No preview available
HomeMy WebLinkAbout94-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 94-25 File Number: 2025-438 FIRST STAR CONSTRUCTION (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-30 AND AUTHORIZE A CONTRACT WITH FIRST STAR CONSTRUCTION, LLC IN THE AMOUNT OF $398,496.00 FOR WATER LINE IMPROVEMENTS AT DRAKE FIELD AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $17,165.00 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 awards Bid #25-50 and authorizes Mayor Rawn to sign a contract with First Star Construction, LLC in the amount of $398,496.00 for water line improvements at Drake Field to allow for future hangar development, and further approves a project contingency in the amount of $17,165.00. PASSED and APPROVED on April 15, 2025 Approved: * �0� Molly Rawn, Mayor Attest: `•,ERKI TR �oryi Kara Paxton, City Clerk Treasurer Page 1 CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 15, 2025 TO: Mayor Rawn and City Council THRU: Keith Macedo, Interim Chief of Staff Chris Brown, Public Works Director Terry Gulley, Asst Public Works Director - Ops FROM: Jared Rabren, Airport Director CITY COUNCIL MEMO SUBJECT: FIRST STAR CONSTRUCTION (SERVICE CONTRACT): RECOMMENDATION: 2025-438 The Aviation Division and the Water and Sewer Division request approval to execute a construction contract in the amount of $398,496.00 with First Star Construction of Farmington, AR 72730 for the proposed Hangar Infrastructure Improvements project at Fayetteville — Drake Field Airport. BACKGROUND: This project includes constructing approximately 1,467 [KB11 linear feet of 8-inch and 6-inch water line to support future hangar construction along the east side of the existing GA Apron, as well as relocating approximately 403 linear ft of existing 12-inch water main that currently runs beneath the north end of Drake Field Taxiway B. The 8-inch and 6-inch water line extension will provide fire protection capacity to facilitate future hangar development on the east side of the airfield. The 12-inch water line ruptured in 2023, resulting in closure of Taxiway B for several weeks while repairs were completed. This project will move the 12-inch line from beneath the taxiway pavement so that any future repair needs will not interrupt airport operations. The Airport entered into an agreement with Garver, LLC to provide design, bidding, and construction phase services for the 8-inch and 6-inch water line extension project (Task Order 09). The Water and Sewer Division entered into a separate agreement with Garver, LLC to provide design and bidding services for the 12-inch water line relocation under Professional Services Agreement dated January 6, 2025. The work was bid as a single project with separate bid schedules, with the intention of awarding a single construction contract for the work. Schedule 1 work includes the 8-inch and 6-inch water line extension and will be funded by a combination of Aviation Division and ADA funds. Schedule 2 work includes the 12-inch water line relocation and will be funded using Water and Sewer Division funds. DISCUSSION: The Aviation Division and Water and Sewer Division are requesting permission to execute a construction contract with First Star Construction to perform construction of the water line improvements. Project funding will be a combination of an Arkansas Department of Aeronautics (ADA) grant and city funds. A complete breakdown of the expected project funding is included below. Engineering Services (Aviation Div.)*: $48,000.00 ADA: $219,870.00 Engineering Services (Water/Sewer Div.)**: $25,000.00 City (Airport Div.): $54,971.00 Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Construction Contract (First Star Construction): $398,496.00 City (Water/Sewer Div.): $196,655.00 TOTAL: $471,496.00 TOTAL: $471,496.00 *Garver Task Order 09 previously approved by City Council. **Garver PSA dated January 6, 2025 previously approved by City Council. BUDGET/STAFF IMPACT: No budget impacts are expected for to The Aviation Division as Schedule 1 construction costs are within previously approved project budget limits, including contingency. The Water and Sewer Division may expend up to $213,820.00 from the project entitled Water System Rehabilitation . This amount includes $171,655.00 for Schedule 2 construction, $25,000.00 in engineering services, plus 10% project contingency of Schedule 2 construction costs, or $17,165.00. ATTACHMENTS: SRF (#3) , FYV Hangar Infrastructure - First Star Construction - Contract and Proposal Documents (#4), Bid 25-30 Bid Tab - Final (#5), ADA Grant Offer (#6) 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 #: 2025-438 FIRST STAR CONSTRUCTION (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-30 AND AUTHORIZE A CONTRACT WITH FIRST STAR CONSTRUCTION, LLC IN THE AMOUNT OF $398,496.00 FOR WATER LINE IMPROVEMENTS AT DRAKE FIELD AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $17,165.00 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 awards Bid #25-50 and authorizes Mayor Rawn to sign a contract with First Star Construction, LLC in the amount of $398,496.00 for water line improvements at Drake Field to allow for future hangar development, and further approves a project contingency in the amount of $17,165.00. Page 1 City of Fayetteville Staff Review Form 2025-438 Item ID 4/15/2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jared Rabren 3/25/2025 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: The Aviation Division and the Water and Sewer Division request approval to execute a construction contract in the amount of $398,496.00 with First Star Construction of Farmington, AR 72730 for the proposed Hangar Infrastructure Improvements project at Fayetteville — Drake Field Airport. Budget Impact: 5550.760.3960-5804.00 / Airport/ 5400.720.5600-5808.00 Water & Sewer Account Number Fund 24014.1 / Hangar Infrastructure / 12009.2501 Water System Rehabilitation Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 626,320.00 Expenses (Actual+Encum) $ 20,365.00 Available Budget 605,955.00 Does item have a direct cost? Yes Item Cost $ 398,496.00 Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget 207,459.00 V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: Fayetteville — Drake Field FYV Hangar Infrastructure Improvements 010600 - CONTRACT THIS AGREEMENT made this 15 day of April 2025 by and between a Corporation organized and existing under the laws of the State of _�hereinafter called the "Contractor", and City of Fayetteville, hereinafter called the "Owner W I T N E S S E T H That the Contractor and the Owne, for the consideration stated herein mutually agree as follows ARTICLE 1. Statement of Work The Contractor shall furnish all supervision technical personnel, labor matenals, machinery, tools, equ pment, incidentals and services including utility and transportation services and perform and complete all work required for the construction of FYV Hangar Infrastructure Improvements in strict accordance with the Contract Documents ARTICLE 2. The Contract Price. The Owner will pay the Contractor because of his performance of the Contract for the total quantit es of work performed at the lump sum and un t prices stipulated in the Proposal for the Base Bid. subject to additions and deductions as provided in the SPECIAL PROVISIONS ARTICLE 3. Contract T'me. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed and to complete the work within forty-five (45) consecut ve calendar days per phase requirements (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified he and his Surety shall be liable for payment to the Owner as liquidated damages ascertained and agreed and not in the nature of a penalty, the amount specified in of these Contract Documents for each day of delay ($1 000.00 per day). To the extent sufficient in amount liquidated damages shall be deducted from the payments to be made under this Contract, ARTICLE 4 Contract. The executed Contract Documents shall consist of the followFng a Addenda (if any) b Invitation to Bid c Instructions to Bidders d Proposal e Statement of Bidder's Qualifications f List of Proposed Subcontractors g Performance and Payment Bonds h General Provisions i Special Provisions j. Technical Specifications k Drai I. Certificates of Insurance and Insurance Policies m Owners Protective Insurance This Contract together with other Documents enumerated in this Article 4 which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated form the Contract between the parties hereto In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. Issued for B d 010600-1 Garver Project No 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project and shall comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 7, Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. ARTICLE 8. Indemnification. The Contractor agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon with respect to the goods or any part thereof covered by this order and such obligation shall survive acceptance of the goods and payment thereof by the City. Issued for B d 010600-2 Garver Project No 2302180 Fayetteville - Drake Field FYV Hangar Infrastructure Improvements IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed !n. Four ;4) counterparts each of which shall be considered an original on the day yy and year first jwritten Contractor Attest By S, attire Si "Ware, Pnot Name Pnnt Name and Title 1�M l *4 � I� �Z. r l-yw Address Attest Signature Kara Paxton, City Clerk Treasurer Pnnt Name Owner City of Fayetteville BY V Signature Molly Rawn, Mayor Print Name and Title 113 W Mountain St Fayetteville, AR 72701 Address Issued for Bid 010600-3 Garver Project No 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements Page Intentionally Left Blank Issued for Bid 010600-4 Garver Project No. 2302180 CITY OF WA FAYETTEVILLE ARKANSAS Bid 25-30 Addendum 1 First Star First Star construction Supplier Response Event Information Number: Bid 25-30 Addendum 1 Title: Construction - FYV Hangar Infrastructure Improvements Type: Invitation to Bid Issue Date: 2/9/2025 Deadline: 3/11/2025 02:00 PM (CT) Notes: The City of The City of Fayetteville is accepting sealed bids from properly licensed Contractors for the construction of the Hangar Infrastructure Improvements project at Fayetteville — Drake Field Airport. The project includes, but is not limited to, an 8-inch water line extension with associated appurtenances and a 12-inch water line relocation with associated appurtenances. Questions regarding this bid should be addressed to Amanda Beilfuss, Procurement Director, at abeilfuss(a)fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Procurement Director Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: First Star Bid 25-30 Addendum 1 First Star Information Contact: Marty Stamps Address: po box 1444 farmington, AR 72730 Phone: (479) 263-1810 Fax: (479) 267-5616 Email: mstamps@firststarnwa.com By submitting your response, you certify that you are authorized to represent and bind your company. Zack Martin zmartin@firststarnwa.com Signature Email Submitted at 311112025 12:53:16 PM (CT) Requested Attachments Bid Bond for Bid 25-30 F1.1511111-106TIT61 We Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Signature Forms for Bid 25-30 Signiture Forms -Qualification Statement.pdf Please attach your completed forms. These documents can be found in 'FILE #01 - Project Manual' in the Attachments tab. Please be sure to include ALL required information stated in the Project Manual, including any Bidder Qualification requirements. Bid Attributes 1 Arkansas Secretary of State Filing Number: 811063378 2 Arkansas Contractor License Number: The "Municipal and Utility Construction" classification is required for this project. 