HomeMy WebLinkAbout2025.07.01_OPWA AgendaPUBLIC NOTICE OF THE MEETING OF THE
OWASSO PUBLIC WORKS AUTHORITY (OPWA)
Council Chambers Old Central Building 109 North Birch, Owasso, OK
Tuesday, July 1, 2025 - 6:30 PM
NOTE: APPROPRIATE ACTION may include, but is not
awarding, denying, postponing, or tabling.
1. Call to Order - Chair Alvin Fruga
2.
3.
d to: acknowledging, affirming, a ing, approving, authorizing,
AGENDA JUN
Roll Call City Clerk S office
�JS
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 - June 17, 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 Garnett Widening Project from
East 106rh Street North to East 1161h Street North
Dwayne Henderson
Staff recommends awarding the base bid and Alternate 1 to RB.L Construction, LLC, of Sapulpa,
Oklahoma, in the amount of $13,957,000.00, and authorization to execute the 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 June 14, 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 9:00 am on Friday, June 27, 2025, _
M. Stevens, City Clerk
The City of Owasso encourages citizen participation. To request ciA accommodation due to a disability, contact the City Clerk prior
to the scheduled meeting by phone 918-376-1502 or by email to istevens@citvofowosso.com
OWASSO PUBLIC WORKS AUTHORITY (OPWA)
MINUTES OF REGULAR MEETING
TUESDAY, JUNE 17, 2025
The Owasso Public Works Authority (OPWA) met in regular session on Tuesday, June 17, 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 12:00 pm on Thursday, June 12, 2025.
1. Call to Order - Chair Alvin Fruga called the meeting to order at 8:08 pm.
2. Roll Call - A quorum was declared present.
Present Absent
Chair -Alvin Fruga Trustee - Dr. Paul Loving
Vice Chair- Lyndell Dunn
Trustee - Dr. Chad Balthrop
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 - June 3, 2025, and June 10, 2025, Regular Meetings
B. Approve claims
C. Approve an amendment to the Small Business Enhancement Agreement between the OPWA
and Team Tri, LLC for Development Project Assistance in the Owasso Redbud District Project
Plan, Tax Increment Financing District No. 1, authorizing payment of $1,889.27 for landscape
and signage improvements located at 105 W 3rd Avenue
Mr. Walter moved, seconded by Mr. Dunn, to approve the Consent Agenda as presented, with claims
totaling $416,162.30.
YEA: Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 4-0
4. Consideration and appropriate action relating to items removed from the Consent Agenda -None
S. Consideration and appropriate action relating to Resolution 2025-01, providing for the adoption of an
annual budget for Fiscal Year 2025-2026
Carly Novozinsky presented the item, recommending approval of Resolution 2025-01. There were no
comments from the audience. Mr. Walter moved, seconded by Mr. Dunn, to approve Resolution
2025-01, as recommended.
YEA: Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 4-0
6. Consideration and appropriate action relating to Resolution 2025-02, establishing the 2023 Morrow
Gravity Sanitary Sewer Extension Assessment Fee
Roger Stevens presented the item, recommending approval of Resolution 2025-02, establishing the
assessment fee for connection to the sanitary sewer at $6,781.77 per acre. There were no comments
from the audience. Following discussion, Mr. Dunn moved, seconded by Mr. Balthrop, to approve
Resolution 2025-02, as recommended.
YEA: Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 4-0
Owasso Public Works Authority
June 17, 2025
Page 2
7. Report from OPWA Manager -None
8. Report from OPWA Attorney - None
9. Official Notices - The Chair acknowledged receipt of the following:
• Payroll Payment Report - pay period ending date May 31, 2025
• Monthly Budget Status Report - May 2025
10. New Business -None
11. Adjournment
Mr. Dunn moved, seconded by Mr. Walter, to adjourn the meeting.
YEA: Balthrop, Dunn, Walter, Fruga
NAY: None
Motion carried: 4-0 and the meeting adjourned at 8:14 pm.
