Loading...
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%