Loading...
HomeMy WebLinkAbout2011.12.06_City Council AgendaPUBLIC NOTICE OF THE MEETING OF THE 'RECEIVED OWASSO CITY COUNCIL DEC c'') 71 -11" 11 TYPE OF MEETING: Regular lBPIC'S Office DATE: December 6, 2011 TIME: 6:30 p.m. PLACE: Council Chambers, Old Central Building 109 N. Birch Notice and agenda filed in the office of the City Clerk and posted at City Hall at 6:00 p.m. on Friday, December 2, 2011. t /Z a Sherry Bisho , City Clerk AGENDA 1. Call to Order Mayor Doug Bonebrake 2. Invocation Reverend Don Cason of Hope Chapel Foursquare Church 3. Flag Salute 4. Roll Call 5. Presentation of the Character Trait of Thriftiness. Nadia Guevara Council Member 6. Consideration and appropriate action relating to a request for City Council approval of the Consent Agenda. All matters listed under "Consent" are considered by the City Council to be routine and will be enacted by one motion. Any Councilor may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non- debatable. A. Approval of Minutes of the November 15, 2011 Regular Meeting. Attachment # 6-A B. Approval of Claims. Attachment # 6-B 7. Consideration and appropriate action relating to items removed from the Consent Agenda. Owasso City Council December 6, 2011 Page 2 8. Consideration and appropriate action relating to a request for City Council approval of an amendment to the 2011 CDBG Urban County Project Agreement for the Owasso Skate Park. Mr. Fritschen Attachment #8 Staff recommends City Council approval of an amendment to the 2011 CBDG Urban County Project Agreement between the City of Owasso and Tulsa County increasing the original budget of $108,114 by the surplus funds remaining in the 2010 CDBG Project and authorizing the Mayor to execute the necessary documentation. Consideration and appropriate action relating to a request for City Council approval to purchase five Self Contained Breathing Apparatuses and the supporting equipment for police personnel. Mr. Chambless Attachment #9 Staff recommends City Council approval to purchase five Self Contained Breathing Apparatuses and supporting equipment from Simmons Law Enforcement Incorporated in the amount of $28,173.70 and the authorization for the City Manger to execute the contract for the purchase of equipment. 10. Consideration and appropriate action relating to a request for City Council approval to purchase a Streets Division Vehicle. Mr. Doyle Attachment #10 Staff recommends City Council approval to purchase one 2012 Ford F350 pickup in the amount of $29,214 from Bill Knight Ford of Tulsa, Oklahoma per the Oklahoma State Bid. 11. Consideration and appropriate action relating to a request for City Council authorization for payment of the city's matching funds as required through the Federal Surface Transportation for the 86th Street Widening Project from Main Street to Memorial Road. Mr. Henderson Attachment # 1 1 Staff recommends City Council approval of a payment to ODOT in the amount of $132,669.94 for the 86th Street Widening Project from Main Street to Memorial Road. 12. Consideration and appropriate action relating to a request for City Council approval of a budget amendment in the General Fund. Mr. Townsend Attachment # 12 Staff recommends City Council approval of a budget amendment in the General Fund, increasing estimated revenues and increasing the appropriation for expenditures in the Police services department by $8,300. 13. Report from City Manager. 14. Report from City Attorney. OwrDsso City Council December 6, 2011 Page 3 15. Report from City Councilors. 16. New Business (New Business is any item of business which could not have been foreseen at the time of posting of the agenda.) 17. Adjournment. OWASSO CITY COUNCIL MINUTES OF REGULAR MEETING Tuesday, November 15, 2011 The Owasso City Council met in regular session on Tuesday, November 15, 2011 in the Council Chambers at Old Central per the Notice of Public Meeting and Agenda posted on the City Hall bulletin board at 6:00 p.m. on Friday, November 11, 2011. ITEM 1. CALL TO ORDER Mayor Bonebrake called the meeting to order at 6:30 p.m. ITEM 2. INVOCATION The invocation was offered by Doug Gregg of Lifepoint Baptist Church. ITEM 3. FLAG SALUTE Councilor Cataudella led the flag salute. ITEM 4. ROLL CALL PRESENT Doug Bonebrake, Mayor Bryan Stovall, Vice Mayor Steve Cataudella, Councilor Patrick Ross, Councilor ABSENT Charlie Brown, Councilor A quorum was declared present. STAFF Rodney Ray, City Manager Julie Lombardi, City Attorney ITEM 5. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF THE CONSENT AGENDA A. Approval of Minutes of the November 1, 2011 Regular Meeting and the November 8, 2011 Special meeting. B. Approval of Claims. C. Acknowledge receipt of the monthly FY 201 1-12 budget status report. Mr. Ross requested item B be removed from the consent agenda for separate consideration. Mr. Stovall moved, seconded by Mr. Cataudella, to approve items A and C of the Consent Agenda. YEA: Bonebrake, Cataudella, Stovall, Ross NAY: None Motion carried 4-0. Owasso City Council November 15, 2011 ITEM 6. CONSIDERATION AND APPROPRIATE ACTION RELATING TO ITEMS REMOVED FROM THE CONSENT AGENDA Mr. Ray responded to questions relating to item B on the consent agenda. Mr. Ross moved, seconded by Mr. Stovall, to approve item B of the Consent Agenda with claims totaling $246,915.21. Also included for review were payroll payment reports for pay period 11 /05/2011. YEA: Stovall, Cataudella, Bonebrake, Ross NAY: None Motion carried 4-0. ITEM 7. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF AN AGREEMENT FOR ADMINISTRATION OF THE SALES AND USE TAX ORDINANCES WITH THE OKLAHOMA TAX COMMISSION AND AUTHORIZATION FOR THE MAYOR TO EXECUTE THE AGREEMENT. Ms. Hess presented the item, recommending City Council approval of an agreement between the City of Owasso and the Oklahoma Tax Commission for the collection of sales and use taxes and authorization for the Mayor to execute the agreement. Mr. Cataudella moved, seconded by Mr. Stovall, to approve of an agreement between the City of Owasso and the Oklahoma Tax Commission, as recommended. YEA: Cataudella, Bonebrake, Ross, Stovall NAY: None Motion carried 4-0. ITEM 8. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF A UTILITY RELOCATION AGREEMENT BETWEEN THE CITY OF OWASSO AND WASHINGTON COUNTY RURAL WATER DISTRICT NO. 3 AND AUTHORIZATION FOR THE MAYOR TO EXECUTE THE AGREEMENT. Mr. Stevens presented the item, recommending City Council approval of an agreement between the City of Owasso and Washington County Rural Water District No. 3 for the purpose of utility relocation associated with the E. 86,h Street Widening Project from Main Street to Memorial Road and authorization for the Mayor to execute the agreement. Mr. Cataudella moved, seconded by Mr. Stovall, to approve the agreement between the City of Owasso and Washington County Rural Water District No. 3, as recommended. YEA: Stovall, Bonebrake, Ross, Cataudella NAY: None Motion carried 4-0. Owosso City Council November 15, 2011 ITEM 9. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF A UTILITY RELOCATION AGREEMENT BETWEEN THE CITY OF OWASSO AND WASHINGTON COUNTY RURAL WATER DISTRICT NO. 3 AND AUTHORIZATION FOR THE MAYOR TO EXECUTE THE AGREEMENT. Mr. Stevens presented the item, recommending City Council authorization of an agreement between the City of Owasso and Washington County Rural Water District No. 3 for the purpose of utility relocation associated with the 106th Street North and Garnett intersection improvement project and authorization for the Mayor to execute the agreement. Mr. Ross moved, seconded by Mr. Stovall, to authorize an agreement between the City of Owasso and Washington County Rural Water District No. 3, as recommended. YEA: Ross, Cataudella, Stovall, Bonebrake NAY: None Motion carried 4-0. ITEM 10. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF AN INTER-LOCAL AGREEMENT BETWEEN THE CITY OF OWASSO AND THE BOARD OF COUNTY COMMISSIONERS OF TULSA COUNTY AND AUTHORIZATION FOR THE MAYOR TO EXECUTE THE AGREEMENT. Mr. Stevens presented the item, recommending City Council approval of an inter-local agreement between the City of Owasso and Board of County Commissioners of Tulsa County for the purpose of construction assistance related to the reinforced concrete box culvert underneath E. 116th Street North between Garnett and Mingo Road, just east of the SKO Railroad, and authorization for the Mayor to execute. Mr. Stovall moved, seconded by Mr. Ross, to approve an agreement between the City of Owasso and the Board of County Commissioners of Tulsa County, as recommended. YEA: Cataudella, Bonebrake, Ross, Stovall NAY: None Motion carried 4-0. ITEM 11. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF A BUDGET AMENDMENT IN THE GENERAL FUND. Ms. Bishop presented the item, recommending City Council approval of a budget amendment in the General Fund, increasing the appropriation for expenditures in the Streets Division Budget by $133,000 for the repair and replacement of a reinforced concrete box culvert underneath 1 16th Street North, just east of the SK&O Railroad, between Garnett and Mingo Road. Mr Stovall moved, seconded by Mr. Cataudella, to approve a budget amendment to the General Fund, as recommended. YEA: Bonebrake, Cataudella, Stovall, Ross NAY: None Motion carried 4-0. 3 Owasso City Council November 15, 2011 ITEM 12. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR CITY COUNCIL APPROVAL OF RESOLUTION NO. 2011-09, A RESOLUTION ESTABLISHING THE ASSESSMENT FEE IN LIEU OF DETENTION FOR THE GARNETT REGIONAL DETENTION ASSESSMENT AREA. Ms. Bishop presented the item, recommending City Council approval of Resolution No. 2011-09. Mr. Cataudella moved, seconded by Mr. Ross, to approve Resolution No. 2011-09, as recommended. YEA: Stovall, Ross, Bonebrake, Cataudella NAY: None Motion carried 4-0. ITEM 13. CONSIDERATION AND APPROPRIATE ACTION RELATING TO A REQUEST FOR COUNCIL APPROVAL OF RESOLUTION 2011-11, A RESOLUTION APPROVING ACTION TAKEN BY THE OWASSO PUBLIC WORKS AUTHORITY AUTHORIZING ISSUANCE, SALE AND DELIVERY OF ITS SERIES 2011 CLEAN WATER SRF PROMISSORY NOTE TO OKLAHOMA WATER RESOURCES BOARD; RATIFYING AND CONFIRMING A LEASE WHEREBY THE CITY OF OWASSO LEASED TO THE OWASSO PUBLIC WORKS AUTHORITY ITS WATER, SANITARY SEWER, AND GARBAGE AND TRASH COLLECTION SYSTEMS AND THE BAILEY RANCH GOLF CLUB; RATIFYING AND CONFIRMING A SUBORDINATE LIEN SALES TAX AGREEMENT; AND CONTAINING OTHER PROVISIONS RELATED THERETO. Ms. Bishop presented the item, recommending City Council approval of Resolution No. 2011-11. Four people addressed the Council. Mr. Stovall moved, seconded by Mr. Cataudella, to approve Resolution No. 2011-11, as recommended. YEA: Bonebrake, Ross, Cataudella, Stovall NAY: None Motion carried - 4-0 ITEM 14. REPORT FROM CITY MANAGER No Report ITEM 15. REPORT FROM CITY ATTORNEY No Report ITEM 16. REPORT FROM CITY COUNCILORS Mr. Cataudella offered congratulations to the Owasso Marching Band, Pride of Owasso, for ranking 7'h in the nation at Grand Nationals in Indianapolis, IN. ITEM 17. New Business None 4 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni GENERAL TREASURER PETTY CASH CC REFUND/LEWIS 50.00 TREASURER PETTY CASH CC REFUND/CAMPBELL 50.00 TREASURER PETTY CASH CC REFUND/REICH 50.00 TOTAL GENERAL 150.00 MUNICIPAL COURT CHARLES N. ROMANS BAILIFF SERVICES 210.00 TOTAL MUNICIPAL COURT 210.00 MANAGERIAL JPMORGAN CHASE BANK MEETING EXPENSE 16.52 JPMORGAN CHASE BANK ECON DEV MEETING EXPENSE 10.05 JPMORGAN CHASE BANK MEETING EXPENSE 65.92 JPMORGAN CHASE BANK MEETING EXPENSE 20.79 JPMORGAN CHASE BANK CIP MEETING EXPENSE 79.73 JPMORGAN CHASE BANK MEETING EXPENSE 36.15 JPMORGAN CHASE BANK MEETING EXPENSE 61.15 JPMORGAN CHASE BANK MEETING EXPENSE 55.06 JPMORGAN CHASE BANK MEETING EXPENSE 58.45 JPMORGAN CHASE BANK MEETING EXPENSE 36.84 JPMORGAN CHASE BANK MEETING EXPENSE POLICE 3.50 JPMORGAN CHASE BANK ALL BATTERY-BATTERIES 14.36 JPMORGAN CHASE BANK MEETING EXPENSE 35.44 JPMORGAN CHASE BANK KUM & GO-WATER G2G MTG 3.99 TREASURER PETTY CASH CHAMBER LUNCHEON 10.00 JPMORGAN CHASE BANK EBS-CMAO DUES/BISHOP 444.00 JPMORGAN CHASE BANK AMAZON-BOOKS 17.92 TREASURER PETTY CASH MILEAGE REIMBURSEMENT 101.01 JPMORGAN CHASE BANK MEETING EXPENSE 6.37 JPMORGAN CHASE BANK MEETING EXPENSE 53.32 JPMORGAN CHASE BANK QUIK TRIP-FUEL EXPENSE 47.00 TOTAL MANAGERIAL 1,177.57 FINANCE JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 0.99 TREASURER PETTY CASH MILEAGE REIMBURSEMENT 5.20 COLE & REED, P.C. PROFESSIONAL FEES-AUDIT 30,450.00 JPMORGAN CHASE BANK APT US&C-DUES/FEES 182.00 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 7.59 TOTAL FINANCE 30,645.78 HUMAN RESOURCES JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 5.99 JPMORGAN CHASE BANK SGR-MEMBERSHIP 175.00 JPMORGAN CHASE BANK BARNES&NOBLE-BOOKS 107.88 JPMORGAN CHASE BANK OKLA SAFETY LUNCHEON 9.30 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 11.87 JPMORGAN CHASE BANK CHARACTER-BULLETINS 557.20 Page 1 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni HUMAN RESOURCES... JPMORGAN CHASE BANK CHARACTER-INITIATIVE 39.80 JPMORGAN CHASE BANK USPS-POSTAGE 17.58 JPMORGAN CHASE BANK CLAREMORE DAILY-ADVERTISE 136.60 JPMORGAN CHASE BANK TULSA WORLD-ADVERTISING 279.36 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 6.66 TREASURER PETTY CASH CHAMBER LUNCHEON 10.00 JPMORGAN CHASE BANK OML-ADVERTISING 20.00 MCAFEE & TAFT LEGAL 44.00 URGENT CARE OF GREEN COUNTRY, P.L.L RANDOM DRUG/ALCOHOL SCREE 245.00 URGENT CARE OF GREEN COUNTRY, P.L.L PRE-EMPLOYMENT DRUG SCREE 125.00 OK SAFETY COUNCIL DEFENSIVE DRIVING TRAININ 380.00 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 11.99 JPMORGAN CHASE BANK BENEFIT MEETING EXPENSE 10.84 JPMORGAN CHASE BANK FMCS ARBITRATION-PANEL 30.00 WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 46.26 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 4.74 TOTAL HUMAN RESOURCES 2,275.07 HR - CHARACTER INITIATIVE JPMORGAN CHASE BANK CHARACTER MTG EXPENSE 17.65 TOTAL HR- CHARACTER INITIATIVE 17.65 GENERAL GOVERNMENT VERDIGRIS VALLEY ELECTRIC COOP ELECTRIC USE 29.89 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 63.36 AT&T LONG DISTANCE LONG DISTANCE SERVICE 139.81 JPMORGAN CHASE BANK MAILFINANCE-POSTAGE LEASE 389.00 CINTAS CORPORATION CARPET MAT CLEANING 33.69 CINTAS CORPORATION CARPET/MAT CLEANING 33.69 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 63.36 TULSA COFFEE SERVICE INC JAVA DAVES COFFEE 111.75 COMMUNITY PUBLISHERS INC PUBLICATIONS 64.80 COMMUNITY PUBLISHERS INC PUBLICATIONS 44.80 TULSA COUNTY CLERK FILING FEES 203.00 XEROX CORPORATION COPIER SERVICE 530.24 XEROX CORPORATION COPIER SERVICE 1,461.87 IKON OFFICE SOLUTIONS, INC COPIER SERVICE 383.42 IKON OFFICE SOLUTIONS, INC COPIER SERVICE 401.71 TULSA WORLD PUBLICATIONS 371.52 TULSA WORLD PUBLICATIONS 139.36 TULSA WORLD PUBLICATIONS 160.92 MAILROOM FINANCE INC POSTAGE 1,000.00 AEP/PSO ELECTRIC USE 2,722.36 GRAND GATEWAY ECO. DEV. ASSC. PELIVAN TRANSIT SERVICES 4,939.30 TOTAL GENERAL GOVERNMENT 13,287.85 Page 2 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amounl COMMUNITY DEVELOPMENT SPRINT SPRINT CARDS 79.98 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 61.51 TULSA COUNTY INFORMATION TECH DEPT TULSA COUNTY LAND RECORDS 60.00 VERIZON WIRELESS GOBI CHIPS 38.01 JPMORGAN CHASE BANK APA-YEARLY DUES 385.00 TOTAL COMMUNITY DEVELOPMENT 624.50 ENGINEERING JPMORGAN CHASE BANK ARC-PLOTTER PRINTHEAD 737.00 JPMORGAN CHASE BANK ARC-PLOTTER PAPER 147.16 JPMORGAN CHASE BANK SHERWIN WILLIAMS-PAINT 17.78 VERIZON WIRELESS GOBI CHIPS 76.02 UNIFIRST HOLDINGS LP UNIFORM RENTAL 13.20 UNIFIRST HOLDINGS LP UNIFORM RENTAL 13.20 UNITED STATES CELLULAR CORPORATION CELL BILL 59.03 FEDERAL EXPRESS CORPORATION SHIPPING CHARGES 41.96 JPMORGAN CHASE BANK PAYPAL-OK BIKE SEMINAR 100.00 FEDERAL EXPRESS CORPORATION SHIPPING CHARGES 30.89 JPMORGAN CHASE BANK PROF ENGINEERING-REGIST 152.00 UNIFIRST HOLDINGS LP UNIFORM RENTAL 13.20 TOTAL ENGINEERING 1,401.44 INFORMATION TECHNOLOGY SPRINT SPRINT CARDS 39.99 USA MOBILITY WIRELESS, INC PAGER USE 8.70 VERIZON WIRELESS GOBI CHIPS 215.90 TOTAL INFORMATION TECHNOLOGY 264.59 SUPPORT SERVICES VERIZON WIRELESS GOBI CHIPS 38.01 JPMORGAN CHASE BANK LOWES-ELECTRIC BOX 5.35 JPMORGAN CHASE BANK LOWES-MORTAR PATCH 11.96 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 1.89 JPMORGAN CHASE BANK LOWES-CEILING TILE FOR OC 38.64 JPMORGAN CHASE BANK CURTIS REST-FOOD CABINET 1,581.08 JPMORGAN CHASE BANK USPS-SHIPMENT 15.51 JPMORGAN CHASE BANK LOWES-HEATER REPAIR OC 7.48 JPMORGAN CHASE BANK MOTOROLA-BELT CLIPS 16.80 JPMORGAN CHASE BANK LOWES-WOOD STAIN 5.38 JPMORGAN CHASE BANK LIBERTY FLAGS-CITY FLAGS 369.80 EVERGLADES DIRECT, INC. ATTENDANCE CONTROLLER 10.35 UNIFIRST HOLDINGS LP UNIFORM RENTAL FEES 19.25 UNIFIRST HOLDINGS LP UNIFORM RENTAL FEES 19.25 JPMORGAN CHASE BANK LOWES-MATERIAL 34.72 OKLAHOMA DEPARTMENT OF LABOR HOT WATER HEATER INSPECTI 85.00 COX COMMUNICATIONS INTERNET SERVICES 69.95 A PLUS SERVICE INC REMOVE & INSTALL HEATER 1,000.00 Page 3 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amounl SUPPORT SERVICES... WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 19.62 WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 467.84 SPRINT SPRINT CARDS 79.98 JPMORGAN CHASE BANK LOWES-WEED KILLER 156.00 TOTAL SUPPORT SERVICES 4,053.86 CEMETERY JPMORGAN CHASE BANK WINFIELD-FERTILIZER 1,141.50 AEPIPSO ELECTRIC USE 36.76 JPMORGAN CHASE BANK BROWN FARMS-SOD 60.00 TOTAL CEMETERY 1,238.26 POLICE SERVICES AEP/PSO ELECTRIC USE 1,859.69 TREASURER PETTY CASH WINDSHIELD WIPERS 42.89 TREASURER PETTY CASH FUEL 31.80 TREASURER PETTY CASH UNIFORM APPAREL 90.78 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 66.48 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 28.35 JPMORGAN CHASE BANK OFFICE DEPOT-PRINTER INK 32.48 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 36.18 JPMORGAN CHASE BANK LOWES-ROLOTAPE 58.98 JPMORGAN CHASE BANK LA POLICE GEAR-HAMRICK 31.98 JPMORGAN CHASE BANK BAILEY RANCH-INTEROGATION 246.00 VERIZON WIRELESS GOBI CHIPS 418.11 JPMORGAN CHASE BANK BEST BUY-CAMERA BATTERIES 89.98 JPMORGAN CHASE BANK ATWOODS-SUPPLIES 74.70 JPMORGAN CHASE BANK LOWES-MARKER 2.48 JPMORGAN CHASE BANK PANERA-INTERVIEW CLASS 55.96 JPMORGAN CHASE BANK US FLEET-TRACKING SERVICE 179.70 JPMORGAN CHASE BANK PAT MCCARTHY-SEMINAR 1,475.00 JPMORGAN CHASE BANK GLOBAL GOV-PD SCANNER 66.99 JPMORGAN CHASE BANK NAT'L SAFETY-TRAINING 15.95 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 95.04 JPMORGAN CHASE BANK USPS-SHIPPING 23.38 JPMORGAN CHASE BANK DRY CLEANING ST-CLEANING 1,088.85 AT&T LONG DISTANCE LONG DISTANCE SERVICE 135.25 JPMORGAN CHASE BANK HOME DEPOT-MICROWAVE 98.00 WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 52.18 USA MOBILITY WIRELESS, INC PAGER USE 78.80 JPMORGAN CHASE BANK DELL-PRINTER 247.89 TOTAL POLICE SERVICES 6,723.87 POLICE - HWY SAFETY GRAN JPMORGAN CHASE BANK STALKER RADAR-LIDARS 5,990.00 TOTAL POLICE - HWY SAFETY GRANT 5,990.00 Page 4 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni POLICE COMMUNICATIONS USA MOBILITY WIRELESS, INC PAGER USE 17.40 WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 81.68 JPMORGAN CHASE BANK HOME DEPOT-MICROWAVE 48.00 JPMORGAN CHASE BANK WALMART-PRISONER MEALS 77.16 JPMORGAN CHASE BANK BOB BARKER-MATTRESSES 131.61 LAW ENFORCEMENT PSYCHOLOGICAL SERV PSYCH EVALUATION 80.00 A STITCH OF ART LLC UNIFORMS 616.00 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 63.36 JPMORGAN CHASE BANK CENTRAL TECH-JAIL SCHOOL 90.00 JPMORGAN CHASE BANK MOTOROLA-BELT CLIPS 33.60 JPMORGAN CHASE BANK WALMART-PRISONER MEALS 148.12 AEP/PSO ELECTRIC USE 144.80 TOTAL POLICE COMMUNICATIONS 1,531.73 ANIMAL CONTROL AEP/PSO ELECTRIC USE 200.71 VERIZON WIRELESS GOBI CHIPS 76.02 JPMORGAN CHASE BANK HORSE WHSE-OP SUPPLIES 79.97 JPMORGAN CHASE BANK HORSE WRHSE-SHIPPING 8.95 JPMORGAN CHASE BANK PNEU-DART-GEL COLLARS 63.96 JPMORGAN CHASE BANK PETSMART-RC MINI PUP 13.53 JPMORGAN CHASE BANK PETSMART-FOOD 4.00 JPMORGAN CHASE BANK MEDVET-OP ROOM SUPPLIES 164.25 JPMORGAN CHASE BANK LOWES-SUPPLIES 145.86 JPMORGAN CHASE BANK WALMART-CLEANING SUPPLIES 221.04 JPMORGAN CHASE BANK PETSMART-SUPPLIES 29.22 JPMORGAN CHASE BANK HOBBY LOBBY-FRAMES 35.73 JPMORGAN CHASE BANK YORKEVENT-SHELTER POSTER 163.50 JPMORGAN CHASE BANK DRY CLEANING ST-CLEANING 60.80 AT&T LONG DISTANCE LONG DISTANCE SERVICE 4.93 TOTAL ANIMAL CONTROL 1,272.47 FIRE SERVICES AT&T LONG DISTANCE LONG DISTANCE SERVICE 50.87 JPMORGAN CHASE BANK WALMART-SUGAR 6.14 JPMORGAN CHASE BANK LOWES-FITNESS PROJECT 12.06 JPMORGAN CHASE BANK CONRAD EQUIP-MIRROR 816.14 JPMORGAN CHASE BANK AMAZON-TRAINING BOOK 18.96 JPMORGAN CHASE BANK QUIK SER STEEL-FITNESS PR 370.30 JPMORGAN CHASE BANK QUIK SER STEEL-FITNESS PR 52.00 JPMORGAN CHASE BANK LOWES-BOLTS/WASHERS 10.25 JPMORGAN CHASE BANK OVERHEAD DOOR-REPAIRS 45.50 JPMORGAN CHASE BANK WALMART-COFFEE 56.88 JPMORGAN CHASE BANK LOWES-SUPPLIES 22.91 JPMORGAN CHASE BANK LOWES-SUPPLIES 60.31 JPMORGAN CHASE BANK QUALITY TIRE-TIRES 1,319.23 JPMORGAN CHASE BANK LOWES-SUPPLIES 18.01 Page 5 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amounl FIRE SERVICES... JPMORGAN CHASE BANK LOWES-SUPPLIES 33.14 JPMORGAN CHASE BANK MULTISPORTS-FITNESS PROJ 1,062.00 JPMORGAN CHASE BANK LOWES-REPAIRS 82.69 JPMORGAN CHASE BANK OREILLY-GENERATOR REPAIR 44.77 JPMORGAN CHASE BANK AMSAN-JANATORIAL SUPPLIES 696.29 JPMORGAN CHASE BANK LOWES-REPAIRS 2.37 JPMORGAN CHASE BANK OK FIRE CHIEFS-CONF FEE 75.00 JPMORGAN CHASE