Juliann M. Stevens, Authority Clerk Alvin Frugal, Chair
Claims List - 07/01/2025
Fund Fund Title - Transact Vendor Name Payable Description Payment Amount
61 OPWA PERDUE BRANDON FIELDER COLLINS COLLECTION SERVICES $19.34
OPWA -Total
$19.34
AEP/PSO
ELECTRIC USE
$2,054.60
JPMORGAN CHASE BANK
AMAZON -BINDING GLUE
$13.94
JPMORGAN CHASE BANK
JUNE LUNCHEON
$382,57
JPMORGAN CHASE BANK
LOWES-WATER HOSE
$16.16
JPMORGAN CHASE BANK
MAIL THIS -SHIPPING
$9.35
JPMORGAN CHASE BANK
OFFICE DEPOT -ENVELOPE
$12.45
JPMORGAN CHASE BANK
OFFICE DEPOT -MARKERS
$11.89
JPMORGAN CHASE BANK
OFFICE DEPOT -NOTEBOOK
$20.98
JPMORGAN CHASE BANK
OFFICE DEPOT-WTR HEAT
$41.38
JPMORGAN CHASE BANK
OFFICEDEPOT-WRITEPADS
$4.09
JPMORGAN CHASE BANK
ROSE STATE -TRAINING
$100.00
JPMORGAN CHASE BANK
SAMS-SUPPLIES
$329.51
JPMORGAN CHASE BANK
SHI-ACROBAT
$43.52
STANDLEY SYSTEMS LLC
COPIER MAINTENANCE
$26.35
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$63.54
UNITED STATES CELLULAR CORPORATION
CELL PHONES
$42.55
OPWA ADMINISTRATION -Total
$3,172.88
BECK ASSOCIATES ARCHITECTS, PLLC
DESIGN SERVICES
$10,618.75
OPWA BUILDING RENOVATION -Total
$10,618.75
BANCFIRST
800469017109B
$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
$117,792.80
BANCFIRST
801008012/23C
$46,612.42
OPWA DEBT SERVICE -Total
$283,480.02
AEP/PSO
ELECTRIC USE
$258.58
JPMORGAN CHASE BANK
CORNERSTONE -KEYS
$15.16
JPMORGAN CHASE BANK
NATURAL EVOL-EWASTE
$1,257.92
JPMORGAN CHASE BANK
WM-TIPPING FEES
$5,140.45
RENTOKIL NORTH AMERICA INC
PEST CONTROL
$98.10
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$19.24
RECYCLE CENTER -Total
$6,789.45
JPMORGAN CHASE BANK
BUMPER -AIR FILTERS
$503.27
JPMORGAN CHASE BANK
BUMPER -AIR FITTINGS
$291,16
JPMORGAN CHASE BANK
BUMPER -FILTERS
$392.01
JPMORGAN CHASE BANK
BUMPER-HOSE/GLOVES
$39.40
JPMORGAN CHASE BANK
BUMPER-U JOINTS
$41.82
JPMORGAN CHASE BANK
GOODYEAR-TIRES
$1,162.95
1
Claims List - 07/01/2025
Fund Fund Title - Transact Vendor Name
Payable Description
Payment Amount
61 OPWA JPMORGAN CHASE BANK
HARD HAT -SAFETY GEAR
$152.90
JPMORGAN CHASE BANK
KIMS INTERN-HYD HOSES
$467.99
JPMORGAN CHASE BANK
LENOX-WRECKERITOW
$437.50
JPMORGAN CHASE BANK
NTE-LIFTING SLINGS
$35.98
JPMORGAN CHASE BANK
RIVERCITY-PACKER CYLS
$6,452.91
JPMORGAN CHASE BANK
RIVERCITY-RUBBERSIDES
$1,025,96
JPMORGAN CHASE BANK
SOUTHERN TIRE -TIRES
$6,551.02
JPMORGAN CHASE BANK
W&B-A/C DRIER
$129.23
JPMORGAN CHASE BANK
WM-TIPPING FEES
$32,301.72
SPOK INC.
