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