HomeMy WebLinkAbout2018.09.18_City Council Agenda1. Call to Order
Mayor Chris Kelley
PUBLIC NOTICE OF THE MEETING OF THE
OWASSO CITY COUNCIL
Council Chambers, Old Central Building
109 N Birch, Owasso, OK 74055
Regular Meeting
Tuesday, September 18, 2018 - 6:30 pm R
SAO
2. Invocation
Pastor Don Cason of Hope Chapel Church
3. Flag Salute
4. Roll Call
Cliy C /e�g
jk 2018
s
Of)".
ce
5. Consideration and appropriate action relating to a request for 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.)
A. Approve minutes
• September 4, 2018, Regular Meeting
• September 11, 2018, Regular Meeting
B. Approve claims
C. Declare one 9' Brunswick Billiards Pool Table, Ornate Style and one 9' Brunswick
Billiards Pool Table, Mid Century Style as surplus to the needs of the City and
authorize their disposal via on -line auction
D. Approve a budget amendment in the General Fund increasing estimated
revenues and the appropriation for expenditures in the Community Center
Department by $2,500.40, resulting from Community Center program fees
6. Consideration and appropriate action relating to items removed from the Consent Agenda
Consideration and appropriate action relating to an application for the re -plat of the original
Oxford Glen of Owasso Final Plat, located north of East 103rd Street North and west of North
Garnett Road
Karl Fritschen
Staff recommends approval of the Replat for Oxford Glen of Owasso.
B. Consideration and appropriate action relating to City Council authorization to submit a
request to the Tulsa County Vision Authority for the allocation of Excess Vision 2025 funds and
requesting an amended Capital Improvement Agreement for Owasso Events Facilities -
Sports Park Projects #2
Larry Langford
Staff recommends authorization for the City Manager to execute a letter requesting the Tulsa
County Vision Authority amend their Resolution, dated December 6, 2016, by adding the
following language to the current Description of Improvements "preparations required for
additional fields and amenities, various shade structures and fencing materials" as
reimbursable Vision 2025 projects, and further requesting the Tulsa Board of County
Commissioners issue an amended Capital Improvements Agreement.
Owasso city council
September 18, 2018
Page 2
9. Consideration and appropriate action relating to an agreement for professional services to
develop and maintain a website dedicated to Owasso Economic Development
Chelsea Levo Feary
Staff recommends approval of a professional services contract with 365° Total Marketing of
St. Simons Island, Georgia in an amount not to exceed $28,000 for the design of an
economic development website for Owasso and provide annual content management
following implementation.
10. Consideration and appropriate action relating to the purchase of a dump truck
Tim Doyle
Staff recommends approval to purchase one 2019 International chassis with a HilBilt body
dump bed from Summit Truck Group, Tulsa, Oklahoma in the amount of $169.011.31 per the
State of Oklahoma approved vehicle contracts SW035T and SW106 and authorization to
execute all necessary documents.
11. Consideration and appropriate action relating to a budget amendment for the re-
appropriation of a carryover budget in FY 2018 -2019 and awarding a bid for the Roadway
Striping Project
Tim Doyle
Staff recommends approval to re- appropriate $72,445 from the FY 2017 -2018 Half -Penny
Sales Tax Fund to the FY 2018 -2019 Half -Penny Sales Tax Fund and increase the FY 2018 -2019
appropriation for expenditures in the Streets Division by $72,445.
Staff further recommends awarding the base bid and alternate #2, to Direct Traffic Control,
Inc. of Muskogee, Oklahoma in the amount of $105,872.50 and authorization to execute the
necessary documents.
12. Consideration and appropriate action relating to an engineering services agreement for
miscellaneous stormwoter and erosion control projects
Dwayne Henderson
Staff recommends approval of the Agreement for Engineering Services for Miscellaneous
Stormwater and Erosion Control Projects with Meshek & Associates, LLC of Tulsa, Oklahoma,
in an amount not to exceed $50,000 and authorization to execute the necessary
documents.
13. Consideration and appropriate action relating to an agreement for utility relocation between
the City of Owasso and Oklahoma Natural Gas (ONG) for the East 106th Street North and
North 145th East Ave Intersection Improvement Project
Dwayne Henderson
Staff recommends approval of the ONG Agreement for Gas Facilities Relocation;
authorization for the City Manager to execute the agreement; and, authorization to
terminate the agreement if revised estimates submitted by ONG become more than
$157,738 prior to commencement of construction and determined by the City Manager that
the revised estimate no longer fits within the project budget.
Owasso City Council
September 18, 2018
Page 3
14. Consideration and appropriate action relating to the award of a bid to provide uniforms and
related accessories for various departments
Roger Stevens
Staff recommends awarding the bid to Unifirst Corporation to provide uniforms and
accessories for Public Works, Recreation and Culture, and Vehicle Maintenance
Departments and authorization to execute all necessary documents.
15. Consideration and appropriate action relating to an agreement with Washington County
Rural Water District #3 for utility relocation associated with the construction of Owasso Public
Safety Operations and Training Complex (Fire Station No. 4)
Roger Stevens
Staff recommends approval of the Utility Relocation Agreement with Washington County
Rural Water District #3 in the amount of $189,079 and authorization to execute the necessary
documents.
16. Consideration and appropriate action relating to the FY 2018 -2019 Street Rehabilitation
Program
Roger Stevens
Staff recommends approval of the FY 2018 -2019 Street Rehabilitation Program priority project
sites.
17. Consideration and appropriate action relating to the purchase of an ambulance chassis and
the refurbishment and remounting of an existing ambulance module
Mark Stuckey
Staff recommends City Council approval to purchase a Silverado /C -4500 chassis along with
the refurbishment and remounting of an existing ambulance module from Excellance
Manufacturing of Madison, Alabama, utilizing the Houston - Galveston Area Council (HGAC)
of Governments Buy Program and authorization for payment in an amount not to exceed
$226,805.43.
18. Consideration and appropriate action relating to the purchase of a new ambulance
Mark Stuckey
Staff recommends approval to purchase a new ambulance from Excellance Manufacturing
of Madison, Alabama, utilizing the Houston - Galveston Area Council (HGAC) of Governments
Buy Program and authorization for payment in an amount not to exceed $328,884.78.
19. Consideration and appropriate action relating to the U.S. Department of Homeland Security
Staffing for Adequate Fire and Emergency Response (SAFER) Grant.
David Hurst
Staff recommends acceptance of the U.S. Department of Homeland Security Staffing for
Adequate Fire and Emergency Response (SAFER) Grant award for the funding of an
additional twelve Firefighter /Medics; and, authorization to execute all necessary grant
award documents.
Owasso City Council
September 18, 2018
Page 4
20. Consideration and appropriate action relating to the purchase of emergency medical
equipment
David Hurst
Staff recommends approval to purchase three (3) Zoll X- Series heart monitors, one (1) Zoll
Auto Pulse, one (1) Zoll portable ventilator and fourteen (14) Zoll AEDs in an amount not to
exceed $145,330.67 from Zoll Medical Corporation, utilizing the North Central EMS
Corporation, SAVVIK Buying Group Program, AED Contract #2015 -0011.
21. Report from City Manager
22. Report from City Attorney
23. Report from City Councilors
24. Official Notices to Council (documents for acknowledgment of receipt or information only,
no discussion or action will be taken)
• Payroll Payment Report- Pay Period Ending Date 09/01/18
• Health Care Self- Insurance Claims - dated as of 9/13/18
• Monthly Budget Status Report - August 2018
25. New Business (New Business Is any item of business which could not have been foreseen at
the time of posting of the agenda)
26. Adjournment
Notice of Public Meeting filed in the office of the City Clerk and the Agenda posted at City Hall,
200 S Main St, at 6:00 pm on Friday, September 14, 2018.
jil iann M. Stevens, Cit Clerk
The City of Owosso encourages citizen participation. To request an accommodation due to a disability, contact the
City Clerk at least 48 hours prior to the scheduled meeting by phone 918- 376 -1502 or by email to
istevens@cifyofowasso.com
OWASSO CITY COUNCIL
MINUTES OF REGULAR MEETING
Tuesday, September 4, 2018
The Owasso City Council met in regular session on Tuesday, September 4, 2018, in the Council
Chambers at Old Central, 109 N Birch, Owasso, Oklahoma per the Notice of Public Meeting and
Agenda filed in the office of the City Clerk and posted at City Hall, 200 S Main St, at 6:00 pm on
Friday, August 31, 2018,
1. Call to Order
Mayor Chris Kelley called the meeting to order at 6:30 pm.
2. Invocation
The invocation was offered by Kelly Ward, Community Pastor from Owasso First Assembly of
God.
3. Flag Salute
Councilor Kelly Lewis led the flag salute.
Mayor Kelley introduced Jake Loveland from Boy Scout Troop 2002.
4. Roll Cali
Present
Mayor -Chris Kelley
Vice- Mayor -Bill Bush
Councilor - Doug Bonebrake
Councilor- Lyndell Dunn
Councilor- Kelly Lewis
A quorum was declared present.
Staff:
City Manager- Warren Lehr
City Attorney - Julie Lombardi
5. Presentation of the Character Trait of Loyalty
Matt Inouye, Character Council Member,
September.
Absent
None
presented the character trait for the month of
6. Consideration and appropriate action relating to a request for 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.)
A. Approve minutes of the August 21, 2018, Regular Meeting
B. Approve claims
C. Acceptance of public infrastructure improvements including sanitary sewer and
potable water infrastructure and all appurtenances for property located at 11341
N Garnett Road (First Baptist Church Owasso Mission)
D. Grant an underground right -of -way utility easement to Public Service Company
of Oklahoma (PSO) for the purpose of constructing, operating and maintaining
electrical service to the Owasso Public Safety Operations and Training Complex
(Fire Station No. 4)
E. Acceptance of a donation from the Owasso Community Foundation and
approval of a budget amendment in the Hotel Tax Fund increasing the estimated
revenues and increasing the appropriation for expenditures in the Strong
Neighborhood Department by $750 for the purchase of an event tent
Owasso City Council
September 4, 2018
Page 2
F. Acceptance of donations from VFW Post 7180 in the amount of $1,000, VFW Post
7180 Auxiliary in the amount of $500, and the Owasso Golden Agers Foundation
in the amount of $500, and approval of a budget amendment in the General
Fund increasing estimated revenues and the appropriation for expenditures in the
Community Center Department by $2,000 for the purchase of a freezer
Mr. Bonebrake moved, seconded by Mr. Bush to approve the Consent Agenda with claims
totaling $631,646.75.
YEA: Bonebrake, Bush, Dunn, Lewis, Kelley
NAY: None
Motion carried: 5 -0
7. Consideration and appropriate action relating to items removed from the Consent Agenda
None
B. Consideration and appropriate action relating to payment of shared costs between the City
of Owasso and Tulsa County for the East 116th Street North and North 129th East Avenue
Intersection Improvement Project
Dwayne Henderson presented the item recommending authorization for payment to Tulsa
County for reimbursable engineering fees, estimated utility relocation fees and land
acquisition costs of $437,991.82.
There were no comments from the audience. After discussion, Mr. Bush moved, seconded
by Mr. Bonebrake to authorize the payment, as recommended.
YEA: Bonebrake, Bush, Dunn, Lewis, Kelley
NAY: None
Motion carried: 5 -0
9. Consideration and appropriate action relating to acceptance and final payment for the
Owasso Sports Park Dugout /Bleacher Covers and Fence Topper Project
Larry Langford presented the item recommending acceptance of the Owasso Sports Park
Dugout /Bleacher Covers and Fence Topper Project and authorization for final payment to
Phoenix Construction, Inc. in the amount of $59,837.40.
There were no comments from the audience. After discussion, Mr. Dunn moved, seconded
by Ms. Lewis to accept the project and authorize final payment, as recommended.
YEA: Bonebrake, Bush, Dunn, Lewis, Kelley
NAY: None
Motion carried: 5 -0
10. Report from City Manager
Roger Stevens provided the monthly project status update. Mr. Lehr reported on the annual
neighborhood block parties occurring on September 8, 2018, the Owasso CARES Fall Day of
Service on September 15, 2018, and recognized Bill Allen and the IT department for their
efforts to move Dispatch with no operational interruptions.
11. Report from City Attorney
None
12. Report from City Councilors
Mr. Bonebrake reported the Gathering on Main will take place Thursday September 6, 2018,
and Mr. Bush recognized a donation from Owasso Community foundation in the amount of
$750 for the purchase of an event tent, as well as, donations from VFW Post 7180 in amount
of $1,000, VFW Post 7180 Auxiliary in the amount of $500, and the Owasso Golden Agers
Foundation in the amount of $500 to purchase a freezer for the community center.
Owasso City Council
September 4, 2018
Page 3
13. Official Notices to Council (documents for acknowledgment or information only, no
discussion or action will be taken)
The Mayor acknowledged receipt of the following:
• Payroll Payment Report - Pay Period Ending Date 8/18/18
• Health Care Self- Insurance Claims - dated as of 8/30/18
14. New Business (New Business is any item of business which could not have been foreseen at
the time of posting of the agenda)
None
15. Adjournment
Mr. Bonebrake moved, seconded by Mr. Bush to adjourn the meeting.
YEA: Bonebrake, Bush, Dunn, Lewis, Kelley
NAY: None
Motion carried: 5 -0 and the meeting adjourned at 7:15 pm.
Chris Kelley, Mayor
Juliann M. Stevens, City Clerk
OWASSO CITY COUNCIL, PUBLIC WORKS AUTHORITY, AND
PUBLIC GOLF AUTHORITY
The Owasso City Council,
in a joint regular meetin g
Central, 109 N Birch Stree t,
filed in the office of the
September 7, 2018.
1. Call to Order
MINUTES OF JOINT REGULAR MEETING
Tuesday, September 11, 2018
Owasso Public Works Authority, and Owasso Public Golf Authority met
on Tuesday, September 11, 2018, in the Council Chambers at Old
Owasso, Oklahoma, per the Notice of Public Meeting and Agenda
City Clerk and posted at City Hall, 200 S Main, at 6:00 pm on Friday,
Mayor /Chair Chris Kelley called the meeting to order at 6:00 pm.
Present
Mayor /Chair - Chris Kelley
Vice- Mayor /Vice -Chair - Bill Bush
Councilor /Trustee - Doug Bonebrake
Councilor /Trustee - Lyndell Dunn
A quorum was declared present.
Absent
Councilor /Trustee - Kelly Lewis
2. Discussion relating to an application for the re -plat of the original Oxford Glen of Owasso
Final Plat, located north of East 103rd Street North and west of North Garnett Road
Bronce Stephenson presented the item and discussion was held. It was further explained this
item would be placed on the September 18, 2018, City Council agenda for consideration
and action.
3. Discussion relating to the 2018 Staffing for Adequate Fire and Emergency Response (SAFER)
Grant
David Hurst presented the item and discussion was held. It was further explained this item
would be placed on the September 18, 2018, City Council agenda for consideration and
action.
4. Discussion relating to proposed project sites for the FY 2018 -2019 Street Rehabilitation
Program
Roger Stevens presented the item and discussion was held. It was further explained this item
would be placed on the September 18, 2018, City Council agenda for consideration and
action.
5. Discussion relating to a proposal for professional services to develop and maintain a website
dedicated to Owasso Economic Development
Chelsea Levo Feary presented the item and discussion was held. It was further explained this
item would be placed on the September 18, 2018, City Council agenda for consideration
and action.
6. Discussion relating to City Manager items
Warren Lehr
Monthly sales tax report - Linda Jones presented the report and discussion was
held.
City Manager report - Mr. Lehr advised the Garnett Widening Utility Relocation
Project is on track for completion prior to the expiration of the Environmental
Study; Owasso CARES Fall Day of service is September 15, 2018; the Fire
Department collected approximately $25,000 during the annual Muscular
Dystrophy Drive; and personnel announcements, Bronce Stephenson has
accepted a new position in Winter Park, Florida and Tim Doyle has accepted
the Public Works Director position in Jenks, Oklahoma.
Owasso City Council, OPWA & OPGA
September 11, 2018
Page 2
7. City Councilor/Trustee comments and inquiries
Mr. Bonebrake inquired about the eastbound right lane on 76th Street being closed and
discussion was held.
8. Adjournment
The Mayor /Chair adjourned the meeting at 7:17pm.
Chris Kelley, Mayor /Chair
Juliann M. Stevens, City Clerk
Claims List - 9/18/2018
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL AT &T
LONG DISTANCE PHONE
$0.84
CITY GARAGE
LABORIOVERHEAD - SEPT, 20
$146.08
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$152.58
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$80.02
GEN ANIMAL CONTROL -Total
CLASS REIMB- BINGHAM
$379.52
CLEAN UNIFORM COMPANY
UNIFORM SERVICE
$4.28
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$206.05
VERDIGRIS VALLEY ELECTRIC COOP
CEMETERY ELECTRIC
$31.02
GEN CEMETERY -Total
$241.35
JPMORGAN CHASE BANK
AMAZON- SUPPLIES
$10054
JPMORGAN CHASE BANK
GATHERING MAIN -BOOTH
$50.00
JPMORGAN CHASE BANK
SAMS - SUPPLIES
$137.72
MAGIC REFRIGERATION CO
FREEZER
$2,000.00
TREASURER PETTY CASH
CLASS REIMB- BINGHAM
$20.00
TREASURER PETTY CASH
CLASS REIMB -LAIRD
$20.00
TREASURER PETTY CASH
CLASS REIMB - SHAMPANG
$20.00
GEN COMM CTR DONATIONS -Total
MOWING
$2,348.26
AT &T
LONG DISTANCE PHONE
$2.53
GRAND GATEWAY ECO. DEV. ASSC.
SENIOR RIDES
$509.00
JPMORGAN CHASE BANK
AMAZON- LINERS
$93,42
JPMORGAN CHASE BANK
AMAZON -PAPER TOWELS
$39.94
JPMORGAN CHASE BANK
AMAZON- SUPPLIES
$689.45
JPMORGAN CHASE BANK
BEST BUY - EQUIPMENT
$359.96
JPMORGAN CHASE BANK
MYSRCENTER - CHECKIN SC
$745.00
JPMORGAN CHASE BANK
OFFICE DEPOT - SUPPLIES
$32.28
JPMORGAN CHASE BANK
ORPS -REGIS FEE
$645.00
JPMORGAN CHASE BANK
SAMS- CHAIRS
$299.78
JPMORGAN CHASE BANK
SAMS -PAPER
$43.96
JPMORGAN CHASE BANK
WALMART- SUPPLIES
$19.96
MAGIC REFRIGERATION CO
FREEZER
$627.00
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$119.59
GEN COMMUNITY CENTER -Total
$4,226.87
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$572.08
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$298.40
HAROLD RANDALL PINNEY
MOWING
$200.00
INCOG
DUES
$6,612.50
JPMORGAN CHASE BANK
ICC -TABS
$54.07
JPMORGAN CHASE BANK
ICC - TRAINING
$209.00
JPMORGAN CHASE BANK
LOGO &TEAM- SHIRTS
$1,327.96
KENNETH LIVINGSTON
MOWING
$800.00
M. B. BICKERSTAFF
MOWING
$350.00
1
Claims List - 9/18/2018
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL TREASURER PETTY CASH
FILING FEE
$13.00
TREASURER PETTY CASH
MEMB FEE
$35.00
TREASURER PETTY CASH
PARKING FEE
$3.00
VERIZON WIRELESS
WIRELESS CONNECTION
$142.56
GEN COMMUNITY DEVELOPMENT - Total
OFFICE DEPOT - SUPPLIES
$10,617.57
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$38.01
GEN ECONOMIC DEV -Total
$38.01
AT &T
LONG DISTANCE PHONE
$12.36
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$65.77
JPMORGAN CHASE BANK
DAVIS INSTRUMENTS -REF
($85.00)
JPMORGAN CHASE BANK
FEDEX- SHIPPING
$17.89
JPMORGAN CHASE BANK
OFFICE DEPOT - SUPPLIES
$32.99
VERDIGRIS VALLEY ELECTRIC COOP
STORM SIREN ELECTRIC
$94.57
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$38.01
GEN EMERG PREPAREDNESS -Total
DIGITAL DISPLAY
$176.59
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$481.00
CLEAN UNIFORM COMPANY
UNIFORM SERVICE
$13.07
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG, 2018
$479.09
JPMORGAN CHASE BANK
TRANSCO -PPE
$18.75
VERIZON WIRELESS
WIRELESS CONNECTION
$78.02
GEN ENGINEERING -Total
$1,069.93
CITY GARAGE
LABOR /OVERHEAD - SEPT, 20
$207.75
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$19.35
RSM US LLP
PROFESSIONAL FEES
$7,000.00
WYCOM SYSTEMS
ANNUAL MAINT FEE
$320.00
GEN FINANCE -Total
$7,547.10
AT &T
LONG DISTANCE PHONE
$32.93
CITY OF OWASSO
GENERAL LIABILITY SELF -IN
$150,000.00
GRAND GATEWAY ECO. DEV. ASSC.
PELIVAN TRANSIT
$5,100,00
INCOG
FEES
$1,474.25
MAILROOM FINANCE INC
POSTAGE
$1,000.00
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$153.15
RICOH USA, INC.
COPIER SERVICE & SUPPLIES
$138.82
ROADSAFE TRAFFIC SYSTEMS, INC
DIGITAL DISPLAY
$350.00
SUMNERONE INC
COPIER MAINTENANCE
$308.72
UPSTAI
GEN GENERAL GOVERNMENT -Total $158,557.87
ONEOK, INC OKLAHOMA NATURAL GAS NATURAL GAS USAGE $36.73
GEN HISTORICAL MUSEUM -Total $36.73
JPMORGAN CHASE BANK ICIMS -APP SYSTEM $300.00
2
Fund
01 GENERAL
Claims List - 9/18/2018
Vendor Name
Payable Description
Payment
$86.00
JPMORGAN CHASE BANK
Amount
JPMORGAN CHASE BANK
NEXTIVA -FAX SERIVCE
$65.40
JPMORGAN CHASE BANK
OWASSOISMS- ADVERTISIN
$285.00
JPMORGAN CHASE BANK
SGR- ONLINE SYSTEM
$7,540.00
JPMORGAN CHASE BANK
WALMART- SUPPLIES
$16.08
TULSA WORLD
ADVERTISING
$1,460.00
GEN HUMAN RESOURCES -Total
$9,666.48
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$86.00
JPMORGAN CHASE BANK
ACADEMY - EQUIPMENT
$439.98
JPMORGAN CHASE BANK
ACADEMY - REFUND
($299.99)
JPMORGAN CHASE BANK
AMAZON- CABLES
$97,07
JPMORGAN CHASE BANK
AMAZON -PARTS
$42.95
JPMORGAN CHASE BANK
HOME DEPOT - SUPPLIES
$4.32
JPMORGAN CHASE BANK
INTERSTATE - BATTERIES
$18.45
JPMORGAN CHASE BANK
OFFICE DEPOT - SWITCHES
$43.82
VERIZON WIRELESS
WIRELESS CONNECTION
$158.04
GEN INFORMATION TECH -Total
ATWOODS -BOOTS
$590.64
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$78.42
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG, 2018
$30.51
JPMORGAN CHASE BANK
MEETING EXPENSE
$12.00
JPMORGAN CHASE BANK
OAMA -CONF FEE
$75.00
JPMORGAN CHASE BANK
TULSA BAR ASSOC -FEE
$150.00
TREASURER PETTY CASH
MILEAGE REIMB
$130.80
GEN MANAGERIAL -Total
$476.73
YOUTH SERVICES OF TULSA
YOUTH COURT
$8,250.00
GEN MUNICIPAL COURT -Total
$8,250.00
AT &T
LONG DISTANCE PHONE
$0.09
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$1,484.08
CLEAN UNIFORM COMPANY
PARKS STAFF UNIFORMS
$27.66
CLEAN UNIFORM COMPANY
PARKS UNIFORM
$9.22
CLEAN UNIFORM COMPANY
PARKS UNIFORMS
$27.66
FELKINS ENTERPRISES, LLC
BUSINESS CARDS
$30.00
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG, 2018
$1,041.42
FREDRICK COSTIN JR
MOWING
$1,041.00
JPMORGAN CHASE BANK
AT YOUR SERVICE -RENTA
$235.00
JPMORGAN CHASE BANK
ATWOODS -BOOTS
$179.98
JPMORGAN CHASE BANK
ATWOODS- GLOVES
$12.99
JPMORGAN CHASE BANK
ATWOODS- SUPPLIES
$12.99
JPMORGAN CHASE BANK
C &C SPLY- SUPPLIES
$70.50
JPMORGAN CHASE BANK
C &C SUPPLY - SUPPLIES
$251.80
JPMORGAN CHASE BANK
CORNERSTONE - GLOVES
$16.75
JPMORGAN CHASE BANK
CORNERSTONE -LOCKS
$30.38
3
Claims List_- 9/18/2018
Fund Vendor Name
Payable Description
Payment
Amount
01 GENERAL JPMORGAN CHASE BANK
CORNERSTONE -OIL
$46.99
JPMORGAN CHASE BANK
CORNERSTONE -PAINT
$4.49
JPMORGAN CHASE BANK
CORNERSTONE - SUPPLIES
$159.27
JPMORGAN CHASE BANK
EVANS -PARTS
$388.86
JPMORGAN CHASE BANK
NEW HOLLAND -PARTS
$25.82
JPMORGAN CHASE BANK
P &K EQUIP -PARTS
$8.64
OLEN MASINGALE
PARK MOWING
$4,300.00
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$74.26
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$38.01
GEN PARKS -Total
OREILLY- HARDWARE
$9,517.86
JPMORGAN CHASE BANK
CDW GOVT- DOCKING STAT
$649.22
GEN POLICE JAG GRANT • Total
$649.22
CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$2,995.83
CLEAN UNIFORM COMPANY
UNIFORM SERVICE
$13.85
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG, 2018
$1,182.10
JPMORGAN CHASE BANK
AMERICAN -BAG FEE
$50.00
JPMORGAN CHASE BANK
ATWOODS - STRAPS
$7,99
JPMORGAN CHASE BANK
LODGING EXPENSE
$1,928.90
JPMORGAN CHASE BANK
LOWES- MATERIALS
$22.07
JPMORGAN CHASE BANK
LOWES -POWER STATION
$129.00
JPMORGAN CHASE BANK
OREILLY -FUSE
$1,91
JPMORGAN CHASE BANK
OREILLY- HARDWARE
$9,23
JPMORGAN CHASE BANK
- OREILLY -LIGHT
$43.99
JPMORGAN CHASE BANK
OREILLY - SUPPLIES
$21.26
JPMORGAN CHASE BANK
OREILLY -TOOLS
$3,99
JPMORGAN CHASE BANK
OREILLY- TOWELS
$14,99
JPMORGAN CHASE BANK
OREILLY- WIPERS
$45,54
JPMORGAN CHASE BANK
P &K EQUIP -PARTS
$23.25
JPMORGAN CHASE BANK
QUALITY TIRE -TIRE
$53.50
JPMORGAN CHASE BANK
STANDARD SPLY- BLADES
$76.05
JPMORGAN CHASE BANK
TURF LAND EQUIP -SERVI
$49.23
SPIRIT LANDSCAPE MANAGEMENT LLC
MONTHLY LANDSCAPE
$626.25
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$78.02
GEN STORMWATER -Total
$7,376.95
CITY GARAGE
LABORIOVERHEAD - SEPT, 20
$591.08
CLEAN UNIFORM COMPANY
UNIFORM RENTAL FEES - AUG
$24.70
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$38.74
JPMORGAN CHASE BANK
AMAZON -CART
$84.99
JPMORGAN CHASE BANK
BEWLEY SWEEPER- SUPPLI
$46.46
JPMORGAN CHASE BANK
LOCKE -PARTS
$72,78
JPMORGAN CHASE BANK
LOWES -LIGHT BULBS
$17,88
4
Claims List - 9/18/2018
Fund Vendor Name
Payable Description
Payment
COMMUNITY CARE
AMBULANCE REFUND
Amount
01 GENERAL JPMORGAN CHASE BANK
LOWES- REPAIR
$4,98
JPMORGAN CHASE BANK
LOWES- SUPPLIES
$18632
JPMORGAN CHASE BANK
LOWES -TOOLS
$30.16
JPMORGAN CHASE BANK
SAMS- SUPPLIES
$11,98
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$38.01
GEN SUPPORT SERVICES -Total
AMBULANCE REFUND
$1,148.08
AEP /PSO
STREET LIGHTS
$8.67
TREASURER PETTY CASH
CC REFUND - MORRIS
$50.00
TREASURER PETTY CASH
OC REFUND - SPEARS
$100.00
GENERAL -Total
AMBULANCE REFUND
$158.67
GENERAL -Total
AMBULANCE REFUND
$223,074.43
20 AMBULANCE SERVICE CITY GARAGE
LABOR/OVERHEAD - SEPT, 20
$1,476.92
EXCELLANCE, INC
REPAIR
$655.06
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG, 2018
$2,869.16
JPMORGAN CHASE BANK
CORNERSTONE - SUPPLIES
$17.75
JPMORGAN CHASE BANK
T &W TIRE - REPAIR
$2,461.76
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$38.01
AMBULANCE -Total
$7,518.66
COMMUNITY CARE
AMBULANCE REFUND
$387.31
ADJUSTMENTS /REFUNDS
DELBERT BARTON
AMBULANCE REFUND
$82.82
EVELYN JONES
AMBULANCE REFUND
$106.70
LOVONIA SHORT
AMBULANCE REFUND
$132,97
MATTIE ROBINSON
AMBULANCE REFUND
$72.48
NANCY LEMMOND
AMBULANCE REFUND
$227.05
OMER BRUNNER
AMBULANCE REFUND
$1,106.00
PHYLLIS CAZENAVE
AMBULANCE REFUND
$107.73
RAYMOND PRIESTLEY
AMBULANCE REFUND
$86.48
RAYMOND RIKER
AMBULANCE REFUND
$1,348.00
RAZIA AHMAD
AMBULANCE REFUND
$100.00
SUEALLEN
AMBULANCE REFUND
$45.00
UNITED HEALTHCARE
AMBULANCE REFUND
$349.59
AMBULANCE SERVICE -Total
$4,152.13
AMBULANCE SERVICE -Total
$11,670.79
21 E -911 AT &T
SVCS FOR T -1 CIRCUITS AT
$942.33
COX COMMUNICATIONS
MO SVC FEE T -1 CIRCUITS R
$231.75
INCOG -E911
INCOG MAPPING & MSAP
$5,735.26
MAIN
E911 COMMUNICATIONS -Total $6,909.34
E -911 -Total $6,909.34
25 HOTEL TAX CITY GARAGE LABOR/OVERHEAD - SEPT, 20 $164.00
E
Claims List - 9/18/2018
Fund
Vendor Name
Payable Description
Payment
Amount
25 HOTEL TAX
JPMORGAN CHASE BANK
DELL - MONITOR
$209.99
JPMORGAN CHASE BANK
DELL - SPEAKER BAR
$9.45
JPMORGAN CHASE BANK
SCOREBOARD - SHIRTS
$80.00
STRONG NEIGHBORHOODS -Total
$463.44
HOTELTAX -Total
$463.44
27 STORMWATER MANAGEMENT
CLEAN UNIFORM COMPANY
UNIFORM SERVICE
$10.80
LOT MAINTENANCE OF OKLAHOMA, INC.
MOWING
$6,932.00
MESHEK &ASSOCIATES, P.L.C.
