HomeMy WebLinkAbout2005.02.01_City Council Agenda
Ii \Agendas....Coullcil\2005\0201 doc
Roll Call
4.
Flag Salute
'0
J.
Invocation
Pastor Charlie Curran, First Christian Church
2.
Call to Order
Mayor Kimball
1.
AGENDA
on
5:00
at
and
the
and agenda filed in the
January 28,2005.
Regular
February 1,2005
6:30 p.m.
Council Chambers, Old Central Building
109 . Birch
TYPE OF MEETING:
DATE:
TIME:
PUBLIC NOTICE OF THE MEETING OF THE
OW ASSO CITY COUNCIL
H \Agendas\Council\2005\020 I doc
Staff will recommend Council acceptance of the Bradford Park IV water and sanitary
sewer systems.
D. Acceptance of the water and sanitary sewer systems for the Bradford Park IV
subdivision, located west ofN. 1291h East Avenue at E. nrd Street North.
Attachment # 7- D
Staff will recommend Council acceptance of the Owasso Medical Park sanitary sewer
system.
C. Acceptance of the sanitary sewer system for the Owasso Medical Park, located west of
N 1291h East Avenue on E 101 sl Street North.
Attachment # 7-C
B. Approval of Claims.
Attachment # 7-B
A. Approval of Minutes of the January 18, 2005 Regular Meeting.
Attachment # 7-A
7. Consideration and appropriate action relating to a request for Council approval of 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.
Mr. Ray will introduce the Employee of the Month for Febmary 2005.
6. Presentation of Employee ofthe Month
Mr. Ray
5. Presentation of the Character Trait of Forgiveness, followed by a Public Service
Announcement.
Dan Yancey, Owasso Character Council
Owasso City Council
Febmary 1,2005
Page 2
H-\Agcndas\Coullcil\2005\020! doc
Staff will recommend Council approval of a contract between the City of Owasso and
Faith Lutheran Church for the purchase of 4,200 square feet in the amount of $42,000; a
contract between the City of Owasso and Lynn B. Freeman Revocable Living Tmst/
Freeman Constmction Company for the purchase of 1,980 square feet in the amount of
$19,800; a contract between the City of Owasso and David Golzar for the purchase of
6,854.6 square feet in the amount of $68,546; a contract between the City of Owasso and
Morton Family Tmst for the purchase of 3,298 square feet in the amount of $32,980; a
contract between the City of Owasso and MTC Investments, Inc. for the purchase of 4,200
square feet in the amount of $42,000; a contract between the City of Owasso and Owasso
7 L.L.C. for the purchase of 40,281 square feet in the amount of $483,838; a contract
between the City of Owasso and Owasso 20 L.L.c. for the purchase of 28,688 square feet
in the amount of $286,880; a contract between the City of Owasso and Seayco-Owasso
Market II for the purchase of 7,419.069 square feet in the amount of $74,190.69; a
contract between the City of Owasso and Betty Smith for the purchase of 51,229.545
square feet in the amount of $533,496.25; and authorization for the Mayor to execute
necessary documents for the purchase of right-of-way; and authorization for payment.
9. Consideration and appropriate action relating to a request for Council approval of
contracts for the purchase of real property for the purpose of Right of Way acquisition for
the E. 96th Street NOlih and N. Garnett Road Improvement Project and the Garnett Road
Widening Project, authorization for the Mayor to execute all necessary documents relating
to the purchase, and authorization for payment.
Mr. Ray
Attachment # 9
Staff will recommend Council approval of Amendment No.1 to the Engineering Service
Agreement with C2A Engineering, Inc for the North Garnett Road Improvement Project in
the amount of $22,408.
8. Consideration and appropriate action relating to a request for Council approval of an
amendment to the Engineering Service Agreement for the North Garnett Road
Improvement Proj ect.
Ms. Stagg
Attachment #8
Owasso City Council
Febmary 1,2005
Page 3
Mayor Kimball and members of the Council presented to Owasso High School Baseball Coach
Larry Turner, a proclamation recognizing the achievements of Coach Turner and his assistants
and proclaiming Friday, January 21,2005, Larry Turner Day in the City of Ow as so.
READING OF MAYOR'S PROCLAMATION
ITEM 5.
STAFF
Rodney J. Ray, City Manager
Ronald Cates, City Attorney
A quomm was declared present.
ABSENT
PRESENT
Susan Kimball, Mayor
Craig Thoendel, Vice Mayor
Steve Cataudella, Councilor
Gary Cochran, Councilor
Brent Colgan, Councilor
ROLL CALL
ITEM 4.
Troop #99 presented the American and Oklahoma flags and led the flag salute.
FLAG SALUTE
ITEM 3.
The invocation was offered by Reverend Kevin Laufer, Youth Pastor at Central Baptist Church.
INVOCATION
ITEM 2.
The meeting was called to order at 6:31 p.m.
CALL TO ORDER
ITEM 1.
The Owasso City Council met in regular session on Tuesday, January 18, 2005 in the Council
Chambers at Old Central per the Notice of Public Meeting and Agenda posted on the City Hall
bulletin board at 5:00 p.m. on Friday, January 14, 2005.
OW ASSO CITY COUNCIL
MINUTES OF REGULAR MEETING
Tuesday, January 18,2005
2
Mr. Warren presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, that Council
award the constmction of a six-pole lighting system for soccer field' J' at the Owasso Sports
Park to Shawnee Lighting System of Shawnee, Oklahoma in the amount of$132,998.00.
CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL TO A WARD A CONTRACT FOR THE
CONSTRUCTION OF SOCCER FIELD LIGHTING AT THE OWASSO SPORTS
PARK.
ITEM 8.
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Cochran moved, seconded by Mr. Cataudella, to approve the Consent Agenda with claims
totaling $289,807.76, self-insurance medical claims & fees totaling $71,883.89, and payroll
claims for two pay periods totaling $516,517.98.
B. Approval of Claims
A. Approval of Minutes of the January 4, 2005 Regular Meeting and the January
11, 2005 Special Meeting.
CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF THE CONSENT AGENDA
ITEM 7.
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Fisher introduced Trish Houser, President of the Rotary Club, who presented to the Owasso
Fire Department a Thermal Imaging Camera, a camera that distinguishes temperature differences
rather than visible light. Mr. Fisher then presented the item for approval. Mr. Thoendel moved,
seconded by Mr. Colgan, for Council acceptance of this donation from the Owasso Rotary Club.
CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL ACCEPTANCE OF A DONATION FROM THE
OWASSO ROTARY CLUB OF A THERMAL IMAGING CAMERA, VALUED
AT $11,300.00, FOR USE BY THE OWASSO FIRE DEPARTMENT.
ITEM 6.
January 18, 2005
Owasso City Council
3
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
1. All separate instmments shown on plat must be noted by book and page
Mr. McCulley presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, for Council
approval of the Tyann Plaza Final Plat subject to appropriate action taken to satisfy the following
T AC condition:
ITEM 10. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF THE TY ANN PLAZA FINAL
PLAT, PROPOSING A COMMERCIAL LOT ON 11.57 ACRES LOCATED
SOUTH OF EAST 96TH STREET NORTH ON THE EAST SIDE OF THE
OW ASSO EXPRESSWAY.
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
1. Include in the deed of dedication that on-site detention will be required of each lot.
2. A turn-around will be required at the end of the service road.
3. West perimeter easement must be 17.5'.
4. Include utilities language in the plat's covenants.
5. Note the actual book and page for each easement shown on the plat.
Mr. Wiles presented the item. Mr. Cataudella moved, seconded by Mr. Thoendel, for Council
approval of the Hi-Point Final Plat subject to appropriate actions taken to satisfy the following
T AC conditions:
CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF THE HI-POINT FINAL PLAT,
PROPOSING FIVE COMMERCIAL LOTS ON 3.38 ACRES LOCATED 360'
SOUTH OF HIGHWAY 20 ON THE EAST SIDE OF THE OW ASSO
EXPRESSWAY.
ITEM 9.
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
January 18, 2005
Owasso City Council
4
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Ray presented the item. Mr. Colgan moved, seconded by Mr. Thoendel, for Council
approval of a contract between the City of Owasso and 96th & Garnett, L.L.C. for the purchase
of .54 acres in the amount of $277,345.24; a contract between the City of Owasso and Legacy
Sales & Leasing for the purchase of .23 acres in the amount of $98,760.00; a contract between
the City of Owasso and Owasso 20, L.L.C. for the purchase of .45 acres in the amount of
$197,938.64; a contract between the City of Owasso and Owasso 7, L.L.c. for the purchase of
.89 acres in the amount of $484,923.82; a Like Kind Exchange Agreement between the City of
Owasso and D.M. Sokolosky and Phyllis Sokolosky as Tmstees of the D.M. Sokolosky Living
Tmst created by Declaration of Tmst dated December 20, 1990; and authorization for the Mayor
to execute necessary documents for the purchase of the right of way and the Like Kind
Exchange, and authorization of payment.
ITEM 1 CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROV AL OF CONTRACTS FOR THE
PURCHASE OF REAL PROPERTY FOR THE PURPOSE OF RIGHT OF WAY
ACQUISITION FOR THE EAST 96TH STREET NORTH AND NORTH
GARNETT ROAD IMPROVEMENT PROJECT AND THE GARNETT ROAD
WIDENING PROJECT, AUTHORIZATION FOR THE MAYOR TO EXECUTE
ALL NECESSARY DOCUMENTS RELATING TO THE PURCHASE, AND
AUTHORIZATION FOR PAYMENT.
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Chambless presented the item. Mr. Cochran moved, seconded by Mr. Cataudella, for
Council approval of an amendment to the FY 2004..05 General Fund Budget wherein anticipated
revenues are increased by $1,436.00 as a result of receiving the 2004 Local Law Enforcement
Block Grant, and approval of a supplemental appropriation to the General Fund's Police Services
2004..05 Budget in the amount of $1 ,436.00.
ITEM 11. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF AN AMENDMENT TO THE FY
2004-05 GENERAL FUND BUDGET; AND, REQUEST FOR COUNCIL
APPRO V AL OF A SUPPLEMENT AL APPROPRIATION TO THE GENERAL
FUND, POLICE SERVICES BUDGET.
January 18, 2005
Owasso City Council
5
None
ITEM 16. REPORT FROM CITY ATTORNEY
None
ITEM 15. REPORT FROM CITY MANAGER
Motion carried 5-0.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Ray presented the item. Mr. Colgan moved, seconded by Mr. Cochran, for Council approval
of a transfer in the amount of $71,250.00 from the General Fund to the Owasso Economic
Development Authority Fund for the purpose of fully funding the expenses associated with the
Vanguard Car Rental Loan Agreement and Revenue Anticipation Note.
ITEM 14. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF A SUPPLEMENT AL
APPROPRIATION TO THE GENERAL FUND'S INTERFUND TRANSFERS
INCREASING TRANSFERS FROM THE GENERAL FUND TO THE OW ASSO
ECONOMIC DEVELOPMENT AUTHORITY FUND IN THE AMOUNT OF
$71,250.00; AUTHORIZING PAYMENT OF SUCH TRANSFER TO THE
OW ASSO ECONOMIC DEVELOPMENT AUTHORITY FUND
Motion carried 4-1.
YEA: Cataudella, Cochran, Colgan, Kimball
NAY: Thoendel
Mr. Ray presented the item. Mr. Cochran moved, seconded by Mr. Cataudella, for Council
approval of Resolution No. 2005-01 and authorization of the Mayor to execute all necessary
documents.
ITEM 13. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL OF RESOLUTION NO. 2005-01, A
RESOLUTION AUTHORIZING A LOAN AGREEMENT AND REVENUE
ANTICIPATION NOTE BETWEEN THE CITY OF OWASSO AND THE
OW ASSO ECONOMIC DEVELOPMENT AUTHORITY, AND
AUTHORIZATION OF THE MAYOR TO EXECUTE ALL NECESSARY
DOCUMENTS RELATED THERETO
January 18, 2005
Owasso City Council
6
Pat Fry, Minute Clerk
Susan Kimball, Mayor
Motion canoied 5-0 and the meeting was adjoumed at 7:20 p.m.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Mr. Cataudella moved, seconded by Mr. Thoendel, to adjourn.
ITEM 19. ADJOURNMENT
None
ITEM 18. NEW BUSINESS
Mayor Kimball thanked Troop #99 for the excellent presentation of the Colors. She also
welcomed members of the Rotary Club who were in attendance.
ITEM 17. REPORT FROM CITY COUNCILORS
January 18, 2005
Owasso City Council
80.99
397.52
30.00
508.51
111.39
4.00
20.87
3,665.25
3,801.51
72.59
469.51
29.90
660.00
365.10
336.00
843.64
625.00
110.00
110.00
3,621.74
115.91
9.69
665.00
40.41
38.88
869.89
26.54
30.60
400.00
42.30
302.63
180.96
150.00
1,075.89
300.00
300.00
100.00
50.00
150.00
AMOUNT
BOOTS-GRAVES
BOOKS/PRINTING
MEMBERSHIP DUES-STAGG
ENGINEERING DEPT TOTAL
GELLCO SAFETY SHOES
TRIAD PRINTING
OKLAHOMA TRAFFIC ENGINEERING
OFFICE SUPPLIES
VEHICLE WASH
MEETING EXPENSE
MEMBERSHIP DUES FY 04/05
COMMUNITY DEVELOPMENT DEPT TOTAL
OFFICE DEPOT
TREASURER PETTY CASH
TREASURER PETTY CASH
INCOG
OFFICE SUPPLIES
COPIER MAl NT/SUPPLIES
MAT SERVICES
MOWING
ADMIN ASSISTANCE-CDBG 03
LEGAL NOTICES
PHONE USE
LEGISLATIVE ASSESSMENT FY 04/05
FILING FEE
NOTARY FEES
GENERAL GOVERNMENT DEPT TOTAL
OFFICE DEPOT
IKON OFFICE SOLUTIONS
CINTAS CORPORATION
LELAND BARTEL
INCOG
NEIGHBOR NEWSPAPER
SOUTHWESTERN BELL
INCOG
TREASURER PETTY CASH
TREASURER PETTY CASH
OFFICE SUPPLIES
CHARACTER COUNCIL
BANNERS
EMPLOYMENT ADS
MILEAGE-HUNT
HUMAN RESOURCES DEPT TOTAL
OFFICE DEPOT
TREASURER PETTY CASH
A N Z SIGNS
WORLD PUBLISHING COMPANY
TREASURER PETTY CASH
OFFICE SUPPLIES
MILEAGE-BISHOP
FINANCE DEPT TOTAL
OFFICE DEPOT
TREASURER PETTY CASH
TICKETS
CITY MGR EXPENSES
OFFICE SUPPLIES
MEETING EXPENSE
EMPLOYEE RECOGNITION
MANAGERIAL DEPT TOTAL
OWASSO EDUCATION FOUNDATION
TREASURER PETTY CASH
OFFICE DEPOT
TREASURER PETTY CASH
CUSTOM CRAFT AWARDS
BAILIFF DUTIES
MUNICIPAL COURT DEPT TOTAL
BAILEY, MATT
REFUND-REZONING APP
REFUND
REFUND TOTAL
BOND, SEAN OR SHANNON
HARVEST CHRISTIAN CHURCH
DESCRIPTION
VENDOR
CITY OF OWASSO
CLAIMS TO BE PAID 02/01/05
VENDOR DESCRIPTION AMOUNT
AT&T WIRELESS PHONE USE-HOUGHTON 36.47
CARD CENTER TRAVEL-WILLSON 188.80
TERESA WILLSON LODGING-REIMBURSEMENT 439.80
INFORMATION SYSTEMS DE?T TOTAL 665.07
OFFICE DEPOT OFFICE SUPPLIES 38.69
LOWES COMPANIES MAINT SUPPLIES 167.76
OKLAHOMA LIGHTING DISTRIBUTORS LIGHTING SUPPLIES 95.85
CLASSIC ELECTRIC REPAIR MAINT 100.00
ACCURATE FIRE EQUIPMENT MAINT SERVICE 48.00
PAM DISTRIBUTING PARTS SUPPLIES 160.33
QUIKSERVICE STEEL SUPPLIES 63.60
UNIFIRST CORPORATION UNIFORM RENTAL 64.16
GELLCO SAFETY SHOES BOOTS-T A YLORlBUSBY 260.00
REDLEE JANITORIAL SERVICES 274.88
A PLUS SERVICE SERVICE HEATING UNIT 100.00
RED BUD AIR FILTER AIR FILTERS 628.71
DISTRICT II PROBATION COMMUNITY DOC WORKER PROGRAM 242.14
TREASURER PETTY CASH DOC LUNCHES 45.51
SUPPORT SERVICES DEPT TOTAL
COX, H BURL TUITION REIMBURSEMENT 975.00
OFFICE DEPOT OFFICE SUPPLIES 284.68
ONYX CORPORATION TONER CARTRIDGES 89.90
ONYX CORPORATION TONER CARTRIDGES 129.90
JOES PRINT SHOP PRINTING 105.00
SAV-ON PRINTING PRINTING 191.03
