Action Recommendation: Budget Impact:

Similar documents
Action Recommendation: Budget Impact:

BID FORM. Bid by: Name of Bidder. Address: Address: To the Texas Department of Transportation hereinafter called the Agent.

Shuttle Membership Agreement

VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT

AGREEMENT FOR OPERATION OF THE AIR TRAFFIC CONTROL TOWER AT THE TRUCKEE TAHOE AIRPORT

AGENDA ITEM D4. T:\Board Folders\Board Agenda\Science and Technology\D4 Big Fish Lake Augmentation Agreement

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE II SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

ADDENDUM NO. TWO AB

NIAGARA MOHAWK POWER CORPORATION. Procedural Requirements

PSEG Long Island. Community Distributed Generation ( CDG ) Program. Procedural Requirements

FIRST AMENDMENT AIRLINE OPERATING AGREEMENT AND TERMINAL BUILDING LEASE. between. City Of Manchester, New Hampshire Department Of Aviation.

Charter Service Agreement

ADDENDUM 1 FOR REQUEST FOR BID For REPLACEMENT OF PASSENGER BOARDING BRIDGES 7 AND 4 At ORLANDO MELBOURNE AIRPORT AUTHORITY RFB

Action Recommendation: Budget Impact:

RAILROAD PARK AGREEMENT

TOWN OF OSOYOOS DIVIDEND RIDGE AND SPARTAN DRIVE/FUJI COURT STREET LIGHT INSTALLATION

ORDINANCE NO WHEREAS, Ordinances 8081 requires project labor agreement (PLA s) in City

SADDLE CREEK ENTRANCE (PRIVACY) GATE OPERATING AGREEMENT BETWEEN SADDLE CREEK COMMUNITY SERVICES DISTRICT AND CASTLE & COOKE CALIFORNIA, INC

Air Operator Certification

AIRPORT ACCESS PERMIT # FOR ON-DEMAND TAXICAB SERVICES AT MINETA SAN JOSE INTERNATIONAL AIRPORT BETWEEN AND THE CITY OF SAN JOSE

Advisory Circular AC19-1. Test Pilot Approvals 03 July Revision 0

CIVIL AVIATION AUTHORITY, PAKISTAN OPERATIONAL CONTROL SYSTEMS CONTENTS

GENERAL TERMS AND CONDITIONS ACCOMMODATION RULES. The Ostrava Facility 28.října 170, Ostrava

MEMORANDUM OF UNDERSTANDING. U.S. Department of the Treasury, Office of Foreign Assets Control State Banking Department

Administration Policies & Procedures Section Commercial Ground Transportation Regulation

COMMISSION OF THE EUROPEAN COMMUNITIES. Draft. COMMISSION REGULATION (EU) No /2010

City and County of San Francisco

REGULATIONS FOR DECLARATION AND DISPOSAL OF UNCLAIMED ITEMS OF THE PIRAEUS CONTAINER TERMINAL S.A. IN THE PIRAEUS FREE ZONE

Advisory Circular. Aircraft Certification Authority Based on Foreign Qualifications

PART I GENERAL INFORMATION OF KENT COUNTY WATER AUTHORITY

EAGLE RIVER UNION AIRPORT HANGAR CONSTRUCTION GUIDELINES Approved 1/29/2008

SUPPLEMENTARY CONDITIONS APPLICABLE TO TOWER CRANES 2012

As Introduced. 132nd General Assembly Regular Session H. B. No

Application for Membership

COMMISSION IMPLEMENTING REGULATION (EU)

1.2 The Accommodation Contract is always executed in writing, which means at least a written order or reservation confirmation.

FIRST AMENDMENT TO INTERLINE AGREEMENT RECITALS

WHEREAS, the City operates and manages Rapid City Regional Airport (RAP); and

GENERAL TERMS AND CONDITIONS FOR ONLINE TICKETING

GROUND TRANSPORTATION RULES AND REGULATIONS MONTROSE REGIONAL AIRPORT. Montrose, Colorado

AIRPORT NOISE AND CAPACITY ACT OF 1990

SUPERSEDED. [Docket No. 99-NM-121-AD; Amendment ; AD ]

(i) Adopted or adapted airworthiness and environmental standards;

CORPORATION OF THE TOWNSHIP OF BONNECHERE VALLEY BY-LAW # Being a By-Law to provide for Cash in Lieu of Required Parking Spaces

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

2. CANCELLATION. AC 39-7B, Airworthiness Directives, dated April 8, 1987, is canceled.

8. CITY COUNCIL AGENDA

CHAPTER 61 SHEBOYGAN COUNTY MEMORIAL AIRPORT

[Docket No. FAA ; Directorate Identifier 2007-NM-031-AD; Amendment ; AD ]