PAGER USE
$91.38
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$232,77
UNITED STATES CELLULAR CORPORATION
CELL PHONES
$39.07
REFUSE COLLECTIONS -Total
$50,349.04
TECHNICAL PROGRAMMING SERVICES INC
BILLING SERVICES
$2,211.66
UTILITY BILLING -Total
$2,211.66
AEP/PSO
ELECTRIC USE
$14,192.36
DEPARTMENT OF ENVIRONMENTAL QUALITY
DEQ LICENSE RENEWAL
$322.00
FLEET FUELS LLC
GAS/FUEL
$531.77
JPMORGAN CHASE BANK
CASEYS-FUEL
$117.27
JPMORGAN CHASE BANK
CORE&MAIN-LOCATE SUPP
$189.80
JPMORGAN CHASE BANK
HARD HAT -SAFETY GEAR
$152.87
JPMORGAN CHASE BANK
JOHNSTONE-CAPACITORS
$134.52
JPMORGAN CHASE BANK
LOWES-ZIP TIES
$31.22
OMEGA RAIL MANAGEMENT, INC.
SEWER ROW AGREEMENT
$1,109.45
SPOK INC.
PAGER USE
$91.38
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$155.07
WASHINGTON CO RURAL WATER DISTRICT
COFFEE CREEK LS WATER
$20.92
WASHINGTON CO RURAL WATER DISTRICT
MAGNOLIA LS WATER
$20.88
WASHINGTON CO RURAL WATER DISTRICT
MORROW IS WATER
$18.27
WASTEWATER COLLECTIONS -Total
$17,087.78
AEP/PSO
ELECTRIC USE
$41,620.66
DEPARTMENT OF ENVIRONMENTAL QUALITY
DEQ LICENSE RENEWAL
$828.00
HAWKINS INC
CHEMICALS
$10,762.43
JPMORGAN CHASE BANK
ACCURATE -LAB TEST
$80.00
JPMORGAN CHASE BANK
AMAZON -PRESENTATION
$21.98
JPMORGAN CHASE BANK
CAMFIL-AIR FILTERS
$570.10
JPMORGAN CHASE BANK
GRAINGER-EXTINGUISHER
$118.08
JPMORGAN CHASE BANK
HARD HAT -SAFETY GEAR
$152.87
JPMORGAN CHASE BANK
LOWES-LADDER
$303.46
JPMORGAN CHASE BANK
NCL-DO PROBE
$1,138.10
JPMORGAN CHASE BANK
NCL-FILTERS
$554.32
2
Claims List - 07/01/2025
Fund Fund Title - Transact Vendor Name
Payable Description
Payment Amount
61 OPWA JPMORGAN CHASE BANK
NCL-PROBE
$846.37
JPMORGAN CHASE BANK
OK WATER -RENEWAL TRNG
$25.00
JPMORGAN CHASE BANK
OSU-APWA CONFERENCE
$305.00
JPMORGAN CHASE BANK
SAMS-SUPPLIES
$56.94
JPMORGAN CHASE BANK
WM-SLUDGE REMOVAL
$14,532.10
SCHUERMANN ENTERPRISES, INC
BLOWER BUILDING
$510.90
SPOK INC.
PAGER USE
$38.32
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$131.08
WASTEWATER TREATMENT -Total
$72,595.71
AEP/PSO
ELECTRIC USE
$357.97
BILLY BASORE
MAY DIRT
$151.66
DEPARTMENT OF ENVIRONMENTAL QUALITY
DEC LICENSE RENEWAL
$184.00
FLEET FUELS LLC
GAS/FUEL
$531.75
JPMORGAN CHASE BANK
ATWOOD-BATTERIES
$8.88
JPMORGAN CHASE BANK
AUTOZONE-BED LINER
$159.99
JPMORGAN CHASE BANK
BROWN FARMS -SOD
$500.00
JPMORGAN CHASE BANK
CORE&MAIN-GATE VALVE
$1,201,17
JPMORGAN CHASE BANK
CORE&MAIN-SAW BLADE
$329.31
JPMORGAN CHASE BANK
CORNERSTONE -CLAMPS
$7.96
JPMORGAN CHASE BANK
FASTENAL-RAIN SUITS
$412.16
JPMORGAN CHASE BANK
HARD HAT -SAFETY GEAR
$152.87
JPMORGAN CHASE BANK
LOWES-CONDUIT
$39.56
JPMORGAN CHASE BANK
SITEONE-COUPLINGS
$22.80
JPMORGAN CHASE BANK
TWIN CITIES -CONCRETE
$395.00
JPMORGAN CHASE BANK
UTILITY SUPP-GASKETS
$199.76
JPMORGAN CHASE BANK
UTILITY SUPP-INSERTS
$77.00
JPMORGAN CHASE BANK
UTILITY SUPP-VALVE
$1,080.00
MEAD O'BRIEN INC
16" BALL VALVE
$3,257.33
OMEGA RAIL MANAGEMENT, INC.
