Loading...
HomeMy WebLinkAbout142-15 RESOLUTIONRESOLUTION NO. 142-15 A RESOLUTION TO AWARD BID NO. 15-45 AND AUTHORIZE A CONTRACT WITH HI -LITE AIRFIELD SERVICES, LLC IN THE AMOUNT OF $88,492.50 FOR THE PAINTING PORTION OF THE AIRFIELD PAVEMENT MARKING REHABILITATION PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $4,425.00 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 No. 15- 45 and authorizes a contract with Hi -Lite Airfield Services, LLC in the amount of $88,492.50 for the painting portion of the Airfield Pavement Marking Rehabilitation Project, and further approves a project contingency in the amount of $4,425.00. PASSED and APPROVED this 18th day of August, 2015. U LOU ATTEST: By: '11111FIf0f '&�� �av-) SON RA E. SMITH, City, Treasta',y�., CD • zi "''�• •0 c� • �''.;s'6•; � A 10 '•�y1 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72901 (479) 575-8323 Text File File Number: 2013-0363 Agenda Date: 8/18/2015 Version: 1 Status: Agenda Ready In Control: City Council Meeting File Type: Resolution Agenda Number: A. 6 BID NO. 15-45 HI -LITE AIRFIELD SERVICES, LLC A RESOLUTION TO AWARD BID NO. 1545 AND AUTHORIZE A CONTRACT WITH HI -LITE AIRFIELD SERVICES, LLC IN THE AMOUNT OF $88,492.50 FOR THE PAINTING PORTION OF THE AIRFIELD PAVEMENT MARKING REHABILITATION PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $4,425.00 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 No. 15-45 and authorizes a contract with Hi -Lite Airfield Services, LLC in the amount of $88,492.50 for the painting portion of the Airfield Pavement Marking Rehabilitation Project, and further approves a project contingency in the amount of $4,425.00. City of Fayettevlpe, Arkansas Page 1 Primed on 811912015 City of Fayetteville Staff Review Form 2015-©363 Legistar File ID 8/18/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item John J. Roscoe 7/31/2015 Aviation / Transportation Services Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a Resolution to: 1) Authorize a Contract with Hi -Lite Airfield Services in the amount of $88,492.50 for the painting portion of the Airfield Pavement Marking Rehabilitation project. 2) Authorize a 5% contract contingency in the amount of $4,425.00 5550.3960.5804.00 Account Number 150301 Project Number Budget Impact: D810 Aviation Fund Airport Pavement Painting & Signs Project Title Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Previous Ordinance or Resolution # 123-15 Original Contract Number: Comments:- $ 199,867.00 $ 23,000.00 _ 176;87.00 $ 92,917.50 $ 83,949. sdi V20140710 Approval Date: R4 ro CITY OF ARKANSAS. MEETING OF AUGUST 18, 2015 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Staff/Contract Review Committee Terry Gulley, Transportation Director FROM: John J. Roscoe, Airport Director DATE: 7/31115 SUBJECT: Contract WHi-Lite Airfield Services Legistar Item # 2015-0363 CITY COUNCIL AGENDA MEMO RECOMMENDATION: Staff recommends approval of a Resolution to: 1) Authorize a Contract with Hi -Lite Airfield Services in the amount of $88,492.50 for the painting portion of the Airfield Pavement Marking Rehabilitation project. 2) Authorize a 5% contract contingency in the amount of $4,425.00 BACKGROUND: Resolution 123-15, 7/21/15, authorized Task Order No_ 3 for Airport consulting engineers, Garver, to provide Design, Bidding and Construction Oversight of the Airfield Pavement Marking Rehabilitation project and to accept a 90110 grant from the Arkansas Department of Aeronautics. Bids for construction were received by the City on 7/28/15. Three bids were received with Hi -Lite Airfield Services submitting the lowest bid. DISCUSSION: All three bidders submitted prices below the Engineer's estimate. Hi -Lite Airfield Services provided a bid in the amount $88,492.50; well within the project budget's allocation for this portion of the work. Hi -Lite will perform crack cleaning and sealing, surface preparation and reflectivelnon-reflective painting of runway and taxiway markings. A 5% contract contingency in the amount of $4,425.00 is requested in order facilitate a speedy resolution to any unanticipated problem discovered in the course of the work. The replacement of runway and taxiway signs will be accomplished in-house. Airport staff will purchase the sign panels direct from the manufacturer and perform the installation. BUDGETISTAFF IMPACT: The Airport will expend a portion of its fund balance reserve, approximately $11,707.00, which, owing to the low bids received, is significantly less than originally budgeted for this project. Attachments: SRF, SRM, Bid Tab Construction Contract — Hi -Lite Airfield Services Purchase Request Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF aettc1i1e ARKANSAS BID: 15.45 01128115 2:00 PM CITY OF FAYETTEVILLE Bid 15.45, Construction- FYVAir₹ieId Pavement Marking Rehabilitation ..... ,, ., ......,BIIJDE�... �:�:•- SHE49?` ii�=ar.'•..h4se�pa ...�9 iiEDiLE_�fi=<=��`t3:����1� fZi I�Er��`.� I American Stripers, 1.G 1 fgr sv'°'� (�p s7 $ 2 Hi-Lite Airfield Services ggI qg 3 Time Striping Inc 12 Z., 7r? (Z( Z $ *N0TICE: Sid award is contingent upon vendor meeting minimum specifications and formal authorization by City offrcials. City of Fayetteville -Purchase Order Request f PO) egitl8 on o.: nteI [Hot a Purchase Ornerj 0!1812015 P.fl Number All PQ'R uests shall be scanned to the Purchasin a -mail: Purchasin g g�fayettevilfe�r.gav, Purchase shall not be mjde until an actual PO has been issued. Vendor Vendor Mail eglatars: #: Name: Hi-Lite Airfield SerMces ❑ns t 1u 2015-0363 Address: T6249 Hi -Cite Dr FOB Point Taxable 0% a Expelled Delivary Date: City: Adams Centel State. NY Zip Code: Shlp to Code: Quotes Attached 13608 Qns 09/16115 Requester; Requester's Employee #: Extension: Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Projeet.Sub# Inventory # Fixed Asset # I Airport Pavement Painting & Signs 1 1.5 80,492.50 $88,49250 5550.3960.5804.00 15030.1 2 Bid #15.45. Res # $0,90 3 Contract # s0.os 4 so.os 5 $0.00 8 $0.00 $0.00 s 9 $0.00 10 $0.00 ShippinglHandling Lot $0.00 Special n8 iona. Subtotal: $88,492.50 Tax. $0.00 Total: £88,402.50 Approvals: Mayor: Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: utilities Manager: Other: i:mncr•.rrrmrof w ACRD CERTIFICATE OF LIABILITY INSURANCE DATE{MMFDDIYYYYj 8/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Haylor, Freyer & Coon, Inc. CONTACT ONECT Beth Phillips PHONE 315-703-3212 FAX 315-362-5734 231 Salina Meadows Parkway P.O. Box 4743 EMAIL -. ephillips@haylor.com INSURERS AFFORDING COVERAGE NAIC # Syracuse NY 13221 INSURER A: National Union Fire Ins Co of Pitts 19445 INSURED HILITEMARK INSURERB:Granite State Ins Co 23809 INSURERC:Ins Co of the State of Pennsylvania Hi-Lite Airfield Services LLC 18249 Hi-Lite Drive Adams Center NY 13606 INSURER 0: Hanover Insurance Company 22292 INSURERE:AIG Specialty Insurance Company 26883 INSURER F: RnVFRA(�PS CERTIFICATE NUMRFR- 980072064 REVISION NUMBER: THIS I$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 LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MM/DD1 POLICY EXP MM1DD LIMITS A x COMMERCIALGENERAL LIABILITY Y Y AP04505443301 9/1/2014 9/1/2015 EACH OCCURRENCE $10,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES lEa occurrenceoccurrencel $1,000,000 MED EXP (Any one person) $5,000 PERSONAL&ADVINJURY $10,000,000 GEN1 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $NIA POLICY Ji i- LOC PRODUCTS - COMPIOP AGG $10,000,000 $ OTHER: B AUTOMOBILE LIABILITY Y Y 02CA0645985851 9/1/2014 9/1/2015 Ea aBadeo IN LE LIMIT $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO AUTOS NED SCHEDULED X HIRED AUTOS }( NON -OWNED AUTOS BODILY INJURY (Per accident) $ DAMAGE (Per acdden $250,000 X Hired Auto Physical Dmg B X UMBRELLA LIAB X OCCUR Y Y 02UD0111647660000 9/1/2014 9/1/2015 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 EXCESS LIAB CLAIMS -MADE DED X REfENTION$10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORFPARTNERIEXECUTIVE YIN OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N IA Y WCO25072519 9/1/2014 9/1/2015 X STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEI $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 Ifyes, describe under DESCRIPTION OF OPERATIONS below D E Blanket Installation Floater Leased/Rented Equipment Scheduled Contractors Equipment RHSA393854 CPO19895491 9/1/2014 11/29/2014 9/1/2015 11/29/2015 Jobsite Limit $1,000,000 $2,500 Deductible $250,000 Replacement Cost Val See Below for Desc DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Forms Enclosed: CGL197(03105)- Additional Insured- Owners, Lessees or Contractors- Completed Operation CGL196(03105)- Additional Insured- Owners, Lessees or Contractors- Scheduled Person or Organization CGL1033(12108)- Primary and Non -Contributory Endorsement CGL232(03105)- Waiver of Transfer of Rights of Recovery Against Others to Us See Attached... L lI1I�L+�_7 City of Fayetteville 13 West Mountain Street Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2014 ACORD GORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HILITEMARK LOC #: AC D ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Haylor, Freyer & Coon, Inc. NAMED INSURED Hi-Lite Airfield Services LLC 18249 Hi-Lite Drive Adams Center NY 13606 POLICY NUMBER CARRIER NAIL CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE IY(04/09)- Special Notice of Cancellation- New York 11]]09)- Business Auto Broad Form Endorsement- Form B )/04)- Commercial Umbrella Policy Form 13 (04/84)- Waiver of our Right to Recover from Others Endorsement 04A (01100)- Texas Waiver of our Right to Recover from Others Endorsement The Umbrella Liability policy shown above applies over the Auto Liability and Employers Liability coverages only. Aviation Operations Auto Physical Damage- $250,000 Limit- Comprehensive Deductible: $100- Collision Deductible: $500 l: Airfield Pavement Markings Rehabilitation, Fayetteville -Drake Field, AR ACORD 101 (2008101) s 2008 AGURO cUI*'V1 AI IUN. All rignts reserves. The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED AS REQUIRED BY CONTRACT TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF:THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES, LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH. PA Endorsement No. 17 Date of Issue September 4, 2014 JC By (Authorized Representative) CGL197 (3/05) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE ANY PERSON ORORSAMZATIONTC WHOM YOU BECOME OBr.IGATED AS REQUIRED BY CONTRACT TO MCLU0 AS AN AUDmoNA1. INSURED UNOFR THIS POLICY. ASA RESULTOFANYCONTRA1 VOIRAGREEMENrYOUEI?5RINTOWHICH REQUIREEBYOUTDFURNISH INSURANCETO71RAYPLRSON OR ORGANIZATION OF THE TYPE PROVIDED aYTMS POLICY. HOWEVER. THE INBUJINICEPRQVIDEOWIU.NOT RXC EOTHELRBSOROF5I5 COVER L5EANDIDRLIMrr5OFTH1SPOLICY.ORTHECOVERAGGE MOOR UMITS REQUIRED 6Y5A10 CONTRACTORACwREEMEN7 I information required to complete this Schedule, if not shown above. will be shown in the Declarations. I A. SECTION Ii - WHO IS AN INSURED Is amended to include as an additional Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for"bodily injury". "property damage" or "personal and advertising injury" caused, In whole or in part, by: 1. Your sets or omissions: or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insureds) at the location(s) designated above. B. With respect to the Insurance afforded these additional Insureds, the following additional exclusions apply: This Insurance does not apply to "bodily Injury" or "property damage" occurring after 1. All work, Including materials, parts orequipment furnished in connection with such work, on the project (other than service, maintenance, or repairs) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other provisions of this policy remain the same. This endorsement becomes effective , February 24.2015 to be attached to and hereby made a part of Policy No. AP 045054433-R1 issued to HI. 1TE AIRPlELDS/ICESJLC AND AS ENDORSED By NA11OtL. UNION FIRE 1SURANCX)MPANVOF PITTSBURGH, Endorsement No. 29 Date of Issue Febnlary 24.2015 JC _ By (Authorized Representative) CGLI96 (3105) includes copyrighted material of Insurance Services Office, Inc. with Its permission NYFTZ Stat Code 2-5007 PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This policy is amended as follows: Only to the extent as stated within a written contract between the Named Insured and party(ies) as stated in the Schedule, coverage hereunder is primary and non-contributory with any insurance, co-insurance, or self insurance maintained by those party(ies): SCHEDULE ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. All other provisions of this policy remain the same. This endorsement becomes effective September 1. 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES. LLC AND AS ENDORSED Endorsement No. 16 Date of Issue September 4. 2014 JC CGL1033 (12/08) NYFTZ Stat Code 2-5007 By (Authorized Representative) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition (SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH PA Endorsement No. 18 Date of Issue September 4, 2014 JC By (Authorized Representative) CGL232 (3/05) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 SPECIAL NOTICE OF CANCELLATION - NEW YORK In the event the policy is cancelled by the Company 90 days notice ( 10 days if for non-payment of premium) will be sent to the following: Name ANY PERSON OR ORGANIZATION TO WHOM YOU ARE CONTRACTUALLY OBLIGATED TO Address PROVIDE 90 DAY (10 DAY NON-PAYMENT) NOTICE OF CANCELLATION. Name Address Name Address Name Address Name Address Name Address Name Address The number of days to be inserted above shall In no event be less than the minimum requirements set forth in New York Amendatory Endorsement attached to this policy which complies with the cancellation provisions of the New York Insurance Code. All other provisions of this policy remain the same. This endorsement becomes effective September 1.2014 to be attached to and hereby made a part of Policy No. Issued to Hi-LITE AIRFIELD SERViCES. LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY PITTSBURGH. PA Endorsement No. _ 19 Date of Issue Se tember 4 2014 JC By (Authorized Representative) UE139-NY (4/09) NYFTZ Stat Code 2-5007 ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective at 12:01 A.M. 9!112014 forms a part of Policy No. 02 -CA -064598585-1 Issued to: Hi-Lite Airfield Services. LLC By: Granite State Ins. BUSINESS AUTO BROAD FORM ENDORSEMENT - FORM B This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUBSIDIARIES AND NEWLY ACQUIRED OR FORMED ORGANIZATIONS Subparagraph 1. Who is an Insured of Paragraph A. Coverage (SECTION II— LIABILITY COVERAGE) is amended to include the following: The following will qualify as a Named Insured if there is no similar insurance available to that organization, regardless of whether the limits of such insurance are exhausted: a. Any incorporated subsidiary in which you maintain ownership or majority interest on the effective date of the policy. b. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest. However: (1) Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and (2) Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you acquired or formed the organization. No person or organization will qualify as a Named Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 102093(11-09) Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc_, with its permission. All rights reserved_ IL LESSORS AS INSUREDS Subparagraph d. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II - LIABILITY COVERAGE) as follows: d. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. Ill. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACTOR AGREEMENT Subparagraph e. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: e. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability covered by the terms of this policy, arising out of the use of a covered "auto" you own, hire or borrow. However, the insurance provided herein will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. IV. EMPLOYEES AS INSUREDS Subparagraph f. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow, in your business or your personal affairs. V. EMPLOYEE HIRED AUTOS A. Subparagraph g. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: g. An "employee" of yours while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 102093(11-09) Page 2 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. B. Subparagraph b. of Subparagraph 5. Other Insurance of Paragraph B. General Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". VI. DRIVE OTHER CAR LIABILITY COVERAGE — EXECUTIVE OFFICERS Subparagraph h. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: h. Any of your "executive officers" or his or her spouse, while a resident of the same household using a covered "auto" described below. For the purposes of this paragraph h., a covered "auto" for Liability Coverage is any "auto" you don't own, hire or borrow while being used by your "executive officer" or by his or her spouse while a resident of the same household except: 1. Any "auto" owned by that "executive officer" or a member of that person's household; or 2. Any "auto" used by that "executive officer" or his or her spouse while working in a business of selling, servicing, or repairing or parking "autos". We will provide coverage to this "insured" equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. Any coverage provided to this "Insured" is excess over any other valid and collectible insurance. VII. SUPPLEMENTARY PAYMENTS — BAIL BONDS AND LOSS OF EARNINGS Subparagraph a. of Paragraph 2. Coverage Extensions of Paragraph A. Coverage (SECTION II— LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: a. Supplementary Payments We will pay for the "insured": (1) All expenses we incur. 102093(11-09) Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (2) Up to $2,500 for cost of ball bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (3) The cost of bonds to release attachments in any "suit" against the "insured" we defend, but only for bond amounts within our Limit of Insurance. (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earnings up to $300 a day because of time off from work. (5) All costs taxed against the "insured" in any "suit" against the "insured" we defend. (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. These payments will not reduce the Limit of Insurance. VIll. AMENDED FELLOW EMPLOYEE EXCLUSION Subparagraph 5. of Paragraph B. Exclusions (SECTION II— LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. But this exclusion does not apply if you have workerscompensation insurance in -force covering all of your "employees". Coverage provided under this exception is excess over any other collectible insurance. IX. ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE Subparagraph a. Transportation Expenses of Paragraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) is deleted in it entirety and replaced with the following: 102093(11-09) Page 4 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. a. Transportation Expenses We will pay up to $60 per day to a maximum of $2,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". X. HIRED AUTO PHYSICAL DAMAGE Subparagraph b. Loss of Use Expenses of Subparagraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) is deleted in its entirety and replaced with the following: b. Hired Auto Physical Damage Coverage (1) Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (b) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $1000 per accident. (2) Loss to Hired Auto For Hired Auto Physical Damage, we will pay for "loss" to an "auto" you rented or hired without a driver, under a written rental contract or agreement. We will pay for "loss" if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered 'auto"; 102083 (11-09) Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (b) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". We will provide coverage equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. However, the most we will pay for "loss" to any hired "auto" is: (a) $50,000; (b) The actual cash value of the damaged or stolen property at the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property; whichever is smallest, minus the deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. (3) This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. X1. EXPENSE FOR STOLEN AUTO RETURN Subparagraph 4.c. is added to Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) as follows: c. Expense for Stolen Auto Return We will pay for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". XII. EXCEPTION TO MECHANICAL BREAKDOWN EXCLUSION FOR AIRBAGS Subparagraph 3. of Paragraph B. Exclusions (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted in its entirety and replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown. But this exclusion does not apply to accidental discharge of an airbag. b. Blowouts, punctures or other road damage to tires. 102093 (11-09) Page 6 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XIII. AMENDED DEDUCTIBLE PROVISION - GLASS BREAKAGE AND MULTIPLE DEDUCTIBLES Paragraph D. Deductible of SECTION III -- PHYSICAL DAMAGE COVERAGE is deleted in its entirety and replaced with the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. However, no deductible applies to glass breakage if the glass is repaired rather than replaced. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. If another policy or coverage form issued by us or any company that controls, is controlled by, or is under common control with us, applies to the same "accident", the following applies: 1. If the deductible under this policy is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible under this policy is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. XIV. AUTO LEASE GAP COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE is amended to include the following: If a long-term leased "auto" is a covered "auto" and the lessor is named in the policy as a loss payee, we will pay in the event of a total "loss" the unpaid amounts due on the lease for the covered "auto" at the time of the "loss", less: 1. Overdue lease payments at the time of the "loss"; 2. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. 3. Security deposits not returned by the lessor; 4. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the lease; and 5. Carry-over balances from previous leases. '102093(11-09) Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XV. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraph 2.a, of Paragraph A. Loss Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss". Include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. This condition applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An officer or insurance manager, if you are a corporation. Your failure to give first report of a claim to us shall not invalidate coverage under this policy if the loss was inadvertently reported to another insurer. However, you shall report any such "accident", claim, "suit" or "loss" to us within a reasonable time once you become aware of such error. XVI. LIMITED WAIVER OF RIGHTS OF RECOVERY AGAINST OTHERS Subparagraph 5. of Paragraph A. Loss Conditions (SECTION IV - BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person or organization with whom you have a written contract executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. 102093(11-09) Page 8 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XVII. UNINTENTIONAL FAILURE TO PROVIDE ACCURATE AND COMPLETE REPRESENTATIONS Subparagraph 2. of Paragraph B. General Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally conceal or misrepresent a material fact concerning: a. This Coverage Form; b. The covered "auto"; c. Your interest in the covered 'auto"; or d. A claim under this Coverage Form. Any unintentional failure by you or any "insured" to provide accurate and complete representations as of the inception of the policy will not prejudice the coverages afforded by this policy. However, you must report such error or omission to us as soon as practicable after its discovery. XVIII. AMENDED BODILY INJURY DEFINITION Paragraph C. of SECTION V - DEFINITIONS is deleted in its entirety and replaced with the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from any of these. All other terms and conditions of the policy remain the same. Authorized Representative 102093(11-09) Page9of9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. Commercial Umbrella Policy Form Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured as defined in Insuring Agreement IV, Definitions. The words "we", "us" and "our" refer to the Company providing this insurance. The word "Insured" means any person or organization qualifying as such in Insuring Agreement IV, Definitions. In consideration of the payment of the premium and in reliance upon the statements in the Declarations we agree with you to provide coverage as follows: Insuring Agreements Coverage We will pay on behalf of the Insured those sums in excess of the Retained Limit that the Insured becomes legally obligated to pay by reason of liability imposed by law or assumed by the Insured under an Insured Contract because of Bodily Injury, Property Damage, Personal Injury or Advertising Injury that takes place during the Policy Period and is caused by an Occurrence happening anywhere in the world. The amount we will pay for damages is limited as described in Insuring Agreement III, Limits of Insurance. If we are prevented by law or statute from paying on behalf of the Insured, then we will, where permitted by law or statute, indemnify the Insured for those sums in excess of the Retained Limit. II. Defense A. We shall have the right and duty to defend any claim or Suit seeking damages covered by the terms and conditions of this policy when: The applicable Limits of Insurance of the underlying policies listed in the Schedule of Underlying Insurance and the Limits of Insurance of any other underlying insurance providing coverage to the Insured have been exhausted by payment of claims to which this policy applies; or 2. Damages are sought for Bodily Injury, Property Damage, Personal Injury or Advertising Injury covered by this policy but not covered by any underlying insurance listed in the Schedule of Underlying Insurance or any other underlying insurance providing coverage to the Insured. B. When we assume the defense of any claim or Suit: 1. We will defend any Suit against the Insured seeking damages on account of Bodily Injury, Property Damage, Personal Injury or Advertising Injury even if such Suit is groundless, false or fraudulent, but we have the right to investigate, defend and settle the claim as we deem expedient. 2. We will pay the following, to the extent that they are not included in the underlying policies listed in the Schedule of Underlying Insurance or in any other insurance providing coverage to the Insured: 57697 (1010.4) Page 1 of 19 3. Misappropriation of advertising ideas or style of doing business; or 4. Infringement of copyright, title or slogan. B_ Auto means a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment. But auto does not include mobile equipment. C. Bodily Injury means bodily injury, sickness, disability or disease. Bodily Injury shall also mean mental injury, mental anguish, humiliation, shock or death if directly resulting from bodily injury, sickness, disability or disease. D. Impaired Property means tangible property, other than Your Product or Your Work, that cannot be used or is less useful because: 1. It incorporates Your Product or Your Work that is known or thought to be defective, deficient, inadequate or dangerous; or 2. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by: 1. The repair, replacement, adjustment or removal of Your Product or Your Work; or 2. Your fulfilling the terms of the contract or agreement. E. Insured means each of the following, to the extent set forth: 1. The Named Insured meaning: a. any person or organization listed in Item I of the Declarations, and any company that is your subsidiary as of the effective date of this policy and any company you own or control as of the effective date of this policy. b. any organization newly acquired, controlled or formed by you during the policy period but only: (1) as respects Occurrences taking place after you acquire, take control or form such organization; (2) if such organization is included under the coverage provided by the policies listed in the Schedule of Underlying Insurance; and (3) if you give us prompt notice after you acquire, take control or form such organization. 57697 (10/04) Page 4 of 19 We may make an additional premium charge for any additional organizations you acquire, form or take control of during the period of this policy. 2. If you are an individual, you and your spouse, but only with respect to the conduct of a business of which you are the sole owner. 3. I€ you are a partnership or joint venture, the partners or members and their spouses but only as respects the conduct of your business. No person or organization is an insured with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. 4. Any person or organization, other than the Named Insured, included as an additional insured in the policies listed in the Schedule of Underlying Insurance but not for broader coverage than is available to such person or organization under such underlying policies. 5. Any of your partners, executive officers, directors, stockholders or employees but only while acting within their duties. However, the coverage granted by this provision 5. does not apply to the ownership, maintenance, use, loading or unloading of any autos, aircraft or watercraft unless such coverage is included under the policies listed in the Schedule of Underlying Insurance and then for no broader coverage than is provided under such underlying policies, 6. Any person, other than one of your employees, or organization while acting as your real estate manager. 7. Any person, organization, trustee or estate to whom you are obligated by a written Insured Contract to provide insurance such as is afforded by this policy but only with respect to: a. liability arising out of operations conducted by you or on your behalf; or b. facilities owned or used by you. 8. Any person (other than your partners, executive officers, directors, stockholders or employees) or organization with respect to any auto owned by you, loaned to you or hired by you or on your behalf and used with your permission. However, the coverage granted by this provision 8. does not apply to any person using an auto while working in a business that sells, services, repairs or parks autos unless you are in that business. F. Insured Contract means any oral or written contract or agreement entered into by you and pertaining to your business under which you assume the tort liability of another party to pay for Bodily Injury, Property Damage, Personal Injury or Advertising Injury to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. 57697 (10104) Page 5 of 19 Other Insurance If other valid and collectible insurance applies to a loss that is also covered by this policy, this policy will apply excess of the other insurance. However, this provision will not apply if the other insurance is specifically written to be excess of this policy. K. Premium The first Named Insured designated in Item I of the Declarations shall be responsible for payment of all premiums when due. The premium for this policy shall be computed on the basis set forth in Item 4 of the Declarations. At the beginning of the policy period, you must pay us the Advance Premium shown in Item 4 of the Declarations. When this policy expires or if it is cancelled, we will compute the earned premium for the time this policy was in force. If this policy is subject to audit adjustment, the actual exposure basis will be used to compute the earned premium. If the earned premium is greater than the Advance Premium, you will promptly pay us the difference. If the earned premium is less than the Advance Premium, we will return the difference to you. But in any event we shall retain the Minimum Premium as shown in Item 4 of the Declarations for each twelve months of our policy period. L. Prior Insurance If a loss covered by this policy is also covered in whole or in part under any other excess policy issued to the Insured prior to the effective date of this policy, our Limits of Insurance as stated in Item 3 of the Declarations will be reduced by any amounts due the Insured under such prior insurance. M. Separation of Insureds Except with respect to our Limits of Insurance and any rights or duties specifically assigned to the first Named Insured designated in Item 1 of the Declarations, this insurance applies: As if each Named Insured were the only Named Insured; and 2. Separately to each Insured against whom claim is made or Suit brought. N. Subrogation If any Insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The Insured must do nothing after loss to impair these rights and must help us enforce them. Any recoveries shall be applied as follows: Any interests, including the Insured, that have paid an amount in excess of our payment under this policy will be reimbursed first; 2. We then will be reimbursed up to the amount we have paid; and 3. Lastly, any interests, including the Insured, over which our insurance is excess, are entitled to claim the residue. 57697 (10104) Page 18 of 19 WC 00 03 13 (Ed. 04184) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it Is attached effective on inception date of the policy unless a different date Is indicated below. (The following "atlaching clause" need be completed only when this endorsement is Issued subsequent to preparation of the policy). This endorsement, effective 1201 AM 09/01/2014 forms a part of Policy No. WC 025-07.25519 Issued to HI-LITE AIRFIELD SERVICES, LLC By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named In the Schedule. Schedule ANY ENTITY IN WHICH THE INSURED IS REQUIRED TO PROVIDE A WAIVER UNDER A WRITTEN CONTRACT. This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah, or Washington. Countersigned by Authorized Representative TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the polloy). This endorsement, effective 12:01 AM 09101 !2014 forms a part of Policy No. WC 025-07-2519 Issued to HI-LITE AIRFIELD SERVICES, LLC By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement applies only to the Insurance provided by the policy because Texas Is shown in Item A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2fb percent of the premium developed on payroll in con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC420304A Counteralgnedby—__________________ (Ed. 01100) Authorized Representative 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com TRANSMITTAL To: Fayetteville — Drake Field 4500 S. School Avenue Suite F Fayetteville, AR 72701 Attn: Johnny Roscoe From: Ben Perea RE: FYV Airfield Pavement Marking Rehabilitation Construction Contracts for Owner Execution Copies To: Date: August 18, 2015 QTY DATE DESCRIPTION 4 8/18/15 Construction Contracts Requiring Owner Execution Johnny, Enclosed you will find four (4) copies of the Specifications and Contract Documents for the Airfield Pavement Marking Rehabilitation project. After receiving City Council approval, please have each of the four contracts executed in the locations marked with "Sign Here" tabs. In addition, please fill in the contract execution date at all locations marked with a yellow tab. Additional signatures are required at all locations with green tabs. Once signed, please send all executed contracts to me and I will scan the documents, bind the contracts, and distribute them to the appropriate parties. Please don't hesitate to give me a call if you have any questions. Thanks, Ben Attachments: 4 Copy to File: 1 5041 21 2/1 Pages(incl.): Copies to Garver: L:\2015\15041212 - FYV Airfield Pavement Marking Rehab\Correspondence\Outgoing\Roscoe 2015-08-18 Construction Contracts tml.docx CITY OF I ARKAN 11� SAS City of Fayetteville Engineering Division 125 West Mountain Street Fayetteville, Arkansas 72701 PROJECT MANUAL FOR FAYETTEVILLE - DRAKE FIELD (FYV) Airfield Pavement Marking Rehabilitation GARVER PROJECT 15041212 BID # 15-45 Date: July, 2015 Garver, LLC 2049 E. Joyce Blvd. Suite 400 Fayetteville, Arkansas 72703 PHONE: (479) 527-9100 FAX (479) 527-9101 www.GarverUSA.com CITY OF a Y ePV i le ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 15-45, Construction — FYV Airfield Pavement Marking Rehabilitation DEADLINE: Tuesday, July 28, 2015 before 2:00 PM, Local Time, Room 306 PRE -BID MEETNG: N/A DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPO, CPPB, aforen@fayetteville-ar.gov, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: Friday, July 10 and 17, 2015 101711f 11[x1 iOi o lD Bid 15-45, Construction — FYV Airfield Pavement Marking Rehabilitation No late bids shall be accepted. Bids shall be submitted in sealed envelopes. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen@fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will be distributed electronically from the City of Fayetteville Purchasing Division. E -MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES: FILE #1: PROJECT MANUAL: 159 total pages FILE #2: PROJECT DRAWINGS: 15 total pages *Additional files added as addendums are issued. Addendums will be directly e -mailed to all listed plan holders and posted on the City's website. *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http://blds.fayetteville-ar.gov Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://bids.accessfayetteville.org. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain - Fayetteville, AR 72701 CITY OF I ARKAN 11� SAS City of Fayetteville Engineering Division 125 West Mountain Street Fayetteville, Arkansas 72701 PROJECT MANUAL FOR FAYETTEVILLE - DRAKE FIELD (FYV) Airfield Pavement Marking Rehabilitation GARVER PROJECT 15041212 BID # 15-45 Date: July, 2015 Garver, LLC 2049 E. Joyce Blvd. Suite 400 Fayetteville, Arkansas 72703 PHONE: (479) 527-9100 FAX (479) 527-9101 www.GarverUSA.com CITY OF FAYETTEVILLE FYV AIRFIELD PAVEMENT MARKING REHABILITATION I hereby certify that the FAYETTEVILLE - DRAKE FIELD (FYV) AIRFIELD PAVEMENT MARKING REHABILITATION civil plans and specifications were prepared by me or under my direct supervision and that I am duly Licensed Engineer under the laws of the State of Arkansas. (Seal) Name: Date: July 9, 2015 CERTIFICATE OF AUTHORIZATION BY GARVER, LLC GAS R No. 766 Page Intentionally Left Blank CITY OF 'ttV1lle ARKANSAS TABLE OF CONTENTS Contract Title: FAYETTEVILLE — DRAKE FIELD (FYV) AIRFIELD PAVEMENT MARKING REHABILITATION CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 2 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 of 2 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 10 00300 DISCLOSURE STATEMENT 00300-1 of 2 00400 BID FORMS AND SUPPLEMENTS 00400 BID FORM 00400-1 of 8 00410 BID BOND 00410-1 of 2 00420 STATEMENT OF BIDDER'S QUALIFICATIONS 00420-1 of 2 00430 LIST OF SUBCONTRACTORS 00430-1 of 2 00500 AGREEMENT FORMS 00500 AGREEMENT 00500-1 of 12 00550 NOTICE TO PROCEED 00550-1 of 2 0O60O BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 4 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 6 00700 CONTRACT GENERAL CONDITIONS 00700-1 of 52 O0800 SUPPLEMENTARY CONDITIONS 00800-1 of 6 PREVAILING WAGE DETERMINATION 00800-3 to 5 DIVISION 1- GENERAL REQUIREMENTS 01110 SUMMARY OF WORK 0111O.1 of 2 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01290 PAYMENT PROCEDURES 01290-1 of 2 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2 01420 DEFINITIONS AND STANDARDS 01420-1 of 4 01530 TEMPORARY BARRIERS AND CONTROLS 01530-1 of 4 City of Fayetteville 00010- 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SUPPLEMENTAL SPECIFICATIONS SS -101 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) SS -101-1 SS -110 STANDARD SPECIFICATIONS SS -110-1 SS -120 SITE PREPARATION SS -120-1 SS -130 JOINT AND CRACK REPAIR SS -130-1 TECHNICAL SPECIFICATIONS P-620 RUNWAY AND TAXIWAY PAINTING END OF DOCUMENT City of Fayetteville 00010-2 FYV Airfield Pavement Marking Rehabilitation P-620-1 Garver Project No. 15041212 ACRD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIVYYY) 8/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Haylor, Freyer & Coon, Inc. 231 Salina Meadows Parkway P.O. Box 4743 NAME: Beth Phillips PHONE 315-703-3212 FAX 315-362 5734 L ADD E , ephillips@haylor.com INSURERISI AFFORDING COVERAGE NAIC II Syracuse NY 13221 INSURER A: National Union Fire Ins Co of Pitts 19445 INSURED HILITEMARK INSURERB:Granite State Ins Co 23809 INSURER C : Ins Co of the State of Pennsylvania Hi-Lite Airfield Services LLC 18249 Hi-Lite Drive Adams Center NY 13606 IrvsuRERD:Hanover Insurance Company 22292 INSURERE:AIG Specialty Insurance Company 26883 INSURER F CnVFRA(;FS CERTIFICATE NIIMRFR- 980072064 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 LTR TYPE OF INSURANCE ABBE INSO AB5k WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y AP04505443301 911!2014 911!2015 EACH OCCURRENCE $10,000,000 I CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES eoccurrence $1,000,000 MED EXP (Any one person) $5,000 PERSONAL&ADVINJURY $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $N/A POLICY PRO ❑ LOC JECT PRODUCTS - COMPIOP AGG $10,000,000 $ OTHER: B AUTOMOBILEUABILiTY Y Y 02CA0645985851 911/2074 9!112015 Ea accident $7,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL8WNED SCHEDULED %( OOD X NON -OWNED HIREAUTOS AUTOS BODILY INJURY (Per accideni) $ PROPERTY DAMAGE Per accident $ $250,000 X Hired Auto Physical Dmg B X UMBRELLA LIAR L2LJ OCCUR Y Y 02UD0111647660000 911!2014 9!1/2015 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 EXCESSLIAB CLAIMS -MADE DED X RETENTION$ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORJPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA y WCO25072519 9/1/2014 9/1/2015 X PER STATUTE ER E.L. EACH ACCIDENT $1,000,000 E,L, DISEASE- EA EMPLOYE1 $1,000,000 E.L. DISEASE - POUCY LIMIT $1,000,000 if yes, describe under DESCRIPTION OF OPERATIONS below D E Blanket Installation Floater Leased/Rented Equipment Scheduled Contractors Equipment RHSA393854 CPO19895491 9/1/2014 11/29/2014 911!2015 11!2912015 Jobsite Limit: $1,000,000 $2,500 Deductible $250,000 Replacement Cost Val See Below for Desc DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Forms Enclosed: CGL197(O3/O5)- Additional Insured- Owners, Lessees or Contractors- Completed Operation CGL196(03/05)- Additional Insured- Owners, Lessees or Contractors- Scheduled Person or Organization CGL1033(12108)- Primary and Non -Contributory Endorsement CGL232(03/05)- Waiver of Transfer of Rights of Recovery Against Others to Us See Attached... I IUri City of Fayetteville 13 West Mountain Street Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HILITEMARK LOC #: %.. ADDITIONAL REMAR�CS SCHEDULE Page 1 of .