Training and licensing of flight information service officers

SUPERSEDED [ U] DEPARTMENT OF TRANSPORTATION. Federal Aviation Administration. 14 CFR Part 39 [66 FR /5/2001]

AIRWORTHINESS PROCEDURES MANUAL CHAPTER 26. Modifications and Repairs

Petition for a Nonimmigrant Worker

Administration Policies & Procedures Section Commercial Ground Transportation Regulation

City of Piedmont COUNCIL AGENDA REPORT. Stacy Thorn, Administrative Services Technician II. Adoption of an Escheatment Policy for Unclaimed Money

CHARTER SIGNATURE SCHOOL

AGREEMENT BETWEEN JAPAN AND THE KINGDOM OF SAUDI ARABIA FOR AIR SERVICES

EXHIBIT K TERMINAL PROJECT PROCEDURES PHASE I - DEVELOPMENT OF TERMINAL PROGRAM & ALTERNATIVES

DEPARTMENT OF HOMELAND SECURITY. U.S. Customs and Border Protection. 19 CFR Part 122. CBP Dec

The Amusement Ride Safety Act

ORDER REQUESTING PROPOSALS

TSA Designation Agreement

Financial Policies Unclaimed Check

INVITATION FOR BID VENDOR: BID OPENING:

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

SUMMARY REPORT ON THE SAFETY OVERSIGHT AUDIT FOLLOW-UP OF THE DIRECTORATE GENERAL OF CIVIL AVIATION OF KUWAIT

City of Lafayette. Request for Proposals Municipal Airport Fixed Based Operator

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

Casque Isles Hiking Trail Upgrade Project

New Customer Information (Please Print)

City Council Report. Mayor and City Council Susan Cline, Director, Public Works, Civil Engineering

Exhibitor ticket portal 2018 prices

Appendix 1(a) to JCAR-FCL 1.055

SOUTH DAKOTA STATE UNIVERSITY Policy and Procedure Manual

ACCOMMODATION RULES. IČO: DIČ: CZ with registered office / place of business on Ostrovní 32, Prague 1

To Be Or Not To Be Junior Manned/Extended

Financial Policies Unclaimed Check

OPS General Rules for Operations Manuals

Agenda Item # Page # CHAIR AND MEMBERS BOARD OF CONTROL MEETING ON WEDNESDAY, AUGUST 26,2009. PAT McNALLY. P.ENG. ii

CHAPTER 55. LICENSING OF AERONAUTICAL ACTIVITIES. Chapter Authority: N.J.S.A. 6:1-29, 6:1-43, 6:1-44, 27:1A-5, and 27:1A-6. Chapter Expiration Date:

APPLICATION FORM FOR APPROVAL AS AN IATA PASSENGER SALES AGENT

SERVICE AGREEMENT. The Parties agree as follows: 1. SERVICE AGREEMENT:

MD HELICOPTERS, INC.

PUBLIC ACCOUNTABILITY PRINCIPLES FOR CANADIAN AIRPORT AUTHORITIES

The Airport Charges Regulations 2011

SLIDING WINDOW & DOOR LOCK

Current Rules Part 175 Aeronautical Information Service Organisations - Certification Pending Rules

Advisory Circular. Canada and United States Bilateral Aviation Safety Agreement Maintenance Implementation Procedures

MANASSAS REGIONAL AIRPORT

TITLE 20 AERONAUTICS

Chapter 326. Unclaimed Moneys Act Certified on: / /20.

BERMUDA 1994 : 2 MERCHANT SHIPPING (DEMISE CHARTER) ACT 1994

This attorney-client retainer agreement (hereafter referred as "Agreement") is entered

Beaufort County. Hilton Head Island Airport fhxdi, Hilton Head. SC.

[Docket No. FAA ; Directorate Identifier 2005-NM-071-AD; Amendment ; AD ]

TREATY SERIES 2007 Nº 73

Action Recommendation: Budget Impact:

Action Recommendation: Budget Impact:

IN THE MATTER OF. SCOTTISH WIDOWS LIMITED (Transferor) and. RL360 LIFE INSURANCE COMPANY LIMITED (Transferee)

ORDINANCE NO Section 2. That the Revised Ordinances of Sioux Falls, SD, are hereby amended by adding a

Transcription:

