109,437.00
per the State of Oklahoma's approved contract #SW035T; and approval to purchase a Godwin dump
body from Great Western Trailers of Oklahoma City, Oklahoma, in the amount of $57,857.40 per state
contract #SW 106. There were no comments from the audience. Following discussion, Mr. Loving moved,
seconded by Mr. Walter, to approve the purchases, as recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
14. Presentation of the monthly Project Status Report - Roger Stevens presented the item and discussion
was held.
15. Report from City Manager - Chris Garrett reported on the upcoming Recreation and Culture Spring
Fling event scheduled for Saturday, April 11, 2026.
16. Report from City Attorney - None
17. Report from City Councilors - None
Owasso City Council
April 7, 2026
Page 3
18. Official Notices - The Mayor acknowledged receipt of the following:
• Payroll Payment Report - pay period ending date March 21, 2026
• Healthcare Self -Insurance Claims - dated as of March 31, 2026
• Change Order No.l executed by the City Manager or designee for the Parks Maintenance
Office Project
• Change Order No.l executed by the City Manager or designee for 117th Sanitary Sewer
Force Main Replacement Project
• Oklahoma Department of Environmental Quality Permit No. SL000072260213 to serve Witten
Vintage Auto, Facility No. 5-21310
19. New Business - None
20. Adjournment
Mr. Loving moved, seconded by Mr. Walter, to adjourn the meeting.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motioned carried: 5-0 and the meeting adjourned at 8:33 pm.
Alvin Fruga, Mayor
Juliann M. Stevens, City Clerk
OWASSO CITY COUNCIL, PUBLIC WORKS AUTHORITY, AND
PUBLIC GOLF AUTHORITY
MINUTES OF JOINT REGULAR MEETING
TUESDAY, APRIL 14, 2026
The Owasso City Council, Owasso Public Works Authority (OPWA), and Owasso Public Golf Authority
(OPGA) met in a joint regular meeting on Tuesday, April 14, 2026, in the Council Chambers at Old Central,
109 North Birch Street, Owasso, Oklahoma, per the amended Notice of Public Meeting filed Thursday, April
9, 2026; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street,
at 5:00 pm on Friday, April 10, 2026.
1. Call to Order - Mayor/Chair Alvin Fruga called the meeting to order at 6:00 pm.
2. Roil 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 - Jamie Dunn
Councilor/Trustee - Cody Walter
Staff: City/Authority Manager- Chris Garrett ; City/Authority Attorney - Julie Lombardi
3. Consideration and appropriate action relating to Resolution 2026-07, authorizing participation in
settlements with Associated Pharmacies, Inc., JM Smith Corporation, Louisiana Wholesale Drug
Company, Morris And Dickson Co., North Carolina Mutual Wholesale Drug Company, Inc. And United
Natural Foods, Inc. and authorizing the Mayor or City Manager to execute the Remnant Defendants'
Combined Subdivision Participation and Release Form contained In the Remnant Defendants'
Settlement Agreement as Exhibit G and to take all action required to effect the settlements
Julie Lombardi introduced Tony Puckett, Attorney with McAfee & Taft. Mr. Puckett presented the item.
There were no comments from the audience. Following discussion, Mr. Walter moved, seconded by Mr.
Balthrop, to approve Resolution 2026-07 and execute necessary documents, as recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
4. Consideration and appropriate action relating to authorization for the City/Authority Manager to
approve claims between April 8, 2026, and April 21, 2026, with said claims to be presented to the City
Council, OPWA, and OPGA under the Official Notices section of the May 5, 2026, agendas
Carly Novozinsky presented the item, recommending authorization for the City/Authority Manager to
approve claims between April 8, 2026, and April 21, 2026, due to the cancellation of the April 21, 2026,
meetings of the City Council, OPWA, and OPGA. There were no comments from the audience. Mr.
Loving moved, seconded by Mr. Walter, to authorize City/Authority Manager to approve claims
between April 8, 2026, and April 21, 2026, as recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
5. Discussion relating to the annual elections of Mayor and Vice Mayor / Chair and Vice Chair
Alvin Fruga presented the item. Discussion was held.
6. Discussion relating to an application for a final plat for MCD Owasso #0350474, containing 1.136 acres
located north of the northeast corner of East 86th Street North and North 1451h East Avenue
Wendy Kramer presented the item. Discussion was held. It was further explained the item would be
placed on the May 5, 2026, City Council agenda for consideration and action.
7. Discussion relating to proposed amendments to the Owasso Zoning Code
Alexa Beemer and Wendy Kramer presented the item. Discussion was held.
Owasso City Council, OPWA & OPGA
April 14, 2026
Page 2
8. Discussion relating to agreements for Engineering Services
A. Perform an update to the City's Transportation Master Plan
B. Create a Pavement Management Program for all arterials, collector, and local streets within the City
Dwayne Henderson presented item A and B. Discussion was held. It was further explained that item A
and B would be placed on the May 5, 2026, City Council agenda for consideration and action.
9. Discussion relating to Citizen Boards and Committees
A. Annual appointments for the various citizen boards and committees
B. Proposed policy amendment to the Sales Tax Oversight Committee
Juliann Stevens presented item A and B. Discussion was held.
10. Discussion relating to amending rates and fees charged for city services
Juliann Stevens presented the item. Discussion was held.
11. Discussion relating to the Fiscal Year 2027 Budget Calendar
Carly Novozinsky presented the item and discussion was held.
12. Discussion relating to the monthly sales and use fax report and revenue outlook
Carly Novozinsky presented the item and discussion was held.
13. Discussion relating to the employee contract and annual evaluation process for Chris Garrett, City
Manager, and Julie Lombardi, City Attorney
Michele Dempster presented the item and discussion was held.
14. City/Authority Manager Report - Chris Garrett reported on the Spring Fling event held on April 1], 2026,
and recognized National Public Safety Telecommunicators Week 2026, which is observed from April 12
through April 18, 2026.
15. City Councilor/Trustee comments and inquiries - None
16. Adjournment
The meeting adjourned at 8:16 pm.
Alvin Fruga, Mayor/Chair
Juliann M. Stevens, City Clerk
OWASSO PUBLIC WORKS AUTHORITY (OPWA)
MINUTES OF REGULAR MEETING
TUESDAY, APRIL 7, 2026
The Owasso Public Works Authority (OPWA) met in regular session on Tuesday, April 7, 2026, in the Council
Chambers at Old Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed
Thursday, December 11, 2025; and the Agenda filed in the office of the City Clerk and posted at City Hall,
200 South Main Street, at 5:00 pm on Thursday, April 2, 2026.
1. Call to Order -Chair Alvin Frugo called the meeting to order at 8:33 pm.
2. Roll Call - A quorum was declared present.
Present Absent
Chair - Alvin Fruga None
Vice Chair- Dr. Paul Loving
Trustee - Dr. Chad Balthrop
Trustee - Jamie Dunn
Trustee - Cody Walter
Staff: Authority Manager - Chris Garrett / Authority Attorney - Julie Lombardi
3. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under
"Consent"are considered by the Trustees to be routine and will be enacted by one motion. Any Trustee
may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent
Agenda is non -debatable.)
A. Approve minutes - March 17, 2026, Regular Meeting
B. Approve claims
C. Accept the Bird Creek Emergency Water Line Replacement Project and authorize final
payment to Creek Construction, LLC of Skiatook, Oklahoma of $656,300.00
Mr. Loving moved, seconded by Mr. Walter, to approve the Consent Agenda as presented, with claims
totaling $1,310,341.59.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
4. Consideration and appropriate action relating to items removed from the Consent Agenda -None
5. Consideration and appropriate action relating to a one-year rate plan for water, sewer, and refuse
services
Carly Novozinsky presented the item, recommending to affirm the rates for water, sewer, and refuse
as presented in City Council Resolution 2026-05. There were no comments from the audience. After
discussion, Mr. Walter moved, seconded by Mr. Balthrop, to affirm Resolution 2026-05, as
recommended.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
6. Report from OPWA Manager -None
7. Report from OPWA Attorney -None
8. Official Notices -The Chair acknowledged receipt of the following:
• Payroll Payment Report -pay period ending date March 21, 2026
9. New Business - None
10, Adjournment
Mr. Walter moved, seconded by Mr. Loving, to adjourn the meeting.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0 and the meeting adjourned at 8:35 pm.
Alvin Fruga, Chair
Juliann M. Stevens, Authority Clerk
Owasso Public Works Authority
April 7, 2026
Page 2
OWASSO PUBLIC GOLF AUTHORITY (OPGA)
MINUTES OF REGULAR MEETING
TUESDAY, APRIL 7, 2026
The Owasso Public Golf Authority (OPGA) met in regular session on Tuesday, April 7, 2026, in the Council
Chambers at Old Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed
Thursday, December 11, 2025; and the Agenda filed in the office of the City Clerk and posted at City Hall,
200 South Main Street, at 5:00 pm on Thursday, April 2, 2026.
1. Call to Order - Chair Alvin Fruga called the meeting to order at 8:35 pm.
2. Roll Call - A quorum was declared present.
Present Absent
Chair -Alvin Fruga None
Vice Chair- Dr. Paul Loving
Trustee - Dr. Chad Balthrop
Trustee - Jamie Dunn
Trustee - Cody Walter
Staff: Authority Manager - Chris Garrett / Authority Attorney - Julie Lombardi
3. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under
"Consent" are considered by the Trustees to be routine and will be enacted by one motion. Any Trustee
may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent
Agenda is non -debatable.)
A. Approve minutes - March 17, 2026, Regular Meeting
B. Approve claims
Mr. Balthrop moved, seconded by Ms. Dunn, to approve the Consent Agenda as presented, with claims
totaling $22,155.99.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0
4. Consideration and appropriate action relating to items removed from the Consent Agenda - None
5. Report from OPGA Manager - None
6. Report from OPGA Attorney - None
7. Official Notices - The Chair acknowledged receipt of the following:
• Payroll Payment Report- pay period ending date March 21, 2026
8. New Business - None
9. Adjournment
Mr. Walter moved, seconded by Ms. Dunn, to adjourn the meeting.
YEA: Loving, Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 5-0 and the meeting adjourned at 8:35 pm.
Alvin Fruga, Chair
Juliann M. Stevens, Authority Clerk
Claims List - 05/05/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL CINTAS CORPORATION
FIRSTAID SUPPLIES
$140.99
COMMERCIAL POWER SOLUTIONS, LLC
GENERATOR TELEMATICS
$10,980.00
COX COMMUNICATIONS
PHONE USAGE
$12.39
DALE & LEES SERVICE INC
HVAC REPAIR WWTP, OLD
$582.22
CEN
ENTERPRISE FM TRUST
MONTHLY LEASE
$2,702.67
JPMORGAN CHASE BANK
AMAZON -FAUCET
$58.99
JPMORGAN CHASE BANK
AMAZON -WASP SPRAY
$79.10
JPMORGAN CHASE BANK
INTERSTATE -BATTERIES
$71.00
JPMORGAN CHASE BANK
LIBERTY -FLAGS
$418.00
JPMORGAN CHASE BANK
LOCKE-LIGHT BULBS
$9,88
JPMORGAN CHASE BANK
LOWES-CAULK GUN
$12.68
JPMORGAN CHASE BANK
LOWES-DOOR REPAIR
$27.92
JPMORGAN CHASE BANK
LOWES-FITTINGS SINK
$22.98
JPMORGAN CHASE BANK
LOWES-JANITORIAL SUPP
$343.84
JPMORGAN CHASE BANK
LOWES-KNEE PADS
$40,96
JPMORGAN CHASE BANK
LOWES-SINK PARTS
$20.96
JPMORGAN CHASE BANK
LOWES-WATER LINES
$15.36
JPMORGAN CHASE BANK
MATLOCK-MONITOR SVC
$120.00
JPMORGAN CHASE BANK
NORTHERN -TRASH CANS
$3,734.74
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$68.82
JPMORGAN CHASE BANK
QUIT BUG -PEST CONTROL
$150.00
JPMORGAN CHASE BANK
SAMS-HAND SOAP
$23.56
JPMORGAN CHASE BANK
SUMNER-COPIER LEASE
$105.00
OKLAHOMA DEPARTMENT OF LABOR
WATER HEATER
$1,750.00
INSPECTIONS
PLUMBING ACES LLC
REPIPE OF WATER LINES
$4,500.00
UNIFIRST HOLDINGS LP
UNIFORMS
$42.22
FACILITY MAINTENANCE -Total
$26,034.28
RAMUNDSEN SUPERIOR HOLDINGS
ERP SOFTWARE
$2,747.06
FINANCE ENTERPRISE SYSTEM - Total
$2,747.06
AEP/PSO
ELECTRIC USE
$211.33
COX COMMUNICATIONS
PHONE USAGE
$12.39
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,173.62
JPMORGAN CHASE BANK
CUT -WASTE REMOVAL
$100.00
JPMORGAN CHASE BANK
HOEHRINGER-MED SUPP
$402.30
JPMORGAN CHASE BANK
LAWN PROS -MOW SVC
$130.00
JPMORGAN CHASE BANK
PAYPAL-STERILIZATION
$300.00
JPMORGAN CHASE BANK
ZOETIS INC-MED SUPP
$289.75
GEN ANIMAL CONTROL -Total
$2,619.39
AEP/PSO
ELECTRIC USE
$25.01
JPMORGAN CHASE BANK
BROWN -SOD
$75.00
1
Claims List - 05/05/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$19.02
GEN CEMETERY -Total
$119.03
JPMORGAN CHASE BANK
POSITIVE -CLASS SUPP
$163.40
JPMORGAN CHASE BANK
SAMS-EASTER EGG HUNT
$111.23
JPMORGAN CHASE BANK
VOLUNTEER MEAL 04108
$78.94
JPMORGAN CHASE BANK
WALMART-TUMBLER
$12.97
KATHLEEN M ROGERS
SEWING CLASS
$160.00
GEN COMM CTR DONATIONS -Total
$526.54
AEP/PSO
ELECTRIC USE
$712.92
COX COMMUNICATIONS
PHONE USAGE
$20.65
JPMORGAN CHASE BANK
AMAZON -BATTERIES
$23.31
JPMORGAN CHASE BANK
AMAZON -CLASS SUPPLIES
$41.67
JPMORGAN CHASE BANK
QUIT BUG -PEST CONTROL
$95.00
JPMORGAN CHASE BANK
SAMS-CLEANING SUPP
$56.76
JPMORGAN CHASE BANK
WALMART-TEA BAG CADDY
$31.69
GEN COMMUNITY CENTER -Total
$982.00
COX COMMUNICATIONS
PHONE USAGE
$33.04
ENTERPRISE FM TRUST
MONTHLY LEASE
$2,558.41
JPMORGAN CHASE BANK
OBIA-CONF REG
$175.00
JPMORGAN CHASE BANK
OCC-ECON SUMMIT
$200.00
JPMORGAN CHASE BANK
ODP-ADDRESS LABELS
$12.32
JPMORGAN CHASE BANK
TOMMYS-FLEET MAINT
$106.46
JPMORGAN CHASE BANK
TRVL EXP 04/13-4/14
$20.00
TULSA COUNTY CLERK
RECORDING FEE
$18.00
GEN COMMUNITY DEVELOPMENT - Total
$3,123.23
AEP/PSO
ELECTRIC USE
$22.28
JPMORGAN CHASE BANK
LODGE EXP O8/02
$258.15
TREASURER PETTY CASH
PER DIEM-J DOSSETT
$322.00
GEN ECONOMIC DEV -Total
$602.43
AEP/PSO
ELECTRIC USE
$347.99
JPMORGAN CHASE BANK
AMAZON-DESKS/CABINETS
$979.92
JPMORGAN CHASE BANK
LODGE EXP 04/06-04110
$860.69
JPMORGAN CHASE BANK
SAMS-JAIL SUPPLIES
$206.82
JPMORGAN CHASE BANK
TYLER-CONF REG
$1,249.00
GEN EMERG COMMUNICATIONS -Total
$3,644.42
AEP/PSO
ELECTRIC USE
$110.58
COX COMMUNICATIONS
PHONE USAGE
$4.13
ENTERPRISE FM TRUST
MONTHLY LEASE
$586.81
GEN EMERG PREPAREDNESS -Total
$701.52
COX COMMUNICATIONS
PHONE USAGE
$33.04
K
Claims List - 05/05/26
Fund Vendor Name Payable Description Payment
Amount
01 GENERAL ENTERPRISE FM TRUST MONTHLY LEASE $2,033.97
JPMORGAN CHASE BANK ODP-OFFICE SUPPLIES $68.82
UNIFIRST HOLDINGS LP UNIFORM SERVICES $43.20
GEN ENGINEERING -Total
$2,179.03
COX COMMUNICATIONS
PHONE USAGE
$33.04
SUMNERONE INC
COPIER LEASE
$69.00
GEN FINANCE -Total
$102.04
AEP/PSO
ELECTRIC USE
$4,065.97
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,175.00
GRAND GATEWAY ECO. DEV. ASSC.
PELIVAN TRANSIT
$6,047.50
INCOG
4TH QUARTER COALITION
$2,008.25
JPMORGAN CHASE BANK
COLUMN -PUBLIC NOTICE
$744.29
JPMORGAN CHASE BANK
IMPERIAL -COFFEE SUPP
$139.75
JPMORGAN CHASE BANK
SUMNER-COPIER
$616.43
ROGERS COUNTY DIST 2
ORDINANCE 1245
$24.00
TULSA COUNTY CLERK
RECORDING FEE
$42,00
GEN GENERAL GOVERNMENT -Total $14,863.19
AEP/PSO ELECTRIC USE $93.86
COX COMMUNICATIONS PHONE USAGE $4.13
GEN HISTORICAL MUSEUM -Total
$97.99
AMERICANCHECKED INC ATTN: BILLING
BACKGROUND CHECKS
$624.65
COX COMMUNICATIONS
PHONE USAGE
$16,52
GEN HUMAN RESOURCES -Total
$641.17
AT&T MOBILITY
PUBLIC SAFETY
$143.79
COX COMMUNICATIONS
PHONE USAGE
$24.78
JPMORGAN CHASE BANK
AMAZON -BOLTS
$14.97
JPMORGAN CHASE BANK
ATT-GUEST NETWORK
$177.36
JPMORGAN CHASE BANK
COX-INTERNET FEE
$1,598.94
JPMORGAN CHASE BANK
COX -PHONE SERVICE
$51.70
JPMORGAN CHASE BANK
EBAY-INSTALL SUPP
$68.21
JPMORGAN CHASE BANK
HOME DEPOT -REFUND
($5.98)
JPMORGAN CHASE BANK
HOME DEPOT -TOOLS
$138.99
JPMORGAN CHASE BANK
LOWES-ROPE
$14.48
JPMORGAN CHASE BANK
TESSCO-INSTALL SUPP
$1,581-52
JPMORGAN CHASE BANK
WHELEN-SIREN REPAIR
$56.05
RAMUNDSEN SUPERIOR HOLDINGS
UTILITY BILLING 2ND YEAR
$37,500.00
GEN INFORMATION TECH -Total
$41,364.81
AMERICANCHECKED INC ATTN: BILLING
PERMITS
$30.88
COX COMMUNICATIONS
PHONE USAGE
$33.04
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,019.57
3
Claims List - 05/05/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
AMAZON -CARD HOLDER
$17,09
JPMORGAN CHASE BANK
LEE-TULSA WORLD
$42.90
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$13.08
JPMORGAN CHASE BANK
TRVL EXP 04/08
$73.91
GEN MANAGERIAL -Total
$1,230.47
COX COMMUNICATIONS
PHONE USAGE
$16.52
DEPARTMENT OF PUBLIC SAFETY
MARCH ACCESS
$40.00
TYLER TECHNOLOGIES, INC.
QUARTERLY CC FEES
$446.50
YOUTH SERVICES OF TULSA
YOUTH SERVICES
$4,125.00
GEN MUNICIPAL COURT -Total
$4,628.02
AEP/PSO
ELECTRIC USE
$1,676.38
COX COMMUNICATIONS
PHONE USAGE
$4.13
ENTERPRISE FM TRUST
MONTHLY LEASE
$2,358.32
GT ELECTRIC SERVICES LLC
LIGHT REPAIR
$347.50
IRIS GROUP HOLDINGS LLC
ALARM SVC
$58.24
JPMORGAN CHASE BANK
ACE -BATTERY
$9.49
JPMORGAN CHASE BANK
ACE -GLUE
$8.54
JPMORGAN CHASE BANK
ACE -KEYS
$28.46
JPMORGAN CHASE BANK
ACE -WEED SUPPLIES
$71.77
JPMORGAN CHASE BANK
AMAZON-RDBD SUPP
$52.14
JPMORGAN CHASE BANK
ATWOOD-SAFETY BOOTS
$150.00
JPMORGAN CHASE BANK
C&C-TOILET PAPER
$761.00
JPMORGAN CHASE BANK
LOWES-BOX SUPPORT
$4.44
JPMORGAN CHASE BANK
LOWES-GFCI
$50.58
JPMORGAN CHASE BANK
LOWES-PAINT & GRAVEL
$64.84
JPMORGAN CHASE BANK
ZORO-RAYOLA LIGHTS
$270.95
JPMORGAN CHASE BANK
ZW USA -DOG WASTE BAGS
$427.30
MATLOCK SECURITY SYSTEMS
ALARM SVC
$350.00
OUTDOOR HOME SERVICES HOLDINGS
MOWING
$365.00
LLC
ROGERS COUNTY RURAL WATER
WATER SVC
$543.31
DISTRICT
UNIFIRST HOLDINGS LP
UNIFORMS
$61.56
WASHINGTON CO RURAL WATER DISTRICT
WATER SVC
$36.00
GEN PARKS -Total
$7,699.95
ARIEL HUERTA
MOVIE NIGHT FACE PAINT
$150.00
COX COMMUNICATIONS
PHONE USAGE
$16,52
JAMES NEIL CLINE
MOVIE NIGHT FACE PAINT
$150.00
JPMORGAN CHASE BANK
ACE -MULCH
$22.12
JPMORGAN CHASE BANK
ACE -PLANTS
$78.09
JPMORGAN CHASE BANK
ACE-RDBD PLANTS
$239.43
JPMORGAN CHASE BANK
AMAZON -KEYBOARD
$34.95
C!
Fund
01 GENERAL
Yid
Claims List - 05/05/26
Vendor Name
Payable Description Payment
Amount
JPMORGAN CHASE BANK
BLUEPAW-SND ENGINR
$275.00
JPMORGAN CHASE BANK
LOWES-PLANTS
$64.80
JPMORGAN CHASE BANK
TIKTOK-ADS
$8.00
KAITLIN BRYAN
MOVIE NIGHT FACE PAINT
$155.00
RIKKI FERRIER
MOVIE NIGHT FACE PAINT
$150.00
SUMNERONE INC
COPIER LEASE
$31.85
THOMAS RICHARD BASLER
NYE PERFORMANCE
$500.00
GEN RECREATION & CULTURE -Total
$1,885.76
BLAKE MITCHELL
MOWING SERVICES
$1,425.00
ENTERPRISE FM TRUST
MONTHLY LEASE
$4,698.64
FLEET FUELS LLC
DEF FLUID
$65.48
HERITAGE LANDSCAPING LLC
LAWN MAINTENANCE
$390.00
JEREMY JACKSON
MOWING SERVICES
$970.00
JPMORGAN CHASE BANK
ACE -CULTIVATOR
$63.98
JPMORGAN CHASE BANK
LOWES-FLAGGING TAPE
$8.96
SOURCEONE MANAGEMENT SERVICES INC
LAWN MAINTENANCE
$4,258.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$115.10
GEN STORMWATER -Total
$11,995.16
AEP/PSO
ELECTRIC USE
$658.70
TREASURER PETTY CASH
CC DEP REF-AGOSTO
$100.00
TREASURER PETTY CASH
CC DEP REF-EWTON
$50.00
TREASURER PETTY CASH
CC DEP REF -FELTS
$100.00
TREASURER PETTY CASH
CC DEP REF-FOLMAR
$50.00
TREASURER PETTY CASH
CC DEP REF-HANDLAN
$50.00
TREASURER PETTY CASH
CC DEP REF-JONES
$50.00
TREASURER PETTY CASH
CC DEP REF-OGLESBY
$100.00
TREASURER PETTY CASH
CC DEP REF -PERRY
$50.00
TREASURER PETTY CASH
CC DEP REF-ROBINSON
$100.00
TREASURER PETTY CASH
CC DEP REF -RUST
$50.00
TREASURER PETTY CASH
CC DEP REF -SLAUGHTER
$50.00
TREASURER PETTY CASH
CC DEP REF-STEWART
$100.00
TREASURER PETTY CASH
OLD CENTRAL REF-XIONG
$100.00
GENERAL -Total
$1,608.70
GENERAL -Total
$129,396.19
AMBULANCE SERVICE EMS TECHNOLOGY SOLUTIONS, LLC
RFID LABELS
$2,218.41
EMS TECHNOLOGY SOLUTIONS, LLC
RFID READERS
$3,189.50
HERITAGE LANDSCAPING LLC
MOWING
$3,900.00
TREASURER PETTY CASH
OSDH-PARAMEDIC FEE
$85.00
AMBULANCE -Total $9,392.91
TREASURER PETTY CASH SR AMB REF-BOYCE $24.00
5
Claims List - 05/05/26
Fund
Vendor Name
Payable Description
Payment
Amount
20 AMBULANCE SERVICE
TREASURER PETTY CASH
SR AMB REF-DAVIS
$24.00
TREASURER PETTY CASH
SR AMB REF-SCHELLER
$24.00
TREASURER PETTY CASH
SR AMB REF-VAUGHN
$24.00
AMBULANCE SERVICE -Total
$96.00
AMBULANCE SERVICE -Total
$9,488.91
21 E-911
JPMORGAN CHASE BANK
AMAZON -DISPATCH CHAIR
$229.00
JPMORGAN CHASE BANK
AMAZON -VACUUM
$159.99
E911 COMMUNICATIONS -Total
$388.99
E-911 -Total
$388.99
25 HOTEL TAX
COX COMMUNICATIONS
PHONE USAGE
$8.26
JPMORGAN CHASE BANK
OCC-REG FEE
$60.00
STRONG NEIGHBORHOODS -Total
$68.26
HOTELTAX -Total
$68.26
27 STORMWATER MANAGEMENT
GROUND LEVEL LLC
DRAINAGE IMPROVEMENTS
$50,241.70
116TH/MINGO ROAD GRADING -Total
$50,241.70
WSB LLC
PROFESSIONAL SVCS
$14,498.00
LAKERIDGE SW (2025 FLOOD) -Total
$14,498.00
AEP(PSO
ELECTRIC USE
$192.76
COX COMMUNICATIONS
PHONE USAGE
$8.26
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,041.60
HOLT TRUCK CENTERS LLC
DUMP TRUCK CHASSIS
$109,437.00
JPMORGAN CHASE BANK
ATWOOD-CHEMICALS
$279.98
JPMORGAN CHASE BANK
ATWOOD-HERBICIDE
$53.98
JPMORGAN CHASE BANK
ATWOOD-TRASH BAGS
$115.93
JPMORGAN CHASE BANK
BLUEBOOK -LAB SUPPLIES
$483.65
JPMORGAN CHASE BANK
BROWN -SOD
$102.96
JPMORGAN CHASE BANK
BROWN -SOD STAKES
$80.00
JPMORGAN CHASE BANK
CPI -LAB SUPPLIES
$182.89
JPMORGAN CHASE BANK
CTY HLTH ENVI-LAB SVC
$224.00
JPMORGAN CHASE BANK
GREEN -SOD
$35.00
JPMORGAN CHASE BANK
LOWES-BLEACH
$21.96
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$42.05
JPMORGAN CHASE BANK
TRVL EXP 04/01
$8.00
LOT MAINTENANCE OF OKLAHOMA, INC.
LAWN MAINTENANCE
$2,564.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$19.20
STORMWATER-STORMWATER -Total
$114,893.22
STORMWATER MANAGEMENT
-Total
$179,632.92
34 VISION TAX
GRADE LINE CONSTRUCTION
E 96 ST N WEST IF BRIDGE
$465,635.55
96TH FROM 119TH TO BRIDGE -Total
$465,635.55
1.
Claims List - 05/05/26
Fund
Vendor Name
Payable Description
Payment
Amount
34 VISION TAX -Total
$465,635.55
37 SALES TAX FIRE
AEP/PSO
ELECTRIC USE
$4,900.96
COX COMMUNICATIONS
PHONE USAGE
$136.28
ENTERPRISE FM TRUST
MONTHLY LEASE
$5,264.85
JPMORGAN CHASE BANK
AK VALLEY -RADIO RPR
$715.00
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$31.62
TREASURER PETTY CASH
SEC OF STATE -NOTARY
$25.00
SALES TAX FUND -FIRE -Total
$11,073.71
SALES TAX FIRE -Total
$11,073.71
38 SALES TAX POLICE
AEP/PSO
ELECTRIC USE
$5,535.28
AT&T MOBILITY
PUBLIC SAFETY
$165A3
COX COMMUNICATIONS
PHONE USAGE
$235.40
ENTERPRISE FM TRUST
MONTHLY LEASE
$2,943.77
JPMORGAN CHASE BANK
1ST RESPONDER-TRNG
$107.48
JPMORGAN CHASE BANK
AMAZON-EQUIPMT
$53.99
JPMORGAN CHASE BANK
AMAZON-EXT DRIVES
$1,108,85
JPMORGAN CHASE BANK
BATON-EQUIPMT
$42.74
JPMORGAN CHASE BANK
ELEVENTH-CONF REG
$81.88
JPMORGAN CHASE BANK
FBI -TRAINING
$795.00
JPMORGAN CHASE BANK
GOVERNMENT-REG FEE
$1,300.00
JPMORGAN CHASE BANK
HOLT-POLYGRAPH SVC
$1,000.00
JPMORGAN CHASE BANK
INFORMANT -TRAINING
$150.00
JPMORGAN CHASE BANK
MATLOCK-ALARM SVC
$225.00
JPMORGAN CHASE BANK
MOA TACT -TRAINING
$467.10
JPMORGAN CHASE BANK
MOTOROLA-CABLE
$227.76
JPMORGAN CHASE BANK
NATLASSTN-TRAINING
$275.00
JPMORGAN CHASE BANK
ODP-CHAIR MAT
$51.90
JPMORGAN CHASE BANK
OK INVEST -CONE REG
$500.00
JPMORGAN CHASE BANK
OKASRO-CONF REG
$200.00
JPMORGAN CHASE BANK
PATC-CONF REG
$750.00
JPMORGAN CHASE BANK
PILOT -TRAINING
$140.06
JPMORGAN CHASE BANK
SAHO-K9 MEDICAL
$226.78
JPMORGAN CHASE BANK
SAMS-MISC SUPPLIES
$609.15
JPMORGAN CHASE BANK
SOUTHERN -NOTARY STAMP
$51.45
JPMORGAN CHASE BANK
SPEC OP -NW HIRE EQMT
$323.61
JPMORGAN CHASE BANK
SPEC OP -UNIFORM ITEMS
$38.35
JPMORGAN CHASE BANK
SPEC OPS-UNIFORM ITEMS
$377.60
JPMORGAN CHASE BANK
TRVL EXP 04/27-05102
$481.70
JPMORGAN CHASE BANK
TTC-NEW HIRE CERT
$672.00
JPMORGAN CHASE BANK
UNITED -REFUND
($576.68)
JPMORGAN CHASE BANK
ZERO9-EQUIPMT
$44.99
ril
Claims List - 05/05/26
Fund
Vendor Name
Payable Description
Payment
Amount
38 SALES TAX POLICE
SALES TAX FUND -POLICE -Total
$18,605.59
SALES TAX POLICE
-Total
$18,605.59
39 SALES TAX STREETS
AEP/PSO
ELECTRIC USE
$4,915.19
CAMO FARMS INC
ASPHALT
$612.64
COX COMMUNICATIONS
PHONE USAGE
$8.26
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,075.09
FLEET FUELS LLC
DEF FLUID
$65.49
JPMORGAN CHASE BANK
A+-CDL TRAINING
$4,950.00
JPMORGAN CHASE BANK
ACE -FAUCET KEYS
$24.68
JPMORGAN CHASE BANK
AMAZON -SAFETY BOOTS
$129.76
JPMORGAN CHASE BANK
ATWOOD-CONCRETE BOOTS
$19.99
JPMORGAN CHASE BANK
ATWOOD-RUBBER BOOTS
$16.99
JPMORGAN CHASE BANK
BROWN -SOD
$50.00
JPMORGAN CHASE BANK
CRAFCO-CRACK SEALANT
$2,880.00
JPMORGAN CHASE BANK
EDEN-SEED
$145.57
JPMORGAN CHASE BANK
GREEN -IRRIGATION SUPP
$53.80
JPMORGAN CHASE BANK
HDEPOT-WATER PLUGS
$50.85
JPMORGAN CHASE BANK
HOME DEPOT -FORMS
$26.24
JPMORGAN CHASE BANK
HOME DEPOT -SPRINKLERS
$0.64
JPMORGAN CHASE BANK
HOME DEPOT -STAKES
$27.92
JPMORGAN CHASE BANK
SOK TULSA-CDL LICENSE
$55.12
JPMORGAN CHASE BANK
TRVL 04/03
$17.99
JPMORGAN CHASE BANK
TRVL EXP 04/01
$27.52
JPMORGAN CHASE BANK
TRVL EXP 04103
$36.64
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$1,191.50
JPMORGAN CHASE BANK
WHITE -TAMPER
$175.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$252.42
SALES TAX FUND -STREETS -Total
$16,809.30
SALES TAX STREETS
- Total
$16,809.30
40 CAPITAL IMPROVEMENTS
R&L CONSTRUCTION LLC
CONSTRUCTION SERVICES
$410,183.49
CIP GARN RD WIDE 106.116 -Total
$410,183.49
CAPITAL IMPROVEMENTS
-Total
$410,183.49
44 TRANSPORTATION TAX
GARVER
ENGINEERING SERVICES
$26,204.00
96TH ST MINGO-GARNETT -Total
$26,204.00
TRANSPORTATION TAX
-Total
$26,204.00
70 CITY GARAGE
AEP/PSO
ELECTRIC USE
$578.31
BOB HOWARD PARTS DISTRIBUTION CNTR
PARTS FOR RESALE
$2,006.32
COX COMMUNICATIONS
PHONE USAGE
$16.52
JPMORGAN CHASE BANK
AMAZON -FLOOR MATS
$725.70
JPMORGAN CHASE BANK
AMAZON -LEAK DETECTOR
$402.34
9
Claims List - 05/05/26
Fund Vendor Name Payable Description
70 CITY GARAGE JPMORGAN CHASE BANK
AMAZON -MOVING SUPP
JPMORGAN CHASE BANK
AMAZON -RUNNING BOARDS
JPMORGAN CHASE BANK
AMAZON -VINYL ROLLERS
JPMORGAN CHASE BANK
HESSELBEIN-TIRES
JPMORGAN CHASE BANK
HOLLY -FUEL TANK
JPMORGAN CHASE BANK
NIKEL-ALTERNATOR
JPMORGAN CHASE BANK
PIERCE -WORK TABLES
JPMORGAN CHASE BANK
ROCK -WIPER BLADES
JPMORGAN CHASE BANK
ROMAINE-ALT REGULATOR
JPMORGAN CHASE BANK
SOUTHERN -TIRES
JPMORGAN CHASE BANK
SPEED -STROBE LIGHTS
JPMORGAN CHASE BANK
SPEEDTECH-LIGHTBARS
JPMORGAN CHASE BANK
TIGER -SEAT COVERS
JPMORGAN CHASE BANK
UE-RADIATOR
JPMORGAN CHASE BANK
WELDON-LIGHTING
MALCHI AUTOMOTIVE EQUIPMENT SUPPLY
1 SET MOBILE COLUMNS
UNIFIRST HOLDINGS LP
UNIFORMS
Payment
Amount
$45.78
$390.04
$16.14
$547.48
$357.88
$542.50
$9,296.78
$49.59
$340.69
$2,707.89
$561.70
$3,101.00
$2,352.00
$865.05
$190.76
$30,775.00
$90.98
FLEET MAINTENANCE -Total
$55,960.45
CITY GARAGE -Total
$55,960.45
76 WORKERS' COMP SELF -INS
CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS
$22.478.45
OK TAX COMMISSION SPECIAL TAX UNIT MITF ASSESSMENTS
$7,821.78
WORKERS' COMP SELF -INS -Total
$30,300.23
WORKERS' COMP SELF -INS
-Total
$30,300.23
78 HEALTHCARE SELF INS FUND
COMMUNITYCARE EAP EAP PROGRAM
$516.36
WELLNESS -Total $516.36
HEALTHCARE SELF INS FUND -Total $516.36
City Grand Total $1,354,263.95
9
Claims List - 05/05/26
Fund Fund Title - Transact Vendor Name
Payable Description
Payment Amount
61 OPWA AEP/PSO
ELECTRIC USE
$1,405.58
CITY OF OWASSO
ADMIN OVERHEAD
$33,333.33
COX COMMUNICATIONS
PHONE USAGE
$28.91
ENTERPRISE FM TRUST
MONTHLY LEASE
$3,072.89
JPMORGAN CHASE BANK
AMAZON -COMPRESSED AIR
$29.98
JPMORGAN CHASE BANK
CARNIVAL -SAFETY BOOTS
$79.98
JPMORGAN CHASE BANK
HDEPOT-SHOWER SUPP
$42.94
JPMORGAN CHASE BANK
LOWES-FLOOR DRY
$62.92
JPMORGAN CHASE BANK
SAMS-RENEWAL FEE
$50.00
STANDLEY SYSTEMS LLC
COPIER LEASE
$22.41
SUMNERONE INC
COPIER LEASE
$475.94
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$76.14
OPWAADMINISTRATION -Total
$38,681.02
JPMORGAN CHASE BANK
AMAZON -EXERCISE EQUIP
$408.06
JPMORGAN CHASE BANK
AMAZON -REFUND
($1,972.10)
JPMORGAN CHASE BANK
FITNESS -GYM EQUIPMT
$992.60
OPWA BUILDING RENOVATION -Total
($571.44)
BANCFIRST
800469017109E
$56,310.40
BANCFIRST
800470015/09C
$23,711.34
BANCFIRST
800471013/SANTA FE
$14,725.74
BANCFIRST
800780017/19C
$118,336.47
BANCFIRST
801008012/23C
$46,250.75
OPWA DEBT SERVICE -Total
$259,334.70
AEP/PSO
ELECTRIC USE
$263.29
CINTAS CORPORATION
FIRST AID SUPPLIES
$204.01
COX COMMUNICATIONS
PHONE USAGE
$4A3
ENTERPRISE FM TRUST
MONTHLY LEASE
$974.49
JPMORGAN CHASE BANK
LOWES-SPRAY PAINT
$57.92
JPMORGAN CHASE BANK
LOWES-TOOLS
$207.58
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$59.92
RECYCLE CENTER -Total
$1,771.34
CINTAS CORPORATION
FIRST AID SUPPLIES
$56.56
COX COMMUNICATIONS
PHONE USAGE
$4.13
ENTERPRISE FM TRUST
MONTHLY LEASE
$974.49
JPMORGAN CHASE BANK
BUMPER -FLAP DISCS
$56.52
JPMORGAN CHASE BANK
BUMPER -LIGHT BULBS
$73.78
JPMORGAN CHASE BANK
HOME DEPOT -TOOL BOX
$448.00
JPMORGAN CHASE BANK
HOME DEPOT -WRENCH SET
$73.95
JPMORGAN CHASE BANK
KIMS-HYDRAULIC HOSE
$675.80
JPMORGAN CHASE BANK
LOWES-WRENCH SET
$134.96
RIVER CITY HYDRAULICS INC
BUSHING AND ROD EYE
$512.87
1
Claims List - 05/05/26
Fund Fund Title - Transact Vendor Name Payable Description Payment Amount
61 OPWA RIVER CITY HYDRAULICS INC REFUSE VEH PARTS $1,351.17
UNIFIRST HOLDINGS LP UNIFORM SERVICES $144.70
REFUSE COLLECTIONS -Total $4,506.93
COX COMMUNICATIONS PHONE USAGE $20.64
TECHNICAL PROGRAMMING SERVICES INC BILLING SERVICES $1,797.94
UTILITY BILLING -Total
$1,818.58
AEP/PSO
ELECTRIC USE
$8,099.33
COX COMMUNICATIONS
PHONE USAGE
$8.26
ENTERPRISE FM TRUST
MONTHLY LEASE
$2,829.25
FLEET FUELS LLC
DEF FLUID
$65.49
JPMORGAN CHASE BANK
ACE-FASTNERS
$0.40
JPMORGAN CHASE BANK
AMERIFLEX-JETTER HOSE
$105.00
JPMORGAN CHASE BANK
CORE MAIN -BALL VALVE
$17.13
JPMORGAN CHASE BANK
CORE MAIN -MANHOLE
$130.39
OMEGA RAIL MANAGEMENT, INC.
PIPELINE CROSSING
$1,142.73
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$156.66
WASTEWATER COLLECTIONS -Total
$12,554.64
AEP/PSO
ELECTRIC USE
$34,084.07
COX COMMUNICATIONS
PHONE USAGE
$16.52
EUROFINS ENVIRONMENT TESTING
BIOMONITORING
$1,820.00
JPMORGAN CHASE BANK
ACC ENVRN-TRAINING
$150.00
JPMORGAN CHASE BANK
AMAZON -CALCULATOR
$10.55
JPMORGAN CHASE BANK
BLUEBOOK -COD REAGENT
$254.67
JPMORGAN CHASE BANK
HACH-TNT REAGENTS
$205.83
JPMORGAN CHASE BANK
OREILLY-BELTS
$63.39
JPMORGAN CHASE BANK
OREILLY-RETAINER
$37.99
JPMORGAN CHASE BANK
REXEL-CONNECTORS
$78.79
SMITH GARDEN EQUIPMENT, INC
REPAIR
$348.25
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$218.04
WASTEWATER TREATMENT -Total
$37,288.10
AEP/PSO
ELECTRIC USE
$416.83
COX COMMUNICATIONS
PHONE USAGE
$8.26
ENTERPRISE FM TRUST
MONTHLY LEASE
$1,195.78
FLEET FUELS LLC
DEF FLUID
$65.49
JPMORGAN CHASE BANK
HDEPOT-PVC FITTINGS
$2.59
JPMORGAN CHASE BANK
LOWES-ROCK
$25.12
OK BOTTLING ENTERPRISES LLC
BOTTLED WATER
$774.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$138.52
WATER -Total $2,626.59
OPWA -Total $358,010.46
67 OPWA SALES TAX BANCFIRST 800650012/2016 NOTE $234,486.25
E
Fund Fund Title - Transact
Claims List - 05/05/26
Vendor Name
67 OPWA SALES TAX BANCFIRST
BANCFIRST
BANCFIRST
Payable Description Payment Amount
800730038/2018
NOTE
$94,790.00
80082602612020
NOTE
$95,133.75
801033010/2024
NOTE
$184,074.15
OPWA STF DEBT SERVICE -Total $608,484.15
OPWA SALES TAX -Total $608,484.15
OPWA Grand Total $966,494.61
Claims List - 05/05/26
Fund Vendor Name
Payable Description
Payment Amount
55 OPGA FLEET FUELS LLC
FUEL
$1,762.21
JAMES R HAYES
CONCRETE
$4,100.00
JPMORGAN CHASE BANK
AMAZON -CUPS
$79.19
JPMORGAN CHASE BANK
AMAZON -NOZZLE
$15.99
JPMORGAN CHASE BANK
LOWES-SUPPLIES
$51.64
YAMAHA GOLF CAR COMPANY
CART REPAIR
$399.44
YAMAHA MOTOR CORPORATION, USA
CART LEASES
$4,821.85
CART OPERATIONS -Total
$11,230.32
AEP/PSO
ELECTRIC USE
$1,779.82
ENTERPRISE FM TRUST
MONTHLY LEASE
$887.21
HARRELUS, LLC
FUNGICIDE
$1,913.60
HARRELL'S, LLC
HERBICIDE
$811.25
HARRELL'S, LLC
INSECTICIDE
$2,370.20
JPMORGAN CHASE BANK
ACE-CHAINSAW SUPP
$216.33
JPMORGAN CHASE BANK
ACE -KEY FOB BATT
$12.52
JPMORGAN CHASE BANK
ATWOOD-TOOLS
$133.96
JPMORGAN CHASE BANK
HOLMAN-CLOVER SEED
$8.60
JPMORGAN CHASE BANK
LOWES-DRILL BIT
$54.98
JPMORGAN CHASE BANK
OREILLY-BATTERIES
$179.44
JPMORGAN CHASE BANK
OREILLY-FILTERS
$323.52
JPMORGAN CHASE BANK
OREILLY-REFUND
($16.99)
KEELING COMPANY
3 SPRINKLER HEADS
$653.30
KEELING COMPANY
4 SPRINKLER HEADS
$868.21
KEELING COMPANY
ADAPTERS
$373.32
KEELING COMPANY
SPRINKLER VALVES
$841.80
KEELING COMPANY
VALVE LIDS
$74.15
SITEONE LANDSCAPE SUPPLY HOLDING
MAPLE TREE
$406.67
UNIFIRST HOLDINGS LP
ENVIRONMENTAL CHARGE
$27.25
UNIFIRST HOLDINGS LP
JANITORIAL SERVICE
$35.80
UNIFIRST HOLDINGS LP
SHOP TOWEL SERVICE
$50.10
UNIFIRST HOLDINGS LP
SUPPLIES
$48.00
UNIFIRST HOLDINGS LP
UNIFORM CLEANING
$40.70
COURSE MAINT -Total
$12,093.74
COX COMMUNICATIONS
PHONE USAGE
$8.26
JPMORGAN CHASE BANK
BEN KEITH-SUPPLIES
$623.99
JPMORGAN CHASE BANK
SAMS-SUPPLIES
$92.80
JPMORGAN CHASE BANK
SUPERIOR -LINENS
$74.26
FOOD & BEV -Total
$799.31
AEP/PSO
ELECTRIC USE
$987.83
CINTAS CORPORATION
SUPPLIES
$428.12
COX COMMUNICATIONS
PHONE USAGE
$4.13
11
Claims List - 05/05/26
Fund Vendor Name
Payable Description
Payment Amount
55 OPGA JPMORGAN CHASE BANK
PIKEPASS-TOLL
$7.60
JPMORGAN CHASE BANK
WM-REFUSE SERVICE
$1,009.58
OKLAHOMA STATE DEPT OF HEALTH
LICENSE RENEWAL
$335.00
GOLFADMIN -Total
$2,772.26
COX COMMUNICATIONS
PHONE USAGE
$12.39
JPMORGAN CHASE BANK
AMAZON -RANGE BUCKETS
$73.98
JPMORGAN CHASE BANK
AMBERSOFT-SCORE CARDS
$142.27
JPMORGAN CHASE BANK
TEXOMA-RANGE BAGS
$187.38
GOLFSHOP -Total
$416.02
BGR DAILY ACCT.
