HomeMy WebLinkAbout2004.12.21_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE
OWASSO CITY COUNCIL
TYPE OF MEETING: Regular
DATE: December 21, 2004
TIME: 6:30 p.m.
PLACE: Council Chambers, Old Central Building
109 N. Birch
Notice and agenda Filed in the office of the City Clerk and posted at City Hall 5:00 p.m. on
Friday, December 17, 2004.
/Y
Jffiann M. Stevens, Administ/ative Assistant
AGENDA
1. Call to Order
Mayor Kimball
2. Invocation
Reverend Chris Water, Holy Cross Episcopal
3. Flag Salute
4. Roll Call
H' \Agendas \Counci I \2004\ 122104. doc
Owasso City Council
December 21, 2004
Page 2
5. Consideration and appropriate action relating to a request for approval of the Consent
Agenda. All matters listed under "Consent" arc considered by the City Council to be
routine and will be enacted by one motion. Any Councilor may, however, remove an item
from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -
debatable.
A. Approval of Minutes of the December 7, 2004 Regular Meeting, the December 14,
2004 Special Meeting, and the December 17, 2004 Special Meeting.
Attachment # 5 -A
B. Approval of Claims.
Attachment # 5 -13
Co Action relating to a request for Council approval of an administrative agreement
between the City of Owasso and INCOG for the purpose of administering the CDDG
04' grant and provide technical assistance as a liason between the City of Owasso and
the Department of Commerce.
Attachment # 5 -C
Staff will recommend Council approve an administrative agreement between the City
of Owasso and INCOG and authorize the Mayor to execute all necessary documents.
D. Action relating to a request for Council acceptance of Street, Storm Drainage, and
Water Systems improvements for the E. 96th Street North and N. 1291h East Avenue
intersection.
Attachment # 5 -D
Staff will recommend Council accept the street, storm drainage, and water systems
improvements completed for the E. 96th Street North and N. 129th East Avenue
intersection improvement project.
E. Action relating to a request for Council approval for the purchase of asphaltic concrete
for the purpose of a street overlay program in the Three Lakes Industrial Park and the
Village at Silver Creek.
Attachment # 5 -E
Staff will recommend Council approve the purchase of asphaltic concrete and
authorize payment to APAC - Oklahoma in the amount of $25,805.38.
HAAgendas \Coun61\2004\ 122 t 04. doc
Owasso City Council
December 21, 2004
Page 3
F. Action relating to Council adoption of Resolution No. 2004 -25, a resolution calling for
a non - partisan primary and general election pursuant to the provisions of the Owasso
City Charter for the purpose of electing a Council Member for Wards 3 and 4.
Attachment # 5 -F
Staff will recommend council adopt Resolution No. 2004 -25.
6. Consideration and appropriate action relating to a request for Council approval of rezoning
request OZ 04 -15 from Hunt Properties, Inc., for 1.353 acres, more or less, from AG
(Agricultural) to CS (Commercial Shopping Center). The subject property is located
southeast of the intersection of E. 96th Street North and N. Garnett Road.
Mr. Wiles
Attachment # 6
Staff will recommend Council approve rezoning request OZ 04-15 from Hunt Properties,
Inc.
7. 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 North and N. Garnett Road Improvement Project, authorization for the
Mayor to execute all necessary documents relating to the purchase, and authorization for
payment.
Mr. Ray
Attachment # 7
Staff will recommend Council approval of a contract between the City of Owasso and
Cornerstone Center, Inc. for the purchase of .13 acres in the amount of $57,626.71, and a
contract between the City of Owasso and Roy and Shirley Bowman for the purchase of .26
acres in the amount of $114,345.04; authorization for the Mayor to execute necessary
documents for the purchase of right -of -way, and authorization for payment.
H \Agendas \Council \2004 \122104.doc
Owasso City Council
December 21, 2004
Page 4
8. Consideration and appropriate action relating to a request for Council approval of the
purchase of a new ambulance and authorization for payment.
Mr. Fisher
Attachment # 8
Staff will. recommend City Council approve the purchase of a 2005 Freighthncr cab and
chassis from ATC /Frcightlincr of 'Tulsa, Oklahoma in the amount of $60,274; an
ambulance body mounted on the cab and chassis from Excellence Ambulance
Manufacturer in the amount of $152,075.44, and authorize payment to each vendor.
9. Consideration and appropriate action relating to a request for Council approval of Change
Order No. 1 and Change Order No. 2 for the demolition and reconstruction of the F. 76th
Street North Fire Station.
Mr. Fisher
Attachment #9
Staff will recommend Council approve change order No. 1 in the amount of $1,909 and
change order Into. 2 in the arnount of $2,098 as submitted by BBL Incorporated.
10. Report from City Manager.
11. Report from City Attorney.
H \Agendns\Counc I \2004\ 122104. doe
Owasso City Council
December 21, 2004
Page 5
12. Report from City Councilors.
13. New Business (Flew Business is any item of business which could not have been foreseen
at the time of posting of the agenda.)
14. Consideration and appropriate action relating to a request for an executive session for the
purpose of discussing personnel matters relating to the office of the City Manager, such
executive session provided for in O.S. 25, Section 307(B)(1).
Mayor Kimball
15. Consideration and appropriate action relating to a request for Council approval of an
agreement for services between the City of Owasso and Rodney J. Ray.
Mayor Kimball
16. Adjournment.
H AAgendas \Connc i 1\2004\ I22104.doc
OWASSO CITY COUNCIL
MINUTES OF REGULAR MEETING
Tuesday, December 7, 2004
The Owasso City Council met in regular session on Tuesday, .December 7, 2004 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, December 3, 2004.
ITEM 1. CALL TO ORDER
The meeting was called to order at 6:37 p.m.
ITEM 1 INVOCATION
Jim Jalcubovitz, Director of the Tulsa Jewish Retirement Center, gave a brief explanation of the
history of the Jewish holiday, Chanukah.
ITEM 3. FLAG SALUTE
Vice Mayor Thoendel led the flag salute.
ITEM 4. ROLL CALL
PRESENT
Susan Kimball, Mayor
Craig Thoendel, Vice Mayor
Steve Cataudella, Councilor
Gary Cochran, Councilor
Brent Colgan, Councilor
A quorum was declared present.
STAFF
Rodney J. Ray, City Manager
Ronald Cates, City Attorney
ITEM 5. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL, ADOPTION OF RESOLUTION NO. 2004 ®25, A
RESOLUTION OF SUPPORT FOR A PROPOSED COUNTY WIDE BOND
ELECTION FOR FUNDING IMPROVEMENTS TO TULSA CITY COUNTY
LIBRARY FACILITIES.
Mayor Kimball presented the item. Mr. Cataudella moved, seconded by Mr. Cochran, for
Council approval of Resolution No. 2004 -25.
Owasso City Council December 7, 2004
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Motion carried 5 -0.
Mayor Kimball took this opportunity to recognize Barbara Barnes, Head Librarian at the
Owasso public Library, and Commissioner -Fleet Mike Helm.
ITEM 6. PRESENTATION OF THE CHARACTER TRAIT OF GENEROSITY,
FOLLOWED BY A PUBLIC SERVICE ANNOUNCEMENT,
Ms. Shelly Standridge, a member of the Owasso Character Council, presented to the Council
Generosity, the character trait of the month for December, 2004.
ITEM 7. PRESENTATION OF THE EMPLOYEE OF THE MONTH.
Mr. Ray introduced Lori Molina, Property /Evidence Doom Administrator for the City's Police
Department, as the Employee of the Month for December, 2004.
CONSIDERATION ITEM 8. z
REQUESTFOR COUNCIL APPROVAL
A. Approval of Minutes of the November 16, 2004 Regular Meeting
E. Approval of Claims
C. Action relating to a request for Council acceptance of the Waterford Plaza
water system, subject development is located at 9500 North 129th East
Avenue.
D. Action relating to Council acceptance of the Garrett Creek Commercial
sanitary sewer system. The subject property is located west of the intersection
of East 116th Street North and U.S. Highway 169.
E. Action relating to Council approval of Ordinance No. 800, an ordinance
approving the rezoning request of Henry Penix, as made in application
number OZ 04 -12, and providing for the rezoning of approximately 9.274
acres, more or less, generally located at the southeast corner of East 76th Street
North and North 129th East Avenue, from AG (Agriculture) to CS
(Commercial Shopping) and repealing all ordinances or parts of ordinances in
conflict herewith.
N
Owasso City Council
December 7, 2004
F. Action relating to a request for Council approval of Ordinance No. 801, an
ordinance approving the rezoning request of Owasso Land Trust, as made in
application number OZ 04 -13, and providing for the rezoning of
approximately 30 acres, more or less, generally located on the east side of
North Garnett Road, approximately '/2 mile south of East 116th Street North.,
from AG (Agriculture) to RS -3 (Residential Single Family) and repealing all
ordinances or parts of ordinances in conflict herewith,
G. Action relating to a request for Council approval of Ordinance No. 803, an
ordinance approving a Planned Unit Development request froth Owasso Land
Trust as made in application number OPUD 04 -04, for property generally
located on the east side of North Garnett Road, approximately %2 mile south of
East 116th Street North and repealing all ordinances or parts of ordinances in
conflict herewith.
H. Action relating to Council approval of Ordinance No. 804, an ordinance
approving a request from the Bailey Ranch Development Group for an
amendment to OPUD 12 -A, for a portion of the northern perimeter of property
generally located approximately 1/4 mile south of East 106th Street North on
the cast side of North Garnett Road, and repealing all ordinances or parts of
ordinances in conflict herewith.
1. Action relating to Council approval of Ordinance No. 805, an ordinance
approving a request from Kellogg Engineering to partially close a sanitary
sewer easement in the Honey Creek II Addition area, located northeast of the
Honey Creek I addition, east of North Mingo Road and north of East 96th
Street North, and repealing all ordinances or parts of ordinances in conflict
herewith.
Mr. Colgan moved, seconded by Mr. Cochran, to approve the Consent Agenda with claims
totaling $173,569.99, payroll claims totaling $305,044.07, and self - insurance medical claims &
fees totaling $90,365.20.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY. None
Motion carried 5 -0.
ITEM 9. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL ACCEPTANCE OF A DONATION TO THE CITY
OF OWASSO FROM THE OWASSO GOLDEN AGERS ORGANIZATION.
Ms. Worley presented the item. Mr. Cataudella moved, seconded by Mr. Thoendel, for Council
acceptance of the donation from the Owasso Golden Agers in the amount of $22,800.00 to be
used for parking lot improvements at the Community Center.
I
Owasso City Council December 7, 2004
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Motion carried 5 -0.
ITEM 10. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL, OF A CONTRACT FOR THE
PURCHASE OF REAL, PROPERTY BETWEEN THE CITY OF OWASSO AND
BYN, INC. IN THE AMOUNT OF $153,730.72 FOR TILL', PURCHASE OF .35
ACRES OF RIGHT -'OF -WAY.
Mr. Ray presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, for Council
approval of the contract between the City of Owasso and BYN, Inc. for the purchase of night-of-
way for the East 96t1' Street North and North Garnett Road Improvement Project and
authorization for payment in the amount of $ 153,730.72 to BYN, Inc.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Motion carried 5 -0.
Ms. Stagg presented the item. Mr. Cochran moved, seconded by Mr. Cataudella, for Council
approval of authority for the Mayor to execute the Agreement for Gas Facilities Relocation
between Oklahoma Natural Gas Company and the City of Owasso for the East 96th Street North
and North Garnett Road Intersection Improvements project and approval of authority for the City
Manager to terminate the agreement if revised estimates submitted by ONG become more than
$87,842.00 prior to commencement of construction and if it is determined by the City Manager
that the revised estimate no longer fits within the City budget.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Motion carried 5 -0.
4
Owasso City Council
December 7, 2004
ITEM 12. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A
REQUEST FOR COUNCIL APPROVAL TO PURCHASE ONE CHEVROLET
SILVERADO 03500 SERIES SERVICE TRUCK IN THE AMOUNT OF
$33,389.80, ONE CHEVROLET 2500 SERIES REGULAR CAB TRUNK IN THE
AMOUNT OF $17,835.26, AND AUTHORIZE PAYMENT.
Ms. Stagg presented the item. Mr. Colgan moved, seconded by Mr. Cataudella, for Council
approval of the purchase of one Chevrolet Silverado 03500 Series service truck from Classic
Chevrolet of Owasso, Oklahoma for the Stornzwater Division in the amount of $33,389.80 and
one Chevrolet 2500 Series regular cab truck from Speedway Chevrolet, Broken Arrow,
Oklahoma, for the Streets Division in the amount of $17,835.26 and authorize payment to each
vendor.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAB'": None
Motion carried 5 -0.