City of Fayetteville Staff Review Form Submitted By 2018 0531 Legistar File ID November 20th, 2018 City Council Meeting Date Agenda Item Only N/A for Non Agenda Item Matt Mihalevich 10/25/2018 ENGINEERING (621) Submitted Date Action Recommendation: Division / Department Approval of a resolution awarding Bid 18 51 and authorizing a contract with Electrical Resources, Inc. in the amount of 478,256.07 with a project contingency in the amount of 15,000.00, approval of certification letter attachment H requesting concurrence in award of the contract from ARDOT and approval of a budget adjustment in the amount of 46,015 for the installation of lighting along the entirety of the Cato Springs Trail to the Kessler Mountain Regional Park. Budget Impact: 4470.800.8830 5814.05 Account Number 02016.1801 Project Number Sales Tax Cap Imp Fund (TAP FY18) Project Title Budgeted Item? Does item have a cost? Budget Adjustment Attached? Yes Current Budget 452,488.00 Funds Obligated Current Balance 452,488.00 Yes Item Cost 493,256.07 Yes Budget Adjustment 46,015.00 Remaining Budget 5,246.93 Purchase Order Number: Must Attach Completed Budget Adjustment! Previous Ordinance or Resolution # 1 18 V20180321 Change Order Number: Approval Date: Original Contract Number: Comments:

MEETING OF NOVEMBER 20, 2018 TO: THRU: FROM: Mayor and City Council Don Marr, Chief of Staff Terry Gulley, Transportation Services Director Chris Brown, City Engineer Matt Mihalevich, Trails Coordinator DATE: October 25 th, 2018 SUBJECT: 2017-0531 RECOMMENDATION: Approval of a resolution awarding Bid 18-51 and authorizing a contract with Electrical Resources, Inc. in the amount of 478,256.07 with a project contingency in the amount of 15,000.00, approval of certification letter attachment H requesting concurrence in award of the contract from ARDOT and approval of a budget adjustment in the amount of 46,015 for the installation of lighting along the entirety of the Cato Springs Trail to the Kessler Mountain Regional Park. BACKGROUND: In November of 2017, the City of Fayetteville was awarded a grant from the Northwest Arkansas Regional Planning Commission in the amount of 280,000 for the Project. This grant is administered by the Arkansas Department of Transportation (ARDOT) through the Transportation Alternatives Program (TAP) and is an 80/20 matching program. In January of 2018, and agreement of understanding with the ARDOT was approved by resolution 18-01 and the funds were recognized. In August of 2018, the City was awarded an additional 40,000 in TAP funds through the Northwest Arkansas Regional Planning Commission for a total grant award of 320,000 for the Project. The Cato Springs Trail officially opened to the public on April 21 st, 2018 and has been enjoyed by many residents and visitors as an active transportation route to the Kessler Mountain Regional Park and natural surface trails. The Cato Springs Trail is 2.9 miles in length and is a southern extension of the Razorback Regional Greenway. Starting at Greathouse Park, the trail continues southwest along the Cato Springs Branch to the Kessler Mountain Regional Park as shown on the attached map. The trail is a 12-foot wide concrete shared-use paved trail and includes a bridge across the Cato Springs Branch, a bridge over the Fulbright Expressway and a tunnel under Razorback Road. Electrical conduit was installed during construction along the entire length of the Cato Springs Trail in anticipation of this lighting project.

DISCUSSION: Currently 16 miles of the 45-mile Fayetteville trail system includes lighting. Trail users have expressed strong support for lighting along the trail system and enjoy extended hours to safely access their destinations. In a 2015 trail user survey, expanding the trail lighting ranked as the fourth most desired improvement to the trail system. Recent studies recommend warmer or more orange color of LED lights which is a lower kelvin temperature. Most of the trail system has 5,000 kelvin temperature which is a white light. Based on the research, the recent installation of lighting on Mud Creek Trail has 4,000 kelvin temperature that has been well received by the public. For the Cato Springs Trail we have also specified 4,000 kelvin lights for a good balance of energy efficiency and natural night time visibility. BUDGET/STAFF IMPACT: Formal bids of #18-51 were opened on October 24 th, 2018 with five bidders responding and Electrical Resources, Inc. was the lowest responsive bidder. The low bid amount is 1% lower than the engineers estimate. A budget adjustment has been included to recognize 40,000 in additional TAP funding through the Northwest Arkansas Regional Planning Commission and 6,015 to be moved from the completed Mud Creek Trail Lighting Project. The total grant funding is 320,000 with a minimum 20% City match of 80,000 for a total of 400,000. The additional 78,256 needed to award the contract is available in the Cato Springs Lighting project from savings from the original Cato Springs Trail construction project. The total city funding will represent a 33% match plus a 15,000 contingency. Attachments: Cato Springs Trail lighting map Bid 18-15 bid tabulation Federal Aid certification letter Attachment H - Certification letter requesting concurrence in award of the contract Northwest Arkansas Regional Planning Commission TAP funding letter Electrical Resources, Inc. - signed agreement Budget adjustment 4,000K LED 2