SAV-ON PRINTING PRINTING 32.00
WAL-MART COMMUNITY BATTERIES 9.83
ALLIANCE MEDICAL RUBBER GLOVES 228.51
AN Z SIGNS DECAL 45.00
TREASURER PETTY CASH OPERATING SUPPLIES 67.06
PATROL TECHNOLOGY HOLSTER REPLACEMENT-DENTON 84.00
PATROL TECHNOLOGY BRASS BADGES 350.00
PATROL TECHNOLOGY UNIFORMS/GEAR 1 ,437.15
EMBLEM ENTERPRISES EMBLEM BADGES 167.00
LENOX WRECKER SERVICE TOWING CHARGES 77.00
INTEGRIS HEALTH PHYSICAL-WOODRUFF 450.00
STATE OF OKLA BOARD OF TESTS REQUALlFICATIONS INTOXL YZER 130.00
SOUTHWESTERN BELL PHONE USE 843.64
MOZINGO, WM PER DIEM 70.00
KLAHR, TONY PER DIEM 70.00
PUBLIC AGENCY TRAINING COUNCIL TRAI N I NG-MOZI NGO-KLAH R 550.00
TREASURER PETTY CASH MEETING EXPENSE 10.00
TREASURER PETTY CASH PARKING FEE 5.00
IACP ANNUAL DUES-YANCEY 100.00
MCCOY'S LAW LINE SPEED TRAILER 7,200.00
AN Z SIGNS VEHICLE LETTERING 400.00
POLICE DEPT TOTAL 14,101.70
ONYX CORPORATION TONER CARTRIDGES 155.85
VENDOR DESCRIPTION AMOUNT
SCOTT MEDICAL CLINIC HEP B VACCINATION 65.00
TULSA ERGONOMIC CONSULTANTS WORK STATION ANALYSIS 375.00
INFORMATION TECHNOLOGY DIGITAL CAMERA 710.00
WAL-MART COMMUNITY PRISONER MEALS 90.08
TREASURER PETTY CASH JAIL SUPPLIES 33.83
DEPT OF PUBLIC SAFETY OLETS RENTAL 350.00
POLICE COMMUNICATiONS DEPT TOTAL
HILLS PET NUTRITION SHELTER SUPPLIES 37.50
WAL-MART COMMUNITY SHELTER SUPPLIES 22.90
PATROL TECHNOLOGY UNIFORM PANTS 140.00
CITY OF TULSA DEPT OF FINANCE EUTHANASIA SERVICES 80.00
THREE LAKES LAUNDRY BUNDLE LAUNDRY 11.00
NORTH STAR PUMP SPRAY WASHER 315.08
ANIMAL CONTROL DEPT TOTAL 606.48
OFFICE DEPOT OFFICE SUPPLIES 65.61
LOWES COMPANIES MAl NT SUPPLIES 291.30
O'REILLY AUTOMOTIVE WASHING BRUSHES 38.98
GALL'S SHIRTS 87.97
REFLEXITE CORP COMPANY DESIGNATORS 281.55
YALE UNIFORM RENTAL UNIFORM RENTAL 369.20
CROW BURLINGAME REPAIR PARTS 86.28
L.OWES COMPANIES MAINT SUPPLIES 22.12
MAXWELL SUPPL. Y MAINT SUPPLIES 251.51
TAYLORMADE LOCK & KEY L.OCK RE-KEYING 80.00
BMISYSTEMS COPIER RENTAL./MAINT 177.64
IRBY, STEVE PER DIEM 42.00
WAKLEY, JOE PER DIEM 42.00
THOMPSON, DENNIS PER DIEM 42.00
FIRE DEPT TOTAL 1,878.16
OFFICE DEPOT OFFICE SUPPLIES 2.34
VERDIGRIS VALLEY ELECTRIC ELECTRICITY FOR SIRENS 46.24
EMERGENCY PREPAREDNESS DEPT TOTAL 48.58
LOWES COMPANIES REPAIR/MAl NT SUPPLIES 47.15
GEORGE & GEORGE SAFETY UNIFORMS/PROT CL.OTHING 23.05
UNIFIRST CORPORATION UNIFORMS/PROT CLOTHING 104.11
T-SHIRT EXPRESS CAPS 46.67
TULSA COUNTY BOCC STREET/MISC SIGNS 305.25
OWASSO FENCE REPAIR FENCE 165.00
EQUIPMENT ONE SAW 50.00
SIGNAL TEK REPAIR/MAl NT SERVICE 360.00
LOWES COMPANIES SAFETY FENCE 149.79
TWIN CITIES READY MIX CONCRETE-FAIRWAYS 612.00
STREETS DEPT TOTAL 1,863.02
GRAINGER OIL SORBENT 96.71
WATER PRODUCTS STORM GRATE 120.00
BROWN FARMS SOD SOD 110.00
VENDOR DESCRIPTION AMOUNT
GEORGE & GEORGE SAFETY UNIFORMS/PROT CLOTHING 23.05
UNIFIRST CORPORATION UNIFORMS/PROT CLOTHING 33.14
T-SHIRT EXPRESS CAPS 46.67
EQUIPMENT ONE TRAC HOE RENTAL 138.00
STORMWATER DEPT TOTAL
OFFICE DEPOT OFFICE SUPPLIES 4.92
LOWES COMPANIES MAINT SUPPLIES 35.28
A TWOODS FLOOD LIGHTS 39.80
WAL-MART COMMUNITY MAINT SUPPLIES 5.12
VINES MINI-STORAGE YEARLY RENTAL 480.00
CORBIN, TED L. ANIMAL RELOCATORS ANIMAL RELOCATION 882.00
WASHINGTON CO RWD 3 WATER-MCCARTY PARK 12.50
BAILEY EQUIPMENT GRAVELY MOWER 6,131.27
CLASSIC CHEVROLET TRUCK 14,950.00
PARKS DEPT TOTAL 22,540.89
AT&T WIRELESS PHONE USE-VAN 10.00
COMMUNITY CENTER DEPT TOTAL 10.00
LOWES COMPANIES MAINT SUPPLIES 63.13
HISTORICAL MUSEUM DEPT TOTAL
OFFICE DEPOT OFFICE SUPPLIES 2.46
FURSTENBERG & ASSOCIATES AERIAL PHOTOGRAPHY 185.00
TRIAD PRINTING PRINTING/BINDING 256.20
UNIVERSITY OF TULSA LUNCHEON TICKETS 40.00
TREASURER PETTY CASH OEDA MEETING 13.04
OK ECONOMIC DEVELOPMENT COUNCIL OEDC DUES 150.00
NATIONAL BUSINESS INCUBATION ASSOC MEMBERSHIP DUES 225.00
CARD CENTER INTERNET 30.00
ECONOMIC DEVELOPMENT DEPT TOTAL 901.70
GENERAL FUND TOTAL 57,700.37
ALLIANCE MEDICAL AMBULANCE SUPPLIES 3,284.93
PACE PRODUCTS AMBULANCE SUPPLIES 252.00
CROW BURLINGAME REPAIR PARTS 9.99
GALLES JEFFERY DO EMS MONTHLY AUDITS 250.00
WORKS & LENTZ COLLECTION FEES 94.61
MEDICLAIMS MONTHL Y SERVICES 3,186.05
STUCKEY,MARK LODGING-STUCKEY 333.76
AMBULANCE SERVICE FUND TOTAL 7,411.34
INCOG STORMWATER MGMT FY 04/05 977.75
STORMWATER MGMT FUND TOTAL 977.75
BROWN FARMS SOD SOD 165.00
TULSA COUNTY COURT PROPERTY ACQUISITION 86,658.00
HOME DEPOT USA STREET IMPROVEMENTS 3,656.16
BECCO CONTRACTORS US 169/96 ST N -7/20/04 85,918.07
266,963.67
875.51
300.00
1,857.74
3,033.25
2,401.20
341.05
372.06
51.12
1,427.41
787.78
607.14
2,189.21
45.64
180.42
237.50
269.08
269.08
528.00
528.00
10,234.69
25.21
54.96
12.50
60.00
67.64
103.32
15.00
622.33
244.08
2,704.74
402.06
110.95
597.24
117.12
4,767.15
61.18
769.56
10,735.04
124.00
124.00
350.00
176,747.23
AMOUNT
GRAND TOTAL
AUTO BODY REPAIR
PICKUP REPAIR
TORT CLAIM
SELF INSURANCE FUND TOTAL
R10163
G02264
R10163
R10114
W07294
R10163
P03014
R10163
B09294
S10294
C08054
TTD PAYMENTS
TTD PAYMENTS
SETTLEMENT
Y06133
WORKERS COMP FUND TOTAL
OFFICE SUPPLIES
REPAIR PARTS
REPAIR PARTS
WELDING RODS
HAND CLEANER
UNIFORM RENTAL
DECALS
REPAIR PARTS
REPAIR PARTS
REPAIR PARTS
REPAIR PARTS
REPAIR PARTS
OIL/LUBRICANTS
REPAIR PARTS
REPAIR PARTS
REPAIR PARTS
TIRES
CiTY GARAGE FUND TOTAL
EQUIP FOR ENGINE I
FIRE CAPITAL FUND TOTAL
CONSTRUCTION PROGRESS SIGNS
CAPITAL IMPROVEMENTS FUND TOTAL
DESCRIPTION
COLLISION CENTER OF OWASSO
JIM LANGS UPHOLSTERY
SEIM, MITCHELL
ORTHOPEDIC HOSPITAL OF OK
ASSOCIATED ANESTHESIOLOGISTS
ASSOCIATED ANESTHESIOLOGISTS
CENTRAL STATES ORTHOPEDIC
CENTRAL STATES ORTHOPEDIC
CENTRAL STATES ORTHOPEDIC
CENTRAL STATES ORTHOPEDIC
HENDRICKS, RANDALL MD
WALGREEN COMPANY
OWASSO PHYSICAL THERAPY CLINIC
OWASSO PHYSICAL THERAPY CLINIC
JAM PETRO, T CIO CRAIG ARMSTRONG, ATTY
JAMPETRO, T CIO CRAIG ARMSTRONG, ATTY
BARTHOLOMEW, WALT
YORK, J CIO BRYCE A HILL, HIS ATTORNEY
OFFICE DEPOT
O'REILLY AUTOMOTIVE
WELSCO
WELSCO
ZEP MFG
UNIFIRST CORPORATION
A N Z SIGNS
O'REILLY AUTOMOTIVE
GENUINE PARTS COMPANY
CLASSIC CHEVROLET
TULSA NEW HOLLAND
OK TRUCK SUPPLY
B & M OIL COMPANY
FRONTIER INTERNATIONAL TRUCKS
ALSUMA TRUCK REPAIR
AMERICAN HOSE & SUPPLY
T&W TIRE
CASCO INDUSTRIES
A-OK SIGNS
VENDOR
951.48
951.48
1,263.70
1,979.20
1,042.00
~~
4,284.90
31,288.00
31,288.00
AMOUNT
HEALTHCARE SELF iNSURANCE FUND TOTAL
VISION MEDICAL SERVICE
VISiON DEPT TOTAL
DENTAL MEDICAL SERVICE
DENTAL MEDICAL SERVICE
DENTAL MEDICAL SERVICE
DENTAL DEPT TOTAL
HEAL THCARE MEDICAL SERVICE
HEAL THCARE DEPT TOTAL
DESCRIPTION.
VSP
DELTA DENTAL
DELTA DENTAL
DELTA DENTAL
AETNA
VENDOR
CITY OF OWASO
HEAL THCARE SELF INSURANCE FUND
CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789
Worker's Camp Self-Insurance Fund
Ambulance Fund
Garage Fund
1/22/2005
CITY OF OWASSO
GENERAL FUND
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING DATE
A. Location Map
B. ODEQ Pennit
C. Maintenance Bond
D. Washington Co. RWD 3 Letter
ATTACHMENTS:
Staff recommends Council acceptance of the Owasso Medical Park sanitary sewer system.
RECOMMENDATION:
Final inspection for the sanitary sewer system was conducted on January 21, 2005. All items
identified at the final inspection requiring cOl1'ection to meet City standards have been
completed. The constmction contractor has provided the required one-year maintenance bond
for the system.
FINAL INSPECTIONS:
The subj ect commercial development is located west of North 129th East Avenue on East 101 st
Street North (see attached map). The sanitary sewer system consists of approximately 1,622 feet
of eight (8) inch PVC sanitary sewer line. Washington County RWD 3 supplies the water
service. Design of the sanitary sewer system was reviewed and approved in December 2004.
BACKGROUND:
DATE: January 25,2005
SUBJECT: ACCEPTANCE OF SANITARY
OWASSO MEDICAL PARK
ALEXANDER
PROJECT MANAGER
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OWASSO
MEMORANDUM
prlntod on recyclod pnpnr wllh BOY Ink
q"
'1,,"
707 NORTH ROBINSON, P.O. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101.1677
c: Malek E. Elkhoury, P.E., Khoury Engineering, Inc.
Rick Austin, R.S., Regional Manager, DEQ
Tulsa DEQ Office
Enclosure
rrw lab/jh
. ;;:f,n~~^', --.
Receipt of thls8erm!t~hdUld be noted in the minutes of the next regular meeting of the City of Owasso Public
Works Dep'l:#r.n~!l(:a.fterwhich it should be made a matter of permanent record.
~:~: \, .\~!~t1..t"?, \ \~rr.,: - "~,
We are retuhling'.one(1) set of the approved plans to you and retaining one (1) set for our files.
::: \, \-::;','~.;!:~~' ~. "
VipURours. ...
Tim Ward, P.E.
DWSRF/Construction Permit Section
Water Quality Division
The project authorized by this permit should be constructed in accordance with the plans approved by this
Department on. January 6, 2005. Any deviations from the approved plans and specifications affecting
capacity, flow or oper(3tion of units must be approved, in writing, by the Department before changes are made.
Enclosed is Permit No. Sl000072041385 for the construction of 1,622 linear feet of eight (8) inch PVC
sanitary sewer line and all appurtenances to serve the Owasso Medical Park, City of Owasso, Tulsa County,
Oklahoma.
Dear Ms. Stagg:
Re: Permit No. Sl000072041385
Owasso Medical Park Sanitary Sewer line Extension
S-21310
Ana Stagg, P.E.
City of Owasso Public Works Department
301 West Second Avenue
Oklahoma 74055
January 6, 2005
BRAD HENRY
Governor
OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY
STEVEN A. THOMPSON
Executive Director
OKLAHOMA
DEIAIIMftH Of ENYlRONMENTAI QUAlifY
,..,. 0 U 8"""'-"'. IIUW.L....U'fd U u..,..v
Attach Power of Attorney
-in-Fact
Surety
, Principal
SIGNED, SEALED, AND DATED: January 6, 2005
NOW, THEREFORE, WE CONDffiON OF THIS OBLIGATIONS IS SUCH that the Principal
and/or Surety shaH indemnify the Obligee for all loss that the Obligee may sustain by reason of
nuy defective materials or workmanship in the privately financed public improvement which
may become apparent during the said period.
a privately financed public improvement, and acceptance of such by the City Council of the City
of Owasso. against all defects in workmanship and materials which may become apparent in
such privately financed public improvement during sai.d period.
~_ yeans) after final approval of the sanitary se",!er Installed 9i,Owasso Medical Park
WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the period of
severally, firmly by these presents.
ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and
as Principal (Developer and Contractor), and Mld-Cont[nen.LCas~CompanL________ as
SuretY.l are held and firnlly bound unto the City of Owasso, as Obligee, in the penal sum of
Sixty rive Thousand Seven Hundred Fourteen Dollars and 00/100
~I14..00l~___~~_ to which payment will and truly to be made, we do bind
KNOW ALL MEN BY THESE PRESENTS, That we
Bond No. 8D-0090196
Maintemuu:e Bond
PRIVATELY FINANCED PUBLIC IMPROVEMENTS
.\, ATTACHMENT G
..
Jerry Garrmrlll
District Manager
Sincerely,
rl~ ;j~
Washington County Rural Water District #3 has :received all requirements for OWaBSO
Medical Park, 7 lots in Section 17, T21N, R14E, as per recorded plat in Tulsa County and
will be approved at the February 14,2005 board meeting.
City of Owasso
Pllblic W ork.~ Dept
A~ntion:Brandon
FAX 2724996
January 7,2005
~
Rural Water District No.3
Wsshing1;On County. Oklahoma
P.O. 80x 70
Collinsvllle. Okhshoma 74021-0070
Tel. 371 "2055 FAX 371-3864
1-800-722-0358 Re\ay-TDD
-=
t;:;::;: =- :~
U""1l. g R r"\.""'1I DUWI!I Lr-II"t1 B ~
A. Location Map
B. Maintenance Bond
C. ODEQ Permits
A TT ACHMENTS:
Staff recommends Council acceptance of the Bradford Park IV sanitary sewer and water systems.
RECOMMENDATION:
Final inspection for the sanitary sewer and water system for Phase IV was conducted on
December 29, 2004. All items identified at the final inspection requiring correction to meet city
standards have been completed. The construction contractor has provided the required one-year
maintenance bond for the systems.
FINAL INSPECTIONS:
The subject residential development is located west of N. l29th East Avenue at E. 73 rd Street
North (see attached map). The sanitary sewer system consists of approximately 610 feet of eight
(8) inch PVC sanitary sewer line. The water system consists of approximately 2,117 feet of six
(6) inch PVC water line. Design of the sanitary sewer and water systems were reviewed and
approved in August 2000. The ODEQ permit for this phase is included in the overall permit
acquired for all phases of this project in September 2000.
!tACKGROUND:
DATE: January 31,2005
SUBJECT: ACCEPTANCE OF WATER AND SANITARY SEWER SYSTEMS
BRADFORD PARK IV
J,B. ALEXANDER
PROJECT MANAGER
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OW ASSO
MEMORANDUM
Attach Power of' Attorney
, Surety
Victore Insurance Company
I~Y: j)-2,bw-~ gxn~
Deborah J. Morris
, Attorney-in-Fact
,.---: ------= ~~
(~
BY,:-=-./ ~ ..
, Principal
Ashlock Dozer Service
August 12th, 2004
SIGNED, SEALED, AND DATED:
may become apparent during the said period.
any defective materials or workmanship in the privately financed public improvement which
and/or Surety shall indemnify the Obligee for all loss that the Obligee may sustain by reason of
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATIONS IS SUCH that the Principal
such privately financed public improvement during said period.
of Owasso, against all defects in workmanship and materials which may become apparent in
a privately financed public improvement, and acceptance of such by the City Council of the City
Baptist ViJJage Retirement Communities at Bradford Park Addition.
one year(s) after final approval of the Water lines and Sanitary sewer ~
WHEREAS, the Principal will furnish a bond conditioned to guarantee, for the period of
severally, firmly by these presents.
ourselves, and each of our heirs, executors, administrators, successors, and assigns jointly and
Surety, arc held and firmly bound unto the City of Owasso, as Obligee, in the penal sum of
For eight thousand . JA' .
two h,undred and 001JJ2~~) to which payment will and truly to be made, we do bind
as Principal (Developer and Contractor), and V:i.ctore Insurance Compa~.______ as
KNOW ALL MEN BY THESE PRESENTS, That we Ashlock Dozer Serv:i.ce
Bond No.17527
Maintenance Bond
PIUV ATELY FINANCED PUBLIC IMPROVEMENTS
ATTACHMENT B
President
~ vS~~
CERTIFICATE
I, the undersigned, President of VICTORE INSURANCE COMPANY a corporation of the State of Oklahoma DO HEREBY CERTIFY that the
foregoing and attached Power of Attomey and Certificate of Authority remains in full force and has not been revoked; and furthermore. that the
Resolution of the Board of Directors. as set forth in the Certificate of Authority; arc now in force.
