Loading...
HomeMy WebLinkAbout2025.02.04_OPWA AgendaPUBLIC NOTICE OF THE MEETING OF THE OWASSO PUBLIC WORKS AUTHORITY (OPWA) Council Chambers Old Central Building 109 North Birch, Owasso, OK Tuesday, February 4, 2025 - 6:30 PM NOTE: APPROPRIATE ACTION may include, but is not limited to: acknowledging, affirming, amending, approving, authorizing, awarding, denying, postponing, or tabling. AGENDA RECEIVED 1. Call to Order - Chair Alvin Fruga JAN 3 0 2025 2. Roll Call ;ity Clerk's Office 3. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under "Consent" are considered by the Trustees to be routine and will be enacted by one motion. Any Trustee may remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -debatable.) A. Approve minutes -January 21, 2025, Regular Meeting B. Approve claims 4. Consideration and appropriate action relating to items removed from the Consent Agenda 5. Consideration and appropriate action relating to bids received for the 117fh Sanitary Sewer Force Main Replacement Project Daniel Dearing Staff recommends awarding the construction contract to Ira M. Green Construction Co. Contractors, LLC of Claremore, Oklahoma, in the amount of $2,580,907.00, and authorization to execute all necessary documents. 6. Report from OPWA Manager 7. Report from OPWA Attorney 8. Official Notices (documents for acknowledgment or information only, no discussion or action will be taken) • Payroll Payment Report - pay period ending date January 25, 2025 9. New Business (New Business is any item of business which could not have been foreseen at the time of posting of the agenda) 10. Adjournment Notice of Public Meeting filed in the office of the City Clerk on Friday, December 13, 2024, and the Agenda posted at City Hall, 200 South Main Street, at 2:00 pm ga Thursday, January 30, 2025. _ Stevens, City Clerk The City of Owasso encourages citizen participation. To request an 6ccommodation due to a disability, contact the City Clerk prior to the scheduled meeting by phone 918-376-1502 or by email to istevens@cifvofowasso.com OWASSO PUBLIC WORKS AUTHORITY (OPWA) MINUTES OF REGULAR MEETING TUESDAY, JANUARY 21, 2025 The Owasso Public Works Authority (OPWA) met in regular session on Tuesday, January 21, 2025, in the Council Chambers at Old Central, 109 North Birch, Owasso, Oklahoma per the Notice of Public Meeting filed Friday, December 13, 2024; and the Agenda filed in the office of the City Clerk and posted at City Hall, 200 South Main Street, at 2:00pm on Thursday, January 16, 2025. 1. Call to Order - Chair Alvin Fruga called the meeting to order at 7:06pm. 2. Roll Call - A quorum was declared present. Present Absent Chair -Alvin Fruga None Vice Chair- Lyndell Dunn Trustee - Doug Bonebrake Trustee - Paul Loving Trustee - Cody Walter Staff: Authority Manager- Chris Garrett / Authority Attorney - Julie Lombardi 3. Consideration and appropriate action relating to the Consent Agenda. (All matters listed under "Consent" are considered by the Trustees to be routine and will be enacted by one motion. Any Trustee may, however, remove an item from the Consent Agenda by request. A motion to adopt the Consent Agenda is non -debatable.) A. Approve minutes - January 7, 2025, and January 14, 2025, Regular Meetings B. Approve claims Mr. Dunn moved, seconded by Mr. Loving, to approve the Consent Agenda as presented, with claims totaling $1,091,926.19 YEA: Bonebrake, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 4. Consideration and appropriate action relating to items removed from the Consent Agenda - None 5. Report from OPWA Manager - None 6. Report from OPWA Attorney - None 7. Official Notices - The Chair acknowledged receipt of the following: • Payroll Payment Report -pay period ending