PROFESSIONAL SERVICE
$2,002.50
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$40.01
STORMWATER - STORMWATER -Total
$8,985.31
STORMWATER MANAGEMENT
-Total
$8,985.31
36 CAPITAL IMPROV GRANTS
GH2 ARCHITECTS LLC
REDBUD FESTIVAL PARK - VI
$3,181.02
VSN 2025 FESTIVAL PARK -Total
$3,181.02
CAPITAL IMPROV GRANTS -Total
$3,181.02
37 SALES TAX FIRE
AT &T
LONG DISTANCE PHONE
$5.34
CITY GARAGE
LABORIOVERHEAD - SEPT, 20
$2,459.08
EMTEC PEST CONTROL, INC
PEST CONTROL
$170.00
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$2,726.85
JPMORGAN CHASE BANK
ADVANCE AUTO - SUPPLIES
$11.02
JPMORGAN CHASE BANK
AMAZON - HEADSET
$214.13
JPMORGAN CHASE BANK
ATWOODS- ABSORBENT
$81.89
JPMORGAN CHASE BANK
BILLS MARINE - REPAIR
$237.50
JPMORGAN CHASE BANK
BSHIFTER- TRAINING
$385.00
JPMORGAN CHASE BANK
BUMP2BUMP -OIL
$10.50
JPMORGAN CHASE BANK
BUMP26UMP -SPARK PLUGS
$6.00
JPMORGAN CHASE BANK
CORNERSTONE- REPAIR
$2.99
JPMORGAN CHASE BANK
DELL- MONITOR
$234.98
JPMORGAN CHASE BANK
FIRE INSTRUCTOR -SOFTW
$169.00
JPMORGAN CHASE BANK
FMAO -REGIS FEE
$280.00
JPMORGAN CHASE BANK
LODGING EXPENSE
$558.00
JPMORGAN CHASE BANK
LOWES- STORAGE
$69.40
JPMORGAN CHASE BANK
LOWES- SUPPLIES
$11.98
JPMORGAN CHASE BANK
LOWES -WEED KILLER
$13.97
JPMORGAN CHASE BANK
NOBULL -SHOES
$269.62
JPMORGAN CHASE BANK
OFFICE DEPOT - SUPPLIES
$53.68
JPMORGAN CHASE BANK
ROBERTSON -TIRES
$797.36
JPMORGAN CHASE BANK
ROTO ROOTER - SERVICE
$150.00
JPMORGAN CHASE BANK
T &W TIRE - REPAIR
$1,825.60
JPMORGAN CHASE BANK
TRAINING EXPENSE
$51.44
JPMORGAN CHASE BANK
TRAVEL EXPENSE
$12.03
C
Claims List - 9/18/2018
Fund
Vendor Name
Payable Description
Payment
Amount
37 SALES TAX FIRE
JPMORGAN CHASE BANK
WALMART- SUPPLIES
$134.64
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$416.56
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$874.44
SALES TAX FUND -FIRE -Total
$12,233.00
SALES TAX FIRE
-Total
$12,233.00
38 SALES TAX POLICE
AT &T
LONG DISTANCE PHONE
$32.92
CITY GARAGE
LABORIOVERHEAD - SEPT, 20
$11,745.67
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$9,830.45
JPMORGAN CHASE BANK
BEST BUY -HARD DRIVE
$74.99
JPMORGAN CHASE BANK
COW GOVT - TOUGHBOOKS
$22,329.90
JPMORGAN CHASE BANK
JOHNSTONE- REPAIR
$23.28
JPMORGAN CHASE BANK
LOCKE- REPAIRS
$64.60
JPMORGAN CHASE BANK
LOWES - FASTENERS
$12.94
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$120.01
TREASURER PETTY CASH
MICROPHONE
$115.99
TREASURER PETTY CASH
PARKING
$9.00
TREASURER PETTY CASH
SUPPLIES
$6.81
TREASURER PETTY CASH
VEHICLE TAG
$42.50
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$946.24
SALES TAX FUND - POLICE -Total
$45,355.30
SALES TAX POLICE
-Total
$45,355.30
39 SALES TAX STREETS
AEP /PSO
STREETLIGHTS
$7,230.42
ANCHOR STONE COMPANY
ROCK
$242.04
CITY GARAGE
LABOR /OVERHEAD - SEPT, 20
$3,975.25
CLEAN UNIFORM COMPANY
UNIFORM SERVICE
$52.35
FLEETCOR TECHNOLOGIES
FUELMAN EXP -AUG. 2018
$1,356.79
J &L RENTALS INC DBA OKLAHOMA
HYDRAULIC HAMMER
$11,966.00
JPMORGAN CHASE BANK
AMERIFLEX -HOSES
$756.50
JPMORGAN CHASE BANK
ATWOODS -HITCH
$1,99
JPMORGAN CHASE BANK
BROWN CO- MATERIAL
$175.00
JPMORGAN CHASE BANK
BROWN CO -PART
$62.97
JPMORGAN CHASE BANK
BROWN CO -PINS
$18.40
JPMORGAN CHASE BANK
BROWN CO- SUPPLIES
$14.58
JPMORGAN CHASE BANK
DOWD SPLY -PARTS
$159.98
JPMORGAN CHASE BANK
HAMILL EQUIP -SHEET ME
$693.00
JPMORGAN CHASE BANK
HOME DEPOT -FORM BOARD
$58.20
JPMORGAN CHASE BANK
HOME DEPOT-SAW
$247.00
JPMORGAN CHASE BANK
LOWES -HOOKS
$23.92
JPMORGAN CHASE BANK
LOWES- SUPPLIES
$215.74
JPMORGAN CHASE BANK
OKLA OUTDOOR- REPAIR
$25.00
JPMORGAN CHASE BANK
OWASSO FENCE -SIGN POS
$399.36
YI
Claims List - 9/18/2018
Fund Vendor Name
Payable Description
Payment
Amount
39 SALES TAX STREETS JPMORGAN CHASE BANK
PMSI -COLD PATCH
$510.00
JPMORGAN CHASE BANK
RED WING -BOOTS
$278.98
JPMORGAN CHASE BANK
RED WING- RETURN
($161.99)
JPMORGAN CHASE BANK
TRANSCO -PPE
$18.75
JPMORGAN CHASE BANK
UPS- POSTAGE
$12.97
JPMORGAN CHASE BANK
YELLOWHOUSE -PARTS
$67.00
TRAFFIC LOGIX CORPORATION
SPEED TABLE
$8,168.00
TULSA ASPHALT, LLC
ASPHALT
$568.50
VERDIGRIS VALLEY ELECTRIC COOP
CHAMPION STREET LIGHT
$75.76
40
70
0
VERDIGRIS VALLEY ELECTRIC COOP
SECURITY LIGHT
$6.15
VERIZON WIRELESS
WIRELESS CONNECTIONS3
$80.02
WELSCO, INC.
WELDING CYLINDER RENTAL,
$12.13
SALES TAX FUND-STREETS -Total
$37,310.76
SALES TAX STREETS
• Total
$37,310.76
CAPITAL IMPROVEMENTS
RONALD D. CATES, ATTORNEY AT LAW
LEGAL FEES
$1,628.34
SEVEN C'S ENTERPRISES, INC
CONSULTING SERVIC
$1,200.00
Cl - BARN WID 96TH -106TH -Total
$2,628.34
JPMORGAN CHASE BANK
BEST BUY - EQUIPMENT
$1,999.96
JPMORGAN CHASE BANK
ULINE- EQUIPMENT
$4,255.63
NABHOLZ CONSTRUCTION CORPORATION
CONSTRUCTION SERVICES
$936,480.10
Cl - POLICE BLDG - Total
$942,735.69
MCCLELLAND CONSULTING ENGINEERS
ENGINEERING SERVICES - 76
$3,445.00
INC
CIP 76 /MAIN INTERSECT IMP -Total
$3,445.00
BUILDING & EARTH SCIENCES, INC
PROF SERVICES
$4,021.55
TIMBERLAKE CONSTRUCTION CO
TRAINING COMPLEX
$594,540.36
WILLIAMS, SPURGEON, KUHL &
PART III PROF SERVICES
$25,720.81
CIP FIRE STATION #4 - Total
$624,282,72
MESHEK & ASSOCIATES, P.L.C.
LAKERIDGE /CENTRAL PARK
$8,000.60
CH
CIP LAKERIDGEICNTL PARK • Total
$8,000.60
GRADE LINE CONSTRUCTION
CONSTRUCTION SERVICES -
$30,696.85
N
CIP SRVC RD IMP 106.116 -Total
$30,696.85
GRADE LINE CONSTRUCTION
CONSTRUCTION SERVICES
$35,588.90
CIP STREET REHAB FY18 -Total
$35,588.90
CAPITAL IMPROVEMENTS
-Total
$1,647,578.10
CITY GARAGE
AT &T
LONG DISTANCE PHONE
$0.62
CLEAN UNIFORM COMPANY
UNIFORM RENTAL FEES -AUG
$147.10
FLEETCOR TECHNOLOGIES
FUELMAN EXP - AUG, 2018
$46.50
JPMORGAN CHASE BANK
ALLDATA CORP - SOFTWARE
$125.00
0
Claims List - 9/18/2018
Fund
Vendor Name
Payable Description
Payment
Amount
70 CITY GARAGE
JPMORGAN CHASE BANK
AMAZON -PARTS
$224.96
JPMORGAN CHASE BANK
B &M CUSTOM - MUFFLER
$89.95
JPMORGAN CHASE BANK
BEST BUY -CABLE
$29.99
JPMORGAN CHASE BANK
DITCH WITCH - FILTER KI
$213.91
JPMORGAN CHASE BANK
FASTENAL- SUPPLIES
$99.96
JPMORGAN CHASE BANK
FORCE AMERICA -PARTS
$1,783.90
JPMORGAN CHASE BANK
HARD HAT SAFETY -PPE
$68.00
JPMORGAN CHASE BANK
JIM GLOVER -PARTS
$821.95
JPMORGAN CHASE BANK
MATTHEWS FORD - REPAIR
$140.24
JPMORGAN CHASE BANK
NAPA -PARTS
$58.82
JPMORGAN CHASE BANK
OPFMA -REGIS FEE
$225.00
JPMORGAN CHASE BANK
SAMS- SUPPLIES
$13.98
JPMORGAN CHASE BANK
YELLOWHOUSE -PARTS
$427.91
JPMORGAN CHASE BANK
YELLOWHOUSE -PUMP
$1,969.81
ONEOK, INC OKLAHOMA NATURAL GAS
NATURAL GAS USAGE
$102.25
CITY GARAGE -Total
$6,589.85
CITY GARAGE -Total
$6,589.85
76 WORKERS' COMP SELF -INS
CITY OF OWASSO IMPREST ACCOUNT
WORKERS COMP CLAIMS
$6,004.09
UNITED SAFETY & CLAIMS INC
UNITED SAFETY CLAIMS
$1,658.33
WORKERS' COMP SELF -INS -Total
$7,662.42
WORKERS' COMP SELF -INS
-Total
$7,662.42
City Grand Total
$2,071,013.76
9
sd
REAL People -REALC acter -REAL COmmunity
TO: The Honorable Mayor and City Council
FROM: Larry Langford
Director of Recreation and Culture
SUBJECT: Declaration of Surplus Items and
Authorize Disposal
DATE: September 14, 2018
BACKGROUND:
Section 7 -111 of the Owasso Code of Ordinances allows for the disposal of obsolete or surplus
equipment, valued at more than $500, and set the process by which such surplus items can be
sold. Upon declaration by the City Council, the City Manager may dispose of the equipment via
auction.
The Owasso Community Center has equipment that is of no use to the Department or needs to
be replaced due to the cost of maintenance. Considering the condition of the equipment, staff
is recommending the equipment be sold each as a separate lot.
The items are as follows:
(1) 9' Brunswick Billiards Pool Table - Ornate Style
(1) 9' Brunswick Billiards Pool Table - Mid Century Style
RECOMMENDATION:
Staff recommends declaring each listed pool table as surplus to the needs of the city and made
available for disposal by auction, according to the City's surplus procedures.
sd
REAL People •REAL Chareeler• REAL Cemmunlly
TO: The Honorable Mayor and City Council
FROM: Josh Quigley
Owasso Community Center Manager
SUBJECT: Budget Amendment for Community Center
DATE: September 14, 2018
BACKGROUND:
The Owasso Community Center received donations from various donors for classes and class
supplies in the amount of $2,849.40. This exceeded the Community Center revenue and ,
expenditure budgets by $2500.40.
BUDGET AMENDMENT.
A budget amendment is proposed in order to make these donations available for expenditure in
the Community Center FY19 budget. This budget amendment would increase General Fund
revenues and the appropriation for expenditures in the Community Center Department by
$2,500.40.
RECOMMENDATION:
Staff recommends approval of a FY 2019 budget amendment in the General Fund increasing
estimated revenues and the appropriation for expenditures in the Community Center
Department by $2,500.40.
REALPwpla•REALCh... r•REAL CommuRlry
TO: Honorable Mayor and City Council
FROM: Bronce L. Stephenson, MPA
Director of Community Development
SUBJECT: Replat- Oxford Glen of Owasso
DATE: September 14, 2018
BACKGROUND:
The City of Owasso received an application for a Replat of the Final Plat of Oxford Glen of
Owasso. The subject property is located within OPUD 06 -04, with an underlying zoning of CG
(Commercial General). A Replat of the property is necessary for the proposed second phase of
development of Oxford Glen. The applicant intends to expand the existing facility on the
subject property to the north, which requires an additional fourteen (14) feet of property in order
to accommodate the proposed addition. Therefore, a Replat of the original Final Plat is
necessary to ensure all setbacks and easements are not compromised.
SURROUNDING ZONING:
Direction
Zoning
Use
Land Use Plan
Jurisdiction
North
CG (Commercial General)/
OPUD 06 -04
Undeveloped
Commercial
City of Owasso
Within PUD?
RSA (Residential Single -
Within Overlay District?
No
Water Provider
South
Family High Density)/
Church
Transitional
City of Owasso
OPUD 06 -04
East
CG (Commercial General)/
OPUD 06 -04
Undeveloped
Commercial
City of Owasso
West
CG (Commercial General)/
OPUD 06 -04
Undeveloped
Commercial
City of Owasso
SUBJECT PROPERTY /PROJECT DATA:
Property Size
3.62 acres +/-
Current Zoning
CG -(Commercial General
Proposed Use
Medical
Lots /Blocks
1 Lot, 1 Block
Number of Reserve Areas
None
Within PUD?
Yes OPUD 06 -04
Within Overlay District?
No
Water Provider
City of Owasso
Applicable Paybacks
Storm siren fee of $50.00 per acre
Ranch Creek Sewer Assessment $610.33 per acre
for the new area added
APPROVAL PROCESS:
A Replat is essentially a redo of an existing platted subdivision or portion thereof. A Replat
follows a similar process as a normal subdivision plat. It is a legal document that describes a
parcel of land by bearing and distances and dedicates the necessary rights -of -way and
easements for streets and utilities. A Replat is required to meet City of Owasso Subdivision
Standards and be reviewed by the Technical Advisory Committee (TAC).
ANALYSIS:
The Final Plat of Oxford Glen was approved by the City Council in February in 2014. This Replat
application involves adding an additional fourteen (14) feet to the northern boundary of the
original Final Plat in order to accommodate a new addition to the existing facility on the
property.
The original Final Plat for Oxford Glen identified several easements along the northern boundary
of the property. The Replat will eliminate the water line easement, but provide a 17.5' utility
easement along this boundary. Perimeter utility easements along the remaining boundaries
would remain unchanged and would continue to provide access for needed utility connections.
No changes to access are proposed with this Replat.
Future development of the subject property must adhere to all Owasso Subdivision, Zoning, and
Engineering Standards. The City of Owasso provides Police, Fire, EMS, water, and sanitary sewer
service to the subject property.
PLANNING COMMISSION:
At their meeting on September 10, 2018, the Planning Commission voted 5 -0 to recommend
approval of the Replat for Oxford Glen.
RECOMMENDATION:
Staff recommends approval of the Replat for Oxford Glen of Owasso.
ATTACHMENTS:
Aerial Map
Original Final Plat for Oxford Glen
Original Final Plat for Oxford Glen (with Additional 14')
Replat of Oxford Glen
Re -Plat of Oxford Glen
't zoo k
`y^ - tw Ir'fr t,.t , ,y 10419
tI FM Gt
� r
' ` .,t ✓� ?. °f1' r 1'�� r I ' 3032 s}ri z t 1.
_i. " �� �n •" �� - - .I r:.- I .. t' 1�14t011;y ' k1'3:n1r 11* ",'fi, r . s l Oh lldS o3
- I -1-1507 _409 '1
7
- 2 '! 1U908p p
s ., .s. 1119 .iw 'tom :- ES• -•*rv� O�A07f: ) ]0914
w1061 100 fl. �4R1011�1.E(
1090~10404
H0413, 1o10a io""to�"3iD'am -i r o`�Y*
r 1 � ,
.. 1(20 iU3 -Deb~' -I U` 1�6 :;l�l"i 01-1 � 1•1508 }r/ V1
01111,•1 3 Lri3 506.
1030) 10�11�n�302 L-C ,� �I `+iLt[It.�Sti
- r 'fl l r03t 1, _R AR
.00\
1IU��f0300,�
1021) =0) -1 115D�1+• a?I+��
IO.igo�
•m- —ten..- S Jy H 51 "' I
,.1020310202 ' IM�'lii0.4V`+«a� I�
IIRSI - _ f,� 10200' '•� ^•I 11511
(;HH151IAN U1UKC6t. • IiR �.10?(0 �"� 1 I l
'iJF+w%x1ssu, 'fit t ! °1. �lr i11�01� {11517i,.,a t
eA MLCI r) f cry ew .
•e•- 40'� 11140Tr llnlll 116021
.., i ^,. 10101 u. Id 5001" 11113 T60
d.�gR�N �3i1�' I{ ei�&. 9litf3fBnKIB 'B�kli�ilveMWS89i4k1113 — —_.__ _._ �.�,a�+.y_< �. _
B IQ�olfine=epiv38rapsrc= aP1v3) i
1" = 376 ft Re -Plat of Oxford Glen 08/06/2018
This map may represents a visual display of related geographic information. Data provided here on is not guarantee of acutual field conditions. To be sure of complete accuracy, please contact the
resnnneihle ctaf I nr mnct un -t. zto infnrmm,nn
LECALOESC WnIT
A n', C. —1 11.1 IS W 111E ."N., OV491(R (11/:l OC
Tr1 U_C .:'IN `]F {M AL., ", E/S pC1lOx Jrl C In[
D"A { INEI CE 50) EED ENE C' AIE1. I.NCC
0 0.00 F O E 0 C 0 0 E E EURRIN .1 0 E
SA C U. E- RNE11 R.REDUND Is", 5 'p
"UND RUE 'UNDI "It IT RAD IN, E E Co c . 1. 'Our [ wJ 0.. E
c IM 0 s OCO EE A
0 tlE M I'll, ! w0 C- K c ..... 0 6S
ADA Ex CO c N 0, EEI RAI N
0 l.E 0 00 c E'0
5 UI J90.00 TELL { p'SrurCE Ul Sa,C) ILLT. 1. EIDEAL
,"D
0111.96 TELL ANC rv{6'1 I UrI 1. cE A NIV. o E71 I' , 111" l ONI . UN ADO
IRA IOUNI E OF 5 p LOT IRA AID OU A CN.1 1. 0 1111 190, r D1111111 p 5[i s{0
DID, I p 1 N1 U E. lE129u yrp C 0
[ M a EE 1111 11 E T q L
L CC 640AC V E0 ,, e C
( CE 0 OE 12 0. r.'. ( i
ENAI 'ESCN ro. s 1URPREED 1,11 A11DII T IEI1 IT of
[ E „ 11 E *SE Nt R 'X: ItA IN ".N I,E [1, E
1,l VMLEw (11 /I) ly LAID IEIIAU 110.1sIll ut,
Fl Wn NOTE
E IREPINAI 1,111. E E. 11N11
AIDED IAII
C' 16,
""ED A. s .s e o [ Ac, 0 1
RE o LO .IM I iox I) ')1 ARE' s occ on' -c ruu 1-111 IL.E -LALI o a p(
IF R11 WAYTRSCRVICE NO(E
I'll 1AEVE1 TO 3E LILATTE .1 Uxa.Sp
2OYWOKu n
DIS rut s 10 11T uI1Iu 1 o A,
.olc o1 o.wl'Ua )
s.
CWIItt OF 11I, )
I. IARLFNf xFLSCN, IUIU COItUf tLORK. IN I.0 FOR RE Ut111
.L TRUE ATO COPNL�[CT CCWrvrvOFEA UxE9 iAcREVENT NOW OU DEC
m uY 0IIIIE
cola I11. LSMO {IU(G ".11 'I'D,
S[Fi `1V11.1. Ot
r AA 11D.111. Ies It", 1 U.UG 1i1 1Ar'
0'4 III TEN S Is ceaiiu1E s Na 1010 eC
Cr OLO011rn1 At � r O 20_ C FJ! IS f.YEN 1
AY 11 m ON ", A zJ____ 1MEs IN
owa• "w.I�N. AI .1 OO {tt 1w.wEllialry o-vosc.
Final Plat
Oxford Glen of Owasso
A part of the Northeast Quaver of Section 18, T -21 -N, R.14 -E, of the L& &M,
City of Owasso, Tulsa County, State of Oklahoma.
I I t I
I 1 SI
I I s
I [ t I
LEI IAlll
Ipl I31j
.II
I t 11
I
I I'}Il
w.N 1 r�l gl 9s=i�
JTI
r r F131i LOT
ZY
BLOCK
°•j It I19 E. 10IN St. N.
I
\I
1
Gw4a,"A
Fnu y h DoIRRALR AMNn
n .worm nr...�.ae��.u.e'•
x• 6MnJU�M ]a��e
NRE OP
.r Il.xlrrl 1,4 17=-
.. Iu "' ^r...... n.
�yu JI 11I fi61
SMn I'�b'
R 1< E
m A m
Q S T
g +S+ v )
Ytl _
6'VAY
En:WNSTgxau
Lpc on Map
ta:
CCIUY" P >CDO LEER
i CDC OXFORD OW SO ,L, L'I A DEUWPRE FORD t14DItf1Y CCwGLNY
=VGYO0.
DENIER SURVfl9NC INC
AI DO, es
Ell 11.1. 11 v
.,A
enowErn
RLK ENGINEERING
IN EUDIR 5
( J59 J
"'I'D
or�cv'
pe`61�'r`uniwrs,.cml:i
_ RASrs or D[ARmc_
pI[ "3Eu NC !AII IN,
EY 1,5 A1111 rnE0 111., UEC
B�I p
I1D11 L11_ Or 1111 1
r. S CI'1O'22' E
MOYUAIENTgT1OY
ALEDIR11 NULEIE IIII It, I 0111Cw,"
VE¢TICALOA
'CAI_
IA_
ON 'NMNOTE
0ALTER f s 051A
ADDRESS O1SCLAIMFRNOi£
All A
Mf
µJ0. CO:IIN[01CGEL O[�Itt 110�u CeV..4 E
11CTODER 16,2014
St 101`2
Final Plat
Oxford Glen of Owasso
A part tl� Norohmt Quanor of SMion 18. Ttl -N. B- W -E, of the LB. @ Al,
City of Owasso, Tulsa Courtly, Stote of OWYhotl
oT•
Ii oil"p"o. xai 0"i aN .4.v 1. tliJ YI p. Nu%
pU.nRl, µ5 11p14 'MIC Nf ¢M(YS. E%LO UN It Ml I(L
fr llf: Noirtif t, OWAIfN wl, U( SY] :UIaTV fYJRtEN AIN
4i Wv1U'I: ti.
Fi-noci NttE
x
t
lfN EVISNIY I A ;' ? m of
too, y.�114- co ". v`.fLYCW, WW! NOpiolx too 36". Ili,
14•[6'. 14N9 :. i'l O�Cx ayT4 Ini "I'i =.h 1
i plSCaptp Kir l- pE Ipp ftil
9M1 ✓S. }ap o fLLSiato Nex�x,i CESpveJp. ip If {NSCE
.. oJS .raw. uwrc ar.ai,
IYA`t1r. Irri r iE
a Ntlp ypnf3 rJ C[ iap2(P III CITY M1 pFKIO
"MUM M
.1 MI A rEKO 11 ICp1 Ifp
Slog 0- CtllM 1
.6Jn, v nlr 1
1 EIpIt1E 1156X, u =e "ot" "till. Ix Wo wa of 0X1Rv
slim. i.C'Cem°or AIN4NF,"SIKV %Xi
it ui RnR
., 1-1: Iv
Wtns xtsnx; uJ too. ntx<
'ru. f6ln nwu c-vlc :v-Ym. rt
c nl Nax:._oI rw e; xsniaro e1 ;K aaanalw wus
5I(Lxlry ,S x[G+[u w: xt[w fxcaLLO ry M[ ..x '
f Hx IfiinAl K[6.r x9. _116115
fp50 (xi 1 o I 1 W o I .. FW 'S fi rc 1 toi 1, .11
.Ia[x:Ip ?NF pJR p II.E Di Y 1N
film IR W,> YO
Yn. n :4 ra4l. mfaaaEp
mal 14 feet
n'an 114YTx1�nn T•Mb.rrnpp.Y,lrr
♦ 'JR
tears P-N'
R N E
PFD D • i
s{{ ,_nwgEN
xC E UEU ,�W[.�ft11R�Fn lN� LLImrPN1r
_ A_RYEYSIR
EENNGTr SUMfMxc, IIIF
C pL n
IlilEll a
FY Mlel .
ELl [XONEfREIG
nl`
urrao 4:
.Ill NI ai1G
..uuv.(.. uro.l.xnlla um;
I]LTt Rm 16,:014
RAJ up 1
T
n
vna..x NAm
lK6YVt1
s{{ ,_nwgEN
xC E UEU ,�W[.�ft11R�Fn lN� LLImrPN1r
_ A_RYEYSIR
EENNGTr SUMfMxc, IIIF
C pL n
IlilEll a
FY Mlel .
ELl [XONEfREIG
nl`
urrao 4:
.Ill NI ai1G
..uuv.(.. uro.l.xnlla um;
I]LTt Rm 16,:014
RAJ up 1
— - 6 a w
i !� 7p �5 1 II R �"I•
i HrB
✓{ 4 I I Oz a z
a `` �/ I •Z° 5 0
y q�? o O^ ^
9
a
m CNORTH
HIM C
o
° a o
�.0 a
$ r
8 s
all; � rig 't3(�PE��Y(��ESS Psr,g
a5 M z S
6a7e �i
it
0
REPLAT OF OXFORD GLEN
OF OWASSO
DMD 0FDM=ATION
AND
D24T COVPNNK9
PUD N. Np..PW OSM
Y1RAY NL dFN BY T16E PRF9FM3:
rM Odwe aam ,Minn Cve. LLG, m xmuv Paw IWVIry
mrmmr, M.MM ,dorm a e. M wrarvmaePm. i. w mean el
MleMrybwPM.abm:
ixolMed IvAbmleaane NEV al3xlerr I], i31N, M1I4Edw
lffir naidn.TJU COUM.SYYa W Wine. wsgayb MP1tlY
U& merrman Sewf Mml, by Ma w]a.mi e.rmM m
Imas.
Nol ltl I. Rbµ t.'OAare CaMq Owm', BuWlurYn FI9Gn01
Qx ®,iJSO¢o1,Saed WyMrseamtigbtlnglW raya9
phrarxgl. Rd Llw9]).mflMlnMMaa [ dMMUGUrMLbM
olRm
e+dw+ae b M mrqutl wyre La 1. chin I. romwa am a wen'.
. aadPPm b u. aav a wmm. Tam CLAIM. 3m m awmM,
awwmp m M a5a.l r..wef a PY1 Mao, w w.9n. m wa b M
rBarEB of aw iJm Lway Orkt aM1S:
rllw
um meYl. I L;PXW.altlwallW IMebgme.brMtaMxgl
l:
lllme NBp.4J3'Ee6eYrcem ] n.31 IMpydPJwiP ve aW bX
ruMdeBrwumpryel SalmyOwnMmllrxemel-0W I'.
11vo301'IPSYEe E'n'aram (lOJbaam2mmlentlmrtl Maep
f mvblallbY'emgYaalmlwewaW l:
Turea09V VYVIe6veM01]i).01 kelYVpwmNinmmMLq
I mM Vd.Ia3.awPp'.
Sde h.a mrda. D]ma xra. w1 a xeae.w.P
m.aw.mhwaatmmrp.lwmegrwemaam. Waee..laza
x9'evxEtlmzMmmw.aml I.Blxl txmecwaD...w'.
.�.md.i.oa a M ah of omaw ides awe]v. sml. a Dxtllwa,
wrq IB M dram r.mrm a.I M.d, rw exi 9n. m da n M
r®ard MTJwawev Lxnrxaxm.
xnmee mamm�ninch Impose Mem..e.., wbM
erwlq.rrmq]. Br ^me.bxew. mrw�ae, mbmM Uw
dmat rqn. r...na] m ngewew m M pd elm mdeM Pm ab
III Nad mtl wv 111 b1wm Pm ralgrNMMeurn mTEpIpTOF
MFORD4LFN OF pHA9D, m ablbr Y ap tlryal Ouem, Nn
Conry.3umofOYmnnm ( w'S1LbNnni.
Mawl F/SE.E..=Lmm
!merY lbW Baneme
amnmw, MnM ryamplmvmxxa uYNewYaa.emaM
nem�ery ev.rrrmla amain m w evarPerry:q pet m mtldq.
w aM mww a bbx ww+m abhwM qa b peM.
wnka.IrnW MwnolNawY.govJeelvimer . mbrgMMe1 W
wmm bPdmlbrev. p»irgaeo.oebquelwawap'ry
crew eP.wmmm owl m M waau. m phPamoa
12 .
12t U-aa epevn w.lw bJ ne Omnrperaemr, rb
aarbm Pw r M wPpy a exulp wM.. IeI.PIm. M
vde meJdm NablwlMb'Pff1ATOF OXFgAGLFN
OFw/waG'. Soexfgnpmnwvmnuaemevtle rwp
IMwpreure mIN. m tlemle wd wmmnre(arr nrp{h Iwr
mLe.amwwa.pwn.bMem . rrwx « rPwemerw
Aara'ednarJUVgamnronMab.lea WL Teermrr
aweMxyw.wMrrrinaedwmBw.trmea.ey . me
wl Pn mmnPmrfi9 PLY m. mrae wry{.M 01.w%y
IS3 Navp/Lrw LrMwE6NZVt yvlphgtldyk bbawm,
oxe ltlMam wmeFw vPNblwdaa bpreud Yr
MwalaNf ,came bgenwY rmih tvdve ma oak
cbm mM dv alMelAaMtlan Smiw PMMtle erm
Pwarwer4 m mvme m eapf d emtaYy Mlgm, rmf
mobbm.ebMmaram
I.zx LbPprw:re eP.la mw. w em amb eav w m
w.m.evw.mrm.s.nwnemmmwwwmsmo . rmv
brmhmrMm..de..^mrr, ax<pwamwpmaaea.r
mMpeenolwgaaegmmepuwbmuenermmrweumr
oltW eeuepnsmmi/bbmw ywnaMleitlb:ryvi,Gtl
IlmrpaeMbwMwr W wm.wMddMdpmwMd
emnepwtlmW eurCrpYe ryawd.a'eavMltlmeaer
h MemW w Bme a bFYM, arwwrml. mm elrbe
rgrrMyrry enswdd an eW bl, mabq a Pw.bal eFp
urmSrgh mMmPa��rPMW OeMmr.r �avhe.
pmrmNlO
Mnrw.mwcem MrmaOrew ammtllaMPP
12a 11e wPdm ul .wek. Yledwrw. LAM Idtriam wa ye
wJ� [OVdgriwwrpvwaa]mkvtlmYb�[ei JW CI
mtimalmrpndewnswm maramumhatlwnm IM
IMIb IburMmmaPmleMbin Wvamtlm G'bLir
w Mpemee0l Lmiry. mynmYVp.rmmYgv Mtiry
m+ poruea a M awwpw.m .wale Yledwf +, d9.
wPVbwmeem'el.aaexll.YEMnu. Ra.amw
altlmrb. WepMe,wtl. �ax maw
tldi Pwgegaawmevm dPw .ww°w,yi..wv
wwmwygmm memgl.0
12s ImmMdambawweaemrlmmmawamnb
wgdvLOnaMreennnnt memidtlMlwlMmnv
hem Nm Pertrr M drerym d pees w eM
n dllviry vntlr rmy nMlore MN mN ebeYk,
YnLYnm, y1e INMean w pee Iximt Ibe eyr4a al
aMa vl b rspmaW b verey naLMmo al
vgwyraM WNy pm M evv pl mw b m W
w,MrAebt LAY pry b aom'ge d rMmT n d eeh IwStiv
muwe w muum.enemof wdrw.mdnepweew
mwanl.. imldmaipmmmwadMamrMwaaad
104` W mw b mbI¢We n M .ad. el ewes,
Wman,wkNMMtimwpu aam.
u w.rMSB.«smM
111 lmaerwmnealaW bragartitlemrlMpamgprm Na
ptln wmvW emm rr W a pu1M qr M1e bL
1sz wMMemdmlmLngreman.euMparetltlmbne
weoFerW uwnm.mnnvroutirgµneMmraWCnmM
McWeum m e pose x'mv w :wrtr moil. m pwM btl
Innnbaai llmgmM vmeWMtlmmmwlpwm rrw
mpma.