BANK LOCKE SUPPLY-REPAIRS 11.00 JPMORGAN CHASE BANK BMI IMAGENET-COPIER 312.59 VERIZON WIRELESS GOBI CHIPS 304.08 JPMORGAN CHASE BANK ROGUE FITNESS-FITNESS PRO 141.25 JPMORGAN CHASE BANK CASCO-PROTECTIVE EQUIP 1,445.00 JPMORGAN CHASE BANK P&K EQUIPMENT-FUEL CAP 4.23 JPMORGAN CHASE BANK AMAZON-FIRE TRAINING BOOK 27.95 JPMORGAN CHASE BANK HEATWAVE-URINAL ST 3 402.59 JPMORGAN CHASE BANK LOWES-SUPPLIES 218.45 JPMORGAN CHASE BANK OVERHEAD DOOR-ST#2 REPAIR 309.72 AEP/PSO ELECTRIC USE 2,291.56 JPMORGAN CHASE BANK OREILLY-SQ #3 PARTS 18.56 JPMORGAN CHASE BANK EQUIPMENT ONE-FUEL CAP 6.14 JPMORGAN CHASE BANK MAC SYSTEMS-ALARM REPAIR 1,156.92 JPMORGAN CHASE BANK TARGET-TOTES/STORAGE RACK 89.96 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 29.94 SPRINT SPRINT CARDS 159.96 AT&T MOBILITY WIRELESS SERVICES 50.43 JPMORGAN CHASE BANK LOWES-SMALL TOOLS 18.94 JPMORGAN CHASE BANK MATTRESS FIRM-BED FRAME 89.00 WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 49.00 USA MOBILITY WIRELESS, INC PAGER USE 54.05 JPMORGAN CHASE BANK LOWES-SUPPLIES 18.98 JPMORGAN CHASE BANK ROGUE FITNESS-PROGRAM 446.70 JPMORGAN CHASE BANK ROGUE FITNESS-PROGRAM 338.27 JPMORGAN CHASE BANK KOHLS-UNIFORM APPAREL 362.50 JPMORGAN CHASE BANK LODGING EXPENSE-SALTS 45.99 JPMORGAN CHASE BANK LOWES-SUPPLIES 19.86 JPMORGAN CHASE BANK LOWES-FITNESS PROJECT 118.33 JPMORGAN CHASE BANK WAYEST-REPAIRS 114.00 JPMORGAN CHASE BANK SHOE CARNIVAL-APPAREL 82.47 JPMORGAN CHASE BANK TRACTOR SUPPLY-FITNESS PR 279.86 JPMORGAN CHASE BANK GUEST SERVICES-NFA CLASS 234.48 JPMORGAN CHASE BANK SHOE CARNIVAL-APPAREL 68.00 JPMORGAN CHASE BANK WALMART-ST #2 SUPPLIES 70.60 JPMORGAN CHASE BANK NFPA-ANNUAL MEMBERSHIP 165.00 TOTAL FIRE SERVICES 14,412.18 Page 6 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni EMERGENCY PREPAREDNES WAL-MART CORP SAMS CLUB 77150903608 OPERATING SUPPLIES 34.91 VERIZON WIRELESS GOBI CHIPS 38.01 AEP/PSO ELECTRIC USE 109.10 JPMORGAN CHASE BANK REASORS-AMMONIA EXERCISE 80.29 TOTAL EMERGENCY PREPAREDNESS 262.31 STREETS JPMORGAN CHASE BANK AA TRAINING-IMSA TRAINING 423.20 JPMORGAN CHASE BANK C&H BOLT-BOLTS 81.95 JPMORGAN CHASE BANK AA CONF CTR-IMSA TRAINING 21.68 JPMORGAN CHASE BANK AMERIFLEX-HOSE 83.40 AEP/PSO ELECTRIC USE 1,284.34 JPMORGAN CHASE BANK AA CONF CTR-TRAINING EXP 17.27 JPMORGAN CHASE BANK BROWN FARMS-SOD 8.75 JPMORGAN CHASE BANK PMSI-CRACK SEALANT 3,230.20 JPMORGAN CHASE BANK OWASSO LUMBER-TOOLS 26.97 JPMORGAN CHASE BANK PMSI-SEALANT 1,605.80 APAC-OKLAHOMA, INC. ASPHALT 70.50 RANDY STARK REAR WINDOW REPLACEMENT 310.00 JPMORGAN CHASE BANK DIESEL POWER-SPRINGS/BOLT 99.00 JPMORGAN CHASE BANK ATWOODS-WINTERWEAR 89.99 JPMORGAN CHASE BANK ATWOODS-WINTERWEAR 99.98 JPMORGAN CHASE BANK ATWOODS-WINTERWEAR 109.98 JPMORGAN CHASE BANK SW SECTION-IMSA TRAINING 938.00 TRAFFIC ENGINEERING CONSULTANTS,INC TRAFFIC SIGNAL STUDY 7,705.00 JPMORGAN CHASE BANK ATWOODS-CHAIN 42.98 UNIFIRST HOLDINGS LP UNIFORM RENTAL 35.78 SHERWOOD CONSTRUCTION CO, INC CONCRETE 132.00 SIGNALTEK INC OCT. MAINTENANCE 2,468.93 TULSA COUNTY BOCC SIGNS 321.60 USA MOBILITY WIRELESS, INC PAGER USE 56.20 JPMORGAN CHASE BANK BROWN FARMS-SOD 35.00 JPMORGAN CHASE BANK AA CONF CTR-TRAINING EXP 13.94 UNIFIRST HOLDINGS LP UNIFORM RENTAL 34.33 UNIFIRST HOLDINGS LP UNIFORM RENTAL 37.32 SPRINT SPRINT CARDS 119.97 JPMORGAN CHASE BANK AA CONF CTR-TRAINING EXP 18.69 TOTAL STREETS 19,522.75 BAPTIST RETIRE CTR SIDEW, JPMORGAN CHASE BANK UTILITY SUPPLY-MANHOLE RG 214.00 JPMORGAN CHASE BANK UTILITY SUPPLY-RING/LID 225.00 TOTAL BAPTIST RETIRE CTR SIDEWA 439.00 STORMWATER SPRINT SPRINT CARDS 147.96 UNIFIRST HOLDINGS LP UNIFORM RENTAL 44.36 Page 7 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni STORMWATER... JPMORGAN CHASE BANK HOME DEPOT-KEYS/NUTS 9.88 USA MOBILITY WIRELESS, INC PAGER USE 58.19 JPMORGAN CHASE BANK BUMPER TO BUMPER-PLUGS 11.49 JPMORGAN CHASE BANK WATER PROD-RAM-NEK 141.52 UNIFIRST HOLDINGS LP UNIFORM RENTAL 43.16 UNIFIRST HOLDINGS LP UNIFORM RENTAL 43.16 JPMORGAN CHASE BANK ATWOODS-LOPPERS 24.99 VERIZON WIRELESS GOBI CHIPS 38.01 JPMORGAN CHASE BANK P&K EQUIPMENT-PARTS 3.53 JPMORGAN CHASE BANK ATWOODS-WINTERWEAR 144.98 JPMORGAN CHASE BANK ATWOODS-RUBBER BOOTS 16.99 JPMORGAN CHASE BANK ATWOODS-WINTERWEAR 89.99 TREASURER PETTY CASH CDL/BREIEN 66.50 TREASURER PETTY CASH CDL/ELLIOTT 66.50 JPMORGAN CHASE BANK ATWOODS-TRASH BAGS 29.97 TOTAL STORMWATER 981.18 PARKS JPMORGAN CHASE BANK ATWOODS-LIGHT BULBS 2.49 EVERGLADES DIRECT, INC. ATTENDANCE CONTROLLER 4.83 AEP/PSO ELECTRIC USE 1,483.08 VERIZON WIRELESS GOBI CHIPS 38.01 AT&T LONG DISTANCE LONG DISTANCE SERVICE 9.46 TUCKER CHEMICAL, INC. JANITORIAL SUPPLIES 58.85 ADT SECURITY SERVICES INC ALARM SERVICE 56.67 WASHINGTON CO RURAL WATER DISTRICT WATER SERVICE AT MCCARTY 38.60 UNIFIRST HOLDINGS LP UNIFORM RENTAL 13.27 UNIFIRST HOLDINGS LP UNIFORM RENTAL 13.27 TOTAL PARKS 1,718.53 COMMUNITY CENTER AT&T LONG DISTANCE LONG DISTANCE SERVICE 10.89 JPMORGAN CHASE BANK WALMART-SUPPLIES 30.35 JPMORGAN CHASE BANK TUCKER JANIT-DEODORIZER 96.00 JPMORGAN CHASE BANK TUCKER JANITORIAL-TOWELS 103.25 JPMORGAN CHASE BANK TUCKER JANITORIAL-SUPPLIE 290.05 JPMORGAN CHASE BANK KIRKLANDS-SILK ARRANGEMNT 29.94 INCOG ANNUAL AREA AGENCY FEE 1,000.00 TERMINIX ANNUAL PEST CONTROL 376.36 SAV-ON PRINTING & SIGNS LLC BUSINESS CARDS 90.00 JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 96.41 AEP/PSO ELECTRIC USE 916.55 JPMORGAN CHASE BANK FEDEX-SHIPPING 18.91 JPMORGAN CHASE BANK CHARACTER-BULLETINS 25.87 TOTAL COMMUNITY CENTER 3,084.58 Page 8 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amounl HISTORICAL MUSEUM JPMORGAN CHASE BANK LOWES-DOOR LOCK 6.79 AEP/PSO ELECTRIC USE 89.25 TOTAL HISTORICAL MUSEUM 96.04 ECONOMIC DEV JPMORGAN CHASE BANK OEDA MEETING EXPENSE 10.77 VERIZON WIRELESS GOBI CHIPS 92.36 JPMORGAN CHASE BANK TULSA CHAMBER LUNCH 15.08 JPMORGAN CHASE BANK ROGERS STATE-CONFERENCE 30.00 TOTAL ECONOMIC DEV 148.21 FUND GRAND TOTAL 111,529.4 AMBULANCE SERVICE AMERICAN MUNICIPAL SERVICES CORP. COLLECTION SERVICES 382.61 TOTAL AMBULANCE SERVICE 382.61 AMBULANCE JPMORGAN CHASE BANK PSI-SUPPLIES 107.85 MEDICLAIMS INC BILLING SERVICES 11,416.44 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 10.01 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 446.16 JPMORGAN CHASE BANK VIDACARE-10 SUPPLIES 996.75 JPMORGAN CHASE BANK FULLERTON-MED OXYGEN 58.80 JPMORGAN CHASE BANK AMAZON-EMS TRAINING 52.42 JPMORGAN CHASE BANK PSI-SUPPLIES 82.50 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 1,060.89 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 22.52 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 33.06 JPMORGAN CHASE BANK LOWES-BOLT CUTTERS 14.38 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 23.94 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 5.30 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 189.66 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 207.50 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 430.80 JPMORGAN CHASE BANK STRYKER-COT REPAIR/PM'S 1,177.70 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 96.50 JPMORGAN CHASE BANK BOUND TREE-SUPPLIES 36.32 SPRINT SPRINT CARDS 119.97 TOTAL AMBULANCE 16,589.47 FUND GRAND TOTAL 16,972.0 E911 COMMUNICATIONS JPMORGAN CHASE BANK TOTAL RADIO-MO MAINT FEE 285.00 AT&T E911 MAPPING FEES - NOV 355.35 INCOG-E911 E911 ADMIN SVC FEES 6,872.17 Page 9 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni TOTAL E911 COMMUNICATIONS 7,512.52 FUND GRAND TOTAL 7,512.5 HOTEL TAX - ECON DEV JPMORGAN CHASE BANK OLD URBAN TROLLEY-TROLLEY 2,000.00 TOTAL HOTEL TAX - ECON DEV 2,000.00 STRONG NEIGHBORHOODS VERIZON WIRELESS GOBI CHIPS 38.01 TOTAL STRONG NEIGHBORHOODS 38.01 FUND GRAND TOTAL 2,038.0 STORMWATER - STORMWATI MESHEK & ASSOCIATES, P.L.C. CONSULTING SERVICES 9,060.20 JPMORGAN CHASE BANK WATER PROD-MANHOLE RISERS 81.25 JPMORGAN CHASE BANK WATER PROD-RISERS 3,654.02 JPMORGAN CHASE BANK WATER PROD-MANHOLE RISERS 45.00 TOTAL STORMWATER - STORMWATER 12,840.47 STRM MGMT - GARNETT DET MESHEK & ASSOCIATES, P.L.C. ENGINEERING SERVICES 4,280.30 TOTAL STRM MGMT - GARNETT DETN 4,280.30 FUND GRAND TOTAL 17,120.7 PUBLIC SAFETY - FIRE JPMORGAN CHASE BANK GEMPLER-FIRE EQUIPMENT 131.85 JPMORGAN CHASE BANK P&K EQUIPMENT-FIRE EQUIP 1,107.97 JPMORGAN CHASE BANK WS DARLEY-FIRE EQUIPMENT 819.32 TOTAL PUBLIC SAFETY -FIRE 2,059.14 FUND GRAND TOTAL 2,059.1 CITY GARAGE JPMORGAN CHASE BANK OFFICE DEPOT-SUPPLIES 31.68 AT&T MOBILITY WIRELESS SERVICES 58.74 JPMORGAN CHASE BANK UNITED FORD-PARTS RESALE 16.21 JPMORGAN CHASE BANK B&M OIL-PARTS RESALE 588.00 JPMORGAN CHASE BANK UNITED FORD-PARTS RESALE 31.55 JPMORGAN CHASE BANK UNITED FORD-PARTS RESALE 74.61 JPMORGAN CHASE BANK OREILLY-SUPPLIES 76.90 JPMORGAN CHASE BANK OREILLY-PARTS RESALE 3,373.35 JPMORGAN CHASE BANK FRONTIER INT'L-BRAKES 1,346.44 JPMORGAN CHASE BANK FRONTIER INT'L-PARTS 104.52 JPMORGAN CHASE BANK LENOX-TOWING 135.00 Page 10 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amount CITY GARAGE... JPMORGAN CHASE BANK JIM NORTON FORD-REPAIR 94.95 JPMORGAN CHASE BANK RC AUTO SPEC-OUTSIDE REPR 321.89 JPMORGAN CHASE BANK RC AUTO SPEC-REPAIR 303.93 AEP/PSO ELECTRIC USE 386.46 JPMORGAN CHASE BANK UNITED FORD-PARTS CREDIT -667.98 JPMORGAN CHASE BANK UNITED FORD-CORE RETURN -1,000.00 JPMORGAN CHASE BANK UNITED FORD-CORE RETURN -100.00 JPMORGAN CHASE BANK FRONTIER INT'L-CREDIT -936.00 UNIFIRST HOLDINGS LP UNIFORM RENTAL FEES 33.36 UNIFIRST HOLDINGS LP UNIFORM RENTAL FEES 33.36 AT&T LONG DISTANCE LONG DISTANCE SERVICE 18.73 JPMORGAN CHASE BANK TULSA CLEANING-BRUSHES 92.14 T & W TIRE, LP TIRES FOR CITY VEHICLES 2,526.75 QUALITY TIRE & AUTO SERVICE, LLC WHEEL ALIGNMENT 69.95 JPMORGAN CHASE BANK UNITED FORD-PARTS RESALE 362.10 JPMORGAN CHASE BANK UNITED FORD-PARTS RESALE 35.76 JPMORGAN CHASE BANK CLASSIC CHEVR-PARTS RESAL 235.82 JPMORGAN CHASE BANK CLASSIC CHEV-REPAIR 106.28 TOTAL CITY GARAGE 7,754.50 FUND GRAND TOTAL 7,754.5 WORKERS' COMP SELF-INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 289.00 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 289.00 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS 342.00 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIMS 342.00 TOTAL WORKERS' COMP SELF-INS 1,262.00 WORKERS' COMP SELF-INS CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 429.00 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 752.27 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 17.50 CITY OF OWASSO IMPREST ACCOUNT WORKERS COMP CLAIM PAYMEN 3,075.45 TOTAL WORKERS' COMP SELF-INS 4,274.22 FUND GRAND TOTAL 5,536.2 SELF-INS HEALTHCARE URGENT CARE OF GREEN COUNTRY, P.L.L EMPLOYEE FLU SHOTS 1,600.00 TOTAL SELF-INS HEALTHCARE 1,600.00 FUND GRAND TOTAL 1,600.0 Page 11 Claims List 12/06/2011 Budget Unit Title Vendor Name Payable Description Payment Amouni CITY GRAND TOTAL $172,122.66 Page 12 CITY OF OWASO HEALTHCARE SELF INSURANCE FUND CLAIMS PAID PER AUTHORIZATION OF ORDINANCE #789 AS OF 11/15/11 VENDOR DESCRIPTION AETNA HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE HEALTHCARE MEDICAL SERVICE ADMIN FEES STOP LOSS FEES HEALTHCARE DEPT TOTAL DELTA DENTAL VSP DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE DENTAL MEDICAL SERVICE ADMIN FEES DENTAL DEPT TOTAL VISION MEDICAL SERVICES ADMIN FEES VISION DEPT TOTAL AMOUNT 24,666.83 38,272.84 62,934.83 20,409.11 1,723.99 16,325.88 20,907.96 185,241.44 2,503.54 2,531.63 3,858.47 3,627.70 3,452.40 2,171.60 18,145.34 1,554.22 1,261.68 2,815.90 HEALTHCARE SELF INSURANCE FUND TOTAL 206,202.68 CITY OF OWASSO GENERAL FUND PAYROLL PAYMENT REPORT PAY PERIOD ENDING 11/19/11 Department Payroll Expenses Total Expenses Municipal Court 4,586.32 6,187.08 Managerial 18,918.39 25,572.87 Finance 12,603.97 19,706.40 Human Resources 5,984.82 9,965.07 Community Development 11,098.62 16,810.10 Engineering 12,816.19 19,743.15 Information Systems 9,109.00 14,295.52 Support Services 7,053.07 9,859.37 Police 104,850.61 156,766.44 Central Dispatch 16,522.84 27,409.56 Animal Control 2,258.40 3,641.60 Fire 94,645.75 140,966.45 Fire-Safer Grant 9,860.84 15,605.46 Emergency Preparedness 3,318.43 4,967.89 Streets 6,623.96 11,627.88 Stormwater/ROW Maint. 