CONTRACT NO. 2466 PWP NO. CL-2018-209

BID DOCUMENT

VOLUME ONE OF ONE

VGT SHADE HANGAR ROOF REPLACEMENT

NORTH AIRPORT (VGT) NORTH LAS VEGAS,

APRIL 23,2018

McCARRAN INTERNATIONAL AIRPORT DEPARTMENT OF AVIATION CLARKCOUNTY,NEVADA McCARRAN INTERNATIONALAIRPORT CLARK COUNTY, NEVADA

CONTRACT NO. 2466

PWP NO. CL-2018-209

VGT SHADE HANGAR ROOF REPLACEMENT

NORTH LAS VEGAS AIRPORT (VGT) NORTH LAS VEGAS, NEVADA

DOCUMENT INDEX

VOLUME ONE

INVITATIONTO BID INSTRUCTIONS TO BIDDERS BID CONTRACT

EXHIBIT “A”- GENERAL CONDITIONS

EXHIBIT “B’ - SPECIAL CONDITIONS

EXHIBIT “C” - COMPENSATION CONDITIONS

EXHIBIT “D” - ADDENDA

EXHIBIT “E” - LIST OF DRAWINGS

DRAWINGS

AS LISTED IN EXHIBIT “E”

Contract No. 2466 Bid Document Document Index

APRIL 23, 2018 Page 1 of 1

APRIL

Bid

that

afforded The

against

U.S.C.

time-stamped

The

Bid

Las specifications

International Bids

service

electrical

DESCRIPTION

Document

documents

any

OWNER,

Vegas,

purpose

will

23,

§

on

and

contract

full

be

of

2000d

2018

the

and

received the

Nevada lighting,

Airport

of

and

at

in

grounds

will

https:llwww.mccarran.com/Business/Construction/Opportunities

existing

PROJECT

LOCATION:

PRE-BID

accordance

the

fair

1:31

OF

to

entered

the

200d-4)

be

website

opportunity

domestic

Conference

89119

WORK

in

p.m.

County’s

available

of

the

steel

into

race,

CONFERENCE:

or

SITE

and

Department

on

at:

VGT

with after

-

pursuant

canopies,

water

color,

The

MAY

Disadvantaged

McCARRAN

the

to

APRIL

TOUR:

the is

SHADE

will

submit

to

Regulations,

BOARD

service,

scope

provisions 23,

or

be

CLARK

review

to

23,

national

of

installing

subject 2018. PWP

LAS

CONTRACT

this

bids

HANGAR

INVITATION

Aviation,

of

2018,

and

OF

INTERNATIONAL

and

COUNTY,

advertisement, VEGAS,

NO.

this

Business

in

Bids

of

origin

A

2705

Bid Grand

APRIL

COMMISSIONERS North

North

to

painting

hereby

response

new

Title

at

discuss

Project

CL-2018-209

rejection

project

Contracts Conference.

ROOF

must

no

Airport

in

footings

Las

NO.

Las

VI

NEVADA

Canyon

TO

30,

cost

notifies

Enterprise

NEVADA consideration

new

of

Site

be

Vegas,

Vegas

the

2466

2018

to

BID

includes

REPLACEMENT

the

in

for

Drive

disadvantaged

time-stamped

this

canopies.

Office,

their

Tour

Bid

and

Conference

AIRPORT

all

Civil

electronic

at

Airport

invitation Nevada

Bidders

Documents

steel

10:00

Policy.

entirety.

will

Rights

demolishing

1845

for

follow

framing;

am.

an

download

that

East

and Act

Room

89032

at

business

award.

immediately

1:30

as

it

of

will

Russell

will

installing

the

1964

well

not

p.m.

affirmatively

from

Contract

enterprises

steel

as

(78

be

Invitation

Road,

or

the

the

discriminated

new

after

Stat.

before. framing

Page

Drawings,

McCarran

No.