REIMB PETTY CASH
$4,022.65
JPMORGAN CHASE BANK
BEN KEITH-FOOD
$1,341.31
JPMORGAN CHASE BANK
PING -MERCHANDISE
$797.25
JPMORGAN CHASE BANK
SAMS-FOOD
$949.20
JPMORGAN CHASE BANK
TEXOMA-MERCHANDISE
$1,585.74
COST OF GOODS -Total $8,696.15
OPGA -Total $36,007.80
OPGA Grand Total $36,007.80
2
� Sd
TO:
The Honorable Mayor and City Council
FROM:
Deputy Chief Shaun Jones
SUBJECT:
Best Friends Animal Society Grants and Budget Amendment
DATE:
May 1, 2026
BACKGROUND:
Best Friends Animal Society is a leading animal welfare organization dedicated to saving the lives
of dogs and cats in animal shelters. In support of that goal, the organization offers various grants
to help animal shelters, rescue groups, spay/neuter organizations, and other welfare groups with
their work to save the lives of dogs and cats in their communities. In March of 2026, Best Friends
Animal Society awarded the City of Owasso two grants totaling $2,325.00.
One grant for$1,825.00 is intended to be used to send one animal control officerto the Best Friends
National Conference, happening May 7-9, 2026, in Salt Lake City, Utah. The conference brings
together animal welfare members and volunteers from across the country to gain lifesaving
knowledge and practical strategies to fast -track lifesaving at their organizations. At the
conference, the animal control officer will learn about the latest tools and data -driven techniques
to help immediately start saving more dogs and cats in the community and will learn from
presenters from diverse backgrounds, including leaders in advocacy and community
engagement, field and animal services, shelter medicine and animal care, fundraising and
development, and other animal welfare topics.
Another grant for $500.00 is intended to be used to make improvements to the Owasso Animal
Shelter backyard play area, including more shade from the heat and glare of sunlight.
RECOMMENDATION:
Staff recommends acceptance of the grants from Best Friends Animal Society and approval of a
budget amendment in the General Fund, increasing estimated revenue by $2,325.00 and
increasing the appropriation of expenditures in the Animal Control budget by $2,325.00.
TO: The Honorable Mayor and City Council
FROM: Larry Langford, Director of Recreation & Culture
SUBJECT: Proposed Parks Mowing Contract
DATE: May 1, 2026
BACKGROUND:
The City of Owasso contracts annual park mowing from April to October. Contracts can be
renewed with the awarded vendor for subsequent years, if fees remain the same, or a new
contract will be proposed for award.
REQUEST FOR PROPOSALS:
A Request for Proposals (RFP) was issued on February 17, 2026. Each park was bid individually to
facilitate the lowest bids. Twenty-five (25) vendors submitted proposals.
City staff completed their bid evaluation and determined that JLs Land Management submitted
the lowest bid for all but one park. The bid for Ator Park, Elm Creek Park, Rayola Park, Skate Park,
Sports Park North, Veterans Park, and McCarty Park met the requirements, and JLs Land
Management is a competent, qualified, and responsible bidder.
Staff also determined that One Solution Outdoor Services submitted the lowest bid for Centennial
Park and met the requirements and is a competent, qualified and responsible bidder.
BID AWARD:
Because each bid was below $50,000 and within the City Manager's spending limit, a contract
was awarded to the two (2) lowest bidders.
The lowest bid from JLs Land Management is as follows:
PARK
PER MOWING
ALTERNATE
(TRIMMING)
SEASON TOTAL
(29 MOWINGS)
Afar Park
$70.00
$85.00
$2,030.00
Elm Creek Park
$200.00
$110.00
$5,800.00
Rayola Park
$150.00
$85.00
$4,350.00
Skate Park
$45.00
$65.00
$1,305.00
Sports Park North
$220.00
$130.00
$6,380.00 + $3,770.00 = $10,150.00
Veterans Park
$45.00
$50.00
$1,305.00
McCarty Park
$150.00
$85.00
$4,350.00
JLS LAND MANAGEMENT BID TOTAL
$29,290.00
The lowest bid from One Solution Outdoor Services is as follows:
PARK
PER
MOWING
ALTERNATE
(TRIMMING)
SEASON TOTAL (29 MOWINGS)
Centennial Park
$820.00
$123.00
$23,780.00 + $3,567 = $27,347.00
ONE SOLUTION OUTDOOR SERVICES BID TOTAL
$27,347.00
JLs Land Management accepted the mowing contract for Afar Park, Elm Creek Park, Rayola Park,
Skate Park, Sports Park North, Veterans Park and McCarty Park.
One Solution Outdoor Services rejected the mowing contract for Centennial Park.
The next lowest Centennial Park mowing bid was submitted by JLs Land Management and is as
follows:
PARK
PER MOWING
ALTERNATE
(TRIMMING)
I SEASON TOTAL
1 (29 MOWINGS)
Centennial Park 1
$904.00
$250.00
$26,216.00 + $7,250 = $33,466.00
JLS LAND MANAGEMENT SERVICES BID TOTAL
1 $33,466.00
The combination of the two bids from JLs Land Management for the mowing of all parks totals
$62,756.00 and exceeds the City Manager's spending authority. Thus, City Council approval is
being requested.
RECOMMENDATION:
Staff recommends awarding a Park Mowing Contract to JLs Land Management of Collinsville,
Oklahoma in the amount of $70.00 per mowing for Ator Park, $904.00 per mowing and $250.00 per
trimming for Centennial Park, $200.00 per mowing for Elm Creek Park, $150.00 per mowing for
Rayola Park, $45.00 per mowing for Skate Park, $220.00 per mowing and $130.00 per trimming for
Sports Park North, $45.00 per mowing for Veterans Park and $150.00 per mowing for McCarty Park
and authorization to execute all necessary documents.
ATTACHMENT:
Contract
CONTRACT FOR INDEPENDENT SERVICES
CONTRACT made this 5}h day of May, 2026, between JLs Land Management,
Collinsville, Oklahoma, (hereinafter referred to as "Contractor"), and the City of
Owasso, an Oklahoma municipality, operating pursuant to its charter, (hereinafter
referred to as "City").
SECTION ONE - RELATIONSHIP OF PARTIES
The parties intend that an independent contractor relationship be established by this
Contract. Contractor is not to be considered an agent or employee of the City for any
purpose, nor is the Contractor entitled to any of the benefits.
SECTION TWO - DESCRIPTION OF WORK
The City hereby contracts with Contractor for the mowing of Veterans Park, Ravola
Park, McCarty/Dog Park, Ator Park, Elm Creek Park, Skate Park; and the mowing and
trimming of Centennial Park and Sports Park North (see attached maps). Such work is
to be accomplished once every seven days between the hours of 8:00 and 6:00
p.m. Monday through Friday. No mowing shall be done on the weekends (6:00
p.m. Friday to 8:00 a.m. Monday). There shall be no mowing when there is
sufficient moisture to cause the ejected grass clippings to clump, and there shall
be no mowing on Ozone Alert days. The required duties of the Contract will be
according to the mowing specifications as advertised on February 13, 2026.
The Contractor covenants unto the City that the Contractor possesses sufficient
equipment capable of performing the services called for in a timely manner. It is
understood and agreed that the time of performance, as provided above, is of
the essence, and that any delay in performance would be unacceptable and
constitute grounds for early termination of this Contract. Further, it is understood
that any time, and for as many times as the City deems appropriate, the City shall
have the opportunity to inspect all work being performed by the Contractor, to
assure the accuracy thereof for the benefit of the City.
SECTION THREE - COMPENSATION
For the work performed under this Contract, the City will pay Contractor the sum
of $45.00 per mowing Veterans Park, $150.00 per mowing Rayola Park, $150.00
per mowing McCarty/Dog Park, $70.00 per mowing Ator Park, $200.00 per mowing
Elm Creek Park, $220.00 per mowing and $130.00 per trimming Sports Park North,
$45.00 per mowing Skate Park, and $904.00 per mowing and $250.00 per trimming
Centennial Park. Such sum is payable on or before thirty (30) days after
Contractor's billing. It is specifically understood that such payment constitutes
total compensation and that no further compensation shall be provided unto the
Contractor.
It will be the responsibility of the Contractor to mow within the specified time
schedule; to call for an inspection of work each time it is completed; and to turn
in all invoices due by the last day of each month for payment to be made
following the second City Council meeting of the next month.
SECTION FOUR - TERM
The effective date of this Contract shall be on the 5fh day of May, 2026, and
continue through the 15th day of October, 2026. Additional mowing may be
required after October 15, 2026, depending upon the actual growing season, and
will be at the sole discretion of the City. The City may, for its convenience, at any
time terminate this Contract by serving written notice of such termination upon
the Contractor, as well as providing compensation due for services rendered
through the date of termination.
SECTION FIVE - ENTIRE CONTRACT
The foregoing represents the entire understanding between the parties. No
modification, variation, change, addition, deletion, or alteration of the
relationship of the parties shall be effective unless agreed to in writing and
executed by both parties.
SECTION SIX - CHOICE OF LAW
This Contract shall be construed in accordance with the laws of the State of
Oklahoma.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the
day and year first above written.
THE CITY OF OWASSO, OK ("CITY") "CONTRACTOR"
By: By:
Chris Garrett, City Manager
ATTEST:
Juliann M. Stevens, City Clerk
APPROVED AS TO FORM AND CONTENT:
Julie Lombardi, City Attorney
sd
TO:
FROM:
SUBJECT:
DATE:
The Honorable Mayor and City Council
Chris Roberts, Fleet & Facilities Services Superintendent
Acceptance of the City Hall Building Automation System (BAS) Upgrade and
Authorization for Final Payment
May 1, 2026
BACKGROUND:
• In December 2025, City Council approved a contract with Engineered Systems & Energy
Solutions (ES2) for $59,105.00 to upgrade the BAS control equipment at City Hall.
• In addition to updating the HVAC controls, the project enabled system integration onto
the city's data network so that all buildings equipped with BAS controls can be monitored
through a single, supervisory interface.
• Work commenced on March 10, 2026 and was completed on April 8, 2026. City staff
inspected the improvements and confirmed the work meets conditions for acceptance.
• A final payment of $21,158.00 will result in a final contract amount of $59,105.00.
FUNDING:
Funding for this project is included in the FY26 Facilities Maintenance Budget.
RECOMMENDATION:
Staff recommends acceptance
authorization for final payment
Oklahoma, for $21,158.00.
ATTACHMENT:
Final Payment Application
of the building automation system controls upgrade and
to ES2 - Engineered Systems and Energy Solutions, of Tulsa,
u
d
L
Mu
w
m
v
c
H �
0
0
c
`$U
E
woo
ms
E=a0
O
LL
E-
o m 0
E 0
600
w rn `o
c
U U o
c
. `o
o m N
Q Z Z
N M
apP,,we
`Nom
'o gi'LL ��Oo
$ Lo
�{
N OE N
m w w
d d
E _IQ
y
r
C NF
i
O C
J
V m F
c t w a
c�wag
N c
w w
Nm C
V w o
0 0 o w
N N N T
r 4€ E
.�• � c$ 0
00 0'o
V
w,eS
d
z0
� S � o
12
3OE,
D Q C
w c O w
w
N N
. 02 O. E
o m
Lti
mU
6S° u�j
ro 0co E Z2
H`00
o
y
m
w rn c
v
a,v5d�
d
0
0 o
Mp w
4 16T9 m_
O J a
O
0
0
U
m
U p.
w 0
Sit
ma F J
446
<G IM
m
C
r
U
Eo
6
m
O
O N
m m
0 0
c O E
0 'y g Z
LL 0 N
m U OF
a
y.
m �
m
-
w
ca
w w
m �
m t
m m U
0 0 0 o
c
0
0 0 0 0
0
0
o ooc�
o 0 0
U'
a
ma
yo���i ui
mCR
Eow+
ow w
U y o +
m
F-
a
a 5 W
LL
y 0 0 00
w �O
m
O o 0
00
a
o �
a
m
m
L
N
n
E
v°
0 0
a
'oe
o
3
�a
E n
K
m
LL6
O O
ppOR�
U
N
c
0
U
3
`o
m
o
m
o
c c
9
cq
OI W N
mz
TO: The Honorable Mayor and City Council
FROM: Earl Farris, Project Administrator
SUBJECT: Acceptance of Public Infrastructure Improvements at Express Oil, 9401 North
Garnett Road
DATE: May 1, 2026
BACKGROUND:
The subject commercial development is located at 9401 North Garnett Road. Public infrastructure
includes a potable water tap and fire hydrant.
FINAL INSPECTIONS:
Final inspections for the infrastructure components were completed in April 2026, by the Public
Works Department. All standards for acceptance have been met. Additionally, the construction
contractor has supplied the necessary two-year maintenance bond.
RECOMMENDATION:
Staff recommends acceptance of the public infrastructure improvements at Express Oil, 9401
North Garnett Road.
ATTACHMENTS:
Location Map
Attorney Approved Bond
Ln
L
Q
x
LU
Farris Earl
From:
Stewart, Heather
Sent:
Monday, April 13, 2026 8:06 AM
To:
Hancock, Brandon; Farris, Earl
Cc:
Lombardi, Julie
Subject:
RE: Express Oil Fire Hydrant BOND
Attachments:
Maintenance Bond - Owasso.pdf
Good morning,
I have reviewed the Express Oil Fire Hydrant Maintenance Bond at your request. The attorney -in -fact
signature is authorized, the surety is licensed to do business in Oklahoma, and the amount of the
bond is well within the surety's $162,818,000.00 underwriting limitation. Therefore, the bond is
approved.
Thank you, have a great day!
Heather Stewart
Executive Assistant
Office of the City Manager & City Attomey
918-376-1515
From: Hancock, Brandon <BHancock@CityOfOwasso.com>
Sent: Monday, April 13, 2026 8:02 AM
To: Stewart, Heather <hstewart@CityOfOwasso.com>; Farris, Earl <efarris@CityOfOwasso.com>
Subject: FW: Express Oil Fire Hydrant BOND
Heather
Please review and reply to all your finding on if the attached bond is approvable.
Thanks
Brandon Hancock
From: Kaden Gist <Laden@madewell-construction.com>
Sent: Thursday, July 17, 2025 12:52 PM
To: Hancock, Brandon <BHancock@CitvOfowasso.com>; Paul Hubbard <paul@madewell-construction.com>
Cc: Jordan Madewell <iordan@madewe] l-construction.com>; Farris, Earl <efarris CityOfOwasso.Com>
Subject: Re: Express Oil Fire Hydrant
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize ine
sender and know the content is safe.
Good afternoon Brandon,
Please seethe attached document for the Bond at the Express Oil Change. Let me know if there is any
other information you need from our side.
Thankyou,
Maintenance Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
Bond No: 2299189
KNOW ALL MEN BY THESE PRESENTS, That we Madewell Construction Inc. as
Principal (Developer and Contractor), and West Bend Insurance Co. as Surety, are held
and firmly bound unto the City of Owasso, Oklahoma, as Obligee, in the penal sum of
Seventeen Thousand Two Hundred and Nine Dollars ($17,209.00) to which payment will
and truly to be made, we do bind ourselves, and each of our heirs, executors,
administrators, successors, and assigns jointly and severally, firmly by these presents.
WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the
period of TWO YEARS after Final approval of Express Oil located at 9401 N
Gannett Rd Owasso, OK 7405i, a privately financed public improvement, and
acceptance of such by the City Council of the City of Owasso, Oklahoma, against
all defects in workmanship and materials which may become apparent in such
privately financed public improvement during said period.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that the
Principal and/or Surety shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship in the privately financed
public improvement which may become apparent during the said period
SIGNED, SEALED, AND DATED: July 15, 2025
IN
INC,
D INSURANCE CjpMP�NY, Surety
BY: ���� L2Z' # Attorney -in -Fact
barfin J. Weber 7
Attach Power of Attorney
ihdEST BEND
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact West Bend Insurance Company:
1-800-760-9250
You may also write to West Bend Insurance Company
at:
Attn: Claims/Surety Department
1900 S. 18th Avenue
West Bend, WI 53095
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: vrv.,rv.tdi-te;:as.
E-mail
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the agent or the
company first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND;
This notice is for information only and does not
become a part or condition of the attached document.
AVISO IMPORTANTE
Para obtenerinformacion o Para presentaruna
queja:
Usted puede comunicarse con su West Bend
Insurance Company:
1-800-760-9250
Usted tambien puede escribir a West Bend Insurance
Company at:
Attn: Claims/Surety Department
1900 S.18th Avenue
West Bend, WI 53095
1-800-252-3439
Puede escribir al Departamento de Seguros de Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 4904007
Web:,:•wr
E-mail: onst ?ict . +i i ; Idi ,exas c,c,,
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo. debe comunicarse con el agente o la
compania primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU FIANZA DE GARANTIA:
Este aviso es solo para proposito de information y no
se convierte en parte o condition del documento
adjunto.
NB 1671 08 23 Page 1 of 1
1900 S 18th Avenue I West Bend, WI 53095 1 Phone: (800) 236-5010 1 Fax: (877) 674-2663 1 wvv w thesilverlining corn
Bond No. 2299189
POWER OF ATTORNEY
Know all men by these Presents, that West Bend Insurance Company (formerly known as West Bend Mutual Insurance Company prior to 11112024). a
corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint.
Julie Baumberger Amber Jones. Doreen Mack. April Penny. Damn J Weber
lawful Attorneys) -in -fact, to make. execute, seal and deliver for and on its behalf as surety and as its act and deed any and ail bonds, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of Thirty Million Dollars ($30 000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Insurance Company by unanimous consent resolution effective the 1.' day of January 2024.
Appuintmcnt The prrsid,v;t•a'dnstee pr'esrdent,nru:n'i'rher ni;it'er'plVest 0end lnsuran'e Corrgamt, mrr. appn:ut I,%
u rltrerr ii rTr/iran•:I ruru.•coln-lvtrt nr asr:rn henall nl rite aanpam in rile exma: riun rq and aac.anR +i b..r,,I. and ;md o rime
wrirren ahl rlatm instrurt:rne. of like oaths•, The syinu.ure ut'am uf:irrr wrtli,ax.m he,ef'l and the a•rpr;ra;r caul mall he affixsf irt.
/o�s:mT atni, such rower afaerurnt -.'fu om 'i"t"'Icate n•hmni term;n and atr. Such lu,:o,ru;-a•rnnna erraeriearehin-giyVia h
¢rr3:rrr,le s,ptumnsrrr`te,urm'r n,r nulls aht and nutdinq[grin h-urmpr u. an.lal szleh potvercn 4ayruteJ and ut--r-ed iq u'•solar
s(gnamras and shall be.alnl and Un"n the mnipaa:rthetuneruxtu resp_cr m 'alt.huml urn urn Jurkm-) or'nrhrr
sritirgi nhllgrtrnrt ra nature to which it I., tchr;i.:?n'sli:nr:ppuuurcanr roar t;;...�..nt;,•djo, cansr, r.::wrrumr;-ause, he are said e;;:.coat
any time.
Any reference to West Bend Mutual Insurance Company in any Bond and all continuations thereof shall be considered a reference to West Bend
Insurance Company
In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be
hereto duly attested by its secretary this 1st day of January 2024 ,,mu,
:1ue.[
(•hn tnphcr( %wy att a IZ, bert J. J acqucs
State of Wisconsin
County of Washington
On the 1- day of January2024, before me personally came Robert Jacques, to me known being by duly sworn, did depose and say that he is the
President of West Bend Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the
said corporation; that the seal affixed to said instrument is such corporate seal, that is was so affixed by order of the board of directors of said
corporation and that he signed his name thereto by like order
yy
.'rye p08Or- �`_`= I cad Clap rr tv kt[nmc!
Ot W1566�` No[alry Public, u.tshin„t n
r..•.^ ',1V t;ummivniun ie Pcrmancnt
The undersigned, duty elected to the office stated below, now the incumbent in West Bernd insurance Company, a Wisconsin corporator authorized
to make this certificate. Do Hereby Cabby that the foregoing attached Power of Attorney remairs m full force effect and has not been revoked and that
the Resolution of the Board of Directors set forh in the Power of Attorney is now in force
Signed and sealed at West Bend. Wisconsin this5th day of July 2025
aunrna.,
a,"",gURar+,�'o,
=sT i0- Chrisurphcr(:. Zwygart
SEAL .< a
..Vrant+0"`a
1900 S 18th Avenue ; West Bend, WI 53095 ; Phone. (800) 236-5010 : Fax t877) 674-2663 W." thesevedining corn
sd
TO:
FROM:
SUBJECT:
DATE:
The Honorable Mayor and City Council
Wendy Kramer, City Planner
Final Plot -MCD Owasso #0350474
May 1, 2026
BACKGROUND:
The Community Development Department received an application for review and approval of a final
plat for MCD Owasso #0350474, a proposed commercial subdivision. The subject property is located
north of the northeast corner of East 86th Street North and North 1451h East Avenue and is zoned
Commercial Shopping (CS) under OPUD-15A.
SUBJECT PROPERTY/PROJECT DATA:
Property Size
1.136 acres +/-
Current Zoning
Commercial Shopping (CS)
Present Use
Vacant
Proposed Use
Commercial
Lots/Blocks
1 Lot/1 Block
Land Use Master Plan
Commercial
Within a Planned Unit
Development PUD ?
Yes, OPUD-15A
Within an Overlay
District?
No
Water Provider
Rogers County Rural Water District #3
Applicable Paybacks
Storm Siren Fee ($50.00 per acre)
Elm Creek Relief Payback Area 1,580.00 per acre
ANALYSIS:
• The subject property was annexed into the Owasso city limits with Ordinance 582 in 1998.
• This is a one (1) lot, one (1) block combined preliminary/final plat for a commercial
development.
o The proposed lot, as depicted on this plat, meets the bulk and area requirements
stipulated in the Owasso Zoning Code and OPUD-15A document for CS -zoned
property.
• The Owasso Planning Commission reviewed the preliminary plat for this subject property at their
regular meeting on April 13, 2026.
• There will be one (1) point of access for this subdivision off of North 1451h East Avenue.
o The proposed access point appears to meet the separation requirements from other
surrounding points of access outlined in Chapter 11 of the Owasso Zoning Code.
o The plat also depicts a mutual access easement running north -south, adjacent to North
1451h East Avenue, to facilitate access to surrounding properties.
• Detention and drainage for the subject property will be provided via a forty-eight (48)-fool
drainage easement located along the eastern boundary of the property.
• Perimeter and interior utility easements are shown on the plat, allowing utility companies
adequate access to service the subdivision.
Final Plat -MCD Owasso #0350474
Page 2
• The City of Owasso will provide police, fire, ambulance, and sanitary sewer services to the
property. Rogers County Rural Water District #3 will provide water services.
• Any development that occurs on the subject property must adhere to all subdivision, zoning,
and engineering requirements.
SURROUNDING ZONING AND LAND USE:
Direction
Zoning
Use
Land Use Plan
Jurisdiction
North
Residential
Vacant
Commercial
City of Owasso
iMulti-Family
South
Commercial Shopping
Commercial
Commercial
City of Owasso
East
Residential Multi -Family)
Vacant
Commercial
City of Owasso
(RMCommercial
Shopping
Vacant /
West
(CS) / Residential Single
Residential
Commercial /
City of Owasso
Family RS-2
Subdivision
Residential
PLANNING COMMISSION:
The Owasso Planning Commission voted 3-0 to recommend approval of this item at their regularly
scheduled meeting on April 13, 2026.
RECOMMENDATION:
In developing a recommendation, staff evaluated the final plat on the criteria outlined in Section 2.4
of the Owasso Subdivision Regulations. Following this evaluation, staff concluded that the subject plat
meets all legal requirements for approval.
As such, staff recommends approval of the final plat for MCD Owasso #0350474.
ATTACHMENTS:
Aerial Map
Final Plat - MCD Owasso #0350474
�Rpp 1
+h
U
.. IIN�LO
I � �
�y�`.
% F R Vol
l E; `4€ M w
.. (fly ate: P IA [3 t r r. M
1- � _i r Q
.ti_'., T.I:IF Fi :: '� - Vim. � ;I[� � '. gpt r �..a�,.i •-� � �$
— CW.B
1
� sl �� is r �'. u s � � �f 1 ✓ � 11 — � it � ' �-.
EY1nC9€7C1,� — i �s; iil rs'�f�i;�:
,E3 I >
rll
'a '
z '
�. � -cil. •� ��=�i'�J � I � � "�6 �' �ss7.iCq'7R'y; �f;:?i. r
y
fled
JS
u�
_-J
'(,;. � � ram`"` •' 1 n
r
„�t,,_ggg 2 P 3jj qq 3
ic"�!g yF ��gE 4_¢y3 `d 3!g-�Y'3 � i°!44 F Eps W dE33Yi�5�3�3Yi[¢ E53@1�
n3 n 1SYa € fi.gJ!4 °pe�gg 3gE a a d!g
e
E S!
C [P
e aa�a g
g 5 � eA3ig�P
i €
� � 5
- - --------
k 1 —�
I
s°s
II I
I
o II II
M
”
¢(U)
'$# g I I i, fib ��' 3a'
U e $ I I Sa m cj
H ¢� Ij
II pF II
I I (A I I
II
_____________________
li_ _ _ _ _ —
----- 'Sa--------- — —� ti
_ �aA _ _ �_ _ ,....,.r..w.,.,.m. Y
r--- ----- - -- - - - - - _ - _ g
----- --------------------------
I
e :rm'mm n �
— — -_r — 3/ mVISY34 NN18/ON�
Ha
v,
fix Uh
§ §y8Y'g9¢gg&'�a.ge x�§Yq6 mg gsg mma- xaBagLL o
w ;£dgAip�Seg9 a ®® 5y sy {I jp5°m a = g
2W gYgSN�g as q3 4� e.G §. k. 9igEa V £.3q
o Ei6�a�a?��§sg ga g�G�aygg ii(3 8,1 $�a F �pe a
W °E��gma§cCm§g E i� G 4 �G C 68
o 'ga�S� eE33 y§§; me� tlrtga �E"Gs €$§4ca l "a �+ � a a4
�s YiHIM lEIt
�$
W @ `xd
& p �gg' gg a d qq F3 $@pC d ,H 1ngea8�g"g X€1gG®€y c3 e § Ge3
Gage $aas jvg g ° @ g § = mn 14€ a a g
Mg;€E:1gg aia'@ &g�gagmG at` eg sy tG; ng
W G a § sq 4�� � as ��
e g m § g
W ag$e^""g�a'a4s ^i a 6�� as #eaE9 §g �' a ypg��g}
asa.3a HAY
Ygea g`g€i§ 1
1
$1 pg cag i ae m c;ma� Esa€€ IN
eet 3G
� €
Elie3 gg� 1ggg€ $� gg� ggp®gga9
gg k Eg
§ �ass11 jig iege$$ 1H gigc
gm gGa$a xIsg
§H - °9 14� Y IH, HIS y�gp.. GE@gagAg��¢g€
? G Sedaan Ggag3 &�@€9§9 g�9`9/
4n a$ F aagb MilY 2a @n4 i
c & � It
I a g 8 I g NMI
°gpG3xpb yy®g3e a{{GG2
ggyy@@$ig g@! gypg b g yggg°£@9°m� I EFgnFSi3Rg 43
34e4 @$5 § EB < gia3 a R - n
g asY s gq a^= gasggc £Vigil �xm °aG•g + x m.=m- • .•xxa s
it } a ca 3£° Gas c e nYzx g.-
� �3¢¢� $}� �°£ m a$8 §gEsp=�m� �"$�� g�.YpRRpgg [G gg(p5®e@�� $
€ x8Y ggBA 367fl R aui aBSG qa@G` ggSiY 5 Y"®S g "° °f `a g 6°9 O°@s #igg y '$8 g3 0
' Y. mm Fg a§ i.4 g€ -&€ °a§ a 9 Ygs. 888® ag`aaG$G g
nma 2g. §eg aaa3g5a "a a€ sq €g§g9� g Raggi a§gm
2G e8€ Y s a gn p-aW Yy 1411,114 §1301 &g GY, a'sa§ [ Yy G'€ ga ccm na3 Fp'e Y
mx� Y g Raa n 1q` aGe3 dy g.E�g maG $ gg9Y° gEa ; g3a #agga aYsgs9 Mitt cIN$aee
�€ Y a a$a pqk " 3 Gs GaEs y3� s a g d€ mac a �$"gGY�a g a511,1' G gegp@5EE
a$ 3€ gg F 3°a E° 4 Ml g m � � a� Y@ $ mGG' m€gs4
€ g eg €g S gags gg,.§ aga aE555§ g° gg4 FFF §eG! i SH ppxc°� bag mg m „
g gga $a gag g g f `e" It
1101,11 d g ¢ gear ag§ n x a 4'®° r�^ a as g §
as c meggwe g$ x aaggg�° "a ya 'a8 €a aggaG 9a$s gaG°a_5�ea$
I a €a� §A$ :a E ag gG :g a ega$ gill 1111111.1
a 3 Pg iY ^ @°@@a -
gg c a ag@ •€ £n4ig 4g% c g s n€a @msx a.p Gaa ga`ggg eY a5 $°
9 a§ a ss§ga Gag- Y€mGaew a a3gpaaaF mg to
'gc§$aagaSam 5m g
Y s §a Gp IOU gg n €< g^ e e a€ §§ Y $gr�ai g gg
ag as m$7 s �€ 3 ppay a a _ ^Ga 4 'g° aagae m y a °g�a ac mm&a,3 m�= g =e$#m• a
s c4"€ m Ge ec ?S 4 3sag E E $$ AW a ag a gGa g
g g@6e�a� Ye9i ggga §= am 3 Yaag ggs:a §aagm5 ^3=4 mm a g g$ yg a� a. a11
s m
a3 §§a aa,y @ g atlas s@ sg §y§: 5 ag' m g'm g GF I aaa `a cgPeaa"eam1'G s HIM
& e gs ae �gs $a x3Q a§ G`g ae N I, s arY ga g a&€ g g a LL€` man§ G:=agg@ g8� Yg
� Ell. MIN 11411s11 � eeH . 111 �
ga gg€ala 9 $. e 9 Inn aagYgg p4Eg amgg g g g a €� egg a#xg s sag Gg
ae aGaa a g ° as8a`=40p�araa$ a� aia@E$5®Qea ygygeag a zCa
G
gg Es .a cYY$a W g@4 ygg.gi m€g g aYa@ m$
gd lip 4 s g aI a se @gg5 Ea .sagge °2:Y m s g 1,1 3G 'gax am
8"o a- g i4ag 6 a€Emseaasg$ seaae eg@ gsg Eaa' a„ §� E
Yay �G s Q
e $€ a
e g eseG • n'.a �as �° ggg sP"a§ @ „aa: ga gsg'agQ Ga. yy°§gy°�pp g
F g'aae�
YQi n Y a $a .A' .§g eGm .9 gg#aa`aga g °m €�3�Y gag p gg4 FG�a mg-4
F G 6 993 tltl: a "- ag�E Sia�a€a�E$a a �9y� gS a S °€aaY�� a� agaa �"
Pill mSmkYY Yea de da Ggaa�a,m�a g a 'S a§
Y l!'I s aG € °° a ai%aka „ �a 9g^ a -g€. 3a S g 93 a €
,Ex i�i
TO: The Honorable Mayor and City Council
FROM: H. Dwayne Henderson, PE, City Engineer
SUBJECT: City of Owasso Pavement Management Program - Consultant Selection
DATE: May 1, 2026
BACKGROUND:
• In 1996, the City of Owasso had an evaluation performed of its street segments.
• Poe and Associates, Inc, Tulsa, OK (Poe) worked with staff to gather information across the
city on the existing condition of the roadway surfaces.
• The evaluation scored each road segment and established a score utilizing a pavement
condition index (PCI), based on a program called PAVER, a tool developed by the US Army
of Civil Engineers (USAGE).
• The evaluation required personnel to walk/drive each street segment and subjectively rate
each street based on criteria determined by the USACE. This method of street evaluation
was used for many years by many agencies.
• The evaluation recommended improvements to the street segments that could be used to
improve scoring. At the time, the Overall Condition Index (OCI) across the City of Owasso
streets was 75. Poe also determined that to keep the OCI score at 75, the City would need
to spend $1.7million annually in street maintenance.
• The City of Owasso could not fund $1.7 million annually, and the initial annual obligation of
$200,000 has since increased to $2.0 million today.
• From 2005-2018, staff utilized the data developed by Poe to rate the streets annually based
on the improvements made in that particular year, but also the deterioration of the streets
that were not getting improved. New street segments were added as they were
constructed by developments, arterials were widened, etc. The annual PCI and OCI
updates were determined by a pavement management software.
• In 2018, the software company dissolved, and efforts to find software to extract and
maintain the data were unsuccessful. As a result, staff exported the data into Excel and
have since relied on manual methods to evaluate street conditions.
• In 2024, staff determined a new street evaluation was needed by an independent
company using the newest scanning software (instead of manual inspections) that has
been improved immensely since 2005.
PAVEMENT MANAGEMENT PLAN SCOPE:
City staff developed a Request for Qualifications, which included a scope of work desired to be
included in the project. The scope requested is included below:
Provide video imagery and scans of the existing pavement of all arterials, collector, and
local streets within the city limits of Owasso. Other assets within the street right-of-way will
be scanned and can be extracted at a later date. Sidewalks will be scanned during the
Transportation Master Plan but utilized in the PMP project.
Evaluate the data from the video footage and scanning equipment surface distresses to
be collected and analyzed shall include, but are not limited to: fatigue, alligator cracks,
transverse cracks, edge cracks, block cracks, raveling, weathering, shoving, distortion,
potholes, bleeding, patching, and utility cuts.
Input findings into a pavement management software to determine the pavement
condition index (PCI) of each segment of street in a defined area. (Street segments are
defined as a section of street that begins and ends at the upstream and downstream
Pavement Management Program
Consultant Selection
Page 2
street. However, on occasion, the segment may end at a cul-de-sac or a dead-end that
is waiting for an extension into a future subdivision.)
PCI ratings for each street will be on a 0-100-point scoring system. Valuations of the
scoring system following the USACE ratings of:
85 - 100 Good
70 - 84 Satisfactory
55 - 69 Fair
40 - 54 Poor
25 - 39 Very Poor
10 - 24 Serious
1 - 9 Failed
• After the data is collected and the PCI established for each segment an improvement
recommendation will be derived for each street segment.
• Prioritize the recommended street segment improvements based on PCI, traffic volume,
street classification, project cost, and adjacent key destinations.
• Present data findings to the City regarding Overall Condition Index (OCI - which is the
rating of the City streets as a whole); what improvements are needed to maintain the
OCI for the next 5 years; what improvements need to be made to improve our OCI by 5
points for the next 5 years; assuming we score an OCI under 70 points, how do we
improve the streets to 70 and maintain them at that score; make recommendations on
new preventative maintenance techniques for treating our asphalt and concrete streets.
• Import data for pavement recommendations into an analysis software which allows City
personnel to track improvements and rate streets after they are improved. Software
access will be made available for 3 years as part of the initial fee and can be made
available for extended subscription service.
• Present executive summary of the program results at a work session.
SELECTION PROCESS:
Four (4) engineering firms prepared Statements of Qualifications (SOQs) for the project. The firms
that elected to participate were the following:
Kimley - Horn, Tulsa,
CEC, OKC
Poe and Associates, Tulsa
WSB, Tulsa
After evaluation of the SOQs, staff conducted interviews with a selected short-list of firms, which
included:
Kimley - Horn
CEC
Based on the SOQs and interviews, staff elected to negotiate a fee with Kimley Horn of $420,000
to perform the PMP.
FUNDING:
Funding is available in the Half -Penny Sales Tax Fund (Streets)
AxK0jM"' QITAIL•WF
Staff recommends approval of an Agreement for Engineering Services with Kimley-Horn and
Associates, Inc., of Tulsa, Oklahoma, in the amount of $420,000.00, and authorization to execute
all necessary documents.
ATTACHMENT:
Agreement for Engineering Services
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
THIS AGREEMENT, made and entered into this 5th day of May, 2026 between the City of Owasso,
Oklahoma, a Municipal Corporation, of Oklahoma, hereinafter referred to as CITY, and Kimley-Horn and
Associates, Inc. hereinafter referred to as ENGINEER;
WITNESSETH:
WHEREAS, CITY intends to create a Pavement Management Program hereinafter referred to as the
PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the PROJECT, hereinafter
referred to as the SERVICES; and,
WHEREAS, ENGINEER, is prepared to provide such SERVICES;
WHEREAS, funding is available for the PROJECT through the Owasso Street Budget;
NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows:
1. SCOPE OF PROJECT. The scope of the PROJECT is described in Attachment A, SCOPE OF
PROJECT, which is attached hereto and incorporated by reference as part of this AGREEMENT.
2. SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall perform the SERVICES
described in Attachment B, SCOPE OF SERVICES, which is attached hereto and incorporated by
reference as part of this AGREEMENT.
3. CITY'S RESPONSIBILITIES. CITY shall be responsible for all matters described in Attachment C,
RESPONSIBILITIES OF THE CITY, which is attached hereto and incorporated by reference as
part of this AGREEMENT.
4. COMPENSATION. CITY shall pay ENGINEER in accordance with Attachment D,
COMPENSATION, and further described in Attachment D.
5. SCHEDULE. ENGINEER shall perform the SERVICES described in Attachment B, SCOPE OF
SERVICES, in accordance with the schedule set forth in Attachment F, SCHEDULE, attached
hereto and incorporated by reference as part of this AGREEMENT.
6. STANDARD OF PERFORMANCE. ENGINEER shall perform the SERVICES undertaken in a
manner consistent with the prevailing accepted standard for similar services with respect to
projects of comparable function and complexity and with the applicable laws and regulations
published and in effect at the time of performance of the SERVICES. The PROJECT shall be
designed and engineered in a good and workmanlike manner and in strict accordance with this
AGREEMENT. All engineering work shall be performed by or under the supervision of
Professional Engineers licensed in the State of Oklahoma, and properly qualified to perform such
engineering services, which qualification shall be subject to review by CITY. Other than the
obligation of the ENGINEER to perform in accordance with the foregoing standards, no warranty,
either express or implied, shall apply to the SERVICES to be performed by the ENGINEER
pursuant to this AGREEMENT or the suitability of ENGINEER'S work product.
7. LIMITATION OF RESPONSIBILITY.
7.1. ENGINEER shall not be responsible for construction means, methods, techniques,
sequences, procedures, or safety precautions and programs in connection with the
PROJECT.
8. OPINIONS OF COST AND SCHEDULE.
8.1. Since ENGINEER has no control over the cost of labor, materials, equipment, or
services furnished by others, or over contractors', subcontractors', or vendors'
methods of determining prices, or over competitive bidding or market conditions,
ENGINEER'S cost estimates shall be made on the basis of qualifications and
experience as a Professional Engineer.
9. LIABILITY AND INDEMNIFICATION.
9.1. ENGINEER shall defend and indemnify CITY from and against legal liability for
damages arising out of the performance of the SERVICES for CITY, including but not
limited to any claims, costs, attorney fees, or other expenses of whatever nature where
such liability is caused by the negligent act, error, or omission of ENGINEER, or any
person or organization for whom ENGINEER is legally liable. Nothing in this paragraph
shall make the ENGINEER liable for any damages caused by the CITY or any other
contractor or consultant of the CITY.
9.2. ENGINEER shall not be liable to CITY for any special, indirect or consequential
damages, such as, but not limited to, loss of revenue, or loss of anticipated profits.
10. COMPLIANCE WITH LAWS. In performance of the SERVICES, ENGINEER shall comply with
applicable regulatory requirements including federal, state, and local laws, rules, regulations,
orders, codes, criteria and standards. ENGINEER shall procure the permits, certificates, and
licenses necessary to allow ENGINEER to perform the SERVICES. ENGINEER shall not be
responsible for procuring permits, certificates, and licenses required for any construction
unless such responsibilities are specifically assigned to ENGINEER in Attachment B, SCOPE
OF SERVICES.
11. INSURANCE.
11.1. During the performance of the SERVICES under this AGREEMENT, ENGINEER shall
maintain the following insurance:
11.1.1. General Liability Insurance with bodily injury limits of not less than $1,000,000
for each occurrence and not less than $1,000,000 in the aggregate, and with
property damage limits of not less than $100,000 for each occurrence and not
less than $100,000 in the aggregate.
11.1.2. Automobile Liability Insurance with bodily injury limits of not less than
$1,000,000 for each person and not less than $1,000,000 for each accident and
with property damage limits of not less than $100,000 for each accident.
11.1.3. Workers Compensation Insurance in accordance with statutory requirements
and Employers' Liability Insurance with limits of not less than $100,000 for each
occurrence.
11.1.4. Professional Liability Insurance to remain in effect during the PROJECT and the
term of any legal liability. Professional Liability coverage to be for a minimum of
$1,000,000, deductibles subject to approval by CITY.
12. ENGINEER shall furnish CITY certificates of insurance which shall include a provision that such
insurance shall not be canceled without at least 30 days written notice to the CITY.
13. OWNERSHIP AND REUSE OF DOCUMENTS.
13.1. All documents, including original drawings, estimates, specifications, field notes and data
shall become and remain the property of the CITY.
13.2. CITY'S reuse of such documents without written verification or adaptation by ENGINEER
for the specific purpose intended shall be at CITY'S risk.
14. TERMINATION OF AGREEMENT.
14.1. The obligation to continue SERVICES under this AGREEMENT may be terminated by
either party upon fifteen days written notice in the event of substantial failure by the other
party to perform in accordance with the terms hereof through no fault of the terminating
party.
14.2. CITY shall have the right to terminate this AGREEMENT, or suspend performance
thereof, for CITY'S convenience upon written notice to ENGINEER; and ENGINEER shall
terminate or suspend performance of SERVICES on a schedule acceptable to CITY. In
the event of termination or suspension for CITY'S convenience, CITY shall pay
ENGINEER for all SERVICES performed to the date of termination in accordance with
provisions of Attachment D, COMPENSATION. Upon restart of a suspended project,
ENGINEER's contract price and schedule shall be equitably adjusted.
15. NOTICE.
Any notice, demand, or request required by or made pursuant to this AGREEMENT shall be
deemed properly made if personally delivered in writing or deposited in the United States mail,
postage prepaid, to the address specified below.
To ENGINEER: Kimley-Horn and Associates, Inc.
1437 South Boulder Avenue, Suite 930
Tulsa, OK 74119
Attention: Rusty Akerman, P.E.
To CITY: CITY OF OWASSO
10102 East 116th Street North
Owasso, Oklahoma 74055
Attention: Roger Stevens, Public Works Director
15.1. Nothing contained in this Article shall be construed to restrict the transmission of routine
communications between representatives of ENGINEER and CITY.
16. UNCONTROLLABLE FORCES. Neither CITY nor ENGINEER shall be considered to be in default
of this AGREEMENT if delays in or failure of performance shall be due to forces which are beyond
the control of the parties; including, but not limited to: fire, flood, earthquakes, storms, lightning,
epidemic, war, riot, civil disturbance, sabotage; inability to procure permits, licenses, or
authorizations from any state, local, or federal agency or person for any of the supplies, materials,
accesses, or services required to be provided by either CITY or ENGINEER under this
AGREEMENT; strikes, work slowdowns or other labor disturbances, and judicial restraint.
17. SEVERABILITY. If any portion of this AGREEMENT shall be construed by a court of competent
jurisdiction as unenforceable, such portion shall be severed herefrom, and the balance of this
AGREEMENT shall remain in full force and effect.
18. INTEGRATION AND MODIFICATION. This AGREEMENT includes Attachments A, B, C, D, E,
and F and represents the entire and integrated AGREEMENT between the parties; and
supersedes all prior negotiations, representations, or agreements pertaining to the SCOPE OF
SERVICES herein, either written or oral. CITY may make or approve changes within the general
Scope of Services in this AGREEMENT. If such changes affect ENGINEER's cost of or time
required for performance of the services, an equitable adjustment will be made through an
amendment to this AGREEMENT. This AGREEMENT may be amended only by written
instrument signed by each of the Parties.
19. DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between the ENGINEER and
the CITY over the interpretation or application of the terms of this AGREEMENT, the matter shall
be referred to the City's Director of Public Works for resolution. If the Director of Public Works is
unable to resolve the dispute, the matter may, in the Directors discretion, be referred to the City
Manager for resolution. Regardless of these procedures, neither party shall be precluded from
exercising any rights, privileges or opportunities permitted by law to resolve any dispute.
20. ASSIGNMENT. ENGINEER shall not assign its obligations undertaken pursuant to this
AGREEMENT, provided that nothing contained in this paragraph shall prevent ENGINEER from
employing such independent consultants, associates, and subcontractors as ENGINEER may
deem appropriate to assist ENGINEER in the performance of the SERVICES hereunder.
21. APPROVAL. It is understood and agreed that all work performed under this AGREEMENT shall
be subject to inspection and approval by the Public Works Department of the City of Owasso, and
any plans or specifications not meeting the terms set forth in this AGREEMENT will be replaced or
corrected at the sole expense of the ENGINEER. The ENGINEER will meet with the CITY staff
initially and will be available for public meetings and CITY presentations.