Ms. Bishop presented the item. Mr. Cochran moved, seconded by Mr. Cataudella, for Council
adoption of Resolution No. 2004 -23 authorizing the City Treasurer to invest in a Revenue
Anticipation Note issued by the OPWA and approving the indebtedness of the OPWA.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAB': None
Motion carried 5 -0.
ITEM 14. REPORT FROM CITE' MANAGER
Mr. Ray announced that significant progress has been made in the acquisition of lands for the
96th Street North & Garnett Road Intersection Improvement project. The rain has caused some
delay but this project is moving along.
GI
Owasso City Council
December 7, 2004
There has also been continued meetings regarding the water issues with the City of Tulsa and
Mr. Ray should have more definite information within the next 30 days.
ITEM 15. REPORT FROM CITY ATTORNEY
ITEM 16. REPORT FROM CITY COUNCILORS
Mr. Cataudella thanked the City employees for inviting him to the Awards Banquet. Also said
the Christmas lights along US 169 looked great.
Mayor Kimball said she was glad to see Former Mayor John Groth in the audience.
ITEM 17. NEW BUSINESS
ITEM 18. ADJOURNMENT
Mr. Colgan moved, seconded by Mr. Thoendel, to adjourn.
YEA: Cataudella, Cochran, Colgan, Kimball, Thoendel
NAY: None
Motion carried 5 ®0 and the meeting was adjourned at 7:15 p.m.
Pat Fry, Minute Clerk
on
Susan Kimball, Mayor
OWASSO CITY COUNCIL
MINUTES OF SPECIAL MEETING
Tuesday, December 14, 2004
The Owasso City Council met in a special meeting on Tuesday, December 14, 2004 in the
Council Chambers at Old Central, 109 N. Birch Street, per the Notice of Public Meeting and
Agenda posted on the City hall bulletin board at 4:00 PM on Friday, December 10, 2004.
ITEM 1: CALL, TO ORDER.
Mayor Kimball called the meeting to order at 5:04 PM.
PRESENT
Susan Kimball, Mayor
Craig Thoendel, Vice Mayor
Steve Cataudella, Councilor
Gary Cochran, Councilor
A quorum was declared present.
ABSENT
Brent Colgan, Councilor
ITEM 2: DISCUSSION RELATING TO COMMUNITY DEVELOPMENT DEPARTMENT
T'T`F.T\A,q
A. REZONING
B. ANNEXATION
C. CDBG '04 ADMINISTRATIVE AGREEMENT BETWEEN
CITYOFOWASSO AND INCOG
D. LEGISLATIVE CONSORTIUM UPDATE
Mr. Wiles reviewed the above items, with the exception of the annexation item as it was tabled
by the Planning Commission. It was explained that the rezoning item and the CDBG '04
Administrative Agreement would be placed on the December 21, 2004 regular agenda.
ITEM 3: DISCUSSION RELATING TO THE PURCHASE OF AN AMBULANCE FOR
THE FIRE DEPARTMENT
Mr. Fisher reviewed the details regarding the recommended purchase of an ambulance. It was
explained that this item would be placed on the December 21, 2004 regular agenda.
Owasso City Council
ITEM 4: DISCUSSION RELATING TO CITY MANAGER ITEMS
December 14, 2004
Mr. Eric Jones and Mr. Ben Martin of Strategic Consulting International presented the GIS
update, and Mr. Ken Campbell presented the Golf Business Plan. All other items were presented
and discussed by Mr. lay. No action was taken.
ITEM 5: CONSIDERATION •, APPROPRIATE ACTION RELATING TO A REQUEST
FOR AN EXECUTIVE SESSION FOR THE PURPOSE OF DISCUSSING PERSONNEL
MATTERS RELATING •. OFFICE • . MANAGER ,. OFFICE O
THE CITY ATTORNEY, SUCH EXECUTIVE SESSION PROVIDED FOR IN 0.&- �25
SECTIONIQ7(B
kj
Councilor Cataudella moved, seconded by Mice Mayor Thoendel, to enter into executive session
at 9 :03 PM.
The City Council returned from executive session at 11:05 PM.
ITEM 6: ADJOURNMENT
Councilor Cataudella moved, seconded by Councilor Cochran, to adjourn. The meeting was
adjourned at 11:07 PM.
Susan Kimball, Mayor
N
OWASSO CITY COUNCIL
MINUTES OF SPECIAL MEETING
Friday, December 17, 2004
The Owasso City Council met in a special meeting on Friday, December 17, 2004 in the City
Hall Conference Room, 111 N. Main Street, per the Notice of Public Meeting and Agenda posted
on the City Hall bulletin board at 4:00 PM on Wednesday, December 15, 2004.
ITEM 1: CALL TO ORDER.
Mayor Kimball called the meeting to order at 7::31 AiM.
PRESENT ABSENT
Susan Kimball, Mayor
Craig Thoendel, Vice Mayor
Steve Cataudella, Councilor
Gary Cochran, Councilor
Brent Colgan, Councilor
A quorum was declared present.
ITEM 2: _CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST
FOR COUNCIL APPROVAL OF RESOLUTION NO. 2004-26 A RESOLUTION
APPROVING THE INCURRENCE OF INDEBTEDNESS BY THE OWASSO
PUBLIC WORKS AUTHORITY (THE "AUTHORITY') ISSUING ITS SALES
_TAX REVENUE NOTE, SERIES 2004 (THE "NOTE ") PROVIDING THAT THE
ORGANIZATIONAL DOCUMENT CREATING THE AUTHORITY IS SUBJECT
TO THE PROVISIONS OF THE NOTE INDENTURE AUTHORIZING THE
ISSUANCE OF SAID NOTE-, WAIVING COMPETITIVE BIDDING WITH
RESPECT TO THE SALE OF SAID NOTE AND APPROVING THE
PROCEEDINGS OF THE AUTHORITY PERTAINING TO THE SALE OF SAID
NOTE; APPROVING AND AUTHORIZING EXECUTION OF A SALES TAX
AGREEMENT BY AND BETWEEN THE CITY OF OWASSO OKLAHOMA
(THE "CITY ") AND THE AUTHORITY PERTAINING TO THE YEAR -TO -YEAR
PLEDGE OF CERTAIN TAX REVENUES; ESTABLISHING THE CITY'S
REASONABLE EXPECTATION WITH RESPECT TO THE ISSUANCE OF TAX -
EXEMPT OBLIGATIONS BY OR ON BEHALF OF SAID CITY IN CALENDAR
YEAR 2004, AND DESIGNATING THE NOTE AS A QUALIFIED TAX - EXEMPT
OBLIGATION; AND CONTAINING OTHER PROVISIONS RELATING
THERETO.
City Manager Rodney Ray presented the item. There were no questions from the City Council.
Councilor Cochran moved, seconded by Councilor Colgan, to approve the item. All were in
favor and the motion carried 5 -0.
Owasso City Council
ITEM 3: ADJOURNMENT
December 17, 2004
Councilor Cataudella moved, seconded by Councilor Cochran, to adjourn. The meeting was
adjourned at 7:35 AM.
Susan Kimball, Mayor
2
CITY OF OWASSO
CLAIMS TO BE PAID 12/21/04
VENDOR
DESCRIPTION
AMOUNT
TREASURER PETTY CASH
DEPOSIT REFUNDS
30.00
NEIGHBORS, MATT
PERMIT REFUND
119J00
NEIGHBORS, MATT
PERMIT REFUND
100.00
NEIGHBORS, MATT
PERMIT REFUND
100.00
NEIGHBORS, MATT
PERMIT REFUND
100.00
REFUND TOTAL
449.00
TREASURER PETTY CASH
CITY MGR EXPENSES
393.33
OFFICE DEPOT
OFFICE SUPPLIES
89.85
TREASURER PETTY CASH
OFFICE SUPPLIES
9J7
CITY GARAGE CITY OFOWASSD
VEH|CLEMA|NT
45.01
FUELMAN
FUEL
114.40
8AV-UN PRINTING INC.
PRINTING
84.44
OGU BUSINESS EXTENSION
CMAOCONFERENCE-RAY/RO0NEY
330.00
TREASURER PETTY CASH
MEETING EXPENSE
111.84
EMPLOYEE ASSOCIATION
EMPLOYEE RECOGNITION
1.941.00
VYAL-MART C0MMUN|TY
EMPLOYEE RECOGNITION
25.00
ABC0 RENTS &SALES
EMPLOYEE RECOGNITION
283.82
REASOR8
EMPLOYEE RECOGNITION
53'48
CARD CENTER
POLES
27080
TREASURER PETTY CASH
EK4PRECOGN|T0N
01.83
h8ANAGER|ALQEPT'rOTAL
3.940.83
OFFICE DEPOT
OFFICE SUPPLIES
20.92
FINANCE DEPT TOTAL
20.92
TREASURER PETTY CASH
OFFICE SUPPLIES
1885
GREENWOOD PERFORMANCE SYSTEMS
CITY MGR EVALUATION
1.700.00
K4CAFEE&TAFT
FOP CONTRACT REVIEW
352.00
INTEGRITY FOCUS
CONSULTING
3.325.00
WORLD PUBLISHING COMPANY
EMPLOYMENT ADS
33.04
MESO
DRUG SCREENING
380.00
U8|S COMMERCIAL SERVICES
BACKGROUND CHECKS
10.50
TREASURER PETTY CASH
TRAINING-HUNT
125.57
CORPORATE EXPRESS
OFFICE CHAIRS
285.00
HUMAN RESOURCES DEPT TOTAL
8'245.86
OFFICE DEPOT
OFFICE SUPPLIES
20.10
IKON OFFICE SOLUTIONS
COP|ERK4A|NT7SUPPL|ES
405.00
C|NTASCORPORAT|ON
MAT SERVICES
28.90
MESHEK&ASSOCIATES
ENGINEERING SERVICES
3.34523
AMERICAN WASTE CONTROL
REFUSE SERVICE
114.80
AEP/PSO
11/04 USE
2.554.31
OKLAHOMA NATURAL GAS
11/04 USE
1.504.18
SOUTHWESTERN BELL
PHONE USE
41.04
SOUTHWESTERN BELL
10/04 USE
105.88
SOUTHWESTERN BELL
11/04 USE
224.70
VENDOR
DESCRIPTION
AMOUNT
TREASURER PETTY CASH
LICENSE TAGS
27.00
MILLENNIUM JOINT VENTURES
BRONZE STATUE
2,200.00
CUSTOM CRAFT AWARDS
TIMMY /CINDY PLAQUES
265.25
ROBERTSON PLUMBING SUPPLY
GENERAL GOVERNMENT DEPT TOTAL
- 10,955.76
OFFICE DEPOT
OFFICE SUPPLIES
55.83
TREASURER PETTY CASH
OPERATING SUPPLIES
5.40
CITY GARAGE CITY OF OWASSO
VEHICLE MAINT
7.30
FUELMAN
FUEL
198.95
SAV -ON PRINTING
STICKERS
163.40
SAV -ON PRINTING
PRINTING
173.84
BURR KANNADY
MILEAGE
56.10
BURR KANNADY
INSPECTION SERVICES
490.00
TULSA COUNTY MIS
DIAL UP SERVICE
60.00
AT &T WIRELESS
PHONE USE -WILES
34.91
METROCALL
11/04 USE
21.36
MILL CREEK LUMBER & SUPPLY
COMMUNITY DEVELOPMENT DEPT TOTAL
1,267.09
WORDCOM
OFFICE SUPPLIES
85.95
OFFICE DEPOT
OFFICE SUPPLIES
11.57
TREASURER PETTY CASH
SUPPLIES
19.99
PERFORMANCE STAGE
SKIRTING RENTAL
35.00
ROBERTSON PLUMBING SUPPLY
PLUMBING SUPPLIES
16.34
LOWES COMPANIES
REPAIR SUPPLIES
311.51
CITY GARAGE CITY OF OWASSO
VEHICLE MAINT
100.85
FUELMAN
FUEL
247.24
COX COMMUNICATIONS
HIGH SPEED INTERNET
69.95
MAC FIRE SYSTEMS
FIRE SPRINKLER INSPECTION
168.00
FUELMAN
FUEL
93.00
METROCALL
11/04 USE
14.24
SOUTHWESTERN BELL
PHONE USE
0.26
SOUTHWESTERN BELL
10/04 USE
132.97
SOUTHWESTERN BELL
11/04 USE
132.76
SUPPORT SERVICES DEPT TOTAL
1,439.63
MILL CREEK LUMBER & SUPPLY
MAINT SUPPLIES
1.29
VERDIGRIS VALLEY ELECTRIC
CEMETERY USAGE
19.36
AEP /PSO
11/04 USE
- 146.41
CEMETERY DEPT TOTAL
- 125.76
VENDOR
DESCRIPTION
AMOUNT
OVVASSO FOP LODGE #148
LEGAL DEFENSE
105.00
OFFICE DEPOT
OFFICE SUPPLIES
12742
WEST GROUP
OKLAHOMA STATUTES
175.00
WAL-MART COMMUN|TY
L|GHTBULBS/GOGGLES
17.48
PATROLTECHNOLOGY
LUMEN LAMP
15.00
STRATHEVETER|NARY
VET SUPPLIES
108.70
POLICE PETTY CASH
SPEED TRAILER EQUIPMENT
977
MARLOVVWHITE
HONOR GUARD UNIFORMS
2.084.00
PATROL TECHNOLOGY
UNIFORM/GEAR
1.850.75
PATROLTECHN0LOGY
UNIFORMS
98.00
CITY GARAGE CITY UFDVVASSO
VEH|CLEMA|NT
4.172.03
FUELMAN
FUEL
2.753.83
TREASURER PETTY CASH
FUEL
27.31
DAILY AND SUNDAY DNLAH0MAN
EMPLOYMENT AD
88.02
BUTLER, BEATRICE E.EDD
KiMP|TEST|NG
175.00
8TRATHEVETER|NARY
VET SERVICES
30.00
STAMPER, HOWARD
MONTHLY RETAINER
150.00
DVVASSO FITNESS ZONE
PHYSICAL FITNESS PROGRAM
105.00
CITY GARAGE CITY OF0VVA88O
VEH|CLEMA|NT
101.74
AEP/PSO
11/04 USE
1.596.21
OKLAHOMA NATURAL GAS
11/04 USE
189.88
YALECLEANERS
UNIFORM CLEANING
1.315.29
KXETROCALL
11/04 USE
109.73
C|NGULARVV|RELEG8
PHONE USE
211.52
SOUTHWESTERN BELL
PHONE USE
38.95
SOUTHWESTERN BELL
10/04 USE
4041
SOUTHWESTERN BELL
11/04 USE
39.99
TASER|NTERNAT|0NAL
TRAINING-H|BBERT
105.00
POLICE PETTY CASH
PARKING
33.00
TREASURER PETTY CASH
TRAIN |NG'CHAMBLESS
16.80
0K ASSOC CHIEFS OFPOLICE
MEMBERSHIP-YANCEY7CHAK8BLESS
120.00
DELL MARKETING L.P.