date January 11, 2025 • Monthly Budget Status Report - December 2024 8. New Business - None 9. Adjournment Mr. Loving moved, seconded by Mr. Walter, to adjourn the meeting. YEA: Bonebrake, Dunn, Loving, Walter, Fruga NAY: None Motion carried: 5-0 and the meeting adjourned at 7:07pm. Juliann M. Stevens, Authority Clerk Alvin Fruga, Chair Fund Fund Title - Transact 61 OPWA Claims List - 02/04/2025 Vendor Name Payable Description Payment Amount KELLOGG ENGINEERING, INC DESIGN SERVICES $3,299.60 LEE SHIM CORP TULSA WORLD LEGAL $51.46 117TH STREET FORCE MAIN -Total $3,351.06 LEE BHM CORP TULSA WORLD LEGAL $52.80 TULSA COUNTY CLERK TULSA COUNTY FILING $22.00 76TH/MINGO WATERLINE REPL -Total $74.80 AEP/PSO ELECTRIC USE $1,557.06 CITY OF OWASSO ADMIN OVERHEAD $25,000.00 COX COMMUNICATIONS PHONE USAGE $27.82 JPMORGAN CHASE BANK LUNCHEON 01/08 $288.71 JPMORGAN CHASE BANK OFFICE DEP-LAMINATOR $89.99 JPMORGAN CHASE BANK OFFICE DEPOT -BATTERY $61.98 JPMORGAN CHASE BANK OFFICE DEPOT -BINDERS $35.15 JPMORGAN CHASE BANK OFFICE DEPOT -LABELS $208.55 JPMORGAN CHASE BANK OFFICE DEPOT -PRINTER $144.32 JPMORGAN CHASE BANK OFFICE DEPOT-REC BINS $23.22 JPMORGAN CHASE BANK OFFICE DEPOT -SUPPLIES $91.32 JPMORGAN CHASE BANK SAMS-SUPPLIES $215.67 JPMORGAN CHASE BANK WALMART-REPAIR $44.37 STANDLEY SYSTEMS LLC COPIER MAINTENANCE $15.38 UNIFIRST HOLDINGS LP UNIFORM SERVICES $64.70 OPWA ADMINISTRATION -Total $27,868.24 BECK ASSOCIATES ARCHITECTS, PLLC DESIGN SERVICES $10,758.54 OPWA BUILDING RENOVATION -Total $10,758.54 BANCFIRST 800469017/09B $55,960.40 BANCFIRST 800470015/09C $23,361.34 BANCFIRST 800471013/SANTA FE $14,375.74 BANCFIRST 800472011/RANCH CREEK $25,377.32 BANCFIRST 800780017/19C $121,367.64 BANCFIRST 801008012/23C $47,436.25 OPWA DEBT SERVICE -Total $287,878.69 TIMBER WOLF EXCAVATING LLC CONSTRUCTION SERVICES $370,608.30 RANCH CRKINTCPT UPGRADE -Total $370,608.30 AEP/PSO ELECTRIC USE $274.33 COX COMMUNICATIONS PHONE USAGE $3.97 JPMORGAN CHASE BANK NATURAL EVOL-E-WASTE $711.56 UNIFIRST HOLDINGS LP UNIFORM SERVICES $38.34 RECYCLE CENTER -Total $1,028.20 COX COMMUNICATIONS PHONE USAGE $3.97 JPMORGAN CHASE BANK ACADEMY -MUCK BOOTS $39,99 JPMORGAN CHASE BANK AMAZON -OIL ABSORB PAD $114.04 1 Claims List - 02/04/2025 Fund Fund Title - Transact Vendor Name Payable Description Payment Amount 61 OPWA JPMORGAN CHASE BANK ATWOOD-BUNGEE CORDS $31.94 JPMORGAN CHASE BANK BB OF TULSA-FLEET $386.00 JPMORGAN CHASE BANK BUMPER -BATTERIES $494.67 JPMORGAN CHASE BANK BUMPER -DRAIN VALVES $103.18 JPMORGAN CHASE BANK BUMPER -HEAD LIGHTS $29.58 JPMORGAN CHASE BANK HARD HAT -SAFETY GLOVE $144.40 JPMORGAN CHASE BANK LOWES-DRILL BITS $34.94 JPMORGAN CHASE BANK OFFICE DEPOT -TONER $244.99 JPMORGAN CHASE BANK PAYPAL-TRAINING $400.00 JPMORGAN CHASE BANK RIVER CITY -ALARM $98.18 JPMORGAN CHASE BANK RIVER CITY -SWITCH $230.13 JPMORGAN CHASE BANK RIVER CITY -VALVE $1,346.57 JPMORGAN CHASE BANK SAMS-SUPPLIES $64.43 JPMORGAN CHASE BANK SOUTHERN TIRE -TIRES $1,296.30 JPMORGAN CHASE BANK UE TULSA-FILTERS $551.08 SPOK INC. PAGER USE $84.80 UNIFIRST HOLDINGS LP UNIFORM SERVICES $140.12 REFUSE COLLECTIONS -Total $5,839.31 COX COMMUNICATIONS PHONE USAGE $19.86 JPMORGAN CHASE BANK SAMS-SUPPLIES $8.97 TECHNICAL PROGRAMMING SERVICES INC BILLING SERVICES $3,974.35 UTILITY BILLING -Total $4,003.18 AEP/PSO ELECTRIC USE $7,110.22 COX COMMUNICATIONS PHONE USAGE $7.95 JPMORGAN CHASE BANK ACCURATE-DEQ TRAINING $495.00 JPMORGAN CHASE BANK CORE&MAIN-LAMP LIDS $88.05 JPMORGAN CHASE BANK CORE&MAIN-LOCATE SUPP $379.60 JPMORGAN CHASE BANK CORNERSTONE -KEYS $22.75 JPMORGAN CHASE BANK HARD HAT -SAFETY GLOVE $144.42 JPMORGAN CHASE BANK HOME DEPOT -WASHERS $3.99 JPMORGAN CHASE BANK LOWES-PAINT $19.10 JPMORGAN CHASE BANK OREILLY-ELECT TAPE $6.98 JPMORGAN CHASE BANK OREILLY-GASKET $11.49 JPMORGAN CHASE BANK SMITH&LOVELESS-VALVE $569.28 JPMORGAN CHASE BANK UNITED DOOR -REPAIR $1,542.00 SPOK INC. PAGER USE $84.80 UNIFIRST HOLDINGS LP UNIFORM SERVICES $123.64 VERDIGRIS VALLEY ELECTRIC COOP COFFEE CREEK ELECTRIC $33.98 VERDIGRIS VALLEY ELECTRIC COOP GARRETT CREEK ELECT $254.36 WASHINGTON CO RURAL WATER DISTRICT COFFEE CREEK LS WATER $23.10 WASHINGTON CO RURAL WATER DISTRICT MAGNOLIA LS WATER $23.10 WASHINGTON CO RURAL WATER DISTRICT MORROW LS WATER $19,80 PAI Claims List - 02/04/2025 Fund Fund Title - Transact Vendor Name Payable Description Payment Amount 61 OPWA WASTEWATER COLLECTIONS -Total $10,963.61 AEP/PSO ELECTRIC USE $24,948.45 COX COMMUNICATIONS PHONE USAGE $15.90 HERITAGE ENVIRONMENTAL SERVICES INC CHEMICAL DISPOSAL $2,072.88 JPMORGAN CHASE BANK ACCURATE -LAB TEST $135.00 JPMORGAN CHASE BANK AMAZON -RADIANT HEATER $157.35 JPMORGAN CHASE BANK AMAZON -REFUND ($139.00) JPMORGAN CHASE BANK AMAZON -THERMOSTAT $19.99 JPMORGAN CHASE BANK AMAZON -VACUUM PUMP $565.53 JPMORGAN CHASE BANK CINTAS-CAB RESTOCK $52,28 JPMORGAN CHASE BANK CORE&MAIN-CHECK VALVE $3,950.00 JPMORGAN CHASE BANK GRAINGER-EAR PLUGS $48.66 JPMORGAN CHASE BANK GRAINGER-FUSES $64.11 JPMORGAN CHASE BANK GRAINGER-KICK PLATES $393.24 JPMORGAN CHASE BANK GRAINGER-PLATES REF ($387.00) JPMORGAN CHASE BANK GRAINGER-WATER $85.96 JPMORGAN CHASE BANK HACH-DEIONIZED WATER $195.41 JPMORGAN CHASE BANK HACH-REAGENT $678.49 JPMORGAN CHASE BANK HARD HAT -SAFETY GLOVE $144.42 JPMORGAN CHASE BANK HOME DEPOT -WRENCH $28.45 JPMORGAN CHASE BANK LOWES-FLASH LIGHT $89.96 JPMORGAN CHASE BANK LOWES-PRESSURE WASHER $586.80 JPMORGAN CHASE BANK LOWES-RETURN ($39.98) JPMORGAN CHASE BANK LOWES-RIVET GUN $52A6 JPMORGAN CHASE BANK LOWES-SPRAY WAND EXT $78.94 JPMORGAN CHASE BANK LOWES-TIE DOWN STRAPS $39.96 JPMORGAN CHASE BANK NCL-FILTERS $133.25 JPMORGAN CHASE BANK NCL-MEMBRANE CAPS $263.65 JPMORGAN CHASE BANK NCL-PIPETTE FILTER $133.22 JPMORGAN CHASE BANK NCL-REAGENT $69.80 JPMORGAN CHASE BANK PHENOVA-DMRQA STUDY $610.20 JPMORGAN CHASE BANK RS GROUP -FLOAT RELAY $1,515.00 JPMORGAN CHASE BANK SAMS-SUPPLIES $19.98 JPMORGAN CHASE BANK STAPLES -COPY PAPER $41.49 JPMORGAN CHASE BANK UPS -BOXES $30.47 JPMORGAN CHASE BANK UPS -SHIPPING $1,346.52 JPMORGAN CHASE BANK WALMART-WATER $16.44 JPMORGAN CHASE BANK WM-SLUDGE REMOVAL $10,259.98 SPOK INC. PAGER USE $35.80 UNIFIRST HOLDINGS LP UNIFORM SERVICES $125.63 WASTEWATER TREATMENT -Total $48,440.19 AEP/PSO ELECTRIC USE $667.74 3 Claims List - 02/04/2025 Fund Fund Title - Transact Vendor Name Payable Description Payment Amount 61 OPWA BILLY BASORE DECEMBER DIRT $130.00 COX COMMUNICATIONS PHONE USAGE $7.95 JPMORGAN CHASE BANK AMERIFLEX-REPAIR PART $133.90 JPMORGAN CHASE BANK ATWOOD-CHAIN $5.97 JPMORGAN CHASE BANK BROWN FARMS -SOD $280.00 JPMORGAN CHASE BANK CORE&MAIN-2" METERS $3,860.00 JPMORGAN CHASE BANK CORE&MAIN-CLAMP $91.40 JPMORGAN CHASE BANK CORE&MAIN-CLAMP REP $440.51 JPMORGAN CHASE BANK CORE&MAIN-CORP STOPS $489.00 JPMORGAN CHASE BANK CORE&MAIN-COUPLING $120.91 JPMORGAN CHASE BANK CORE&MAIN-FITTINGS $2,232.43 JPMORGAN CHASE BANK CORE&MAIN-HYDRANTTAG $13.70 JPMORGAN CHASE BANK CORE&MAIN-MTR GASKETS $19.00 JPMORGAN CHASE BANK HARBOR -SOCKETS $81.43 JPMORGAN CHASE BANK HARD HAT -SAFETY GLOVE $144.42 JPMORGAN CHASE BANK J QUINTON-GAS LINE $175.00 JPMORGAN CHASE BANK LOWES-G-NUT SOCKETS $23.88 JPMORGAN CHASE BANK LOWES-LOCKS $46.98 JPMORGAN CHASE BANK LOWES-SHARP SHOOTER $39.98 JPMORGAN CHASE BANK OREILLY-SHOP TOWELS $48.74 JPMORGAN CHASE BANK UTILITY SUPP-HYDRANT $525.00 JPMORGAN CHASE BANK VERMEER-HIGH PRESS $210.20 OKLAHOMATANKAND TOWER COMPANY WATER TOWER INSP $1,800,00 SPOK INC. PAGER USE $111.50 UNIFIRST HOLDINGS LP UNIFORM