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.