I.]] ha Cly q Wem, gWmre, w Ib vue4p bin b
I�Px.baaarymmxmPVdPaaw.rM a..
r wMw.ram PmaremwP.wrebauprrawdl
IsilFewrmad ma{aMe nnemwmev. Neymw
tae twlraYeand pueaq, Welmry w Ib cave. YW n a
ILA rgM1l a1 ewm m a eevna¢gx blew an M
e/rWMp ael a a0rexlu P^le^a Iv n M bq al
wmEmAdMPewadww'as,IMmmp.I . mwpw
naurgwNml6antlrMyolM Wvwvw. WIb&
I.].5 ThelwrypYymuMe¢IIwPIn OafLatim I.]tlW b
mboYb n w Fly d M V O. CYaMrn, w iw amexlx
sawcxrsW Wb9B¢bbbum Meb/,
IA L
IAI rMmglmtlyevmb ,pedyriwepg6wwmwbryei
1M a m Ya. mw M ryn d mm¢ n m seP ...arms
Ymman MaBlwupgbee brmpiveae ddtbmbnlw
M gemaa MY4p, Imaa'bz. amPm. w red.ap w
pS m E CFi b C0]MMIAMalpmnrviq.
MESWRIEPOFG936pACEGW PEpURETXELIXATCX
Cf G49 SEIM.'E SryBg11S FRpA IXE xdlf Ri ME THE
oFmnsTRwrlGx.
IA2 rbandalMbldW brerympgeyMPpMmaM
wnnpa.dpm lm5bebgleelnlMrkrerdaW gemlw
W rtlbnal2Me a erNdMmre4rrNndVAbvMTxwil
aMere MPMyeeny. TnwµJldmMpnaMm WE
breyuatleb MeemymNabawa eW ImtiEM brr
w wnr Tin pry b m+egs v rmvtlm elleabB mr W
w mmrbmw p em d ev mm v Im grmw w mrumor.
taa rn. lw.rlarp mwwn. m Imo In wv Imo, p .I.y Ee
mbd.q. n Im dPa.r m w Sm eervm w M wmw a
Maupq.mbmwmMq�.
1 sd w,Nmm
imwmlmlwenaMeML ammawemM exrer. Msevmmm
ulxw welua ham bmYpe veu d Nyrw 4Nbn vn M1pm PLk
mw W mardnt 1MMdmmalmmlmrvTGaFdmlbb
nmvYM ¢ry warp ¢ alNr Obartllda Mr]r wp Impe'r M
banpe elYmm and wrlw web, ww mtam¢wkt iM
Ivem'epwmmNr W bMb WapYyrmlrl.3e1W beNaweW
ty,vrydlxwPremwara 0ylhandagew. P]ebmi
I.6 Srwnwers pelprtlm
SlwmmwaebNhnb WepSInPw1aG/eYrrycrvyebmrvNer
dewgn WaryamlamMlgPwMfbn P[WheYrwadrmfh
mtllaoellLL glglmnw MawroltN I. B¢1r I olMdu
e� aq�miarwm mMMaNt wJMgew¢a will
SwyFawvylm ywewmvmmabblYPPmvPleMewl
Pa+b..L.rlmw.. mrum m¢.e.e pw Mr
games Sur m M an aewe ameP 9.91 e.
Li
m.awaw a wb mm b regmaae ILA repo m emea n M
Ivarcgvry wmFmbpameblpey.Mrcmemyiwlmagnal. v
nobmmn b. M rMerpweq wnb. vw. ebrn welw. ye.
wwmrm'memwnexw.11bnwd.JeeLaub . wlalw.wm . w
manta m M umaPwdaz deL Pwbee naB..m, wr M ab a
Onvov Mw9pnalMlNrywlJ,aaW wrmwutlemeln
M Ivbmawe al eae ectintle.
Is IbblBa NeMUv
M IeWeBM CdvrdWepr MMy rgNivha rYfN 01
aNmv agen w epaa rlmr.rry pwMr m M PagM mwml m
4n IPTSAl InPMIIM Maudvprpml II i,MVaII
Omu' M1NA1 m M Rd. Mien 1MP a W prcea' mry b
wam.e w rwmm n M w.m w..el,P ma.dabn w II.
emea, umMN wegewyalMRryalpua, CYbnlrgw¢
Maw Pgaeee n w Meaa.m IM a Im smY a aNebl..
apwrrvgMM.mm Mw.uam.n.wmw.wmew tlwb
mbwwbnMana wap.ow,Mw
1P P bmFelmfe
W MMlryr. vnmrr v peb pdgl atl b meYreW w
mtiNpiM m by nines m M pcPf b M Yin M vehLVd Lm
pwMNmNnw awmmMVrmrgwMpdv, UywoMwm
we.Idedb..mmermMglmIn
NWiiMVVOwNev NVlb., Emv b MRpv w min
amr5ee Yad 10.
%stem Olul
VIIfN64WNExEOf.MreWlmpW O.vaRawbyx. Me¢eetma
Matlmr.mM_aaa�9tx
Oawa O.]ao wrmry h+. LLC.
I(vmetixYe IeMrl)mrpemJ
P(.ACM1YCewYi lAgyd
swaaxmwlrY l
ataMarrrm j61
m. bgm.n wm.awwaeeme bb. w Pn _ em m
mI0. Ey1C1in0.reb. Nxryerol Whe Weeq Lwwy
Coe. LIC.
NBryRgb
SnmrMeain Na.
wyw.
4 A Pof iG Mepin m TJm Ergviq 6 Pmry AnwW ei Irw, e
PMeebralvd �MmeNMSlYeoldltlmewlmeb/
de1y MIMau wnvunN.e.mM,tiie,W
M M vm m wa bmM inset. M Pw M e®wamaP PP1
Jee'guw Mtin m'REPIAT CF DCFCRp OIFN OF b.]pga, e
rWtdwnFMCllym(Mew,iJm CUeay,BYlea Weme be
rePeeenleeonmM /,Mean XSPava ly^p NmrW emend
Slo WMMRm�mCamluewormMeMCMYp�rpMmwn
SwbiryeaabPW.
E.eamame_ewd_�mu
J. M1bki Meiery
PoperMRBbrtlaW Iara3mary
OYWbnm NO. 1511
fipw w.
smbaGlwml. 1 °-�.Of
lot a p`'
aaeymiJa 1
M fdpaip Cao�1e ol9awy wv aaroMea'yl Mbe ne Pie
—mvd� m1e.bApeu Mrdn.
Am TW MltyRNn
N]mmaboP M.le lzoos 1s2
N]mmrleanwrsmwVSlm9
cRIIFKAIEOF
RWJ.RATM%IWRL
IdM°'mwpw°wra:I'wa= wPyahm
.mw.Yranreu
nm�wurMm
REPL \T OF OXFORD 5l OF O%V, 5 O
OdBd RWmetlm:0yprel l].m10 9xe12012
I.YUp[dLW IflwnMn¢xmvyr
BACKGROUND:
Capital Improvements agreements (CIA's) with Tulsa County are required for each project
funded by the Vision 2025 excess funding package the City of Owasso gained approval for
through the Tulsa County Vision Authority (TCVA). There are three propositions under which the
monies may be spent and they are subject to previously approved ballot language and project
approvals..
Vision 2025 Proposition 3 provides funding for capital improvements for the purpose of creating
or improving educational, health care and event facilities for the purpose of economic
development within Tulsa County, Oklahoma. The Owasso Events Facilities - Sports Park Project
#2 was approved with a CIA dated December 6, 2016, in the amount of $2,496,320, then
amended to reduce the funding by $347,115 which was written into a separate CIA for the
Sports Park Lighting, leaving $2,149,205 for the following improvements: "Construction of new
parking lots, roadways and paving of existing gravel parking lots for the Sports Park, including
grading, storm water drainage, and may include utility installation and lighting. Additional
features will be to tie to future trail heads affiliated with a 5K Trail throughout the Sport Park."
In order to expend all funds allocated under the CIA for Vision 2025, Tulsa County Vision Authority
is requesting City Council authorization to submit an application to amend the CIA to include
additional improvements allowed for reimbursement of the $2,149,205. These additional
improvements include preparations required for additional fields and amenities, various shade
structures, and fencing for an enhanced event facility to attract tournaments to the Owasso
Sports Park.
In addition, an executed Capital Improvement Agreement between the City of Owasso and
Tulsa County will be required in order to be reimbursed for costs associated with the
improvements under this project. The CIA will be submitted to the City Council for consideration
and action upon Tulsa County Vision Authority's action to amend their resolution.
RECOMMENDATION:
Staff recommends City Council authorization for the City Manager to execute a letter requesting
the Tulsa County Vision Authority amend their Resolution, dated December 6, 2016, by including
language to allow additional improvements for the Owasso Events Facilities - Sports Park Project
#2 to be reimbursed within the Vision 2025 funds, and requesting the Tulsa Board of County
Commissioners to issue a Capital Improvements Agreement which includes the additional
improvements.
ATTACHMENT:
Proposed Letter to the TCVA dated September 18, 2018
• REAL CommunRy
REAL peoplo • REAL C�araclar
TO:
The Honorable Mayor and City Council
FROM:
Larry Langford
Director of Recreation & Culture
SUBJECT:
Capital Improvements Agreement with Tulsa County
for Owasso Events Facilities - Sports Park Project #2
DATE:
September 14, 2018
BACKGROUND:
Capital Improvements agreements (CIA's) with Tulsa County are required for each project
funded by the Vision 2025 excess funding package the City of Owasso gained approval for
through the Tulsa County Vision Authority (TCVA). There are three propositions under which the
monies may be spent and they are subject to previously approved ballot language and project
approvals..
Vision 2025 Proposition 3 provides funding for capital improvements for the purpose of creating
or improving educational, health care and event facilities for the purpose of economic
development within Tulsa County, Oklahoma. The Owasso Events Facilities - Sports Park Project
#2 was approved with a CIA dated December 6, 2016, in the amount of $2,496,320, then
amended to reduce the funding by $347,115 which was written into a separate CIA for the
Sports Park Lighting, leaving $2,149,205 for the following improvements: "Construction of new
parking lots, roadways and paving of existing gravel parking lots for the Sports Park, including
grading, storm water drainage, and may include utility installation and lighting. Additional
features will be to tie to future trail heads affiliated with a 5K Trail throughout the Sport Park."
In order to expend all funds allocated under the CIA for Vision 2025, Tulsa County Vision Authority
is requesting City Council authorization to submit an application to amend the CIA to include
additional improvements allowed for reimbursement of the $2,149,205. These additional
improvements include preparations required for additional fields and amenities, various shade
structures, and fencing for an enhanced event facility to attract tournaments to the Owasso
Sports Park.
In addition, an executed Capital Improvement Agreement between the City of Owasso and
Tulsa County will be required in order to be reimbursed for costs associated with the
improvements under this project. The CIA will be submitted to the City Council for consideration
and action upon Tulsa County Vision Authority's action to amend their resolution.
RECOMMENDATION:
Staff recommends City Council authorization for the City Manager to execute a letter requesting
the Tulsa County Vision Authority amend their Resolution, dated December 6, 2016, by including
language to allow additional improvements for the Owasso Events Facilities - Sports Park Project
#2 to be reimbursed within the Vision 2025 funds, and requesting the Tulsa Board of County
Commissioners to issue a Capital Improvements Agreement which includes the additional
improvements.
ATTACHMENT:
Proposed Letter to the TCVA dated September 18, 2018
REAL People • REAL Chmsebr • REAL Communlry
...removing
obstacles
standing
in the way
of people
celebrating
their lives.
a
September 18, 2018
Tulsa County Vision Authority
500 South Denver
Tulsa, OK 74103
Dear Chairperson and Authority Members,
The City of Owasso is requesting an updated Capital Improvements Agreement (CIA) for Vision
2025 funding available under Sub -Fund H -9. The Recital of the CIA calls for these funds to be
used for "Educational, Health Care and Event Facilities for the purpose of Economic
Development within Tulsa County, Oklahoma."
The Owasso Events Facilities - Sports Park Project #2 was approved with a CIA dated December
6, 2016, in the amount of $2,496,320, then amended to reduce the funding by $347,115 which
was written into a separate CIA for the Sports Park Lighting, leaving $2,149,205 for the following
improvements: "Construction of new parking lots, roadways and paving of existing gravel
parking lots for the Sports Park, including grading, storm water drainage, and may include utility
installation and lighting. Additional features will be to fie to future trail heads affiliated with a 5K
Trail throughout the Sport Park."
In order to fully expend the $2,149,205 allocated under the CIA, the City of Owasso requests an
amended CIA to include the following additional improvements be allowed for reimbursement:
"preparations required for additional fields and amenities, various shade structures, and fencing
for an enhanced event facility to attract tournaments to the Owasso Sports Park."
The additional improvements will exceed the amount allocated under the CIA by approximately
$55,000 and will be subsidized by an alternate funding source of the City. The City of Owasso
requests that the Tulsa County Vision Authority authorize an updated CIA for Sub -Fund H -9, fo
include the additional improvements to the Owasso Events Facilities - Sports Park Project #2.
Respectfully,
Mr. Warren Lehr
City Manager
200 S Main St 1 (918) 376 -1500
PO Box 180 city of Owasso FAX (918) 376 -1599
Owasso, OK 74055 A City Of Character www.cityofowasso.com
REAL Poopla • REAL CM1aracbr •REAL Community
TO: The Honorable Mayor and City Council
FROM: Chelsea Levo Feary
Economic Development Director
SUBJECT: Proposal for Professional Services: Owasso Economic Development Website
DATE: September 14, 2018
BACKGROUND
Online Presence is one of the nine strategies from the Owasso Economic Development Strategic
Plan. The goal for this strategy is to establish an effective online presence for Owasso with
information available '24 x 7'.
The leading marketing tool for economic development is a Website that represents relevant
data, case studies of local businesses, maps and other points of interest that influence business
location decision - making. Not only is this the first place a business or site selector seeks
information, it may be the only place information is gathered before an initial screening of the
community is made. Not having information available online may result in the city's elimination
from consideration.
A website provides the information around the clock and saves time for businesses, site selectors,
and staff. It also serves as a place to house the most current information for staff to present to
businesses and the community at- large.
ChooseOwasso.com has been selected as the domain name for Owasso's Economic
Development Website. Staff is confident that the name will help build a brand identity that
represents the community in its mission to market Owasso to the world; ultimately helping us
compete for new businesses and compete to retain existing employers.
PROPOSED CONTRACT:
Staff is proposing a contract with 3650 Total Marketing to design and produce a website for
Owasso's economic development efforts and manage the content following implementation.
The Online Presence Strategy Committee researched many economic development websites
and interviewed several website developers /content managers. Following an extensive vetting
process, the committee is recommending 3651 Total Marketing to design and manage
ChooseOwasso.com.
3651 Total Marketing is a marketing firm that has been in business for over thirty years. Their
notable expertise has won awards from the Southern Economic Development Council and the
International Economic Development Council for economic development marketing. They
have designed and managed over twenty -five economic development websites across the
country.
A summary of offered services in the contract include:
• Project Management
• Writing and Editing
• Communication
• Custom Design
• Consultation
• Implementation and Development
of Content
• Cross - Browser Testing
• Hosting
• Changes responded to within 24
business hours
• Maintenance
• Weekly backup
• Monitoring
• Development
• Sitemap creation
• CMS (Content Management System)
training
• Advanced SEO (Search Engine
Optimization)
The Statement of Work proposed in the contract for ChooseOwasso.com consists of the
homepage and 30 -35 designed internal pages. Details of the following services are in the
proposed contract:
Website Design and Programming $25,000
Monthly Hosting and Maintenance $200 /month
Advanced Search Engine Optimization $300 /month
Assuming the website design is completed in December 2018, the monthly services would start in
January 2019. Under this assumption, the proposed contract is not to exceed $28,000 through
the end of FY 2018 -2019.
FUNDING:
Funding for the proposed website services contract is included in the FY2018 -2019 Hotel Tax Fund
Budget.
RECOMMENDATION:
Staff recommends approval of a professional services contract with 3650 Total Marketing of St.
Simons Island, Georgia in an amount not to exceed $28,000 for the design of an economic
development website for Owasso and provide annual content management following
implementation, and authority for the City Manager to execute all documents.
ATTACHMENT:
Proposed Contract from 3651 Total Marketing for Owasso Economic Development Website
�0 TOTAL
PMARKETING
Owasso Economic Development Website
Work Order— Website Design
From Concept to Completion
P.O. Box 20568.153 Follins Lane, St. Simons Island, GA 31522
__._...- --.... ._._.._.... — ..___.. ._..— ...... .._..-- - -_...
www.36SDegreeTotaiMarketing.com • 800 - 697 -S568
• Community Magazines • Med la Placement
• Photography & Videos • Marketing Plans
• Brochures & Collateral • Visitors Guides
• Promotional Products •Websites
• Branding & Logos • Maps
Client:
City of Owasso
Contacts:
Chelsea Levo Feary, Director of Economic Development
Phone #:
918- 376 -1518
cell:
918- 346 -2665
URL:
www.chooseowasso.com
E -mail:
clevo(d)citvofowasso.com
Address:
200 South Main Street
Owasso, OK 74055
Project Director: Heath Slapikas
800 - 697 -5568
912 - 399 -5623
heath @365degreetotalmarketing.com
TOTAL
MARKETING
Bavb�ul fu!! Gcb Mm�ernp
www.chooseowasso.com Recommended Navigation
I. Home
II. About Us
A. Mission
B. Development Team
Staff & Board of Directors
III. Sites & Buildings
A. Sites & Buildings (GIS WebTech Solution)
IV. Labor Force or Statistics
A. Demographics/ Commuting Patterns
B. Training & Education
C. Wages & HHI
V. Maps & Logistics (Transportation)
A. Trans -Modal
Highways
• Rail
• Ports
• Airports
From Concept to Completion
P.O. Box 20568-153 Follins Lane, St. Simons Island, GA 31522
www.365DegreeTotaiMarketing.com • 800- 697 -5568
-Community Magazines • Media Placement
• Photography & Videos
*Marketing Plans
• Brochures & Collateral
• Visitors Guides
• Promotional Products
• Websites
• Branding & Logos
• Maps
B.
Maps
• Regional, State & County with highways & airports
• Drive Distance, Rail, Highways & Interstates
VI. Business & Industry
A.
Target Industries
B.
Major Employers
C.
Existing Business Support
D.
Testimonials / Success Stories
E.
Regional Assets
VII. Cost of Doing Business
A.
Incentives
B.
Taxes
C.
Infrastructure
VIII. Lifestyle
A.
Education
B.
Healthcare
C.
Outdoor Activities
D.
Parks & Recreation
E.
Arts & Entertainment
F.
Area Attractions
IX. Resources
A.
Agenda & Minutes
B.
Services/ Useful Links
C.
News & Media
D.
Blog
TOTAL
MARKETING From Concept to Completion
mwmvwc w Aaw a P.O. Box 20568.153 Follins Lane, St. Slmons Island, GA 31522
— ._.._... _....._._.._.._..._. T ... ,..... ._ ........... .. ...I.._ ..... _._..._.._.,....__. _..__.._._.._ .....
www.365DegreeTotaiMarketing.com • 800- 697 -5568
• Community Magazines • Media Placement
Statement of Work: The Owasso Economic Development website • Photography &videos • Marketing Plans
consists of the homepage and 30 -35 designed internal pages. • Brochures & Collateral •visitors Guldes
• Promotional Products • Websites
• Branding & Logos • Maps
Website Design & Programming: $25,000
• Homepage and Navigation programming
• 30 -35 Internal Designed Pages
• Six regional, state and county maps
• Custom Design using HTML5
• Social Media Integration
• Onsite Search Engine Optimization
• Easy to use Content Management System
• Scalable and Responsive Design
Monthly Hosting & Maintenance: ($200 per month) $ 1,200 (Jan -June 2019)
• 2 -hours of Maintenance /Changes per month
• Weekly Site Backup
• Domain Monitoring and Troubleshooting as needed
• Monthly Website Analytics
• Changes responded to within 24 business hours
• Content Management System (CMS) Training and Manual
• Unlimited storage for website files and Unlimited Bandwidth
• SSL Cetificate
• Annual Domain Renewal
• Annual Demographics and Statistics updates
Advanced Search Engine Optimization: ($300 per month) $ 1,800 (Jan —June 2019)
• Measure inbound links and their value
• Build Outgoing links and Build backlinks
• Drive traffic to site
• Add new /fresh content monthly
• Change Some of the Photos and Photo captions each month
• Add copy to respond to searches that are not addressed on the current site
• Analyze Description Meta Tags
• Resubmit site map to all major Browsers on a regular base
• Add additional Anchor Text
• Use Webmaster Tools to analyze how the Googlebot sees the page
®TOTA L
MARKETING
Bq FuW 0.0 BBryWOnW
g1juill:i:jU:utrkrCF
Programming time: $200 per hour
Additional pages: $600 per page
From Concept to Completion
P.O. Box 20568-153 Follins Lane, St. Simons Island, GA 31522
www.365DegreeTotaiMarketing.com • 800- 697 -5568
-Community Magazines
• Media Placement
• Photography &Videos
• Marketing Plans
• Brochures & Collateral
•Visitors Guides
• Promotional Products
• Websites
- Branding & Logos
• Maps
Notes: Any provided schedules are dependent on the client making changes and sign offs on the scheduled
dates. Any design or editorial changes made after sign -offs but before programming will be made for $100 an
hour. Any changes made on editorial and designs after sign off and after the programming has begun will be
made at $200 an hour. 365° Total Marketing will contact the client to give an estimate of the hours required and
get approval in writing.
Terms: Hosting, Advanced SEO and Lead Generation will be billed annually once the website goes live.
Payment: 50% upon contract commencement
25% upon page sign -off forms or within 60 -days of page sign -offs if held
25% on website going live or within 60 -days of page sign -offs if held
TOTAL
MARKETING
BM" f"a Curb MmA "
LICENSE AGREEMENT
From Concept to Completion
P.O. Box 20568. 153 Follins Lane, St. Simons Island, GA 31522
www.36SDegreeTota]Marketing.com • 800 -697 -5568
• Community Magazines
• Media Placement
• Photography & Videos
• Marketing Plans
• Brochures & Collateral
-Visitors Guides
• Promotional Products
• Websites
Background Technology Developer is the owner, licensee or sub - licensee of vbrfdU� 0Pe4!A19fing developmentt 6ols,
routines, subroutines and /or other programs, data and materials that Developer may use or implement in the development
of the web site ('Background Technology "). The Background Technology includes but is not limited to those items listed
attached hereto and made a part of this Agreement. Developer retains all right, title and interest in and to the Background
Technology, and hereby grants Client a non - exclusive license to use the Background Technology only to the extent
necessary to use the web site. Client is not authorized to sell or license any Background Technology or rights thereto to any
other person or firm.
Intellectual Property 365° Total Marketing transfers ownership and copyright of the following electronic documents
used in the web site:
Adobe Acrobat (PDF)
Hypertext Markup Language (HTM, HTML),
Cascading Style Sheets (CSS)
Adobe Flash (SWF)
Scripting files (JS, PHP, CGI)
Images (1PG, PNG)
Audio (MP3)
Video (MOV, MPG, MPEG, FLV)
Extensible Markup (XML)
The following electronic documents are considered trade secrets of 365° Total Marketing Technologies, and while 365°
Total Marketing Technologies may allow the Client to use these documents, 365° Total Marketing Technologies retains
ownership and copyright of these files:
Active Server Pages (ASP, ASPX)
Visual Studio Scripts (VB, C, VBA)
Adobe Flash (FLA)
Adobe Photoshop(PSD)
Adobe Illustrator (AI)
Adobe Indesign (INDD)
�0 TOTAL
MARKETING
LEGAL AGREEMENT
From Concept to Completion
P.O. Box 20568-153 FoIllns Lane, St. Simons Island, GA 31522
www.365DegreeTota[Marketing.com • 800 - 697 -5568
Community Magazines • Media Placement
Photography & Videos • Marketing Plans
Brochures & Collateral -Visitors Guides
THIS AGREEMENT ( "Agreement ") is entered into on between 365 Degree Total Marketing. ( "Developer "), with its principal
place of business located at 153 Follins Lane, St. Simons Islands, Georgia, 31522 and City of Owasso located at200 South
Main Street, Owasso, OK 74055.
RECITALS WHEREAS, Developer is engaged in the business of the design and implementation of Internet web sites,
WHEREAS, Client desires to retain Developer for the design and implementation of the web site set forth herein, NOW
THEREFORE, Developer and Client agree as follows:
1. Scope of Services Developer agrees to design and implement a web site for Client in accordance with the
specifications set forth in "Exhibit A" (the "Statement of Work ").
2. Price and Payment Terms Client will pay Developer for the Development Services according to the terms and time
frames for completion set forth in "Exhibit A ".
3. Term and Termination Unless terminated as provided herein, this Agreement will extend to and terminate upon
completion of the Development Services. Client may terminate this Agreement without cause upon thirty (30) days written
notice. In the event of termination without cause, Client agrees to pay Developer for all Development Services performed
up to the date of termination. Either party may terminate this agreement for material breach, provided, however, that the
terminating parry has given the other party at least twenty-one (21) days written notice of and the opportunity to cure the
breach. Termination for breach will not preclude the terminating party from exercising any other remedies for breach.
4. Ownership of Intellectual Property To the extent that Developer has received payment of compensation as provided
in this Agreement, Developer hereby assigns to Client all right, title, and interest in any intellectual property created or
developed by Developer for Client under this agreement. Developer has licensed to client certain intellectual property for
use in the development of the Web Site that is the subject of a certain license agreement that is attached hereto as "Exhibit
B" and incorporated herein by reference. Except as provided in the attached license agreement, and to the extent that
Developer has received payment of compensation as provided in this Agreement, Developer hereby assigns to Client all
right, title, and interest in any other intellectual property created or developed by Developer for Client under this
agreement.
S. Confidential Information
A. All information relating to Client that is known to be confidential or proprietary, or which is clearly marked as
such, will be held in confidence by Developer and will not be disclosed or used by Developer except to the extent that such
disclosure or use is reasonably necessary to the performance of the Development Services.
B. All information relating to Developer that is known to be confidential or proprietary, or which is clearly marked
as such, will be held in confidence by Client and will not be disclosed or used by Client except to the extent that such
disclosure or use is reasonably necessary to the performance of Client's duties and obligations under this Agreement
C. These obligations of confidentiality will extend for a period of six months after the termination of this
agreement, but will not apply with respect to information that is independently developed by the parties, lawfully becomes
a part of the public domain, or of which the parties gained knowledge or possession free of any confidentiality obligation.
* TOTAL
MARKETING
11 a0 FO CA M W.Q
From Concept to Completion
P.O. Box 20568 . 153 Follins Lane, St. Simons Island, GA 31522
www.36SDegreeTotalMarketing.com • 800- 697 -5568
6. Warranty and Disclaimer Developer warrants that the Development5eWtoeR ydil6 §ezprAvided inaaedla Placement
workmanlike manner, and in conformity with generally prevailing industry standardst(14- 11S)WARRANTY IS EXCLUSIVRAyg96s
IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESS OR IMPLIED, INCLUDING?ANYLWARRANTIESiOF MERCHANNTA'BILfTY
OR FITNESS FOR A PARTICULAR PURPOSE AND ANY ORAL OR WRITTEN REPRESENfiATIONS),zPROEUSALS OR STAVEMIENTS
MADE ON OR PRIOR TO THE EFFECTIVE DATE OF THIS AGREEMENT. . Branding & Logos • Maps
7. Limitation of Remedies Client's sole and exclusive remedy for any claim against Developer with respect to the
quality of the Development Services will be the correction by Developer of any material defects or deficiencies therein, of
which Client notifies Developer in writing within sixty (60) days after the completion of that portion of the Development
Services. In the absence of any such notice, the Development Services will be deemed satisfactory to and accepted by
Client.
S. Limitation of Liability In no event will Developer be liable for any loss of profit or revenue by Client, or for any other
consequential, incidental, indirect or economic damages incurred or suffered by Client arising as a result of or related to the
Development Services, whether in contract, tort or otherwise, even if Client has advised of the possibility of such loss or
damages. Client further agrees that the total liability of the Developer for all claims of any kind arising as a result of or
related to this Agreement, or to any act or omission of Developer, whether in contract, tort or otherwise, will not exceed an
amount equal to the amount actually paid by Client to Developer for the Development Services during the twelve (12)
month period preceding the date the claim arises. Client will indemnify and hold Developer harmless against any claims by
third parties, including all costs, expenses and attorneys' fees incurred by Developer therein, arising out of or in conjunction
with Client's performance under or breach of this Agreement. Client warrants and represents that it is the rightful owner or
licensee of all content that it may provide to Developer for implementation on the web site. Client will indemnify and hold
Developer harmless against any claims for infringement of intellectual property, including but not limited to infringement of
any copyright, trademark, patent or trade secret made against Developer by any third party.
9. Relation of Parties The performance by Developer of its duties and obligations under this Agreement will be that of
an independent contractor, and nothing herein will create or imply an agency relationship between Developer and Client,
nor will this Agreement be deemed to constitute a joint venture or partnership between the parties.
10. Employee Solicitation /Hiring During the period of this agreement and for twelve (12) months thereafter, neither
party will directly or indirectly solicit or offer employment to or hire any employee, former employee, subcontractor, or
former subcontractor of the other. The terms "former employee" and "former subcontractor" will include only those
employees or subcontractors of either party who were employed or utilized by that party on the Effective Date of this
Agreement.
11. Non- assignment Neither party will assign this Agreement, in whole or in part, without the prior written consent of
the other party. This Agreement will inure to the benefit of, and be binding upon the parties hereto, together with their
respective legal representatives, successors, and assigns, as permitted herein.
12. Arbitration Any dispute arising under this Agreement will be subject to binding arbitration by a single Arbitrator with
the American Arbitration Association (AAA), in accordance with its relevant industry rules, if any. The parties agree that this
Agreement will be governed by and construed and interpreted in accordance with the laws of the State of Oklahoma. The
arbitration will be held in Tulsa County. The Arbitratorwill have the authority to grant injunctive relief and specific
performance to enforce the terms of this Agreement. Judgment on any award rendered by the Arbitrator may be entered in
any Court of competent jurisdiction.
* TOTAL
MARKETING
� FO cec� Mammy
From Concept to Completion
P.O. Box 20568.153 Follins Lane, St. Simons Island, GA 31522
www.365DegreeTota]Marketing.com • 800- 697 -5568
13. Attorneys' Fees If any litigation or arbitration is necessary to enforce the team Qf thiaw9gise nt, the•pdeard Ungement
party will be entitled to reasonable attorneys' fees and costs. • Photography & Videos • Marketing Plans
• Brochures &Collateral • Visitors Guides
14. Severability If any term of this Agreement is found to be unenforceable orP66fiY 5f gtVf94 StWll be rrAd oeiii the
least extent necessary to make it enforceable, and the remaining portions of thI;0,WMPRe%t%ff remain in fullYMe and
effect.