� AGENCY Haylor, Freyer& Coon, Inc. NAMED INSURED Hi-LiteAirfield Services LLC 18249 Hi-Lite Drive Adams Center NY 13606 POLICY NUMBER CARRIER NAIL CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE E139-NY(04109)- Special Notice of Cancellation- New York )2093(11/09)- Business Auto Broad Form Endorsement- Form B !697(10104)- Commercial Umbrella Policy Form C000313 (04184)- Waiver of our Right to Recover from Others Endorsement IC420304A (01/00)- Texas Waiver of our Right to Recover from Others Endorsement The Umbrella Liability policy shown above applies over the Auto Liability and Employers Liability coverages only. Aviation Operations fired Auto Physical Damage- $250,000 Limit- Comprehensive Deductible: $100- Collision Deductible: $500 Dject: Airfield Pavement Markings Rehabilitation, Fayetteville -Drake Field, AR ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED AS REQUIRED BY CONTRACT TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF:THE COVERAGE AND/OR LIMITS OF THIS POLICY. OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION 11 - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other provisions of this policy remain the same. This endorsement becomes effective September 1.2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES. LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PF1TTSBURGH PA Endorsement No. 17 �J Date of Issue September 4, 2014 JC By (Authorized Representative) CGLI97 (3/05) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name ofMditionai Insured Person(s) or D anlzation s : Locations of Covered Operations ANYPEtsct4OROR nol4To WHOMYooaecoM5 OSuGATm AS REQUIRED BY CONTRACT TO INCLUDEASANADDmONA INMRaoLINDERTHISPOUCY.ASA RESULTOFANY CON iRACr oRAGREEMEN rYOU ENIERINTo WHICH REOUIRESYOU TO FURNISH INSURANCE TOTNAT PERSON OR ORGRNQATIONOFTHETYPEPROVIDEDRYT}SSPGI.ICY. HOWEVER. 'MF INSDRANCEPRoVIDED WILt.NoT rmKCMYRELESSOROFREE COVERAGEANDIOR UM1ITS OFTh1$P000Y.ORTHECOVF.RAGE AHDIORLL TS REQUIRED DYSAIDcaNJ'RACYORAGREEMEWr. Information required to complete this Schedule, if not shown above1 will be shown in the Declarations. A. SECTION II - WHO IS AN INSURED Is amended to include as an additional Insured the parson(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" ar'personal and advertising injuuy" caused, in whole crin part, by: 1. Your acts or omissions: or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded these additional Insureds, the following additional exclusions apply: This Insurance does.not apply to "bodily Injury" or"property damage" occurring after. 'l. All wart, including materials, parts or equipment furnished In connection with such work, on the project (other than service, maintenance, or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of your work" out of which the Injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Ali other provisions of this policy remain the same. This endorsement becomes effective February 24.2015 to be attached to and hereby made a part of Policy No. Al',045054433-01 Issued to __HI-LiTE AIRFIEWSE ii10ES._LW AND AS ENDORSED By NATIONAL UNION FIRE INSURAM9 COURAW, OF PITTSBURGH. PA - Endorsement No. 29,Date of issue February 24 2015 JC By (Authorized Representative) CGLI96 (3145) Includes copyrighted material of Insurance Services Office, Inc. with Its permission NYFTZ Stat Code 2-5007 PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This policy is amended as follows: Only to the extent as stated within a written contract between the Named Insured and party(les) as stated in the Schedule, coverage hereunder is primary and non-contributory with any insurance, co-insurance, or self insurance maintained by those party(ies): SCHEDULE ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. All other provisions of this policy remain the same. This endorsement becomes effective September 1. 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES LLC AND AS ENDORSED By Endorsement No. 16 Date of Issue yS ptdmher 4. 2014 JC CGL1 033 (12108) NYFTZ Stat Code 2-5007 By (Authorized Representative) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition (SECT€ON IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to HI-LITE AIRFIELD SERVICES. LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH. PA Endorsement No. 18 �. Date of Issue _September JC By (Authorized Representative) CGL232 (3/05) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 SPECIAL NOTICE OF CANCELLATION - NEW YORK In the event the policy is cancelled by the Company 90 days notice ( 10 days if for non-payment of premium) will be sent to the following: Name ANY PERSON OR ORGANIZATION TO WHOM YOU ARE CONTRACTUALLY OBLIGATED TO Address PROVIDE 90 DAY (10 DAY NON-PAYMENT) NOTICE OF CANCELLATION. Name Address Name Address Name Address Name Address Name Address Name Address The number of days to be Inserted above shall in no event be less than the minimum requirements set forth In New York Amendatory Endorsement attached to this policy which complies with the cancellation provisions of the New York Insurance Code. All other provisions of this policy remain the same. This endorsement becomes effective Se tember 1 2014 to be attached to and hereby made a part of Policy No. AP 045054433-01 issued to 141-LITE AIRFIELD SERVICES AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH PA Endorsement No. 19 Date of Issue September 4.2014 JC_ UE139-NY (4/09) NYFTZ Stat Code 2-5007 By (Authorized Representative) ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective at 12:01 A.M. 9/1/2014 forms a part of Policy No. o2 -CA -064598585-1 Issued to: Hi.Lite Airfield Services, LIC By: Granite State Ins. BUSINESS AUTO BROAD FORM ENDORSEMENT - FORM B This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. SUBSIDIARIES AND NEWLY ACQUIRED OR FORMED ORGANIZATIONS Subparagraph 1. Who is an Insured of Paragraph A. Coverage (SECTION 1I — LIABILITY COVERAGE) is amended to include the following: The following will qualify as a Named Insured if there is no similar insurance available to that organization, regardless of whether the limits of such insurance are exhausted: a. Any incorporated subsidiary in which you maintain ownership or majority interest on the effective date of the policy. b. Any organization you newly acquire or form, otherthan a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest. However - (1) Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and (2) Coverage does not apply to' bodily injury" or "property damage" that results from an "accident" that occurred before you acquired or formed the organization. No person or organization will qualify as a Named Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 102093(11-09) Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. IL LESSORS AS INSUREDS Subparagraph d. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: d. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. III. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACTOR AGREEMENT Subparagraph e. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: e. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability covered by the terms of this policy, arising out of the use of a covered "auto" you own, hire or borrow. However, the insurance provided herein will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. IV. EMPLOYEES AS INSUREDS Subparagraph f. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow, in your business or your personal affairs. V. EMPLOYEE HIRED AUTOS A. Subparagraph g. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II - LIABILLTY COVERAGE) as follows: g. An "employee" of yours while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 102093 (11-09) Page 2 of 9 Includes copyrighted material o₹ Insurance Services Office, Inc., with its permission.. All rights reserved. B. Subparagraph b. of Subparagraph 5. Other Insurance of Paragraph B. General Conditions (SECTION IV -- BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". Vi. DRIVE OTHER CAR LIABILITY COVERAGE — EXECUTIVE OFFICERS Subparagraph h. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: h. Any of your "executive officers" or his or her spouse, while a resident of the same household using a covered "auto" described below. For the purposes of this paragraph h., a covered "auto" for Liability Coverage is any "auto" you don't own, hire or borrow while being used by your "executive officer" or by his or her spouse while a resident of the same household except: 1. Any "auto" owned by that "executive officer" or a member of that person's household; or 2. Any "auto used by that "executive officer" or his or her spouse while working in a business of selling, servicing, or repairing or parking "autos". We will provide coverage to this "insured" equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. Any coverage provided to this "insured" is excess over any other valid and collectible insurance. VII. SUPPLEMENTARY PAYMENTS - BAIL BONDS AND LOSS OF EARNINGS Subparagraph a. of Paragraph 2. Coverage Extensions of Paragraph A. Coverage (SECTION II — LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: a. Supplementary Payments We will pay for the 'insured": (1) All expenses we incur. 102093 (11-09) Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (2) Up to $2,500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (3) The cost of bonds to release attachments in any "suit" against the "insured" we defend, but only for bond amounts within our Limit of Insurance. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $300 a day because of time off from work. (5) All costs taxed against the "insured" in any "suit" against the "insured" we defend. (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. These payments will not reduce the limit of Insurance. VIII. AMENDED FELLOW EMPLOYEE EXCLUSION Subparagraph 5. of Paragraph B. Exclusions (SECTION Ii — LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. But this exclusion does not apply if you have workers' compensation insurance in force covering all of your "employees". Coverage provided under this exception is excess over any other collectible insurance. IX. ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE Subparagraph a. Transportation Expenses of Paragraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION Ill — PHYSICAL DAMAGE COVERAGE) is deleted in it entirety and replaced with the following: 102093(11-09) Page 4 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. a. Transportation Expenses We will pay up to $60 per day to a maximum of $2,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". X. HIRED AUTO PHYSICAL DAMAGE Subparagraph b. Loss of Use Expenses of Subparagraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) is deleted in its entirety and replaced with the following: b. Hired Auto Physical Damage Coverage (1) Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a . written rental contract or agreement. We will pay for loss of use expenses if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (b) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto";, or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $1000 per accident. (2) Loss to Hired Auto For Hired Auto Physical Damage, we will pay for "loss" to an "auto" you rented or hired without a driver, under a written rental contract or agreement. We will pay for "loss" if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; 102093(11-09) Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (b) Specified Causes Of Loss only lithe Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". We will provide coverage equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. However, the most we will pay for "loss" to any hired "auto" is: (a) $50,000; (b) The actual cash value of the damaged or stolen property at the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property; whichever is smallest, minus the deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. (3) This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. XL EXPENSE FOR STOLEN AUTO RETURN Subparagraph 4.c. is added to Paragraph A. Coverage (SECTION III-- PHYSICAL DAMAGE COVERAGE) as follows: c. Expense for Stolen Auto Return We will pay for the expense incurred returning a stolen covered "auto" €o you because of the total theft of such covered "auto". XII. EXCEPTION TO MECHANICAL BREAKDOWN EXCLUSION FOR AIRBAGS Subparagraph 3. of Paragraph B. Exclusions (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted in its entirety and replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown. But this exclusion does not apply to accidental discharge of an airbag. b. Blowouts, punctures or other road damage to tires. 102093 (11-09) Page 6 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. X111. AMENDED DEDUCTIBLE PROVISION -- GLASS BREAKAGE AND MULTIPLE DEDUCTIBLES Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is deleted in its entirety and replaced with the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. However, no deductible applies to glass breakage if the glass is repaired rather than replaced. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. If another policy or coverage form issued by us or any company that controls, is controlled by, or is under common control with us, applies to the same "accident", the following applies: 1. If the deductible underthis policy is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible under this policy is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. XIV. AUTO LEASE GAP COVERAGE SECTION Ill-. PHYSICAL DAMAGE COVERAGE is amended to include the following: If a long-term leased "auto- is a covered "auto" and the lessor is named in the policy as a loss payee, we will pay in the event of a total "loss" the unpaid amounts due on the lease for the covered "auto" at the time of the "loss", less: 1. Overdue lease payments at the time of the "loss"; 2. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. 3. Security deposits not returned by the lessor; 4. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the lease; and 5. Carry-over balances from previous leases. 102093 (11-09) Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XV. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraph 2.a. of Paragraph A. Loss Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss". Include: (1) How, when and where the "accident" or loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. This condition applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you area limited liability company; or (4) An officer or insurance manager, if you are a corporation. Your failure to give first report of a claim to us shall not invalidate coverage under this policy if the loss was inadvertently reported to another insurer. However, you shall report any such "accident", claim, "suit" or "loss" to us within a reasonable time once you become aware of such error. XVI. LIMITED WAIVER OF RIGHTS OF RECOVERY AGAINST OTHERS Subparagraph 5. of Paragraph A. Loss Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person or organization with whom you have a written contract executed priorto the "loss that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. 102093(11-09) Page 8 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XVIL UNINTENTIONAL FAILURE TO PROVIDE ACCURATE AND COMPLETE REPRESENTATIONS Subparagraph 2. of Paragraph B. General Conditions (SECTION lV - BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally conceal or misrepresent a material fact concerning: a. This Coverage Form; b. The covered "auto"; c. Your interest in the covered "auto"; or d. A claim under this Coverage Form. Any unintentional failure by you or any "Insured" ₹o provide accurate and complete representations as of the inception of the policy will not prejudice the coverages afforded by this policy. However, you must report such error or omission to us as soon as practicable after its discovery. XVill. AMENDED BODILY INJURY DEFINITION Paragraph C. of SECTION V — DEFINITIONS is deleted in its entirety and replaced with the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from any of these. All other terms and conditions of the policy remain the same. Authorized Representative 102093 (11-09) Pages of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. Commercial Umbrella Policy Form Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured as defined in Insuring Agreement IV, Definitions. The words "we", "us" and "our" refer to the Company providing this insurance. The word "Insured" means any person or organization qualifying as such in Insuring Agreement IV, Definitions. In consideration of the payment of the premium and in reliance upon the statements in the Declarations we agree with you to provide coverage as follows: Insuring Agreements Coverage We will pay on behalf of the Insured those sums in excess of the Retained Limit that the Insured becomes legally obligated to pay by reason of liability imposed by law or assumed by the Insured under an Insured Contract because of Bodily Injury, Property Damage, Personal Injury or Advertising Injury that takes place during the Policy Period and is caused by an Occurrence happening anywhere in the world. The amount we will pay for damages is limited as described in Insuring Agreement III, Limits of Insurance. If we are prevented by law or statute from paying on behalf of the insured, then we will, where permitted by law or statute, indemnify the Insured for those sums in excess of the Retained Limit. II. Defense A. We shall have the right and duty to defend any claim or Suit seeking damages covered by the terms and conditions of this policy when: 1. The applicable Limits of Insurance of the underlying policies listed in the Schedule of Underlying Insurance and the Limits of Insurance of any other underlying insurance providing coverage to the Insured have been exhausted by payment of claims to which this policy applies; or 2. Damages are sought for Bodily Injury, Property Damage, Personal Injury or Advertising Injury covered by this policy but not covered by any underlying insurance listed in the Schedule of Underlying Insurance or any other underlying insurance providing coverage to the Insured. B. When we assume the defense of any claim or Suit: 1. We will defend any Suit against the Insured seeking damages on account of Bodily Injury, Property Damage, Personal Injury or Advertising Injury even if such Suit is groundless, false or fraudulent, but we have the right to investigate, defend and settle the claim as we deem expedient. 2. We will pay the following, to the extent that they are not included in the underlying policies listed in the Schedule of Underlying Insurance or in any other insurance providing coverage to the Insured: 57697 (10104) Page 1 of 19 3. Misappropriation of advertising ideas or style of doing business; or 4. Infringement of copyright, title or slogan. B. Auto means a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment. But auto does not include mobile equipment. C. Bodily Injury means bodily injury, sickness, disability or disease. Bodily Injury shall also mean menial injury, mental anguish, humiliation, shock or death if directly resulting from bodily injury, sickness, disability or disease. D. Impaired Property means tangible property, other than Your Product or Your Work, that cannot be used or is less useful because: 1. It incorporates Your Product or Your Work that is known or thought to be defective, deficient, inadequate or dangerous; or 2. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by: 1. The repair, replacement, adjustment or removal of Your Product or Your Work; or 2. Your fulfilling the terms of the contract or agreement. E. Insured means each of the following, to the extent set forth: 1. The Named Insured meaning: a. any person or organization listed in Item I of the Declarations, and any company that is your subsidiary as of the effective date of this policy and any company you own or control as of the effective date of this policy. b. any organization newly acquired, controlled or formed by you during the policy period but only: (1) as respects Occurrences taking place after you acquire, take control or form such organization; (2) if such organization is included under the coverage provided by the policies listed in the Schedule of Underlying Insurance; and (3) if you give us prompt notice after you acquire, take control or form such organization. 57697 (10104) Page 4 of 19 We may make an additional premium charge for any additional organizations you acquire, form or take control of during the period of this policy. 2. If you are an individual, you and your spouse, but only with respect to the conduct of a business of which you are the sole owner. 3. If you are a partnership or joint venture, the partners or members and their spouses but only as respects the conduct of your business. No person or organization is an Insured with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. 4. Any person or organization, other than the Named Insured, included as an additional insured in the policies listed in the Schedule of Underlying Insurance but not for broader coverage than is available to such person or organization under such underlying policies. 5. Any of your partners, executive officers, directors, stockholders or employees but only while acting within their duties. However, the coverage granted by this provision 5. does not apply to the ownership, maintenance, use, loading or unloading of any autos, aircraft or watercraft unless such coverage is included under the policies listed in the Schedule of Underlying Insurance and then for no broader coverage than is provided under such underlying policies. 6. Any person, other than one of your employees, or organization while acting as your real estate manager. 7. Any person, organization, trustee or estate to whom you are obligated by a written Insured Contract to provide insurance such as is afforded by this policy but only with respect to: a. liability arising out of operations conducted by you or on your behalf; or b. facilities owned or used by you. 8. Any person (other than your partners, executive officers, directors, stockholders or employees) or organization with respect to any auto owned by you, loaned to you or hired by you or on your behalf and used with your permission. However, the coverage granted by this provision 8. does not apply to any person using an auto while working in a business that sells, services, repairs or parks autos unless you are in that business. P. Insured Contract means any oral or written contract or agreement entered into by you and pertaining to your business under which you assume the tort liability of another party to pay for Bodily Injury, Property Damage, Personal Injury or Advertising Injury to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. 57697 (10104) Page 5 of 19 J. Other Insurance If other valid and collectible insurance applies to a loss that is also covered by this policy, this policy will apply excess of the other insurance. However, this provision will not apply if the other insurance is specifically written to be excess of this policy. K. Premium The first Named Insured designated in Item I of the Declarations shall be responsible for payment of all premiums when due. The premium for this policy shall be computed on the basis set forth in Item 4 of the Declarations. At the beginning of the policy period, you must pay us the Advance Premium shown in Item 4 of the Declarations. When this policy expires or if it is cancelled, we will compute the earned premium for the time this policy was in force. If this policy is subject to audit adjustment, the actual exposure basis will be used to compute the earned premium. If the earned premium is greater than the Advance Premium, you will promptly pay us the difference. If the earned premium is less than the Advance Premium, we will return the difference to you. But in any event we shall retain the Minimum Premium as shown in Item 4 of the Declarations for each twelve months of our policy period. L. Prior Insurance If a loss covered by this policy is also covered in whole or in part under any other excess policy issued to the Insured prior to the effective date of this policy, our Limi₹s of Insurance as stated in Item 3 of the Declarations will be reduced by any amounts due the Insured under such prior insurance. M. Separation of Insureds Except with respect to our Limits of -Insurance -and --any rights or duties specifically assigned to the first Named Insured designated in Item I of the Declarations, this insurance applies: 1. As if each Named Insured were the only Named Insured; and 2. Separately to each Insured against whom claim is made or Suit brought. N. Subrogation If any Insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The Insured must do nothing after loss to impair these rights and must help us enforce them. Any recoveries shall be applied as follows: 1. Any interests, including the Insured, that have paid an amount in excess of our"payment ORO i F! policy WiT be"reim�urseed-fin 2. We then will be reimbursed up to the amount we have paid; and 3. Lastly, any interests, including the Insured, over which our insurance is excess, are entitled to claim the residue. 57697 (10104) Page 18 of 19 WC 00 03 13 [Ed. 04/84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on Inception date of the policy unless a different date Is Indicated below. (The (Bowing "attaching clause" need be completed only when this endorsement Is issued subsequent to preparatfas of the policy). This endorsement, effective 12:01 AM 09/01/2014 forms a part of Policy No. WC 025-07-2519 issued to HI-LiTE AIRFIELD SERVICES, LLC By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named In the Schedule. Schedule ANY ENTITY 1N WHICH THE INSURED 1S REQUIRED TO PROVIDE A WAIVER UNDER A WRITTEN CONTRACT. This form Is not applicable In California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah, or Washington. countersigned by Authorized Representative TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which It Is attached effective on the Inception date of the policy unless a different date is Indicated below. (The following "attaching daase' need be completed only when this endorsement Is issued subcegsont to preparation of the policy). - This endorsement, effective 12:01 AM 09/0112014 forms a part of Policy No. irIC 025-07-2519 Issued to HI-LITE AIRFIELD SERVICES, LLC By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement applies only to the insurance provided by the policy because Texas is shown In item S.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown In the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll In con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC 42 03 04A Countersigned by _ _ _ .. _ _ _ _ _ . _ — _ _ — K - , (Ed. 01100) Author€zed Representative DOCUMENT 00120 - INVITATION TO BID: Invitation to Bid City of Fayetteville, Arkansas Bid 15-45, Construction — FYV Airfield Pavement Marking Rehabilitation Contract Name: FYV Airfield Pavement Marking Rehabilitation City of Fayetteville Bid Number: 15-45 Advertising Dates: 07/10/15, 07/17/15 The City of Fayetteville, AR is accepting seated bids from properly licensed professionals for the construction of the rehabilitation of the FYV airfield pavement markings. The Contract includes, but is not limited to: Installation of approximately 101,000 square feet of reflective pavement markings, approximately 2,650 square feet of non -reflective pavement markings, approximately 15,500 linear feet of crack repair, and approximately 1,000 square feet of pavement marking removal at the Fayetteville — Drake Field Airport. Sealed bids shall be submitted to the City of Fayetteville (City), AR by Tuesdaly. 28.2015 before 2:00 PM, Local Time. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bids shall be received at the following location: City of Fayetteville, AR Purchasing Division Room 306 - City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. A pre -bid conference will not be held. Bid Documents shall be obtained from the City of Fayetteville Purchasing Division electronically, at no cost. No partial sets will be issued. All vendors intending on bidding shall register as a plan holder by notifying Andrea Foren Rennie, Purchasing Agent, via e-mail at aforen@fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. Failure to register as a plan holder can result in your bid being rejected. Sub -Contractors and suppliers are also strongly encouraged to obtain documents directly from the City and get registered as a plan holder. Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with the contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. A State of Arkansas Contractor's License is required for all bid and license shall be valid at the time of bid deadline. City of Fayetteville 00120-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00120 - INVITATION TO BID: (continued) Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, affirmative action requirements, and minimum wage rates. The City reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. "Pursuant to Ark. Cod Annotated 229-203", the City of Fayetteville encourages all qualified small, minority and women services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." CITY OF FAYETTEVILLE, AR By: Andrea Foren Rennie, CPPO, CPPB Title: Purchasing Agent City of Fayetteville 00120-2 Garver Project No. I5041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: ARTICLE 1- INTRODUCTORY INFORMATION 1.01 DEFINED TERMS: A. Terms used in these Instructions to Bidders and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Bid Documents shall include the following: 1. Bidding Requirements: a. Invitation to Bid. b. Instructions to Bidders. c. Bid Form. d. Bid Bond. e. Statement of Bidder's Qualifications f. List of Subcontractors 2. Contract Forms: a. Agreement Between Owner and Contractor. b. Performance Bond. c. Labor and Material Payment Bond. 3. Contract Conditions: a. General Conditions. b. Supplementary Conditions. 4. Specifications. 5. Addenda issued prior to receipt of Bids. C. Certain additional items used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1. Bidder — one who submits a Bid directly to Owner as distinct from a sub - bidder, who submits a Bid to a Bidder. 2. Issuing Office — the office from which the Bid Documents are to be issued and where the bidding procedures are to be administered. 3. Successful Bidder — the lowest, responsible, and responsive Bidder to whom Owner on the basis of Owner's evaluation as hereinafter provided makes an award. 4, Local Time — the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. 1.02 COPIES OF BID DOCUMENTS: A. Complete sets of the Bid Documents in the number and for the purchase sum stated in the Invitation to Bid, may be obtained from the Issuing Office. B. Complete sets of Bid Documents shall be used in preparing Bids; neither Owner, nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. C. Owner and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. City of Fayetteville 00200 — 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 1.03 QUALIFICATION OF BIDDERS: A. Each Bidder shall submit, on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in construction of work similar to that which here is involved, and his organization and equipment available for the work contemplated; and when specifically requested by the Owner, a detailed financial statement. The Owner shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Owner that the Bidder is qualified to carry out properly the terms of the Contract. B. Only those Bids will be considered which are submitted by Bidders who show satisfactory completion of work of type and size comparable to the Work required by these Bid Documents. 1. A list of comparable projects, including pertinent information and identification of the owners, shall be submitted with the Bid. 2. See ARTICLE 5— AWARD OF CONTRACT herein for additional requirements after opening of Bids. C. Bidders shall have a current valid contractor's license from the Arkansas Contractor's License Board at the time of bid and shall provide their license number on the Bid Form. 1.04 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Before submitting a Bid, it is the responsibility of each Bidder: 1. To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including "technical data" referred to below). 2. To visit the Site to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. 3. To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. 5. To promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder, including safety precautions and programs incident thereto or which Bidder deems City of Fayetteville 00200-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. This shall include local shipping facilities and availability of lands if applicable. C. In the preparation of the Contract Documents, neither reports of explorations nor tests of any Hazardous Environmental Condition at the Site of the Work have been prepared. D. Access to the Site: 1. On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of his Bid. Bidder shall fill all holes, clean up, and restore the Site to its former conditions upon completion of such explorations, investigations, tests, and studies. 2. The lands upon which the Work is to be performed, rights -of -way, and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of Materials and Equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 3. Property owners affected by the Work are named on the Drawings where known, but the accuracy of such ownership is not guaranteed. Bidders shall verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. Subsurface Information: I. Subsurface information has not been obtained at, or in the vicinity of, the Site of the Work. F. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph "Examination of Contract Documents and Site," and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1.05 INTERPRETATIONS, MODIFICATIONS, AND ADDENDA:. A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from Engineer. Interpretations or clarifications considered necessary by Engineer in response to such requests will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bid Documents. B. Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner or Engineer. C. Because of the time required to publish and deliver, no Addenda will be issued within the last 7 days before the date of opening Bids. However, an addendum that affects City of Fayetteville 00200-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) the time, date or location of the bid opening may be issued as little as two (2) days before the date of opening bids. D. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. E. Bidder assumes all responsibility for checking the City's website at www.accessfayetteville.org for any updates and addenda issued to this project. Failure to acknowledge addenda issued as instructed could result in rejection of bid. 1.06 PREBID CONFERENCE: A. A pre -bid conference will not be held. 1.07 LABOR -RELATED REGULATIONS: A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified, small, minority, and women business enterprises. ARTICLE 2- BASIS OF BIDDING 2.01 SPECIFIED E UIPMENT AND MATERIALS: A. Substitutions will be considered only after the Effective Date of the Agreement and as set forth in the General Conditions. 2.02 INDIRECT COSTS: A. Taxes: I. All applicable sales, use, compensating, or other taxes to be paid or withheld by Bidder, now imposed by any taxing authority, on Equipment and Materials to be incorporated in the Work, and on any or all other cost items entering into the Contract Price, shall be included in the Bid price. 2. The Bidder shall include all such taxes except those on Equipment and Materials, if any, furnished by Owner or others, or exempted by the state, and Bidder shall furnish taxing authorities any information or reports pertaining thereto as required. B. The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by Owner, shall be included in the Bid price. C. The cost of all royalties and license fees on Equipment and Materials to be furnished and incorporated in the Work shall be included in the Bid price. D. Tests, inspections, and related activities called for throughout the Bid Documents are a responsibility of Contractor unless specified otherwise. The Bid shall include all costs arising from such responsibility. City of Fayetteville 00200-4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) E. The cost of all electrical, water, gas, telephone, sanitary, and similar facilities and services required by Contractor in performing the Work shall be included in the Bid price unless specified otherwise. 2.03 SUBCONTRACTORS: A. No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work. B. The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. C. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom Contractor has reasonable objection. Owner or Engineer may accept or reject Subcontractors in accordance with Paragraph 6.05 of the GENERAL CONDITIONS. 2.04 CONTRACT TIMES: A. The number of days within which, or the dates by which, the Work is to achieve Substantial Completion and also final completion and be ready for final payment shall be as stated in the Agreement. B. Provisions for liquidated damages, if any, are as set forth in the Agreement. ARTICLE 3- BIDDING PROCEDURE 3.01 PREPARATION OF BID: A. One set of bound documents included with the purchased set of drawings and specifications shall be used for the Bid. B. The Bid Forms shall be filled out in detail in black ink and signed by the Bidder. Forms shall not be removed from the bound document. C. There are two unit price schedules. Bidders must submit proposals on both Bid Schedules. Bidders must quote all items within a specific schedule; failure to do so may disqualify the bid. D. Bids by partnerships shall be executed in the partnership name and signed by a partner whose title shall appear under his signature, and the official address of the partnership shall be shown below the signature. E. Bids by corporations shall be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. F. Names of all persons signing shall be printed below their signatures. G. A power of attorney shall accompany the signature of anyone not otherwise authorized to bind the Bidder. City of Fayetteville 00200-5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) H. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. I. The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Form. B. Firm Bids are required. C. Schedule of Unit Prices: 1. The Bidder shall complete the "Schedule of Unit Prices" included in the Bid (and shall accept all fixed Unit Prices listed therein.) 2. When a major item of work is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any adjustment due to an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. A major item of work is defined as any bid item for which the original contract value is more than 10 percent of the total original contract value. 3.03 SUBCONTRACTORS INFORMATION SUBMITTED WITH BID: A. Bidders shall submit to Owner with the Bid, the List of Subcontractors contained in the Project Manual as Document 00430, completed with names of all such Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work for which such identification is required. The list shall be supplemented by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, if requested by Engineer. If, after due investigation, Owner or Engineer has reasonable objection to any proposed Subcontractor, Supplier, or other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. If the apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Subcontractor, Supplier, or other person or organization listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation as provided in Paragraph 6.05 of the General Conditions. 3.04 MANUFACTURERS SUBMITTED WITH BID: Not applicable. City of Fayetteville 00200 —6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 3.05 FORMS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid: 1. DOCUMENT 00300 DISCLOSURE STATMENT 2. DOCUMENT 00400 BID FORM 3. DOCUMENT 00410 BID BOND, or Bid Security as bank cashier's check 4. DOCUMENT 00420 STATEMENT OF BIDDER'S QUALIFICATIONS 5. DOCUMENT 00430, LIST OF SUBCONTRACTORS 3.06 BID SECURITY: A. Each Bid shall be accompanied by Bid security, payable to Owner, of the amount stipulated in the Invitation to Bid. B. The required security shall be in the form of a bank cashier's check or a Bid Bond on the form prescribed by the ALA, Document A3 10, or on similar form attached. Any cashier's check submitted shall be from a financial institution in the State of Arkansas C. Bid Bond shall be executed by a surety meeting the requirements set forth for "Surety Bonds" in the GENERAL CONDITIONS. D. Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required surety Bonds as set forth in the GENERAL CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder fails to execute the Agreement and furnish the surety Bonds within 15 days after the date of Notice of Award, Owner may annul the Notice of Award, and Bid security of that Bidder will be forfeited to Owner. E. The Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after the Effective Date of the Agreement and the required surety Bonds furnished, or the 91st day after the Bid opening. Bid security of other Bidders will be returned within 10 days of the bid opening. 3.07 SUBMISSION OF BID: A. Bids shall be submitted at the time and place designated in the Invitation to Bid. B. Bid Documents with accompanying Bid security and other required information shall be enclosed in an opaque sealed envelope marked with the following: 1. Project name. 2. Bid number. 3. Name and address of Bidder. 4. Contractor's license number (Not required for Federal Aid Projects). C. If the Bid is sent by mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "Sealed Bid Enclosed" on the face thereof. City of Fayetteville 00200.- 7 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 3.08 MODIFICATION OR WITHDRAWAL OF BIDS: A. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. B. If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. ARTICLE 4- OPENING OF BIDS 4.01 OPENING OF BIDS: A. Bids will be opened and (unless obviously non -responsive) read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner may, at his sole discretion, release any Bid and return the Bid security at any time prior to that date. ARTICLE 5- AWARD OF CONTRACT 5.01 OWNER's RIGHT TO REJECT BIDS: A. Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non -responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, times, or changes in the Work and to negotiate Contract terms with the Successful Bidder. (Discrepancies between the multiplication of units of Work and Unit Prices will be resolved in favor of the Unit Prices.) Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. All Bidders must agree that such rejection shall be without liability on the part of the Owner nor shall the Bidders seek recourse of any kind against the Owner because of such rejections. The filing of any Bid shall constitute an agreement of the Bidder to these conditions. City of Fayetteville 00200-8 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) 5.02 EVALUATION OF BIDS: A. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements (and such Alternates, Unit Prices) and other data, as may be requested in the Bid Form or prior to the Notice of Award. Owner must accept Alternates in numerical order. B. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is requested per Paragraph 5.02E of this document. C. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. D. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer, the apparent Successful Bidder, and any other Bidder so requested, shall submit supplemental information including an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, proposed by the Bidder for consideration as specified in ARTICLE 3 paragraph 3.03 above. The use of Subcontractors listed by Bidder (Document 00430) and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. F. Within 10 days after the Bids are opened, the apparent Successful Bidder, and any other Bidder so requested, shall submit an itemized breakdown of any lump sum portion of its Bid. This breakdown must include a separate item for each major category of work and each major piece of equipment. This breakdown may or may not be reflected in subsequent time schedule submittals. G. The award of the Contract, if it is awarded, will be to the lowest, responsive, responsible Bidder, for one of the two Bid Schedules, whose evaluation by Owner indicates to Owner that the award will be in the best interest of Project and Owner. The 5.03 NOTICE OF AWARD: A. After considering the basis of award and evaluation of Bids, if the Contract is to be awarded, Owner shall within 90 days after the date of opening Bids notify the Successful Bidder of acceptance of his Bid (indicating which, if any, Alternate Bids have been accepted). City of Fayetteville 00200-9 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued) ARTICLE 6- SIGNING OF AGREEMENT 6.01 When Owner gives Notice of Award to Successful Bidder, Engineer will issue the required number of unbound, unsigned counterparts of the Agreement and other Contract Documents to Successful Bidder. 6.02 Within 15 days thereafter, Contractor (Successful Bidder) shall sign all copies of the Agreement leaving the dates blank, insert the properly executed Bonds, power of attorney documents, and other required documents in the appropriate places, and deliver all copies to Owner. 6.03 Within 10 days thereafter, Owner will execute all copies of the Agreement and insert the Date of Contract in the Agreement, Bonds, and power of attorney documents. Owner will provide the executed Contract Documents to Engineer for binding and distribution as required. Each duly executed counterpart will be accompanied by a complete set of Drawings with appropriate identification. END OF DOCUMENT 00200 City of Fayetteville 00200— 10 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00300 — DISCLOSURE STATEMENT City of Fayetteville Bid 15-45, FYV Airfield Pavement Marking Rehabilitation Statement of Disclosure I ATTENTION: Please submit this form with your bid. DISCLOSURE STATEMENT: Bidder must disclose any possible conflict of interest with the City of Fayetteville. including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your fin n and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This forth must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM; X l) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID: 1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non - Discrimination requirements and conditions of employment. Theodore Misiewicz, Chief Financial Officer/Treasurer Printed Name r r � Signed city of Fayetteville 00300-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00300 — DISCLOSURE STATEMENT: (continued) Page Intentionally Left Blank City of Fayetteville 00300-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00400 —BID FORM Contract Name: FYV Airfield Pavement Marking Rehabilitation Bid Number 15-45 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Bidder: Hi-Lite Airfield Services, LLC 18249 Hi-Lite Drive PO Box 460 Adams Center, NY 13606 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the foru included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid for one (1) Bid Schedule and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the tenns and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. city of Fayetteville 00400 —1 Garver Project No. 15041212 IYV Airfield Pavement Making Rehabilitation DOCUMENT 00400 —BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number N/A Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. City of Fayetteville 00400 —2 Carver Project No. 15041212 PYV Airfield Pavement Marking Rehabilitation DOCUMENT 00400 —BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations; explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, mid all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. Z. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and famishing the Work for which this Bid is submitted_ K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from City of Fayetteville 00400-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00400 BID FORM (continued) bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. City of Fayetteville 00400-4 Garver Project No. 15041212 PYV Aafield Pavement Marling Rehabilitation DOCUMENT 00400 BID FORM (continued) ARTICLE 4- BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): UNIT PRICES - SCHEDULE I (1)AYi IME RUNWAY CLOSURES; I)AYTIMH TAXIWAY CI.OStJRH5 ITEM SPEC. ESTIMATED NO. REPIiRENCE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 SS -120-3.1 Site Preparation I.5 1 9& o co ffi 7 2io.00 2 SS-130-5.la Joint and Crack Repair (Greater than 112 -in Vilidth) L. 500 3 SS -130-5.1b Joint and Cram Repair LF 15,000 tt 3 less than 1/2 in Width 4 P -62E)-5.70 Runway and Taxi%aPainting SH• 101,(HK) S sv 5353o Yo• co IZellcetive - 5 P -620-5.1b Runway and Taxiway Painting SF 2,650 © , t`_ a` Non -Reflective 6 P-620-5.2 Pavement Marking Removal Sr 1,000 L( )3 ' . D80 •� Total Bid — Schedule I RT , S UNIT PRICES — SCHEDULE II GHTTIME RUNWAY CLOSURES; DAYTIME TAXIWAY CLOSURES I'I'HM: SPEC. I S'I'IMATED NO. RHF'HRHNCH DESCRIPTION IJNIT QUANTITY IINIT PRJCH TOTAI. 1 SS -120-3.1 Site Preparation LS 1 7, S11o. 6 7 te- 2 Joint and Crack Repair Joint SS -130-5.1 a LF 500 q (Greatcar than 112 -in Width) 3 .SS -1 %.)-5.1b Joint and Crack Repair Li 15,000 � Lcssthan 1/z -in Width .35 4 Runway and Taxiway Painting P -620-5.1a SF 101,000 0. 5� S i�0 Leflective) . 5 Runway and Taxiway Painting P -b20-5.1 b 2,b 50t S 1 `9 in Reflective i 6 P-620-5.2 Pavement Marking Removal SF' 1,00E) a•O(� O'D& j Total Bid -- Schedule II Note: As part of the City's evaluation of Bids, an assessment of each Bid Schedule will be performed and the City will award the contract based upon the total bid for only one Bid Schedule. City of Fayetteville 00400-5 Carver Project No. 15041212 I:YV Airfield Pavement Marking Rehabilitation DOCUMENT 00400 BID FORM (continued) ARTICLE 5- CONTRACT TIMES 5.01 Biddcr agrees that the Work will be substantially completed and completed and read} for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents arc attached to and made a condition of this Bid: A. Required Bid security ininythe form of a bank cashier's chock or a Bid Bond and in the amount oft csp /tzr` 3 CenfSbollars ($ 43 B. A Statement of Bidder's Qualifications C. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 -- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Tim Hurtibus Hi-Lite Airfield Services, LLC PO Box 460, Adams Center, NY13606 Phone No. (315) 583-6111 x241 FAX No. (315) 583-5807 City of Fayetteville 00400 —6 Garver Project No. 15041212 1°YV Airfield Pavement Marking Rehabilitation DOCUMENT 00400 —BID FORM (continued) ARTICLE 8- TERMINOLOGY 8.01 The tc rms used in this Bid which arc defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED onTulsr 28 2015. Arkansas State Contractor License No. 012502O416 If Bidder is: An Individual Name (type or printed): By (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: City of Fayetteville 00400-7 Garver Project No. 15041212 FYV Airfield Pavement Marling Rehabilitation DOCUMENT 00400 —BID FORM (continued) A Corporation or LLC Corporation Namnc: Hi-Lite Airfield Services. LLC (SEAL) State of Incorporation: State of Texas Type (General Business, Professional, Service, Limited Liability): Limited r evidence of authority to sign) Name (type or printed): Theodore Misiewicz Title: Chief Financial Officer/Treasurer (CORPORATE SEAL) Attest: (Signature of rporate Secretary) Business address: 18249 Hi-Lite Drive Adams Center, NY 13606 Phone No.: (315) 583-6111 FAX No.: (315) 583-5807 END OF DOCUMENT 00400 City of Fayetteville 00400-8 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Ea. -Lice Airfield Services, LLC 18249 Hi-Lite Drive Adams Center, NY 13606 as Principal, hereinafter called the Principal, and Allied World Specialty Insurance Company 30 S. 17th Street, Suite 810 Philadelphia, PA 19103 a corporation duly organized under the laws of the State of Arkansas as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of The Total Amount Bid Dollars ($ 57 J. for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. Principal has submitted a Bid for FYV AIRFIELD PAVEMENT MARKING REHAB ILIATATION. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract City of Fayetteville 00410-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00410 — BID BOND (continued) with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled thus 28th day ofJu1Y 20 15. PRINCIPAL Iii —Lice Air ield Services, LLC B� ATTORNEY„ IN -FACT )mpany (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 (CORPORATE SEAL) •Q SEAL SEAL to 2013 (CORPORATE SEAL) City of Fayetteville 00410-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation ,ors e"k ,. tEIRp�EftQ frL.3+ i8a �X 3:f-n�AdX pw'� Lys k }f rtt.+3 0'C#Fig ;zLUPi!:.-.:i.JED l RLC S'ECIALTY th e 8 Philadel 19� a p,� jrP � 'OI OF ATT R �E COM A • j tT) 1ue Rafe: 1 20a= �4 p�� g ?b urn ��,j .c: a v.�iKz zna �� le Trap 000 �� ₹w - ffi E :�S: • N -z ':6 Fex�'w. 4. .mE: KNOW At.L MEN T[�ESE PIJE :ode Company a D aw corp lion (the "C y oes hereby appoint �: R £e'Nb s5 t-Ki, fE, �L wig: _��^; r # x�`% '4 p Allied Wodd Sie91a1tv Isuraii& 0?'s. s Hex -Sam : t �$1 E a• S . '.: E(s): �� �r fi ,et'a:a, R - zeE, E Q eq mR ri>' 8q .s nick Ffl s ?fUl: Wet .fin oes U � �FATI+ Its true and lawful Attorney(s)-in-Fact, with full authority to execute on it JN i a Su' ` d i" 1 > behalf bonds, undertakings, recognizances and other contacts of indemnity d writings obl' e n thereof, tit u its basin I tD ' . the man hi . „tfamey 5h P Y 11 force m th S rented i e of busy -, of ` 'RESOLVED, thatihe signatures and attestations of such officers and the seal of the Company maybe affixed to any such Power of Attorney orth any certificate relating thereto csimile, of mey or h ile sna i I s e valid a . ' C . " y when ect to a ki` } noe a f € wrRng f 'RESOLVED, that the facsimile or mechanically reproduced signature of the Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a copy of any Power of Attorney of the Company, with signatures affixed as next above noted, shall be valid and binding upon the Company with the same force and effect as though LVED, ` u act delfv` that the o i in adi rti lion the said date to be not later than the date of delivery thereof by such Attorney -in -Fact' SUR 00007 00 1112012 . .;'::: : :�s:'H >�ri.n'%ti`? .aL,T.tf` :2₹fi3x �N� i�tx' `A:Y6 S... :. wrin .�'�'atz�;x�:-.. ALLIED WORLD SPECIALTY INSURANCE COMPANY - NAIC # 16624 CONDENSED STATUTORY BASIS FINANCIAL STATEMENT ADMITTED ASSETS BONDS COMMON STOCKS INVESTMENT IN SUBSIDIARIES CASH & SHORT TERM INVESTEMENTS AGENTS BALANCES OR UNCOLLECTED PREMIUMS OTHER ASSETS TOTAL ASSETS LIABILITIES RESERVE FOR LOSSES RESERVE FOR LOSS ADJUSTMENT EXPENSES RESERVE FOR UNEARNED PREMIUMS ALL OTHER LIABILITIES TOTAL LIABILITIES CAPITAL AND SURPLUS SPECIAL SURPLUS FUNDS CAPITAL STOCK CAPITAL IN EXCESS OF PAR VALUE UNASSIGNED SURPLUS TOTAL CAPITAL AND SURPLUS TOTAL 3,500,000 183,188,330 210,707,180 AS OF DECEMBER 31, 2014 276,546,621 67,347,771 115,895,530 97,657,723 92,082,199 102,480,016 $ 752,009,860 139,232,483 51,819,011 60,624,589 102,938,267 354,614,350 397,395,51O $ 752,009,860 In the state of New York, county of New York, Robert Larson �'"! personally appeared before the undersigned who being duty sworn, deposes and sayIt at he is the Vice President and Treasurer of Darwin National Assurance Company and that the foregoing(atement is correct and true. NOTARY Sworn to and Subscribe'd-bt4 re Me this day of April, 2015 rim �� •`j ' a My Commission Expires V�..f""�G Signature ,.��f �, p' MURZENALEIRIG ItV PublIc, Stats011** Ouaftlled In Commission Queens Comrne i►�01� SECTION 00420 - STATEMENT OF BIDDER'S qUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. Hi-Lite Airfield Services, LLC 2. Permanent main office address. 18249 Hi-Lite Drive, Adams Center, NY 13606 3. When organized. December, 2013 4. If a corporation, where incorporated. State of Texas 5. How many years have been engaged in the contracting business under your present firm or trade name? Under present name and formerly under Hi-Lite Markings, Inc.: 25 years 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion). See attached 7. General character of work performed by your company. Pavement Markings, Markings Removal, Rubber Removal, Sealcoat:ing, Crack & Joint Sealing, Friction Testing, Airfield Marking Assessment 8. Have you ever failed to complete any work awarded to you? No 9. Have you ever defaulted on a Contract? No If so, where and why? 10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board? No 11. If so, where and why? 12. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. See attached 13. List your major equipment available for this Contract. See attached 14. Experience in construction work similar in importance to this project. See attached 15. Background and experience of the principal members of your organization, including the officers. See attached 16. Credit available: $ 3.5M 17. Give Bank reference: NBT Bank, Attn: Robert Markowski .120 Madison Street Syracuse, NY 13202, Phone: (315) 475-7550 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? Yes City of Fayetteville 00420 —1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 00420 - STATEMENT OF BIDDER'S QUALIFICATIONS (continued) 19. The undersigned hereby authorizes and requests any person, firm, or corporation to finish 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 _Adams dams Center. NY this 28th day of July , 201,&,. Hi-Lite Airfield Services, LLC (Name ofBi er) By Theodore M siewi Title Chief Financi. Officer/Treasurer STATE OF NEW YORK ) ) SS COUNTYOF JEFFERSON ) Theodore Misiewicz being duly sworn deposes and says that he is (Printed Name) Chief Financial Officer/Treasurer o f Hi-Lite Airfield Services, LLC (Title) (Naive of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED AND SWORN TO BEFORE ME this 28th dad of _ July ,2OJ . (Notary Public) My Commission Expires: June 30, 2018 City of Fayetteville FYV Airfield Pavement Marking Rehabilitation Notary Public, State of New York No. 01 HA5061100 Qualified in Jefferson County 00420-2 Carver Project No. 15041212 HI-LITE AIRFIELD SERVICES, LLC July 28, 2015 City of Fayetteville, Arkansas Purchasing Division - Room 306 113 W. Mountain Fayetteville, AR 72701 Re: Bid 15-45, Construction - FYV Airfield Pavement Marking Rehabilitation The following vehicles I equipment are owned by Hi-Lite and will be available for use on the above referenced contract. Vehicle Description Yr. Vehicle ID# Plate # Water Blaster Freightliner Tractor 06 1FUJAWCG76LW 12046 NY- 43207PA Transcraft Trailer - Water Blaster 02 1TTE4820021064083 NY- AE88164 Water Blaster Int'l 97 1HSRUAHR9VH430677 NY- 39806PA Transcraft Trailer — Water Blaster 04 1TTE4820441074161 NY — 3524B9 Water Blaster Freightliner Tractor 07 1FUJAWCG37LY34262 NY — 87760PA Schwarze A9000 Sweeper 04 49HAADBV94DM8S802 NY — 29571 SC Schwarze A9001 Sweeper 04 49HAADBV04DM88803 NY—11892SC Ryder Stake Rack 6 wheeler 00 1HTSCAAM1YH275191 NY- 27277JH Volvo Airport Paint Truck 02 4V2GC6UE53N348707 NY - 54535PA Volvo Airport Paint Truck 97 4VEZAKFDOVRY76697 NY-7116PA Ryder Box Van 00 1HTSCAAM 1 YH275190 NY- 173713B Ryder Box Van 15' 98 1FDWE37LSWHB92237 NY- 68346JP Ryder Stake Rack 6 wheeler 00 IHTSDAAN71H3S09S5 NY- 29959PA Sterling L7500 & Entyre Distributor 05 2FZAASDC85AN69159 NY- 71881PA Freightliner — Ryder Tractor 05 1 FUJA6CK65DU85156 NY — 65254PA Trans -- Trailer (18 wheeler) 05 1 TTE4820551075434 NY — 1615BO Freightliner — Ryder Tractor 06 1 FUJA6CK26LW23072 NY — 73698A Crafco SS250 Diesel Melter 91 1C9SA122741418401 Crafco Crack Sealer, 200 gal Crafco Self -Propelled Router Graco Linelazer Hand Stripers 18249 rive Adams Center, I NY 13-Lite 3606'H I. LITE'COM F 315 5835807 HI-LITE AIRFIELD SERVICES, LLC July 28, 2015 City of Fayetteville, Arkansas Purchasing Division - Room 306 113 W. Mountain Fayetteville, AR 72701 Re: Bid 15-45, Construction - FYV Airfield Pavement Marking Rehabilitation The following are key personnel and office staff. • John S. McNeely, President/CEO • Richard C. McNeely III, Executive Vice President • Kelly Spinner, Vice President Finance/Secretary • Theodore Misiewicz, Chief Financial Officer/Treasurer • Richard McNeely W, Vice President/Safety • Joel D Rarick, Vice President/Project Management • Carol Urbanowicz, Director of Human Resources • Angela Holliday, Diversity Manager • Chris Miller, Chief Operations Officer • Scott Call, Director of Operations • Mike VanWormer, Project Engineer • Tanya Whitney, Purchasing Manager • Ben Ives, General Superintendent • Jason Kellar, Project Manager • Candace Swanson, Project Manager • Jeff Strife, Project Supervisor • Tony LaBrake, Project Supervisor • Ron Juby, Project Supervisor • Kory Pearson, Project Supervisor • Kurt Pearson, Project Supervisor • Brian Reitz, Project Supervisor/Waterblaster Technician • David Jones, Foreman • Evan Thomas, Foreman All personnel listed above have five years or more experience. P315.583.6111 18249 -Lite Drive Adams Center,INY 13606 W!lA1'HI_iLITE'COM F 315.583 5807 Hi-Lite Airfield Services, LLC 18249 Hi-Lite Drive Adams Center, NY 13606 Est Completion Contractor Date Alamo City Constructors American Infrastructure - MD, Inc. Anthony Allega Cement Contractor APAC Texas Inc. Archer Western Contractors - FL Austin Bridge and Road Barrett Paving Materials, Inc. Bell Contracting, Inc. Bothar Construction Chasco Constructors Curan Contracting Divane Brothers Electric Co. Divine Imaging, Inc. Environmental Chem Corp (ECC) Flynn Company, Inc. Fortis Networks, Inc. Gee Asphalt Systems, Inc_ George & Lynch, Inc. George & Lynch, Inc. George & Lynch, Inc. George & Lynch, Inc. George & Lynch, Inc. GLF Construction Corp. GSC Atlanta, Inc. GSC/Precision 2K, AJV Halifax Paving, Inc. H.L. Pruitt, Inc. IOC Company, LLC Jones Bros. Enterprises, Inc. Jones Bros. Enterprises, Inc. Jordan Foster Construction K -Five Construction Kirila Contractors, Inc. Lehman Construction Co. Lone Wolf Construction Manhattan Construction Markowski Excavating, Inc. McCarthy Improvement Miller Bros. Construction Inc. 07/17/15 Miller Bros. Construction Inc. 11/14/15 Sealcoating, Inc. Texas Sterling Construction TMG Construction Corp. UCC Corp 08/31/15 Walsh Construction 10/31/15 12/31/15 09/30/15 06/30/15 04/13/15 06/30/15 11/28/15 12/31/15 Summer 03/31/15 09/25/15 09/30/15 12/11/15 11/06/15 05/31/15 04/28/15 04/30/15 04/30/15 04/30/15 10/01/15 10/01/15 07/03/15 03/30/15 05/30/14 06/30/15 08/28/15 Walsh Construction Welsh Companies Contracts On -hand Airfield Maintenance RW 15R -33L Pavement Rehab Rehabilitate Runway 18-36 CSJ 1409TSTCW Project 213063 RW 13-31 Reconstruct RW 28 Extension Keel & Non -Keel Section Rehab TW A Ph IV ABIA- Taxiway A Extension RW 15 End, Apron Light Base Pavt Markings Rubber Removal Maintenance Apron Reconstruct 13/31, Ph 1 RW Painting TW Surface Sealing & Repair DO#0022 DO#0024 DO#0027 DO#0028 DO#0024 Spaceport TW & Apron FC-6902 Replace TW FC-7757 2015 Airfield Repairs TW A Pavt Rehab Cedar Key RW 13-31 Safety Area Tinker AFB Sim Carrier Deck CSJ 1414SANMR RW 4L 22R Rehab Midfield TW & Airfield RW 12-30/TW B Airfield Markings RW 6-24 Marking RSA Improvements Apron Rehab TW B - Phase 1 TW B - Phase 2 Airfield Prep & Paint Runway Rehab 14-32 Taxiway S 2015 Airfield Repairs Taxiway K&L Taxiway LL Late Summer RW 11-29 RSA Airport Contract Value Randolph AFB $ 283,002 Baltimore/Washington Int'l $ 258,387 Myrtle Beach Intl S 101,750 Texas State Tech College -Waco $ 24,093 Fort Lauderdale -Hollywood $ 323,937 Dallas Executive Airport $ 45,254 Watertown International $ 218,750 Tinker AFB $ 38,500 Harrisburg Intl $ 67,205 Austin -Bergstrom Int'l $ 124,564 Castroville Municipal $ 28,929 Chicago O'Hare $ 7,820 NAS Fort Worth $ 77,500 Laughlin AFB, TX $ 76,106 Des Moines Airport $ 144,212 Andrews AFB, MD $ 21,591 Oscoda-Wurtsmith $ 67,865 Dover AFB, DE $ 40,150 Dover AFB, DE $ 8,119 Dover AFB, DE $ 2,071 Dover AFB, DE $ 6,796 Dover AFB, DE $ 104,193 Cecil Airfield $ 26,485 Hartsfield-Jackson Atlanta $ 4,139,484 Hartsfield-Jackson Atlanta $ 143,060 St. Augustine - Northwest FL Reg $ 101,130 George T. Lewis Airport $ 95,344 McAllen Miller Int'l $ 217,546 Tinker AFB $ 120,356 New Orleans JRB/Belle Chasse $ 22,932 San Marcos Municipal $ 71,045 Chicago Midway Intl $ 406,598 Youngstown -Warren Regional $ 112,040 Jefferson City Memorial $ 154,531 Bay City Municipal $ 56,585 Southwest Florida In₹'l $ 409,350 Rutland Southern Vermont $ 129,764 Augusta Regional $ 52,495 Toledo Express Airport $ 78,145 Toledo Express Airport $ 55,995 Worcester Regional $ 135,872 Stinson Municipal Airport $ 107,475 Joint Base Andrews $ 47,238 Buffalo -Niagara $ 22,600 Chicago O'Hare $ 127,427 Chicago O'Hare $ 824,041 Merritt Island Airport $ 139,454 Page 1 of 2 Hi-Lite Airfield Services, LLC 18249 Hi-Lite Drive Adams Center, NY 13606 Est Completion Contractor Date Zoladz Construction Co., Inc. Zoladz Construction Co., Inc. City of Austin City of Cleveland City of Cleveland City of New Orleans City of Portland, Maine County of Jefferson, NY Dallas -Fort Worth Int'l Airport Fort Drum Jones Bros. Construction Laughlin AFB (47 CONS/LGCB) Maryland Aviation Adm Oneida County Dept. of Aviation Air Auth of Co of Scotts Bluff Cedar Rapids Airport Commission Charlottesville -Albemarle Air Auth City of McAllen City of Presque Isle Greater Orlando Aviation Auth Illinois DOT - Greater Beardstown Killeen -Fort Hood Regional Lee County Port Authority Massachusetts Port Authority Michigan DOT - Aeronautics Port of Oakland St. Augustine -St. Johns Co Air Auth Village of Baldwin Whiteside County Airport City of Cleveland Dallas -Fort Worth Intl Airport Boar Metropolitan Washington Airport A Port Authority of NY & NJ Port Authority of NY & NJ Port Authority of NY & NJ Port Authority of NY & NJ Port Authority of NY & NJ Port of Oakland Contracts On -hand TW Rehab Ph 2 TW E Rehab 12/06/15 Remove/Remark 03/11/15 745-12 Rubber/Paint Removal 08/03/15 39-11 Paint/Paint Removal 02/18/15 8910-01361, Maintenance 07/30/15 Pavement Marking Svcs 04/30/16 Runway and Taxiway Painting 04/14/15 Striping and Painting Services 06/30/15 Traffic Control Painting 12/31/17 IDIQ Services Contract 05/31/15 Painting and Removal 10/31/15 MAA-MC-1-016 03/31/16 Bid Ref 1545 Spring 2015 Seal Coat RWs and TWs Airfield Marking Improvement Airfield Markings Airfield Markings Summer Airport Pavt Markings TWB&C 09/30/15 Remark RW Rubber Removal and Remark Airfield Markings 07/01/15 AirMark Signs Statewide Airport Remarking 12/31/15 Friction Testing RW 13-31 Rehab 08/31/15 Remark RW and TW Remark RWs 7/25 & 18/36 03/11/16 745-I2 Rubber/Paint Removal 01/14/15 Rubber and Paint Removal 09/25/14 1-12-C218, Rubber/Paint Rem< 09/11/15 Rubber Removal 09/11/15 Rubber Removal 09/11/15 Rubber Removal 09/11/15 Rubber Removal 09/11/15 Rubber Removal 06/30/16 Rubber Removal Lakes Regional o County Airport Bergstrom Int'l md-Hopkins Intl Cleveland -Hopkins Intl Louis Armstrong New Orleans Portland International Jetport Watertown International Dallas -Fort Worth Intl Fort Drum New Orleans JRB Laughlin AFB Thurgood Griffiss International Western Nebraska Regional Eastern Iowa Airport Charlottesville -Albemarle McAllen -Miller International Northern Maine Regional Orlando International r Beardstown Airport i-Fort Hood vest Florida International Oakland International Airport Northeast Florida Regional Baldwin Municipal Whiteside County Airport Cleveland -Hopkins Intl Dallas Fort Worth International Washington Dulles JFK Airport Newark Airport Teterboro Airport Stewart Airport LaGuardia Airport Oakland International Airport Contract Value 11,898 7,800 50,000 700,000 141,605 150,000 38,456 221,403 350,277 100,500 50,000 132,252 120,000 112,212 63,597 78,435 13,654 425,075 340,913 45,964 37,935 27,941 162,058 367,244 64,000 135,920 6,887 35,045 28,000 355,368 92,076 75,974 20,150 29,114 167,750 Page 2 of 2 Hi-Lite Airfield Services, LLC Contracts Completed Year to Date 18249 Hi-Lite Drive Adams Center, NY 13606 Contractor Project Ace Co. Ace Co. Archer Western Contractors Benise-Dowling & Assoc, Inc. BGCO, Inc. Community Asphalt Corp Cone & Graham, Inc. David Nelson Construction Co. Ennis -Flint Ernest P. Breaux Electrial Foremost Paving, Inc. Fortis Networks, Inc. George & Lynch, Inc. Hi -Way Paving, Inc. Hi -Way Paving, Inc. H.L. Pruitt, Inc. Interstate Sealant & Concrete, inc. K -Five Construction McCarthy Improvement O'Connell Electric Co. P. Flanigan & Sons, Inc. P. Flanigan & Sons, Inc. P. Flanigan & Sons, Inc. Ramming Paving Remac, Inc. Remac, Inc. Remac, Inc. Remac, Inc. Triangle Grading & Paving, Inc. Ace Co. County of Jefferson, NY Oneida County Dept. of Aviation Boca Raton Airport Auth Burlington International Airport Charlotte County Airport Auth Charlotte County Airport Auth City of Headland City of Naples City of Pensacola City of Tallahassee Elizabeth City USCG Huntsville International Airport Lee County Port Authority Lee County Port Authority Lee County Mosquito Control Dist. Martin County Airport Monroe County Board of Comm Rubber Removal Restripe North Deicing Facility Gate Markings Apron Rejuvention Runway 12-30 Rehab Taxiway J Bridge Reconstruct RW IL-I9R & TW Rehab Sign Remove/Replace Demo RW 4L/22R Threshold TW B & West GA Ramp RW Painting DO#0026 Runway 13-31 West Taxiway T3 Herlong Recreational RW Improvements Rwy 13C/31C Rehab Overlay RW 9-27, TW Electrical Vault Relocation Task 28 - TW F,G,R Task 28, Part 3 RSA Imp. Task 37 - Cargo Ramp F4 Runway Markings Rejuvenation, Markings Markings, Cleaning Markings, Cleaning Markings Runway 5 IDIQ Rubber Removal & Pain Runway and Taxiway Painting Bid Ref 1545 Rubber Removal & Paint Friction Testing TW, HB, RW C/L Shift & Repaint RW 15-33 RW 9-27 Marking Restriping C/L Airfield Markings Surf Prep/Painting Rubber Removal & Paint Airfield Markings Friction Testing TW Markings Airfield Markings Airfield Markings Airfield Markings Page 1 of 2 Kingsville NAS & Orange Grove NOLF Cabiness/NAS Corpus Hartsfield-Jackson Atlanta Hartsfield-Jackson Atlanta Fernandina Beach Municipal Miami Intl Tampa International Tampa International Buffalo -Niagara Baton Rouge Metro Brownsville/S. Padre Intl,, TX Andrews AFB, MD Dover AFB, DE Nashville Intl Nashville Int'l ►ng Recreational Airport ce Field vay International nwood County Airport °a -Corning Regional Aiport nore/Washington Int'l nore/Washington Int'1 nore/Washington Inf1 Braunfels Regional s Brown Field erson Field Airport Coastal Carolina Berkeley County Airport NAS Kingsville and Orange Watertown International Griffiss International Boca Raton Burlington International Punta Gorda Punta Gorda Headland Municipal Airport Naples Municipal Pensacola Intl Airport Tallahassee Regional Elizabeth City USCG Huntsville International Southwest Florida Page Field Buckingham Field Martin County Airport Florida Keys -Marathon Contract Value 86,750 32,691 108,708 51,425 17,500 93,518 385,580 169,428 9,500 286,938 157,101 9,083 8,700 132,751 40,000 26,221 19,980 3,107 96,344 35,555 16,250 32,857 3,500 136,575 18,080 12,160 31,890 56,945 20,225 34,737 6,500 10,272 52,341 29,776 9,454 259,530 76,342 297,971 20,000 36,549 40,544 500 12,320 Hi-Lite Airfield Services, LLC Contracts Completed Year to Date 18249 Hi-Lite Drive Adams Center, NY 13606 Contractor Monroe County Board of Comm Rubber Removal & Paint Monroe County Board of Comm Edge Line Remark Monroe County Board of Comm Airfield Markings Muskegon County Remakr TW & RW C/L Northeast Ohio Regional Airport Repaint RW 9-27 Okeechobee County Clean and Remark Roanoke Regional Airport Commiss Sealcoat TW A, E, G and Blast Savannah Airport Commission Remove/Replace AirMark Chennault International Rubber Removal City of Charlotte Rubber Removal City of Lubbock Rubber Removal City of Midland Rubber Removal ,Dakota Hawk Construction, Inc. R4 Rubber Removal Danel Designs Paint Removal Hillsborough County Aviation Auth Rubber and Paint Removal Lee County Port Auth TWA Surf Prp Maryland Aviation Adm. Paint Removal Metropolitan Nashville Air Auth Paint Removal Airport Contract Value Key West International $ 42,804 Key West International $ 27,000 Florida Keys -Marathon $ 8,478 Muskegon County Airport $ 17,251 Northeast Ohio Regional $ 16,950 Okeechobee Airport $ 71,993 Roanoke -Blacksburg Regional $ 44,274 Savannah International $ 35,500 Chennault International $ 14,400 Charlotte -Douglas Intl $ 24,500 Lubbock International $ 22,400 Midland International $ 24,600 Meridian NAS $ 12,000 Ocean City Muni $ 22,200 Tampa International $ - Southwest Florida Internationa $ 35,273 BWI Thurgood Marshall $ 27,200 Nashville International $ 2,500 Page 2 of 2 IFLIteAirfield Services, LLC 8249 Hi.Lfte Drfre Aetna Center, NY 73808 Major PrC$ is Peat 3•Yeara P/op01 Damarxa^G CA4lNncAndrl41 Work ParfomMd Oamarll3C Phone CrnVmd 14v or Projen lgnmpsr Pfwna Proicat en9in.er Phorm 6A+ Phone C4111Mdf GSC AOerlta, tort, 4Ho plyld4md DrFve. DeMega F"472 Mold MerklnQa le0seld at Aanou„e Pp Dow Pant GA3Q2W NenalklydJ9vkaon Atlanta intonational 177x}487.2360 S 2.8451.480.0x Sub KothAsselln Zack Teybr 12JO4r13 Ddaa7Fon WaM Ines /torpor, 3122 East 3IXh Cardrael W. 7005677, Airfield MarMng Street, P.O. Bed 619420 9orlplrrp eM Pa" Seev01 G InotFort 1972] 9734659 $ 7,29B,S25.00 Prima a3B4na WMh IMsmatlwat Airport, Oellms, TX VUVIsh oanelrudidvrerrau Al. P.Q. Box 6622$ WCCITatrdl JV Protect 211088; Pertrloyr Cllicapp, IL 60088 16c-28CrComrprajeq at Quoins lnrl (77a1801.B407 a 1,22M t3,937 Sub Mark Fournier {772}001-n407 07l13p 1 Project 09-03, Roaway lac -20c eluegraaa Pa 1.h i o. P.O. Box667. Floranca, Rohabdielion and Aaeoolated LlphSnB end 41 322 eiglApm. Cincirn alilftorlhsn Karaudry 899 372.9070 [ 1Massey $ 7,089,667.57 Sub Tom [899} 3724p75 Dare fdimsel {969] 372-0(175 O8%0111 InInsrn5o Hebron KY 3911; Labor end Matedele nacesmryfe( City of Cleveland, 001 LdreeNa Ave, Room PaIFAire and Paint Rernoval am 59adaR'y8, 128, DMslon of Purdmsirrp88r4plle Rurrme a and O6mr Paved 0udaoq [219}1704-x674 5 1,[331,800.00 PfiaO Jai 13v/atlyk (210) 255-6187 Paul Jiro (256) 2Mr6p80 66/27151 Cleveland llx�irs 6119 Airport, OH 89.11; Labor and Malarasa naceasaryfor CK7 of Ckrvalandl 601 LallaWdo AYB, Room P 01 and Pant Renrovul an Rosdom n, 929, Divielon d Puchaenq&&rpple i y3. and Oliver Pared Surre , (216)864.2874 i 1,099,600"00 Prime Jrlck Se�edyk 1216) 265-6161 Paul Jiro {2161295.8080 /76127112 Cleveland Napkins 0171 Airport OH 39-11; Labor and LlarurWs r aoeneary for C$yd Cboslo rl, 601 Lakeside Ave, Room Pahang and Palm Removal on Rc9Aeaye, 128, DM0100 of PundlaoY1SSuppiee 50110900 and Other Pared So.face, 216)664-3674 9 7,631.000"00 Prime tad[Swedyk 5276] 266.6161 Praul.ire (218)2666090 00041134113 Cleveand Hvpkinrr WEArporl, OR E10041; Roomy Irx nlnontot Hlgflway Cmsy o, P.Q.8vx4356, PeVeffl r1. Relmb and ADG V 7185 Saud) TumOS WaY rmprOyelrwrta, Derwin Lai Airport, Darwin, 306 790/160 { ) 32h : 82.7245 3su 053 1n 1 CO OSCRreclsian 20x0. AJV, 4W Olv7dend Drava. FC 3; Hart46ald MTCE Fv sd, Paachaea Ci GA 36269 H64 Md addonAflaMe { _ S 888,720.90 Sot 07156711 National NoBvo American S7wni (NNAC IrtC,1, AFB001701R Perform Almere (3pg1240-8757 i 058,101.00 S� Prrlan I2ovM M {2541213.1024 0012c513 1 S Me RGAAF FOn N024G0.12-C-6348, Forrast Sherman Prefd 506C 60011w. Corp", P.O, 030 1797, [3ul(pon, MS 99502 R4kr Pirate AJdwk1$iripkrg, Rubber 54600096 Silo Repairs, NAG Pensacola, ( 1244-01oo a 985,915.57 Priem Tim F10MS A Prabla J. 7217&12 FL County d kilwarkee, s36x & Nowell Ave., FARurmay Omlace Painted Holding Milwaukee, VA 53207 POsinon Stem et General MibdMIl M1t4 (414) 7475535 $ 759,261.70 PrOne Tim 1(3351414) 747.6716 0&17110 6s bee WI Hwi6'iood Prix Asps[ Maa�{l A4nh, NBW Orleans 7070084, Paremera aid hmd`krp Ludtefmnt Airport- 6514 Spanish Fat Bled �naolt Ilon 3o at Lakafnem $ 740,248"32 Pdrrw Tna VWlaon, PE, DRS 220)030-2051 Tlm Gaines, tgt8 Pbone— 1226) 9225777 09/21712 10500 L a SoAI Jsmey Team Allmon*. F.D- 8wr 951, Surface Pouted Hold 1100 and Enhanced Hammonton, T Of1037-0365 Canlariroo Mrklrip at AJlar1e City l�I (Hoe] 966-0669 S 759,225.00 Prins: 09/14153 AkponR A69rnp Coy New Jraey C6y d Austin. FwMr7dat & Admtn Silo Dept. NA530600042, /311014 Moddrml Rom P"Q" Box 7000 and RsnpPL?a0 of Rwtln'Bar 01rcm 1011 (512)974-9141 $ 366,526.00 Prime ChAe Cater (612) 63D8352 12/07/12 Snots dTanet9as, Dept d TrrlslAanMaubos TAD 99.555-1215-04, Rmrwey wio Div, P.O. Brnr 57328 T9mM Y Ramad4rig Prognun all 13 Ahports S 692,748.96 Prime 08/17791 Emat Te_nessea minor. AP, Owoualort kia, 0155 -Wool Norge P)1L-5397.14; Rahabililellan of RurrusyOL- Plka, rood, 11.106012 275 5-Comneclpr TmYsxbra at Philada�N. (866)227-2030 7 &12.010.00 Gob 33122/12 ImerMtlortat Airport, PIllldade"st PA Maher 9raairn Conetrudbn, L. 4343 AnchorI§6)56113.213063, FLL Aipon Rtawesy Plaza Parkway, Satre 556 W027L Concrete Psvlrm, Fort Lauderdale, (813) 040.7600 S 903.492.90 Sub Jmdn Cooper 1054)350-0065 26107102 I of 13 HILite Airfield ServMCeE, LLC 18249 HI-Ltts Oliva Adams Center, NY 93806 Major Projects Past S -Years Protect OwnedOC ChwTcdBon of Work fort P4rnrd vr DwnJGC Phone COnhmtt sub a Project Mnnaprr P50111 PrO)apt Englnarr w a nerens Pho Su Dates Arc Paring Ind. of FL, LLC, 5100 W Lem n Aa11aPd and roadvdy rehabilitation at ela (941)468.3HOE d 6130.318.80 Prim Jw W*1 Ch (8131 789.199E 0720110 real Sui 106 lE IM'IAs.lTOlE PL Mllesbone Conlractars, LP, P.O. Be><421469, 7 1 -01RaIS_ Runway -23L5 P, Mdlarapolla, 11446240-1465 Tawxmy N, kdlslglol Airport, (817) 7Eeheee5 $ 553,744.00 Bub Clint Want (317} 7142052 06125/13 Maeaadlueeee Pon Aueipdty, One Herboraide LL -5300, PS mere MYhg erRemoval, 14W�,Q &A@ 2005and TW PSlherlg &M M&WO. Lown ISM 666.9066 S 546,239.60 FW" bile Wiwm (817) 661.3363 05115511 IM MFAie W ArporL E&W BoAw, MA .knee Brdhen F}Weryhe, IM. PO epx 105% PEW & RLObar removal t5 A4fld Flyin5 elicits AlrreAFHOl( [60414667636 S 456217.18 8137 FA Ont EOn 963 477.1285 I ] Bleka D55 apn [903)477.1 7 =I ri0 11 DMIW151 dFOrt WOM MM A*w,, 3122546054 7lw.7y Rubber Remord and 006636-Rar Nipple MuCrre, Sleet, P.O. 9425 PE EOt Manong Removal N DYIIS FOd [9721 8733819 $ 48$070.0 Prime 1572) 6736808 01110,14 rit Intl Tx CM�'sa j CVM Sheewmod Corrsludbn Co., Ina, P.O. BSn 10, Rurnlmy I6t. 78R rchebil6nOon et the Tulsa [918)28845661 6 489J678.O8 Prime S=hWicautm Enet Ave Ern 7dve OK 0928!50 DAMAiFMrt worm kN Airpor, 6122 Feel 30th 7009636- R,Xn197 Rubber Removal and Nlcde Met-., Street, P.O. Boa 819426 Pawner Markup R5mS46 W DWW Fart (972) 973.6019 $ 487,080.00 Pjim972167&9608 17!00112 TX CaAract Admin Mvssachueeas DOT, Aaonau5m, Loper OBrce Maeaadatsalte DOTS Wrpert Cvr4cr Ono Hwborside Dr. R Cram Seeiln rem (617) 411.9660 4: 452,205.00 Prim OUIVIO A9red PePme, LLC, PO Boer 1566, Lake Charles, Rurt6y 16193 0ha_ege00n prpjed at the LA70602 holes Replonal Nrport, Ink. 63 (337)435.00 a 458,268.75 Prim Ch&Ile Spence (931)436-0630 Wade liurchvy 0225113 O Fart Drum Dlreumrata of Cody, ACAHIR, Trett CorArd Palming Rnquimmama ie61115 Diviaio 46 Wert Street Fq1 rum NY (317} 77_x443 i 460,361,14 RIM Ron Cob_ {815)772-0441 05N1PoC 610 Pavin9lnd, or FL, I.I.C. 5100 W Lemon ulsA - Runway 4-22 Rvheb0Madw 6trael, Suite 106, Tamps, FL33B09 et the Sl.?Mweburg-Clsarw r NR (841) 460-9800 6 443,621 66 Sub Joe Mnlch (813) 765-3271 39720111 A11 Clearwater. FL Tlydaa Airport Conrrdsslan, 209 Sallh Arbon 6142,10 Pevearw4 Creening& Boulevard, Tunka, MS 38878 Seablptc grao119. Tucks Airport, S 421,566A0 Prot Marry Pree, PE (901) 251-4640 00721/11 TrgM0 NAVPAG Soue1ea91, PWD Key West. Bld A- 405400-00-0-4341, RuA51 RWnov51 and S 415,01000 Prinr 'P°°ns� 829 P0051115118 Palm! s< Mreet NAS FL el 305 ( ) 787-4EBB L_JG Shane (306}747.2595 GW"2 DAILY REPORTS REQUIRED -5s1 City of New Orleans, Okp(N Flnanoe• 13M Perdido St., Sulw4W07 Aeelntenance Wnbact fw Runway lubber' Removd d Strlphg at ere Louis Annrpng (S}6$&1550 $ 410;000.00 Prime Rondo Nodal, OPS /704)464.3013 TOm Moore, plerong & Dee 1004)405-1271 10/18110 New Orleora Int'I Alrpprt. Kanner LA HA SoIMauY, P2110119/ Wald, OIO9 A- 8169450.00.0-4341, Rubber Removal and 2553036 620 P.O. Box 9018 yrON N FL 5 402745.00 Prirrw Svrwtl 0.a. (308) 797-4996 LTJG Shaer (305)747-2505 00/20111 Leu911FL 4791 Careactirg SqusdodLGCC, FA389-11.6-0001, Rubber Remard and (aW) 296x744 5 405•05 05 Films 171 Atsbam5 Avenue Paintirg at Laughlk AFB, Del Rte, TX 08/01111 Lau3I4 471h Contracting SquedonfLGCC, FASS99-11-0-0007, Ru_bsr Remove[ end (6301286.6744 S 400.110000Prime 171 Aleberne Avewe Ps of at Lauphlln AFB, Del Rio, T7( 0HO9f12 Laughlin, 4761 00/X!505)9 Squaw ILOCC, F50J0641-0-0101l, Ru_her Renwval and 171 Alabwm A50005 PeMkg at i-sum AF5, Dee RIB, TX (5305-9744 S 400,000,00 Pnn1r Jaeule N. Marrirtea (830] 2885541 09101/17 NAVFAC SOvmaaal, PWD Kay Wert. BIdp A- 469460-0eOd341. Ribber RMmval and 620 P.O.613x9018 at Key Wst NAS FL S 39geefi.00 Prime 8 (005) 790-4920 LTJl3 Shag (305}747.2585 09720%0 GPh Of New Orleans, Daps of Finance, 1800 FSreldo SL, Su1e4W07 5910-01301: Nrfroid Pahtln9 and Rubber Removal Amtual MNnansrae, LOSE (5041650-1520 S 389.520.00 Wlme Thomas Moan, 5504] 303.7024 Douglas (604} 6037523 oi,oin3 C.M. Sugarla Horan Asphalt Go, LLC, 11030 ReconsW RW 19R - Pttaee 1, Project Hidtman 6510 Drive, P.D. 80x9685 Ifs, 62110666, Kjanm Gtr _1rI Airport, (6154 768-1513 $ 806,960.00 Sub Bob Janeti (516) 5211200 51101111 Alex P50150 lrl 5toiea, lee., 630 Rots Blvd, Rsto lhlrudian o16051151231. Phase 1 at (2146} 244.&900 5 379,624.40 Sub Sum lan 1M M! OeP90N2 Fort Drum Oire0larme of Corrtr, ACA -NP, 091162-12{38006; 7x6610 Cooel (018) 772-5443 S 373,80720 Prim Tarry Reber. (316) 772.9893 Don Cooler, isitlan 01vlaEMn. 46 Wert Sheet Pare_ FM N COW o G 07/01118 FOR Drum DiectCr5te of Con ACMIR. WSI1S2.12-D-6000-0001; Trarik 000115(515} 77$6�W3 5 30.102.84 Prkne010 y M�I�a, 07101!12 w Pa60 Port Y Convect OMD 2 of 13 It11te Airfield Services, LLC 8249 HI-l.[ts Drive dams Center, NY 13606 MaroT Projects Pget b Ye9f6 Profectowm sdGC ClnWeedlaa of nn Work Pertoed ownaduc Phone 06085551Pro]eo1 Nanoger Phone Propel Eiremear Phan site Pharr. Caeraot SM Bata tittle Rock ML iI0pal Ar Cann TMmnal B,Ildiq, One Arpon Ddse &mace Pselted HoMlr19 11mo0 n 8lgrm al Little 1 ] 3729439 S 987,880.010 PrlmS Mike SlergaL PE, [94i1967�228 Rack National Airport. 