COMPUTER DRAWER
07.05
GALL'S
TRANSPORT SEAT
295.59
SHARP COMMUNICATION
VEHICLE CAGE
472.00
CORE OFFICE FURNITURE
FILE CABINET
408.81
POLICE DEPT TOTAL
17.354.88
ALLIANCE MEDICAL
RUBBER GLOVES
76.17
ONYX CORPORATION
PRINTER CARTRIDGES
15.95
INFORMATION TECHNOLOGY
ANNUAL SOFTWARE SUPPORT RENEWAL
1.105.00
VVAL'MARTCOMMUN|TY
PRISONER MEALS
100.80
BOB BARKER COMPANY
PROTECTIVE HOODS
43.42
DEPT OF PUBLIC SAFETY
0LET3RENTAL
350.00
K4ETROCALL
11/04 USE
7.11
POLICE COMMUNICATIONS DEPT TOTAL
1'788.55
VVAL-MART COMK4UN|TY
8HELTERSUPPL|ES/GLOVES
108.28
ALLIANCE MEDICAL
RUBBER GLOVES
70.17
HILLS PET NUTRITION
SHELTER SUPPLIES
100.00
VENDOR
DESCRIPTION
AMOUNT
FUELMAN
FUEL
30.34
THREELAKESLAUNDRY
BUNDLELAUNDRY
104J0
STRATHEVETER|NARy
VET SERVICES
30.00
CITY OFTULSA
EUTHANASIA SERVICES
44.00
AEP/PSO
11/04 USE
301.68
METR0CALL
11/04 USE
14.24
SOUTHWESTERN BELL
PHONE USE
4.18
SOUTHWESTERN BELL.
10/04 USE
40.40
SOUTHWESTERN BELL
11/04 USE
30�98
ANIMAL CONTROL DEPT TOTAL
--------
959.87
OFFICE DEPOT
OFFICE SUPPLIES
38.48
EVE
CLEANING SUPPLIES
876.75
TREASURER PETTY CASH
KEYS
0.00
OKLAHOMA POLICE SUPPLY
UNIFORM ACCESSORIES
445.62
CITY GARAGE CITY OFOVVAGSO
VEH|CLEMA|NT
35.87
FUELMAN
FUEL
1.38318
|NTEGR|SHEALTH
EMPLOYMENT PHYSICALS
00080
AEP/PSO
11/04 USE
025.38
OKLAHOMA NATURAL GAS
11/04 USE
457.97
DEBBIE BAILEY
CARDS
24.00
METROCALL
11/04 USE
8.28
SOUTHWESTERN BELL
PHONE USE
15.47
SOUTHWESTERN BELL
10/04 USE
158.09
SOUTHWESTERN BELL
11/04 USE
150.02
FIRE MARSHALS ASSOCIATION
CONFERENCE-SALTS
85.00
FIRE MARSHALS ASSOCIATION
CONFERENCE-VVAKLEY
85.00
OVVA88D FITNESS ZONE
GYM/E(JU|PMENTU8E
45.00
FIRE DEPT TOTAL
VERDIGRIS VALLEY ELECTRIC
CIVIL DEFENSE USAGE
15.37
AEP/PSO
11/04 USE
63.80
VERDIGRIS VALLEY ELECTRIC
ELECTRICITY FOR SIRENS
46.29
METROCALL
11/04 USE
1424
SOUTHWESTERN BELL
PHONE USE
0.20
SOUTHWESTERN BELL
10/04 USE
2021
SOUTHWESTERN BELL
11/04 USE
20.00
EMERGENCY PREPAREDNESS DEPT TOTAL
---------
L&STRUCKING
MA|NTSUPPL|ES/ROCK
000.00
L0GAN COUNTY ASPHALT
POTHOLE REPAIR
400.00
A&AMATERIALS
ASPHALT
311.04
MILL CREEK LUMBER &SUPPLY
PAINT SUPPLIES
1042
APAC SERVICE CENTER
ASPHALT
40.40
UN|F|RSTCORPORAT|ON
UN|F0RM8/PROTCLOTH|NG
130.80
GEORGE & GEORGE SAFETY
UN|F0RMS/PROTCLOTH|NG
47.00
MICHAEL TODD COMPANY
TRAFF|CYSTREET/STOP8|SNS
1.575.00
CITY GARAGE CITY OF0WASSO
VEH|CLEMA|NT
1.325.89
FUEL[NAN
FUEL
010.77
AEP/PSO
11/04 USE
931.10
VENDOR
DESCRIPTION
AMOUNT
AEFYP8O
STREET LIGHTS
4.18720
AEP/PSO
STREET LIGHTS
7.84
BAILEY EQUIPMENT
PLANER REPAIR
41.00
S|GNALTEK
K8A|NT TRAFFIC CONTROLS
250.00
METROCALL
11/04 USE
42.72
US CELLULAR
CELL PHONE USE
5218
SOUTHWESTERN BELL
10/04 USE
24.21
SOUTHWESTERN BELL
11/04 USE
24.00
L& STRUCK|NG
STREET RESURFACING
1.507.50
N|TEHAVVK
8VVEEP|NG/DEBR|8REK80VAL
1.280.00
APAC SERVICE CENTER
STREET RESURFACING
18.884.92
TWIN CITIES READY MIX
STREET OVERLAY-SILVER CREEK
324.00
STREETS DEPT TOTAL
30,410.09
TWIN CITIES READY MIX
STORM PIPE REPAIRS
134.00
ATVVOUDS
REPAIR PARTS
3.51
L0VVESCUk4PAN|ES
PADLOCK
16.42
UN|F|R8TC0RPORAT|0N
UN|F0RKXS/PROTCLOTH|NG
74.48
GEORGE & GEORGE SAFETY
UN|F0Rk8O/PR0TCL0TH|NG
48.99
GELLCO SAFETY SHOES
BOOTS-HARRIS
98.99
CITY GARAGE CITY OFOVVAS50
VEH|CLEMA|NT
490.70
FUELMAN
FUEL
448.70
METRUCALL
11/04 USE
35.80
CHEROKEE BUILDERS
DRAINAGE IMPROVEMENTS
10.808.10
8ECCOCONTRACTOR8
CONCRETE DRIVE REPLACEMENT
1.300.00
MESHEK&ASSOCIATES
ENGINEERING SERVICES
0.779.80
CLASSIC CHEVROLET
SERVICE TRUCK 12/704
3338980
ST[>RK8VVATERK8/\|NT DEPT TOTAL
53.638.84
VVAL-MART C0MMUN|TY
k4A|NTSUPPL|ES
11.44
ATVVOODS
LIGHTS/CORDS
12.40
L0CKESUPPLY
PLUGS8N|RET|E8
3.70
LDVVESC0K8PAN|E3
LIGHTS/CORDS
1888
ATVVDOD8
OVERALLS
37.00
FUELK4AN
FUEL
243.11
AEP/PSO
11/04 USE
784.24
OKLAHOMA NATURAL GAS
11/04 USE
141.85
METROCALL
11/04 USE
1424
SOUTHWESTERN BELL
PHONE USE
0.33
SOUTHWESTERN BELL
10/04 USE
73.15
SOUTHWESTERN BELL
11/04 USE
72.78
A-1 TENT RENTALS
TENT RENTAL
550.00
PARKS DEPT TOTAL
1'862.99
FUELK8AN
FUEL
4472
AEP/PS0
11/04 USE
574.08
OKLAHOMA NATURAL GAS
11/04 USE
588.97
AT&T WIRELESS
PHONE USE-VAN
20.00
SOUTHWESTERN BELL
PHONE USE
0.41
SOUTHWESTERN BELL
10/04 USE
05.73
VENDOR
DESCRIPTION
AMOUNT
SOUTHWESTERN BELL
11/04 USE
107.57
TOTAL RADIO
COMMUNITY CENTER DEPT TOTAL
1,401.46
AEP /PSO
11/04 USE
31.56
OKLAHOMA NATURAL GAS
11/04 USE
194.96
SOUTHWESTERN BELL_
PHONE USE
0.30
SOUTHWESTERN BELL
10/04 USE
22.95
SOUTHWESTERN BELL
11/04 USE
22.74
TOTAL RADIO
HISTORICAL MUSEUM DEPT TOTAL
27151
GENERAL FUND TOTAL
160,580.92
MEDICAL_ COMPLIANCE SPECIALITY
BIO -WASTE DISPOSAL
111.00
TOTAL RADIO
LAPTOP INSTALLATION
617.98
T &W TIRE
TIRES
464.84
CROW BURLINGAME
BELTS
8.75
GALLES JEFFERY
EMS MONTHLY AUDITS
500.00
STUCKEY, MARK
PER DIEM
168.00
AMBULANCE SERVICE FUND TOTAL
1,870.57
TOTAL RADIO
MAINT CONTRACT
675.00
E -911 FUND TOTAL
675.00
MESHEK & ASSOCIATES
ENGINEERING SERVICES
14,643.51
STORMWATER MGMT FUND TOTAL
14,643.51
C2A ENGINEERING
ENGINEERING SVS -86/96 ST N
19,327.00
HOME DEPOT USA
INTERSECTION IMPROVEMENTS
1,180,000.00
HOME DEPOT USA
STREET IMPROVEMENTS
30,914.40
BECCO CONTRACTORS
US 169/96 ST N - 7/20/04
141,794.90
WATER PRODUCTS
86 ST N WIDENING /DRAINAGE
697.30
CAPITAL IMPROVEMENTS FUND TOTAL
1,372,733.60
LIVINGSTON, KEN
TUITION REIMBURSEMENT
251.25
OFFICE DEPOT
OFFICE SUPPLIES
4.44
WELSCO
WELDING SUPPLIES
15.36
TREASURER PETTY CASH
DRY CLEANING
15.50
B & M OIL COMPANY
OIULUBRICANTS
361.00
FRONTIER INTERNATIONAL TRUCKS
REPAIR PARTS
103.23
DRIVE TRAIN SPECIALISTS
PARTS
71.34
ATWOODS
REPAIR PARTS
21.87
KEYSTONE EQUIPMENT
REPAIR PARTS
210.00
VENDOR
DESCRIPTION
AMOUNT
WILLIAMS REFUSE EQUIPMENT
LODAL PARTS
392.09
O&M CUSTOM EXHAUST
REPAIR PARTS
20.00
O'RBLLYAUTOMOT|VE
REPAIR PARTS
36349
AEP/P8O
11/04 USE
353.98
OKLAHOMA NATURAL GAS
11/04 USE
424.09
METROCALL
11/04 USE
1424
SOUTHWESTERN BELL
PHONEUSE
3.48
SOUTHWESTERN BELL
10/04 USE
82.88
SOUTHWESTERN BELL
11/04 USE
114.80
TULSA TECHNOLOGY
TRAINING-MOODY
144.00
KERR KOUNTRY RV
REPAIR SERVICES
58.74
CITY GARAGE FUND TOTAL
3024.77
PERR|NE.MCG|VERN.REDE&4ANN.PLLC
N0C LEGAL SERVICES
741.40
PPOSOLUT|DNS
MEDICAL REVIEWS
122.41
HENDR|CK8.RANDALLMD
602204
2.813.79
NEUROLOSYLLPC
B00294
278.90
JANE PHILLIPS EPISCOPAL
F08134
284.89
VVORK|NGRX
C08054
4020
MED|O\PPHARMAC|ES
M09304
12.81
CENTRAL STATES ORTHOPEDIC
C08054
23240
CENTRAL STATES ORTHOPEDIC
B04074
51.12
CENTRAL STATES ORTHOPEDIC
G02204
771.30
THIRD PARTY SOLUTIONS
B09204
45.04
HEALTHG0UTHHULD|NGS
M10034
385.85
HEALTH80UTHHOLD|NGS
M89304
288.01
0VVA8S0 PHYSICAL THERAPY CLINIC
C08054
328.20
KIRK CHIROPRACTIC
K10014
70.01
URGENT CARE OF GREEN COUNTRY
R1 01i4
137.46
URGENT CARE OF GREEN COUNTRY
K10014
37.87
URGENT CARE OF GREEN COUNTRY
M10034
5440
URGENT CARE OF GREEN COUNTRY
K109304
94.07
URGENT CARE 0F GREEN COUNTRY
R05074
50.80
URGENT CARE OF GREEN COUNTRY
C08054
37.87
SUMMIT PHYSICAL THERAPY
R10103
480.93
CHO|CERX
R05074
192.22
JAMPETR0.T C/O CRAIG ARMSTRONG, ATTY
TTDPAYK8ENTS
200.08
JAMPETR0.T C/O CRAIG ARMSTRONG, ATTY
TTOPAYMENTS
269.08
WORKERS COMP FUND TOTAL
8116.16'
M|LLS, MIKE
TORT CLAIM 11/3/04
773.30
SELF INSURANCE FUND TOTAL
773-36
GRAND TOTAL
1562�
CITY OF OWASSO
GENERAL FUND
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING DATE 12/11/2004
Ambulance Fund
Emeraencv 911 Fund
Worker's COMD Self-Insurance Fund
Support Services
0.00
326.30
IN-Mal R- in
NOW
Historical Museum
0.00
2,419.43
Ambulance Fund
Emeraencv 911 Fund
Worker's COMD Self-Insurance Fund
CITY OF OWASO
HEALTHCARE SELF INSURANCE FUND
lom
AETNA
HEALTHCARE MEDICAL SERVICE
xE|m*
HEALTHCARE MEDICAL SERVICE
AETNA
AOM|N FEES 12N4
AETN&
STOP 'LOSS FEE 12/D4
HEALTHCARE DEPT TOTAL
DELTA DENTAL
DENTAL MEDICAL SERVICE
DELTA DENTAL
DENTAL MEDICAL SERVICE
DELTA DENTAL
DENTAL MEDICAL SERVICE
DELTA DENTAL
ADM|N FEES 10/04
DENTAL DEPT TOTAL
VSP ADM|NFEES
VISION DEPT TOTAL
HEALTHCARE SELF INSURANCE FUND TOTAL
20.19127
18,00044
11,821.82
11,386.66
2,018.30
834/0
1,049.00
5,377.73
5111: k III
TO.- THE HONORABLE MAYOR & CITY COUNCIL
CITY OF OWASSO
FROM: ERIC WILES
COMMUNITY DEVE LOPMENT DIRECTOR
SUBJECT- ADMINISTRATIVE AGREEMENT BETWEEN INCOG AND THE
CITY OF OWASSO FOR CDBG 04
DATE -. December 8, 2004
1-V mv- X-1311"IM-141-1091i
Now that the grant has been accepted, an administrative agreement needs to be executed to
provide for the administration of the project. FEstorically, INCOG has administered Owasso 's
CDBG grants and provided technical assistance as a liaison between the City and the Department
of Commerce. The administrative agreement pledges $4,000 to INCOG for its services, such
funds to come from the City's required cash match.
The staff recommends that the City Council approve the administrative agreement between the