15. Force Majeure Neither party will be held responsible for any delay or failure in performance of any part of this
Agreement to the extent that such delay is caused by events or circumstances beyond the delayed party's reasonable
control.
16. No Waiver The waiver by any party of any breach of covenant will not be construed to be a waiver of any succeeding
breach or any other covenant. All waivers must be in writing, and signed by the party waiving its rights. This Agreement may
be modified only by a written instrument executed by authorized representatives of the parties hereto.
17. Entire Agreement This Agreement together with any attachments referred to herein constitute the entire
agreement between the parties with respect to its subject matter, and supersedes all prior agreements, proposals,
negotiations, representations or communications relating to the subject matter. Both parties acknowledge that they have
not been induced to enter into this Agreement by any representations or promises not specifically stated herein.
IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as signed on the
preceding work order.
Heath Slapikas, 365 Degree Total Marketing
Warren Lehr, City Manager, City of Owasso
Date:
REAL Pooplo •REAL Charactar •REAL Community
TO: The Honorable Mayor and City Council
FROM: Tim Doyle
General Services Superintendent
SUBJECT: Dump Truck Purchase
DATE: September 14, 2018
PROPOSED ACTION:
Staff proposes to purchase a new 2019 International HV613 chassis with a HilBilt fifteen foot dump
bed body and a Force America hydraulic system.
BACKGROUND:
The FY 2018 -2019 Stormwater Fund budget includes funds in the amount of $200,000 for the
purchase of a new dump truck. The new dump truck will be used primarily by the Stormwater
and Streets Divisions for hauling material for infrastructure maintenance and repairs. Additionally,
the proposed new dump truck will be utilized to assist with the snow and ice control program.
FUNDING:
The FY 2018 -2019 Stormwater Fund Budget includes funding for the procurement of a dump
truck.
RECOMMENDATION:
Staff recommends approval to purchase one 2019 International chassis with a HilBilt body dump
bed from Summit Truck Group, Tulsa, Oklahoma in the amount of $169.011.31 per the Oklahoma
State Bid Contracts SW035T and SW106 and authorization to execute all necessary documents.
ATTACHMENT:
Bid Proposal - Summit Truck Group
INTERNATIONAL®
Prepared For:
OKLAHOMA OFFICE OF TRANSPORTATION
Pat Corley
ROOM B-4
OKLAHOMA CITY, OK 73105 -4888
(405)521 - 2132
September 10, 2018
Presented By:
SUMMIT TRUCK GROUP
Jim Patchen
1023 N GARNETT RD.
TULSA OK 74116
918 -438 -2000
Thank you for the opportunity to provide you with the following quotation on a new International truck. I am sure the following detailed
specification will meet your operational requirements, and I look forward to serving your business needs.
Model Profile
2019 HV613 (HV613)
AXLE CONFIG:
6X4
APPLICATION:
Construction Dump
MISSION:
Requested GVWR: 66000. Calc. GVWR: 60780
Calc. Start / Grade Ability: 22.07 %11.70% @ 55 MPH
Calc. Geared Speed: 95.0 MPH
DIMENSION:
Wheelbase: 195.00, CA: 127.90, Axle to Frame: 77.00
ENGINE, DIESEL:
(International A26) EPA 2017, 370HP @ 1700 RPM, 1350 lb-ft Torque @ 1000 RPM, 2100 RPM
Governed Speed, 370 Peak HP (Max)
TRANSMISSION, AUTOMATIC:
{Allison 4500 RIDS) 5th Generation Controls, Wide Ratio, 6 -Speed with Double Overdrive, with
PTO Provision, Less Retarder, Includes Oil Level Sensor, On /Off Highway
CLUTCH:
Omit Item (Clutch R Control)
AXLE, FRONT NON - DRIVING:
(Mentor MFS- 20 -133A) Wide Track, I -Beam Type, 20,000 -lb Capacity
AXLE, REAR, TANDEM:
{Meritor RTA6 -160P) Single Reduction, 46,000 -lb Capacity, with Lube Oil Pump, 200 Wheel Ends
Gear Ratio: 4.10
CAB:
Conventional
TIRE, FRONT:
(2) 12R22.5 Load Range H HSR2 (CONTINENTAL), 483 rev /mile, 75 MPH, All- Position
TIRE, REAR:
(8) 12R22.5 Load Range H HSR2 (CONTINENTAL), 483 rev /mile, 75 MPH, All-Position
SUSPENSION, REAR, AIR, TANDEM: (Hendrickson HAS-460 -55) 46,000 -lb Capacity, 55' Axle Spacing, 9.5' Ride Height, with Shock
Absorbers, Mounted Inboard
FRAME REINFORCEMENT:
Outer "C' Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312 ";
(274.6mm x 98.9mm x 8.Omm); 480.0" (12192mm) Maximum CAL
PAINT:
Cab schematic 100WN
Location 1: 9219, Winter White (Std)
Chassis schematic N/A
Proposal: 9827 -01
INTERNATIONAL® Vehicle Specifications September 10, 2018
2019 HV613 (HV613)
Code
Description
HV61300
Base Chassis, Model HV613 with 195.00 Wheelbase, 127.90 CA, and 77.00 Axle to Frame.
1AND
AXLE CONFIGURATION {Navistar} 6x4
12BDY
ENGINE, DIESEL (International A26) EPA 2017, 370HP @ 1700 RPM, 1350 lb-ft Torque @ 1000 RPM, 2100
RPM Governed Speed, 370 Peak HP (Max)
12XBD
RADIATOR Aluminum; Welded, Front to Back CrossFlow System, 1292 Sqln, 1008 Sqln CAC
12THT
FAN DRIVE (Horton Drivemaster} Direct Drive Type, Two Speed with Residual Torque Device for Disengaged
Fan Speed
12VBC
AIR CLEANER Single Element
12703
ANTI - FREEZE Red, Extended Life Coolant; To 40 Degrees F /-40 Degrees C, Freeze Protection
12XBR
BLOCK HEATER, ENGINE {Phillips) 120V/1 150W
12WEG
COLD STARTING EQUIPMENT Automatic; with Engine ECM Control
12WZE
EMISSION COMPLIANCE Federal, Does Not Comply with California Clean Air Idle Regulations
12VGA
ENGINE CONTROL, REMOTE MOUNTED for PTO with N13/A26 Engines
12WTA
FAN DRIVE SPECIAL EFFECTS Fan Cooling Ring with Fan Shroud Effects, Engine Mounted
12VGK
FEDERAL EMISSIONS (International A261 EPA, OBD and GHG Certified for Calendar Year 2018
12850
PTO EFFECTS, ENGINE FRONT for N13/A26 Engines, Less PTO, Unit, Includes Adapter Plate on Engine
Front Mounted
13AUW
TRANSMISSION, AUTOMATIC {Allison 4500 RDS) 5th Generation Controls, Wide Ratio, 6 -Speed with Double
Overdrive, with PTO Provision, Less Retarder, Includes Oil Level Sensor, On /Off Highway
13WYH
TRANSMISSION TCM LOCATION Located Inside Cab
13WUC
ALLISON SPARE INPUT /OUTPUT for Rugged Duty Series (RDS); General Purpose Trucks, Construction
13WAW
OIL COOLER, AUTO TRANSMISSION (Modine) Water to Oil Type
13XAA
PTO CONTROL, DASH MOUNTED For Customer Provided PTO; Includes Switch, Electric/AirSolenoid, Piping
and Wiring
13XAL
PTO LOCATION Left Side of Transmission
13WYU
SHIFT CONTROL PARAMETERS Allison 3000 or 4000 Series Transmissions, 5th Generation Controls,
Performance Programming
13WLM
TRANSMISSION OIL Synthetic; 63 thru 76 Pints
13WET
TRANSMISSION SHIFT CONTROL for Column Mounted Stalk Shifter
11001
CLUTCH Omit Item (Clutch & Control)
14GRR
AXLE, REAR, TANDEM (Mentor RT -46 -160PI Single Reduction, 46,000 -lb Capacity, with Lube Oil Pump, 200
Wheel Ends. Gear Ratio: 4.10
14ULT
SUSPENSION, REAR, AIR, TANDEM {Hendrickson HAS-460-55146,000-lb Capacity, 55' Axle Spacing, 9.5'
Ride Height, with Shack Absorbers, Mounted Inboard
2ARY
AXLE, FRONT NON - DRIVING (Mentor MFS- 20 -133A) Wide Track, I -Beam Type, 20,000 -Ib Capacity
3ACS
SUSPENSION, FRONT, SPRING Multileaf, Shackle Type, Single Stage Spring; 20,000 -lb Capacity; Less
Shock Absorbers
16030
CAB Conventional
Proposal: 9827 -01
INTERNATIONAL®
Vehicle Specifications September 10, 2018
1570
2019 HV613 (HV613)
Code
Description
16ZBT
ACCESS, CAB Steel, Driver & Passenger Sides, Two Steps Per Door, for use with Regular and Extended
4AZA
Cabs
16BAM
AIR CONDITIONER with Integral Heater & Defroster
16VKB
CAB INTERIOR TRIM Classic, for Day Cab
16WSK
CAB REAR SUSPENSION Air Bag Type
16XXC
COWL TRAY LID
16WLS
FRESH AIR FILTER Attached to Air Intake Cover on Cowl Tray in Front of Windshield Under Hood
16GDC
GAUGE CLUSTER Base Level; English with English Speedometer and Tachometer, for Air Brake Chassis,
Includes Engine Coolant Temperature, Primary and Secondary Air Pressure, Fuel and DEF Gauges, Oil
Pressure Gauge, Includes 3 Inch Monochromatic Text Display
16GHU
GRAB HANDLE, CAB INTERIOR (2) Safety Yellow
16WLM
HOURMETER, PTO for Customer Provided PTO; with Indicator Lightand Hourmeterin Gauge Cluster Includes
Return Wire for PTO Feedback Switch
16XJN
INSTRUMENT PANEL Flat Panel
16HKT
IF CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster
16SNP
MIRRORS (2) Power Adjust, Thermostatically Controlled Heated Heads, Black Heads, Brackets and Arms,
7.55" x 14.1" Flat Glass, 7.48" x 6.77' Convex Glass Both Sides
16VCC
SEAT BELT All Orange; 1 to 3
16JNT
SEAT, DRIVER (National 20001 Air Suspension, High Back with Integral Headrest, Vinyl, Isolator, 1 Chamber
Lumbar, with 2 Position Front Cushion Adjust, -3 to +14 Degree Angle Back Adjust
16SMN
SEAT, PASSENGER {National) Non Suspension, High Back, Fixed Back, Integral Headrest, Vinyl
16WJU
WINDOW, POWER (2) and Power Door Locks, Left and Right Doors, Includes Express Down Feature
16XWJ
WINDSHIELD WIPER BLADES Snow Type
1CBU
FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x 90.9mm
x 8.Omm); 480.0" (12192) Maximum DAL
1GBP
FRAME REINFORCEMENT Outer "C' Channel, Heat Treated Alloy Steel (120,OOO PSI Yield);10,813 "x3.892"
x 0.312 ", (274.6mm x 98.9mm x B.Omm); 480.0" (12192mm) Maximum DAL
1 LLA
BUMPER, FRONT Steel, Swept Back
1 WDT
FRAME EXTENSION, FRONT Integral; 20" In Front of Grille, with Outer "C Channel Reinforcement
1570
TOW HOOK, FRONT (2) Frame Mounted
1 WHP
WHEELBASE RANGE 183" (465cm) Through and Including 248" (630cm)
4091
BRAKE SYSTEM, AIR Dual System for Straight Truck Applications
4AZA
AIR BRAKE ABS {Bendix Antil-ock Brake System) Full Vehicle Wheel Control System (4- Channel)
4SPM
AIR COMPRESSOR {Bendix BA -921 Head Unload) 15.9 CFM Capacity, Single Cylinder
4EBS
AIR DRYER {Bendix AD -9) with Heater
4VKC AIR DRYER LOCATION Mounted Inside Left Rail, Back of Cab
4VKJ AIR TANK LOCATION (2) Mounted Under Battery Box, Outside Left Rail, Back of Cab, Perpendicular to Rail
4193 BRAKES, FRONT, AIR CAM 16.5' x 6 ", Includes 24 Sqln Long Stroke Brake Chambers
Proposal: 9827.01
INTERNATIONAL®
Vehicle Specifications September 10, 2018
2019 HV613 (HV613)
Code
Description
4EXV
BRAKE CHAMBERS, FRONT AXLE (Bendix) 24 Sqln
4NDB
BRAKES, REAR, AIR CAM S -Cam; 16.5 "x 7.0'; Includes 30/30 Sq.ln. Long Stroke Brake Chamberand Spring
Actuated Parking Brake
4EXU
BRAKE CHAMBERS, REAR AXLE {Bendix EverSure) 30/30 Spring Brake
4732
DRAIN VALVE (Berg) with Pull Chain, for Air Tank
4WBX
DUST SHIELDS, FRONT BRAKE for Air Brakes
4WDM
DUST SHIELDS, REAR BRAKE for Air Brakes
4LAA
SLACK ADJUSTERS, FRONT {Haldex) Automatic
4LGA
SLACK ADJUSTERS, REAR (Haldex) Automatic
5PTB
STEERING GEAR (2) (Sheppard M100 /M80) Dual Power
5708
STEERING COLUMN Tilting
5CAW
STEERING WHEEL 4- Spoke; 18" Dia., Black
7BKS
EXHAUSTSYSTEM Single Horizontal Aftertreatment Device, Frame Mounted RightSide UnderCab; forSingle
Vertical Tail Pipe, Frame Mounted Right Side Back of Cab
7BEV
AFTERTREATMENT COVER Steel, Black
7WDM
EXHAUST HEIGHT 10'
7WDN
MUFFLER/TAIL PIPE GUARD (1) Non - Bright Aluminum
7WAZ
TAIL PIPE (1) Turnback Type, Non - Bright, for Single Exhaust
8000
ELECTRICAL SYSTEM 12 -Volt, Standard Equipment
8WXD
ALARM, PARKING BRAKE Electric Horn Sounds in Repetitive Manner When Vehicle Park Brake is "NOT"
Set, with Ignition "OFF" and any Door Opened
8GXJ
ALTERNATOR (Leece- Neville AV116OP20131 Brush Type; 12 Volt 160 Amp. Capacity, Pad Mount
8THJ
AUXILIARY HARNESS 3.0' for Auxiliary Front Head Lights and Turn Signals for Front Plow Applications
8THB
BACK -UP ALARM Electric, 102 dBA
8VUL
BATTERY BOX Steel with Plastic Cover, 18" Wide, 2, 3, or 4 Battery Capacity, Mounted Left Side Back of Cab
8WJV
BATTERY DISCONNECT SWITCH {Joseph Pollak) for Cab Power Disconnect Switch; Lever Operated,
Disconnects Power to PDC, Does Not Disconnect Charging Circuits, Cab Mounted
8MSG
BATTERY SYSTEM (Fleetrite) Maintenance-Free, (3) 12 -Volt 198OCCA Total
8HAE
BODY BUILDER WIRING Rear of Frame; Includes Sealed Connectors for Tail /Amber Turn /Marker/ Backup/
Accessory Power /Ground and Sealed Connector for Stop/rurn
8RGA
2 -WAY RADIO Wiring Effects; Wiring with 20 Amp Fuse Protection, Includes Ignition Wire with 5 Amp Fuse,
Wire Ends Heat Shrink and Routed to Center of Header Console in Cab
8XAH CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III with Trip Indicators, Replaces All Fuses
8WPH CLEARANCE /MARKER LIGHTS (5) (Truck Lite) Amber LED Lights, Flush Mounted on Cab or Sunshade
SHAH ELECTRIC TRAILER BRAKE /LIGHTS Accommodation Package to Rear of Frame; for Combined Trailer Stop,
Tail, Turn, Marker Light Circuits; Includes Electric Trailer Brake Accommodation Package with Cab
Connections for Mounting Customer Installed Electric Brake Unit, Less Trailer Socket
8XHN HORN, AIR Black, Single Trumpet, with Lanyard Pull Cord
Proposal: 9827 -01
INTERNATIONAL®
Vehicle Specifications September 10, 2018
9WBK
2019 HV613(HV613)
Code
Description
8VAY
HORN, ELECTRIC Disc Style
8899
JUMP START STUD (2) Remote Mounted
8718
POWER SOURCE Cigar Type Receptacle without Plug and Cord
8RMP
RADIO AM /FMM/B /Clock/3.5MM Auxiliary Input
8RPB
RADIO, AUXILIARY CONTROLS Mounted in Steering Wheel, Radio Function Control Switch, Includes Volume
10WBS
Up /Down, Mute, Forward /Back and Bluetooth Answer /Disconnect
8WNH
RUNNING LIGHT (2) Daytime
8RMY
SPEAKERS (2) 5.25" Dual Cone Mounted in Both B- Pillars
8WXG
STARTING MOTOR {Mitsubishi Electric Automotive America 105P) 12 -Volt, with Soft -Start
8XBK
SWITCH, AUXILIARY Switch40amp Circuit for Customer Use; Includes Wring Connection atPDC and Control
15DYP
in Cab
8WMA
SWITCH, TOGGLE, FOR WORK LIGHT Lighted; on Instrument Panel and Wiring Effects for Customer
Furnished Back of Cab Light
8WPZ
TEST EXTERIOR LIGHTS Pre -Trip Inspection will Cycle all Exterior Lamps Except Back -up Lights
8TKK
TRAILER AUXILIARY FEED CIRCUIT for Electric Trailer Brake Accommodation /Air TrailerABS; with 30 Amp
Fuse and Relay, Controlled by Ignition Switch
8XGT
TURN SIGNALS, FRONT Includes LED Side Turn Lights Mounted on Fender
9WBK
FRONT END Tilting, Fiberglass, with Three Piece Construction Includes Long Hood
9WAC
BUG SCREEN Mounted Behind Grille
9585
FENDER EXTENSIONS Rubber
9HBM
GRILLE Stationary, Chrome
9HBN
INSULATION, SPLASH PANELS for Sound Abatement
9AAB
LOGOS EXTERIOR Model Badges
9AAE
LOGOS EXTERIOR, ENGINE Badges
10WBS
KEYS -ALL ALIKE, ADDITIONAL 2 Keys
10060
PAINT SCHEMATIC, PT -1 Single Color, Design 100
10761
PAINT TYPE Base CoatlClear Coat, 1 -2 Tone
10SLV
PROMOTIONAL PACKAGE Government Silver Package
15SJZ
FUEL TANK Top Draw, Non - Polished Aluminum, 26" Dia, 80 US Gal (303L), Mounted Left Side, Under Cab
15DYP
DEF TANK 9.5 U.S. Gal. 35.91- Capacity, Frame Mounted Outside Left Rail, Under Cab
15LKX
FUELIWATER SEPARATOR {Davco Fuel Pro 382) 12 VDC Electric Heater, Includes Pre - Heater, Includes
Water -in -Fuel Sensor
15LMT
LOCATION FUEL/WATER SEPARATOR Mounted Outside Left Rail, 46" Back of Cab
27DTJ
WHEELS, FRONT {Maxion 90541) DISC; 22.5x8.25 Rims, Painted Steel, 2 -Hand Hole, 10 -Stud, 285.75mm
BC, Hub - Piloted, Flanged Nut, with Steel Hubs
7382155415
(2) TIRE, FRONT 12R22.5 Load Range H HSR2 (CONTINENTAL), 483 rev /mile, 75 MPH, All- Position
28DTJ
WHEELS, REAR (Maxion 90541) DUAL DISC; 22.5x8.25 Rims, Painted Steel, 2 -Hand Hole, 10 -Stud,
285.75mm BC, Hub - Piloted, Flanged Nut, with Steel Hubs
Proposal: 9827.01
INTERNATIONAL® Vehicle Specifications September 10, 2018
2019 HV613 (HV613)
Code
Description
7382155415
(8) TIRE, REAR 12R22.5 Load Range H HSR2 (CONTINENTAL), 483 rev /mile, 75 MPH, All- Position
29PAR
PAINT IDENTITY, FRONT WHEELS Disc Front Wheels; with Vendor Applied White Powder Coat Paint
29PAS
PAINT IDENTITY, REAR WHEELS Disc Rear Wheels; with Vendor Applied White Powder Coat Paint
Services Section:
40127 WARRANTY Standard for HV513, HV613 Models, Effective with Vehicles Built July 1, 2017 or Later,
CTS -2030A
40KMA SERVICES, TOWING (Navistar} Service Call to 24- Month /Unlimited Mileage to the Nearest Navistar Dealer
for Navistar Warrantable Failure as Contract Defined; Includes Engine Failure if Supplier Declines Tow
Coverage & ESC Supplied thru Navistar; $550 (USA) Maximum Benefit per Incident
1 15'Hilbilt Material Dump Body w /Force America $52603
Toolbox $600 3 /8 "Hardon floor $1882 1/2" bodyliner $3529
Dump body vibrator $1214
state contract
Lot Fee
spare tire and wheel
first aid kit and fire extinguisher
Proposal: 9827 -01
INTERNATIONAL® Financial Summary September 10, 2018
2019 HV613 (HV613)
(US DOLLAR)
Description Price
Net Sales Price: $169,011.31
Memo Item(s):
Total Federal Excise Tax $0.00
Total Taxes: $0.00
Warranty: $0.00
Note: Memo item(s) shown here are
included in the above Net Sales Price.
Please feel free to contact me regarding these specifications should your interests or needs change. 1 am confident you will be
pleased with the quality and service of an International vehicle.
Approved by Seller:
Official Title and Date
Authorized Signature
SUMMIT TRUCK GROUP
1023 N GARNETT RD.
TULSA OK 74116
918 -438 -2000
This proposal is not binding upon the seilerwithout
Seller's Authorized Signature
Accepted by Purchaser:
Firm or Business
Authorized Signature and Date
Official Title and Date
The TOPS FET calculation is an estimate for reference purposes only. The seller or retailer is responsible for calculating
and reporting /paying appropriate FET to the IRS.
Proposal: 9827 -01
C�2�
People • REAL Character• REAL Communty
TO: The Honorable Mayor and City Council
FROM: Tim Doyle
General Services Superintendent
SUBJECT: Recommendation for Contract Award - Pavement Striping Project and
FY 2017 -2018 Budget Carryover
DATE: September 14, 2018
BACKGROUND:
Included in the FY 2017 -2018 Streets Division Budget was $72,445 for a pavement striping project.
Staff prepared the contact document, specifications, and plans that included a base project
for striping, including bicycle lanes, on East 86th Street North and on North Garnett Road. Three
alternate projects were developed to provide flexibility for the selection of additional striping as
funding allows.
After the development of the FY 2017 -2018 Streets Division budget, City staff determined future
traffic striping projects should consider and assess the inclusion of bicycle lanes. The assessment
determined that the existing roadways in the proposed striping project would allow for the
inclusion of bicycle lane striping. The additional cost to include bicycle lane striping exceeds the
FY 2018 approved budget. Staff proposes to reduce the size of the future striping project to
accommodate the additional funding required for the bicycle lane striping.
SOLICITATION OF BIDS:
In accordance with state statutes, the notice to bidders was published in the Owasso Reporter
on Wednesday, August 8, 2018, and Wednesday, August 15, 2018, to solicit bids for the
Pavement Striping Project. In addition, four vendors and four plan houses were notified of the bid
opportunity. The bid opening occurred on August 31, 2018, with one contractor submitting a bid.
A summary of the bid is included. (Refer to Attachment- Bid Tabulation.)
City staff completed the bid evaluation, and determined Direct Traffic Control, Inc. met the bid
requirements. Direct Traffic Control, Inc. is a competent, qualified, responsible bidder. In
addition, staff determined that the base project and alternate ( #2), the turn lane guides on. East
96th Street North and Owasso Expressway, are being recommended for award: Due to the
budget overrun, staff concluded that alternate #1 and #3 could be delayed for now and
included in the base project on a future striping project.
FUNDING:
Staff is proposing to carry over $72,445 from the FY 2017 -2018 Streets Division Budget and utilize
$33,427.50 of the approved FY 2018 -2019 Streets Traffic Striping Budget to fund the project.
RECOMMENDATION:
Staff recommends approval to re- appropriate $72,445 from the FY 2017 -2018 Half -Penny Sales
Tax Fund to the FY 2018 -2019 Half -Penny Sales Tax Fund and increase the FY 2018 -2019
appropriation for expenditures in the Streets Division by $72,445.
In addition, staff recommends awarding the base bid and alternate #2 to Direct Traffic Control,
Inc. of Muskogee, Oklahoma in the amount of $105,872.50 and authorization to execute the
necessary documents:
ATTACHMENTS:
FY 2018 Pavement Striping Project Map
Direct Traffic Control, Inc. - Bid
Agreement
I
... -.L
%ddb'/ %/,e%
-�-i■- .-
.a %L%
i °ems
9
T%
F o_
In
7
7/dJ.u.GI?
r
ti
POP
day
oo�i
� . /.•inn
-..p ggq�r6
y.�N,�G�!y7/
/,i %0�"vi�
i�
,,}}�rr��//y
���//%�/�/�/��//////���//////������ //, //.,yam
zgi�i
�„
//p/�j�� ■�
.,
/,I
I
■
III
III
ICI
F
• i
BID SCHEDULE AND FORM
2017 - 2618 PAVEMENT STRIPING PROJECT
CITY OF OWASSO, OKLAHOMA
Item
Description
Unit
Quantity
Unit Cost
Total Cost
1
4 "White Multi - Polymer Stripe
LF
7,928
to
IjS��j_(y0
2
4" Yellow Multi- Polymer Stripe
LF
25,847
10
2 QU
3
12" Yellow Multi - Polymer Stripe
LF
1,106
3.00
4
24" White Multi - Polymer Stop Bar
LF
726
7,50
6.44G - Db
5
8" White Multi- Polymer Crosswalk
LF
2,510
Stripe
1,50
3116610D
6
White Multi - Polymer Arrow Symbol-
EA
60
Turn or Straight
100.00
7
White Multi - Polymer Arrow Symbol —
EA
3
Combination
200.00
�00, 00
8
Stripe Removal (Approx. 33,774 LF of
LS
1
4" st i e )
1S 20.00
9
6" White Multi - Polymer Bilce Lane
LF
12,425
Stripe
1.00
12 ,42,6,0
10
8" White Multi - Polymer Dashed Bike
LF
216
Lane Stripe
2.00
43240
11
2' Wide Green Multi - Polymer
EA
34
Continental Blocks
Ile�,b0
JOB}
12
1' Wide x 2" Long White Multi-
EA
470
Polymer Blocks
3.bD
1 .OD
13
White Multi- Polymer Bilce Symbol w/
EA
49
Arrow
125.bt7
i 1z5, 90
14
White Multi- Polymer Bike Symbol w/
EA
35
Shairow
125.D6
q 3 ?5, b0
15
White Multi - Polymer Sharrow Symbol
EA
37
air
I zS.Ob
25,00
16
White Multi - Polymer Text "ONLY"
EA
1
�
200.0
17
I2" Multi - Polymer White Stripe
EA
1
10-OD
10.CD
18
Project Allowance*
LS
1
2 D0
$ 12,930.00
Use of Project Allowance is at the sole discretion of the City of Owasso ............. I..............
TOTAL BASE BID: 102 132,50
0510 00200 - Page 4 of 9
ALTERNATE BIDS:
ALTERNATE #1: East Service Road - (86"' St. Intersection)
Item
Description
Unit
Quantity
Unit Cost
Total Cost
1
4" White Multi - Polymer Stripe
LF
1,810
75
357, 5b
2
4" Yellow Multi- Polymer Stripe
LF
1,880
0D
loop
3
24" White Multi- Polymer Stop Bar
LF
24
0.00
Z
4
8" White Multi - Polymer Crosswalk
LF
112
20,00
qquxo
5
Stripe
EA
1
1.50
Q
1(R. ab
5
White Multi- Polymer Arrow Symbol-
EA
2
1 `Jb ,
_
15 b op
6
Turn or Straight
EA
1
00
300, bb
6
White Multi- Polymer Arrow Symbol —
EA
2
�Ob b�1
2M Ob
7
Combination
LS
1
R
�qn,
7
Stripe Removal (Approx. 3,900 LF of
I,S
1
4" stripe)
bD
TOTAL ALTERNATE #1: t 7 ,�16.5o
ALTERNATE #2: 96th St. - (Owasso Expressway Intersection)
Item
Description
Unit
Quantity
Unit Cost
Total Cost
1
4" White Multi- Polymer Stripe
LF
280
2,00
51VO. 00
2
4" Yellow Multi- Polymer Stripe
LF
322
0D
M OD
3
12" Yellow Multi - Polymer Stripe
LF
36
6100
2 1&. OD
4
24" White Multi- Polymer Stop Bat
LF
24
20,00
qquxo
5
White Multi- Polymer Arrow Symbol-
EA
1
Turn or Straight
1 `Jb ,
_
15 b op
6
White Multi- Polymer Arrow Symbol —
EA
1
Combination
�Ob b�1
2M Ob
7
Stripe Removal (Approx. 890 LF of 4"
LS
1
R
�qn,
stn e
TOTAL ALTERNATE #2: $ 3 14o. DD
0510 00200 - Page 5 of 9
ALTERNATE #3: 96`h St - (Mingo To West End)
Item
Description
Unit
Quantity
Unit Cost
Total Cost
I
4" Yellow Multi- Polymer Stripe
LF
570
�ff- 2
2
24" White Miilti-Polymer Stop Bar
LF
11
20-00
22-0-00
--BEDS-
BASE BID:
ALTERNATE #i:
ALTERNATE #2:
ALTERNATE #3:
TOTAL ALTERNATE #3: ,310 0. DD
S 102 .]3L51D
I4O.DD
3bn,OD
Note: OWNER reserves the right to award all or part of the project, based on available fonds.
0510 00200 - Page 6 of 9
i
6. BIDDER aclmowledges that estimated quantities used in preparation of the unit Price Bid
are not guaranteed and are solely for the purpose of comparison of Bids. Final payment for
all Unit Price Bid items will be based on actual quantities provided, determined as provided
in the Contract Documents.
7. BIDDER agrees that the Work will be substantially complete within 30 calendar days after
the date when the Contract Times commence to run as provided by the General Conditions,
and completed and ready for final payment in accordance with the General Conditions
within 45 calendar days.
BIDDER accepts the provisions of the Agreement as to liquidated damages of Five
Hundred Dollars ($500.00) for each consecutive calendar day that expires after the time
specified for substantial completion until the work is substantially complete.
8. The following documents are attached to and made a condition of this Bid:
A. Required Bid Security in the form of bid 50 pi d
B. Statement of Bidder's Qualification, Section 00230; and
C. All forms listed in Instructions to Bidders, and Section 00110.
9. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them
in General Conditions.
SUBMITTED ON
COMPANTY: lll Ve,+ Tom{; C G,4,,( Inc,
II
0510 00200 - Page 7 of 9
SECTION 00300
AGREEMENT
THIS AGREEMENT is dated as of the 18`h day of September, 2018, by and between the CITY
OF OWASSO, OKLAHOMA (hereinafter called OWNER) and Direct Traffic Control, Inc.
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
ITT 2017 - 2018 PAVEMENT STRIPING PROJECT
CITY OF OWASSO, OKLAHOMA.
The project for which the Work under the contract documents may be the whole or only a part, is
described as furnishing materials and placing as specified, multi polymer pavement marking that
includes approximately 33,775 linear feet of 4" striping, turn arrows, stop bars, and crosswalks
and 12,425 linear feet of 6" bike lane striping, symbols and markings at various locations
throughout the city as specified or indicated in the Drawings and Contract Documents.
