owasso, ok - official website | official website
TRANSCRIPT
TO: The Honorable Mayor and City Council
City of Owasso
FROM: Scott Chambless
Chief of Police
SUBJECT: Acceptance of Drug Enforcement Administration Forfeiture Funds
DATE: August 01, 2014
BACKGROUND:
The Owasso Police Department has received notification from the Drug Enforcement
Administration (DEA) that the department was the recipient of $30,953.69 of criminal asset
forfeiture money. The funding was made available as a result of criminal assets seized during
joint investigations with the DEA and officers of the police department. There are no restrictions
as to how the police department spends this funding.
Department staff has determined that the best use of the DEA distribution is for the procurement
of an equipped vehicle for the detective division. This vehicle is needed to replace a detective
vehicle that is inadequate for the current needs of the division. Any remaining funds will be used
for procuring other types of equipment or repair of existing equipment.
RECOMMENDATION:
Staff recommends City Council acceptance of the DEA asset forfeiture funds and approval of a
budget amendment increasing the estimated revenue in the General Fund by $30,953 and
increasing appropriation for expenditures in the Police Services budget by $30,953.
TO: The Honorable Mayor and City Council
City of Owasso
FROM: Christopher A. Garrett
Fire Chief
SUBJECT: Disaster Response Unit (DRU) Purchase
DATE: August 1, 2014
BACKGROUND:
In the past few years, the fire department has realized the need to provide more efficient
disaster response services to the community. Currently, the department provides basic
services until other regional/area advanced resources can arrive at the incident. Most of
the equipment used to deliver these basic services is housed in multiple trailers and in fire
station storage areas.
The current inventory of ambulance and fire suppression apparatus carry the maximum
amount of equipment possible. All apparatus are full to capacity with medical, fire
suppression, and the basic vehicle extrication equipment; therefore, it is not possible to
deploy any additional equipment on these apparatus.
Fire department protocol dictates that when emergency personnel arrive at an incident,
they assess the situation and determine the need for the disaster response equipment. If
the equipment is necessary in order to mitigate the hazard, additional department
personnel must gather the equipment or connect a trailer to an available tow vehicle
and proceed to the incident scene—a process that wastes critical, potentially life-saving
time.
To streamline the process of disaster and mass casualty response, the department is
recommending the purchase of a Disaster Response Unit (DRU). The primary function of
the DRU is to store equipment in one location affording quick deployment to an incident
scene. Essentially, the apparatus has multiple compartments throughout the length,
width, and height of the apparatus. This capacity provides the maximum amount of
equipment storage space. A cache of equipment will be housed on the apparatus for
mass casualty medical events, disaster response, hazardous materials operations, and
technical rescue incidents.
The consolidation of such specialized equipment will allow the department to meet the
expectations of the community during a mass casualty incident or a natural or man-
made disaster in a more efficient manner. Because of the unit’s specialized design and
purpose, it will neither duplicate the department’s current inventory of apparatus nor
replicate operational capabilities.
BID PROPOSALS:
To ensure the department received the best value and the most reasonable cost
apparatus, staff developed a bid proposal package that vendors would likely submit a
variety of bids for the delivery of a DRU apparatus to the City of Owasso. Bid packages
were mailed to seven vendors on July 14, 2014. Bids were opened on July 21, 2014 at
2:00 pm. The department received two letters of “No intent to bid,” and bids from four
vendors, bidding six different apparatus.
A thorough review of each submitted bid package was conducted. All the bid
packages were complete, and most met the minimum criteria specified by staff. There
were variances in the options of the apparatus that each vendor chose to submit for
consideration.
BID SYNOPSIS
Pierce New, Final price $320,443.15
4 door, 4x4 wheel drive, International 2015 cab, front axle 14,000 lb., rear axle
23,000 lb., GVW 35,000 lb., generator 15,000 watt, light tower 6,000 watt, winch
9,000 lb. portable, mileage new, bid price $330,457.00, prepay -$10,013.85.
Although the winch is only rated at 9,000 lb. compared to an installed 12,000 lb., it
is the highest rating for a portable winch.
Summit # 1, Final price $294,871.00
4 door, 2x2 wheel drive, Spartan Metro-X 2014 model, front axle 18,000 lb., rear
axle 27,000 lb., GVW 45,000 lb., generator 25,000 watt, light tower 6,000 watt,
winch 9,000 lb. portable, mileage new, bid price $289,182.00, prepay – none.
Additional cost for electric cord reels, permanent winch, and air horns, +
$5,689.00.
Jons Mid America # 1 New, Final price $279,688.00
4 door, 4x4 wheel drive, International 2015 cab, front axle 12,000 lb., rear axle
23,000 lb., GVW 35,000 lb., generator 10,000 watt, light tower 6,000 watt, winch
12,000 lb., mileage new, bid price $285,396.00, prepay -$5,708.00.