0339120325 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree Page 2 of 5 pages Vendor: First Star Bid 25-30 Addendum 1 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 1 Package Header BID SCHEDULE #1 Quantity: 1 UOM: EA Total: $226,841.00 Package Items 1.1 Mobilization (Total Mobilization between both Bid Schedules shall not Exceed 5% of Total Base Bid. Do NOT including Trench Excavation & Safety or Bonds & Insurance in this amount.) Quantity: 1 UOM: LS Price: $6,000.00 Total: $6,000.00 1.2 Bonds and Insurance Quantity: 1 UOM: LS Price: $3,300.00 Total: $3,300.00 1.3 Trench Excavation and Safety Systems Quantity: 1 UOM: LS Price: $1,600.00 Total: $1,600.00 1.4 Construction Safety and Security Quantity: 1 UOM: LS Price: $7,750.00 Total: $7,750.00 1.5 Erosion Control Quantity: 1 UOM: LS Price: $13,500.00 Total: $13,500.00 1.6 Spot Dig and Verify Existing Utility Locations Quantity: 1 UOM: LS Price: $5,300.00 Total: $5,300.00 1.7 8" DR-14 C-900 PVC Water Line Quantity: 1168 UOM: LF Price: $87.00 Total: $101,616.00 1.8 6" DR-14 C-900 PVC Water Line Quantity: 299 UOM: LF Price: $75.00 Total: $22,425.00 1.9 Connection to Existing Water Line Quantity: 1 UOM: EA Price: $1,900.00 Total: $1,900.00 1.10 Ductile Iron Fittings Quantity: 650 UOM: LB Price: $24.50 Total: $15,925.00 Page 3 of 5 pages Vendor: First Star Bid 25-30 Addendum 1 1.11 8" Gate Valve Quantity: 1 UOM: EA Price: $4,000.00 Total: $4,000.00 1.12 6" Gate Valve Quantity: 1 UOM: EA Price: $3,050.00 Total: $3,050.00 1.13 Fire Hydrant Assembly Quantity: 1 UOM: EA Price: $9,900.00 Total: $9,900.00 1.14 8"x 8" Tapping Sleeve & Valve Quantity: 1 UOM: EA Price: $10,850.00 Total: $10,850.00 1.15 16" Steel Encasement by Open Cut Quantity: 21 UOM: LF Price: $500.00 Total: $10,500.00 1.16 Anchor Collar Quantity: 1 UOM: EA Price: $4,175.00 Total: $4,175.00 1.17 Material Testing and Acceptance Quantity: 1 UOM: LS Price: $5,050.00 Total: $5,050.00 Package Header BID SCHEDULE #2 - Deductive Alternate 1 Quantity: 1 UOM: EA Total: $171,655.00 Package Items 2.1 Mobilization (Total Mobilization between both Bid Schedules shall not Exceed 5% of Total Base Bid. Do NOT including Trench Excavation & Safety or Bonds & Insurance in this amount.) Quantity: 1 UOM: LS Price: $5,000.00 Total: $5,000.00 2.2 Bonds and Insurance Quantity: 1 UOM: LS Price: $3,000.00 Total: $3,000.00 2.3 Trench Excavation and Safety Systems Quantity: 1 UOM: LS Price: $1,600.00 Total: $1,600.00 2.4 Construction Safety and Security Quantity: 1 UOM: LS Price: $5,050.00 Total: $5,050.00 2.5 Erosion Control Quantity: 1 UOM: LS Price: $5,600.00 Total: $5,600.00 2.6 Spot Dig and Verify Existing Utilities Quantity: 1 UOM: LS Price: $2,650.00 Total: $2,650.00 2.7 12" DR-14 C-900 PVC Water Line Quantity: 403 UOM: LF Price: $125.00 Total: $50,375.00 2.8 6" DR-14 C-900 PVC Water Line Quantity: 16 UOM: LF Price: $75.00 Total: $1,200.00 2.9 Ductile Iron Fittings Quantity: 825 UOM: LB Price: $22.00 Total: $18,150.00 Page 4 of 5 pages Vendor: First Star Bid 25-30 Addendum 1 2.10 12" Butterfly Valve Quantity: 1 UOM: EA 2.11 6" Gate Valve Quantity: 1 UOM: EA 2.12 Cut and Cap 12" Water Line Quantity: 2 UOM: EA 2.13 Fire Hydrant Assembly Quantity: 1 UOM: EA 2.14 12"x 12" Tapping Sleeve & Valve Quantity: 2 UOM: EA 2.15 6"x 6" Tapping Sleeve & Valve Quantity: 1 UOM: EA 2.16 Existing Fire Hydrant Removal Quantity: 1 UOM: EA 2.17 Material and Acceptance Testing Quantity: 1 UOM: LS Price: 1 $11,000.00 Total: 1 $11,000.00 Price: 1 Total: 1 $3,050.00 Price: 1 Total: 1 $11,400.00 Price: 1 Total: 1 $9,900.00 Price: 1 $15,000.00 Total: 1 $30,000.00 Price: 1 Total: 1 $8,000.00 Price: I Total: 1 $630.00 Price: 1 Total: 1 $5,050.00 Response Total: $398,496.00 Page 5 of 5 pages Vendor: First Star Bid 25-30 Addendum 1 Fayetteville - Drake Field FYV Hangar Infrastructure Improvements BID BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT we the undersigned, First Star Construction, LLC , as PRINCIPAL, and T Berkshire Hathaway Specialty Insurance Company , as SURETY, are held and firmly bound unto the City of Fayetteville, Arkansas, hereinafter called the OWNER in the penal sum of Five Percent of Amount Bid Dottars ($ 5% lawful money of the United States, for the payment of which sum well and truty to be made, we bind ourselves our heirs, executors, administrators, successors, and assigns, jolntly and severally, firmly by these Presents THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS the Principal has submitted the accompanying Proposal, dated March 11, 2025 , for "FYV HANGAR INFRASTRUCTURE IMPROVEMENTS" NOW, THEREFORE, if the Principal shelf not withdraw said Proposal within sixty (60) days after the opening of same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Owner in accordance with the Proposal as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper futfillment of such Contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above bounded parties have executed this instrument, under their several seals this 10th day of _ March 2025 the name and corporate seal of each corporate party being hereto affixed and there presents duly signed by its undersigned representatives, pursuant to authority of its goveming body. Issued for Bid 010300-2 Garver Project No. 2302180 Fayetteville - Drake Field FYV Hangar Infrastructure Improvements SEAL Attest: ySPECIA1lr 09vo�t'ti,� ~FeRAS't'r Principal: First Star Construction, LLC By: +z� Signatur- �— Surety Attest _ By Sign ur Bryan Caneschi, Witness Print Name (Y1e 1\"SCX- S�(\As YYA-V Print Name and Title PO Box 1444 Farmington, AR 72730 Address Berkshire Hathaway Specialty lnsuranc C pany - �11 J-- —Q— - Afto ney-in-Fact - Signafure Affwwy-in-Fact - Print Name and Title 1314 Douglas Street, Suite 1400 Omaha NE 68102-1944 Address NOTES Power -of -attorney for person signing for surety COMpany must be attached to bond Issued for Bid 01M-3 Garver Project No. 2302180 48561 Berkshire Hathaway Specialty Insurance Power Of Attorn' t BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY / NATIONAL LIABILITY & FIRE INSURANCE COMPANY Know a men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street, 23rd Foor, Boston, Massachusetts 02111, NATIONAL INDEMNITY COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 Harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, a corporation existing under and by virtue of the -aws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902 (here nafter collectively the "Compan es'), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint lynellWhitehead, Catherine Thompson, Amy R. Waugh, Noah W. Pierce. Bryan M. Caneschl. 1220 South Sheet. Suite the,r true and lawful attorneyls)-m-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these presents, the execution of which shall be as h riding upon the Companies as if it has been duly s gned and executed by their regu'arly elected officers in their own proper persons. This authority for the Attomey-In-Fact shall be limited to the execution of the attached bar ls) or other such writings obligatory In the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Compan es, and the corporate seals of the Companies have been affixed hereto this date of August 24, 2023. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Reso'utions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively The following seals of the Companies and signatures by an authorized officer blithe Company may be affixed by facsimile or digital format, which shall be deemed the equtvalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all purposes regarding this Power of Attorney, including satisfaction of any signature and seal requirements on any and all undertakings, bonds, or other such writings obligatory in the nature thereof, to which this Power of Attorney applies. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, D*—E� By: David Fields, Executive Vice President VECGA//y J� *Poi � `SL'RETYf SEA L tyaFaP.se� a= NATIONAL INDEMNITY COMPANY, NATIONAL LIABILITY & FIRE INSURANCE COMPANY, By: David Fields, Vice President NOEMN/ry +y fIRE UPSG �`00.PO�I C� f/JpPC+I��'P9 o; =SURETYf� ; 5 SLRETI � v v v SE.iL SF.tL _ NOTARY State of Massachusetts, Countyof Suffolk, ss: On this 24th day of August, 2023, before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to Its Bylaws, Resolutions and other Authorizations, and that he signed sald Instrument In that capacity of said Companies. [Notary Seal] ;.�; ,; IWE= 'fir+ .? } Notary Public I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LULBIUTY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this March 10, 202S. �Aypf. , aoEMH/ +yfrREi 2 SLY a�rSUREfY�� 3( SEAL iF' " SQL Ralph Tortorella, Officer W BHSIC, NICO & NLF POA (2023) BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority: (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and (2) To remove at any time any such Attorney -in -fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY (BY-LAWS) Section 4. Officers` Agents, and Employees: A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys - in -fad, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney -in -fact and revoke the authority given. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS) ARTICLE IV Officers Section 1. Officers, Agents and Employees: A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys - in -fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney -in -fact and revoke the authority given. BHSIC, NICO & NLF POA (2023) CITY OF • FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. IT] 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums LLJor marking acknow:edgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. aAll pages prodded with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents F�]All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at b_ttps://www.youtube.com/userjgityoffaye�ttevillear. Late or m sdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required:1E uu • AR Secretary of State Filing ##: l l 1106 3 3 7 V OR submit electronically. • Arkansas Contractor License #: C 3y1,10 32,13 OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, F:rearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommunications Device for the Deaf TDD (4T9)521-1316 1 13 West Mourn THIS PAGE INTENTIONALLY LEFT BLANK €efecornmunications Device for the Deaf TDD (4T9) 521 1316 1 13 West FAYETTEVILLE - DRAKE FIELD (FYV) FAYETTEVILLE, ARKANSAS HANGAR INFRASTRUCTURE IMPROVEMENTS CITY OF FAYETTEVILLE BID #25-30 GARVER PROJECT NUMBER 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements 010400 - PROPOSAL Place Gr fX CJFaXCzie v1e Date 3 - 11' �oolS" Proposal of -�r (c�A5fr(A(,. o" , C_LL a corporation organized �and gexisting qunder the laws of the State of so / Tax ID Number (TIN): 4 ` al 1 Us + UEI #: L pM ! N L T T Gil a 5 CAGE Code: 1� Z 7 or Proposal of a partnership consisting of 579 Proposal of an individual doing business as To: City of Fayetteville This bid results from your advertisement for bids for the construction of the FYV Hangar Infrastructure Improvements. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby agrees to comply with all other conditions or requirements set forth in the Plans, Specifications, and other Contract Documents, and further proposes to; furnish all material, supplies, equipment, and appliances; to fumish all labor, tools, equipment and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule(s). The undersigned Bidder agrees to begin work within ten (10) calendar days after the issuance by, or on behalf of, the Owner of a '"Work Order" or "Notice to Proceed" and to complete the work within forty-five (45) consecutive calendar days per phasing requirements (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the work fail to be completed within the time herein stated, the Contractor shall pay to the Owner, as fixed and agreed liquidated damages ($1,000.00 per day), and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in SPECIAL PROVISIONS of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in of these Contract Documents. Basis of Award: Basis of award shall be the lowest total Base Bid received so long as such bid is deemed responsive and is within available project funding. In the event no responsive bid is received with a Base Bid within the amount of available project funding, deductive altemates shall be applied in the order shown below. Deductive alternates shall be applied as shown to all bids received until a responsive bid is obtained that is within the amount of available project funding. In the event all deductive alternates are subtracted and no bid falls within available project funding, all bids shall be rejected and become confidential. The City shall have the authority to negotiate and award with the apparent responsive responsible bidder so long as the low bid is within twenty-five percent (25%) of the certification of funds. The order in which the aggregate of the combined Issued for Bid 010400-1 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements schedules shall be considered for award is as follows: 1. Base Bid (Schedule 1 + Schedule 2) 2. Deductive Alternate 1 (Base Bid — Schedule 2) Bidder acknowledges receipt of the following addendum (addenda): 4�- 3 3 + a,5 and and and The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement (Contract) in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any or all bids. Accompanying this Proposal as bid security is a cash ier's-ch Mk/bid bond (strike one) in the amount of 5 /6 Dollars ($ 3 r of -1 q 6 being not less than five percent (5%) of the total amount of the base bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. Issued for Bid 010400-2 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements SEAL (If Bidder is a Corporation) Tax Identification No: q -7 - D Vae ! ` k5 By: iture Signs r.Pr\ (�(1C 1L. me 1j��,_Sl_ ru n lamer Name Print Name and Title Address 'I t� R Sc>_1�rn� Ste )A,e, lkz )-4 OfficeAddress of Biddbr NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. Issued for Bid 010400-3 Garver Project No. 2302180 _ Fayetteville — Drake Field FYV Hangar Infrastructure Improvements Page Intentionally Left Blank Issued for Bid 010420-4 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements 010440 - LIST OF PROPOSED SUBCONTRACTORS I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner. For Annual Gross Receipts: • Enter 1 for Less than $1 Million • Enter 2 for More than $1 Million, Less than S5 Million • Enter 3 for More than $5 Million, Less than $10 Million • Enter 4 for More than $10 Million, Less than $15 Million • Enter 5 for More than $15 Million Type of Work: a 60A+ra��or5 ............................................................................................. ........................... Subcontractor's Name: ArkansasLicense No.: .................................................................................................................................... Address: ....... ................................................................................................................................................ DBE: Yes / No (circle one) Contract Amount:............................................................................................... SBE: Yes / No (circle one) DateFirm Established:.................................................................................................................................... AnnualGross Receipts (enter the range only):.............................................................................................. Typeof Work: ............................................................................................................................................. Subcontractor's Name:.................................................................................................................................. ArkansasLicense No.: .................................................................................................................................... Address: DBE: Yes / No (circle one) Contract Amount:............................................................................................... SBE: Yes / No (circle one) Date Firm Established-... ................... Annual Gross Receipts (enter the range only): ............................................................................................... Issued for Bid 010440-1 Garver Project No. 2302180 Fayetteville — Drake Fleld FYV Hangar Infrastructure Improvements Page Intentionally Left Blank Issued for Bid 010440-2 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements Tvne of Work: Subcontractor's Name:................................................................................................................................... Arkansas License No Address:.... DBE: Yes / No (circle one) Contract Amount: SBE: Yes / No (circle one) DateFirm Established: .................................................................................................................................... Annual Gross Receipts (enter the range only):............................................................................................... Typeof Work: .............................................................................................................................................. Subcontractors Name: ................................................................................................................................... ArkansasLicense No.: .................................................................................................................................. Address: DBE: Yes / No (circle one) Contract Amount: ............................................................................................... SBE: Yes / No (circle one) DateFirm Established: .................................................................................................................................... Annual Gross Receipts (enter the range only): ............................................................................................... Bidder (General Contractor):..F!.c5 ...5+a �L C ..��.OnStrctG�lOn...'....................................................... Arkansas License No. OU33%I 103.A.s ....... ..... .. Address:..1.�... aX......�. 7. y �... � "�.'. .{°n ! Q. R.... ? p. 7 3. a............................................................... DBE: Yes circle one) SBE: Yes / o circle one) DateFirm Established:....... b�.7�� y........................................................................................................ AnnualeGre" Receipts (enter the range only):. .. B.............................................................................. y: �-K............................................................................................................................................... Ti11e:..07 ff Y1.Y.? r........................................................................................................................... 'Signature must be the same as on the Proposal form. Notes: (1) General Contractor and subcontractors shall have a certificate of license with the proper classification from the State Contractors Licensing Board before his or her bid is submitted. (2) Certificates of license shall be provided with this form at the time of the bid opening. (3) The Bidder shall supply a copy of IRS Form W9, Request for Taxpayer Identification Number (TIN) and Certification with the bid. Issued for Bid 010440-3 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements Page Intentionally Left Blank Issued for Bid 010440-4 Garver Project No. 2302180 Fayetteville — Drake Field FYV Hangar Infrastructure Improvements — 010480 - BIDDER'S CHECKLIST OF REQUIRED ITEMS This Bidder's Checklist is provided to ensure all required forms are completed and returned as part of the bid submission. All forms must be included as indicated for a bid to be considered a complete, responsive bid. Appropriate signatures and date are required on each document. If an item is missing, the bid may be declared unresponsive and therefore rejected. This sheet will serve as the cover sheet for the bid submission. Spec. Description Section Acknowledgement of All Addenda Completed" d Bid contains the following forms: 010200 1. Insurance Coverages (Current Auto, Liability, and Worker's Comp Insurance) 010300 2. Bid Bond 010400 3. Proposal (including Unit Price Schedules) 010420 4. Statement of Bidder's Qualifications 010440 5. List of Proposed Subcontractors "Check when filled out, signed, and included with submission of bid packet. Within ten (10) days after Notice of Award: Bidder acknowledges that within ten (10) days after Notice of Award, Successful Contractor is required to complete the following before execution and award of the contract: 010600 1. Contract (all pages and supporting documents) SP-C-01 2. Completed Certificates of Insurance Prior to Construction: Contractor required to submit Construction Schedule before construction begins. Seal (if incorporated) Bidder Name: _pirS+ 5 J-rt Lo'i S �ru(-fio1l LLG Address: QO goJ qqq City, State, Zip Code: on A- 30 Contractor Number: 0339 1a4) 3�,5 Contact Name: 2&G Title: &4ecf T Contact Number: q - q &), - 31113 Contact Email Signature of Authorized Agent for Bidder Date: Co•" Issued for Bid 010480-1 Garver Project No. 2302180 Statement of Bidder's Qualifications 1. Name of bidder: First Star Construction, LLC 2. Permanent main office address: 797 N. Salem Rd, Ste 150, Fayetteville, AR 72704 3. When Organized: October 27, 2014 4. If a corporation, where incorporated: Arkansas 5. How many years have you been engaged in the contracting business under your present firm or trade name? 10+ years 6. Contracts on hand and in progress: Schedule A 7. General character or work performed by your company: Plumbing Underground, Piping, Cable, Trenching, Boring, Water and Sewer Lines (Domestic and Public) 8. Have you ever failed to complete any work awarded to you? No 9. Have you ever defaulted on a contract? No 10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board? No 11. List the most important projects recently completed by your company: Schedule B 12. List your major equipment available for this contract. Schedule C 13. Experience in construction work similar in importance to this project. Sshadula A Poigai, PH 1,2,3 Midtown Landing Lorraine Park Spring Creek Ramsey Village Forest Hills Villas Calcon Office / Site •. - Farmington Hills Forest Hills Cottage Water Line Relocation Wedington Drive 14. Background and experience of the principal members of your organization including officers: Reference Other Attachments 15. Electrician's License? 