HomeMy WebLinkAbout206-23 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 206-23
File Number: 2023-1055
OZARKSGO, LLC. (CONSTRUCTION AGREEMENT / BID WAIVER):
A RESOLUTION TO WAIVE COMPETITIVE BIDDING AND APPROVE A CONTRACT WITH OZARKSGO,
LLC FOR THE CONSTRUCTION AND INSTALLATION OF FIBER OPTIC CONDUIT AND FIBER OPTIC
CABLE FOR AN AMOUNT NOT TO EXCEED $576,000.00
WHEREAS, fiber optic cabling is the preferred method to support the City's current and future technology needs to
connect city facilities and critical technology infrastructure and over the last several years, City staff have installed
empty fiber conduits in conjunction with city infrastructure projects such as trails, sidewalks, street improvements, and
parks; and
WHEREAS, the city developed a fiber conduit concept map in 2019 that staff references to prioritize fiber conduit
projects with the long-term goal to serve major city facilities, trails, parks, traffic signals, and water/wastewater
locations and is the guiding document that helps staff decide if placing conduit in a specific city project provides an
adequate return on investment; and
WHEREAS, on June 21, 2022, the City Council approved Resolution 144-22 authorizing Mayor Jordan to sign a
Conduit Occupancy and Fiber Swap Agreement with OzarksGo, LLC allowing OzarksGo to install fiber optic cable in
the City's conduit in exchange for providing ten fiber optic strands for the City's use; and
WHEREAS, City Information Technology staff worked with the City Attorney's Office, as well as the Purchasing and
Engineering Divisions to develop an agreement and scope of work for OzarksGo to construct 20,000 feet of conduit
that will be owned by the City and install approximately 39,000 feet of fiber optic cable to which the City will have
access pursuant to the terms of Resolution 144-22; and
WHEREAS, once complete, the conduit and fiber will connect the majority of City facilities together with fiber optic
cable, which will improve network performance and support improved resiliency of the City's technology
infrastructure (including improved backups) and also provides an empty conduit for future growth and the opportunity
for the city to lease the empty conduit to other internet service providers with the hope of reducing the cost of
expanding broadband services in Fayetteville along the path of the proposed conduit; and
WHEREAS, recent bids for the installation of fiber optic conduit ranged from $15 - $96 per foot while the OzarksGo
proposal averages $17 per foot for the installation of both conduit and fiber optic cable and gives the City access to ten
strands of fiber as described above.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Page 1
Resolution: 206-23
File Number: 2023-1055
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines an exceptional situation exists
in which competitive bidding is deemed not feasible or practical and therefore, waives the requirements of formal
competitive bidding and authorizes Mayor Jordan to execute the Contract for Services attached to this Resolution with
OzarksGo, LLC for the construction and installation of 20,000 feet of fiber optic conduit and 39,000 feet of fiber optic
cable for an amount not to exceed $576,000.00.
PASSED and APPROVED on September 19, 2023
Page 2
Attest:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 19, 2023
CITY COUNCIL MEMO
2023-1055
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
FROM: Keith Macedo, IT Director
DATE:
SUBJECT: Staff recommends approval of a fiber conduit and fiber optic construction agreement
and a bid waiver with OzarksGo, LLC.
RECOMMENDATION:
Staff recommends approval of a fiber conduit and fiber optic construction agreement and a bid waiver with
OzarksGo, LLC.
BACKGROUND:
Fiber optic cabling is the preferred method to support the City's current and future technology needs to connect
city facilities and critical technology infrastructure. Over the last several years, City staff have installed empty
fiber conduits in conjunction with city infrastructure projects such as trails, sidewalks, street improvements, and
parks. The intent of the conduit was a "dig once" concept where the city leveraged existing projects to
proactively install conduits for future technology needs. The city developed a fiber conduit concept map in 2019
that staff references to prioritize fiber conduit projects with the long-term goal to serve major city facilities, trails,
parks, traffic signals, and water/ wastewater locations. This fiber concept map is the guiding document that
helps staff decide if placing conduit in a specific city project provides an adequate return on investment. To
date, the city has installed short sections of fiber conduit but has not installed fiber optic cable into the conduit
(current empty conduit).
DISCUSSION:
City Information Technology (IT) staff worked with the City Attorney's Office, Purchasing, Engineering, and to
develop the attached agreement and scope of work for OzarksGo to install 20,000 feet of City multi -duct
conduit and provide approximately 39,000 feet of fiber optic cable. Once complete, the conduit and fiber will
connect the majority of city facilities together with fiber optic cable, which will improve network performance
and support improved resiliency of the City's technology infrastructure (including improved backups). The
20,000 feet of multi -duct conduit also provides an empty conduit for future growth and the opportunity for the
city to lease the empty conduit to other internet service providers. The city hopes the empty conduit will allow
local internet service providers to leverage portions of the conduit to help reduce the cost of expanding
broadband services in Fayetteville along the path of the proposed conduit.
City staff is requesting a bid waiver to be approved by OzarksGO to install the conduit and fiber optic cable.
The city -provided conduit will be owned by the city and Resolution 144-22 approved by City Council on June
21, 2022, will govern the installation and use of the fiber optic cable including providing 10 strands of fiber for
city use.
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
City Engineering reviewed the price proposal from OzarksGo and compared the price to recent bids for fiber
optic conduit. Engineering received bids ranging from $15 to $96 per foot for conduit only. The OzarksGo
agreement averages $17 per foot for both conduit and fiber optic cable. Due to the value of the OzarksGo
agreement when compared to recent bids, and the ability to leverage Resolution 144-22 to obtain 10 strands of
managed fiber optic cable for the City's use, City staff is recommending the approval of a bid waiver and
agreement with OzarksGO.
BUDGET/STAFF IMPACT:
The attached agreement is divided into 3 projects for a total of $576,000.00.
West Ave Parking Deck to City Hall, City Hall to 151h St- FY 2023- $200,000.00
1. West Avenue Parking Deck
2. Traffic signal at West Ave and Dickson St
3. Lower Ramble network cabinet on West Ave
4. Upper Ramble network cabinet on West Ave
5. City Hall
6. Traffic signal at South School Ave and Martin Luther King Jr Blvd
7. Walker Park
Happy Hollow Campus to 15th St-FY 2023- $242,000.00
1. Traffic signal at South School Ave and 15th St
2. Traffic signal at 15th St and South Morningside Dr
3. Traffic signal at 15th St and S Curtis Ave
4. Fire Station #3
5. Happy Hollow Campus (RTC, Parks, Transportation, Fleet)
Happy Hollow Campus to Airport Data Center-FY 2024- $134,000.00
1. Happy Hollow Campus (RTC, Parks, Transportation, Fleet)
2. Animal Shelter
3. Water and Sewer Operations
4. Primary Data Center at Airport
The proposed agreement is a not to exceed cost price and will be invoiced per project listed above. The West
Ave to 15th St and Happy Hollow to 15th St projects are planned for FY 2023 with the Happy Hollow to Airport
planned for FY 2024. Funding is available within the Fiber Optic Cable CIP project. Per resolution 144-22,
OzarksGo is responsible for the maintenance, line locates, and repair of the fiber optic cable which is a cost
avoidance over a city staff managed fiber optic cable network. Funding is available within the Sales Tax Fiber
Optic CIP project.