Summit # 2, Final price $239,602.00
4 door, 2x2 wheel drive, Freightliner M2 cab 2015 model, front axle 16,000 lb., rear
axle 27,000 lb., GVW 43,000 lb., generator none, light tower none, winch none,
mileage new, air horns none, electric reels none, bid price $177,231.00, prepay –
none.
Additional cost for generator, light tower, winch, electric reels, top storage boxes,
International chassis, 4x4 wheel drive and air horns, total cost $62,371.00.
Jons Mid America # 2 Demo, Final price $205,460.00
2 door, 2x2 wheel drive, International 2013 cab, front axle 12,000 lb., rear axle
19,000 lb., GVW 31,000 lb., generator 25,000 watt, light tower 6,000 watt, winch
12,000 + $2,710.00, air horns + $1,022.00, electric reels none, mileage 17,500, bid
price $207,436.00, total price plus options $211,168.00, prepay -$5,708.00.
This truck does not have the seating capacity of 4 firefighters, is only a 2 wheel
drive, no electric cord reels, a GVW of 31,000 lb. and 17,500 miles.
Palmetto Fire Apparatus, Final price $195,011.50
4 door, 4x4 wheel drive, Pierce Arrow 1996 model, front axle 16,000 lb., rear axle
20,000 lb., GVW 36,000 lb., generator 25,000 watt, light tower 6,000 watt, winch
12,000 lb., mileage 2,700, air horns, electric reels, bid price $162,461.50.
Needed work or modifications: Rear chevrons, aluminum wheels, rear LED work
lights, ground step LED lighting, Owasso Fire Department lettering, wheel chocks,
cab seats, Cross fire tire pressure monitoring system, 800 mhz. radio, back up
camera, radio head set system, transmission coolant hose replacement, engine
valve adjustment, total cost $32,550.00.
After the submitted bid packages were reviewed, staff made a preliminary
determination that the apparatus bid by Palmetto Fire Apparatus was the best value.
Staff conducted an on-site inspection to ensure the quality of the apparatus. Staff used
an independent diesel mechanic to evaluate the condition of the motor and drivetrain.
Both staff and the mechanic believed the apparatus was in very good condition.
Staff believes that the Pierce Arrow 1996 model apparatus is not only the lowest priced,
but also the best value. Additionally, with the necessary modifications noted above, this
apparatus will meet the community’s operational needs. The bid price combined with
the modification cost ($162,461.50 + $32,550.00 = $195,011.50) is lower than the next
lowest price bid that was submitted; therefore, staff believes that the purchase of this
apparatus is in the best interest of the City of Owasso.
FUNDING:
The 2014/15 Ambulance Capital Budget includes funding for the purchase of the DRU, in
the amount of $346,000.00. The DRU is a planned and budgeted purchase, ensuring the
procurement is 100% funded without financing the project. Expenditure forecasting has
been accomplished and staff is confident that this purchase will leave an adequate
fund balance and revenues to continue the sustainment of the Ambulance Capital
Budget 10-year Purchasing Plan.
RECOMMENDATION:
Staff recommends City Council approve the purchase and authorize payment for one
(1) Pierce Arrow 1996 model truck from Palmetto Fire Apparatus of Hardeeville, South
Carolina in the amount of $162,461.50.
ATTACHMENTS:
Bid tabulation sheet
Pictures, 1996 Pierce Arrow
CITY OF OWASSO, OKLAHOMA
FIRE DEPARTMENT, RESCUE VEHICLE PURCHASE
Bid Opening: July 21, 2014
BID DOCUMENTATION
Number of Bids: 6 bids received
Bids Opened By: Juliann M. Stevens, Deputy City Clerk
Witness: Deputy Chief David Hurst, EMS Manager Bruce Kelley, Assistant Chief Mark Stuckey,
Battalion Chief Shane Atwell
Present: Steve Loftin, Jons Mid America
BIDDER BID
Pierce
1322 N 1031 Rd
Lawrence, Kansas 66046
$330,457.00 – New Vehicle
IHC, 4 door, 4x4
Jon’s Mid America Fire Apparatus
30209 Memorial Rd
McLoud, Oklahoma 74851-9114
$207,436.00 – Demo
IHC, 2 door, 2x2
Jon’s Mid America Fire Apparatus
30209 Memorial Rd
McLoud, Oklahoma 74851-9114
$285,396.00 – New Vehicle
IHC, 4 door, 4x4,
+ $’s for some options
Palmetto Fire Apparatus
400 Browns Cove Rd
Ridgeland, South Carolina 29936
$162,461.50 – Used Vehicle
Pierce Arrow, 4 door, 4x4
Summit Welding & Fabrication
PO Box 17128
Edgewood, Kentucky 41017
$289,182.00 – New Vehicle
Spartan Chassis, 4 door, 2x2,
+ $’s for some options
Summit Welding & Fabrication
PO Box 17128
Edgewood, Kentucky 41017
$177,231.00 – New Vehicle
Freightliner M2, 4 door, 4x4
+ $’s for some options
TO: The Honorable Mayor and City Council
City of Owasso
FROM: Jerry Fowler
Neighborhood Coordinator
SUBJECT: Grant – Home Depot Foundation
DATE: August 1, 2014
BACKGROUND:
In April of 2014, the Owasso Strong Neighborhood Initiative applied for grant funding from the
Home Depot Foundation. The Owasso Team Depot had partnered with OSNI-Owasso CARES for
the Fall-2013 and Spring-2014 Day of Service. The Owasso Team Depot assisted the grant
application by submitting a Partner Request Form.