22. KEY PERSONNEL. In performance of the SERVICES hereunder, ENGINEER has designated
Rusty J. Akerman. P.E. as Project Manager for the PROJECT. ENGINEER agrees that
no change will be made in the assignment of this position without prior approval of CITY.
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies on the
respective dates herein below reflected to be effective on the date executed by the Mayor of the City of
Owasso.
APPROVED:
KIMLEY-HORN AND ASSOCIATES, INC.
By:
Scott Arnold, Vice President
Date
CITY OF OWASSO, OKLAHOMA
Juliann Stevens, City Clerk , Mayor
Date
APPROVED AS TO FORM:
Julie Lombardi, City Attorney
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Scope of Project
Attachment A
SCOPE OF PROJECT. The PROJECT shall consist of civil engineering SERVICES described
as follows:
The PROJECT shall consist of the professional services related to creating the CITY's pavement
management program, consisting of the following:
Provide video imagery and scans of the existing pavement of all arterials, collector and local
streets within the CITY limits of Owasso.
Evaluate the data from the video footage and scanning equipment surface distresses to be
collected and analyzed shall include but are not limited to: fatigue, alligator cracks, transverse
cracks, edge cracks, block cracks, raveling, weathering, shoving, distortion, potholes,
bleeding, patching, and utility cuts.
Input findings into a pavement management software to determine the pavement condition
index (PCI) of each segment of street in defined area. (Street segments are defined as a
section of street that begins and ends at the upstream and downstream street. However, on
occasion the segment may end at a cul-de-sac or a dead-end that is waiting for an extension
into a future subdivision.)
PCI ratings for each street will be on a 0-100 point scoring system. Valuations of the scoring
system following the USACE ratings of:
85 - 100 Good
70-84
Satisfactory
55-69
Fair
40-54
Poor
25 — 39
Very Poor
10-24
Serious
1 — 9
Failed
After the data is collected and the PCI established for each segment an improvement
recommendation will be derived for each street segment.
Prioritize the recommended street segment improvements based on PCI, traffic volume,
street classification, project cost, and adjacent key destinations.
Present data findings to the CITY regarding Overall Condition Index (OCI —which is the
rating of the CITY streets as a whole); what improvements are needed to maintain the OCI
for the next 5 years; what improvements need to be made to improve our OCI by 5 points for
the next 5 years; assuming we score an OCI under 70 points, how do we improve our streets
to 70 and maintain them at that score; make recommendations on new preventative
maintenance techniques for treating our asphalt and concrete streets.
Import data for pavement recommendations into an analysis software which allows CITY
personnel to track improvements and rate streets after they are improved. Software access
will be made available for 3 years as part of the initial fee and be made available for extended
subscription service.
• Present executive summary of the program results at a work session.
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Scope of Services
Attachment B
B. Basic Services of ENGINEER. The basic services of the ENGINEER will consist of
the following tasks:
B. 1. Project Administration
B.1.1. Project Status Reports and Invoicing. Kimley-Horn will prepare and submit
monthly status reports regarding project schedule and critical tasks and
prepare monthly invoices.
B.1.2. Project Meetings. Kimley-Horn will prepare for and attend up to three (3)
meetings with CITY staff. It is anticipated that one (1) meeting will be a
project kickoff to introduce project stakeholders, review the project scope,
and discuss CITY priorities to be addressed with the project. The remaining
two (2) meetings will be following the completion of data collection and
following the final report submittal. Meetings may be conducted virtually or in -
person at the discretion of the CITY.
It is assumed Task 1 — Project Administration will last twelve (12) months. Additional
Project Administration will be considered Additional Services.
B.2. Data Collection
B.2.1. Roadway Network Definition. Prior to beginning data collection, Kimley-Horn
will work with the CITY to develop an inventory of its existing roadway
network. In coordination with the CITY, we will compile relevant inventory
data related to roadway surface type, segmentation limits (to/from streets),
lane widths, presence of curb and gutter, presence of sidewalk, work history,
and other maintenance and rehabilitation efforts. This process will result in a
GIS shapefile with block -to -block linear segmentation while also identifying
which roadway segments will be collected in both directions. Based on
preliminary estimates, we anticipate data collection on a total of no more than
three hundred twenty-five (325) miles of CITY -maintained roadway.
B.2.2. Pavement and Asset Data Collection. Pavement and asset data collection
will be coordinated with the CITY in advance of data collection according to
the roadway network defined in Task Data collection will be completed by
ICC using its IrisPRO Pave data collection vehicle that is equipped with a
laser crack measurement system (LCMS-2), inertial profiler, and Ladybug 5+
right-of-way imaging system. Pavement data will be collected in accordance
with ASTM D6433 standards. Collection will generally occur in one direction
unless otherwise identified by the CITY. Presence of sidewalk inventory will
be provided as part of the asset inventory.
It is assumed the Roadway Network will include only CITY -owned and
maintained infrastructure totaling up to 400 centerline street miles.
B.3. Reporting
B.3.1. Pavement Condition Index. Kimley-Horn will use the data collected in Task
2.2 to establish a Pavement Condition Index (PCI) in accordance with ASTM
D6433. Pavement performance models will be developed based on current
conditions, surface type, functional classification, and past work history.
B.3.2. Maintenance Project Prioritization. Kimley-Horn will use the data collected in
Tasks 2 and 3.1 to recommend maintenance or rehabilitation projects. Each
segment will receive a recommendation based on CITY -approved
maintenance activities. Recommended projects will be sorted based on
priorities established with the CITY during Task 1.2. Priorities may include,
but are not limited to, PCI, traffic volume, street classification, project cost, or
adjacent key destinations.
B.3.3. Maintenance Project Summary. Kimley-Horn will prepare a summary
document describing each project recommendation. The document will
identify the location of each project, the recommended maintenance
activities, and an engineer's opinion of probable cost.
In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for each project, Kimley-Horn has no control over
cost or price of labor and materials; unknown or latent conditions of existing
equipment or structures that may affect operation or maintenance costs;
competitive bidding procedures and market conditions; time or quality of
performance by third parties; quality, type, management, or direction of
operating personnel; and other economic and operational factors that may
materially affect the ultimate project cost or schedule. Therefore, Kimley-
Horn makes no warranty that the CITY's actual project costs, financial
aspects, economic feasibility, or schedules will not vary from the Consultant's
opinions, analyses, projections, or estimates.
B.3.4. Assessment Report. Kimley-Horn will develop an Executive Summary that
discusses the data collection methodology, data collection results, up to four
(4) budget analysis scenarios, and maintenance and repair priorities. The
report will summarize pavement and asset inventories while providing
recommendations on strategies for structuring an asset management
program over the next five (5) years. Kimley-Horn will provide draft and final
versions and assumes that one round of non -conflicting comments will be
reflected in the final version of the Executive Summary
B.3.5. Deliverables. In addition to the report documents and presentation files,
Kimley-Horn will deliver final GIS shapefiles and map packages to the CITY
containing relevant roadway and asset inventories. Files will be provided in
.SHP and .MPK file formats and will be suitable for integration into the CITY's
existing GIS platform.
B.4. Drive Implementation. Kimley-Horn will provide a user login for the CITY to access
the DRIVE software. DRIVE incorporates a user interface (UI) for maintaining repair
and treatment data, exporting and viewing data, and performing pavement repair and
analysis functions.
Following initial configuration and integration of CITY data into DRIVE, Consultant will
meet with the CITY to demonstrate software features and provide training for CITY
staff to operate the system independently. Consultant will provide up to two hours of
virtual training on DRIVE software operation. DRIVE is web -based and will allow
CITY staff to access the site remotely. The initial licensing period will remain in effect
for three (3) years after logins are provided and can be renewed by the CITY on an
annual basis.
Access to ICC's InformT" web interface, including roadway imagery and 360-degree
panoramic viewing, will be provided for three (3) years from the initial access date.
Kimley-Horn will also provide up to six (6) hours of extensive in -person, hands-on
training for up to four (4) CITY staff who will be maintaining the system. Training will
include:
• Introduction to pavement and infrastructure management principles
• Review of pavement distresses
• Review of network inventory and condition data collection procedures
• Overview of system operation, data entry, and report generation
• Hands-on instruction with CITY staff entering inventory data and distress data into the
system
• Review of standard reporting functions and outputs
The training will be structured in two parts:
• System Operation and Data Entry — CITY staff will practice entering inventory
and condition data, beginning with field data and continuing with distress
data entry. Standard report generation will also be included in this session.
• Decision -Making and Application of Data — CITY staff will learn how to apply
collected data to the decision -making process. This will include applying
maintenance strategies to roadway segments using factors such as distress
type, street classification, and overall network condition. Consultant will
provide instruction on the use of system -generated reports to support
maintenance and rehabilitation planning, work prioritization, and budget
optimization.
Kimley-Horn will provide documentation related to software programs, data entry
procedures, and pavement reports to the CITY for reference.
Deliverables:
• DRIVE database access
• Training and presentation to CITY staff
B.5. Additional Services
Services not specifically identified in the Scope of Services above shall be
considered Additional Services and shall be performed on an individual basis upon
authorization by the CITY. Compensation for additional services will be agreed to
prior to their performance. Such services shall include, but are not limited to, the
following:
• Geotechnical investigations, including coring and boring
• Ground -penetrating radar (GPR) investigations
• Non-destructive testing (NOT)
• Structural inspections on bridges
• Pavement condition evaluations beyond the scoped mileage up to 400 centerline
street miles
• Pavement design services
• Extraction of other assets from right-of-way imagery
• Public meetings
• Preliminary or final design of roadway or utility improvements
• Others as requested by the CITY
B.6. Information Provided By CITY
The CITY shall provide Kimley-Horn with information related to the previous
pavement management program and related GIS files. Kimley-Horn shall be entitled
to rely on the completeness and accuracy of all information provided by the CITY.
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Responsibilities of the City
Attachment C
RESPONSIBILITIES OF THE CITY. The CITY agrees:
C.1. Reports, Records, etc: To furnish, as required by the work, and not at the expense
of the ENGINEER:
C.1.1. Records, reports, studies, plans, drawings, and other data available in the
files of the CITY that may be useful in the work involved under this
AGREEMENT.
C.1.2. ENGINEER will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CITY.
C.2. Access: Provide access to public and private property when required in performance
of ENGINEER's services.
C.3. Staff Assistance: Designate the City Engineer (or another individual designated in
writing) to act as its representative in respect to the work to be performed under this
AGREEMENT, and such person shall have complete authority to transmit
instructions, receive information, interpret and define CITY'S policies and decisions
with respect to materials, equipment, elements and systems pertinent to the services
covered by this AGREEMENT.
C.3.1. Furnish staff assistance in locating, both horizontally and vertically, existing
CITY owned utilities and in expediting their relocation as described in
Attachment B. Further, CITY will furnish assistance as required in obtaining
locations of other utilities, including excavations to determine depth.
C.3.2. Furnish legal assistance as required in the preparation of bidding,
construction and other supporting documents.
CA. Review: Examine all studies, reports, sketches, estimates, specifications, drawings,
proposals and other documents presented by ENGINEER and render in writing
decisions pertaining thereto within a reasonable time so as not to delay the services
of ENGINEER.
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Compensation
Attachment D
COMPENSATION. The CITY agrees to pay, as compensation for services set forth in
Attachment B, the following fees, payable monthly as the work progresses; and within 30
calendar days of receipt of invoice. ENGINEER shall submit monthly invoices based upon
actual hours or work, invoiced according to the Rate Schedule provided in ATTACHMENT
E, completed at the time of billing. Invoices shall be accompanied by such documentation as
the CITY may require in substantiation of the amount billed.
D.1. Total Compensation
For the work under this project the total lump sum including direct costs and
subconsultant services shall be Four Hundred Twenty Thousand and No/100
420.000 which amount shall not be exceeded without further written authorization
by CITY.
D.2. Subconsultants and Other Professional Associates: Services of subcontractors and
other professional consultants shall be compensated for at actual cost. Use of sub -
consultants must be authorized in advance by CITY.
D.3. Other Direct Costs
D.3.1. Travel and subsistence shall be compensated for at actual cost. Local travel
by personal or firm automobile shall be compensated for at the rate currently
allowed by the IRS.
D.3.2. Printing expenses shall be compensated for as shown in ATTACHMENT E.
D.3.3. Any other direct costs shall be compensated for at actual when authorized in
advance by CITY.
DA. Additional Services: Unless otherwise provided for in any accepted and authorized
proposal for additional services, such services shall be compensated for on the same
basis as provided for in Attachment D.
D.5, Terminated Services: If this AGREEMENT is terminated, ENGINEER shall be paid
for services performed to the effective date of termination.
D.6. Conditions of Payment
D.6.1. Progress payments shall be made in proportion to services rendered and
expenses incurred as indicated within this AGREEMENT and shall be due
and owing within thirty days of ENGINEER'S submittal of his progress
payment invoices.
D.6.2. If CITY fails to make payments due ENGINEER within sixty days of the
submittal of any progress payment invoice, ENGINEER may, after giving
fifteen days written notice to CITY, suspend services under this
AGREEMENT.
D.6.3. If the PROJECT is delayed, or if ENGINEER'S services for the PROJECT are
delayed or suspended for more than ninety days for reasons beyond
ENGINEER'S control, ENGINEER may, after giving fifteen days written notice
to CITY, request renegotiation of compensation.
10
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Billing Rate Sheet
Attachment E
Classification
Rate
Analyst
$175 - $260
Professional
$250 - $315
Senior Professional 1
$275 - $380
Senior Professional II
$370 - $400
Senior Technical Support
$170 - $295
Support Staff
$115 - $160
Technical Support
$130 - $165
Effective through June 30, 2026
Subject to adjustment thereafter
11
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Schedule
Attachment F
F. SCHEDULE. The schedule for general engineering services for the PROJECT is
provided as follows:
Notice to Proceed Tentative Date
May 2026
Task 1
Project Administation
June 2026
Task 2
Data Collection
July 2026
Task 3
Reporting
December 2026
Task 4
Drive Implementation
December 2026
12
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
PAVEMENT MANAGEMENT PROGRAM
Insurance Certificate
Attachment G
13
C._� _sue
TO:
The Honorable Mayor and City Council
FROM:
H. Dwayne Henderson, PE, City Engineer
SUBJECT:
City of Owasso Transportation Master Plan - Consultant Selection
DATE:
May 1, 2026
BACKGROUND:
In 2015, the City of Owasso adopted the first Transportation Master Plan (TMP) for projected
improvements to the City's transportation system for 5, 10, and 20 years, and has followed
the TMP closely.
Projects implemented since the adoption of the original TMP:
Street Name
Start
End
Status
E. 8P Street N
Main Street
Garnett Road
60% Design
E. 86h Street N
East Service Road
West Service Rd
Awaiting STP Funding
E. 86fh Street N
N. 1451h E. Ave
N. 161 st E. Ave
Awaiting Funds
E. 86+ Street N
N. 161 st E. Ave
Intersection
75% Design
E. 961h Street N
N. Mingo Road
N. Garnett Road
60% Design
E. 961h Street N
N. Garnett Road
US Hwy 169 Bridge
Under Construction
E. 961h Street N
US Hwy 169 Bridge
N. 129th E. Ave
Completed
E. 96th Street N
N. 145th E. Ave
Intersection
Going to Bid
E 961h Street N
N. 134th E. Ave
N. 145th E. Ave
90% Design
E. 1061h Street N
N. 129th E. Ave
Intersection
Under Construction
E. 106+h Street N
N. 129th E. Ave
N. 145th E. Ave
90% Design
E. 116th Street N
N. Mingo Road
US Hwy 169
Completed
Main Street
Broadway
1 l+h Street
Completed
Garnett Road
E. 1061h Street N
E. l 161h Street N
Under Construction
N. 1351h E. Ave
E. 1061h street N.
E. 116th Street N.
Completed
Transportation Master Plan
Consultant Selection
Page 2
MASTER PLAN SCOPE:
City staff developed a Request for Qualifications, which included a scope of work desired to be
included in the project. The scope included a base scope with several additive alternates,
which are included below:
Base Scope: Evaluate collector roads, service roads, arterial roads for future expansion needs;
Evaluate intersection expansions, signalizations, and timing evaluation needs; Interchange on -off
ramp evaluations; Railroad solutions at East 761h Street North and the SK&O Railroad; Evaluate
future/alternate roadways to reduce traffic congestion in Owasso.
Additive Alternate No. 1: A detailed study to determine the lane needs on East 861h Street North
from North Garnett Road to North I I91h East Avenue to reduce traffic congestion already being
experienced in this road section.
Additive Alternate No. 2: Model an updated signal timing plan for East 861h Street North, Mingo
to North 1291h East Avenue, to determine the most efficient settings for the next 10 years.
Additive Alternate No. 3: Provide a sidewalk inventory identifying the gaps in the system.
Additive Alternate No. 4: Determine and recommend the best locations for future on -street
parking in the downtown area.
Additive Alternate No. 5: Evaluate the INCOG Go Plan for multi -model traffic and incorporate
the suggested Owasso needs into the TMP.
Additive Alternate No. 6: Provide an inventory of missing or non-ADA Ramps in the system.
SELECTION PROCESS:
Six (6) engineering firms were invited to prepare Statements of Qualifications (SOQs) for the
project. The firms that elected to participate were the following:
Kimley - Horn, Tulsa,
Freese -Nichols, Tulsa
Garver, Tulsa
HDR, Tulsa
WSB, Tulsa
Olsson. Tulsa
After evaluation of the SOQs, staff conducted interviews with a selected short-list of firms, which
included:
Kimley - Horn, Tulsa
Freese -Nichols, Tulsa
Garver, Tulsa
Based on the SOQs and interviews, the staff negotiated a
perform the Base Scope, and Additive Alternatives Numbers
FUNDING:
fee with Kimley Horn of $400,000 to
1,2,3,and 4.
Funding is available in the Half -Penny Sales Tax Fund (Streets).
Transportation Master Plan
Consultant Selection
Page 3
RECOMMENDATION:
Staff recommends approval of an Agreement for Engineering Services with Kimley-Horn and
Associates, Inc., of Oklahoma City, Oklahoma, in the amount of $400,000.00 for the base scope
of work and additive alternatives 1, 2, 3, and 4, and authorization to execute all necessary
documents.
ATTACHMENT:
Agreement for Engineering Services
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
THIS AGREEMENT, made and entered into this 5th day of May, 2026 between the City of Owasso,
Oklahoma, a Municipal Corporation, of Oklahoma, hereinafter referred to as CITY, and Kimley-Horn and
Associates, Inc. hereinafter referred to as ENGINEER;
WITNESSETH:
WHEREAS, CITY intends to prepare an update to the Transportation Master Plan (TMP), prepare a capacity
study for East 8611 Street, update traffic signal timing plan for East 861h Street, complete an inventory of
sidewalk facilities, and review on -street parking facilities in Downtown Owasso, hereinafter referred to as the
PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the PROJECT, hereinafter referred
to as the SERVICES; and,
WHEREAS, ENGINEER, is prepared to provide such SERVICES;
WHEREAS, funding is available for the PROJECT through the Owasso Street Budget;
NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows:
1. SCOPE OF PROJECT. The scope of the PROJECT is described in Attachment A, SCOPE OF
PROJECT, which is attached hereto and incorporated by reference as part of this AGREEMENT.
2. SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall perform the SERVICES
described in Attachment B, SCOPE OF SERVICES, which is attached hereto and incorporated by
reference as part of this AGREEMENT.
3. CITY'S RESPONSIBILITIES. CITY shall be responsible for all matters described in Attachment C,
RESPONSIBILITIES OF THE CITY, which is attached hereto and incorporated by reference as part of
this AGREEMENT.
4. COMPENSATION. CITY shall pay ENGINEER in accordance with Attachment D, COMPENSATION,
and further described in Attachment D.
5. SCHEDULE. ENGINEER shall perform the SERVICES described in Attachment B, SCOPE OF
SERVICES, in accordance with the schedule set forth in Attachment F, SCHEDULE, attached hereto
and incorporated by reference as part of this AGREEMENT.
6. STANDARD OF PERFORMANCE. ENGINEER shall perform the SERVICES undertaken in a manner
consistent with the prevailing accepted standard for similar services with respect to projects of
comparable function and complexity and with the applicable laws and regulations published and in
effect at the time of performance of the SERVICES. The PROJECT shall be designed and
engineered in a good and workmanlike manner and in strict accordance with this AGREEMENT. All
engineering work shall be performed by or under the supervision of Professional Engineers licensed in
the State of Oklahoma, and properly qualified to perform such engineering services, which qualification
shall be subject to review by CITY. Other than the obligation of the ENGINEER to perform in
accordance with the foregoing standards, no warranty, either express or implied, shall apply to the
SERVICES to be performed by the ENGINEER pursuant to this AGREEMENT or the suitability of
ENGINEER'S work product.
7. LIMITATION OF RESPONSIBILITY.
7.1. ENGINEER shall not be responsible for construction means, methods, techniques,
sequences, procedures, or safety precautions and programs in connection with the
PROJECT.
8. OPINIONS OF COST AND SCHEDULE.
8.1. Since ENGINEER has no control over the cost of labor, materials, equipment, or services
furnished by others, or over contractors', subcontractors', or vendors' methods of
determining prices, or over competitive bidding or market conditions, ENGINEER'S cost
estimates shall be made on the basis of qualifications and experience as a Professional
Engineer.
9. LIABILITY AND INDEMNIFICATION.
9.1. ENGINEER shall defend and indemnify CITY from and against legal liability for damages
arising out of the performance of the SERVICES for CITY, including but not limited to any
claims, costs, attorney fees, or other expenses of whatever nature where such liability is
caused by the negligent act, error, or omission of ENGINEER, or any person or
organization for whom ENGINEER is legally liable. Nothing in this paragraph shall make
the ENGINEER liable for any damages caused by the CITY or any other contractor or
consultant of the CITY.
9.2. ENGINEER shall not be liable to CITY for any special, indirect or consequential damages,
such as, but not limited to, loss of revenue, or loss of anticipated profits.
10. COMPLIANCE WITH LAWS. In performance of the SERVICES, ENGINEER shall comply with
applicable regulatory requirements including federal, state, and local laws, rules, regulations, orders,
codes, criteria and standards. ENGINEER shall procure the permits, certificates, and licenses
necessary to allow ENGINEER to perform the SERVICES. ENGINEER shall not be responsible for
procuring permits, certificates, and licenses required for any construction unless such responsibilities
are specifically assigned to ENGINEER in Attachment B, SCOPE OF SERVICES.
11. INSURANCE.
11.1. During the performance of the SERVICES under this AGREEMENT, ENGINEER shall
maintain the following insurance:
11.1.1. General Liability Insurance with bodily injury limits of not less than $1,000,000 for
each occurrence and not less than $1,000,000 in the aggregate, and with property
damage limits of not less than $100,000 for each occurrence and not less than
$100,000 in the aggregate.
11.1.2. Automobile Liability Insurance with bodily injury limits of not less than $1,000,000 for
each person and not less than $1,000,000 for each accident and with property
damage limits of not less than $100,000 for each accident.
11.1.3. Worker's Compensation Insurance in accordance with statutory requirements and
Employers' Liability Insurance with limits of not less than $100,000 for each
occurrence.
11.1.4. Professional Liability Insurance to remain in effect during the PROJECT and the term
of any legal liability. Professional Liability coverage to be for a minimum of
$1,000,000, deductibles subject to approval by CITY.
12. ENGINEER shall furnish CITY certificates of insurance which shall include a provision that such
insurance shall not be canceled without at least 30 days written notice to the CITY.
13. OWNERSHIP AND REUSE OF DOCUMENTS.
13.1. All documents, including original drawings, estimates, specifications, field notes and data shall
become and remain the property of the CITY.
13.2. CITY'S reuse of such documents without written verification or adaptation by ENGINEER for
the specific purpose intended shall be at CITY'S risk.
14. TERMINATION OF AGREEMENT.
14.1. The obligation to continue SERVICES under this AGREEMENT may be terminated by either
party upon fifteen days written notice in the event of substantial failure by the other party to
perform in accordance with the terms hereof through no fault of the terminating party.
14.2. CITY shall have the right to terminate this AGREEMENT, or suspend performance thereof, for
CITY'S convenience upon written notice to ENGINEER; and ENGINEER shall terminate or
suspend performance of SERVICES on a schedule acceptable to CITY. In the event of
termination or suspension for CITY'S convenience, CITY shall pay ENGINEER for all
SERVICES performed to the date of termination in accordance with provisions of Attachment
D, COMPENSATION. Upon restart of a suspended project, ENGINEER's contract price and
schedule shall be equitably adjusted.
15. NOTICE.
Any notice, demand, or request required by or made pursuant to this AGREEMENT shall be deemed
properly made if personally delivered in writing or deposited in the United States mail, postage prepaid,
to the address specified below.
To ENGINEER: Kimley-Horn and Associates, Inc.
4727 Gaillardia Parkway, Suite 250
Oklahoma City, Oklahoma 73142
Attention: Luke Schmidt, P.E., PTOE
To CITY: CITY OF OWASSO
10102 East 116th Street North
Owasso, Oklahoma 74055
Attention: Roger Stevens, Public Works Director
15.1. Nothing contained in this Article shall be construed to restrict the transmission of routine
communications between representatives of ENGINEER and CITY.
16. UNCONTROLLABLE FORCES. Neither CITY nor ENGINEER shall be considered to be in default of
this AGREEMENT if delays in or failure of performance shall be due to forces which are beyond the
control of the parties; including, but not limited to: fire, flood, earthquakes, storms, lightning, epidemic,
war, riot, civil disturbance, sabotage; inability to procure permits, licenses, or authorizations from any
state, local, or federal agency or person for any of the supplies, materials, accesses, or services
required to be provided by either CITY or ENGINEER under this AGREEMENT; strikes, work
slowdowns or other labor disturbances, and judicial restraint.
17. SEVERABILITY. If any portion of this AGREEMENT shall be construed by a court of competent
jurisdiction as unenforceable, such portion shall be severed herefrom, and the balance of this
AGREEMENT shall remain in full force and effect.
18. INTEGRATION AND MODIFICATION. This AGREEMENT includes Attachments A, B, C, D, E, and F
and represents the entire and integrated AGREEMENT between the parties; and supersedes all prior
negotiations, representations, or agreements pertaining to the SCOPE OF SERVICES herein, either
written or oral. CITY may make or approve changes within the general Scope of Services in this
AGREEMENT. If such changes affect ENGINEER's cost of or time required for performance of the
services, an equitable adjustment will be made through an amendment to this AGREEMENT. This
AGREEMENT may be amended only by written instrument signed by each of the Parties.
19. DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between the ENGINEER and the
CITY over the interpretation or application of the terms of this AGREEMENT, the matter shall be
referred to the City's Director of Public Works for resolution. If the Director of Public Works is unable
to resolve the dispute, the matter may, in the Director's discretion, be referred to the City Manager for
resolution. Regardless of these procedures, neither party shall be precluded from exercising any
rights, privileges or opportunities permitted by law to resolve any dispute.
20. ASSIGNMENT. ENGINEER shall not assign its obligations undertaken pursuant to this AGREEMENT,
provided that nothing contained in this paragraph shall prevent ENGINEER from employing such
independent consultants, associates, and subcontractors as ENGINEER may deem appropriate to
assist ENGINEER in the performance of the SERVICES hereunder.
21. APPROVAL. It is understood and agreed that all work performed under this AGREEMENT shall be
subject to inspection and approval by the Public Works Department of the City of Owasso, and any
plans or specifications not meeting the terms set forth in this AGREEMENT will be replaced or
corrected at the sole expense of the ENGINEER. The ENGINEER will meet with the CITY staff initially
and will be available for public meetings and CITY presentations.
22. KEY PERSONNEL. In performance of the SERVICES hereunder, ENGINEER has designated
Luke Schmidt, P.E.. PTOE as Project Manager for the PROJECT. ENGINEER agrees
that no change will be made in the assignment of this position without prior approval of CITY.
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies on the respective
dates herein below reflected to be effective on the date executed by the Mayor of the City of Owasso.
APPROVED:
Juliann M. Stevens, City Clerk
APPROVED AS TO FORM:
Julie Lombardi, City Attorney
KIMLEY-HORN AND ASSOCIATES, INC.
By:
Scott Arnold, Vice President
CITY OF OWASSO, OKLAHOMA
Date
Mayor
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2026 TRANSPORTATION MASTER PLAN UPDATE
Scope of Project
Attachment A
SCOPE OF PROJECT.
The PROJECT shall consist of professional planning and engineering SERVICES described as
follows:
The PROJECT shall consist of the preparation of an update to the City of Owasso
Transportation Master Plan (TMP), including evaluation of existing conditions, data analysis,
public and stakeholder engagement, development of recommendations, and preparation of a
Final TMP suitable for adoption by the CITY.
The PROJECT shall consist of the preparation of a capacity study of East 86w Street, updating
traffic signal timing plan for East 861' Street, inventory of sidewalks, and review of on -street
parking facilities in Downtown Owasso. All specific deliverables by the ENGINEER are
documented in the Scope of Services included in Attachment B.
The ENGINEER will perform planning, engineering, data analysis, and document preparation
services for the PROJECT. A detailed Scope of Services is included in Attachment B.
The ENGINEER will coordinate with applicable agencies including the Indian Nations Council of
Governments (INCOG), the Oklahoma Department of Transportation (ODOT), and County
partners, as necessary to support the PROJECT.
The PROJECT will be funded by the CITY. The CITY will review and consider adoption of the
Final Transportation Master Plan.
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2026 TRANSPORTATION MASTER PLAN UPDATE
Scope of Services
Attachment B
Basic Services of ENGINEER. The basic services of the ENGINEER will consist of the
following tasks:
1. Task 1 — Existing Conditions and Data Analysis
1.1. Kickoff Meeting
The PROJECT kickoff meeting will be conducted via a virtual meeting between the
ENGINEER and the CITY. The ENGINEER team will prepare for and attend the
meeting. The meeting will be facilitated by the Project Manager to discuss the following:
• Preliminary schedule
• Goals and objectives
• Data collection
• Request for information (RFI)
• Other coordination items
1.2. Existing Data Collection and Analysis
The ENGINEER shall collect, compile, and analyze existing data to establish baseline
conditions and constraints and to inform future transportation needs and
recommendations. Services shall consist of the following:
1.2.1. Existing 2015 Owasso Transportation Masterplan Evaluation — Review the
current Owasso Transportation Masterplan implemented recommendations,
remaining needs, and items requiring revision.
1.2.2. Traffic Data Analysis — Compile and analyze available traffic volumes, turning
movement counts, speed and travel time information, and other available traffic
datasets.
1.2.3. Traffic Signal Timing — Collect and review available signal timing plans and
coordination corridors and identify operational considerations to support
corridor and intersection analysis.
1.2.4. Demographic Data — Compile and review population, employment, and
socioeconomic data to support existing and future condition assessments.
1.2.5. Future Land Use Plan Analysis — Review adopted future land use plans,
known developments, and major traffic generators to inform growth
assumptions and project identification.
1.2.6. Transportation Network Evaluation — Inventory and evaluate the roadway
network (arterials/collectors and key intersections), including connectivity,
access management, constraints, and multimodal context.
1.3. INCOG & ODOT Coordination
The ENGINEER shall coordinate with regional and state partners and review applicable
plans and datasets to align assumptions and recommendations. Services to consist of:
1.3.1. Existing Plan Review— Review applicable INCOG and ODOT plans (including
the ODOT 8-Year Construction Plan) and relevant County plans.
1.3.2. COOT US-169 Study— Coordinate with ODOT and review available US-169
corridor study materials to identify impacts to City streets, service roads, and
interchange considerations.
1.3.3. INCOG Travel Demand Model — Review and incorporate available model
assumptions and outputs to support validation of future traffic volume
assumptions and identification of congested corridors.
1.4. Additional Analysis
The ENGINEER shall perform supplemental analysis to support operational, safety, and
feasibility considerations. Services shall include:
1.4.1. Travel Patterns — Evaluate travel patterns using available datasets to support
identification of key corridors and origin/destination tendencies.
1.4.2. Probe Traffic Data — Analyze probe -based (Streetlight or REPLICA) traffic data
for supplementary traffic volume, speed, travel time, and origin/destination data
to identify recurring congestion and operational issues.
1.4.3. Crash Data — Compile and analyze available crash data to identify high -crash
locations, severity trends, and safety priorities.
1.4.4. ROW and LiDAR — Review available right-of-way and LiDAR/topographic
datasets to identify constraints affecting feasibility, cost, and constructability.
1.4.5. Technology Priorities — Identify technology and ITS priorities including
communication network considerations, monitoring needs, and opportunities
for operational improvements.
2. Task 2 — Public and Stakeholder Engagement
The ENGINEER shall support and facilitate engagement activities to inform goals, validate
needs, and build consensus on recommendations. Services shall consist of the following:
2.1. Transportation Master Plan Committee Meetings
2.1.1. The ENGINEER shall organize a Transportation Master Plan Committee of key
city officials, community stakeholders and community members based on
information provided by the CITY.
2.1.2. The ENGINEER shall prepare agendas, materials, and facilitated discussion
items and attend up to six (6) committee meetings at key milestones
throughout the PROJECT.
2.2. Public Engagement
2.2.1. Online Engagement —The ENGINEER shall prepare and administer online
engagement tools (survey and/or interactive mapping) to collect public input
regarding congestion, safety, and desired improvements.
2.2.2. Public Meetings —The ENGINEER shall prepare meeting materials and attend
up to two (2) public meetings/open houses/pop-up events to solicit feedback,
present findings and draft recommendations and to receive public feedback.
2.2.2.1. ENGINEER will be responsible for the following tasks to support the
public meetings:
• Content development and production of meeting handouts and agendas;
• Development of agendas, exhibits and/or displays needed for meetings
requiring handouts/materials;
• Work with the CITY to determine mutually agreed upon location for the
meeting(s).
2.2.2.2. CITY will be responsible for the following tasks to support the public
meetings:
• Manage publicity, invite list, and site logistics for the meeting(s);
• Determine mutually agreed upon location of the meeting(s) and potential
venue costs;
• Create notices to post on CITY website, new media outlets, etc.
2.2.3. Engagement Analysis — the ENGINEER shall analyze online and in -person
feedback and summarize the results.
2.3. ODOT, INCOG and County Coordination Meetings
2.3.1. The ENGINEER shall coordinate with ODOT, INCOG, and County
representatives during development of recommendations to address boundary
and jurisdictional coordination to confirm compatibility with regional efforts. Up
to three (3) virtual meeting will be held to discuss the development of
recommendations and compatibility with regional efforts.
2.4. City Council Updates
2.4.1. The ENGINEER shall prepare presentation materials and attend up to three (3)
City Council updates/workshops at key milestones as requested by the CITY.
2.5. Pavement Management Plan Integration
2.5.1. The ENGINEER shall coordinate with the CITY regarding integration with the
CITY's Pavement Management Plan to support implementation planning and
project programming, where applicable.
3. Task 3 —Analysis, Recommendations and Draft Plan
Following completion of Tasks 1 and 2, the ENGINEER shall develop recommendations and
prepare a Draft Transportation Master Plan. Services shall include the following:
3.1. Traffic Data Collection
3.1.1. The ENGINEER will identify and collect 24-hour traffic counts at up to 20
intersection locations for additional traffic data analysis.
3.2. Typical Cross Sections
3.2.1. The ENGINEER shall develop up to ten (10) typical cross sections to illustrate
functional street designs and right-of-way needs consistent with context and
multimodal priorities.
3.3. Corridor Improvements
3.3.1. The ENGINEER shall identify up to 15 corridor improvement strategies
including capacity, access management, operational, multimodal, and safety
enhancements, and document corridor -level recommendations.
3.4. Intersection Improvements
3.4.1. The ENGINEER shall identify up to ten (10) targeted intersection improvement
concepts to address congestion and safety, including geometric modifications
and operational strategies, as appropriate.
3.5. Funding Strategy
3.5.1. The ENGINEER shall identify up to six (6) potential funding sources (local,
state, federal, grant) and provide a high-level funding strategy to support
implementation of recommended projects.
3.6. TIA Policy
3.6.1. The ENGINEER shall evaluate and provide recommendations related to
Transportation/Traffic Impact Assessment (TIA) policy, thresholds, and
procedures to support development review and mitigation.
3.7. Land Use Recommendations
3.7.1. The ENGINEER shall identify land use coordination considerations and
recommendations to support the transportation network and manage demand
consistent with the CITY's future land use plan.
3.8. Draft Transportation Masterplan
3.8.1. The ENGINEER shall prepare a Draft Transportation Masterplan document
incorporating analysis, engagement outcomes, maps, and recommendations
and submit the Draft Transportation Masterplan for CITY review.
3.8.2. The following chapters shall be included in the Draft Transportation
Masterplan:
• Chapter 1:
Introduction and Plan Overview
• Chapter 2:
Prior Transportation Plan Summary (2015)
• Chapter 3:
Existing Conditions and Plan Review
• Chapter 4:
Transportation Network Analysis
• Chapter 5:
Public Engagement and Agency Coordination
• Chapter 6:
Transportation Improvement Strategies
• Chapter 7:
Project Recommendations, Costs, and Prioritization
3.8.3. The ENGINEER shall respond up to one (1) round of comments for the Draft
Transportation Masterplan.
4. Task 4 — Cost Estimates, Conceptual Design, and Final TMP
The ENGINEER shall advance the recommendations toward implementation through cost
estimating, prioritization, and final document preparation. Services shall include the
following:
4.1. Cost Estimates
4.1.1. The ENGINEER shall prepare planning -level opinions of probable construction
cost for recommended corridor and intersection projects using available cost
data and professional judgment.
4.2. Project Prioritization
4.2.1. The ENGINEER shall develop a prioritization methodology and prepare a
prioritized project list and phasing framework based on agreed criteria such as
safety, congestion, cost, readiness, and community goals.
4.3. Conceptual Design
4.3.1. The ENGINEER shall prepare conceptual -level schematics for up to four (4)
mile -long corridor and four (4) intersection selected priority projects to illustrate
improvements and refine understanding of right-of-way, utility, and feasibility
constraints. Conceptual schematics are planning -level and do not constitute
final engineering design or construction documents.
4.4. Final Transportation Master Plan
4.4.1. The ENGINEER shall prepare the Final Transportation Master Plan addressing
CITY, agency, and public comments and provide final deliverables suitable for
adoption and future project development.
5. Task 5 — Project Management
5.1. Progress Meetings
Progress meetings will be conducted monthly via virtual call between the ENGINEER
and the CITY, as needed. These meetings will be facilitated by the Project Manager to
review materials, offer input, and reach a consensus on the study's progress in
preparation of scheduled Steering Committee and Public meetings. A maximum of 12
virtual progress meetings are anticipated for this project.
5.2. Project Management
The ENGINEER will maintain project records, budgets, and communications for the
duration of the project. ENGINEER's Project Manager CITY staff to review the status of
tasks and to keep the schedule current.
The ENGINEER will adhere to a mutually agreed upon schedule. The first project
meeting will be used to identify available dates for meetings. Therefore, the scheduled
meetings are subject to change, pending guidance from the CITY.
The ENGINEER will provide continuous quality assurance and quality control throughout
the length of the study.
10
6. Task 6 — East 8611 Street North Capacity Study
The ENGINEER will evaluate the existing and projected roadway capacity operations of
East 86'h Street North from West Service Road to 129'h East Avenue. Services will include
the following:
6.1. Data Collection
The ENGINEER will identify peak periods in the weekday (Tuesday — Thursday)
morning, midday, and evening for which turning -movement data will be collected at the
following six (6) intersection:
1. East 861 Street North & North 129'h East Avenue
2. East 861h Street North & North 1231 East Avenue (East)
3. East 861h Street North & North 1231 East Avenue (West)
4. East 861h Street North & North 117`h East Avenue
5. East 861 Street North & North Owasso Expressway
6. East 861 Street North & US-169 SIB Off -Ramp
6.2. Analysis
The ENGINEER will evaluate study intersection capacity by using Synchro 12, and will
be performed for the following scenarios assuming a 10- and 20-year horizon analysis:
• Existing Year 2026 Conditions
• Future Year 2035 Conditions
• Future Year 2045 Conditions
Up to two (2) peak periods will be analyzed for each condition above (weekday AM and
weekday PM) for the previously mentioned intersections. Potential geometric and/or
traffic operational improvements will be addressed for each of the study intersections.
The study will also evaluate the traffic capacity with the widening, without the widening,
and a hybrid approach.
6.3. Reporting
The ENGINEER will prepare a brief technical memorandum for the CITY. The
memorandum will summarize the study methodology, analysis, corresponding results,
and any recommended improvements for the East 86111 Street North corridor. Prior to the
submittal, the ENGINEER will discuss the findings and recommendations with the CITY
via virtual meeting. The ENGINEER will respond to and address up to one (1) round of
comments.
7. Task 7 —East 861 Street North Updated Traffic Signal Timing Plan
The ENGINEER shall evaluate, develop, and implement Coordinated Traffic Signal Timing
Plans at twelve (12) intersections within the City of Owasso. The project intersections to be
evaluated are the following:
• East 86th Street North Corridor
• East 86th Street North & N Main Street
• East 86th Street North & N Garnett Road
• East 86th Street North & 169 SB Off -Ramp
• East 86th Street North & N Owasso Expressway
• East 86th Street North & N 117th East Avenue
11
• East 86th Street North & N 123rd East Avenue (East Intersection)
• East 86th Street North & N 123rd East Avenue (West Intersection)
• East 86th Street North & N 129th East Avenue
• N 129th East Avenue & High School
• N 129th East Avenue & E 82nd Street N
• East 86th Street North & Owasso High School
• East 86th Street North & N 145th East Avenue
More specifically, the ENGINEER will perform a field visit to assess the current traffic signal
operations, evaluate and provide optimized/field fine-tuned coordinated traffic signal timing
and coordination plans, evaluate before and after conditions, and provide a brief memo
documenting the process and recommendations.
7.1. Data Collection
0XIIlIIISIN•L•1W
ENGINEER staff will perform in -field observations of intersection operations
and traffic patterns during weekday AM, Midday, and PM peak periods at the
project intersections. These observations will take place at up to two (2)
different days, to identify and understand current challenges along the
corridors. During these observations, the ENGINEER will also collect pertinent
intersection geometry and control information for developing updated Synchro
models.
7.1.2. Peak Period Turning Movement Counts
ENGINEER will identify peak periods in the weekday (Tuesday — Thursday)
morning, midday, and evening for which turning -movement count data will be
collected at the following twelve (12) project intersections:
• East 86th Street North & N Main Street
• East 86th Street North & N Garnett Road
• East 86th Street North & 169 SIB Off -Ramp
• East 86th Street North & N Owasso Expressway
• East 86th Street North & N 117th East Avenue
• East 86th Street North & N 123rd East Avenue (East Intersection)
• East 86th Street North & N 123rd East Avenue (West Intersection)
• East 86th Street North & N 129th East Avenue
• N 129th East Avenue & High School
• N 129th East Avenue & E 82nd Street N
• East 86th Street North & Owasso High School
• East 86th Street North & N 145th East Avenue
The data will include pedestrian counts for each crossing. The data is
anticipated to be collected on a weekday between:
• 7:00 AM & 9:00 AM
• 11:00 AM & 1:00 PM
• 4:00PM&6:00PM
12
7.1.3. Assemble Existing Data
The ENGINEER will obtain from the CITY the current local controller and
coordination timing for all project intersections. It is anticipated that this
information will be provided in the form of printouts in PDF format. This
information will need to include the following:
• Local controller timing parameters;
• Minimum and maximum green times;
• Vehicular clearances (e.g. yellow and all -red);
• Pedestrian timing (e.g. walk and flashing -don't -walk);
• Phase sequences;
• Local special functions;
• Coordination timing;
• Cycle lengths, offsets, splits, and phase sequences;
• Time -of -day, day -of -week (TOD/DOW) schedules;
• Special events timing; and
• System -commanded special functions.
7.1.4. Travel Time Data
Travel time data, derived using the INRIX Roadway Analytics platform, will be
conducted both before and after the implementation of the new timing plans.
Travel time data should encompass the corridors during each of the AM and
PM peak hour time periods as well as off-peak periods for which a timing plan
is being developed for the project corridor. For typical weekday plans, travel
time data will be collected and analyzed for a period of two weeks before and
two weeks after implementation. Results will be summarized in the project
summary report by corridor and travel direction and should estimate the travel
time, road user cost, fuel consumption, and emissions savings of the new
timing plans.
7.2. Preparation of New Timing Strategies
Timing development will be limited to the three (3) project corridor and the twelve (12)
project intersections. Proposed cycle lengths and time -of -day (TOD) plan schedules for
the project corridors will be determined by the ENGINEER. The following timing plans
will be developed for this project: Weekday AM, Midday, and PM. It is anticipated that
the Weekday Midday plan will be appropriate to run on Saturday as well.
This subtask is further broken down as follows:
1. Revise Current Condition Svnchro Models
a. Using the information gathered in previous tasks, the ENGINEER will
refine the previously developed Synchro model for each timing plan
period identified above. These models and the existing conditions data
will be used to summarize the existing (i.e., before) conditions.
2. Development of Optimized Sional Timing Plan Synchro Models
a. Using the current conditions Synchro models, the ENGINEER will create
Synchro models for each time periods identified above. These models
will have timing plans (force offs, offsets, phase sequence, etc.)
13
optimized to maximize the bandwidth on the arterials and keep side
street delays to an appropriate level.
b. The ENGINEER will perform an "on -screen" review of each plan as it
was initially produced by means of Synchro. As an initial enhancement,
the ENGINEER will make refinements that will improve the actual on -
street progression. Using these enhanced models, the ENGINEER will
generate each of the new signal timing plans.
7.2.1. Review of Recommended Timing with CITY Staff
Once the timing plans have been developed, the ENGINEER will meet with the
CITY to present the proposed timings. This meeting is expected to be held
remotely via Microsoft Teams. The ENGINEER will be prepared to present the
following:
1. For various project intersections, the proposed boundaries of the
control groups;
2. For each project intersection, the recommended timing plan data
(which will include cycle length, offset, force -offs, phase sequence,
and basic timing intervals);
3. A summary of Synchro's measures of effectiveness for vehicle delay,
stops, fuel consumption, queue length, and emissions; and,
4. Any obstacles to implementation that may be encountered.
Consensus will be reached regarding modifications that need to be made
prior to implementation of the new timing plans. The ENGINEER will then
finalize each timing plan, incorporating the changes agreed to during the
review meeting.