7,521.63 11,735.30 Park Maintenance 8,573.52 13,350.62 Community-Senior Center 3,012.30 4,708.24 Historical Museum 600.00 673.68 Economic Development 2,876.92 3,793.93 General Fund Total 342,835.58 517,386.61 Garage Fund Total 4,103.60 6,795.06 Ambulance Fund Total 24,710.22 36,871.92 Emergency 911 Fund Total - Worker's Compensation Total 1,512.80 1,820.88 Strong Neighborhoods 2,102.12 3,167.70 The City witiaut Eirnits. TO: The Honorable Mayor and City Council City of Owasso FROM: Karl Fritschen Community Development Director SUBJECT: Contract Amendment - 2011 CDBG funds for the Owasso Skate Park DATE: December 2, 2011 BACKGROUND: On July 19, 2011, the Owasso City Council approved the Skate Park Improvement Project as the 2011 CDBG Project and approved an agreement between the City of Owasso and the Indian Nation Council of Governments (INCOG) to facilitate the receipt and administration of any awarded CDBG funds. Because of the size and scope of the Skate Park Improvement Project, the staff explained that the use of the 2011 CDBG funds would serve as Phase 1 of a multi-phase project, and that future CDBG Funds or funds from other sources could be utilized for building the additional phases. Phase I will convert the modular equipment to permanent structures to accommodate varying sports and levels of expertise. The cost for the initial phase to the Owasso Skate Park was estimated to be between $110,000 and $125,000 dollars. PROPOSED CONTRACT AMENDMENT: INCOG informed the City that it would receive $108,114 for the 2011 CDBG funding cycle, with the understanding that any unused balance from the 2010 CDBG Funds (Rayola Park Project) could be applied towards the 2011 Skate Park project. INCOG Representatives submitted an amendment to the 2011 CDBG Contract for the City Council's consideration and appropriate action. This amendment will increase the original 2011 CDBG Project budget of $108,114 by $4,255.91; for a new contract total of $112,369.91. The increase in funding is due to the surplus funds remaining after the completion and final payment of the Rayola Park Improvement Project. RECOMMENDATION: The staff recommends City Council approval of an amendment to the 2011 CDBG Urban County Project Agreement between the City of Owasso and INCOG increasing the original budget of $108,114 by the surplus funds remaining in the 2010 CDBG Project and authorizing the Mayor to execute the amendment. ATTACHMENTS: A. 2011 CDBG Contract Amendment B. 2011 CDBG Contract, July 19, 2011 Contract For Public Improvements For Community Development Block Grant Program This Contract for Community Devel ent Block Grant ("CDBG") funds is made and entered into this day 2011 by and between Tulsa County ("COUNTY"), and the City of Owasso ("CITY"). This Contract shall be in effect the 1 st day of October 2011 and shall be in effect through the 31 st day of September, 2012. The Contract period may be extended by mutual agreement of both parties. WHEREAS, the Housing and Community Development Act of 1974, as amended (24 U.S.C. 93-383 et seq.), (the "Act"), provides that Community Development Block Grant, ("CDBG"), funds may be used for the support of activities that provide decent housing and suitable living environments and expanded economic opportunities principally for persons of low- and moderate- income; and, WHEREAS, CDBG Regulations 24 CFR 570.307(a) allow counties having a total combined population of 200,000 or more from the unincorporated areas and participating incorporated areas to qualify as an urban county; and, WHEREAS, a Cooperation Agreement between the County and the City has been executed for the purpose of participation in the Tulsa County Urban County Community Development Block Grant Program for Federal Fiscal Years 20112013; and, WHEREAS, the City desires to enter into a Contract with Tulsa County, as lead entity of the Tulsa County Community Development Block Grant Urban County Program (CFDA 14.218) pursuant to Title I of the Housing and Community Development Act of 1974, as amended; to receive an allocation of FY2011 Tulsa County CDBG Urban County funds for the purpose of public improvements; NOW THEREFORE, the parties do mutually agree as follows: Scope of Services The City shall be responsible for the oversight of a project titled "Improvements to Skate Park" to meet the objectives of the Community Development Block Grant program in accordance with the terms and conditions as set forth herein. The City agrees to perform those duties, obligations, and representations contained in its application to Tulsa County and to be bound by the provisions of its application, all amendments 1 thereto and all correspondence relating thereto, which were submitted to and accepted by Tulsa County in contemplation of this contract, said application being incorporated herein and made a part hereof by reference. II. Budget The City shall be allocated Tulsa County CDBG Urban County funds from the following fiscal year: FY2011 $108,114,00 III. Method Of Payment a. Payment will be made to the City on either a reimbursement of paid invoices basis or submission of actual payable invoices. The City shall submit a "Request for Funds" form to the program administrator, INCOG, for approval and payment by Tulsa County. b. City will maintain proper financial records for the project, which the County reserves the right to inspect on a periodic basis. C. In no event will the total compensation to be paid hereunder exceed the expressly agreed maximum sum of One Hundred and Eight Thousand One Hundred Fourteen dollars ($108,114.00) for all services required. V. Reversion of Assets After reconciliation of the project books and submittal of remaining unpaid claims to the County, the City shall return any unused CDBG funds within 30 days of the date this agreement terminates or expires. GENERAL TERMS AND CONDITIONS Subcontract Notification Provision None of the work and services covered by this contract may be subcontracted without written consent of the County. Any work or services subcontracted hereunder shall be specified by written agreement and shall be subject to each provision of this agreement. In no event will the City incur any obligation on the part of the County. Modification This contract is subject to such modification as may be required by federal or state law or regulations. The work and services to be performed and the total contract amount may be modified only upon written agreement of both parties. Disputes, Interpretation, Remedies a. In the event the parties fail to agree on interpretations of this contract, the details of such disagreement shall be forwarded to the legal counsels of both parties for review and recommendation and such recommendations forwarded to HUD, who shall make the final determination. b. Neither forbearance nor payment by the County shall be construed to constitute waiver of any remedies for any default or breach by the City that exists then or occurs later. Severability Clause If any provision under this contract or its application to any person or circumstance is held invalid by any court of competent jurisdiction, such invalidity does not affect any other provision of this contract or its application that can be given effect without the invalid provision or application. Hold Harmless Clause City shall, within limitations placed on such entities by any law, hold harmless the United States government, its agents, officers, and employees and the County, its agents, officers, and employees from all claims and actions, and all expenses defending same, that are brought as a result of any injury or damage sustained by any person or property which injury or damage is legally determined to be caused by any act or omission of City committed within the performance of its duties under this contract. City shall, within limitations placed on such entity by any law, hold harmless the United States government, its agents, officers, and employees and the County, its agents, officers and employees from any claim or amount recovered as a result of infringement of patent trademark, copyright, or from any claim or amounts arising or recovered under Workers' Compensation Laws, to the extent such claims arise out of acts committed in furtherance of this contract. In any agreement with any sub-recipient or any agent for City, City will specify that such sub-recipient or agents shall hold harmless the United States government, its agents, officers, and employees, and the County its agents, officers and employees for all the herein before described expenses, claims, actions, or amounts recovered, which is legally determined to be caused by this sub-recipient or agent in the performance of their duties relating to this contract. Personnel a. The City represents that it will secure all personnel required in performing the services under this contract. Such personnel shall not be employees of or have any contractual relationship with the County. b. The City has full responsibility for payment of worker's compensation insurance, unemployment insurance, social security, state and federal income tax and any other deductions required by law for its employees. C. All of the services required hereunder will be performed by the City or under its supervision and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform Such