Fayetteville Vicinity Map Town Branch Trail Walker Park Regional Greenway Finger Park Town Branch Trail Town Branch Trail Greathouse Park Frisco Trail ^_ Razorback Start of the Razorback Regional Greenway ^_ Kessler Mountain Regional Park Trail Cato Springs Cato Springs Trail - 2.9 Miles Project - 2.9 Miles Kessler Mountain Regional Park Legend Existing Trails With Lighting Project 2.9 Miles Proposed Fayetteville Standard LED Trail Light City of Fayetteville, AR 0 0.1 0.2 0.4 0.6 0.8 Miles Cato Springs Trail - Proposed Trail Lighting Town Branch Trail to Kessler Mtn. Regional Park - 2.9 Miles F

CITY OF FAYETTEVILLE ARKANSAS Dates of Advertisement: Issue Date: 09.18.2018 09.25.2018 Construction - Official 81d Tabulation Lioneld Jordan, Mayor 81d No. 18-51 Date: 10.24.2018 Time: 2:00 PM Number of Addendums: Certified Bid Award: Max Award Amount: 2 450,000.00 562,500.00 ITEM SPEC. NO. REF Dc~CHIP I ION AHTD Mobilization (Not to Exceed 5% 1 601 of Total Bid) 2 3 4 SP - 2 SP - 2 SP - 2 Light Fixture (Type A) Installed on Pole Light Fixt ure (Type B). Installed in Tunnel, Structure, & Bridge Direct Bury Fiberglass Pole (Type A) UNIT LS EA EA EA ESTIMATED QUANTITY 1 156 7 152 A & A Service Electric, Inc. UNIT PRICE AMOUNT 11,000.00 11,000.00 1,450.00 226,200.00 600.00 4,200.00 800.00 121,600.00 Axis Electric, LLC 10,000.00 10,000.00 2,770.07 432,130.92 1,085.75 7,600.25 1,287.00 195,624.00 Diamond C Construction UNIT PRICE AMOUNT 41,573.00 41,573.00 3,039.99 474,238.44 1,035.00 7,245.00 2,258.18 343,243.36 Electrical Resources, Inc. UNIT King Electric Contractors UNIT PRICE AMOUNT PRICE AMOUNT 5,000.00 5,000.00 20,000.00 20,000.00 1,460.00 227,760.00 590.00 4,130.00 690.00 104,880.00 1,675.00 261,300.00 650.00 4,550.00 801.00 121,752.00 5 SP - 2 Modified Fiberglass Surface Mount Pole (Type B) (On Bridges) EA 4 800.00 3,200.00 2,488.75 9,955.00 2,104.50 8,418.00 925.00 3,700.00 990.00 3,960.00 6 7 8 9 11" x 9" Polymer Concrete Pull SP - 2 Box (As Directed) 16120 No. 2 AWG Copper Conductor 16120 No. 3 AWG Copper Conductor 16120 No. 4 AWG Copper Conductor EA LF LF LF 5 20,000 150 45,000 170.00 850.00 1.80 36,000.00 1.60 240.00 1.25 56,250.00 1,036.50 5,182.50 1,135.05 5,675.25 1.72 34,480.00 1.44 28,800.00 8.50 1,275.00 20.54 3,081.00 1.17 52,515.00 0.87 39,150.00 163.00 815.00 1.79 35,800.00 2.35 352.50 1.19 53,550.00 276.00 1,380.00 1.89 37,800.00 1.55 232.50 1.31 58,950.00 10 16120 No. 10 AWG Copper Conductor LF 100 1.00 100.00 7.62 762.00 1.27 127.00 0.52 52.00 0.47 47.00 11 12 13 14 15 16120 No. 14 AWG Copper Conductor - UF Cable From Pull Box Up to Fixture SP - 3 Galvanized Rigid Steel Conduit, 2" 16130 Diameter, Exposed SP - 3 Galvanized Rigid Steel Conduit, 16130 1.5" Diameter, Exposed SP - 3 Galvanized Rigid Steel Conduit, 1" 16130 Diameter, Exposed 16130 Non-Encased Schedule 40 PVC, 2" Diameter, Installed in Trench LF LF LF LF LF 3,900 300 300 100 300 0.90 3,510.00 9.00 2,700.00 7.00 2,100.00 6.00 600.00 5.00 1,500.00 1.53 5,967.00 93.99 28,197.00 17.58 5,274.00 19.91 1,991.00 47.67 14,301.00 0.28 1,092.00 5.38 1,614.00 6.02 1,806.00 2.67 267.00 39.22 11,766.00 0.30 1,170.00 15.34 4,602.00 12.56 3,768.00 9.69 969.00 5.50 1,650.00 1.56 6,084.00 14.45 4,335.00 11.90 3,570.00 9.00 900.00 5.00 1,500.00

A & A Service Electric, Inc. Axis Electric, LLC Diamond C Construction Electrical Resources, Inc. King Electric Contractors ITEM SPEC. ESTIMATED UNIT UNIT UNIT UNIT NO. REF Dc~CHIPIION UNIT QUAN TITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 16 16151 16060 17 Te rm s SP-4 Electrical Service Pedestal EA 4 4,700.00 18,800.00 6,453.50 25,814.00 6,842.50 27,370.00 3,695.00 14,780.00 4,000.00 16,000.00 & Insurance & Bonding LS 1 10,00000 10,000.00 11,967.39 11,967.39 34,500.00 34,500.00 15,277.57 15,277.57 9,503.00 9,503.00 Cond. TOTAL BASE BID 498,850.00 843,036.06 1,029,966.05 478,256.07 551,863.50 Witness

TO: FROM: CC: Kit Williams, City Attorney Chris Brown, City Engineer Matt Mihalevich, Trails Coordinator Andrea Rennie, Purchasing Mgr. DATE: October 25th, 2018 SUBJECT: 040759 - Certification Letter This is to confirm that was advertised and bids for the project were received in accordance with regulations governing Federal-aid projects, and that the bid is being awarded to the lowest responsive and qualified bidder. No negotiations have been held with the contractor or other bidders, nor will there be prior to execution of the contract. Electrical Resources, Inc. is the apparent low bidder on the project. Their bid submittal has been reviewed to verify that all certifications required of Federal-aid projects (eg., DBE Participation, Anti-Collusion and Debarment, etc.) were properly signed and submitted with the bid.

DOCUMENT 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: CATO SPRINGS TRAIL LIGHTING Contract No.: (to be assigned after City Council approval) THIS AGREEMENT is dated as of the 29th day of October in the year 2018 by and between The City of Fayetteville, Arkansas and Electrical Resources, Inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: 1. Mobilization/Demobilization 2. Clearing & Grubbing of vegetation for placement of lighting 3. Trenching of a limited amount of electrical conduit where necessary 4. Installation of fiberglass light poles and fixtures. 5. Installation of power service panels 6. Pulling of the electrical wire 7. Complete site restoration including, topsoil, select grading, sod and seed. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by the Garver LLC, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. City of Fayetteville 00500-1 Job 040759

DOCUMENT 00500 AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Dollars (200.00) for each calendar day that expires after the time specified above in Paragraph 3.02 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 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Two City of Fayetteville 00500-2 Job 040759

DOCUMENT 00500 AGREEMENT (continued) Hundred Dollars (200.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values City of Fayetteville 00500-3 Job 040759

DOCUMENT 00500 AGREEMENT (continued) established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. City of Fayetteville 00500-4 Job 040759

DOCUMENT 00500 AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of 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; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated City of Fayetteville 00500-5 Job 040759

DOCUMENT 00500 AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of 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, and 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. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing 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. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. City of Fayetteville 00500-6 Job 040759

DOCUMENT 00500 AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. City of Fayetteville 00500-7 Job 040759

DOCUMENT 00500 AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with CATO SPRINGS TRAIL LIGHTING 8. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. 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, moneys that may become due and moneys 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. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. City of Fayetteville 00500-8 Job 040759

DOCUMENT 00500 AGREEMENT (continued) 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. OTHER PROVISIONS: Not Applicable. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. City of Fayetteville 00500-9 Job 040759

DOCUMENT 00500 AGREEMENT (continued) This Agreement will be effective on, 20, which is the Effective Date of the Agreement. ELECTRICAL RESOURCES, LLC CITY OF FAYETTEVILLE Name Written: James Milford Name Written: Lioneld Jordan Signature: Title: President Signature: Title: Mayor (SEAL) (SEAL) Attest Attest City of Fayetteville 00500-10 Job 040759

DOCUMENT 00500 AGREEMENT (continued) Address for giving notices Address for giving notices 300 N. Vaughn Rd. 113 W. Mountain Street Centerton, AR 72719 Fayetteville AR, 72701 License No. 0057780519 Agent for Service of process (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) (If Contractor is a corporation, attach evidence of authority to sign.) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 City of Fayetteville 00500-11 Job 040759