WATER ROW AGREEMENT
$649.56
SPOK INC.
PAGER USE
$112.60
UNIFIRST HOLDINGS LP
UNIFORM SERVICES
$138.66
WATER -Total
$9,969.99
OPWA •Total
$456,294.62
67 OPWA SALES TAX BANCFIRST
800650012/2016 NOTE
$227,000.00
BANCFIRST
800730038/2018 NOTE
$94,740.00
BANCFIRST
80082602612020 NOTE
$91,859.75
BANCFIRST
80103301012024 NOTE
$163,000.00
OPWA STF DEBT SERVICE -Total
$576,599.75
OPWA SALES TAX -Total $576,599.75
68 OPWA TIF CENTER FOR ECONOMIC DEVELOPMENT LEGAL SERVICE FEES $875.00
OPWA ECONOMIC DEV -Total $875.00
3
Claims List - 07/01/2025
Fund Fund Title - Transact Vendor Name Payable Description Payment Amount
68 OPWA TIF -Total $875.00
OPWA Grand Total $1,033,769.37
TO: The Honorable Mayor and City Council
The Owasso Public Works Authority
FROM: H. Dwayne Henderson, PE, City Engineer
SUBJECT: Bid Award - Garnett Road Widening Project from East 106rh Street North to East 1 16th
Street North
DATE: June 26, 2025
BACKGROUND:
The project goal is to widen the existing two-lane roadway to a four -lane roadway with center turn --
lanes and landscaped medians with bike lanes from East 106th Street North to East 1161h Street North.
A new 3-cell bridge box will be constructed, as well as underground storm drainage and curb and
gutter.
During the October 1, 2024 meeting, the City Council rejected all bids received during the
September 17+h bid opening, as all bid amounts exceeded the Engineer's Estimate and the
available funds. Staff evaluated the plans, specifications, timing, and available funding to
determine necessary changes to reissue the project for bids.
SOLICITATION OF BIDS:
In May 2025, City Engineering staff completed final bid documents and re -published advertisements
in accordance with state statutes. A mandatory pre -bid meeting was held on June 121h and bids
were opened on June 19th, with a total of five contractors submitting bids.
City Engineering staff completed a bid tabulation, showing the bid amounts for total base bid and
additive alternate (low water crossing) along with the engineering estimate below:
Engineering Estimate
$14,916.742.00
R&L Construction, LLC
$13,957,000.00
Becco Contractors, Inc
$13,983,008.00
Timberwolf Construction
$14,078,000.00
Crossland Heavy Contractors, Inc.
$14,464,677.00
Grade Line Construction
$17,844,763.00
FUNDING:
Project will be funded from a combination of Capital Improvement, Stormwater, and OPWA funds.
RECOMMENDATION:
After checking positive references from several other cities, staff recommends awarding the Base Bid
and Additive Alternate to R&L Construction, LLC, of Sapulpa, Oklahoma, in the amount of
$13,957,000.00, and authorization to execute the necessary documents.
ATTACHMENTS:
Location Map
Agreement
North Garnett Road Widening Project, East 106th Street North to East 116th Street North
r.,
1" = 1000 ft
Location Map
09/23/2024
sv
O."PPE
FLfJ�.111
This map may represents a ,: isuaI display of related geographic information. Data prodded hereon is not guarantee of ac-ua) field conditions. To be sure of complete accuracy, please contac'the
responsible staff for most uG R^-dc a information.