12th August 2004
Signed IInd Scaled at Ihe said Company III Oklahoma City, Oklahomll, dated this ___ day of ________~__
..
In Testimony Whereof, I have hereunto set my hand, and
affixed by official seal at Oklahoma City, Oklahoma the
day and year written above.
c1~t. ~L
Tracy L. Kyle
Notary Public, Canadian County, Oklahoma City, Oklahoma
My Commission Expires _ MARCH 10, 2006
Commission No. 02002173
On this 5th day of JANUARY , 2iliM
before me, a Notary Public of the State of Oklahoma in and for the
county of Oklahoma came Altus E. Wilder, III, to me personally
known to be the individual and officer described herein, and who
executed the preceding instrument and acknowledged the execution of the
same, and being by me duly sworn, deposed and said, that he is
the officer of said Company aforesaid, and that the seal affixed to the
preceding instrument is the Corporate Seal of said Company, and the
said Corporate Seal and signatures as an offIcer were duly affixed and
subscribed to the said instrument by the authority and direction of
the said corporation, and that the resolution of said Company,
referred to in the preceding instrument, is now in force.
~ ~vS~~
Altus E. Wilder, III
(STATE OF OKLAHOMA)
(COUNTY OF OKLAHOMA)
IN WITNESS WHEREOF VICTORE INSURANCE COMPANY has caused these presents to be signed by its President and its corporate seal to
be affixed this_____ 5th day of January _, 2.QQ4.
"Resolved, that the signature of the Olairman, Vice Chairman, President, Executive Vice President, Senior Vice President, Vice President and
Assistant Vice Presidents and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to the By-Laws,
and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any
such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the company. Any such
power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is
attached, continue to be valid and binding on the Company"
This Power of Attorney is signed and sealed by facsimile under authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting called and held on the 14th day of May, 2001.
All bonds or undertakings, except Bail Bonds not to exceed on any single instrument M
***************375,000.00***************
its tme and lawful Attorney(s)-in-Fact, with full power and authority hereby conferTed in its name, place and stead, to sign, execute, acknowledge
and deliver on its behalf, and as its act and deed, as follows:
"That the President may from time to time appoint Attorneys-in-Fact, and Agents to act for and on behalf of the Company and he may give any
such appointee such authority as his certificate and other writings obligatory in nature of a bond, and such officer or the Board of Directors may
at any time remove such llppointee and revoke the power and authority given him"
does hereby make and appoint:
***./OIlN S. WHEELER, BRADLEY L McCRORY, ROBERT Co BATES, DEBORAH J. MORRIS***
That VICTORE INSURANCE COMPANY a COrlxJration duly organized under the laws or the Slate of Oklahollla, having its principal office in
Oklahoma City, Oklaholllll pursuant to the following resolution which is now in full force and effect:
KNOW ALL MEN BY THI1SE PRESENTS:
POWER Of AITORNEY
1 7 i ,1 8
VICTORE INSURANCE COMPANY
4334 NW EXI'RK';SWAY, surm 151
OKLAHOMA CITY, OK 73116.1574
printed on reoyoled papar with noy Ink
n
'(.~~
707 NORTH ROBINSON, P.O. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101.1677
c: Thomas James Cobb, P.E., Breisch & Associates, Inc.
Mary Randolph, PWS District Representative, DEQ
Rick Austin, R.S., Regional Director, DEQ
Nathan Kuhnert, Planning & Management Division, OWRB
..
Enclosure
RWC/HJT Iso
9/h-o (bc.{k__
~k~n, P.E.
DWSRF/Construction Permit Section
Water Quality Division
Very truly yours,
We are returning one (1) set of the approved plans to you, sending one (1) set to your engineer
and retaining one (1) set for our files.
Receipt of this permit should be noted in the minutes of the next regular meeting of the City of
Owasso, after which it should be made a matter of permanent record.
The project authorized by this permit should be constructed in accordance with the plans approved
by this department on September 18, 2000. Any deviations from the approved plans and
specifications affecting capacity, flow or operation of units must be approved, in writing, by the
Department before changes are made.
Enclosed is Permit No. WL000072000945 for the construction of 4,372 linear feet of six (6) inch
PVC water line plus all appurten~nces to serve the Bradford Park water line extension, City of
Owasso, Tulsa County, Oklahoma.
Dear Mr. Carr:
Re: Permit No. WL000072000945
Bradford Park Water Line Extension
PWSID No. 3002718
Robert Carr, Jr., P.E., Director of Public Works
City of Owasso
Post Office Box 1 80
Owasso, Oklahoma 74055-0180
September 18, 2000
OKLAHOMA
DEPAiTMENT OF ENVIRONMENTAl QUAlItY
MARK COLEMAN
Exewlive Director
fRANK KEATING
Governor
OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY
ATTACHMENT C
prlntod on recycled paper with soy Ink
'"
t~~
707 NORTH ROBINSON, P.O. BOX 1677, OKLAHOMA CITY, OKLAHOMA 73101" 1677
c: Thomas J. Cobb, P.E., Breisch & Associates, Inc.
Wayne Craney, P.E., WPC Section Manager, DEQ
Rick Austin, R.S., Regional Director, DEQ
..
Enclosure
RWC/HJT Iso
Very truly yours,
CR~~
DWSRF/Construction Permit Section
Water Quality Division
We are returning one (1) set of the approved plans to you and retaining one (1) set for our files.
Receipt of this permit should be noted in the minutes of the next regular meeting of the City of
Owasso, after which it should be made a matter of permanent record.
The project authorized by this permit should be constructed in accordance with the plans approved
by this department on September 18, 2000. Any deviations from the approved plans and
specifications affecting capacity, flow or operation of units must be approved, in writing, by the
Department before changes are made.
Enclosed is Permit No. SL000072000946 for the construction of 2,932 linear feet of eight (8) inch
PVC sewer line plus all appurtenances to serve the Bradford Park sewer line extension, City of
Owasso, Tulsa County, Oklahoma.
Dear Mr. Carr:
Re: Permit No. SL000072000946
Bradford Park Sewer Line Extension
S-21 310
F. Robert Carr, Jr., P.L, Director of Public Works
City of Owasso
Post Office Box 180
207 South Cedar
Owasso, Oklahoma 740505-0180
September 18, 2000
OKLAHOMA
DEPARTMENT Of ENVIRONMENTAL QUAlITY
MARK COLEMAN
Executive Director
FRANK KEATING
Governor
OKLAHOMA DEPARTMENT OF ENVIRONMENTAL QUALITY
,'- -.-
E. 86th Street North and N. Garnett Road Improvements: Modifications to the signalization at the
intersection with E. 86th Street North were not included in the original Scope of Services. The
Fire Station Traffic Signal: Fire Department personnel requested the installation of an additional
traffic signal (near the Fire Station) to allow for speedy, emergency access to North Garnett
Road. The signal is to remain green unless automated by fire station personnel.
AMENDMENT NUMBER 1:
On January 5, 2005, C2A Engineer Inc. submitted Amendment No.1 to the Agreement for the
perfonnance of additional work - beyond that specified in the original Scope of Services - for
$22,408. The work was necessary to accommodate requests by others during the design of
constmction improvements. An explanation of each change is presented below:
Contract documents, including drawings, specifications and bidding documents for
improvements were completed on December 20, 2004. Becco Contractor, Inc. submitted the
apparent low bid for a sum of $4,691,722.80. Award of the constmction contract to Becco
Contractor, Inc. is expected to occur subsequent to this agenda item.
BACKGROUND:
On June 1, 2004, Council approved the Agreement for Engineering Services with C2A
Engineering for the design of improvements to North Garnett Road from East 86th Street North to
East 96th Street North (See Attachment A). The Scope of Work included preparation of
documents for the construction of five lanes of roadway, complete with new sidewalk, curb and
gutter, and drainage improvements. The design work was to be integrated with improvements to
East 96th Street North and North Garnett Road intersection to be completed prior to the expected
opening of the Smith Farm shopping center (anticipated to be around October 2005).
January 27,2005
DATE:
ENGINEERING SERVICE AGREEMENT
AMENDMENT NUMBER 1
NORTH GARNETT ROAD IMPROVEMENTS
(E. 86TH STREET NORTH TO E. 96TH STREET NORTH)
SUBJECT:
ANA C, STAGG, PoE.
PUBLIC WORKS DIRECTOR
FROM:
THE HONORABLE MAYOR AND COUNCIL
CITY OF OW ASSO
TO:
MEMORANDUM
ATTACHMENTS:
1. C2A Engineering, Inc. Agreement
2. Amendment No.1 to the Agreement
RECOMMENDATION:
Staff recommends Council approval of Amendment No.1 to the Engineering Service Agreement
with C2A Engineering, Inc. (Tulsa, Oklahoma) for NOlih Gamett Road (E. 86th Street North to E.
96th Street NOlih) in the total amount of $22,408.
FUNDING SOURCE:
Funds for this project are included in the FY 04-05 Capital Improvements Budget.
Staking of Constmction Reference Line: Additional survey was necessary for the staking of the
constmction line, right-of-way and permanent easement to facilitate utility relocation (by others)
and right-of-way negotiations.
Utility E-elocations: The relocation of a section of sanitary sewer at 86th Street North was
necessary to facilitate land acquisition required for the realignment of the road. Additional work
includes the relocation of utilities and additional surveying work not included in the original
Scope of Services.
additional work to accommodate a protected left tum to N. Gamett Road required the widening
ofE. 86th Street North (from Cedar Street to approximately 250 feet east ofN. Garnett Road).
Page 2
Engineering Service Agreement
Amendment Number 1
North Garnett Road Improvements
1
4.0 STANDARD OF PERFORMANCE. ENGINEER shall perform the
SERVICES undertakcn in a manncr consistcnt with the prevailing accepted
3.0 COMPENSATION: CITY shall pay ENGINEER in accordance with
Attachment D, COMPENSATION, which is attached hereto and incorporated
by reference as part of this AGREEMENT.
2.0 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.
1.0 SCOPE OF PROJECT: The scope of this PROJECT is described in
Attachment A, SCOPE OF PROJECT, which is attached hereto and
incorporated by reference as pali of this AGREEMENT.
NOW THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as follows:
WHEREAS, ENGINEER is prepared to provide such SERVICES; and
WHEREAS, CITY has financing for said PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the
PROJECT, hereinafter referred to as the SERVICES; and
WHEREAS, CITY intends to construct certain improvements on North Garnett Road,
from East 86lh Street North to East 96th Street North, hereinafter referred to as the
PROJECT; and,
WITNESSETH:
THIS AGREEMENT, made and entered into this day of
, 2004 between the City of Owasso, a Municipal Corporation of the
State 9f Oklahoma, hereinafter referred to as CITY, and C2A Engineering Inc.,
hereinafter referred to as ENGINEER;
NORTH GARNETT ROAD
EAST 861'11 STREET NORTH TO EAST 961'11 STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
ATTACHMENT A
2
7.2 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.
7.1 ENGINEER shall 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, enol',
or omission of ENGINEER or any employee, sub-consultants or agents for
whom ENGINEER is legally liable.
7.0 LIABILITY AND INDEMNIFICATION.
6.2 Since ENGINEER has no control over the resources provided by others to
meet construction contract schedules, ENGINEER'S forecast schedules shall
be made on the basis of qualification and experience as a Professional
Engineer.
6.1 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 detern1ining prices, or over competitive bidding or
market conditions, ENGINEER'S cost estimates shall be made on the basis
of qualification and experience as a Professional Engineer.
6.0 OPINIONS OF COST AND SCHEDULE.
5.1 ENGINEER shall not be responsible for construction means, methods,
techniques, sequences, procedures, or safety precautions and programs in
connection with the PROJECT.
5.0 LIMITATIONS OF REPSONSIBILITY.
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 standard, 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.
3
9.2 ENGINEER shall fumish CITY certificates of insurance which shall include
a provision that such insurance shall not be cancelled without at least 30 days
written notice to the CITY.
9.1.4 Professional Liability Insurance in the amount of $1,000,000 per claim and
annual aggregate.
9.1.3 Worker's Compensation Insurance in accordance with statutory requirements
and Employer's Liability Insurance with limits of not less than $100,000 for
each OCCUlTence.
9.1.2 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.
9.1.1 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.
9.1 During the performance of the SERVICES under this AGREEMENT,
ENGINEER shall maintain the following insurance:
9.0 INSURANCE.
8.2 The ENGINEER shall take steps within its authority to ensure the project is
in compliance with the requirements of the Americans With Disabilities Act.
It is understood that the program of the ENGINEER is not a program or
activity of the CITY OF OW ASSO. The ENGINEER agrees that its program
or activity will comply with the requirements of the Americans With
Disabilities Act. Any cost of such compliance will be the responsibility of
the ENGINEER. Under no circumstance will ENGINEER conduct any
activity which it deems to not be in compliance with the Americans With
Disabilities Act.
8.1 In performance of the SERVICES, ENGINEER will 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.
8.0 COMPLIANCE WITH LAWS.
4
CITY OF OW ASSO
Department of Public Works
P.O. Box 180
Owasso, OK 74055
To CITY:
13.1.2
C2A Engineering Inc.
5516 South Lewis Ave., Suite 201
Tulsa, OK 74105
To ENGINEER:
13.1.1
13.1 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.
13.0 NOTICE.
12.2 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 terminated 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 in accordance with provisions of Attachment D,
COMPENSATION. Upon restart of a suspended project, payment shall be
made to ENGINEER in accordance with Attachment D, COMPENSATION.
12.1 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 perforn1 in accordance with the terms
hereof through no fault of the terminating party.
12.0 TERMINATION OF CONTRACT.
11.2 CITY'S reuse of such documents without written verification or adaptation
by ENGINEER for the specific purpose intended will be at CITY'S risk.
11.1 All documents, including original drawings, estimates, specifications, field
notes and data shall become and remain the property of the CITY.
11.0 OWNERSHIP AND REUSE OF DOCUMENTS.
10.0 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.
5
19.0 APPROV AL. 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
18.0 ASSIGNMENT. ENGINEER shall not assign its obligations undeliaken
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.
17.0 DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between
the Architect/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 Mayor for resolution. Regardless of these procedures, neither
party shall be precluded from exercising any rights, privileges or
oppOliunities permitted by law to resolve any dispute.
16.0 INTEGRATION AND MODIFICATION. This AGREEMENT includes
Attachments A, B, C, and D, Exhibits A and B, and Exhibit C; 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. This AGREEMENT maybe
amended only by a written instrument signed by each of the Parties.
15.0 SEVERABLIITY. If any pOliion of the AGREEMENT shall be constmed by
a comi of competent jurisdiction as unenforceable such portion shall be
severed here from, and the balance of this AGREEMENT shall remain in full
force and effect.
14.0 UNCONTROLLED 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, stom1s,
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.
13.2 Nothing contained in this Aliicle shall be construed to restrict the
transmission of routine communications between representatives of
ENGINEER and CITY.
6
Date:
C2A ENGINEER INC.
(SEAL)
ATTEST:
Date:
(SEAL)
ATTEST:
THE OF OW ASSO, OKLAHOMA
MUNICIP AL CORPORATION
/
/'
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple
copies on the respective dates herein below ref1ected to be effective on the date executed
by the Mayor of the CITY or Contracting Authority.
conected at the sole expense of the ENGINEER. The ENGINEER will meet
with the CITY staff initially and monthly thereafter and will be available for
public hearings and/or City Council presentations.
7
It is expected that there shall be a number of construction and service contracts,
which must be entered into in order to bring this PROJECT into being. Included
may be services and/or constmction contracts for engineering, utility relocations,
construction, equipment, etc.
A. SCOPE OF PROJECT. The PROJECT shall consist of providing professional
engineering services to the City of Owasso for the preliminary and final design
phases, and preparation of construction plans for improvements to North Gamett
Road from East 86th Street North to East 96th Street North. The improvements
include the construction of a five lane arterial street with all necessary work.
ATTACHMENT A
SCOPE OF PROJECT
NORTH GARNETT ROAD
EAST 86TH STREET NORTH TO EAST 96TH STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
8
B.1. Phase No. 1. PRELIMINARY DESIGN. Work with the CITY appointed
Personnel to evaluate and develop a preliminary design to construct a five lane
@ Designate a representative to coordinate all information between
ENGINEER and CITY.
@ Document all meetings, conferences, coordination, etc., and send
documentation to CITY within two (2) working days.
@ Attend initial conferences with CITY and other administrative and
regulatory agencies, including utility companies, to review PROJECT
requirements and discuss scheduling of the PROJECT.
@ Attend all public meetings for the PROJECT.
@ Determine drainage requirements for the PROJECT.
@ Prepare all applications for Watershed Development Permits for the
PROJECT.
@ Perform all necessary surveys and investigations for the PROJECT.
@ Prepare all drawings in conformance with the drafting standards set forth
in the Oklahoma Department of Transportation requirements, as
necessary. Drawings shall be 22" x 34" in size.
The Basic Services of ENGINEER include, but are not necessarily limited to, the
following tasks:
B. SCOPE OF SERVICES. The SERVICES to be performed by the ENGINEER
under this AGREEMENT will consist of Three (3) phases, as stated below.
Further, it is understood and agreed that the date of beginning, rate of progress,
and the time of completion of the work to be done hereunder are essential
provisions of this AGREEMENT; and it is fUliher understood and agreed that the
work embraced in this AGREEMENT shall commence upon execution of this
AGREEMENT and after receipt of a Notice to Proceed.
ATTACHMENT B
SCOPE OF SERVICES
NORTH GARNETT ROAD
EAST 86TH STREET NORTH TO EAST 96TH STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
9
B.1.6. PRELIMINARY PLANS shall include as a minimum:
B.1.5. Prepare PRELIMINARY PLANS, in accordance with CITY standards within 75
calendar days after the date specified in the Notice to Proceed with the
PRELIMINARY PLANS.
B.lA.7. Cost estimate for the plan discussed.
B.lA.6. Architectural, landscape, and landscape architectural studies and designs that
will enhance the PROJECT'S compatibility with the sun-ounding
environment.
B.IA.5. A summary of hydrologic studies, Master Drainage Studies, or Basin Studies,
used to preliminarily determine elevations of any stream crossings.
B.IAA. A written discussion on utilities, their possible conflicts, and possible
relocation requirements.
B.1.4.3. Right-of-way and ownership information.
B.IA.2. Soils investigations, including test borings and geotechnical report. Every
effort shall be made to restore grassing, irrigation and related items damaged
by the test holes.