ARTICLE 2. DEPARTMENT
The project has been assigned by OWNER to the responsible City Department. The Department
Director, or his/her duly authorized representative, who is hereinafter called PROJECT
MANAGER, will assume all duties and responsibilities and will have the rights and authority
assigned to DEPARTMENT in the Contract Documents in connection with the completion of the
Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIME
3.1 The Work will be substantially completed within Thirty (30) calendar days from the
date of Notice to Proceed, and completed and ready for final payment in accordance with the
General Conditions within Forty -five (45) calendar days from the date of Notice to Proceed,
which will be on or before 2018.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in paragraph 3.1 above, plus any extensions
thereof allowed in accordance with the General Conditions. They also recognize the delays,
AGREEMENT
0510 00300 -Page 1 of 11
expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss
suffered by OWNER, if the Work is any such proof. OWNER and CONTRACTOR agree that
as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five
Hundred Dollas ($500.00) for eacfi consecutive calendif day that expires a�the time specified
in paragraph 3.1 for substantial completion until the Work is substantially complete. After
Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the
remaining Work within the time specified in paragraph 3.1 for completion and readiness for final
payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay
OWNER Five Hundred Dollars ($500.00) for each consecutive calendar day that expires after
the time specified in paragraph 3.1 for completion and readiness for final payment.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid.
4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that
the determination of actual quantities and their classification is to be made by the OWNER at the
time of application for payment.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with the General
Conditions on the Pay Estimate Forms included as Exhibit "A" to this Agreement. Applications
for Payment will be processed by OWNER as provided in the General Conditions.
5.1 Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR' Applications for Payment in accordance with
the City of Owasso's Payment Schedule included as Exhibit "B" to this Agreement during
construction as provided below. All progress payments will be on the basis of the progress of the
Work.
5.1.1 Progress payments shall not exceed an amount equal to 90% of the WORK
completed until such time as CONTRACTOR shall complete in excess of fifty percent (50%) of
the contract amount.
5.1.2 Upon completion in excess of fifty percent (50 %) of the total contract amount,
OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 95% of
the Contract Price, less such amounts as OWNER shall determine in accordance with the
General Conditions, provided that OWNER has determined that satisfactory progress is being
made, and upon approval by the Surety.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance
with the General Conditions, OWNER shall pay the Contract Price.
0510 00300- Page 2 of 11
ARTICLE 6. CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
6.1 CONTRACTOR has familiarized himself/herself with the nature and extent of
Contract Documents, Work, locality, and with all local conditions and federal, state and local
laws, ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
6.2 CONTRACTOR has studied carefully all reports or explorations and tests of
subsurface conditions at or contiguous to the site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous to the site (except
underground facilities) which have been identified in the Supplementary Conditions as provided
in the General Conditions. Contractor accepts the determination set forth in the General
Conditions of the extent of the "technical data" contained in such reports and drawings upon
which Contractor is entitled to rely. Contractor acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Contractor's purposes. Contractor
acknowledges that Owner and Engineer do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Contract Documents with
respect to underground facilities at or continuous to the site. Contractor has obtained and
carefully studied (or assume responsibility for having done so) all such additional supplementary
examinations, investigations, explorations, tests, studies and data concerning conditions (surface,
subsurface and underground facilities) at or contiguous to the site or otherwise.which may affect
cost, progress, performance or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences and procedures of construction to be employed by Contractor,
and safety precautions and programs incident thereto. Contractor does not consider that any
additional examinations, investigations, explorations, tests, studies, or data are necessary for the
performance and famishing of the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents.
6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests
and studies of such reports and related data in addition to those referred to in paragraph 6.2 as
(s)he deems necessary for the performance of the Work at the Contract price, within the Contract
Time and in accordance with the other terms and conditions of the Contract Documents; and no
additional examinations, investigations, tests, reports or similar data are or will be required by
CONTRACTOR for such purposes.
6.4 CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said Underground
Facilities. No additional examinations, investigations, explorations, tests, reports, studies or
similar information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price within the
Contract Time and in accordance with the other terms and conditions of the Contract Documents,
including the General Conditions.
u,.,
0510 00300 - Page 3 of 1 I
6.5 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract Documents.
6.6 CONTRACTOR has given OWNER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents, and the written resolution
thereof by OWNER is acceptable to CONTRACTOR.
6.7 CONTRACTOR has obligated himself/herself to the OWNER to be responsible for
the workmanship, labor and materials used in the project for two (2) years after the project has
been accepted by the OWNER.
6.8 CONTRACTOR understands that (s)he will be exempt from all sales tax on materials
and other items necessary for the completion of the project. The OWNER has issued him a
Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement.
ARTICLE 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the
following:
7.1 This Agreement (pages I to 6 inclusive).
7.2 Exhibits "A ", "B ", "C" and "D" to this Agreement.
7.3 Advertisement for Bids (Section 00100).
7.4 Requirements for Bidders (Section 00110).
7.5 Instructions to Bidders (Section 00120).
7.6 Bid (Section 00200).
7.7 Bid Bond (Section 00210).
7.8 Bid Affidavits (Section 00220).
7.9 Statement of Bidders Qualifications (Section 00230).
7.10 Certificate of Non-Discrimination (Section 00240).
7.11 Performance Bond (Section 00410).
7.12 Maintenance Bond (Section 00420).
7.13 Statutory payment Bond (Section 00430).
AGREEMENT
0510 00300- Page 4 of 11
7.14 Notice of Award (Section 00510).
7.15 Notice to Proceed (Section 00520).
7.16 Change Order (Section 00600).
7.17 General Conditions (Section 00700).
7.18 Project Specifications (Section 00800).
7.19 Special Provisions (Section 00900).
7.20 Special Provisions for Traffic Striping (Section 00910)
7.21 Project Drawings, consisting of Sheets 1 to 12, inclusive.
7.22 Addendum Numbers _ to _ inclusive. No Addendums.
7.23 Documentation submitted by CONTRACTOR prior to Notice of Award (pages _ to
inclusive).
7.24 Any Modification, including Change Orders, duly delivered after execution of
Agreement.
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be altered, amended or repealed by a Modification (as defined in the
General Conditions).
ARTICLE 8. MISCELLANEOUS
8.1 Terms used in this Agreement which are defined in the General Conditions shall have
the meanings indicated in the General Conditions.
8.2 No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the patty
sought to be bound; and specifically, but without limitation, monies that may become due and
monies that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law) and unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
8.3 OWNER and CONTRACTOR each binds himself /herself, his/her partners,
successors, assigns, and legal representatives to the other party hereto, his/her partners,
successors, assigns and legal representatives in respect to all covenants, agreements and
obligations contained in the Contract Documents.
0510 00300- Page 5 of 11
8.4 The Agreement (or remaining portions thereof) should continue in effect, be valid and
binding upon both parties even if a provision or part of the Contract Documents should be
held void or unenforceable by law.
IN WITNESS WHEREOF, the parties hereby have signed this Agreement in triplicate.
One counterpart has been delivered to CONTRACTOR the remaining two belong to OWNER.
All portions of the Contract Documents have been signed by OWNER and CONTRACTOR.
This Agreement will be effective on September 18, 2018.
OWNER: CITY OF OWASSO, OK CONTRACTOR:
By By
Chris Kelley, Mayor
(SEAL) (SEAL)
ATTEST:
Julie Stevens, City Clerk
APPROVED AS TO FORM & CONTENT:
Julie Trout Lombardi, City Attorney
Address for giving notices:
PO Box 180
Owasso, OK 74055
0510 00300- Page 6 of 11
sd
REAL Paopla • REAL LWm<tar •REAL Lommuniry
TO: Honorable Mayor and City Council
FROM: H. Dwayne Henderson, P.E.
City Engineer
SUBJECT: Agreement for Engineering Services for FY2018 -2019 Miscellaneous Stormwater
and Erosion Control Engineering Projects
DATE: September 14, 2018
BACKGROUND:
For many years, the City of Owasso's rapid development has been monitored by the City
Engineer's office. The City Engineer's office reviews plats for subdivisions and commercial
properties throughout the city to make sure streets, storm water conveyance systems, and water
and sewer lines are designed and constructed to City standards.
Stormwater detention and erosion control are critical aspects of development within the City of
Owasso. With the constantly changing regulations, an annual contract with a consulting firm
specializing in stormwater management was established in 2007 to review Stormwater plans in
order to protect the interests of the City. The consultant works on an "as needed" basis and
charges are based on an hourly rate schedule. The City Engineer's office determines plans that
can be reviewed "in- house" and those that need analysis by the expert consultant.
Since 2007, a firm has been retained annually on a contractual basis to provide these services
for the fiscal year. Engineering selection for these services has been quality based with emphasis
on past performance. Meshek & Associates, LLC performed these services in 2007 and from
2009 to present. The Benham Companies provided these services in 2008.
With the expiration of the existing agreement, the annual contract to retain Meshek and
Associates for the Miscellaneous Stormwater and Erosion Control Engineering Projects for FY
2018 -2019 is recommended for your consideration. If approved, the expiration date will be June
30, 2019.
FUNDING SOURCE:
Funding for engineering services has been allocated in the FY 2018 -2019 Stormwater Fund
budget.
RECOMMENDATION:
Staff recommends approval of the Agreement for Engineering Services for Miscellaneous
Stormwater and Erosion Control Projects with Meshek & Associates, LLC of Tulsa, Oklahoma, in an
amount not to exceed $50,000 and authorization to execute the necessary documents.
ATTACHMENT:
FY 2018 -2019 Agreement
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
THIS AGREEMENT, made and entered into this 18th day of September . 2018
between the City of Owasso, Oklahoma, a Municipal Corporation, of Oklahoma, hereinafter
referred to as CITY, and Meshek & Associates, LLC, hereinafter referred to as ENGINEER;
WTTNESSETH:
WHEREAS, CITY intends to analyze various stormwater or erosion control issues for
existing infrastructure, to review existing ordinances for possible revision, to provide
stormwater reviews of development projects and to assist the City in general stormwater
review or design services, hereinafter referred to as the PROJECT; and,
WHEREAS, CITY requires certain professional services in connection with the PROJECT,
hereinafter referred to as the SERVICES; and,
WHEREAS, ENGINEER, is prepared to provide such SERVICES;
WHEREAS, funding is available for the PROJECT through the fiscal year 2018 -2019
Stormwater Management Budget;
NOW THEREFORE, in consideration of the promises contained herein, the parties hereto
agree as follows:
1. SCOPE OF PROTECT. The scope of the PROJECT is described in Attachment A,
SCOPE OF PROTECT, which is attached hereto and incorporated by reference as part
of this AGREEMENT.
2. SERVICES TO BE PERFORMED BY ENGINEER. ENGINEER shall perform the
SERVICES described in Attachment B, SCOPE OF SERVICES. which is attached
hereto and incorporated by reference as part of this AGREEMENT.
3. CITY'S RESPONSIBILITIES. CITY shall be responsible for all matters described in
Attachment C, RESPONSIBILITIES OF THE CITY which is attached hereto and
incorporated by reference as part of this AGREEMENT.
4. COMPENSATION. CITY shall pay ENGINEER in accordance with Attachment D,
COMPENSATION, and further described in Attachment E, BILLING RATE SHEET,
which are attached hereto and incorporated by reference as part of this
AGREEMENT.
5. SCHEDULE. ENGINEER shall perform the SERVICES described in Attachment B,
SCOPE OF SERVICES, in accordance with the schedule set forth in Attachment F,
SCHEDULE, attached hereto and incorporated by reference as part of this
AGREEMENT.
6. STANDARD OF PERFORMANCE. ENGINEER shall perform the SERVICES
undertaken in a manner consistent with the prevailing accepted standard for similar
services with respect to projects of comparable function and complexity and with the
applicable laws and regulations published and in effect at the time of performance of
the SERVICES. The PROJECT shall be designed and engineered in a good and
workmanlike manner and in strict accordance with this AGREEMENT. All
PAGE 1 OF 13
engineering work shall be performed by or under the supervision of Professional
Engineers licensed in the State of Oklahoma, and properly qualified to perform such
engineering services, which qualification shall be subject to review by CITY. Other
than the obligation of the ENGINEER to perform in accordance with the foregoing
standards, no warranty, either express or implied, shall apply to the SERVICES to be
performed by the ENGINEER pursuant to this AGREEMENT or the suitability of
ENGINEER'S work product.
7. LIMITATION OF RESPONSIBILITY.
7.1. ENGINEER shall not be responsible for construction means, methods,
techniques, sequences, procedures, or safety precautions and programs in
connection with the PROJECT.
7.2. The presence of ENGINEER's personnel at a construction site is for the
purpose of providing to the CITY a greater degree of confidence that the
completed construction work will conform generally to the construction
documents and that the integrity of the design concept as reflected in the
construction documents has been implemented and preserved by the
construction contractor(s).
7.3. In soils, foundation, groundwater, and other subsurface investigations, the
actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observations,
exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated
underground conditions may occur that could affect total PROJECT cost
and/or execution. These conditions and cost /execution effects are not the
responsibility of ENGINEER.
7.4. Record drawings will be prepared, in part, on the basis of information
compiled and furnished by others, and may not always represent the exact
location, type of various components, or exact manner in which the PROJECT
was finally constructed. ENGINEER is not responsible for any errors or
omissions in the information from others that is incorporated into the record
drawings.
7.5. ENGINEER's deliverables, including record drawings, are limited to the
sealed and signed hard copies. Computer- generated drawing files furnished
by ENGINEER are for CITY or others' convenience. Any conclusions or
information derived or obtained from these files will be at user's sole risk.
8. OPINIONS OF COST AND SCHEDULE.
8.1. Since ENGINEER has no control over the cost of labor, materials, equipment,
or services furnished by others, or over contractors', subcontractors', or
vendors' methods of determining prices, or over competitive bidding or
market conditions, ENGINEER'S cost estimates shall be made on the basis of
qualifications and experience as a Professional Engineer.
8.2. Since ENGINEER has no control over the resources provided by others to
meet construction contract schedules, ENGINEER'S forecast schedules shall
PAGE 2 OF 13
be made on the basis of qualifications and experience as a Professional
Engineer.
9. LIABILITY AND INDEMNIFICATION.
9.1. The ENGINEER shall indemnify and hold the CITY and the CITY's officers
and employees harmless from and against damages, losses and judgments
arising from claims by third parties, including reasonable attorneys fees and
expenses recoverable under applicable law, but only to the extent they are
caused by the negligent acts or omissions of the ENGINEER, its employees
and its consultants in the performance of professional services under this
Agreement. The ENGINEER's duty to indemnify the CITY under this
provision shall be limited to the available proceeds of insurance coverage.
9.2. ENGINEER shall not be liable to CITY for any special, indirect or
consequential damages, such as, but not limited to, loss of revenue, or loss of
anticipated profits.
10. CONTRACTOR INDEMNIFICATION AND CLAIMS.
10.1. CITY agrees to include in all construction contracts the provisions of Articles
7.1, and 7.2, and provisions providing contractor indemnification of CITY
and ENGINEER for contractor's negligence.
10.2. CITY shall require construction contractor(s) to name CITY and ENGINEER
as additional insureds on the contractor's general liability insurance policy.
11. COMPLIANCE WITH LAWS. In performance of the SERVICES, ENGINEER shall
comply with applicable regulatory requirements including federal, state, and local
laws, rules, regulations, orders, codes, criteria and standards. ENGINEER shall
procure the permits, certificates, and licenses necessary to allow ENGINEER to
perform the SERVICES. ENGINEER shall not be responsible for procuring permits,
certificates, and licenses required for any construction unless such responsibilities
are specifically assigned to ENGINEER in Attachment B, SCOPE OF SERVICES.
12. INSURANCE.
12.1. During the performance of the SERVICES under this AGREEMENT,
ENGINEER shall maintain the following insurance:
12.1.1. 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.
12.1.2. 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.
12.1.3. Worker's Compensation Insurance in accordance with statutory
requirements and Employers' Liability Insurance with limits of not less than
$100,000 for each occurrence.
PAGE 3 OF 13
12.1.4. Errors and Omissions Insurance to remain in effect during the
PROJECT and the term of any legal liability. Errors and Omissions coverage
to be for a minimum of $1,000,000.
12.2. ENGINEER shall furnish CITY updated certificates of insurance upon
request at anytime throughout the duration of the contract.
13. OWNERSHIP AND REUSE OF DOCUMENTS.
13.1. All documents, including original drawings, estimates, specifications, field
notes and data shall become and remain the property of the CITY.
13.2. CITY'S reuse of such documents without written verification or adaptation
by ENGINEER for the specific purpose intended shall be at CITY'S risk.
14. TERMINATION OF AGREEMENT.
14.1. The obligation to continue SERVICES under this AGREEMENT may be
terminated by either party upon fifteen days written notice in the event of
substantial failure by the other party to perform in accordance with the terms
hereof through no fault of the terminating party.
14.2. CITY shall have the right to terminate this AGREEMENT, or suspend
performance thereof, for CITY'S convenience upon written notice to
ENGINEER; and ENGINEER shall terminate or suspend performance of
SERVICES on a schedule acceptable to CITY. In the event of termination or
suspension for CITY'S convenience, CITY shall pay ENGINEER for all
SERVICES performed to the date of termination in accordance with
provisions of Attachment D, COMPENSATION. Upon restart of a suspended
project, ENGINEER's contract price and schedule shall be equitably adjusted.
15. NOTICE.
Any notice, demand, or request required by or made pursuant to this AGREEMENT
shall be deemed properly made if personally delivered in writing or deposited in the
United States mail, postage prepaid, to the address specified below.
To ENGINEER: Meshek & Associates, LLC
1437 S. Boulder Ave. Suite 1550
Tulsa, OK 74119
Attention: Brandon Clabom, PE, CFM
To CITY: CITY OF OWASSO
301 W 2nd Avenue
Owasso, Oklahoma 74055
Attention: Roger Stevens, Public Works Director
15.1. Nothing contained in this Article shall be construed to restrict the
transmission of routine communications between representatives of
ENGINEER and CITY.
16. UNCONTROLLABLE FORCES. Neither CITY nor ENGINEER shall be considered to
be in default of this AGREEMENT if delays in or failure of performance shall be due
to forces which are beyond the control of the parties; including, but not limited to:
PAGE 4 OF 13
fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance,
sabotage; inability to procure permits, licenses, or authorizations from any state,
local, or federal agency or person for any of the supplies, materials, accesses, or
services required to be provided by either CITY or ENGINEER under this
AGREEMENT; strikes, work slowdowns or other labor disturbances, and judicial
restraint.
17. SEVERABILITY. If any portion of this AGREEMENT shall be construed by a court
of competent jurisdiction as unenforceable, such portion shall be severed herefrom,
and the balance of this AGREEMENT shall remain in full force and effect.
18. INTEGRATION AND MODIFICATION. This AGREEMENT includes
ATTACHMENTS A, B, C, D, E, and F and represents the entire and integrated
AGREEMENT between the parties; and supersedes all prior negotiations,
representations, or agreements pertaining to the SCOPE OF SERVICES herein, either
written or oral. CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect ENGINEER's cost of or time
required for performance of the services, an equitable adjustment will be made
through an amendment to this AGREEMENT. This AGREEMENT may be amended
only by written instrument signed by each of the Parties.
19. DISPUTE RESOLUTION PROCEDURE. In the event of a dispute between the
ENGINEER and the CITY over the interpretation or application of the terms of this
AGREEMENT, the matter shall be referred to the City's Director of Public Works for
resolution. If the Director of Public Works is unable to resolve the dispute, the matter
may, in the D'irector's discretion, be referred to the City Manager for resolution.
Regardless of these procedures, neither party shall be precluded from exercising any
rights, privileges or opportunities permitted by law to resolve any dispute.
20. ASSIGNMENT. ENGINEER shall not assign its obligations undertaken pursuant to
this AGREEMENT, provided that nothing contained in this paragraph shall prevent
ENGINEER from employing such independent consultants, associates, and
subcontractors as ENGINEER may deem appropriate to assist ENGINEER in the
performance of the SERVICES hereunder.
21. APPROVAL. It is understood and agreed that all work performed under this
AGREEMENT shall be subject to inspection and approval by the Public Works
Department of the City of Owasso, and any plans or specifications not meeting the
terms set forth in this AGREEMENT will be replaced or corrected at the sole expense
of the ENGINEER. The ENGINEER will meet with the City staff when requested and
will be available for public meetings and City of Owasso presentations.
22. CONTRACT EXTENTIONS. Upon approval of the Public Works Department and the
Consultant, this contract may be extended for three (3) successive, one (1) year terms
if agreed to by both parties in writing not less than sixty (60) days prior to the
expiration of the initial one (1) year or of any successive one (1) year term. Hourly rate
changes from the consultant and maximum contract are subject to change. This
extention is the first extention of a maximum of three (3) extentions.
23. KEY PERSONNEL. In performance of the SERVICES hereunder, ENGINEER has
designated Janet K. Meshek as Project Manager for the PROJECT. ENGINEER
PAGE 5 OF 13
agrees that no change will be made in the assignment of this position without prior
approval of CITY.
IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies
on the respective dates herein below reflected to be effective on the date executed by the
Mayor of the City of Owasso.
APPROVED:
City Clerk
APPROVED AS TO FORM:
City Attorney
Meshek & Associates. LLC
Brandon Claborn, PE, CFM
Date '?, / -&/1X
CITY OF OWASSO, OKLAHOMA
Mayor
Date
PAGE 6 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
Scope of Project
Attachment A
SCOPE OF PROTECT. The PROJECT shall consist of civil engineering services for the
following categories of assignments:
1. Review of hydrology and hydraulic reports and studies for development projects;
2. Assistance in the development of policies and ordinances related to stormwater, erosion
control or the Municipal Separate Stormsewer System (MS -4);
3. Specific assignments related to hydrology and hydraulics that may arise with regard to
existing installed infrastructure or proposed development projects;
4. Review of hydrology and hydraulic reports for developments as they relate to the City
of Owasso Master Drainage Plan;
5. Review of floodplain issues regarding FEMA regulated floodplains and floodways; and
6. Any other Stormwater or erosion control issues that the City requests assistance.
PAGE 7 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
Scope of Services
Attachment B
The services to be performed by the ENGINEER, Meshek & Associates, LLC, under this
AGREEMENT will consist of providing civil engineering services for the categories of
assignments presented in Attachment A, as directed individually by the City by a work
order.
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 for each assignment are essential
provisions of this AGREEMENT; and it is further understood and agreed that the work
embraced in this AGREEMENT shall commence upon execution of this AGREEMENT and
receipt of Notice to Proceed for each assignment. It is further understood that all reviews
and conceptual designs will be prepared in accordance with the City of Owasso design
criteria and specifications for construction.
B.1. Basic Services of ENGINEER. The basic services of the ENGINEER shall
include, but are not limited to the following tasks:
B.l.a) Provide miscellaneous stormwater engineering review of development
projects as directed by the City. The work will include:
B.1.a) 1. General review of engineering plans for compliance with City
criteria and policies.
B.1.a) 2. If specifically directed by the CITY, to model a proposed
development or other infrastructure project in the applicable
HEC -HMS and HEC -RAS watershed model for the City of
Owasso.
B.l.b) Provide analysis and conceptual design of stormwater or erosion control
improvements, when directed individually by the City. The work will
generally include the following elements:
B.l.b) 1. Preparation of detailed hydrologic and hydraulic models of
localized areas.
B.1.b) 2. Preparation of conceptual plans to deal with the flooding
problems.
B.l.b) 3. Prepare of conceptual cost estimates for budget purposes.
B.1.b) 4. Preparation of a letter report documenting findings.
B.l.b) 5. Review of existing city ordinances or preparation of new city
ordinances addressing stormwater or erosion control issues.
PAGE 8 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
Responsibilities of the City
Attachment C
RESPONSIBILITIES OF THE CITY. The CITY agrees:
C.1 Reports, Records, etc. To furnish, as required by the work, and not at expense to the
ENGINEER:
C.1.1 Records, reports, studies, plans, drawings, and other data available in the
files of the CITY that may be useful in the work involved under this
AGREEMENT.
C.1.2 Standard construction drawings and standard specifications.
C.1.3 ENGINEER will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CITY.
C.2 Access. To assist in providing access to public and private property when required
in performance of ENGINEER's services.
C.3 Staff Assistance. Designate the City Engineer (or another individual designated in
writing) to act as its representative in respect to the work to be performed under this
AGREEMENT, and such person shall have complete authority to transmit
instructions, receive information, interpret and define CITY'S policies and decisions
with respect to materials, equipment, elements and systems pertinent to the services
covered by this AGREEMENT.
C.3.1 Furnish staff assistance in locating, both horizontally and vertically, existing
CITY owned utilities and in expediting their relocation as described in
Attachment B. Further, CITY will furnish assistance as required in obtaining
locations of other utilities, including "potholing'.
C.3.2 Furnish legal assistance as required in the preparation of bidding,
construction and other supporting documents.
CA Review. Examine all studies, reports, sketches, estimates, specifications, drawings,
proposals and other documents presented by ENGINEER and render in writing
decisions pertaining thereto within a reasonable time so as not to delay the services
of ENGINEER.
PAGE 9 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
Compensation
Attachment D
COMPENSATION. The CITY agrees to pay, as compensation for services set forth in
Attachment B, the following fees, payable monthly as each Phase of the work progresses;
and within 30 calendar days of receipt of invoice. ENGINEER shall submit monthly
invoices based upon actual hours or work, invoiced according the Rate Schedule provided
in ATTACHMENT E, completed at the time of billing. Invoices shall be accompanied by
such documentation as the CITY may require in substantiation of the amount billed.
D.1 Total Compensation.
D.1.1 For the work under this project the total maximum billing including direct
costs and subconsultant services shall be Seventy Thousand Dollars and no
cents ($70,000.00) which amount shall not be exceeded without further
written authorization by CITY.
D.2 Subconsultants and Other Professional Associates. Services of subcontractors
and other consultants shall be compensated for at actual cost. Use of sub -
consultants shall be authorized in advance by CITY.
D.3 Other Direct Costs.
D.3.1 Travel and subsistence shall be compensated for at actual cost. Local travel
by personal or firm automobile shall be compensated for at the rate currently
allowed by the IRS.
D.3.2 Printing expenses shall be compensated for as shown in ATTACHMENT E.
D.3.3 Any other direct costs shall be compensated for at actual when authorized in
advance by CITY.
DA Additional Services. Unless otherwise provided for in any accepted and
authorized proposal for additional services, such services shall be
compensated for on the same basis as provided for in Attachment D.
D.5 Terminated Services. If this AGREEMENT is terminated, ENGINEER shall
be paid for services performed to the effective date of termination.
D.6 Conditions of Payment.
D.6.1 Payments shall be made based on actual hours worked using the rates in
ATTACHMENT E and expenses incurred as indicated within this
AGREEMENT and shall be due and owing within thirty days of
ENGINEER'S submittal of his progress payment invoices.
PAGE 10 OF 13
D.6.2 If CITY fails to make payments due ENGINEER within sixty days of the
submittal of any progress payment invoice, ENGINEER may, after giving
fifteen days written notice to CITY, suspend services under this
AGREEMENT.
D.6.3 If the PROJECT is delayed, or if ENGINEER'S services for the PROJECT are
delayed or suspended for more than ninety days for reasons beyond
ENGINEER'S control, ENGINEER may, after giving fifteen days written
notice to CITY, request renegotiation of compensation.
PAGE 11 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
2018 Billing Rate Sheet
Attachment E
Allowance for Office Work:
@ Current IRS rate.
Project Principal II
$
235 /hour
Project Principal 1
$
205 1hour
Project Manager
$
120 /hour
Project Engineer
$
105 /hour
Engineer Intern
$
100 /hour
Engineering Technician
$
70 /hour
CAD Technician II
$
95 /hour
CAD Technician 1
$
80 /hour
Grant Project Manager
$
165 1hour
Planner
$
115 /hour
ROW Project Manager
$
155 /hour
Acquisition /Relocation Agent II
$
120 /hour
Acquisition /Relocation Agent 1
$
110 /hour
Real Estate Trainee
$
85 /hour
LiDAR Survey Crew
$
250 /hour
LiDAR Data Processor
$
125 /hour
3 Man Survey Crew
$
200 /hour
2 Man Survey Crew
$
175 /hour
Survey Crew Chief II
$
120 1hour
Survey Crew Chief 1
$
80 /hour
Survey Crew Technician
$
60 /hour
GIS Project Principal
$
175 /hour
GIS Project Manager
$
165 /hour
GIS Field Crew Manager
$
125 /hour
GIS Specialist II
$
125 /hour
GIS Specialist 1
$
105 /hour
GIS Analyst
$
85 /hour
GIS Technician
$
75 /hour
Contract Administrator
$
105 /hour
Clerical
$
60 /hour
Allowance for Travel:
Total mileage traveled for field and office visits
@ Current IRS rate.
Reproduction costs:
In -house reproduction
8- 1/2x11" black/white
$ 0.08 /each
8- 1/2'x11" color
$ 0.15 /each
8- 1/2'x14" black /white
$ 0.10 /each
8 -1/2 "x14" color
$ 0.17 /each
11'x17" black /white
$ 0.20 /each
11'x17" color
$ 0.35 /each
Black and White Plots
$ 2.00 /each
Color Plot
$ 5.00 /each
Mylars
$ 5.00 /each
USB Flash Drive
$ 10.00 /each
Per Diem — Meals
@ Current GSA Rate
Per Diem — Lodging
@ Current GSA Rate
Miscellaneous outside expenses and fees:
Cost plus 5%
PAGE 12 OF 13
AGREEMENT FOR ENGINEERING SERVICES
FOR THE CITY OF OWASSO, OK
MISCELLANEOUS STORMWATER AND EROSION CONTROL ENGINEERING PROJECTS
Schedule
Attachment F
F. SCHEDULE. The schedule for engineering services for the fiscal year 2018 -2019
PROJECT is provided as follows:
F.1. Notice to Proceed: September 1, 2018 (or when Agreement is fully executed)
F.2. Contract Expiration: June 30, 2019
F.3. Project reviews shall be completed in 10 working days by ENGINEER
F.4. Schedule for other assignments to be established at the time assignment is
made to ENGINEER.
PAGE 13 OF 13
R ,•REAL C•mmuAry
TO: The Honorable Mayor and Council
FROM: H. Dwayne Henderson, P.E.
City Engineer
SUBJECT: Agreement for Gas Facilities Relocation with Oklahoma Natural Gas Company
East 106th Street North and North 1451h East Ave Intersection
DATE: September 14, 2018
BACKGROUND:
Oklahoma Natural Gas (ONG) lines are located in both private easements owned wholly by
ONG and public right -of -way at the East 1061h Street North and North 145th East Avenue
Intersection. An agreement for the relocation of those ONG facilities is proposed for the
intersection widening project.
The City is responsible for the cost of relocation of utilities in private easements. Relocation of
utilities in the public right -of -way (ROW) is the responsibility of the utility company.
ONG currently owns and operates 1,280 linear feet of various sized high and medium pressure
distribution pipelines within the limits of the project. Of this total length, 1,108 linear feet are
located outside the public ROW and within a privately owned easement. This portion will need
to be relocated at an estimated cost of $157,738 including material, labor, and contract
administration.
AGREEMENT FOR GAS FACILITIES RELOCATION:
The Agreement (see Attachment) contains language outlining the basis for the relocation costs
and how ONG will be reimbursed by the City. A summary of the agreement's key points follows:
Relocation costs will be based on actual costs of work performed.
• ONG will award and pay for the work based on competitive bids or continuing
contract(s), whichever is deemed most practical and economical by ONG.
• If relocation services come in at a higher amount than the estimate, ONG will send
the City a written notice, and the City will have the right to terminate the agreement
within ten (10) days of receipt of notice.
• The City will reimburse ONG within thirty (30) days of completion of work, which is
estimated to be in the FY 2018 -2019 fiscal year.
ONG easements shall be considered to retain precedence so that any City project in
the future requiring additional relocations of the same facilities shall be paid by the
City.
FUNDING:
Sufficient funding is available in the Capital Improvements Fund for this project.
RECOMMENDATON:
Staff recommends approval of the Agreement for Gas Facilities Relocation between Oklahoma
Natural Gas Company and City of Owasso for the East 106th Street North and North 145th East
Ave Intersection, authorization for the City Manager to execute the Agreement, and
authorization to terminate the agreement (as allowed by paragraph 6 of the agreement) if
revised estimates submitted by ONG become more than $157,738 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.