7.3. Timing Plan Implementation and Fine -Tuning
It is assumed and understood that the CITY will load the new timing plans into the local
controllers in the field as part of this project. During this process, the ENGINEER will be
onsite to make signal timing modifications or adjustments.
On mutually agreed -upon days, ENGINEER staff will observe new timing as it is made
operational in the field. The ENGINEER will then perform on -street fine tuning for the
three (3) weekday peak periods.
7.4. Project Documentation
The ENGINEER will prepare a brief technical memorandum of the overall project,
incorporating appropriate material from the previous tasks. The report will include tables
that will provide overall summaries of the following:
• Net changes in aggregate travel times, stops, and signal delay as measured by
means of INRIX probe data; and
• Comparisons of before and after measures of effectiveness (MOEs) as
estimated by the Synchro model (whenever practical, nationally accepted
standards for MOEs such as those established by the latest edition of the
Highway Capacity Manual should be used for the comparisons).
14
The ENGINEER will submit electronic copies (PDF format) of the preliminary report. The
CITY will then provide comments to the ENGINEER. After addressing the comments, the
ENGINEER will submit an electronic copy (PDF format) of the final report.
7.5. Meetings
The following meetings are anticipated as part of this project:
• Project kickoff/progress meeting;
• Review of traffic signal timing parameter recommendations and timing plans;
• Meeting to review documentation memo and findings; and
• Up to three (3) project status and coordination meetings.
All meetings are expected to take place remotely via Microsoft Teams.
8. Task 8 — Owasso Sidewalk Inventory
The purpose of this task is to develop a sidewalk inventory that documents existing sidewalk
facilities, identifies gaps within the system, and establishes a prioritized, implementable plan
to address those gaps.
8.1. Aerial Inventory
The ENGINEER shall conduct an aerial -based inventory of existing sidewalk facilities
within the Owasso city limits using current aerial imagery and available GIS data. This
inventory will identify the presence or absence of sidewalks, connectivity, and apparent
gaps in the pedestrian network. The aerial review will serve as a baseline for identifying
areas requiring further analysis and prioritization.
8.2. Mapping
Using the aerial inventory and available CITY data, the ENGINEER shall develop GIS-
based maps illustrating existing sidewalks, sidewalk gaps, and connectivity deficiencies.
Mapping will be structured to clearly differentiate between existing facilities and missing
segments and will be suitable for City review, internal planning use, and inclusion in
project documentation.
8.3. Project Development
The ENGINEER shall analyze identified sidewalk gaps and develop a conceptual
framework for addressing deficiencies in the sidewalk system. This effort will consider
factors such as connectivity to key destinations, proximity to schools, parks, and
downtown areas, roadway classification, and overall pedestrian network continuity. The
result will be a planning -level approach to guide future sidewalk improvements and
project development.
8.4. Cost Estimates
The ENGINEER shall prepare planning -level cost estimates for identified sidewalk gap
improvements. Cost estimates will be developed using typical unit costs and reasonable
assumptions appropriate for long-range planning purposes. These estimates are
intended to support budgeting, project prioritization, and future grant or capital
improvement planning.
15
8.5. Reporting
The ENGINEER shall prepare a brief technical memorandum documenting the sidewalk
inventory process, identified gaps, planning considerations, and cost estimate
methodology. The memorandum will include supporting maps and graphics and will be
provided in electronic format suitable for City use and future reference. Prior to the
submittal, the ENGINEER will discuss the findings and recommendations with the CITY
via virtual meeting. The ENGINEER will respond to and address up to one (1) round of
comments.
9. Task 9 — Downtown Owasso On -Street Parking Review
The purpose of this task is to evaluate existing on -street parking conditions within Downtown
Owasso and provide recommendations for optimal parking locations based on available
right-of-way (ROW), surrounding land uses, and local context.
9.1. Existing Parking Evaluation
The ENGINEER shall review existing on -street parking conditions within the downtown
study area, including general parking layout, curbside usage, roadway configuration,
and adjacent land uses. This evaluation will focus on identifying opportunities and
constraints related to on -street parking within the available public right-of-way.
9.2. Field Visit
The ENGINEER shall conduct a field visit to observe existing parking conditions,
roadway characteristics, curbside activity, and site -specific constraints. Field
observations will be used to confirm existing conditions and inform the development of
practical, context -sensitive recommendations.
9.3. Recommendations
Based on the existing conditions review and field observations, the ENGINEER shall
develop planning -level recommendations for on -street parking locations within
Downtown Owasso. Recommendations will consider available right-of-way, traffic
operations, pedestrian needs, adjacent land uses, and the overall downtown character.
The intent of this task is to identify feasible and appropriate locations for on -street.
9.4. Reporting
The ENGINEER shall prepare a brief technical memorandum outlining existing
conditions, key observations, and recommendations for on -street parking. The
memorandum will include supporting exhibits and/or conceptual graphics as appropriate
and will be provided in electronic format for CITY review and use. Prior to the submittal,
the ENGINEER will discuss the findings and recommendations with the CITY via virtual
meeting. The ENGINEER will respond to and address up to one (1) round of comments.
M
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
Responsibilities of the City
Attachment C
RESPONSIBILITIES OF THE CITY. The CITY agrees:
13.1. Reports, Records, etc: To furnish, as required by the work, and not at the expense of
the ENGINEER:
B.I.I. Records, reports, studies, plans, drawings, and other data available in the files of
the CITY that may be useful in the work involved under this AGREEMENT.
B.1.2. ENGINEER will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CITY.
B.2. Staff Assistance: Designate the City Engineer (or another individual designated in
writing) to act as its representative in respect to the work to be performed under this
AGREEMENT, and such person shall have complete authority to transmit instructions,
receive information, interpret and define CITY'S policies and decisions with respect to
materials, equipment, elements and systems pertinent to the services covered by this
AGREEMENT.
B.2.1. Furnish staff assistance in locating, both horizontally and vertically, existing CITY
owned utilities and in expediting their relocation as described in Attachment B.
Further, CITY will furnish assistance as required in obtaining locations of other
utilities, including excavations to determine depth.
B.2.2. Furnish legal assistance as required in the preparation of bidding, construction
and other supporting documents.
B.3. Review: Examine all studies, reports, sketches, estimates, specifications, drawings,
proposals and other documents presented by ENGINEER and render in writing
decisions pertaining thereto within a reasonable time so as not to delay the services of
ENGINEER.
17
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
Compensation
Attachment D
COMPENSATION. The CITY agrees to pay, as compensation for services set forth in
Attachment B, the following fees, payable monthly as the work progresses; and within 30
calendar days of receipt of invoice. ENGINEER shall submit monthly invoices based upon
actual hours or work, invoiced according to the Rate Schedule provided in ATTACHMENT E,
completed at the time of billing. Invoices shall be accompanied by such documentation as the
CITY may require in substantiation of the amount billed.
BA. Total Compensation
For the work under this project the total lump sum including direct costs and subconsultant
services shall be Four Hundred Thousand and No/100 ($400,000), which amount shall not be
exceeded without further written authorization by CITY.
B.S. Subconsultants and Other Professional Associates: Services of subcontractors and
other professional consultants shall be compensated for at actual cost. Use of sub -
consultants must be authorized in advance by CITY.
B.6. Other Direct Costs
B.6.1. Travel and subsistence shall be compensated for at actual cost. Local travel by
personal or firm automobile shall be compensated for at the rate currently
allowed by the IRS.
B.6.2. Printing expenses shall be compensated for as shown in ATTACHMENT E.
B.6.3. Any other direct costs shall be compensated for at actual when authorized in
advance by CITY.
B.7. Additional Services: Unless otherwise provided for in any accepted and authorized
proposal for additional services, such services shall be compensated for on the same
basis as provided for in Attachment D.
B.B. Terminated Services: If this AGREEMENT is terminated, ENGINEER shall be paid for
services performed to the effective date of termination.
B.9. Conditions of Payment
8.9.1. Progress payments shall be made in proportion to services rendered and
expenses incurred as indicated within this AGREEMENT and shall be due and
owing within thirty days of ENGINEER'S submittal of his progress payment
invoices.
B.9.2. If CITY fails to make payments due ENGINEER within sixty days of the submittal
of any progress payment invoice, ENGINEER may, after giving fifteen days
written notice to CITY, suspend services under this AGREEMENT.
B.9.3. If the PROJECT is delayed, or if ENGINEER'S services for the PROJECT are
delayed or suspended for more than ninety days for reasons beyond
ENGINEER'S control, ENGINEER may, after giving fifteen days written notice to
CITY, request renegotiation of compensation.
18
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
Billing Rate Sheet
Attachment E
Classification Rate
Analyst $175 - $260
Professional
Senior Professional I
Senior Professional II
Senior Technical Support
Support Staff
Technical Support
Effective through June 30, 2026
Subject to adjustment thereafter
$250 - $315
$275 - $380
$370 - $400
$170 - $295
$115 - $160
$130 - $165
Internal Reimbursable Expenses will be charged at 5% of Labor Billings
External Reimbursable Expenses will be charged at 15% mark-up, or per the Contract
Sub -Consultants will be billed per the Contract
19
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
Schedule
Attachment F
F. SCHEDULE. The schedule for general engineering services for the Task 1-5 of the
PROJECT is provided as follows:
Task
Month
I aV I June I Juv I AugSet I ctNov Dec
Jan Feb Mar 11 r
2026
1 2027
ConditionsTask 1: Existing Data Analysis
1.1: Kickoff Meeting
1.2: Existing Data Collection and Analysis
1.3: INCOG & ODOT Coordination
1.4: Additional Analysis
Task 2: Public • Stakeholder Engagement
2.1: TransportationMaster Ian Committee Meetings
2.2: Public Engagement
2.3: ODOT, INCOG, County Coordination Meetings
2.4: City Council Updates
2.5: Pavement Management Plan Integration
DraftTask 3: Analysis, Recommendations and
3.1 Traffic Data Collection
3.2: Typical Cross Sections
3.3 Corridor Improvements
3.4: Intersection Improvements
3.5: Funding Strategy
3.6: TIA Policy
IT Land Use Recommendations
IS: Draft Transportation Masterplan
DesignTask 4: Cost Estimates, Conceptual
4.1: Cost Estimates
4.2: Project Prioritization
4.3: Conceptual Design
4.4: Final Transportation Masterplan
Task 5: Project Management
5.1: Progress Meetings
Ongoing All Project
5.2: Project Management
20
The schedule for general engineering services for Task 7 of the PROJECT is provided as
follows:
City of Owasso • Traffic Signal
Timing Schedule 13
Data Collection
Tmfic Counts
When School in Session
Field Verification
Oualllat1w Assessment
Adedal Segment Assessment
Antidpated
KickoHMeeting
Pmject
Model Development and Analysis
Count Data Adjuslments
Determine NumberofTiming Plans Needed
Existing Tmfic Signal Timing and Phasing
Cycle Length Assessment
Progression Speeds
Antidpated Meetingto
Review initial Timings
Controller Inlenel Timing
Left-Tum Operetions
Submit Timing Plans to City for Rolm
Tmwl Time Data Cdlection
When School In Session
Revise Timings and Implementation
Remse Initial Timings Based on Comments
Field Implementation
Fine Tuning and Documentation
Anticipated Meetingto
Review Documentation
Field Adjustments
Trmel Time Date Collection
When School in Session
Dommimlalion Repoli
21
The schedule for general engineering services for Task 6, 8 and 9 of the PROJECT is provided
as follows:
Month
,
Task 6: East 86th Street North Capacity Study
6.1 Data
Task 8: Owasso Sidewalk Inventory
8.1 Aerial Inventory
6.3 Project F..
;8.4 Cost Estimates
- - ..
Task 9: Downtown Owasso On -Street Parking Review
,9.1 EAsting Parking Evaluation
•mclations
22
AGREEMENT FOR PLANNING AND ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
2025 TRANSPORTATION MASTER PLAN UPDATE
INSURANCE CERTIFICATE
Attachment G
VIA]
TO: The Honorable Mayor and City Council
FROM: Larry Langford, Director of Recreation and Culture
SUBJECT: Sports Park Field Renovation Project Bid Award
DATE: May 1, 2026
BACKGROUND:
The Owasso Sports Park currently includes four (4) baseball/softball 4-plexes and one stand-
alone 400' field. After decades of use, the fields are in need of considerable improvements to
the playing surfaces and drainage systems. Under current conditions, teams are unable to play
games or host tournaments following any measurable precipitation due to poor drainage.
On May 6, 2025, the City Council awarded a professional service agreement with GH2 Architects
to include schematic design, design development, construction documents, bidding and
procurement, construction phase review services,. and project completion evaluation.
SCOPE OF WORK:
Construction documents were created to better convey stormwater, develop new and improve
existing drainage channels, and address the flow of water through sports fields.
BID PROCESS:
Advertisements to submit bids were published in accordance with the state statutes, with a pre -
bid meeting held on March 11, 2026. Bids were opened publicly on March 25, 2026, with five (5)
bids received.
BID ANALYSIS:
The lowest bid received was from Builder's Unlimited of Broken Arrow, Oklahoma in the amount
of $1,208,996.69. The submitted bid packages were examined for any improper or unbalanced
bids, and none were discovered. Upon review of the bids, staff found that the Builder's Unlimited
bid met all specifications.
FUNDING
Funding for the Sports Park field renovation project will be provided from the Economic
Development Hotel Tax fund in the amount of $1,202,996,69, consisting of $900,000.00 in the
current Hotel Tax fund budget and an additional $302,996.69 through a Hotel Tax fund budget
amendment. The remaining $6,0000.0 will be funded from the General Fund Parks Department
budget.
At the April 9, 2026, meeting of the Economic Development Authority, the Authority voted 5-0 to
recommend that the City Council approve the use of $302,997.00 from the Hotel Tax Fund for
the Owasso Sports Park Field Drainage Project. This is in addition to the $900,000.00 that was
approved as a part of the FY 2025-26 Hotel Tax budget.
Sports Park Drainage Bid Award
Page 2
RECOMMENDATION:
Staff recommends approval of a budget amendment in the Economic Development Hotel Tax
Fund, increasing the appropriation of expenditures in the Hotel Tax fund budget by $302,997.00.
Staff recommends awarding the Sports Park field renovation construction bid to Builder's
Unlimited of Broken Arrow, Oklahoma in the amount of $1,208,996.69, and authorization to
execute all necessary documents.
ATTACHMENT:
Contract
SECTION 7 - AGREEMENT and GENERAL CONDITIONS
THIS AGREEMENT is dated as of the 5'h day of May, 2026, by and between The City of
Owasso, Oklahoma (hereinafter called OWNER) and BUILDER'S UNLIMITED of BROKEN
ARROW, OKLAHOMA (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Project
Documents. All local, state, and federal laws, etc. shall govern every aspect of work.
The Work is generally described as Park Maintenance Office.
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 one hundred fifty (150) 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 eighty (180) calendar
days from the date of Notice to Proceed, which will be on or before
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in paragraph 3.1 above, plus any
extensions allowed in accordance with the General Conditions. They also recognize
the delays, expense and difficulties involved and agree that as liquidated damages for
delay (but not as a penalty) CONTRACTOR shall pay OWNER one thousand dollars
($1,000.00) for each consecutive calendar day that expires after the time specified in
paragraph 3.1 for completion and readiness for final payment.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Project Documents in current funds the amount agreed upon in CONTRACTOR'S
bid.
4.2 CONTRACTOR understands that estimated quantities are not guaranteed and that
the determination of actual quantities and their classification is to be made by the
OWNER at the time of application for payment. Payment to the CONTRACTOR will be
made only for the actual quantities of work performed or materials furnished in
accordance with the plans and specifications, and it is understood that the quantities
of work to be done and the materials to be furnished may each be increased,
diminished or omitted as hereinafter provided without in any way invalidating the bid
prices.
ARTICLE 5. PAYMENT PROCEDURES
OWNER has complete responsibility for payment review and approval during
construction. CONTRACTOR shall submit Applications for Payment and OWNER shall
process such applications in accordance with the General Conditions using the Pay
Estimate Forms included as Exhibit "A" to this Agreement.
5.1 Project Progressive Payments. OWNER may make progress payments during
construction on the Contract Price on the basis of CONTRACTOR's Applications for
Payment and in accordance with the City of Owasso's Payment Schedule included as
Exhibit "B" to this Agreement. All progress payments will be on the basis of the progress
of the Work.
5.1.1 If the work is progressing in a satisfactory manner the CONTRACTOR
shall prepare an estimate for partial payment per EXHIBIT "B", provided
said payment is not less than $1,000.00. An estimate for partial
payment shall include items actually incorporated in the work. The
OWNER will retain ten percent (10%) of the amount due until in excess
of fifty percent (50%) of the contract work has been completed.
5.1.2 At that time, OWNER shall pay an amount sufficient to increase total
payments to ninety-five '(95%) of the contract price until the final
completion and acceptance of all work included in this contract.
Partial payment does not constitute acceptance of that portion of the
work.
5.2 Final Payment. When the work has been completed, the Department shall
carefully measure and determine the as -built quantities of each class of work as shown
in the schedule of bid items and any such extra work performed by order of the
Department. The aggregate cost of the work done and the materials furnished shall
constitute the amount due for the completed work. All prior estimates and payments
shall be subject to correction in the final estimate and payment. Upon final completion
and acceptance of the Work, in accordance with the General Conditions, OWNER
shall pay the Contract Price.
ARTICLE b. CONTRACTOR'S REPRESENTATIONS
In order to enter into this Agreement, CONTRACTOR makes the following
representations:
6.1. CONTRACTOR agrees not to discriminate against any employee or applicant for
employment because of race, creed, color, sex, national origin, or ancestry. The
CONTRACTOR shall take affirmative action to ensure employees are treated without
regard to their race, creed, color, sex, national origin, or ancestry. Such actions shall
include, but not be limited to the following: employment, upgrading, demotion or
transfer, recruiting or recruitment, advertising, layoff, or termination, rates of pay or
other forms of compensation and selection for training, including apprenticeship. In the
event of the CONTRACTOR's non-compliance with this non-discrimination clause, the
contract may be canceled or terminated by the City of Owasso. The CONTRACTOR
may be declared ineligible for further contracts with the said agency until satisfactory
proof of intent to comply shall be made by the CONTRACTOR.
6.2. The CONTRACTOR agrees to include the non-discrimination clause in Section 6.1
for any subcontracts connected with the performance of this agreement.
6.3. CONTRACTOR and Subcontractor shall agree to post in a conspicuous place,
available to employees and applicants for employment, notices to be provided by the
City of Owasso setting forth provisions in this section.
6.4. CONTRACTOR has familiarized themselves with the nature and extent of Project
Documents, work, location, all local conditions, and with federal, state and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
6.5. CONTRACTOR accepts the determination set forth in the General Conditions of
the extent of the "technical data" contained in such reports and drawings upon which
CONTRACTOR is entitled to rely. -CONTRACTOR acknowledges that such reports and
drawings are not Project Documents and may not be complete for CONTRACTOR's
purposes. CONTRACTOR acknowledges that OWNER and Project Manager do not
assume` responsibility for the accuracy or completeness of information and data shown
or indicated in the ProjectDocumentswith respect to underground facilities at or
continuous to the site. CONTRACTORassumes responsibility for having obtained and
carefully studied all such +additional supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work or which relate to any aspect of the
means, methods, techniques, sequences and procedures of construction to be
employed by CONTRACTOR, and safety precautions and programs.
6.6. CONTRACTOR has made or caused to be made examinations, investigations,
tests and studies of such reports and related data as deemed necessary for the
performance of the Work at the Contract price, within the Contract Time and in
accordance with the other terms and conditions of the Project Documents; and no
additional examinations, investigations, tests, reports or similar data are or will be
required by CONTRACTOR for such purposes.
6.7. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Project Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at the
Contract Price within the Contract Time and in accordance with the other terms and
conditions of the Project Documents, including the General Conditions.
6.8. CONTRACTOR has given OWNER written notice of all conflicts, errors or
discrepancies that he has discovered in the Project Documents, and the written
resolution thereof by OWNER is acceptable to CONTRACTOR.
6.9. CONTRACTOR has obligated themselves to the OWNER to be responsible for the
workmanship, labor and materials used in the project for two (2) years after the project
has been accepted by the OWNER.
6.10. CONTRACTOR understands that they will be exempt from all sales tax on
materials and other items necessary for the completion of the project, as stated in the
Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement.
ARTICLE 7. PROJECT DOCUMENTS
OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors,
assigns, and legal representatives to the other party hereto, his/her partners, successors,
assigns and legal representatives in respect to all covenants, agreements and
obligations contained in the Project Documents.
The Project Documents which comprise the entire agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the
following:
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
7.12
7.13
This Agreement and General Conditions
Exhibits "A", "B", and "C" to this Agreement
Requirements for Bidders
Project and Bid Specifications
Bid and Bid Affidavits
Statement of Bidders Qualifications
Performance Bond / Maintenance Bond / Statutory Payment Bond
Notice of Award and Notice to Proceed
Change Order
Project Drawings and Standard Drawings
Addendum Numbers 1 to 3, inclusive
Documentation submitted by CONTRACTOR prior to Notice of Award
Any Modification, including Change Orders, duly delivered after execution of
Agreement
There are no Project Documents other than those listed above in this Article 7. The
Project Documents may only be altered, amended or repealed by a Modification.
The Agreement (or remaining portions thereof) should continue in effect, be valid and
binding upon both parties, even if a provision or part of the Project Documents should
be held void or unenforceable by law.
No assignment by a party hereto of any rights under or interests in the Project
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, monies that may
become due and monies that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be limited by law) and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Project Documents.
ARTICLE 8. GENERAL CONDITIONS OF THE AGREEMENT
8.1 Definitions and Terms. Whenever in these specifications and contracts, or in any
documents or instruments pertaining to the construction project where these
specifications govern, the following terms or pronouns in place of them are used, the
intent and meaning shall be interpreted as follows:
ABBREVIATIONS:
A.A.S.H.O. American Association of State Highway Officials
A.A.S.H.T.O. American Association of State Highway Traffic Officials
A.I.A. American Institute of Architects
A.S.A. American Standards Association
A.S.C.E. American Society of Civil Engineers
A.S.T.M. American Society of Testing & Materials
A.W.W.A. American Water Works Association
MUTCD Manual on Uniform Traffic Control Devices
O.D.O.T. Oklahoma Department of Transportation
ADVERTISEMENT: The public announcement, as required by law, inviting bids for work to
be performed or materials to be furnished.
AWARD: The acceptance by the OWNER of a bid.
BASE COURSE: The layer or layers of specified or selected materials of design thickness
placed on a sub -base or a sub -grade to support a surface course.
BIDDER: The individual, company, partnership or corporation submitting a bid for the
advertised work.
BRIDGE: A structure, including supports, erected over a depression or obstruction as
water, highway, or railway, and having a track or passageway for carrying traffic, and
having an opening measured along the center of the roadway of more than 20 feet
between abutments or spring line of arches or extreme ends of openings for multiple
boxes.
CITY: The City of Owasso, Oklahoma, a municipal corporation, acting through its duly
authorized officers or agents.
CALENDAR DAY: Every day shown on the calendar.
CHANGE ORDER: A written order issued by the Department to the CONTRACTOR,
covering changes in the plans or quantities or both, within the scope of the contract
and establishing the basis of payment and time adjustments for the work affected by
the change.
CHANNEL: A natural or artificial water course.
CONSULTANT: - Architect, Engineer, or other outside firm hired by the OWNER to design
or administer the construction of the Project.
CONTRACT: The written agreement between the OWNER and the CONTRACTOR
setting forth the obligations of the parties thereunder, including, but not limited to the
performance of the work, furnishing of materials, and the basis of payment.
The contract includes the bids, proposal, addenda, contract form and contract bonds
(statutory, performance and maintenance bond), specifications, supplemental
specifications, special provisions, general and detailed plans, and notice to proceed,
also any change orders and agreements , that are required to complete the
construction of the work in an acceptable manner, including authorized extensions
thereof, all of which constitute one instrument.
CONTRACT ITEM (PAY ITEM): A specifically described unit of work for which a price is
provided in the contract.
CONTRACT PAYMENT BOND (STATUTORY BONDS - The security furnished by the
CONTRACTOR and his/her surety to guarantee payment of prescribed debts of the
CONTRACTOR covered by the bond.
CONTRACT PERFORMANCE BOND: The security furnished by the CONTRACTOR and
his/her surety to guarantee complete execution and performance of the work in
accordance with the contract.
CONTRACT TIME: The number of work days or calendar days allowed for completion of
the contract, including authorized time extensions. In case a calendar date of
completion is shown in lieu of the number of working calendar days, the contract shall
be completed by that date.
CONTRACTOR: The individual, company,partnership or corporation contracting with
the City of Owasso for performance of prescribed work.
CONTROL OF ACCESS: The condition where the right of OWNER's or occupants of
abutting land or other persons to access, light, air or view in connection with a roadway
is fully or partially controlled by public authority.
CULVERT: Any structure not classified as a bridge which provides an opening under the
roadway.
DEPARTMENT: A Department of the City of Owasso operating under the direction and
authority of the OWNER.
DRAINAGE DITCH: A constructed open excavation or ditch constructed for the purpose
of carrying off surface water.
EASEMENT: A grant of a right of use of the property of an OWNER for a certain purpose
at the will of the grantee.
EQUIPMENT: All machinery and equipment, together with the necessary supplies for
upkeep and maintenance, and also tools and apparatus necessary for the proper
construction and acceptable completion of the work.
EXTRA WORK: An item of work not provided for in the contract as awarded but found
essential to the satisfactory completion of the contract within its intended scope.
EXTRA WORK ORDER: A change order concerning the performance of work or
furnishing of materials involving extra work. Such extra work may be performed at
agreed prices or on a force account basis as provided elsewhere in these
specifications.
INSPECTOR: The Department's authorized representative assigned to make detailed
inspections of contract performance.
LABORATORY: The official testing laboratory of the City or any other testing laboratory
which may be designated by the Department.
MATERIALS: Any substances specified for use in the construction of the project and its
appurtenances.
MAYOR: The Mayor of the City of Owasso as constituted by charter to administer the
affairs of the City of Owasso.
NOTICE TO PROCEED: Written notice to the CONTRACTOR to proceed with the contract
work.
OWNER: City of Owasso, Owasso Public Works Authority, Owasso Public Golf Authority,
or other entity of the City.
PARKING: That portion of the right-of-way on city streets or urban projects not covered
by paved surface or sidewalk.
PAVEMENT STRUCTURE: The combined sub -base, base and surface courses placed on
the sub -grade to support the traffic load and distribute it to the roadbed.
PLANS: The approved plans, profiles, typical cross sections, working drawings and
supplemental drawings, or exact reproductions thereof, which show the location,
character, dimensions, and details of the work to be done.
PROJECT: The specific section of construction to be performed under the contract.
PROPOSAL: The written offer of the bidder, submitted on the prescribed proposal form,
to perform the work described in the plans and specifications and to furnish the labor
and materials at the prices quoted by the bidder.
PROPOSAL GUARANTY: The security to be furnished by the bidder as a guaranty of
good faith to enter into a contract and to execute the required bonds covering the
work contemplated if proposal is accepted.
SHOULDER: The portion of the roadway contiguous with the traveled way for
accommodation of stopped vehicles, for emergency use, and for lateral support of
base and surface courses.
SPECIAL PROVISIONS: Additions and revisions to the standard and supplemental
specifications covering conditions peculiar to an individual project.
SPECIFICATIONS: A general term applied to all directions, provisions and requirements
pertaining to performance of the work.
SPECIFIED COMPLETION DATE: The date on which the contract work is specified to be
completed.
STATUTORY BOND: The approved forms of security furnished by the CONTRACTOR and
their surety as a guaranty that they will pay in full all prescribed debts of the
CONTRACTOR covered by the bond.
SUBBASE: The layer or layers of specified or selected material of designed thickness
placed on a subgrade to support a base course.
SUBCONTRACTOR: An individual, company, partnership or corporation to whom the
CONTRACTOR contracts part of the contract.
SUBGRADE: The top surface of a roadbed upon which the pavement structure and
shoulders are constructed.
SUBSTANTIAL COMPLETION: The time at which the Work (or specified part thereof) has
progressed to the point where, in the opinion of the Department, the Work (or a
specified part thereof) is sufficiently complete, in accordance with the Project
Documents, so that the Work (or specified part thereof) can be utilized for the purpose
for which it is intended.
SUBSTRUCTURE: All of that part of the structure below the bearings of simple and
continuous spans, skewbacks or arches and tops of footings of rigid frames, together
with the backwalls, wingwalls and wing protection railings.
SUPERSTRUCTURE: The entire structure except the substructure.
WORK: Work shall mean the furnishing of all labor, materials, equipment, and other
incidentals necessary or convenient to the successful completion of the project and the
carrying out of all the duties and obligations imposed by the contract.
WORKING DAY: A working day shall be any day, other than a holiday, Saturday, or
Sunday, on which weather and working conditions would permit the normal forces of
the CONTRACTOR to proceed with regular work for a period of at least six hours toward
the completion of the work, unless work is suspended for causes beyond the
CONTRACTOR's control. Saturdays, Sundays, and holidays on which the
CONTRACTOR's forces engage in regular work, requiring the presence of an inspector,
will be considered as working days.
WORK ORDER: A written order, executed by the Department, of a contractual status
requiring performance by the CONTRACTOR without negotiation of any sort.
WORKING TIME: The working time stated in the proposal and the contract shall be
definite number of working days or calendar days and shall be considered an essential
part of the contract.
8.2 Repetitive Expressions. In order to avoid cumbersome and confusing repetition of
expressions, it is provided that whenever anything is, or is to be, done, if, as, or, when or
where "contemplated, required, determined, directed, specified, authorized, ordered,
given, designated, indicated, considered necessary, deemed necessary, permitted,
reserved, suspended, established, approval, approved, disapproved, acceptable,
unacceptable, suitable, accepted, satisfactory, unsatisfactory, sufficient, insufficient
rejected, or condemned," it shall be understood as if the expression were followed by
the words "by the Department" or "to the Department:'
8.3 Award and Execution of Contract. Award of contract will be made by the OWNER,
upon the recommendation of the Department, to the responsible bidder meeting the
requirements of the "Oklahoma "Public Competitive Bidding Act". The award of
contracts involving the expenditure of federal funds is contingent on concurrence of
the federal agency or any other agency whose funds are being used.
8.4 Cancellation of Award. The OWNER reserves the right to cancel the award of any
contract at any time before the execution of said contract without any liability against
the OWNER/City of Owasso.
8.5 Insurance and Bonds. The CONTRACTOR will be required to carry such
compensation and public liability insurance as may be required under the laws of the
State of Oklahoma, and shall execute and furnish a Statutory Payment Bond
guaranteeing that the CONTRACTOR shall pay all indebtedness incurred for materials
and labor furnished in the performance of the contract in a sum equal to one hundred
percent (100%) of the contract price.
The successful bidder shall also furnish a Performance Surety Bond in the amount of one
hundred percent (100%) of the contract guaranteeing the proper and prompt
completion of the work in accordance with the provisions of the contract and the plans
and specifications.
The successful bidder shall also furnish a Maintenance Bond in the amount of one
hundred percent (100%) of the contract, guaranteeing public improvement projects for
two (2) years against defective workmanship and materials from the date of
acceptance of the project.
The CONTRACTOR (and any Subcontractors) shall carry and keep in force during this
contract, policies of public liability insurance, including any contractual liability
assumed under this contract, in the minimum amounts set forth below, and workers'
compensation and employer's liability insurance in the amounts required by law.
The CONTRACTOR shall also furnish an OWNER's Protective Policy in the some amounts
with the OWNER as the named insured, issued by the same insurance company as the
issuer of CONTRACTOR's Liability Coverage.
Public Liability, other than automobile:
Personal Injury, each person $ 100,000.00
Personal Injury, each accident $1,000,000.00
Property Damage, each person ; $ 100,000.00
Property Damage, each occurrence $ 100,000.00
Automobiles and Trucks; Owned, Hired and Non -owned:
Personal Injury, each person $ 100,000.00
Personal Injury, each accident $1,000,000.00
Property Damage, each accident " $ 100,000.00
The policy shall provide a clause stating that it cannot be canceled by the insurer
without the insurer first giving the OWNER ten (10) day written notice of cancellation.
The CONTRACTOR shall furnish the OWNER an original and duplicate certificate of
insurance at the time contracts are prepared.
8.6 Preliminary Matters. Before starting construction, the CONTRACTOR shall carefully
study and compare the Project Documents and check and verify pertinent figures
therein and all applicable field measurements. CONTRACTOR shall promptly report in
writing to the Department any conflict, error, ambiguity, or discrepancy which the
CONTRACTOR may discover and shall obtain written interpretation or clarification from
the Department before proceeding with any work affected thereby.
With 10 days after the Notice to Proceed, the CONTRACTOR shall submit to the
Department for its timely review:
1. A preliminary progress schedule indicating the times (number of days or dates)
for starting and completing the various stages of the Work, including any
milestones specified in the Project Documents;
2. A preliminary schedule of Shop Drawings and Samples which will list each
required submittal and the times for submitting, reviewing, and processing such
submittal; and
3. A preliminary schedule of values for all the Work which includes quantities and
prices of items which, when added together, equal the Contract Price and
subdivides the Work into component parts in sufficient detail to serve as the
basis for progress payment during performance of the Work. Such prices will
include an appropriate amount of overhead and profit applicable to each
item of Work.
8.7 Preconstruction Conference. Within 20 days from Notice to Proceed, but before
any Work at the site is started, a conference attended by the CONTRACTOR,
Department, and others as appropriate will be held to establish a working
understanding among the parties as to the Work and to discuss the schedules,
procedures for handling Shop Drawings and other submittals, processing applications
for payment and maintaining required records; and any related particular area to store
materials and heavy equipment. At the pre -construction conference, specific locations
will be presented by the CONTRACTOR for approval by the Department.
8.8 Intent of Contract. The intent of the contract is to provide for the construction and
completion in every detail of the work described. The CONTRACTOR shall furnish all
labor, materials, equipment, tools, transportation, and supplies required to complete
the work in accordance with the plans, specifications, and terms of the contract.
8.8.1 Alteration of Plans or Character of Work. The OWNER reserves the right to
make at any time during the progress of the work, such increases or decreases in
quantities and such alterations in the details of construction, including alterations
in the grade or alignment of a road or structure or both, as may be found to be
necessary or; desirable. Such increases or decreases and alterations shall not
invalidate the contract nor release the surety, and the CONTRACTOR agrees to
accept the work as altered, the same as if it had been a part of the original
contract. All claims, disputes and other matters in question between OWNER and
CONTRACTOR arising out of, or relating to, the Project Documents or the breach
thereof are not subject to arbitration. The OWNER will be the sole judge in all
claims and disputes.
8.8.2 Extra Work. The CONTRACTOR shall perform unforeseen work, for which
there is no price included in the contract, whenever it is deemed necessary or
desirable in order to complete fully the work as contemplated.
a. Such work shall be performed in accordance with the specifications as
directed in writing by the Department, and will be paid for as provided
under extra or force account work.
b. When and as ordered in writing by the Department, the CONTRACTOR
shall do any work or furnish any materials which cannot reasonably be
classified under any of the items of the contract but which may be found
necessary in order to carry out and complete more fully the work herein
agreed to be done and performed; and the CONTRACTOR hereby
agrees to accept, as full compensation for such extra work, lump sums or
unit prices agreed upon in writing before said work is commenced.
c. Whenever, in the judgment of the Department, it is impracticable
because of the nature of the work or for any other reason to agree upon
lump sums or unit prices, the extra work and materials shall be paid for at
actual necessary cost as determined by the Department, plus fifteen
percent (15%), which fifteen percent (15%) is hereby understood and
agreed to include all cost of general superintendence, general expense,
overhead, and profit. The actual necessary cost will include expenditures
for material, labor, foremen, insurance, bond premiums, social security,
and supplies furnished by the CONTRACTOR, and a rental allowance for
equipment, where required, to be agreed upon in writing before the work
is begun, but will, in no case, include any allowance for office expense,
general superintendence or other general expense.
d. The CONTRACTOR shall, on or before the tenth day of the month
succeeding that in which any extra work shall have been performed, file
with the Department an account giving the itemized cost of such extra
work, and shall give the Department access to all accounts, bills, and
vouchers relating thereto. In case the CONTRACTOR fails to file, within the
time above mentioned, such accounts for extra work, (s)he will be
deemed to have performed such extra work without charge and shall be
entitled to no compensation therefore.
e. The CONTRACTOR shall file with the Department, certified lists, of any
equipment and the schedule of pay rates for common and semi -skilled
labor and operators of various classes which are intended to be used in
performing the work covered by this contract. These rates shall be subject
to approval of the Department for computation of extra work as
mentioned above, however, if the CONTRACTOR fails to file these lists with
the Department prior to starting any work covered by contract, then the
Department's computations shall be based on average wages and rates
paid on City work.
8.9 Maintenance of Traffic. The project, while undergoing improvements, shall be kept
open to all traffic by the CONTRACTOR unless approved otherwise in writing by the
Department. Temporary traffic control devices shall be furnished and maintained by
the CONTRACTOR. Methods of traffic control, including a traffic control plan, shall be
submitted by the CONTRACTOR for approval before construction activities begin. All
traffic control devices shall conform to the most recent Manual for Uniform Traffic
Control Devices (MUTCD).
8.10 Removal and Disposal of Structures and Obstructions. All materials, structures, or
obstructions found on the project which are not to remain in place or which are not to
be used in the new construction shall be carefully dismantled and any salvageable
materials stored in accessible locations, as directed by the Department. Unless
specified on the plans or in the proposal, this work will not be paid for separately. Unless
otherwise shown, materials not considered salvageable for use by the OWNER or not
incorporated in the work shall become the property of the CONTRACTOR, and shall be
removed from the work site in a timely manner and disposed of by him/her.
8.11 Site Maintenance. The work site shall be kept free from construction debris. At the
end of each work shift, the site shall be policed for objectionable debris which could be
deposited off site by wind or storm runoff. Other materials for use in the construction of
the project shall be maintained in orderly storage and protected from elements which
could hinder incorporation into the work.
8.12 Control of Storm Runoff. The CONTRACTOR shall take preventive measures to
minimize polluted runoff from the work site. Pollution includes, but is not limited to, silt or
mud from disturbed area, construction debris, any petroleum products, or other
objectionable materials. The CONTRACTOR shall immediately correct any violation of
this paragraph under current state and local ordinances. Failure to comply may result
in shut down of all work as directed by the Department.
8.13 Final Clean Up. Upon completion of the work and before acceptance and final
payment will be made, the CONTRACTOR shall remove all machinery, equipment,
surplus and discarded materials, rubbish, temporary structures, debris, tree stumps or
portions of trees. CONTRACTOR shall cut all brush and weeds within the limits of the
right-of-way and shall leave the project and borrow pits in a neat condition. The
CONTRACTORshall leave any areas or slopes, where any work is performed, in a neat
and workmanlike condition. CONTRACTOR shall repair at their own expense and to the
satisfaction of the Department, any areas, slopes, or turfing that have been damaged
by the CONTRACTOR operations.
8.14 Authority of the Contractor. The CONTRACTOR shall supervise, inspect, and direct
the Work competently as efficiently devoting such attention to and applying such skills
and expertise as may be necessary to perform the Work in accordance with the Project
Documents. CONTRACTOR shall be responsible to see that the completed Work
complies accurately with the Project Documents.
8.15 Authority of the Department. The Department's status during construction is to
assist the OWNER in answering questions which may be brought forth by the
CONTRACTOR during construction. However, final decisions will be made by the
OWNER. The Department will decide all questions which may arise as to the quality and
acceptability of materials furnished and work performed and as to the rate of progress
of the work; all questions which may arise as to the interpretation of the plans and
specifications; all questions as the acceptable fulfillment of the contract on the part of
the CONTRACTOR. The Department will have the authority to suspend or change the
sequence of work wholly or in part due to the failure of the CONTRACTOR to correct
conditions unsafe for the workmen or the general public; for failure to carry out
provisions of the contract; for failure to carry out orders; for such periods as deemed
necessary due to the unsuitable weather; for conditions considered unsuitable for
prosecution of the work or for any other condition or reason deemed to be in the public
interest. If the CONTRACTOR ignores the authority of the Department, the OWNER may
withhold partial payments due the CONTRACTOR upon due notice in writing.
Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract
shall be in writing and considered delivered and the service completed when said
notice is posted, by certified or registered mail, to the said CONTRACTOR at his/her last
given address, or delivered in person to said CONTRACTOR or his/her authorized
representative on the work.
8.16 Plans and Working Drawings. The OWNER shall furnish the CONTRACTOR with one
(1) set of Plans and Specifications at no cost to the CONTRACTOR. Plans may show
details of all structures, lines, grades, typical cross sections of a roadway, location and
design of all structures. The CONTRACTOR shall keep one set of plans available on the
work at all times. The plans will be supplemented by such working drawings as are
necessary to adequately control the work. Working drawings for structures shall be
furnished by the CONTRACTOR and shall consist of such detailed plans as may be
required to adequately control the work and are not included in the plans furnished by
the OWNER. They shall include stress sheets; shop drawings, erection plans, false -work
plans, cofferdam plans; _ bending diagrams for reinforcing steel or any other
supplementary plans or similar data required of the CONTRACTOR. All work drawings
must be approved by the Department and such approval shall not operate to relieve
the CONTRACTOR of any of his/her responsibility under the contract for the successful
completion of the work. The contract price will include the cost of furnishing all working
drawings.
After the Awarding of Contract and prior to the Pre -Construction Conference, the
CONTRACTOR shall furnish copies of each submittal required, along with a list of all
Subcontractor's, telephone inumbers, addresses, etc. Exceptions will be made on an
individual basis concerning submittal time frames if manufacturer needs additional
time. Generally, Notice to Proceed will be issued once the City Attorney has approved
the contract and all bonds, submittals, and list of Subcontractors have been submitted.
8.17 Conformity with Plans and Specifications. All work performed and all materials
furnished shall be in reasonably close conformity with the lines, grades, cross-section
dimensions and material requirements, including tolerances, shown on the plans or
indicated in the specifications.
In the event the Department finds the materials or the finished product in which the
materials are used or the work performed are not in reasonably close conformity with
the plans and specifications and have resulted in an inferior or unsatisfactory product,
the work or materials shall be removed and replaced or otherwise corrected by and at
the expense of the CONTRACTOR.
8.18 Coordination of Plans, Specifications, Supplemental Specifications and Special
Provisions. These specifications, the supplemental specifications, the plans, special
provisions, and all supplementary documents are essential parts of the contract, and a
requirement occurring in one is as binding as though occurring in all. They are intended
to be complimentary and to describe and provide for a complete work.
The CONTRACTOR shall take no advantage of any apparent error or omission in the
plans or specifications. In the event the CONTRACTOR discovers such an error or
omission, they shall immediately notify the Department. The Department will then make
such corrections and interpretations as may be deemed necessary for fulfilling the
intent of the plans and specifications.
8.19 Cooperation by Contractor. The CONTRACTOR shall give the work the constant
attention necessary to facilitate the progress thereof, and shall cooperate with the
Department, his/her inspectors, and other CONTRACTOR's in every way possible.
The CONTRACTOR shall have on the work at all times, as his/her agent, a competent
superintendent capable of reading and thoroughly understanding the plans and
specifications and thoroughly experienced in the type of work being performed, who
shall receive instructions from the Department or his/her authorized representatives. The
superintendent shall have full authority to execute order or directions of the
Department without delay, and to promptly supply such materials, equipment, tools,
labor, and incidentals ,as may be required. Such superintendent shall be furnished
irrespective of the amount of work sublet.
8.20 Cooperation Between Contractors. The OWNER reserves the right at any time to
contract for and perform other or additional work on or near the work covered by the
contract.
When separate contracts` are let within the limits of any one project, each
CONTRACTOR shall conduct his/her work to minimize interference with the progress or
completion of the work being performed by other CONTRACTOR's. CONTRACTOR's
working on the same project shall cooperate with each other as directed.
Each CONTRACTOR involved shall assume liability, financial or otherwise, in connection
with his/her contract and shall protect and save harmless the OWNER from any and all
damages or claims that may arise because of inconvenience, delay or loss
experienced by him/her because of the presence and operations of other
CONTRACTOR's working within the limits of the same project.
The CONTRACTOR shall arrange his/her work and shall place and dispose of the
materials being used so as to minimize interference with the operations of the other
CONTRACTOR's within the limits of the 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
some 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 fallwithinthe standard trench limit or within 12" of
subgrade and, in the opinion of the Department, revision of the line is necessary
for the construction of the project, the CONTRACTOR will be reimbursed for the
extra cost of the crossings or revision, provided the OWNER can't fix the problems
themselves.
B. All overhead and buried telephone and electrical conduits and gas mains to be
revised or crossed by the construction of this project shall be protected in
accordance' with the directions of the utility company owning the conduits
and/or mains. The CONTRACTOR shall notify the companies and obtain their
permission before making any crossing or revisions. In the event lines other than
those shown on the drawing are encountered, and in the opinion of the
Department revision of the line is necessary for the construction of the project,
the CONTRACTOR will be reimbursed for the extra cost of the crossing or revision
provided the utility can't fix the problem themselves. Any overhead cables,
buried cables, conduits or gas mains shown on plans and damaged by the
CONTRACTOR shall be repaired, at his/her expense, to the satisfaction of the
Department and of the utility.
C. The CONTRACTOR shall not remove any water or sanitary sewer lines except as
directed by the Department or as required by the drawing and specification,
and shall adequately brace and protect them from any damage during
construction. Any existing water main or sewer main or lateral damaged by the
CONTRACTOR's operations will be repaired by the OWNER's maintenance forces
at the CONTRACTOR's expense. The CONTRACTOR shall notify the OWNER
immediately after damaging any pipe.