SECTION 00300
AGREEMENT
THIS AGREEMENT is dated as of the 1st day of July , 2025 ,
by and between City of Owasso (hereinafter called OWNER)
and R&L Construction, LLC
(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:
North Garnett Road Improvements, E. 106th Street North to E. 116th Street North - REBID
The North Garnett Road Improvements, E. 106th Street North to E. 116th Street North
shall include adding the following:
Original Contract (Under McClelland, Inc Title Block)
1) Remove and dispose of existing paved roadway (formerly US Hwy 169) in phases;
2) Construct a new 5-Zane, concrete paved street, connecting improved intersections on the
north and south ends;
3) Construct a new conduit for future City of Owasso fiberoptic use;
4) Construct new underground storm sewer system;
5) Construct new double cell bridge box;
6) Construct new sewer line for mobile home park to allow lift station and force main to be
abandoned;
7) Remove and replace older sewer lines crossing Garnett
8) Construct on -site fiber-optic casing for future City use
9) Construct new sidewalk (east side) and multi -use trail (west side) of Garnett;
10) Construct new driveway returns
H) Restripe roads for new alignments and additional turn lanes
Additional Work (Design by City of Owasso staff
1) Parallel and replace an existing 10" asbestos -cement (transite) water line with a new
12" C-900 PVC Water Line; Remove old line and dispose ofproperly.
2) Add new crossing under Garnett for fire protection and extending services
3) Existing Water Line Connections (properties developed since original plans were
developed)
4) Plans to decommission old lift station by converting wet well into a manhole and a
bandon force main (plug FM on each side of Garnett);
00300 - Page I of 15
5) Construction of an access road between the houses on the Orr property, with low water
crossing
6) Off -site fiber-optic Conduit Plan Sheet
7) Plan sheets showing irrigation lines and cross -over piping
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 Three Hundred and Thirty (330)
calendar days from the date of Notice to Proceed; and completed and ready for final payment in
accordance with the General Conditions within Three Hundred and Sixty (360) calendar days
from the date of Notice to Proceed, which will 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
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 Two
Thousand Dollars ($2,000.00) 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 Two Thousand Dollars ($2,000.00) for each consecutive calendar day that expires
after the time specified in paragraph 3.1 for completion and readiness for final payment.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents in current funds the amount agreed upon in CONTRACTOR'S bid.
4.2 CONTRACTOR understands that the estimated quantities are not guaranteed and that
the determination of actual quantities and their classification is to be made by the OWNER at the
time of application for payment.
4.3 CONTRACT AMOUNT: Contract amount is
Thirteen million nine hundred fifty-seven thousand ($ 13,957,000.00 ).
00300 - Page 2 of 15
ARTICLE 5. PAYMENT PROCEDURES
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 City of Owasso's 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.
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
00300 - Page 3 of 15
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 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 terns 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).
00300 - Page 4 of 15
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).
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, Sheets 1 to 200, Construction Sheets, Cross -Sections and Standard
Drawings.
7.21 Addendum Numbers _ to _ 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
00300 - Page 5 of 15
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.
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, the other belongs to OWNER. All portions of the
Contract Documents have been signed by OWNER and CONTRACTOR.
This Agreement will be effective on
OWNER: CONTRACTOR
a
Alvin Fruga, Mayor
(SEAL)
ATTEST:
(SEAL)
Juliann M. Stevens, City Clerk Name
Approved as to form:
Julie Lombardi, City Attorney
Address for giving notices:
200 South Main St.
Owasso, OK 74055
Title
00300 - Page 6 of 15
CITY OF OWASSO
OPWA PAYROLL PAYMENT REPORT
PAY PERIOD ENDING 06/14/25
Department
Total Payroll Expenses
OPWA Administration
$ 25,185.06
Utility Billing
9,118.88
Water
21,875.61
Wastewater Treatment Plant
21,614.45
Wastewater Collections
20,770.27
Refuse Collections
23,493.01
Recycle Center
2,031.36
TOTAL OPWA:
$ 124,088.64