City of Owasso and INCOG, and authorize the Mayor to execute the agreement.
1. Area map showing location of grant project
2. Agreement for Administrative Services
n
d
39
a
I I I F
M"1131MV111117 W"MIMO-1 f3w,
CONTRACT TITLE: ADMINISTRATIVE SERVICES FOR 11451 CD 04
-NEIGBBORHOOD IMPROVE-MENTS
CITY: OWASSO
AMOUNT: $4,000.00
TERM OF CONTRACT: This agreement shall become effective on the execution
Andy Armstrong
INCOG
201 W. 5111 Street,
mm•�
zwj�*
Mayor Susan Kimball
City of Owasso
Suite 600 P.O. Box 180
Fax: (918) 583-1024
aarmstrong@incog.or
Chair of the Board
Secretary
Owasso, OK 74055-0180
(918) 376-1500
(918) 272-499•
Susan Kimball, Mayor
Attest:
City Clerk
CONTRACT COMPONENTS: Part I — Summary and Signatures
Part 2 — General Terms and Conditions
Attachment A - Scope of Services
None of the work and services covered by this CONTRACT may be
subcontracted without written consent of the CITY. Any work or services
subcontracted hereunder shall be specified by written agreement and shall be
subject to each provision of this CONTRACT.
This CONTRACT is subject to modification as may be required by federal or
state law or regulations. The work and set-vices to be performed and the contract
period may be modified only upon written agreement of both patties.
0
In the event of any disagreement between the CITY and INCOG, relative to the
provisions of this CONTRACT, the details of such disagreement shall be
forwarded to the legal counsels of both parties for review and recommendation
and such recommendation forwarded to the CITY Officers who shall make the
final determination.
If any provision under this contract or its application to any person or
circumstance is held invalid by any court of competent jurisdiction, such
invalidity does not affect any other provision of this contract or its application that
can be given effect without the invalid provision or application.
ate, M�WJAXB-103*� M
a. INCOG represents that it has, or will secure at its own expense, all
personnel required in performing the services under this contract.
Such personnel shall not be employees of or have any contractual
relationship with the CITY.
b. INCOG has full responsibility for payment of any workers'
compensation insurance, unemployment insurance, social security,
state and federal income tax and any other deductions required by
law for its employees.
All of the services required hereunder will be performed by
INCOG or under its supervision and all personnel engaged in the
work shall be fully qualified and shall be authorized or permitted
under state and local law to perform such services.
TERMINATION OF CONTRACT FOR CAUSE
Not withstanding the above, INCOG shall not be relieved of any liability to the
CITY for damages sustained by the CITY by virtue of any breach of the contract
by INCOG, and the CITY may withhold any payments to INCOG until such time
as the exact amount of damages due the CITY from INCOG is determined.
The CITY may terminate this contract at any time by giving at least 30 days
notice in writing to INCOG. If the contract is terminated by the CITY as
provided herein, INCOG will be paid for the time provided and all allowable
expenses incurred up to the termination date.
No member of the governing body of the CITY, and no other officer, employee,
or agent of the CITY, who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any
personal financial interest, direct or indirect, in this agreement, and INCOG shall
take appropriate steps to assure compliance.
INCOG covenants that it presently has no interest and shall not acquire interest,
direct or indirect, in the project area or any parcels therein or any other interest
which would conflict in any manner or degree with the performance of its
4
services hereunder. INCOG further covenants that in the performance of this
agreement no person having any such interest shall be employed.
INCOG, at such times and in such forms as the CITY may require, shall furnish
the CITY such periodic reports as it may request pertaining to the work or
services undertaken pursuant to the contract, the costs and obligations incurred or
to be incurred in connection therewith and any other matters covered by this
c o n t r act.
INCOG shall furnish the CITY narrative reports and financial reports related to
the elements of this contract in the form and at such times as may be required by
the CITY or federal and state grantor agencies.
INCOG shall comply with all applicable laws, ordinances and codes of the state
and local governments, and INCOG shall save the CITY harmless with respect ts
any damages arising from INCOG's performing any of the work embraced by this
contract in violation of any applicable laws, ordinances and codes of the state and
local governments.
1, o reports, maps, or other documents produced in whole or in part under this
contract shall be the subject of an application for copyright by or on behalf of
INCOG.
INCOG shall comply with OMB circulars A- I 10 and A ®122 requirements, where
applicable. The OMB circulars are hereby made a part of this contract.
INCOG shall comply with all applicable anti-kickback regulations covered under -
Department of Labor Regulations 29 CF R, Part 111.
INCOG shall comply with the following equal opportunity requirements as part of
CDBG assurances:
b. INCOG will, in all solicitation or advertisements for employees
placed by or on behalf of INCOG, state that all qualified applicants
will receive consideration for employment without regard to race,
creed, color, sex, or national origin.
C. INCOG will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Contract so that such
provisions will ► binding upon each subcontractor, provided that
the foregoing provisions shall not apply to contracts of
subcontracts for standard commercial supplies ♦ raw materials.
INCOG will comply with all provisions of Executive Order 11246
of September 24, 1965, and of the rules, regulations and relevant
orders of the Secretary of Labor.
In the event of INCOUs non-compliance with the equal
opportunity clauses of this Agreement or with any of such rules,
regulations or orders, this Agreement may be canceled, terminated,
or suspended in whole or in part and INCOG may be declared
re,
h. Housing and Community Development Act of 1974, Section 109
Civil Rights Act of 1964
Under Title VI of the Civil Rights Act of 1964, no person
shall, on the grounds of race, color, or national origin, be
excluded from participation in, be denied the benefits of, or
be subjected to discrimination under any program or
activity receiving federal financial assistance.
j. "Section 3" Compliance in the Provision of Training, Employment
and Business Opportunities
L The work to be performed under this contract is on a
project assisted under a program providing federal financial
assistance from the Department of Housing and Urban
Development through the Oklahoma Department of
Commerce and is subject to the requirements of Section 3
N
AGE DISCRIMINATION ACT OF 1975
WCOG shall comply with the provisions of the Age D; scri.mination Act of 1. 975,
j—
which prohibits discrimination on the basis of age in the delivery of services and
benefits supported by federal funds.
INCOG shall comply to the extent required with the provisions of the Americans
with Disabilities Act of 1990 which prohibits discrimination on the basis of
disabled status in any publicly funded program and activity.
F21
INCOG shall comply with the provisions of Section 504 of the Rehabilitation Act
of 1973, which prohibits discrimination on the basis of handicap in any programs
or activities receiving federal financial assistance.
M
INCOG staff will perform the tasks listed below, keeping the City of Owasso apprised of
program progress during all phases of the project.
L Conduct Public Hea1Ln,-,s
Prepare and publish public hearing notices, organize presentation, and
assist at any public hearings necessary (as in the event of program
amendment).
Z Environmental Review Record
A. Prepare and publish all public notices.
B. Notify appropriate authorities of the project such as State I-Estoric
Preservation Officer, State of Oklahoma Archeological Society,
State of Oklahoma Department of Environmental Quality,
Environmental Protection Agency, etc.
C. Prepare an Environmental Assessment of the project.
D. Recommend a determination of finding(s) and level of impact to
the City Council of the City of Owasso.
E. Prepare and submit Request for Release of Funds and appropriate
supporting documentation.
11MI MW
A. Coordinate and prepare Requests for Payments to order funds for
payment of CDBG expenses.