ATTACHMENTS: Staff Review Form, 2023-1055 BA Ozarks Go Conduit, OzarksGo Agreement, Appendix A -
Scope of Work, Appendix B OzarksGo Certificate of Franchise Authority, Insurance Certificate
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2023-1055
Staff recommends approval of a fiber conduit and fiber optic construction agreement and a bid
waiver with OzarksGo, LLC.
A RESOLUTION TO WAIVE COMPETITIVE BIDDING AND APPROVE A CONTRACT WITH
OZARKSGO, LLC FOR THE CONSTRUCTION AND INSTALLATION OF FIBER OPTIC
CONDUIT AND FIBER OPTIC CABLE FOR AN AMOUNT NOT TO EXCEED $576,000.00
WHEREAS, fiber optic cabling is the preferred method to support the City's current and future
technology needs to connect city facilities and critical technology infrastructure and over the last several
years, City staff have installed empty fiber conduits in conjunction with city infrastructure projects such
as trails, sidewalks, street improvements, and parks; and
WHEREAS, the city developed a fiber conduit concept map in 2019 that staff references to prioritize
fiber conduit projects with the long-term goal to serve major city facilities, trails, parks, traffic signals,
and water/wastewater locations and is the guiding document that helps staff decide if placing conduit in
a specific city project provides an adequate return on investment; and
WHEREAS, on June 21, 2022, the City Council approved Resolution 144-22 authorizing Mayor Jordan
to sign a Conduit Occupancy and Fiber Swap Agreement with OzarksGo, LLC allowing OzarksGo to
install fiber optic cable in the City's conduit in exchange for providing ten fiber optic strands for the
City's use; and
WHEREAS, City Information Technology staff worked with the City Attorney's Office, as well as the
Purchasing and Engineering Divisions to develop an agreement and scope of work for OzarksGo to
construct 20,000 feet of conduit that will be owned by the City and install approximately 39,000 feet of
fiber optic cable to which the City will have access pursuant to the terms of Resolution 144-22; and
WHEREAS, once complete, the conduit and fiber will connect the majority of City facilities together
with fiber optic cable, which will improve network performance and support improved resiliency of the
City's technology infrastructure (including improved backups) and also provides an empty conduit for
future growth and the opportunity for the city to lease the empty conduit to other internet service
providers with the hope of reducing the cost of expanding broadband services in Fayetteville along the
path of the proposed conduit; and
WHEREAS, recent bids for the installation of fiber optic conduit ranged from $15 - $96 per foot while
the OzarksGo proposal averages $17 per foot for the installation of both conduit and fiber optic cable
and gives the City access to ten strands of fiber as described above.
Page 1
Resolution: 206-23
File Number. 2023-1055
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines an exceptional
situation exists in which competitive bidding is deemed not feasible or practical and therefore, waives
the requirements of formal competitive bidding and authorizes Mayor Jordan to execute the Contract for
Services attached to this Resolution with OzarksGo, LLC for the construction and installation of 20,000
feet of fiber optic conduit and 39,000 feet of fiber optic cable for an amount not to exceed $576,000.00.
Page 2
Keith Macedo
Submitted By
City of Fayetteville Staff Review Form
2023-1055
Item ID
9/19/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/30/2023 INFORMATION TECHNOLOGY (170)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of a fiber conduit and fiber optic construction agreement and a bid waiver with
OzarksGo, LLC for $576,000, including approval of a budget adjustment.
Various
Account Number
09028
Project Number
Budgeted Item? Yes
Budget Impact:
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? Yes Budget Adjustment
Remaining Budget
Various
Fund
Fiber Optic Cable
Project Title
$ 477,008.00
$ 67,624.00
409,384.00
$ 576,000.00
$ 232,360.00
65,744.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Comments:
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
INFORMATION TECHNOLOGY (170)
/Org2
2023
Requestor: Keith Macedo
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of a fiber conduit and fiber optic construction agreement and a bid waiver with OzarksGo, LLC
for $576,000 including approval of a budget adjustment.
COUNCIL DATE:
ITEM ID#:
9/19/2023
2023-1055
Holly Black
S/31/2023 7.12 q1n
Budget Division Date
TYPE:
D - (City Council)
JOURNAL#:
GLDATE:
RESOLUTION/ORDINANCE
CHKD/POSTED:
TOTAL
111,360
111,360
v.202388
Increase / (Decrease)
Project.Sub#
Account Number
Expense
Revenue
Project
Sub.Detl AT
Account Name
4470.170.8170-5801.00
121,000
-
09028
1 EX
Fixed Assets
2100.410.5500-5801.00
55,680
-
09028
0901 EX
Fixed Assets
2100.410.4100-4999.99
-
55,680
RE
Use Fund Balance - Current
9700.770.1920-5801.00
55,680
-
09028
0901 EX
Fixed Assets
9700.770.1910-4999.99
-
55,680
RE
Use Fund Balance - Current
5400.720.1840-5801.00
56,491
-
09028
0901 EX
Fixed Assets
5400.720.4000-5801.00
(56,491)
-
09028
0901 EX
Fixed Assets
4470.170.8170-5315.00
(14,058)
-
10013
1101 EX
Contract Services
4470.170.8170-5209.00
(10,518)
-
13008
4000 EX
Software
4470.170.8170-5315.00
(273)
-
13008
4000 EX
Contract Services
4470.170.8170-5315.00
(810)
-
13008
7000.7500 EX
Contract Services
4470.170.8170-5801.00
(25,341)
-
02094
1 EX
Fixed Assets
4470.170.8170-5315.00
(70,000)
-
04047
1 EX
Contract Services
I of 1
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
Contract for Services
CITY OF Construction —Fiber Optic Conduit and Fiber Optic Cable
FAYETTEVILLE
ISP endor: OzarksGo, LLC.
A R KA N SAS Term: Single Project
THIS AGREEMENT is made this 19th day of September 2023, by and between City of Fayetteville, Arkansas, acting by and
through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and OzarksGo, LLC., a local ISP.
CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction
projects. Therefore, CITY OF FAYETTEVILLE and OzarksGo, LLC., in consideration of their mutual covenants, agree as
follows:
Work directed by OzarksGo, LLC, shall be performed by their contractors under valid, active, current license with the
Arkansas Contractor's Licensing Board. OzarksGo, LLC, and their contractors shall follow all federal, state, and local laws
at all times.
1. Contracted parties and relationship:
a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices.
i. OzarksGo, LLC. Tax identification number (TIN) ending in 5966
ii. OzarksGo, LLC. Secretary of State, Certificate of Franchise Authority
b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally
responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation
among all Project participants.