B.IA.l. Information from search of existing plans and records.
B.IA. DESIGN REPORT. Prepare a DESIGN REPORT, including roadway design
criteria to be used, sketch specifications, cost estimates and recommendations,
and submit with the preliminary plans. The DESIGN REPORT shall include, but
not necessarily be limited to:
B.l.3. Based on the following general design criteria, establish an alignment along the
present alignment, showing the features of the proposed improvements and listing
all obstmctions to the alignment.
B.l Provide a ground survey of the entire length of the PROJECT with enough detail
and at such a scale that a map may be prepared for the entire length showing the
proposed alignment and the impact the PROJECT will have on surrounding
property, structures, and utilities.
B.I.l. Review all eXlstmg reports, record plans and/or other plans pertinent to the
PROJECT and the City Policy of the City of Owasso regarding the need for the
improvements.
arterial street on North Garnett Road from East 86th Street North to East 96th
Street North.
10
B.2.2.l. Provide one time right-of-way staking in the field for appraisals and/or
acquisition agents.
B.2.2. Fumish legal descriptions of all right-of-way and permanent and temporary
easements. Descriptions shall be furnished in an approved format on approved
forms. All existing easements of record and verified present ownership of any
parcel will be provided by a properly licensed abstract company.
B.2.!. Verification of comments and recommendations from the PRELIMINARY PLAN
review meeting.
B.2. Phase II. FINAL DESIGN. Prepare FINAL PLANS, documents and cost
estimates following the comments from the PRELIMINEARY PLANS review
meeting, together with all specifications and related bidding documents required
for the construction of the PROJECT, in accordance with CITY standards,
detailed specifications within 60 calendar days after the date specified in the
Notice to Proceed with the FINAL DESIGN. The following tasks shall be
included as required:
B.1.7. ENGINEER shall fumish five (5) sets of PRELIMINARY PLANS as half-size
black-line, for review by the CITY. ENGINEER shall fumish one (1) set of an
estimate of construction costs for the PROJECT to the CITY.
@ Cover Sheet indicating "PRELIMINARY PLANS"
@ Summary Sheet including:
@ Pay Quantities and Pay Item Notes
@ Roadway Quantities
@ Bridge/Structure Quantities
@ Storm Sewer Design
@ Storm Inlet Design
@ Drainage Structures
@ Drainage Map
@ Right-of-Way Map
@ Typical Section Sheet
@ Survey Data Sheet
@ Plan and Profile Sheets
@ Erosion Control Sheets
@ Preliminary construction drawings for all special drainage structures, retaining
walls, architectural details, landscaping plans, or any other special items
required for the PROJECT
@ Traffic Control Details
@ Traffic Control/Construction Phasing sheet(s)
@ Cross-Sections indicating existing ground lines, proposed sidewalk template,
proposed storm sewers and existing utilities within the PROJECT area.
11
@ Cover Sheet indicating "FINAL PLANS"
@ Summary Sheet including:
@ Pay Quantities and Pay Item Notes
@ Roadway Quantities
@ Traffic Quantities
@ Storm Sewer Design
@ Storm Inlet Design
@ Drainage Stmctures
@ Any other Summary Table needed.
@ Drainage Map
@ Right-of-Way Map
@ Typical Section Sheet
@ Survey Data Sheet
@ Plan and Profile Sheets.
@ Erosion Control Sheets
@ Structural Details Sheet
@ Construction Sequencing Sheet
@ Miscellaneous Details Sheet
@ Traffic Signal Sheets
@ Cross Section Sheet
@ All applicable Oklahoma Department of Transportation Standard Drawings.
B.2.7. FINAL PLANS shall include as a minimum:
B.2.6. Plans and construction drawings in enough detail to verify constmctability of
PROJECT.
B.2.S. Preparation of related bidding documents for the PROJECT, including Estimate
of Quantities, Proposal, Special Conditions, Special Provisions and Special
Specifications, on 8-1/2" x 11" plain white bond paper. All documents shall be
suitable for original camera-ready copy.
B Finalize all details and refine quantity calculations based on PRELIMINARY
PLANS review meeting and meeting with CITY staff.
B.2.3.1. Review plans and agreements submitted by the utility companies and the
CITY and, when complete to the satisfaction of the ENGINEER, submit the
relocation plans and agreements to the CITY for execution.
B.2.3. Additional research, including, but not limited to, field-verified horizontal
locations and vertical locations of all buried utilities to verify compatibility of the
PROJECT with existing utilities.
12
B.3.4. Make periodic site visits, when requested by CITY personnel, during construction
to verify interpretation of the plans. On-site inspection is not a part of this work.
B.3.3. Respond to construction questions from CITY personnel.
B.3.2. Attend the Pre-Work Conference.
B.3.1. Review and approve shop drawings or submittals by the Contractor for general
compliance with contract documents.
B.3. Phase III. SERVICES DURING CONSTRUCTION. SERVICES DURING
CONSTRUCTION shall include all necessary tasks to take the PROJECT through
the construction phase. Tasks shall include:
B.2.9.9. Prepare a tabulation of bids and make a recommendation on awarding the
contract.
B.2.9.8. Answer questions to the CITY or to registered plan holders during the
bidding phase.
B.2.9.7. Prepare any addenda.
B.2.9.6. Prepare and distribute minutes of the conference to the CITY.
B.2.9.5. Attend the Pre-bid Conference.
B.2.9.4. Additional bidding documents shall be prepared for an additional cost based
on actual reproduction cost plus cost for labor, binding and delivery to the
CITY.
B.2.9.3. CITY shall be responsible for publishing the Advertisement for Bids.
B.2.9.2. Bidding documents shall consist of plans and contract documents.
B.2.9.1. Provide thiliy-five (35) sets of bidding documents (either half size or full
size) to CITY for advertising purposes.
B.2.9. Prepare bid documents from approved FINAL PLANS, including
CONSTRUCTION PLANS on Mylar, Estimate of Quantities, Proposal, Special
Conditions, Special Provisions, Special Specifications and Standard Construction
Contract Documents provided by the CITY.
B.2.8. ENGINEER shall furnish five (5) sets of FINAL PLANS as black-line, for
review by the CITY. ENGINEER shall incorporate CITY review comments
along with a final estimate of construction costs for the PROJECT to the CITY.
13
B.3.5 Prepare at the conclusion of the construction AS RECORDED drawings based on
corrected sets of plans provided to the ENGINEER from the CITY and/or the
contractor. The ENGINEER shall make every effort to produce a final set of
drawings representative of the actual construction record including all notations
appropriate to the project made on the corrected sets. The ENGINEER shall
produce the AS RECORDED drawings and present one (1) set of Mylar
reproducible of all sheets to the CITY within 60 days of delivery of the corrected
set(s) of plans from the CITY and/or the contractor.
14
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.
C.3.2. Fumish assistance in locating eXlstmg underground utilities and in expediting
their relocation as described in Attachment B.
C.3.1. Fumish legal assistance as required in the preparation, review and approval of
construction documents.
C.3. Staff Assistance. Designate in writing a person 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.2. Access. To provide access to public and private property when required m
performance of ENGINEER'S services.
C.l.2. Standard drawings and standard specifications.
C.l.l. Records, reports, studies, plans, drawings, and other data available in the files of
the CITY which may be useful in the work involved under this AGREEMENT.
C.l. &.Qorts, Records, etc. To furnish, as required by the work, and not at expense to
the ENGINEER:
C. RESPONSIBILITIES OF THE CITY. The CITY agrees:
A 1'1' ACHMENT C
RESPONSIBILITIES OF THE CITY
SCOPE OF SERVICES
NORTH GARNETT ROAD
EAST 86TH STREET NORTH TO EAST 96TH STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
15
c.s. Advertisement for Bids: CITY will be responsible for publishing the
adveliisement for bids, and receiving bids.
16
DA. SCHEDULE OF RATES. At the request of the CITY, the ENGINEER will
negotiate fees for any additional work not covered by this AGREEMENT, which
may be required by the CITY. Alternatively, additional work will be performed
D.3. For the work under Phase III, SERVICES DURING CONSTRUCTION,
Attachment B.3 and Exhibit A, the CITY shall pay the ENGINEER a lump sum
Cost of Four Thousand Six Hundred Twenty dollars and Zero Cents ($4,620.00),
payable as the work progresses.
D.2. For the work under Phase II, FINAL DESIGN, Attachment B.2 and Exhibit A, the
CITY shall pay the ENGINEER a lump sum Cost of Fifty Five Thousand Two
Hundred Twenty dollars and Zero Cents ($55,220.00), payable as the work
progresses.
D.l. For the work under Phase I, PRELIMINARY DESIGN, Attachment B.l and
Exhibit A, the CITY shall pay the ENGINEER a lump sum Cost of Seventy Two
Thousand Five Hundred Thirty-six dollars and Zero Cents ($72,536.00), payable
as the work progresses.
D. COMPENSATION. The CITY agrees to pay, as compensation for services set
forth in Attachment B, the following fees on a lump sum basis, said Cost shall
include all direct salary expenses, overhead expenses, and other non salary
expenses as shown on Exhibit B related to the design of the PROJECT. This total
estimated Cost can not be exceeded without written consent of the CITY. The
ENGINEER shall submit statements no more than once each month. The
statements shall indicate each Phase currently authorized for work, the percentage
of work completed and the direct pass through costs being requested for each
Phase as based upon the ENGINEER'S estimate of the proportion of the total
services actually completed at the time of the billing. All statements shall be
accompanied by such documentation as the CITY requires. CITY agrees to make
payment within 30 calendar days of the receipt of the ENGINEER'S invoice.
ATTACHMENTD
COMPENSA TrON
SCOPE OF SERVICES
NORTH GARNETT ROAD
EAST 86TH STREET NORTH TO EAST 96TH STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
17
Rates include overhead and profit.
$ 88.40/hr.
$ 78.00/hr.
$ 65.00/hr.
$ 55.00/hr.
$ 44.20/hr.
$ 33.80/hr.
$ 93.00/hr.
$ 31.20/hr.
ENGINEER IV
EN G INEER III
ENGINEER II
TECHNICIAN IV
TECHNICIAN II
TECHNICIAN I
SURVEY TEAM men)
CLERICAL I
at the written request of the CITY based on the hourly rates contained herein.
Rates are subject to change on the First day of January of each calendar year.
Rates to be charged shall be the rates in affect at the time such services are
requested and approved.
$ 132,375
Total Fee =
Plan-In-Hand Design Fee = $ 72,536
Estimated number of total sheets: 60
Std. Hourly
Rate
192 MH@ $ 88.40 = $ 16,972,80
52 MH@ $ 85.02 = $ 4,421,04
40 MH@ $ 65,00 = $ 2,600,00
56 MH@ $ 78,00 = $ 4,368,00
304 MH@ $ 44,20 = $ 13,436,80
22 MH@ $ 44.98 = $ 989.56
11 MH@ $ 52,00 = $ 624,00
678 MH $ 43,412.20
43,412
750 Sheets @ $ 0.45 = $ 337,50
150 Sheets @ $ 5.00 = $ 750.00
5250 Sheets @ $ 0.45 = $ 2,362,50
7000 Sheets @ $ 0.15 = $ 1,050,00
$ 4,500,00
1,308,00
6,000.00
$11,808
Final Plans Design Fee = $ 55,220
Std. Hourly
Rate
28 MH@ $ 88.40 = $ 2,475,20
4 MH@ $ 85,02 = $ 340,08
6 MH@ $ 65.00 = $ 390,00
32 MH@ $ 44.20 = $ 1,414.40
0 MH@ $ 44.98 = $
Q MH@ $ 52.00 = !
70 MH $ 4,619,68
$ 4,620
Construction Fee == $ 4,620
Estimated number of total sheets: 150
$27,944
$27,800
$ 4,400,00
$ 8,400,00
$ 11,500,00
$ 3,500.00
$ 27,800,00
20 Properties $ 220,00
$144
144,00
144,00
720 Sheets @ $ 0,20
Std, Hourly
Rate
186 MH@ $ 88.40 = $ 16,442.40
74 MH@ $ 85.02 = $ 6,291.48
58 MH@ $ 65,00 - $ 3,770,00
40 MH@ $ 78.00 -- $ 3,120,00
302 MH@ $ 44,20 = $ 13,348.40
36 MH@ $ 44,98 = $ '1,619,28
Q MH@ $ 52.00 ,- !
696 MH $ 44,591.56
44,592
Total Direct Labor Expenses
Engineer tV
Engineer III
Engineer II
Technician II
Technician II
Land Surveyor
Subtotal Labor
Labor Related Expenses (Construction):
Total of Other Pass-through Expenses:
Survey Staking
Traffic Signal
- Final Plans Full
- Plan Mylars
- Construction Plans
- Construction Documents
Otller Pass-through Expenses:
Reproduction
Total Direct Labor Expenses
Engineer IV
Engineer IV
Engineer II
Engineer III
Technician II
Technician II
Land Surveyor
Subtotal Labor
Labor Related Expenses (Final Plans):
Total of Other Pass-tllrough Expenses:
- Certified Owners
Sub-Consultants
Abstracting
Traffic Signal
Survey/8ase Map
Geotechnical
- Plan-In-Hand Plans 1/2
Other Pass-through Expenses:
Reproduction
Total Direct Labor Expenses
Engineer IV
Engineer IV
Engineer II
Engineer III
Technician II
Technician II
Land Surveyor
Subtotal Labor
City of Owasso, Garnett Road Widening, East 86th Street North to East 96th Street North
L.abor Related Expenses (Plan-In-Hand):
City of Owasso . Garnett Road, East 86th Street North to East 96th Street North
Exhibit 8 - Fee Proposal
16
D.4. SCHEDULE OF RATES. At the request of the CITY, the ENGINEER will
negotiate fees for any additional work not covered by this AGREEMENT, which
may be required by the CITY. Altematively, additional work will be performed
D.3. For the work under Phase III, SERVICES DURING CONSTRUCTION,
Attachment B.3 and Exhibit A, the CITY shall pay the ENGINEER a lump sum
Cost of Four Thousand Six Hundred Twenty dollars and Zero Cents ($4,620.00),
payable as the work progresses.
D.2. For the work under Phase II, FINAL DESIGN, Attachment B.2 and Exhibit A, the
CITY shall pay the ENGINEER a lump sum Cost of Fifty Five Thousand Two
Hundred Twenty dollars and Zero Cents ($55,220.00), payable as the work
progresses.
D.l. For the work under Phase I, PRELIMINARY DESIGN, Attachment B.l and
Exhibit A, the CITY shall pay the ENGINEER a lump sum Cost of Seventy Two
Thousand Five Hundred Thirty-six dollars and Zero Cents ($72,536.00), payable
as the work progresses.
D. COMPENSATION. The CITY agrees to pay, as compensation for services set
forth in Attachment B, the following fees on a lump sum basis, said Cost shall
include all direct salary expenses, overhead expenses, and other non salary
expenses as shown on Exhibit B related to the design of the PROJECT. This total
estimated Cost can not be exceeded without written consent of the CITY. The
ENGINEER shall submit statements no more than once each month. The
statements shall indicate each Phase cunently authorized for work, the percentage
of work completed and the direct pass through costs being requested for each
Phase as based upon the ENGINEER'S estimate of the proportion of the total
services actually completed at the time of the billing. All statements shall be
accompanied by such documentation as the CITY requires. CITY agrees to make
payment within 30 calendar days of the receipt of the ENGINEER'S invoice.
A TT ACHMENT D
COMPENSATION
SCOPE OF SERVICES
NORTH GARNETT ROAD
EAST 86TH STREET NORTH TO EAST 96TH STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
17
Rates include overhead and profit.
$ 88.40/hr.
$ 78.00/hr.
$ 65.00/hr.
$ 55.00/hr.
$ 44.20/hr.
$ 33.80/hr.
$ 93.00/hr.
$ 31.20/hr.
ENGINEER IV
ENGINEER III
ENGINEER II
TECHNICIAN IV
TECHNICIAN II
TECHNICIAN I
SURVEY TEAM (2 men)
CLERICAL I
at the written request of the CITY based on the hourly rates contained herein.
Rates are subject to change on the First day of January of each calendar year.
Rates to be charged shall be the rates in affect at the time such services are
requested and approved.
1
2.0 SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall
perform the ADDITIONAL SERVICES described in Attachment B, SCOPE
OF ADDITIONAL SER VICES, which is attached hercto and incorporated by
refercnce as part of this SUPPLEMENTAL to thc AGREEMENT.
1.0 SCOPE OF PROJECT: The scope of this additional work to the PROJECT
is described in Attachment A, SCOPE OF WORK, which is attached hereto
and incorporated by reference as part of this SUPPLEMENTAL to the
AGREEMENT.
NOW THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as follows:
WHEREAS, ENGINEER is prepared to provide such ADDITIONAL SERVICES; and
WHEREAS, CITY has financing for said PROJECT; and,
WHEREAS, CITY requires certain additional professional services in connection with
the PROJECT, hereinafter referred to as the ADDITIONAL SERVICES; and
WHEREAS, CITY intends to construct certain improvements on North Garnett Road,
from East 86th Street North to East 96th Street North, hereinafter refened to as the
PRO] ECT; and,
WITNESSETH:
This SUPPLEMENTAL to the AGREEMENT, made and entered into this day of
, 2005 between the City of Owasso, a Municipal Corporation of the
State of Oklahoma, hereinafter referred to as CITY, and C2A Engineering Inc.,
hereinafter referred to as ENGINEER;
NORTH GARNETT ROAD
EAST 86T11 STREET NORTH TO EAST 96T[{ STREET NORTH
ENGINEERING SERVICES
FOR
AGREEMENT
TOTIIE
SUPPLEMEN'T'AL NO. I
r.. U4"""\VIUlIlL:.I'li1 D
2
Date:
C2A ENGINEER INC.
'0 reAL)
'",,-.,.j~ J
ATTEST:
City Attorney
APPROVED AS TO FORM:
City Clerk
Date:
Mayor
THE CITY OF OW ASSO, OKLAHOMA
A MUNICIP AL CORPORATION
(SEAL)
ATTEST:
IN WITNESS WHEREOF, the parties have executed this SUPPLEMENTAL to the
AGREEMENT in multiple copies on the respective dates herein below reflected to be
effective on the date executed by the Mayor of the CITY or Contracting Authority.
All other items of the original AGREEMENT will remain in force unless modified
by this SUPPLEMENTAL to the AGREEMENT.