B. Coordinate and prepare all quarterly narrative reports for submittal
to ODOC as required. Assist the CITY staff in the preparation of
monthly expenditure reports for submittal to ODOC as required.
C. Coordinate and prepare the initial Performance and Expenditure
Projection form for submittal to OODC as required and any
revisions or modifications, as necessary, during the length of the
project,
4. Financial Management
[Ul
B. Assist in the development and supervision of accounting
procedures and maintenance of supporting source documentation
including appropriate journals and ledgers.
C. Maintain additional financial records and property inventories, as
required.
D. Assist the CITY staff to ensure compliance with generally
accepted accounting principles in bookkeeping.
5. L1r Q i _CQUE, 1 P
A. Establish project files which contain all source documentation and
assist the CITY staff in file maintenance.
Assist the CITY staff in maintaining compliance with all
applicable federal, state, and local regulations in the project files,
6. Citizen
A Develop and coordinate a continuing citizen participation/equal
opponunity planning process.
B Maintain record of public hearings and other opportunities for
citizens to participate in program performance and completion.
C Assist the CITY, if necessary, in responding to and resolving equal
opportunity complaints.
7. Residential Antidisolacement and Relocation Assistance Plan
A. A Residential Antidisplacement and Relocation Assistance Plan
will be prepared in compliance with the Uniform Relocation Act
and submitted to ODOC for approval.
1. Assist the CITY staff in reviewing plans, specifications and
contract documents to meet ODOC requirements.
2. Secure wage rates from ODOC and include in bid packet.
3. Assist the CITY in reviewing executed construction
contracts for completeness.
11
4. Obtain contractor and subcontractor clearance from ODOC.
5. Assist the CITY and project engineer in conducting a
preconstruction conference.
6. Monitor contractor compliance with applicable regulations,
such as Davis-Bacon wage rates and equal opportunity.
7. Secure construction contractor's weekly payroll reports and
ensure compliance with wage rates.
8. Conduct on-site interviews and verify results with payroll
reports.
9. Assist the CITY and project engineer with partial and final
payment requests fi-om construction contractor.
10. Assist the CITY in ODOC monitoring visit related to
project activities and provide assistance in resolving
monitoring issues, if any.
9. Project Close out
A. Assist the CITY in preparation and submittal of project close-out
documents to ODOC, including Project Completion Report, Final
Expenditure Report, Final Wage Compliance Report and
Certificates of Completion.
11" . Assist the CITY in the resolution of audit questions, if an-
12
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF OASSO
FROM. 111. ALEXANDER
PROJECT" MANAGER
SUBJECT. ACCEPTANCE OF STREET, STORM DRAINAGE,
AND WATER SYSTEMS
EAST 96 TI STREET NORTH AND NORTH 129T" EAST AVENUE
INTERSECTION IMPROVEMENTS
DATE- December 20, 2004
The subject capital improvement project is located south of E. 96th Street North at N. 129th East
Avenue (see attached map). Improvements included the partial widening of East 96th Street
Forth and North 1291h East Avenue intersection, and the construction of approximately 857
linear feet of the Owasso Expressway. The water system improvements consisted of relocating
approximately 1,200 feet of 12 inch water line. Design of the streets, storm drainage, and water
systems were reviewed and approved in June 2003.
r, KIM
Final inspection for the streets, storm drainage, and water systems were conducted on June 1,
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 water and storm drainage systems and a two -year maintenance bond for the streets.
Staff recommends Council acceptance of the East 96th Street North and North. 129th East Avenue
Intersection Improvements.
A. Location Map
B. Maintenance Bond
a
t Mlw��
I
C�l
95TH
CT
�-k I I AGHMENT B
MAINTENANCE BOND No. 54-148045
KNOW ALL MEN BY THESE PRESENTS, THAT WE Carter Excavating, Inc.
lffliffffimry, MMI
Gorporation, having its principal place ot business in the City of Ceda-,�*\apids and—State of Iowa as Surety, are held anc
firmly bound unto The City of Owasso, OK
day of June,
111 q! 111 11 Mill 1�1
tk 4
WHICH said improvements have been constructed to conform with specifications prepared by:
610 M I I 1 [41-4 KWKWI I I [OUTAU
2004
RNIff I
1 0 " of 0 6
IN ,.
1
Cat-ter Excavating, Inc.
Corporation, having its principal place of business in the City of Cedar Rapids and State of Iowa as Surety, are held and
The City of Owasso, OK
firmly bound unto
WHEREAS the said Principal has constructed certain improvements described as follows:
Pursuant to the contract between the Principal and JR Heineman & Sons, Inc.
I291h Street Improvements to serve Morrie Depot St ore #8922, Owasso, OIL
WHICH said improvements have been constructed to conform with specifications prepared by:
0_
The Obligee, by and through its proper representative, shall give the Principal and the Surety written notice of all repairs
required to fulfill the terms of this maintenance guarantee; and the said Principal and Surety shall, after receipt of any
such notice, be allowed a reasonable period of time in which to make any such repairs.
Carter Excavating, Inc.
(Principal)
TO; THE HONORABLE MAYOR AND COUNCIL
CITY OF OWASSO
FROM. ANA S T AGO, P.E.
DIRE CTOR OF PUBLIC WORK S
SUBJECT: STRE ET OVER PROGRAM
PURCIIASE ORDER FOR ASPHALTIC CONCURETE
DATE- December 16, 2004
BACKGROUND
In March 2004, the City Council approved an intcrlocal agreement between the City of
Owasso and Tulsa County for the overlay of three sites within the City. The agreement
includes provisions that Tulsa County will provide equipment and labor for the asphaltic
concrete overlay of the three sites. The City will provide all paving materials and work
items other than placement of the overlay. The three sites specified in the agreement are
the Three Lakes Industrial Park (Attachment A), the Village at Silver Creek (Attachment
B) and the Three Lakes Village.
During investigations for the Three Lakes Village, Public Works staff determined that the
condition of existing streets was not conducive to a simple overlay rehabilitation and that
a total rebuild would be necessary. This project will be addressed in next year's budget
request. Work on the other two sites began the second week in November and was
completed on December 11, 2004.
PROCURE, MENT OF MATERIALS AND SERVICES:
In October 2004, Engineering Division staff began developing purchase orders for the
purchase of paving materials and other related services (a 2 -inch mill of the existing
street surfaces and hauling milling debris). Estimates for the amount of asphaltic
concrete required were based on a two -inch depth.
The Three Lakes Industrial Park project included the placement of a one -inch leveling
course over the milled concrete surface followed by installation of paving fabric and
placement of the one -inch traffic course. Tulsa County personnel advised that placing a
one -inch layer of asphalt over the fabric was not advisable, particularly in cold weather.
Therefore, the final pavement layer was increased to a depth of 1 -3/4 inches. Also,
Engineering Division staff in conjunction with Tulsa County opted to use the finer-
graded Type C asphalt in lieu of Type B to assure a tighter bond with the paving fabric.
This change increased the cost $0.75 per ton. These changes (plus a moderate overrun
for the Village of Silver Creek) resulted in an increase in the total amount of asphaltic
concrete required.
A purchase order for asphaltic concrete was issued to APAC- Oklahoma in the amount of
$21,235.00. The final billing amounts for the "Village at Silver Creek ($11,457.12) and
the Three bakes Industrial Park ($14,348.26) have been verified for a total cost of
$25,805.38 (see Attachments C and D). This total exceeds the $25,000 amount
authorized for purchase orders without City Council approval.
FUNDING:
Project funding is provided in Streets Division Line Item 01 -300 -54212 which includes
$35,000.00 in developer escrow funds for the Village at Silver Creek. Funds in the
amount of $48,000.00 are provided for the 'three Lakes Industrial Park.
All final billings have not been received. However, current estimates indicate that the
amount of line items funds allotted for each site will not be exceeded. The estimated
Three Lakes Industrial Park cost, including the overruns, amounts to approximately
$37,000.
RE COIVEiiIENDATON®
Staff recommends Council approval and the authorization of payment for the purchase of
asphaltic concrete to APAC- Oklahoma in the amount of $25,805.38.
ATTACHMENTS:
A. Site Plan -Three Lakes Industrial Park
B. Site Plan - Village at Silver Creek
C. Three Lakes Industrial Park Cost Ledger
D. "Village at Silver Creek Cost Ledger
i
i
I
i
i
I
Owasso Public Works
Department
Engineering DIV.
P.O. 180
Owasso, OK 74055
918.272,4059
\v N N .citN,ofow asso.com
S
LLI
Co
w
v
z
Owasso Public Works
Department
Engineering DIV.
P.O. 180
Owasso, OK 74055
918.272,4059
\v N N .citN,ofow asso.com
Pe
is
Owasso Public Works
Depatiment
Engineering DIV.
P.O. 180
Owasso, OK 74055
918.272.4959
to ww .cityofowasso.com
VILLAGE SILVERCREEK
STREET REPAIR PROJEC
LOCATION
pi
11
Street Overlay Cost Ledger
Three Lakes Industrial Park
Item
®.
Work Item
j Vendor
Estimated
Quantity
Unit Price
[Final Quantity
cost
Comments
1
2" Mill, Asphaltic Concrete
Becco Contractors
5206 SY
i $ 14,700.00
Quoted at daily rate for both sites @
$3,500 /day. Six days. No haul. Prorate
cost 30% for Silver Creek and 70% for
Three Lakes Industrial Park (AC vs. PCC
mill). Final Billing.
2
Sweep and Remove Milling Debris
Nite Hawk, Inc.
10 HR
$112.00
5.63 HR
$ 630-00
Quoted at hourly rate @ $112/hour. Final
,Billing.
3
4
Additional Truck for Millings Haul
Haul Millings
L&S Trucking 10 HR
City Forces N/A
$45.00
$12.00 -F-76MHR-7-$--
16.75
$ 753.75
9-12- JO 0-- --
—Pick up windrows. --Final —Billing.
Pick wpwindrows
5
Fabric Binder Oil
N/A
N/A
N/A
$
'Included in Becco price for installing
fabric.
Tack Coat Oil
Koch Materials j 255
$1.25 1
$ 318.75
No final billing
-7
Install Paving Fabric
j Becco Contractors j 5,206 SY
$1.00
5,000 SY
$ 5,000.00
Final Billing.
8
2" Asphaltic Concrete, Type C
j APAC-Oklahoma 650 j
$16.25
882.97
$ 14,343.26
I Estimated Final Cost, Three Lakes Industrial Park
$ 36,662.76
11
r_
Street Overlay Cost Ledger
Village at Silver Creek
Item
No.
Work Item
Vend
Vendor 7
Estimated
Quantity
1
Unit Price
Final Quantity
i
Cost Comments
1
2" Mill, Asphaltic Concrete
Becco Contractors
6,390 SY
i
L—
j
$
Quoted at daily rate for both sites @
1$3,500/day. Six days. No haul. Prorate
6,300.00 ,cost 30% for Silver Creek and 70% for
pThree Lakes Industrial Park (AC vs- PCC
'mill). Fnal Billing
2
3
Sweep and Remove Milling Debris
Additional Truck for Millings H aul
Nite Hawk, Inc. 10 HR
L&S Trucking 10 HR
$1112.00
$45.00
5.63 HR
16.15
$
Quoted at hourly rate @ $112/hour. Final
630.00 �Billing.
753.75 !Pick up windrows. Final Billing-
4
Haul Millings
City Forces N/A
$12.00
96 MHR
$
1,152.00 Pick up windrows
5
Base Repair
City Forces I N/A I
$12.001L
4 MHR
$
400.50 Labor plus materials
6
Tack Coat Oil
Koch Materials 350 GAL
X1.25
$
437.50 No final billing
7
2" Asphaltic Concrete, Type B I
APAC-Oklahoma 7 720
$15.50
739.17
$
11,457.12
Estimated Final Cost, Village at Silver Creek
$ 21,130.87
r_
FROM: RODNEY J. RAY
CITY MANAGER
SUBJECT ESOli,UTION NO. 2004 -25, A RESOLUTION CAI LINO FOR
AN ELECTION
DATE- DECEMBER 15, 2004
I S�_�N`CZIiE�llll�fi�i
Pursuant to the provisions of the Owasso City Charter governing the election of City
Council members, the Council shall take action by Resolution to call any necessary Ward
Elections. Such election is needed for Wards 3 and 4, each for a three year term.
Staff has prepared Resolution No. 2004 -25 which, if approved by Council, calls for an
election to be conducted for Ward 3 and Ward 4, identifies the process that must be
followed to meet all legal requirements, and allows for proper notification to the Tulsa
County Election Board.