2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the
parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions,
representations, or warranties with respect to the subject matter of this Agreement other than those as expressly
provided herein.
a. Appendices included under this agreement include the following:
i. Appendix A: Scope of Work
ii. Appendix B: OZARKSGO, LLC Certificate of Insurance
b. This agreement may be modified only by a duly executed written instrument signed by the CITY and
OzarksGo, LLC.
c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract
Documents, the documents shall govern in the following order: (a) Change Orders and written
amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) OzarksGo, LLC
Proposal (d) City's published bid and associated Addenda.
3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the
following addresses:
a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701
b. Vendor: OzarksGo, LLC : Attention Steve Bandy, General Manager, 3641 W Wedington Fayetteville AR
72704.
4. General Provisions:
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 1 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly
disclose to any other party any conflicts that may arise. All parties warrant that it has not and
shall not pay or receive any contingent fees or gratuities to or from any other party, including
agents, officer's employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected
Officials, or Others to secure preferential treatment.
Workmanship: The Work shall be executed in accordance with the Contract Documents in a
workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to
facilitate the proper and expeditious execution of the Work and shall be new except as otherwise
provided in the Contract Documents.
iii. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or
equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the
items so provided and thereupon handle, store, and install the items, unless otherwise provided
in the Contract Documents, with such skill and care as to provide a satisfactory and proper
installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of
vendor and may be deducted from any amounts due or to become due. Any defects discovered
in such materials or equipment shall be reported at once to the City and the City's contracted
third -party Design Professional. Following receipt of written notice from vendor of defects, City
and Design Professional shall promptly inform the City what action, if any, vendor shall take with
regard to the defects.
iv. WORKSITE VISIT: Vendor acknowledges that it has visited, or has had the opportunity to visit, the
Worksite to visually inspect the general and local conditions which could affect the Work.
v. Vendor shall perform all duties and responsibilities necessary to coordinate the various parts of
the Work and to prepare its Work for the work of City or Others.
vi. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be
liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its
employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines,
penalties, or corrective measures.
vii. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss
attributable to the acts or omissions of City or Others and not to Vendor, City may either (a)
promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept
the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If Vendor incurs
costs or is delayed due to such loss or damage, Vendor may seek an equitable adjustment in the
Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable
adjustment shall be approved by all parties.
viii. Taxes and Permits: Vendor shall give public authorities all notices required by law and shall obtain
and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall
provide to City copies of all notices, permits, licenses, and renewals required under this
Agreement.
1. Vendor shall pay applicable taxes and permit fees associated with the entire project.
ix. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates,
refunds, and all returns from sale of surplus materials and equipment, shall be credited to the
Cost of the Work, or directly to the City after final payment.
x. City may occupy or use completed or partially completed portions of the Work when (a) the
portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 2 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or
use. Vendor shall not unreasonably withhold consent to partial occupancy or use.
xi. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive
benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire
and integrated agreement between the Parties, and supersedes all prior negotiations,
representations, or agreements, either written or oral. This Agreement and each and every
provision is for the exclusive benefit of all Parties and not for the benefit of any third party.
xii. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this
Agreement without the written consent of the other Party. The terms and conditions of this
Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal
representatives. No Party shall assign the Agreement without written consent of the other.
xiii. Where figures are given, they shall be preferred to scaled dimensions.
xiv. In case of conflicts from the approved scope of work, Vendor shall submit the matter to the City I
for clarification.
5. Definitions:
a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or
trade meanings shall be interpreted in accordance with their well-known meanings.
b. "Business Day" means all Days, except weekends and official federal or state holidays where the Project is
located.
c. A "Change Order' is a written order signed by all Parties after execution of this Agreement, indicating
changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion.
d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to
achieve Final Completion.
e. "Cost of the Work' means the total costs and discounts charged to the City.
f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative.
g. "Day" means a calendar day unless otherwise specified.
h. "Defective Work' is any portion of the Work that does not conform with the requirements of the
Contract Documents.
i. "Final Completion" occurs on the date when Vendor's obligations under this Agreement are complete
and accepted by City and final payment becomes due and payable. This date shall be confirmed by a
Certificate of Final Completion signed by all Parties.
j. "Hazardous Material" is any substance or material identified now or in the future as hazardous under the
Law, or any other substance or material that may be considered hazardous or otherwise subject to
statutory or regulatory requirement governing handling, disposal, or cleanup.
k. "Interim Directive" is a written order containing change to the Work directed by and in consultation with
City and Design Professional after execution of this Agreement and before Substantial Completion.
Interim Directives shall be consolidated and formalized in a change order to be signed by all parties.
I. "Law" means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work
with which Vendor must comply that are enacted as of the Agreement date.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 3 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
m. "Others' means City's other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub
subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or
any by any of them or for whose acts any of them may be liable.
n. "Overhead" means (a) payroll costs, burden, and other compensation of Vendor's employees in Vendor's
principal and branch offices for work associated with this project.
o. "Owner" is the City of Fayetteville, Arkansas (City).
p. The "Owner's Program" is an initial description of Owner's objectives, including budgetary and time
criteria, space requirements and relationships, flexibility and expandability requirements, special
equipment and systems, site requirements, and any requirements for phased occupancy.
q. The "Parties" are collectively City and Vendor.
r. The "Project," is the building, facility, or other improvements for which Vendor is to perform Work under
this Agreement. It may also include construction by Owner or Others.
s. The "Schedule of the Work" is the document prepared by Vendor that specifies the dates on which
Vendor plans to begin and complete various parts of the Work, including dates on which information and
approvals are required from City.
t. "Subcontractor" is a person or entity retained by Vendor as an independent contractor to provide the
labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term
Subcontractor does not include Design Professional or Others.
u. "Substantial Completion" of the Work, or of a designated portion, occurs on the date when the Work is
sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the
Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This
date shall be confirmed by a certificate of Substantial Completion signed by all Parties.
v. A "Sub subcontractor" is a person or entity who has an agreement with a Subcontractor or another sub
sub -contractor or Supplier to perform a portion of the Subcontractor's Work or supply material or
equipment.
w. A "Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work.
x. "Terrorism" means a violent act, or an act that is dangerous to human life, property, or infrastructure,
that is committed by an individual or individuals and that appears to be part of an effort to coerce a
civilian population or to influence the policy or affect the conduct of any government by coercion.
Terrorism includes, but is not limited to, any act certified by the United States government as an act of
terrorism pursuant to the Terrorism Risk Insurance Act, as amended.
y. "Work" means the construction services necessary or incidental to fulfill Vendor's obligations for the
Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer
to the whole Project or only a part of the Project if work is also being performed by Owner or Others.
z. "Worksite" means the area of the Project where the Work is to be performed.
aa. "Bi-monthly basis" means every fourteen to sixteen calendar days.