services. Termination of Contract for Cause If, through any cause, the City shall fail to fulfill in a timely and proper manner his/her obligations under this contract, or if the City shall violate any of the covenants, agreements, or stipulations of this contract, the County shall thereupon have the right to terminate this contract by giving written notice to the City of such termination and specifying the effective date thereof, at least 15 days before the effective date of such termination. In such event, the City shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Not withstanding the above, the City shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the contract by the City. Termination of Contract for Convenience Either the City or the County may terminate this contract at any time by giving at least 15 days notice in writing to the other party. If the contract is terminated as provided herein, the City will be paid for the services provided and all allowable expenses incurred up to the termination date. Conflict of Interest No member of the governing body of the City, and no other officer, employee, or agent of the City who exercises any function or responsibility in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this agreement, and the City shall take appropriate steps to assure compliance. Interest of City and Employees The City covenants that it presently has no interest and shall not acquire interest, direct or indirect, in the project area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The City further covenants that in the performance of this agreement no person having any such interest shall be employed. Reports and Information The City, at such times and in such forms as the County may require, shall furnish the County such periodic reports as it may request pertaining to the work or services undertaken pursuant to the contract, costs and obligations incurred or to be incurred in connection there with and any other matters covered by this contract. City shall furnish the County narrative reports and financial reports related to the elements of this contract in the forms and at such times as may be required by the County or federal grantor agencies. Compliance with Local Laws The City shall comply with all applicable laws, ordinances and codes of the state and local governments. Copyright No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the City. Records and Audits City shall retain all books, documents, papers, records, and other materials involving all activities and transactions related to this contract for at least five (5) years from the date of submission of the final expenditure report or until all audit findings have been resolved, whichever is later. City shall, as often as deemed necessary by the County, permit authorized representatives of the County and its Auditors, the U.S. Department of Housing and Urban Development, the federal or state Department of Labor and the U.S. Comptroller General to have full access to and the right to fully examine all such materials. The City shall comply with OMB circulars A-110 and A-122 requirements, where applicable. The OMB circulars are hereby made a part of this contract. The City shall provide a copy of its annual audit to the County for the periods of these CDBG funds within the earlier of 30 days after the City's receipt of the auditor's report or nine months after the end of the audit period. Federal Funds in Excess of $500,000 If the City expends $500,000 or more in a year in Federal awards from all sources, the City shall comply with OMB circular A-133 requirements and have a Single Audit conducted. This OMB circular is hereby made a part of this contract. The City shall provide a copy of its A-133 audit to the County for the periods of these CDBG funds within the earlier of 30 days after the City's receipt of the auditor's report or nine months after the end of the audit period. Anti-Kickback Regulations The City shall comply with all applicable anti-kickback regulations covered under the Department of Labor Regulation 29 CFR, Part III. Equal Employment Opportunity The City shall comply with the following equal opportunity requirements as part of CDBG assurances: a. Civil Rights Act of 1964, Title VI City shall comply with Title VI of the Civil Rights Act of 1964, which provides that no person in the United States shall on the grounds of race, religion, color, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives federal financial assistance. b. Housing and Community Development Act of 1974, Section 109 City shall comply with Section 109 of the Housing and Community Development Act of 1974, which provides that no person in the United States shall on the grounds of race, color, religion, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded under the Act. C. Housing and Urban Development Act of 1968, Section 3 City shall comply with Section 3, which provides that to the greatest extent feasible, training and employment opportunities shall be made available to lower-income residents of the unit of local government or metropolitan area (or non-metropolitan county) in which the project is located and that contracts be awarded to small businesses located within or owned in substantial part by residents of the same metropolitan area (or non-metropolitan county) as the project. d. Affirmative Action City shall take affirmative actions steps to contract with small and minority owned firms and women business enterprises in a part of the requirements of 24 CFR Part 85.36 or 24 CFR Part 570, Sub- part J. Affirmative Actions steps include, but are not limited to, the following: Including qualified small, minority and women business enterprises on solicitation lists. 2. Assuring that small, minority and women business enterprises are solicited whenever they are potential sources. 3. When economically feasible, dividing total requirements into smaller tasks or quantities to permit maximum small, minority and women business enterprises participation. 4. Where the requirement permits, establishing delivery schedules which will encourage participation by small, minority and women business enterprises. 5. Using the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise of the U.S. Department of Commerce and the local minority business development center that assists with management and technical aspects and maintains a directory of minority contractors, suppliers and vendors. Labor Standards a. The City shall comply with the requirements of Davis-Bacon Act (40 USC Section 276a-276a-5), which requires payment of the prevailing wage for the locality to workers on construction contracts over $2,000. Housing rehabilitation projects of fewer than eight units are exempt. Regulations are at 29 CFR, Part 5. The City further certifies that it shall include in its bidders' packages the U.S. Department of Labor Wage Determination List and a statement that the Contractor and any subcontractors must comply with these wage rates in performance of the work required. b. Copeland (Anti-Kickback) Act (18 USC Section 874, 40 USC Section 176c), which applies to all contracts covered by Davis- Bacon and provides that workers must be paid weekly, with only permissible deductions allowed. Regulations are at 29 CFR, Part 3; C. Contract Work Hours and Safety Standards Act (40 USC Section 327, et seq.) which requires overtime compensation. Regulations are at 29 CFR, Part 5. Acquisition and Relocation Uniform Relocation Assistance and real Property Acquisition Policies Act of 1970, as amended (P.L. 91-646, P.L. 100-17) Section 305 of Title III and Section 210 of Title 11 require State and local recipients to comply with real property acquisition and relocation requirements set forth in said Act. Regulations are at 49 CFR, Part 24. Age Discrimination Act of 1975 City shall comply with the provisions of the Age Discrimination Act of 1975, which prohibits discrimination on the basis of age in the delivery of services and benefits supported by federal funds. Americans With Disabilities Act of 1990 City shall comply to the extent required with the provisions of the Americans with Disabilities Act of 1990 which prohibits discrimination on the basis of disabled status in any publicly funded program and activity. Rehabilitation Act of 1973, Section 504 City shall comply with the provisions of Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination on the basis of handicap in any programs or activities receiving federal financial assistance. IN WITNESS WHEREOF, the City and County have executed this contract as of the date first written above. City of Owasso, Oklahoma By"17 Mayor f7.; 7Y7 y4! `j .3 ATTEST: 'SEAL City Clerk a Approved: Cit Attorney Tulsa County Board of Commissioners 1 By Chair \`~~1111111 I1/~~~ CD: U -I C P1erk . Amwft The City wit7aut Limits. TO: The Honorable Mayor and City Council City of Owasso FROM: Scott Chambless Deputy Chief of Police SUBJECT: Acquisition of Self Contained Breathing Apparatus for Police Personnel DATE: December 2, 2011 BACKGROUND: The State of Oklahoma is one of the leading states in the manufacturing of methamphetamine. Methamphetamine is a highly addictive drug that can be manufactured from simple ingredients that can be purchased from local merchants. Methamphetamine labs are very dangerous due to the toxic gases that are produced and are highly explosive. These toxic gases also pose serious health risks such as cancer, severe damage to the lungs or other major organs, and even death. During the years 2010 and 2011, the Owasso Police Department responded to twelve different incidents that involved methamphetamine labs. During this same time period, Owasso Police Officers arrested twenty-seven persons for endeavoring to manufacture methamphetamine or for being in possession of the ingredients to manufacture methamphetamine. Because of the above stated health risks, proper equipment is critical to help ensure the safety of officers. The FY 2012 Budget included $36,000 for the purchase of protective equipment for the department's Clandestine Laboratory Technicians. The equipment needed includes protective suits, chemical gas indicators, and self contained breathing apparatus (SCBA). The protective suits prevent harmful chemicals from coming in contact with the officer's skin. The chemical gas indictors allow the officer to test the air in confined spaces to determine if the air is safe to breath. The SCBA allows the officers to breath clean air in contaminated environments. Due to the expense of SCBAs, it is necessary to procure them through the competitive bidding process. REQUEST FOR BID: In August of 2011, bid specifications were sent to six different