16. Credit Available: Open, Have savings, and line of credit. Bonding information below. Surety Name: Wilis Towers Watson Southeast, Inc. Address: PO Box 505210, Saint Louis, MO 63150-5210 Bonding Agent: Jynell Whitehead, Client Services Specialist, PH: 703-344-4878 Address: 1120 South Tryon Street, Ste 650, Charlotte, NC 26231-1817 Aggregate Bond Capacity: $50,000,000. Available Bond Capacity: $42,000,000. 17. Bank Reference: Grand Savings Bank www.grondsavingsbank.cQm Address: 1925 N. College Avenue, Fayetteville, AR Account Manager: Bob King, PH: 800-460-2070 Surety Name: Wilis Towers Watson Southeast, Inc. Address: PO Box 505210, Saint Louis, MO 63150-5210 Bonding Agent: Jynell Whitehead, Client Services Specialist, PH: 703-344-4878 Address: 1120 South Tryon Street, Ste 650, Charlotte, NC 28231-1817 Aggregate Bond Capacity: $50,000,000. Available Bond Capacity: $42,000,000. 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Springdale Sewer Commission. Yas Fayetteville — Drake Fleld FYV Hangar Infrastructure Improvements 19. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of Bidder's Qualifications. 20. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the preceding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given: (a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings. Dated at 'a \ l 1`E this day of MC.rC Bidder: � 1 Zit c r 1G'� By: Signature (YV \5St`'S1 V5 , rn,P "eY Print Name and Title Issued for Bid 010420-3 Garver Project No. 2302180 Name:) first star construction -GR- ID Number. 1404t34 -OR- License No.: 1(enter only first six digits, including zeros) Please Wait Click Here For Advanced Search Found 1 contractor(s): F C L lame Valid Suggested Restricted i8ld Limit 110 Number Reglslration No e dress Ph Fax City State County p License Expires Lic Extended' Classiflcationsi o IRST STAR Yes Unlimited 40484 Commeroal PO BOX 79- 479- FARMINGTONAR Washington 72730 0339120325 03/31/2025 16/2025 Building - :ONSTRUCTIO LC i 1444 5- 2571 267- 5616 (Commercial & Residential), ' Underground Piping. Cable, Trenching, Bonng. Water and Sewer Lines, 1 Plumbing To see if a contractor has any complaints or violations, please contact us at 501-372-4661 or email us at contractors.licensing.board@arkansas.gov Any contractor with "Yes" or "Extended" showing in the "Valid" column is considered to be an active and valid contractor according to the latest data at the Arkansas Contractor Licensing Board as of Mar 10, 2025 at 14:27PM. If you cannot find the contractor that you're searching for, please contact the AR Contractor Licensing Board office at 501-372-4661. A complete roster is generated nightly. Click here to download it: iatestroster.csv. FIR5TAR-01 ACORO CERTIFICATE OF LIABILITY INSURANCE DATE 3f7/2 OIYYYY) nr2oz5 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 pollcy(ies) must have ADDITIONAL INSURED provisions or 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 endorsements . PRODUCER C NTACT Sims & Renner Insurance 1280 East Stearns St. Suite 5 PHONri , Eat): (479) 684 +3100 Fuc, No :(479) 684-4111 RiMss PO Box 9930 Fayetteville, AR 72703 INSURERS AFFORDING COVERAGE NAIC q INSURER A:OWner$Insurance Company 32700 INSURED INSURER B :Auto Owners 18988 INSURERC:Ohio Casualty 24074 First Star Construction, LLC INSURER D: Benchmark Specialty Insurance Company PO Box 1496 Farmington, AR 72730 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER. - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF 6/2112024 POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR 70377943 6/2112025 EACH OCCURRENCE 5 1,000,000 DAMAGE TISESO R(EaENTED ocrurrencel S 300,000 ME EXP oneperson) S 10,000 PERSONAL & ADV INJURY S 1,000,000 GENL AGGREGATE LIMIT APPLIES PER POLICY Fx] jr& LOG GENERAL AGGREGATE S 2,000,000 PRODUCTS-COMPtCP AGG S 2,000,000 OTHER General Aggregate S B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 BODILY INJURY Per rson S Ix ANY AUTO OWNED SCHEDULED AU�T�OpS ONLY AUUTNO.pSyyry 5158238802 6121/2024 6/21/2025 BODILY INJURY Per accident S PROPERTY tDAMAGE S p AUTOS ONLY X AUTOS OAN S B X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 5,000,000 EXCESS LIAS CLAIMS -MADE 5158238801 6/21/2024 6121 t2025 AGGREGATE S 5,000,000 DED I X RETENTIONS 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYSTAT ANY PROPRIETOR/PARTNEWEXECUTIVE YIN WaFICE.rM@MgW EXCLUDED? n a In NH) It yes. describe under DESCRIPTION F PERATIONS below NIA A106593731 6121/2024 6J2112025 X PER UTE OTH- ER E.L EACH ACCIDENT 1,000,000 S E.L DISEASE - EA EMPLOYEE S 1,000,000 E L. DISEASE - POLICY LIMIT 1,000,000 S C Equipment Floater BM058245553 8129/2024 8129/2025 Rented/Leased 600,000 D Pollution Liability MNGRP2001882 1131/2025 1/31/2026 Pollution Liability 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached U more space Is inquired} Project: Construction — FYV Hangar Infrastructure Improvements - Drake Field Airport City of Fayetteville, Arkansas Bid No. 25.30 Garver, LLC Project No. 2302180 Owner: City of Fayetteville, 4500 S. School Avenue, Fayetteville, AR 72701 Engineer: Garver LLC, 2049 E. Joyce Blvd., Ste, 400, Fayetteville, AR 72703 SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville y 4500 S. School Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE k) " _ TSB ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORO AGENCY Sims 8. Renner Insurance POLICY NUMBER SEE PAGE 1 CARRIER EE PAGE 1 ADDITIONAL REMARKS AGENCY CUSTOMER ID: FIRSTAR-01 LOC #: 1 ADDITIONAL REMARKS SCHEDULE NAMED INSURED First Star Construction, LLC PO Box 1496 'Farmington, AR 72730 NAIC CODE PEE P 1 I EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: Certificate of Liability Insurance ABEERS Page 1 of 1 Description of Operations/LocationsNehicles: Owner and Garver LLC shall be includes as an additional insured by endorsement #CG2010 (11/85) on the General Liability and #CA2048 on the Automobile and Umbrella or substitute endorsements providing equivalent coverage. Coverage shall be Primary and Non -Contributory with respect to any other insurance or self-insurance programs afforded to the Owner and Garver LLC. Waiver of Subrogation applies in favor of the Owner and Garver LLC on all policies. ACORD 101 (2008101) .D 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Agency Code 24-0038-00 Worker's Compensation and Employers Liability Insurarce Policy Policy Number A106-593-731 27060 (10-86) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 03 13 We have the right to recover our payments from anyone liable for any injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement sha'.I not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ARKANSAS Any person for whom, or organization in which, you perform a service. 27060 (10-86) Page 1 of 1 Agency Code 24-0038-00 Policy Number 194624-70377943 55091 (5-17) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY PLUS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EXTENDED WATERCRAFT LIABILITY SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIA- BILITY, 2. Exclusions is amended. Exclusion g.(2) is deleted and is replaced by the following exclusion. (2) A watercraft you do not own that is: (a) Less than 50 feet long; and (b) Not being used to carry persons or property for a charge; 2. HIRED AUTO AND NON -OWNED AUTO LIABILITY Coverage for "bodily injury" and "property damage" liability provided under SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY, is extended as follows under this item, but only if you do not have any other insurance available to you which affords the same or similar coverage. Coverage We will pay those sums the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" arising out of the main- tenance or use of an "auto": a. You do not own; b. Which is not registered in your name; or c. Which is not leased or rented to you for more than ninety consecutive days and which is used in your business. Exclusions With respect to only HIRED AUTO AND NON - OWNED AUTO LIABILITY, the exclusions which apply to SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, other than the Nuclear Energy Liability Exclusion Endorsement, do not apply. The following exclusions apply to this coverage. This coverage does not apply to: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Any obligation of the insured under a workers compensation, disability benefits or unemploy- ment compensation law or any similar law. c. (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened dis- charge, dispersal, seepage, migration, re- lease or escape of "pollutants": (a) That are, or are contained in any prop- erty that is: 1) Being transported or towed by, han- dled or prepared for placement into or upon, or taken from the "auto"; 2) Otherwise in the course of transit by you or on your behalf; or 3) Being disposed of, stored, treated or processed into or upon the "auto"; (b) Before such "pollutants" or property con- taining "pollutants" are moved from the place they are accepted by you or any- one acting on your behalf for placement into or onto the "auto"; or (c) After such "pollutants" or property con- taining "pollutants" are removed from the "auto" to where they are delivered, disposed of or abandoned by you or anyone acting on your behalf. Paragraph c.(1)(a) does not apply to "pol- lutants" that are needed or result from the normal mechanical, electrical or hydraulic functioning of the "auto" or its parts, if the discharge, release, escape, seepage, mi- gration or dispersal of such "pollutants" is directly from a part of the "auto" designed to hold, store, receive or dispose of such "pollutants" by the "auto" manufacturer. 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 Agency Code 24-0038-00 Policy Number 194624-70377943 Paragraphs c.(1)(b) and c.(1)(c) do not ap- a residence or a private garage by a private ply, if as a direct result of maintenance or passenger "auto" covered by this coverage. use of the "auto", "pollutants" or property g. (1) "Bodily injury" to: containing "pollutants" which are not in or (a) An "employee" of the insured arising out upon the "auto", are upset, overturned or of and in the course of employment by damaged at any premises not owned by or the insured; or leased to you. The discharge, release, es- (b) The spouse, child, parent, brother or sis- cape, seepage, migration or dispersal of the ter of that "employee" as a consequence "pollutants" must be directly caused by such of Paragraph g.(1)(a). upset, overturn or damage. (2) This exclusion applies: (2) Any loss, cost or expense arising out of any: (a) Whether the insured may be liable as an (a) Request, demand or order that any in- employer or in any other capacity; and sured or others test for, monitor, clean (b) To any obligation to share damages with up, remove, contain, treat, detoxify or or repay someone else who must pay neutralize, or in any way respond to, or damages because of the injury. assess the effects of "pollutants"; or (3) This exclusion does not apply to: (b) Claim or "suit' by or on behalf of a gov- (a) Liability assumed by the insured under ernmental authority for damages be- an "insured contract". cause of testing for, monitoring, cleaning (b) "Bodily injury" to any "employee" of the up, removing, containing, treating, de- insured arising out of and in the course toxifying or neutralizing, or in any way of his or her domestic employment by responding to, or assessing the effects the insured unless benefits for such in - of "pollutants". jury are in whole or in part either pay- d. 