SERVICES $138.66 VERDIGRIS VALLEY ELECTRIC COOP WATER CONTROL ELECT $40.80 WATER -Total $11,879.10 OPWA -Total $782,693.22 67 OPWA SALES TAX BANCFIRST 80065001212016 NOTE $233,876.00 BANCFIRST 800730038/2018 NOTE $94,707.00 BANCFIRST 800826026/2020 NOTE $95,389.00 BANCFIRST 80103301012024 NOTE $201,526.00 OPWASTF DEBT SERVICE -Total $625,498.00 OPWA SALES TAX -Total $625,498.00 68 OPWA TIF CENTER FOR ECONOMIC DEVELOPMENT LEGAL SERVICE FEES $1,225.00 OPWA ECONOMIC DEV -Total $1,225.00 OPWA TIF -Total $1,225.00 OPWA Grand Total $1,409,416.22 4 TO: The Honorable Chair and Trustees (Owasso Public Works Authority) FROM: Daniel Dearing, CFM, PE, Assistant City Engineer SUBJECT: Recommendation for Contract Award - I I7th Sanitary Sewer Force Main Replacement Project DATE: January 30, 2025 BACKGROUND: 117th Force Main is a pressurized sanitary sewer line built in 1975. It has reached its life span of nearly 50 years and has deteriorated with corrosion. • In 2021, Trustees approved a design contract with Kellogg Engineering. • In 2022, design alignment changed due to significant construction difficulty and cost. • In 2023, new alignment design completed and easement acquisition commenced. • In 2024, the cost and time of the easement acquisition process led to re-evaluating easement needs. Staff determined that shifting into Tulsa County's right-of-way (ROW) could be a time and cost savings by eliminating easements that would need to be acquired for the project. Moving into Tulsa County ROW required an Interlocal agreement with Tulsa County to utilize their ROW and establish some maintenance/repair terms for the roadway. • In September 2024, Owasso City Council and Tulsa County Board of Commissioners approved the Interlocal Agreement. • Upon approval of the Interlocal Agreement, the Design changes to the plans were completed and all permits (ODOT, ODEQ, USACE, Tulsa County Utility) acquired. Five permanent easements and four temporary easements were eliminated, leaving only one remaining utility easement to acquire. • In December 2024, final utility easement was acquired. SOLICITATION OF BIDS: In December 2024, City Engineering staff completed final bid documents and published advertisements in accordance with state statutes. A mandatory pre -bid meeting was held on January 9, 2025 with 16 different construction and supply companies represented. Bids were opened on January 16, 2025 with a total of eight contractors submitting bids. City Engineering staff completed a Bid Tabulation, showing the bid amounts and engineering estimate: Engineering Estimate $3,548,064.00 Ira M. Green Construction Co. $2,580,907.00 R&LConstruction $2,593,130.50 GC Enterprises $2,698,938.75 MSB Construction, LLC $2,735,054.50 Jerry's Excavation $2,893,408.80 Creek Construction $2,963,165.25 Timber Wolf Excavating, LLC $3,772,800.10 Grade Line Construction, LLC $3,830,032.60 1171^ Sanitary Sewer Force Main Page 2 Ira M. Green Construction Co. Contractors, LLC provided the lowest bid in the amount of $2,580,907.00, which is below the engineering estimate. Included in the project is a project allowance of $200,000.00 should the final project cost require additional scope of work unforeseen at the time of bidding. FUNDING: Funding is available in the Wastewater Collections Division budget. RECOMMENDATION: Staff recommends awarding the construction contract to Ira M. Green Construction Co. Contractors, LLC of Claremore, Oklahoma, in the amount of $2,580,907.00, and authorization to execute all necessary documents. ATTACHMENTS: Site Map Agreement Section of Contract Documents 117th Force Main Replacement 1^ = 522 ft Sub Title 07/28/2023 5 > RGLRp:bR6�RlC:eeu�� This map may rzpresents a visual display of related geographic information. Data provided hereon is not guarantee of actual field conditions. To be sure of complete accuracy, please contact the responsible staff for most up-to-date information. SECTION 00300 AGREEMENT THIS AGREEMENT is dated as of the 4" day of February , 2025, by and between The Owasso Public Works Authority/City of Owasso (hereinafter called OWNER) and Ira M. Green Construction Co. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: 117TH SANITARY SEWER FORCE MAIN PROJECT OWASSO, OKLAHOMA The installation of approximately 6,000 feet of new 20" PVC sanitary sewer force main in a new alignment to abandon an existing force main. Project will include approximately 4,000 square yards of roadway pavement work for portions of pipeline installation occurring under or adjacent to roadway. ARTICLE 2. ENGINEER The project has been assigned to the Project Manager or his/her duly authorized representative, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed within n.,e u....dred and Pight y ( on) Two Hundred and Seventy (270) calendar days from the date of Notice to Proceed, and completed and ready for final payment in accordance with the General Conditions within Ten-(210) Three Hundred (300) calendar days from the date of Notice to Proceed. The date of final completion will, therefore, be on or before 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1 above, plus any extensions 00300 - Page 1 of 15 thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER, if the Work is any such proof. OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for substantial completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER One Thousand Dollars ($1000.00) for each consecutive calendar day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid. 4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that the determination of actual quantities and their classification is to be made by the OWNER at the time of application for payment. 4.3 CONTRACT AMOUNT: Contract amount is Two Million Five Hundred Ei¢hty Thousand Nine Hundred Seven Dollars ($2,580.907.00). r�:�Ic•������T�x�ry�zzy�Ii•1a�� CONTRACTOR shall submit Applications for Payment in accordance with the General Conditions on the Pay Estimate Forms included as Exhibit "A" to this Agreement. Applications for Payment will be processed by OWNER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment in accordance with the Owasso Public Works Authority Payment Schedule included as Exhibit "B" to this Agreement during construction as provided below. All progress payments will be on the basis of the progress of the Work. 5.1.1 Progress payments shall not exceed an amount equal to 95% of the WORK completed until such time as CONTRACTOR shall complete in excess of fifty percent (50%) of the contract amount. 5.1.2 Upon completion in excess of fifty percent (50%) of the total contract amount, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 97.5% of the Contract Price, less such amounts as OWNER shall determine in accordance with the General Conditions, provided that OWNER has determined that satisfactory progress is being made, and upon approval by the Surety. 00300 - Page 2 of 15 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the Contract Price. ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself/herself with the nature and extent of Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports or explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground facilities) which have been identified in the Supplementary Conditions as provided in the General Conditions. Contractor accepts the determination set forth in the General Conditions of the extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground facilities at or continuous to the site. Contractor has obtained and carefully studied (or assume responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 6.3 CONTRACTOR has made or caused to be made examinations, investigations, tests and studies of such reports and related data in addition to those referred to in paragraph 6.2 as (s)he deems necessary for the performance of the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price within the 00300 - Page 3 of 15 Contract Time and in accordance with the other terms and conditions of the Contract Documents, including the General Conditions. 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6 CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. 6.7 CONTRACTOR has obligated himself/herself to the OWNER to be responsible for the workmanship, labor and materials used in the project for two (2) years after the project has been accepted by the OWNER. 6.8 CONTRACTOR understands that (s)he will be exempt from all sales tax on materials and other items necessary for the completion of the project. The OWNER has issued him a Certification of Tax Exempt Project enclosed as Exhibit "C" of this Agreement. ARTICLE 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the following: 7.1 This Agreement (pages 1 to 6 inclusive). 7.2 Exhibits "A", "B", "C" and "D" to this Agreement. 7.3 Advertisement for Bids (Section 00100). 7.4 Requirements for Bidders (Section 00110). 7.5 Instructions to Bidders (Section 00120). 7.6 Bid (Section 00200). 7.7 Bid Bond (Section 00210). 7.8 Bid Affidavits (Section 00220). 7.9 Statement of Bidders Qualifications (Section 00230). 7.10 Certificate of Non -Discrimination (Section 00240). 7.11 Performance Bond (Section 00410). 7.12 Maintenance Bond (Section 00420). 00300 - Page 4 of 15 7.13 Statutory payment Bond (Section 00430). 7.14 Notice of Award (Section 00510). 7.15 Notice to Proceed (Section 00520). 7.16 Change Order (Section 00600). 7.17 General Conditions (Section 00700). 7.18 Project Specifications (Section 00800). 7.19 Special Provisions (Section 00900). 7.20 Project Drawings, consisting of Sheets 1 to 17, inclusive, and Standard Drawings. 7.21 Addendum Numbers 1 to 1, inclusive. 7.22 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.23 Any Modification, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a Modification (as defined in the General Conditions). ARTICLE 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds himself/herself, his/her partners, successors, assigns, and legal representatives to the other party hereto, his/her partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. AGREEMENT 00300 - Page 5 of 15 8.3 The Agreement (or remaining portions thereof) should continue in effect, be valid and binding upon both parties even if a provision or part of the Contract Documents should be held void or unenforceable by law. IN WITNESS WHEREOF, the parties hereby have signed this Agreement in duplicate. One counterpart has been delivered to CONTRACTOR, and one belongs to OWNER. All portions of the Contract Documents have been signed by OWNER and CONTRACTOR. This Agreement will be effective on jebruary 4 , 2025 C UT kil::71 LM Alvin Fruga, OPWA Chair (SEAL) ATTEST: Juliann M. Stevens, Authority Clerk Approved as to form: Julie Lombardi, Authority Attorney Address for giving notices: 200 South Main St. Owasso, OK 74055 CONTRACTOR: (SEAL) Name Title AGREEMENT 00300 - Page 6 of 15 OPWA Payroll Payment Report PPED 01/25/2025 Department Total Payroll Expenses OPWA Administration $ 25,087.95 Utility Billing Water Wastewater Treatment Plant Wastewater Collections Refuse Collections Recycle Center OPWA Total 11,604.87 24,863.39 21,249.32 21,745.02 22,110.96 3,697.44 $ 130,358.95