Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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