'Bodily injury" or "property damage" however able or required to be provided under caused, arising directly or indirectly, out of: any workers compensation law. (1) War, including undeclared or civil war; (2) Warlike action by a military force, including Who Is An Insured action in hindering or defending against an With respect to only this coverage, SECTION 11 - actual or expected attack, by any govem- WHO IS AN INSURED is deleted and replaced by ment, sovereign or other authority using mili- the following provision. tary personnel or other agents; or SECTION II - WHO IS AN INSURED (3) Insurrection, rebellion, revolution, usurped a. Each of the following is an insured with respect power, or action taken by governmental to this coverage. authority in hindering or defending against (1) You. any of these. (2) Your partners if you are designated in the e. "Bodily injury" or "property damage" for which Declarations as a partnership or a joint the insured is obligated to pay damages by rea- venture. son of the assumption of liability in a contract or (3) Your members if you are designated in the agreement. This exclusion does not apply to Declarations as a limited liability company. liability for damages: (4) Your "executive officers" if you are desig- (1) Assumed in a contract or agreement that is nated in the Declarations as an organization an "insured contract", provided the "bodily other than a partnership, joint venture or injury" or "property damage" occurs subse- limited liability company. quent to the execution of the contract or (S) Any person using the "auto" and any person agreement. However, if the insurance under or organization legally responsible for the this policy does not apply to the liability of use of an "auto" not owned by such person the insured, it also does not apply to such or organization, provided the actual use is liability assumed by the insured under an with your permission. "insured contract". b. None of the following is an insured: (2) That the insured would have in the absence (1) Any person engaged in the business of his of the contract or agreement. or her employer with respect to "bodily in- f. "Property damage" to: jury" to any co -"employee" of such person (1) Property owned or being transported by, or injured in the course of employment. rented or loaned to any insured; or (2) Any person using the "auto" and any person (2) Property in the care, custody or control of other than you, legally responsible for its any insured other than "property damage" to use with respect to an "auto" owned or reg- istered in the name of: 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 Agency Code 24-003MO Policy Number 194624-70377943 (a) Such person; or (a) The limit shown for Bodily Injury Hired (b) Any partner or "executive officer" of Auto and Non -Owned Auto Each Occur - yours or a member of his or her rence is the total amount of coverage household; or and the most we will pay for all dam- (c) Any "employee" or agent of yours who is ages because of or arising out of all granted an operating allowance of any "bodily injury" in any one 'occurrence". sort for the use of such "auto". (b) The limit shown for Property Damage (3) Any person while employed in or otherwise Hired Auto and Non -Owned Auto Each engaged in duties in connection with an Occurrence is the total amount of cover - "auto business", other than an "auto busi- age and the most we will pay for all ness" you operate. damages because of or arising out of all (4) The owner or lessee (of whom you are a "property damage" in any one 'occur - sub -lessee) of a hired "auto" or the owner of rence". an "auto" you do not own or which is not registered in your name which is used in 3. BROADENED SUPPLEMENTARY PAYMENTS your business or any agent or employee of SUPPLEMENTARY PAYMENTS - COVERAGES A any such owner or lessee. AND B. Paragraph 1.d. is amended. (5) Any person or organization with respect to The amount we will pay for the actual loss of earn - the conduct of any current or past partner- ings is increased from $250 per day to $400 per day. ship or joint venture that is not shown as a Named Insured in the Declarations. 4. ADDITIONAL PRODUCTS -COMPLETED OPERA- TIONS AGGREGATE LIMIT Additional Definitions If the endorsement, EXCLUSION - PRODUCTS The following definition applies to only this coverage. COMPLETED OPERATIONS HAZARD, CG 21 04, "Auto business" means the business or occupation is not attached to this policy, then the following pro- of selling, repairing, servicing, storing or parking vision is added to SECTION III - LIMITS OF "autos". INSURANCE. Commencing with the effective date of this policy, Limits of Insurance we will provide one additional Products -Completed With respect to only this coverage, SECTION III - Operations Aggregate Limit, for each annual period, LIMITS OF INSURANCE is deleted and replaced by equal to the amount of the Products -Completed the following provision. Operations Aggregate Limit shown in the Declara- SECTION III - LIMITS OF INSURANCE tions. The maximum Products -Completed Opera - a. The Limits of Insurance shown in the Declara- tions Aggregate Limit for any annual period will be tions and the rules below fix the most we will no more than two times the original Products-Com- pay regardless of the number of: pleted Operations Aggregate Limit. (1) Insureds; (2) Claims made or "suits" brought; or S. PERSONAL INJURY EXTENSION (3) Persons or organizations malting claims or a. If the endorsement EXCLUSION - PERSONAL bringing "suits". AND ADVERTISING INJURY, CG 21 38, is b. We will pay damages for "bodily injury" or "prop- attached to this policy, then this provision, S. erty damage" up to the limits of liability shown in PERSONAL INJURY EXTENSION, does not the Declarations for this coverage. Such dam- apply. ages shall be paid as follows: b. If the endorsement EXCLUSION - PERSONAL (1) When Hired Auto and Non -Owned Auto AND ADVERTISING INJURY, CG 21 38, is not Each Occurrence Limit is shown in the Dec- attached to this policy, then under SECTION V - larations, such limit is the total amount of DEFINITIONS, 14. "Personal and advertising coverage and the most we will pay for all injury" is deleted and replaced by the following damages because of or arising out of all definition. "bodily injury" and "property damage" in any 14. "Personal and advertising injury" means in - one 'occurrence". jury, including consequential "bodily injury", (2) When Bodily Injury Hired Auto and Non- arising out of one or more of the following Owned Auto Each Occurrence Limit and offenses: Property Damage Hired Auto and Non- a. False arrest, detention or imprisonment; Owned Auto Each Occurrence Limit are b. Malicious prosecution; shown in the Declarations: c. The wrongful eviction from, wrongful en- try into, or invasion of the right of private 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6 Agency Code 24-0038-00 Policy Number 194624-70377943 occupancy of a room, dwelling or prem- ises that a person occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral or written publication, in any man- ner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, pro- ducts or services; e. Oral or written publication, in any man- ner, of material that violates a person's right of privacy; f. The use of another's advertising idea in your "advertisement"; g. Infringing upon another's copyright, trade dress or slogan in your "advertisement"; or h. Discrimination, humiliation, sexual ha- rassment and any violation of civil rights caused by such discrimination, humilia- tion or sexual harassment. 6. BROADENED KNOWLEDGE OF OCCURRENCE SECTION IV - COMMERCIAL GENERAL LIABIL- ITY CONDITIONS, 2. Duties In The Event Of Oc- currence, Offense, Claim Or Suit is amended. The following condition is added. Paragraphs a. and b. of this condition will not serve to deny any claim for failure to provide us with notice as soon as practicable after an "occurrence" or an offense which may result in a claim: a. If the notice of a new claim is given to your "em- ployee"; and b. That "employee" fails to provide us with notice as soon as practicable. This exception shall not apply to you or to any offi- cer, director, partner, risk manager or insurance manager of yours. DAMAGE TO PREMISES RENTED TO YOU a. SECTION I -COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions is amended. (1) The last paragraph is deleted and replaced by the following paragraph. Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or water damage to premises rented to you or temporarily occupied by you with permis- sion of the owner. A separate limit of insur- ance applies to this coverage as described in 7. DAMAGE TO PREMISES RENTED TO YOU, b. Limits of Insurance. (2) The following additional exclusions apply to "property damage" arising out of water damage to premises rented to you or temporarily occupied by you with permission of the owner. (a) "Property damage" to: 1) The interior of the premises caused by or resulting from rain or snow, whether driven by wind or not; or 2) Heating, air conditioning, plumbing or fire protection systems, or other equipment or appliances. (b) "Property damage" caused by or resulting from any of the following: 1) Mechanical breakdown, including bursting or rupture caused by centrifugal force; 2) Cracking, settling, expansion or shrinking; 3) Smoke or smog; 4) Birds, insects, rodents or other animals; 5) Wear and tear; 6) Corrosion, rust, decay, fungus, de- terioration, hidden or latent defect or any quality in property that causes such property to destroy or damage itself; or 7) Water that flows or leaks from any heating, air conditioning, plumbing or fire protection system caused by or resulting from freezing, unless: a) You make a reasonable effort to maintain heat in the building or structure; or b) You drain the equipment and shut off the water supply if the heat is not maintained. (c) "Property damage" caused directly or indirectly by any of the following: 1) Water that backs up from a drain or sewer; 2) Mud flow or mudslide; 3) Volcanic eruption, explosion or effusion; 4) Any earth movement, such as earth- quake, landslide, mine subsidence, earth sinking, earth rising or earth shifting; 5) Regardless of the cause, flood, surface water, waves, tides, tidal waves, storm surge, overflow of any body of water, or their spray, all whether wind driven or not; or 6) Water under the ground surface pressing on, or seeping or flowing through: a) Walls, foundations, floors or paved surfaces; 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6 Agency Code 24-0038-00 Policy Number 194624-70377943 b) Basements, whether paved or to any "occurrence" which takes place after the not; or equipment lease expires. c) Doors, windows or other c. The following provision is added to SECTION openings. ill - LIMITS OF INSURANCE. (d) "Property damage" for which the insured The Limits of Insurance for the additional fin- is obligated to pay as damages by sured are those specified in the written contract reason of the assumption of liabi;ity in a or agreement between the insured and the les- contract or agreement. This exclus�on sor, not to exceed the limits provided in this pol- does not apply to liability for damages icy. These limits are inclusive of and not in addi- that the insured would have in the tion to the Limits of Insurance shown in