3.0 COMPENSATION: CITY shall pay ENGINEER in accordance with
Attachment C, COMPENSATION, which is attached hereto and incorporated
by reference as pari of this SUPPLEMENTAL to the AGREEMENT.
3
A. SCOPE OF WORK. The additional work shall consist of additional Design work
to add a Traffic Signal installation for the City fire station, design widening of
86th Street North from Cedar Street to approximately 250 feet east of North
Garnett Road and to relocate a section of sanitary sewer at the 86th Street North
end of the project. Additional survey work will also be necessary for the Design
of the sanitary sewer relocation, to plat a parcel of land in the northwest corner of
the intersection of North Garnett Road and East 86th Street North and to provide
- Utility Relocation staking of the Construction Reference Line, Right.of- W ay and
Permanent Easements.
SCOPE OF WORK
ATTACHMENT A
4
B.l.2. Provide additional ground survey for the relocation of a section of the sanitary
sewer line and tapa of the area from Cedar Street on the west, the private street
south of the Post Office on the north, the south right-of-way line of East 86th
Street North on the south and the existing survey on the east. Provide for a
B.1.1. Design an on demand traffic signal system for the Owasso fire station located on
North Garnett Road.
B.l. Phase No.1. ADDITIONAL DESIGN WORK. Provide additional design
services for the PROJECT, in accordance with CITY standards and Oklahoma
Department of Transportation (ODOT) specifications to add a traffic signal at the
fire station on North Garnett Road, create a set of documents to bid the waterline
extension and relocation in a separate contract, relocate a section of sanitary
sewer line at the south end of the project and provide mapping services to aid the
CITY in plating a property area at the northwest corner of North Garnett Road
and East 86th Street North.
@ Designate a representative to coordinate all infonnation between
ENGINEER and CITY.
@ Document all meetings, conferences, coordination, etc., and send
documentation to CITY within two (2) working days.
@ Attend initial conferences with CITY and other administrative and
regulatory agencies, including utility companies, to review PROJECT
requirements and discuss scheduling of the PROJECT.
@ Answer questions the CITY may have on the design changes.
The Basic Services of ENGINEER include, but are not necessarily limited to, the
following tasks:
B. SCOPE OF ADDITIONAL SERVICES. The SERVICES to be performed by the
ENGINEER under this SUPPLEMENTAL to the AGREEMENT will consist of
performing additional Design work as stated below. Further it is understood and
agreed that the date of beginning, rate of progress, and the time of completion of
the work to be done hereunder are essential provisions of this SUPPLEMENTAL
to the AGREEMENT; and it is further understood and agreed that the work
embraced in this SUPPLEMENTAL to the AGREEMENT shall commence upon
execution of this SUPPLEMENTAL to the AGREEMENT and after receipt of a
-Notice to Proceed.
SCOPE OF SERVICES
ATTACHMENT B
5
B.1.5. Provide additional design services during constmction to attend meetings and
provide guidance to the City inspector for any additions or subtractions from the
project.
B.IA. Prepare additional sheets for the widening of 86th Street NOlih from Cedar Street
to approximately 250 feet east of North Garnett Road from four lanes to five
lanes. Revise all necessary sheets to incorporate Right-of"Way negotiations
required design changes.
B.1.3. Design a relocation of the sanitary sewer line at the south end ofthe PROJECT.
onetime staking of the Construction Reference Line and all Right-of-Way and
Permanent Easement lines for aid in Utility Relocation.
6
Rates include overhead and profit.
$ 91.00/hr.
$ 78.00/hr.
$ 65.00/hr.
$ 55.00/hr.
$ 46.40/hr.
$ 33.80/hr.
$ 95.00/hr.
$ 31.20/hr.
ENGINEER IV
ENGINEER III
ENGINEER II
TECHNICIAN IV
TECHNICIAN II
TECHNICIAN I
SURVEY TEAM (2 men)
CLERICAL I
C.2. SCHEDULE OF RATES. At the request of the CITY, the ENGINEER will
negotiate fees for any additional work not covered by this AGREEMENT, which
may be required by the CITY. Alternatively, additional work will be performed
at the written request of the CITY based on the hourly rates contained herein.
Rates are subject to change on the First day of January of each calendar year.
Rates to be charged shall be the rates in affect at the time such services are
requested and approved.
$22,408.
Additional Design Work
C.l. FEES FOR ADDITIONAL SERIVCES.
C. COMPENSATION. The CITY agrees to pay, as compensation for services set
forth in Attachment B, the following fees on a lump sum basis, payable monthly
as thc work progresscs and within 30 calendar days of the receipt of the
ENGINEER'S invoice.
COMPENSATION
ATTACHMENT C
$
$
$
$
$
$
$
Std, Hourly
Rate
$ 88.40
$ 8502
$ 65,00
$ 78.00
$ 44.20
$ 44.98
$ 52.00
o MH@
o MH@
o MH@
o MH@
o MH@
o MH@
Q MH@
o MH
Total of Other Pass-through Expenses.
Other Pass-through Expenses:
Survey Staking
Total Direct Labor Expenses
Engineer IV
Engineer III
Engineer II
Technician II
Technician II
Land Surveyor
Subtotal Labor
Labor Related Expenses (Construction):
Total of Other Pass-through Expenses.
Survey Staking
Traffic Signal
- Final Plans Full
- Plan Mylars
- Construction Plans
- Construction Documents
Other Pass-through Expenses:
Reproduction
Total Direct Labor Expenses
Engineer IV
Engineer IV
Engineer II
Engineer III
Technician II
Technician II
Land Surveyor
Subtotal Labor
Labor Related Expenses (Final Plans):
Total Direct Labor Expenses
Engineer IV
Engineer IV
Engineer II
Engineer III
Technician II
Technician II
Land Surveyor
Subtotal Labor
City of Owasso, North Garnett Road Waterline Extension, East 86th Street North to East 96th Street North
Labor Related Expenses (Plan-In-Hand):
City of Owasso - N. Garnett Rd. Waterline Extension, E. 86th Street N. to E. 96th Street N.
Exhibit B - Fee Proposal
This request is for City Council approval of the attached contracts for the sale of real
property, authorization for the Mayor to execute each contract, and authorization for
payment to be made. The proposed contracts are attached for your review.
REQUEST
1. Faith Lutheran Church--$42,000.00;
2. Lynn B. Freeman/Freeman Construction--$19,800.00;
3. David Golzar--$68,546.00;
4. Morton Family Tmst--$32,980.00;
5. MTC Investments, Inc.--$42,000.00
6. Owasso 7 L.L.C.--$483,838.00;
7. Owasso 20 L.L.C.--$286,880.00;
8. Seayco-Owasso Market II--$74,190.69; and,
9. Betty Smith--$533,496.25.
PURCHASE PRICE
The city staff is cUlrently involved in the acquisition of rights of way for the E. 96th Street
North and N. Garnett Road Intersection Project and the N. Garnett Road Widening
Project. As a pari of those acquisitions, negotiations for the purchase of land from Faith
Lutheran Church, 4200 square feet, Lynn B. Freeman Revocable Living Trust as well as
Freeman Construction Company, 1980 square feet, David Golzar, 6854.6 square feet,
Morton Family Trust, 3298 square feet, MTC Investments, Inc., 4200 square feet,
Owasso 7 L.L.C., 40,281 square feet, Owasso 20 L.L.C., 28,688 square feet, and Seayco-
Owasso Market II, 7419.069 square feet, and Betty Smith, 51,229.545 square feet, have
been successfully completed.
BACKGROUND:
2005
JANUARY
DATE:
SUBJECT: RIGHT OF WAY AQUISTION FOR THE Eo 96TH STREET NORTH
AND N, GARNETT ROAD IMPROVEMENT PROJECT THE
ROAD WIDENING PROJECT,
FROM: RODNEY J, RAY
CITY MANAGER
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OW ASSO
MEMORANDUM
A. Contract-Faith Lutheran Church;
B. Contract-Lynn Freeman/Freeman Construction;
Contract-David Golzar;
Contract-Morton Family Tmst;
Contract-MTC Investments, Inc.;
F. Contract-Owasso 7 L.L.C.;
G. Contract-Owasso 20 L.L.C.;
H. Contract-Seayco-Owasso Market II; and,
1. Contract-Betty Smith.
ATTACHMENT
Staff will recommend City Council approval of the contracts for the purchase of the
rights of way, City Council authorization for the Mayor to execute the Contracts, and
authorization for payment of the purchases.
RECOMMENDATION
A. The City, at its sole expense, will constmct a 6 inch deep asphalt driveway, 30 feet in
width with 25 foot radii, from 22nd Street to the South parking lot of the Church. The
constmction of this driveway must take place prior to any work being allowed in the
Temporary Constmction Easement area as described and depicted in Exhibit B. All
asphalt materials placed on Faith Lutheran Church property will be placed with an
Asphalt Laydown Machine. Motor graded, bladed or handworked areas will be confined
to areas not accessible to utilizing a laydown machine. The driveway construction to be
performed shall be performed by City of Owasso and/or Owasso Public Works Authority
personnel or alternatively independent contractors of the City. The Seller hereby grants
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory form, conveying to
the City all of said property, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Seller shall deliver to City quiet and
peaceable possession of all of said property.
The Seller, for no additional consideration, grants unto the City a temporary constmction
easement in, over, and through the real property as depicted and described in Exhibit B
hereto.
together with all improvements thereon and hereditaments and appmienances
there unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to same.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
warranty deed the following described real property in Owasso, Tulsa County, State of
Oklahoma, to-wit:
WITNESSTH
That for and in consideration of the sum of Forty"two Thousand and 00/100 Dollars
($42,000.00), as well as additional consideration to be provided by the City as more
specifically set fOlih hereinafter, to be paid by the City to the order of Seller, as
hereinafter provided, the parties have agreed as follows:
THIS AGREEMENT, by and between Faith Lutheran Church., hereinafter referred to
as Seller, and the City of Owasso, Oklahoma, a municipal corporation, hereinafter
referred to as City.
CONTRACT
2
Randal L. Miller, Tmstee Chairman
SELLER:
Faith Lutheran Church
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this___day of Febmary 2005.
B. Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be pelmitted the right to enter upon the above described
propeliy prior to the Closing of this transaction as above stated to constmct a street
project for the Garnett Street Widening Project. The City of Ow as so and/or the Owasso
Public Works Authority covenants and agrees to indemnify, defend and hold Seller
harmless from and against all cost, loss, expenses and claims (actual or threatened)
incurred by said Seller with respect to the work to be performed herein prior to the
Closing.
unto the City/Owasso Public Works Authority, or its independent contractors, a
Temporary Easement over the lands of Seller to accomplish the foregoing constmction.
All surfacing and base removed from the area depicted in Exhibit B will be replaced in
"like kind" to the material removed. This easement will be utilized only for the
constmction and incidental grading work necessary to confOlID Faith Lutheran Church
propeliy to the relative profile grade elevations of Garnett Road. This easement will not
be allowed as a storage area for materials or equipment, or act as a staging area for other
operations of work. The maximum time for work to be completed in the area deemed
"temporary constmction easement, as depicted and described in Exhibit B" will be 180
days, which will be counted from the first day this area is disturbed or its use is rest11cted
in any way. The provisions ofthis subsection shall survive the closing ofthis transaction.
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
3
Shelry Bishop, City Clerk
----~--_.-.~~~~
Attest:
Exhibit" A"
L.S. No. 1532
L.S,
The North 420 feet of the West 467.25 feet of the East 517.25 feet of the North 660 fee
of the South Half (S/2) of the Northeast Quarter (NE/4) of Section 19, Township 21
Range 14 East of the Indian Base and Meridian, Tulsa County, Oklahoma, according t(
the U. S. Government Survey thereof, containing 4.5 more or
The east 10 feet of a parcel of land, containing 0.1 Acres, more or less, lying in the S/2 of
the NE/4 of Section 19, Township 21 North, Range 14 East in Tulsa County, Oklahoma,
Said parcel of land being described as follows: ..
Parcel No.6
James B. Pearson, L.S.
L.S. No. 1532
EXHIBIT "B"
The North 420 feet of the West 467.25 feet of the East 517.25 feet of the North 660 feet
of the South Half (SI2) of the NOliheast Quarter (NE/4) of Section 19, Township 21,
Range 14 East of the Indian Base and Meridian, Tulsa County, Oklahoma, according to
. the U. S. Govemment Survey thereof,containing Acres, more or less.
The west 30 feet of the east 40 feet ofthe South 250 feet of the North 420 feet of a parcel
o fl and , containing 0.17 Acres, more or less, lying in the S/2 of the NE/4 of Section 19,
Township 21 North, Range 14 East in Tulsa County, Oklahoma, Said parcel of land being
described as follows:
Parcel No. 6.1.
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project for the Garnett Street Widening Project. The City of Owasso and/or the Owasso
Public Works Authority covenants and agrees to indemnify, defend and hold Sellers
harmless from and against all cost, loss, expenses and claims (actual or threatened)
incurred by said Sellers with respect to the work to be performed herein prior to the
Closing.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Sellers shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory form, conveying to
the City all of said property, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Sellers shall deliver to City quiet and
peaceable possession of all of said property.
together with all improvements thereon and hereditaments and appurtenances
there unto belonging, free and clear of all liens, mOligages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to same by
through and under Sellers.
See Exhibit A attached hereto,
1. SALE. Sellers will sell, transfer and convey to the City by good and sufficient
special wananty deed the following described real property in Owasso, Tulsa County,
State of Oklahoma, to-wit:
WITNESSTH
That for and in consideration of the sum of Nineteen Thousand, Eight Hundred and
00/100 Dollars ($19,800.00) to be paid by the City to the order of Sellers, as hereinafter
provided, the parties have agreed as follows:
THIS AGREEMENT, by and between Lynn B. Freeman Irrevocable Living Tmst as
well as Freeman Constmction Company hereinafter collectively referred to as Sellers,
and the City of Owasso, Oklahoma, a municipal corporation, hereinafter refened to as
City.
CONTRACT
2
Sherry Bishop, City Clerk
Attest:
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
Lynn B. Freeman, Trustee and
President, Respectively
SELLERS:
Lynn B. Freeman Irrevocable
Living Trust and Freeman
Construction
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this day of Febmary, 2005.
Exhibit!! A"
James B. Pearson, L.S.
L.S. No. 1532
The east 10 feet of Lot I, Block I, Ator Commercial Center, a Replat of Lot 1, Block 1,
Ator Heights Fourth and a part of Lot 1, Block 1, Ator Heights Third Additions to the
City of Owasso, Tulsa County, State of Oklahoma, a~ording to the recorded Plat thereof,
containing 0.04 Acres, more or less.
Parcel No.4
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this _day of February, 2005.
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be pelmitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project popularly known as the Gamett Road Widening Project. The City of Ow as so
andlor the Owasso Public Works Authority covenants and agrees to indemnify, defend
and hold Seller harmless from and against all cost, loss, expenses and claims (actual or
threatened) incurred by said Seller with respect to the work to be performed herein prior
to the Closing.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory fOlm, conveying to
the City all of said propeliy, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Seller shall deliver to City quiet and
peaceable possession of all of said property.
together with all improvements thereon and hereditaments and appmienances
there unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to same.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
warranty deed the following described real property in Owasso, Tulsa County, State of
Oklahoma, to-wit:
WITNESSTH
That for and in consideration of the sum of Sixty-eight Thousand, Five Hundred
Forty-six and 00/1 00 Dollars ($68,546.00) to be paid by the City to the order of Seller, as
hereinafter provided, the parties have agreed as follows:
THIS AGREEMENT, by and between David Golzar, hereinafter referred to as Seller,
and the City of Owasso, Oklahoma, a municipal corporation, hereinafter referred to as
City.
CONTRACT
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
David Golzar
SELLER:
David Golzar
2
Sherry Bishop, City Clerk
Attest:
Exhibit !fA!f
Said Parcel 9 containing 6854.60 square feet or 0.16 Acres, more or less, of new right-of-
way.
Beginning at the Southwest comer of said NW/4 NW/4 SW/4; thence South 89*58'10"
East for 480.95 feet to the Westerly Right-.of.Way line of Highway 169, said point also
being the Southeast comer of Lot 1, Block 1, Morton View Addition to the City of
Owasso; thence South 27*35'29" West a distance of 0.00 feet; thence Southwesterly
along said Right-of-Way on a curve to the left having a radius of 5,230.51 feet and a
central angle of 4*09'35" for a distance of379.16 feet; thence North 89*58'10" West for
317.43 feet to the West Line of said NW/4 SW/4; thence due North along said West line
for 342.73 feet to the Point of Beginning; less the West 30 feet for roadway purposes.
The East 20 feet of the West 50 feet of a parcel of land, containing 2.86 Acres, more or
less, lying in the Northwest Qumier of the Southwest Quarter (NW/4, SW/4) of Section
Twenty (20), Township Twenty-One (21) North, Range Fourteen (14) East of the Indian
Base and Meridian, Tulsa County, State of Oklahoma, according to the United States
Govermnent Survey thereof, more particularly described as follows, to.wit:
Parcel No.9
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to construct a street
project for the Garnett Street Widening Project. The City of Owasso andlor the Owasso
Public Works Authority covenants and agrees to indemnify, defend and hold Seller
harmless from and against all cost, loss, expenses and claims (actual or threatened)
incurred by said Seller with respect to the work to be performed herein prior to the
Closing.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory form, conveying to
the City all of said property, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Seller shall deliver to City quiet and
peaceable possession of all of said property.
together with all improvements thereon and hereditaments and appurtenances
there unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to same by
through and under Seller.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
special warranty deed the following described real property in Owasso, Tulsa County,
State of Oklahoma, to-wit:
WITNESSTH
That for and in consideration ofthe sum of Thirty Two Thousand, Nine Hundred
Eighty and 00/100 Dollars ($32,980.00) to be paid by the City to the order of Seller, as
hereinafter provided, the parties have agreed as follows:
THIS AGREEMENT, by and between Morton Family Trust, hereinafter referred to as
Seller, and the City of Owasso, Oklahoma, a municipal corporation, hereinafter referred
to as City.
CONTRACT
2
Sheny Bishop, City Clerk
Attest:
Susan Kimball, Mayor
BUYER: City of Owasso9 Oklahoma
SELLER:
Morton Family Trust
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this day of January, 2005.
