Loading...
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.