15116 56510 AR LPA Grow 1511 110 Ceya Luolwfk, cis Purchaain9 Department, ITS No. 12.10568 -DT; Afrnold Mea rata P -O. 04112000 (fa>tiareys) at Lubbock Pesetas Smith S 850,428"20 Prime Sleva Ni ho5on (806] 775.2038 Gary L5[ur (806) 7763144 00019712 inlemetional L T% City or Chi Department of Procurement 115581015 of Rubber end other Sere, 121 1 -4 -le Si. Room 403 C0MMlimanq from Rurweys e 3 other (312) 742-9488 S 300,000.00 Prim Hart Vegsena [773) 447-0412 07107112 Pawarpny Sherwood Cor.Wdlon Co., Inc., P.0.95610, Runway 18L98R Rahnilwation Leelon 471 N. 193rd SellAva Packs Ti iSlASporl, Tuile OK (81e)10&0801 S 353,953.00 Sub f tf33111 MM -0O-12.5 Puente 10.28 Ruuwy P. F1anl9pn a Bons, Inc.. 2444 Loch R04a Safely Aiee, Pavemaat & Sterdard Road, SaWrnwe, MD 21219 Cvmdlarua at 1158111058 wo*in5Wn [410]487-5900 E 052,B29"00 BOO 05714/12 1w5liooalAjrpsl Count' of Sonoma. Dept of Tian nd Public Pevemerd PressrvaSon Tsowoys 0 & Y a Works, 2300 urn Lye Dr, Suite 8100 Charters M Sehuk$o15ama COOnty, Santa (707)566&7248 S 352.346"16 Pima 1L111er4 (®021)97.7638 0%14115 p0, PE, CM FE, CM Atla ft Eleclria Compsyr, Poo, PQ Pow 41347, R.cowry rePIOCO 6i BMd Ilph x19 and 7526 Croce CeuMy R ed ray rep9Ya at NAS JRS New Orleara, (843) 552-9570 $ 345,58&90 Sub Mies Rief1Bldson (543] 42-1202 Lamar Woodc (504)382-5761 05120110 WWI- Conkadors, iris. P.O. 855 179, Rehabiliwate Runway 8-24515101 9105151115,OH 44403 lalernafional Airport -Tom Ridge Field. (380) 448-4065 E 232,809.50 Sub 5510sm 110111a (330144&-0058 040 Fnp0laera JW8tsor51 04/20115 1!1245k Towns)' PA T7mlw en AiirPw1 Cvmminlon, 209 Somrth Airport FJrfiWd Pavemem Cleaning&I Boulad, Tunica, MS 3x875 <ngrCdlbed 21, Tunica AlrporL $ 325,858"00 Pane H4715 Prod, PE (001] 251-4648 0910)12 Hwwr da Cv Bond w C0Ori 20 N Man 110 100 12501007, Airfield Mailings at ea Soot. 4.. 845. Swookavllla, FL34601 HemazrsbCountyAirport SroolrAv818, FL S 324,071,80 prime 06_21x12 DaiaalFcrl Wodh Iron Airpm. 3122 Erg iron C°Mrod 70041430 Runway Ru06a SVaaL P.0- 00%019426 `d and 11858058)143/5119 Palm (972) 973-0619 $ 321,000.00 P5160Rennval 70017x71 at 9F1M T OuiaexFr#1 Worth Intl Anpor. 8122 East 301h Cashed 7004143; Runway Rubber Streak P.Q" Bax619429 Rerls)tdl aid Pavemrrn Marking Pa1st (972) 973.6519 $ 321,080.00 Pdme (541112 at OFw Tx 9aaaslFod Worth Inl'1 Airpor.3122 Fa& 3000 C—i ad 70041421 RurAv vAubbtr 8keel, P.O.8ax816428 Remov5140? avanes IAala19 Page (872)913-5819 E 321.050010 Prima 10/01)10 Seraland Cardrocw Corp.. P.O. Box 350, B5Ruw. y I[4.28418118 Owerley o1the Hph Tech Sava Niegas Fels ntangApnal Airport Hradare (585) 380-9242 S 31&50000 Prima 04)16112 F#iio, NY RPAC-SvWhwst FYat Cooat 905, P.O. Sox Rehab Rsowwy 181-385111 Do$ Field, 24726 arfraorrm0le 11132241 FL [9114)Ye089pp 3 305,393"50 Prime Om1al Yrd3eV 1717x10 Wayne Cwmy Airp55 5110n1y, Detroit M5o Control No. 812-028: Poke Eradication VN7eyne Co Airport, LC- 3755TemminsF- Servkes ear Dehaa Me5o Wayne Co my E 1110.700.00 Prime 03110172 Meuanine and W511ew Run A MI Wayne Corumy Airponwmorlry, 1351 5014550 Metro Caedral No. S12 -025c Paka Ersdissllori Ways¢ Co Airport, LC. Smith Tend 15 Sermo" for Detroit Metro Wayne County S 300,00050 Prime 03118)13 Mezm " and 1MIkw Run MI Potters Cenedft Cwpera5 Headduane5e, P.O. Rarwva 8 Romom11r1g at Valcauoa Box 840 I1imnetl5el S 300.000.00 StA 08!29!10 APAC Twiceeaee, ]nc. (MeapYusJ, P.0.822 Remralrnrlon and 74x054) 73427, Meoeso TN 38113 Victor East Reconstruction at the MenQhis (501)047-5606 S 279,575.00 Sub 301.5811911181TsxlwsyA 88508850581Blakc (901)755-5705 Jamie h9118 (9D1J 947-5800 00/20/)0 )snit TN M)Gulre 570. 3111111 055100000. 7401 Venda Ave Line 9[r1i,ln9 end Robber Rergvp at NJ (809) 754-5615 E 770,985.24 Prima Bran [800) 781.8476 Kevin 19 lolly (732)505.1064 Chia Kamspeo 1800)2873888 11/01111 J2 EngIneeringy bus., 0921 Pinta Rage Rd., MWitain AV0eld Penl, SLOtS 10) 0 st Pa6kk A'v Force Rasa FL (813)808.8881 $ 27!;510.00 Sub Npd H men )32112247885 12)30110 MsG ire Are, 90515 065/08050, 2401 use 5010119680513/00151468911111 V wiio Ave McGuire AF NJ {8091754 6815 f 270,906.43 Prime @watt MO)7545475 K9* Kim* (132) 005.40505 Grim "M 0859) 2679888 10'01110 Northater Agtha7L tic., P08222848,7345 Rurwas 5723 SaletyArea Imprpvanerae, 6urmst strip Avenue. NW 111541858, Aloes -Cason Akpm4 OH ( 491-0836 S 270,575.00 5th 03710ry0 3 of 13 HI43te Airfield Services, LLC 18249 Hi.Lite Drive Adams Center. NY 13608 Major Projects Pasts-Yeare Pr fact OwrrrfGC Cla.alrlc.lun of Work Performed Own.ri3C Phone Contract sub o Project Mann Rene Project Eri keor moos Phoft I.or 60.11247, Fectoroot Memldrlg Removal, M4 ascirm 0tla PORAu0t0rily. OM Hanlwelde Roarer anti Tewalay Pelr IvC end Mwldnp (617) 568517th S 267,934.00 Pflma L1 01<1- Paul (617] 501-19118 F(prllCGr11- {781]88¢8013 10102113 Oliva, Su102006 at LOped Intl Airport and L.O. Hansoara, BfeM Boater, MA Ragare Group, try (KY], 938 Nodh Mal. Rubber Rerrloral. Paint moval and Street Hopldnsville, KY 42240 AJMQK Mwklnps at C001pW11 AAF, FOrt 1270)707-2141 S 286,68640 RIM 06521113 Ce KY The [veal Latwe Coral Co. 29oa 0," lakes Rurvecy 10-28 Safety lice Imprpremants, Way, HiwWay, OH 412239590 Phase III - RW 10 Erd at the Olmtrtnd (30)020-3030 $ 258,e44AD Sub Jeremy Levenson (330] 220.3086 comma 501400 041113/11 Hopkins Intl1rpor1 Clavelmi4 OH NOW APB, 99 COPISlLfi.2P 8685 8aaab Bled, FA4661-09.0.M13; Remora Pain and S�dp 688 e3be dapoelia mad rupain( yavemerke at (702) 052.0121 $ 265,00200 Prhis CdMr Spec 1702) 65243834 M1Wae1 POW (702}000-442 00/07111 0d1aehAF9 SJostrum & Sma, Ina. PO Box 6788,1128 11.0.1107 & RFD -4083; Item 164 Rehab HBaison Avenue RW 1119M 124110001 atord lnrl Alrport, 10040 I [815)126.0330 $ 281,040.30 Sub 0220112 Dal Vase OrarP. 4 l0lnaerc & ConFoeWr Tae Pro)a0t 251 - fmprovemeaf RurN,my 010 Luc MarIn loll Airport, R241661-2310 914 Munoz (787] 2224040 S 281,000,00 Sub 201117110 moot, OC-ALC-PICOE, 7858 51h SlreaL Suite 1 FA9181415-0-0001; Rubber Removal, Joifd S 7_9.4182 $ 254,903.00 Plme 8"lien N. (406] 78a�20 Jov Rico 021113110Baal Removal and AIrRaId Merkfnps Palmer. CO Duimdrlck, din, P. . Bow7d6, 470166131 39121 t aaay Ynprov0rnanlo at LO'atorr $ 245,540]8 Sub Barry Huizan9mL (817] 491-0946 1_143 377 Fort SIB Ra LoWer. __46 Ddnextr 00100112 Ciyo1Blemodr, 2301 Ur4eerslty0dvq P.O. Rehab TW 0 Sptnrl al Cmtvnadal Apron, 001111011 T WO, North Service Rd, and Edi Vye S ?38.4@284 Prins 0772111 at BlemwdtAkM Mem mk,HD Capeal Region Atrpo t Cam; Apt F aaore D r 9 Rlrhard E Terminal a overact Ha -MLM Airfoil S 290.880-0( Prim Check spbma, (904] 228253 5 10115510 Porn Authority of NY & NJ, M. CorwL ConOact 06610111 One Madloon Avenue, 70, Floor Rubber Ranvwl and Kennedy 1 ill (201) 2164508 $ 220,200.00 Prime Dean Pcvaroma (71312443822 021120110 Stab. d Verrmont. Dept of "dirge ant Oan Vermont, RUT Pavement MallOnga (Raviand) 01 1110 Svcs, 2 ernlor Moon Ave Rv1id Soutl orn Vermont Retlor1al (002) 8284519 S 218,280.00 Prime ScarFvrIncy [8021626-0753 05127113 Ru99 Ddb CA. Dap€ M Pwchadn0, 1300 COmmeroe Drive, Maloof Cedar, 2nd Fl, Rm 2010 AlrOeld Remoling Pr1yacl (404)371-2707 $ 217.184-85 Porno 01/211/10 mccarlrry. Imprpaarrwra Company, 5401 Vlct NQ MCI 013022, FCJ6450 HwWaId-Taxeway Avmxae, S<,iia 100 ROVIU nmot Phase 1. oteat aldJadom (583) 35&0021 S 213,025,00 Sub Adam Bruner (404) ♦3104.0004 06100113 001000 100 Allar4a, OA velar Oma. COrel. Inc., P.O. Box 30, 1613 SauAh ns Dame Rehatlllllela Rurwsy7125 011 1511 Toledo p OH (414-11115 1 212,67528 Sub Ryanmrlael B (419445.1015 ) Fred GWla 11115112 olCovedyBoardciO2mm, 1100Simonton PakWarg and Rubber Removal at Key West S 210,407,13 Prime libeL 0065)001. FL33040 I 1 af FL OFY55l11 Indeparxlenca Excawdird7, 5720 &deal Road, Indapenderra, 01144131 Runway 10.28 Safvy Area Improoemarde Phaaa It - 28 End al Cleveland (210)440.3044 0 207,551.30 Sub Larry Fiovai (210)440-0246 00510IXaela, (216)44&1700 Rlokxuberlacn (216) 5W 12/20110 Hogidnl 141471 0ternwo 151, Clevekrld, OH RW Irdapanderlce Emavald& 5720 $rhea/ Ros4 R 40 Smlaty Impr ooersnlc at (2-3546 S 203,742-00 Sub Larry Hroval (216) 446364& 05120113 1005114000091144131 400J.ebo4rC01Ali001L2231at.11f1 TOwn of WraerBle. 156 Korth Klein Street, AIP No 336-4121 XX-12; Rurway 10-20 Tumor Bradlord WaIWIIe. NY 14585 Ra(lWe_e66n awyenlah PBl Melpa0e at $ 10826284 Prime MoFarlandJah )0 90-00970 00116112 M1e11 o10e M1Ndpel AJrporl, Walhv111e, NY CIIy of Clevelard, 845 Lakeaade Ave. Roan Labor & Matador r»craewy for rubber & 12% Division Of P1rcMsi %Vplle O01w 9MVIOM nt /crow M7m0 pried (219] 664-2874 $ 196,200,00 PAM JerkWe $dyk we) 26.46040 Dan Primer (216)7614111A7.N mwrters. . Ok 550,4343 HFWay Pai-WaY yinp, InC., P.OB Remove 0w� rrmr01091 and repaba 1633 at the JolxlolCvm-Gombrls (614]8761700 S 104,500.00 Sub CwrlNorthRumvay 0000051. jolrrloloWn. PA 4oi18 i.Lite MOM Service,, LLC 1249 Hi -this Drive lams Center, NY 13906 Major Project. Pest 5.Yeers P02 98t OwntdGc CIss ftcatimr of Woak P.rfom.d 0.192 Flies. Canhw u or Prej.rt Monagar Phone ro Pject 0nghlvar Phone SAO, Prone C t o* R.A. Ctltmmn d Son, a Div yr Unheo 22121 laiorrent P-0. Bm 150 Item 144 Rehab NW And 6'W Qtmdrww, Pnale Irarrnatknel Ahport, Pala, IL {SOB) S78.4848 $ 1 W,61eA0 PQ -O John lt9___ (309) 676.4W Terry Emma (309) 9_43998 02114712 J.D. ea Abrams, LP.,111 CongneAva., Sume ITS 1l-10031-802 Lutbocl 11.0 Akpor4 2400, Arrn, TX 78701 RW OS-2ST9M..y Imprmcomar�lr Ph III. {512) 322-4000 i 183,773,30 Sr€ COMM L.aM Fiend, Ix, 4477 E. 71911 Avenue, CdrraMa, Runway Repairs Al NAIF Orange Orovr. {1838.9601 i 192,800.00 Suh 19 T% 0772810 CCI Cpllpanies, Inc., PO Bet 198199811 Raw Rurvaay 1533 Rehabitlmicn. GrlOliss Inlerr.ilonel Rome NY {815]&072547 4 192,430.00 Plena Janes Le19 (313) 857-2647 C&S Englne.rs (315)455-2000 JanBe L4sniak 0371910 4 asl, Inc, 1 Fad Means.. Rep* R mley00024 at MCGuhe AFB, NJ (410)754-3024 3 192,000.00 0078ub 0aM.rgrrert (419) 7,43551 02,02110 J0lrm9 1 O8WIy Texak SE TXR.einnel Runway 12180 Remarking at the Jack 4 191,572.88 pane 10729/12 Oe+oe 4075 Pwkw Drive &voles -odo c le, E1, Elaalrint.46150 State Hlelway 59, AYll1iv Improvement., RepleoaPirlglo &59 07,5 a Manila Re91 132 Afrpoe. (251) 837.0570 4 190,100.00 Sub Sod? Moody {251) 837.0679 Bbdby Octant, Rath Smith 00123/13 Bays AL 38507 Mobile AL YdNed R.C. Corrbkuction C0., k1C, P,0. Box 1996, 818 VuahnO straal FY.10 Wield Pavements at Egan AFS, Fl (907) 463-2424 5 186,400.00 SW Keaton Powers (662) 4634424 0151114190 02514/11 City of Ranfouk P.O. Box 88, Rantoul, 11 81998- ILDOTTIP 4011; Remark RUMva1y6 1826 2819 Surd 9327 at Rrelroul M.1k..lANatlon 4 186,149.45 Prime 06120/17 C.N.r- Frati Elliot Field, Renloul, IL lama 2091(0516, In0., P. 0. Box 17% Runwey6-24 Improvements aM Bde ion ( ) 4484055 i 100A9333 Svc 06!'!&1 f 9reok6ald, OH 44403 at the Erie Irrlemadenel AJrpen, Erie, PA Pon Auharity of NY a Nd Mgr. CwheL Cejrect Dloiaon, O. Madsat Avenue, 7th pow RubErec Removal al Kennedrr Inrl (211) 215-8605 $ 195,400.00 Pare. Dean Povamma (718)2449622 06112117 PM AW tO8ty of NY 6 NJ, Mgr. Caret Connect Olvir en, Or,. Madman Avow., 717 Floor Ra�ar RAmoval el K4130y IfI'I (201) 218-6506 $ 106,400.00 Prime Dean 7evaron. (714) 344-3022 0212112 Port A.9wrlly o1 NY a NJ, Idler, Car9l Cardreal Dhn6i., On. Mattson Avenue, 7111 poor Rubber Ramavel at Kennedy Intl (211) 216-6505 S 185,460.00 Prim. Dean Povarama (7187 2445622 05112913 Cho nn -PL IN'I A"rpan Author, 3650 Sarwtor J. C3lI Proud 2012-09, P1911 37 And 957.,-24, Joh.r.tonAva. Taxmw Palrrtlrg al Cn.rn8u6101 Nrpoft (337)481-9861 S 105.000.00 Prime 07112112 Ln.3herr LA APAC Ternsesee, Ina (fA.rghle7, F. Box Rrlrway 10R1304. EMACore8uMion - 1a427, Maanptre, TH Sa11a South ettt. hime#9t Inl1 Akmt p, ( 901) 94745600 5 170,885.00 Sub MWe MorprAhaler (90178479'600 01130!13 k%M TN Pork AWrxi y of NY& NJ. Mgr. Conti- CCrarad DivisigL Ona Medl.on Avenue. 7th F1ow Rubber Remount at LaGuardia Intl (301)216.6023 4 11328-0C Prim. Jim IYAmk* (710) 532.3536 Jas pemra7e (718) 533-3901 02122110 Cnyof Saverne0 2 E..t 6ay $beat, 508081191sIl Thermopla6lic Hold Signs at GA S1403 9evan h KUc Haad Im1 Aigpwt, 4 178,107.06 pew& 9991 Dwmark (912) 964-0519 Kim A.n Iarll 05x17110 Swarms, GA An9at. 4alr.0 Corwauaion Ca, 26900 Sherwood Warren, MI 40081 AIFiaM ono Road Pavemerd Menlo- at s X MWt 00mm., MI {5857 75&1070 4 174.000.00 Sub Nkk Collins (585) 364,2061 05710112 Colic 1s Works of Colorado hrc. 1290 Rock Ta01wey M8 F RBC1xIBIRIdf4987110100820 ( ) 2833 4 171,3@8.36 Prlma Tory Orl Marc Lenart 061024.12 Creek Circle. Lefaye0e, CO 60026 Springs Afrpwl, Coloado Spraige, Gtr Dl Readrg Ste Contractors, Dlv o1 Readkrg R"rr�' 7836 and e0w0ya 111.3 Materiels, pM. 392 Bann[. Road rahablkat0rr el the Raerling Reglorwl 1910) 705.0507 4 107,083.90 8rfi 6011 0,82109 (510)4868929 Gary Deck (610)488-5029 4911311 Rk Read PA eeountalnear Oanyadora, Route 20 South, P.O. Pro)eu No 125509. RW 5-23 Corwcslon a BMOX Miesoellce.Nrfl.Edlmpmv.menu, 13041842-8881 0 106,56000 Buy 00122712 Maganhnvn Munidpal, Moreamven , WY Cry of Pal1)eno, 3%00184.065 Street, ForlI& 4 9211984 IM.reeahal Je m1-Fcv.rr.nt 099 04121-3509 kmedrge 8mIdceo (31 Mein Coolest! et Cy {207)8748460 5 189,�L.Pr-- Artie Sawar (207) 233.1793 Noe Sewat 07131113 aF Port elekhe Nelk. AFB, 9B CONSR.CiC/4 5885 Swaab Bbd FA4661-09-0.4019; Rem090 0501(889 , Bldg sag nrbnereaparll9 and rap8511 pevemerda nt (702) 852-8121 0 160.oan01 L. T9Bon (702)882-6186 Mldheel Feldt (702) 862.6442 Ca3212 H.linAFHand h,0F9 564.13 HI-.Na Airfield Serraioaa, LLC 18248 HS.Ltte Drive Adams Center. NY 13608 Major Projects Past 9 -Years PrajectOWn4r1GC pealBoatlon of Work Perrprrrl4d Own.r70C Phone sub or Prnjocl Manager Phone Project Engineer we Contrim AmOuM Phone Pttee Nellie AFB, 99 CDNSILQCP4 545 Sweeb Blvd, FA4881-0Q9 3i Rmtova pelt arvd Bldg Sae fl depoais and repairs pwonwnte at {7421 95243121 5 1ae,442.a2 Prim Drki L Tatum (702) BE2-Site "chwel feltl! (?N) 52SW2 OSY9Nt3 Nadir. AFB and CvachA NV NWyand Aviation Admnlelratl. DlvlelonN Contract No. MAA-11.014,-11-0le, Runway Pruwrem ,K 1Tdrd Floor PA, Box 8786 Rubber Removal Servlosa at BWI. MTN (410) 859.7097 $ 186,21920 Prima Tom SWAln (4101) 858.7636 111M7f i HeNs AFB. 90 CO Sit 5565 Sweeb Hard. FM861-09-DAMS; Rempte Perot and aldp 58a nkbar deposlls and rapdn mores at {702)6243121 $ 1€43O4.$0Prime Kahn 0Ia2, Donlraa! p6¢j552-0333 Mdlaal F4fdt (702)952-8+42 05!80711 Spec, Emkrum l6 W ChemlCel Corp., 1240 Bayahore FA300p-06•n-)C07: Rurnvoy Repolr at Or+fn CA 54010 MCCornall APB KS (gpgy 98,y -7m S i BS,500.00 8,h Tom Raddel. 1720) 874-7748 02716132 DAILY REPORTS REQUIRED -Amuvl City W New Odes' Pcpt of Flnvrce. 1300 Perdido St. Duna 45127 Maniammee mMaci far Ruamry Rub Rernval S SMplry al the Latta A7mlvin'4rrg (544)85&1550 $ 163,154414 Prom Ron" Nodal, Qpa Mdagar 154 -Ill Tom Meora, I'Ialnng 1544) 465.1271 tpM 5111 Now Orleaco Irot Alrporl Karear IA 5 Dry L3dden Triangle Rep AJrporti Atrpod Aundi67 RW 9S and ParoHl TW EldarOen Soolcoat IX6ceo,Tfl Abpon Road and Marking m tae Golden Tnangle (682j3274422 i 1f13,365.75 PM1T19 05101113 Regional 4jporl, Cakiwltue, MS bMTA INSAAT A3.. Tel: 458'0707847$, NA12ER-100'00551 Repair AOIerd fteshah 61 11111 wr Pavwwa w NKurr Omvl S 181.477.81 S16 081'19142 WeetoYen'Ai Raeava Base, Operational Curdrading 01605, 250 AWIR Dr., Westover FA4H08.11-C.0005, Nan4n PBnmetk (418} 557-2503 i 159,5$[1 Pe Anl Dared MCC58-y (413}5573110 Makirrpe, Airrlalcls, Pr4ad vTPM 11-0001 ,51 Mork'V.rtt,AS 05!31161 Archer Wham Coc5ogpra, tl, 2410 Paoea Ferry Road, Soitat08 HJAA North Deldrq FadIItJ at Hirts"Id JacI 1Allude krpwra0arrL Agenda, GA ( } �5-S700 S 164.121100 Bt kedaei Gang {404} 761-2792 PWfHe�rruInh ro PaW Turt1v (7701284-7464 07/24115 Hr to se, roc., PC ewe 1[164, iOAMald FNrdg Palm 6 R+Jbbstus (501} 469.7535 $ , LA 7O AFBat AFB CK 155,183.00 Sub 016 D 1006 (903} 477.1265 ElateDidrean 10033477-1207 0&17112 Mill AF&, W CONSILGCA Se85 SWaeb Hhrd, Re rove point and n16Cer daSSeits and 5Ba reAeirn Pwrrr !sat NeeAFB, Crearh (702)852+9111 f 155.168.41 Prime RIO prd JOdkwkl (702)0527121 NAIFan Bares. 0&14110 AFB and Tonopah TeW Rarga, NV Tephinhili4 Mt o l Airpan, 39450 6auth R rwra718,15 and TW B Marldrge, Aver ua 2apnyln$ls, P130042 Zeow-hh MWdpa1 Akppn, 2I 461 S- (813) 780-0030 11 157,565.16 P&ne 0104111 Willem Charles CL Co„ ITC, PA. Box RFD -40001 Relabililete T0010550 J end L 2071, Loves Park, IL 61130 al the Chcago Roddbrd nri Alrpmft (51554-4730 a 167,435.50 Sub 04127/10 Dewnolladw JA, Inc„ URB BFLLA DE Tedwi Siena reoondrudkn atthe 4ds ESPANA STE 5, P.O. Box 343 NunozNvrri lift Aipork Carolina, Puvna (767) 800-4821 $ tss.ie030 Sub 4y4y12 0aebraW - CFE Joint Vatrwa, 2012011114w95a Prapadiai and NAVAIDS at Fart Clyde, euha 140, Cad Gables, FL33134 Lea derdale-HoOywood Indamvdacol (205(560.5600 S 152,79090 Sub 04728113 M Fors toadertelp. FL P. F9r5Oarn 6 Sm, Inc, 24441088114401 Task 5, PFS 2235, R9rmvY4,22 nemm Road, Bdarnare, MD21218 Rapah at BWl T11dr50016 Me atril Aipot, (410}487.6900 $ I50,515.00 Sub KelpnJdtte Ganz' bUelka 04/21117 8d6mont 597 CRYOfClerelarld, 601 Lakeside Ave, Room LWxr& Maeelial rneGeaeiy nubbarL 12% Division of Purdtedng&Supp1Ia e r Ge enWater t re 64el Rorn payed 1216] 6 4-2674 a 190,000.00 Prima Jaokswadytl 12161266.0040 Dan Pamer (2181 7014411 09111747 COy of Chicago. DOPULMOfll or Praturemerx Rtettoridl°F ib'h6ar aid ar SNv. 121 N. Lasalle St. Room 403 m ass from Rurrways and other {312) 742-0468 8 150,000.00 7061wHam Vag031W (7733447.0412 4731716 City of Ckvelan0. 601 takal115e 95ide AVR Room Labor B, M5lafal ro0essiry for ArbbeB 128, Division of Purc1wslny86 lamlrant removal from paved (216)664-2674 $ 150,000.00 Prim Jack Sw9dyk 0215)25.6040 Dan Psiner (216) 781.9411 09/11110 Summons Condrale Oonlreo g, 5535 Cdppaga Akllehi Pavement Profe0i5 a1 MoSnItre R024 Hehlra, 43A31432 Jatn<Na1580104045958. Eastover, SL`, {228} 794.1023 $ 146,541.65 Prime Wfyne (224 74Q1417 06117/10 oval x3.10 S L Props CMI.3474, Rehab or U oil10691 8fark Excava109, na, 160$ W. WBahln4tm and sdeot PCC panels, mark pavomata (8081 ��� b 146• 9.90 SrA Siredcm , BlorQwn. IL61701 arid Irtola6slgns andreplxe VASIo et the OBr23110 U of I ert Sav L 60f13 1-Lite Atrileld Services, LLC 3249 Hi -Ella Drive dams Center, NY 13006 Maw Paajects Past Q-Yorrs ProjectdwnadGC Cyxfnaa9on of Work 1rorrOrilled Owrt.RGC Phone Arm Confront SUPS ProJectManapsr Phpni Projaet Eagihear Phone &h phone U Cenueut Rogers Group, Inc. (NYj, 836 Noah Main Runvdy Retabiiatisn and Ugrbrq Project (270) 707-2141 S f 48,820.46 Prime 09/081113 61reeL, Hopklnwlll., KY42240 st SIe Skrgie Munk*al Airport, SWgla KY Cityd Seminole, P"0. Box 12119, 401 N- Modra,.y Paveaae P -se voton atma Street Jirm are Austin Semral. RegIonal Airport, {406] 3824380 S f 45,$21.00 Puna Jardenalm C {3411280.5887 08114/46 Semfmofe OK arm Drainers r dneL, n0., P.O. Box 69, 511 RuRNoY 1& y eW0 ratio aid man Street etftasegh M PO'i Jatpoll torearld Kn (207) 6382552 $ 145.05850 Sri 0974ar11 Pan Authority Of NY & NJ, Mar. Canal Contract Division, One Madison Avenue, 7th Floor RU&Ca KomDval M L.Cuardfa Intl t2041246-0505 S 148,335.00 Prime Jim DrAmloo 1 553.%38 l7 $1 Jug P .pp.I.Rho (718}593.3994 0511283 Pat Authwlpr of NY & NJ, Mar. CoreL Contract Division, Ora. Madman An�aaue, 7th Hoerapps Rnbh9f Rnmovel at LeGwor8. Irdl )201) 2150805 $ 148,33.00 me Pri533-3591 Jim O MNoo (718) 583.9630 Joe P I.rdo P 1B } 00/12/11 PortAWtorIty of NY & NJ, Mar. Corfu. Contract Division, One Madison Avenue, 7m Floor Rubber Remove) at Lotuerda Intl (201) 2166609 S 143,335,06 Prime Jim 0n loo (7163533-343$ lards Joe P »PPa I 773 } 53&3591 08112/13 Greater Orlando AAaOon Audta, Englneerlrtg /WBBId Markings and Removals. at Greater ( 9253753 S 142,581.88 Prate and Conuruct rL 6860 Cargo Rood Odeo6n Intern.55M Airport, Orlando, FL 10/23112 Arapaha9 Ca. PW9c Amore Av, C ol00nlal Repaint smelt markings attha C.riwmael (3U50 -056b is 14214/00 Filers A 7800 S. Peal. Se.. G-1 Ahr d CO 08104/10 Jonas Brotiwr. Enlerpies, Inc,. PO Bove 1053, arises Prep and Mildew Rarovak a HAS (5041466.7835 $ 141,950.00 Prime 1t 9ose. LA 70507 Belle CI55n Hen Orkans LA q$ngryg Pp9A0 51dy ai MY& NJ, Mar. 7th Fl Coiitraci Divielen, One AaadNnAvem.e, 7th Floor RuWm Removal al NBvrercinrl (201(2186606 $ 141,090,00 FF000 N. Hicks r9' ( 1 981-0340 02123110 al NMa 03/her Can.aAMIO, P.O, Brix 4956, Rum` 13L-30RPwwmeri Reheb151atlon 7103$ outh Tucson Way D..ign Packaaa a Pr at at 7ulee [300) 79-8106 $ 73&572"06 Sub Dustin GUM (013)794.5007 10102742 Mern.tionla TLJIOI. nty, re.C Lo SL uie oul4rm.otui, Disislon a) IFS 02012-04-2297.W; Runway Mar 3g Procure. 41 SL Cenh-N Ava, Bat floor Ranoval ad Pant for the SL rah Count' (314) 815.2614 $ 13k6X72 Pane David Schubert (314)590-0534 0&/04/12 St. Louie Ahont. MD Worse CaraeNwtion (IL], 829 Weal Ackom Rraa.ay 130.270 NMh..rl Padrag., 1312} t918.fi1W S 736.571-95 9W D.v. Busch 9 014aa Inri AJ Ch IL 03!22!11 City al' Tallahassee, Accounts Payabis, City Speoaey Airlleld Pant Marklnp and Rubber Na11, 3053. Adam, St, 510 Flora et TFMLaslee Regoral Airport, (890)891.8427 S 136,420.00 Prima. 508/10 T Hirai Greater Orlando ANaaon Aueo, Engneerina Airfield MarkIngo nd RBrRW416 at Greater [ } t12537S8 3 757.290.19 Pane 72'06112 and Coam4usliws 5650 Cargo Road Orimtdo FtomaBon.l 0drport O"endo. FL Cary of Penaaoda, Awmurus Pxy.IA., P.D. Box RWiApnn Pawling Servlcns at Ise 12810 Peneeoora nrammmnal Arport, Pan7arAla, (950) 438-598 3 798,085.26 Prins 1)001/u Plym (&6e}430-0000 97)(17113 FL Lane Corairuotion Carporallon. SU Fpndsmna lrI.Ch.53ba,CT53410-12l2 1910 Repair Arfle1t Pavefnenla at Oyeae AFB Tx Lam) 293-8361 S 784,560.00 8W Brad PuYeJwucy 1817) 43-0552 Rick 8c7saran (017)925.9878 02/15/12 BARC, AJV, 3100 McCann, 7th Floor, D�¢s, W 0i - D T.rmn.la A& C (572)524-5812 3 134,900"00 Sash ain Tlionnpeon, (8721686-5817 Arms; ForraB (972358-5818 0921110 7X75201 1 Galh M Barred Pavlrlp MeisAgls, Inc, 4530 Wetzel Ratwey SO d 33 Rehab Pr/one Mat Road, louIn df, NY 19080 Y7 we Hancock Intl AfrpocL Syraaw., (215)552-4080 S 132,96250 SW a41761io NY Add. .en DolunhPe Co,. Inc., P. Box 566, Runwry 17R-355 E"---'-- n Lare40 6)005-4614 9 132,141.36 S W Tad T0I I03l [996) 72-8810 B Ke �l'e 10121!10 3)811830 TX 73560 LYeraWioael Ai 7'X nned I, 9886 Transit Aa cdia Spa Coninso nc a 3.a, pcoo`-24 Safety Area Nnpi°vemardo at , -0oact NY 14043 BIe /lagers Falls hntl AYpon, Niagara (716) 681-7044 3 131,750.00 Sub P6dr Scrape (710)081.7944 0//25111 Rnlorie. General Amdialrtg, P.C- Cn5SooDon Rid/Oer ad Part &3d Up Rrrnaovel ar 525070 Services at gin San Marto Y..mnionsl (210) 2074101 $ 131AMD) Pr./1e • Man Supr (210)207.8636 9/0)112 an Arts ' TH City of San Anionic, General Accoun i% P.C. RWb.r and Paint Build Up Remcvel Services et If& San Arnano I flm.0ori.l (240) 207.2101 $ 731)869"90 Pneta Mark rM 'drd-. (210)207,8636 Ofro7N1 Box 680876 San Antonio TX Man spar menu Constuction, Cerpor tlon, 80 Fhendsaorre Fir. i 12 10IL1 atMfasd Pavements et Dyers AF9 TX . [20812863;x17 S 72&235"00 Prime bred Pu ehe)ovaky 10171430.0660 Rod8dwm.n (817) 925-8573 02119111 7of13 Hi-L)te Airfield Services, LLC 78249 Hi -Ling Drive Adams Center. NY 13606 Major Projecm Past 8 -Years ProHel Owrhsd0O ClwSloatfon of W r6 PaKareatl OWOeVlGG Phone Cd8racr Sober Pro tunw)"O, Phone PrQlact Erglnoer Photo Sibs Phone t Mountain Slaws Contraclsre, 5760 Old Reconelni8 TaelwayeT4 & S at Nashvllts S 127,533.55 Sub Andfew Lebanon Dirt Rand P.O. 099 1004 hot (675] 783.0226 08105110 NAVFAC 8wtl1Eae1, PWD Kinyavllk, 201 CharmW.1 �e A<bher froth NAS NYnaz 996.01904711 Klnpaekls aryd Mtarrmte Laidlrg Field (361) 51841044 i 127,603-00 Prhre 09703013 Ore a G we Emery P,epp& Gam, Ina, 2M02 N. 8tedknn7 6616949W 16.36 and Par al )01610 Blvd., Cdurrbia MO 65206 Ortved0l41Jlpot, Lynn MN 4x5-S3a7 $ 127,237.05 PrMne 09712113 Coy of lhbarwk 206 a Mail 5lreet, urbane, ON Peyengm Mxxlrge; JoW Cleo k & $ 127.196.50 Pr1ag 0°u0 Crabgl, C1y 43x78 $aayj Lkb— (937) &524305 NOW LYNIrn (317) 780.7286 Caned Fro" OS/dN13 Lefado ATP Tadway Consiuesn and Anogrann CMnlwaio Co., Inc. P.D. Box 555, Gererd AwIotaRor65o49 n Weslaco, TX 76589 Pheae 7 at Laredo i¢arnaSonal Alrpon, 195619894614 S 126,50600 Sub 00727/12 C$'d Enid. 401 West OJc OwriD14 Enld, OK AlP Pr S-0-0028-0242011: Remove 78702 R doles Mid -Lip and Remark Rurbewy 17- $ 125.71860 Prime Toby J. Baker 1405] 405-2196 08/21111 96, Fred Woodrig Raglornl Alrpofl, OK perJaud CampnN9e, Ina. 43460 YLtwn Alv0. 1.R -?100, PA-0Di033-17 A1rrield Suite 150, Ashburn, VA 20147 CbwJe al Naval Air Station Joint Ra68190 (709) 724.0078 $ 122,70000 Sob Yahae Mer(I (703) 724.0075 04107/11 Yhfillow /hove PA Air Au7h Cky 0f 1>7Wf Shwee, 3190 Ai"ilo+l LP 1.0090{127-2013, Rurnmh 9.27 011641 Our Shore, AL 30542 Mgkkg & Crook Sad al 08 L>larria 8 120059.67 Prime Mlcrpel J. Cola 1934) 7934286 07/24111 3 Re•"IAOL GLW AAL Cadenn Conran Sonnoes• LLC, P.O. Box79. ConM71 Pallllnp ft4,nromarNS 0rl 30139 Sloe Ws 3 Far! Orum NY (3101909-8539 g 116,906"90 Sub $c____ri_R (315) 776.9920 06/2_1$ JO19s Brothers rrerpisa, Inc.. PO Box 1063, R7kbar rahnaY.I wd Pwn"at T1r9aer [504}460.7886 St. Roes LA70087 AFS $ 718,360.00 Sub 1593113 Arapahos Co. PuWla Akpor7 Au, 066106991Rubber Removal & Rep.Int Air5e d Arperq 7800 S. Pearce SVaet O-1 e a the Cwhwmal Arpor4 (30.4)790.0580 S 117.172.40 Prime ds17X118 FMin Cly, MFirdloy, 310 Dwrwy Pwsa, Roan 304, AIP 3-39-0024-2312 P091601119. Find ay, OH 45540 95221700; RSlri193tldrt of Burney 7-26 S 110.%2.x0 Prime 0927012 a/FkdayA9r1. Find! Archer VA%Wrn COMraLta5, LL 2410 Paces c9f a Riiy 1-19 Safety Area hnprovemordo Pony Road, SgS0 04 91606401 od 1 Hold Apron Miflcsdwd el (404)105-8700 S 116,90000 Prima 0924171 the Ronald Ragpe d6 neooI Aipor7, VA Bell Crlmraciirg, k , s 8tatbn k 591 6615 8(bphen FA8f01.12• 1 Rubber 119901/all and Road, Clrundrla, 2 Pavement for Atrweid al prep (578)914-5007 S 113-135.00 P1955Zan Hanean (1D5) 733.9800 O yyg2 AReshln PaMr Count' Mani AirA LnN 4207 hk7rvlhll p.441014 Pavamwa 166961090, Runway 16- 6 Road VelPamiw, 9140320 Llghl6g nN4 I kprovewePorteroun Cly S 114820.50 P1196 39/24110 Muni IN Arepahus Co. Public A►pwt Au, Carr irdol Rubber Reymoval, Reaaird, AFhlark sign a[ 1303] 790d5ag : 115,280.80 Prins Lab HNMn rperL 7800 9. Peo(a SVeet 0-I the Conternnlel Aipal, FJglaeuod, CO (303) 790-0696 071261!1 TL6tr•Panni Baker. 100 Avignon 9101404301,lturiwoy 9R 27L CI09416 atma Fort Fort LaudardsW FL 33315 Laudsrdota-Hdllywead yaenlationel (984)414.9003 g 115,000.00 Prkna 04/16/12 Ft Laodwdale FL Ramsay Cons4uctora, V4., 6711 Ogtaaty Park, Runway 24 EMension atme 17ndra- LakBville, NY 14480 Coming Rsglonal Wrporl, Hvrasheado. NY (586] 34ad72�0 9 112,502.00 Prinr9 07!2&11 George& Lynch, Inc., 150 LoltoOp Lane, Dover. P414 407 -11.D.0011, Roadway h arkinpeffi DE 19901 AF Dover SEPat 1002)755.34091 S 111,872.00 709-3031 Alknao Girton 10!09112 Aulho#1y of NY4 NJ, Mgr. Cwlat. Can78GRubbx �Rlckaitoopl/2024 Division, One Medlson 41001140.791 F961 Rxn vol al Newark in/I (201]216 05 $ 117,65000 Kenny llkka (973]9814349 05110711 PortAWhcs6yof NY& NJ, Mgr" COOK. CanVati OMolon, Ores 04001090A693116, 761 Floor Rubber Removal al Hawan<hCl (207 2180605 i 6 111,660.00 Prima Kenny Hicks (979)987$349 05112113 Pont Aullnrityof HY & NJ, Mgr" Chalet Conran! Otvisloro One Mediaon Avivue. 71h Floor Rubber Removal at Nwvark hag {2071218.8606 8 111,850.00 Plhne Karoo/ Hides (978) M -6u0 08/12/13 a Of 13 fIke AIrflQld SefYces, LLG 3249 HI-LRe Drive damn Center, NY 13606 Major Projects Past a.Yeare Po]x! OwnarlriC Cfaes0aaton W warn PwlwmaW OwneriGG Phan Canlract P najact Mana(1er Phone Pr*-[ seo7 Phone Bid Phone C° t Primer e o P. Flenlpen A Sme, Irim. 2444 Loch Rewn Task$, PF$ 2295,Te nave S,J,Y,B end N aei r MD 21219 Road, 8 Res pal O I Thorgedd Merehai krpnt (410)4875900 $ 111,400.34 Sub Keilh J ones Cary k9arke 04/t1111 Metropolitan Waahkfun Akpa, NP, hfA-228, RlDbere Pak1t Removal at Mfaehbtpen f Ana' D11aa kllaitviWnelp S 106,800.00 Prime Wmn Cooper [7031572-7224 O28112 C l Cra1 Nl CO, 221 Wegt Pavement RdiatW apion at -Mndf Wafa 7f� $ 109,415-80 PMrro MCe Garda ($7'01242.0101 Jessica Gbienea 1970]242-0901 Sons 0ah1N0 MaVWOM1tan Waehrplcn - . P, MA -228, RuC7er RM PIeM Rure5eel sl YYaehin¢m - C7rea TheeIen1PeIAwCriitS 106,780.00 PAme &_Haul COOpvr (708] 672-7224 O&2Sr12 Lafghlln, 4710 Cvnracmrp SgratraVLGDC, 171 AIBCBmen e Avenue FA9e99-10C-0002, Rlrwrey Rubber Removal aid Pafrding a1 La ghllrt AFB, TX 1830}2985744 $ f 09.675_0 Prime Kendrick Claud 19301299.4818 Ben Graf [830] 296-6ma 09V231F0 Wiildansvn County Akpaft Aide. 1040 MWA-414, Repelm Runway and Tmdway TBrmhal DrWa, Meriun, IL 82BB&5819 Vra WiiIMn1s0r1 [?aalhr $ f a6,556.6p Prime Ryan Farley [616] 9938411 0712810 M Mar an IL South Jerwy Trams. Au M1d, P.O.508351, Alrhefd Pavement SriAeoedspplied HWdtng Hertmorrtan, RJ 25937-00011 p418kr1N 9na elAgentic Clry kaamadonal {609) 98549960 S 19020050 Prime SwU Carpenter [60919618843 Mica Bent 10112/10 WilliNn Charles Cones CoLLCn, $p from & Cem21A. Rehab Runway 1119, phase 2 at Sore Inc., JV. $200 HimG (Wad Chicago4iaokrad klrl AOPOcL, Rockford, IL [81 61 85447 00 S 105,961.25 Sub 06129_2 Jones Bmiters Ernarplae. Inc., PO Bps 1055, Rubber removd pa "rg terrfces at 041 7 $ 1_,340_0 LA7COB7 Tinker FB K Sub 06N2113 Brij BuCder5, LLC, 4324 HW 48th S1reeL BPA Rubbef Rdmovol artd Reerrylry (400(004-0259 S 104,340.00 Prima Oklahonv 0 OK 773 12 AITietde at Tinker OK 09!16712 FOrerhdel Pavlrg, Inc., P0 ems 29, 1402101 Rwwmy 17Rr35L a the Valley lrel [96619865471 S 104,175.86 Prim o r Hurl nT fON0113 JJ CurnIr uam, LLC.909 Paper Sheaf, Claeke Cmbk BeaMg. Ribber Removal end Swank PA 19411 b M&Vwgp far gawnn A kport (670) 702.2800 S 104,158.50 Sib OB/i3M3 EOO (10/& &M, Into", 1900 Liberty Drive, gam„ ngtorL Y4 47409 Mi6yam $irtutolsa h Rurwmy 1735 RSA [8121 336-4 4 62 S 104,0,17.46 Pane Brien Waltr {812) 336"44.52 Henem P(41@83knat SWAM David"Qcteaet 13171495-5246 09,011/13 Napaleoe CO. PublicAl159utM, OsnNrtreia[ . Paula 8 1 Ribber RWtMV81 and Re it M the I AI E CO]�CC 01790,059$ S 103,804,80 Prima Lute Hinlon 05104/12 flicMsl CortaL Co", LLC, Pr eroAwuurdara, b0t and dyer5y9Orlim1 of RW 1$-86 at 913 5709 New Yak Ariaand -' xs - l0- (318144&95BS $ 190,026.82 Prime 11104_7 Lana CamwcBpn COrparaliln, 90 Fkldebtne Iola Repair ield Pavements at Oyeae Cart Cheehlre CT 0641-1212 17( (203)2359351 5 102,750.00 Sob Brad puslajavalq [817]430-0652 Risk Sda.uuen {877]925-9,r7$ py1BM0 City Of Arced a. P.O. Dusan 351, Arcadia, FL RowAy Manus$ hnprovememe 3425 Pavement Rejuvenation at due Arcades S 100,250.00 Pokes 00/2903 Mriuultkind AbBott. NKadIft FL Owmond Malermla, kc., 924$. Herald Street Runway 1 BK01y Ne& Hpru re wte et 9're WYmI on New Celle New Cast DE [ 1ti56-65Q4 S 102.200.00 Sub P_4 Cranny [302185__624 OW Seaudit (902) 856-65M, 51105110 The Mlddlraax Corporayon, One SPpctacte TMC Job (12059, Tmreee B-2 Eetaruion 8 Pond Road, Ll81Mm, MA01460 Ms &1 RbgRA Hal 813 Orlando Intl (976) 7424400 $ 104770-00 Sub 12123!51 FMntdwerk SBe C«6sdna, P.O. Boc526, 326 Yutf 04 , RehabllBate Rurrtvay 9Y1e at Id Fame Rood "!el Berri PA (717) 506.9711 $8,78275 Sub BrYmYanes 04!29!17 Apple COnslruclb4 2506 1881 Street, Suba C. Cmu000l - FAWM-Ce-0-001, Ar4eld ddf 39601 kterkn el Result AFB M i_$7 ✓W7-1995 S 98,500.00 Sub 7 L915112 Branecorus, Ina, dba Breeoeee RdChmpnd of ys H, F, R one C el ma rob -se t 86,00&00 P. . B RloWeond I VA Sub 0870Qt10 Rod !!luau Poralh FbIiDB Juy, 815 Eae1 Carroll SeelCmr andhtarkh9, Rid River Parish 7 019 Ai Red RlverPwli LA 6 97,931.50 Prime OBlOBli_ P- Flanigan 0 Souls, Inc, 2444 Loch Revert Road, habimore, MD 21214 Tsalu 8, PFS 22$5, Akeud PalnWg at BW! Th eQeod Marsha& Won, IWIl rpmo7B, MD 1 0 407599D W 1 $6,90.00 F 0e Pyhfe I(dm.lunge 6a Mielke rl' 04121_ 1 40 matte A of Kemifa, Anmaa Peyege Clark BOO Pd1�Bment alrablllI09on fu Rrrmay 12730 CityCity n ar the Kerrville sr;, .rnLocis Sclydner (890) 792.9332 $ 96,862.30 Prime Bruce Mk lends (880) 896-4399 05f1pn0 Fkkl TX 0r AM Groff, Inc„ 300 Ctiun;U15 Count Parallel TeYmeyA Exterdlon and Wlderdng Moire k, GA 30186 rnpmvone lv al Paukilng NMheak {770) 982.41300 S 85,906.20 Prime There. Chore Sods Creel 11/25/13 slime On Paring Southern. P.O. Box 19007, Re nil epellcalbn at the 495 11107 362- $ 84217.65 014, Green Bay, kM 54307-3007 Proonmel Air Kearns 90'I7112 50113 HI -Urn Alrkeld Services, LLC 18249 Hi.Llte Drive Adams Carrta , NY 13606 Molar Pra]eets Past 6 -Years Project DGpier1GC CIa5r4Roa11m of Work Pertomwd OxmKnC Phone ceM°t sm or pro t pamper Nsn Tarwen Phone (419) 794.(854 ProleotEr alnsm Phan° SuSII ° Phone Contract 6Ci112H 7 TORat, plea. 1480 Ford Street, Mein. OH Y5912BF-11-0 1 Repair ^n"'s}' keel 66dion ar FJl°xarlh AF 5D [419) 791.3084 S 90.50-00 PHne Herdwerk SXe C4racW(s, P.0- Rox 528.925 R4rlabltltetB RunHbl'02691719 CaPNeI 775337 S 04,881.25 Sub PGmr Road CI H PA 06/13112Okd 1 13eoNO& Lyrtdi, ilc., 150 LaKeAy Lana, Cover, FAdd97-11-0-001!1, W rg5 at (902}798-9031 S 9&bf6-DO Pena Rfdc [30-3]738.3901 Alfaleo Clndon 02(21112 PrsMnn Traffic Carwal Synlan, 625 Rkhord Lens, Elk Grove, L 60007 RGmoyal of nisway oobo(kle5 an owlorata 00 Runway 310 at CRIco5o Mioaey (847} 715-0041 f 9$900.00 Prkrts Tim 06 1316 (847718.9045 } 46/25/12 HoCearthy AJ.4420LIoIl A1r13Id Rarrarkiip at EllsrrorEh AFB, SD {806} 737-0007 f 91,100.00 PArm Drs Vanya 1506)767-4696 9rUce Ewfnp ON14110 Muegslk EbcevatklQ.mm, 515 klow"lown I mprove Runway 13-31 964605.036431. s Drive, Bath PA 1@09.01, Lehigh Valley Ir3arn3tlon6 Akport. {610) 7550625 S 90.646.00 Sub Ed.ho (610)769.0520 Mika Ksofr (6101759-0523 04/1(513 Sllenboor, PA land Cor�xrrawtlan Corp., P.O. Bar 990, e5 Rota b8wit of TeodRam i eGHfe55 (5851958,9242 S 90.478.59 Scb O9N7112 CIy oT WOIIRion, 226361 BromtA Y. WIIJ&bM Rer1 b RW 11 a9 Markln9a andT Y � 6iker NC 65802 10615483at Sloulm Faid 181 AiporL WXIi S 90,213.46 Prim° P.E•. Ka*msa (701) 398.3400 09(26110 Cw15m t?xcawtlrg Oo„ Inc., 4805 No. County Rummy 1533 Improve, the Fcd Seen Coon. Rood 13, Loveland, 0050639 C°Nbre-Loweland Municipal Airport, (572) 587-2170 8 89,37200 Sub EebPrgsu (or" 687-2]75 06/06411 LGVaIB BGatand Conlraotxs Corp., P.O. Box 950.86 Rtlabalmt1Gn of uVera°rsl°nE for Rmrwy4 High Tech Drive 22 and Hurre°y 10.28 at Ow Roctastr (` 1355$242 S 88,002.00 Sub 04!11111 Intemelionsl 5.8008. Redrea[er, NY CouLoria C CT0841 80 FlWdtpne COraact No. � 9AratovC- ARB MA lr [283) 231.3351 S 86,000.66 Ptah Fry 78411 fl 44992-8711 Steve Hrpnln (41816628711 82129!12 AsI1 Aulh SaWth Jersey Tfins. ocKy, P"0" Box 351, Rumsy bbr RanwwI and Aiheld H3fargrdom NJ 0l. 51 Moi4drMxC6yhc465jrpnt [55910958080 3 87,98851 pr, 08718111 City of Mi1xL 5123rd Ave, SW, 1054 4. NO Paint Rrbway 1&61 Pavamrr*Mrkigo at 95701 Minot 10/I Report, 10544. N5 S 67,745.72 Prins Bob Lap6Wr [316) 345-0149 9non C•Ray {8151415-9518 07/25443 Coty of Perxacola 7500013$ 02)19919. P.D. Box RW/AA06 Painting Sr6oss at 8u 12910 Per18ao0la I9 6m3lional Airport, Penoovl°, 1500) 496500 S 67,227.92 Praia Daniel P0566 (850) 4385600 02!27119 FL Janes 9ra91W5 Err6mp54, lnc., PO Box 1054, Airfwkd rrai 'rgs al Godrran AnW A[MekL 70087 F KY (864)466-7e 3 86,49250 Sub 08/29/11 kbrfolk A6put Auatority, Norfok Irsalra1Iona Airport, 2200 Bw NOMAve Rubber RsrWrai and Pavement peddngs at 4400064 Inlamatiorml Airport, Norfali4 VA } 857-0351 5 86.277.72 Prins F E, Rmdeeu. P.E. {797} 9573951 101-37170 Norfolk Airport AuBwdty. Norok lmwwk" Rubber 1ir11prai end Pdnift at NorfoG: { 7671657,4861 59200 $ 05,.dms E 10119 RandeeLL Ai. 2200 1roaruemd AI VA P PFE {757} 557-9451 06/15/11 9irminghartt Akport AWprity, 6900 AJip51 78113 866956 60 31 Blrrr86 m_ Riicia Rudolp}1, HI Bi AL95212 SMrdleawo39IMN AI S 85,018.00 Prkne )214$500 awAXf10 Malrop°Iifan Wnohlnptan Airpor, AfP, 138.225, Rubber Grid °m Pafnl Rovol at Waah*ptxn 1 AvIa90n C'rde Culks hroa I f 82,865.00 Pt/i. Garen 000 par )703) 572-7224 06101110 Rapid City RnplonGnrp°r4 4650 Termpl 2073A3r8td Pairesg at Rapid CXy Read Su Ito 102 0 Ai d C' SO S 19488 Pike ae Glr>; E><t 2 Pl (605)354-4150 A"rpor7 Operafl (805) 5933419 05/13/13 Qt*ft County Dept of Avhdlork 6834611910 5378.41848. Ruruway Pavement MnIn4ansncs M OdNhs Int.mol rub (41517964171 $ 80.000.00 Print. Chub Lnwerce 6860. SUNG 200 Rome NY 04101/72 Thu HGrpt. Company, P.O. Box 420.1648 812QR-1 O-CAU50 Wet Romp P9883 PaMrs" Road 2 RoplecsmOM at 3111646 00894606 APB, 151566.8550 S 78,768.80 RIM 061401'10 H P. Flarogon & Sons, it.., 2444 Loch KaVen T1k28 Tad88y Q and 111 Rehab oa BWI Road, 9ank11ore,105721218 Maralmll and Marl Suu Alrpcs (410) 89 48700 $ 78.407"10 Sub Ksim Jmas Gay MinIK0 09109111 B6Ill0Or MC DAILY REPORTS REQUIRED - Afnu3l City of New Odsex, Dept of Fiknnce, 1300 M°ir4anenw conuap for Runway Rubtw [x}655-1660 S 11,62&70 Prins 10006400 NodS, [x}464-3513 Tom Moor°, (6040486-1271 11/12112 0no8, o St. $uits 4407 Rsmpval S 8orprg at 9+a Loud° Arm0Onp QPy Maragar Plemtrg S Cav NOW Orleena Irs'1 Alrporl, Kerner LA I.Ute Alrfreld Services, 1.4.0 8249 HFLIfe Drive dams Canter, NY 19808 Mkor Protects Poet 5 -Years PrajW OrnraRGC CWiaHka6pn of 4410000 Pmrom9M uwfwdpC Phone Contract Sub Pr1JectMsneget Phone Pm)ectErginwr Phone Sire Couboot Amount 0)040 004000 Pharr NwNk AAU01, Norlok Imtemefionel 12100000) Rubber Removal, Pernt Rrmoval S Aapml, 22W Norvkw Ave P I118NMM Nortdk iMemacb1al (757) 8575351 5 77,988.00 Prima Ntlhofry Rondeau (77)007-3301 as a5r+a Oneida Carry IHpt m Ay141gA, 580 Hetgar Old Raf 1545, Runway Pavemard - Road, dl 260 Moidenerlda at 0`4fe4 lnromdIonal (315) 736-4171 3 77,325.99 Prime Chad Lswrarrra Been MI$hgtan (515)272-3581 04101/1$ Loo County Pat Aulhar�, P.O- Box 2488. Fort RLYlway Hold Pun on 4d ldrgo ol the Myers, FL 33802 SouUmoot Regional inwmadond AirpaR, (?3S) 59r04W4 $ 77,665-50 Wino 0740601 1 Fort M F CHOW. ConlracEora, rn�., 5135 North 791 Fhrrrway 12/256.11.1,0 Remove Tauway SBeek Sulls 105 B2 & EA@nd TaX ay B3 at Calaado (10)7900 S 78,847-00 Sub 0'561610 SPrkga Airport, Colorado 850158, CO 410100, 01x.. 50 Collin Avm. Suite 103 ToAAW A RahaSIN1a1f1Ylat $le Plallebur {8187 4591040 S 78,86090 Bud Rawn WAIcrwn 0t720M2 MiNer Bro9. Coral m-. P.O. Hov 60, 1816 a St Raowtiililelid1 d Rwe.ey 18414 at the Toledo rsra AI Tale 0H (419] 446-11118 B 76,4sa.55 $up Ja4en Sllerrnan (419)445-7018 FfW GOOd 47730410 Loul:b ro AS Fina158k/h, P.O. Box631. SI0W4da 9aaleaet ProjdR at Woodrdlh $ 74.917.44 Prune Pan Arnedran Baton LA 74821 AI r h+r�� rwre (318] 4732100 11)729110 Enh11000d Talduay III,. M9rkinga and CIty of 10r4m.111, 201 South FrankBn Slrs9t, Surface Painted Hdding Poeiion S4gn4, 4 74,560.00 Prime Cone Fhrgeolle - M96haw Jacobs, MO 63507 Romans Rlgaaty 1858 Ainft Poirt awn {Bib] 363.2808 BWR (8)a} 363^+695 Same 10120/10Kbk5Alls, Mmki a .1 415111.111. RusInn, MO City o7 Fon Laudartlafe, 100 604)1 Andreas P1�eft 1146$ Abedd P00 ,it. datvin0 Ayanua, atr Floras d Fort Laudeudale Emallive AFpo0, Frog (954) 7615772 S 74,473,21 Prim. 11/10110 9100fµ Biro Corbinrc9arL Inc-, 57 Burns Orlun, R36 1311 Exte,vlorr at OToklan 74001146 Columba, 145 39702 Rg3m. Aiport. Co mhua, MS (0) 829'5703 5 73,243.38 Sib Rriart 1pq{n7ar7 (682}329703 139vrsyrls eu' (661)3285703 07/21110 Chavez LTo[9ref9i%, Inc.. P.O. Box 2451, Ropaerd Frcdrlak N1d 601.000 Widiea Falls, 7% 78307-2451 Rubber and PoOt ).nrapa o Shoppard (940) 781.3488 $ 72776.47 From Wade Soorhrauph (840) 7015488 11/10110 Ouvel Aephaa Produdn, ]rw, 7544 PhMpa R9118110t0NW of Runway 1341010111 Ni/7wRy, Jacknnrwllle, FL 37258 Frrw Beech Munkipol Airport (809) 296-2020 3 71,19A00 Sub Chris WzVi4 [904(2.2✓ ChrisA eels 0112810 RC- co, Inc.. P Box 1998.818 Praaim ut Stra.'OiPn -O. Walriu[ Street Uin51191275-1 r Ler ImO Dud,. AFB. (482)453.2424 $ 70,84600 Prime Heetan Poaars )882)46x2424 Hank FlwpC 42,41151 6,laa F1Wd FL APAC Temanaw rnc., Balforger Paving BPO 994207. Hewrrseuriand WW4n Olvision, P.O. Box 127 Tmiw0y U at tie Colombia M00poillan (084) 292.9550 $ 89,89050 8106 70012112 AFt, 9C Blare Con*uc60n, 151 Lou One. BOd, Taxiway W relocation dt 9w CtnvolWaI (440) 243.1642 $ 85,750.00 Sub tan 0H 44017 M9 - 01.0.1.54 0H 09107!40 Gre111e Conetr(.1lon Co., Box 902500, CAFE (Tank Order 812) Conlrrct NY912 P9kndaN, CA 93680.2300 58-D4032, Ramp 7 SItIMar pin2-Airk Pre- (901)720-4447 447 86 S ,33160 . Sub 09117/10 Famed T7wrmoP1$ 10 Slgne F. Flmlpa10.0.11% Inc., 2444 Loch Ham., 10.28 and 1SR Irdarsadiorl Road, Baltimore, MO 21210 Pdyer1e11[ roh0ClBalim 854111 Thirgee4 (410)487'5900 $ 86,212.59 Sub 05013711 Mrehall Airport 9allmoro, MO Lana Conawotian apnradon, 90 RoWsmna 5140 P$Wrr9 Mainlanrvd erd Repairs Chashire CT 1 81s MA F T71 (233) 228-2351 $ 86,200.06 Sub John F- Rays [077 4364652 1 Jeff B. 15101011 (817]480.0852 07/15111 Lou County Port Al11hp1ty, P.0- Box 2453, Fort AY(lald PahAng and 9alpkg 91 ere Myare, FL 63902 Flwlda kmmalionsl Airpal, (239)590.4804 $ 68,700.04 Prx11m $0011 llama (239) 4525739 03!28111 FSeWhwad City s} Bimraret 2361 t7na�eraily Drive, P-0 2012 Afrpprt IrI m.nwnls - Pavomant BOYOe1 MairUnMxAd Bieewrrh AleporS S 65,828-52 P01110Kevin IW6at1, PE (701) 355.2318 06128112 Head trio. 4477E Fihh AvarNlet Columbus, �klA5 7 SU319)7%axlwayy Bt S, 1614) 396.8501 $ 6530090 Sub 0270.5710 Trlai-p Pawl% & Grodlrrg, rnc, PO Creusr 10.043105, Taxiway O Falb boo - SoW 2070, 57041511, NC 27218 a12 F61O, Charlaac Po45lac (335)564-1745 5 64,x64Ore - 50211 &eve Mu/in (336] 216.4484 09776112 AbporL Clbdwa He 110f13 Hl-LIts Aliflefd Services, LLC 16249 HI.Lite Drive Adams Center, NY 13895 Major Projects Past 3 Years ProlactoniGC wn CIm1Rcation oT Wnnc Psform d Ow r lGC P bne Contract Sob m PmJsM M It 55r Phone Pr5Jaet Engineer Phpnla ��� Phone, Con_ City of Sugar Land, 2700 Tovm Comer Sind, icy 17.95 Clearing and Remarking, NOM Sugar Lard, Tx 77487-0110 mar tend Regional AiWft, Began Land, S 83,550.30 Prime Darid►,wmndar (29174947252 53124/15 'Ihe Harper Compa y, P.O. Box 420, 1648 Recenenuct R.JIw my 6-24 and Tedway A-1 PaiarHCrug Rsrr at VkW1 I. Cinaaonn Munlclpal Airpoet {859}5e5.8890 $ 691376.39 Sub 0613[110 Bedfor IN John R. Jwgsr son Ca,11641 W e4vr Road, Gncinnelt 0144524i W9120R-17.O 609% Ovaday Rirnwy 2312, Wriyit Pahers011 Air Fs os Baal, OH {513}771-0620 $ 63,701.6$ 44 Chris ROAM (5035404.8224 Same 01123112 Somh Jerssy Tract. Al111 y, P.O. 6011 351, RWbe71PaW RarnarW anal PaYIw5 at (_DH19B6+9_8O 5 82.62&80 Prime mmpnta 06087.0361 Atlantic c 06103110 ✓ 111 of Pierre. 222 Fall Dakota Ave, Pierre, SID Pierre Regional Airport Matki g 2010, ! 1773.7407 4 62,406.00 Prime e' i(M773.7447 John Cnllds, 57501 Pi SD s x {8067775-3066 0_311_ George 61_ynrh, Ina, 150La71erty Lane, Corer, Reavies of pavement mewing_ fornvn 65 Rrtic t;Nop, ed. DE 19901 d by ribber removal et Dover AF& (3075 73&3_31 6 0$200.00 Sub 204 {302} 73&8031 08126/11 ountyof Vk]aria. 101 N. image Skint, Cssr4 61791790. 5065111 Pavemer4 Mtldrklg and y. TX 77001 Selective Crack Sealing Rurx ray 12L -90R S 61,129.00 Prime Ray Bes d�, PE {361} 578-0836 Ml5Feel (3811578-0636 OaA7L11 8t VWCloea RBWorlal Aurveri Vidots. TX Lane on Capors.on, 90 Fialdawna T 08410-7212 ID(Q ASJR - erica and Rspalr 5, tlts F (212353551 S 60 225.00 8ub Jprn F. Rar4r 151754110-0652 Jeff D. Nichols )43562 [81711-0 05710 7ry JSR hc., P.O. flux 670. 6636 Greaws Lacs reFID. I m runway 54122 ei cnionRik 210)559-7772 $ 59720.00 Prime Janet Raeder (8765 762-S777 1061&12 IDnois DOT Olf e oAamnau_ , 1 La'1566111. ghe 1119 560 Ruml3 9727 Bond Drive CapArrpod and arfaclad tmawaya a! the l(aw4nee $ 59,313-60 Pdmi 09170719 , M5' ti KressIL City of Rapid City, 300 80Ml Street, Rapid City, 2011 #kSekP Painting at tiva Re*fd City D 517111 R feral O' f 99.155.25 Pri me 0871[511 Aunt eodga 8 Rued, LP, 8030 001516/06 Runway and Tawway ants at Orive 6 -Os 150 I - Tx 76009 aR nk Field I9I (2141 SW7300 $ 69,51081 Prime Tom (51x} 748-0886 10/19710 Oily of Ocala Finds, 201 SE 3rd SL, 2d Fkror, Mooairfeld marldngs slew Orris Ocala FL�H71 Inlamalonal Alnput-Jim Taylor Field, {362}829.6214 S 50,917-99 Prone MatlhewGrow 01123112 FL AWmIt Sealhg Pro esslond4 5426 AiMofd dick repair and oral 5031111 ma 57g1661-0903 S 53003 Rime opkirouille RosA CaOF 1(1142211 Sig Ssrmy Regional Airport, Big Sandy, KY 10718710 TFs Kiien CaporaNprb PO BooS, 608 Gush F55500.06 -C.5205, 00 0006. Rummy Bdepenraree Slnaet 14R -ML Pomme d Repels atmu EAFB. 5 50,4809(1 Prima Frank LIara {6187 SW -2000 TOO 02rd6n7 T AC Temassee, k10.. Bailarger Parkg 4U16510Pmmmem P.555 Pmpct Phase 1: DiAC P.O. Bee 127 Apron and Ad)ot56g Taairays et AMereon 1904) 2527 S 57,625.00 Sub m860 MlchCraig {8647 630-5484 07129/IS Regional AlrporL Andarsan. BC Jones Brothers Elamplae, Inc, PO H11x 1_53. St. LA 70087 Paint b Rubber rwnoval to ABReld Ftyhg vra6ens AJtuoAFB OK [y09) ABe-7035 S 67,505.10 Sub Ed WCkson 803 477-1268 ( 1 Blddleon aloa (9031477.1207 11180712 Ramsey Crxetuu0rs. I. 6711 Gelawey Park Conea'uct Tamlay P from ToMay F to Eta Lakeville, NY 14480 Rulswy 26 Thradnld Greater Rochester (666) 646-5720 a 57,00200 Prkna Steve Bdugolne (585) 78&2879 Jim W a {686)73q-6366 0719W12 lntematiooalAtrpin, R0dha91Sr. NY Torreet Inc.. 1480 Fad Saeat Maumee, ON 006r611 N0- F 3W :D•s001: Reps? 43537.1731 rurevay and Nah+A shoulders at t e (419} 764-9654 4 56,857.68 Prime Chortle" PoI Jay Mal, raw 01131113 Anac Flek! TX DiFare Caeauotlon, Ina, 180 Pool SaisL Reoonahum Tdow5yA 310564 Thmehold Rodseln, NY 14806 ar the Roaw5ler IrK't argon, Rarheater, (686) 2552310 S 58,479.75 Prime Jamie alight {5855370-7419 Hslk Proelon 04MPM D iaina'ay 1ISL33R and Trp1aays J, K.LI. O Rallabla Con*=Con Co., Inc, I Cinadr Vww and 8 Pavemwd Rehab and (4107987-0313 $ 66,00000 Sub Mike {4107490.2470 0(107773 Road, NDlerevtie. 124121106 Conprotisnu a Pavkg 2013, Trek 11, BMA Bakima MD an Frarclaro 151 Aiport. Fadlllse Opera5are Rubber Rrrn vsl at to Sae Frardew ha'I (850) 821.7736 $ 86,050-50 Pr:ne 61077 Pelslnikov [fl5Oy 521.7735 Adfal "AJ"Jew, (COI Bin -7744 811257!0 6 Meint P.O.8 11 007 adln CarnL Co. Ll.C, One N- Dale Marty Heroin Cargo Service Road amnel and relawd I Ste brio. Tampa, FL 33608 wa'k stills Tampa Intsmiisnal Argon. {519}961-0905 S 55.54585 Sub Wtl31110 nip FL 12 of t3 JLlte Alrtvld 8ervk s, LLC 1249 HI43te Dr" dame Center, NY 13Q5 Major Projects Past rr-rears ProJactOenwA0C ptlaiIii 5?Wk Parfrnlsd 0 filreGG P555 Canlracl05 Prs st Manaprr Phbra PFaJect Enpliasr Piiu. Shea pbpb Gwdrw Strudual Assdetee, Inc, 5953 Fisher Read, Rehenldmeal of RurnrSy 33 at Whc*r Poor Eao1 v NY 13057 Field Fu1 Orum 55wYork [9152 d83-0001 S 55,519.75 Prim BobLeeson (3151779-W78 SIM Gray 05103113 NORcaIRirROR Autlm111y, Norfolk Intanatlonal Airport, 2200 F1aNiew Are P 45152, Runway Rrbbor Remora! and ak InwmY5atel AlrPerf, (757)0579851 $ 56.311.60 Puma Anllxwyr RerRlI I (787) 8679851 sink VA 0S/FS ei 99/29112 C O8 LyMfl, Inc. 100 Ldfarty L005, 00551. Sues GmW Abperf RlrsYay Ektaniion - 0 adage 2, Suaeex Candy Pr fecI l2.07 ( 3001 i 55,000 Sr6 Oarak ,!eras 11/27/13.00 0 31510 C 8386 coppapa sriway 5133 T om, eud-rn oe M6. 3Z�g, FSiud, Hs 0 at Cf si1eslon [229) 794-1023 a 53,750.00 Sub Wayne Mocre {2271740-1417 1214/10 9rasard Csunly Pla`dlasisg, 2725Judge ran &3.104URunwyy Piing knq ertlrrRresat [321}517.7090 $ 33,58258 Pr4rw 9ofowfki . 45545 59 W S4He 0503 M Val p FL Ai [321}767459[1 0:2081/0 rlorPnWng 6 MSWFiala, 5 Whlpp)s Rg170iytele R41nvay 0.27 a[ Metline ys NW North Cerdon Munn al pry /330)400-5540 @840 $ 335500Bub Cut W.9w (W}49¢5$49 110111712 Fayanwnt I 1dfl5a & PararrwOt Removal The Great Lakes Cmel. Ca, 2800 Greet Lak93 by Waterbbsting at dre Sough Cargo Re1fp1 Way, HirSkle1, 01444233.9590 and Tae) way atthe ClevalandlioPklne Ind (330220-3500 S 52,76090 Prime 0713153 Alrpgt, Cleyelsw 08 W& N Earth+rtovere, Irtc., P.O. Boo 1069, 515 01r0/N0. 9442 2.0.91313. A1Olgd Wkdmla Wtve h- Tor 1485 Fatorr. NV (776) 422£065 8 52,100.00 Sub OrAk Cotdwgl ti775) 4234085 Richard Sdva 0270450 Alabama OOT4Br011eIAks 174ra414 1409 RwnarkAMkld Pav4meNeat Cdlanm BIM AL 881 SL Elmo S 01,078.00 P(In1e 0500/10 CIty of Talteheeaae, AmowrEs Payable, City OpeciakyASOeld Part Meddrg and Rubber /411.3005 . Adams St., 3rd Flow et ha5ase Raplorwl Alrpwn- (850) 691-5427 S 60,so0.00 Prime Oavld Pdlerd (880}691-7019 05!01111 Tell F05 L Cityof Talrshasaey, Ac w1ls Payable, City Spedeky A4field Pavl 1451911Q wA Ruiwer Hell, 3W S. Adams 31.351 Floor Removal at Tallahassee RegionalAirpK [850) 801-0427 S 50,800.00 Prime Oarld Pollard (850)061-70I8 06.071112 eFwme FL RiN5bup Conslnction, Inc, 159 01kk Ch4rch 0555114911000' ENvnalon10 R5 28 w55 Road, Troy, NV 12180 Pamllp Tax►ray sl Wahnown (518)2751.3255 $ 50.150.04 Sub Russell FLrla /015/2751.3355 Mer9n Smith /915)3574004 0503/10 knerrntlona! #10641. Lt85ter. NY 13 of 13 DOCUMENT 00430— LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the follower names of Subcontractors to be used in performing the Work for FYV AIRFIELD PAVEMENT MARKING REHABILITATION. Bidder certifies that all Subcontractors listed arc eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value None NOTE: This form must be submitted in accordance with the Instructions to Bidders. • Bid s Signature END OF DOCUMENT 00430 City of Fayetteville 00430-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 00430 - LIST OF CONTRACTORS (continued) Page Intentionally Left Blank City of Fayetteville 00430-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: FYV AIRFIELD PAVEMENT MARKING REHABILITATION Contract No.: THIS AGREEMENT is dated as of the \ 3 day of in the year 20 by and between The City of Fayetteville, Arkansas and Hi -Life Airfield Services, LLC (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Installation of approximately 101,000 square feet of reflective pavement markings, approximately 2,650 square feet of non -reflective pavement markings, approximately 15,500 linear feet of crack repair, and approximately 1,000 square feet of pavement marking removal at the Fayetteville -- Drake Field Airport. ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by GARVER who is here in after called Engineer. GARVER assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. City of Fayetteville 00500 - 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. Schedule I: The Work will be Substantially Completed within 9 calendar days (includes two (2) daytime runway closures) after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the date when the Contract Times commence to run. B. Schedule II: The Work will be Substantially Completed within 10 calendar days (includes three (3) nighttime runway closures) after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the date when the Contract Times commence to run. C. At the Airport's discretion, contract time may be suspended to accommodate high volumes of aircraft traffic expected at the airport. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. In addition, the Contractor shall pay The City of Fayetteville an additional Five Hundred Dollard ($500.00) for each additional runway closure beyond those specified in Paragraph 3.02. After City of Fayetteville 00500- 2 Garver Project No, 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid for Schcdulc_ I Schedule II (Strike one) in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. City of Fayetteville 00500 - 3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 — AGREEMENT (continued) 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. City of Fayetteville 00500- 4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. City of Fayetteville 00500 - 5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. City of Fayetteville 00500- 6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: FYV Airfield Pavement Marking Rehabilitation. 8. Addenda numbers one (1) to ( _-), inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. City of Fayetteville 00500-7 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. City of Fayetteville 00500- 8 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 MATERIALMEN'S LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' or materialmen's liens in relation to this public construction project. Arkansas law requires and the Contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment of labor or materials on the bond. The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. OTHER PROVISIONS: Not Applicable. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. City of Fayetteville 00500- 9 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 — AGREEMENT (continued) Page Intentionally Left Blank City of Fayetteville 00500 - 10 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 - AGREEMENT (continued) This Agreement will be effective on N lA1 , 20, which is the Effective Date of the Agreement. CONTRA TO -L By: fh.s, (d. Is+CWlC zr Title: 1b b C s .�. ! i?Y'itle: /mph Address for giving notices: 'Lt 2Aa Vc-L: t -,.\j -c_ (SEAL) Address for giving notices: rr 3 �i1 lf. 72701 License No. 2So �.�� \ t. (attach evidence of authority to Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: { S By: Attorney For: . l-'t.c "' 1k City of Fayetteville 00500 - II Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00500 — AGREEMENT (continued) Page Intentionally Left Blank City of Fayetteville 00500 - 12 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation CERTIFICATE OF SECRETARY OF HI-LITE AIRFIELD SERVICES, LLC As to resolution adopted by Board of Directors on December 31, 2013 1, Kelly J. Spinner, hereby certify that I am the duly authorized Secretary of Hi-Lite Airfield Services, LLC charged with keeping the records and the seal of said Corporation, and that the following is a true and correct copy of a resolution adopted at a meeting of the Board of Directors of the Corporation duly held on December 31, 2013, which resolution is now in full force and effect. RESOLVED, that John S McNeely Richard C McNeely III Rhonda M McNeely Richard C McNeely Jr Kelly 3 Spinner Richard C McNeely IV Joel D Rarick Christopher J Miller Ismail Bonilla Theodore Misiewicz President/CEO Executive Vice President Vice President Sales Vice President/Assistant Secretary Vice President Finance/Secretary Vice President Safety Vice President Project Management Chief Operations Officer Chief Development Officer Chief Financial Officer/Treasurer are hereby authorized to execute bids, bid bonds, contracts, performance bonds and labor and material bonds on behalf of the Corporation. WITNESS my hand as Secretary and the seal of the Corporation this 31St day of December 2013 ecretary Sworn to before me this 31st day of December, 2013 ``���}titit►irrrirr, �. LIT_____________ I y SEAL NotaryPu is •_ 2013 DENNIS M AEFNER SR 'rf ''•., LXAs. Notary Public, o 01HA50 1 f New Yoric ,,�#f �fii�t1 141fti1 Qualified in Jefferson County DOCUMENT 00550 — NOTICE TO PROCEED TO: (Contractor) Contract Name/Title: FVV Airfield Pavement Marking Rehabilitation Contract No: Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on 20 . By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement Between Owner and Contractor, the date(s) of Substantial Completion and final completion ready for final payment are 20 and , 20 , respectively. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insured(s) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any work at the Site, you must submit the following: I . Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. City of Fayetteville 00550 - 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 00550 - NOTICE TO PROCEED: CONTINUED You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this day of ACCEPTANCE OF NOTICE TO PROCEED Copy to Engineer (Use Certified Mail, Return Receipt Requested) END OF DOCUMENT 00550 _, 20 OWNER City of Fayetteville By Title CONTRACTOR By _ Title Date . 20 City of Fayetteville 00550 -2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00610 — PERFORMANCE BOND: Bond No. S001-1356 KNOW ALL MEN BY THESE PRESENTS: that Hi-Lite Airfield Services, LLC 18249 Hi-Lite Drive Adams Center, NY 13606 as Principal, hereinafter called Contractor. and Allied World Specialty Insurance Company 30 S. 17th Street, Suite 810 Philadelphia, PA 19103 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Eighty Eight Thousand Four Hundred as Obligcc, hereinafter called Owner, in the amount of Ninety Two & 50/ 100 Dollars ($88,492.50 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated into a contract with Owner for 20I.. entered which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, TEIE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. City of Fayetteville 00610- 1 Garver Project No. 15041212 PYV Airfield Pavement Marking Rehabilitation DOCUMENT 00610 — PERFORMANCE. BOND: (continued) The Surety hereby waives notice of any alteration or extension of time made by the owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract. the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions. or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or forthe use of any person or corporation other than the Omer named herein or the heirs, executors, administrators, or successors of the Owner. City of Fayetteville 00610 -2 Garver Project No. 15041212 PYV Airfield Pavement Marking Rehabilitation DOCUMENT 00610— PERFORMANCE BOND: (continued) r Signed and sealedthis I day of 2OJS CONTRACTOR (CORPORATE SEAL) Hi—Lite Airfield Services, By _ �.� SEA r o. L - 2013 z. CFA SURETY COUNTERSIGNED: Rcsident Agent State of Arkansas rid Spec .alyy Iance Company N/A Robyn toot, Attorney —In —Fact ATTORN EY-IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00610 By (CORPORATE SEAL) App cd as to F nn: Attorney for City of Fayetteville 00610 - 3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: Bond No. S001--1356 This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that Hi—Lite Airfield Services, LLC 18249 Hi—Lite Drive Adams Center, NY 13606 as Principal, hereinafter called Contractor, and Allied World Specialty Insurance Company 30 S:. 17th Street, Suite 810 Philadelphia, PA 19103 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Faycttcvillo, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Eighty Eight Thousand Four Hundred Ninety Two & 50/100 Dollars ($ 88, 492.50 ), for the payment whereofPrincipal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, fire ly by these presents. WHEREAS, Contractor has by written Agreement dated _ 20i entered into a contract with Owner for FYV AIRFIELD PAVEMENT MARKING REHABILITATION which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void.; otherwise it shall remain in full force and effect, subjoct, however, to the following conditions: City of Fayetteville 00611 - 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, ear rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were famished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with, substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. City of Fayetteville 00611-2 Garver Project No. 15041212 FYY Airfield Pavement Marking Rehabilitation DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project; or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. City of Fayetteville 00611-3 Garver Project No. 15041212 1� YV Airfield Pavement Marking Rehabilitation DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) Signed and sealed this 1 _ day of � 20 . CONTRACTOR Hi—Lite infield Services,. By SURETY ATTORNEY -IN -FACT imp any (This Bond shall be accompanied with Attorney -in -Facts authority from Surety) END OF DOCUMENT 00611 (CORPORATE SEAL) COUNTERSIGNED= Resident Agent State of Arkansas By (CORPORATE SEAL) App ed as to Fo Attorney for______________________ City of Fayetteville 00611 -5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) Page Intentionally Left Blank City of Fayetteville 00611 -6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation Corporate Acknowledgement STATE OF ire `fo�i� COUNTY OF 11th day August the year 2015 , before me ,.,, K& , NOTARY PUBLIC personally appeared c z personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as president (or secretary)or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written. My Commission expires, otary Public, res' g at (SEAL) LM HAEFNEH SR ic, State of New York 1HAS061100 n Jefferson County Ex free June 30 2018 ACKNOWLEDGEMENT OF SURETY State of New Jersey County of Essex City of Madison On this 11th day of August in the year 2015 before me personally Came Robyn Rost to me known, who, being by me duly sworn, did depose and say that he resides in Madison, NJ that he is the Attorney - In -Fact for Allied World Specialty Insurance Company the corporation described In and which executed the attached instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; and that it was so affixed by Order of the Board of Directors of the said corporation, and that he signed his name thereto by like order. Notary Public Thomas Francis Dorner Sr Notary Public New Jersey My Commission Expires 4-23-18 ID No. 2433021 NAME{s): af'J Swick ° ° . Rob�thbs DocuGard 04541 -6 Security Features • Prints"VOID"on front when duplicated . Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes colorwhen scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper -resistant attributes DocuGard 04541 - 6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes j color when scratched with a coin Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper -resistant attributes DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy . 5ecurity Features Box lists tamper -resistant attributes DocuGard 04541 •- 6 Security Features Prints "VOID" on front when duplicated Blue background highlights erasure alterations Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes color when scratched with a coin Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper -resistant attributes ALLIED WORLD SPECIALTY INSURANCE COMPANY - NAIC # 16624 CONDENSED STATUTORY BASIS FINANCIAL STATEMENT BONDS COMMON STOCKS INVESTMENT IN SUBSIDIARIES CASH &SHORT TERM INVESTEMENTS AGENTS BALANCES OR UNCOLLECTED PREMIUMS OTHER ASSETS TOTAL ASSETS RESERVE FOR LOSSES RESERVE FOR LOSS ADJUSTMENT EXPENSES RESERVE FOR UNEARNED PREMIUMS ALL OTHER LIABILITIES TOTAL LIABILITIES ADMITTED ASSETS LIABILITIES CAPITAL AND SURPLUS SPECIAL SURPLUS FUNDS CAPITAL STOCK CAPITAL IN EXCESS OF PAR VALUE UNASSIGNED SURPLUS TOTAL CAPITAL AND SURPLUS TOTAL 3,500,000 183,188,330 210,707,180 AS OF DECEMBER 31, 2014 276,546,621 67,347,771 115,895,530 97,657,723 92,082,199 102,480,016 $ 752,009,860 139,232,483 51,819,011 60,624,589 102,938,267 354,614,350 397,395,510 $ 752,009,860 In the state of New York__ 47 , county of New York, Robert Larson personally appeared before the undersigned who being duly sworn, deposes and ." tat he is the Vice President and Treasurer of Darwin National Assurance Company and that the foregoing14atement is correct and true. NOTARY Sworn to and Subscribe€1 bnf ire Me tt is day of April, 2015 Signature ' My Commission Expires Y y ' DOCUMENT 00700 - GENERAL CONDITIONS: ARTICLE 1- DEFINITIONS AND TERMINOLOGY.......................................................1 1.01 CONTRACT DOCUMENTS:............................................................................................1 1.02 DEFINITIONS: ..................................................................................................................1 1.03 TERMINOLOGY:.............................................................................................................. 5 ARTICLE 2 - PRELIMINARY MATTERS..........................................................................5 2.01 DELIVERY OF BONDS.................................................................................................... 5 2.02 COPIES OF DOCUMENTS:.............................................................................................. 5 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED:..................... 5 2.04 STARTING THE PROJECT:............................................................................................. 6 2.05 BEFORE STARTING CONSTRUCTION- ....................................................................... 6 2.06 PRECONSTRUCTION CONFERENCE:.......................................................................... 6 2.07 FINALIZING SCHEDULES:............................................................................................. 6 ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ...............6 3.01 INTENT:.............................................................................................................................6 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS -..........................8 3.03 OWNERSHIP AND REUSE OF DOCUMENTS:............................................................. 8 ARTICLE 4- 4.01 4.02 4.03 4.04 4.05 ARTICLE 5 - 5.01 5.02 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS...................................................................................8 AVAILABILITY OF LANDS:........................................................................................... 8 UNFORESEEN SUBSURFACE CONDITIONS- ............................................................. 8 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES -......................................9 REFERENCE POINTS:...................................................................................................10 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL:.....................................................................................................................10 BONDS AND INSURANCE.........................................................................11 PERFORMANCE AND OTHER BONDS- ..................................................................... I I INSURANCE:........................................... ...........................................12 ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES...................................................18 6.01 SUPERVISION AND SUPERINTENDENCE:...............................................................18 6.02 LABOR, EQUIPMENT, AND MATERIALS:................................................................18 City of Fayetteville 00700 TOC —1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.03 ADJUSTING PROGRESS SCHEDULE:........................................................................19 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS:...................................................................19 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS :....................... 21 6.06 PATENT FEES AND ROYALTIES:............................................................................... 22 6.07 PERMITS- ........................................................................................................................ 22 6.08 LAWS AND REGULATIONS- .......................................................................................22 6.09 TAXES- ............................................................................................................................ 23 6.10 USE OF PREMISES:........................................................................................................ 23 6.11 RECORD DOCUMENTS:...................................................................... .. 23 6.12 SAFETY AND PROTECTION:....................................................................................... 24 6.1.3 EMERGENCIES:............................................................................................................. 24 6.14 SUBMITTALS- ................................................................................................................ 25 6.15 CONTINUING THE WORK- .......................................................................................... 26 6.16 INDEMNIFICATION:..................................................................................................... 26 ARTICLE 7- OTHER WORK.............................................................................................27 7.01 RELATED WORK AT SITE:.......................................................................................... 27 7.02 COORDINATION:........................................................................................................... 27 ARTICLE 8 - 8.01 8.02 8.03 8.04 8.05 8.06 8.07 8.08 8.09 OWNER'S RESPONSIBILITIES................................................................28 COMMUNICATIONS:.................................................................................................... 28 CHANGE OF ENGINEER:............................................................................................. 28 REQUIRED DATA:......................................................................................................... 28 LANDS AND EASEMENTS:.......................................................................................... 28 INSURANCE: .................................................................................................................. 28 CHANGEORDERS:................................................................................ INSPECTIONS AND TESTS- ................................................................. STOPPING THE WORK- ........................................................................ LIMITATIONS ON OWNER'S RESPONSIBILITIES :.......................... ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION .............................29 9.01 OWNER'S REPRESENTATIVE:.................................................................................... 29 9.02 VISITS TO SITE:............................................................................................................. 29 9.03 PROJECT REPRESENTATION:..................................................................................... 29 City of Fayetteville 00700 TOC— 2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 9.04 CLARIFICATIONS AND INTERPRETATIONS:.......................................................... 29 9.05 AUTHORIZED VARIATIONS IN WORK:....................................................................30 9.06 REJECTING DEFECTIVE WORK:................................................................................ 30 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS............................................30 9.08 DETERMINATIONS FOR UNIT PRICES:............................................................ ... 30 9.09 DECISIONS ON DISPUTES:..........................................................................................30 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:............................................ 31 ARTICLE 10 - CHANGES IN THE WORK.........................................................................32 10.01 GENERAL:....................................................................................................................... 32 ARTICLE 11- CHANGE OF CONTRACT PRICE............................................................33 11.01 GENERAL:....................................................................................................................... 33 11.02 COST OF THE WORK:................................................................................................... 34 11.03 CONTRACTOR'S FEE:................................................................................................... 3 6 11.04 CASH ALLOWANCES:.................................................................................................. 37 11.05 UNIT PRICE WORK:...................................................................................................... 37 11.06 RIGHT OF AUDIT:.......................................................................................................... 37 ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................38 12.01 GENERAL:....................................................................................................................... 3 8 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK............................................................................................................39 13.0I WARRANTY AND GUARANTEE:............................................................................... 39 13.02 ACCESS TO THE WORK:......................................................................... ..................... 39 13.03 TESTS AND INSPECTIONS:.........................................................................................40 13.04 DEFECTIVE WORKS ...................................................................................................... 40 13.05 UNCOVERING WORK:.................................................................................................. 41 13.06 OWNER MAY STOP THE WORK:................................................................................ 41 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK:........................................... 41 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD:........................................ 41 13.09 ................. ACCEPTANCE OF DEFECTIVE WORK :................................................ .... 42 13.10 OWNER MAY CORRECT DEFECTIVE WORK:......................................................... 42 City of Fayetteville 00700 TOC— 3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................43 14.01 SCHEDULE OF VALUES:.............................................................................................. 43 14.02 APPLICATION FOR PROGRESS PAYMENT:............................................................. 43 14.03 CONTRACTOR'S WARRANTY OF TITLE:................................................................43 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: ...................................... 43 14.05 SUBSTANTIAL COMPLETION:................................................................................... 45 14.06 PARTIAL UTILIZATION:.............................................................................................. 46 14.07 FINAL INSPECTION:..................................................................................................... 47 14.08 FINAL APPLICATION FOR PAYMENT:..................................................................... 47 14.09 FINAL PAYMENT AND ACCEPTANCE:..................................................................... 47 14.10 CONTRACTOR'S CONTINUING OBLIGATION:.......................................................48 14.11 WAIVER OF CLAIMS:................................................................................................... 48 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION...................................49 15.01 OWNER MAY SUSPEND WORK- ................................................................................ 49 15.02 OWNER MAY TERMINATE- ........................................................................................49 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE- ............................................. 50 ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................50 16.01 RESOLUTION OF CLAIMS AND DISPUTES.............................................................. 50 ARTICLE 17 - MISCELLANEOUS......................................................................................51 17.01 GIVING NOTICE:........................................................................................................... 51 17.02 COMPUTATION OF TIME- .............................. 17.03 CLAIMS, CUMULATIVE REMEDIES-............ ......................................................... 51 ......................................................... 51 City of Fayetteville 00700 TOC— 4 FYV Airfield Pavement Marking Rehabilitation Garver Project No. 15041212 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE 1- DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: A. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01A are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof: I. "Addenda" - written or graphic changes or interpretations of the Contract Documents issued by Owner prior to the opening of Bids. 2. "Agreement" - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. "Application for Payment" - the form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress and final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. "Asbestos" - any material that contains more than 1% asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. "Bid" - the formal offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. 6. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 7. "Change Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 8. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 9. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. City of Fayetteville 00700— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) 10. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendations of final payment. 11. "Contractor" - the person, firm or corporation with whom Owner has entered into the Agreement. 12. "Date of Contract", "Effective Date of the Agreement" - the date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other licensed professional who is either employed or has contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 14. "Engineer's Consultant" - an individual or entity having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project. 15. "Equipment" - a product with operational or nonoperational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 16. "Field Order" - a written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 9.05 but which does not involve a change in the Contract Price or the Contract Times. 17. "General Requirements" - Sections of DIVISION 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 18. "Hazardous Waste" - the term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 19. "Law" - law of the place of the Project which shall govern the performance hereunder. 20. "Laws and Regulations," "Laws or Regulations" - laws, rules, regulations, ordinances, codes and/or orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 21. "Lien" - charges, security interests, or encumbrances on Project funds, real property, or personal property. 22. "Materials" - products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 23. "Notice of Award" - the written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. 25. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation, with which the Contractor has entered into the Agreement and for whom the Work is to be provided. City of Fayetteville 00700-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 26. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 27. "PCBs" - Polychlorinated biphenyls. 28. "Petroleum" - petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60° Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 29. "Program Manager" — NOT USED. 30. "Project" - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 31. "Project Manual" - The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 32. "Radioactive Material" - source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 33. "Resident Project Representative" - the authorized representative of Engineer who is assigned to the construction Site or any part thereof. 34. "Reference Drawings" - drawings not specifically prepared for, nor a part of, this Contract, but which contain information pertinent to the Work. 35. "Samples" - physical examples of Equipment, Materials, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 36. "Shop Drawings" - all drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 37. "Site" - lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 38. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the Equipment, Materials, workmanship, and certain administrative details applicable thereto. 39. "Subcontractor"- an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 40. "Submittals" all Shop Drawings, product data, and Samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. City of Fayetteville 00700-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 41. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it was intended. 42. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 43. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or vendor. 44. "Underground Facilities" - all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. 45. "Unit Price Work" - Work to be paid on the basis of Unit Prices. 46. "Work" - the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of Bonds and insurance, furnishing labor, and furnishing and incorporating Materials and Equipment into the construction, all as required by the Contract Documents. 47. "Work Change Directive" - a written directive to Contractor, issued on or after the effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Article 4 or to emergencies under Paragraph 6.13. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in Paragraph 10.01B. 48. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. 49. "Year 2000 Compliance" or "Year 2000 Compliant" — means that equipment, devices, items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. City of Fayetteville 00700-4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 1.03 TERMINOLOGY: A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: 1. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests, applications, inquiries, reports and claims by Contractor, will be held to limitations of Engineer's responsibilities and duties or specified in these General Conditions. In no case will "approval" by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of Contract Documents. 4. When applied to Equipment and Materials, the words "furnish", "install", and "provide" shall mean the following: a. The word "provide" shall mean to furnish, pay for, deliver, assemble, install, adjust, clean and otherwise make Materials and Equipment fit for their intended use. b. The word "furnish" shall mean to secure, pay for, deliver to Site, unload and uncrate Equipment and Materials. c. The word "install" shall mean to assemble, place in position, incorporate in the Work, adjust, clean, and make fit for use. d. The phrase "furnish and install" shall be equivalent to the word "provide." 5. The word "day" shall constitute a calendar day of twenty-four hours measured from midnight to the next midnight. ARTICLE 2- PRELIMINARY MATTERS 2.01 DELIVERY OF BONDS: A. When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with Paragraph 5.01. 2.02 COPIES OF DOCUMENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 COMMENCEMENT OF CONTRACT TIMES: NOTICE TO PROCEED: A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the 105th day after the day of Bid opening or the 30th day after the Effective Date of the Agreement, whichever date is earlier. City of Fayetteville 00700-5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2.04 STARTING THE PROJECT: A. Contractor shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. B. Within twenty days after the Effective Date of the Agreement, not before Contractor starts the Work at the Site, Contractor shall submit items as noted in Document 00550 — Notice to Proceed (and as specified) to Engineer for review. C. Further, before any Work at the Site is started, Contractor shall deliver to Owner, with a copy to Engineer, certificates and other evidence of insurance requested by Owner which Contractor is required to purchase and maintain in accordance with Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence of insurance requested by Contractor which Owner is required to purchase and maintain in accordance with Paragraph 5.02). 2.06 PRECONSTRUCTION CONFERENCE: A. Within 20 days after the Effective Date of the Agreement, but before Contractor starts the Work at the Site, a conference attended by Contractor, Engineer, and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.05B, to discuss procedures for handling Submittals, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 2.07 FINALIZING SCHEDULES: A. A schedule shall be finalized in accordance with the Specifications. The finalized construction progress schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times, but such acceptance will neither impose on Engineer responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Engineer if it provides a workable arrangement for processing the submissions. ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what City of Fayetteville 00700-6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, Materials, or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for, at no additional cost to the Owner. 1. When words which have a well-known technical or trade meaning are used to describe Work, Materials, or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Paragraph 9.04. C. If, during the performance of the Work, Contractor finds a conflict, error, or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from Engineer, however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. D. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for Equipment, Materials, and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. E. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. City of Fayetteville 00700-7 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: I . A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01 D). B. As indicated in Paragraphs 11.01 B and 12.01A, Contract Price and Contract Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way: 1. A Field Order (pursuant to Paragraph 9.05). 2. Engineer's written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: A. Al! Contract Documents and copies thereof furnished by Engineer shall be the property of the Owner. B. Neither Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of the documents on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. ARTICLE 4- AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 AVAILABILITY OF LANDS: A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. B. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way, or easements entitles Contractor to an extension of the Contract Times, Contractor may make a claim therefor as provided in Article 12. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those City of Fayetteville 00700 —8 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) specified or indicated, or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of bidding. B. Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contractor and Owner. C. If Engineer and Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of bidding, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided: I. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, 2. Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.12 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.13), identify the owner of such Underground Facility and give written notice thereof to that owner and Engineer. Engineer will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. City of Fayetteville 00700-9 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 4.04 REFERENCE POINTS: A. Engineer will provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. He shall furnish Engineer with one copy each of all field notes of such surveys. 4.05 ASBESTOS, PCBS PETROLEUM, HAZARDOUS WASTE OR RADIOACTIVE MATERIAL: A. Owner shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the Site. Owner shall not be responsible for any such materials brought to the Site by Contractor, Subcontractor, Suppliers, or anyone else for whom Contractor is responsible. B. Contractor shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by Paragraph 6.13), and (ii) notify Owner and Engineer (and thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. Contractor shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after Owner has obtained any required permits related thereto and delivered to Contractor special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. C. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim City of Fayetteville 00700— 10 Garver Project No. 1504I212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) therefor as provided in Articles 11 and 12. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. D. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.05D shall obligate Owner to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or relating to such hazardous condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate Contractor to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. F. The provisions of Paragraphs 4.02 and 4.03 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site. ARTICLE 5- BONDS AND INSURANCE 5.01 PERFORMANCE AND OTHER BONDS: A. Contractor shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment is approved by Owner, except as otherwise provided by Law or Regulation or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. B. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor's responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. City of Fayetteville 00700 —11 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. Date of Bonds shall be the same as the Effective Date of the Agreement. E. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01 A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance: 1. Contractor and all of his subcontractors shall purchase and maintain such liability and other insurance as is appropriate for the Work being furnished and performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's furnishing and performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: a. Claims under workers' compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; c. Claims for damages because of bodily injury, sickness, or disease, or death of any person other than Contractor's employees; d. Claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (ii) by any other person for any other reason; e. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use therefrom; f. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and g. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. City of Fayetteville 00700— 12 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability $5,000,000 b. Workers' compensation Statutory (State and Federal Limits) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2,000,000 (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1,000,000 (4) Each Occurrence Limit $1,000,000 (5) Fire Damage Limit $ 100,000 (6) Medical Expense Limit $ 5,000 d. Business Automobile Liability (1) Any one loss or accident $1,000,000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A. i.e through 5.02A.1.g inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Engineer, and Engineer's Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A1.c through 5.02A1 .g inclusive, include premises/operations, products, completed operations, independent contractors, and personal injury insurance,; 4. include in the Commercial General Liability policy, contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.06, 6.10, and 6.16, and written for not less than the limits of liability and coverages specified above; 5. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed, or renewal refused until at least 30 days' prior written notice by certified mail has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued; 6. provide Broad Form Property Damage coverage and contain no exclusion (commonly referred to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; 7. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 8. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after City of Fayetteville 00700— 13 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) final payment and Contractor shall furnish Owner and each other specified additional insured to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter; 9. include Independent Contractors Protective Liability coverage; and 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. 11. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. With respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. C. Owner's Protective Liability Insurance: 1. Contractor shall be responsible for purchasing and maintaining Owner's Protective Liability insurance with Owner, and Engineer as named insureds. 2. This insurance shall have the same limits of liability as the Commercial General Liability insurance and shall protect Owner and Engineer against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, negligent acts or omissions of Contractor or Subcontractors or any agent, servant, worker, or employee of Contractor or Subcontractors arising from the operations under the Contract Documents. 3. This insurance may be provided by endorsement to Contractor's Commercial General Liability insurance policy. City of Fayetteville 00700— 14 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) D. Property Insurance: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full insurable value thereof (subject to such deductible amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants, and the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and Equipment and Materials, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, terrorism, and such other perils (as flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); d. cover Equipment and Materials stored at the Site or at another location that was agreed to in writing by Engineer prior to being incorporated in the Work, provided that such Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utilization of the Work by Owner; f. include testing and startup; g. be maintained in effect until final payment (or the Owner assumes beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days' written notice to each other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of$ 10,000. 2. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants in the Work, each of whom is deemed to have an insurable interest and shall be listed as insured or additional insured parties. 3. All policies of insurance required to be purchased and maintained in accordance with Paragraph 5.02D will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days' prior notice by certified mail has been given to Owner and Contractor and to each additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.02F below. City of Fayetteville 00700 —15 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 4. Copies of the policies shall be furnished for property insurance. Certificates will not be acceptable. E. Transit Insurance: I. Transit insurance shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 2. This insurance shall be written on an "All Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer. F. Waiver of Rights: 1. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if the insurers require separate waiver forms to be signed by Engineer or Engineer's Consultants, Owner will obtain the same, and if such waiver forms are required of any Subcontractor, Contractor shall obtain the same. 2. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02D and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. City of Fayetteville 00700 —16 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) G. Receipt and Application of Insurance Proceeds: 1. Any insured loss under the policies of insurance required by Paragraph 5.02D will be adjusted with Owner and made payable to Owner as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.02G.2. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied to account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 2. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection is made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. H. Acceptance of Insurance: 1. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidence of insurance to Owner required by Paragraph 2.05C. 2. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request If either party does not purchase or maintain all of the insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. I. Partial Utilization, Acknowledgment of Property Insurer: 1. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.06, no such use or occupancy shall commence before the insurers providing property insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. City of Fayetteville 00700— 17 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work, during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT, AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Engineer's written consent. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the Work. C. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to Engineer satisfactory evidence (including reports of required tests) as to the kind and quality of Equipment and Materials. All Equipment and Materials shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will City of Fayetteville 00700— 18 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) be effective to assign to Engineer, or any of Engineer's consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.10C and 9.1 OD. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. E. Domestic Product Procurement: Not Applicable. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitute is permitted, other items of Equipment or Material of other Suppliers may be submitted by Contractor to Engineer for review under the circumstances described below. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A. 1, a proposed item of Equipment or Material will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to Owner; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.04A. 1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of Equipment or Material proposed is essentially equivalent to that named and an acceptable City of Fayetteville 00700— 19 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) substitute therefor. Requests for review of proposed substitute items of Equipment or Materials will not be accepted by Engineer from anyone other than Contractor. c. The procedure for review by Engineer will be as set forth in Paragraph 6.04A.2.d, as may be supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the proposed substitute item. B. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or use a substitute means, method, sequence, technique, or procedure of construction acceptable to Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in Paragraph 6.04A.2 as applied by Engineer and as may be supplemented in the General Requirements. C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute or "or -equal" item. Engineer will be the sole judge of acceptability, and no substitute or "or -equal" will be ordered, installed, or used until Engineer's review is complete, which will be evidenced by either (i) a Change Order for a substitute, or (ii) an approved Submittal for an "or -equal." Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. City of Fayetteville 00700 —20 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) D. Engineer will record time required by Engineer and, Engineer's Consultants, in evaluating substitute proposed or submitted by Contractor pursuant to Paragraphs 6.04A.2 and 6.04B and in making changes in the Contract Documents or in the provisions of any other direct contract with Owner for work on the Project occasioned thereby. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of, Engineer, and Engineer's Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: A. Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.05B), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Contract Documents require the identity of certain Subcontractors, Suppliers, or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after Bid opening prior to the Effective Date of the Agreement for acceptance by Owner and Engineer and if Contractor has submitted a list thereof, Owner's or Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor, Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by Owner or Engineer of any such Subcontractor, Supplier, or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner, or Engineer and any such Subcontractor, Supplier, or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other person or organization except as may otherwise be required by Laws and Regulations. D. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by Paragraph 5.02F. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to Paragraph 5.02D. City of Fayetteville 00700-21 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.06 PATENT FEES AND ROYALTIES: A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Any fees for permits acquired by the City will be waived; however, the actual permit process itself is not waived 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.02. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. City of Fayetteville 00700-22 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.09 TAXES: A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid or withheld by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.10 USE OF PREMISES: A. Contractor shall confine construction equipment, the storage of Equipment and Materials, and the operations of workers to the Project Site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits, and easements, and shall not unreasonably encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at Law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses, and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.11 RECORD DOCUMENTS: A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Test Records, Field Orders, and written interpretations and clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Submittals shall be available to Engineer for reference. Upon completion of the Work, these record documents and Submittals shall be delivered to Engineer for Owner. B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. City of Fayetteville 00700-23 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.12 SAFETY AND PROTECTION: A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: I. All employees on the Work and other persons and organizations who may be affected thereby; 2. All the Work and Materials and Equipment to be incorporated therein, whether in storage on or off the Site; and 3. Other property at the Site or adjacent thereto, including trees shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.09A that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. 6.13 EMERGENCIES: A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. City of Fayetteville 00700 —24 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.I4 SUBMITTALS: A. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review and acceptance by Engineer, in accordance with the accepted schedule of submissions, copies of Submittals which will bear the required information that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Engineer to review the information as required. B. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. C. At the time of each submission, Contractor shall give Engineer specific written notice of each variation that the Submittal may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. D. Engineer will review Submittals with reasonable promptness, but Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous Submittals. E. Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Contractor shall in writing call Engineer's attention to each and every variation at the time of submission. Engineer will show approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. F. Where a Submittal is required by the Specifications, any related Work performed prior to Engineer's review and acceptance of the pertinent submission will be the sole expense and responsibility of Contractor. City of Fayetteville 00700-25 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 6.15 CONTINUING THE WORK: A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Engineer or Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing. 6.16 INDEMNIFICATION: A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: 1. Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and 2. Is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.16A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Engineer's Consultants, agents, or employees arising out of: 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.02B herein, the cost to be recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance. City of Fayetteville 00700 —26 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 7- OTHER WORK 7.01 RELATED WORK AT SITE: A. Owner may perform other work related to the Project at the Site by Owner's own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or non -apparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided. City of Fayetteville 00700-27 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 8- OWNER'S RESPONSIBILITIES 8.01 COMMUNICATIONS: A. Owner shall issue all communications to Contractor through Engineer. 8.02 CHANGE OF ENGINEER: A. In case of termination of the employment of Engineer, Owner shall appoint an engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be addressed as discussed in Article 16. 8.03 REOUIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.04. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 8.07 INSPECTIONS AND TESTS: A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.03B. 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terminate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. City of Fayetteville 00700-28 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS (continued) ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S REPRESENTATIVE: A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 9.02 VISITS TO SITE: A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -Site inspections to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -Site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 9.03 PROJECT REPRESENTATION: A. Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. 1. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Engineer at his home office. 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 3. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 4. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Article 11 or Article 12. City of Fayetteville 00700 —29 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 9.05 AUTHORIZED VARIATIONS IN WORK: A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. 9.06 REJECTING DEFECTIVE WORK: A. Engineer will have authority to disapprove or reject Work which Engineer believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.05B, whether or not the Work is fabricated, installed, or completed. B. Resident Project Representative will have authority, subject to final decision of Engineer, to disapprove or reject any defective workmanship, Equipment, or Material. 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: A. In connection with Engineer's responsibility for Submittals, see Paragraph 6.14. B. In connection with Engineer's responsibilities as to Change Orders, see Articles 10, 11, and 12. C. In connection with Engineer's responsibilities in respect of Applications for Payment, see Article 14. 9.08 DETERMINATIONS FOR UNIT PRICES: A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineer's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 9.09 DECISIONS ON DISPUTES: A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than 30 days) after the City of Fayetteville 00700-30 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) occurrence of the event giving rise thereto, and written supporting data shall be delivered to Engineer and the other party within 60 days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. Owner may request written review by Engineer of claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents. B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A, Engineer will not show partiality to Owner or Contractor and Engineer will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer with respect to any such claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Paragraph 14.11) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter. 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: A. Neither Engineer's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. B. Whenever in the Contract Documents the terms "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9.1 0C or 9.10D. C. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. E. The presence or absence of Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Engineer or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. City of Fayetteville 00700— 31 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) F. Review by Engineer of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.08A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall also apply to Engineer's Consultants, Resident Project Representative, and assistants. ARTICLE 10 - CHANGES IN THE WORK 10.01 GENERAL: A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in Article 11 or 12. C. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01 A, are required because of acceptance of defective Work under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.15. City of Fayetteville 00700-32 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) E. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11- CHANGE OF CONTRACT PRICE 11.01 GENERAL: A. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. B. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01 B. C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 1 l .05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.02B) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.03B). City of Fayetteville 00700-33 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.02B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the Site. The expenses of performing Work after regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all Equipment and Materials furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shalt accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of Contractor. City of Fayetteville 00700-34 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling, and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable; shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the cost of the Work for the purpose of determining Contractor's fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a fee proportionate to that stated in Paragraph 11.03A.2. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by Owner in accordance with Paragraph 5.02D.4. B. The term Cost of the Work shall not include any of the following: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work, and charges against Contractor for delinquent payments. City of Fayetteville 00700-35 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.02A. 11.03 CONTRACTOR'S FEE: A. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: l . A mutually acceptable fixed fee; or if none can be agreed upon, 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the Contractor's Fee shall be 10% (negotiable with Owner); b. For costs incurred under Paragraph 11.02A.3, the Contractor's Fee shall be 5%; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to Contractor on account of overhead and profit of all Subcontractors shall be 10%(negotiable with Owner); c. Where one or more tiers of subcontracts are on the basis of the Cost of the Work Plus a Fee and no fixed fee is agreed upon, the intent of Paragraphs 11.03A and 11.02A.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee often percent (10%) of the costs incurred by such Subcontractor under Paragraphs 11.02A.I and 11.02A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor. d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.02B; e. The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.02B, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. City of Fayetteville 00700-36 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 9.08. B. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds the estimated quantity of such item indicated in the Agreement by twenty-five percent or more and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional expense as a result thereof, Contractor may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 RIGHT OF AUDIT: A. Owner shall have the right to inspect and audit all of Contractor's books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda relating to the Work, and Contractor shall preserve all such records and supporting documentation for a period of three years after date of Final Payment. Contractor hereby grants to Owner the authority to enter Contractor's premises for the purpose of inspection of such records and supporting documentation or, at Contractor's option, Contractor may make such records and supporting documentation available to Owner at a location satisfactory to Owner. B. All of the records and supporting documentation shall be open to inspection and subject to audit and reproduction by Owner or its authorized representative for any and all purposes, including but not limited to (i) compliance with the Contract Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. City of Fayetteville 00700-37 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.01 GENERAL: A. The Contract Times may only be changed by a Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor's control, including the following: 1. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay, or default of any other contractor employed by Owner. 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation / application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the Bid. Normal conditions shall be defined as the average number of days, amounts, or both over a 5 -year period averaged per season. 8. Conflicts, errors or discrepancies in the Contract Documents reported to Engineer as provided in these General Conditions. 9. Any failure or delay by Contractor in supplying equipment, materials, work, or services that are Year 20O0 compliant or failure or delay by Contractor's Subcontractors or Suppliers in providing equipment, materials, work, or services as a result of Subcontractors' or Suppliers' lack of Year 2000 compliance in their own operations, systems, or processes used to provide or deliver equipment, material, work, or services shall not be considered to be caused by events beyond Contractor's control. Such Year 2000 compliance problems shall not constitute a basis for delay in completion of the Work, adjustment to the Contract Times, or an excuse for Contract nonperformance. C. Owner shall award extensions of the Contract Times on account of such causes of delay, provided that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. City of Fayetteville 00700-38 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) D. No extension to the Contract Times will be granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. B. No provision in the Contract Documents nor any specified guarantee time limit shall be held to limit Contractor's liability for defects to less than the legal limit of liability in accordance with the Law. C. All Equipment and Materials furnished by Contractor for the Work shall carry a written guarantee from the manufacturer or Supplier of such items when called for in the Specifications. Written guarantees shall be submitted to Engineer with other Submittals. Engineer will transmit such guarantees to Owner for review. 13.02 ACCESS TO THE WORK: A. Engineer and Engineer's representatives, other representatives of Owner, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide proper and safe conditions for such access. City of Fayetteville 00700-39 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 13.03 TESTS AND INSPECTIONS: A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.05B shall be paid as provided in said Paragraph 13.05B; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or of Materials or Equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. G. Neither observations by Engineer nor inspections, tests, or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 13.04 DEFECTIVE WORK: A. The term "defective" is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval, or acceptance required by Law or the Contract Documents. B. Any defective Work may be disapproved or rejected by Engineer at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. C. Prompt notice will be given by Engineer to Contractor of defects as they become evident. City of Fayetteville 00700 —40 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 13.05 UNCOVERING WORK: A. If any Work is covered contrary to the written request of Engineer, it shall, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. 13.06 OWNER MAY STOP THE WORK: A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the Site and replace it with nondefective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: A. If within two years after the Date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where City of Fayetteville 00700-41 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) will be paid by Contractor. In special circumstances where a particular item of Equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.09 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, Owner and, prior to Engineer's recommendation of final payment, also Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys, and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment, and machinery at the Site and incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. C. Contractor shall allow Owner, Owner's representatives, agents, and employees such access to the Site as may be necessary to enable Owner to exercise the rights and remedies under this Paragraph. D. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount approved as to reasonableness by Engineer,, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as City of Fayetteville 00700-42 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) provided in Article 11. Such direct, indirect, and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. E. Contractor shall not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15' day of each month, or on the next business day thereafter, (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. B. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. C. If payment is requested on the basis of Equipment and Materials not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the Equipment and Materials free and clear of all liens, charges, security interests, and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the Equipment and Materials are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. D. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 14.03 CONTRACTOR'S WARRANTY OF TITLE: A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: A. Engineer will, within seven days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application City of Fayetteville 00700-43 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. After the required internal reviews and processing by the Owner, the Owner will diligently proceed to make payment to the Contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. B. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. D. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 2. Written claims have been made against Owner or Liens have been filed in connection with the Work. 3. The Contract Price has been reduced by Written Amendment or Change Order 4. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.10, 5. Of Engineer's 'actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. 6. Of Contractor's unsatisfactory prosecution of the Work in accordance with the Contract Documents. City of Fayetteville 00700-44 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 7. Contractor's failure to make payment to Subcontractors, or for labor, Materials, or Equipment, or 8. Engineer shall not certify payments requesting more than eighty (80) percent of the Contract amount until such time as all operation, maintenance, repair, and replacement manuals, and product data has been furnished by the Contractor to the Owner. E. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 90% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application for Payment less the sum of all previous payments. When the amount retained by Owner becomes equal to 5% of the Contract Price, the remaining progress payments will be made in full, provided Contractor's performance is satisfactory in the opinions of Engineer and Owner. 14.05 SUBSTANTIAL COMPLETION: A. When Contractor considers the entire Work ready for its intended use, Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Within a reasonable time thereafter, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the Date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. C. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. City of Fayetteville 00700 —45 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, insurance, and warranties. E. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.06 PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.05 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to be completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final City of Fayetteville 00700 —46 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties, and guarantees for that part of the Work, which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. 3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragraph 5.021 in respect of property insurance. 14.07 FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Engineer will make a final inspection with Owner, Engineer, and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 14.08 FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents, and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment and Material bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 14.09 FINAL PAYMENT AND ACCEPTANCE: A. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation -- all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within fourteen days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon, Engineer will give written notice to Owner and Contractor that the Work City of Fayetteville 00700-47 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Thirty days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. B. If, through no fault of Contractor, final completion of the Work is significantly delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. The written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. C. The Final Pay Estimate will include all sums remaining to be paid. 14.10 CONTRACTOR'S CONTINUING OBLIGATION: A. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal, nor the issuance of a notice of acceptability by Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Paragraph 14.07, or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. City of Fayetteville 00700 —48 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 - GENERAL CONDITIONS: (continued) ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 days by notice in writing to Contractor, and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any suspension if Contractor makes an approved claim therefor as provided in Articles 11 and 12. 15.02 OWNER MAY TERMINATE: A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised from time to time); 7. If Contractor disregards Laws or Regulations of any public body having jurisdiction; 8. If Contractor disregards the authority of Engineer; or 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B. Owner may, after giving Contractor (and the surety, if there be one) ten days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the Site and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are City of Fayetteville 00700 —49 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 -- GENERAL CONDITIONS: (continued) stored elsewhere, and finish the Work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect, and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs), such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be approved as to reasonableness by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. C. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due to Contractor by Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs). 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 90 days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within 30 days after it is submitted, or Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon ten days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days' written notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. ARTICLE 16 - RESOLUTION OF DISPUTES 16.01 RESOLUTION OF CLAIMS AND DISPUTES A. Contractor's claims against Owner will be reviewed by Engineer, who shall take one or more of the following actions within ten (I0) days after receipt of a claim: 1. Request additional supporting data from the claimant; 2. Submit a schedule to Contractor indicating reasonable time within which Engineer expects to take action; 3. Reject the Claim in whole or in part, stating reasons for rejection; 4. Recommend approval of the claim; or 5. Suggest a compromise. City of Fayetteville 00700 —50 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) B. Owner's claims against Contractor will be reviewed by Contractor who shall take one or more of the following actions within ten (10) days after receipt of the Claim: 1. Request additional supporting data from Engineer; 2. Submit a schedule to the Engineer indicating a reasonable time within which Contractor expects to take action; 3. Deny the claim in whole or in part, stating reasons for denial; 4. Recommend approval of the claim; or 5. Suggest a compromise. C. If a claim has been resolved, the Owner will prepare or obtain appropriate documentation. D. If a claim has been denied or if no action has been taken in the manner provided in Paragraphs 16.01 A or 16.01 B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor's surety that Engineer and Contractor have been unable to resolve the claim. In that event, the Owner, pursuant to Paragraph 16.01 E shall review the claim and make a decision on the claim. E. If a claim is presented to the Owner, then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs 16.01A through 16.01E above, shall be settled as mutually agreed or in a court of competent jurisdiction within the State of Arkansas. G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the Law of the applicable jurisdiction, such day will be omitted from the computation. B. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. 17.03 CLAIMS CUMULATIVE REMEDIES: A. Should Owner or Contractor suffer injury or damage to person or property because of any error, omission, or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this Paragraph shall not be construed as a City of Fayetteville 00700-51 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00700 — GENERAL CONDITIONS: (continued) substitute for or a waiver of the provisions of any applicable statute of limitations or repose. B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and remedies available to Owner and Engineer thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents will survive fmal payment and termination or completion of the Agreement. END OF DOCUMENT 00700 City of Fayetteville 00700 —52 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS ARTICLE 1- LABOR RELATED REGULATIONS 1.01 SUPERSESSION. A. These Supplemental Conditions supersede any conflicting provisions of the Contract Documents. 1.02 ARKANSAS PREVAILING WAGE. A. The Arkansas Prevailing Wage Law does apply to this contract. B. A copy of the letter with the prevailing wage rates from the Arkansas Department of Labor is included in this section. Compliance with the provisions of this letter is required during prosecution of the project. 1.03 TRENCH AND EXCAVATION SAFETY A. Compliance with the provisions of 29 CFR Subpart P, OSHA Standard for Excavation and Trenches Safety System is not required during prosecution of the project. City of Fayetteville 00800— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DOCUMENT 00800 — SUPPLEMENTARY CONDITIONS (continued) Page Intentionally Left Blank City of Fayetteville 00800-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation ASA HUTCHINSON ter.. STATEOFARKANSAS LEO JONES, JR. GOVERNOR ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DIVISION 10421 WEST MARKHAM • LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4506 TRS: 800-285-1131 July 3, 2015 Ben Perea Garver Engineers L.L.C. 2049 E Joyce Blvd, Suite 400 Fayetteville, AR 72703 Re: FYV AIRFIELD PAVEMENT MARKING REHABILITATION FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Mr. Perea: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 15-009 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, please send a copy of the notice to my office. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4506. Sincerely, Lorna K. Smith Prevailing Wage Division Enclosures Arkansas Department of Labor Prevailing Wage Determination Date: 7/3/2015 Determination #: 15-009 Expires 1/3/2016 Project: FYV Airfield Pavement Marking Rehabilitation Site: City: Fayetteville, Arkansas Project County: Washington Survey#: 715-AH05 COUNTY(S) Group Washington 5 CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker, Stone Mason $11.45 $1.92 Carpenter $16.75 Concrete Finisher/Cement Mason $14.10 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 Laborer $13.10 Pipelayer $11.80 $2.61 Asphalt Paving Machine $19.85 $1.80 Backhoe - Rubber Tired (1 yard or less) $14.70 $4.90 Bulldozer, finish $14.60 Bulldozer, rough $15.65 $1.70 Crane, Derrick, Dragline, Shovel & Backhoe, 1.5 yards or less $14.90 Crane, Derrick, Dragline, Shovel & Backhoe, over 1.5 yards $14.90 Distributor $11.45 $1.92 End Dump (Dump Truck) $14.35 $1.45 Front End Loader, finish $13.70 Front End Loader, rough $14.35 $0.59 Mechanic $14.70 Roller $14.30 $1.40 Scraper $11.45 $1.92 Motor Patrol $11.45 $1.92. Asphalt Screed Operator $19.20 $2.35 Excavator/Trackhoe $17.35 Asphalt Raker $15.45 $1.55 Truck Driver (Excludes Dump Truck) $17.40 $3.25 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 7/3/2015 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. 7/2/2015 9:24 AM Page 1 of 1 STATEMENT OF INTENT TO PAY PREVAILING WAGES PROJECT: FYV AIRFIELD PAVEMENT MARKING REHABILITATION FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY This is to certify that we, the following listed contractors, are aware of the wage requirements of the Arkansas Prevailing Wage Law and by signature below indicate our intent to pay no less than the rates established by Arkansas Prevailing Wage Determination Number 15-009 for work performed on the above noted public project. I understand that contractors who violate prevailing wage laws, i.e., incorrect ciassification/scope of work of workers, improper payments of prevailing wages, etc., are subject to fines and will be required to pay back wages due to workers. Signature and Title Business Name Address Phone* of Business Official General/Prime Contractor Electrical Subcontractor Mechanical Subcontractor Plumbing Subcontractor Roofing/ Sheet Metal Subcontractor THE GENERAL/PRIME CONTRACTOR IS RESPONSIBLE FOR GETTING THIS FORM FILLED OUT AND RETURNING IT TO THE ARKANSAS DEPARTMENT OF LABOR WITHIN 30 DAYS OF THE NOTICE TO PROCEED FOR THIS PROJECT. RERJRN COMPLETED FORM TO THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION, 10421 W. MARKHAM, LITTLE ROCK, ARKANSAS, 72205. DOCUMENT 00800 — SUPPLEMENTARY CONDITIONS (continued) Page Intentionally Left Blank City of Fayetteville 00800-6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation DIVISION 1- GENERAL REQUIREMENTS SECTION 01110 — SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. 1. Contract Identification: FYV Airfield Pavement Marking Rehabilitation 2. Location: Fayetteville, Arkansas. C. Engineer: The Contract Documents were prepared by GARVER. GARVER Fayetteville Office address and contact numbers are 2049 E. Joyce Blvd., Suite 400, Fayetteville, Arkansas, 72703, telephone 479-527-9100, fax 479-527-9101. 1.02 PROJECT DESCRIPTION: Installation of approximately 101,000 square feet of reflective pavement markings, approximately 2,650 square feet of non -reflective pavement markings, approximately 15,500 linear feet of crack repair, and approximately 1,000 square feet of pavement marking removal at the Fayetteville — Drake Field Airport. 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. B. Work by Owner: None. C. Other Activities: None. 1.04 CONTRACTOR'S USE OF PREMISES: A. Exclusive Use: During the construction period, Contractor shall have full use of the premises for execution of the Work. Use of premises is limited only by Owner's right to perform duties and functions as stated in the GENERAL CONDITIONS and in this Section. 1.05 OWNER'S USE OF PREMISES: A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas of the contract, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such partial occupancy shall not constitute acceptance of the total Work. City of Fayetteville 01110— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01110 — SUMMARY OF WORK (continued) 1.06 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1.07 PREORDERED EQUIPMENT AND MATERIALS: None. 1.08 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. B. Specific Items: Measurement and payment of specific items shall be as specified in each applicable Section of the TECHNICAL SPECIFICATIONS. 1.09 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.10 LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings: 1. Each Sheet of the Contract Drawings bears the following general title: FYV Airfield Pavement Marking Rehabilitation 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. PART 2- PRODUCTS — NOT APPLICABLE. PART 3- EXECUTION - NOT APPLICABLE. END OF SECTION 01110 City of Fayetteville 01110-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01250 -CONTRACT MODIFICATION PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: 1. DOCUMENT 00700 — GENERAL CONDITIONS. 2. Supplementary Conditions. 1.02 MINOR CHANGES IN THE WORK A. Engineer will advise Contractor of minor changes in Work not involving an adjustment to Contract Price or Contract Times as authorized by the DOCUMENT 00700 - GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders. 1.03 PROPOSAL REQUEST A. Owner -Initiated Proposal Requests: I . ENGINEER may issue a Proposal Request, including detailed descriptions of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. a. If necessary, the description will include supplemental or revised Drawings and Specifications. b. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop Work in progress or to execute the proposed change. 2. CONTRACTOR shall submit cost proposal, including any request for an extension in Contract Times, within 14 days of receipt of Proposal Request. 3. In order to facilitate checking of CONTRACTOR's proposals for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of cost including labor, materials, and Subcontracts. Labor and materials shall be itemized in a manner acceptable to the Engineer. Where major cost items are Subcontracts, they shall be itemized also. Document each proposal for a change in cost or time with sufficient data to support computations, including the following: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Indicate amounts for insurance and bonds. d. Indicate amounts for Contractor's overhead and profit. e. Include justification for any change in Contract Time. f. Include credit for deletions from Contract, similarity documented. g. Include an updated Contractor's Construction Schedule that indicates the City of Fayetteville 01250— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. (1) Use available total float before requesting an extension of the Contract Time. 4. On Owner's approval of a proposal request, Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the DOCUMENT 00700 — GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Change Directive, signed by Owner and Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Contractor shall promptly execute the change. 2. Work Change Directives shall be issued on Owner's standard form. B. Contractor shall maintain detailed records for changes in the Work performed on a time and material basis. 1. Submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. C. Engineer will issue Change Order CONDITIONS. D. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values for signatures by Owner and Contractor as provided in DOCUMENT 00700 — GENERAL accordingly. PART 2- PRODUCTS NOT USED PART 3- PART 3— EXECUTION NOT USED END OF SECTION 01250 City of Fayetteville 01250-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01270 - UNIT PRICES PART1- GENERAL 1.01 SUMMARY A. Section. Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: 1. DOCUMENT 00400— BID FORM. 2. DOCUMENT 00500 —AGREEMENT. 3. DOCUMENT 00700 — GENERAL CONDITIONS. 1.02 SUBMISSION PROCEDURES A. Insert on DOCUMENT 00400 — BID FORM, Unit Prices for Work or materials listed in this Section. I. Such Unit Prices shall apply for additions and deletions. 1.03 CHANGES TO CONTRACT SUM A. Unit Prices shall constitute full compensation or credit, as the case may be, for the complete provision, fabrication, and installation of each item listed in this Section based solely on Work in place, including all necessary labor, product, tools, equipment, transportation, services and incidentals, appurtenances, and connections required to complete the Work in place, and including insurance, overhead, profit and supervision. B. The Unit Prices are listed on DOCUMENT 00400 — BID FORM, and will apply to the net change on any given change to the scope of Work. C. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner - Contractor Agreement. D. Contractor shall take measurements and compute quantities for which Unit Price items are applicable. 1. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading, hauling, and disposing of rejected Products. City of Fayetteville 01270— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01270 - UNIT PRICES (continued) 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in each applicable section of the TECHNICAL SPECIFICATIONS. PART 2- PART 2 -PRODUCTS NOT USED PART 3- PART 3- EXECUTION NOT USED END OF SECTION 01270 City of Fayetteville 01270 —2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01290 — PAYMENT PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 — GENERAL CONDTIONS. 2. DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS. 1.02 APPLICATIONS FOR PAYMENT A. Format: Document 01290.01 supported by Document 01290.02 or other approved format. 1. Owner will provide Contractor an electronic copy of Documents 01290.01 and 01290.02. B. Payment Period: As specified under DOCUMENT 00700 — GENERAL CONDITONS Article 14. C. Preparation of Applications: 1. Present required information in typewritten form. 2. Execute application by signature of authorized officer of Contractor's firm. 3. Indicate dollar value in each column of each line item for portion of Work completed through the last day of the application period, and for products properly stored in accordance with the Contract Documents through the last day of the previous application period. 4. Round off dollar values to nearest dollar. 5. Complete every entry on form. 6. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. b. Indicate dollar value breakdown of each Change Order by each applicable Project Manual Section. D. Submittal Procedure: 1. Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14. 2. Submit 5 copies of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. City of Fayetteville 01290— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01290 — PAYMENT PROCEDURES (continued) b. Provide 1 copy of data with cover letter for each copy of Application for Payment. (1) Indicate application number and date. (2) List each item in question by continuation sheet identification. 6. Submit application for final payment in accordance with DOCUMENT 00700 — GENERAL CONDITIONS Article 14. PART 2- PRODUCTS NOT USED PART 3- EXECUTION NOT USED END OF SECTION 01290 City of Fayetteville 01290-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORTS PART1- GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: 1. Preconstruction conference. 2. Progress meetings. 1.02 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Contractor and his superintendent. b. Engineer and Resident Project Representative if any. c. Representative(s) of Owner. d. At Engineer's option, representatives of principal Subcontractors and Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of: (1) Field decisions. (2) Substitutions. (3) Submittals. (4) Change Orders. (5) Applications for Payment. (6) Proposal Requests. (7) Contract Closeout. (8) Requests for Interpretation. (9) Field Orders. (10) Work Change Directives. f. Procedures for testing. g. Procedures for maintaining record documents. h. Use of Premises: (1) Office, work, and storage areas. (2) Owner's requirements. i. Construction facilities, controls, and construction aids. j. Temporary utilities. k. Safety and first -aid. 1. Security. m. Requirements for start-up of equipment. n. Inspection and acceptance of equipment put into service during construction period. City of Fayetteville 01320— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AND REPORTS (continued) SECTION — PROJECT MEETINGS, SCHEDULES, o. Distribution of Contract Documents 4. Location of Meeting: At or near the Project Site. S. Reporting: a. Within 7 working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Progress Meetings: 1. Engineer shall schedule and conduct meetings as deemed necessary by the Owner. Representatives of the Engineer, Resident Project Representative, and Contractor shall be present at each meeting. With Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. a. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. 2. Location of Meetings: At or near Project Site. 3. Reporting: a. Within 7 working days after each meeting, Engineer shall prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principle Subcontractors and Suppliers. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION — Not Applicable. END OF SECTION 01320 City of Fayetteville 01320-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01420 - DEFINITIONS AND STANDARDS PART 1- GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into two (2) major divisions of CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work. c. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer for a decision as specified in GENERAL CONDITIONS. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. City of Fayetteville 01420— 1 Garver Project No. 1504I212 FYV Airfield Pavement Marking Rehabilitation SECTION 01420 - DEFINITIONS AND STANDARDS (continued) These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated. C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter"), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name. 1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. I. Referenced standards, referenced directly in Contract Documents or by governing regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. 2. Where compliance with an industry standard is required, standard in effect shall be as stated in GENERAL CONDITIONS. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected, the Engineer will decide whether to issue a Change Order to proceed with the updated standard. 4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to the Engineer for a decision before proceeding. City of Fayetteville 01420 —2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01420 - DEFINITIONS AND STANDARDS (continued) Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION — Not Applicable. END OF SECTION 01420 City of Fayetteville 01420-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation - SECTION 01420 - DEFINITIONS AND STANDARDS (continued) Page Intentionally Left Blank City of Fayetteville 01420 —4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS PART1- GENERAL 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Barriers. 3. Environmental controls. 4. Access roads and parking areas. PART 2- PRODUCTS — Not Applicable. PART 3- EXECUTION 3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 1. Provide for the safety and protection of the Work as set forth in GENERAL CONDITIONS. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. 3.02 BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements found in the plans. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. 3.03 ENVIRONMENTAL CONTROLS: A. Noise Control: OSHA requirements shall be adhered to for this contract. City of Fayetteville 01530— 1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the Site or to adjoining areas. 6. Comply with all other requirements indicated or specified. D. Debris Control and Clean -Up: 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials neatly organized. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Any dumpster or roll off container used on site shall be procured/rented through the City of Fayetteville Recycling and Trash Collection (Phone# 479-575-8398). No third party dumpsters or roll off containers will be allowed on site other than those acquired from the City. 3. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 4. Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. City of Fayetteville 01530-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 112. 3.04 ACCESS ROADS AND PARKING AREAS: A. New Temporary On -Site Roads and Parking Areas: 1. Locate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. 2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as indicated or specified. c. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. END OF SECTION 01530 City of Fayetteville 01530-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued) Page Intentionally Left Blank City of Fayetteville 01530-4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation ITEM SS -101 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) DESCRIPTION 101-1.1 The Contractor shall thoroughly review the approved Construction Safety and Phasing Plan (CSPP) and shall comply with approved CSPP. The Contractor shall certify such compliance by completing the attached SPCD and submitting to the Engineer for approval. City of Fayetteville SS -101-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation Page Intentionally Left Blank City of Fayetteville SS -101-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation Contractor Safety Plan Compliance Documents Owner Name: City of Fayetteville Airport: Fayetteville — Drake Field Project Description: FYY Airfield Pavement Marking Rehabilitation Contractor: Each item listed below corresponds to a specific section of the approved CSPP. The Contractor shall certify that he/she will comply with each section of the approved CSPP. Each certified section with a "no" response must be fully explained in an attachment to the SPCD. The document shall be signed and dated by a principle or owner in the Contractor's company. All other requested information shall be completed by the Contractor and submitted to the Engineer for approval as part of the SPCD. 1. Section 1 - Correspondence: This project shall be completed in accordance with Section 1 "Coordination" of the approved Construction Safety Plan Compliance Document. Owner: City of Fayetteville Contact: Phone: Engineer: Garver Project Manager: Adam White Phone: 479-527-9100 Project Engineer: Ben Perea Phone: 479-527-9100 Construction Observer: Phone: Materials Testing: Phone: Contractor: Project Manager: Phone: Superintendent: Phone: Subcontractors: Phone: Yes No, 2. Section 2 - Phasing: This project shall be completed in accordance with Section 2 "Phasing" of the approved Construction Safety Plan Compliance Document. Yes No 3. Section 3 — Areas of Operations Affected by Construction Activity: This project shall be completed in accordance with Section 3 "Areas of Operations Affected by Construction Activity" of the approved Construction Safety Plan Compliance Document. Yes No City of Fayetteville SS -101-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation 4. Section 4 — Protection of Navigational Aids (NAVAIDS): This project shall be completed in accordance with Section 4 "Protection of Navigational Aids (NAVAIDS)" of the approved Construction Safety Plan Compliance Document. Yes No 5. Section 5 — Contractor Access: This project shall be completed in accordance with Section 5 "Contractor Access" of the approved Construction Safety Plan Compliance Document. Yes No 6. Section 6 — Wildlife Management: This project shall be completed in accordance with Section 6 "Wildlife Management" of the approved Construction Safety Plan Compliance Document. Yes No 7. Section 7 — Foreign Object Debris (FOD) Management: This project shall be completed in accordance with Section 7 "Foreign Object Debris (FOD) Management" of the approved Construction Safety Plan Compliance Document. Yes No, 8. Section 8 — Hazardous Materials (HAZMAT) Management: This project shall be completed in accordance with Section 8 "Hazardous Materials (HAZMAT) Management" of the approved Construction Safety Plan Compliance Document. Yes No 9. Section 9 — Notification of Construction Activities: This project shall be completed in accordance with Section 9 "Notification of Construction Activities" of the approved Construction Safety Plan Compliance Document. Yes No 10. Section 10 — Inspection Requirements: This project shall be completed in accordance with Section 10 "Inspection Requirements" of the approved Construction Safety Plan Compliance Document. Yes No 11. Section 11 — Underground Utilities: This project shall be completed in accordance with Section 11 "Underground Utilities" of the approved Construction Safety Plan Compliance Document. Yes No 12. Section 12 — Penalties: This project shall be completed in accordance with Section 12 "Penalties" of the approved Construction Safety Plan Compliance Document. Yes No 13. Section 13 — Special Conditions: This project shall be completed in accordance with Section 13 City of Fayetteville SS -101-4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation "Special Conditions" of the approved Construction Safety Plan Compliance Document. Yes No, 14. Section 14 — Runway and Taxiway Visual Aids: This project shall be completed in accordance with 14 "Runway and Taxiway Visual Aids" of the approved Construction Safety Plan Compliance Document. Yes No 15. Section 15 — Marking and Signs for Access Routes: This project shall be completed in accordance with Section 15 "Marking and Signs for Access Routes" of the approved Construction Safety Plan Compliance Document. Yes No 16. Section 16 — Hazard Marking and Lighting: This project shall be completed in accordance with Section 16 "Hazard Marking and Lighting" of the approved Construction Safety Plan Compliance Document. Yes No 17. Section 17 — Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach I Departure Surfaces: This project shall be completed in accordance with Section 17 "Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces" of the approved Construction Safety Plan Compliance Document. Yes No 18. Section 18 — Other Limitations on Construction: This project shall be completed in accordance with Section 18 "Other Limitations on Construction" of the approved Construction Safety Plan Compliance Document. Yes No, I certify that, for the project identified herein, the responses to the foregoing items are correct as marked, and that I shall comply with the approved Construction Safety and Plan. Signed: Contractor's Authorized Representative Date: Print Name and Title of Contractor's Representative City of Fayetteville SS -101-5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation END OF ITEM SS -101 Page Intentionally Left Blank City of Fayetteville SS -101-6 Garver Project No. 15041212 FY'/ Airfield Pavement Marking Rehabilitation ITEM SS -110 STANDARD SPECIFICATIONS GENERAL 110-1.1 The standard specifications of the Arkansas State Highway and Transportation Department (AHTD) are bound in a book titled Standard Specifications for Highway Construction, 2014 Edition. These specifications are referred to herein as "Standard Specifications." The current edition on the date of the Bid Opening shall apply. A copy of these "Standard Specifications" may be obtained from AHTD at their customary charge. INCORPORATION AND MODIFICATION 110-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical Specifications. Such parts are incorporated herein by reference to the proper section or paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current specification number shall apply. Each such referenced part shall be considered to be a part of these Contract Documents as though copied herein in full. 110-2.2 Certain referenced parts of the Standard Specifications are modified in the Specifications that follow. In case of conflict between the Standard Specifications and the Specifications that follow, the Specifications that follow shall govern. 110-2.3 Individual material test numbers change from time to time. Use the latest applicable test. 110-2.4 Reference in the Standard Specifications to the "Department" is herein changed to the "Owner". MEASUREMENT AND PAYMENT 110-3.1 Standard Specifications shall not be measured for separate payment. END OF ITEM SS -110 City of Fayetteville SS -110-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation Page Intentionally Left Blank City of Fayetteville SS -110-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation ITEM SS -120 SITE PREPARATION DESCRIPTION 120-1.1 This item covers the preparation of the site for construction of the proposed improvements. The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item "Site Preparation." The entire job site shall be cleared of all man-made obstructions and debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements. The item "Site Preparation" shall include: 1. Mobilization 2. Lighted Barricades and Closed Taxiway and Runway Markings 3. Contractor's Staging Areas 4. Airport Security Requirements 5. Airport Safety Requirements 6. Clean Up CONSTRUCTION METHODS 120-2.1 MOBILIZATION. The Contractor shall consider and include his cost for providing personnel, equipment, materials, bonds, etc. required for the prosecution of the work under this item. 120-2.2 LIGHTED BARRICADES AND CLOSED TAXIWAY AND RUNWAY MARKINGS. The Contractor shall furnish, install, maintain, and remove closed taxiway and runway markings and lighted barricades in accordance with details on the plans and as directed by the Engineer. The closed runway markers shall be aviation yellow, nylon -reinforced vinyl. The markers shall be secured to the pavement/ground as shown on the plans and as directed by the Engineer. The lighted barricades shall be constructed and installed as shown on the plans. All lighted barricades and closed taxiway and runway markings shall be constructed in accordance with AC 150/5370-2F Operational Safety on Airports During Construction. All work involved in the furnishing, installation, maintenance, and removal of lighted barricades, barrels and closed runway markings will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 120-2.3 CONTRACTOR'S STAGING AREAS. The areas designated in the plans or by the Engineer as the Contractor's staging area shall be cleared and graded by the Contractor as needed for use by the Contractor in constructing the work on this project. All areas used or otherwise occupied by the Contractor for his operations shall be cleaned, regraded, and seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport. All work involved in the preparation and restoration of areas used or occupied by the Contractor, including clearing, grubbing, regrading, seeding, and installing and removing fence, will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.4 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. Any costs associated with the Airport Security requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." City of Fayetteville SS -120-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation 120-2.5 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. All costs associated with the Airport Safety requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.6 CLEAN UP. From time to time, the Contractor shall clean up the site in order that the site presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. MEASUREMENT AND PAYMENT 120-3.1 Site preparation will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Site Preparation," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment will be made under: Item SS -120-3.1 Site Preparation - per Lump Sum END OF ITEM SS -120 City of Fayetteville SS -120-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation ITEM SS -130 JOINT AND CRACK REPAIR DESCRIPTION 130-1.1 This item shall consist of preparation of existing pavement surfaces for pavement marking and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. 130-1.2 Limits joint and crack repair are estimated in the plans. Actual limits of these items shall be coordinated with the Engineer prior to construction. EQUIPMENT 130-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 130-3.1 PREPARATION OF JOINTS AND CRACKS. Remove all vegetation and debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists treat the specific area with a concentrated solution of a water -based herbicide approved by the Engineer. Fill all cracks, ignoring hairline cracks (< 1/4 inch wide) with a crack sealant per ASTM 06690. Wider cracks (over 1/2" inch wide) shall be routed and filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in the following table. Gradation Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 118 inches (0-3 mm) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing an overlay. In lieu of an emulsified asphalt and aggregate mix, the Contractor may use a black dyed grout to fill cracks over 1/2" in width. . a. Soil Sterilants. Soil sterilants shall contain Bromacil or Prometone and shall be approved by the Engineer. Application rates shall be in accordance with the manufacturer's recommendations. b. Crack Preparation. A high temperature compressed air lance shall be used at all times to blast out any vegetation, dirt, dampness and loose materials from the cracks. Existing crack sealant which is City of Fayetteville SS -130-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation deteriorated shall be removed as directed by the Engineer. The high velocity hot air shall be not less than 2,000 °F in temperature. The air lance shall operate in a no flame impingment condition and shall have a directional controlled velocity of 330 -fps minimum and a combustion temperature at ignition of no less than 2,000 °F. c. Filler Application. After cracks have been cleaned, received soil sterilant and tack coat, and have been approved by the Engineer, the cracks shall be filled with the emulsified asphalt and aggregate described within this specification. The mix shall be raked in the crack by hand in order to completely fill the entire crack. Once the crack is filled, excess asphalt mix shall be rounded up along the length of the crack, and pinched into the crack using a small asphalt roller. The application and compaction method shall be approved by the Engineer prior to beginning crack cleaning operations. METHOD OF MEASUREMENT 130-4.1 JOINT AND CRACK REPAIR_ The unit of measurement for joint and crack repair shall be the linear foot of joint for a given width. BASIS OF PAYMENT 130-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item SS -130-5.1a Joint and Crack Repair (Less Than 1/2 -in Width) — per Linear Foot Item SS -130-5.1 b Joint and Crack Repair (Greater Than 1/2 -in Width) — per Linear Foot MATERIAL REQUIREMENTS ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM SS -130 City of Fayetteville SS -130-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15015370-10G 7/21/2014 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The. Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in Yellow (33538 or 33655), Red (31136), White (37925), and Black (37038) in accordance with Federal Standard No. 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type I. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT -B -1325D, Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III Glass Beads, Type IV White See Table 1. See Table I See Table 1 Yellow See Table 1. See Table I See Table 1 Red See Table I and Note Not used See Table I and Note Black Not used Not used See Table I and Note CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F and rising and the pavement surface temperature is at least 5°F above the dew point or meets the manufacturer's recommendations. Painting operations shall be discontinued when the surface temperature exceeds the paint manufacturer's recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. City of Fayetteville P-620-1 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15015370-10G 7/21/2014 The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint., It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting, sandblasting, or by other methods approved by the Engineer as required to remove all contaminants without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. JPifliJ 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glacs heads shall he shown on the plans. Glass beads shall be applied to all final reflective pavement markings. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch or less ±1/2 inch greater than 36 inch to 6 feet ±1 inch greater than 6 feet to 60 feet ±2 inch greater than 60 feet ±3 inch The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons of paint and application of 35 lbs of Type 1/50 lbs of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table I (e.g., for 5 gallons of waterborne paint shall cover no more than 575 square feet). City of Fayetteville P-620-2 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15016370-10G 7/21/2014 TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Glass Beads, Type I, Gradation A Glass Beads, Glass Beads, Type III Type IV Paint Type Square feet per gallon, ftzlgal Pounds per gallon of paint—lb./gal. Pounds per gallon Pounds per gallon of paint—lb/gal. of paint—lb./gal. Waterborne 115 ft2/gal 7 lb.lgal. 10 lb.lgal. Type I or II maximum minimum minimum -- Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb/gal for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distributed upon the marked areas at the locations shown on the plan- to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. WrIjT 620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. 620-3.9 REMOVAL OF EXISTING MARKINGS. The existing pavement markings shown on the plans to be removed shall be removed without damaging the existing pavement. The markings shall be removed through the use of high-pressure water or other methods approved by the Engineer before removal operations begin. For areas to be repainted, the existing painted surface shall be cleaned by high- pressure water blasting or sand blasting, as required, to remove all foreign material which would reduce the bond between the new paint and the old paint. Any area damaged or scarred by removal operations shall be repaired with a coal -tar fog sealer that has been approved by the Engineer. City of Fayetteville P-620-3 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15016370-10G 7/21/2014 METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting with or without reflective media performed in accordance with the specifications and accepted by the Engineer. 620-4.2 Pavement marking removal shall be measured by number of square feet of markings removed in accordance with the specifications and accepted by the Engineer. 1=7is]JJNd l ►1I 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting, with or without reflective media. This price shall be full compensation for furnishing all materials, including reflective media, and for all labor, equipment, tools, and incidentals necessary to complete the item. 620-5.2 Payment shall be made at the contract unit price per square foot for paint removal. The price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P -620-5.1a Runway and Taxiway Painting (Reflective) — per Square Foot Item P -620-5.1b Runway and Taxiway Painting (Non -Reflective) — per Square Foot Item P-620-5.2 Pavement Marking Removal - per Square Foot TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM O92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM O968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Failing Abrasive ASTM O1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM O2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM O7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments City of Fayetteville P-620-4 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15015370-10G 7/21/2014 ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT -B -1325D Beads (Glass Spheres) Retro-Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A A 28868 Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 City of Fayetteville P-620-5 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation AC 15015370-10G 7/21/2014 Page Intentionally Left Blank City of Fayetteville P-620-6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation CARVER CITY OF tie ARKANSAS MEMORANDUM TO: City Clerk's Office FROM: Peggy Vice, Purchasing Manager -i" V ,ej DATE: August 20, 2015 SUBJECT: Bid 15-45, Legistar Item 2015-0363 In the official resolution packet submitted for City Council approval, this item did not contain a certified bid tabulation. The one submitted with the packet was hand-written. Attached is the official bid tabulation for this item. Blake Pennington, Assistant City Attorney, recommended that we attach the official bid tab along with this memo in the official packet to keep on file. CITY OF SYOIKMINO�S leAS City of Fayetteville, Arkansas Purchasing Division OFFICIAL BID TABULATION Bid 15-45, Construction - FYV Airfield Pavement Marking Rehabilitation Tuesday, July 28, 2015 before 2:00 PM, Local Time Ame an Stri erd LLCF FF H1 -Life Airfield Services LLC Time Stri Pm Unit ITEM DESCRIPTION Est Qty "..PRICEPERUNfr �[-;}�, C;i:�TQfAL-,: ;•.' PRICE PER UNIT TOTAL r=PRIDE YER UNIT.%%' lTOT , Efdl31: 1! DA , E� CLO E57 D d E ,4X6 A: CL • i 5S 1 "<.:tt 'e: n 1:i 3s: pti Site Preparation 1 LS .$ - 15000 00 $ '+ 15 000 00 t, , `:1 i i $ r :' 5 000.00 S 7,500.00 $ 7,500.00 t r• :—fi $ 500000 2 Joint and Crack Repair (Greater than 1/2 in width) 500 LF " - "$ 12 SOJ $-6 25000 • $ 4.00 - $ 2,000.00 $ r 3 50 $ -J 1 75000; 3 Joint and Crack Repair (Less than 1/2 in width) 15,000 LF k$ 100 $„-• 1500000 $ 1.35 - $ 20,250.00 $ 2 ' 14, $ 32 100 CO a Runway and Taxiway Painting (Reflective) 101,000 SF $_ D 75 ' °t 75 75000; _ $ 0.55 - $ 55,550.00 $ j 080 $ 80 800 00'. 5 Runway and Taxiway Painting (Non -Reflective) 2,650 SF 5' . S 100 fj t 2 65000; _ $ 0.45 - $ 1,192.50 r $ 0 80 $ h� E211200D 6 Pavement Marking Removal 1,000 SF , � Z s•c+r .f S $ S 506 i• i - $$} 500000 r x $ 2.00 -.,c,-. h fp $ F100 �Yh nth -f: 00s r - ra$1000 _ A B65• D' : :$1;:,:11965000 77 . �:$�'?;;132 000' _,•,•`,^�w„,r.t��fN,t5CHED[1LP.2 � (NIGIiLT�t,AE�pUNWPiY -. Y.....> trh',d3iia �.A.se.,ne•c>•..w. •..i LASURES DA;i1Jl�yTAXI?NAyCL05UEtFSj' �:,ri�u�,-.mxm �w 1 Site Preparation 1 LS $ V 20 000 00 v$,, 20 000 00, _ $ 7,50000 - $ 7,500.00 $ 5000.90 $ r 500000 - T 2 Joint and Crack Repair (Greater than 1/2 in width) 500 LF $ 1250 $ a 6 250001 _ $ 4.00 - $ 2,000.00 4 . $ sJ 400 $ ' 2 00000 3 in 15,000 LF _ ;$ 50 -H f• - - - 14_!: - $'' 225 00 _ $ 1.35 - $ 20,250.00 . -'•'r:: ::-Y r� $ i 230 !Y� yS.'?it::;:(U $ < 34 500.00; Joint and Crack Repair (Greater than 1/2 width) -3 00 x 4 Runway and Taxiway Painting (Reflective) 101,000 SF -; «:.-.::;: 'Ya ��: x t $ 100 i t: ;j�GI'.lr�-p $ 101 000 OOH x $ 0.55 - $ 55,550.00 ".-• K..f.;::.: -$ ; '�085 . � r,$?&i;� r:re $' 85,850 00� S Runway and Taxiway Painting (Non Reflective)2,650 SF $.rn .;.:•2;00; '- 5,30000: _ $ 0.45 $ 1,192.50 $: %-:'c::'s 0.85;' :•:$r;: G;te235250 6 Pavement Marking Removal 1,000 SF " — $ 50O — .5 500000 $ 2.00 $ 2,000.00 - 51, �; 150 Lei; •'ti"•��'� $J 150000 it - w::.-+ercrmcs+.r.:kw $ 160 00 00' : $ 88,492.50 Y - - 5 / 31;102:50 • NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by Oty officials. CERTIFIED: P. Vice, Purchasing Manager Date ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MMJDDJYYYY) 9/4/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Haylor, Freyer & Coon, Inc. 231 Salina Meadows Parkway P.O. Box 4743 CONTACT NAME: Elizabeth Phillips PHONE 315-703 3212 FAX 315-362-5734 E-MAIL hiha a Plli s P @ Ylor.com INSURERS AFFORDING COVERAGE NAIC 6 Syracuse NY 13221 INSURER A:National Union Fire Ins Co of Pitts 19445 INSURED HILITEMARK INSURER B: Granite State Insurance Company Hi-Lite Airfield Services LLC INSURER C :Ins Co of the State of Pennsylvania 18249 Hi-Lite Drive Adams Center NY 13606 INSURER D: Hanover Insurance CompCompy 22292 INSURER C: INSURER F : COVERAGES CERTIFICATE NUMBER: 76503936 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 ,torn p USI POLICY NUMBER MIWIUDDYIYYYY MMIDDY EXP LIMITS A X COMMERCIAL GENERAL UABIUTY Y Y AP04505443302 91112015 9/1/2016 EACH OCCURRENCE $10,000,000 CLAIMS -MADE ❑X OCCUR PREMISES Ea Ocwnence $1,000,000 MED EXP An one n $5,000 PERSONAL B ADV INJURY $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ JECT LOC PRODUCTS - COMPIOP AGG $10,000,000 $ OTHER; B AUTOMOBILE UABIUTY Y Y 02CA0645985852 9/12015 911/2018 COMBE4EO SINGLELIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO AUTOS JED SCHEDULED BODILY INJURY (Per eocidenl) $ NON-OWNED HIRED AUTOS X XAUTOS Peraoddent $ X 'Hired Auto Physical Omg $250,000 B X UMBRELLA UAB X OCCUR Y Y 02UD0111647661 9112015 911/2016 EACH OCCURRENCE $10,000,000 I AGGREGATE $10,000,000 EXCESS LIAR CLAIMS -MADE DED x RETENTION $10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNEREEXECUTIVE OFFICEREMEMBER EXCLUDED? NIA y WC039155741 9112015 911/2016 X ST M R O E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EAEMPLOYEE $1,000,000 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 D Blanket Installation Floater Leased/Rented Equipment Scheduled Contractors Equipment RHSA393854 9112015 9/1/2018 Jobsite Limit $1,000,000 $2,500 Deductible $250,000 Replacement Cost Val See Below for Desc DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more apace Ia required) Forms Enclosed: CGL197(03/05)- Additional Insured- Owners, Lessees or Contractors- Completed Operation CGL196(03105)- Additional Insured- Owners, Lessees or Contractors- Scheduled Person or Organization CGL103 (12108)- Primary and Non -Contributory Endorsement CGL232(03/05)- Waiver of Transfer of Rights of Recovery Against Others to Us See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville THE EXPIRATION DATE THEREOF, NOTICE ACCORDANCE WITH THE POLICY PROVISIONS, WILL BE DELIVERED IN 13 West Mountain Street Fayetteville AR 72701 AUTHORIZED REPRESENTATIVE tt 1988-2014 ACORD CORPORATION `AII rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Ir AGENCY CUSTOMER ID: HILITEMARK LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY Haylor, Freyer & Coon, Inc. NAMED INSURED Hi-Lite Airfield Services LLC 18249 Hi-Lite Drive Adams Center NY 13606 POLICY NUMBER CARRIER NAIL CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE 139-NY(04/09)- Special Notice of Cancellation- New York '.093(11109)- Business Auto Broad Form Endorsement- Form B 197(10104)- Commercial Umbrella Policy Form 117 (05/94)- Waiver of Subrogation :000313 (04/84)- Waiver of our Right to Recover from Others Endorsement 420304A (01/00)- Texas Waiver of our Right to Recover from Others Endorsement Note: The Umbrella Liability policy shown above applies over the Auto Liability and Employers Liability coverages only. Ref: Aviation Operations *Hired Auto Physical Damage- $250,000 Limit- Comprehensive Deductible: $100- Collision Deductible: $500 Project: Airfield Pavement Markings Rehabilitation, Fayetteville -Drake Field, AR AGORO 101 (2008109) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED AS REQUIRED BY CONTRACT TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF:THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage - caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other provisions of this policy remain the same. This endorsement becomes effective Segtember:1._2015. to be attached to and hereby made a part of Policy No.AP 045054433-02 issued to HI-LITE AIRFIELD SERVICES, LLC AND AS ENDORSED By NATIONAL UNION AN O P OF PITTSBURGH PA Endorsement No. 17 Date of Issue August 28, 2015 JC By (Authorized Representative) CGL197 (3105) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE or v anizauon s : LOCauon s oT L overe@ eraulons: ANY PERSON ORCRGANIZATION TO%HOM YOU BECOME OSUGATED AS REQUIRED BY CONTRACT To INCLUDE AS AN ADflmONAL INSURED UNOERTHIS POLICY, ASA RESULT OFANY CONTRACT OR ACfEEMFNT YOU ENTER INTO WHICH REQU RES YOU 70 FURNISH IN5URN'ICE TO THAT PERSON OR ORGANIZATION OF THETYPE PROVIDED BYTHIS POLICY. HOWEVER. THE INSURANCE PROVVEP W1LL. NOT EXCEED THE LESSOR OF:THE COVERAGE ANIVOR UNITS OFTHIS POLICY. OR THE COVERAGE ANDIORUHITS REOUIREO BY SAID CONTRACTOR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. SECTION 11 - WHO IS AN INSURED Is amended to include as an additional Insured the poison(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "property damage" cr °personal and advertising injury" caused, in whole or in part, by; 1. Your acts or omissions; or 2. The ads or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded these additional Insureds, the following additional exclusions apply: This Insurance does not apply to "bodily Injury" or "property damage" occurring after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance, or repairs) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2015 to be attached to and hereby made a part of Policy No.. AP 045054433-02 ssued to i4I1JTE AIRFIELD SERVICES. LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH PA Endorsement No. 29 - Date of issue_Auqust 28 2Q15 _ JC By (Authorized Representative) CGL19S (3(05) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This policy is amended as follows: Only to the extent as stated within a written contract between the Named Insured and party(ies) as stated in the Schedule, coverage hereunder is primary and non-contributory with any insurance, co-insurance, or self insurance maintained by those party(ies): SCHEDULE ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. All other provisions of this policy remain the same. This endorsement becomes effective September 1. 201.5 to be attached to and hereby made a part of Policy No.. AP 045054433-02 issued to HI-LITE AIRFIELD SERVICES LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH PA Endorsement No.1-6 August 28, 2015 .Ir Date of Issue —.... - CGL1033 (12108) NYFTZ Stat Code 2-5007 By (Authorized Representative) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY, AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ENTER INTO WHICH REQUIRES YOU TO FURNISH INSURANCE TO THAT PERSON OR ORGANIZATION OF THE TYPE PROVIDED BY THIS POLICY. HOWEVER, THE INSURANCE PROVIDED WILL NOT EXCEED THE LESSOR OF: THE COVERAGE AND/OR LIMITS OF THIS POLICY, OR THE COVERAGE AND/OR LIMITS REQUIRED BY SAID CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsemenL) The Transfer Of Rights Of Recovery Against Others To Us Condition (SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2015 to be attached to and hereby made a part of Policy No. AP -045054433-02 issued to HI-LITE AIRFIELD SERVICES, LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OFPITTSBURGH, PA Endorsement No. 18 Date of Issue August 28, 2015 3C CGL232 (3105) By (Authorized Representative) Includes copyrighted material of Insurance Services Office, Inc. with its permission NYFTZ Stat Code 2-5007 SPECIAL NOTICE OF CANCELLATION - NEW YORK In the event the policy is cancelled by the Company 90 days notice ( 10 days if for non-payment of premium) will be sent to the following: Name ANY PERSON OR ORGANIZATION TO WHOM YOU ARE CONTRACTUALLY OBLIGATED TO Address PROVIDE 90 DAY (10 DAY NON-PAYMENT) NOTICE OF CANCELLATION. Naive Address Name Address Name Address Name Address Name Address Name Address The number of days to be Inserted above shall in no event be less than the minimum requirements set forth In New York Amendatory Endorsement attached to this policy which complies with the cancellation provisions of the New York Insurance Code. All other provisions of this policy remain the same. This endorsement becomes effective September 1, 2015 to be attached to and hereby made a part of Policy No.. AP 045054433-02 . Issued to HI-LITE AIRFIELD SERVICES. LLC AND AS ENDORSED By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA Endorsement No. 19 August 28, 2015 Date of Issue UE139-NY (4109) NYFTZ Stat Code 2-5007 By (Authorized Representative) ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective at 12:01 A.M. 9/1/2015 forms a part of Policy No. 02 -CA -0645985852 Issued to: Hi-Lite Airfield Services. LLC By: Granite State Ins. BUSINESS AUTO BROAD FORM ENDORSEMENT - FORM B This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUBSIDIARIES AND NEWLY ACQUIRED OR FORMED ORGANIZATIONS Subparagraph 1. Who is an Insured of Paragraph A. Coverage (SECTION I1— LIABILITY COVERAGE) is amended to include the following: The following will qualify as a Named Insured if there is no similar insurance available to that organization, regardless of whether the limits of such insurance are exhausted: a. Any incorporated subsidiary in which you maintain ownership or majority interest on the effective date of the policy. b. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority Interest. However: (1) Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever Is earlier, and (2) Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you acquired or formed the organization. No person or organization will qualify as a Named Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured In the Declarations. 102093(11-09) Pace 1019 Includes copyrighted material of Insurance Services Office, Inc,, with its permission. All rights reserved. Subparagraph d. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION 11- LIABILITY COVERAGE) as follows: d. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. III. ADDITIONAL INSURED — WHERE REQUIRED UNDER CONTRACTOR AGREEMENT Subparagraph e. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION I1- LIABILITY COVERAGE) as follows: e. Any person or organization to whom you become obligated to include as an additional Insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability covered by the terms of this policy, arising out of the use of a covered "auto" you own, hire or borrow. However, the insurance provided herein will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. IV. EMPLOYEES AS INSUREDS Subparagraph f. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: Any "employee" of yours while using a covered "auto" you do not own, hire or borrow, in your business or your personal affairs. V. EMPLOYEE HIRED AUTOS A. Subparagraph g. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: g. An "employee" of yours while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 102093(11-09) Page 2 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. B. Subparagraph b. of Subparagraph 5. Other Insurance of Paragraph B. General Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow, and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". VI. DRIVE OTHER CAR LIABILITY COVERAGE — EXECUTIVE OFFICERS Subparagraph h. is added to Subparagraph 1. Who is An Insured of Paragraph A. Coverage (SECTION II- LIABILITY COVERAGE) as follows: h. Any of your "executive officers" or his or her spouse, while a resident of the same household using a covered "auto" described below. For the purposes of this paragraph h., a covered "auto" for Liability Coverage is any "auto" you don't own, hire or borrow while being used by your "executive officer" or by his or her spouse while a resident of the same household except: 1. Any "auto" owned by that "executive officer" or a member of that person's household; or 2. Any "auto" used by that "executive officer" or his or her spouse while working in a business of selling, servicing, or repairing or parking "autos". We will provide coverage to this "insured" equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. Any coverage provided to this "insured" is excess over any other valid and collectible insurance. VII. SUPPLEMENTARY PAYMENTS -- BAIL BONDS AND LOSS OF EARNINGS Subparagraph a. of Paragraph 2. Coverage Extensions of Paragraph A. Coverage (SECTION II— LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: a. Supplementary Payments We will pay for the "insured": (1) All expenses we incur. t02093(11-09) Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (2) Up to $2,500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (3) The cost of bonds to release attachments in any "suit" against the "insured" we defend, but only for bond amounts within our Limit of Insurance. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $300 a day because of time off from work. (5) All costs taxed against the "insured" in any "suit" against the "insured" we defend. (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. These payments will not reduce the Limit of Insurance. VIII. AMENDED FELLOW EMPLOYEE EXCLUSION Subparagraph 5. of Paragraph B. Exclusions (SECTION II— LIABILITY COVERAGE) is deleted in its entirety and replaced with the following: 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. But this exclusion does not apply if you have workers' compensation insurance in -force covering all of your "employees". Coverage provided under this exception is excess over any other collectible insurance. IX. ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE Subparagraph a. Transportation Expenses of Paragraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted in it entirety and replaced with the following: 102093 (11-09) Pace 4 of 9 Includes copyrighted material of Insurance Services Office, Inc, with its permission. All rights reserved. a. Transportation Expenses We will pay up to $60 per day to a maximum of $2,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" Is returned to use or we pay for its "lam„ X. HIRED AUTO PHYSICAL DAMAGE Subparagraph b. Loss of Use Expenses of Subparagraph 4. Coverage Extensions of Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) is deleted in its entirely and replaced with the following: b. Hired Auto Physical Damage Coverage (1) Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto''; (b) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $1000 per accident. (2) Loss to Hired Auto For Hired Auto Physical Damage, we will pay for "loss" to an "auto" you rented or hired without a driver, under a written rental contract or agreement. We will pay for "loss" if caused by: (a) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; 102093 (11-09) Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. (b) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (c) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". We will provide coverage equal to the broadest coverage applicable to any covered "auto" you own that is covered by this policy. However, the most we will pay for "loss" to any hired "auto" is: (a) $50,000; (b) The actual cash value of the damaged or stolen property at the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property; whichever is smallest, minus the deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. (3) This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. XI. EXPENSE FOR STOLEN AUTO RETURN Subparagraph 4.c. is added to Paragraph A. Coverage (SECTION III — PHYSICAL DAMAGE COVERAGE) as follows: c. Expense for Stolen Auto Return We will pay for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". XII. EXCEPTION TO MECHANICAL BREAKDOWN EXCLUSION FOR AIRBAGS Subparagraph 3. of Paragraph B. Exclusions (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted in its entirely and replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown. But this exdusion does not apply to accidental discharge of an airbag. b. Blowouts, punctures or other road damage to tires. 102093 (11-09) Pace 6 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XIIL AMENDED DEDUCTIBLE PROVISION — GLASS BREAKAGE AND MULTIPLE DEDUCTIBLES Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is deleted in its entirety and replaced with the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. However, no deductible applies to glass breakage if the glass is repaired ratherlhan.replaced. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. If another policy or coverage form issued by us or any company that controls, is controlled by, or is under common control with us, applies to the same "accident', the following applies: 1. If the deductible underthis policy is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible under this policy is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. XIV. AUTO LEASE GAP COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE is amended to include the following: If a long-term leased "auto" is a covered "auto" and the lessor is named in the policy as a loss payee, we will pay in the event of a total "loss" the unpaid amounts due on the lease for the covered "auto" at the time of the "loss", less: 1. Overdue lease payments at the time of the "loss'; 2. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. 3. Security deposits not returned by the lessor, 4. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the lease; and 5. Carry-over balances from previous leases. 102093 (11-09) Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. All rights reserved. XV. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUITOR LOSS Subparagraph 2.a. of Paragraph A. Loss Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss". Include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. This condition applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An officer or insurance manager, if you are a corporation. Your failure to give first report of a claim to us shall not invalidate coverage under this policy if the loss was inadvertently reported to another insurer. However, you shall report any such 'accident, claim, "suit" or 'loss" to us within a reasonable time once you become aware of such error. XVI. LIMITED WAIVER OF RIGHTS OF RECOVERY AGAINST OTHERS Subparagraph 5. of Paragraph A. Loss Conditions (SECTION IV— BUSINESS AUTO CONDITIONS) is deleted in its entirety and replaced with the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. Thai person or organization must do everything necessary to secure our rights and must do nothing after "aoddent" or "loss" to impair them. However, we waive any right of recovery we may have against any person or organization with whom you have a written contract executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. 102093(11-09) Pace8of9 Includes copyrighted material of Insurance Services Office, Ina, with its permission. All rights reserved. XVII. UNINTENTIONAL FAILURE TO PROVIDE ACCURATE AND COMPLETE REPRESENTATIONS Subparagraph 2. of Paragraph B. General Conditions (SECTION IV — BUSINESS AUTO CONDITIONS) is deleted in its entirely and replaced with the following: 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void If you or any other "insured", at any time, intentionally conceal or misrepresent a material fad concerning: a. This Coverage Form; b. The covered "auto'; c. Your interest in the covered "auto'; or d. A daim under this Coverage Form. Any unintentional failure by you or any "insured" to provide accurate and complete representations as of the inception of the policy will not prejudice the coverages afforded by this policy. However, you must report such error or omission to us as soon as practicable after its discovery. XVIII. AMENDED BODILY INJURY DEFINITION Paragraph C. of SECTION V — DEFINITIONS is deleted in its entirety and replaced with the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from any of these. All other terms and conditions of the policy remain the same. Authorized Representative 1O1093(11-09) Page9of9 Includes copyrighted material of Insurance Services Office, Inc, with its permission. WI rights reserved. Commercial Umbrella Policy Form Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured as defined in Insuring Agreement IV, Definitions. The words "we", "us" and "our' refer to the Company providing this insurance. The word "Insured" means any person or organization qualifying as such in Insuring Agreement IV, Definitions. In consideration of the payment of the premium and in reliance upon the statements in the Declarations we agree with you to provide coverage as follows: Insuring Agreements I. Coverage We will pay on behalf of the Insured those sums in excess of the Retained Limit that the Insured becomes legally obligated to pay by reason of liability imposed by law or assumed by the Insured under an Insured Contract because of Bodily Injury, Property Damage, Personal Injury or Advertising Injury that takes place during the Policy Period and is caused by an Occurrence happening anywhere in the world. The amount we will pay for damages is limited as described in Insuring Agreement 111, Limits of Insurance. If we are prevented by law or statute from paying on behalf of the Insured, then we will, where permitted by law or statute, indemnify the Insured for those sums in excess of the Retained Limit. II. Defense A. We shall have the right and duty to defend any claim or Suit seeking damages covered by the terms and conditions of this policy when: 1. The applicable Limits of Insurance of the underlying policies listed in the Schedule of Underlying Insurance and the Limits of Insurance of any other underlying insurance providing coverage to the Insured have been exhausted by payment of claims to which this policy applies; or 2. Damages are sought for Bodily Injury, Property Damage, Personal Injury or Advertising Injury covered by this policy but not covered by any underlying Insurance listed in the Schedule of Underlying Insurance or any other underlying Insurance providing coverage to the Insured. B. When we assume the defense of any claim or Suit: 1. We will defend any Suit against the Insured seeking damages on account of Bodily Injury, Property Damage, Personal Injury or Advertising Injury even if such Suit is groundless, false or fraudulent, but we have the right to investigate, defend and settle the claim as we deem expedient. 2. We will pay the following, to the extent that they are not included in the underlying policies listed in the Schedule of Underlying Insurance or in any other insurance providing coverage to the Insured: 57697 (10104) Page 1 of 19 3. Misappropriation of advertising ideas or style of doing business; or 4. Infringement of copyright, title or slogan. B. Auto means a land motor vehicle, trailer or semitrailer designed for travel on public roads, Including any attached machinery or equipment. But auto does not Include mobile equipment. C. Bodily Injury means bodily injury, sickness, disability or disease. Bodily Injury shall also mean mental injury, mental anguish, humiliation, shock or death if directly resulting from bodily injury, sickness, disability or disease. D. Impaired Property means tangible property, other than Your Product or Your Work, that cannot be used or is less useful because: 1. It incorporates Your Product or Your Work that is known or thought to be defective, deficient, inadequate or dangerous; or 2. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by: 1. The repair, replacement, adjustment or removal of Your Product or Your Work; or 2. Your fulfilling the terms of the contract or agreement. E. Insured means each of the following, to the extent set forth: 1. The Named Insured meaning: a. any person or organization listed in Item 1 of the Declarations, and any company that is your subsidiary as of the effective date of this policy and any company you own or control as of the effective date of this policy. b. any organization newly acquired, controlled or formed by you during the policy period but only: (1) as respects Occurrences taking place after you acquire, take control or form such organization; (2) if such organization is included under the coverage provided by the policies listed in the Schedule of Underlying Insurance; and (3) if you give us prompt notice after you acquire, take control or form such organization. 57697 (10/04) Page 4 of 19 We may make an additional premium charge for any additional organizations you acquire, form or take control of during the period of this policy. 2. If you are an individual, you and your spouse, but only with respect to the conduct of a business of which you are the sole owner. 3. If you are a partnership or joint venture, the partners or members and their spouses but only as respects the conduct of your business. No person or organization is an Insured with respect to the conduct of any current or past partnership or joint venture that Is not shown as a Named Insured in the Declarations. 4. Any person or organization, other than the Named Insured, included as an additional insured in the policies listed in the Schedule of Underlying Insurance but not for broader coverage than is available to such person or organization under such underlying policies. 5. Any of your partners, executive officers, directors, stockholders or employees but only while acting within their duties. However, the coverage granted by this provision 5. does not apply to the ownership, maintenance, use, loading or unloading of any autos, aircraft or watercraft unless such coverage is Included under the policies listed In the Schedule of Underlying Insurance and then for no broader coverage than is provided under such underlying policies. 6. Any person, other than one of your employees, or organization while acting as your real estate manager. 7. Any person, organization, trustee or estate to whom you are obligated by a written Insured Contract to provide Insurance such as is afforded by this policy but only with respect to: a. liability arising out of operations conducted by you or on your behalf; or b. facilities owned or used by you. 8. Any person (other than your partners, executive officers, directors, stockholders or employees) or organization with respect to any auto owned by you, loaned to you or hired by you or on your behalf and used with your permission. However, the coverage granted by this provision 8. does not apply to any person using an auto while working in a business that sells, services, repairs or parks autos unless you are in that business. F. Insured Contract means any oral or written contract or agreement entered into by you and pertaining to your business under which you assume the tort liability of another party to pay for Bodily Injury, Property Damage, Personal Injury or Advertising Injury to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. 57697 (10/04) Page 5 of 19 ENDORSEMENT This endorsement, effective: Policy No 02UD0111647661 by Granite State Insurance Co. 09/01/15 forms a part of issued to Hi-Lite Airfield Services, LLC and as endorsed WAIVER OF SUBROGATION In the event of any payment under this policy for a loss for which you have waived the right of recovery in a written contract entered into prior to the loss, we hereby agree to also waive our right of recovery. This waiver shall only apply with respect to a loss occurring due to operations undertaken as per the specific contract in which you waived the right of recovery. All other terms and conditions of this policy remain unchanged. Authorized Representative 60417 (05/94) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which It is attached effective on Inception date of the policy unless a different date is Indicated below. (The following 'attaching clause' need be completed only when this endorsement Is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 09/01/2015 forms a part of Policy No. WC 039-15-5741 issued to HI-LITE AIRFIELD SERVICES, LLC AND AS ENDORSED By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We Will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named In the Schedule. Schedule ANY ENTITY IN WHICH THE INSURED IS REQUIRED TO PROVIDE A WAIVER UNDER A WRITTEN CONTRACT. This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah, or Washington. WC 00 03 13 Countersigned by (Ed. 04184) Authorized Representative TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The fo8owing "attaching clause" need be completed orty when this endorsement Is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 09/01/2015 forms a part of Policy I4o. WC 039-15-5741 Issued to HI-LITE AIRFIELD SERVICES, LLC AND AS ENDORSED By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement applies only lu the Insurance provided by the policy because Texas is shown In Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown in the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2c percent of the premium developed on payroll In con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC 42 03 04A Countersigned by ------------------ (Ed. 01!00) Authorized Representative -. DOCUMENT 00610 - PERFORMANCE BOND: Bond No. S001-1356 KNOW ALL MEN BY THESE PRESENTS: that Iii—Lite Airfield Services, LLC 18249 Hi.—Lite Drive Adams Center, NY 13606 as Principal, hereinafter called Contractor, and •Allied World Specialty Insurance Company 30 S. 17th Street, Suite 810 Philadelphia, PA 19103 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street qP� lllllll�ll�� illll�flll�lll�lll�111�M1�111111�11�111�1111 Doc ID: 018470090012 Type: LIE Kind: PERFORMANCE D Recorded: 09/29/2015 Hga t 10:30:18 All Fee Amt: $70.00 Page 1 of 12 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000497 Fayetteville, Arkansas 72701 Eighty Eight Thousand Four Hundred as Obligee, hereinafter called Owner, in the amount of Ninety Two. & 50/ 100 Dollars ($88,492.50 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated 20j entered into a contract with Owncr for FYV AIRFIELD PAVEMENT MARKING REUABJLXTAT which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and cffcct. .330497' City of Fayetteville 00610-I Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation File Number: B03300000497 Page 1 of 12 DOCUMENT 00610 —PERFORMANCE BOND: (continued) The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and dcclarcd•by Owncr to be in default under the Contract, the Owner having perfomaed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly; A. Complete the Contract in accordance with its terms and conditions. or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by. The Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract bctwccn such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor undcr the Contract and any amendments thereto, less the amount properly paid by Ocviner to Contractor. Any suit under this Bond mustbe instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. City of Fayetteville FYV Airfield Pavement Marking Rehabilitation 00610-2 Carver Project No. 15041212 File Number: B03300000497 Page 2 of 12 Signed and sealed this day of 20_ CONTRACTOR 111rr11111,1, (CORPORATE SEAL)�Sald S.r ,, Hi--LS.te Airfield Services, , LLCco .N EAL �O:r n "I, 'I Illrl SITh E1 ' COUNTERSIGNED: Rcsidcnt Agcnt State of Arkansas Company NIA `-rye►. , Attorney -In -Fact ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00610 City of Fayetteville FYV Airfield Pavement Marking Rehabilitation (CORPORATE SEAL) Avnrovcd as to Form: Garver Project No. 15041212 00610-3 File Number: B03300000497 Page 3l 12 rP DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: Bond No. S001-1356 This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that Hi-Lite Airfield Services, LLC 18249 Hi-Lite Drive Adams Center, NY.13606 as Principal, hereinafter called Contractor, and Allied World Specialty Insurance Company 30 S'. 17th Street, Suite 810 Philadelphia, PA 19103 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville; Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelortw defined, in the amount of Eighty Eight Thousand Four Hundred Ninety Two & 50/100 Dollars (588,492.50 ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement datedkAQJM 20 1)ntered into a contract with Owner for FYV AIRFIELD PAVEMENT M1IRKIN4 REHABILITATION which contract is by reference made a part hcrcof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; othcrwisc it shall remain in full force and effect, subject, however, to the following conditions: City of Fayetteville - 00611- 1 Clarver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation File Number: B03300000497 Page 4 of 12 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light; heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place whore an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shalt be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. City of Fayetteville 00611-2 Garver Project No. 15041212 FYV Airfield Pavement Ma±E ig Rehabilitation File Number: 903300000497 Page 5 of 12 DOCUMENT 00611- LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Pmjcet, or any part thereof, is situated, or in the United States District Court for the district in which the Project or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such licn be presented under and against this Bond. a City of Fayetteville 00611 -3 Carver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation File Number: 603300000497 Page 8 of 12 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) Signed and sealed this __________________day of 20I CONTRACTOR ��ti►11111+1i„ r,1(CORPORATE SEAL) Hi—Lite Airfield Servic SURETY COUNTERSIGNED: Resident Agent •y J Byi' Rr Attorney —In —Fact ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Facts authority from Surety) END OF DOCUMENT 00611 City of Fayetteville FYV Airfield Pavement Marking Rehabilitation Company State of Arkansas By (CORPORATE SEAL) Approved as to Form: Attorney for 00611-5 Garver Project No. 15041212 File Number: B03300000497 Page 7 al 12 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) Page Intentionally Left Blank City of Fayetteville 00611 -6 Garver Project No. 15041212 FYV Airfield Pavement Marking Rehabilitation File Number: 803300000497 Page 8 of 12 Corporate Acknowledgement STATE OF COUNTY OF .1�G�rs�• _ 11th day August the year 2015 , beforeme , NOTARY PUBLIC personally appeared Zc personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as president (or secretary)or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written. My Commission expires Notary Public, resjjltg at (SEAL) =Public, AEFNER SR tate of NewYork A5061100 fferson County fires June 30, 2018 File Number: 803300000497 Page 9 of 12 ACKNOWLEDGEMENT OF SURETY State of _ New Jersey County of Essex City of Madison On this llti ay of August in the year 2Q15 before me personally Came Robyn Rost to me known, who, being by me duly sworn, did depose and say that he resides in Madison, NJ that he is the Attorney - In -Fact for Allied World Specialty Insurance companythe corporation described In and which executed the attached instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; and that it was so affixed by Order of the Board of Directors of the said and that he signed his name thereto by like order. 0 i Ic +rr+a 111, .... Thomas Francis Darner Sr Notary Public New Jersey My Commission Expires 4-23-18 ID No. 2433021 File Number: 303300000497 Page 10 of 12 wr i{jl`I�• .i �f -3 rt'�JS qp (r�j ° �-•ti 4Rt c ALLIED WORLD SPECIALTY INSURANCE COMPANY NM�. N T M OA 30 S. :St SUite 810; Fililadelphia}PAi19103 frr' Y` ' �. "�• t -• r r• 1 POWER OF ATTORNEY M, w Iss}u}.ee�{Date: GLM 015 3A!t.S KNOW ALEN BY THESE PRESENTS: Allied World Specialty Insurance Company, a Delaware corporation (the °Company°) does hereby appoint S tN�MYE(s): O1�5ua Ick :. ?M1IL yRobyr�iRbs �.3 F R I We11s1FaPo!lnsuf ce Serv'Ices USA;�Inc � OFFF� CE LO s`ATION:14 8(WIU s INin Ave e. Suite,l4Q I df ssla P .19406 i - Th � its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings ob�gatory e�natureefhereof, issue �,1th rse o businesss,�and to bind=the Company thereby. This Rower ofd ftomey shone m iin I in full force and effect for ane:yearl from the �isssued.date above -referenced andtD .47 hall;e re on close of bus �itess�of the first+a lnl ersary of s issue :� • IN•WITNESS Wf EREOFALLI ED. WORLD.SPECIALINSU_RANCE COMPANY hasjcaused these presen ;to to execufed.by the officer.named • ,r jti�eiow, who is;da p and,em eretl to execufeon fhe:Cbmpany's behalf � This 15� day of July, 2015 r� it mac-, . �21© F �i�04t,i +r RLiiri�i '.rsr <Q s, State of Pennsylvania ) f .,, yName: RobertE. Staples CountyofPh�l �a �ssi^`^ `T,.Senior ident On this 15t day of July, 2015 before me came the above -named officer of ALLIED WORLD SPECIALTh (NS4Uf? NCI; ;COMPANY, rto,-;rne personalty known to be the 1 r {yq�f . iridiVidual and�offcer'desaitied'.herein, and acknowl ed'ihat:he exeaited the t oin'•, r r "# '►" sent and affixed t e seals of said corporation ftiereto by a ik ioifiy of afirce. otary Mit lael,W: Zahotl5la ≥ IJx : : ' My Commission moires: 11-18-2018 j C�ER7IFICATE f ; E cerpt of Resoluggn,a pi d by the Board of Director$ o ihe;ALLIEdiWottLD SPECIALTY tJINSu_Ru4NCExCOMPANY tortryr knovnj as �ajwr National Assytence ;.. Company), on December, 2012: •�₹y' "RESOLVED, that•`the'Niesidi=nt1 or ari ,.Vice Presldent;be,nd hereb Is, th�ho,�nzed to a t 'Attom s in-Fail'=.to represent+and,acf forlandton behalf of the Com to '' 1•. 5,.;r �.• yr ::rY%� n:.�� !H [:e��^;a �. rrt;ert -•tr t^� r -a.,• -r. ���•: ''�• x execute bonds;;.undertahi4 recogniiances and other cont of lhdemndy and writings obl₹gatoryiln ihetr atu thereof, an'd: to attach.thereto,tf corporate sea%r the: ' = t °` � ,Company, in ihe'iransaclion fits surety buslncgs; 'r'. �' ; % °RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed teeny such Power of Attorney or to any certificate relating thereto %+ by¢„cslmile, and• -any such Prof Aftamey or certifi�casebbeaiirtg sucjacsimile sigrtatu or,�fac�srtitt a seal s4111bb valid and bI.l ding upon the Company when so affix Ath E �r rasped to any boQd u .$ ng iec}o�gnrzence or other conffrad,of indernnity:o4 2rwriting ob�gatarytivnxthe naftire thereof ` Ir ' ' r �1r e + '''J:r c,IS�' i ¢� '�cR fsrt `i ';.T* iYri y�'s,',jr �a '�.0 s.• �79 Y �' r" "RESOLVED, that the facsimile or mechanicaLy reproduced signature of the Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a copy ofanyPower of Attorney of the Company, with signatures affixed as next above noted, shall be valid and binding upon the Company with the same to and effect as though manualty affixed.' '� `' ` #. 1 Iry r x t'au "RESOLVED, that' any such A$omey in Feel delivering a:1Xtadai•cerfG : Von•that the foregoing iesolutiens•sU'ti a -in effect mayrinseri in's ch oerli Bon the date thereof, 'r' said date to be not later than the date of delivery thereof by such Attomeyin-FacL- •T1? ads 1i C3 3 � � Vie. tit xs. G*c c pirc w CBs R3 y ��S �• P a-. . r I yTIMOTHY 1. CllRRY1 Secretary of the :ALLIED WORLD $PECIALTY:lNSURAf tCECOMPANYy, dohereby cerbfyritiai file;oregotng ecertol tiesoluGcn"adcp ythe Board Of Dire+dnrs �`;' . • E :.�"1t 71 , : r '� t"•�ri� `i'F, }.S'' t rCs^ h �°"• '*{�•i• -kk`• y_r,�.• 1"aa R. 'y,+• t . j :4t • 1 f'kr ' wothin corparabon�and the in+ eGo fAttgmey Issued pursuant thereto, are Ogre artd caned and that both the tiResohrliQn euid the P_auer of A#iomryS a ii ml theai;¢ effeof. lit ' r� r15. IN WITNESS WHEREOF I have hereunto set my (rand and affxed the {�aimpa seal of the mrporatbnr ails layofAugtis:t 20_ SUR 00007 00 (1112012) rt ' 1C? EAFile Number: 803300000497 Page 11 of 12 " ' '' ALLIED WORLD SPECIALTY INSURANCE COMPANY - NAIC # 16624 CONDENSED STATUTORY BASIS FINANCIAL STATEMENT ADMITTED ASSETS BONDS COMMON STOCKS INVESTMENT IN SUBSIDIARIES CASH & SHORT TERM INVESTEMENTS AGENTS BALANCES OR UNCOLLECTED PREMIUMS OTHER ASSETS TOTAL ASSETS LIABILITIES RESERVE FOR LOSSES RESERVE FOR LOSS ADJUSTMENT EXPENSES RESERVE FOR UNEARNED PREMIUMS ALL OTHER LIABILITIES TOTAL LIABILITIES CAPITAL AND SURPLUS SPECIAL SURPLUS FUNDS CAPITAL STOCK CAPITAL IN EXCESS OF PAR VALUE UNASSIGNED SURPLUS TOTAL CAPITAL AND SURPLUS TOTAL 3,500,000 183,188,330 210,707,180 AS OF DECEMBER 31, 2014 276,546,621 67,347,771 115,895,530 97,657,723 92,082,199 102,480,016 $ 752,009,860 139,232,483 51,819,011 60,624,589 102,938,267 354,614,350 397,395,510 $ 752,009,860 In the state of New York, county of New York. Robert Lars n —' personally appeared before the undersigned who being duly sworn, deposes and ayr.t'at he is the Vice President and Treasurer of Darwin National Assurance Company and that the foregoing Tatement is correct and true. NOTARY Sworn to and Subscrihr:rfh fore Me 9is / day of April, 2015 � � f Signature %4 l � My Commission Expires MLIRZBA LEUNc Nr�tary Public. State Of 11stRrVD* 1lao. 01LE6112740 Cackled In Queens CouIdV�b Commission ExSeptember plre� File Number: B03300000497 Page 12 of 12