ATTACHMENTS:
Estimated Gas Facilities Relocation Costs
Agreement
Location Map
OKLAHOMA NATURAL GAS COMPANY
ESTIMATED GAS FACILITIES RELOCATION COST
106TH ST. NO. AND 145TH E. AVE. INTERSECTION
CITY OF OWASSO, TULSA CO.
MATERIAL COST,
QTY
UNITCOST
AMOUNT
4" PIPE -HDPE 3408147101PE100, A09"WT, SDR11. 50V COILS, 2.306WT ASTM D2513
280 ft.
2.52
$706
4" PIPE -PE 2406/PE2708, IPS, .395" WALL. SDR 11.5, COIL -6001, LSIFT 2.17, ASTM D2513
1,060 ft.
2.20
$2,332
4" PIPE -PE 2406IPE2708, IPS, .395" WALL SDR 11.5, 40' LENGTHS, LB/FT 2.17, ASTM D2513
80 ft.
2.16
$173
4 "X4" SADDLE- ELECTROFUSION, MD PE 2406, LESS SLEEVE
4 ea.
71.71
$287
4" ELBOW -BUTT FUSION, 90DEG MD PE 2406, SDR 11
14 ea.
7.40
$104
4" ELBOW -BUTT FUSION, 45DEG MD PE 2406, SDR 11
5 ea.
7.00
$35
4" TEE -BUTT FUSION MD PE 2406
2 ea.
8.50
$17
4" CAP -IPS, BUTT FUSION, MD PE 2406
8 ea.
4.30
$35
4" COUPUNG- ELECTROFUSION, BLACK 340814710
4 ea.
11.08
$45
59ANODE -CAST, MAGNESIUM PACKAGED, 10 FT LEAD, HI ALLOY, A5 COPPER
5 ea.
18.17
$91
#10 AWG- WIRE - TRACER, FOR BORING, SOLID COPPER, 1000' COIL
1,420 ea.
0.14
199
TOTAL ESTIMATED MATERIAL COST
$4,024
TOTAL ESTIMATED MATERIAL COST
$4,024
TOTAL ESTIMATED RELOCATION COST - $182,224
FINANCIAL RESPONSIBILITY
Total within Private Right of Way = 1,108'
Total within Public Right of Way = 172'
CITY Share 1.108 ft within additional required R/W 86.56% _ $157,738
1,280 ft. within total required RNd
ONG Share 172 ft within present public RIW 13.44% _ $24,486
1,280 ft. within total required RIW
Eastern Region Engineering (Jonathon Meadows)
Prepared By
Utility Design Services Inc. (Randy Stalcup)
2/2/2018
AGREEMENT
GAS FACILITIES RELOCATION
INTERSECTION WIDENING
106TIl ST. NORTH AND 145Ttt E. AVE.
CITY OF OWASSO
TULSA COUNTY
Oklahoma Natural Gas Company, a Division of ONE Gas, Inc., hereinafter called "Company," owns various medium -
pressure distribution natural gas pipelines within the construction limits of the referenced project in the City of Owasso,
Tulsa County, Oklahoma, which Company utilizes in the discharge of its duties as a public service corporation.
City of Owasso, Oklahoma, a municipal corporation, hereinafter called "City, "has requested Company to relocate these
facilities to accommodate the proposed construction of the referenced project as shown on plans therefore, the latest of
which were received electronically by Company on February 2, 2018. City agrees to reimburse Company in the extent
and manner hereinafter stated for that portion of the cost of relocating said facilities which is for the benefit of City.
Company proposes to perform the necessary relocation of its facilities in substantial accordance with the five plan sheets
and the Six -page cost estimate, all dated February 2, 2018, of which four copies each are attached. Company will bear
the cost of relocating the portions of the facilities which do not occupy private rights -of -way. The City's share of the
estimated cost of the necessary relocation will be $157,733, all of which is to be reimbursed to Company by City.
City by accepting the proposal agrees that City shall reimburse Company for its share of the total actual relocation costs,
said costs being arrived at in the same manner as used in Company's estimated cost of the project attached hereto.
Such relocation costs will be based upon, but not necessarily limited to, material suppliers', work contractors', and
equipment -rental invoices; and at then - current rates and prices, company's transfer and stores expense charges for
warehoused materials; payroll time sheets; indirect labor charges; auto, truck, and equipment use records; expense
statements; and standard allocated overhead charges. Company's award of and payment for contracted work will be based
upon competitive bids or continuing contract, whichever appears to the Company will be most practical and economical.
It is further understood, and City by accepting this proposal agrees, that City will reimburse the Company in accordance
with this agreement within thirty (30) days after the said relocation work has been completed and Company's statement
for City's costs thereof has been submitted. Company agrees that in the event Company should determine prior to
commencement of construction that the revised estimated amount of the reimbursement by the City may exceed the
estimated cost as stated herein, Company shall notify the City of such determination in writing. City shall have the right
to terminate this agreement within ten (10) days of receipt of such said written notice. If City elects to so terminate, City
shall pay Company the City's share of my engineering cost incurred to date of termination. if the City does not terminate
the agreement within the ten (10) days, it shall remain in full force and effect
The Company by agreeing to or by abandoning, relocating, or modifying any of its facilities pursuant to this agreement
shall not thereby be deemed to have abandoned, modified, released, or otherwise destroyed any of its rights existing at the
time of the execution of this agreement under valid and subsisting private right -of -way easements granted to, obtained by
or through condemnation, or otherwise vested in the Company unless the Company shall have released same by written
instrument.
Further, should the Company in the course of relocating the above -described facilities relocate any of such facilities
presently located on private right -cf -way onto public right -of -way, the Company shall be deemed in respect to such
facilities to have retained sufficient easement and other rights such that if said facilities are encompassed within any
future governmental project requiring relocation, adjustment, or abandonment of such facilities, that the Companysball
Page I of 2
Er,y,Aeer,09 cry
be entitled to reimbursement for the cost of such relocation, adjustment, or abandonment from the governmental agency
requiring the same; provided, however, this provision shall not be construed as requiring reimbursement by the City of
Owasso except when such relocation, adjustment, or abandonment is required for a project of the City of Owasso.
Any changes made by the City in this proposal as submitted by the Company shall be subject to the written acceptance
thereof by the Company before there is any binding contract between the parties.
City by accepting this proposal warrants that it now has or will have unencumbered funds available with which to paythe
relocation costs to the extent herein above provided.
If this proposal is not accepted by the City within one (1) year from the date of this letter, this proposal shall
automatically terminate and thereafter shall not be subject to acceptance by the City unless the proposal is reinstated by
Company.
Company respectfully requests that the City of Owasso agree to the terns of this proposal by signing in the space
provided below and returning one executed copy to us.
g -to -tom
ATTEST:
Dated:
APPROVED as to form and legality this _ day of
City Attorney —Julie Lombardi
CITY OF OWASSO, OKLAHOMA
Manager - Warren Lehr
ATTEST:
City Clerk — Juliann M. Stevens
This _day of 12018.
OKL OMA NATURAL GAS COMPANY,
qim N OF ONE Gas, Inc.
By
elt president Operations
� Guy g
[pqe�
.2018.
Page 2 of 2
1FP
� a�l�
be entitled to reimbursement for the cost of such relocation, adjustment, or abandonment from the governmental agency
requiring the same; provided, however, this provision shall not be construed as requiring reimbursement by the City of
i
Owasso except when such relocation, adjustment, or abandonment is required for a project of the City of Owasso.
Any changes made by the City in this proposal as submitted by the Company shall be subject to the written acceptance
thereof by the Company before there is any binding contract between the parties.
City by accepting this proposal warrants that it now has or will have unencumbered funds available with which to pay the
relocation costs to the extent herein above provided.
If this proposal is not accepted by the City within one (1) year from the date of this letter, this proposal shall
automatically terminate and thereafter shall riot be subject to acceptance by the City unless the proposal is reinstated by
Company.
Company respectfully requests that the City of Owasso agree to the terms of this proposal by signing in the space
provided below and returning one executed copy to us.
q-16 -1q
ATTEST: OKLAHOMA NATURAL GAS COMPANY,
A DI N OF ONE Gas, Inc.
�J By:
Se Lary im Ja
Dated: Vice President Operations
o�
cega`
APPROVED as to farm and legality this _ day of .2018.
City Attorney —Julie Lombardi
CITY OF OWASSO, OKLAHOMA
City Manager - Warren Lehr
ATTEST:
City Clerk— Juliann M. Stevens
This day of 2018.
Page 2 of 2
106th St
CITY OF OWASSO
P.O. 180
Owasso, OK 74055
918.272.4959
www.c i lyofowasso.coln
E 106th STREET N
& N 145TH E AVE
INTERSECTION
LOCATION MAP
03/01/1015
E"
s�
n", • ",, Characicr • REAL Community
TO: The Honorable Mayor and City Council and
Chair and Trustees of the Owasso Public Works Authority (OPWA)
FROM: Roger Stevens
Public Works Director
SUBJECT: Uniform Agreement- Unifirst Corporation
Public Works / Vehicle Maintenance / Parks Department
DATE: September 14, 2018
BACKGROUND:
Currently, the General Fund and the OPWA budgets provide for uniforms and accessories for
three departments within the City of Owasso: Public Works, Recreation and Culture, and Vehicle
Maintenance. The uniforms are provided to employees that work in conditions that require
commercial cleaning with the ability to remove, grease, sewer waste, tar and other harsh
environments that are not conducive to home laundering. Additional clothing is provided to
administrative staff for conformity and to create a professional appearance for meetings with
customers and staff on a daily basis. Other items include floor mats and shop rags for vehicle
maintenance staff.
In August 2018, staff advertised for new uniform bids. Individual specs were also sent directly to
Unifirst Corporation and Aramark which are the two leading vendors for uniforms and services in
the immediate area. Only one bid was returned to the city by Unifirst Corporation. Aramark
declined to bid. No other vendors responded.
Staff reviewed the bid and determined all pricing is within industry standards for such goods and
services.
CONTRACT:
The following scope of services will be provided:
• Provide uniforms including pants and shirts for employees
• Launder all uniforms with pickup and delivery to facilities weekly
• Provide quality control of uniforms that need replaced due to excessive wear and tear
• Detailed billing
• Removal and replacement of Miscellaneous items such as floor mats and soap
dispensers on a weekly basis
The Scope of Work to be provided is estimated to be $24,000; however, that price could exceed
$25,000 as the agreement is based on a "per piece" pricing.
The contract will be for one year with the ability for renewal, if both parties agree, for a period of
up to three years.
FUNDING:
Funding is included in the FY 2018 -2019 General Fund and OPWA budgets,
RECOMMENDATION:
Staff recommends awarding the bid to Unifirst Corporation to provide uniforms and accessories
for Public Works, Recreation and Culture, and Vehicle Maintenance Departments and
authorization to execute all necessary documents,
ATTACHMENT:
Contract
CONTRACT FOR SERVICES
THIS AGREEMENT, made this day of &,_L, 2018, between the
City of Owasso /Owasso Public Works Authority, and ,
(CONTRACTOR).
WITNESSETH:
That for and in consideration of a per unit price as submitted in the bid proposal and reflected in the
attached bid comparison chart, CONTRACTOR will furnish to CITY /AUTHORITY uniform rental
as indicated in the specifications.
The CONTRACTOR will furnish all of the labor and other services necessary to meet the
requirements specified in the Contract Documents and Bid Specifications.
The TERM of this CONTRACT FOR SERVICES will be for the period ,Lo /Y through
o z o! This contract may be extended for succe ive one -year terms for a
piffiod of up to three years if agreed to by both parties in writing not less than sixty days prior to the
expiration of the initial one -year term or of any successive one -year term. During the term of the
contract, the CONTRACTOR shall perform all of the scheduled services described in the Contract
Documents, and comply with the terms and conditions.
The CITY /AUTHORITY shall pay the CONTRACTOR monthly upon the satisfactory delivery of
the services and submission of invoices.
This instrument, supplemented by the Contract Documents, contains the entire Agreement between
the parties, and no statement, promise or inducement made by either party, or the agent of either
party, that is not contained in this written Contract shall be valid or binding.
The Contract shall not be enlarged, modified or altered except in writing, signed by parties and
endorsed hereon.
This Contract shall be governed by the laws of the State of Oklahoma both as to interpretation and
performance.
CITY OF OWASSO / OWASSO PUBLIC WORKS AUTHORITY
UNIFORM RENTAL & PROCUREMENT
PROPOSAL - SUBMITTAL PAGE
I. BASE Quote
Item Description Price /Piece (Rental) Price /Piece (Lease)
Uniform Shirt (Solid)
Uniform Shirt (Pin - Stripe)
Uniform Shirt (Office Solid)
Uniform Pant
Performance Pant
Uniform Short
Uniform Jean
Lined Hip Jacket
$�+% 1 — per week
0174i7per week
$ , K1, 13 per week
$ 2 per week
$ :7 A per week
$
17 per week
$ 3 per week
$&(.? per week
$ per week
$ per week
$ per week
$ per week
$ per week
$ per week
$ per week
$ per week
It is anticipated employees will receive either rental or lease uniform sets. Make -up of
uniform sets will vary depending on individual preference.
II. ADD- ALTERNATES:
Item Description Price/Piece — Standard Sizes Price /Piece — Special Sizes
Short Sleeve Hi -Vis T- Shirt$ , -5-3
$
Long Sleeve Hi -Vis T -Shirt$
, 6 2
$
Hi Vis Jacket
$ (. 0-7
$
w /Optional Jacket Liner
$�
$
Emblem /Silk Screen Logo Placement Fee
$_ per piece
III. DIRECT PURCHASE /MISCELLANEOUS RENTAL
MERCHANDISE:
Merchandise (Purchase)
Price/Piece — Standard Sizes
Price /Piece - Special Sizes
Baseball Cap
$ q. C(g
411 5,.z a 5
$
T- shirts
$ N• q C1
S —jr L-
$
Polo Shirt
$ ` q
xg — x L
$
Insulated Bib Overall
$ 8S. -[,I
5 —x L
$
Winter Parka
$(s•qq
,}S —'Y�
$
Hooded Jacket
$69.7-7
,M — x L
$
Chore Coat
$ 77
M— AL
$
Lined Hip Jacket
$ 4 f 9 9
-5 L
$
Emblem Placement Fee $ 2 E? per piece
Misc.(Rental)
Unit Price (3x4)
Unit Price (4x6)
Rubber Floor Mat
$ 3_° v per wk
$ r'c per wk.
Carpeted Floor Mat
Towels/Rags
$ 3. f per wk
$ N9
$ Li . p° per wk
$
@o7 per
per wk
-foWr
Misc. (Purchase)
Unit Price
Foam Soap /Dispenser
$ ju_jper v4
r 5� •'� L
Urinal Pads
$ 1.1 O per wk
IV. ANCILLARY CHARGES:
Unit Price (3x10)
$ y. ®o per wk
$_�-- 1170 per wk
$ per wk
Lease charge for additional shirt sets $ "21 per piece o-, wk sjTn �i
Service charge for special uniform sizes $ ?o % per piece
(Designated Special Sizes) /.S c� sizes 1
Set -up charge for additional employees $ &Z, 3S per employee (4iaj'k!w/ xoo, nr r,a
Total service charge for uniform exchanges 95 a cc A-c rh6 }'; // �,
including emblem replacemegt $ �: — per piece
Rental charge for additional shirt sets (seasonal change) $ , Zl per piece; per weegly unk s 4o)
Rental charge for bulk collector (hamper w /casters) $ 3,6'6 per unit; per week
Rental charge for clothing rack $ Y -;;o per unit; per week
ATTEST:
Juliann M. Stevens, Clerk
APPROVED AS TO FORM & CONTENT:
Julie Lombardi, City Attorney
CITY OP OWASSO, OKLAHOMA
BY
Dr. Chris Kelley, Mayor
CONTRACTOR
BY
TITLE
ATTEST;
Juliann M. Stevens, OPWA Secretary
APPROVED AS TO FORM & CONTENT:
Julie Lombardi, OPWA Attorney
OWASSOPUBLIC WORKS AUTHORITY
m
Dr. Chris Kelley, Chair
CONTRACTOR
M.,
TITLE
-V
MM 'c - g.,C 56. VMMURII;
TO: The Honorable Mayor and City Council
FROM: Roger Stevens
Public Works Director
SUBJECT: Fire Station #4 - Utility Relocation Agreement, Washington County RWD #3
DATE: September 14, 2018
BACKGROUND:
In March 2016, the City Council approved an agreement with Williams, Spurgeon Kuhl &
Freshnock Architects, Inc. (WSKF) to design Fire Station #4. Improvements to a Washington
County Rural Water District (RWD) #3 water line were included in the fire station design since a
portion of the water line needs to be relocated and upgraded by City of Owasso in order to
meet the potable water capacity needs for the station.
In order to formalize responsibilities, an Agreement has been drafted and approved by
Washington County RWD #3 (see Attachment) that includes the following:
Sharing the costs to complete the required improvements - City of Owasso's cost is
$189,079 and Washington County RWD #3 is $128,682;
Washington County RWD #3 will pay 50% of its portion prior to construction; and
The City has obtained the necessary easement to relocate the water line.
FUNDING:
Funding is included in the Fire Station #4 project budget within the Capital Improvements Fund.
RECOMMENDATION:
Staff recommends approval of the Utility Relocation Agreement with Washington County Rural
Water District #3 in the amount of $189,079 and authorization to execute the necessary
documents.
ATTACHMENTS:
Site Map
Utility Relocation Agreement
Fire Station #4 - Utility Relocation and Upgrade
1" = 376 It Washington County Rural Water 06/12/2018
District #3
nis map may represents a visual display of related geographic information. Data provided hereon is not guarantee of acutual field conditions. To be sure of complete accuracy, please contactthe
esponsible staff for most up-to -date information.
Show Documents
UTILITY RELOCATION AGREEMENT
PROJECT: Water Line Extension — Fire Station #4
job #:
COUNTY:
THIS AGREEMENT made and entered into by and between the City of Owasso, Oklahoma,
hereinafter referred to as the "City" and Rural Water District No. 3, Washington County, Oklahoma,
hereinafter called the "District ".
RECITALS
WHEREAS, the City proposed to construct certain roadway, drainage system improvements and
Fire Station #4 in the vicinity of the E 116 St N and N 123rd E Ave and such improvements will
necessitate the rearrangement and /or relocation of certain water lines and related appurtenances
(Le., facilities) currently owned, operated and maintained by said District within the project
corridor, and;
WHEREAS, it Is understood that the scope of the relocation work is different than the facilities that
exist within the project corridor today, and [check one]:
such differences do not constitute "betterments" for the District; OR
�L such differences constitute "betterments" for the District and the District
shall therefore pay the official bid award of mount of the
project costs, with City paying all remaining costs. 419 (1 �Z 62N<
WHEREAS, if District's waterlines and facilities are currently situated in private easement(s), and
District will be giving up certain rights and benefits it enjoys in entering into this Agreement, and to
the extent possible, City will either purchase and pay for utility easement(s) or rights -of -ways for
the benefit of private or public utilities,; and
WHEREAS, for any portions not placed in private easement in the name of the District, City shall
designate a portion or portions of public utility easements and /or rights -of -way for use by the
District. In all circumstances the facilities shall be legally and rightfully relocated upon lands
obtained by City for the benefit of the District, all for the purpose of giving the District the same
rights it enjoys in currently held easements and /or rights of way. In all circumstances the District
shall be afforded sufficient space, same meaning an area approximately 20 feet in width above
ground, to Install, construct, maintain, operate and /or replace Its waterlines, appurtenances and
facilities; provider further, that all waterlines, appurtenances and facilities shall be spaced pursuant
to ODEQ rules and regulations, whether above or below ground; and
WHEREAS, the City will provide the legal documents to the District that show and describe the
easements and /or rights -of -way upon which the District's facilities will be relocated, and City
herein guarantees title to such easements and /or rights -of -way and agrees to indemnify, defend
and hold District harmless from any suits involving the validity, existence or the District's rights in
and to use said easements and /or rights -of -way, and;
WHEREAS, the City will be responsible for all tasks to complete the required relocation work
including but not necessarily limited to field surveys, design and plan preparation, reviews,
permitting, bidding and construction, all being subject to the review and written approval of the
District. The design and construction work will be performed in complete conformance with the
current Standards for Materials and Construction of the District (see attachment) and;
WHEREAS, the City will be responsible for all associated costs including the District's legal expenses
pertaining to the project, and expenses to have the District's own engineer review and comment on
the plans for the required relocation work, attend meetings and prepare related correspondence,
and technical guidance, and; if there is a "betterment requested by the District", the District will
cover the prorated portion of the additional cost for engineering and plan review by the District's
Engineer.
WHEREAS, it is understood that if said project is to be financed in part from funds appropriated by
the United States by either party, and expended under its regulations, that acceptance of work and
procedure In general are subject to Federal Laws, Rules, Regulations, Orders, and Approvals
applyingto it as a Federal Project; provided, however, if the District uses federal money to pay for a
"betterment" and the "betterment' necessitates all environmental study other than what is
necessary for the underlying project, then the District shall bear the costs of the environmental
study. Otherwise, City shall pay for all other environmental study.
WHEREAS, the City will be responsible for assuring compliance with all local, state and federal laws,
rules, regulations, ordinances, orders, and required approvals applicable to It or the Project,
whether by reason of being a Federal Project or otherwise, and;
WHEREAS, the City and /or District both separately or together reserve the right to cancel this
Agreement at any time prior to the beginning of the adjustment or relocation of the facilities of the
District, and;
NOW, THEREFORE, in consideration of the mutual covenants herein contained, the parties hereto
agree as follows:
1. City will pay all costs associated with or related to the relocation of the District's waterlines,
appurtenances and facilities, including costs of easements and /or rights -of -way, except for the
official bid award amount $128.682.00 to be paid by the District. The District shall pay 50% of
Its portion prior to construction with the remaining 50% after receipt from City of Record
Drawings pursuant to Paragraph 14 below, provided, however, should City fail to provide
Record Drawings pursuant to Paragraph 14, then pursuant to said paragraph the District is
entitled to produce Record Drawings, and the parties agree the District may thereafter take any
amounts spent In doing so from the portion the District is obligated to pay pursuant to this
Agreement. Should the District spend more in producing Record Drawings than it is required to
pay under this Agreement, the District will pay nothing, and City shall pay District the balance
expended in producing Record Drawings, City shall immediately notify the District, in writing,
of any delay claim made by a contractor and pertaining to the District's portion ofthe project.
2. City will prepare, or have prepared, engineered drawings showing the present, temporary and
proposed location of the District's facilities In both plan and profile views, with reference to the
centerline of survey and /or the new and existing easement and /or right -of -way lines using
control stationing and state plain coordinates, if applicable, The plans shall delineate the details
of the work including, but not necessarily limited to, alignment geometry, pipe materials and
pressure class, fitting types and end conditions, restraints, depth of cover and regulatory
mandated separation distances from other utilities.
3. City shall provide District two (2) sets of drawings (11x17) for every review required for the
project, whether required by the City or the District.
4. The City will comply with all applicable laws, rules, statutes, ordinances and regulations
(collectively hereinafter referred to as 'laws") pertaining in any way to the project, including,
without limitation, those necessary to meet the Oklahoma Department of Environmental
Quality (ODEQ) requirements for pollution prevention, including discharges from storm water
runoff on this project, spacing between utilities, and required depth of facilities. Further, City
agrees to secure a Storm Water Permit from ODEQ, when required. City represents and agrees
that the project plans and specifications, required schedules for accomplishing the temporary
and permanent erosion control work, and the storm water pollution prevention plans contained
In the plans constitute the Storm Water Management Plan for the project. City agrees to have
daily operational control of those activities, at the site, either through its third party
representative or in cooperation with ODOT's project manager, necessary to ensure compliance
with plan requirements and permit conditions. City agrees to make sure that the contractor files
any Notice of Intent (NOI), when required, for a general construction Oklahoma Pollutant
Discharge Elimination System Permit with ODEQ, which authorizes the discharge of storm
water associated with construction activity from the project site identified in this document.
Such drawings will be attached to and become a part of this agreement.
S. City and the District agree to comply fully with all funding agency requirements, if any, and as
applicable.
6, Upon completion of the plan review process, and written notice by District to City of the
District's approval of the plans, City agrees to provide the District with two (2) sets of the final
plans (11x17) for use during bidding and construction.
7. City agrees to provide the District with two (2) sets of all shop drawing submittals for the
District's water line(s) and related appurtenances and facilities, and shall not allow the
Installation of any materials without prior written approval from the District. The District shall
review and comment on each submittal and respond to the City of Owasso within 10 business
days of receiving the submittal for review.
B. City agrees to include the District in all coordination and construction progress meetings for the
water line relocation portion of the project and to provide two (2) copies of all related project
correspondence.
9. DlstTict will have at least one representative who will review and inspect the Work and
progression on the Project, said representatives to be paid for at District's sole expense. City
agrees to effectively communicate with the District's representative(s) regarding construction
issues and related concerns. Effective communication shall include, but not necessarily be
limited to, written documentation describing any proposed changes to the District's existing
and /or new facilities.
10. City agrees to provide for a qualified inspector, or inspectors, as the case may dictate, that will
be on site during the relocation work. If applicable, ODOT's inspector shall serve as ODOT's and
City's representative and will work with the District and Its representative(s) as a liaison. The
City's inspector will be responsible for documenting all day -to -day communications with the
District during the construction work. It is agreed that the District's representative shall not
direct any field changes with the Construction Contractor that haven't been previously
approved in writing by the City and /or City's inspector.
11. City agrees to consider and act upon reasonable changes requested by the District that varies
from the approved plans and bid documents. It is anticipated that certain changes may be
required as the result of unforeseen obstacles and /or other utility or roadway changes. The
cost for changes of this nature will be paid entirely by the City. Changes that are not the result
of unforeseen obstacles and result in betterments beyond the scope depicted in the final
approved plans and bid documents shall be paid by the District and will be agreed upon in
writing before any work is performed, provided, however, if such agreement cannot be reached
between City and the District then this Agreement shall be considered null, void and
terminated.
12. The District's representatives shall have any and all reasonable access to the project site during
the installation of the District's water line(s), appurtenances and facilities during the project
roadway and /or bridge construction to protect their new and existingwater lines. The District's
project representative shall have final approval of all trenching, bedding, haunching, backfilling
and final grading over the District's water line, installation of all valves, hydrants, restraints,
pipes, meters and other appurtenances and facilities. Trenches shall remain open until the end
of the work day, so the District's representative can approve them for backfilling. Any conflicts
with the installation of the District's waterlines, appurtenances or facilities in relation to the
overall project construction shall be presented to the District and /or District's Engineer for
resolution. Safety vest and hard hat must be worn by the District representative while present
of the job site.
13. City agrees to allow the District to be present when pressure testing and disinfection of its
water lines, appurtenances and facilities, and City will provide approval to the Contractor only
after receiving written final approval from the District.
14. City agrees to assure minimum down times for the transfer of all services.
15. City agrees to provide the District with two (2) complete sets of Record Drawings for the
Project. The Record Drawings shall be provided in both hard copy and electronic format, The
electronic format shall be on compact disk that includes design files that are directly compatible
with AutoCAD Lt 2007, or any other program approved by the District. If City fails to provide
two (2) complete sets of Record Drawings, District shall have the right to survey, pothole,
review existing records and anything necessary to draft Record Drawings, and all the expenses
associated with same shall be paid by City, subject to the terms and conditions of Paragraph 1,
16. The District shall pay no costs or expenses other than the amount set forth above, if any. Any
cost or expense which is not specifically allocated to the District, in writing, shall be paid by
City.
17. Should any future relocation be required with respect to the District's waterlines,
appurtenances or facilities, the City shall pay all the costs thereof, unless otherwise agreed to, in
writing. After relocation and upon final approval of the District, the District will assume all
operational ownership and maintenance responsibilities of the Districts waterlines,
appurtenances and facilities.
18. City states that no building, structure, fence, wall or other above ground structure or
obstruction will be placed, erected, installed or permitted upon the area set aside as an
easement or right -of -way for the District (defined above as being an area approximately 20 feet
in width, above ground, and subject further to ODEQ spacing rules and regulations); provided,
however, that the installation of landscaping and /or paving may occur in said easement or
right -of -way area under the condition that the District shall not be responsible in any manner to
repair any damage to such pavement (including, without limitation, roadways, driveways and
sidewalks, whether asphalt, concrete, rock or any other material) or landscaping in relation to
the District's installation, repair, replacement, operation, maintenance or any other District
activity associated with or relating to Its waterlines, appurtenances and facilities (including,
without limitation, damage caused by excavation and damage occasioned by a water leak or
waterline "blow out'). Distinct shall bear no obligation whatsoever for any damages or
expenses associated with any such landscaping, pavement, or any other structure on, at or near
the area given the District to install, maintain, operate, repair or replace its waterlines,
appurtenances and facilities.
19. If the Districts waterlines, appurtenances or facilities are damaged through no fault of the
District, the party damaging such waterlines, appurtenances and facilities shall be responsible
for all repair costs, and for the cost of water lost at the then existing rates of the District,
20. The Recitals stated above are considered material terms of this Contract, and the parties agree
to be bound by all statements and representations made In the Recital section above, and said
Recital section shall be considered a part and parcel of the parties' bargained for exchange.
21. It is understood that this Agreement does not change the rights or obligations of the District or
the City as they exist in accordance with present State Law.
22. Benefit, Binding Effect. This Agreement shall inure to the benefit of both of the parties herein,
and to each of the parties' respective successors and assigns. Likewise, this Agreement shall be
binding on the parties hereto and their respective successors and assigns.
23. Partial Invalidity. If any part of any provision of this Agreement shall be invalid or
unenforceable under applicable law, such part shall be ineffective to the extent of such
invalidity only, without in any way affecting the remaining parts of such provision or the
remaining provisions, terms, covenants or conditions of this Agreement.
24. Laws of the State of Oklahoma Govern, Venue. This Agreement shall be governed by the laws of
the State of Oklahoma. Any action taken to enforce the provisions herein shall be filed and
maintained in Washington County, State of Oklahoma, which shall be the venue of any such
action.
25. Attorney's Fees, Costs and Expenses. In the event any action is brought to enforce, or for the
breach of, any provision of this Agreement, the prevailing party shall be entitled to recover its
costs and expenses, including attorney's fees, associated with such action.
26. Entire Agreement. This Agreement represents the entire, integrated agreement between the ity
and District, and supersedes all prior negotiations, proposals, representations, commitments,
understandings, contracts or agreements made or entered into by the parties, either written or
oral, with respect to the matters and terms covered by this Agreement. Additionally, this
Agreement may not be modified or amended except by a written instrument executed by both
parties.
27. Duplicate Originals. This Agreement may be executed in duplicate originals, each such
duplicate original shall be deemed to be an original, and all such duplicate originals taken
collectively shall constitute one instrument for all purposes.
28. Notwithstanding any other provision herein stated, it is expressly understood that this
Agreement is strictly by and between City and the District, and provided further no other entity
is deemed to be a beneficiary of this Agreement, whether an intended beneficiary, or otherwise,
and whether reference be made to another entity or class of entity, or not.
IN WITNESS WHEREOF, the parties hereto have caused this Utility Relocation Agreement to be
executed by their duly authorized officers on the day and year last below written.
WASHINGTON COUNTY RURAL WATER DISTRICT NO. 3:
6
Pz<:�2
By:
blairm". eyara1. bf'JMrPe�or
(Title)
q- to- 19
(Date)
THE CITY OF OWASSO, OKLAHOMA
A MUNICIPAL CORPORATION:
Mayor
Date:
ATTEST:
City Clerlc
APPROVED AS TO FORM:
City Attorney
(SEAL)
REAL PropICREALC atler -R£4L COmmunlly
TO:
The Honorable Mayor and City Council
FROM:
Roger Stevens
Public Works Director
SUBJECT:
FY 2018 -2019 Street Rehabilitation Program
Proposed Project Listing
DATE:
September 14, 2018
BACKGROUND:
Annually, street rehabilitation sites are evaluated and selected based on a comprehensive
assessment of roadway conditions. The selection process is aimed at maximizing the taxpayer's
return on investment by increasing roadway lifecycle and minimizing future maintenance costs
while enhancing overall roadway driving conditions and public safety.