Exhibit II AH
The east 20 feet of the west 50 feet of a parcel of land lying in the South Half (S/2) of the
South Half (S/2) of the Northwest Quarter of the Northwest Quarier of the Southwest
Quarter (NW/4, NW/4, SW/4) of Section 20, Township 21 North, Range 14 East of the
Indian Base and Melidian, Owasso, Tulsa County, Oklahoma, according to the U. S.
Government Survey thereof, LESS AND EXCEPT the West 30 feet thereof for highway
purposes, containing 3298.0 square feet or 0.08 Acres, more or less.
Parcel No.8
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a waterline
project for the Garnett Street Widening Project. The City of Owasso andlor the Owasso
Public Works Authority covenants and agrees to indemnify, defend and hold Seller
harmless from and against all cost, loss, expenses and claims (actual or threatened)
incurred by said Seller with respect to the work to be performed herein prior to the
Closing. The City agrees that the waterline construction and installation upon Seller's
property will be completed within sixty (60) days of initiation of the waterline
constmction and installation work upon Seller's property. The City will retain the right
to go upon said property to perform pavement replacement and clean up activities until
conclusion of the Garnett Street Widening Project.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient document conveying a perpetual easement for public
purposes to the City all of said property, free and clear of all liens, mortgages, easements,
assessments and encumbrances of every kind and character.
free and clear of all liens, mortgages, easements, assessments and encumbrances of every
kind and character whatsoever, and to warrant the title to same.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
documentation a perpetual easement for public purposes in, on, over and through the
following described real property in Owasso, Tulsa County, State of Oklahoma, to-wit:
WITNESSTH
That for and in consideration of the sum of Forty-two Thousand and 001100 Dollars
($42,000.00), as well as additional consideration to be provided by the City as more
specifically set forth hereinafter, to be paid by the City to the order of Seller, as
hereinafter provided, the parties have agreed as follows:
THIS AGREEMENT, by and between MTC Investments, Inc., hereinafter referred to
as Seller, and the City of Owasso, Oklahoma, a municipal corporation, hereinafter
referred to as City.
CONTRACT
Sherry Bishop, City Clerk
Attest:
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
Rick Mahar, President
SELLER:
MTC
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this_____ _.dayof 2005.
Exhibit ft Aft
Ja)1les B. Pearson, L'".S.
L.S. No. 1532
The east 10 feet of the east 165 feet of Lot 1, Block 1, Heritage Addition, an addition to
the City of Owasso, Tulsa County, State of Oklahoma, according to the recorded Plat
thereof, containing 0.04 Acres, more or less. ".
Parcel No.5
B. The City shall increase the stOlm sewer capacity between the Seller's tract and the
Owasso 20, LLC property to accommodate the fully urbanized upstream water run off
by providing for a storm water conveyance system of sufficient size consisting of a
pipeline from the southwest comer of the Seller's tract to the east side of Gamett
A. Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project for the 96th and Garnett Street Intersection and Widening Projects. The City
of Owasso andlor the Owasso Public Works Authority hereby indemnifies, defends
and holds Seller harmless from and against all cost, loss, expenses and claims (actual
or threatened) incuned by Seller with respect to the work to be perfOlmed herein prior
to the Closing;
3. SPECIAL CONDITIONS.
2. CLOSING. The Closing shall occur on a mutually acceptable date, but in no event
later than March 1, 2005. At Closing, Seller shall execute, acknowledge and deliver
to City a good and special warranty deed in statutory fonn, conveying to the City all
of said property, free and clear of all taxes, liens and encumbrances. Concunently
with the delivery of said deed, Seller shall deliver to City quiet and peaceable
possession of all of said property.
together with all improvements thereon and hereditaments and appurtenances there
unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to
same by through and under Seller.
See Exhibit A attached hereto,
1. SALE. In consideration of the sum of Four Hundred Eighty-Three Thousand, Eight
Hundred Thirty-Eight and 00/100 Dollars ($483,838.00), $10.00 per square foot for
20,024 square feet and $14.00 per square foot for 20,257 square feet, to be paid by the
City to the order of Seller, as hereinafter provided, the parties have agreed that Seller
shall sell, transfer and convey to the City by good and sufficient special warranty
deed the following described real property in Owasso, Tulsa County, State of
Oklahoma, to-wit:
WITNESSETH
THIS AGREEMENT, by and between Owasso 7, LLC, an Oklahoma limited liability
company, hereinafter referred to as Seller, and the City of Owasso, Oklahoma, a
municipal corporation, hereinafter refened to as City.
CONTRACT
2
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this_nday of Febmary, 2005.
The provisions of Section 3 shall survive the Closing of this transaction.
F. 1031 EXCHANGE- The City agrees that Seller may designate prior to Closing that
this transaction shall be conducted as a Section 1031 Exchange under the Internal
Revenue Code of 1986, as amended, provided that Seller pay all costs associated with
the Section 1031 Exchange and the Closing is not delayed. If Seller elects such
option, the City shall cooperate with Seller to effect the Section 1031 Exchange. All
costs and expenses in connection with such Section 1031 Exchange shall be the
responsibility of Seller. Seller shall indemnify the City from and against any and all
loss, liability, damage, cost or expense suffered or incurred by the Section 1031
Exchange.
E. At the time that the Seller designates to the City a predetermined time for the
annexation of Seller's tract, the City, within a reasonable amount of time from such
notification, shall cooperate and suppoli the annexation request as well as cooperate
and suppOli a request from the Seller, subsequent to annexation, for a rezoning of the
tract to Commercial High Intensity "CH" with developmentally adequate curb cuts.
D. At the time the Seller notifies the City of its intentions to develop the Seller's tract,
the City, within 120 days from such notification, shall, at City's sole cost and
expense, cause the existing overhead electrical lines on or abutting the Seller's tract to
be located underground in the then existing right of way; and,
C. The City, at its sole cost and expense, shall deposit all excess fill material from the
excavation associated with the Gamett Road Widening Project onto the southwest
corner of Seller's tract. Any fill material in excess of 35,000 cubic yards shall be
deposited on the front one hundred feet of the Owasso 20, LLC property;
Road as well as constructing an adequately sized box culvert approximately 565 feet
south of the intersection of Garnett Road and 96th Street North. In conjunction
herewith, the City hereby assures to Seller that the on-site storm water detention
requirements of the Seller's tract from which the right of way is hereby being
obtained, refened to as Parcel No. 4 of the 96th and Garnett Road Intersection
Improvements Project, as well as the tract ofland owned by Betty Smith from which
right of way for the referred to project is also being obtained as Parcel 9 thereof, may
be accommodated offsite by detention on a tract of land owned by Owasso 20, LLC
and refened to as Parcel 10 in the Gamett Road Widening Project;
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
John C. Bumgarner, Jr., Manager
SELLER: Owasso 7, LLC
3
Sherry Bishop, City Clerk
Attest:
E826B (57)
1/27/05:RM:sky
2114.17 96th St N Garnett-Spears Tract
Exhibit "A"
OF LAND.
SECTION 17 FOR 644.82' TO THE "POINT OF BEGINNING" OF SAID TRACT
PERPENDICULAR FROM THE WESTERLY LINE OF
MEASURED 16.50 '
SECTION 17 FOR 315.51'; THENCE DUE NORTH AND PARALLEL WITH AS
PERPENDICULAR FROM THE SOUTHERLY LINE OF
MEASURED 16.50 '
S 00006'01" E FOR 43.50'; THENCE S 89055'59" W PARALLEL WITH AS
THENCE
243.61' ;
FOR
LINE
SOUTHERLY
SAID
WITH
PARALLEL
THE SOUTHERLY LINE OF SECTION 17; THENCE N 89055'59"E AND
S 45002'02" E FOR 40.03' TO A POINT THAT IS 60.00' NORTHERLY OF
THENCE
573.00';
FOR
SECTION 17
OF
LINE
WESTERLY
THE
"POINT OF BEGINNING" OF SAID TRACT OF LAND; THENCE CONTINUING
N89055'44" E ALONG SAID NORTHERLY LINE FOR 43.50'; THENCE DUE
SOUTH AND PARALLEL WITH AS MEASURED 60.00' PERPENDICULAR FROM
STARTING AT THE SOUTHWEST CORNER OF SAID SECTION 17; THENCE DUE
NORTH ALONG THE WESTERLY LINE OF SECTION 17 FOR 661.32' TO THE
NORTHWEST CORNER OF THE SW/4 OF THE SW/4 OF THE SW/4; THENCE
N 89055'44" E ALONG THE NORTHERLY LINE THEREOF FOR 16.50' TO THE
A TRACT OF LAND THAT IS PART OF THE SW/4 OF THE SW/4 OF THE SW/4
OF SECTION 17, T-21-N, R-14-E OF THE INDIAN BASE AND MERIDIAN,
CITY OF OWASSO, TULSA COUNTY, OKLAHOMA, SJ..\.ID TRACT OF LAND BEING
MORE PARTICULARLY DESCRIBED AS FOLLOWS, TO-WIT:
(OWASSO 7 - 96TH STREET NORTH & GARNETT ADDITIONAL R/W)
LEGAL DESCRIPTION
B. The City hereby assures to Seller that any current or future onsite storm water
detention requirements of the Owasso 7, LLC property referred to as Parcel No.4 of
the 96th and Garnett Road Intersection Improvements Project, as well as the tract of
land owned by Betty Smith from which right of way for the refened to proj ect is also
being obtained as Parcel 9 thereof, may be accommodated offsite by detention on the
A. Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project for the Garnett Street Widening Project. The City of Owasso andlor the
Owasso Public Works Authority hereby indemnifies, defends and holds Seller
harmless from and against all cost, loss, expenses and claims (actual or threatened)
incurred by Seller with respect to the work to be perforn1ed herein prior to the
Closing;
3. SPECIAL CONDITIONS:
2. CLOSING. The Closing shall occur on a mutually acceptable date, but in no event
later than March 1, 2005. At Closing, Seller shall execute, acknowledge and deliver
to City a good and special wananty deed in statutory form, conveying to the City all
of said propeliy, free and clear of all taxes, liens and encumbrances. Concurrently
with the delivery of said deed, Seller shall deliver to City quiet and peaceable
possession of all of said property.
together with all improvements thereon and hereditaments and appmienances there
unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to
same by through and under Seller.
See Exhibit A attached hereto,
1. SALE. In consideration of the sum of Two Hundred Eighty-Six Thousand, Eight
Hundred Eighty and 00/1 00 Dollars ($286,880.00), 28,688 square feet at $10.00 per
square foot, to be paid by the City to the order of Seller, as hereinafter provided, the
pariies have agreed that Seller shall sell, transfer and convey to the City by good and
sufficient special wananty deed the following described real property in Owasso,
Tulsa County, State of Oklahoma, to-wit:
WITNESSETH
THIS AGREEMENT, by and between Owasso 20, LLC, an Oklahoma limited
liability company, hereinafter referred to as Seller, and the City of Owasso, Oklahoma, a
municipal corporation, hereinafter refened to as City.
CONTRACT
The provisions of Section 3 shall survive the Closing of this transaction.
F. 1031 EXCHANGE- The City agrees that Seller may designate prior to Closing that
this transaction shall be conducted as a Section 1031 Exchange under the Intemal
Revenue Code of 1986, as amended, provided that Seller pay all costs associated with
the Section 1031 Exchange and the Closing is not delayed. If Seller elects such
option, the City shall cooperate with Seller to effect the Section 1031 Exchange. All
costs and expenses in connection with such Section 1031 Exchange shall be the
responsibility of Seller. Seller shall indemnify the City from and against any and all
loss, liability, damage, cost or expense suffered or incurred by the Section 1031
Exchange and such indemnity shall survive the Closing."
E. The Seller, for no additional consideration, hereby grants unto the City an Option to
Purchase the eleven (11) acres on the westem half, i.e., the "back half', to utilize
same exclusively as a regional park and storm water detention facility for a price of
$1,437,480.00. The City hereby agrees that the Regional Park and stonn water
detention facility may accommodate the Seller's tract, the Ow as so 7, LLC propeliy
and the Betty Smith property's onsite stOlm water detention requirements. In
addition, the City agrees to reimburse Seller for a pOliion of any storm water
conveyance system improvements that Seller installs in an amount that is equal to but
not greater than the amount Seller expends on the storm water conveyance system
improvements for capacity which is in excess of Seller's requirements to meet
Seller's foregoing desired storm water detention. Such Option to Purchase may be
exercised by the City at any time within five (5) years from the date hereof by the
City giving written note to the Seller of City's intent to exercise said option. In the
event such Option to Purchase is exercised by the City, Seller and City shall enter into
a mutually agreeable contract regarding same. The Option to Purchase granted
hereby is not assignable by City without the prior written consent of the Seller or
Seller's assignees or successors in interest.
At the time that the Seller designates to the City a predetermined time for the
annexation of Seller's tract, the City, within a reasonable amount of time from such
notification, shall cooperate and support the annexation request as well as cooperate
and suppOli a request from the Seller, subsequent to annexation, for a rezoning of the
Seller's tract to (1) Commercial General "CG" of the east ten (10) acres of Seller's
tract and (2) Residential Multi-Family of the west ten (10) acres of Seller's tract with
developmentally adequate curb cuts; and,
C. The City shall, at City's sole cost and expense, shall cause the electrical lines east and
parallel to the Seller's tract to remain on the eastem side of Gamett Road in the then
existing right of way and parallel to Seller's tract;
back half of the Seller's. In conjunction herewith, the City hereby assures to Seller
that the Owasso 7, LLC propeliy and the Betty Smith property may utilize then
existing public rights of way to enable said properties to access the storm water
detention facilities on the western half, i.e., the "back" half of Seller's tract;
Sherry Bishop, City Clerk
Attest:
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
John C. Bumgarner, Jr., Manager
SELLER: Owasso 20, LLC
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this___day of Febmary, 2005.
E825B (57)
1I27/05:RM:sky
2114.17 96th St N Garnett-Harrell Tract
Exhibit" A"
FROM THE EASTERLY LINE OF SECTION 19 FOR 659.49' TO A POINT ON
THE NORTHERLY LINE OF THE S/2 OF THE NE/4 OF THE NE/4; THENCE
S 89059'19" E ALONG SAID NORTHERLY LINE FOR 43.50' TO THE "POINT
OF BEGINNING" OF SAID TRACT OF LAND.
SAID TRACT OF LAND; THENCE S 00005'04" E AND PARALLEL WITH THE
EASTERLY LINE OF SECTION 19 FOR 659.49' TO A POINT ON THE
SOUTHERLY LINE OF THE S/2 OF THE NE/4 OF THE NE/4; THENCE
N 89058'53" W ALONG SAID SOUTHERLY LINE FOR 43.50'; THENCE
N 00005'04" W AND PARALLEL WITH AS MEASURED 60.00' PERPENDICULAR
NORTHERLY LINE THEREOF FOR 16.50' TO THE "POINT OF BEGINNING" OF
THENCE N 89059' 19" W ALONG THE
NE/4 OF SAID SECTION 19;
STARTING AT THE NORTHEAST CORNER OF THE S/2 OF THE NE/4 OF THE
A TRACT OF LAND THAT IS PART OF THE WESTERLY 43.50' OF THE
EASTERLY 60.00' OF THE S/2 OF THE NE/4 OF THE NE/4 OF
SECTION 19, T-21-N, R-14-E OF THE INDIAN BASE AND MERIDIAN, CITY
OF OWASSO, TULSA COUNTY, OKLJ.\HOMA, SAID TRACT OF LAND BEING MORE
PARTICULARLY DESCRIBED AS FOLLOWS, TO-WIT:
(OWASSO 20 - ADDITIONAL GARNETT R/W)
LEGAL DESCRIPTION
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this day of February, 2005.
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project for 96th Street North. The City of Ow ass 0 andlor the Owasso Public Works
Authority covenants and agrees to indemnify, defend and hold Seller harmless from and
against all cost, loss, expenses and claims (actual or threatened) incurred by said Seller
with respect to the work to be performed herein prior to the Closing.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory form, conveying to
the City all of said property, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Seller shall deliver to City quiet and
peaceable possession of all of said property.
together with all improvements thereon and hereditaments and appurtenances
there unto belonging, free and clear of allliens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to wanant the title to same by
through and under Seller.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
special warranty deed the following described real property in Owasso, Tulsa County,
State of Oklahoma, to-wit:
WITNESSTH
That for and in consideration of the sum of Seventy Four Thousand, One Hundred
Ninety and 69/1 00 Dollars ($74,190.69) to be paid by the City to the order of Seller, as
hereinafter provided, the patiies have agreed as follows:
THIS AGREEMENT, by and between Seayco- The Owasso Market, L.L.c., an
Oklahoma limited liability company, hereinafter refened to as Seller, and the City of
Owasso, Oklahoma, a municipal corporation, hereinafter referred to as City.
CONTRACT
Susan Kimball, Mayor
BUYER: City of Owasso, Oklahoma
Christopher Seay, Manager
SELLER:
Seayco~ The Owasso Market, L.L.C
2
Sheny Bishop, City Clerk
Attest:
EXI--IIBIT A
Said tract contains 7,419.069 square feet or 0.17 acres more or less.
Commencing from the Southwest Comer of said Section 17, Thence Easterly along the South line of the
SW/4 a distance of 1325.31 feet, Thence N 01014'37" W a distf!.nce of 50.00 feet to a point on the present
right-of-way line of East 96th Street North and the Pointpf Beginning; Thence N 01010'34" W a distance
of 10.00 feet, Thence N 88045'23" E a distance of 167.79 feet, Thence N 01014'37" W a distance of 40.00
feet, Thence N 88045'23" E a distance of 78.09 feet, Thence S 0I014'3"l" E a distance of 40.00 feet,
Thence N 88045'23" E a distance of 183.64, Thence S 01004'48" E a distance of 10.00 feet, Thence
S 88045'23" W a distance of 429.53 feet to the Point of Beginning.
Lot 1, Block 2, Owasso Market II a subdivision in part of the Southeast (SE/4) of Section 17, Township 21
North, Range 14 East, Tulsa County, Oklahoma, more particularly described as follows:
Parce18.0
EXHIBIT A
Said tract contains 6,710.708 square feet or 0.15 acres more or less.
Commencing from the Southwest Corner of said Section 17, Thence Easterly along the South line of the
SW/4 a distance of 1325.31 feet, Thence N 01014'37" W0 distance of 60.00 feet to the Point of
Beginning; Thence N 01010'34" W a distance of 40.00,Jeet,_ Thence N 88045'23" E a distance of 167.74
feet, Thence SOl 014'37" E a distance of 40.00 fe.et, Thence S 88045 '23" W a distance of 167.79 feet to the
Point of Beginning.