SCBA vendors which identified required specifications for five SCBAs and supporting equipment. Only one vendor, Simmons Law Enforcement Incorporated, submitted a bid. The proposal was rejected due to it exceeding the amount budgeted for SCBAs. The bid specifications were modified by reducing the number of spare tanks for the SCBAs. The revised bid specifications for five SCBAs and supporting equipment was then sent to the same six vendors. Only one vendor, Simmons Law Enforcement from Lee's Summit, Missouri, submitted a bid in the amount of $28,173.70 for the AVON brand of SCBA. The AVON system meets the specifications outlined by the department. Some facts related to the AVON SCBA equipment include: • AVON is the predominant system used by Federal Law Enforcement and the United States Military. • AVON is the predominant system used by European Law Enforcement and Military. • AVON is the system utilized by the Tulsa Police Department's SWAT Team and Bomb squad. FUNDING: Funding for the purchase of five Self Contained Breathing Apparatuses is contained within the FY 2012 Police Services Budget. RECOMMENDATION: Staff recommends City Council approval of the bid from Simmons Law Enforcement Incorporated for five Self Contained Breathing Apparatuses and supporting equipment in the amount of $28,173.70, and authorization for the City Manager to execute the equipment purchase. ATTACHMENTS: 1. Simmons Law Enforcement Proposal CITY OF OWASSO OWASSO POLICE DEPARTMENT SPECIFICATIONS AND BIDDING The City of Owasso, Oklahoma is accepting bids for the purchase of Five (5) Self Contained Breathing Apparatus (SCBA) for use in Hazmat/CBRN Environments delivered to the Owasso Police Department. GENERAL SPECIFICATIONS It is the intent of these specifications and requirements to obtain bids on Five (5) Self Contained Breathing Apparatus (SCBA) for use in Hazmat/CBRN environments to meet the local needs of the purchaser, and to obtain bids that may be easily and completely evaluated on an equal competitive basis. Because of the wide variances in types, configurations, options, and models available in the industry, the purpose of these specifications is to set a standard by which all proposals received may be evaluated, studied, and compared equitably. Vendors are required to RETURN ONE (1) COPY of the specifications, correctly furnishing all information required, and answer all questions attached. Any requested data, literature, drawing, etc., and detailed written lists of exceptions taken must also be enclosed. Since bids from a number of suppliers are anticipated, the purchaser cannot be expected to be familiar with all various technical details of all vendors' products; the only adequate method of evaluation will be to compare in this format. Vendors are cautioned that failure to submit proposals in the form specified herein will be grounds to reject vendor's proposal and remove bid from consideration. Any questions for clarifications shall be directed in writing to Deputy Chief Scott Chambless, Owasso Police Department, 111 N. Main, Owasso, OK. 74055. Responses will be furnished in writing to all prospective vendors. INSTRUCTIONS TO BIDDERS A. BIDS Each bid shall be legibly written or printed in ink on the form provided in this bound bid document. No alteration in bids, or in the printed forms thereof, by erasures, interpolations, or otherwise, will be accepted unless each such alteration is signed or initiated by the bidder. If in any bid, or in the form on which it is submitted, shall be made after the bid has been submitted. All addenda to the bid documents, properly signed by the bidder, shall accompany the bid when submitted. B. WITHDRAWAL OF BID No bidder may withdraw a bid after the date and hour set for opening. A bidder may withdraw a bid any time prior to expiration of the period during which bids may be submitted, by a written request signed in the same manner and by the same person who signs the bid proposal. C. ACCEPTANCE AND REJECTION OF BIDS The City of Owasso reserves the right to accept the bid which, in its judgment, is the best bid, to reject any or all bids, and to waive irregularities and informalities in any bid. Bids received after the specified time of opening will be returned unopened. SPECIFICATIONS FOR BID AND DELIVERY 1. SCOPE: Bids are solicited from all recognized manufactures of such Self Contained Breathing Apparatus and Ancillary Equipment for use in Hazmat/CBRN Environments that have been NIOSH And Title 42 Code of Federal Regulations (CFR) Part 84 certified for use in Hazardous material and Chemical Biological Radiological Nuclear environments and that comply or exceed, with the following terms, specifications, and conditions. LA The manufacturer/vendor must carry workman compensation insurance for all its employees and shall include a copy of appropriate documentation to show compliance with your bid. LB Any bidder taking no exception to this specification will be required to include with his bid a list of users with the current phone numbers and contact person. This list will be required to contain a minimum of ten (10) users who currently own SCBAs and ancillary equipment sold or manufactured by the bidder. This agency does not intend to purchase any prototype equipment. If you bid no exception to any item, you must show proof of bidder's ability to provide or to have provided this product. 2. COMPARISON: These specifications are intended to provide a common standard to which all vendors shall bid. For this reason, all items that are not complied to must be indicated by checking "ALTERNATIVE", failure to do so may result in disqualification of the bid process. If the bidder is not going to furnish the item exactly as described in this specification, he must indicate a deviation. For each deviation taken, the bid must include a detailed technical description of what will be furnished as well as a full explanation of why the deviation equals or exceeds the item in the specifications. 3. DEVIATION: Any deviations to these specifications must be stated in writing and attached to the BID PROPOSAL FORM. Each deviation (by page number and paragraph/subparagraph number), with explanation and detailed description of the item or items the bidder wishes to substitute. Exceptions to construction, quality, and testing as listed herein are for references only; while it is assumed some bidders will wish to substitute some items, no substitutions will be permitted unless bidder complies with the above procedure when bidding so that a fair comparison may be made. 4. SUBSTITUTIONS: All substitutions shall be "equal to" or "greater than" the items specified and include full detailed information to enable purchaser to determine suitability. Purchaser or its designated shall only be in writing attached to the final contract and/or purchase order. Unless the exceptions granted are acknowledged by purchaser in writing at the time of order, such exemptions shall not be accepted at the time of delivery, and the delivered product shall be expected to conform to every detail of these specifications, or suffer rej ection. 5. CERTIFICATION & DOCUMENTATION: Bidder must include with each proposal, documentation that the Self Contained Breathing Apparatus submitted have received NIOSH Certification (National Institute of Occupational Safety and Health) for CBRN (Chemical, Biological, Radiological, Nuclear) use. Also documentation of submitted SCBA having met or surpassed testing expectations at the U.S. Army Research, Development and Engineering Command's Edgewood Chemical Biological Center for use in Hazardous Materials, and CBRN (Chemical, Biological, Radiological and Nuclear) environments. No bid may be withdrawn, modified, or otherwise changed once the bids have opened. It will be assumed that each bidder has thoroughly and completely familiarized themselves with these specifications at the time of the bid. Once a bid has been submitted, modifications will not permitted. Simply stated, if any item, feature, option, etc. is not stated in writing in the bidders' proposal, it will not be considered. Bidders are cautioned that verbal or written modifications to already opened bids are neither valid or considered ethical and the comparison and selection of bid award will proceed only from what is stated in the bidder's written proposal. Purchaser reserves the right to reject any or all bids, and to determine the proposal deemed in the best interest of purchaser from among those timely and properly submitted, in accordance with these specifications. Lowest bid, while a major consideration, will not govern the purchase. Bid award will be made from all considerations such as quality, conformance with these specifications, service facilities, and experience of bidder, suitability for particular use, as well as initial cost to purchase, plus quality and completeness of vendor's proposal. b. SERVICE, QUAT ITATIVE FIT TESTING AND TRAINING Bidder shall include with bid the location of the nearest service center. Should factory service or repair be required for any of the bid equipment, bidder shall show proof that replacement equipment can be provided within five business days. Winning bidder shall conduct on site qualitative fit testing to ensure fitment to the Officers who will be utilizing the equipment prior to delivery. Bid price shall include a minimum of eight (8) hours of training in the proper use, care, and repair of the Self Contained Breathing Apparatus (SCBA) and Ancillary Equipment; said training shall be performed at a time and location convenient to the purchase end user. 7. Delivery and Inspection Delivery and inspection will occur at the City of Owasso Police Department and payment for such Self Contained Breathing Apparatus (SCBA) and Ancillary Equipment for use in Hazmat/CBRN environments will be at the discretion of the City of Owasso within 30 days of the delivery. Delivery will be made at no additional charge to the City of Owasso. Acceptance and payment is incumbent upon all specifications and/or criteria identified being met by the bidder at the time of delivery. The City of Owasso reserves the right to reject any delivered Self Contained Breathing Apparatus (SCBA) and Ancillary Equipment for use in Hazmat/CBRN environments that does not meet identified specifications or criteria. _ ""V~`^t,~......~ ~q~' `twr,~c ' `tti.,r,~ ro0. v~ w.J6a.~ p f o J 1~•t,) : o~`~ ~uv/3. •.A Avdfij Prot-J'-V^ y"j%U et oJ',ik' (8) 1'~~v4i J~ 'tC~~ ~~n~'•~ . SPECIFICATIONS FOR BID AND DELIVERY A. Five (5) individual Specialist SCBA Responder Fits shall consist of the following: (.