D. The location of utility lines serving individual properties may or may not be shown
on the drawings. All plans must be reviewed by the respective Owner of the
utilities and locations verified. If service lines are encountered which are not
shown on the plans or are shown in the wrong location, the CONTRACTOR shall
notify the OWNER of the utility and the Department for relocation of the lines. If
the lines are broken or damaged from construction and were not shown or were
shown erroneously, the CONTRACTOR shall not be liable for the cost of repairs.
8.22 Construction Stakes, Lines and Grades. If applicable, if shall be the responsibility of
the CONTRACTOR to confer with the Consultant or Department and satisfy
himself/herself as to the accuracy of the controls prior to the commencement of work.
A. Unless otherwise shown on plans, the CONTRACTOR will set vertical and
horizontal controls provided by the Consultant or Department or shown on the
construction plans.
B. It shall also be the responsibility of the CONTRACTOR to protect and maintain
those controls and to replace immediately any or all controls should they be
damaged or altered in any manner.
C. From these vertical and horizontal controls, the CONTRACTOR shall layout and
stake the project for construction in accordance to construction plans and in a
manner that is satisfactory to the Department. From these vertical and horizontal
controls, the CONTRACTOR shall provide competent personnel to layout the
project in accordance to construction' plans.
D. The CONTRACTOR will be responsible for supplying copies of all field notes
gathered in determining grades, etc. during the construction of this project.
E. The Consultant or Department will provide necessary data to begin construction,
however, it shall be the responsibility of the CONTRACTOR to provide all grade
stakes, etc. along with any surveying needed to produce a finished product.
8.23 Source of Supply and Quality Requirements. The materials used on the work shall
meet all quality requirements of the contract. All materials not conforming to the
requirements of the specification shall be considered as unacceptable and all such
materials will be rejected and shall be removed immediately from the site of the work
unless otherwise instructed by the Department. No rejected material, the defects of
which have not been corrected, shall be used until approval has been given.
In order to expedite the inspection and testing of materials, the CONTRACTOR shall
notify the Department of his/her proposed sources of materials prior to delivery. All
materials will be inspected, tested and accepted by the Department before
incorporation in the work. Any work in which untested and unaccepted materials are
used without approval or written permission of the Department shall be performed at
the CONTRACTOR's risk and may be considered as unacceptable and unauthorized.
At the option of the Department, materials may be approved at the source of supply
before delivery is started. If it is found after trial that sources of supply for previously
approved materials do not produce specified products, the CONTRACTOR shall furnish
materials from other sources. The successful bidder may be required to furnish a
complete statement of the origin, composition, and manufacture of any or all materials
to be used in the construction of the work together with samples, which samples may
be subjected to tests to determine their quality and fitness for the work.
All materials required to be tested by a private laboratory shall be approved by the
Department. Reports of such tests shall be forwarded to the Department.
8.24 Contractor's Plant and Plant Inspection (if applicable). For providing plant, tools,
and equipment; for furnishing, erecting, maintaining and removing the construction
plant, construction roads, camps, sanitary convenience, temporary water supply, de -
watering and other temporary works; for furnishing insurance, bonds, drawings, records,
payment of fees, defense of suits, and any all incidental requirements, whether or not
they are enumerated in this paragraph, the CONTRACTOR shall receive no direct
payment. Compensation for them shall be considered as having been included in the
prices stipulated for the bid items, the payment for which, calculated in the manner
specified, shall constitute the total compensation due CONTRACTOR for the
performance of this contract.
The Department may undertake the inspection of materials at the source. In the event
plant inspection is undertaken, the following conditions shall be met:
A. The Department shall have the cooperation and assistance of the CONTRACTOR
and the producerwith whom (s)he has contracted for materials.
B. The Department shall have full entry at all times to such parts of the plant as may
concern the manufacture or production of the materials being furnished.
C. If required by the Department, the CONTRACTOR shall arrange for an approved
building for the use of the inspector, such building to be located conveniently
near the plant, independent of any building used by the material producer.
D. Adequate safety measures shall be provided and maintained.
It is understood that the OWNER reserves the right to retest all materials prior to
incorporation into the work which have been tested and accepted at the source of
supply after the some have been developed and to reject all materials which, when
retested, do not meet the requirements of these specifications.
8.25 Inspection of Work. Inspectors employed by the Department will be authorized to
inspect all materials and each part or detail of the work done. Such inspection may
extend to all or any part of the work and to the preparation, fabrication, or
manufacture of the materials to be used. The inspector will not be authorized to alter or
waive the provisions of the contract.
The Department shall be allowed access to all parts of the work and shall be furnished
with such information and assistance by the CONTRACTOR as is required to make a
complete and detailed inspection.
If the Department requests it, the CONTRACTOR, at any time before acceptance of the
work, shall remove or uncover such portions of the finished work as may be directed.
After examination, the CONTRACTOR shall restore said portions of the work to the
standard required by the specifications. Should the work thus exposed or examined
prove acceptable, the uncovering, or removing, and the replacing of the covering or
making good of the parts removed will be paid for as extra work. Should the work so
exposed or examined prove unacceptable, the uncovering or removing, and the
replacing of covering or making good of the parts removed, will be at the
CONTRACTOR's expense.
Any work done or materials used without inspection by the OWNER's representative
may be ordered removed and replaced at the CONTRACTOR's expense. The
Department must be notified within twenty-four (24) hours before placement of any
concrete, asphalt, or pipe and an inspector must be present during these operations.
The inspector will not be authorized to issue instructions contrary to the plans and
specifications, or to act as foreman for the CONTRACTOR.
8.26 Removal of Unacceptable and Unauthorized Work. All work which does not
conform to the requirements of the contract will be considered as unacceptable.
Unacceptable work, whether the results of poor workmanship, use of defective
materials, damage through carelessness, or any other cause, shall be removed
immediately and replaced in an acceptable manner.
Work done contrary to the instructions of the Department, work done beyond the line
shown on the plans, or any extra work done without authority, will be considered as
unauthorized and will not be paid for under the provisions of the contract. Work so
done may be ordered removed or replaced at the CONTRACTOR's expense.
Upon failure on the part of the CONTRACTOR to comply with any order of the
Department made under the provisions of this article, the Department will have the
authority to cause unacceptable work to be remedied or removed and replaced and
unauthorized work to be removed and to deduct the costs from any monies due or to
become due to the CONTRACTOR.
Any defects in workmanship or materials will be corrected by the CONTRACTOR at no
additional expense to the OWNER. Any and all adjustments called to the attention of
the CONTRACTOR by the OWNER will be corrected within a reasonable time. The term
"reasonable" will be interpreted as being within thirty (30) days or less, unless the OWNER
agrees to extend this schedule.
8.27 Load Restrictions. The CONTRACTOR shall comply with all legal load restrictions in
the hauling of materials on public roads beyond the limits of the project. A special
permit will not relieve the CONTRACTOR of liability for damage which may result from
the moving of equipment.
The operation of equipment of such weight or so loaded as to cause damage to
structures or the roadway or to any other type of construction will not be permitted.
Hauling of materials over the base course or surface course under construction shall be
limited as directed. No loads will be permitted on a concrete pavement, base or
structure before the expiration of the curing period. The CONTRACTOR shall be
responsible for all damage done by his/her hauling equipment.
8.28 Maintenance During Construction. The CONTRACTOR shall maintain the work
during construction and until the project is accepted. This maintenance shall constitute
continuous and effective work prosecuted day by day, with adequate equipment and
forces to the end that the construction will be kept in satisfactory condition at all times.
All cost of maintenance work during construction and before the project is accepted
shall be included in the bid on the various pay items and the CONTRACTOR will not be
paid an additional amount for such work.
8.29 Failure to Maintain Construction. If the CONTRACTOR, at any time, fails to comply
with the provisions of maintenance, the Department will immediately notify the
CONTRACTOR of such non-compliance. If the CONTRACTOR fails to remedy
unsatisfactory maintenance within 24 hours after receipt of such notice, the
Department may immediately proceed to maintain the project, and the entire cost of
this maintenance will be deducted from monies due or to become due the
CONTRACTOR on this contract.
8.30 Final Inspection. ; Upon due notice from the CONTRACTOR of presumptive
completion of the entire project, the Department will inspect with the CONTRACTOR. If
all construction provided for and contemplated by the contract is found completed to
his/her satisfaction, that inspection shall constitute the final inspection.
If, however, the inspection`' ;discloses any work, in whole or in part, as being
unsatisfactory, the Department will give the CONTRACTOR the necessary instructions for
correction of same, and the CONTRACTOR shall immediately comply with and execute
such instructions. Upon correction of the work, another inspection will be made which
shall constitute the final inspection provided the work has been satisfactorily
completed.
8.31 Laws to be Observed. The CONTRACTOR shall keep fully informed of all Federal
and State laws, all local laws, ordinances, and regulations and all orders and decrees of
bodies or tribunals having any jurisdiction or authority, which in any manner may affect
those engaged or employed on the work, or which in any way affect the conduct of
the work. The CONTRACTOR shall at all times observe and comply with all such laws,
ordinances, regulations, orders and decrees; and shall protect and indemnify the
OWNER and its representatives against any claim or liability arising from or based on the
violation of any such law, ordinance, regulations, order, or decree, whether by
himself/herself or his/her employees.
8.32 Contractor and their Employees.
A. The CONTRACTOR and Subcontractors employed upon the work shall and will be
required to conform to the labor laws of the State of Oklahoma and the various
acts amendatory and supplementary thereto, and to all laws, ordinances, and
legal requirements applicable thereto.
B. The CONTRACTOR agrees to comply with all terms of relating to equal
employment opportunity.
C. The CONTRACTOR shall employ competent, experienced persons for
performance of the work embraced in this contract; and shall promptly
discharge any and all incompetent or otherwise unsatisfactory employees.
D. CONTRACTOR's employees directly employed in performance of the work shall
not be paid less than the prevailing minimum wage scale and agrees to comply
with the provisions of Title 40 Oklahoma Statutes relating to minimum wage scale
of public projects.
E. The CONTRACTOR and each Subcontractor shall pay the contributions required
by the Social Security Act, U.S. Current Tax Payment Act (withholding tax) and
the public laws of the State and shall accept exclusive liability for said
contributions. The CONTRACTOR further shall indemnify and hold harmless the
OWNER on account of any such contributions assessed against the OWNER.
F. TheCONTRACTORagrees to keep an accurate record showing the names and
occupation of all employees, including the employees of any Subcontractor,
employed on the contract and also showing the actual wages paid to each of
the employees, which record shall be open at all reasonable hours to the
inspection of the OWNER or the` Commissioner of Labor, State of Oklahoma.
G. The CONTRACTOR further agrees that it (and CONTRACTOR's Subcontractors, if
any) will not sfail or refuse to hire or discharge any individual, or otherwise
discriminate against any individual with respect to this compensation, terms,
conditions, or privileges of employment, because of such individual's race, color,
religion, sex, age or national origin, and further agrees that it will not (nor will its
Subcontractors, if any) limit segregate or classify its employees in any way which
would deprive or tend to deprive any individual of employment opportunities or
otherwise adversely affect his/her status as an employee, because of such
individual's race, color, religion, sex, age, physical handicap or national origin.
CONTRACTOR further agrees with the OWNER that this contract may be
terminated by the OWNER in the event there shall be a violation of any of the
provisions of this paragraph, upon notice in writing given, and all monies to
become due pursuant to any other provisions of this contract from the date of
termination shall thereafter be forfeited the CONTRACTOR being entitled only to
monies expended and services performed up to and including the date of
termination.
8.33 Patented Devices, Materials and Processes. If the CONTRACTOR employs any
design, device, material, or process covered by letters of patent or copyright, they shall
provide for such use by suitable legal agreement with the patentee or OWNER. The
CONTRACTOR and the surety shall indemnify and save harmless the OWNER, any
affected third party from any and all claims for infringement by reason of the use of any
such patented design, device, material, or process, or any trademark or copyright, and
shall indemnify the OWNER for any costs, expenses, and damages which it may be
obliged to pay by reason of any infringement, at any time during the prosecution or
after the completion of the work.
8.34 Public Convenience and Safety. The CONTRACTOR shall comply with all
applicable Federal, State, and local laws governing safety, health and sanitation.
A. Necessary sanitary conveniences for the use of employees on the work, properly
secluded from public observation, shall be provided and maintained by the
CONTRACTOR. The construction and location of the facility and disposal of the
contents shall comply with all laws of the OWNER and State, relating to health
and sanitation regulations.
B. The CONTRACTOR shall provide all safeguards, safety devices and protective
equipment and take any other needed actions, on his/her own responsibility or
as the Department may determine, reasonably necessary to protect property in
connection with the performance of the work covered by the contract.
C. Materials stored on site shall be so placed and the work shall, at all times, be so
conducted as to cause no greater obstruction to the traveling public than is
considered necessary by the Department.
D. When the use of explosives is necessary for the prosecution of the work, no
blasting shall be done without the approval of the Department. The
CONTRACTOR shall adhere to all Federal and State laws and City ordinances
regulating the purchase, transportation, storage, handling and use of such
explosives with the utmost care not to endanger life or property, including new
work. The CONTRACTOR shall be responsible for all damage resulting from the
use of explosives.
8.35 Contractor's Responsibility for Work. The performance of the contract and the
work, as well as the full dollar amount of the contract, is at the risk of the CONTRACTOR.
The CONTRACTOR shall take all responsibility of the work, and shall bear all losses from
any cause whatsoever, including, but not limited to, losses resulting because of the
amount or character of the work, or because the nature of the land in or on which the
work is done is different from what is assumed or expected, or on account of the
weather, floods, fire, windstorm, or other actions of the elements, or any cause or
causes whatsoever for which the OWNER is not responsible.
If the work or any part or parts thereof is destroyed or damaged from any of the
aforesaid causes prior to OWNER's final acceptance of 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 every portion of this contract
and the specifications wherein a definite and certain time is fixed for the
performance of any act whatsoever; and where under the contract an
allowance of additional time for the completion of any work is made, the
new time fixed by such extension shall be of the essence of this contract.
E. Should the CONTRACTOR be delayed in the final completion of the work by
any act or neglect of the OWNER or Consultant, or of any employees of
either, or by strikes, injunctions, fire, or other cause or causes outside of and
beyond the control of the CONTRACTOR and which, in the opinion of the
Department, could have been neither anticipated nor avoided, then an
extension of time sufficient to compensate for the delay, as determined by
the Department, shall be granted by the OWNER, provided, the
CONTRACTOR shall give the OWNER and the Department notice in writing of
the cause of the delay in each case within ten (10) days after the delay.
F. Time extensions may be granted for unusually inclement weather occurring
during any given month. The CONTRACTOR's progress schedule must
include these anticipated adverse weather delays in all weather -dependent
activities.
G. Anticipated weather delays (days) included in the contract period at time
of award are based on the following:
Monthly Anticipated Adverse Weather Delay
Work Days Based on Five (5) Day Work Week
JAN FEB MAR APR MAY JUN =JUL AUG SEP OCT NOV DEC
10 6 8 6 6 4 3 3 6 5 3 6
H. Time extensions to the contract period will be granted only when the delay
has been documented with OWNER in a timely manner and OWNER agrees
that the delay actually occurred and affects work in progress.
I. Extensions of time will not be granted for delays caused by inadequate or
insufficient construction force or the failure of the CONTRACTOR to place
orders for equipment or materials a sufficient time in advance to insure
delivery when needed.
J. Any extension of time by the OWNER shall not release the CONTRACTOR and
surety herein from the payment of liquidated damages for a period of time
not included in the original contract or the time extension as herein
provided.
K. Failure to complete project within specified time, as set forth in this contract,
may be grounds for disqualification for future consideration for contracts
with the City of Owasso.
L. The Department may require the CONTRACTOR to finish a road section on
which work is in progress before work is started on any additional road
sections if the opening of such section is in the public interest or welfare.
8.38 Character of Workers, Methods and Equipment. The CONTRACTOR shall at all
times employ sufficient labor and equipment for prosecuting the several classes of work
to full completion in the manner and time required by these specifications.
All workers shall have sufficient skill and experience to perform properly the work
assigned to them. Workers engaged in special work or skilled work shall have sufficient
experiences in such work and in the operation of the equipment required to perform all
work properly and satisfactorily.
Any person employed by the CONTRACTOR or by any Subcontractor who does not
perform his/her work in a proper and skillful manner or is intemperate or disorderly shall,
at the written request of the Department, be removed forthwith by the CONTRACTOR or
Subcontractor employing such person, and shall not be employed again in any portion
of the work without the approval of the Department.
Should the CONTRACTOR fail to remove such person or persons as required above, or
fail to furnish suitable and sufficient personnel for the proper prosecution of the work,
the Department may suspend the work by written notice until such orders are complied
with.
8.39 Limitation of Operations. The CONTRACTOR shall conduct the work at all times in
such a manner and sequence to the satisfaction of the Department. (S)he shall not
open up work to the prejudice or detriment of work already started.
8.40 Contractor's Right of Protest. If the CONTRACTOR considers any work demanded
of him/her to be outside the requirements of the contract, or considers any record or
ruling of the Department to be unfair, (s)he shall, immediately upon such work being
demanded or such record or ruling being made, ask for written instructions or decisions,
whereupon (s)he shall proceed without delay to perform the work or to conform to the
record or ruling. Within ten (,10) days after the date of receipt of written instructions or
decisions, (s)he shall file a written protest with the Department, stating clearly and in
detail the basis of his/her objections. Except for such protest and objections as are
made of record in the manner herein specified and within the time stated, the records,
rulings, instructions, or decision of the Department shall be final and conclusive.
8.41 Right of Owner to Terminate Contract. If the work to be done under this contract
shall be abandoned by the CONTRACTOR, or if this contract shall be assigned by
him/her otherwise than as herein provided, or if the CONTRACTOR should be adjudged
as bankrupt, or if a general assignment of his/her assets be made for the benefit of his
creditors, or a receiver should be appointed for the CONTRACTOR or any of his/her
property; or if at any time the Department shall certify in writing that the performance
of the work under this contract is being unnecessarily delayed, or that the
CONTRACTOR is willfully violating any of the conditions or covenants of this contract or
the specifications therefore, or that (s)he is executing the same in bad faith or otherwise
not in accordance with the terms of this contract; or if the work be not substantially
completed within the time named for its completion, or within the time to which such
completion date may be extended then the OWNER may serve written notice upon the
CONTRACTOR and his/her surety of said OWNER's intention to terminate this contract,
and unless within five (5) days after the serving of such notice upon the CONTRACTOR a
satisfactory arrangement is made for the continuance thereof, this contract shall cease
and terminate. In the event of such termination, the OWNER shall immediately serve
notice thereof upon the surety and CONTRACTOR, and the surety shall have the right to
take over and complete the work, provided, however, that if the surety does not
commence performance thereof within thirty (30) days from the date of said notice of
termination, the OWNER may take over the work and prosecute same to completion,
by contract, or otherwise for the account and at the expense of the CONTRACTOR;
and the CONTRACTOR and his/her surety shall be liable to the OWNER for any and all
cost sustained by the OWNER by reason of such prosecution and completion. In such
event the OWNER may take possession of, and utilize in completing the work, all such
materials, equipment, tools and plant as may be on the site of the work and necessary
therefore.
8.42 Final Acceptance. When the work has been completed, the Department shall
carefully measure and determine the as -built quantities of each class of work as shown
in the schedule of bid items and such extra work performed by order of the
Department. The aggregate cost of the work done and the materials furnished shall
constitute the amount due for the completed work. All prior estimates and payments
shall be subject to correction in the final estimate and payment. It shall be the duty of
the Department to determine when the work is completed and the contract fulfilled,
and to recommend its acceptance by the OWNER. The work specified to be
performed shall not be considered finally accepted until all the work has been
accepted by the City of Owasso and its Trust Authorities.
8.43 Contractor's Obligation after Acceptance. CONTRACTOR further agrees without
cost other than is speciallyprovided 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. In the event that after the work hereunder has been
accepted. 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.
OWNER and CONTRACTOR have signed all portions of the Project Documents.
This Agreement will be effective on
OWNER:
By
Mayor
(SEAL)
ATTEST:
Juliann M. Stevens, City Clerk
e
Julie Lombardi, City Attorney
Address for giving notices:
200 South Main Street
Owasso, Oklahoma 74055
CONTRACTOR:
By
(SEAL)
Title
IIFA4.aVl. • MCLL c mnn... PFJM1 Cagnunlry
TO: The Honorable Mayor and City Council
FROM: Chris Roberts, Fleet & Facilities Services Superintendent
SUBJECT: Vehicle Leasing from Enterprise Fleet Management, Inc.
DATE: May 1, 2026
BACKGROUND:
On August 3, 2021, City Council approved the Master Equity Lease Agreement with Enterprise Fleet
Management, Inc. (EFM), which allows staff to initiate capital leasing for budgeted vehicles.
Staff continuously monitors the lease program to ensure alignment with established objectives and
identify opportunities for improvement. In 2025, suggestions for enhancing program effectiveness
were presented to EFM resulting in changes that better meet the needs of the city. Among the
more flexible options is the 99% Down Method, which provides the following advantages:
• Lowers the cost of interest and management fees associated with leasing
• Reduces the financial burden of ongoing payment obligations
• Supports the ability to easily purchase the asset outright as a lease -option
• Leaves a small carrying value (1 % of capitalized cost) on EFM's books to ensure continuity
of services that support efficient acquisition and remarketing of city vehicles
Another change entails assigning surplus vehicles to EFM to sell through its national dealer
network or at wholesale auction. As part of the quote for the new lease vehicle, EFM includes a
conservative estimate of the resale value of the retired unit which is applied toward the 99%
down payment.
Retired assets with an estimated value of $500.00 or more require City Council approval for
disposal. When it comes to transferring a retired asset to EFM for remarketing, the proposed
vehicle will be declared surplus on the date the replacement vehicle is delivered and placed
into service. Once the retired asset becomes surplus and is decommissioned, EFM will take
possession and initiate remarketing. If the surplus vehicle sells for more than the allowance, EFM
will remit payment to the city for the difference.
ACTION ITEMS:
The FY 2026 Ambulance Service Fund provides for three (3) new vehicles for the Fire Department.
The FY 2026 General Fund provides for one (1) new vehicle for the Public Works Engineering
Division, and one (1) new vehicle for the Police Department. The FY 2026 Stormwater Fund
provides for one (1) new vehicle for the Stormwater Quality Division.
Assigned
Utilization
Details
Fire Department
Command Operations
Replace 2015 Chevy Suburban
Replace 2015 Chevy Tahoe
Replace 2016 Dodge Charger
Public Works
Engineering Inspections
Fleet addition; new position
Stormwater Inspections
Fleet addition; new position
Police Department
Field Operations
Fleet addition
Vehicle Leasing from Enterprise Fleet Management, Inc.
Page 2
Staff is seeking approval to enter into six (6) lease agreements for a term of forty-eight months with
Enterprise Fleet Management, Inc. for the following vehicles:
Vehicle Description
Capitalized
Cost
Cash Down
Payment
Gain Applied
from Surplus Unit
Monthly Lease
Payment
Lease Term
2026 Dodge Durango
$42,083.00
$31,762.17
$10,000.00
$33.14
48 months
2026 Dodge Durango
$42,083.00
$27,307.17
$14,500.00
$32.34
48 months
2026 Chevy 1500 WT
$44,450.50
$34,601.00
$9,500.00
$33.54
48 months
2026 RAM 1500 WT
$43,351.00
$42,917.49
Not applicable
$34.90
48 months
2026 RAM 1500 WT
$43,351.00
$42,917.49
Not applicable
$34.90
48 months
2026 Dodge Durango
$39,732.00
1 $39,334.68
Not applicable
$34.37
48 months
As a reminder, proposed lease periods extend beyond FY 2026. Payments due in months beyond
June 2026, are contingent upon annual appropriations by the City Council. The lease period does
not begin until the vehicles are delivered for use.
Staff is also seeking a declaration of surplus for three (3) vehicles assigned to the Fire Department
that have reached end of service life and approval to transfer the surplus assets to Enterprise Fleet
Management, Inc. for remarketing.
Additionally, on August 5, 2025, the City Council declared a 2014 Ford F350 CNG, VIN
# I FD8W3C60EEB 19952, as surplus to the needs of the City and authorized disposal via auction.
Staff is seeking to revise the method of disposal from an auction to a transfer to Enterprise Fleet
Management, Inc. of Clayton, Missouri, for remarketing.
FUNDING:
Funding is available in the General Fund, Stormwater Fund, and Ambulance Service Fund.
RECOMMENDATION:
Staff recommends declaring the following vehicles (assigned to the Fire Department) as surplus to
the needs of the city, pending the date the replacement vehicles are delivered and placed into
service, and approval to dispose of all listed surplus assets via assignment with Enterprise Fleet
Management, Inc., of Clayton, Missouri.
Vehicles
Reason/Condition
Vehicle Identification Number
Estimated Value
2015 Chevy Suburban
Age/Mileage/Good
1 GNSKHKC9FR281350
$10,000.00
2015 Chevy Tahoe
Age/Mileage/Good
1 GNSK3KCOFR672406
$9,500.00
2016 Dodge Charger
Age/Good
2C3CDXCT7GH122302
$14,500.00
2014 Ford F350 - declared
surplus August 5, 2025
Revise the method
of disposal
I FD8W3C60EEB19952
Staff also recommends approval of an Open -End (Equity) Lease from Enterprise Fleet
Management, Inc., of Clayton, Missouri, which includes six (6) Agreements for a lease period of
forty-eight months for (1) 2026 Dodge Durango with a down payment of $31,762.17 and a lease
rate of $33.14 per month, (1) 2026 Dodge Durango with a down payment of $27,307.17 and a
lease rate of $32.34 per month, (1) 2026 Chevy Silverado 1500 WT with a down payment of
$34,601.00 and a lease rate of $33.54 per month, (2) 2026 RAM 1500 WTs, each with a down
payment of $42,917.49 and each with a lease rate of $34.90 per month, and (1) 2026 Dodge
Durango Pursuit with a down payment of $39,334.68 and lease rate of $34.37 per month,
contingent upon annual appropriations by the City Council, and authorization to execute all
necessary documents.
sd
uLLVgl.•cEu W,xu.�pELL fannrlry
TO: The Honorable Chair and Trustees
Owasso Public Works Authority (OPWA)
FROM: Chris Roberts, Fleet & Facilities Services Superintendent
SUBJECT: Vehicle Leasing from Enterprise Fleet Management, Inc.
DATE: May 1, 2026
BACKGROUND:
On August 3, 2021, City Council approved the Master Equity Lease Agreement with Enterprise Fleet
Management, Inc. (EFM), which allows staff to initiate capital leasing for budgeted vehicles.
Staff continuously monitors the lease program to ensure alignment with established objectives and
identify opportunities for improvement. In 2025, suggestions for enhancing program effectiveness
were presented to EFM, resulting in changes that better meet the needs of the city. Among the
more flexible options is the 99% Down Method, which offers the following advantages:
• Lowers the cost of interest and management fees associated with leasing
• Reduces the financial burden of ongoing payment obligations
• Supports the ability to easily purchase the asset outright as a lease -option
• Leaves a small carrying value (1 % of capitalized cost) on EFM's books to ensure continuity
of services that support efficient acquisition and remarketing of city vehicles
Another change entails assigning surplus vehicles to EFM to sell through its national dealer network
or at wholesale auction. As part of the quote for the new lease vehicle, EFM includes a
conservative estimate of the resale value of the retired unit, which is applied toward the 99%down
payment.
Retired assets with an estimated value of $500.00 or more require OPWA approval for disposal.
When it comes to transferring a retired asset to EFM for remarketing, the proposed vehicle will be
declared surplus on the date the replacement vehicle is delivered and placed into service. Once
the retired asset becomes surplus and is decommissioned, EFM will take possession and initiate
remarketing. If the surplus vehicle sells for more than the allowance, EFM will remit payment for the
difference.
ACTION ITEMS:
The FY 2026 OPWA Fund provides for one (1) new vehicle for the Wastewater Collection Division.
Assigned
Utilization
I Details
Public Works
Wastewater Collection I
Fleet addition
Staff is seeking approval to enter into one (1) lease agreement for a term of forty-eight months
with Enterprise Fleet Management, Inc. for the following vehicle:
Vehicle Description
Capitalized
Cash Down
I Gain Applied
Monthly Lease
Lease Term
Cost
Payment
I from Surplus Unit
Payment
2026 RAM 2500 WT
$51,511.00
1 $45,300.42
1 $5,500.00
$39.83
48 months
As a reminder, proposed lease periods extend beyond FY 2026. Payments due in months beyond
June 2026, are contingent upon annual appropriations by the OPWA. The lease period does not
begin until the vehicle is delivered for use.
Vehicle Leasing from Enterprise Fleet Management, Inc
Page 2
FUNDING:
Funding is available in the Wastewater Collection Division budget.
RECOMMENDATION:
Staff recommends approval of an Open -End (Equity) Lease from Enterprise Fleet Management,
Inc., of Clayton, Missouri, which includes one (1) Agreement for a lease period of forty-eight
months for (1) 2026 RAM 2500 WT with a down payment of $45,300.42 and a lease rate of $39.83
per month, contingent upon annual appropriations by the OPWA, and authorization to execute
all necessary documents.
TO: The Honorable Chair and Trustees
Owasso Public Works Authority (OPWA)
FROM: Carly Novozinsky, Finance Director
SUBJECT: Owasso Redbud District and Increment District No.
Small Business Enhancement Agreement
DATE: May 1, 2026
JLeffel;ZeiRk1N
In December 2016, the OPWA created the Tax Increment Financing (TIF) District in the downtown
Owasso Redbud District area. On April 4, 2017, the OPWA adopted a Policy Guide for the
processing of TIF Assistance in Development Financing applications.
The Policy Guide includes the process for application and approval of Small Business
Enhancements. Beginning July 1, 2019, Small Business Enhancements were made available to any
retail, restaurant, or personal service small business within the Increment District proposing to
enhance the exterior of the structure in which the business is located, provide streetscape
improvements, enhance signage or access, or otherwise improve the appearance of the exterior
of the business. The plan requires a Review Committee to evaluate the application for
compatibility with the Project Plan and the Downtown Overlay District Plan. Upon
recommendation by the Review Committee, a business enhancement agreement is presented
to the OPWA for consideration and approval.
APPLICATION:
In April, Owasso Family Billiards submitted an application for assistance with a backlit LED sign at
a property located at 314 E 5rh Avenue. The applicant hopes to improve visibility and wayfinding
for a new, locally owned small business. The applicant also aims to contribute to the walkability
of the Redbud District.
The project appears to meet the criteria set forth in the adopted Owasso Redbud District TIF
Project Plan and Policy Guide. As established by the Project Plan and Policy Guide, the applicant
would be eligible to receive reimbursement by the OPWA at the completion of the approved
improvements for 50% of the actual amount expended; however, the amount of reimbursement
shall not exceed $5,000.00. The applicant anticipates the improvements to total $8,176.30.
The Review Committee reviewed the application and voted unanimously to recommend
approval to the OPWA, finding that the project is eligible to receive TIF assistance.
RECOMMENDATION:
Staff recommends approval and execution of the agreement with Owasso Family Billiards and
authorization for payment in an amount not to exceed $5,000.00 for signage improvements
located at 314 E 5th Avenue.
ATTACHMENT:
Business Enhancement Agreement with Owasso Family Billiards
SMALL BUSINESS ENHANCEMENT AGREEMENT
Business Owner: Owasso Family Billiards
[Complete Legal Name]
Address of Business: 314 E 5th Ave, Suite 301 /302
Owasso, OK 74055
Approved Amount of
Development Assistance: Not to exceed $5,000.00
Approved Improvements/
Use of Funds: As described in the approved Application for Small
Business Enhancement (see Exhibit A), subject to
the following limitations or restrictions, if any:
►=
This Small Business Enhancement Agreement (this "Agreement") is entered into as of May
5, 2026, by and between the Owasso Public Works Authority, a public trust ("Authority")
having a mailing address of 200 S. Main Street, Owasso, Oklahoma 74055, and Business
Owner, with respect to the following:
(a) On December 20, 2016, the Owasso City Council ("City Council")
adopted Ordinance No. 1093 which approved the Owasso Redbud
District Project Plan, established the Project Area, and created
Increment District No. 1, City of Owasso, an ad valorem and sales tax
increment district ("Increment District No. I"), pursuant to the
Oklahoma Local Development Act, 62 O.S. §850, et seq., as
thereafter amended from time to time ("Proiect Plan");
(b) The Project Plan supports the City of Owasso's efforts to achieve its
development objectives for area surrounding Main Street, known as
the Redbud District, and envisions, among other things, the
revitalization of the Redbud District as a destination are for residents
and visitors, through promoting smart development in the area and
providing for robust branding;
(c) The Business Owner desires to enhance the exterior of the structure
in which its business is located, provide streetscape improvements,
enhance signage or access, or otherwise improve the appearance
of the exterior of the business;
(d) Pursuant to the Policy Guide adopted by City Council to assist in
implementing the Project Plan ("Policy Guide"), assistance in
development financing in the form of Small Business Enhancements,
in an amount not to exceed $5,000.00, may be available to any
retail, restaurant, or personal service small business within Increment
District No. 1 to assist the business in improving the appearance of
the physical exterior or exterior elements of the property where the
business is located;
(e) Pursuant to the Policy Guide, a Small Business Enhancement may not
exceed a fifty percent (50%) match of the cost of the approved
improvements;
(f) The Application Review Committee ("Committee") has reviewed
the Application of the Business Owner for Small Business
Enhancements, a copy of which is attached as Exhibit A
("Application"), as described in the Policy Guide; and
(g) The Committee recommended approval of the Business Owner's
Application to the Board of Trustees of the Authority ("Board"),
finding that the Business Owner's proposal meets the objectives of
the Project Plan; and
(h) The Authority has agreed to provide assistance in development
financing in the form of a Small Business Enhancement in the amount
set forth above ("Development Assistance") to and for the benefit
of the Business Owner, in order to assist Business Owner with the
improvements described in the Application and approved by the
Committee ("Approved Improvements"), subject to the terms and
conditions set forth herein.
NOW, THEREFORE, the Authority and Business Owner agree as follows:
1. Purpose. The Development Assistance shall be used by Business Owner
solely for the Approved Improvements described in the Application, as limited or
restricted above, and may not be used for any other purpose(s) without the prior written
consent of the Authority.
2. Documentation of Use of Funds; Reporting. Business Owner shall maintain
records and receipts of all transactions and expenditures paid for the Approved
Improvements and shall remit complete and accurate copies of such records and
receipts to the Authority. All records and receipts shall be available to the Authority for
monitoring and reporting purposes.
3. Payment of Development Assistance. Upon completion of the Approved
Improvements, the Authority agrees to reimburse the Business Owner in the lesser amount
of: (a) the Development Assistance, or (b) fifty percent (50%) of the actual amount
expended by the Business Owner on the Approved Improvements. Documentation of
all expenses related to the Approved Improvements must be provided to the Authority,
and a physical inspection of the Approved Improvements by a designated
representative of the Authority must occur, prior to any reimbursement by the Authority.
4. Notices. All notices required or permitted herein must be in writing and shall
be sufficient if delivered personally, mailed by certified or registered mail, return receipt
requested, postage and charges prepaid, to the other party at the address, as
applicable, set forth on the first page of this Agreement, or to such other telecopier
number or address, as applicable, or in electronic format, as any party hereto may
designate to the other from time to time for this purpose. All notices shall be deemed
received when delivered personally, when confirmed to you or, if mailed, within three (3)
days (excluding Sundays and holidays and any other days on which mail is not delivered)
after being mailed.
5. Integrated Agreement. This instrument, along with all attachments and
exhibits, contains and constitutes the entire agreement between the parties herein
relating to the subject matter hereof and there are no agreements, understandings,
restrictions, warranties or representations among the parties relating to the subject matter
hereof other than those set forth herein. This instrument is not intended to have any legal
effect whatsoever, or to be a legally binding agreement, or any evidence thereof, until
it has been signed by both parties hereto.
6. Construction. This Agreement shall be construed, enforced and governed
in accordance with the laws of the State of Oklahoma. All pronouns and any variations
thereof shall be deemed to refer to the masculine, feminine or neuter gender thereof or
to the plurals of each, as the identity of the person or persons or the context may require.
The descriptive headings contained in this Agreement are for reference purposes only
and are not intended to describe, interpret, define or limit the scope, extent or intent of
this Agreement or any provision contained herein.
7. Invalidity. If any provision contained in this Agreement shall for any reason
be held to be invalid, illegal, void or unenforceable in any respect, such provision shall
be deemed modified so as to constitute a provision conforming as nearly as possible to
such invalid, illegal, void or unenforceable provision while still remaining valid and
enforceable, and the remaining terms or provisions contained herein shall not be
affected thereby.
8. Binding Effect. This Agreement shall be binding upon, inure to the benefit of
and be enforceable by the parties hereto and each party's successors and assigns.
9. Counterpart Execution. This Agreement may be executed in one or more
counterparts, each of which shall be deemed an original, but each of which together
shall constitute but one and the same instrument.
10. Amendment and Waiver. This Agreement may be amended at any time,
but only by an instrument in writing executed by both parties hereto. A party hereto may
3
waive any requirement to be performed by the other party, provided that such waiver
shall be in writing and executed by the party waiving the requirement.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date first above set forth.
AUTHORITY: OWASSO PUBLIC WORKS AUTHORITY
a public trust
By:
Chair
BUSINESS OWNER: /I/Vt�i�1 �H/ � 04/02/2026
By: Jacaulvn Schade
Title: Owner
EXHIBIT A
[Attach Business Owner's executed application]
Owasso Family Billiards - TIF Application Packet
OWASSO FAMILY BILLIARDS
TIF APPLICATION PACKET
Submitted by:
Jacqulyn Schade
Owasso Family Billiards
314 E Sth Ave Suite 301/302
Owasso, OK 74055
Date: March 31, 2026
Owasso Family Billiards - TIF Application Packet
DEVELOPMENT PROJECT ASSISTANCE APPLICATION
Date: March 31, 2026
I. Applicant / Owner Information
Name of Applicant: jacqulyn Schade
Title: Owner / Operator
Address: 314 E Sth Ave, Suite 301/302, Owasso, OK 74055
Phone:918-844-7003
Email: jschade@owassofamilybilliards.com
Business: Owasso Family Billiards
Key Participants: Evan Anderson -Amax Signs 918-622-0651
Amaxsign.com
Ii. Project Site Information
Address: 314 E 5th Ave, Suite 301/302, Owasso OK 74055
Legal Description: Within Owasso Redbud District, Downtown Overlay Zone
Square Footage: —4,800 sq ft
Existing Zoning: Downtown Overlay District
Existing Improvements: New family -friendly billiard venue requiring external
signage .
Owasso Family Billiards - TIF Application Packet
III. Project Information
Project Name: Owasso Family Billiards Exterior Signage Installation
Description: Purchase and install a new exterior backlit commercial sign.
Market & Feasibility: 320+ community survey responses confirm demand. Financial
projections and owner equity demonstrate long-term viability.
Public Improvements Needed:
• Fagade & exterior signage
Estimated Costs:
1 backlit LED sign from Amax Signs: $8,176.30
IV. Financial Information
Funding Sources:
Owner Capital: $8,176.30
TOTAL: $8,176.30
Certification:
Applicant certifies all information is accurate and submitted for consideration.
Applicant: lG?.0 n, Schad& -
Name (Print): jacqulyn Schade
Date: 03/31 /2026
Owasso Family Billiards - TIF Application Packet
SMALL BUSINESS ENHANCEMENT APPLICATION
Date: March 31, 2026
Business Name: Owasso Family Billiards
Address: 314 E Sth Ave, Suite 301/302, Owasso OK 74055
Contact Person/Owner: jacqulyn Schade
Phone:918-844-7003
Email: jschade@owassofamilybilhards.com
Proposed Improvements:
• Fasade & exterior signage
Estimated Costs:
1 backlit LED sign from Amax signs: $8,176.30
Requested Dollar Amount: $4,088.15
Owasso Family Billiards - TIF Application Packet
Total Cost of Improvements:
$8,176.30 (quotes for sign construction and installation included in supporting documents)
Source(s) of Funds:
Owner Capital: $8,176.30
TOTAL: $8,176.30
Impact of Improvements:
• Improves visibility and wayfinding for a new locally owned small business
• Contributes to Redbud District walkability and nighttime activity
• Enhances the district's streetscape with professional illuminated signage
Worthiness of Improvements:
Enhances the Redbud District with a modern entertainment venue, fills a community need,
adds vibrancy, and increases walkability.
Property Ownership:
Tenant under Westco USA. Signage and permits approved by city and landlord.
Applicant: !2 ScGcar�E'
Name (Print): )acqulyn Schade
Date: 03/31 /2026
is
a•max
SOLD TO:
OWASSO FAMILY BILLIARDS
314 E 5TH AVE SUITE 301 Et 302
OWASSO, OK 74055 US
RFQ
9520 E. 55th PL QUOTE
Tulsa Oklahoma 74145-8108 Opportunity#:050300
Quote#: 1319
p:918.622.0661 1:918.622.0659 Quote Date: 2/19/2026
Vr'W1't.8 R12xSl C n. C"Jn1 Page: 1
JOB LOCATION:
Owasso Family Billiards
314 E. 5th Ave Suite 301 and 302
owasso, OK 74055 US
SALESPERSON QUOTE DATE EXPIRATION DATE
EVAN 2/19/2026 3/21/2026
A -Max Sign Company, Inc. (HEREINAFTER CALLED THE "COMPANY") HEREBY PROPOSES TO FURNISH ALL THE MATERIALS AND PERFORM
ALL THE LABOR NECESSARY FOR THE COMPLETION OF:
LINE DESCRIPTION
Uohl
Qty
Unit Price
Extended Price
I raceway mounted option
EA
1.00
8,176.3000
$8,176.30
ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED, AND THE ABOVE TO BE IN ACCORDANCE WITH THE DRAWINGS AND OR
SPECIFICATIONS SUBMITTED FOR THE ABOVE WORK AND COMPLETED IN A WORKMANLIKE MANNER FOR THE SUM OF:
TOTAL PROPOSAL AMOUNT: $8,176.30 USD
PLUS ANY APPLICABLE SALES TAX AND PERMITS
TERMS: 50% DOWN, BALANCE DUE ON COMPLETION
Due to the U.S. government decision to impose import tariffs of up to 25% or possibly more, A -max Sign Co. must increase costs for
raw materials used in the signage industry. Aluminum, stainless steel, bronze and electrical components are just a few of the
materials.
THIS PRICE DOES NOT INCLUDE ELECTRICAL HOOKUP, PERMITS, ENGINEERING OR TAX UNLESS SPECIFICALLY STATED.
NOTE: THIS PROPOSAL MAYBE WITHDRAWN IF NOT ACCEPTED WITHIN 5 DAYS. WORK WILL NOT BEGIN UNTIL DOWN PAYMENT AND
WRITTEN ACCEPTANCE IS RECEIVED, A -MAX SIGN CO. RESERVES THE RIGHT TO INCREASE THE COST OF MATERIALS BASED ON THE
COST OF OUR SUPPLIERS.
ANY ALTERATION FROM THE ABOVE SPECIFICATIONS INVOLVING EXTRA COSTS WILL BE EXECUTED ONLY UPON WRITTEN ORDERS AND
WILL BECOME AN EXTRA CHARGE OVER AND ABOVE THE ESTIMATE TO BE PAID BY THE PURCHASER.
COMPANY INITIALS � CUSTOMER INITIALS
ja
a•max
SOLD TO:
OWASSO FAMILY BILLIARDS
314 E 5TH AVE SUITE 301 Et 302
OWASSO, OK 74055 US
RFQ
9520 E. 55th PL
Tulsa Oklahoma 74145-8108
P:918.622.0651 1:918.622.0659
v✓ w.amaxsign.Com
QUOTE
Opportunity#:050300
Quote#: 1319
Quote Date: 2/19/2026
Page: 2
JOB LOCATION:
Owasso Family Billiards
314 E. 5th Ave Suite 301 and 302
owass0, OK 74055 US
SALESPERSON QUOTE DATE
EVAN 2/19/2026
TERMS AND CONDITIONS
EXPIRATION DATE
3/2112026
1. UPON DEFAULT IN THE PAYMENT OF ANY SUMS HEREIN AGREED, A -Max Sign Company, Inc. MAY, AT ITS OPTION, DECLARE THE ENTIRE BALANCE PRICE
FULLY DUE AND PAYABLE WITHOUT FURTHER NOTICE TO CUSTOMER; AND WHEN DECLARED, CUSTOMER AGREES TO PAY INTEREST ON SAID BALANCE, WHEN
DECLARED DUE AT THE RATE OF 1.5% PER MONTH. CUSTOMER FURTHER AGREES TO PAY ALL REASONABLE C05T5 OF COLLECTION OF SAID BALANCE INCURRED BY
THE COMPANY, INCLUDING ATTORNEY'S FEES.
2. BOTH PARTIES HERETO AGREE THAT THE TITLE TO SAID ELECTRICAL SIGN SHALL REMAIN IN THE COMPANY UNTIL PAID FOR IN FULL, BUT AFTER DELIVERY TO THE
CUSTOMER ALL OF DAMAGE FROM FIRE OR OTHER CAUSES AFTER SAID DELIVERY SHALL BE ASSUMED BY SAID CUSTOMER AND WILL NOT EFFECT THE RIGHTS OF
THE COMPANY TO ENFORCE OF THE PURCHASE PRICE THEN UNPAID.
3. IT IS FURTHER AGREED BY BOTH PARTIES THATALL PROVISIONS IN REGARD TO THE PROJECTARE CONTAINED IN WRITING HEREIN.
4. ALL TERMS AND CONDITIONS OF THIS CONTRACT SHALL BE BINDING UPON ANY SUCCESSORS, ASSIGNEES OR OTHER LEGAL REPRESENTATIVES OF THE RESPECTIVE
PARTIES BUT NO ASSIGNMENT SHALL BE MADE BY THE CUSTOMER WITHOUTTHE CONSENT IN WRITING BYTHE COMPANY UNLESS FULL PAYMENT OFTHE TOTAL
CONSIDERATION HAS BEEN MADE.