A part of the Southeast (SE/4) of Section 17, Township 21 North, Range 14 East, Tulsa County, Oklahoma,
more particularly described as follows:
Parcel 8.1
EXHIBIT A
Said tract contains 7,347.715 square feet or 0.17 acres more or less.
Commencing from the Southwest Comer of said Section 17, Thence Easterly along the South line of the
SW/4 a distance of 1571.27 feet, Thence N 01014'37" W ~ distance of 60.00 feet to the Point of
Beginning; Thence N 01010'34" W a distance of 40.00}eet, Thence N 88045'23" E a distance of 183.75
feet, Thence S 01004'48" E a distance of 40.00 feet, Thence S 88045'23" W a distance of 183.64 feet to the
Point of Beginning.
A part of the Southeast (SE/4) of Section 17, Township 21 North, Range 14 East, Tulsa County, Oklahoma,
more particularly described as follows:
Parce18.2
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this day of February, 2005.
Employees, agents or contractors representing the City of Owasso and lor the Owasso
Public Works Authority shall be permitted the right to enter upon the above described
property prior to the Closing of this transaction as above stated to constmct a street
project for 96th Street North as well as the Garnett Widening Project. The City of
Owasso andlor the Owasso Public Works Authority covenants and agrees to indemnify,
defend and hold Seller harmless from and against all cost, loss, expenses and claims
(actual or threatened) incurred by said Seller with respect to the work to be performed
herein prior to the Closing.
3. SPECIAL CONDITIONS:
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient warranty deed in statutory form, conveying to
the City all of said property, free and clear of all taxes, liens and encumbrances.
Concurrently with the delivery of said deed, Seller shall deliver to City quiet and
peaceable possession of all of said property.
together with all improvements thereon and hereditaments and appmienances
there unto belonging, free and clear of all liens, mortgages, easements, assessments and
encumbrances of every kind and character whatsoever, and to warrant the title to same.
See Exhibit A attached hereto,
1. SALE. Seller will sell, transfer and convey to the City by good and sufficient
warranty deed the following described real property in Owasso, Tulsa County, State of
Oklahoma, to-wit:
WITNESSTH
That for and in consideration ofthe sum of Five Hundred Thirty-three Thousand,
Four Hundred Ninety.six and 25/100 Dollars ($533,496.25) to be paid by the City to the
order of Sellers, as hereinafter provided, the parties have agreed as follows:
THIS AGREEMENT, by and between Betty Jane Smith, a Widow, hereinafter
referred to as Seller, and the City of Owasso, Oklahoma, a municipal corporation,
hereinafter referred to as City.
CONTRACT
Susan Kimball, Mayor
BUYER: City of Owasso9 Oklahoma
Betty Jane Smith
SELLER:
Betty Jane Smith
2
Sherry Bishop, City Clerk
Attest:
..
EXHIBIT A
Said tract contains 51,229.545 square feet or 1.18 acres more or less of new right-of-way.
Commencing from the Northwest Comer of said Section 20; Thence Easterly along the North line of the
NW /4 a distance of 50.00 feet; Thence SOlO 14 '37" E a distance of 50.00 feet to the Point of Begirming;
Thence Easterly and parallel to the North line of said Section 20 a distance of 1659.03 feet; Thence S
01014'37" E a distance of20.00 feet; Thence S 88045'23" W a distance of52.17 feet; Thence N 01014'37"
W a distance of 10.00 feet: Thence Westerly and parallel to the North line of said Section 20 a distance of
478.56 feet; Thence S 01014'37" E a distance of 10.00 feet; Thence Westerly and parallel to the North line
of said Section 20 a distance of 128.26 feet; Thence N 85031 '59" W a distance of 100.50 feet; Thence
Westerly and parallel to the North line of said Section 20 a distance of861.75 feet; 111ence S 43046'37" W
a distance of 40.01 feet; Thence Southerly and parallel to the West line of said Section 20 a distance of
1498.98 feet; Thence S 88045'23" W a distance of 43.50 feet; Thence Northerly and parallel to the West
line of said Section 20 a distance of 267.65 feet; Thence N 88045'23" E a distance of 23.50 feet; Thence
Northerly and parallel to the West line of said Section 20 a distance of769.62 feet; Thence N 88045'23" E
a distance of 10.00 feet; Thence Northerly and parallel to the West line of said Section 20 a distance of
500.00 feet to the Point of Beginning.
A part of the NOlihwest (NW /4) of Section 20, Township 21 North, Range 14 East, Tulsa County, Oklahoma,
more particularly described as follows:
Parcel 9.0
$4,946,617.00
AP AC-Oklahoma, Inc.
$4,691,722.80
Becco Contractors, Inc.
Two bids were received and opened at 2:00 PM CDT on January 21, 2005 as summarized below:
SOLICITATION OF BIDS:
Notice to Bidders was published in the Owasso Reporter on December 23, 2004 for a bid
opening on January 21, 2005. A mandatory pre-bid meeting was held at Owasso City Hall on
January 12, 2005.
Council approved the Agreement for engineering design services with C2A Engineering on June
1, 2004. Contract documents, including drawings, specifications and bidding documents for
improvements were completed on December 20, 2004. Contract documents are structured with a
unit-price base bid to complete all identified construction work. The base bid includes subtotals
for roadway items, traffic operations, traffic signing and waterline upgrades. The Engineer's
Opinion of Probable Project Cost prepared by C2A Engineering in January 2005 is $5,030,640
for the Total Base Bid.
BACKGROUND:
Included in the Capital Improvements Plan, the project consists of the widening of N. Garnett
Road from E. 86th Street North to E. 96th Street North, complete with the constmction of five
lanes of roadway, new sidewalk, curb and gutter, and signalization improvements at the
intersection with E. 86th Street North (see Attachment A). The work will be integrated with
improvements to E. 96th Street North and N. Garnett Road intersection to be completed prior to
the expected opening of the Smith Farm shopping center (anticipated to be around October
2005).
DATE: January 26, 2005
SUBJECT: BID AWARD
NORTH GARNETT ROAD IMPROVEMENTS
FROM: JOE NURRE, P,K
SENIOR CIVIL ENGINEER
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OW ASSO
MEMORANDUM
ATTACHMENTS:
A. Project Map
B. Engineer's Recommendation of Award
RECOMMENDATIONS:
Staff recommends Council award a contract for construction of N. Garnett Road Improvements
to Becco Contractors, Inc., Tulsa, Oklahoma in the total amount of$4,691,722.80.
FUNDING:
Sufficient funds remain in the Capital Improvements Fund for this project.
A public meeting to inform the residents of the details of the work has been scheduled for
Thursday, Febmary 2005 from 7:00 PM to 9:00 PM at the Faith Lutheran Church, 9222 NOlih
Garnett Road. The successful bidder will be required to pariicipate in the meeting and address
citizens concerns prior to the start of construction.
The consulting engineer completed a Bid Tabulation and provided a Recommendation of Award
on January 25, 2005 (Attachment B). Becco Contractors has met all requirements of the bid
process and was determined to be the lowest responsive, responsible bidder with a bid amount of
$4,691,722.80.
Page 2
Bid Award
North Garnett Road Improvements
5516 SouU, 1 ,~wis ^velluc, Suite 20 I - Tulsn, Oklahoma 74105 - Phon~: (91 R) 712-50RO - Fax: (91 R) 712-5990
cc: Ana Stagg, P. E., Public Works Director
File
Attachments
;;1d
Bill Cyganovich, P.E.
Project Manager
If you have any questions or need additional information, please contact me at
(918) 712-5080.
We recommend the bid be awarded to Becco Contractors, inc. for a total bid of
$4,691,722.80.
The bids appear regular and responsive. There were no obvious weighted bids
on any item. AP AC had an error in the written bid versus the numeric bid for
Item 123. This did not materially change APAC's total and they remain the
second low bidder.
Attached are four signed and sealed copies of the Bid Tabulation for the above
stated project We have also attached the two bidders bid packages.
Dear Joe:
Norih
86th
North Garnett
Bid Tabulation
74055
Joe Nurre
Public Works Department
City of Owasso
. Box 1 80
24 January 2005
:=---~
e,..u."'''''''R'NUl,INr..i"
lllll!-a'}{ 'nln{H,I'PI '~''''1-. 'l>'1.,r,'
A I I At;HMEI\IT B
The consulting engineer completed a Bid Tabulation and provided a Recommendation of Award
on January 25, 2005 (Attachment B). Becco Contractors has met all requirements of the bid
$2,776,294.20
$2,826,429.35
$3,572,588.03
AP AC-Oklahoma, Inc.
Horizon Constmction Inc.
Becco Contractors, Inc.
Three bids were received and opened at 2:00 PM CDT on January 21, 2005 as summarized
below:
SOLICITATION OF BIDS:
Notice to Bidders was published in the Owasso Reporter on December 23, 2004 for a bid
opening on January 21, 2005. A mandatory pre-bid meeting was held at Owasso City Hall on
January 12, 2005.
Engineering design was initiated in August 2002 by C. H. Guernsey & Company. Contract
documents, including drawings, specifications and bidding documents for improvements were
completed on December 20, 2004. Contract documents are structured with a unit-price base bid
to complete all identified constmction work. The base bid includes subtotals for roadway items,
traffic operations, traffic signing and waterline upgrades. The Engineer's Opinion of Probable
Project Cost prepared by C. H. Guernsey & Company in January 2005 is $3,621,975 for the
Total Base Bid.
BACKGROUND:
Included in the Capital Improvements Plan, this project encompasses widening and signalization
upgrade of the intersection at E. 96th Street North and N. Gamett Road, including constmction of
new sidewalk, curb and gutter and drainage improvements (see Attachment A). The work will be
integrated with improvements to N. Gamett Road Improvements to be completed prior to the
expected opening of the Smith Farm shopping center (anticipated to be around October 20(5).
DATE: January 25,2005
BID AWARD
EAST 96TH STREET NORTH
INTERSECTION IMPROVEMENTS
FROM: JOE NURRE, P.E.
SENIOR CIVIL ENGINEER
TO: THE HONORABLE MAYOR AND COUNCIL
CITY OF OW ASSO
MEMORANDUM
ATTACHMENTS:
A. Project Map
B. Engineer's Recommendation of Award
RECOMMENDATIONS:
Staff recommends Council award a contract for construction of N. Garnett Road Improvements
to Becco Contractors, Inc., Tulsa, Oklahoma in the total amount of $2,776,294.20.
FUNDING:
Sufficient funds remain in the Capital Improvements Fund for this project.
A public meeting to infOl1TI the residents of the details of the work has been scheduled for
Thursday, February 3,2005 from 7:00 PM to 9:00 PM at the Faith Lutheran Church, 9222 North
Garnett Road. The successful bidder will be required to participate in the meeting and address
citizens concems prior to the start of construction.
process and was detel1TIined to be the lowest responsive, responsible bidder with a bid amount of
$2,776,294.20.
Page 2
Bid Award
E. 96th Street North and N. Garnett Road
Intersection Improvements
5555 North Gf~nu 8oulovnrd
Oklahoma City, 01< 7:l112.SS07
40S.416.8100
fox 405.416.0111
'NWW .ChQUEH t"Il:'lny .con,
C. H. GUERNSEY & COMPAN}
C:no(nc~'I.~ . !\rohilocls . CO//lilll/alll,
OU!~N$tnf
1.
A I I Al;HMENT B
P(uvicltnQ qU.J/i(y, pro{e::'JsionQI B(lrV!c05 -" GUERNSEY (wl/mork .<,incfI 1928
C~. H. GUERNSEY & C01v1PANY
Sinccl'c.:'ly,
We n:commcnd lh.'lt Conrmct for the' above referenced project be Zl.wc1l'dcd to
D(,,>c('() Contmctors, Inc.
Bjds Were received by the City of OWE\SSO tot' the rderenced pwj(>ct On
J;:m.1.1i1ry 21, 2005. Thrl'~ (3) companies submitted bidst wllkh ha.vc been
CV<lllMl(~d by Ollr 0ffic.c 85 shown on the accompanying bid tabulation. The
npP;ll'('nt low bidder i(; Hecco Contractors, 'Inc. The bid submitted by Becco
COhlr,lclors, Inc. totaled $2/776,294.20.
Dec\r Ml'. Nurre:
Re: E 961h Slt-l'd North Tmprovemcnts
(Norlh Ctlrnctt RUild to North. 1. 191}, Ease AVC't1l1C)
Mr. Joe Nurre, P.E.
City of OWi1S50
Public vVorko.; UCpMl1110nt
301 W. 2.1',.1 AVl'ntlC
OVlli1SS0, OK 74055
Ji\nUi))'Y 2~), 2005
SOLICITATION OF BIDS:
Notice to Bidders was published in the Owasso RepOlier on December 16, 2004 for a bid
opening on January 14, 2005. A mandatory pre-bid meeting was held at Owasso City Hall on
January 5,2005.
In June 2004, Council approved an Agreement for Engineering Services with The Benham
Companies, Inc. for the final design of the North Service Area Water Transmission Line.
Contract documents, including drawings, specifications and bidding documents for these
improvements were completed on December 16, 2004. The documents are structured with a unit-
price bid to complete all identified components of the work. The Engineer's Opinion of Probable
Project Cost prepared by The Benham Companies, Inc. in January 2005 is $1,890,000.00.
BACKGROUND:
As part of the Waster System Improvements (Phase I), this project provides for the constmction
of 3,900 linear feet of 30-inch water transmission piping from the comer of E. 106th Street North
and N. Mingo Road to the site of the new water storage tank currently under construction. Also
included are 5,200 linear feet of 24-inch water transmission piping from the tank to a connection
point with the City of Owasso's water transmission system along N. Garnett Road near E. 98th
Street North. The work will be coordinated to integrate with the extension of a 24-inch
transmission line along N. Garnett Road constmcted concurrently with the road improvements.
Constmction of the remainder of the transmission piping to the City of Tulsa connection vault
and a booster pump station located in the base of the new storage tower will be completed as part
of a separate project to begin in June 2005.
January 27,2005
DATE:
BID AWARD
NORTH SERVICE AREA TRANSMISSION LINE
PHASE I - WATER SYSTEM IMPROVEMENTS
SUBJECT:
JOE NURRE, P.K
SENIOR CIVIL ENGINEER
FROM:
THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OW ASSO
TO:
MEMORANDUM
ATTACHMENTS:
A. Proj ect Map
B. Engineer's Recommendation of Award
RECOMMENDATIONS:
Staff recommends Council award a contract for constmction of the North Service Area Water
Transmission Line - 24 and 30 Inch Lines - Phase I to McGuire Bros. Construction Company of
Sapulpa, Oklahoma in the total amount of$I,698,332.00.
FUNDING:
Funding for the project is provided by Vision 2025.
A public meeting to inform the residents of the details of the work has been scheduled for
Thursday, Febmary 3, 2005 from 7:00 PM to 9:00 PM at the Faith Lutheran Church, 9222 NOlih
Garnett Road. The successful bidder will be required to participate in the meeting and address
citizens concerns prior to the stari of constmction.
The consulting engineer completed a Bid Tabulation and provided a Recommendation of Award
on January 17, 2005 (Attachment B). McGuire Brothers Construction has met all requirements
of the bid process and was detelmined to be the lowest responsive, responsible bidder with an
amount of $1 ,698,332.00.
$1,922,516.05
R. L. Hensley Construction Inc.
$1,800,518.50
W. N. Couch Inc.
$1,698,332.00
McGuire Bros. Construction Co.
Three bids were received and opened at 2:00 PM CDT on January 14, 2005 as summarized
below:
Page 2 of2
Bid Award
North Service Area Transmission Line
US Mail
Hand Carry
Copy for:
Mr. Joe Nurre, City Engineer
TDM/bh
Bid Tabulation Sheet
~~~
Thomas D. Mansur, P.E.
Project Engineer
THE BENHAM COMPANIES, LlC
Sincerely,
We have examined the bids and related documentation and prepared a tabulation of
bids which is enclosed herewith. Accordingly, having found the bids in order, we
recommend that the Authority award the Project to McGuire Brothers Construction
Company. If you have any questions or further guidance, please do not hesitate to
contact me.
The Owasso Public Works Authority received bids for subject project January 14, 2005.
The low bidder was McGuire Brothers Construction Company, Inc., with a bid of
$1,698,332.00. The Engineer's Estimate for the project was $1,890,000.00.
Dear Ms. Stagg:
Award Construction
Upper Service Plane Transmission Lines
Ms. Ana Stagg,
City of Owasso
180
Public Works
January 17,2005
ATTACHMENT B
OUNCIL WITH
THIS AGENDA@
THER ITEM
This is "federalizing" the incident command system that is already established. The
federal government wants this national system to be in place in the entire United States so
that all governmental agencies are on the same page when dealing with a disaster
situation. It allows for any agency that assists, aids, takes over jurisdiction, etc to know
how the management of the event will happen. While many agencies or cities use the
incident command system already, many do not or only use it in a major event. With the
federalizing of this system everyone will know "Who" is in charge of the event as there
There is a big push by the Oklahoma Department of Emergency Management to get this
bill passed and signed into law and it should pass in 2005. All cities and towns will have
to comply with this system or else they will not be eligible for future federal funding.
Although compliance will be mandatory, it may be 2006 before it all falls into place and a
city must comply.
"The National Incident Management System (NIMS) shaH be the standard for
incident management in the State of Oklahoma. All on-scene management of
disasters and emergencies shaH be conducted using the Incident Command System
(ICS)."
The amended Section will read as follows:
This system will be known as "THE NATIONAL INCIDENT MANAGEMENT
SYSTEM (NIMS)".
Title 63 O.S. 2003, Section 683.2 is presently in the process of being amended. Once this
bill passes, it will establish that a standard statewide system for handling both disasters
and emergencies OCCUlTing in Oklahoma.
BACKGROUND:
JANUARY 24, 2005
DATE:
TWO LEGISLATIVE BILLS REGARDING
STATE EMERGENCY PREPAREDNESS AND
STATEWIDE MUTUAL AID
LARRY WHITE
SUPPORT SERVICES DIRECTOR
FROM:
HONORABLE MAYOR AND COUNCIL
CITY OF OW ASSO
TO:
MEMORANDUM
In addition to the overview course it would be recommended all department directors and
department supervisors attend Incident Management Training (if they are not already
certified in it or have not taken the course that the federal government has certified).