6. Contract Document Review and Administration
a. Before commencing the Work, Vendor shall examine and compare the drawings and specifications with
information furnished by the City and Design Professional that are considered Contract Documents,
relevant field measurements made by Vendor, and any visible conditions at the Worksite affecting the
Work.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 4 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
b. Should Vendor discover any errors, omissions, or inconsistencies in the Contract Documents, Vendor shall
promptly report them to the City and Design Professional. Following receipt of written notice from
Vendor of defects, City shall promptly inform Vendor what action, if any, Vendor shall take with regard to
the defect.
c. Nothing in this section shall relieve VENDOR of responsibility for its own errors, inconsistencies, or
omissions.
d. COST REPORTING: Vendor shall maintain complete, accurate, and current records that comply with
generally accepted accounting principles and calculate the proper financial management under this
Agreement. Vendor shall maintain a complete set of all books and records prepared or used by Vendor
with respect to the Project. City shall be afforded access to all of Vendor's records, books,
correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this
Agreement. Vendor shall preserve all such records for a period of three years after the final payment or
longer where required by Law.
7. Warranty
a. Vendor warrants all materials and equipment furnished under the Construction Phase of this Agreement
will be new unless otherwise specified, of good quality, in conformance with the Contract Documents,
and free from defective workmanship and materials. At City or Design Professional request, Vendor shall
furnish satisfactory evidence of the quality and type of materials and equipment furnished. Vendor
further warrants all Work shall be free from material defects not intrinsic in the design or materials
required in the Contract Documents. Vendor's warranty does not include remedies for defects or
damages caused by normal wear and tear during normal usage beyond the warranty period, use for a
purpose for which the Project was not intended, improper or insufficient maintenance, modifications
performed by the City or others, or abuse. Vendor's warranty shall commence on the Date of Final
Completion of the Project.
b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and
purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are
no warranties which extend beyond the description on the face of any such warranty. For such
incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF
MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY
DISCLAIMED.
c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by
the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction
period, as further defined in this Agreement. After that period Vendor shall provide full and
comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such
extended warranties.
d. Correction of Work
If before Substantial Completion or within two -years after the date of Final Completion of the
Work any Defective Work is found, City shall promptly notify Vendor in writing. Unless City
provides written acceptance of the condition, Vendor shall promptly correct the Defective Work
at its own cost and time and bear the expense of additional services required for correction of
any Defective Work for which it is responsible. If within the two-year correction period City
discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct
Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct
that Defective Work as well as City's right to claim a breach of the warranty with respect to that
Defective Work.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 5 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
ii. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice
from City before final payment, City may correct it in accordance with Owner's right to carry out
the Work. In such case, an appropriate Change Order shall be issued deducting the cost of
correcting the Defective Work from payments then or thereafter due Vendor. If payments then
or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the
difference to City.
iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the
two-year correction period shall be determined by the Law. If, after the two-year correction
period but before the applicable limitation period has expired, City discovers any Work which City
considers Defective Work, City shall, unless the Defective Work requires emergency correction,
promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to
do so. If Vendor elects to correct the Work, it shall provide written notice of such intent within
fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work
within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have
the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from
Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs.
iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other
completed or partially completed work or existing building, Vendor shall be responsible for the
cost of correcting the destroyed or damaged property.
v. The two-year period for correction of Defective Work does not constitute a limitation period with
respect to the enforcement of Vendor's other obligations under the Contract Documents.
vi. Before final payment, at City option and with Vendor's agreement, City may elect to accept
Defective Work rather than require its removal and correction. In such cases the contract shall be
equitably adjusted for any diminution in the value, as determined by City, of the Project caused
by such Defective Work via formal written change order.
8. Safety of Persons and Property
SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation
does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall
prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a)
its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite
locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work
areas, whether or not the property is part of the Worksite.
b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as
its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project
superintendent shall serve as its safety representative. Vendor shall report promptly in writing all
recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident
report with a public authority, Vendor shall furnish a copy of the report to City.
c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety
program shall comply with the requirements of governmental and quasi -governmental authorities having
jurisdiction.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 6 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
i. Damage or loss not insured under property insurance that may arise from the Work to the extent
caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose
acts Vendor may be liable, shall be promptly remedied by Vendor.
d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's
safety program, may require Vendor to stop performance of the Work, and take corrective measures
satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct
their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for
a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's
reasonable request.
9. Subcontracts:
a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier
and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract
Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the
Work.
b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the
City.
10. Fees, Expenses, and Payments:
a. OzarksGo, LLC. at its own cost and expense shall furnish all labor, materials, supplies, machinery,
equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services
necessary to complete the work as stated in OZARKSGO, LLC's APENDIX A Scope or Work.
b. This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of
$576,000.00 US Dollars.
c. The City of Fayetteville shall pay OzarksGo, LLC for completion of the project based on a percentage of
work completed. At no point shall payment exceed the percentage of work completed, as determined by
the City.
d. Payments will be made after approval and acceptance of work and submission of invoice Payments will
be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to
request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or
other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments.
e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is
completed in full.
f. Not to exceed pricing shall include but not be limited to:
i. Labor wages directly employed by Vendor in performing of the Work.
ii. Salaries of Vendor's employees when stationed at the field office, in whatever capacity employed,
employees engaged on the road expediting the production or transportation of material and
equipment, and employees from the principal or branch office as mutually agreed by the Parties
in writing.
iii. Cost of all employee benefits and taxes, including but not limited to, workers' compensation,
unemployment compensation, social security, health, welfare, retirement, and other fringe
benefits as required by law, labor agreements, or paid under Vendor's standard personnel policy,
insofar as such costs are paid to employees of Vendor who are included in the Cost of the Work.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 7 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
iv. Transportation, travel, hotel, and moving expenses of Vendor's personnel incurred in connection
with the Work.
v. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of
inspection and testing if not provided by City, transportation, storage, and handling.
vi. Payments made by Vendor to Subcontractors for work performed under this Agreement.
vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary
facilities, and hand tools not owned by the workers that are used or consumed in the
performance of the Work, less salvage value or residual value; and cost less salvage value on such
items used, but not consumed that remain the property of Vendor.
viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by
workers, used at the Worksite, whether rented from Vendor or others, including installation,
repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs
at competitive market rates.
ix. Cost of the premiums for all insurance and surety, performance or payment bonds which Vendor
is required to procure or deems necessary and approved by City.
x. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which Vendor is
liable.
xi. Permits, taxes, fees, licenses, tests, royalties.
xii. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the
cost of corrective work during the Construction Phase and for the warranty period.
xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and
demobilizing the field office and site.
xiv. Water, power, and fuel costs necessary for the Work.
xv. Cost of removal of all nonhazardous substances, debris, and waste materials.
xvi. Costs incurred due to an emergency affecting the safety of persons or property.
xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not
included in Vendor's Fee, which are reasonably inferable from the Contract Documents.
g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents,
applications for payment may include materials and equipment not yet incorporated into the Work but
delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs
incurred transporting the materials to an offsite storage facility. Approval of payment applications for
stored materials and equipment stored offsite shall be conditioned on a submission by Vendor of bills of
sale and proof of required insurance, or such other documentation satisfactory to City to establish the
proper valuation of the stored materials and equipment, City's title to such materials and equipment, and
to otherwise protect City's interests therein, including transportation to the Worksite. Materials and
equipment stored offsite shall be in a bonded and insured secure facility.
h. Final Payment: Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this Agreement,
VENDOR shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF
FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted
by VENDOR to be set forth therein.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 8 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by
the parties to this Agreement, final payment under this Agreement or settlement upon
termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against VENDOR or sureties under this Agreement.
11. Time:
a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion
shall be established as outlined below. If such dates are not established upon the execution of this
Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be
established via Change Order.
i. Substantial completion shall be 230 calendar days from Notice to Proceed.
ii. Final Completion shall be 250 calendar days from Notice to Proceed.
b. Time is of the essence with regard to the obligations of the Contract Documents.
c. Unless instructed by City in writing, Vendor shall not knowingly commence the Work before the effective
date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by
the City of Fayetteville Purchasing Division.
d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if
directed, Design Professional a Schedule of the Work showing the dates on which Vendor plans to begin
and complete various parts of the Work, including dates on which information and approvals are required
from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the
Work or Vendor.
City may determine the sequence in which the Work shall be performed, provided it does not
unreasonably interfere with the approved project schedule. City may require Vendor to make
reasonable changes in the sequence at any time during the performance of the Work in order to
facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is
delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable
adjustment.
e. NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an
equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the
claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional
costs.
12. Substantial Completion:
a. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of
the Work or a designated portion to have been achieved. City, with the assistance of its Design
Professional, shall promptly conduct an inspection to determine whether the Work or designated portion
can be occupied or used for its intended use by City without excessive interference in completing any
remaining unfinished Work. If City determines the Work or designated portion has not reached
Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of
items to be completed or corrected so City may occupy or use the Work or designated portion for its
intended use. Vendor shall promptly and accurately complete all items on the list.
b. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a
Certificate of Substantial Completion establishing the date of Substantial Completion and the respective
responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 9 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
damage to the Work, and fixing the time for completion of all items on the list accompanying the
Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed,
to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial
Completion.
c. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the
Contract Documents shall commence on the date of Substantial Completion of the Work or a designated
portion.
Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the
remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a
sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting
remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final
Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually
agreed upon timeframe.
13. Final Completion:
a. Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance,
City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if
the Work has been completed and is acceptable under the Contract Documents.
b. When the Work is complete, Vendor shall prepare for City's written acceptance a final application for
payment stating that to the best of Vendor's knowledge, and based on City's inspections, the Work has
reached Final Completion in accordance with the Contract Documents.
c. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application
for final payment, pending the application has been approved by the City, including submissions required,
and a Certificate of Final Completion has been executed by all Parties.
d. Final payment shall be due on Vendor's submission of the following to the City:
i. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or
to be paid with the proceeds of final payment, so as not to encumber City property.
ii. as -built drawings, manuals, copies of warranties, and all other close-out documents required by
the Contract Documents.
iii. release of any liens, conditioned on final payment being received.
iv. consent of any surety; and
v. any outstanding known and unreported accidents or injuries experienced by Vendor or its
Subcontractors at the Worksite.
e. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially
delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of
the Work fully completed and accepted. If the remaining contract balance for Work not fully completed
and accepted is less than the retained amount before payment, Vendor shall submit to City and, if
directed, Design Professional the written consent of any surety to payment of the balance due for
portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver
of claims, but otherwise shall be governed by this section.
ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with
an application for final payment, its acceptance of final payment constitutes a waiver of such claims.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 10 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
14. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if
addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight
courier.
15. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
16. Venue: Venue for all legal disputes shall be Washington County, Arkansas.
17. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing 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 VENDOR shall 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 photo coping costs pursuant to the FOIA may be assessed for this compliance.
18. Changes in Scope or Price: 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.
19.Insurance:
a. Before starting the Work and as a condition precedent to payment, Vendor shall procure and maintain in
force Workers' Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability
Insurance, and Commercial General Liability Insurance ("CGL"). The CGL policy shall include coverage for
liability arising from premises, operations, independent contractors, products -completed operations,
personal injury and advertising injury, contractual liability, pollution coverage, and broad form property
damage. Vendor shall maintain completed operations liability insurance for one year after Substantial
Completion, or as required by the Contract Documents, whichever is longer. Vendor's Employers' Liability,
Business Automobile Liability and CGL policies shall be written with at least the limits of liability presented
in Appendix C.
b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a
single policy for the full limits required or by a combination of underlying policies with the balance
provided by excess or umbrella liability policies.
c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully
authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or
maintain any insurance coverage required under this Agreement, City may purchase such coverage and
charge the expense to Vendor or terminate this Agreement.
d. To the extent commercially available to Vendor from its current insurance company, insurance policies
required shall contain a provision that the insurance company or its designee shall give City written notice
transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance
company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before
commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish
City with certificates of insurance until one year after Substantial Completion or longer if required by the
Contract Documents. In addition, if any insurance policy required is not to be immediately replaced
without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Vendor shall give City
prompt written notice upon actual or constructive knowledge of such condition.
e. Certificates of Insurance shall list the City as Additional Insured Parties.
f. PROPERTY INSURANCE:
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 11 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
At no time shall any policy be covered by self-insurance or in a self -insured format. All policies
shall be covered by an approved commercial insurance professional properly licensed to do
business in Arkansas.
Unless otherwise directed in writing by City, before starting the Work, OZARKSGO, LLC shall
obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement
at the time of loss, including existing structures. This insurance shall also (a) name Vendor,
Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in
such form to cover all risks of physical loss except those specifically excluded by the policy; and
(c) insure at least against and not exclude:
the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft,
including helicopter, operated by or on behalf of Vendor) and vehicles, riot and civil
commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake,
earth movement, water damage, wind damage, testing if applicable, collapse, however
caused.
2. damage resulting from defective design, workmanship, or material.
coverage extension for damage to existing buildings, plant, or other structures at the
Worksite, when the Project is contained within or attached to such existing buildings,
plant or structures. Coverage shall be to the extent loss or damage arises out of
Constructor's activities or operations at the Project.
4. equipment breakdown, including mechanical breakdown, electrical injury to electrical
devices, explosion of steam equipment, and damage to steam equipment caused by a
condition within the equipment.
testing coverage for running newly installed machinery and equipment at or beyond the
specified limits of their capacity to determine whether they are fit for their intended use;
and
6. physical loss resulting from Terrorism.
iii. The Party that is the primary cause of a Builder's Risk Policy claim shall be responsible for any
deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the
Party obtaining and maintaining the Builder's Risk Policy shall be responsible for the deductible
amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This
insurance shall remain in effect until final payment has been made or until no person or entity
other than City has an insurable interest in the property to be covered by this insurance,
whichever is sooner. Partial occupancy or use of the Work shall not commence until City has
secured the consent of the insurance company or companies providing the coverage required in
this subsection. Before commencing the Work, City shall provide a copy of the property policy or
policies obtained.
iv. If City elects to purchase the property insurance required by this Agreement, including all of the
coverages and deductibles for the same durations specified, City shall give written notice to
Vendor before the Work is commenced and provide a copy of the property policy or policies
obtained in compliance with this agreement. City may then provide insurance to protect its
interests and the interests of the Constructor, Subcontractors, Suppliers, and Sub subcontractors.
The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 12 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
intent to purchase property insurance required by this Agreement and fails to purchase or
maintain such insurance, City shall be responsible for costs reasonably attributed to such failure.
The Parties each waive all rights against each other and their respective employees, agents,
contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages
caused by risks covered by the property insurance, except such rights as they may have to the
proceeds of the insurance.
To the extent of the limits of Vendor's Commercial General Liability Insurance, Vendor
shall indemnify and hold harmless City against any and all liability, claims, demands,
damages, losses, and expenses, including attorneys' fees, in connection with or arising
out of any damage or alleged damage to any of City's existing adjacent property,
including personal property, that may arise from the performance of the Work, to the
extent caused by the negligent or intentionally wrongful acts or omissions of Vendor,
Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by
any of them or by anyone for whose acts any of them may be liable.
RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to
the Work shall be upon the Party obtaining and maintaining the Builder's Risk until the Date of Final
Completion.
ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain
additional liability coverage. Vendor shall provide:
Additional Insured. City shall be named as an additional insured on Vendor's Commercial General
Liability (CGL) specified, for on -going operations and completed operations, excess/umbrella
liability, commercial automobile liability, and any required pollution liability, but only with respect
to liability for bodily injury, property damage, or personal and advertising injury to the extent
caused by the negligent acts or omissions of Vendor, or those acting on Vendor's behalf, in the
performance of Vendor's work for Owner at the Worksite. The insurance of the Vendor and its
Subcontractors (both primary and excess) shall be primary to any insurance available to the
Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non-
contributory.
OCP. Vendor shall provide an Owners' and Contractors' Protective Liability Insurance ("OCP")
policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner.
i. Any documented additional cost in the form of a surcharge associated with procuring the additional
liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the
Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing
that City has been named as an additional insured, as applicable.
ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may
be due on the inclusion of any patented or copyrighted materials, methods, or systems selected
by Vendor and incorporated in the Work. Vendor shall defend, indemnify, and hold City harmless
from all suits or claims for infringement of any patent rights or copyrights arising out of such
selection.
20. Professional Responsibility: VENDOR will exercise reasonable skill, care, and diligence in the performance of
services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY
OF FAYETTEVILLE will promptly report to VENDOR any defects or suspected defects in services of which CITY OF
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 13 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
FAYETTEVILLE becomes aware, so VENDOR can take measures to minimize the consequences of such a defect.
CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of VENDOR.
21. Responsibility of the City of Fayetteville
a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of VENDOR:
i. Provide full information as to the requirements for the Project.
ii. Assist OZARKSGO, LLC by placing at OZARKSGO, LLC's disposal all available information pertinent
to the assignment including previous reports and any other data relative thereto.
iii. Assist OzarksGo, LLC in obtaining access to property reasonably necessary for OZARKSGO, LLC to
perform its services.
iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented
by OzarksGo, LLC and render in writing decisions pertaining thereto.
v. Review all documents and provide written comments to OZARKSGO, LLC in a timely manner.
vi. The City of Fayetteville Facilities Director is the project representatives with respect to the
services to be performed under this Agreement. The Facilities Director Representative shall have
complete authority to transmit instructions, receive information, interpret, and define policies
and decisions with respect to materials, equipment, elements and systems to be used in the
Project, and other matters pertinent to the services covered by this Agreement.
22. Cost Opinions and Projections: Cost opinions and projections prepared by OZARKSGO, LLC relating to construction
costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost
estimating, and operating results are based on OZARKSGO, LLC experience, qualifications, and judgment as an
OZARKSGO, LLC professional.
23. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE
authorizing services hereunder.
a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the
Project through completion of the services stated in the Agreement. VENDOR shall proceed with
providing the authorized services immediately upon receipt of written authorization from CITY OF
FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which
the services are to be completed.
24. Termination:
a. This Agreement may be terminated in whole or in part in writing by either party in the event of
substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the
terminating party, provided that no termination may be affected unless the other party is given:
i. Not less than thirty (30) calendar days written notice (delivered by certified mail, return receipt
requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its
convenience, provided that VENDOR is given:
i. Not less than thirty (30) calendar days written notice (delivered by certified mail, return receipt
requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 14 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price
provided for in this Agreement shall be made, but
i. No amount shall be allowed for anticipated profit on unperformed services or other work,
ii. Any payment due to VENDOR at the time of termination may be adjusted to cover any additional
costs to CITY OF FAYETTEVILLE because of VENDOR's default.
d. If termination for default is affected by VENDOR, or if termination for convenience is affected by CITY OF
FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work
performed. The equitable adjustment for any termination shall provide for payment to VENDOR for
services rendered and expenses incurred prior to the termination, in addition to termination settlement
costs reasonably incurred by VENDOR relating to commitments which had become firm prior to the
termination.
e. Upon receipt of a termination action under Paragraphs above, VENDOR shall:
i. Promptly discontinue all affected work (unless the notice directs otherwise),
ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications,
reports, estimates, summaries and such other information and materials as may have been
accumulated by VENDOR in performing this Agreement, whether completed or in process.
f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award
another party an agreement to complete the work under this Agreement.
g. If, after termination for failure of VENDOR to fulfill contractual obligations, it is determined that VENDOR
had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the
convenience of CITY OF FAYETTEVILLE. In such event, adjustments to the agreement price shall be made
as provided in this agreement.
25. Delays
a. In the event the services of OZARKSGO, LLC are suspended or delayed by CITY OF FAYETTEVILLE, or by
other events beyond VENDOR's reasonable control, VENDOR shall be entitled to additional compensation
and time for reasonable documented costs incurred by VENDOR in temporarily closing down or delaying
the Project.
b. In the event the services are suspended or delayed by VENDOR, CITY shall be entitled to compensation
and time for reasonable costs incurred in temporarily closing down or delaying the Project.
26. Dispute Resolution
a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY
OF FAYETTEVILLE and VENDOR which arise from, or in any way are related to, this Agreement, including,
but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or
omissions of CITY OF FAYETTEVILLE or VENDOR in the performance of this Agreement, and disputes
concerning payment.
b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely
Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these
procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction,
until the procedures in this agreement have been complied with.
c. Notice of Dispute
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 15 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
i. For disputes arising prior to the making of final payment promptly after the occurrence of any
incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve
the other party with a written Notice.
ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE
shall give VENDOR written Notice at the address listed in this agreement within thirty (30)
calendar days after occurrence of any incident, accident, or first observance of defect or damage.
In both instances, the Notice shall specify the nature and amount of relief sought, the reason
relief should be granted, and the appropriate portions of this Agreement that authorize the relief
requested.
iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for
CITY OF FAYETTEVILLE and VENDOR shall confer in an effort to resolve the dispute. If the dispute
cannot be resolved at that level, then, upon written request of either side, the matter shall be
referred to the President of VENDOR, and the Mayor of CITY OF FAYETTEVILLE or his or her
designee. These officers shall meet at the Project Site or such other location as is agreed upon
within 30 calendar days of the written request to resolve the dispute.
27. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment
to OZARKSGO, LLC for services rendered by OZARKSGO, LLC. All parties agree if funding should become
insufficient to complete the project, VENDOR shall be notified in a timely manner.
28. Publications:
a. Recognizing the importance of professional services on the part of VENDOR's employees and the
importance of VENDOR's public relations, VENDOR may prepare publications, such as technical papers,
articles for periodicals, promotional materials, and press releases, in electronic or other format,
pertaining to VENDOR's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall
review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to VENDOR, CITY OF
FAYETTEVILLE may require deletion of proprietary data or confidential information from such
publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved
materials may be used in a variety of situations and do not require additional review or approval for each
use. The cost of VENDOR's activities pertaining to any such publication shall be for VENDOR's account.
29. Indemnification:
a. The CITY requires the VENDOR to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any
loss caused by negligence and from and against any and all loss where loss is caused or incurred or
alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault
of the VENDOR, or their employees, agents, Subcontractors, sub consultant and Suppliers of the VENDOR.
30. Ownership of Documents:
a. All documents provided by CITY OF FAYETTEVILLE, including original drawings, CAD drawings, estimates,
field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. Vendor may retain
reproduced copies of drawings and copies of other documents.
b. Engineering and architectural drawings and specification that detail the as-builts of the approved scope of
work shall be provided to the CITY OF FAYETTEVILLE as part of the final acceptance. Vendor shall,
however, retain its rights in its standard drawings details, specifications, databases, computer software,
and other proprietary property. Rights to intellectual property developed, utilized, or modified in the
performance of the Services shall remain the property of Vendor.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 16 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
c. Any files delivered in electronic medium may not work on systems and software different than those with
which they were originally produced. Vendor makes no warranty as to the compatibility of these files
with any other system or software. Because of the potential degradation of electronic medium over time,
in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the
sealed drawings/hard copies will govern.
31. Additional Responsibilities of VENDOR:
a. Review, approval, or acceptance of design drawings, specifications, reports, and other services furnished
hereunder by CITY shall not in any way relieve Vendor of responsibility for the technical adequacy of the
work. Review, approval, or acceptance of, or payment for any of the services by CITY shall not be
construed as a waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement.
b. Vendor shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF
FAYETTEVILLE caused by Vendor's negligent performance, except beyond the Vendor's normal standard
of care, of any of the services furnished under this Agreement, and except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data.
c. Vendor's obligations under this clause are in addition to Vendor's other express or implied assurances
under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE
may have against VENDOR for faulty materials, equipment, or work.
32. Audit and Access to Records:
a. Vendor shall maintain books, records, documents, and other evidence directly pertinent to performance
on work under this Agreement in accordance with generally accepted accounting principles and practices
consistently applied in effect on the date of execution of this Agreement.
b. Vendor shall also maintain the financial information and data used by Vendor in the preparation of
support of the cost submission required for any negotiated agreement or change order and send to CITY
OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their
authorized representatives shall have access to all such books, records, documents, and other evidence
for the purpose of inspection, audit and copying during normal business hours. VENDOR will provide
proper facilities for such access and inspection.
c. Records shall be maintained and made available during performance on assisted work under this
Agreement and until three years from the date of final payment for the project. In addition, those
records which relate to any controversy arising out of such performance, or to costs or items to which an
audit exception has been taken, shall be maintained, and made available until three years after the date
of resolution of such appeal, litigation, claim or exception.
d. This right of access clause (with respect to financial records) applies to:
i. Negotiated prime agreements.
ii. Negotiated change orders or agreement amendments affecting the price of any formally
advertised, competitively awarded, fixed price agreement.
iii. Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not apply to a
prime agreement, lower tier sub agreement or purchase order awarded after effective price
competition, except:
1. With respect to record pertaining directly to sub agreement performance, excluding any
financial records of VENDOR.
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 17 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be
involved.
3. If the sub agreement is terminated for default or for convenience.
33. Covenant Against Contingent Fees:
VENDOR warrants that no person or selling agency has been employed or retained to solicit or secure this
Agreement upon an agreement of understanding for a commission, percentage, brokerage, or contingent
fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained
by VENDOR for the purpose of securing business. For breach or violation of this warranty, CITY OF
FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct
from the contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
34. Gratuities:
If CITY OF FAYETTEVILLE finds after a notice and hearing that VENDOR or any of VENDOR agents or
representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any
official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this
project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making
any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written
notice to VENDOR terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and
remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the
Remedies clause of this Agreement.
The CITY may pursue the same remedies against VENDOR as it could pursue in the event of a breach of
the Agreement by VENDOR. As a penalty, in addition to any other damages to which it may be entitled by
law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which
shall be not less than three nor more than ten times the costs VENDOR incurs in providing any such
gratuities to any such officer or employee.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and OZARKSGO, LLC by its authorized
officer have made and executed this Agreement as of the day and year first above written.
Kara Paxton, City Clerk
Date Signed: 09/19/2023
OZARKSGO, LLC
Sliflil/. By�Sfw<b!.h
K! FR44' Aeve a"WJV, General Manager
�•
° I AY' 1'14 V!" ;
• U
Date Signed: 8/30/2023
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 18 of 19
Last Revised 02.17.2023
DocuSign Envelope ID: D7BEA52F-7F08-482A-A592-60D28EBEF6EB
CONTRACT: Bid 23-XX, Construction —fiber interconnect Happy Hollow
Page 19 of 19
Last Revised 02.17.2023
Fiber Optic Conduit and Fiber Optic Cable
City of Fayetteville and OzarksGo LLC
APPENDIX A
Scope of Work
1. INTRODUCTION:
This scope of work includes installing fiber optic conduit and fiber optic cabling to provide a fiber backhaul from
City Hall to the Primary Data center and connect major city facilities along the fiber path. The work shall utilize the
City's multi duct fiber conduit for a large portion of the path that will allow future expansion of fiber optic and low
voltage cabling projects by providing empty conduits.
2. SCOPE OF WORK:
A. OzarksGo, LLC shall provide all equipment, materials, and station supplies and supervision, with the exception
of 20,000 feet of City provided multi -duct conduit, to provide fiber optic conduit and fiber optic cable to connect
the City facilities listed in Section I of this document.
B. All applicable national, state, and local electrical and/or building codes shall be followed.
C. TOOLS AND EQUIPMENT:
a. OzarksGo, LLC shall be equipped with the tools of their trade and shall furnish all labor, tools, and all
other items necessary for and incidental to executing and completing all required work. OzarksGo, LLC
shall provide all required tools, equipment, consumable products, and testing instruments need for the
project.
D. WASTE DISPOSAL AND CLEANUP:
Removal and off -site disposal of construction waste shall be the responsibility of OzarksGo, LLC. Debris
and trash shall be removed at the end of each day's work. Upon completion, the work area shall be
left clean of debris and trash associated with the work. There shall be no additional charges to the City
for removal and/or disposal of materials.
E. WORKMANSHIP, MATERIALS, AND EQUIPMENT:
OzarksGo, LLC shall furnish all labor, materials, and equipment for satisfactory contract performance.
When not specifically identified in the contract, such materials and equipment shall be of suitable type
and grade for the purpose.
F. WARRANTY:
OzarksGo, LLC shall warranty the system for 12 months after final installation and acceptance from the
City. Warranty shall include all parts and labor for any issues arising during the warranty period.
G. CONTRACTOR'S EMPLOYEES:
City of Fayetteville, AR and CzarksGo LLC
Scope of Work — Appendix A
Page 1 of 3
a. Any person making deliveries to or working on City property must be identifiable by uniform, proper
identification, and a marked vehicle. OzarksGo, LLC shall only furnish employees who are competent
and skilled for work under the contract.
b. If, in the opinion of the City, an employee of OzarksGo, LLC is incompetent or disorderly, refuses to
perform in accordance with the terms and conditions of the Contract, threatens or uses abusive
language while on city property, or is otherwise unsatisfactory, that employee shall be removed from
all work under the contract.
c. The City reserves the right to approve or disapprove of specific Contractor employees from working on
any site involved with this project.
d. OzarksGo, LLC shall follow all current City of Fayetteville guidelines and mandates for health and safety
related to COVID-19.
H. PROJECT COMPLETION:
a. City shall issue the Notice of Award immediately after City Council approval of contract and issuance of
City Purchase Order.
b. OzarksGo, LLC shall immediately secure and place orders for all materials related to this project.
c. The City and OzarksGo, LLC shall coordinate and communicate on the delivery status of materials
related to this project. City shall issue a Notice to Proceed after a vast majority of materials have been
received.
d. OzarksGo, LLC shall complete project within 250 calendar days of Notice to Proceed for the total
project. OzarksGo, LLC shall complete the project in a manner that does not negatively affect alerting
of emergency calls.
I. FIBER TERMINATION LOCATIONS: Fayetteville, AR 72701
a. City Hall
b. Happy Hollow Campus (RTC, Parks, Transportation, Fleet)
c. Animal Shelter
d. Lower Ramble network cabinet on West Ave
e. Upper Ramble network cabinet on West Ave
f. West Avenue Parking Deck
g. Water and Sewer Operations
h. Walker Park
i. Primary Data Center at Airport
j. Traffic Signals
i. South School Ave and Martin Luther King Jr Blvd
ii. South School Ave and 15 St
iii. West Ave and Dickson St
iv. 151" St and South Morningside Dr
v. 15t" St and S Curtis Ave
City of Fayetteville, AR and OzarksGo LLC
Scope of Work — Appendix A
Page 2 of 3
3. PRICING:
a. OzarksGo, LLC at its own cost and expense shall furnish all labor, materials, with the exception of
20,000 feet of City provided multi -duct conduit, supplies, machinery, equipment, tools, supervision,
bonds, insurance, tax permits, and all other accessories and services necessary to complete items as
described in this Scope of Work. Costs are Not to exceed limits. Billing will be for actual costs.
i. Work Breakdown
1. Fayetteville West Ave Parking Deck to City Hall, City Hall to 15th St- $200,000.00
a. West Avenue Parking Deck
b. West Ave and Dickson St
c. Lower Ramble network cabinet on West Ave
d. Upper Ramble network cabinet on West Ave
e. City Hall
f. Traffic Signal at South School Ave and Martin Luther King Jr Blvd
g. Walker Park
2. City of Fayetteville Happy Hollow Campus tol5th St- $242,000.00
a. Traffic Signal at South School Ave and 15 St
b. Traffic Signal at 151h St and South Morningside Dr
c. Traffic Signal at 151h St and S Curtis Ave
d. Fire Station #3
e. Happy Hollow Campus (RTC, Parks, Transportation, Fleet)
3. City of Fayetteville Happy Hollow Campus to Airport Data Center -to be performed in
2024- $134,000.00
a. Happy Hollow Campus (RTC, Parks, Transportation, Fleet)
b. Animal Shelter
c. Water and Sewer Operations
d. Primary Data Center at Airport
City of Fayetteville, AR and OzarksGo LLC
Scope of Work — Appendix A
Page 3 of 3
Appendix B
Ct_
SEC
5 �B
OF STATE
---�9 a
Mark Martin
SECRETARY OF STATE
To All to Whom These Presents Shall Come, Greetings:
I, Mark Martin, Secretary of State of Arkansas, do hereby certify that
OZARKSGO,LLC
is hereby granted a
Certificate of Franchise Authority
to be a Video Service Provider for the attached political subdivision(s).
I further certify that the above named entity, having complied with all statutory requirements
in the State of Arkansas, is qualified to operate as a Video Service Provider for a term of 10
years from the date hereof March 24, 2017.
9RkANSp,S
In Testimony Whereof, I have hereunto set my hand and
affixed my official Seal. Done at my office in the City of
Little Rock, this date March 24, 2017.
-X-V� P&&L
Secretary of State
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT
AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT
CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the
policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
THIS IS TO CERTIFY THAT: OZarkSGo, LLC
PO Box 1368
Fayetteville, AR 72702
�i FEDERATED RURAL ELECTRIC
INSURANCE EXCHANGE
NAIC:11118
P.O. Box 15147, Lenexa, KS 66285-5147
(913)541-0150 fax (913) 541-9004
www.federatedrural.com
IS, AT THE ISSUE DATE OF THIS CERTIFICATE, INSURED BY THE COMPANY UNDER THE POLICY(IES) LISTED BELOW. NOTWITHSTANDING ANY REQUIREMENT, TERM
OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE
BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE
POLICY NUMBER
POLICY DATES
LIMITS ($)
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
03 WC 026-23
1/1/2023
to
1/1/2024
WC LIMITS
STATUTORY
E.L. EACH ACCIDENT
$500,000
E.L. DISEASE EACH EMPLOYEE
$500,000
E.L. DISEASE -POLICY LIMIT
$500,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EQUIPMENT / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
CERTIFICATE HOLDER:
CITY OF FAYETTEVILLE
113 W MOUNTAIN ST
FAYETTEVILLE, AR 72701
CANCELLATION:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES
BE CANCELLED BEFORE THE EXPIRATION DATE
THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE:
FREIE Cert v.8/10