PRIORITY STREET REPAIRS /MAINTENANCE IDENTIFIED:
In July 2018, the Public Works staff completed an update to the city's street inventory. The data
collected for the model was adjusted to reflect changes in segment conditions and a new
priority listing was generated. A map depicting the location of the proposed priority sites for the
FY 2019 funding is attached for review. The estimated cost for the proposed base project is
$1,906,000.
PROJECT FUNDING:
Funding for this project in the amount of $1,000,000 is included in the FY 2018 -2019 Capital
Improvements Fund budget and carryover funds are being proposed from the FY 2017 -2018
Street Rehabilitation (CIP) in the amount of $100,000. In addition, fund 39 (1/2 penny sales tax
initiative) has $800,000 allocated for this fiscal year's street repair program. As a result, total
funding available for FY 2018 -2019 Street Rehabilitation Program is $1,900,000.
RECOMMENDATION:
Staff recommends approval of the FY 2018 -2019 Street Rehabilitation Program priority sites.
ATTACHMENTS:
A. Location Map of Proposed Projects
B. Priority Site List
IN
Street
From:
To:
Condition
Country Estates
II (Asphalt Street)
E 79th Ct N
Concrete Pavement
OCI 65
064AS01
E 118th Ct N
N 110th E Ave
N 109th E Ave
OCI 65
064AS02
E 119th St N
N 111th E Ave
N 109th E Ave
OCI 70
064AS03
E 120th St N
N 111th E Ave
N 109th E Ave
OCI 69
064AS04
N 109th E Ave
E 118th Ct N
E 118th St N
OCI 71
064AS13
E 118th Ct N
N 111th E Ave
N 110th E Ave
OCI 79
064AS17
N 109th E Ave
E 119th St N
E 118th Ct N
OCI 80
064AS18
N 109th E Ave
E 120th St N
E 119th St N
OCI 79
064AS19
N 109th E Ave
E 120th Ct N
E 120th St N
OCI 80
064AS21
E 120th Ct N
N 111th E Ave
N 109th E Ave
OCI 78
064A523
E 120th Ct N
N 112th E Ave
N 111th E Ave
OCI 77
064AS25
N 111th E Ave
E 120th Ct N
E 120th St N
OCI 73
064AS26
N 112th E Ave
E 120th St N
E 120th Ct N
OCI 71
064AS27
N 112th E Ave
E 120th St N
E 119th St N
OCI 75
064AS28
N 111th E Ave
E 120th St N
E 119th St N
OCI 76
064AS29
E 119th St N
N 112th E Ave
N 111th E Ave
OCI 11
064A530
N 112th E Ave
E 119th St N
E 118th Ct N
OCI 71
064A531
N 111th E Ave
E 119th St N
E 118th Ct N
OCI 74
064AS32
E 118th Ct N
N 112th E Ave
N 111th E Ave
OCI 73
064AS55
E 119th St N
Garnett
N 112th E Ave
OCI 69
Double Oaks IV (Asphalt Street)
294AS10
N 123rd E Ave
E 79th Ct N
Concrete Pavement
OCI 78
294AS24
N 127th E Ave
E 79th Ct N
Concrete Pavement
OCI 65
294AS25
N 127TH E Ave
E 79th Ct N
N 125th E Ave
OCI 70
294AS25
N 125th Cir E
E 79th Ct N
Cul -de -sac
OCI 66
294AS28
E 80th Ct N
N 125th E Ave
Cul -de -sac
OCI 65
292AS29
N 125th E Ave
E 81st St N
E 80th Ct N
OCI 76
294AS31
E 79th Ct N
N 123RD E Ave
Cul -de -sac
OCI 63
294AS33
E 79th Ct N
N 125th Cir N
N 127th E Ave
OCI 61
294AS35
E 79th Ct N
N 123rd E Ave
N 127th E Ave
OCI 58
294AS38
N 125th E Ave
E 80th Ct N
N 127th E Ave
OCI 77
294AS39
N 125th E Ave
N 127th E Ave
N 128th E Ave
OCI 73
Lake Ridge I (Asphalt Street)
204AS09
E 87th Ct N
N 123rd E Ave
Cul -de -sac
OCI 51
204AS10
E 87th St N
N 123rd E Ave
N 124th E Ave
00 54
204AS11
E 88th St N
N 123rd E Ave
N 124th E Ave
00 60
204AS12
N 124th E Ave
E 87th St N
E 88th St N
OCI 51
204AS13
E 88th St N
N 124th E Ave
N 124th PI E
OCI 57
204AS14
E 87th St N
N 124th E Ave
204AS1S
E 87th St N
N 124th PI E
204AS16
N 124th PI E
E 87th St N
204AS17
E 88th St N
N 124th PI E
204AS18
E 88th Ct N
N 123rd E Ave
204AS19
E 89th St N
N 123rd E Ave
204AS20
E 89th St N
N 124th E Ave
204AS21
E 89th St N
E 89th Ct N
204AS22
N 125th E Ave
E 90th St N
204AS23
N 124th E Ave
E 89th St N
204AS24
E 90th St N
N 124th E Ave
204AS25
E 89th Ct N
E 89th St N
204AS26
N 125th E Ave
E 88th St N
204AS42
N 125th E Ave
E 89th St N
Original Town (Asphalt Street )
304AT04
E 76th St N
304ATOS
E 76th St N
304AT06
E 76th St N
304AT07
E 76th St N
304AT08
E 76th St N
Birch St
Cedar St
Dogwood St
Owasso Expressway W
169 Hwy
N 124th PI E
OCI 56
N 125th E Ave
OCI 55
E 88th St N
OCI 52
N 125th E Ave
OCI 56
Cul -de -sac
OCI 54
N 124th E Ave
OCI 50
E 89th Ct N
OCI 55
N 125th E Ave
OCI 56
End
OCI 65
E 90th St N
OCI 52
N 125th E Ave
OCI 53
Cul -de -sac
OCI 65
Concrete Pavement
OCI 66
E 90th St N
OCI 53
Cedar St
OCI59
Dogwood St
OCI 72
Owasso Expressway W
OCI 74
169 Hwy
OCI 87
Owasso Expressway E
OCI 84
Ator Heights III (Asphalt Street )
194AS36 E 17th St N Cedar St Elm St OCI 61
194AS37 E 18th St N Cedar St Elm St OCI 58
sd
REAL Pvoply •REAL Characicr •REAL Community
TO: The Honorable Mayor and City Council
FROM: Mark E. Stuckey
Assistant Chief
SUBJECT: Ambulance Remount Purchase
DATE: September 14, 2018
PROPOSED ACTION:
Staff is proposing the remount and refurbishment of an existing ambulance module onto a new
ambulance chassis.
BACKGROUND:
To ensure the continuation of reliable ambulances to the community, staff has developed an
ambulance master plan for purchasing and remounting ambulances.
This plan includes the recommendation to remove from service the Terrastor chassis that have
been discontinued by the International Corporation. The reliability of this chassis has been less
than desirable and has not met our needs. Staff expects the new Silverado /C -4500 chassis to
provide a more reliable level of performance.
Staff has conducted a review of the ambulances within the fire department's vehicle fleet to
determine the performance, reliability and overall condition of the ambulances. It has been
concluded that, the 2014 International Terrastar chassis /Excellance module ambulance (Medic-
3) should be considered for remount on a new 2019 Chevrolet Silverado /C -4500 medium duty
chassis and the Excellance patient care module be refurbished and reconfigured to accept the
new chassis.
Remounting and refurbishing existing ambulance modules onto a new chassis has historically
resulted in significant cost savings compared to purchasing a new module and chassis. For
comparison, the proposed new ambulance for Station #4 is $328,884.78, while the remount cost
for Medic -3 is $226,805.43, which is a difference of $102,079.35.
Staff researched several ambulance- manufactures considering quality, safety, durability and
cost. The fire department's current fleet of ambulances are manufactured by Excellance
Manufacturing of Madison, Alabama. The department's past history with the reliability, safety,
and overall quality of the product meet the fire departments specifications and standards.
These ambulances have demonstrated their longevity, by being remounted and still continue to
serve the community daily as front line and reserve ambulances. Based upon the performance
history and quality, staff recommends purchasing the refurbishment and remounting of an
existing fire department ambulance onto a new 2019 Chevrolet Silverado /C -4500 chassis from
Excellance Manufacturing.
PURCHASING PROGRAM:
To reduce the overall cost and the timeline of purchasing a new ambulance, in comparison to
the associated cost and time of utilizing the local bidding process, staff recommends
cooperative purchasing through the Houston - Galveston Area Council (HGAC).
The Houston- Galveston Area Council (HGAC) is a regional council of governments operating
Within the laws of the State of Texas and governed by a board of elected officials. The HGAC
Board awards all contracts, which then are made available to local governments nationwide
through the HGAC Buy program.
Participation in the program is at no cost for local governmental entities. The local government
must submit an application for participation in the HGAC Buy program which in turn qualifies the
governmental entity for purchasing through the HGAC Buy program.
The HGAC Buy program is very similar to the Oklahoma State Bid program, but on a larger scale.
The HGAC uses mass circulation, print media, and internet services to post legal notices and bid
solicitations which satisfy public notice and formal competitive bid processes. All products
offered through the HGAC Buy program have been awarded by virtue of a public competitive
bid process.
Currently, there are no less than 91 government entities and /or public safety agencies within the
State of Oklahoma participating in the HGAC Buy program. Within the HGAC Ambulance
Apparatus category, there are 25 vendors /manufacturers of various types of ambulances listed.
Each of these vendors submit bids for various types of base or models of vehicles. Purchasers
determine which of the vendor's products and bid price meet their local needs. The purchaser
then works with the vendor to determine the necessary locally required operational items to be
included on the vehicle. A specification package is then produced and submitted to the HGAC
Buy program. A total apparatus cost is submitted by the vendor and the bid package is
facilitated by the HGAC Buy program.
Staff has consulted the City Attorney and a review of City purchasing ordinances has been
conducted. It has been determined that the HGAC Buy program meets the requirements of the
City of Owasso purchasing procedures.
FUNDING:
The Ambulance Capital Budget includes funding for the remount of an existing ambulance in
the amount of $270,000. The actual cost of the proposed remount is $226,805.43, which is
$43,194.57 less than the budgeted amount.
RECOMMENDATION:
Staff recommends City Council approval to purchase a new Silverado /C -4500 chassis along with
the refurbishment and remounting of an existing fire department ambulance module from
Excellance Manufacturing of Madison, Alabama, utilizing the Houston - Galveston Area Council
(HGAC) of Governments Buy Program and authorization for payment in an amount not to
exceed $226,805.43.
sd
REAL. oplo• REAL "amaer•REAL Community
TO: The Honorable Mayor and City Council
FROM: Mark E. Stuckey
Assistant Chief
SUBJECT: Purchase of a New Ambulance for Fire Station #4
DATE: September 14, 2018
PROPOSED ACTION:
Staff is proposing the purchase of a new ambulance to be utilized at Fire Station #4
BACKGROUND:
The fire department utilizes specialized advanced life support ambulances– designed to
transport paramedics and equipment to an incident scene and then onto a medical care
facility —to deliver prehospital emergency medical services. The equipment stock includes but is
not limited to: a patient cot, heart monitor /defibrillator. AutoPulse, portable ventilator, oxygen,
fluid and suction units, various intravenous solutions with kits, bandages, medical drugs,
stabilization backboards, and cervical collars.
For the purpose of vehicle design, ambulances have two major components: chassis and
patient compartment (or module), The ambulance chassis is usually a commercially produced
emergency service rated heavy duty truck, which is then modified with the addition of a patient
compartment or module. This produces a vehicle which is operationally functional as an
emergency transport ambulance.
Currently, the fire department operates three front line ambulances, one deployed from each of
the three fire stations and two reserve ambulances. With the anticipated opening of Fire Station
#4 and expected call volume increase form the growth along the East 116 St. North corridor, a
new ambulance is being proposed to decrease response times to the Northern section of our
response district.
CONSIDERATIONS AND CRITERIA:
The project team evaluated the current configuration of the ambulances to determine the
functionality to provide EMS service to the community. Utilizing feedback from the fire
department's personnel, it was determined that the existing module size and configuration
perform as designed and provide for a functional work environment.
Staff researched several ambulance- manufactures considering quality, safety, durability and
cost. The fire department's current fleet of ambulances are manufactured by Excellance
Manufacturing of Madison, Alabama. The department's past history with the reliability, safety,
and overall quality of the product meet the fire departments specifications and standards.
These ambulances have demonstrated their longevity, by being remounted and still continue to
serve the community daily as front line and reserve ambulances. Based upon the performance
history and quality, staff recommends purchasing from Excellance Manufacturing for the Fire
Station #4 ambulance.
Chassis considerations included; ride quality, emergency service standards, reliability,
adequately built to hold the anticipated gross vehicle weight, and a locally medium to large
truck service department with a stocked parts inventory department. Based upon the
performance history of the department's 2008 and 2009 Chevrolet C -4500 chassis', staff is
recommending the newly available Chevrolet Silverado /C -4500 chassis for the new ambulance.
PURCHASING PROGRAM:
To reduce the overall cost and the timeline of purchasing a new ambulance, in comparison to
the associated cost and time of utilizing the local bidding process, staff proposes cooperative
purchasing through the Houston - Galveston Area Council (HGAC).
The Houston- Galveston Area Council (HGAC) is a regional council of governments operating
within the laws of the State of Texas and governed by a board of elected officials. The HGAC
Board awards all contracts, which then are made available to local governments nationwide
through the HGAC Buy program.
Participation in the program is at no cost for local governmental entities. The local government
must submit an application for participation in the HGAC Buy program which in turn qualifies the
governmental entity for purchasing through the HGAC Buy program.
The HGAC Buy program is very similar to the Oklahoma State Bid program, but on a larger scale.
The HGAC uses mass circulation, print media, and internet services to post legal notices and bid
solicitations which satisfy public notice and formal competitive bid processes. All products
offered through the HGAC Buy program have been awarded by virtue of a public competitive
bid process.
Currently, there are no less than 91 government entities and /or public safety agencies within the
State of Oklahoma participating in the HGAC Buy program. Within the HGAC Ambulance
Apparatus category, there are 25 vendors /manufacturers of various types of ambulances listed.
Each of these vendors submit bids for various types of base or models of vehicles. Purchasers
determine which of the vendor's products and bid price meet their local needs. The purchaser
then works with the vendor to determine the necessary locally required operational items to be
included on the vehicle. A specification package is then produced and submitted to the HGAC
Buy program. A total apparatus cost is submitted by the vendor and the bid package is
facilitated by the HGAC Buy program.
Staff has previously consulted the City Attorney and a review of City purchasing ordinances has
been conducted. It has been determined that the HGAC Buy program meets the requirements
of the City of Owasso purchasing procedures.
COST:
Based upon the new Chevrolet chassis, module manufacturing, integrated equipment
installation, ambulance specifications, and prepay discounts, the purchase price of a new
ambulance is $ 328,884.78.
The new ambulance will have integrated equipment that has recently became available as
technology has evolved and equipment that has been up- fitted to existing ambulances within
the fleet. These items include: Plymovent exhaust tip, Liquid Spring suspension, Crossfire tire
pressure monitoring system, six -point safety harness seating positions, powered patient cot and
automatic loading system.
FUNDING:
The Ambulance Capital Budget balance and FY 2018 -2019 budget includes funding in the
amount of $300,000 for the purchase of a new ambulance with an additional $120,000
budgeted for new ambulance equipment. For efficiencies, some equipment items, such as the
patient loading system and cot will be included in the purchase price of the ambulance.
RECOMMENDATION:
Staff recommends City Council approval to purchase a new ambulance from Excellance
Manufacturing of Madison, Alabama, utilizing the Houston- Galveston Area Council (HGAC) of
governments Buy Program and authorization for payment in an amount not to exceed
$328,884.78.
sd
REAL People •REAL Character •REAL Communl(y
TO:
The Honorable Mayor and City Council
FROM:
David Hurst
Fire Chief
SUBJECT:
SAFER Grant
DATE:
September 14, 2018
PROPOSED ACTION:
Staff is proposing acceptance of the U.S. Department of Homeland Security, Staffing for
Adequate Fire and Emergency Response (SAFER) Grant award.
BACKGROUND:
Created by Congress in 2003, the SAFER Grant was created to provide funding directly to fire
departments to help them increase or maintain the number of trained, "front line" firefighters
available in their communities. The goal of SAFER is to enhance the local fire departments'
abilities to comply with staffing, emergency response and operational standards.
In 2011, the City Council approved a SAFER grant award for six (6) new Firefighter /Medics.
Staff began researching and gathering information in early 2017 in anticipation of submitting for
the 2018 SAFER Grant for Fire Station #4 staffing.
The 2018 Safer Grant application period opened in February 2018. Staff submitted the
application, requesting funding for twelve (12) Firefighter /Medics to the U.S. Department of
Homeland Security on April 23, 2018.
On August 24, 2018, notification of approval for the SAFER Grant was received from the U.S.
Department of Homeland Security, contingent upon City Council approval.
One of the central goals of SAFER is to better prepare fire departments for responding to
emergencies. To this end, the Owasso Fire Department's grant award will provide an increase of
four (4) Firefighter /Medics each shift day, providing the necessary staffing for Fire Station #4.
The increased staffing, along with the opening of the new station, will improve firefighter safety,
improve the effectiveness of emergency operations, and bring the fire department closer to the
preferred staffing levels. Additionally, the increased staffing will provide the fire department the
ability to respond a fourth engine company and /or ambulance crew out of Station #4,
decreasing response times and increasing the availability of emergency personnel and
equipment.
GRANT:
The SAFER Grant is a four (4) year grant and will commit the City to maintain current fire
department staffing levels as identified within the terms and conditions of the award. The
performance period of the grant is for three (3) years. During that time, the federal government
and City of Owasso will share the cost of the twelve Firefighter /Medics. The first -year cost share is
75% Federal funded 25% City funded, second -year 75% Federal funded 25% City funded, third -
year 35% Federal funded 65% City funded. The fourth -year, the City will incur 100% of the costs.
Cost Share Amounts
iarai $ 1,042,332 5 1,042,332 $ 1,042,332
$3,126,996
The initial annual cost of personnel is utilized as a basis for both the annual and total allocations.
To ensure the sustainment of grant funded personnel during and after the period of
performance, staff has conducted a cost analysis and is confident that necessary funding is
available.
RECOMMENDATION:
Staff recommends acceptance of the U.S.. Department of Homeland Security Staffing for
Adequate Fire and Emergency Response (SAFER) Grant award for the funding of an additional
twelve Firefighter /Medics; and, authorization to execute all necessary grant award documents.
ATTACHMENT:
SAFER Award Letter
First Year 75/25
Second Year 75/25
Third Year 35/65
Total
Federal Share
1 1781,749
1781,749
$ 364,817
1,928,315
City Share
260,583
$260,583
$677,515
$1,198,681
iarai $ 1,042,332 5 1,042,332 $ 1,042,332
$3,126,996
The initial annual cost of personnel is utilized as a basis for both the annual and total allocations.
To ensure the sustainment of grant funded personnel during and after the period of
performance, staff has conducted a cost analysis and is confident that necessary funding is
available.
RECOMMENDATION:
Staff recommends acceptance of the U.S.. Department of Homeland Security Staffing for
Adequate Fire and Emergency Response (SAFER) Grant award for the funding of an additional
twelve Firefighter /Medics; and, authorization to execute all necessary grant award documents.
ATTACHMENT:
SAFER Award Letter
Award Package
Mr.Mark Stuckey
Owasso Fire Department
200 South Main Street
Owasso, Oklahoma 74055 -4603
Re: Award No.EMW- 2017 -FH -00156
Dear Mr. Stuckey:
https: / /csen,ices. fenl a. gov /FeinaFireGranUfregranUjsp /fire _ admin /aw...
U.S. Department or Homeland Security
Washington, D.C. 20472
JvprAT.y!
s� �J
o{/�.va
Congratulations, on behalf of the Department of Homeland Security, your application for financial assistance
submitted under the Fiscal Year (FY) 2017 Staffing for Adequate Fire and Emergency Response (SAFER) Grant
has been approved in the amount of $3,126,996.00. As a condition of this award, you are required to contribute
a cost match in the amount of $1,198,681.00 of non - Federal funds. The Federal share is $1,928,315.00 of the
approved total project cost of $3,126,996.00.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance
of the award through the Assistance to Firefighters Grant Programs' a -grant system. By accepting this
award, you acknowledge that the terms of the following documents are incorporated into the terms of your
award:
• Summary Award Memo
• Agreement Articles (attached to this Award Letter)
• Obligating Document (attached to this Award Letter)
• FY 2017 Staffing for Adequate Fire and Emergency Response (SAFER) Grant Notice of Funding Opportunity
Please make sure you read, understand, and maintain a copy of these documents in your official file for this
award.
Prior to requesting Federal funds, all recipients are required to register in the System for Award
Management (SAM.gov). As the recipient, you must register and maintain current information in SAM.gov until
you submit the final financial report required under this award or receive the final payment, whichever is later.
This requires that the recipient review and update the information annually after the initial registration, and more
frequently for changes in your information. There is no charge to register in SAM.gov. Your registration must be
completed on -line at his: /Iwww.sam.gov /portal /public /SAM /. It is your entity's responsibility to have a valid
DUNS number at the time of registration.
In order to establish acceptance of the award and its terms, please follow these instructions:
Step 1: Please go to httos: / /portal.fema.gov to accept or decline your award. This will take you to the Assistance
to Firefighters eGrants system. Enter your User Name and Password as requested on the login sc een. Your
User Name and Password are the same as those used to complete the application on -line.
Once you are in the system, the Status page will be the first screen you see. On the right side of the Status
screen, you will see a column entitled Action. In this column, please select the View Award Package from the
drop down menu. Click Go to view your award package and indicate your acceptance or declination of award.
PLEASE NOTE: your recruitment period has begun. If you wish to accept your grant, you should do so
immediately. When you have finished, we recommend printing your award package for your records.
2 of 6 8124/2018, 7:34 AM
Award Package
https:// eservices. fema.gov /FemaFireGrant/firegmndjsp /fire admin/aw...
Step 2: If you accept your award, you will see a link on the left side of the screen that says "Update 1199A" in
the Action column. Click this link. This link will take you to the SF- 1199A, Direct Deposit Sign -up Form. Please
complete the SF -1199A on -line if you have not done so already. When you have finished, you must submit the
form electronically. Then, using the Print 1199A Button, print a copy and keep the original form in your grant files.
Once approved you will be able to request payments online. If you have any questions or concerns regarding
your 1199A, or the process to request your funds, please call (866) 274 -0960.
Sincerely,
Thomas George DiNanno
GPD Assistant Administrator
3 of 6 8124/2018, 7:34 AM
REAL Pvvplo • REAL CMnCUf •REAL Communlry
TO:
The Honorable Mayor and City Council
FROM:
David Hurst
Fire Chief
SUBJECT:
EMS Equipment Purchase
DATE:
September 14, 2018
PROPOSED ACTION:
Staff is proposing the purchase of three (3) X -Series heart monitor /defibrillators, one (1)
AutoPulse, one (1) portable ventilator, and fourteen (14) Automatic External Defibrillators (AEDs)
from the Zoll Corporation.
BACKGROUND:
In 2016, City Council approved the purchase of eight (8) Zoll X- Series heart monitor /defibrillators
to replace the aging inventory of monitor /defibrillators in service at that time. Along with
replacing the aging equipment, the purchase of Zoll monitor /defibrillators resulted in the fire
department using a single manufacturer for its critical care equipment. In many cases, this
technology is designed to interface or work in conjunction with one another to maximize clinical
effectiveness.
As the fire department expands its capacity to service the community through the addition of
Fire Station #4, the purchase of additional equipment is expected. While the new resources will
greatly improve service derivery, it is also the fire department's responsibility to ensure the
services currently provided are aligned with the highest clinical standards of the day. Staff has
identified the need to replace the AEDs currently in- service department wide, and to place an
AED on each staff vehicle that does not already have one; therefore, the purchase of fourteen
(14) AEDs is necessary to ensure the delivery of prompt, effective pre - hospital care.
PROPOSED EQUIPMENT:
Each ambulance and first -out engines are equipped with a heart monitor. The first -out engines
are equipped with heart monitors for the occasions that an Owasso ambulance is not available,
allowing the ability to respond an available fire apparatus to treat and monitor patients until a
transport ambulance can arrive. Staff is recommending purchasing a heart monitor for the first -
out aerial truck that will be assigned to Fire Station #4.
During EMS training, staff removes a heart monitor from one of the apparatuses to utilize during
training. If during the training exercise a call is received, the heart monitor is placed back in-
service and returned to the apparatus. This can cause potential delays in responding to calls.
Staff is recommending the purchase of an additional heart monitor for training and to also utilize
as a replacement while an in- service monitor is out for maintenance or malfunction issues.
AEDs, the fire department currently utilizes three (3) Physic, control AEDs, one in each of the
wildland vehicles, which have reached their serviceable life span. AEDs are significantly less
expensive than a heart monitor and are deployed in the event that an immediate cardioversion
is needed. Additionally, staff would like to increase this capability by placing an AED in each Fire
vehicle, that is not equipped with a heart monitor.
SAVVIK BUYING GROUP:
Staff has researched the purchasing options and has determined that purchasing this
equipment through the SAVVIK Buying Group is in the best interest of the City, in reducing the
overall cost and timelines. During staff's research in developing the timelines for the purchases, it
was realized, that purchasing all the equipment in one transaction supported greater
negotiating strength to receive a discounted cost below the listed bid price and below the
projected budgeted amounts.
The North Central EMS Corporation, dba Savvik Buying Group, is a Minnesota non - profit
corporation, based in St. Cloud, Minnesota. Savvik Buying Group's mission is to provide a
mechanism to achieve cost reductions for its members, which currently includes over 7,500 EMS
agencies in 50 states and several provinces. In collaboration with the North Central EMS Institute,
Savvik Buying Group creates specifications for EMS products and supplies, which Savvik Buying
Group uses to bid and write contracts.
Specifically, this process includes
1. At least 10 days before a bid submission deadline, Savvik Buying Group advertises the
request for bids (RFB). The notice states the basic facts regarding the RFB, including
where to obtain RFB documents.
2. Sealed bids must arrive at the Savvik Buying Group office on a specific date and time
selected by Savvik Buying Group in accordance with the 30 -day period after the first
publication in the local newspaper.
3. A public bid opening is conducted by Savvik Buying Group executive staff and Vendor
Workgroup board members.
4. A committee of Savvik Buying Group executive staff and Vendor Workgroup board
members reviews the bids and selects the lowest responsible and responsive bids for
presentation to the Savvik Buying Group board. The Savvik Buying Group strives to
provide its members with quality products and services at the industry's best prices.
5. The bid review committee recommends one or more bids for approval.
6. The Savvik Buying Group board selects one or more vendors and issues a contract(s).
The City of Owasso's participation in the program is through our membership benefits of the
Oklahoma EMT Association.
All products offered through the SAVVIK Buying Group have been awarded by virtue of a public
competitive bid process.
Staff has consulted with the City Attorney, reviewed City Ordinance Section 7 -105.6 and
determined that the SAVVIK Buying Group meets the requirements of the City of Owasso's
purchasing procedures.
FUNDING:
Staff budgeted approximately $206,000 for the equipment purchase. By using the SAVVIK
Buying Group, the total purchase price for the equipment would be $152,246.60. Additional cost
reductions include the trade -in value for current equipment of $3,950.00, and a discount from
Zoll of $2,965.93, which brings the final cost to $145,330.67.
Funding for this equipment was included in the FY2018 -2019 Budget
RECOMMENDATION:
Staff recommends approval of the purchase of and payment for three (3) Zoll X -Series heart
monitors, one (1) Zoll AutoPulse, one (1) Zoll portable ventilator and fourteen (14) Zoll AEDs in the
amount not to exceed $145,330.67 from Zoll Medical Corporation, utilizing the SAVVIK Buying
Group Program, AED Contract #2015-011.
ATTACHMENT:
Zoll Pricing Sheet
ZOLL.
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkellev(Mcitvofowasso.com
Tel: 918-272 -5253
ZOLL Medical Corporation
Worldwide HeadQuarters
269 MITI Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERAL ID #: 04- 2711626
QUOTATION 282753 V:1
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODELNUMBER
DESCRIPTION
CITY.
UNIT PRICE
DISC PRICE
TOTAL PRICE
1
601 - 2241011 -01
XSeries 0 Manual Monitor/Delibrillator $14,995
3
$42,375.00
$33,052.50
$99,157.50
with 4 trace Vi -mode display monitor/ defibrillatorl
printer,
comes with Real CPR Help®, advisory algorithm,
advanced communications package (Wi -Fi, Bluetooth,
USB cellular modem capable) USB data transfer
capable and large 6.5 "(16.5cm) diagonal screen,
full 12 ECG lead view with both dynamic and state
12 -lead made display.
Acosssodes Included;
• MFC Cable
• MFC CPR connector
• A/C power adapter/ battery charger
• A/C power Cord
• One (1) roll printer paper
• 6.6 Ah U -ion battery
• Carry Case
• Declaration of Conformity
• Operator's Manual
• Quick Reference Guide
• One (1 )-year EMS warranty
Advanced Options:
Real CPR Help Expansion Pads $ 995
CPR Dashboard quantitive depth and rate in real
time, release indicator, interruption
timer, perfusion performance indicator (PPI)
• See - Thm CPR artifact filtering
ZOLL Nonlmashre Pacing Technology. $2,550
••• • „a• e.,�.•U -1-F, — --Fllm nePreaen.auva nova negomoea ana execureu overnamg terms
and conditions ( "Overriding Ts a C's "), those terms and conditions "old apply to this quotation. In all other cases,
this quote is made subject to ZOLL's Standard Commercial Terms and Conditions ( "ZOLL Ts a C's ") which accompany
this quote. Except in the case of ovemding rs and C's, any Purchase Order ( "Po ") Issued In response to this
quotation will be deemed to Incorporate ZOLL Ts a C's, and any other terms and conditions shall have no force or
effect except to the extent agreed in writing by ZOLL
1. DELIVERY WILL BE MADE 60 -90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30 2018.
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978-421 -0015
OR EMAIL TO ESALES @ZOLL.COM.
5. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 1 of 7
Cameron Reimer
EMS Territory Manager
800- 242 - 9150, x9519
ZOLL,
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkellev(rDcitvofowasso.com
Tel: 918 -272 -5253
WILL Medical Corporation
Worldwide HeadQuarters
269 Mill Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERAL ID #: 04- 2711626
QUOTATION 282753 VA
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODELNUMBER
DESCRIPTION
CITY.
UNIT PRICE
DISC PRICE
TOTAL PRICE
Maslmo Pulse Oximetry
SP02, SpCO & SpMet $6,895
• Signal Extraction Technology (SET)
• Rainbow SET ( for SpCO & SpMet)
NIBP Welch Allyn Includes: $3,495
• Smartcuff 10 foot Dual Lumen hose
• SureSP Reusable Adult Medium Cuff
End Tidal Carbon Dlmdde monitoring (ETCO2)
Oddlon Microstream Technology: $4,995
Order required Microstream tubing sets separately
Interpretative 12- Lead ECG: $8,450
• 12 -Lead one step ECG cable - includes 4 -Lead
limb lead cable and
removable precordial 6- Lead set
2
8000-0580-01
Sbc hour rechargeable Smart battery
6
$495.00
$371.25
$2,227.50
3
8000 -0341
SpO21SpCO1SpMet Rainbow Resuable Patient
3
$245.00
$180.00
$540.00
Cable: Connects to Single Use Sensors (4 ft)
L 000 371
SpO21SpCOlSpMet Rainbow DCl Adult Reusable
3
$845.00
$396.00
$1,188.00
Sensor with connector (3 H)
61. . c , or ...aners represenunYe nave negOnatea ana executea oveffiding terms
and conditions ( "Overriding Ts & C's "), those terns and conditions would apply to this quotation. In all other cases,
this quote Is made subject to ZOLL's Standard Commercial Terms and Conditions ( "ZOLL T's & C's ") which accompany
this quote. Except in the case of overriding Ts and C's, any Purchase Order f "PO ") issued In response to this
quotation will be deemed to incorporate ZOLL Ts & C's, and any other terms and conditions shall have no force or
effect except to the extent agreed In writing by ZOLL.