S. A -Max Sign Company, Inc. SHALL SECURE ALL NECESSARY PERMITS FROM THE BUILDING OWNER, AND/OR OTHERS WHOSE PERMISSION IS REQUIRED FOR
THE INSTALLATION OF THE SIGN AND SAID SHALL BE LIABLE FOR ANY OBSTRUCTION OF DELIVERY DUE TO DELAY INOBTAINING SUCH PERMISSION, AND IF
CUSTOMER EXECUTES THIS CONTRACT OF SALES WITHOUT EVER OBTAINING PERMISSION FROM PARTY OR PARTIES NECESSARY FOR THE INSTALLATION OF SAID
SIGN, THEN HE PURCHASES SAME AND IS BOUND TO THE TERMS AND CONDITIONS OF THIS CONTRACT AS THOUGH HE HAD OBTAINED SAID PERMISSION AND HE
AGREES TO RELIEVE THE COMPANY FROM ANY LIABILITY FOR ITS FAILURE WITHIN 10 DAYS OF DELIVERY TO ERECT OR INSTALL SAID SIGN.
6. CUSTOMER AGREES TO PROVIDE SERVICE FEED WIRE OF SUITABLE CAPACITY AND APPROVEDTO LOCATION OF DISPLAY IN ADVANCE OF INSTALLATION AND MAKE
CONNECTION THEREOF TO DISPLAY.
7. WHEN PIER DRILLING IS NECESSARY, THE COMPANY W ILL CONTACT OKIE TO LOCATE PUBLIC UTILITIES. LOCATION OF PRIVATE UTILITIES IS THE SOLE
RESPONSIBILITY OFTHE CUSTOMER. IN THE EVENT ROCK 15 ENCOUNTERED IN THE DRILLING PROCESS, TO THE POINT WHERE SPECIAL EQUIPMENT IS REQUIRED,
ADDITIONAL MONIES MAY BE REQUESTED IN WRITING BY THE COMPANY.
8. ALL PRODUCTS MANUFACTURED BY THE COMPANY ARE GUARANTEED UNCONDITIONALLY AGAINST DEFECTIVE PARTS, MATERIALS, AND WORKMANSHIP FOR A
PERIOD OF ONE (1) YEAR, WITH EXCEPTION OF INCANDESCENTAND FLUORESCENT LAMPS.
THIS PROPOSAL DOES NOT BECOME EFFECTIVE UNTILSIGNED AND DATED BY THE COMPANY; ONCE SIGNED THIS PROPOSAL WILL EXPIRE
AFTER 15 DAYS.
THE ABOVE PRICES, SPECIFICATIONS, AND CONDITIONS ARE SATISFACTORY AND ARE HEREBY ACCEPTED. YOU ARE AUTHORIZED TO DO
THE WORK AS SPECIFIED. PAYMENT WILL BE MADE AS OUTLINED ABOVE,
SALESPERSON:
ACCEPTED BY: %J�o�se__p—h ``Schha++de
SIGNATURE: Q�L JCIL�
C,�J (�
DATE: "-
TITLE: Director of Operations
DATE:
03/02/2026
COMPANY INITIALS CUSTOMER INITIALS
�§k
��i� A^|
d N|CM
«/|
,|
m2.
Docusign Envelope ID: E9D1803F-6129-869F-8162-C75AC4E82F42
5th Avenue Business Park, LLC
April 01, 2026
City of Owasso
Owasso City Hall
Owasso, OK
Re: Approval of Exterior Signage — Owasso Family Billiards
To Whom It May Concern,
This letter is to confirm that 5th Avenue Business Park, LLC, as the owner of the property where
Owasso Family Billiards is a tenant, has reviewed and approves the installation of exterior signage for
Owasso Family Billiards at its leased premises.
This approval is expressly contingent upon the proposed signage complying with all applicable City of
Owasso codes, ordinances, and regulations, and successfully completing the City's permitting and
approval process. The signage may not be installed until all required permits have been obtained and
all conditions imposed by the City have been satisfied.
Please feel free to contact me directly should you require any additional information or documentation
Sincerely,
DocuSfpneA1405
d 6y:
d3sV._
James 7y4
5th Avenue Business Park, LLC
fames@westcousa.com
(918)998-4044
sd
TO: The Honorable Mayor and City Council
The Honorable Chair and Trustees - Owasso Public Works Authority (OPWA)
FROM: H. Dwayne Henderson, P.E., City Engineer
SUBJECT: Contract Award for Hale Acres CDBG Waterline Replacement Project, Phase III
DATE: May 1, 2026
BACKGROUND:
• The Hale Acres subdivision was platted in 1972 and the waterlines were built with a material
that was state of the art for the time period, but have reached the end of their service life.
In 2024, staff received permission from INCOG to do a phased approach to the next portion
of infrastructure upgrades that were proposed to occur in Hale Acres. As such, staff
"banked" funds awarded from the last two grant cycles. Staff determined that by
accumulating two years' worth of funding and waiting to do one larger project, as opposed
to two separate, smaller projects, the City of Owasso will ultimately be able to reduce costs
associated with bidding and mobilization.
• City Council approved the submission of applications for the 2024 and 2025 Community
Development Block Grants (CDBG). Contract amounts were for$159,894.62 and $162,709.34,
respectively, for the Hale Acres Phase III Waterline Replacement Project.
• With the approval and application of two years of CDBG funds, the City of Owasso
matched the two grants with $315,657.04.
• Combining the CDBG funding available with Owasso Public Works Authority (OPWA)
funding, the Public Works Department designed Phase III of a project to replace waterlines
in the northern portion of the subdivision.
• The base bid of the project was designed to replace approximately 2,200 linear feet of six
and eight -inch diameter waterlines along East 1 141h Street North.
• The project was bid with two additive alternates. Alternate # 1 was designated to replace
an additional 1,030 linear feet of six-inch and eight -inch diameter waterlines on the
northern block on East 114th Street North.. Alternate #2 was designated to replace 925
linear feet of six-inch diameter waterlines on the northern portion of North 1121h East
Avenue.
SOLICITATION Of BIDS:
In February 2026, City Engineering staff completed final bid documents and published
advertisements in accordance with state statutes on March 12 and 19, 2026. A mandatory pre -
bid meeting was held on April 2, 2026, and bids were opened on April 9, 2026, with two contractors
submitting bids. The results of the bids were as follows:
Hale Acres CDBG Waterline Replacement Project, Phase III
Contract Award
Page 2
Base Bid
Alternate #1
Alternate #2
Total
Engineering
Estimate
$525,622.50
$242,335.50
$223,437.50
$991,395.50
Creek
Construction
$496,560.00
$187,540.00
$180,650.00
$864,750.00
Timberwolf
Construction
$1,078,245.00
$455,495.00
$421,875.00
$1,955,615.00
Creek Construction provided the lowest qualified bid in the amount of $496,560.00. Included in
the bid is a project allowance of $40,000.00. Alternates 1 and 2 were bid at $187,540.00 and
$180,650.00, respectively. The low bidder was below the engineer's estimate.
FUNDING:
Funding in the amount of $322,603.96 is available through the Community Development Block
Grant, with the remaining balance funded from the OPWA Fund. A total of $315,667.04 is
budgeted for match funds, along with a portion of the surplus funds from the Oklahoma Water
Resources Board loan of $226,479.06, which will allow the entire project, including the two additive
alternates, to be completed. See table below:
CDBG
City of Owasso
City of Owasso
Total
Funds
OPWA CDBG Match
OPWA LOAN
Funding
$322,603.96
$315,657.04
$226,479.06
$864,750.00
RECOMMENDATION:
Staff recommends awarding the base bid and both alternate one and two in the amount of
$864,750.00 to Creek Construction of Skiatook, Oklahoma, and authorization to execute all
necessary documents.
Staff also recommends a budget amendment in the Capital Improvements Grant Fund,
increasing the estimated revenues and appropriation for expenses in the amount of $322,603.96.
ATTACHMENTS:
Agreement
Location Map
SECTION 00300
AGREEMENT
THIS AGREEMENT is dated as of the 5th day of May 2026
by and between City of Owasso (hereinafter called OWNER)
and Creek Construction LLC (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
CDBG Hale Acres Water Line Replacement Phase iII
CITY OF OWASSO, OKLAHOMA
CDBG FEDERALLY ASSISTED FUNDING PUBLIC CONSTRUCTION PROJECT
Base hid includes approximately 2,200 LF of 8 and 6" PGC waterline along with miscellaneous
fillings, re -connections to the existing hater system.
Additive Alternate 41 includes 1.030 LF of 8 and 6" PVC ii,alerline along with miscellaneous
fittings, re -connections to the existing water system.
Additive Alternate 42 includes 925 LF of 6" PVC waterline along with miscellaneous filiings,
re -connections to the existing uwler system.
Project will be partially funded by a Community Development Block Grant and local
funds. Project is located along E. I1Orr, Street N. fr-an N. 106"' Street North and Garnett Road.
ARTICLE 2. ENGINEER
The project has been assigned to the Project Manager or his/her duly authorized representative,
who is hereinafter called ENGINEER and who will assume all duties and responsibilities
and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with the completion of the Work in accordance with the Contract
Documents.
ARTICLE 3. CONTRACT TIME
00300 - Page I of 15
3.I The Work wiII be substantially completed Wit Ili n One Ilundred and Eighty (ISO)
calendar days from the date of Notice to Proceed; and completed and ready for final payment in
accordance with the General Conditions Within Two Hundred and Ten (210) calencar days from
the date of Notice to Proceed, which will be on or before
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in paragraph 3.1 above, plus any extensions
thereof allowed in accordance with the General Conditions. They also recognize the delays,
expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss
suffered by OWNER, if the Work is any such proof. OWNER and CONTRACTOR agree that
as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One
Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time
specified in paragraph 3.1 for substantial completion until the Work is substantially complete.
After Substantial Completion. if CONTRACTOR shall neglect, refuse or fail to complete the
remaining Work within the time specified in paragraph 3.1 for completion and readiness for final
payment or any proper extension thereof granted by OWNER. CONTRACTOR shall pay
OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after
the time specified in paragraph 3.1 for completion and readiness for final payment.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid.
4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that
the determination of actual quantities and their classification is to be made by the OWNER at the
time of application for payment.
4.3 CONTRACT AMOUNT: Contract amount is Eight Hundred
Sixty-four thousand Seven Hundred Fifty Dollars ($864 750 00 )
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with the General
Conditions on the Pay Estimate Forms included as Exhibit "A" to this Agreement. Applications
for Payment will be processed by OWNER as provided in the General Conditions.
5.1 Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment in accordance with
the City of Owasso's Payment Schedule included as Exhibit "B" to this Agreement during
construction as provided below. All progress payments will be on the basis of the progress of the
Work.
5.1.1 Progress payments shall not exceed an amount equal to 95% of the WORK
completed until such time as CONTRACTOR shall complete in excess of fifty percent (50%) of
the contract amount.
00300 - Page 2 of 15
5.1.2 Upon completion in excess of fifty percent (50%) of the total contract amount,
OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 97.5%
of the Contract Price, less such amounts as OWNER shall determine in accordance with the
General Conditions, provided that OWNER has determined that satisfactory progress is being
made, and upon approval by the Surety.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance
with the General Conditions, OWNER shall pay the Contract Price,
ARTICLE 6. CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
6.1 CONTRACTOR has familiarized himself/herself with the nature and extent of
Contract Documents, Work, locality, and with all local conditions and federal, state and local
laws, ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
6.2 CONTRACTOR has studied carefully all reports or explorations and tests of
subsurface conditions at or contiguous to the site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous to the site (except
underground facilities) which have been identified in the Supplementary Conditions as provided
in the General Conditions. Contractor accepts the determination set forth in the General
Conditions of the extent of the "technical data" contained in such reports and drawings upon
which Contractor is entitled to rely. Contractor acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Contractor's purposes. Contractor
acknowledges that Owner and Engineer do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Contract Documents with
respect to underground facilities at or continuous to the site. Contractor has obtained and
carefully studied (or assume responsibility for having done so) all such additional supplementary
examinations, investigations, explorations, tests, studies and data concerning conditions (surface,
subsurface and underground facilities) at or contiguous to the site or otherwise which may affect
cost, progress, performance or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences and procedures of construction to be employed by Contractor,
and safety precautions and programs incident thereto. Contractor does not consider that any
additional examinations, investigations, explorations, tests, studies, or data are necessary for the
performance and furnishing of the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents.
6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests
and studies of such reports and related data in addition to those referred to in paragraph 6.2 as
(s)he deems necessary for the performance of the Work at the Contract price, within the Contract
Time and in accordance with the other terms and conditions of the Contract Documents; and no
additional examinations, investigations, tests, reports or similar data are or will be required by
CONTRACTOR for such purposes.
00300 - Page 3 of 15
6.4 CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said Underground
Facilities. No additional examinations, investigations, explorations, tests, reports, studies or
similar information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price within the
Contract Time and in accordance with the other terms and conditions of the Contract Documents,
including the General Conditions.
6.5 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract Documents.
6.6 CONTRACTOR has given OWNER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents, and the written resolution
thereof by OWNER is acceptable to CONTRACTOR.
6.7 CONTRACTOR has obligated himself/herself to the OWNER to be responsible for
the workmanship, labor and materials used in the project for two (2) years after the project has
been accepted by the OWNER.
6.8 CONTRACTOR understands that (s)he will be exempt from all sales tax on materials
and other items necessary for the completion of the project. The OWNER has issued him a
Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement.
ARTICLE 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the
following:
7.1 This Agreement (pages 1 to 6 inclusive).
7.2 Exhibits "A", "B", "C" and "D" to this Agreement.
7.3 Advertisement for Bids (Section 00100).
7.4 Requirements for Bidders (Section 00110).
7.5 Instructions to Bidders (Section 00120).
7.6 Bid (Section 00200).
7.7 Bid Bond (Section 00210).
7.8 Bid Affidavits (Section 00220).
7.9 Statement of Bidders Qualifications (Section 00230).
00300 - Page 4 of 15
7.10 Certificate of Non -Discrimination (Section 00240).
7.11 Performance Bond (Section 00410).
7.12 Maintenance Bond (Section 00420).
7.13 Statutory payment Bond (Section 00430).
7.14 Notice of Award (Section 00510).
7.15 Notice to Proceed (Section 00520).
7.16 Change Order (Section 00600).
7.17 General Conditions (Section 00700).
7.18 Project Specifications (Section 00800).
7.19 Special Provisions (Section 00900).
7.20 Project Drawings, consisting of Sheets 1 to 20. inclusive, and Standard Drawings.
7.21 Addendum Numbers I to 2 , inclusive.
7.22 Documentation submitted by CONTRACTOR prior to Notice of Award.
7.23 Any Modification, including Change Orders, duly delivered after execution of
Agreement.
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be altered, amended or repealed by a Modification (as defined in the
General Conditions).
ARTICLE 8. MISCELLANEOUS
8.1 Terms used in this Agreement which are defined in the General Conditions shall have
the meanings indicated in the General Conditions.
8.2 No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically, but without limitation, monies that may become due and
monies that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law) and unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
00300 - Page 5 of 15
8.3 OWNER and CONTRACTOR each binds himself/herself, his/her partners,
successors, assigns, and legal representatives to the other party hereto, his/her partners,
successors, assigns and legal representatives in respect to all covenants, agreements and
obligations contained in the Contract Documents.
8.3 The Agreement (or remaining portions thereof) should continue in effect, be valid and
binding upon both parties even if a provision or part of the Contract Documents should be held
void or unenforceable by law.
IN WITNESS WHEREOF, the parties hereby have signed this Agreement in duplicate.
One counterpart has been delivered to CONTRACTOR, the other belongs to OWNER. All
portions of the Contract Documents have been signed by OWNER and CONTRACTOR.
This Agreement will be effective on May 5 , 2026
OWNER: CONTRACTOR:
an
Mayor
(SEAL)
ATTEST:
Juliann M. Stevens, City Clerk
Approved as to form:
Julie Lombardi, City Attorney
Address for giving notices:
200 South Main St.
Owasso, OK 74055
(SEAL)
Name
Title
00300 - Page 6 of 15
W W
Z U
J ¢
CD
w °-
F- '
?� U
W
0] ry
U 0_
U
U
W Z
d' W
U5
¢w
W Q
J J
=a
III
'ice P ff It
8 1 ft9�
e� s Ia;
QD
N
O
N
N
a
2
z
O
¢
U
O
J
4�
lu A
E
E
n
E
E
Claims List - 04/07/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL AT&T
PHONE USE
$27.68
COX COMMUNICATIONS
PHONE USAGE
$11.99
DALE & LEES SERVICE INC
HVAC REPLACEMENT
$9,362.00
JACKSON MECHANICAL SERVICE INC
COMMUNITY CENTER HVAC
$1,743.15
REP
JPMORGAN CHASE BANK
AMAZON-AED BOXES
$793.98
JPMORGAN CHASE BANK
AMAZON -COFFEE BRUSH
$13.29
JPMORGAN CHASE BANK
AMAZON -COFFEE CLEANER
$18.00
JPMORGAN CHASE BANK
AMAZON -JANITOR SUPP
$74.69
JPMORGAN CHASE BANK
AMERICAN WASTE -TRASH
$131.17
JPMORGAN CHASE BANK
GRIMSLY-CLEANING SUPP
$486.52
JPMORGAN CHASE BANK
HDEPOT-EXTENSION CORD
$23.48
JPMORGAN CHASE BANK
KIMATRA-FS3 RESTRIPE
$441.95
JPMORGAN CHASE BANK
KINECT-DUCT CLEANING
$695.00
JPMORGAN CHASE BANK
KULLY-AIR VALVE
$371.53
JPMORGAN CHASE BANK
LIGHTBULBS-LIGHT GLOBE
$149.60
JPMORGAN CHASE BANK
LOWES-ANCHORS HANGERS
$39.98
JPMORGAN CHASE BANK
LOWES-INSULATION
$25.36
JPMORGAN CHASE BANK
LOWES-LOCK & DOORSTOP
$34.96
JPMORGAN CHASE BANK
LOWES-PLUMBING PARTS
$8.77
JPMORGAN CHASE BANK
LOWES-WOOD STAIN
$41.62
JPMORGAN CHASE BANK
MATLOCK-ALARM SVC
$120.00
JPMORGAN CHASE BANK
NALCO-WATER SOFTENER
$288.75
JPMORGAN CHASE BANK
ACES -PLUMBING
$450.00
JPMORGAN CHASE BANK
SAMS-CLEANING SUPP
$680.59
JPMORGAN CHASE BANK
SAMS-PAPER PLATES
$20.98
JPMORGAN CHASE BANK
TURNER -LEAK REPAIR
$999.68
JPMORGAN CHASE BANK
UPS -SHIPPING
$6.01
JPMORGAN CHASE BANK
UPS -SHIPPING
$55.84
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$120.41
UNIFIRST HOLDINGS LP
UNIFORMS
$42.22
FACILITY MAINTENANCE -Total
$17,279.20
JPMORGAN CHASE BANK
GOOSE-VEH KENNELS
$3,980.00
FRIENDS OF OPD DONATION -Total
$3,980.00
AEP/PSO
ELECTRIC USAGE
$223.50
COX COMMUNICATIONS
PHONE USAGE
$11.99
JPMORGAN CHASE BANK
AMAZON -VEHICLE ITEMS
$129.95
JPMORGAN CHASE BANK
ROGER ANIMAL -MEDICAL
$388.55
JPMORGAN CHASE BANK
SAHO-MEDICAL
$640.30
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$200.69
JPMORGAN CHASE BANK
WALMART-MISC SUPP
$136.95
L
Fund
01 GENERAL
Claims List - 04/07/26
Vendor Name
Payable Description Payment
Amount
GEN ANIMAL CONTROL -Total
$1,731.93
AEP/PSO
ELECTRIC USAGE
$25.01
JPMORGAN CHASE BANK
LOWES-CONCRETE
$11.96
SPOK INC.
PAGER USE
$11.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$28.53
GEN CEMETERY -Total
$76.50
JPMORGAN CHASE BANK
AMAZON -KITES
$14.24
SUSAN R CHERMACK
PAINTING CLASS
$320.00
GEN COMM CTR DONATIONS -Total
$334.24
AEP/PSO
ELECTRIC USAGE
$628.01
COX COMMUNICATIONS
PHONE USAGE
$19.99
JPMORGAN CHASE BANK
AMAZON -COFFEE SUPP
$77.94
JPMORGAN CHASE BANK
AMAZON -NAME TAGS
$9.99
JPMORGAN CHASE BANK
AMAZON -TRASH BAGS
$178.87
JPMORGAN CHASE BANK
CINTAS-PAPER PROD
$764.31
JPMORGAN CHASE BANK
ONG-GAS
$503.19
JPMORGAN CHASE BANK
QUIT BUG -PEST CONTROL
$95.00
JPMORGAN CHASE BANK
SAV ON -BUSINESS CARDS
$35.00
JPMORGAN CHASE BANK
WALMART-COMMTY EVENT
$89.42
GEN COMMUNITY CENTER -Total
$2,401.72
COX COMMUNICATIONS
PHONE USAGE
$31.98
JPMORGAN CHASE BANK
APA -MEMBERSHIP DUES
$457.00
JPMORGAN CHASE BANK
COLUMN -LEGAL NOTICE
$75.87
JPMORGAN CHASE BANK
OK MUNICPL-TRAINING
$150.00
JPMORGAN CHASE BANK
TOMMYS-FLEET MAINT
$106.46
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$321.42
GEN COMMUNITY DEVELOPMENT -Total
$1,142.73
AEP/PSO
ELECTRIC USAGE
$22.28
JPMORGAN CHASE BANK
OK TRAVEL -REGISTRATION
$35.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$20.02
TULSA AIRPORT IMPROVEMENT TRUST
RDBD EVENT AD
$3,000.00
GEN ECONOMIC DEV -Total
$3,077.30
AEP/PSO
ELECTRIC USAGE
$340,01
ITOUCH BIOMETRICS LLC
ANNUAL FEE
$3,960.00
GEN EMERG COMMUNICATIONS -Total
$4,300.01
AEP/PSO
ELECTRIC USAGE
$109.73
AT&T
PHONE USE
$27.68
COX COMMUNICATIONS
PHONE USAGE
$4.00
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$10.80
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$80.34
2
Fund
01 GENERAL
Claims List - 04/07/26
Vendor Name
Payable Description Payment
Amount
GEN EMERG PREPAREDNESS -Total
$232.55
COX COMMUNICATIONS
PHONE USAGE
$31.98
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$100.07
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$64.36
UNITED STATES CELLULAR
PHONE USAGE
$115.03
CORPORATION
GEN ENGINEERING -Total
$311.44
COX COMMUNICATIONS
PHONE USAGE
$31.98
JPMORGAN CHASE BANK
AMAZON -TONER
$65.55
JPMORGAN CHASE BANK
PAYROLL -MEMBERSHIP
$312.00
SUMNERONE INC
COPIER SERVICES
$62.00
GEN FINANCE -Total
$471.53
AEPIPSO
ELECTRIC USAGE
$3,362.99
AT&T
PHONE USE
$110.72
JPMORGAN CHASE BANK
AMAZON -AIR FRESHENER
$10.87
JPMORGAN CHASE BANK
COLUMN -LEGAL NOTICE
$19.91
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$47.49
JPMORGAN CHASE BANK
ONG-GAS
$1,292.65
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$0.82
MAILROOM FINANCE INC
POSTAGE
$1,500.00
GEN GENERAL GOVERNMENT -Total
$6,345.45
AEP/PSO
ELECTRIC USAGE
$92.01
COX COMMUNICATIONS
PHONE USAGE
$4.00
JPMORGAN CHASE BANK
ONG-GAS
$181.09
GEN HISTORICAL MUSEUM -Total
$277.10
COX COMMUNICATIONS
PHONE USAGE
$15.99
JPMORGAN CHASE BANK
GIANT -TRAINING PLTFRM
$1,943.72
JPMORGAN CHASE BANK
HRMORNING-SUBSCRIPTN
$197.00
JPMORGAN CHASE BANK
ODP-FILE POCKETS
$31.29
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$25.52
JPMORGAN CHASE BANK
SAMS-SNACKS
$44.44
MCAFEE & TAFT
LEGAL -PERSONNEL
$90.00
GEN HUMAN RESOURCES • Total
$2,347.96
AT&T
PHONE USE
$27.68
AT&T MOBILITY
PUBLIC SAFETY
$134.34
COX COMMUNICATIONS
PHONE USAGE
$23.99
JPMORGAN CHASE BANK
ATT-GUEST NETWORK
$177.36
JPMORGAN CHASE BANK
BESTBUY-SD CARD
$79.99
JPMORGAN CHASE BANK
COX-INTERNET FEE
$1,598.94
JPMORGAN CHASE BANK
COX -PHONE SERVICE
$55.08
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$259.97
3
Fund
01 GENERAL
Claims List - 04/07/26
Vendor Name
Payable Description Payment
Amount
GEN INFORMATION TECH • Total
$2,357.35
COX COMMUNICATIONS
PHONE USAGE
$31.98
JPMORGAN CHASE BANK
COMMTY MTG EXP 02103
$11.00
JPMORGAN CHASE BANK
COMMTY MTG EXP 03103
$11.00
JPMORGAN CHASE BANK
ODP-CLIP ON FAN
$19.09
JPMORGAN CHASE BANK
TULSA REGNL-REG FEE
$105.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$40.01
GEN MANAGERIAL -Total
$218.08
COX COMMUNICATIONS
PHONE USAGE
$15.99
DEPARTMENT OF PUBLIC SAFETY
FEB ACCESS
$40.00
DEPARTMENT OF PUBLIC SAFETY
JAN ACCESS
$40.00
FELKINS ENTERPRISES LLC
BUSINESS CARDS
$134.34
GEN MUNICIPAL COURT • Total
$230.33
AEP/PSO
ELECTRIC USAGE
$1,961.27
COX COMMUNICATIONS
PHONE USAGE
$4.00
IRIS GROUP HOLDINGS LLC
ALARM MONITOR
$58.24
JPMORGAN CHASE BANK
ACE -LOCKS
$159A8
JPMORGAN CHASE BANK
ACE -PAVER SAND
$23.23
JPMORGAN CHASE BANK
ACE -TRIMMER LINE
$72.94
JPMORGAN CHASE BANK
ACE -ZIP TIES
$11.30
JPMORGAN CHASE BANK
AMAZON -PARK RPR PARTS
$588.21
JPMORGAN CHASE BANK
AMAZON-SFTBALL SUPP
$930.69
JPMORGAN CHASE BANK
ATWOOD-UNIFORMS
$24.99
JPMORGAN CHASE BANK
C&C SUPP-HAND SOAP
$120.00
JPMORGAN CHASE BANK
JANI-JANITORIAL SVC
$951A8
JPMORGAN CHASE BANK
LOCKE-FLUSH VALVES
$139.55
JPMORGAN CHASE BANK
LOWES-BIT SET
$32.96
JPMORGAN CHASE BANK
LOWES-SCREEN KIT
$30.14
JPMORGAN CHASE BANK
ONG-GAS
$127.72
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$40.01
JPMORGAN CHASE BANK
ZORO-PARK RPR PARTS
$105.75
OUTDOOR HOME SERVICES HOLDINGS
CITY HALL LAWN TRTMT
$85.00
LLC
OUTDOOR HOME SERVICES HOLDINGS
RDBD LAWN TRTMT
$115.00
LLC
OUTDOOR HOME SERVICES HOLDINGS
VET MEM LAWN TRTMT
$165.00
LLC
PRO -LINE FENCE & GATE LLC
FENCE REPL SP PK
$5,575.00
ROGERS COUNTY RURAL WATER
WATER SVC
$425.43
DISTRICT
TS SERVICES
RDBD STEAM CLEANING
$1,385.00
UNIFIRST HOLDINGS LP
UNIFORMS
$92.34
El
Claims List - 04/07/26
Fund
Vendor Name
Payable Description
Payment
Amount
01 GENERAL
WASHINGTON CO RURAL WATER
WATER SVC
$36.00
DISTRICT
GEN PARKS -Total
$13,260.73
COX COMMUNICATIONS
PHONE USAGE
$15.99
DALLAS DRISKELL
FIREWORKS DISPLAY
$12,500.00
JAMES NEIL CLINE
SPRING FLING BALLOONS
$400.00
JPMORGAN CHASE BANK
AMAZON-LLH EVENT SUPP
$22.99
JPMORGAN CHASE BANK
BROWN -DONOR PLAQUE
$453.64
JPMORGAN CHASE BANK
FACEBK-ADS
$10.00
JPMORGAN CHASE BANK
GALAXY -BOUNCE HOUSE
$302.50
JPMORGAN CHASE BANK
GIG-COMMTY EVENT
$935.00
JPMORGAN CHASE BANK
TBALLOONS-BUBBLE SHOW
$600.00
JPMORGAN CHASE BANK
WMART-LEPRECHAUN HUNT
$12.97
RIKKI FERRIER
SPRG FLING FACE PAINT
$400.00
SUMNERONE INC
COPIER LEASE
$33.27
GEN RECREATION & CULTURE -Total
$15,686.36
JPMORGAN CHASE BANK
ANCHOR -SCREENINGS
$24.92
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$120.03
SPOK INC.
PAGER USE
$77.00
STANDARD SUPPLY LAWN & GARDEN
CHAINSAW CHAIN
$82.98
STANDARD SUPPLY LAWN & GARDEN
EDGER BLADES
$135.00
STANDARD SUPPLY LAWN & GARDEN
HYDRAULIC FLUID
$43.84
STANDARD SUPPLY LAWN & GARDEN
PARTS MOWER\CHAINSAW
$323.45
STANDARD SUPPLY LAWN & GARDEN
SCALP WHEEL BOLTS
$35.94
STANDARD SUPPLY LAWN & GARDEN
TRIMMER HEADS
$100.77
STANDARD SUPPLY LAWN & GARDEN
TRIMMER STRING/OIL
$259.81
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$172.65
GEN STORMWATER -Total
$1,376.39
AEP/PSO
ELECTRIC USAGE
$612.16
GENERAL -Total
$612.16
LIMESTONE CONSTRUCTION LLC
RAYOLA RR IMPROVEMENTS
$26,909.10
RAYOLA RESTROOM IMPROV -Total
$26,909.10
GENERAL -Total
$104,960.16
20 AMBULANCE SERVICE
JPMORGAN CHASE BANK
TELEFLEX-MED SUPPLIES
$4,182.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$280.07
MEDICLAIMS INC
BILLING SERVICES
$11,396.93
AMBULANCE -Total
$15,859.00
AMBULANCE SERVICE
-Total
$15,859.00
21 E-911
AT&T
PHONE USE
$448.15
DEPARTMENT OF PUBLIC SAFETY
FEB ACCESS
$851.00
5
Claims List - 04/07/26
Fund
Vendor Name
Payable Description
Payment
Amount
21 E-911
INCOG
911 FEES
$8,579.30
JPMORGAN CHASE BANK
AMAZON -REFUND
($394.75)
JPMORGAN CHASE BANK
PMUSA-PARKING
$2.00
JPMORGAN CHASE BANK
STAPLES -COPY PAPER
$100.78
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$40.01
E911 COMMUNICATIONS -Total
$9,626.49
E-911 -Total
$9,626.49
25 HOTEL TAX
JPMORGAN CHASE BANK
CADAMY-EDSP REVAMP
$2,500.00
HOTEL TAX ECON DEV -Total
$2,500.00
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
SAV ON -BUSINESS CARDS
$75.00
OWASSO COMMUNITY FOUNDATION INC
NEIGHBORHOOD GRANT
$25,000.00
STRONG NEIGHBORHOODS -Total
$25,083.00
HOTELTAX -Total
$27,583.00
27 STORMWATER MANAGEMENT
MESHEK & ASSOCIATES, LLC
ENGINEERING SERVICES
$13,352.00
LAKERIDGE SW (2025 FLOOD) - Total
$13,352.00
AEP/PSO
ELECTRIC USAGE
$289.39
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
BROWN -SOD
$40.00
JPMORGAN CHASE BANK
HDEPOT-SPILL ABSORBENT
$54.36
JPMORGAN CHASE BANK
LOT 109-PARKING FEE
$8.00
JPMORGAN CHASE BANK
LOWES-CONCRETE
$11.96
JPMORGAN CHASE BANK
SAV ON -BUSINESS CARDS
$135.00
JPMORGAN CHASE BANK
TRAVEL EXP 02123-02/26
$295.74
JPMORGAN CHASE BANK
TRAVEL EXP 03/O1-03/04
$1,024.41
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$28.80
UNITED STATES CELLULAR
PHONE USAGE
$115.02
CORPORATION
STORMWATER-STORMWATER -Total
$2,010.68
STORMWATER MANAGEMENT
-Total
$15,362.68
34 VISION TAX
GRADE LINE CONSTRUCTION
E 96 ST N WEST IF BRIDGE
$130,774.65
96TH FROM 119TH TO BRIDGE -Total
$130,774.65
VISION TAX -Total
$130,774.65
37 SALES TAX FIRE
AEP/PSO
ELECTRIC USAGE
$4,696.03
AT&T
PHONE USE
$27.68
COX COMMUNICATIONS
PHONE USAGE
$131.93
JPMORGAN CHASE BANK
ONG-GAS
$2,150.53
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$16.02
JPMORGAN CHASE BANK
TRAVELERS -NOTARY BOND
$30.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$981.76
L
Claims List - 04/07/26
Fund Vendor Name
Payable Description
Payment
Amount
37 SALES TAX FIRE NORTH AMERICA FIRE EQUIPMENT CO.
4 SETS PPE
$15,540.00
STOLZ TELECOM, LLC
VEH UPFIT
$9,453.57
SALES TAX FUND -FIRE -Total
$33,027.52
SALES TAX FIRE • Total
$33,027.52
38 SALES TAX POLICE AEP/PSO
ELECTRIC USAGE
$4,875.20
AT&T
PHONE USE
$27.68
AT&T MOBILITY
PUBLIC SAFETY
$197.93
COX COMMUNICATIONS
PHONE USAGE
$227.87
DATAVANT LLC
RECORD FEES
$200.00
JPMORGAN CHASE BANK
4N6XPRT-DATABASE SYS
$685.00
JPMORGAN CHASE BANK
AMAZON -BINDERS
$69.90
JPMORGAN CHASE BANK
AMAZON -CONES
$134.77
JPMORGAN CHASE BANK
AMAZON -DISINFECTANT
$104.48
JPMORGAN CHASE BANK
AMAZON -FLASH DRIVES
$119.79
JPMORGAN CHASE BANK
AMAZON -OFFICE SUPP
$78.00
JPMORGAN CHASE BANK
AMAZON-SOAP&DISPENSER
$24.96
JPMORGAN CHASE BANK
AMAZON -UNIFORM ITEMS
$29.98
JPMORGAN CHASE BANK
AMAZON -UNIFORM PANTS
$47.98
JPMORGAN CHASE BANK
BEST BUY -DRONE ITEMS
$128.99
JPMORGAN CHASE BANK
BROWNS -FIREARMS ITEMS
$893.17
JPMORGAN CHASE BANK
COPS -UNIFORM ITEM
$285.00
JPMORGAN CHASE BANK
DJI-REPAIR
$94.00
JPMORGAN CHASE BANK
FAADRONE-DRONE REG
$5.00
JPMORGAN CHASE BANK
HDEPOT-ELECTRIC TAPE
$9.25
JPMORGAN CHASE BANK
IDENTOGO-NOTARY SVC
$50.00
JPMORGAN CHASE BANK
LOCKE-WIRE HANGERS
$47.93
JPMORGAN CHASE BANK
LODGE EXP 02/22-02/24
$440.00
JPMORGAN CHASE BANK
LOWES-FIREARMS ITEMS
$300.58
JPMORGAN CHASE BANK
MARLOW-HONOR GUARD
$189.00
JPMORGAN CHASE BANK
MAVERIK-FUEL
$35.37
JPMORGAN CHASE BANK
MOSSBERG-PARTS
$16.31
JPMORGAN CHASE BANK
MYCROW-BADGES
$165.00
JPMORGAN CHASE BANK
NA RESCUE -TOURNIQUETS
$135.69
JPMORGAN CHASE BANK
ONG-GAS
$1,069.18
JPMORGAN CHASE BANK
OREILLY-VEH BATTERY
$223.99
JPMORGAN CHASE BANK
OREILLY-VEHICLE ITEMS
$51.98
JPMORGAN CHASE BANK
SAE -ACCIDENT RECON
$128.00
JPMORGAN CHASE BANK
SPEC OPS-NW HIRE EQPMT
$4,037.17
JPMORGAN CHASE BANK
SPEC OPS-TAILOR SVC
$46.00
JPMORGAN CHASE BANK
SPEC OPS-UNIFORM
$18.78
JPMORGAN CHASE BANK
SPECOPS-UNIFORM ITEMS
$38.96
7
Claims List - 04/07/26
Fund Vendor Name
Payable Description
Payment
Amount
38 SALES TAX POLICE JPMORGAN CHASE BANK
STAPLES -COPY PAPER
$201.56
JPMORGAN CHASE BANK
TRANSPORTATION -SHIPPING
$409.33
JPMORGAN CHASE BANK
TRVL EXP 06116-06119
$576.68
JPMORGAN CHASE BANK
UPS -SHIPPING FEE
$126.79
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$4,685.36
OWASSO FOP LODGE #149 POLICE DEPT
LEGAL DEFENSE
$234.50
RIGID EMERGENCY VEHICLES
VEH UPFITTING
$3,250.00
RIGID EMERGENCY VEHICLES
VEH UPFITTING
$3,621.00
SUMNERONE INC
COPIER LEASE
$61.54
SALES TAX FUND -POLICE -Total
$28,399.65
SALES TAX POLICE -Total
$28,399.65
39 SALES TAX STREETS AEP/PSO
ELECTRIC USAGE
$3,467.21
CAMO FARMS INC
ASPHALT
$1,159.03
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
ALLUREGLOW-PAINT
$184.01
JPMORGAN CHASE BANK
ANCHOR -SCREENINGS
$24.92
JPMORGAN CHASE BANK
BOOTBARN-SAFETY BOOTS
$157.24
JPMORGAN CHASE BANK
BROWN -SOD
$200.00
JPMORGAN CHASE BANK
HOME DEPOT -FORMS
$52.48
JPMORGAN CHASE BANK
HOME DEPOT -LUMBER
$146-38
JPMORGAN CHASE BANK
LOWES-CONCRETE SCREWS
$59.96
JPMORGAN CHASE BANK
LOWES-ELECTRIC TAPE
$26.94
JPMORGAN CHASE BANK
LOWES-SAW BLADE
$15.98
JPMORGAN CHASE BANK
MAXWEL-CONCRETE BLADE
$186.68
JPMORGAN CHASE BANK
OK PLATE -TOLL
$5.50
JPMORGAN CHASE BANK
RWD3-SVC FEE
$26.43
JPMORGAN CHASE BANK
RWD3-WATER
$96.00
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$2,793.00
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$8,173.50
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$80.37
JPMORGAN CHASE BANK
WALMART-WATER
$13.70
JPMORGAN CHASE BANK
WHITE CAP -DOWEL RODS
$162-00
JPMORGAN CHASE BANK
WHITE CAP-DOWELL PINS
$69.75
JPMORGAN CHASE BANK
WHITE CAP -HARD HATS
$63.95
JPMORGAN CHASE BANK
WHITE CAP -RAINCOAT
$46.43
JPMORGAN CHASE BANK
WHITE CAP -RETURN
($47.75)
JPMORGAN CHASE BANK
WHITE -FORM BOARDS
$129.52
KIMLEY-HORN AND ASSOCIATES INC
2025 TRAFFIC STUDY
$3,645.00
MICHAEL TODD & CO INC
SNOWPLOW BLADES
$5,970.82
SPOK INC.
PAGER USE
$181.50
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$378,63
0
Claims List - 04/07/26
Fund
Vendor Name
Payable Description
Payment
Amount
39 SALES TAX STREETS
SALES TAX FUNDSTREETS -Total
$27,477.18
SALES TAX STREETS
• Total
$27,477.18
40 CAPITAL IMPROVEMENTS
KIMLEY-HORN AND ASSOCIATES INC
86 & 161 DESIGN SVCS
$6,600.00
86TH & 161ST INTERSECTION -Total
$6,600.00
HUDSON PRINCE ENGINEERING
ENGINEERING SVC
$21,713.59
86TH WIDENING MAIN TO GAR - Total
$21,713.59
R&L CONSTRUCTION LLC
CONSTRUCTION SERVICES
$643,440.12
CIP GARN RD WIDE 106-116 -Total
$643,440.12
DECATUR ELECTRONICS LLC
NEW VEH UPFITTING
$10,980.00
CIP POLICE VEHICLES -Total
$10,980.00
PUSH PEDAL PULL, INC
GYM EQUIPMENT
$3,736.65
PUBLIC WORKS FACILITY -Total
$3,736.65
CAPITAL IMPROVEMENTS
-Total
$686,470.36
44 TRANSPORTATION TAX
KIMLEY-HORN AND ASSOCIATES INC
ENGINEERING SERVICES
$31,773.30
106TH ST 129TH TO 145TH -Total
$31,773.30
GARVER
ENGINEERING SERVICES
$15,785.90
96TH ST MINGO-GARNETT -Total
$15,785.90
TRANSPORTATION TAX
-Total
$47,559.20
70 CITY GARAGE
AEP/PSO
ELECTRIC USAGE
$779.36
COX COMMUNICATIONS
PHONE USAGE
$15-99
JPMORGAN CHASE BANK
ACE -FORKLIFT FUEL
$69.92
JPMORGAN CHASE BANK
AMAZON-MIC
$42.75
JPMORGAN CHASE BANK
AMAZON -MOVING SUPP
$146.46
JPMORGAN CHASE BANK
AMERIFLEX-PILOT HOSE
$62.75
JPMORGAN CHASE BANK
HESSELBEIN-TIRES
$1,989.11
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$8.97
JPMORGAN CHASE BANK
ONG-GAS
$709.33
JPMORGAN CHASE BANK
ROCK AUTO -FAN SHROUD
$152.78
JPMORGAN CHASE BANK
ROCK AUTO -REWIRE PLUG
$104.25
JPMORGAN CHASE BANK
ROCK -COOLING SYS PRT
$325.02
JPMORGAN CHASE BANK
ROCK -MIRROR ASSEMBLY
$171.78
JPMORGAN CHASE BANK
SOK CLAREMORE-CDL LIC
$117.54
JPMORGAN CHASE BANK
SOUTHERN -TIRES
$3,795.87
JPMORGAN CHASE BANK
STEWART-PARTS RESALE
$2,216.30
JPMORGAN CHASE BANK
STEWART-REFUND
($236.25)
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$40.33
JPMORGAN CHASE BANK
WHITE STAR -FILTERS
$349.89
UNIFIRST HOLDINGS LP
UNIFORMS
$90.98
FLEET MAINTENANCE -Total
$10,953.13
W
Claims List - 04/07/26
Fund
Vendor Name Payable Description
Payment
Amount
70
CITYGARAGE -Total
$10,953.13
76
WORKERS' COMP SELF -INS
CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS
WORKERS' COMP SELF -INS -Total
$4,876.56
$4,876.56
WORKERS' COMP SELF -INS
-Total
$4,876.56
78
HEALTHCARE SELF INS FUND
COMMUNITYCARE EAP EAP PROGRAM
WELLNESS -Total
$516.36
$516.36
HEALTHCARE SELF INS FUND -Total
$516.36
City Grand Total
$1,143,445.94
Fund Fund Title - Transact
61 OPWA
Claims List - 04/07/26
Vendor Name
Payable Description Payment Amount
IRA M GREEN CONTRUCTION
CONSTRUCTION SERVICES
$239,480.75
117TH STREET FORCE MAIN -Total
$239,480.75
AEP/PSO
ELECTRIC USAGE
$1,974.35
CITY OF OWASSO
ADMIN OVERHEAD
$33,333.33
COX COMMUNICATIONS
PHONE USAGE
$27.98
JPMORGAN CHASE BANK
AMAZON -BUBBLE WRAP
$42.00
JPMORGAN CHASE BANK
AMAZON -DONATION BOX
$12.99
JPMORGAN CHASE BANK
AMAZON-TAPE/MARKERS
$75.87
JPMORGAN CHASE BANK
ATWOOD-BATTERIES
$11.99
JPMORGAN CHASE BANK
ATWOOD-TOTES
$19,98
JPMORGAN CHASE BANK
BEST BUY -PHONE CASE
$74.98
JPMORGAN CHASE BANK
HDEPOT-FLASHLIGHTS
$129.00
JPMORGAN CHASE BANK
OCC-TRAINING
$100.00
JPMORGAN CHASE BANK
ONG-GAS
$768.47
JPMORGAN CHASE BANK
SAMS-JANITORIAL SUPP
$166.78
JPMORGAN CHASE BANK
STAPLES -PENS
$4.69
JPMORGAN CHASE BANK
UPS -SHIPPING BOX
$11.57
STANDLEY SYSTEMS LLC
COPIER MAINT
$24.74
SUMNERONE INC
COPIER LEASE
$208.53
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$114.21
UNITED STATES CELLULAR CORPORATION
PHONE USAGE
$115.03
OPWA ADMINISTRATION -Total
$37,216.49
BANCFIRST
800469017109B
$55,960.40
BANCFIRST
800470015/09C
$23,361.34
BANCFIRST
800471013/SANTA FE
$14,375.74
BANCFIRST
800780017/19C
$118,336.47
BANCFIRST
801008012123C
$46,250.75
OPWADEBTSERVICE -Total
$258,284.70
AEP/PSO
ELECTRIC USAGE
$253.71
COX COMMUNICATIONS
PHONE USAGE
$4.00
JPMORGAN CHASE BANK
AMERIFLX-HYDRAUL LNE
$47.74
JPMORGAN CHASE BANK
HOME DEPOT-BOLTS/BITS
$118.32
JPMORGAN CHASE BANK
HOME DEPOT -DRILL BITS
$112.55
JPMORGAN CHASE BANK
NATURAL-E-WASTE
$1,123.80
JPMORGAN CHASE BANK
OUICKSERVICE-TIRECOVE
$207.90
JPMORGAN CHASE BANK
SAPPHR-PRESSURE WASH
$2,550.00
JPMORGAN CHASE BANK
WM-TIPPING FEES
$1.167.36
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$89.88
RECYCLE CENTER -Total
$5,675.26
COX COMMUNICATIONS
PHONE USAGE
$4.00
JPMORGAN CHASE BANK
BUMPER -BRAKE CAN
$94.99
0
Claims List - 04/07/26
Fund Fund Title - Transact Vendor Name
Payable Description
PaymentAmount
61 OPWA JPMORGAN CHASE BANK
BUMPER -BRAKE DRUMS
$921.95
JPMORGAN CHASE BANK
BUMPER -FILTERS
$186.26
JPMORGAN CHASE BANK
BUMPER -HEADLIGHT
$22.80
JPMORGAN CHASE BANK
BUMPER -MOWER BATTERY
$62.22
JPMORGAN CHASE BANK
BUMPER -SHOCKS
$250.37
JPMORGAN CHASE BANK
BUMPER -SOCKET
$18.19
JPMORGAN CHASE BANK
BUMPER -SPLINE CLUTCH
$294.45
JPMORGAN CHASE BANK
FLEET -BRAKE KITS
$547.98
JPMORGAN CHASE BANK
FLEET -STEER KIT
$35.18
JPMORGAN CHASE BANK
LOWES-MOWER BELT
$109.22
JPMORGAN CHASE BANK
P & K-MOWER PARTS
$71.83
JPMORGAN CHASE BANK
RED WING -SAFETY BOOTS
$170.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$241.98
JPMORGAN CHASE BANK
WM-TIPPING FEES
$13,170.19
SPOK INC.