the absence of this contract or agreement. Declarations. b. Limits of Insurance With respect to this coverage only, under SEC- 9. BLANKET ADDITIONAL INSURED - MANAGERS TION III - LIMITS OF INSURANCE, Paragraph OR LESSORS OF PREMISES 6. is deleted and replaced by the fol'owing a. SECTION 11 - WHO IS AN INSURED is Paragraph. amended to include as an additional insured any 6. The most we will pay under Coverage A for person or organization with whom you have damages because of "property damage" to agreed: premises rented to you or temporariiy occu- (1) In a written contract or agreement, executed pied by you with permission of the owner prior to loss, to name as an additional arising out of or caused by fire, lightning, insured; or explosion, smoke and water damage is the (2) In an oral contract or agreement, executed amount shown in the Declarations under prior to loss, to name as an additional in - Damage to Premises Rented to You. sured only if a Certificate of Insurance was c. SECTION IV - COMMERCIAL GENERAL LIA- issued prior to loss indicating that the per- BILITY CONDITIONS, 4. Other Insurance, son or organization was an additional Paragraph b. is amended. The word fire is insured amended to include fire, lightning, explosion, but only with respect to liability arising out of the smoke or water damage. ownership, maintenance or use of that part of the premises leased to you. 8. BLANKET ADDITIONAL INSURED - LESSOR OF b. This provision is subject to the following addi- LEASED EQUIPMENT tional exclusions. a. (1) SECTION II - WHO IS AN INSURED is (1) Any "occurrence" which takes place after amended to include as an additional insured you cease to be a tenant in that premises. any person or organization with whom you (2) Structural alterations, new constructions or have agreed: demolition operations performed by or on (a) In a written contract or agreement, exe- behalf of the additional insured, cuted prior to loss, to name as an addi- c. The following provision is added to SECTION tional insured; or III - LIMITS OF INSURANCE. (b) In an oral contract or agreement, exe- The Limits of Insurance for the additional in- cuted prior to foss, to name as an addi- sured are those specified in the written contract tional insured only if a Certificate of or agreement between the insured and the Insurance was issued prior to loss indi- manager or lessor of the premises, not to ex- cating that the person or organization ceed the limits provided in this policy. These was an additional insured. limits are inclusive of and not in addition to the (2) This provision applies only with respect to Limits of Insurance shown in the Declarations. liability for: (a) "Bodily injury": 10. NEWLY FORMED OR ACQUIRED ORGANIZA- (b) "Property damage"; or TIONS (c) "Personal and advertising injury" SECTION II - WHO IS AN INSURED is amended. caused in whole or in part, by your mainte- Paragraph 3. is deleted and replaced by the follow- nance, operation or use of equipment leased ing provision. to you by such person or organization. 3. Any organization you newly acquire or form, b. With respect to the insurance afforded to an other than a partnership, joint venture or limited additional insured, this insurance does not apply liability company, and over which you maintain 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page S of 6 Agency Code 24-0038-00 Policy Number 194624-70377943 ownership or majority interest, will qualify as a Named Insured if there is no other similar insur- ance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the pol- icy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability com- pany that is not shown as a Named Insured in the Declarations. 11. BLANKET WAIVER OF SUBROGATION SECTION IV - COMMERCIAL GENERAL LIABIL- ITY CONDITIONS is amended. The following provi- sion is added to 8. Transfer Of Rights of Recov- ery Against Others To Us. When you have agreed to waive your right of subro- gation in a written contract, executed prior to loss, with any person or organization, we waive any right to recovery we may have against such person or organization because of payments we make for in- jury or damage arising out of your ongoing opera- tions or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". All other policy terms and conditions apply. 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 Agency Code 24-0038-00 Policy Number 194624-70377943 55373 (5-17) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Under SECTION II - WHO IS AN INSURED is amended. The following provision is added. A person or organization is an Additional Insured, only with respect to liability caused, in whole or in part, by "your work" for that Additional Insured by or for you: 1. If required in a written contract or agreement; or 2. If required by an oral contract or agreement only if a Certificate of Insurance was issued prior to the loss indicating that the person or organiza- tion was an Additional Insured. B. SECTION III - LIMITS OF INSURANCE is amended. The following provision is added. The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or con- tractor or those specified in the Certificate of Insur- ance, if an oral contract or agreement, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the limits of insurance shown in the Declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended. 1. The following condition is added to 4. Other Insurance. This insurance is primary for the Additional Insured, but only with respect to liability caused, in whole or in part, by "your work" for that Addi- tional Insured by or for you. Other insurance available to the Additional Insured will apply as excess insurance and not contribute as primary insurance to the insurance provided by this endorsement. 2. The following condition is added. Other Additional Insured Coverage Issued By Us If this policy provides coverage for the same loss to any Additional Insured specifically shown as an Additional Insured in another endorsement to this policy, our maximum limit of insurance under this endorsement and any other endorse- ment shall not exceed the limit of insurance in the written contract or agreement between the insured and the owner, lessee or contractor, or the limits provided in this policy, whichever is less. Our maximum limit of insurance arising out of an "occurrence", shall not exceed the limit of insurance shown in the Declarations, regard- less of the number of insureds or Additional Insureds. All other policy terms and conditions apply. 55373 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 SI.MS& RENNER --U ILA NCY October 24th, 2024 To: Whom It May Concern Re: First Star Construction, LLC — Workers Compensation Experience Rating Below are the Experience Rating Factors (EMR) for the most recent 4 policy periods. Due to premium size, there was not an Experience Rating Factor for 2020 — so the EMR would be considered 1.00. 2020 —1.00 2021 - .82 2022 - .75 2023 - .74 2024 - .77 Please advise if any additional information is needed. Sincerely, Sims & Renner Insurance Kevin Renner 1280 E. Stearns, Fayetteville, AR 72703 P.O. Box 9903 Fayetteville, AR 72703 Phone (479) 684-4100; facsimile (479) 684-4111 Schedule "A" Current Experience (Ongoing Projects) Schedule A- Current Experience -Ongoing Projects Project Name: Smyth House, (14 Home) 1629 N. Crossover Road, Fayetteville Owner's Contact Person: Ted Belden, Old Buildings, LLC & Aria Holdings, LLC Company: Structure Building Contract Date: 9/19/2024 Cost of Work: $782,805.66 (Bonded) Project Name: Poigai Phase 2 and 3 ongoing- Phase 1 Complete Company: Pagan Incorporated Contract Date: August 2024 Cost of Work: $2,166,577.87 - Phase 3 Cost of Work: $2,038,088.06 - Phase 2 Cost of Work: $3,542,868.59 -Phase 1 -Completed Project Name: 713rew Drive Thru Coffee, Neosho, MO Owner: 713rew/ Brew Culture LLC Company: CTAR, Inc. Company Ph No: 479-466-3381 (David Karr) Contract Date: October 2024 Cost of Work: $117,036.95 Project Name: Midtown Landing -Storm Drain and Sewer, Fayetteville Company: Legacy Ventures NWA, Inc. Contract Date: 8/13/2024 Cost of Work: $137,555.62 Project Name: Lorraine Park of Lowell Multi -Family Residential Development Design Engineer: 4iE Engineering Company: Leisure Homes Corporation Contract Date: 10/03/2024 Cost of Work: $2,560,570.15 (Bonded) Project Name: Spring Creek Village -A Multi -Family Development 203 Sewer Line Relocation & Site Development Design Engineer: 4iE Engineering, Cave Springs, AR Company: Leisure Homes Corporation Contract Date: 6/20/2024 Cost of Work: $2,058,548.00 (Bonded) Project Name: Ramsey Village -Water, Sewer and Right of Way (Street) Design Engineer: Colt Malloy (Core Architects) Company: Maven Ramsey Village Properties LLC Contract Date: 1 /29/2024 Cost of Work: $564,379.50 (Bonded) Cost of Work: $9,529,208.34 - Residential Cost of Work: $2,099,999.58 - Ramsey Site Development Project Name: Pea Ridge Apartments Company: Structure Building Company, Inc. Contract Date: 2023 Cost of Work: $1,720,000.00 Project Name: Pinnacle Auto Club -Road Extension Contract Date: Jan 2024 Cost of Work: $1,169,433.72 Project Name: Forest Hills Villas - Water, Sanitary Sewer, Street & Storm Drainage Company: 3549 W. Black Forest, Fayetteville Contract Date: 2/22/2024 Cost of Work: $189,131.97 (Bonded) and $612,474.26 Project Name: Mountainside Water / Mountainside's Property Owner's Contact Person: Bryan Jesse Company: Mountainside Properties, LLC Contract Date: 4/11/2024 Cost of Work: $331,250.64 - Site Development Project Name: Mountainside Properties -Waterline Company: Bryan Jesse - Mountainside Properties, LLC Contract Date: 4/11/2024 Contract Date: 12/19/2023 Cost of Work: $75,531.79 (Bonded) Project Name: The Reserves at Osage Creek- Site Restoration Company: JW Real Estate Holdings, Rogers, AR Contract Date: 3/5/2024 Cost of Work: $11,550.00 (Bonded) Cost of Work: $349,034.75 - Site Development Project Name: Matar Shop, Tontitown Company: Alliance Concrete Contract Date: August 2024 Cost of Work: $530,319.94 Project Name: The Plaza at Pinnacle Springs Contract Date: 12/28/2023 Cost of Work: $1,594.400.00 (Bonded) Project Name: Vaughn Recycling, Fayetteville -Site Development & Expansion Owner's Contact Person: Levi Vaughn Design Engineer: Blew and Associates Company: Vaughn Recycling Contract Date: 9/30/2024 Cost of Work: $295,477.00 Project Name: Butterfield Coach Mini -Storage -Site Development Company: BC Storage, LLC / JEM Holdings, LLC Contract Date: 6/8/2023 Cost of Work: $1,619,281.00 (Bonded) Project Name: Owner's Contact Person: Company: Company Ph No: Contract Date: Cost of Work: Project Name: Company: Contract Date: Cost of Work: Calcon Office, Site Development, Water Line and Hydrant Drew Mayer, VP Calcon, Inc. 479-273-5558 12/18/2023 $650,350.01 House Church Pipeline Be The House, Inc. March 2022 $100,613.00 Schedule "B" Previous Experience (Completed Projects) Schedule B - Previous Experience - Completed Projects Project Name: Farmington Hills - Residential and Site Work Company: Lots 102 Holdings, LLC Contract Date: Sept. 2021 Cost of Work: $3,972,6726.74 Project Name: Forest Hills Cottages - Residential and Site Work Company: Lots 10 Holdings, LLC Contract Date: August 2021 Cost of Work: $4,416,099.12 Project Name: Elm Street Subdivision Company: Structure Building Company, Inc. Contract Date: March 2021 Cost of Work: $520,029.56 Project Name: Campus Edge Company: Fayetteville Partners Contract Date: September 