The filing period for interested candidates is February 7, 8, and 9, 2005. All candidates
must file a Declaration of Candidacy with the Tulsa County Election Board between the
hours of 8:00 AM and 5:00 PM on either of these dates. Only qualified electors who
reside in the Ward for at least six months prior to filing a declaration of candidacy shall
be qualified to hold the office of Council Member for that Ward. All registered voters
residing within the city limits of the City of Owasso may vote in the election.
The primary election is set by the City Charter and will be held on March 1, 2005.
Should one of the candidates not receive the majority of all votes cast for a particular
Ward, a general election will be called. The general election, if necessary, will be held
on April 5, 2004. The elected Councilors will be sworn into office at the May 2, 2005
City Council meeting.
• 171V 1, ',,
Staff recommends Council adopt Resolution No. 2004 -25 calling for an election.
LV1VAX4-HTkVr92TM-
1. Resolution No. 2004 -25
CITY OF OWASSO, OKLAHOMA
RESOLUTION NO. 2004 -25
NOTICE OF ELECTIONS AND CERTIFICATION
WHEREAS, a Primary Election shall be held on the I" day of March, 2005 for the
purpose of electing Council Members to the City of Owasso, for wards and terms as
follows:
WARD NO. TERM
3 years
3 years
WHEREAS, a General Election, if necessary, shall thereafter be held on April 5, 2005
to elect said Council Members.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OWASSO, OKLAHOMA:
1. That a non - partisan Primary Election for City Council Members, as set out, be
held on March 1, 2005,
2. That the General Election thereafter, if necessary, be held on April 5, 2004.
3. Only qualified electors of the City of Owasso who reside in the respective wards
shall be qualified to hold the office of Council Member.
BE IT FURTHER RESOLVED that the City Council of the City of Owasso, Tulsa
County, Oklahoma, hereby certifies to the Tulsa County Election Board that all precincts
in Tulsa and Rogers Counties within the city limits of the City of Owasso, Oklahoma are
to be opened.
The filing period is from February 7, 2005 through February 9, 2005 for the Primary
Election.
PASSED AND APPROVED this 21St day of December, 2004 by the City Council of
the City of Owasso, Oklahoma.
Susan Kimball, Mayor
ATTEST:
Sherry Bishop, City Clerk
APPROVED AS TO FORM:
Ronald D. Cates, City Attorney
Im
SUBJECT:
DATE:
_A*14 !2! P'67141-"1111*02
CITY OF OWASSO
OZ,0445, A REQSTIES FOR RE G OF 1.353 ACRES LOCATED
AT THE SMITH FARMS MARKETPLACE
In order to further facilitate the development of their property for retail use, the developer, Hunt
Properties, Inc. has acquired 1.3 acres of land immediately along the northern border of the
development and requested that it be rezoned fi-orn AG (Agricultural) to CS (Commercial Shopping
Center). The property is located southeast of the intersection of East 96�' Street North and North
Garnett Road. A general area map is attached for review.
The property is being used to provide stormwater detention for the Smith Farms Marketplace
development.
The CS district is designed to accommodate a variety of convenience, neighborhood, and regional
shopping centers providing a wide range of retail and personal service uses.
The first step in the development of a piece of property in Owasso is annexation. Annexation is
recognize changing conditions in a particular area or in the jurisdictional area. Zoning changes must be
based on two fundamental questions: 1) Does the requested zoning allow a land use that is appropriate
for the subject property, and 2) Is the requested zoning in conformance with the Owasso Land Use
Master Plan?
Development considerations such as traffic, roads, grading, drainage, stormwater detention, utilities,
rights-of-way, etc, are not to be considered until the platting stage of development. At the platting
(and site planning) stage, the Planning Commission, municipal staff, and the Technical Advisory
Committee work with the applicant to solve these types of specc development concerns.
The development associated with this property has ah-eady progressed through the platting and site
planning process. The acreage is being used for stormwater detention for the Smith Farms
Marketplace.
The Owasso 2015 Land Use Master Plan designates the property for commercial use. The requested
zoning designation, CS Commercial Shopping Center, is allowed within the master plan's designation
for the property.
If the application is approved, the subject property would be zoned CS Commercial Shopping
Center. The property will provide additional space for storrawater detention for the Smith Farms
Marketplace. The staff has received neither phone calls nor correspondence regarding the
request.
The Planning Commission conducted a public hearing on December 13" to consider the request. At
that public hearing, the Planning Commission voted unanimously to recommend that the City Council
approve OZ-04-15.
sm .♦ �.i% i�
1. Case map
2. Property survey
3. Legal description of subject property
E. 96th- St.- N.
Owasso Community
Development Department
111 N. Main St.
Owasso, OK 74055
918.376.1500
918.376.1597
www.cityofowasso.com
cp
OZ 04-15
Hunt Properties
s riTe • ..
R -14 —E
S 44 °55'58 E
EAST 96st STREET NORTH
5].02'
Z
I
n2 , S 44 °55'24" E
2A`,Z� \ 112.69'
lb Z
ADDITIONAL N 85 02
2166
iROPERTY TO BE
TONED CS = 1,353 acres m
n9 �n
aro:o 6g na .,
L'eely 6u,.�.„9 C /a!4 �+rvio [a�9 �r.II 0 "arsa ndar.o�
N
LOCA'T'ION MAP
S 45 °04'32° F, ph `56
r
0� 5 36 °4136 W
♦ T
�♦ ^� J \ 30.15
4/4
92 28
a^
2
N 00 "04'36" E S 89 °55 52 E °a d
i o�
24.97' 243 66 Z'
iti �7 7
N 89 5 24 w
Im
/.
/
P O.d 268 66'
BEGINNING AT A POINT THAT IS THE SOUTHWEST CORNER OF THE
NW /4 OF SECTION 20, T21N R14E: THENCE NORTH 00'04'36"
_
EAST ALONG THE WESTERLY LINE OF SAIO SECTION 20 FOR
1027.00 FEET TO THE POINT OF BEGINNING; THENCE NORTH
0904'36" EAST ALONG THE WESTERLY LINE OF SAID SECTION 20
o
FOR 24.97 FEET; THENCE SOUTH 89'55'52" EAST FOR 243.66
' FEET; THENCE NORTH 00'04'36" EAST FOR 136.26 FEET; THENCE
o
NORTH 45'04'36" EAST FOR 411.89 FEET; THENCE SOUTH
45'04'32" EAST FOR 100.53 FEET; THENCE NORTH 45'04'38"
EAST FOR 657.95 FEET; THENCE NORTH 85'02'56" EAST FOR
211.66 FEET; THENCE NORTH 52'32'24" EAST FOR 329.72 FEET;
THENCE SOUTH 44'55'58" EAST FOR 51.02 FEET; THENCE SOUTH
60'26'25" WEST FOR 515.21 FEET; THENCE SOUTH 71'14'20"
o
\,
WEST FOR 172.32 FEET; THENCE SOUTH 45'04'36" WEST FOR
z
485.74 FEET; THENCE SOUTH 36'41'36" WEST FOR 30.15 FEET;
.,
THENCE NORTH 45'04'48' WEST FOR 92.28 FEET; THENCE SOUTH
45'04'36" WEST FOR 386.63 FEET; THENCE SOUTH 0'04'36"
WEST FOR 143.84 FEET; THENCE NORTH 89'55'24" WEST FOR
268.66 FEET TO THE POINT OF BEGINNING.
•
ryrl Oh,gA
' ♦`�y� °gym SAID PROPERTY CONTAINING 1.353 ACRES. MORE OR LESS.
SW/4 OF THE
NW /4 OF
1
SECTION 20
Marketplace
Sg°
O
o z ^
a � o
m � ,
w
? o
`J Y
gym"
LLJ
uj
IZ
fl2J> IJ �qi x A, e.
22.5
z �IJ 7111 )f (NI Id
214 II(i 51 Itiv
S h�n6°rnp°r•:, n,m
V
CD
d
cC3
v
Q
-2
Ddl-
f:j- (21 1) A 49 11,12 F:,,
L:1
v
d
0-• Q a--
3 _m
O
x
Q v
Z O liJ
O
-e
3: �0
1r O 1 .s
C-'
O
I-- 8
L ll g t a
�{
a — � _
TO: THE HONORABLE MAYOR AND CITY COUNCIL,
CITY OF OWASSO
FROM- O M RODNEYJ.RAY
CITY N
S B ECTo RIGHT OF WAY AQUISTION FOR THE E. 96TH STREET NORTH
AND N. GARNFITT ROAD IMPROVEMENT PROJECTS.
DATE- DECEMBER I5, 2004
The city staff is currently involved in the acquisition of rights of way for the E. 96"' Street
North and N. Garnett Road Intersection Project and the N. Garnett Road Widening
Project. As a part of that acquisition, negotiations for the purchase of land from
Cornerstone Center, Inc., 5762.671 square feet and Roy B. Bowman and Shirley M.
Bowman, 11,434.504 square feet, have been successfully completed.
1. Cornerstone Center, Inc.- $ 57,626.71; and
2. Roy B. Bowman and Shirley M. Bowman- $ 114,345.04.
This request is for City Council approval of the attached contracts for the sale of real
property, authorization for the Mayor to execute the contract, and authorization for
payment to be made. The proposed contracts are attached for your review.
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.
A. Memorandum and Contract- Cornerstone Center, Inc; and,
B. Memorandum and Contract -Roy B. Bowman and Shirley M. Bowman
1► 131��T��7�►11171► I
TO- THE HONORABLE MAYOR AND CI'T'Y COUNCIL
CI'T'Y OF OWASSO
FROM: RODNEY J. RAY
F
SUBJECT: RIGHT OF WAY AQUISTION FOR t 9 � STRE, ET NORT17
AND ROAD i i
DATE- DECEMBER I5, 2004
The city staff is currently involved in the acquisition of right of way for the E. 96th Street
North and N. Garnett Road Intersection Project and the N. Garnett Road Widening
Project. As a part of that acquisition, negotiations for the purchase of .13 acres
(5,762.671 square feet) of land from Cornerstone Center, Inc. have been successfully
completed. The property is located on the north side of E. 96th Street North, immediately
west of Garnett Road and is owned Dominic Sokolosky, his siblings and their spouses.
The proposed contract (see attached) contains a purchase price of $10.00 per square foot
for the needed right of way, for a total purchase price $57,626.71. This price was
negotiated within the context of discussions with other property owners and reflects what
the staff believes is a fair price for property in that area.
If the contract is approved, funding for this purchase is available from the Capital
Improvements Fund as a portion of the cost of the E. 96th Street North and N. Garnett
Road Intersection Project scheduled for bid in January 2005.
This request is for City Council approval of the attached contract for the sale of real
property, authorization for the Mayor to execute the contract, and authorization for
payment to be made to Cornerstone Center, Inc. in the amount of $57,626.71. Please
note that Mr. Sokolosky has, on behalf of Cornerstone Center, Inc., executed the
proposed contract and it is attached for your review.
Staff will recommend City Council approval of the contract between the City of Owasso
and Cornerstone Center, Inc. for the purchase of right of way, City Council approval to
authorize the Mayor to execute all necessary documentation relating to the right of way
purchase, and authorization for payment of purchase.
ATTACHMENT
1. Contract
2. Legal Description
110111-3091-1171ffim�
THIS AGREEMENT, by and between Cornerstone Center, Inc., an Oklahoma
corporation, hereinafter referred to as Seller, and the City of Owasso, Oklahoma, a
municipal corporation, hereinafter referred to as City.
W1TNESSTH
That for and in consideration of the sum of Fifty-seven Thousand, Six Hundred
Twenty-six and 71 /100 Dollars ($57,626.71) to be paid by the City to the order of Seller,
as hereinafter provided, the parties have agreed as follows:
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:
See Exhibit A attached hereto,
together with all improvements thereon and hcrcditaments 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.
2. CLOSING. At the time set for closing, Seller shall execute, acknowledge and
deliver to City a good and sufficient special 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.
Employees, agents or contractors representing the City of Owasso and /or 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 96th Street North. The City of Owasso 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.
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this day of December, 2004.