=Ill items shall be tactical in appearance and suitable for use in hazmat environments that could range from clandestine drug labs to CBRN incidents,) 1. Twin Port mask. COMPLY NOT COMPLY ALTERNATIVE 2. Mask must be useable as an APR (Air Purifying Respirator) as well as a supplied air mask. COMPLY X NOT COMPLY ALTERNATIVE 3. User selectable between APR (Air Purifying Respirator) and supplied air both positive pressure and on demand mode. COMPLY 9 NOT COMPLY ALTERNATIVE 4. Must be user configurable as to location side to side of air inlet and filter cartridge. COMPLY X NOT COMPLY ALTERNATIVE 5. Clear Impact resistant Outer lens protective cover. COMPLY a( NOT COMPLY ALTERNATIVE 6. Tinted impact resistant outer lens protective cover for use in sunlight. COMPLY y- NOT COMPLY ALTERNATIVE 7. NIOSH approved CBRN (Chemical Biological Radiological Nuclear) Filter rated to provide suitable protection against the following: Ammonia, Arsine, Asbestos, Bacteria, Benzene, Blister Agents, Carbon Disulphide, Carbon Tetrachloride, Chlorine, Chlorine Dioxide, Chloroacetophene, Chloropicrin, o-Chlorobenzylidene Malonitrile (CS), Cyanogen, Cyanogen Chloride (CK), Cyclohexane, Florine, Formaldehyde, Hydrogen Chloride, Hydrogen Cyanide (AC), hydrogen Sulfide, Lewisite, Mustard (HD), Nerve Agent, Nitrogen Dioxide, Nuisance dusts and odors supplied with each unit. COMPLY X NOT COMPLY ALTERNATIVE 8. NIOSH 42CFR84 approved Filter for use in filtering CS/CN/P 100 (o- Chlorobenzylidene Malonitrile, Cyanogen Chloride, and Particulates supplied with each unit. COMPLY NOT COMPLY ALTERNATIVE 9. Users Manual/instructions. COMPLY X NOT COMPLY ALTERNATIVE 10. Any specialty tools necessary for user reconfiguration of any part of the system. COMPLY X NOT COMPLY ALTERNATIVE 11. Integrated voice projection device. COMPLY NOT COMPLY ALTERNATIVE Lfteey- 12. Pricing shall be the same for X-Small tin tr COMPLY ) NOT COMPLY ALTERNATIVE B. Five (5) individual SCBA back packs, straps, belts, air bottle, gauge, and hose assembly, which at minimum shall include/contain: 1. Back Pack frame For use with 60 minute High Pressure Carbon Bottles. COMPLY NOT COMPLY ALTERNATIVE 2. High Pressure (4500 PSI) 60 min Carbon Bottle (Black Tactical). COMPLY X NOT COMPLY ALTERNATIVE 3. Buddy rescue system hose assembly. COMPLY K NOT COMPLY ALTERNATIVE 4. Rolling Bag or Case which will contain the SCBA back pack, air bottle and mask assembly as well as associated accessories in separate secure compartments, containers or bags. COMPLY X NOT COMPLY ALTERNATIVE 5. Straps and Belts, (tactical black in color). COMPLY u NOT COMPLY ALTERNATIVE 6. Chest mounted pressure gauge. COMPLY )e NOT COMPLY ALTERNATIVE 7. Visual and/Or Audible Low Air Warning (Audible warning must be silenceable). COMPLY NOT COMPLY ALTERNATIVE C. Ancillary Equipment: 1. Five (5) individual Radio interface systems which shall consist of the following: a. Tactical bone conduction headset. COMPLY X NOT COMPLY ALTERNATIVE b. Dual vibrators for Receiving Transmissions. COMPLY x NOT COMPLY ALTERNATIVE c. Waterproof, noise canceling microphone (microphone mounted inside of mask). COMPLY 2( NOT COMPLY ALTERNATIVE d. Water resistant inline quick disconnect. COMPLY- NOT COMPLY ALTERNATIVE e. Push to talk assembly (Configured to be accessed while wearing gloves). COMPLY NOT COMPLY ALTERNATIVE f. Electronic communications cable interface/connector assembly (long coiled cable kit (Specific to the mask and our Motorola XTS 2500 Radios, must be NIOSH Approved). COMPLY NOT COMPLY ALTERNATIVE 2. Accessories: 1. One (1) Vision correction assembly (prescription corrective lens mount) specific to the APR/SCBA mask. COMPLY - < NOT COMPLY ALTERNATIVE 2. APR/SCBA mask carrier/bag to protect the APR/SCBA mask designed to be attachable to a belt or tactical vest, tactical black in color. COMPLY _ W NOT COMPLY ALTERNATIVE 3. Twenty Eight (28) spare NIOSH approved CBRN (Chemical Biological Radiological Nuclear) Filters rated to provide suitable protection against the following: Ammonia, Arsine, Asbestos, Bacteria, Benzene, Blister Agents, Carbon Disulphide, Carbon Tetrachloride, Chlorine, Chlorine Dioxide, Chloroacetophene, Chloropicrin, o-Chlorobenzylidene Malonitrile (CS), Cyanogen, Cyanogen Chloride (CK), Cyclohexane, Florine, Formaldehyde, Hydrogen Chloride, Hydrogen Cyanide (AC), hydrogen Sulfide, Lewisite, Mustard (HD), Nerve Agent, Nitrogen Dioxide, Nuisance dusts and odors. COMPLY] NOT COMPLY ALTERNATIVE 4. Sixteen (16) NIOSH 42CFR84 approved Filters for use in filtering CS/CN/P100 (o-Chlorobenzylidene Malonitrile, Cyanogen Chloride and Particulates. COMPLY Y NOT COMPLY ALTERNATIVE E. Long Term Support 1. Will bidder be able to provide annual qualitative Fit Testing at our facilities? Yes No Cost per Officer annually $ 2. Will bidder be able to provide Hydro testing of air bottles services at bidders facilities? Yes No X_ Cost per Bottle per test $ BID PROPOSAL - SUBMITTAL PAGE FIVE (5) SELF CONTAINED BREATHING APPARATUS (SCBA) AND ANCILLARY EQUIPMENT FOR USE IN HAZMAT/WMD ENVIRONMENTS. TOTAL BID: $ .28, j13.Z0 I hereby acknowledge that I have read the requirements and specifications and that I am legally bound by the statements in those specifications and on this Bid Proposal - Submittal page. Name of Manufacturer: AV O)J p fe~~ ~ ~ ~ ~ S• u ~ Name of Vendor/Bidder: L--, ~ Printed Name of Person Authorized to Sign: 752w"., in - P, C l Signature: Title Vendor/Bidder's Address: k$13-1 !SW M.,%,J Sir Vendor/Bidder's Phone Number: Ili, - 1y1. %On BID OPENING: November 2, 2011 @ 4:30P.M. SU0*0NS L1813-2 SW ee's Summit, Market Street Lee's mit, MO 64082 Law Enforcement, Inc. www.SimmonsLE.com Reference List 1. Tulsa Police Department Bomb Squad (Tulsa, OK)- Sgt. Jacob Thompson 918-838- 5070 2. Dallas Police Department SWAT (Dallas,TX)- Sgt. Lawrence Nichols 214-671-0001 3. Weld County Sheriff's Office (Greeley, Co) - Sgt. Jeff Mathews 970-356-4015 4. Bexar County Sheriff Office (San Antonio, TX) - Louis Lopez- 210-206-8533 5. Arlington Police Department SWAT (Arlington,TX)- Paul Long 682-551-6905 6. Sioux Falls Police Department (Sioux Falls, SD)-Jami Dubbs 605-978-6648 7. St. Charles County Sheriff Office (St. Charles County, MO) - Dave Cathey 314-393- 8379 8. St. Louis County Police Department (St. Louis County, MO) - Sgt. John Blake 314- 267-4963 9. St. Louis Metro Police Department (St. Louis, MO) - Lt. Ed Smoote 314-562-2302 10. St. Claire County Sheriff Department (St. Claire County, IL) - Lt. Kurt Eversman 618-781-0924 the City'Vitiaut Limits. TO: The Honorable Mayor and City Council City of Owasso FROM: Tim Doyle Public Works - General Services Superintendent SUBJECT: Purchase of Streets Division Vehicle DATE: December 2, 201 1 BACKGROUND: The Public Works Department staff annually assesses the motor fleet in order to determine the safety and reliability of the vehicles assigned to the Department. These evaluations are used as the basis for vehicle replacement and Public Works budgeting. Included in the FY 2012 budget, the staff proposed the rotation of one 1996 Dodge pickup truck in the Streets Division from daily usage to be used as a back-up vehicle. This vehicle is used to transport staff, equipment, and materials to job sites. The vehicle has 130,000 miles and the parts and maintenance costs have increased significantly over the last three years. PROPOSED ACTION: Staff proposes the purchase of a 2012 Ford F350, 4 wheel drive, extended cab pickup truck using the Oklahoma State Bidding List of approved vehicles. The truck will be equipped with the basic XL package with the addition of a light bar, spray-in bed liner, snow prep package, skid plate, and running boards. In addition, the proposed vehicle will be converted to compressed natural gas (CNG). The conversion will be funded by grant funds received by the City of Owasso, as administered by the Support Services Department. FUNDING: The Public Works, FY 201 1-2012 Streets Division Budget includes $29,350 for the procurement of a pickup truck. RECOMMENDATION: Staff recommends City Council approval to purchase one 2012 Ford F350 pickup in the amount of $29,214.00 from Bill Knight Ford of Tulsa, Oklahoma per the Oklahoma State Bid. ATTACHMENT: A. Bill Knight Ford State Bid Quote. ATTACHMENT A i . c. f$ ~ ..r ~ ,i~. V. •~t :~>o yea, - % Y 0010, An Thy City Wit c~v} Limits_ TO: The Honorable Mayor and City Council City of Owasso FROM: H. Dwayne Henderson P.E. City Engineer SUBJECT: E. 86th Street North (Main to Memorial Road) Owasso Local Match Funding - Additional Funding DATE: December 2, 2011 BACKGROUND: In 2005, Tulsa County voters approved a million dollar ($1,000,000) expenditure (under the "4-to- Fix the County" program) as matching funding for the widening of E. 86th Street North between Main Street and US Highway 75. Funding for the work from Main to Memorial was proposed under "FY 2006 Transportation Improvement Program (TIP) Amendment" for submittal to ODOT for inclusion in the Statewide TIP. This allocation of additional TIP funding for E. 86th Street North will construct the widening project from Main Street to N. Memorial Road. Since the project was added to the funding list, Tulsa County, through the "4-to-Fix the County" program, funded the design engineering for the project. The project has been designed, right- of-way has been acquired, private utilities have been relocated and the construction of the project is expected to begin in early 2012. In September 2011, ODOT sent an agreement to the City of Owasso with a funding breakdown for the roadway construction portion of the project and a separate estimate for the signalization of the 86th Street North and Memorial intersection. The breakdown was based on the engineer's construction estimate provided by CH2 Engineering, Tulsa Oklahoma. The roadway construction estimate of $5,722,822 included $334,441 in construction administration and was based on an 80% federal to 20% local match. The signalization estimate of $103,349 was based on 100` federal funding. The 20% local match required by ODOT was $1,593,795, based on an estimate provided by C2A (Owasso's consultant) and accepted by ODOT. $832,538 was obligated by Tulsa County (The original $1,000,000 committed minus $167,462 for engineering design) and $761,257 was provided by the City Of Owasso. Council approved this action at the October 4, 2011 Council Meeting. The funds were provided to ODOT before the letting of the project. BID ANALYSIS: On November 17, 2011, ODOT opened bids for the project. The bids were developed with cost plus time bidding (often referred to as "A + B" bidding) with incentives. A+B bidding with incentives is used on projects where slowing or closing traffic has a negative impact on the area Additional Funding E. 86th Street North (Main Street to N. Memorial Road) Page 2 of 3 of the construction. Each contractor was required to submit an A + B bid proposal for the construction of this project. The "A" portion of the Contractor's bid included a price for each unit listed on the schedule of prices. The "B" portion of the bid includes the number of calendar days the Contractor will require to achieve substantial completion of the project. The value of time bid ("B" Bid) is used to compute the total bid (A+B) for the purpose of comparing bids received and for determining the lowest bid. The "B" portion of the bid also establishes the number of calendar days the Contractor has to achieve substantial completion of the project and is used for purposes of computing incentive payments and disincentive damages. The number of days bid must be less than or equal to the maximum number of days authorized for the "B" bid for substantial completion of the project or the bid will be considered non- responsive. If the Contractor is the successful bidder for the project and is awarded the Contract, the Contract will reflect only the extended sum of the unit prices bid by the Contractor as the "A" portion of the bid as the Contract amount. On this project the anticipated construction time was 276 days. BECCO proposed to complete the project in 216 day, 60 days ahead of schedule. ODOT made an allowance of $3,000 per day for the value of each day in the proposed bid. Therefore, BECCO's time bid equated to: 216 calendar days x $3,000 per day = $648,000 (as mentioned above, the $648,000 is the value of time and not a cost to the project). Their overall bid was $6,953,717.61 (A) + $648,000 (B) _ $7,601,717.61. The overall bid results are as follows: BIDDER BECCO APAC-Central McGuire Brothers Const. Inc. Paragon Contractor's, LLC. Sherwood Const. Co., Inc. (A) Construction $6,953,717.61 $7,638,820.96 $7,710,665.19 $7,874,614.74 $7,986,046.56 B Time + 216 x $3,000/day + 240 x $3,000/day + 240 x $3,000/day + 240 x $3,000/day + 240 x $3,000/day Total A+B Bid $7,601,717.61 _ $8,358,820.93 _ $8,430,665.19 _ $8,594,614.74 $8,706,046.56 For the incentive portion of the project, a value was assigned for each calendar day for construction of the project. The Contractor will be paid an incentive equal to this rate ($3,000/day) for each day the contractor substantially completes the project before the expiration of the number of days bid as the "B" portion of Contractors bid (not to exceed the maximum 60 days specified). Even though the construction bid is $6,953,717.61, an incentive has been assigned by ODOT to the contractors to finish ahead of the 216 Calendar days. If the contractor completes the project before the 216 days, the contractor will earn $3,000 a day for each day for a maximum of 60 days. Therefore, if the project is completed in 200 days, the contractor will be rewarded with $3,000 x 16 days = $48,000 (80% of that being ODOT funds and 200 local). If the project is constructed in 186 days, then the incentive pay is $3,000 x 30 days = $90,000 (80% of that being ODOT funds and 20% local). Therefore, the maximum incentive (60 days) is $180,000. 200 of this amount (local cost) could be an additional $36,000, due at the end of the project, if the contractor completes the project 60 days earlier than their bid. Additional Funding E. 861h Street North (Main Street to N. Memorial Road) Page 3 of 3 ADDITIONAL FUNDS NEEDED: The initial local match to construct the project was estimated at $1,593,795 (see Attachment A) as mentioned above. However, the actual bid results using BECCO's bid (see Attachment B) result in a project increase. Therefore, the local match portion has increased to $1,726,464.94. This is an increase of $132,669.94 (with a maximum of $168,669.94 with the incentive pay) and must be paid before ODOT will issue a work order for the project (See Attachment C for ODOT supplemental Invoice). FUNDING: The Capital Improvements Fund line item for the East 86 Street North Widening Project (Main to Memorial) has sufficient funds remaining to pay for this additional cost. RECOMMENDATION: Staff recommends City Council approval of a payment to ODOT in the amount of $132,669.94 for the 86th Street North between Main Street and Memorial Road project. ATTACHMENTS: A. Site Map for Project B. Original ODOT Estimate C. Bid Results D. ODOT Invoice for Supplemental Funds Attachment A 0 w 116th ST N 106th ST N LL ti i 1.~ - . i.I 1 W a z W a W r tv T IY~1 1 1 rr .i :Ej r-. b~ 96th STN r1 - J~ 86th STN 9 1 11 ( ! _ ~v '~.'r~- I 7 th STN+Ti Owasso Public Works E 86th STREET N N Department En-incerinxDiv. WIDENING PROJECT P.O. 140 W _ E Owasso. OK 74055 918.272.4959 SITE MAP s ILI LxJG~,'lry'. Ci t~'OtOwfl 860.00117 Attachment B August 30, 2011 STP-172A(346)IG Owasso - Grade-Drain-Surface 861h St North - Main St to Memorial Item Final Estimate Est. Contract Admin Total Federal City Roadway $3,536,017.00 $212,161.02 $3,748,178.02 $2,998,542.42 $749,635.60 Construction $179,076.00 $10,744.56 $189,820.56 $151,856.45 $37,964.11 Staking $30,000.00 $0.00 $30,000.00 $24,000.00 $6,000.00 Bridge $1,125,741.00 $67,544.46 $1,193,285.46 $954,628.37 $238,657.09 Utility $517,547.00 $43,991.50 $561,538.50 $0.00 $561,538.50 Total $5,388,381.00 $334,441.54 $5,722,822.54 $4,129,027.23 $1,593,795.30 Federal Share 80.00% STPG-172A(396)IG - Owasso - Traffic Signals 86"' St North at Memorial Item Final Estimate Est. Contract Admin Total Federal City Roadway $0.00 $0.00 $0.00 $0.00 Construction $0.00 $0.00 $0.00 $0.00 Staking $0.00 $0.00 $0.00 $0.00 Traffic $97,499.45 $5,849.97 $103,349.42 $103,349.42 $0.00 Utility $0.00 $0.00 $0.00 $0.00 Total $97,499.45 $5,849.97 $103,349 $103,349 $0 Federal Share 100.00% Attachment C OKLAHOMA. DEPARTMENT OF TRANSPORTATION BID OPENING OF November 17, 2011 November 17. 2011 PROJECT NO.: STP-172A(346)IG J.P. NUMBER 2403704 CALL ORDER: 420 PROPOSAL NUMBER: 110525 COUNTY: TULSA HIGHWAY NO: CITY STREETS LENGTH: DESCRIPTION: GRADE, DRAIN, SURFACE AND BRIDGE.. LOCATION: CITY STREET (86TH STREET): FROM MEMORIAL DRIVE, EXTEND EAST TO MAIN STREET IN'THE CITY OF OWASSO. o. J BIDDERS AMOUNT I PARAGON CONTRACTORS, LLC $8,5941614.74 2 B & B BRIDGE COMPANY, LLC. 3 _ APAC CENTRAL INC. $8,358,820.96 4 MANHATTAN ROAD & BRIDGE COMPANY 5 MCGUIRF BROTHERS CONSTRUCTTON, TNC. $8,430,665.19 6 SHERWOOD CONSTRUCTION CO., INC. $8,706,046.56 . 7 BECCO CONTRACTORS, INC. S7,601,717.61 Attachment D OKLAHOMA DEPARTMENT OF TRANSPORTATION INVOICE Make check PAYABLE and MAIL TO: To: CITY OF OWASSO 'P O BOX 29 Oklahoma Department of Transportation Comptroller Division 200 N. E. 21 yt Street Oklahoma City, OK 73105-3204 T.L. 1 '1 A n')"In A, A nrI•Ir11 nib 3 uivlslon Name: Local C,overnment OWASSO, OKLAHOMA 74301-0329 Date: 11/22/11 Description - Explanation of Charge Price Each Total Due Date: DECEMBER 5, 201 1 STP-172A(346)IG / STPG-172A(396)IG GRADE, DRAIN BRIDGE & SURFACE / TRAFFIC SIGNALS 86th Street North - Memorial to Main BID AMOUNT (BECCO) $6,953,717.61 ESTIMATED CONTRACT ADMINISTRATION $414,823.06 TOTAL COSTS $7,368,540.67 (LESS FEDERAL FUNDS) -$5,642,075.73 OTAL LOCAL FUNDS REQUIRED $1,726,464.94 LESS LOCAL FUNDS ON DEPOSIT) -$1,593,795.00 ADDITIONAL LOCAL FUNDS NOW DUE $132,669.94 Invoice Total $132,669.94 accounting Use Only istribution of Copies: uchaser emit with Payment ivision Project File ivision Accounting ivision Aectg-Invoice File omptrol ler CMP'f-IV 6349 11/94 November 17, 2011 BID RESULTS STP-172A(346)1G Owasso - Grade-Drain-Surface 86th St North - Main St to Memorial Item BECCO Est. Contract Admin Total Federal City Roadway $4,174,244.80 $250,454.69 $4,424,699.49 $3,539,759.59 $884,939.90 Construction $333,000.00 $19,980.00 $352,980.00 $282,384.00 $70,596.00 Staking $40,000.00 $0.00 $40,000.00 $32,000.00 $8,000.00 BridgeA $1,642,189.00 $98,531.34 $1,740,720.34 $1,392,576.27 $348,144.07 Bridge B $295,208.00 $17,712.48 $312,920.48 $250,336.38 $62,584.10 Traffic $44,249.90 $2,654.99 $46,904.89 $37,523.92 $9,380.98 Utility $323,415.00 $19,404.90 $342,819.90 $0.00 $342,819.90 Total $6,852,306.70 $408,738.40 $7,261,045.10 $5,534,580.16 $1,726,464.94 Federal Share 80.00% STPG-172A(396)IG - Owasso - Traffic Signals 86th St North at Memorial Item BECCO Est. Contract Admin Total Federal City Traffic $101,410.91 $6,084.65 $107,495.56 $107,495.56 $0.00 Total $101,410.91 $6,084.65 $107,496 $107,496 $0 Federal Share 100.00% Totals $6,953,717.61 $414,823.06 $7,365,540.67 $5,642,075.73 $1,726,464.94 Incentive $180,000.00 $0.00 $180,000.00 $144,000.00 $36,000.00 Sum $7,133,717.61 $414,823.06 $7,548,540.67 $5,786,075.73 $1,762,464.94 MAXIMUM INCENTIVE = 60 DAYS X $3,000 PER DAY = $180,000 A-I T ty wit cut Limits. TO: The Honorable Mayor and City Council City of Owasso FROM: Tracy Townsend Patrol Captain SUBJECT: Budget Amendment DATE: December 2, 2011 BACKGROUND: Over the past two years, the Owasso Police Department has made several improvements in the area of specialized criminal investigations that involve undercover operations. The staff now has a need for additional equipment and services essential for undercover and surveillance operations, as well as services for computer and technology based criminal investigations. The specific equipment requested will be one Canon EOS Rebel T3i 18-55 mm IS camera with Canon 100- 400mm 4.5-5.6 telephoto lens, one Kodak EasyShare 7710 Digital Camera, one 4G Asus Tablet Computer, one computer data/air card, one portable digital video recording unit, one video/audio transmitting device with video/audio receiving equipment, and one self contained video surveillance system with long term battery and large data storage processor. Specific services needed are one year's airtime for a computer data card. In addition, funds will be used for the purchase of equipment/materials related to the K-9 Unit. These items are in line with current and accepted narcotic and technology based policing efforts. These purchases can be made with funds received as the department's share of the Tulsa County District Attorney's Revolving Drug Fund. This fund utilizes drug monies seized in the Tulsa County area. The funds are accumulated and a specific percentage is distributed to the participating agencies. On November 29, 2011, the department received a check from the District Attorney's Office in the amount of $8,300, which would fund these items and services. FUNDING: Funding is derived from the Tulsa County District Attorney's Revolving Drug Fund in the amount of $8,300. RECOMMENDATION: Staff recommends City Council approval of a budget amendment in the General Fund, increasing estimated revenues and increasing the appropriation for expenditures in the Police Services Department in the amount of $8,300.