2023 Cost of Work: $285,050.00 Project Name: Company: Contract Date: Cost of Work: Cost of Work: Wedington Drive Mini Storage, Phase! Planet Storage, Phase 1 and 2 - Site Development December 2020 $5,204,985.00 - Phase 1 $2,614,883.23 - Phase 2 Project Name: Huntington Place -Site Development Company: Peugeot Development Contract Date: March 2021 Cost of Work: $534,151.00 Project Name: DOT Tipton Road Company: Mr. Nate Wetzel & Mrs. Amy Wetzel Contract Date: June 2022 Cost of Work: $43,770.00 Project Name: Waterline Relocation -Hwy 59 Passing Lane Project (ARDOT) Contract Date: 2/22/2024 Cost of Work: $291,723.97 (Bonded) Project Name: Van Buren - Southside Cluster Company: MRS DUH Holdings, LLC Contract Date: 2023 Cost of Work: $78,471.00 Project Name: LSAW Plaza: Earthwork Company: Kee, LLC Contract Date: July 2022 Cost of Work: $118,410.00 Project Name: Leverett Multi Family Apartments Company: Huffman Contractors Contract Date: January 2022 Cost of Work: $78,258.04 Project Name: LSAW Plaza: Sewer line Project Company: Kee, LLC Contract Date: June 2022 Cost of Work: $48,453.96 Project Name: LSAW Plaza: Waterline Project Company: Kee, LLC Contract Date: June 2022 Cost of Work: $102,798.25 Project Name: Pinnacle Collector Suites -Road Improvements Contract Date: 8/9/2023 Cost of Work: $518,037.00 (Bonded) Project Name: Lewis Chrysler Company: Double S Dirtworks Contract Date: November 2022 Cost of Work: $939,078.17 Project Name: 713rew Bentonville Company: CTar, LLC Contract Date: September 2023 Cost of Work: $246,858.18 Schedule "C" Major Equipment Available First Star Construction LLC - Equipment List Year Description iD/Serial number 2014 Caterpillar Backhoe 420E-4A CSKR0571 2010 Caterpillar Tractor DSKXL OWWW00955 2011 Hamm Roller MDL 3307 H1890523 2012 Terex 250 Wheel Loader DHKHLXK0170041018 2011 Caterpillar D3RXL FFF00680 2011 IGenie Boom Lift Z-45/25JIC Z452511A-42280 2016 John Deere 245GLC 1 FF245GXEFE600940 2017 Bobcat E50 Excavator A11813733 2011 Hamm VIP Roller H1791340 Kobelco Hydraulic Excavator SK210-9 YQ13T2422 Bobcat Loader w/Bucket ATTMT B47C12292 Bobcat E45 Excavator B2VY12520 2009 Caterpillar 140M Motorgrader MCB9D01914 2017 Volvo A30 Truck A30G742068 2013 Kobelco Crawler Excavator SK230SR LA0803028 2012 Caterpillar Crawler Dozer D6T SLF01067 Wacker G70 Generator 5879297 2017 Kobelco Excavator SK300LC L60800168 Roto-Screen 454 Portable Trommel Screen 914204-21 B1144 Roto Screen Mesh 1.25" Square Opening TBO 2020 BobcatT740 63CA17953 Bobcat Mini Excavator 63Y217490 Bobcat 18 7323842 Bobcat 12 7323833 Kubota Track Loader, SVL75-2 HFWC KBCZ052CHL1 L54175 2021 Kobelco Excavator - Hydraulic SK300LC-10 LB08-605066 2015 Hamm Roller H11iX H2100483 Case SV216 Roller, 84 Smooth Drum Roller DDDS216DNHWTC3004 Kubota SVL97-2HFC Skidsteer KBCZ064CKM1 D62534 2014 Toyota Forklift 8FGU25 8FGU25-62995 2021 Komatsu 051 EX Dozer 15267 2021 Komatsu 061 Dozer 6X-24 45211 2008 Caterpillar D6TXL Bulldozer THX10242 1993 Vermeer BB256 Hay Buster 1VRA10147R1001086 2021 FAE UMUSSL-150 Sonic Mulcher 20-2273 Kubota SVL97-2HFC D-6 Dozer KBCZ064CPN1B68652 Komatsu D39PX-24 Bulldozer KMTOD130AFA095012 2022 Komatsu Model PC88MR-11 10549 Komatsu WA200-5 Wheel Loader KMTWA052P01065262 2017 Bobcat T740 Skidsteer B3CA15551 2022 John Deere Rotary Cutter RC788 1TORC78BTM0001244 Caterpillar 330-07GC Hydraulic Excavator GDW00197 Komatsu WA270-8 Wheel Loader 86032 2017 Volvo EC250EL VCEC250EC00316082 2017 La mor SM300 Sweeper Ride On 37672 Komatsu WA270-8 Wheel Loader with 60 JRB A30223 2016 Bobcat Mini E32 Mini Excavator 62VV12291 2005 D na ak Roller C5152 3487362 2021 Komatsu WA270-8 Track Loader A30379 Komatsu PC88MR-11 with attachments S#C40681 2014 La -More Sweeper 8HC 32997 Lot w/2 Leica Icon GP360 Rovers 14298 Bobcat Breaker H6980 A00423032 New Holland Grapple 72 523840 Kubota Land ride Bucket AP-HD74LLC 1613567 2013 Skyjack Scissor Lift 19 22049105 Bomag BMP8500 Roller Walk behind S/N 101720131776 Tomco Wash Trailer 4515E Hiper VR Base & Rover 915+ Station w/2 1028526-01-DAF Komastsu D61 EXi-24 B66431 2010 Genie Lift 2013 Caterpillar 329EL Excavator 2023 Komatsu PC88MR Resumes of Officers and Key Individuals PROFESSIONAL SKILLS PROFILE Communication Detail oriented Logistics EMPLOYMENT EXPERIENCE EMPLOYMENT EXPERIENCE Charles Raymond Solomon Jones 700 H Street Miami, OK 74354 solomon jones a)proton.me Cell phone: 479.422.5902 Personnel management Resource management Budget planning Project execution and management Windows proficiency Team supervision and leadership First Star Construction, Farmington, Arkansas Project Manager I July 2021 -Present • Collaborate with builders and developers to secure projects, supporting preconstruction efforts in budgeting and scheduling. • Lead and develop a high-performance team, providing training, mentorship, and timely performance evaluations. • Ensure compliance with owner and subcontractor agreements; represent the company in owner/design meetings to convey accurate project information. • Manage contingency and allowance logs, maintain client communications, and address warranty issues. • Oversee comprehensive project documentation, including RFIs and legal notices, supporting timely project closeout and warranty management. • Enhance on -site safety protocols and ensure all project documents are accessible to trades. A -Co. Construction, Fayetteville, Arkansas Field Supervisor I June 2019 — July 2021 • Pre -plan work activities to meet contract, scheduling, and quality requirements, including safety action plans. • Review contracts and project documentation to ensure compliance with specifications. • Direct field personnel, schedules, and operations while emphasizing safety, quality, and production. • Conduct administrative tasks, including weekly scheduling and updating project files. • Train and motivate employees, occasionally operating heavy equipment and assisting with labor as needed. Transplace, Lowell, Arkansas Carrier Sales Representative I September 2018 to June 2019 • Contacted carriers daily to identify capacity needs and input into the brokerage software system. • Analyzed freight markets and built strong relationships with carriers to optimize service. • Negotiated rates and managed carrier profiles to maximize margins and ensure coverage. • Developed a deep understanding of freight networks and carrier supply and demand dynamics. Dedicated Planner I December 2014 - September 2018 • Planned and procured freight for a fleet of pre -purchased dry -van truckload capacity. • Maximized equipment utilization by reducing deadhead miles and dwell time. • Cultivated positive customer relationships and served as the primary point of contact for billing and invoicing. Greenland Auto Salvage and Towing Service, Inc., Greenland, Arkansas Operations Manager 12014 - December 2014 • Oversaw daily operations, ensuring all employees met company goals and performance standards. • Developed and implemented marketing strategies to enhance business growth and visibility. Conducted environmental quality surveys to ensure compliance with state and federal regulations. Marten Transport, LTD., Desoto, Texas Regional Coordinator I November 2013 - December 2014 • Managed a fleet of 25 trucks while ensuring driver satisfaction and operational performance. • Communicated vital information to drivers and coordinated loading/unloading appointments. Greenland Auto Salvage and Towing Service, Inc., Greenland, AR Office Manager j December 2011 January2013 + Responsible for dispatching multiple trucks and managing vehicle storage and inventory. ESJ Contractors, Inc., Fayetteville, Arkansas President I December 2006 - December 2011 • Managed residential and commercial construction projects with a focus on project execution and financial management. • Successfully completed projects valued up to $450,000 and managed annual revenue of up to $600,000. United States Marine Corps, Sergeant Rifleman I April 2002 — February 2009 • Developed leadership and operational skills in chaotic conditions, training and directing teams effectively. EDUCATION University of Arkansas, Fayetteville, Arkansas Bachelor of Science in Business Administration: Transportation & Logistics, December 2012 • Minor: Marketing I GPA: 3.89 • Chancellor's List, Spring 2012 Northwest Arkansas Community College, Bentonville, Arkansas Associate of Science in Business, August 20111 GPA: 3.41 • Dean's List, Spring 2011 DECORATIONS/AWARDS.'ACHIEVEMENTS United States Marine Corps + Navy & Marine Corps Combat Action Ribbon • Navy & Marine Corps Presidential Unit Citation • Global War on Terrorism Medals, and other honors Boy Scouts of America • Eagle Scout 7/20 MELISSA SIMS PO Box 397 • Farmington, AR 72730•479.445.2571 • msims@hmaiinwa.com BRIEF Entrepreneur with 15+ years of combined experience as a Real Estate Broker, Banking Executive, Property Manager, and Construction Company Owner encompassing property development, construction of infrastructure including fiber optic/water/sewer, commercial and residential construction and aircraft leasing. Hands-on management expertise with the ability to create in-depth strategic plans, set the vision and communicate with clients/customers and vendors in order to deliver results across multiple platforms. STRATEGIC QUALIFICATIONS Offering a Bachelor's Degree in Business Administration with an Accounting major along with solid experience overseeinc accounting and human resource functions for multiple construction, property management, property development, anc Real Estate operations as LLC principal. Expertise in building relationships with engineers and architects along with experience creating in-depth strategic plans directing operations, and negotiating multimillion -dollar agreements: - Strategic Planning - Performance Management - Contract Negotiation - Quality Management - Project Management - Business Plans - Employee Relations - Hiring/Evaluating - Policies Procedures - Leadership/Supervision • Specialized expertise performing project management functions, conferring with superintendents and project managers it order to achieve cost and completion objectives. - Land Development - Project Management - Construction Management - Underground Boring - Fiber Optic Cable - Water & Sewer Lines • Financial Accounting, estimates, analysis, forecasting, and P&L expertise in order to achieve strategic goals: - Bookkeeping - Financial Reporting - Budgeting/P & L Analysis • Strong relationship building skills necessary for negotiating multimillion -dollar agreements as well as working witl- vendors, clients, architects, engineers, inspectors, and regulators. • Solid experience in office management, design and layout, procurement, engineering and multiple site constructior management operations. • Licensed Real Estate Broker, Arkansas; Commercial & Residential Contractors Licenses. PROFESSIONAL EXPERIENCE ENTREPRENEUR 2006 to present Direct administrative operations for all LLC entities with accountability for bookkeeping, financial reporting, human resource compliance, day-to-day operations, problem solving, business development and procurement functions. Implement controls to ensure compliance with OSHA, DOT, & local regulations required to meet or surpass industry standards. Successfully create profit centers and achieve profit goals. Owner - First Star Realty Real Estate Brokerage/Property Management/Sales Owner - Trademark Custom Homes - Residential Construction Owner - First Star Construction