1. DELIVERY WILL BE MADE 60 -90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30 2018
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978421 -0015
OR EMAIL TO ESALES ZOLL.COM.
6. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 2 of 7
Cameron Reimer
EMS Territory Manager
800 - 242 - 9150,x9519
ZOLL.
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkellev&dcilvofowasso.com
Tel: 918-272 -5253
ZOLL Medical Corporation
Worldwide HeadQuarters
269 Mill Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERAL ID #: 04- 2711626
QUOTATION 282753 VA
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODEL NUMBER
DESCRIPTION
city.
UNIT PRICE
DISC PRICE
TOTAL PRICE
5
8200-000100-01
Single Bay Charger for the SurePower and
3
$945.00
$708.75
$2,126.25
SurePower II batteries.
6
8000 -0895
Cuff 10t with Welch Allyn Small Adult, Large Adult and
3
$157.50
$129.15
$387.45
Thigh Cuffs
7
20100000101011010
AED Plus with Graphical Cover. Includes: LCD screen
14
$1,995.00
$1,356.60
$18,992.40
showing voice prompt messages, device advisory
messages, elapsed time, shock count and chest
compression bar. Supplied with Public Safety PASS
Cover, Softcase, Operator's Guide and (5) five year
limited warranty.
8
8000-0807-01
Type 123 Lithium Batteries, quantity of ten (10) with
14
$75.00
$56.25
$787.50
storage sleeve
9
8900 -0402
CPR stat-padz HVP Multi - Function CPR Electrodes -1
14
$75.00
$56.25
$787.50
pair
10
8900- 0810 -01
pedipadz® H Pediatric Muld- Function Electrodes-
14
$95.00
$71.25
$997.50
Designed for use with the AED Plus. The AED recognizes
when pedi•padz II are connected and automatically
proceeds with a pediatric ECG and adjusts energy to
pediatric levels. Twenty four (24) month shelf -life. One
pair.
_ er nepresencanve nave negonatea anti executed ovemomng terns
and condi0ons ( "Overriding Ts & C's" ), those terms and conditions would apply to this quotation. In all other cases,
this quote is made subject to ZOLL's Standard Commercial Terms and Contlitions ( "ZOLL Ts & C's ") which accompany
this quote. Except in the case of overriding Ts and C's, any Purchase Order ( "PO ") issued in response to this
quotation will be deemed to Incorporate ZOLL Ts & C's, and any other terms and conditions shall have no force or
effect except to the extent agreed in writing by ZOLL.
1. DELIVERY WILL BE MADE 60 -90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30 2018.
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978 -421 -0015
OR EMAIL TO ESALES @ZOLL.COM.
6. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 3 of 7
Cameron Reimer
EMS Territory Manager
800 - 242 -9150, x9519
ZOLL.
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkellevacltvofowasso.com
Tel: 918 - 2725253
ZOLL Medical Corporation
Worldwide HeadQuarters
269 MITI Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERALID *: 04- 2711626
QUOTATION 282763 V:1
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODELNUMBER
DESCRIPTION
OTY.
UNITPRICE
DISC PRICE
TOTAL PRICE
11
8700-0730-01
AutoPulsoO System with Pass Thru - Generates
1
$10,995.00
$10,995.00
$10,995.00
consistent and uninterrupted chest Compressions, offering
improved blood flow during cardiac arrest Includes
Backboard, User Guide, Quick Reference Guide, Shoulder
Restraints, Backboard Cable Ties, Head Immobilizer, Grip
Strips, In -service Training DVD, and one year warranty.
12
8700- 0706 -01
LlfeBand 6 3 pack - Single -use chest compression band.
2
$375.00
$375.00
$750.00
(3 per package)
13
8700 - 0752 -01
AUtOPUIse®Li -Ion Battery - for use with the AutoPulse
3
$825.00
$825.00
$2,475.00
Platform.
14
8700 - 0753 -01
Autopulse SurePower Charger, U.S. Tests, Charges and
1
$2,295.00
No Charge
No Charge '
automatically verifies battery charge level. Includes User
Guide and U.S Power Cord.
Standard one (1) year warranty.
15
8700 - 000850 -40
Autopulse® Quick Case ,Blue - Alknane carrying case
1
$495.00
No Charge
No Charge
and patient moving sheet for the Autopulse Resuscitation
System.
ai wLL ana wseomen or wswmers mepresentauve nave negotiated and executed overriding terms
and conditions ( "Overriding Ts a C's "), those terms and conditions would apply to this quotation. In all other cases,
this quote is made subject to ZOLL's Standard Commercial Terms and Conditions ( "ZOLL Ts a C's ") which accompany
this quote. Except in the case of overriding T's and C's, any Purchase Order ( "PO ") issued in response to this
quotation will be deemed to Incorporate ZOLL Ts a C's, and any other terms and conditions shall have no force or
effect except to the extent agreed in writing by ZOLL.
1. DELIVERY WILL BE MADE 60 -90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30, 201 B.
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978- 421 -0015
OR EMAIL TO ESALES@ZOLL.COM.
6. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 4 of 7
Cameron Reimer
EMS Territory Manager
800- 242 - 9150, x9519
ZOLL,
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkelleV(a)citvofowasso.com
Tel: 918 -272 -5253
ZOLL Medical Corporation
Worldwide HeadQuarters
269 MITI Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERAL ID #: 04- 2711626
QUOTATION 282753 V:1
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODELNUMBER
DESCRIPTION
OTY.
UNIT PRICE
DISC PRICE
TOTAL PRICE
16
800- AEV1 -00 -01
Model AEV PORTABLE VENTILATOR, 731 SERIES
1
$11,995.00
$8,500.00
$8,500.00
Unit Consisting of:
lea -AC Power Supply with Line Cord
lea -High- Pressure Oxygen Hose
lea- AdulUPedi Disposable Wye Circuit
tea- Infant Disposable Wye Circuit
lea - Padded Case with Accessory Pouch
1 ea- Universal Mask Harness
1 ea- Infant, Child, Adult Size CPAP Mask
tea - Filter, Air Intake
2ea- Filter, Disc Air Intake
tea - CD, Operators Manual
1 ea - CD, Manual, EMV +
1 ea- Quick Reference Guide, Laminated
17
SC- 731 -PM-5Y
SYearPMContrsct
1
$2,335.00
$2,335.00
$2,335.00
18
7800 -0312
LlfePak 12 Blphaslc wlPacing, 12 lead +3 parameters
1
($3,000.00)
($3,000.00) `
or more Trade -In
19
7800 -9910
Physio LifePak 12 AC Trade -In
2
($250.00)
($500.00)
u am , < wswmers nepresentauve nave negotiated and execurep overdoing terms
and conditions ( "Overriding Ts & C's "), those terms and conditions would apply to this quotation. In all other cases,
this quote Is made subject to ZOLL's Standard Commercial Terms and Conditions ( "ZOLL T's & C's ") which accompany
this quote. Except in the case of overrid Ing T's and C's, any Purchase Order ("PO") issued in response to this
quotation will be deemed to Incorporate ZOLL Ts & C's, and any other terms and conditions shall have no force or
effect except to the extent ag read In writing by ZOLL
1. DELIVERY WILL BE MADE 60 -90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30. 2018.
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978421 -0018
OR EMAIL TO ESALES(ZOLL.COM.
6. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 5 of 7
Cameron Reimer
EMS Territory Manager
800 - 242 - 9150,x9519
ZOLL.
TO: Owasso Fire Department
8901 Garnett Road
Owasso, OK 74055
Attn: Bruce Kelley
email: bkellev(dcitvofowasso.com
Tel: 918-272 -5253
ZOLL Medical Corporation
Worldwide HeadQuarters
269 Mill Rd
Chelmsford, Massachusetts 01824 -4105
(978) 421 -9655 Main
(800) 348 -9011
(978) 421 -0015 Customer Support
FEDERAL ID #: 04- 2711626
QUOTATION 282753 V:1
DATE: August 10, 2018
TERMS: Net 30 Days
FOB: Shipping Point
FREIGHT: Prepay and Add
ITEM
MODEL NUMBER
DESCRIPTION
QTY.
UNIT PRICE
DISC PRICE
TOTAL PRICE
20
7800-9923
Physlo L1fePak SOOBI Trade-In
3
($150.00)
($450.00) `
22
ZOLL Package Discount
($2,965.93)
*Reflects Savv(k Buying Croup AED Contact#
2015 -0011.
"Reflects Discount Pricing.
— Reflects Promotional Pricing valid until September 30,
2018.
""Trade -In Value valid if all equipment purchased is in
good operational and cosmetic condition, and
Includes all standard accessories.
Customer assumes responsibility for
shipping trade -in equipment to ZOLL Chelmsford
within 60 days of receipt of new equipment. Customer
agrees to pay cash value for trade -in equipment not
shipped to ZOLL on a timely basis.
*-'Trade value . guaranteed only through September 30,
2018.
To the extent that ZOLL and Customer, or Customer's Representative have negotiated and executed overriding terms
TOTAL
and conditions ( "Overriding Ts 8 C's "), those terms and conditions would apply to this quotation.ln all other cases,
$145,330.67
th is quote is made subject to ZOLL's Standard Commercial Terms and Conditions ( "ZOLL T's 8 C's ") which accompany
this quote. Except in the case of overriding T's and C's, any Purchase Order ( "PO ") issued in response to this
quotation will be deemed to incorporate ZOLL Ts 8 C's, and any other terms and conditions shall have no force or
effect except to the extent ag mod in writing by ZOLL.
1. DELIVERY WILL BE MADE 60-90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER.
2. PRICES QUOTED ARE VALID UNTIL SEPTEMBER 30. 2018
3. APPLICABLE TAX WILL BE ADDED AT THE TIME OF INVOICING.
4. ALL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTABLE BY ZOLL.
5. FAX PURCHASE ORDER AND QUOTATION TO ZOLL CUSTOMER SUPPORT AT 978421 -0015
OR EMAIL TO ESALES(ZOLL.COM.
6. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS.
7. PLACE YOUR ACCESSORY ORDERS ONLINE BY VISITING www.zollwebstore.com.
Page 6 of 7
Cameron Reimer
EMS Territory Manager
800- 242 - 9150,x9519
ZOLL QUOTATION GENERAL TERMS & CONDITIONS
1. ACCEPTANCE. This Quosumn constitutes an offer by ZOLL Medical Corporation to sell to he
Customer the equipment (nnlufing a license to use certain software) listed In this Quotation and
described In the specifications either attached to or referred to in this Quotation (hereinafter retained to
as Equipment). Any acceptance of such offer is expressly limited o the terms of MIS Comecon, including
these General Terms and Conditions. Acceptance shall be so limited to this QwNbon noMithsonding ()
any wnfiidlng written or oral representations made by ZOLL Medcal Corporation or any agent or
employee of ZOLL Medical Corporation or (li) meld or acknowledgement by MILL Medical Corporation
of any pureness order, specification, or other document Issued by the Customer. Any such document
shall be wholly inapplicable to any sale made pursuant to Nis Quooton, and shall rot be binding in any
way on ZOLL Medical Corporation.
Acceptance of this Quotation by the Customer shall create an agreement between ZOLL Medical
Corporation and the Customer (hereinafter referred to as the 'Contract' he terms and condition of
which are expressly limited IS the provisions of this Quotation inducing these Terms and Conditions. No
waiver change or modification of any of the provisions of this Quotation or the Contract shall be binding
on ZOLL Medical Corporation unless such waiver, change or modification (1) Is mace In writing III)
expressly soles that it is a waiver, change or modification of this Quotation or the Conrad and (ul) is
signed by an authorized representative of ZOLL Medical Corporation.
2. DELIVERY AND RISK OF LOSS. Unless otherwise stated, all deliveries shall be F.O.B. MILL
Medical Corporation's facility. Risk of loss or damage to the Equipment shag pass to the Customer upon
delivery of the Equipment to the tamer.
3. TERMS OF PAYMENT. Unless oherrrise stated in its Quotation payment by Customer is due thirty
(30) days after the SNP data appearing on ZOLL Medical Copontion Invoice. Any amounts payable
hereunder which remain unpaid after the dale shall be subject to a late charge equal to 1.5% per month
from the due date until such amount is paid.
4. CREDIT APPROVAL All shipments and deliveries shall at all times be subject IS the approval of
credit by ZOLL Medical Corporator. ZOLL Medcai Corporation may at any time datline to make any
Shipment or delivery except upon meld of payment or secod y or upon terns regarding credit or
security satisfaclory to MILL Madral Corpomfion.
5. TAXES & FEES. The pricing quoted In fts Quotation do not include sales use, excise, or other similar
Wes or any duties or customs charges, or any order processing teas. The Customer shall pay in
addition for the prices quoted he amount of any present or future sales, excise or other similar tax or
customs duty or charge applicable to the sale or use at he Equipment mid hereunder (except any tax
based on the net income m ZOLL Medical Corporation), and any order processing fees that ZOLL may
apply from time to time. In lieu thereof me Customer may provide ZOLL Medical Corporation with a tax
exemption certificate acceptable o the losing authorities.
6. WARRANTY. (a) ZOLL Medical Corporation warrants o the Customer that from the eamerof the date
of installation or thirty (30) days after the data of shipment from ZOLL Medical Corporation's facility, the
Equipment (other man accessories and electrodes) will be free from defects In material and workmanship
under normal use and service for he period noted on the reverse side. Accessories and electrodes shall
be warmnled for ninety (90) days from the data of shipment During such period ZOLL Medical
Corporation will at no charge to the Customer either repair or replaw (at ZOLL Medical Corporation's
sole option) any part of the Equipment found by ZOLL Medical Corporation to be defective in material or
workmanship. If ZOLL Medical Corporation's inspection detects no defects in maoriai or workmanship,
ZOLL Medical Corporation's regular somiw charges shall apply. (b) ZOLL Medical Corporation shall not
be responsible for any Equipment dated failure of the Equipment to perform any specified function, or
any other nonconformance of the Equipment mused by or albibuoble to (i) any modification of the
Equipment by he Customer, unless such modification is made with the prior written approval of MILL
Medml Corporation: gi) he use at the Equipment with any associated or wmplemenory equipment
accessory or software not speclfied by ZOLL Medical Corporation, or (ill) any misuse or abuse of he
Equipment (h) exposure of Me Equipment o conditions beyond he erwho men e. power or operating
constraints specified by ZOLL Medical Corporation. or (v) installation or wiring d the Equipment other
Man in accordance with ZOLL Medical Corporator's instructions. (c) Warranty does not cover items
Subject IS normal wear and burnout during use, including but not limited to lamps, fuses, befterlm, cables
and accessories. (d) The foregoing warranty does not apply to software induced as part of he
Equipment pncluding sohvare embodied in readanly memory known as'firmsem'). (e) The foregoing
warranty constitutes the exclusive remedy of he Customer and he exclusive liability of ZOLL Medical
Corporation for any breach of any warranty related to he Equipment supplied hereunder. THE
WARRANTY SET FORTH HEREIN 15 EXCLUSIVE AND ZOLL MEDICAL CORPORATION
EXPRESSLY DISCLAIMS ALL OTHER WARRANTIES WHETHER WRITTEN, ORAL, IMPLIED, OR
STATUTORY, INCLUDING BUT NOT LIMITED TO ANY WARRANTIES OF MERCHANTABILITY OR
FITNESS FOR A PARTICULAR PURPOSE.
T. SOFTWARE LICENSE (a) All software (the Software which term shall include firmware) included as
part of the Equipment is licensed to Customer pursuant to a nonexclusive limited Jimmie on the terms
herenaften set forth, (b) Customer may not copy, distribute, modify, translate or adapt the Software, and
may not disassemble or raveree compile the Software, or Seek in any manner to discover, disclose or
we any proprietary algorithms, techniques or other confidential information contained therein, (c) All
rights In the Software remain the product at ZOLL Medical Corporation, and Customer shall have no right
or Interest therein except as expressly provided herein. (d) Customers right to use the Software may be
terminated by ZOLL Medical Corporation in the event of any failure to comply with terms of cols
quotation, (e) Customer may transfer he license cononed hereby only in connection with a bander of
be Equipment and may not retain any copies of the Software following such transfer. (g ZOLL Medical
Corporation warrants get the read-only memory or other media on which the Software is recorded will be
free from defects in materials and workmanship for he period and on tens Set form in section 6. (g)
Customer understands that the Software is a complex and sophisticated software product and no
assurance can be given that operation of the Software will be uninterrupted or ertorfree, or that he
Software will meet Customers requirements. Except as set forth in section 7(f), ZOLL MEDICAL
CORPORATION MAKES NO REPRESENTATIONS OR WARRANTIES MATH RESPECT TO THE
SOFTWARE AND IN PARTICULAR DISCLAIMS ANY IMPLIED WARRANTIES OR
MERCHANTABILITY OR FITNESS OF A PARTICULAR PURPOSE WITH RESPECT THERETO.
Customers exclusive remedy for any breach of warranty or dated relating to the Software shall be he
repair or replacement of any defective mad-only memory or other media so that 11 comedy reproduces
Me Software. This License applies only to ZOLL Medical Corporation Software.
8. DELAYS IN DELIVERY. ZOLL Medical Corporation shall not be liable for any delay in he delivery of
any part of the Equipment if such delay is tlw IS any muse beyond the control of he ZOLL Medical
Corporation Inducing, but nnl limited to ads of God, fires, epidemics, floods, dots, wars, sabotage, labor
disputes, governmental actions, inability to obtain materials, components, manufacturing facilities or
transponallon or any other muse beyond the conmol of ZOLL Medical Corporation. In addition ZOLL
Medical Corparation shall not be liable for any delay in delivery mused by failure of he Customer to
provide any necessary information In a timely manner. In the event of any such delay, he date of
shipment or performance hereunder shall be extended to he period equal to the time lost by reason of
such delay. In the event of such delay MILL Medical Corporation may allocate available Equipment
among its Customers on any reasonable and equ iNs basis. The delivery dates set forth in this
Quotation are approximate only and MILL Medical Corporation shall wt be liable for or shall he
Contract be breached by, any delivery by ZOLL Medical Corporation within a reasonable time after such
dates.
9. LIMITATIONS OF LIABILITY. IN NO EVENT SHALL ZOLL MEDICAL CORPORATION BE LIABLE
FOR INDIRECT SPECIAL OR CONSEQUENTIAL DAMAGES RESULTING FROM ZOLL MEDICAL
CORPORATIONS PERFORMANCE OR FAILURE TO PERFORM PURSUANT TO THIS QUOTATION
OR THE CONTRACT OR THE FURNISHING, PERFORMANCE, OR USE OF ANY EQUIPMENT OR
SOFTWARE SOLD HERETO, WHETHER DUE TO A BREACH OF CONTRACT, BREACH OF
WARRANTY, THE NEGLIGENCE OFZOLL MEDICAL CORPORATION OR OTHERWISE.
10. PATENT INDEMNITY. ZOLL Medical Corporation shall at Its own expense defend any still that may
be Instituted against the Customer for alleged infringement d any United Slates patents or copyrights
related to the parlor d the Equipment or the Software manufactured by ZOLL Medical Corporation,
Provided that (i) such alleged Infringement consists only in the use of such Equipment or the Software by
itseff and not as a part of or in combination with any other devices or parts, (ti) the Customer gives ZOLL
Medical Corporator, Immediate notice in writing of any such sult and Permits ZOLL Medml Corporation
through counsel of Its choice, to answer the charge of Infringement and defend such sult, and (i l) the
Customer gives ZOLL Medical Corporation all requested information. assisMnce and authority at ZOLL
Medical Corporation's expense, to enable ZOLL Medical Corporation to defend such suit.
In the case of a final aware of damages for inringement in any such suit ZOLL Medical Corporation will
pay such award, but it shall cwt be responsible for any settement made without its written consent
Section 10 slates ZOLL Medical Carporelion s total responsibility and Ilabili y's, and the Customers sole
remedy for any actual or alleged infringement of any paten by the Equipment or the Software or any part
thereof provided hereunder. In no event shall ZOLL Medical Corporation be liable or any indirect,
special, or consequential damages resulting from any such infringement.
11. CLAIMS FOR SHORTAGE. Each shipment of Equipment shag be prompty examined by the
Customer upon receipt thereof. The Customer shall inform ZOLL Medical Corporation of any shortage In
any shipment within ten (10) days of receipt of Equipment If no such shortage is reported within ten (10)
day period, the shipment shall be conclusively deemed to have been compete.
12. RETURNS AND CANCELLATION. (a) The Customer shall obtain authorization from ZOLL Medical
Corporation prior to reaming any of the Equipment (b) The Customer meaves authorization from ZOLL
Medical Corporelion to return a product or credit, the Customer shall be subject to a restoddng charge
of twenty percent (20 %) of the original list purchase price, but not less man S50.00 per product (c) Any
such change in delivery caused by he Customer that causes a delivery date greater than six (6) months
from the Customers original order date shall cons efie a new order for the affected Equipment In
determining the appropriate list price.
13. APPLICABLE LAW. This Quotation and the Conrad shall be governed by the substantive laws of
the Commonwealth of Massachusetts without regard to any choice of lax provisions thereof.
14. COMPLIANCE WITH LAWS. (a) ZOLL Medical Corporation represents mat all goods and services
delivered pursuant to the Conrad will be produced and supplied in compliance with all applicable state
and federal laws and regulations, including the requirements of the Fair Labor Standards Ad of 1938, as
amended. (b) The Customer shall he responsible for compliance with any federal, state and local laws
and regulations applicable to he installation or use of the Equipment furnished hereunder, and will obtain
any permits required for such installation and use.
15. NON- WAIVER OF DEFAULT. In the event of any default by he Customer, ZOLL Misdeal
Corporation may dedine o make further shipments or render any further warranty or direr services
without in any way affecting its right under such order. If despile any default by Customer, ZOLL Medical
Corporation elects to continue to make shipments its action shat M constitute a waiver of any default by
Me Customer or In any way affed ZOLL Medical Corporations legal remedies regarding any such
default. No claim or right ansing out of a breach of he Agreement by he Customer can be discharged in
whole or in part by waiver or renunciation of the claim or right unless the waiver or renunciation Is
supported by consideration and Is in writing signed by ZOLL Medical Corporation,
16. ASSIGNMENT. This Quotation, and he Contract, may not be assigned by the Customer without the
prior written consent of ZOLL Medical Corporation, and any assignment without such consent shall be
null and void.
17. TITLE TO PRODUCTS. Title to right of possession of the products cold hereunder shall remain with
ZOLL Medea] Corporation unfit ZOLL Medical Corporation delivers the Equipment to he carder and
agrees to do all ads necessary to perfect and maintain such right and due in ZOLL Medical Corporation.
Failure of the Customer to pay the purchase prim or any product when due shall give ZOLL Medical
Coporetion the right without liability to repossess the Equipment, with or without notice, and to evall
Itself of any remedy provided by law.
18. EQUAL EMPLOYMENT OPPORTUNITY I AFFIRMATIVE ACTION.
VETERANS EMPLOYMENT - If this order Is subject to Executive Order 11710 and he
rules, regulations, or orders of the Secretary of Labor Issued thereunder he contract pause as set font
at 41 CM 60.250.4 Is hereby Included as pan of this order.
EMPLOYMENT OF HANDICAPPED - 0 this order is subjed to Section 503 of he
Rehabilitation Ad of 1973, as amended and the rules, regulations or orders of tha Secretary of Labor as
Issued thereunder, the conned cause at 41 CFR 60 -741.7 is hereby included as pan of this order.
EQUAL OPPORTUNITY EMPLOYMENT - if this order Is subject to the provisions of
Executive Order 11246, as amended. and the rules, regulations or orders of the Secretary of Labor
Issued thereunder, the contract dame set forth at 41 CFR 61 (a) and 60-1.4 (b) are hereby Included
as a part of his order and Seller agrees to comply with the reporting requirements set forth at 41 CFR
60-1.7 and he altrmative action compliance program requirements set oho as 41 CM W -1.40.
19. VALIDITY OF QUOTATION. This Quotation shall W vald and subject to acceponw by he
Customer, in accordance with the terms of Section 1 hereof for the period set forth on he law hared.
After such Period, the ameptence of this Quotation Shall not be binding upon ZOLL Medical Corporation
and shall not create a coned, unless such acceptance is acknowledged and accepted by ZOLL Medical
Corporation by a wring signed by an au a rired representative Of ZOLL Medical Corporation.
20. GENERAL Any Contract resulting from this Quotation shall be governed by antl Interpreted in
accordance with the laws of the Commonwealth of Massachmets. TN. eonshules the entire
agreement between Buyer and Supplier with respect to the purchase and sale of the Products described
in me few hereof, and only representations or statements contained herein shall be binding upon
Supplier as a warranty or otherwise. Acceptance or acquiescence in he course of Performance
rendered pursuant hereto shag not be relevant to determine the meaning of this writing even though the
accepting or acquiescing party has knowledge of the nature of he performance and opportunity or
objection. No addition to or modification of any of the terms and condbons speed herein shall W
binding upon Supplier unless made in Singing and signed by a duly aulhorired representative of Supplier.
The tens and conditions specified Shall prevail notwithstanding any variance from he terms and
conditions of any order or other o= submitted by Buyer for the Products set font on the face of this
Agreement To the extent that this writing may be Treated as an aweptance of Buyers prior offer, such
acceptance is expressly made conditional on assent by Buyer to he terms hereof, and, wihout limitation,
acceptance of the goods by Buyer to he tenths hered, and. without limitation, aomplence of the goods
by Buyer shall constitute such assent. All cancellations and reschedules require a minimum of thirty (30)
days notice.
Page 7 of ZOLL Medical Corporation
CITY OF OWASSO
GENERALFUND
PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 09101/18
Department Payroll Expenses Total Expenses
105
Municipal Court
5,000.85
7,775.54
110
Managerial
19,757.65
28,008.86
120
Finance
17,686.78
25,976.99
130
Human Resources
6,859.02
10,357.29
160
Community Development
18,110.28
28,642.94
170
Engineering
18,281.90
27,812.11
175
Information Systems
14,528.05
22,217.30
181
Support Services
8,837.78
13,046.75
190
Cemetery
2,300.73
3,129.79
201
Police Grant Overtime
2,499.96
2,533.00
215
Central Dispatch
23,358.96
40,615.59
221
Animal Control
3,976.35
5,884.17
280
Emergency Preparedness
2,168.26
3,450.87
370
Stormwater /ROW Maint.
13,028.35
17,113.09
515
Park Maintenance
6,936.28
11,310.74
520
Culture /Recreation
7,967.34
12,627.78
550
Community- Senior Center
4,289.32
6,034.00
580
Historical Museum
664.40
746.78
710
Economic Development
3,562.55
5,393.17
General Fund Total
179,814.81
272,676.76
185 Garage Fund Total 7,359.72 11 416.44
255 Ambulance Fund Total 553.85 622.53
250 Fire Fund 37 Total 189,661.29 272,114.96
201 Police Fund 38 Total 163,902.17 244,423.98
300 Streets Fund 39 Total 15,068.03 25,312.93
370 Stormwater Fund 27 Total 2,139.51 3,327.70
150 Worker's Compensation Total
720 Strong Neighborhoods Total 3,891.76 5,723.96
CITY OF OWASSO
HEALTHCARE SELF INSURANCE FUND
CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 9113118
VENDOR DESCRIPTION
AETNA HEALTHCARE MEDICAL SERVICE
HEALTHCARE MEDICAL SERVICE
HEALTHCARE MEDICAL SERVICE
HEALTHCARE MEDICAL SERVICE
HEALTHCARE DEPT TOTAL
DELTA DENTAL DENTAL MEDICAL SERVICE
DENTAL MEDICAL SERVICE
ADMIN FEES
DENTAL DEPT TOTAL
HEALTHCARE SELF INSURANCE FUND TOTAL
AMOUNT
34,061.20
77,476.97
20,232.83
31,977.01
163,748.01
3,357.50
2,996.32
2,561.76
8,915.58
172,663.59
CITY OF OWASSO
GENERAL FUND & HALF -PENNY SALES TAX
FISCAL YEAR 2017 -2018
Budgetary Basis
Statement of Revenues & Expenditures
As of August 31, 2018
EXPENDITURES:
Personal services
Materials & supplies
Other services
Capital outlay
TOTAL EXPENDITURES
REVENUES OVER EXPENDITURES
TRANSFERS IN (OUT):
Transfers in - Sales Tax
Transfers out - RAN Financing
Transfers out
TOTAL TRANSFERS
NET INCOME (LOSS)
ENCUMBRANCES OUTSTANDING
$ (1,451,119)
(70,293)
(189,825)
(260,985)
$ (1,972,223)
$ 1,102,562
$ (2,961,528)
(94,342)
(287,422)
(264,645)
$ (3,607,937)
$ 2,485,032
$ (20,797,767)
(1,197,689)
(2,442,668)
(1,347,885)
$ (25,786,009)
$ 9,746,542
$ 1,435,111 $ 2,908,204 $ 16,751,714
(2,160,329) (4,378,725) (26,058,380)
$ (725,218) $ (1,470,521) $ (9,306,666)
$ 377,345 $ 1,014,511 $ 439,876
$ (952,602)
FUND BALANCE (Budgetary Basis)
Beginning Balance 5,801,963 5,801,963
Ending Balance $ 5,863,872 $ 6,241,839
14.24%
7.88%
11.77%
19.63%
13.99%
17.36%
0.00%
16.80%
15.80%
MONTH
YEAR
PERCENT
TO -DATE
TO -DATE
BUDGET
OF BUDGET
REVENUES:
Taxes
$ 2,812,940
$ 5,577,968
$ 32,326,100
17.26%
Licenses & permits
16,125
38,129
239,835
15.90%
Intergovernmental
53,524
165,835
1,589,398
10.43%
Charges for services
82,820
143,603
738,260
19.45%
Fines & forfeits
48,450
89,465
486,550
18.39%
Other
60,925
77,970
152,408
51.16%
TOTAL REVENUES
$ 3,074,785
$ 6,092,969
$ 35,532,551
17.15%
EXPENDITURES:
Personal services
Materials & supplies
Other services
Capital outlay
TOTAL EXPENDITURES
REVENUES OVER EXPENDITURES
TRANSFERS IN (OUT):
Transfers in - Sales Tax
Transfers out - RAN Financing
Transfers out
TOTAL TRANSFERS
NET INCOME (LOSS)
ENCUMBRANCES OUTSTANDING
$ (1,451,119)
(70,293)
(189,825)
(260,985)
$ (1,972,223)
$ 1,102,562
$ (2,961,528)
(94,342)
(287,422)
(264,645)
$ (3,607,937)
$ 2,485,032
$ (20,797,767)
(1,197,689)
(2,442,668)
(1,347,885)
$ (25,786,009)
$ 9,746,542
$ 1,435,111 $ 2,908,204 $ 16,751,714
(2,160,329) (4,378,725) (26,058,380)
$ (725,218) $ (1,470,521) $ (9,306,666)
$ 377,345 $ 1,014,511 $ 439,876
$ (952,602)
FUND BALANCE (Budgetary Basis)
Beginning Balance 5,801,963 5,801,963
Ending Balance $ 5,863,872 $ 6,241,839
14.24%
7.88%
11.77%
19.63%
13.99%
17.36%
0.00%
16.80%
15.80%