SELLER:
Cornerstone Centel-, Inc.
ominic; Sokolosky, President
i t i ,,
Susan Kimball, Mayor
Attest:
Sherry Bishop, City Clerk
Parcel 1.0
A part of the Southeast Quarter (SE /4) of Section 18, Township 21 North, Range 14 East, Tulsa County,
Oklahoma, more particularly described as follows:
Commencing from the Southeast Comer of said Section 18, Thence Westerly along the South line of the
SEA a distance of 200.00 feet, Thence N O1 °08'25" W a distance of 50.00 feet to a point on the present
right -of -way line of East 96h street North and the Point of Beginning; Thence S 88 051'35" W a distance
of 150.00 feet, Thence N O1 °10'34" W a distance of 10.00 feet, Thence N 88 °51'35" E a distance of 150.00
feet, Thence S 01'10'34" E a distance of 10.00 feet to the Point of Beginning.
Said tract contains 1,500.000 square feet or 0.03 acres more or less.
M
A part of the Southeast Quarter (SE /4) of Section 18, Township 21 North, Range 14 East, Tulsa County,
Oklahoma, more particularly described as follows:
Commencing from the Southeast Corner of said Section 18, Thence Northerly along the East line of the
SE /4 a distance of 200.00 feet, Thence S 88 °51'35" W a distance of 50.00 feet to a point on the present
right-of-way line of North Garnett Road and the Point of Beginning; Thence S 88 °51'35" W a distance of
10.00 feet, Thence N O1 °10'34" W a distance of 424.83 feet, Thence N 88 °51'35" E a distance of 10.00
feet, Thence S O1 °10'01" E a distance of424.83 feet to the Point of Beginning.
Said tract contains 4,262.671 square feet or 0. 10 acres more or less.
EXHIBIT "A"
P PARCEL LOCATION
BEFORE uRoss____
Ex>sTIwsn/w_____
P[xw^m[w7 n/w___
REM |wOTR__�___
PERPETUAL EASEMENT
TEMP n/W_______
TEwPm/W_______
EXITIBIT "A"
PARCEL wo 1.0
TULSA C0owr/
96TH STR., OWASSO. OK
LEGAL o[scnlpT0Ow x part of the S *
of Section 18 T21w R14c
I.M, (see Instrument)
S[C.0 T21w.R1*E
178,69l.9B2 sq. ft) or 4.10
h44.201.930 op. nj or 3J1
ACRES
ACRES
xcnEs
ACRES
ACRES
xCn[s
ACRES
�APPRAISAL FORM 104 (REV. 10-01
SCALE 1^= 100/
� �-�
TO. THE HONORABLE MAYOR AND CI'T'Y COUNCIL,
CITY OF OWASSO
FROM- RODNEY J. RAY
CITY MANAGER
SUDJECTa RTGII'f OE WAY A.QUISTION FOR THE Em 96TH STREET NORTH
AND N. GARNF T T RGAD I M P R 0 VEME,N T P R "" IlECT'S.
DATEo DECEMBER 15, 2004
The city staff is currently involved in the acquisition of right of way for the E. 96th Street
North and N. Garnett Road Intersection Project and the N. Garnett Road Widening
Project. As a part of that acquisition, negotiations for the purchase of .26 acres
(11,434.504 square feet) of land from Roy B. Bowman and Shirley M. Bowman have
been successfully completed. The property is located on the north side of E. 96th Street
North, west of Tulsa Teachers Credit Union.
The proposed contract (see attached) contains a purchase price of $10.00 per square foot
for the needed right of way, for a total purchase price $114,345.04. This price was
negotiated within the context of discussions with other property owners and reflects what
the staff believes Is a fair price for property in that area.
fR' I
If the contract is approved, funding for this purchase is available from the Capital
Improvements Fund as a portion of the cost of the E. 96th Street North and N. Garnett
Road Intersection Project scheduled for bid in January 2005.
This request is for City Council approval of the attached contract for the sale of real
property, authorization for the Mayor to execute the contract, and authorization for
payment to be made to Roy B. Bowman and Shirley M. Bowman in the amount of
$114,345.04. Please note that Mr. and Mrs. Bowman have executed the proposed
contract and it is attached for your review.
Staff will recommend City Council approval of the contract between the City of Owasso
and Roy B. Bowman and Shirley M. Bowman for the purchase of right of way, City
Council approval to authorize the Mayor to execute all necessary documentation relating
to the right of way purchase, and authorization for payment of purchase.
ATTACHMENT
1. Contract
2. Legal Description
04031011
THIS AGREEMENT, by and between Roy B. Bowman and Shirley M. Bowman,
husband and wife, hereinafter refereed to as Sellers, and the City of Owasso, Oklahoma, a
municipal corporation, hereinafter referred to as City.
AIVI TrerESSTId
That for and in consideration of the sum of One Hundred fourteen Thousand, Three
Hundred forty -five and 04 /100 Dollars ($114,345.04) to be paid by the City to the order
of Sellers, as hereinafter provided, the parties have agreed as follows:
1. SALE. Sellers 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:
See Exhibit A attached hereto,
together with all improvements thereon and hercditaments 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.
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.
A. Within ten (10) days from the date of this Contract Sellers shall provide to the Buyer
an Abstract of Title duly certified to the date hereof. Buyer shall have ten (10) days from
the date of provision of such Abstract of Title within which to have said Abstract of Title
examined as to the Merchantability of Title in the above premises. If Buyer raises valid
objections to the title the Sellers shall have ten (10) days to correct it. Upon written
approval of the title given by the Buyer, the transaction shall be readied for closing and
shall be closed within fifteen (15) days of said written notice.
B. Employees, agents or contractors representing the City of Owasso and /or 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 96th Street North. 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.
IN WITNESS WHEREOF, the parties have executed this Contract at Owasso,
Oklahoma, this_ day of November, 2004.
SELLERS
Roy B. and Shirley M. Bowman
t
Roy B. Bo\vman
Shirley M.` owman
Susan Kimball, Mayor
Attest:
Sherry Bishop, City Clerk
Parcel 6.0
A part of the Southwest (SW /4) of Section 17, Township 21 North, Range 14 East, Tulsa County, Oklahorna,
more particularly described as follows:
Commencing from the Southwest Corner of said Section 17, Thence Easterly along the South line of the
SW /4 a distance of 731.31 feet to the Point of Beginning; Thence N 01 °10`34" W a distance of 60.00 feet,
Thence Easterly and parallel to the south line of said.,s6ction 17 a distance of 297.00 feet, Thence S
01 °10'34 E a distance of 60.00 feet, Thence Westerly along the South line a distance of 297.00 to the
Point of Beginning.
Said tYact contains t 1,434.504 square feet or 0.26 acres more oe less of new right -of -way. The remaining
area included in the above description being right- of-way occupied by the present highway.
EXHIBIT "A"
PARCEL No. 6.0
5W/4 SEC. 17
T21N, R14E
O
IC�
R
N------
SCALE I"= 100'
E=IT "A"
PARCEL NO. 6.0
TULSA COUNTY
96TH STR., OWASSO, OK
LEGAL DESCRIPTION' A part of the
SW/4
of Section 17, T21N, R14E
I.M., (see Instrument)
PARCEL LOCNTION
SEC.17 T21N,R
14E
BEFORE GROSS
(196,020.140 sq. ft.) or 4.50
ACRES
EXISTING R/W
(6,385.500 sq. ft.) or 0.14
ACRES
PERMANENT
,434-5�041 - ft.) 00-26
ACRES
REM IN QTR
(178,200.140 sq. ft.) .or 4.09
ACRES
PERPETUAL EASEMENT
ACRES
TEMP RIW_
ACRES
TEMP R/W
ACRES
. . . �.. . �
. I � ._ �. PROP. ttME ' �____
. _ _.._ I. �..
i
PARCEL No. 6.0
5W/4 SEC. 17
T21N, R14E
O
IC�
R
N------
SCALE I"= 100'
TO; THE HONORABLE MAYOR AND COUNCIL
CITE' OF OWASSO
FROM: LONNY FISHER
FIRE CHIEF
SUBJECT- FY 2004 - 05 AMBULANCE PURCHASE
DATE- December 16, 2004
BACKGROUND
In July 2004, the Fire Department formed an Ambulance Project Team. The Ambulance
Project Team was to create a specification for the purchase of a new ambulance.
Analysis and research was done on the current ambulances in use by the Owasso Fire
Department. The project Team determined that a Freightliner cab and chassis will meet
the specifications and needs of the City.
F + FRE IGFT LINER CAB AND CHASSIS-
This chassis is unique in nature and is one of only two medium duty chassis' available for
emergency vehicle use. Some of the unique qualities of a Freightliner Chassis go beyond
the physical vehicle.
Below is a list of criteria the Project Team feels is critical to ensure that this vehicle will
continue to offer reliable emergency service to the community of Owasso for the next
five to seven years.
® A Freightliner local service center is available for emergency service and
warranty work 24 hours a day, 365 days a year. The Tulsa service center
is staffed with certified emergency vehicle service mechanics, and is the
only service shop in this area to offer this type of service on a continual
basis.
® The Tulsa Freightliner is an authorized repair shop for many ambulance
conversion manufacturers. This makes the process of conversion repairs
quicker and can be accomplished locally. Without the Freightliner
service, these repairs will have to be accomplished at the manufacturer's
facility out of state.
12/06/04 2005 Ambulance Project
(continued)
® The City of Owasso has expended funds to ensure the Fire Department
mechanic has the knowledge and skills to complete minor repairs on the
Freightliner chassis. The mechanic has the certifications necessary to
coordinate major repairs with the local service center. These items ensure
the Freightliner vehicle will be in service when needed.
The new ambulance chassis should be compatible with our current fleet
of vehicles. Currently, in the inventory, are two Freightliner cab and
chassis ambulances. The ladder truck and pumper utilize Freightliner
chassis parts and are serviced at the local service center. By keeping
continuity within our fleet of vehicles, the availability of parts, which are
kept in stock at the service center, will be readily accessible.
® The Freightliner is the only chassis to offer a Mercedes Engine and
Allison emergency service vehicle transmission combination. The fire
department has experienced good reliability in the past with both these
products.
® Tulsa Freightliner Sales is the only authorized dealer of Freightliner
Chassis' in Eastern Oklahoma
SOLE SOURCE BID:
Purchasing the cab and chassis at a local vendor will save the City approximately
$4,000.00. The Freightliner cab and chassis is the vehicle specified in the bid packet for
the ambulance body to be mounted on. ATC /Tulsa Freightlincr is the only Freightliner
dealer in Oklahoma. They are the sales and service that Owasso has used for warranty
work on both ambulances currently in service, the new engine and the ladder truck. City
Attorney Ron Cates has received and reviewed a request from the Fire Department staff
to declare a sole source purchase with ATC /Tulsa Freightliner. Ron Cates agreed that
ATC /Freightliner is the sole source bidder in Oklahoma. The Freightliner cab and
chassis will be an M2 106MD with a 280 hp Diesel motor, Allison 3000 Emergency
Vehicle transmission, air brake system and air ride. The cab and chassis, if approved,
will be purchased and drop shipped to the manufacturer selected to build the ambulance
body. The price quote for ATC /Tulsa Freightliner for the cab and chassis is $60,274.00
AMBULANCE BODY:
Three bids were received and reviewed by the Ambulance Project Team on November
23, 2004. The bids were from Professional /Horton, Wheeled Couch and Excellance
Ambulance manufacturers. The Professional /Horton and Wheeled Coach bids did not
meet the minimum specifications set forth by the Project Team. Variances in the quality
of manufacturing materials, processes, warranty periods, and insurance were noted. The
closest ambulance module service center for both manufacturers is approximately 100
miles or 2 hours, one way from the City of Owasso. This will present a future hardship
and financial burden upon the City. The third bid package was submitted by Excellance
Ambulance manufacturer. The bid package met all of the minimum requirements and
2
12/06/04 2005 Ambulance Project
(continued)
exceeded the warranty periods set forth. The nearest service center for the chassis and
module is located in the City of Tulsa. The bid price from Excellance Ambulance is
$152,075.44.
Both ambulances that the City currently uses are manufactured by Excellance
Ambulance. Excellance builds a quality product that now has a 25 -year structural
warranty and a 10 -year electrical warranty. The Fire Department has not had any
problems with our 2000 model and the 2002 model Excellancc Ambulances currently in
use. These units that are currently in use have a 20 -year warranty on the ambulance
body.
EXPECTED LIFETIME-
Excellance Ambulance bodies now comes with a 25 -year structural warranty. The
Freightliner cab and chassis are built heavy duty and last longer than the one -ton
ambulances used in the past. The current rotation schedule used is from the one -ton
ambulances and was a new ambulance or remount every two and one -half years with two
ambulances. The Fire Department expects to get close to 200,000 miles on each cab and
chassis before remount. With a 25 -year warranty, each ambulance body should get three
to four remounts before needing to be replaced. This means that the City should only
have to purchase cabs and chassis' to remount the ambulance bodies for the next 15 -years
before the warranties are out on the 2000 model.