Underground Bor rig/Fiber Optic. water, Sewer, Site Construction, Topsoil, and Commercial Construction Owner- Trade Mark Homes- Residential Construction Owner- MRS Real Estate Investments- Rea Estate Holdings Owner- MRS Business Advisors- Consulting Company Owner- G6 Leas rig & Consulting- Equipment Leasing Owner- Hghv ew Rentals Own Rental Properties Partnerships (LLCs) Lots 102 Holdings - Own Rental Properties First Star Exterior - Siding, Guttering, Residential Roofing, Concrete FSE Financing- Owner Financing Preferred Aviation - Lease Aircraft American Electrical and Plumb,ngfrruRight Services. Commercial and MRS Enterprises - Own Rental Property Res dential HVAC & Plumb ng G obal Acquisitions fund- Holding Company MPS Legacy Group- Consulting Company Legacy Business Solutions -Jump Park East Rogers 75- Residential Construction MRS DUH Holdings- Own Rental Property MELISSA SIMS PO Box 397 • Farmington, AR 72730.479.445.2571 • msims@hmailnwa.com • Track and monitor budgets, negotiate with vendors to achieve cost benchmarks and profit goals. • Lead the management team in the creation of business and marketing plans. • Implement strategies to ensure optimum quality while achieving completion objectives. • Serve as liaison with architects and owners regarding completion, change orders, and project issues. • Confer with partners in order to achieve performance goals. • Skilled in streamlining processes, implementing controls, and improving operational infrastructure. • Work closely with information technology specialist to streamline reporting and operational functions of various accounting, project management, and scheduling applications. • Lead a team of 8 administrative support and IT professionals along with 50 field staff members. • Build and establish relationships with subcontractors; screen and qualify subcontractors. • Collaborate with executive team members to set goals and delivery results. EXECUTIVE VICE PRESIDENT 2003 to 2006 Pinnacle Bank Recruited by Executive Management team to set up policies and procedures as well as communicate the corporate vision of the Board of Directors to employees, vendors, and customers. • Conducted presentations for the Board of Directors on a wide array of operational matters including insurance, risk management, tax payments, self-examinations/audits, FR-2900 reports, liquidity and dependency ratio report, cash inventory management, and human resource issues. • Set up 401 k plans, balanced investment portfolio payments, purchased, and sold investments. • Collaborated on the design, layout, and set up on new bank building. • Monitored security. • Prepared cash flow reports and other reports for decision makers. • Served on the Investment, ALOC, 401 K and Personnel committees. • Implemented controls to ensure compliance with banking regulations. MANAGEMENT TRAINING PROGRAM 2000 - 2003 Simmons Bank Performed functions as a Loan Assistant for government backed loans. Initially hired as a teller and accepted into the management training program. Obtained broad -based knowledge of banking operations, deposit building, and compliance. EDUCATION University of Arkansas, Fayetteville, Arkansas, Sam M. Walton College of Business Bachelor of Science in Business Administration, May 2003 Major: Accounting Arkansas Real Estate Broker, License; Arkansas Commercial & Residential Contractor's License COMMUNITY SERVICE PROFILE Support local schools and community organizations Serve on two Property Owners Committees (POA) Effective and Influential Communicator I Resourceful I Diligent I Multi-tasker I Strategic Thinker Solution -driven Knowledgeable Quick to grasp new concepts i Engaged Detail oriented j Problem solver Ability to seize opportunity I Dedicated "Highly proficient in doing things right the first time" Richard (Rick) A. Hayes 10781 lihnois Chapel Road Prasie Grove, AR 72753 479-841-6057 Quafifrcations • Ability to work well under pressure and handle multiple tasks. ■ Understand the value of networking and demonstrate the ability to maintain strategic relationships across the organization. ■ Excellent interpersonal relationship skills; relate well with people from diverse backgrounds and cultures. • Highly motivated; work well both independently and as part of a team First Star Construction (Utility Company.) 2021 to Present Controller Project Manager- HR Controllcr - Safety Manager Project Manager. • Collaborate with engineers, architects, and other workings in the same project. • Choose subcontractors based on price and past performances. • Manage delays, emergencies and problems that arise during projects. • Comply with safety and building codes and legal requirements to completion. Prepare budgets and manage thru out construction process. Prepare project schedules and track Progress for multiple projects. Knowledge of installing utilities (Sewer/Water) HR manager Ensure the organizations compliance with local, state, and federal regulations. Investigates employee issues and conflicts to bring them to resolution. Manage staffing process, including recruiting, interviewing, hiring, and training. Controller • Monitor the company financial reports and determine ways to reduce cost. • Assist owners with important financial decisions. Safety Manager Provide safety training for employees on policies, regulations, and procedures. Maintain accurate and current records in accordance with OSHA guidelines. Analyze incident reports, metrics, and injury case studies. Walmart Stores Inc 2012 to 2020 (Retired) Sr. Construction Manager - ■ Overseeing and direction construction projects from conception to completion ■ Reviewing the project in-depth to schedule deliverables and estirnate costs. ■ Overseeing all onsite and offsite construction to monitor compliance with building and safety regulations. • Completed a variety of projects from Sam's Fueling stations, DC Fueling equipment, Sam's Car wash to in store Banking and denuse of vacant stores. Project Manager Realty Construction 2009 to 2012 ■ Responsibilities; Oversee various projects from conception to completion. Work with our partners in New Business Development and develop budgets, approve budgets, and communicate between several different parties. Oversee consultants, approve drawings and work through permit issues. Review work schedules thru GC's and tenants Design Manager 2007 to 2009 ■ Oversee projects, contractors, manage budgets, schedules and continuously search for new ideas and equipment to better suit the needs of our customer. I continuously search for ideas to cut time and cost out of scheduling projects which result in savings to the company. I also serve as a liaison between New Store Construction, Sam's Operations, FSD (Fueling Station Development) and Realty Construction. I control fueling station and car wash design and oversee environmental permitting thru consultants throughout the United States. I am responsible for training Construction Managers, Construction Directors and Design Managers in the fuel station and car wash processes to give the customer a superior product and ensure projects open as scheduled. I also oversee the permitting for the fueling stations and car wash. I managed the cost for each project, bid process with EVOCO, interview new GC's, prepare budgets presented to a committee for approval. Prepared and reviewed construction schedules establishing milestones. I help maintain the maintenance of all new fueling stations and car wash in conjunction with operations. Manage and coordinate project issues with numerous architects and engineers. Prepare design reviews that interact with other departments. Continuously tracking dates for over 100 projects for permitting and construction consistently. Education Ozark Vocational Training, Ozark, AR August 1985 to May 1989 High School Diploma Pocola High School, Pocola, OK Additional Skil&Training 30hr OSHA Certified Proficient in Microsoft Excel, Word Procore (some training) CITY GF KANEVILLE ARS A AS BIDTABUUTION Bid 25-30, Construction - FYV Hangar Infrastructure Improvements DFAOLINE: Tuesday, Marc, 11, 1121.111 PM Certification of FuM,: $614,5W.W I5168,115.00,n,ellowed) 1.2 ----d.-.c--..�.-...i....vm,a.im re�-11ad" 01E 5 Ildlles[Fall not1,,-16%d,,,, Base Rlhl gone[,na men, ante 1 Is 13 TtencM1 EstavTlon andSsrerySyslems L3 IA ynstlucan Lr¢Nantl3e[u111V ] LE 1.3 Esmlonc,nd" 1 I6 Spot'ru veXIV FnIIng Utllily Lo[aalone 1 M 1.) 0'DR-14 C-9Po MC Water Llne 1 I6 IB 6"DR34 G9W PVC Watel line 116g LF 39 (nnnecllmmEdnlnB Wates Llne 399 LF 1.m Dnmle l,nn Punnge 1 x.33 6"Gne valve 65P 10 t.tx fi'Gate Valre 3 FA 3.13 Flre Xydlant4umblV 1 EP 1.1< 0'R B'Tapping 51ttve0 Valve 3 FA 3.15 lfi'Sleel Entasemenl by Dpen Cut ER ltfi gneM1ot Collet xl iF l.1) ma Ietlal Tesllnpantl R[eePlan[e 1 ER &D6p[WIEY2 1 M nIn Moblliiatlm heryreen pMF g1E 5[hMuleseM1all not Ev[eeA zx S%alintal Base01tl1 gnnas ..nd, nd 1 6 xa F—eunnre T.exn F¢avatkn and yrnr Wstem[ 1 x.a 5e[umV 1 l5 33 ended,Cam5aleryantl Erosion L$ ?6 sp-Da-14 tlV Ng and Ve EdsllIr Utilllles 1 iS P 13'DP--C'— 3 is 2a Ig .ldenetllne CWalel Llne 4n, 4N LF D-". Ducllle Von Fl Ine 16 LF .1 3.30 lx'gua ladle Valve 035 ig Gate Valve I' 1 EA 211 Cu Cut and Cap Line EA 2.14 , a An.nnWe, XytlrTap Assembly x EA 2.is 127 TapPing$kereg Valve 1 FA x.15 6 l6l2 6"a6" 1 pping Sleeve B Valve 2 eA 2.16 E,b[Ing FIre 1ran, Pemoval 1 FA x.l) Men.Adl and Atteptan[e.evna 1 Ea First Star Construction Diamond Cca ilI IECLiDn Emerysapp&Sons N.E.[., Inc. Goins Enterp' Inc $398,496 00 $399,23% M One. i $640,003.00 $654,684.50 $592,018.00 t eenmm[M1, sn P,owremenLNent COMMISSIONERS James "Jay" Brain Rogers Samuel Jackson Blytheville Will Dawson Clinton FAYETTEVI LLE—D RAKE FIELD Jared Rabren, Airport Services Manager City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 E: Jrabren(abfayetteville-ar.gov Hugh McDonald SECRETARY OF COMMERCE Jerry Chism DIRECTOR DIVISION OF AERONAUTICS Dear Mr. Rabren: Lloyd Wofford Jonesboro During the June 19, 2024 meeting of the Arkansas Aeronautics Commission, an 80- Jeff D. Standridge, Ed.D. Request was 20% Grant Re Conway q approved for Fayetteville —Drake Field. The request approved provides funding in the amount of $ 300,000.00 to install infrastructure Hot Sppringsrings Tim Sle (waterlines) in hangar development area. Shannon Hobbs This grant has been assigned Grant #4270-24 for identification purposes. When Wynne corresponding with our office regarding this project, please be sure to use this number. Contact us immediately if you will not be able to complete the project for amount approved. The Commission will not be responsible for any additional project costs unless this Agency has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your Application for State Airport Aid. This project should be started immediately and completed within one year. To avoid cancellation of the grant, notify us if circumstances beyond your control prevent completion within the allotted time. Payment of this grant will be made upon completion of your project. Please remember that grant funds are contingent upon the Division's appropriation for the fiscal year. Request payment of this grant in writing and include your documentation for the project at that time. Sincerely,(I Director cc: Sta'rSenator Greg Leding; State Representative Denise Garner Arkansas Department of Commerce JC:kg Division of Aeronautics Clinton National Airport/Adams Field 2315 Crisp Drive • Hangar 8 Little Rock, Arkansas 72202 FLY.ARKANSAS.GOV