Additional training would include the first responders. The state is working on what
training will be mandated for first responders and it should be determined soon.
The State Department of Emergency Management is implementing an overview awareness
course (approximately 2-3 hours in length) designed for top officials of the cities and
towns in the state. The required overview course mentioned above is a 3 hour course,
consisting of a 2 12 hour PowerPoint presentation with a 30 to 45 minute test. This course
is designed for all elected officials, city managers, department directors and their deputy
directors, etc. The State will provide this course free of charge. If desired, the course
could possibly be completed at a City Council Work Session
State, territorial, tribal, and local levels jurisdictions should support NIMS implementation
by:
@ Completing the NIMS Awareness Course: "National Incident Management
System (NIMS), An Introduction" (IS 700)
@ Formally recognizing the NIMS and adopting the NIMS principles and policies
@ Establishing a NIMS baseline by determining which NIMS requirements are
already met
III Establishing a timeframe and developing a strategy for full NIMS implementation
@ Institutionalizing the use ofthe Incident Command System (ICS)
State and territory level efforts to implement the NIMS must include the following:
@ Incorporating NIMS into existing training programs and exercises.
@ Ensuring that Federal preparedness funding (including DHS Homeland Security
Grant Program, Urban Area Security Initiative (UASI) funds) support NIMS
implementation at the State and local levels
III Incorporating NIMS into Emergency Operations Plans (EOP)
@ Promotion of intrastate mutual aid agreements
@ Coordinating and providing technical assistance to local entities regarding NIMS
III Institutionalizing the use of the Incident Command System (ICS)
There is now a National Requirement to use the National Incident Management System
(NIMS).
STATE EMERGENCY PREPAREDNESS
will only be "One" Incident Commander. The Incident Commander will change as the
event changes insofar as which department or agency has the primary responsibility for
the scene as the event develops.
1. Letter from Albert Ashwood, Director of Oklahoma's Department of Emergency
Management, dated October 2004
ATTACHMENT:
Staff would recommend that all city councilors, city manager, assistant city manager, all
department directors and any deputy directors or chiefs attend the overview awareness
course.
RECOMMENDATION:
P.O. BOX 53365*OKLAlIOMA CITY, OK 73152.3365*2401 NORTH LINCOLN (Will Rogers Building Tunnel)*OKLAHOMA CITY, OK 73105*405-521-2481*FAX 405.521-4053
IS-200 Basic Incident Command System
hap :lltrain ino. fema. oov/EM IW eb/l Slis200 .asp
IS-195 Basic Incident Command System
http://trainino.fema.oov/EMIWeb/ISlis195.asp
IS-100 Introduction to the Incident Command System
hap :lltra ini no. fema .oov/EM IW eb/l Slis 100 .asp
IS-700 National Incident Management System (NIMS)
http://trainino.fema.oov/EMIWeb/IS/is700.asp
First, we encourage all emergency managers and first responders to take the FEMA web based
Independent Study Courses listed below. All full time employees at OEM are required to take
the training.
OEM will provide assistance in several ways.
DOH, thru its Terrorism Preparedness and Response program, has trained numerous first
responders throughout the state in the Incident Command System (ICS) and NIMS. DPS is
working to provide both ICS and NIMS in the CLEET program and localized law enforcement
training. OSU-FST is introducing NIMS training as part of the existing rcs cUlTlculum and
plans to offer expanded web based training along with existing'localized training. OKOHS is
working on issues to better inform the public of the NIMS requirement.
The Oklahoma Department of Emergency Management (OEM) met with State officials from the
Department of Public Safety (DPS), Department of Health (DOH), Oklahoma Office of
Homeland Security (OKOHS) and Oklahoma State University Fire Service Training Center
(OSU-PST) to determine how best to accomplish the Presidential requirements.
Homeland Security (HLS) Secretary Ridge provided guidance his September 8, 2004
letter (attached) to all states, tribes and local governments on how to adopt the National Incident
Management System (NIMS) per the Homeland Security Presidential Directive (HSPD)-5.
Subject: National Requirement to use the National Incident Management System (NIMS)
To an L~Emergency Managers, Fjrst Responders and Stat~ Liaiso!LOfficer~
October 29,2004
STATE OF OKLAHOMA
DEPARTMENT OF EMERGENCY MANAGEMENT
BRAD HENRY
GOVERNOR
ALBERT ASHWOOD
STATE DIRECTOR
Attachments
ALBERT ASHWOOD
Director
Sincerely,
Your assistance and participation in making NIMS work is appreciated. We will provide updates
and more information as it is received or developed.
As emergency managers, our job is to "facilitate and coordinate" resources to provide our
citizens with an effective and efficient response. We must insure that our law enforcement
departments, fire departments, public works departments, emergency medical services, public
health professionals and all other responders and volunteers understand and use NIMS and ICS.
This will insure that our response to disaster, whether in Oklahoma or assisting our neighbor
states, will allow our citizens to quickly recover from disaster and return to their normal lives.
All on-scene management of an emergency or disaster will be conducted using the
Incident Command System."
The Incident Command System (ICS), as a part of NIMS, will enable effective and
efficient incident management by integrating a combination of facilities, equipment,
personnel, procedure~, and communications operating with a common organizational
structure.
"In accordance with the Homeland Security Presidential Directive (HSPD) 5, all agencies,
departments and organizations having responsibilities delineated in this EOP will use the
National Incident Management System (NIMS). This system will allow proper
coordination between local, state and federal organizations.
We recommend that the following be inserted in the basic plan and put to practice the
jurisdiction:
Fourth, we encourage each jmisdiction to incorporate NIMS and IeS into it's Emergency
Operations Plan (EOP). This can be done by attaching a cover letter to the plan and/or adding
the changes directly to this year's (FFY 05) update.
Third, OEM will provide NIMS and ICS training during the five OEM Regional Workshops in
the Spling of 2005 and the Fall 2005 Oklahoma Emergency Management Conference in Tulsa.
These are in addition to the recommended FEMA independent study courses.
Second, we encourage each local emergency manager to work with his/her city and/or county
officials to develop an ordinance or resolution adopting NIMS as the jurisdiction's system of
incident management. HLS has provided a sample executive order (attached).
L '-'.HJUJ nOtuOA U<1HOU V\.;lUUl::l /.71/.UU'i
, As defined in the Homeland Security Act of2oo2, Section 2(10): 1l1C leITil "local government" means "(A) counly, municipality. city,
lown, township, local public authority, school district, special district, intrastate district, council of governments... regional or
interstate government en,lity, or agency or inslnlmentality of a local government an Indian tribe or authorized tribal organi7.alion, or ill
Alaska a Native village or Alaska Regional Native Corporation; and a rural community, unincorporated town or village, or other
public entity." 6 U.S.C. 101(10)
I As defincd in the Humeland Sccurily",Act of2002, the leon "State" ffi(;nos any Stale of the United States. the Di$trict of Columbia,
the Commonwealth of Puerto Rico, Guam, American Samoa, the Commonwealth of the Northern Mariana Isiands, and any possession
ofthe United States." 6 V.S.C. 101 (14)
The NIMSprovides the framework for locals. tribes, territories. States. and the Federal
Government to work together to respond to any domestic incident. Many of the NIMS
reqqirements are specific to local jurisdictions, In order for NIMS to be implemented
This letter outlines the important steps that State. territorial, tribal, and local entities
should take during FY 2005 (October 1,2004- September 30, 2005) to become compliant
with the NIMS.
AU Federal departments and agencies are required to adopt the NIMS and use it in their
individual domestic incident management and emergency prevention, preparedness,
response, recovery, and mitigation activities. as well as in support of all actions taken to
assist State or local entities. The NTC is working with Federal departments and agencies
to ensure that they develop a plan to adopt NIMS and that all fiscal year (FY) 2005
Federal preparedness assistance program documents begin the process of addressing
State, territorial, tribal. and local NIMS implementation.
In Homeland Security Presidential Directive (HSPD)-S. Management of Domestic
Incidents, the President directed me to develop and administer the National Incident
Management System (NIMS). The NlMS provides a consistent nationwide approach
Federal, Statel> territorial, tribal, and locaigovernments to work effectively and .
efficiently together to prepare fOj:, prevent, respond to, and recover from domestic
incidents, regardless of canse, size, or complexity. On March 1,2004, the Department of
Homeland Security (DHS) issued the NIMS to provide a comprehensive national
approach to incident management, applicable at aU jurisdictional levels and across
functional disciplines, HSPD-5 also required DHS to establish a mechanism for ongoing
coordination to provide strategic direction for, and oversight of, the NIMS. To this end,
the NlMS Integration Center (NIC) was established to support both routine maintenance
and the continuous refinement of the NIMS.
Dear Governor:
September 8, 2004
Homeland
Security
U.S. Department of Homeland Security
WaJlhington, DC 20528
UC;;\..It,;H.UY
This system encompasses much more than the Incident Command System (ICS),
although ICS is a critical component of the NIMS. It also provides a common fOWldation
for training and other preparedness efforts, communicating and sharing infonnation with
other responders and with the public, ordering resources to aSsist with a response effort,
and for integrating new technologies and standards to support incident management. For
the first time, all of the nation's emergency responders will use a common language, and
a common set of procedures when working individually ,and together to keep America
safe. The NlMS ensures that they will have the same preparation, the same goals and
expectations, and most importantly, they will be speaking the same language.
The NIMS is the nation's first-ever standardized approach to incident management and
response. The NIMS unifies Federal, State, territorial, tribal, and locllllines of
government into one coordinated effort. This integrated system makes America safer by
establishing a Wliform set of processes, protocols, and procedures that all emergency
responders, at every level of government, will use to conduct response actions. This
system ensures that those involved in emergency response operations understand what
their roles are and have the tools they need to be effective.
To the maximum extent possible, States, territories, tribes, and local entities are
encouraged to achieve full NIMS implementation and institutionalization across the
entire response system during FY 2005, This memorandum highlights the important
features ofNIMS implementation that should receive speCial emphasis in FY 2005, but
does not represent aU ofthe actions necessary to fully implement the NIMS.
Implementation of and compliance with the NLMS is critical to ensuring full and robust
preparedness across our nation. HSPD~5 established ambitious deadlines for NIMS
adoption and implementation. FY 2005 is a start up year for NIMS implementation and
full compliance with the NIMS is not required for you to receive FY 2005 grant funds.
Since FY 2005 is Ii critical year for initial NIMS adoption, you should start now by
prioritizing your FY 2005 preparedness assistance (in accordance with the eligibility and
allowable uses of the grant) to facilitate its implementation; The NIC is working with the
Federal departments and agencies to identify an of preparedness assistance programs.
The NIC will then provide this infonnation to the States, territories, tdbes, and local
governments.
successfully across the nation, it is critical that States provide support and leadership to
tribal and local entities to ensure full NIMS implementation. We are looking to you and
your State Administrative Agency (SM) to coordinate with the State agencies, tribal
governments, and local jurisdictions to ensure NIMS implementation. Given the
importance and urgency of this effort, Federal, State, territorial, tl'ibal, and local entities
should begin efforts to implement the NIMS, if such efforts are not already underway.
@ Establish a NIMS baseline by determining which NIMS requirements you
already meet
We recognize that State, territorial, tribal, and local entities have already implemented
many of the concepts and protocols identified in the NIMS. The 2004 DHS Homeland
Security Grant Program encouraged grantees to begin utilizing the NIMS concepts,
principles, terminology, and technologies. The NIC is developing .the NIMSCapability
Assessment Support Tool (NIMCAST). The NIMCAST is a web-based self-assessment
system that States, territories, tribes, and local governments can use to evaluate their
incident response and management capabilities. This useful tool identifies the
@ Formally recognizing the NIMS llnd adopting the NIMS principles and policies
States, territories, tribes, and local entities should establish legislation. ~xecutive orders,
resolutions, or ordinances to formally adopt the NIMS. The NIC will provide sample
language and templates to assist you in formally adopting the NIMS through legislative
and/or executive/administrative means.
@ Completing the NIMS Aw~u'eness Course: "National Inddent Management
System (NIMS), An Introduction" (IS 7(0)
This independent study course developed by the Emergency Management Institute (EMl)
explains the purpose, principles, key components, and benefits ofNIMS. The course also
contains "Planning Activity" screens, allowing participants an opportunity to complete
some planning tasks during the course. The plalming activity screens are printable so that
they can be used after the course is complete. The course is available on-line and will
take between forty-five minutes to three hours to complete. The course is available on
the EMl web page at: http://tmining.fema.gov/EMIWebIIS/is700.asp.
At the State, territorial, tribal, and local levels, Jurisdictions should support NIMS
implementation by:
@ Incorporating NIMS into existing training programs and exercises
@ Ensuring that Federal preparedness funding (including DHS Homeland Security
Grant Program, Urban Area Security Initiative (VASI) funds) support NIMS .
implementation at the State and local levels (in accordance with the eligibility and
allowable uses ofthe grants)
'" Incorporating NIMS into Emergency Operations PhUllS (EOP)
'" Pl'omotion of intrastate mumal aid agreements
'" Coordinating and providing technical assistance to local
NIMS
@ Institutionalizing the use oftl1(~ Incident Command System (lCS)
State arid territory level efforts to implement the NIMS must include the following:
MinimumFV 20Q5flIMS~ompJiance Requirements:
In order to receive FY 2006 preparedness funding, the minimum FY 2005 compliance
requirements described above must be met. Applicants will be required to certify as part
of their FY 2006 gTImt applications that they have met the FY 2005 NlMS requirements.
Additional information aboutNIMScompliance and resources for achieving compliance
will be forthcoming from the NlC. In addition, FY 2005 Federal preparedness assistance
program documents will address State and local NIMS compliance. The NIC web page,
www,fema.gov/nims; will be updated regularly with information about the NIMS and
guidance for implementation. The NIC may be contacted at the following:
FY 2006 and FY 2007'RequiremeuJs:
ill Institutionalizing the use or tile Incident Command System (lCS)
If State, territorial, tribal, and local entities are not already using ICS, you must
institutionalize the use oflCS (consistent with the concepts and principles taught by
DHS) across the entire response system. The 9/11 Commission Report recommended
national adoption of the Incident Command System (ICS) to enhance command, control,
and communications capabilities. AU Federal,State, territory, tribal, and local
jurisdictions will be required to adopt les in order to be compliant With the NIMS.
Additional information about adopting ICS will be provided to you by the NIC.
'" Establishi.ng a timdrame and developing a for fllHU NIMS
implementation
States, territories, tribes. and local entities fU'e encouraged to achieve full NIMS
implementation durhig FY 2005. To the extent that fullimplemeiltation is not possible
during FY 2005. Federal preparedness assistance must be leveraged to complete NIMS
implementation by FY 2006. By FY 2007, Federal preparedness assistance win be
conditioned by fun compliance with the NIMSo Again, in order for NIMS to be
implemented successfully across the nation, it is critical that States provide support and
leadership to tribal and local entities to ensure fun NIMS implementation. States should
work with the tribal and local govermnents to develop a strategy for statewide
compliance with the NIMS.
requirements established within the NIMS and can assist you in detennining the extent to
which you are already compliant, as well as identify the NIMS requirements that you are
not currently meeting. As gaps in compliance with the NIMS are identified, States,
territories, tribes, and local entities should use existing initiatives, such as the Office for
b'omestlc Preparedness (ODP) Homeland Security grant programs, to develop strategies
for addressing those gaps. The NlC will formally pilot the NIMCAST witl1a limited
number orStatcs in September. Upon completion ofthe pilot, theNIC will provide all
potential fhture users with voluntary access to the system. Additional information about
the NTMCAST toot will be provided later this year.
/s/
Secretary to the Mayor/Council/Board of Commissioners
/s/
BY THE Mayor/Council/Board of Commissioners
GIVEN under my hand and the Privy Seal of
The City/County of
This day of in the year
Two Thousand and Four.
NOW, THEREFORE, I, , Mayor/Council/ Board of Commissioners for the
City/County of , by the virtue of the authority vested in me by the Laws of the
City/County of , do hereby establish the National Interagency Incident
Management System (NIMS) as the City/County standard for incident management.
WHEREAS, the National Commission on Terrorist Attacks (9-11 Commission) recommended
adoption ofa standardized fucident Command System;
WIIEREAS, the Incident Command System components ofNIMS are already an integral part of
various incident management activities throughout the City/County, including CUlTent emergency
management training programs; and
WHEREAS, the NIMS standardized procedures for managing personnel, communications,
facilities and resources will improve the City/County's to utilize federal funding to enhance local
and state agency readiness, maintain first responder safety, and streamline incident management
processes.
WHEREAS, to facilitate the most efficient and effective incident management it is critical that
Federal, State, local, and tribal organizations utilize standardized terminology, standardized
organizational structures, interoperable communications, consolidated action plans, unified
command structures, uniform personn"el qualification standards, uniform standards for planning,
training, and exercising, comprehensive resource management, and designated incident facilities
during emergencies or disasters;
WHEREAS, it is necessary and desirable that all Federal, State, local, and tribal emergency
agencies and personnel coordinate their efforts to effectively and efficiently provide the highest
levels of incident management;
WIIEREAS, the collective input and guidance from all Federal, State, local, and tribal homeland
security partners has been, and will continue to be, vital to the development, effective
implementation and utilization of a comprehensive NIMS;
WHEREAS, the President in Homeland Security Directive (HSPD)-5, directed the Secretary of
the Department of Homeland Security to develop and administer a National Incident
Management System (NIMS), which would provide" a consistent nationwide approach for
Federal, State, local, and tribal govern;ments to work together more effectively and efficiently to
prevent, prepare fOl', respond to, and recover from domestic incidents, regardless of cause, size,
or complexity;
DESIGNATION OF THE NATIONAL INCIDENT MANAGEMENT SYSTEM (NIMS)
AS THE BASIS FOR ALL INCIDENT MANAGEMENT IN THE CITY/COUNTY
\
cc: State Administrative Agency
State Emergency Management Director
State Homeland Security Advisor
DHS Directorates and Offices
Homeland Security Advisory Council
Tom Ridge
Sincerely,
Tharik you for your support in implementing the NIMS.I look forward to continuing our
collective effmts to better secure the homeland and protect our citizens and appreciate all
of your hard work in this important endeavor. .
Gil Jamieson, Acting Director
NTMS Integration Center
500 C Street, SW
Washington, DC 20472
(202) 646~3850
NIMS-Integration-Center@dhs.gov,
web page: www.fema.gov/nims
1 j.. i "~ . i: