Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout87-25 RESOLUTION Contract for Services
AiCITY OF Construction— Bryce Davis Park Improvements, Phase 1
FAYETTEVILLE Contractor/Vendor:SSI Incorporated of Northwest Arkansas
%V ARKANSAS Term: Single Project
THIS AGREEMENT is made this 1 day of April , 2025, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and SSI
Incorporated of Northwest Arkansas (Vendor or SSI).
CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction
projects. Therefore, CITY OF FAYETTEVILLE and SSI, in consideration of their mutual covenants, agree as follows:
Work performed by SSI shall be performed under valid, active, current license with the Arkansas Contractor's Licensing
Board. SSI 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. SSI's Tax identification number(TIN) ending in 9338
ii. SSI's Arkansas Contractor License No. 0001310425
iii. SSI's Secretary of State Filing No. 100049422
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: Bid Tabulation
ii. Appendix B: Bid package identified as Bid 25-24,Construction—Bryce Davis Park Improvements,
Phase 1 with the specifications and conditions typed thereon inclusive of all bidding documents,
plans and drawings, and issued addenda.
iii. Appendix C:SSI's bid submittal
iv. Appendix D:SSI's Certificate of Insurance
v. Appendix E:SSI's 100% Performance and Payment Bonds
1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid
documents or 10(ten) calendar days.
b. This agreement may be modified only by a duly executed written instrument signed by the CITY and SSI.
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) SSI's Proposal
(d) City's published bid and associated Addenda.
CONTRACT: Bid 25-24, Construction—Bryce Davis Park Improvements, Phase 1
Page 1 of 19
City of Fayetteville,AR
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 Molly Rawn, 113 W. Mountain, Fayetteville,AR 72701
b. Vendor: SSI Incorporated of Northwest Arkansas,400 Jean Mary Ave., Springdale,AR 72762
4. General Provisions:
a. ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose
to any other part 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.
b. 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.
c. 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.
d. 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.
e. 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.
i. Cutting, patching, or altering the work of City or Others shall be done with the prior written
approval of City and Design Professional. Such approval shall not be unreasonably withheld.
f. 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.
g. 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.
h. 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.
i. Vendor shall pay applicable taxes and permit fees associated with the entire project.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 2 of 19
City of Fayetteville,AR
i. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and
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.
j. 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 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.
k. 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.
I. 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.
m. Where figures are given,they shall be preferred to scaled dimensions.
n. The drawings and specifications are complementary. If Work is shown only on one but not on the other,
Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from
the City or the City's third-party Design Professional for any discrepancies.
o. In case of conflicts between the drawings and specifications, the specifications shall govern unless
otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or
specifications, Vendor shall immediately submit the matter to City and Design Professional for
clarification. The City's clarifications are final and binding, which may include third-party Design
Professional content.
p._ DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its
knowledge and belief that the Vendor and its principals:
i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
ii. Have not within a three year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
iii. Are not presently indicted for or otherwise criminally or civilly charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of
this certification; and
iv. (d) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local)terminated for cause or default.
v. Vendor understands that a false statement on certification regarding debarment and suspension
may be grounds for rejection of this proposal or termination of the award. In addition, under 18
USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar
certification for each subcontract awarded in excess of$50,000.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 3 of 19
City of Fayetteville,AR
vi. Certifications for subcontracts or sub subcontracts executed under this agreement shall include
all language in this section.
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 that does not conform with the requirements of the
Contract Documents.
i. "Design Professional" means the licensed architect retained by the City and its subconsultants,to perform
design services for the Project.
j. "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.
k. "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.
I. "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.
m. "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.
n. "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.
o. "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.
p. "Owner" is the City of Fayetteville,Arkansas(City).
q. 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.
r. The "Parties" are collectively City and Vendor.
s. 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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 4 of 19
City of Fayetteville,AR
t. 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.
u. "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.
v. "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.
w. A "Sub subcontractor" is a person or entity who has an agreement with a Subcontractor or another sub
subcontractor or Supplier to perform a portion of the Subcontractor's Work or supply material or
equipment.
x. A"Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work.
y. "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.
z. "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.
aa. "Worksite" means the area of the Project where the Work is to be performed.
bb. "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.
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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 5 of 19
City of Fayetteville,AR
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:
i. 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.
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
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 6 of 19
City of Fayetteville,AR
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
a. 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.
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, 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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 7 of 19
City of Fayetteville,AR
10. Fees, Expenses, and Payments:
a. SSI, 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
items bid per Bid 25-24 as stated in SSI's bid response, and in accordance with specifications attached
hereto and made a part hereof under Bid 25-24, all included herein as if spelled out word for word.
b. This turn-key project providing labor and materials shall be provided to the City for a not to exceed fee of
$902,670.13 US Dollars.
c. The City of Fayetteville shall pay SSI 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.
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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 8 of 19
City of Fayetteville,AR
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, SSI 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 SSI to be set forth therein.
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 SSI or sureties under this Agreement.
11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, SSI shall
provide 100%separate performance and payment bonds (inclusive of any approved contingency) from a bonding
company, licensed to do business in the state of Arkansas. Bonds shall be provided within ten (10) calendar days
after this contract has been executed by all parties.
a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall
be rated A+ minimum by A. M. Best.
12. Time:
a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion
shall be established in the contract documents as a hard not-to-exceed date. 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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 9 of 19
City of Fayetteville,AR
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.
i. 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.
13. Substantial Completion:
a. The Work shall be Substantially Completed within 150 calendar days after the date when the Contract
Times commence to run as provided in the GENERAL CONDITIONS.
b. 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.
c. 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
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.
d. 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.
e. 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
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 10 of 19
City of Fayetteville,AR
Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually
agreed upon timeframe.
14. Final Completion:
a. The Work shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS
within 180 calendar days after the date when the Contract Times commence to run.
b. 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.
c. 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.
d. 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.
e. 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.
f. 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.
g. 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.
h. SSI shall ensure that the City of Fayetteville receives lien waivers from all material suppliers,
subcontractors and sub-subcontractors and before work begins on the project. The contractor shall give
written notice to the material suppliers, subcontractors and sub-subcontractors providing work on the
project that states the following:
i. 'According to Arkansas law, it is understood that no liens can be filed against public property if
valid and enforceable payment and performance bond is in place. Regarding this Project and
Agreement, the valid and enforceable bonds are with ( name of surety ).'
ii. SSI shall have each subcontractor, sub-subcontractor and material supplier execute a written
receipt evidencing acknowledgment of this statement prior to commencement of the work of the
subcontractor or material supplier.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 11 of 19
City of Fayetteville,AR
15. Liquidated Damages: CONTRACTOR accepts the provisions as to liquidated damages in the event of failure to
complete the Work within the total completion time. Liquidated damages in the sum of $200.00 USD for each
consecutive calendar day thereafter will be assessed.
16. 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.
17. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
18. Venue:Venue for all legal disputes shall be Washington County,Arkansas.
19. 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.
20. 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.
21. 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.
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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 12 of 19
City of Fayetteville,AR
f. PROPERTY INSURANCE:
i. 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.
ii. Unless otherwise directed in writing by City, before starting the Work, SSI 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:
1. 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;
3. 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;
5. 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 Subsubcontractors.
The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its
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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 13 of 19
City of Fayetteville,AR
v. 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.
1. 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.
g. 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.
h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain
additional liability coverage.Vendor shall provide:
i. 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.
ii. 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.
i. 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.
j. PROFESSIONAL LIABILITY INSURANCE: To the extent Vendor is required to procure design services,
Vendor shall require its design professionals to obtain a commercial professional liability insurance for
claims arising from the negligent performance of professional services under this Agreement, with a
company reasonably satisfactory to City, including coverage for all professional liability caused by any
consultants to Vendor's design professional, written for not less than one million US dollars ($1,000,000)
per claim and in the aggregate. Vendor's design professional shall pay the deductible.The Professional
Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all
Services performed by the Constructor's design professional for this Project. Coverage shall be continued
in effect for the entire warranty period.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 14 of 19
City of Fayetteville,AR
22. Professional Responsibility: SSI 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 SSI any defects or suspected defects in services of which CITY OF
FAYETTEVILLE becomes aware, so SSI 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 SSI.
23. Responsibility of the City of Fayetteville
a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of SSI:
i. Provide full information as to the requirements for the Project.
ii. Assist SSI by placing at SSI's disposal all available information pertinent to the assignment
including previous reports and any other data relative thereto.
iii. Assist SSI in obtaining access to property reasonably necessary for SSI to perform its services.
iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented
by SSI and render in writing decisions pertaining thereto.
v. Review all documents and provide written comments to SSI in a timely manner.
vi. The City of Fayetteville Park Planning Superintendent is the project representative with respect to
the services to be performed under this Agreement. The Park Planning Superintendent
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.
24. Cost Opinions and Projections: Cost opinions and projections prepared by the SSI relating to construction costs
and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating,
and operating results are based on SSI experience, qualifications, and judgment as a SSI professional.
25. 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. SSI 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.
26. 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 effected unless the other party is given:
i. Not less than ten (10) 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 SSI is given:
i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt
requested) of intent to terminate,
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 15 of 19
City of Fayetteville,AR
ii. An opportunity for consultation with the terminating party prior to termination.
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 SSI at the time of termination may be adjusted to cover any additional costs
to CITY OF FAYETTEVILLE because of SST's default.
d. If termination for default is affected by SSI, 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 SSI for services
rendered and expenses incurred prior to the termination, in addition to termination settlement costs
reasonably incurred by SSI relating to commitments which had become firm prior to the termination.
e. Upon receipt of a termination action under Paragraphs above, SSI 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 SSI 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 SSI to fulfill contractual obligations, it is determined that SSI 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 of the agreement price shall be made as provided in
this agreement.
27. Delays
a. In the event the services of SSI are suspended or delayed by CITY OF FAYETTEVILLE, or by other events
beyond SSI's reasonable control, SSI shall be entitled to additional compensation and time for reasonable
documented costs incurred by SSI in temporarily closing down or delaying the Project.
b. In the event the services are suspended or delayed by SSI, CITY shall be entitled to compensation and
time for reasonable costs incurred in temporarily closing down or delaying the Project.
28. Rights and Benefits: SSI's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for
the benefit of any other persons or entities.
29. Dispute Resolution
a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY
OF FAYETTEVILLE and SSI 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 SSI 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.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 16 of 19
City of Fayetteville,AR
c. Notice of Dispute
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 SSI 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 SSI 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 SSI, 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.
30. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment
to SSI for services rendered by SSI. All parties agree if funding should become insufficient to complete the
project, VENDOR shall be notified in a timely manner.
31. Indemnification: The CITY requires the SSI 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 SSI, or their
employees, agents, Subcontractors, sub consultant and Suppliers of the SSI.
32. Publications: Recognizing the importance of professional services on the part of SSI's employees and the
importance of SSI's public relations, SSI may prepare publications, such as technical papers, articles for
periodicals, promotional materials, and press releases, in electronic or other format, pertaining to SSI'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 SSI, 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 SST's activities pertaining to any such publication shall be for SSI's account.
33. 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. SSI may retain
reproduced copies of drawings and copies of other documents.
b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy
or electronic media prepared by SSI as part of the Services shall become the property of CITY OF
FAYETTEVILLE when SSI has been compensated for all Services rendered, provided, however, that Vendor
shall have the unrestricted right to their use. SSI 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 SSI.
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 17 of 19
City of Fayetteville,AR
c. Any files delivered in electronic medium may not work on systems and software different than those with
which they were originally produced. SSI 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.
34. Additional Responsibilities of SSI:
a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished
hereunder by CITY shall not in any way relieve SSI 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. SSI shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF
FAYETTEVILLE caused by SST's negligent performance, except beyond the SSI'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. SSI'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 SSI for faulty materials,equipment, or work.
35. Audit and Access to Records:
a. SSI 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. SSI shall also maintain the financial information and data used by SSI 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. 551 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 SSI;
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 18 of 19
City of Fayetteville,AR
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.
36. Covenant Against Contingent Fees: SSI 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 continent fee, excepting bona fide employees or bona fide established commercial or selling agencies
maintained by SSI 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.
37. Gratuities:
a. If CITY OF FAYETTEVILLE finds after a notice and hearing that SSI or any of SSI 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 SSI 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.
b. The CITY may pursue the same remedies against SSI as it could pursue in the event of a breach of the
Agreement by SSI. 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 SSI 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 SSI INCORPORATED OF
NORTHWEST ARKANSAS, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE,ARKANSAS SSI INCORPORATE N TH ST ARKANSAS
By: By:
Molly Rawn, Mayor Trent Ha na, President
ATTEST:
By:
Kara Paxton,City Clerk-Treasurer
Date Signed: April 1, 2025 Date Signed:
CONTRACT: Bid 25-24,Construction—Bryce Davis Park Improvements, Phase 1
Page 19 of 19
City of Fayetteville,AR