The purpose of the grant is to provide additional funds for tools, equipment and storage options
to be used with OSNI-Owasso CARES Day of Service and City Volunteer projects.
The Home Depot Foundation notified staff that $3,000 has been awarded to the Owasso Strong
Neighborhood Initiative. The grant will be in the form of gift cards to be used at the local Home
Depot store.
GRANT FUNDING:
There is no match requirement for the grant award.
RECOMMENDATION:
Staff recommends City Council acceptance of the Home Depot Foundation grant and
approval of a budget amendment increasing the estimated revenues in the Hotel Tax Fund by
$3,000 and increasing the appropriation for expenditures in the Hotel Tax Fund Strong
Neighborhood budget by $3,000.
TO: The Honorable Mayor and City Council
City of Owasso
FROM: Julie Trout Lombardi
City Attorney
SUBJECT: Resolution 2014-08 retaining legal services to defend Mayor Jeri Moberly in the
matter now styled as Patrick D. Ross v. The City of Owasso, Jeri Moberly and
Shawn Reiss, CV-2013-00898, District Court of Tulsa County
DATE: August 1, 2014
BACKGROUND:
On August 6, 2013, a lawsuit was filed by former City Councilor Patrick D. Ross in the District Court
of Tulsa County against the City of Owasso alleging violations of the Open Meeting Act and the
Open Records Act. David Weatherford was hired on or about September 3, 2013, to represent
the City of Owasso in this matter. On July 28, 2014, Ross filed an Amended Petition in this matter
adding Mayor Jeri Moberly, and a private citizen, Shawn Reiss, as defendants to the existing
lawsuit. Specifically, Ross has alleged claims of defamation against Mayor Jeri Moberly and
Reiss.
RECOMMENDATION:
Staff recommends the City Council approve Resolution 2014-08 retaining Keith Wilkes to defend
Mayor Jeri Moberly in the litigation now styled as Patrick D. Ross v. The City of Owasso, Jeri
Moberly and Shawn Reiss, CV-2013-00898, District Court of Tulsa County.
ATTACHMENT:
Proposed Resolution 2014-08
CITY OF OWASSO, OKLAHOMA
RESOLUTION NO. 2014-08
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF OWASSO, OKLAHOMA
RETAINING LEGAL SERVICES TO PROVIDE A DEFENSE FOR THE MAYOR OF THE CITY
COUNCIL OF OWASSO, JERI MOBERLY.
WHEREAS, Mayor Jeri Moberly has been named as an additional party in an existing lawsuit,
CV-2013-00898, District Court of Tulsa County, now styled as Patrick D. Ross v. City of Owasso, Jeri
Moberly and Shawn Reiss, by means of an Amended Petition filed on or about July 28, 2014, by
Plaintiff Ross specifically alleging claims of defamation against Mayor Jeri Moberly;
WHEREAS, the City is required to respond to and defend the lawsuit filed by Plaintiff Ross
against Mayor Jeri Moberly because the allegations arise from actions taken by Moberly in her
official capacity as a member of the Owasso City Council;
WHEREAS, approval of this resolution is in the best interest of the residents of the City of
Owasso.
NOW, THEREFORE BE IT RESOLVED by the City Council of the City of Owasso, Oklahoma, as
follows:
Keith Wilkes of the firm of Newton, O’Conner, Turner & Ketchum is retained by the City to
represent Mayor Jeri Moberly in the lawsuit now styled as Patrick D. Ross v. City of Owasso, Jeri
Moberly and Shawn Reiss in the District Court of Tulsa County, Case No. CV-2013-00898.
Dated this 5th day of August, 2014.
_________________________________
Lyndell Dunn, Vice-Mayor
ATTEST:
_____________________________
Sherry Bishop, City Clerk
Approved as to Form:
______________________________
Julie Lombardi, City Attorney