PAGER USE
$81.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$207.20
UNITED STATES CELLULAR CORPORATION
PHONE USAGE
$39.09
REFUSE COLLECTIONS -Total
$16,528.90
COX COMMUNICATIONS
PHONE USAGE
$19.97
JPMORGAN CHASE BANK
AMAZON -HIGHLIGHTERS
$11.25
SUMNERONE INC
COPIER SERVICES
$264.00
TECHNICAL PROGRAMMING SERVICES INC
BILLING SERVICES
$4,085.18
UTILITY BILLING -Total
$4,380.40
AEP/PSO
ELECTRIC USAGE
$7,840.74
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
ANCHOR -SCREENINGS
$24.92
JPMORGAN CHASE BANK
ATWOOD-ANTIFREEZE
$31.96
JPMORGAN CHASE BANK
CORE MAIN -CLAMPS
$342.09
JPMORGAN CHASE BANK
CORE MAIN -LOCATE SUPP
$463.26
JPMORGAN CHASE BANK
CORE MAIN -MANHOLE
$130.39
JPMORGAN CHASE BANK
LOWES-SILICONE
$32.94
JPMORGAN CHASE BANK
ONG-GAS
$371.20
JPMORGAN CHASE BANK
OREILLY-SOCKET
$13.99
JPMORGAN CHASE BANK
RWD3-SVC FEE
$26.44
JPMORGAN CHASE BANK
RWD3-WATER
$1,333.03
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$140.05
OMEGA RAIL MANAGEMENT, INC.
SEWER ROW AGREEMENT
$1,338.10
SPOK INC.
PAGER USE
$92.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$283.87
WASTEWATER COLLECTIONS -Total $12,472.98
AEP/PSO ELECTRIC USAGE $34,005.73
2
Claims List - 04/07/26
Fund Fund Title - Transact Vendor Name
Payable Description
PaymentAmount
61 OPWA AT&T
PHONE USE
$83.04
COX COMMUNICATIONS
PHONE USAGE
$15.99
HAWKINS INC
CHEMICALS
$10,838.77
HAYNES EQUIPMENT COMPANY
REPLACEMENT PUMP PARTS
$14,953.10
HOLT TRUCK CENTERS LLC
ENGINE REPLACEMENT
$36,063.95
JPMORGAN CHASE BANK
ACE-FASTNERS/BOLTS
$57.48
JPMORGAN CHASE BANK
ACE -SCREW EXTRACTOR
$29.99
JPMORGAN CHASE BANK
AMAZON -WATER FILTERS
$26.34
JPMORGAN CHASE BANK
AMAZON -WRENCHES
$92.17
JPMORGAN CHASE BANK
BLUEBOOK -CHEMICALS
$517.94
JPMORGAN CHASE BANK
BLUEBOOK -LAB SUPP
$325.74
JPMORGAN CHASE BANK
HACH-NITRATE TNT
$90.05
JPMORGAN CHASE BANK
LOWES-ORGANIZERS
$63.90
JPMORGAN CHASE BANK
LOWES-PVC TUBING
$107.83
JPMORGAN CHASE BANK
MEDIC-DUMPSTER LINERS
$86.80
JPMORGAN CHASE BANK
MYBINDING-RING PARTS
$51.72
JPMORGAN CHASE BANK
MYBINDING-RINGS
$32.54
JPMORGAN CHASE BANK
NCL WI-DEIONIZED WTR
$94.04
JPMORGAN CHASE BANK
OREILLY-CLEANING SUPP
$22.97
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$221.03
JPMORGAN CHASE BANK
WM-SLUDGE REMOVAL
$9,967.04
SPOK INC.
PAGER USE
$37.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$235.66
WASTEWATER TREATMENT -Total
$108,020.82
AEP/PSO
ELECTRIC USAGE
$598.04
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
AMERIFLEX-VACTOR PART
$32.35
JPMORGAN CHASE BANK
ANCHOR -ROCK
$576-12
JPMORGAN CHASE BANK
ANCHOR -SCREENINGS
$24.92
JPMORGAN CHASE BANK
BOOTBARN-SAFETY BOOTS
$169.99
JPMORGAN CHASE BANK
CORE MAIN-2" METER
$965.00
JPMORGAN CHASE BANK
CORE MAIN -FITTINGS
$829.40
JPMORGAN CHASE BANK
CORE MAIN -METERS
$1,500.00
JPMORGAN CHASE BANK
CORE MAIN -PVC PIPE
$106.54
JPMORGAN CHASE BANK
CORE MAIN -SADDLES
$968.58
JPMORGAN CHASE BANK
CORE MAIN -VALVE BOX
$131.64
JPMORGAN CHASE BANK
FASTENAL-BOLTS
$48.32
JPMORGAN CHASE BANK
GRAINGER-FITTING
$494.89
JPMORGAN CHASE BANK
HDEPOT-BRASS FITTINGS
$20.86
JPMORGAN CHASE BANK
HDEPOT-PVC COUPLINGS
$2.12
JPMORGAN CHASE BANK
HOME DEPOT -BALL VALVE
$34.56
JPMORGAN CHASE BANK
HOME DEPOT -PVC PIPE
$6.46
L
Fund Fund Title - Transact
Claims List - 04/07/26
Vendor Name
61 OPWA JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
OMEGA RAIL MANAGEMENT, INC.
SPOK INC.
UNIFIRST HOLDINGS LP
OPWA -Total
67 OPWA SALES TAX
WATER -Total
BANCFIRST
BANCFIRST
BANCFIRST
BANCFIRST
OPWA STF DEBT SERVICE
Payable Description Payment Amount
HOME DEPOT -SAND PAPER
$18.95
LOWES-HEX FITTINGS
$18.72
LOWES-PVC COUPLINGS
$92.68
LOWES-PVC PIPE
$48.96
LOWES-SPLICE KIT
$33.96
LOWES-THREAD TAPE
$8.98
TRACTOR -BOOTS
$169.99
TWIN CITIES -CONCRETE
$1,586.50
UTILITY SUPP-SETTER
$1,951.20
UTILITY -METERS
$7,416.60
VERIZON-WIRELESS CONN
$360.12
VERMEER-GATE VALVE
$334.81
PIPELINE CROSSING
$927.00
PAGER USE
$103.00
UNIFORM SERVICES
$207.78
$19,797.04
$701,857.34
800650012/2016
NOTE
$234,486.25
80073003812018
NOTE
$94,792.00
800826026/2020
NOTE
$95,133.00
801033010/2024
NOTE
$184,073.00
Total
$608,484.25
OPWA SALES TAX -Total $608,484.25
OPWA Grand Total $1,310,341.59
4
Claims List - 04/07/26
Fund Vendor Name
Payable Description
Payment Amount
55 OPGA JPMORGAN CHASE BANK
LOWES-HOSE
$90.94
JPMORGAN CHASE BANK
LOWES-SUPPLIES
$99.79
YAMAHA MOTOR CORPORATION, USA
CART LEASES
$4.821.85
CART OPERATIONS -Total
$5,012.58
AEP/PSO
ELECTRIC USAGE
$1,709.71
AT&T
PHONE USE
$27.67
BWI COMPANIES, INC
FERTILIZERS
$554,36
JPMORGAN CHASE BANK
4SEASONS-FILTERS
$173.66
JPMORGAN CHASE BANK
AMAZON -EARPLUGS
$60.99
JPMORGAN CHASE BANK
AMAZON -NOZZLES
$18.94
JPMORGAN CHASE BANK
AMZN-EYEWASH CONCENTRT
$59.02
JPMORGAN CHASE BANK
AMZN-PROTECTIVE SUIT
$38.00
JPMORGAN CHASE BANK
ONG-GAS
$328.97
JPMORGAN CHASE BANK
OREILLY-BATTERY
$146.99
JPMORGAN CHASE BANK
OREILLY-HYDRAULIC OIL
$149.98
JPMORGAN CHASE BANK
OREILLY-LOOM WIRING
$12.99
JPMORGAN CHASE BANK
OREILLY-WIRE LOOM
$134.50
JPMORGAN CHASE BANK
QUICKSERVICE-RAW STEE
$333.50
JPMORGAN CHASE BANK
QUICKSERVICE-REFUND
($27.00)
JPMORGAN CHASE BANK
RAPID -RENEWAL FEE
$600.00
JPMORGAN CHASE BANK
UATTEND-TIMECLOCK FEE
$49.00
JPMORGAN CHASE BANK
VERIZON-WIRELESS CONN
$100.07
LONE STAR FLAGS & GOLF INC
COURSE FLAGS
$303.00
PROFESSIONAL TURF PRODUCTS, LP
REPAIR PARTS
$877.82
UNIFIRST HOLDINGS LP
ENVIRONMENTAL CHARGE
$13.25
UNIFIRST HOLDINGS LP
JANITORIAL SERVICE
$17.90
UNIFIRST HOLDINGS LP
SHOP TOWEL SERVICE
$25.05
UNIFIRST HOLDINGS LP
UNIFORM CLEANING
$20.35
COURSE MAINT -Total
$5,728.72
COX COMMUNICATIONS
PHONE USAGE
$8.00
JPMORGAN CHASE BANK
SAMS-OPS SUPPLIES
$14.68
FOOD & BEV - Total
$22.68
AEP/PSO
ELECTRIC USAGE
$926.06
COX COMMUNICATIONS
PHONE USAGE
$4.00
JPMORGAN CHASE BANK
COX -CABLE
$139.00
JPMORGAN CHASE BANK
LOCKE-SUPPLIES
$13.12
JPMORGAN CHASE BANK
ONG-GAS
$426.70
JPMORGAN CHASE BANK
PIKEPASS-TOLL
$11.46
JPMORGAN CHASE BANK
WM-REFUSE
$706.09
STEPHEN R GRINTER
REPAIR
$125.00
GOLFADMIN -Total $2,351.43
1
Fund Vendor Name Payable Description Payment Amount
55 OPGA COX COMMUNICATIONS PHONE USAGE $11.99
JPMORGAN CHASE BANK ODP-SUPPLIES $324.44
JPMORGAN CHASE BANK STAPLES -COPY PAPER $50.39
GOLF SHOP -Total
$386.82
BGR DAILY ACCT.
REIMS PETTY CASH
$4,161.55
JPMORGAN CHASE BANK
SAMS-FOOD
$482,75
JPMORGAN CHASE BANK
TULSA BEEF -FOOD
$167.85
MINT GREEN GROUP USA INC
MERCHANDISE
$1,091.37
SWANNIES GOLF APPAREL
MERCHANDISE
$900.50
TAYLOR MADE GOLF COMPANY LLC
MERCHANDISE
$1,849.74
COST OF GOODS -Total
$8,653.76
OPGA -Total $22,155.99
OPGA Grand Total $22,155.99
E
Fund
01 GENERAL
Claims List - 04/21/26
Vendor Name
Payable Description Payment
Amount
BLUE ENERGY FUELS LLC
FUEL
$27.30
DALE & LEES SERVICE INC
HVAC REPAIR
$242.00
DALE & LEES SERVICE INC
RADIO TOWER HVAC UNITS
$28,718.00
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$234.35
GRIMSLEY'S INC
FLOOR SCRUBBERS
$16,277.80
JACKSON MECHANICAL SERVICE INC
SPRING HVAC
$5,561.50
JPMORGAN CHASE BANK
2ND GEN-NEW LOCK
$322.53
JPMORGAN CHASE BANK
ACES -PLUMBING
$715.00
JPMORGAN CHASE BANK
AMAZON -CLEANING SUPP
$51.31
JPMORGAN CHASE BANK
AMAZON -CUSTOM SIGN
$124.69
JPMORGAN CHASE BANK
AMAZON -FILE POCKETS
$25.62
JPMORGAN CHASE BANK
AMAZON -JANITOR SUPP
$919.77
JPMORGAN CHASE BANK
AMAZON -SIGN FOR FFS
$51.55
JPMORGAN CHASE BANK
AMAZON -TONER
$89.29
JPMORGAN CHASE BANK
AMAZON -WALL ANCHORS
$52.77
JPMORGAN CHASE BANK
FASTSIGNS-SIGN REPAIR
$383.00
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$29.91
JPMORGAN CHASE BANK
INTERST-GATE BATTERY
$178.00
JPMORGAN CHASE BANK
LIBERTY -FLAGS
$834.80
JPMORGAN CHASE BANK
LOCKE-DISCONNECT A/C
$18.44
JPMORGAN CHASE BANK
LOCKE-LED BULBS
$33.32
JPMORGAN CHASE BANK
LOWES-ANCHORS
$39.96
JPMORGAN CHASE BANK
LOWES-BASEBOARDS
$21.52
JPMORGAN CHASE BANK
LOWES-FLUSH PIPE
$14.56
JPMORGAN CHASE BANK
LOWES-SUPPLIES
$307.86
JPMORGAN CHASE BANK
MATLOCK-FIRE ALARM
$350.00
JPMORGAN CHASE BANK
MATLOCK-FIRE MONITOR
$700.00
JPMORGAN CHASE BANK
NORTHRN-TRASHCANS
$2,697.00
JPMORGAN CHASE BANK
QUIT BUG -PEST CONTROL
$125.00
JPMORGAN CHASE BANK
ROTOROOTER-PLUMBING
$255.00
JPMORGAN CHASE BANK
SAMS-JANITOR SUPP
$209.94
JPMORGAN CHASE BANK
WALMART-TRASH CAN
$59.16
JPMORGAN CHASE BANK
WASTE CTRL-TRASH SVC
$131.17
JPMORGAN CHASE BANK
ZORO-COUNCIL CHAIRS
$1,763.80
UNIFIRST HOLDINGS LP
UNIFORMS
$42.22
FACILITY MAINTENANCE -Total
$61,608.14
CEI INCORPORATED
OFFICE REMODEL CITY HALL
$36,301.19
FY26 CH REMODEL -Total
$36,301.19
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$223.08
JPMORGAN CHASE BANK
CUT -WASTE REMOVAL
$100.00
1
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
HOME DEPOT -OFFICE SUP
$77.84
JPMORGAN CHASE BANK
PAYPAL-STERILIZATION
$75.00
JPMORGAN CHASE BANK
SAHO-MEDICAL
$829.60
JPMORGAN CHASE BANK
TACTACAM-DATA PLAN
$4.00
JPMORGAN CHASE BANK
WALMART-CLEANING SUPP
$94.58
JPMORGAN CHASE BANK
WALMART-DOG FOOD
$149.96
MIDWEST VETERINARY SUPPLY INC
MEDICAL SUPPLIES
$393.40
WATERSTONE CLEANERS
DRY CLEANING
$67.90
GEN ANIMAL CONTROL -Total
$2,015.36
BILLY BASORE
MARCH DIRT
$108.33
SPOK INC.
PAGER USE
$11.00
STANDARD SUPPLY LAWN & GARDEN
TRIMMERS
$639.98
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$19.02
GEN CEMETERY -Total
$778.33
JPMORGAN CHASE BANK
HLOBBY-CANDLE FOR KID
$5.99
JPMORGAN CHASE BANK
HLOBBY-CANDLE PAINT
$7.99
JPMORGAN CHASE BANK
OTC -CLASS SUPPLIES
$32.99
JPMORGAN CHASE BANK
WALMART-CLASS SUPP
$41.05
SUSAN R CHERMACK
PAINTING CLASS
$240.00
TEAL DANCE COMPANY LLC
DANCE CLASS
$304.00
GEN COMM CTR DONATIONS -Total
$632.02
IMPERIAL LLC
COFFEE SUPPLIES
$118.85
JPMORGAN CHASE BANK
ACADEMY -SUPPLIES
$39.99
JPMORGAN CHASE BANK
AMAZON -CARD SNUFFLER
$39.96
JPMORGAN CHASE BANK
AMAZON-DVD PLAYER
$25.49
JPMORGAN CHASE BANK
AMAZON -GLUE
$28,95
JPMORGAN CHASE BANK
AMAZON-KLEENEX
$29.79
JPMORGAN CHASE BANK
AMAZON -LABELS
$52.93
JPMORGAN CHASE BANK
AMAZON -LAMINATING
$19.99
JPMORGAN CHASE BANK
AMAZON -PLAYING CARD
$52.88
JPMORGAN CHASE BANK
AMAZON -TV MOUNT
$28.04
JPMORGAN CHASE BANK
ATT-WIFI
$177.36
JPMORGAN CHASE BANK
HLOBBY-REFUND
($7.96)
SUMNERONE INC
COPIER LEASE
$536.08
GEN COMMUNITY CENTER -Total
$1,142.35
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$341.95
JPMORGAN CHASE BANK
INTL CODE -MEMBERSHIP
$365.00
JPMORGAN CHASE BANK
NONPROFIT -CONFERENCE
$175.00
JPMORGAN CHASE BANK
OK ABLE -REFUND
($150.00)
GEN COMMUNITY DEVELOPMENT - Total $731.95
2
Fund
01 GENERAL
Claims List - 04/21/26
Vendor Name
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
TREASURER PETTY CASH
Payable Description Payment
Amount
COMMRCE MTG 03/11
$49.86
GREEN -TOURISM ADS
$745.00
LOOG EXP 08/02
$258.15
LODG EXP 08/16-08/18
$825.00
SELECT-REG FEE
$900.00
TALLGRASS-SUMMIT FEE
$108.55
TRVL EXP 08/16-08/18
$516.39
PER DIEM-WINGERT
$440.00
GEN ECONOMIC DEV -Total $3,842.95
JPMORGAN CHASE BANK CDW GOV-RENEWAL FEE $960.30
JPMORGAN CHASE BANK WALMART-CLEANING SUPP $24.14
GEN EMERG COMMUNICATIONS -Total $984.44
JPMORGAN CHASE BANK
ACE -EXIT ALARM KEYS
$17.07
JPMORGAN CHASE BANK
COX -CABLE
$392.45
JPMORGAN CHASE BANK
SUMNER-COPIER LEASE
$81.95
JPMORGAN CHASE BANK
TIME SHINE-ADMIN MAINT
$22.50
VERDIGRIS VALLEY ELECTRIC COOP
STORM SIREN
$131.26
GEN EMERG PREPAREDNESS -Total
$645.23
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$455.45
JPMORGAN CHASE BANK
AMAZON -SHARPIES
$26.80
JPMORGAN CHASE BANK
OK STATE -RENEWAL FEE
$154.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$42.76
UNITED STATES CELLULAR CORPORATION
PHONE USE
$115.01
GEN ENGINEERING -Total $794.02
JPMORGAN CHASE BANK AMAZON -FILE POCKETS $27.98
JPMORGAN CHASE BANK OCC-REG FEE $100.00
GEN FINANCE -Total
$127.98
ELIZABETH ANNE CHILDS
GENERAL LEGAL
$480.00
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$96.83
JAY D. GOLDSTEIN, ARBITRATOR & MEDI
ARBITRATION
$14,000.00
JPMORGAN CHASE BANK
QUADIENT-POSTG LEASE
$1,110.66
JPMORGAN CHASE BANK
SAMS-BLDG SUPPLIES
$61.86
JPMORGAN CHASE BANK
SUMNER-COPIER LEASE
$891.50
JPMORGAN CHASE BANK
ZOOM -ANNUAL FEE
$149.90
TREASURER PETTY CASH
USPS-PO BOX RENTAL
$478.00
TREASURER PETTY CASH
USPS-POSTAGE
$250.00
GEN GENERAL GOVERNMENT -Total
$17,518.75
JPMORGAN CHASE BANK STAPLES -COLOR PAPER
$264.30
GEN HR-CHAR INITIATIVE -Total
$264.30
JPMORGAN CHASE BANK AMAZON -KEYBOARD
$24.99
5
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
FACEBK-JOB ADS
$299.23
JPMORGAN CHASE BANK
INDEED -JOB ADS
$3,208.58
JPMORGAN CHASE BANK
INDEED-SUBCRIPTN
$240.00
JPMORGAN CHASE BANK
ODP-FILE BOXES
$23.52
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$5.84
JPMORGAN CHASE BANK
ZIPRECRUITER-JOB ADS
$1,129.00
GEN HUMAN RESOURCES -Total
$4,931.16
BLUE ENERGY FUELS LLC
FUEL
$16.99
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$57.84
JPMORGAN CHASE BANK
AMAZON -INSTALL SUPP
$64.78
JPMORGAN CHASE BANK
AMAZON -PAPER
$48.32
JPMORGAN CHASE BANK
BATTERIES -UPS REBUILD
$275.00
JPMORGAN CHASE BANK
EBAY-INSTALL SUPP
$252.65
JPMORGAN CHASE BANK
EBAY-KEYBOARDS
$226.49
JPMORGAN CHASE BANK
EBAY-REFUND
($18.50)
JPMORGAN CHASE BANK
FEDEX-SHIPPING
$52.94
JPMORGAN CHASE BANK
HDEPOT-INSTALL SUPP
$179.99
JPMORGAN CHASE BANK
HOME DEPOT -REFUND
($13.54)
JPMORGAN CHASE BANK
HOME DEPOT -TRASH CAN
$49.97
JPMORGAN CHASE BANK
HOME DEPOT -ZIP TIES
$5.43
JPMORGAN CHASE BANK
NOTEPAGE-RENEWAL FEE
$395.00
JPMORGAN CHASE BANK
OFFICE DEPOT -BOXES
$9.13
JPMORGAN CHASE BANK
SAMS-SHELVES
$87.86
JPMORGAN CHASE BANK
SHI-ACROBAT
$65.18
JPMORGAN CHASE BANK
WHELEN-REFUND
($11.15)
JPMORGAN CHASE BANK
WHELEN-SIREN REPAIR
$136.15
GEN INFORMATION TECH -Total
$1,880.53
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$62.69
JPMORGAN CHASE BANK
AA TRVL EXP 04/20-04/23
$687.80
JPMORGAN CHASE BANK
AMAZON -SHARPIE PENS
$14.86
JPMORGAN CHASE BANK
CC WORKSESSION 03/06
$125.00
JPMORGAN CHASE BANK
COMMUNITY RLTNS 03/06
$88.98
JPMORGAN CHASE BANK
COMMUNITY RLTNS 03/17
$35.88
JPMORGAN CHASE BANK
COMMUNITY RLTNS 03/20
$43.20
JPMORGAN CHASE BANK
COUNCIL RLTNS 03/19
$38.36
JPMORGAN CHASE BANK
COUNCIL RLTNS 03/24
$38.96
JPMORGAN CHASE BANK
EMPLOYEE RLTNS 03/03
$50.35
JPMORGAN CHASE BANK
EMPLOYEE RLTNS 03/11
$53.95
JPMORGAN CHASE BANK
EMPLOYEE RLTNS 03112
$29.36
JPMORGAN CHASE BANK
FIELD -LOGO PRINT
$45.00
JPMORGAN CHASE BANK
LEE -RENEWAL FEE
$42.90
4
Fund
US�Hg71q:L`U
Claims List - 04/21/26
Vendor Name
Payable Description
Payment
Amount
JPMORGAN CHASE BANK
LODG EXP 03109-03110
$288.18
JPMORGAN CHASE BANK
OCC-REG FEE
$250.00
JPMORGAN CHASE BANK
OCC-REGISTRATION
$210.00
JPMORGAN CHASE BANK
OCC-REGSTRATION FEE
$40.00
JPMORGAN CHASE BANK
ODP-OFFICE SUPPLIES
$23.18
JPMORGAN CHASE BANK
ODP-REFUND
($13.69)
JPMORGAN CHASE BANK
ODP-STORAGE BINS
$39.78
JPMORGAN CHASE BANK
ODP-STORAGE BOX
$39.78
JPMORGAN CHASE BANK
OEDA RLTNS 03/05
$67.26
JPMORGAN CHASE BANK
RETRMT 03/26
$71.10
JPMORGAN CHASE BANK
SAMS-RETRMT 03/26
$31.06
JPMORGAN CHASE BANK
THE OK -MEMBER DUES
$300.00
JPMORGAN CHASE BANK
TRVL EXP 03/09
$62.00
JPMORGAN CHASE BANK
TRVL EXP 04/20-04/23
$1,837.58
JPMORGAN CHASE BANK
UNITED CITY MTG 03126
$405.00
GEN MANAGERIAL -Total
$5,008.52
JPMORGAN CHASE BANK
AMAZON -OFFICE SUPP
$43.03
JPMORGAN CHASE BANK
LODGE EXP 04/07-04/09
$236.96
JPMORGAN CHASE BANK
MEAL EXP 03106
$21.99
JPMORGAN CHASE BANK
OK MUNI-CONFERENCE
$300.00
JPMORGAN CHASE BANK
OK MUNI-JUDGE MEMBSHP
$50.00
JPMORGAN CHASE BANK
SUMNER-COPIER LEASE
$32.43
GEN MUNICIPAL COURT -Total
$684.41
CITY OF OWASSO
WATER SERVICE
$3,097.50
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$842.38
JPMORGAN CHASE BANK
ACE -AIR HOSE
$39.89
JPMORGAN CHASE BANK
ACE -FIELD PAINT
$139.93
JPMORGAN CHASE BANK
ACE -GLOVES
$27.98
JPMORGAN CHASE BANK
ACE -KEYS
$118.31
JPMORGAN CHASE BANK
ACE -LOCK
$18.99
JPMORGAN CHASE BANK
ACE -WHEEL BARROW
$74.99
JPMORGAN CHASE BANK
AMAZON -ADULT SOFTBALL
$165.28
JPMORGAN CHASE BANK
AMAZON-RDBD PAVER SAND
$125-70
JPMORGAN CHASE BANK
JANI-JANITORIAL SVC
$4,138.49
JPMORGAN CHASE BANK
KULLY-PARKS RR PARTS
$126.55
JPMORGAN CHASE BANK
LOWES-PAVER SAND
$55.20
JPMORGAN CHASE BANK
LOWES-SEEDS
$7.97
JPMORGAN CHASE BANK
ULRICH-TREE ASMT
$250.00
JPMORGAN CHASE BANK
ZORO-LIGHT BULBS
$688.28
UNIFIRST HOLDINGS LP
UNIFORMS
$61.56
VERDIGRIS VALLEY ELECTRIC COOP
PARKS ELECTRIC
$82.90
9
Fund
01 GENERAL
Claims List - 04/21/26
Vendor Name
GEN PARKS -Total
ACTION PLUMBING & SEWER COMPANY
INC
GT ELECTRIC SERVICES LLC
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
JPMORGAN CHASE BANK
MURRAY WOMBLE INC
OK TAX COMMISSION
Payable Description Payment
Amount
$10,061.90
RDBD PLUMBING RPR $545.00
RDBD LIGHT REPAIR
$657.50
ACE-RDBD PLANTS
$558.69
AMAZON -FIRST AID KIT
$18.85
HIGHWAY -EVENT BOARDS
$462.32
SAV-ON-EVENT BANNERS
$396.00
WALMRT-EVENT SUPPLIES
$43.92
RDBD RESTROOM RPR
$1,115.00
SALES TAX PERMIT
$20.00
GEN RECREATION & CULTURE -Total
$3,817.28
BLUE ENERGY FUELS LLC
FUEL
$68.71
EASON COLLISION SPECIALISTS INC
STORM WATER TRUCK
$8,178.84
REPAIR
FLEET FUELS LLC
FUEL
$299.66
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$2,006.07
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$13.95
SPIRIT LANDSCAPE MANAGEMENT LLC
96 ST LANDSCAPE
$556.82
SPIRIT LANDSCAPE MANAGEMENT LLC
MAIN ST LANDSCAPE
$922.40
SPOK INC.
PAGER USE
$77.00
STANDARD SUPPLY LAWN & GARDEN
MOWER REPAIR PARTS
$290.03
STANDARD SUPPLY LAWN & GARDEN
MOWER SERVICE KITS
$1,087.57
STANDARD SUPPLY LAWN & GARDEN
PARTS
$1,120.60
STANDARD SUPPLY LAWN & GARDEN
TOOLS
$1,199.18
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$115.10
GEN STORMWATER -Total
$15,935.93
AEP/PSO
STREET LIGHTS
$14.37
JPMORGAN CHASE BANK
ERRONEOUS CHG
$30.85
TREASURER PETTY CASH
CC DEP REF-ALLISON
$100.00
TREASURER PETTY CASH
CC DEP REF-CLARK
$50.00
TREASURER PETTY CASH
CC DEP REF -COOK
$50.00
TREASURER PETTY CASH
CC DEP REF-DANKLEFSEN
$100.00
TREASURER PETTY CASH
CC DEP REF-DUNAWAY
$100.00
TREASURER PETTY CASH
CC DEP REF-ELLIS
$100.00
TREASURER PETTY CASH
CC DEP REF-MELEDEO
$50.00
TREASURER PETTY CASH
CC DEP REF-RITTER
$100.00
TREASURER PETTY CASH
CC DEP REF-SALEH
$50.00
TREASURER PETTY CASH
CC DEP REF-SCHARIO
$100.00
TREASURER PETTY CASH
CC DEP REF -SMITH
$50.00
TREASURER PETTY CASH
CC DEP REF-STEWART
$50.00
TREASURER PETTY CASH
CC DEP REF-WILSON
$100.00
I
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL TREASURER PETTY CASH
OC DEP REF -BIBLE CHUR
$100.00
TREASURER PETTY CASH
OC DEP REF-BRIAN COOK
$100.00
TREASURER PETTY CASH
OC DEP REF-DIAZ
$100.00
TREASURER PETTY CASH
PERMIT REF-CLAYBON EL
$54.00
TREASURER PETTY CASH
RDBD REF-OWASSO CHOIR
$200.00
GENERAL -Total
$1,599.22
JPMORGAN CHASE BANK
BESTBUY-PARKS TV
$429.98
JPMORGAN CHASE BANK
LOWES-PARKS APPLIANCE
$2,638.00
JPMORGAN CHASE BANK
LOWES-REFUND
($197.55)
Q]
PARKS FACILITY -Total
GH2 ARCHITECTS LLC
PARKS MASTER PLAN -Total
D&D R&C MASTER PLAN
$2,870.43
$9,925.00
$9,925.00
GENERAL -Total
$184,101.39
AMBULANCE SERVICE ESO SOLUTIONS INC
PCR SOFTWARE
$34,235.78
EXCELLANCE, INC
REPAIR
$618.86
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$5,129,30
FULLERTON HYDRO -TEST INC.
CYLINDER LEASE
$364.00
FULLERTON HYDRO -TEST INC.
02
$125.00
JPMORGAN CHASE BANK
AMAZON -STRUTS
$69.81
JPMORGAN CHASE BANK
BOUND-MED SUPPLIES
$1,306.50
JPMORGAN CHASE BANK
CELL REPAIR-IPAD RPR
$60.00
JPMORGAN CHASE BANK
CLEAR VIEW -WINDOW REP
$100.00
JPMORGAN CHASE BANK
LIFE ASST-MED SUPPLIES
$9.880.02
JPMORGAN CHASE BANK
MEDLINE-MED SUPPLIES
$277.90
JPMORGAN CHASE BANK
OK GOV-RECERTIFICATN
$32.48
JPMORGAN CHASE BANK
OK STATE-RECERTIFICATN
$1,352.50
JPMORGAN CHASE BANK
OREILLY-STRUTS
$24.14
JPMORGAN CHASE BANK
PHASE-MED SUPPLIES
$360.55
JPMORGAN CHASE BANK
TOP NOTCH -WINDSHIELD
$485.00
JPMORGAN CHASE BANK
TRVL EXP 03/28
$82.94
JPMORGAN CHASE BANK
TRVL EXP 03/29
$86.49
JPMORGAN CHASE BANK
ZOLL-MED SUPPLIES
$1,684.80
MEDLINE INDUSTRIES INC
MED SUPPLIES
$1,429.88
TREASURER PETTY CASH
OSDH-PARAMEDIC FEE
$85.00
AMBULANCE -Total
$57,790.95
TREASURER PETTY CASH
SR AMB REF -HOLDER
$24.00
TREASURER PETTY CASH
SR AMB REF-PATTERSON
$24.00
TREASURER PETTY CASH
SR AMB REF -ROSE
$24.00
TREASURER PETTY CASH
SR AMB REF-WILBANKS
$24.00
TREASURER PETTY CASH
SR AMB REF-WILKERSON
$24.00
Claims List - 04/21/26
Fund
Vendor Name
Payable Description
Payment
Amount
20 AMBULANCE SERVICE
AMBULANCE SERVICE -Total
$120.00
AMBULANCE SERVICE -Total
$57,910.95
21 E-911
JPMORGAN CHASE BANK
APCO INTL-TRAINING
$525.00
JPMORGAN CHASE BANK
STAPLES -COPY PAPER
$42.49
LANGUAGE LINE SERVICES
TRANSLATION SVC
$274.39
E911 COMMUNICATIONS -Total
$841.88
E-911 -Total
$841.88
25 HOTEL TAX
JPMORGAN CHASE BANK
CADAMY-EDSP REVAMP
$2,500.00
HOTEL TAX ECON DEV -Total
$2,500.00
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$58.20
JPMORGAN CHASE BANK
SAV-ON-NAME BADGE
$30.00
STRONG NEIGHBORHOODS -Total
$88.20
HOTELTAX -Total
$2,588.20
27 STORMWATER MANAGEMENT
MESHEK & ASSOCIATES, LLC
CENTRAL PARK SW ANLYS
$28,190.00
CENTRAL PK(2025 FLOOD) -Total
$28,190.00
MESHEK & ASSOCIATES, LLC
ELM CREEK ANALYSIS
$18,681.25
ELM CRK-PRESTON LAKES -Total
$18,681.25
MESHEK & ASSOCIATES, LLC
PROFESSIONAL SERVICES
$16,904.04
RAYOLA PARK DETENTION - Total
$16,904.04
JPMORGAN CHASE BANK
41MPRINT-LOGO ITEMS
$1,992.40
JPMORGAN CHASE BANK
ACE -GARDEN HOE
$26.99
JPMORGAN CHASE BANK
COLE INST-LAB SUPP
$1,042.94
JPMORGAN CHASE BANK
COLE-LAB SUPPLIES
$73.53
JPMORGAN CHASE BANK
CORE MAIN -PUMP
$1,418.61
JPMORGAN CHASE BANK
CTY HLTH ENV[ -LAB SVC
$208.00
JPMORGAN CHASE BANK
HOME DEPOT -HAND TRUCK
$229.00
JPMORGAN CHASE BANK
HOME DEPOT -REFUND
($219.00)
JPMORGAN CHASE BANK
HOME DEPOT -SHELVES
$398.85
JPMORGAN CHASE BANK
TRVL EXP 03/12
$6.00
JPMORGAN CHASE BANK
LOWES-DRILL BIT
$8.38
JPMORGAN CHASE BANK
LOWES-GLOVES
$27.98
JPMORGAN CHASE BANK
LOWES-SPRAYER PARTS
$23.28
JPMORGAN CHASE BANK
PLTPAY-TOLL
$21.00
JPMORGAN CHASE BANK
TUL HLTH ENVI-LAB SVC
$78.00
MESHEK & ASSOCIATES, LLC
DRAINAGE REVIEW
$5,883.50
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$19.20
UNITED STATES CELLULAR CORPORATION
PHONE USE
$115.00
STORMWATER-STORMWATER -Total
$11,353.66
STORMWATER MANAGEMENT
-Total
$75,128.95
1.1
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
31 AMBULANCE CAPITAL ZOLL MEDICAL CORP
AUTO PULSE LEASE
$19,917.44
AMBULANCE CAPITAL FD -Total
$19,917.44
AMBULANCE CAPITAL -Total
$19,917.44
37 SALES TAX FIRE CITY OF OWASSO
WATER SERVICE
$129.50
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$3,524.69
JPMORGAN CHASE BANK
ACE -DETERGENT
$44.64
JPMORGAN CHASE BANK
AMAZON -COPY PAPER
$42.09
JPMORGAN CHASE BANK
AMAZON -LANYARD
$64.99
JPMORGAN CHASE BANK
AMAZON -PLUG
$9.99
JPMORGAN CHASE BANK
AMAZON -STRUTS
$12.34
JPMORGAN CHASE BANK
AMAZON -TAPE
$35.99
JPMORGAN CHASE BANK
AMAZON -TONER
$45.95
JPMORGAN CHASE BANK
AMAZON -TRAINING MATRL
$79.80
JPMORGAN CHASE BANK
AMERIWASTE-TRASH
$217.62
JPMORGAN CHASE BANK
ATWOOD-AC OIL
$46.95
JPMORGAN CHASE BANK
ATWOOD-FREON
$362.67
JPMORGAN CHASE BANK
CLEAR -WINDSHIELD RPR
$220.00
JPMORGAN CHASE BANK
CROWN-0 RINGS
$191.30
JPMORGAN CHASE BANK
HOME DEPOT -POLE PWR
$408.00
JPMORGAN CHASE BANK
LODGE EXP 03102-03/04
$456.96
JPMORGAN CHASE BANK
LODGE EXP 04/07-04109
$236.96
JPMORGAN CHASE BANK
LOWES-POLE PWR
$143.52
JPMORGAN CHASE BANK
LOWES-REFUND
($23.50)
JPMORGAN CHASE BANK
MPCSUPPLY-HELMET VINY
$29.44
JPMORGAN CHASE BANK
NAFECO-HELMET RINGS
$28.00
JPMORGAN CHASE BANK
NAFECO-PPE
$7,770.00
JPMORGAN CHASE BANK
NAFECO-PPE BOOTS
$956.55
JPMORGAN CHASE BANK
OPENAI-ADMIN TOOL
$20.00
JPMORGAN CHASE BANK
OREILLY-LIGHT BULBS
$30.14
JPMORGAN CHASE BANK
OREILLY-LIGHTS
$27.67
JPMORGAN CHASE BANK
ROBBYS-WINDOW REPAIR
$123.18
JPMORGAN CHASE BANK
RWD3-WATER SVC
$39.50
JPMORGAN CHASE BANK
SAMS-OPS SUPPLIES
$98.38
JPMORGAN CHASE BANK
SAMS-STATION SUPP
$828.90
JPMORGAN CHASE BANK
SUMNER-COPIER LEASE
$452.07
JPMORGAN CHASE BANK
TIME SHINE-ADMIN MAINT
$180.00
JPMORGAN CHASE BANK
TRVL EXP 04/07-04/09
$236.96
JPMORGAN CHASE BANK
USB MEM-USB DRIVES
$451.00
JPMORGAN CHASE BANK
USPS-SHIPPING
$9.80
JPMORGAN CHASE BANK
WAVE -CHAPLAIN TRG
$99.00
TREASURER PETTY CASH
SEC STATE -NOTARY FEE
$45.00
0
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
37 SALES TAX FIRE SALES TAX FUND -FIRE -Total
$17,676.05
SALES TAX FIRE -Total
$17,676.05
38 SALES TAX POLICE JPMORGAN CHASE BANK
FLYFIRE-DRONE ITEMS
$2,090.00
DRONE ITEMS -Total
$2,090.00
AMERICAN WASTE CONTROL INC
DUMPSTER RENTAL _
$155.66
ARMS UNLIMITED INC
FIREARM ITEMS
$796.30
AXON ENTERPRISE INC
TASERS
$3,192.67
CITY OF OWASSO
WATER SERVICE
$35.00
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$17,872.57
JPMORGAN CHASE BANK
ACDEMY-FIREARMS ITEMS
$89.97
JPMORGAN CHASE BANK
ACE -SHARPENING
$8.99
JPMORGAN CHASE BANK
AMAZON -CLEANING TOOLS
$11.72
JPMORGAN CHASE BANK
AMAZON -GUN CLEANING
$162.71
JPMORGAN CHASE BANK
AMAZON -OFFICE FURNTRE
$135.93
JPMORGAN CHASE BANK
AMAZON -SAFETY ITEMS
$36.77
JPMORGAN CHASE BANK
AMAZON -SEAT ORGANIZER
$32.99
JPMORGAN CHASE BANK
AMAZON -UNIFORM ITEM
$77.49
JPMORGAN CHASE BANK
AMAZON -WHITE BOARD
$106.73
JPMORGAN CHASE BANK
AMZN-DRONE KEY BOXES
$33.59
JPMORGAN CHASE BANK
ATWOOD-FIREARMS ITEMS
$35.97
JPMORGAN CHASE BANK
HDEPOT-DFR HARDWARE
$8.36
JPMORGAN CHASE BANK
HOME DEPOT-L BRACKETS
$9.96
JPMORGAN CHASE BANK
10 SOLUTN-TEST MATRL
$546.00
JPMORGAN CHASE BANK
LOWES-FIREARMS ITEMS
$159.00
JPMORGAN CHASE BANK
LOWES-FIREARMS ITEMS
$197.36
JPMORGAN CHASE BANK
LOWES-RANGE ITEMS
$128.16
JPMORGAN CHASE BANK
LOWES-REFUND
($111.46)
JPMORGAN CHASE BANK
MEDTECH-SPIT HOODS
$179.32
JPMORGAN CHASE BANK
MEEKS-STRIPING REPAIR
$403.38
JPMORGAN CHASE BANK
MK MACHINE -SCOPE CAP
$82.53
JPMORGAN CHASE BANK
MOTOROLA-BRUSHINGS
$24.30
JPMORGAN CHASE BANK
NTL ASSOC-CONFERENCE
$80.00
JPMORGAN CHASE BANK
OCC-REG FEE
$50.00
JPMORGAN CHASE BANK
OREILLY-FUSE
$5.99
JPMORGAN CHASE BANK
SAHO-K9 MEDICAL
$462.10
JPMORGAN CHASE BANK
SHEEDOG-ANNUAL FEE
$50.00
JPMORGAN CHASE BANK
SHI-ACROBAT
$130.36
JPMORGAN CHASE BANK
SHI-CREATIVE CLOUD
$998.60
JPMORGAN CHASE BANK
SPEC OPS-UNIFORM ITEM
$25.98
JPMORGAN CHASE BANK
STAPLES -COPY PAPER
$212.45
NORTH AMERICA FIRE EQUIPMENT CO.
VESTS
$3,753.80
10
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment
Amount
38 SALES TAX POLICE SUMNERONE INC
COPIER LEASE
$425.00
TREASURER PETTY CASH
SEC OF STATE -NOTARY
$50.00
TREASURER PETTY CASH
SEC STATE -NOTARY FEE
$45.00
WATERSTONE CLEANERS
DRY CLEANING
$1,094.40
WEST PUBLISHING CORPORATION
INVESTIGATIVE SVC
$682.90
SALES TAX FUND -POLICE -Total
$32,478.55
SALES TAX POLICE • Total
$34,568.55
39 SALES TAX STREETS AEP/PSO
STREET LIGHTS
$10,013.43
BILLY BASORE
MARCH DIRT
$108.33
CAMO FARMS INC
ASPHALT
$551.99
FLEET FUELS LLC
FUEL
$299.66
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$2,818.42
HUTCHINSON SALT CO LLC
ROAD SALT
$3,958.80
JPMORGAN CHASE BANK
AMAZON -SERVICE KIT
$116.75
JPMORGAN CHASE BANK
ATWOOD-PICKAXE$32.99
JPMORGAN CHASE BANK
BROWN -SOD
$80.00
JPMORGAN CHASE BANK
BROWN -SOD
$205.40
JPMORGAN CHASE BANK
CRAFCO-CRACK SEAL
$2,880.00
JPMORGAN CHASE BANK
CRAFCO-CRACK SEALANT
$5,760.00
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$13.95
JPMORGAN CHASE BANK
GREEN -IRRIGATION SUPP
$55.68
JPMORGAN CHASE BANK
GREEN -REFUND
($53.80)
JPMORGAN CHASE BANK
GREEN -SOD STAKES
$5.00
JPMORGAN CHASE BANK
GREENHILL-CONCRETE
$3,593.00
JPMORGAN CHASE BANK
HDEPOT-PIPE COUPLING
$17.13
JPMORGAN CHASE BANK
HOME DEPOT -FORMS
$106.42
JPMORGAN CHASE BANK
HOME DEPOT -SPRAYER
$85.88
JPMORGAN CHASE BANK
HOME DEPOT -STAKES
$15,32
JPMORGAN CHASE BANK
HOME DEPOT -WOOD FORMS
$31.68
JPMORGAN CHASE BANK
INTERSTATE -BATTERIES
$776.00
JPMORGAN CHASE BANK
LOWES-EXPANSION BOARD
$73.30
JPMORGAN CHASE BANK
LOWES-FORM BOARDS
$127.58
JPMORGAN CHASE BANK
LOWES-FORMS
$146.30
JPMORGAN CHASE BANK
LOWES-INVERTER
$649.00
JPMORGAN CHASE BANK
LOWES-OIL
$9.38
JPMORGAN CHASE BANK
LOWES-SOCKET ADAPTORS
$11.96
JPMORGAN CHASE BANK
LOWES-SPRAYER
$57.60
JPMORGAN CHASE BANK
MAXWELL-ADA MATS
$407.15
JPMORGAN CHASE BANK
PINKLEY-POWER SUPPLY
$313.23
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$6,053.00
JPMORGAN CHASE BANK
TWIN -CONCRETE
$3,463.00
11
Claims List - 04/21/26
Fund
Vendor Name
Payable Description
Payment
Amount
39 SALES TAX STREETS
JPMORGAN CHASE BANK
VANCE-TACK OIL
$374.00
JPMORGAN CHASE BANK
WHITE CAP -SLEEVE
$74.01
JPMORGAN CHASE BANK
WHITECAP-ADA MATS
$318.89
NEXAIR LLC
CYLINDER RENTAL
$53.52
SPOK INC.