FUNDING
The new ambulance purchase was funded in the 2004 -05 budget. The Ambulance
Capital Outlay contains funds in the amount of $212,357.64. The cab and chassis price
quote from Tulsa Freightliner is $60,274.00 and the price of the Excellance Ambulance is
$152,075.44. The total price for the purchase of the medium duty ambulance is
$212,349.44.
COIi'IMENDATION
The staff recommends approval for the purchase of a 2005 Freightlincr cab and chassis
from ATC /Freightliner of Tulsa in the amount of $60,274; an ambulance body mounted
on the cab and chassis from Excellance Ambulance Manufacturer in the amount of
$152,075.44; and authorization of payment to each vendor upon acceptance of the cab,
chassis, and ambulance.
ATTACHMENTS:
1. Bid quote ATC /Freightliner
2. Bid quote Excellance Ambulance
3. Email from Ron Cates regarding Sole Source Determination
3
Prepared for:
Mark Stuckey
Cfty of Owasso Ambulance Service
12134 Owasso Blvd
Owasso, OK 74237
Phone: 272-5253
Q U 0 T A T 1 0 N
SET BACK AXLE -TRUCK
MDE900-280 72L 2130 HP02200 RPM, Z$W GOV; WO
W/PT @ 1300 RPM
ALLISON 3000 EVS AUTOMATIC TRANSM455 ION WITH
PTO PROVISION
MERITOR RS-17-144 R-SERIES QUIET RIOL SINGLE
REAR AXLE Q 17„
AIRLINER 15,W0 REAR SUSPENSION
AF-10D-3 10,000N FPI 71.5 KPI13.74 DROP SINGLE
FRONT AXLE
Prepared by:
Roy Welts
TULSA FREIGHTLINER - STERLING
-WESTERN STAR
5104 W. 60TH STREET
TULSA, OK 74707
10.0004 TAPERLEAHeRONT SUSPENSION
106'F300 FLAT ROOr ALUMINUM CONVENTIONAL CA6
WALK-THROUGH OPENING IN BACK OF CAB WITHOUT
BOOT
42ZMM (I W-) WHEELBASE
11132' X 3Al2" X 103116" STEEL FRAME (8-73MM X
258-BMMI,344" X 10.19-) 92OKS1
1600MM (63-) REAR FRAME OVERHANG
BALANCE DUE (L AL GURRENC S 60.274 S ` 0P274
COMMENTS: Projected delivery on _/_I_ provided the order is received before I I
APPROVAL: Please indicate your acceptance of this quotation by signing below. Cu W
Y, Date: /
App4oallion Vemi9n 3.3.360
Data Version PHL-71N.004
Owasso Ambulance
42/0112004 7:20 AM
Page 1 of 2
PER UNIT
TOTAL
VEHICLE PRlrF_
TOTAL # OF UNITS (1)
%,4✓9
$
69,459
EXTENDED WARRANTY
$
9W
DEALF11 INSTALLED OPTIONS
ti
$
0
-----------
CUSTOMER PRICE BEFORE TAX
_-
.... ._e...........- ----------
-...__
--------
TAXtt§ ANO fas
FEDERAL EXCISE TAX (Fel)
$
TAXES AND FEES
0
$
a
OTHER CHARGES
0
$
N
MAfX41V ALLOWANCE
(0)
$
BALANCE DUE (L AL GURRENC S 60.274 S ` 0P274
COMMENTS: Projected delivery on _/_I_ provided the order is received before I I
APPROVAL: Please indicate your acceptance of this quotation by signing below. Cu W
Y, Date: /
App4oallion Vemi9n 3.3.360
Data Version PHL-71N.004
Owasso Ambulance
42/0112004 7:20 AM
Page 1 of 2
N
BID PROPOSAL - SUBMITTAL PAGE
ONE (1) NEW TYPE I MEDIUM DUTY
MODULAR AMBULANCE CONVERSION BODY
TOTAL BID (DI Is-
I hereby acknowledge that I have read the requirements and specifications and that I am
legally bound by the statements in those specifications and on this Bid Proposal - Submittal
Page.
Name 'of Manufacturer:
Name of Vendor/Bidd6r:
Q QA \ C, k(\ C, � -X- \,) C -
Printed Name of Person Authorized to Sign:
Signature:
Title:
Vendor/Bidder's Address: q Lo,,-,e_r
Vendor/Bidder's Phone Number: 9.00- C6)- cv--Ig9
BID OPENING: NOVEMBER 18,20% @ 2-00 P.M.
COMPLETE AND ATTACH THE NON-COLLUSION BID AFFIDAVIT TO BID.
NON-COLLUSION BID AFFIDAVIT
STATE OF A \0—bA,11 11 )
ss
COUNTY OF �SOO
__ . __ . -.1 of lawful age, being first duly sworn, on
oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant
further states that the bidder has not been a part of any collusion among bidders in restraint of
freedom of competition by agreement to bid at a fixed price or to refrain from bidding- or with
State, County, or City officials or employees as to quantity, quality, or price in prospective
contract, or any discussions between bidder and any State, County, or City official concerning
exchange of money or other thing of value for special consideration in the letting of a contract.
Printed Name
Signature -
�A
Subscribed and sworn before me this day of 200q'
Notary Public
My Commission Expires:
NOTE: COMPLETE THIS AFFIDAVIT AND RETURN WITH BID PROPOSAL
Fvmrn: Cebau, Ron
Sent: Wednesday, December 08, 2004 10:21 AM
To: Rooney, Timothy
Cc: Fisher, Lonny
Subject: Freightliner Cab and Chassis
Tim,
Chief Fisher has requested that 1 communicate with you relative to the proposed "sole source" determination and
purchase of the Freightliner Cab and Chassis from Tulsa Freightliner. |n that regard | have over the course ofthe
last several weeks had numerous discussions with Deputy Chief Stuckey as well as have requested and reviewed
documentation bearing on this issue. Based upon such activities |amof the opinion that the purchase ofthe
requested equipment from Tulsa Freightiiner would lawfully constitute a sole source purchase otherwise
excepting the transaction from the normal competitive bidding process. Should you have any questions inthis
regard please do not hesitate to call upon me.
TO: HONORABLE MAYOR AND CITY COUNCIL
CITY OF OWASSO
FROM: FIRE CHIEF L NNY FISHER
SUBJECT. CHANGE ORDERS
ATE- December 17,2004
On October 19, 2004, the City awarded a construction bid to Barton Construction for the
renovation of the E. 76`h Street North Fire Station. The bid was awarded in the amount of
$127,454.00 to complete the project. The budget for the renovations was established at
$200,000. Demolition began on November 29, 2004, to be followed by reconstruction.
During demolition, two issues arose that need to be resolved through change orders.
CHANGE ORDER NO. 1:
Termite damage was uncovered in the west wall. A price from the contractor that
includes demolition of the entire west wall and construction of a new steel stud wall with
insulation is attached for your information and review. Staff believes completion of this
change order will provide additional benefit as the wall to be removed is on furring strips
and does not have insulation.
CHANGE ORDER NO. 2:
A gas line located in an existing wall would be located in the middle of a new doorway
upon reconstruction. Plans do not allow for the door to be moved. Moving the gas line is
difficult because it is located under the floor and covered up with ductwork. The price
included reflects this challenge.
COMlVIENDATION
The staff recommends approval of Change Order No.l in the amount of $1,909 and
approval of Change Order No.2 in the amount of $2,098, bringing the total job bid to
$131,461.
ATTACHMENT:
1. Change order packet provided by BKL Incorporated
6311 East Tecumseh - Tulsa, OK 74115
PO Box 582528 - Tulsa, OK 74158-2528
December,14, 2004
Chief Lonnie Fisher
City of Owasso Fire Department
P.O. BOX 180
8901 N. Garnett Rd.
()vv@sSO' OK 74055
RE: Change Orders
Dear Mr. Fisher:
N
Phone: 918-835-9588 - Fax: 918-835-9119
emaU:maU@bklincoom
The demolition im complete oDthe jobsbe. The following issues have been uncovered in
the course of the demolition:
1. Change Ord.er No. 1: Termite damage was uncovered in the west wall. We have
included a 'rice from the contractor that includes demolition of the entire west
vv8U and construction of new steel stud vvaU with insulation. We believe this will
provide some extra benefit as the wall removed is on furring strips and does not
have insulation.
2. Change Order No. 2: /\ gas line was located iDan existing wall and ia now inthe
middle of new doorway. The door can not be moved. Moving the gas line is
difficult because it is located under the floor and covered up with ductwork. The
price inclUlded reflects that difficulty.
VVe have included power for @D electric range. |fa gas range ia required vve need tVget
@ price tm run gas to that location.
The existing Vv@L8F heater is not now functioning. We were told that it is turned off
beo@US8 of some problems. We do DOL know ifitwill be able to provide the hot water
required. This issue will O88d to be addressed before the building project is complete.
We can obtain a price from the contractor if you wish.
Please contact us if you would like to discuss any of the above information.
8iDoBna|y,
r/ mt"/u
of O,assouojects\444B-Fi°Staw*lette"041zw change =ders.mOC
Engineers &Architects
Robert 0. Bruton, PE - Billy C. Knowles, AIA - George D. Rochelle, PE - Kim D. Reeve, AIA - Stacy A. Loeffler, PE
12/14/2004 15:16 91ee358493 BARTOrJ CONSTRUCTION PAGE 05
SECTION 00600
PROJECT: city cc cxos-,)o Fu-e St-a-ticn
coNT RAC T DATE: RAua-Da- 9, 2
TO CONTRACTOR:
C�LAINGE ORDER NUMBER:. I
DATE: Daxnter 64 2W4
CONTRACT FOR:
Th, e Contract is changed as. follows - prcwid�-- Lahcx arA MatexriaLs fcr Darcaitkn ard xEpLaoarmb of west M
F�xn RlUy Dow in 101 ahxg'yAuu inFL-m 105 WAIPM it iryb�� tll-- R)rt-h �\bU in rtm 107. n4Aaa-
with 3 5/81, RWXEd wa_u Idthimulaticn.
riot valid Until signed by the Owner and Contractor
The original Contract Sum was
S 127,454-00
Net change by previously alltbori7ed'Change Orders 0
The Contract Sum prior to this Change Order was g 1-77A54.00
'Me Contract Surn will be (increased) (decreased) (unchanged) by
this Changc Order in the amount of S 1, 9D9. 00
The new Contraot Sum ji)cluding this Changc Order will be $ 129,363.00
The Contract Time will-be (increased) ( decreased) (unchanged) by days.
The date of Substantial Completion as of the date of this Change
Order therefore is --�91 27t 2005
NOTE: This summary does not reflect changes in tile Contract Sum Time which have been authorized by
Construction Change Directive,
T3 Y BY
DATE Decmbet 6, 2004 DATE
08 0 4 --QtH!ANG 4R-D
00600 - Page I of I
12/14/2004 15:16 9188358493 BARTON CONSTRUCTION
SECTION 00600
4 CHANGE ORDER
PROJECT:. SLY 000----o Fixp- Statim CHANGE ORDER NTJT\MER: 2
CONTRACT DATE: NmEr&er 9, M DATE. Daxidnr 7, 2004
TO CONTRACTOR: cbNTRACT FOR:.
PAGE 02
The Contract is. changed as.follows.- tabcr ard M�xt�aLs, p2rafts and ins�als t-0 Aalnmted existirg 21'
(�as Lim,@rA Rmnval Of eDdstin-1 gas lirP- apj��y 41, final lomUcti to be de�� c" site to r0T
de of ror uau
Not valid until signed, by the Owner and Contractor
The Original Cor)ixact Sum was $ $177,454.00
Net change by previously authorized'Change Orders $ $129,363.00
The Contract Sum ptior to this Change Order was $
The Contract Sum will be (increased) (decreased) (unchanged) by
this Cbange Order in the amount of s $2,0%.00
The new Contract Sum including this Change Order will be S $131,461.00
The Contract Time Wilftc (increased) (decreased) (unchanged) by days.
The date of Substantial Completion as of the date of this Change
Order therefore is April V, 2005
NOTE: This summary does not reflect changes in the Contract Sum Time which leave been authorized by
Construction Change Directive.
BY
DATE DATE
-----Q�GE �QRDE�R
0804
00600 - Page 1 of I