PAGER USE
$181.50
TLS GROUP INC
MONTHLY MAINT
$1,435.00
TLS GROUP INC
SIGNAL LIGHT REPAIR
$4,643.70
TULSA COUNTY HIGHWAY CONSTRUCTION
STREETSIGNS
$842.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$252.42
VERDIGRIS VALLEY ELECTRIC COOP
1161129TRAFFIC SIGNAL
$96.18
VERDIGRIS VALLEY ELECTRIC COOP
CHAMPION ST LIGHT
$94.01
VERDIGRIS VALLEY ELECTRIC COOP
SECURITY LIGHT
$8.05
WASHINGTON CO RURAL WATER DISTRICT
116 LANDSCAPE IRRIG
$75.00
WASHINGTON CO RURAL WATER DISTRICT
116 LANSCAPE IRRIG
$21.00
SALES TAX FUND -STREETS -Total
$51,252.81
SALES TAX STREETS
-Total
$51,252.81
40 CAPITAL IMPROVEMENTS
HUDSON PRINCE ENGINEERING
ENGINEERING SVC
$22,513.59
86TH WIDENING MAIN TO GAR -Total
$22,513.59
JPMORGAN CHASE BANK
OK DEPT-PERMITS
$1,488.26
JPMORGAN CHASE BANK
OK GOV-CC FEE
$35.53
CIP 961145TH INTERSECT -Total
$1,523.79
K+D ARCHITECTS LLC
ENGINEERING SERVICES
$970.00
PARKS FACILITY -Total
$970.00
MTC TULSA LLC
CONSTRUCTION SERVICES
$575,022.38
PUBLIC WORKS FACILITY -Total
$575,022.38
CAPITAL IMPROVEMENTS
-Total
$600,029.76
44 TRANSPORTATION TAX
GH2 ARCHITECTS LLC
D&D RANCH CREEK
$26,437.50
RANCH CREEK TRAIL -Total
$26,437.50
TRANSPORTATION TAX
-Total
$26,437.50
70 CITY GARAGE
CROW BURLINGAME COMPANY
PARTS FOR RESALE
$4,769.45
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$272.90
GEOTAB USA INC
TELEMATICS
$737.50
JPMORGAN CHASE BANK
AMAZON -GREASE COUPLER
$80.22
JPMORGAN CHASE BANK
AMAZON-MIC AUDIO JACK
$6.99
JPMORGAN CHASE BANK
AMAZON -PENCILS
$16.99
JPMORGAN CHASE BANK
AMAZON-TMPS SENSORS
$84.00
JPMORGAN CHASE BANK
AMZN-DUALS SEPARATOR
$178.81
JPMORGAN CHASE BANK
AMZN-HYDRAULIC PULLEY
$77.55
JPMORGAN CHASE BANK
AMZN-PRESSURE TESTER
$309.98
JPMORGAN CHASE BANK
BROWN -TOW
$147.50
12
Claims List - 04/21/26
Fund
Vendor Name
Payable Description
Payment
Amount
70 CITY GARAGE
JPMORGAN CHASE BANK
EAGLE-RETINT WINDOW
$70.00
JPMORGAN CHASE BANK
GLOVER-TPMS SENSORS
$64.41
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$49.85
JPMORGAN CHASE BANK
HASSELBEIN-TIRES
$776.32
JPMORGAN CHASE BANK
HESSELBEIN-TIRES
$793.44
JPMORGAN CHASE BANK
IMPERIAL-OPS SUPPLIES
$123.18
JPMORGAN CHASE BANK
LENOX-WRECKER
$607.50
JPMORGAN CHASE BANK
MHC-REPAIR
$1,766.10
JPMORGAN CHASE BANK
PK EQUIP -BUCKET TEETH
$40.64
JPMORGAN CHASE BANK
PK EQUIP -SAW PARTS
$97.04
JPMORGAN CHASE BANK
PLTPAY-TOLL
$2.10
JPMORGAN CHASE BANK
RANDYS-DIAGNOSTICS
$1,488.00
JPMORGAN CHASE BANK
ROCK AUTO -COOLANT
$64.78
JPMORGAN CHASE BANK
ROMAINE-PULLEY
$3,076.60
JPMORGAN CHASE BANK
ROMAINE-REFUND
($133.16)
JPMORGAN CHASE BANK
UNITED -PARTS RESALE
$311.12
JPMORGAN CHASE BANK
YELLOWHOUSE-TOOLS
$101.39
O'REILLY AUTOMOTIVE INC
PARTS FOR RESALE
$106.50
QUALITY PETROLEUM INC
6 CASES FUEL
$203.62
UNIFIRST HOLDINGS LP
UNIFORMS
$90.98
FLEET MAINTENANCE -Total
$16,382.30
CITY GARAGE -Total
$16,382.30
76 WORKERS' COMP SELF -INS
CITY OF OWASSO IMPREST ACCOUNT
WORKERS COMP CLAIMS
$25,525.59
JPMORGAN CHASE BANK
AMC -DRUG TESTING
$224.00
UNITED SAFETY & CLAIMS INC
WORKERS COMP SVC FEE
$1,658.33
WORKERS' COMP SELF -INS -Total
$27,407.92
WORKERS' COMP SELF -INS -Total
$27,407.92
77 GENERAL LIABILITY-PROPERT
ELIZABETH ANNE CHILDS
LITIGATION
$1,620.00
GEN LIAB-PROP SELF INS -Total
$1,620.00
GENERAL LIABILITY-PROPERT - Total
$1,620.00
City Grand Total
$1,115,863.70
13
Fund Fund Tiitle- Transact
::3��79A�Gt
Claims List - 04/21/26
Vendor Name
Payable Description
Payment Amount
PAMELA MACE
ROW ACQ
$3,202.50
BIRD CREEK EMERG WATERLIN -Total
$3,202.50
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$250.12
JPMORGAN CHASE BANK
ACE -LUBRICANT
$32.33
JPMORGAN CHASE BANK
AMAZON -BOOK ENDS
$8.63
JPMORGAN CHASE BANK
AMAZON -DESK ORGANIZER
$130.99
JPMORGAN CHASE BANK
AMAZON -EXPO MARKERS
$98.90
JPMORGAN CHASE BANK
AMAZON -EXTENSION CORD
$48.66
JPMORGAN CHASE BANK
AMAZON -HANGING FILES
$101.73
JPMORGAN CHASE BANK
AMAZON -KITCHEN SUPP
$221.51
JPMORGAN CHASE BANK
AMAZON -MAIL ORGANIZER
$170.47
JPMORGAN CHASE BANK
AMAZON -MARKERS
$16.51
JPMORGAN CHASE BANK
AMAZON -TOWEL HOLDER
$9.49
JPMORGAN CHASE BANK
ATWOOD-BOOTS
$146.21
JPMORGAN CHASE BANK
ATWOOD-SAFETY BOOTS
$23.79
JPMORGAN CHASE BANK
EMPL LUNCHEON 03/06
$476.75
JPMORGAN CHASE BANK
HOME DEPOT -LOCKS
$45.16
JPMORGAN CHASE BANK
HOME DEPOT -WASH HOSE
$113.80
JPMORGAN CHASE BANK
LOT 129 MTG EXP 03119
$3.00
JPMORGAN CHASE BANK
LUNCHEON 04/01
$71.80
JPMORGAN CHASE BANK
LUNCHEON 04/01
$17.97
JPMORGAN CHASE BANK
SAMS-BLDG SUPPLIES
$255.73
JPMORGAN CHASE BANK
LUNCHEON 04102
$264.89
JPMORGAN CHASE BANK
WALMRT-EXTENSION CORD
$7.97
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$92.94
UNITED STATES CELLULAR CORPORATION
PHONE USE
$115.00
OPWA ADMINISTRATION -Total
$2,724.35
JOHNSON HEALTH TECH RETAIL INC
EXERCISE EQUIPMENT
$22,212.14
JPMORGAN CHASE BANK
AMAZON -LOCKERS
$1,972.10
JPMORGAN CHASE BANK
BESTBUY-SOUND BARS
$329.96
JPMORGAN CHASE BANK
BHPHOTO-SURGE PROTCTR
$59.92
JPMORGAN CHASE BANK
HDEPOT-POWER CORDS
$81.50
JPMORGAN CHASE BANK
REP FITNESS -GYM EQUIP
$10,217.40
OPWA BUILDING RENOVATION -Total
$34,873.02
JPMORGAN CHASE BANK
AMERIFLEX-HYDRO HOSES
$189.70
JPMORGAN CHASE BANK
AMERIFLEX-HYRDO HOSES
$95.35
JPMORGAN CHASE BANK
BUMPER -FLOOR DRY
$999.20
JPMORGAN CHASE BANK
HDEPOT-METAL/SCREWS
$182.40
JPMORGAN CHASE BANK
HOME DEPOT -METAL SHEETS
$611.08
JPMORGAN CHASE BANK
ODEPOT-RECYCLE SWITCH
$39.99
JPMORGAN CHASE BANK
WM-TIPPING FEES
$3,328.17
0
Claims List - 04/21/26
Fund Fund Title - Transact Vendor Name
Payable Description Payment Amount
61 OPWA UNIFIRST HOLDINGS LP UNIFORM SERVICES $59.92
RECYCLE CENTER -Total
$5,505.81
AMERICAN WASTE CONTROL INC
TRUCK RENTAL
$2,029.50
BLUE ENERGY FUELS LLC
FUEL
$1,866.32
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$6,826.35
JPMORGAN CHASE BANK
BUMPER -BATTERIES
$316.20
JPMORGAN CHASE BANK
BUMPER -FILTERS
$687.23
JPMORGAN CHASE BANK
BUMPER -TAIL LIGHT
$51.61
JPMORGAN CHASE BANK
HDEPOT-SHOVEL/SCRAPER
$91.48
JPMORGAN CHASE BANK
HDEPOT-WEED KILLER
$22.26
JPMORGAN CHASE BANK
SEMI CRAZY -TRUCK WASH
$369.79
JPMORGAN CHASE BANK
SOUTHERN -TIRES
$3,039.43
JPMORGAN CHASE BANK
WB SVC-A/C DRIER
$44.33
JPMORGAN CHASE BANK
WM-TIPPING FEES
$26,527.56
NEXAIR LLC
CYLINDER RENTAL
$25.88
QUALITY PETROLEUM INC
1/DRUM
$1,224.15
QUALITY PETROLEUM INC
REFUSE OIL DELIVERY
$96.67
RIVER CITY HYDRAULICS INC
REFUSE MAINTENANCE
$1,116.91
SIDDONS MARTIN EMERGENCY GROUP LLC
REBUILD KIT
$1,999.81
SPOK INC.
PAGER USE
$81.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$144.70
UNITED STATES CELLULAR CORPORATION
PHONE USE
$39.07
REFUSE COLLECTIONS -Total
$46,600.25
JPMORGAN CHASE BANK
SAMS-KLEENEX
$17.94
TECHNICAL PROGRAMMING SERVICES INC
BILLING SERVICES
$2,384.04
UTILITY BILLING -Total
$2,401.98
FLEET FUELS LLC
FUEL
$299.66
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$1,283.70
JPMORGAN CHASE BANK
ACE -KEY
$5.99
JPMORGAN CHASE BANK
CORE MAIN -CLAMPS
$892.90
JPMORGAN CHASE BANK
CORE MAIN -MANHOLE
$134.24
JPMORGAN CHASE BANK
CORE MAIN -MAX ADAPTOR
$184.11
JPMORGAN CHASE BANK
CORE MAIN -PAINT
$101.52
JPMORGAN CHASE BANK
CORE MAIN -REFUND
($197.79)
JPMORGAN CHASE BANK
EKLUND-AC REPAIR
$199.00
JPMORGAN CHASE BANK
GRAINGER-PALLETS
$1,240.20
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$13.99
JPMORGAN CHASE BANK
HAYNES-LEAK SENSOR
$420.00
JPMORGAN CHASE BANK
LOWES-CLEANING WIPES
$14.98
JPMORGAN CHASE BANK
LOWES-PVC PIPE
$135.25
JPMORGAN CHASE BANK
LOWES-TOTES
$39.92
K
Claims List - 04/21/26
Fund Fund Title - Transact Vendor Name
Payable Description
Payment Amount
61 OPWA JPMORGAN CHASE BANK
OK DEPT ENVN-DEQ TEST
$124.00
JPMORGAN CHASE BANK
OK.GOV-SERVICE FEE
$6.88
JPMORGAN CHASE BANK
OREILLY-PUMP
$18.99
JPMORGAN CHASE BANK
TRACTOR -SPRAYER KIT
$93.92
SPOK INC.
PAGER USE
$92.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$155.70
VERDIGRIS VALLEY ELECTRIC COOP
COFFEE CREEK ELECT
$34.13
VERDIGRIS VALLEY ELECTRIC COOP
GARRETT CREEK ELECT
$246.43
WASHINGTON CO RURAL WATER DISTRICT
COFFEE CREEK LS WATER
$21.00
WASHINGTON CO RURAL WATER DISTRICT
MAGNOLIA LS WATER
$21.00
WASHINGTON CO RURAL WATER DISTRICT
MORROW LS WATER
$18.00
WASTEWATER COLLECTIONS -Total
$5,599.72
COGENT INC
LINK SEALS
$222.40
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$831.04
JPMORGAN CHASE BANK
ACCURATE -CHEMICALS
$550.00
JPMORGAN CHASE BANK
ACCURATE -LAB TEST
$230.00
JPMORGAN CHASE BANK
ACCURATE-ODEQ CLASS
$450.00
JPMORGAN CHASE BANK
ACE-FASTNERS
$7.83
JPMORGAN CHASE BANK
BLUEBK-PH PROBE
$399.22
JPMORGAN CHASE BANK
BLUEBK-REAGENTS
$493.14
JPMORGAN CHASE BANK
BLUEBK-TNT REAGENTS
$204.96
JPMORGAN CHASE BANK
BLUEBOOK -REAGENTS
$419.72
JPMORGAN CHASE BANK
CAMFIL-HVAC FILTERS
$57.00
JPMORGAN CHASE BANK
CORE -PVC FITTINGS
$23.03
JPMORGAN CHASE BANK
GRAINGER-DEIONIZE WTR
$87.24
JPMORGAN CHASE BANK
GRAINGER-EAR PLUGS
$52.07
JPMORGAN CHASE BANK
GRAINGER-REAGENTS
$551.68
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$13.95
JPMORGAN CHASE BANK
HACH-TNT REAGENT
$87.85
JPMORGAN CHASE BANK
HAYNES-PUMP SEALS
$315.55
JPMORGAN CHASE BANK
LINKO-RENEWAL FEE
$1,866.76
JPMORGAN CHASE BANK
LOWES-IMPACT BIT
$5.48
JPMORGAN CHASE BANK
NCL WI -REAGENTS
$428.60
JPMORGAN CHASE BANK
PIONEER -GATE OPENER
$6,284.50
JPMORGAN CHASE BANK
TRACTOR -STRAINER
$38.97
JPMORGAN CHASE BANK
WM-SLUDGE REMOVAL
$20,160.67
SPOK INC.
PAGER USE
$37.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$162.55
WASTEWATER TREATMENT -Total
$33,981.41
BILLY BASORE
MARCH DIRT
$108.34
CITY OF TULSA DEPT OF FINANCE
LAB SERVICES
$580.00
CITY OF TULSA UTILITIES
WATER
$291,416.27
3
Claims List - 04/21/26
Fund Fund Title - Transact Vendor Name
Payable Description
Payment Amount
61 OPWA
FLEET FUELS LLC
FUEL
$299.66
FLEETCOR TECHNOLOGIES
MONTHLY FUEL
$1,729.25
JPMORGAN CHASE BANK
ACADEMY -SAFETY BOOTS
$109.99
JPMORGAN CHASE BANK
ACCURATE -TESTING
$2,020.00
JPMORGAN CHASE BANK
ATWOOD-SAFETY BOOTS
$104.99
JPMORGAN CHASE BANK
BROWN SOD -SOD
$80.00
JPMORGAN CHASE BANK
BROWN -SOD
$140.00
JPMORGAN CHASE BANK
COLUMN -PUBLIC NOTICE
$131.82
JPMORGAN CHASE BANK
CORE MAIN -METER
$522.84
JPMORGAN CHASE BANK
CORE MAIN -METER CANS
$408.01
JPMORGAN CHASE BANK
CORE MAIN -METER CANS
$594.66
JPMORGAN CHASE BANK
CORE MAIN -VALVE BOXES
$864.12
JPMORGAN CHASE BANK
GRAINGER-CHECK VALVES
$52.80
JPMORGAN CHASE BANK
GRAINGER-SAFETY VESTS
$13.95
JPMORGAN CHASE BANK
HAYNES-PVC REPAIR KIT
$980.23
JPMORGAN CHASE BANK
LOWES-DRILL BIT
$13.48
JPMORGAN CHASE BANK
LOWES-PRESSURE GAUGES
$49.08
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$316.00
SPOK INC.
PAGER USE
$103.00
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$138.52
VERDIGRIS VALLEY ELECTRIC COOP
WATER CONTROL ELECT
$40.80
WATER -Total
$300,817.81
OPWA
-Total
$435,706.85
68 OPWA TIF
CENTER FOR ECONOMIC DEVELOPMENT
TIF
$700.00
OPWA ECONOMIC DEV -Total
$700.00
OPWATIF
-Total
$700.00
OPWA Grand Total
$436,406.85
4
Claims List - 04/21/26
Fund Vendor Name
Payable Description
Payment Amount
55 OPGA JPMORGAN CHASE BANK
AMAZON -HOSE
$44.99
JPMORGAN CHASE BANK
HOME DEPOT -SUPPLIES
$41.96
JPMORGAN CHASE BANK
LOWES-SUPPLIES
$330.78
JPMORGAN CHASE BANK
YAMAHA-CART REPAIR
$374.37
YAMAHA GOLF CAR COMPANY
REPAIR
$356.46
CART OPERATIONS -Total
$1,148.56
BWI COMPANIES, INC
FERTILIZER
$1,711.20
BWI COMPANIES, INC
FERTILIZERS
$604.89
FLEET FUELS LLC
FUEL
$2,420.40
HARRELCS, LLC
CHEMICALS
$119.23
HOLLIDAY SAND & GRAVEL CO
SAND
$1,246.95
JESCO PRODUCTS, INC
COURSE ACCESSORIES
$2,341.80
JPMORGAN CHASE BANK
AMAZON -FLOWER SEEDS
$87.97
JPMORGAN CHASE BANK
AMAZON -HEADLAMPS
$219.90
JPMORGAN CHASE BANK
AMAZON-MULTIMETER
$29.98
JPMORGAN CHASE BANK
AMAZON-USB ADAPTER
$47.39
JPMORGAN CHASE BANK
CORNERSTONE -GATE RPR
$1,800.00
JPMORGAN CHASE BANK
LOWES-CLEANING SUPP
$11.46
JPMORGAN CHASE BANK
LOWES-DRAINAGE SUPP
$320.52
JPMORGAN CHASE BANK
LOWES-FLOWER POTS
$114.26
JPMORGAN CHASE BANK
LOWES-TREE SPIKES
$27.96
JPMORGAN CHASE BANK
OREILLY-DIVOT SAND
$161.88
JPMORGAN CHASE BANK
OREILLY-REFUND
($134.50)
JPMORGAN CHASE BANK
PLATINUM -SECURITY
$25.00
JPMORGAN CHASE BANK
PLATINUM -SECURITY
$25.00
JPMORGAN CHASE BANK
SOUTHERN -TRACTOR TIRE
$1,079.27
JPMORGAN CHASE BANK
SYD SOL-ANNUAL FEE
$299.00
UNIFIRST HOLDINGS LP
ENVIRONMENTAL CHARGE
$66.25
UNIFIRST HOLDINGS LP
JANITORIAL SERVICE
$93.68
UNIFIRST HOLDINGS LP
SHOP TOWEL SERVICE
$125.25
UNIFIRST HOLDINGS LP
UNIFORM CLEANING
$101.75
COURSE MAINT -Total
$12,946.49
IMAGEFIRST OF DALLAS LLC
RENTALS
$147,67
JPMORGAN CHASE BANK
BEN KEITH-SUPPLIES
$952.15
JPMORGAN CHASE BANK
HLOBBY-SUPPLIES
$89.37
JPMORGAN CHASE BANK
OK ABLE -LICENSE RENEW
$67.00
JPMORGAN CHASE BANK
REST EQUIP -SUPPLIES
$215.88
JPMORGAN CHASE BANK
SAMS-SUPPLIES
$163.92
JPMORGAN CHASE BANK
SUPERIOR -LINENS
$305.01
JPMORGAN CHASE BANK
SUPERIOR -RENTALS
$74.26
JPMORGAN CHASE BANK
WALMART-SUPPLIES
$3.70
1
Fund
6r.�*]YeL•1
Claims List - 04/21/26
Vendor Name
Payable Description
Payment Amount
FOOD & BEV -Total
$2,018.96
AT&T
LONG DISTANCE
$10.96
CINTAS CORPORATION
OPS SUPPLIES
$340.64
CITY OF OWASSO
WATER SERVICE
$112.00
GPS TECHNOLOGIES INC
CART GPS
$876.00
JPMORGAN CHASE BANK
ACUSHNET-CLUBS
$45.00
JPMORGAN CHASE BANK
AMERICAN-TRAINING
$13.98
JPMORGAN CHASE BANK
COX -CABLE
$139.00
JPMORGAN CHASE BANK
FOREUP-RENEWAL FEE
$560.00
JPMORGAN CHASE BANK
FOREUP-SOFTWARE FEE
$560.00
JPMORGAN CHASE BANK
GRIMSLEYS-SUPPLIES
$258.33
JPMORGAN CHASE BANK
GRIMSLY-SUPPLIES
$188.21
JPMORGAN CHASE BANK
PING INC-CLUBS
$9.60
JPMORGAN CHASE BANK
PLATINUM -SECURITY
$25.00
JPMORGAN CHASE BANK
PLATINUM -SECURITY
$25.00
JPMORGAN CHASE BANK
RAPIDRADIO-ANNUAL FEE
$240.00
JPMORGAN CHASE BANK
UNIFIRST-SUPPLIES
$404.06
SOUTH CENTRAL GOLF INC
2026 APRIMAY ADS
$2,000.00
STANDLEY SYSTEMS, LLC
COPIER LEASE
$250.98
TREASURER PETTY CASH
OTC -BAILEY TAX PERMIT
$20.00
GOLF ADMIN -Total
$6,078.76
JPMORGAN CHASE BANK
ACUSHNET-RANGE BALLS
$5,200.00
JPMORGAN CHASE BANK
ACUSHNET-UNIFORM
$152.07
JPMORGAN CHASE BANK
LOWES-MARKING PAINT
$191.76
JPMORGAN CHASE BANK
USPS-POSTAGE
$14.65
GOLFSHOP -Total
$5,558.48
BGR DAILY ACCT.
REIMB PETTY CASH
$2,509.67
JPMORGAN CHASE BANK
ACUSHENT-MERCHANDISE
$139.13
JPMORGAN CHASE BANK
ACUSHNET-MERCHANDISE
$14,409.23
JPMORGAN CHASE BANK
AHEAD -MERCHANDISE
$1,977.09
JPMORGAN CHASE BANK
ALOE -MERCHANDISE
$343.16
JPMORGAN CHASE BANK
BEEF PROVISION -FOOD
$798.33
JPMORGAN CHASE BANK
BEN KEITH-FOOD
$2,281.02
JPMORGAN CHASE BANK
BRANDED -MERCHANDISE
$253.43
JPMORGAN CHASE BANK
IMPERIAL -FOOD
$176.30
JPMORGAN CHASE BANK
LUXOTTICA-MERCHANDISE
$149.00
JPMORGAN CHASE BANK
PING INC-MERCHANDISE
$2,319.55
JPMORGAN CHASE BANK
PING -MERCHANDISE
$1,933.26
JPMORGAN CHASE BANK
SAMS-FOOD
$1,878.26
JPMORGAN CHASE BANK
TEXOMA-MERCHANDISE
$323.00
JPMORGAN CHASE BANK
TRACER -MERCHANDISE
$396.40
JPMORGAN CHASE BANK
WALMART-FOOD
$39.82
2
Claims List - 04/21/26
Fund Vendor Name Payable Description Payment Amount
55 OPGA SWANNIES GOLF APPAREL MERCHANDISE $1,374.09
TEAM NEXBELT OPERATING INC MERCHANDISE $1,430.13
COST OF GOODS -Total $32,730.87
OPGA -Total $60,482.12
OPGA Grand Total $60,482.12
CITY OF OWASSO
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/04/26
Department
Total Payroll Expenses
_p .. _._..$
Munici al Court
11,182.08
Managerial
43,252.17
Finance
37,820.53
Human Resources
21,371.54
Community Development
40,091.69
Engineering
38,344.68
Information Technology
38,078.66
Facility Maintenance
21,093.20
Cemetery
2,625.73
Police Grants
139.31
Dispatch
6,664.26
Animal Control
10,775.52
Emergency Preparedness
4,421.76
Stormwater
15,993.12
Parks
27,481.96
Recreation & Culture
16,172.36
Community Center
11,582.48
Historical Museum
1,133.44
Strong Neighborhoods
601.64
Total General Fund
$
348,826.13
Ambulance Fund
$
759.80
E911 Communications Fund
$
51,224.34
Economic Development
$
4,346.42
Strong Neighborhoods
$
7,661.19
Stormwater Fund
$
12,123.23
Half Penny - Fire
$
481,172.36
Half Penny - Fire Grants
$
33,039.06
Half Penny - Police
$
417,087.14
Half Penny - Police Grants
$
3,962.19
Half Penny - Streets
$
46,567.33
Vehicle Maintenance
$
24,745.72
Workers Comp
$
7,867.80
CITY OF OWASSO
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/18/26
Department
Total Payroll Expenses
Municipal Court
$
10,899.13
Managerial
43,760.74
Finance
37.748.58
Human Resources
21,871.16
Community Development
40,074.72
Engineering
40,346.93
Information Technology
38,199.42
Facility Maintenance
21,376.56
Cemetery
2,532.73
Dispatch
6,216.94
Animal Control
10,847.12
Emergency Preparedness
4,412.11
Stormwater
8,895.06
Parks
26,652.66
Recreation & Culture
16,326.97
Community Center
11,555.48
Historical Museum
1,133.44
Strong Neighborhoods
601.61
Total General Fund
$
343,451.36
Ambulance Fund
$
759.80
E911 Communications Fund
$
50,926.14
Economic Development
$
4,342.83
Strong Neighborhoods
$
6,584.73
Stormwater Fund
$
19,204.22
Half Penny - Fire
$
490,131.88
Half Penny - Fire Grants
$
33,090.15
Half Penny - Police
$
410,196.60
Half Penny - Police Grants
$
3,950.43
Half Penny - Streets
$
47,837.66
Vehicle Maintenance
$
24,692.14
Workers Comp
$
7,867.80
CITY OF OWAssO
OPWA PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/04/26
Department
OPWA Administration
Utility Billing
Water
Wastewater Treatment Plant
Wastewater Collections
Refuse Collections
Recycle Center
Total Payroll Expenses
$ 36,502,39
16,107.60
25,616.90
31,731.43
24,757.67
31,190.43
7,891.29
Total OPWA $ 173,797.71
CITY OF OWASSO
OPWA PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/18/26
Department
Total Payroll Expenses
OPWA Administration
$ 37,699.73
Utility Billing
16,183.90
Water
27,179.39
Wastewater Treatment Plant
32,969.09
Wastewater Collections
24,799.15
Refuse Collections
31,358.09
Recycle Center
8,011.13
Total OPWA
$ 178,200.48
CITY OF OWASSO
OPGA PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/04/26
Department Total Payroll Expenses
Golf Shop $ 12,699.44
Cart Operations 4,770.10
Course Maintenance 26,482.27
Food & Beverage
Golf Course Administration
Total OPGA
8.027.17
6,938.00
$ 58,916.98
CITY OF OWASSO
OPGA PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 04/18/26
Department
Total Payroll Expenses
Golf Shop
$ 12,683.48
Cart Operations
4,007.10
Course Maintenance
27,169.15
Food & Beverage
7,851.33
Golf Course Administration
6,938.00
Total OPGA
$ 58,649.06
CITY OF OWASSO
HEALTHCARE SELF INSURANCE FUND
CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 03/31
VENDOR
DESCRIPTION
AMOUNT
AETNA
HEALTHCARE MEDICAL SERVICE
44,234.77
HEALTHCARE MEDICAL SERVICE
146,127.23
HEALTHCARE MEDICAL SERVICE
45,002.08
HEALTHCARE MEDICAL SERVICE
74,730.91
HEALTHCARE MEDICAL SERVICE
61,003.47
HEALTHCARE MEDICAL SERVICE
209,456.39
HEALTHCARE MEDICAL SERVICE
36,905.57
HEALTHCARE MEDICAL SERVICE
219,486.22
HEALTHCARE MEDICAL SERVICE
1,112.79
ADMIN FEES
6,380.90
STOPLOSS
75,328.66
HEALTHCARE DEPT TOTAL
919,768.99
DELTA DENTAL
DENTAL MEDICAL SERVICE
12,801.11
DENTAL MEDICAL SERVICE
8,367.10
DENTAL MEDICAL SERVICE
4,358.78
DENTAL MEDICAL SERVICE
5,837.60
ADMIN FEES
3,704.55
DENTAL DEPT TOTAL
35,069.14
VSP
VISION MEDICAL SERVICES
5,507.72
VISION MEDICAL SERVICES
143.00
ADMIN FEES
1,543.62
ADMIN FEES
81.99
ADMIN FEES
1,553,36
VISION DEPT TOTAL
8,829.69
HEALTHCARE SELF INSURANCE FUND TOTAL
963,667.82
CITY OF OWASSO
HEALTHCARE SELF INSURANCE FUND
CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 04/30
VENDOR
DESCRIPTION
AMOUNT
AETNA
HEALTHCARE MEDICAL SERVICE
142,564.26
HEALTHCARE MEDICAL SERVICE
73,282.69
HEALTHCARE MEDICAL SERVICE
52,862.28
HEALTHCARE MEDICAL SERVICE
8,078.31
HEALTHCARE MEDICAL SERVICE
51,559.07
HEALTHCARE MEDICAL SERVICE
54,230.50
HEALTHCARE MEDICAL SERVICE
64,859.80
ADMIN FEES
6,010.01
STOPLOSS
75,092.52
HEALTHCARE DEPT TOTAL
528,539.44
DELTA DENTAL
DENTAL MEDICAL SERVICE
5,584.60
DENTAL MEDICAL SERVICE
2,746.10
DENTAL MEDICAL SERVICE
5,382.09
DENTAL MEDICAL SERVICE
7,445.47
ADMIN FEES
3,521.54
DENTAL DEPT TOTAL
24,679.80
VSP
VISION MEDICAL SERVICES
4,255.23
VISION MEDICAL SERVICES
286.00
ADMIN FEES
1,538.63
ADMIN FEES
81.99
VISION DEPT TOTAL
6,161.86
HEALTHCARE SELF INSURANCE FUND TOTAL
559,381.09
CITY OF OWASSO
GENERAL FUND & HALF -PENNY SALES TAX
FISCAL YEAR 2025.2026
Budgetary Basis
Statement of Revenues & Expenditures
As of March 31.2026
MONTH
YEAR
PERCENT
TO -DATE
TO -DATE
BUDGET
OF BUDGET
REVENUES:
Taxes
$
3,612,026
$
36,455,996
$
46,917,743
77.70%
Licenses & permits
21,206
167,757
274,697
61.07%
Intergovernmental
98,962
1,153,281
1,719,817
67.06%
Charges for services
77,224
672,710
872,636
77.09%
Fines & forfeits
40,388
301,791
379,711
79.48%
Other
7,804
125,990
195,904
64.31%
Interest
63,696
595,432
756,271
78.73%
TOTAL REVENUES
$
3,921,304
$
39,472,957
$
51,116,778
7722%
EXPENDITURES:
Personal services
$
(2,607,375)
$
(24,795,656)
$
(34,576,914)
71.71%
Materials & supplies
(133,244)
(1,331,605)
(2,367,859)
56.24%
Other services
(204,157)
(3,334,209)
(6,303,854)
52.89%
Capital outlay
(60,788)
(2,035,261)
(5,395,385)
37.72%
TOTAL EXPENDITURES
$
(3,005,564)
$
(31,496,731)
$
(48,644,013)
64.75%
REVENUES OVER EXPENDITURES
$
915,740
$
7,976,226
$
2,472,766
TRANSFERS IN (OUT):
Transfers in
$
2,174,465
$
18,598,389
$
24,034,272
77.38%
Transfers out
(2,913,621)
(28,508,845)
(37,010,002)
77.03%
TOTAL TRANSFERS
$
(739,156)
$
(9,910,456)
$
(12,975,730)
76.38%
NET INCOME (LOSS)
$
176,584
$
(1,934,230)
$
(10,502,964)
ENCUMBRANCES OUTSTANDING
$
(951,786)
FUND BALANCE (Budgetary Basis)
Beginning Balance
Ending Balance
18, 215, 259 18, 215, 259
$ 15,329,243 $ 7,712,295
O:\FINANCE\_DATA\Finance (120)\Accounting\Reports\Current FY\GF Financials
CITY OF OWASSO
OWASSO PUBLIC WORKS AUTHORITY - OPERATING FUND
FISCAL YEAR 2025-2026
Budgetary Basis
Statement of Revenues & Expenses
As of March 31, 2026
MONTH
YEAR
PERCENT
TO -DATE
TO -DATE
BUDGET
OF BUDGET
OPERATING REVENUES:
Water
$
549,506
$
6,279,712
$
8,002,168
78.487.
Wastewater
585,191
5,336,603
6,974,226
76.52%
Refuse
232,491
2,242,811
2,802,840
80.02%
Recycle
2,023
36,186
25,200
143.60%
Other Utility fees
23,218
197,437
230,000
85.84%
TOTAL OPERATING REVENUES
$
1,392,429
$
14,092,749
$
18,034,434
78.14%
OPERATING EXPENSES:
OPWA administration
$
(130,168)
$
(1,369,803)
$
(1,974,883)
69.36%
Utility Billing
(48,785)
(480,236)
(669,267)
71.76%
Water
(332,255)
(4,026,082)
(8,387,485)
48.00%
Wastewater Treatment
(184,499)
(1,242,155)
(2,675,287)
46.437.
Wastewater Collections
(71,769)
(1,021,537)
(1,410,847)
72.41%
Refuse
(107,050)
(1,173,847)
(1,706,893)
68.77%
Recycle
(24,960)
(236,446)
(516,938)
45.74%
Debt payments
-
(2,578,082)
(3,503,150)
73.59%
TOTAL OPERATING EXPENSES
$
(899,487)
$
(12,128,188)
$
(20,844,750)
58.187.
OPERATING REVENUES OVER/(UNDER) EXPENDITURES
$
492,942
$
1,964,561
$
(2,810,316)
NONOPERATING REVENUES/(EXPENSES):
Interest
$
43,655
$
369,166
$
303,182
121.76%
Other revenues/(expenses)
11,133
63,965
24,000
266.52%
TIF revenues/(expenses)
21,388
(71,509)
(350,619)
20.40%
Federal Grants (ARPA)
-
227,927
-
0.00%
TOTAL NONOPERATING REVENUES/(EXPENSES)
$
76,176
$
589,549
$
(23,437)
LONG-TERM DEBT PROCEEDS AND EXPENDITURES:
Proceeds of long-term debt
$
1,522,034
$
20,793,306
$
36,002,410
Transfer out
(72,180)
(72,180)
(72,180)
Expenditures of long-term debt
(1,522,034)
(20,713,203)
(36,308,930)
TOTAL LONG-TERM DEBT PROCEEDS AND EXPENDITURES
$
(72,180)
$
7,923
$
(378,7001
NET INCOME (LOSS)
$
496,937
$
2,562,034
$
(3,212,453)
ENCUMBRANCES OUTSTANDING
$
(5,619,708)
BOND PROCEEDS RECEIVABLE
2,646,954
FUND BALANCE (Budgetary Basis)
Beginning Balance 9,523,676 9,523,676
Ending Balance $ 9,112,956 $ 6,311,223
CITY OF OWASSO
OWASSO PUBLIC GOLF AUTHORITY
FISCAL YEAR 2025-2026
Budgetary Basis
Statement of Revenues & Expenses
As of March 31, 2026
MONTH YEAR PERCENT
TO -DATE TO -DATE BUDGET OF BUDGET
OPERATING REVENUES
Golf Shop Fees
$ 77,960
$ 796,886
$ 879,980
90.56%
Cart Rental
22,160
158,984
217,494
73.10%
Food & Beverage
20,980
169,632
216,371
78.40%
COS -- Food&Beverage
(10,046)
(80,675)
(103,289)
78.11%
Merchandise Sales
26,976
164,335
233,526
70.37%
COS --Merchandise
(22,057)
(127,066)
(189,440)
67.07%
TOTAL OPERATING REVENUES
$ 115,971
$ 1,082,096
$ 1,254,642
86.25%
OPERATING EXPENSES
Golf Shop
$
(25,209)
$
(293,235)
$
(382,304)
76.70%
Cart Operations
(19,757)
(142,751)
(235,514)
60.61%
Golf Course Maintenance
(53,969)
(807,999)
(1,237,514)
65.29%
Food & Beverage
(15,755)
(165,037)
(212,405)
77.70%
Golf Administration
(24,319)
(268,790)
(330,737)
81.27%
Capital Outlay
(13,700)
(154,450)
8.87%
TOTAL OPERATING EXPENSES
$
(339,008)
$
(1,691,511)
$
(2,552,924)
66.26%
OPERATING REVENUES OVER (UNDER) EXPENDITURES
(1,298,282)
$
(33,037)
$
(6 99,415)
$
NONOPERATING REVENUES (EXPENSES):
Transfer from General
$
83,333
$
750,000
$
1,000,000
75.00%
Other Revenues/(Expenses)
2,124
19,014
17,000
1 11.84%
TOTAL NONOPERATING REVENUES (EXPENSES):
$
85,458
$
769,014
$
1,017,000
75.62%
NET INCOME (LOSS)
$
(281,282)
$
22,421
$
1 99,598
ENCUMBRANCES OUTSTANDING
$
(35,992)
FUND BALANCE (Budgetary Basis)
Beginning Balance 409,052 409,052
Ending Balance $ 532,658 $ 127,770
VAIA Document G701® — 2017
Change Order
PROJECT: (Name and address)
Owasso Public Works
Owasso, OK
OWNER: (Name and address)
City of Owasso
301 W. 2nd Ave.
Owasso, OK 74055
CONTRACT INFORMATION:
Contract For: General Construction
Date: September I Ith 2024
ARCHITECT: (Name and address)
Beck Design
110 West 7th Street Ste 710
Tulsa, OK 74119
CHANGE ORDER INFORMATION:
Change Order Number. OCO# 14
Date: 3/31/2026
CONTRACTOR: (Name and address)
MCC Tulsa, LLC.
437 E 141 st Street
Glenpool, OK 74033
THE CONTRACT IS CHANGED AS FOLLOWS:
(Insert a detailed description of the change and, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments
attributable to executed Construction Change Directives.)
OCO #14.0
Billing Item 11 "Bid Package 08A—HM Doors, Frames, Wood Doors, Hardware"
Billing Item 29 "Bid Package 23A — HVAC"
Billing Item 15'Bid Package 09A—Gypsum Board Assemblies, Ceilings"
Add Billing Item 61 "Midtown Electric ASI 017"
Billing Item 17'Bid Package 09C — Painting"
Billing Item 05 "Bid Package 05A & 05B — Structural Steel'
Billing Item 19 "Bid Package IOB — Interior & Exterior Signage"
Billing Item 47 "Contingency"
OCO #14.1
Billing Item 32 "Bid Package 27B — Audio Visual Equipment
Billing Item 47 "Contingency"
OCO #14.2
Billing Item 3 "Bid Package 03A — Building & Site Concrete"
Billing Item 47 "Contingency"
OCO #143
Billing Item 19'Bid Package IOB — Interior & Exterior Signage"
Billing Item 15 "Bid Package 09A — Gypsum Board Assemblies, Ceilings"
Billing item 47 "Contingency"
OCO #14.4
Billing Item 37'Bid Package 32C—Fence & Gates"
Billing Item 47 "Contingency"
OCO #14.5
Billing Item 36'Bid Package 32C — Landscape & Irrigation'
Billing Item 42 "Allowance #5 — Additional Sod"
Billing Item 52 "Allowance — Sod & Irrigation at Deleted Paving"
OCO #14.6
Billing Item 31 "Bid Package 27A — Low Voltage & Communication'
Billing Item 47 "Contingency"
OCO #14.7
Billing Item 26 `Bid Package 13A & 13B — PEMB"
ASI 017
$2,741 /
$19,897
$14,640
$97,550
$2,440
$1,352
$250
-$138,870
Assistant Director TV
$2,613
-$2,613
Sidewalks at Building 4
$10,000.00
-$10,000.00
Wash Bay Signage
$2,716
$1,717
-$4,433
South pond fence change
$11,766
-$11,766
Hydro Seed Allowance Usage
$52,500.00
-$50,000.00
-$2,500.00
Delete Cooper Between Buildings
-$5,450.55
$5,450.55
Car Wash Bay Stairs Paint
-$6,000.00
AIA Document G701 —2017. Copyright ®1979, 1987. 2000, 2001 and 2017. All rights reserved. "The American Institute of Architects,"'American Institute of
Archileciii—AIA; the AIA Logo, and 'AIA Contract Documents' are tmdemaiks of The American Institute of Architects. This document was produced at 13:37:13
ET on 03/31/2026 under Order No.3104239503 which expires on 12/3112026, Is not for resale, is licensed for one-time use only, and may only be used In
accordance with the AIA Contract Doeumentsa Terms of Service. To report copyright violations, e-mail doeinfo@aiaeonlracw.eom.
User Notes: (3119ADA3D)
Billing Item 17 "Bid Package 09C —Painting" $1,995.00
Billing Item 47 "Contingency" $4,005.00
OCO #14.8 Vehicle Maintenance Fence Cage
Billing Item 37 'Bid Package 32C — Fence & Gates"-$3,500.00
Billing Item47 "Contingency" $3,500.00
$ 28,030,324.32
The Original Guaranteed Maximum Price was $ 0.00
The net change by previously authorized Change Orders $ 28 030,324.32
The Guaranteed Maximum Price prior to this Change Order was 0.00
The Guaranteed Maximum Price will be unchanged by this Change Order in the amount of $
The new Guaranteed Maximum Price including this Change Order will be $ 28,030,324.32
The Contract Time will be unchanged by Zero (0) days.
The new date of Substantial Completion will be
NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract
Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the
Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive.
NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER.
MTC Tulsa, LLC.
!27=::
CRmTonr•rno rcl...�...,..n1
SIGNATURE
Donny Carreno-Project Manger
Brideet Gaodacre-SeniorPM
PRINTED NAME AND TITLE
PRINTED NAME
AND TITLE
04/01/2026
313V2026
rare
DATE
City of Owasso
OWNER (Firm name)
SIGN URE !+/ 4
PRMT!ED NAME AND TITLE
DATE
ALA Daeament G701-2017. Ccpydr;mQl979.1987.2000,2001 and2011. An rgnus resarvea. . _.._••-•••, •-••• 2
A,hltecls,"'AIA,'the AIA Logo, and ^AIA Contract Dacuments' are trademarks of The Ameriedn Insamte of Archileda. This dowmarl was produced at 13:37:13
ET
caan rdanw with the AIA Contract nocumenlso Terms o 239503 which Service To raires an l2026. Is not to, pod copyright Violations. -mail dodnlo@ala=(M tsntyom and may only he used in
(389ADA3D1
User Notes:
REAL People •REAL CFaratlar REAL Commoniry
Red Flag Policy Annual Report
May 1, 2026
1-f_TS1;(rl;ti1111IG
Identity theft is a serious problem in the United States. To combat the problem, as part of the Fair and Accurate
Credit Transactions Act of 2003 (the FACT Act), the Federal Trade Commission and several other federal
agencies have issued rules requiring creditors (including municipalities under certain circumstances) to
develop, adopt and implement written Identity Theft Prevention Programs. The Programs were required to be
in place by May 1, 2009. The rules are often referred to as RED FLAG requirements and apply to financial
institutions and municipalities that provide utility services and/or other services for which payment is made in
arrears. It is the provision of services on a deferred payment basis that makes a municipality a "creditor" as
defined under Red Flags.
ACTION TAKEN:
The City of Owasso adopted Resolution No. 2009-03 to help protect identity theft and fight theft of customer
account information, and provide procedures that identify, detect, and respond to possible signals of identity theft
known as Red Flags.
As a result, the following list of security enhancements are enforced to ensure the security of customer
information:
1) Only allow for applications for service to be made in person;
2) Verify the identification of existing customers if they request information in person, via telephone, or via
e-mail.
3) Verify identification of existing customers when requesting to transfer service, change account status,
change mailing address, or to terminate service;
4) Verify proof of ownership/lease agreement;
5) Require proper identification when a customer presents a Credit or Debit Card for payment if the name
is on the card is different from the name on the utility account.
ANNUAL REPORT:
Red Flag procedures were reviewed in March 2026. No breach of confidential customer personal identifying
information or suspected identity theft was detected over the past year.