3t

electrical

the

252,

ensure

will

to

1

Floor,

2466

Bids

of

Pre

Bid

and

42

be 3 Published: Las Vegas Review Journal

***************************************************************************

Contract No. 2466 Bid Document Invitation to Bid APRIL 23, 2018 Page 2 of 3 PLAN SERVICES NOTIFIED OF AVAILABILITYOF BID DOCUMENTS FOR REVIEW

Construction Notebook 3131 Meade Las Vegas, NV 89102 Email: [email protected] Phone: (702) 876-8660 Fax: (702) 876-5683

2. Dodge Data &Analytics 3315 Central Ave. Hot Springs, AR 71913 Email: [email protected] Phone: (206) 328-5615 Fax: (206) 537-3597

3. Sierra Plan Room 9348 Villa Tuscany Ave Las Vegas, NV 89129 Email: [email protected] Phone: (702) 871-1077 Fax: (702) 871-8220

4. Sierra’s Contractor Source 634 RylanU Street Reno, NV 89502 Email: [email protected] Phone: (775) 786-4468 Fax: (775) 786-7595

5. Nevada Blue Ltd. 9738 5. Virginia St., Suite D Reno, NV 89511 Email: [email protected] Phone: (775) 827-4441 Fax: (775) 827-4576

6. CMD Group Document Processing Center 30 Technology Parkway South, Suite 100 Norcross, GA 30092-2912 Email: [email protected] Phone: 1-800-424-3996 Fax: 1-800-642-2437

Contract No. 2466 Bid Document Invitation to Bid APRIL 23, 2018 Page 3 of 3

APRIL

Bid

ATTACHMENT

ATTACHMENT

ATTACHMENT ATTACHMENT

ATTACHMENT

17.0

16.0 14.0

15.0

12.0 9.0

13.0

10.0 7.0

11.0 8.0

5.0

6.0

3.0

4.0

2.0

1.0

ITEM

Document

23,

AFFIDAVIT

PRE-BID

DESIGNATION

S/MIW/DBE

S/M/W/DBE

AWARD

POST-AWARD

BIDDER

PRE-AWARD CONSIDERATION

LOWBIDDERINTERVIEW

BIDDINGPROCEDURE

BIDDERS

BIDDING

NEVADA CONSTRUCTION

REQUIRED TIME

STANDARD

FAA

SITE

GOVERNING

DEFINITIONS

2018

INSTRUCTIONSTO

TOURS

“D”

“C-i”

“C”

“B”

“A”

OF

PREFERENCE

QUESTION

PREVAILING

DOCUMENTS

TO

TO

REPRESENTATIONS

TO

TO

PERTAINING

SUBCONTRACTORNENDOR

SUBCONTRACTORNENDOR

CONTRACT

CONTRACT

TO

FEDERAL

ORDER

INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

OF

INSTRUCTIONS

CONTRACTS

OF

SUBCONTRACTORS

BIDS

OF

McCARRAN

WAGE

EQUAL

LAW

PROVISIONS

TO

BIDDERS

BIDDING

INSTRUCTIONS

PREFERENCE

CLARK

RATES

TO

TO

TO

TO

EMPLOYMENT

TABLE

TO

BIDDERS

BIDDERS

BIDDERS

BIDDERS

AND

INTERNATIONAL

BIDDERS

COUNTY,

OF

1

CONTRACT

INFORMATION

INFORMATION

PERCENT

CONTENTS

ELIGIBILITY

TO

OPPORTUNITY

NEVADA

BIDDERS

LIST

DOCUMENTS

AIRPORT

REQUIREMENTS

Instructions

Contract

Table

FOR

of

Page

to

No.

Contents

Bidders

1

PAGE

2466

of

27

26

25

24

23

22

19

18

19

16

17

12

13

12

11

2

8

8

7

8

7

7 1

APRIL

Bid

ATTACHMENT

ATTACHMENT ATTACHMENT

ATTACHMENT

ATTACHMENT

ATTACHMENT

ATTACHMENT

ATTACHMENT

ATTACHMENT

Document

23,

CONTRACTOR’S

PREVAILING

S/M/DBE

S/M/W/DBE

S/M/WJDBE

S/M/W/DBE S/M/W/DBE

SIM/W/D

STATEMENT

EMPLOYMENT

2018

“I”

“H”

‘G”

“G”

“G”

‘G”

“G”

‘F’

‘E”

BUSINESS

TO

TO

TO

TO

TO

TO

TO

TO

TO

UNAVAILABILITY

PARTICIPATION

PARTICIPATION

PARTICIPATION

PARTICIPATION

WAGE

INSTRUCTIONS

ON

INSTRUCTIONS

INSTRUCTIONS INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

INSTRUCTIONS

OPPORTUNITY

CONSTRUCTION

PARTICIPATION

RATES,

ENTERPRISE

CLARK

STATEMENT

STATEMENT

STATEMENT

STATEMENT

CERTIFICATION

TO

TO

TO

TO

TO

TO

TO

TO

TO

CLAUSE

BIDDERS

BIDDERS IN

BIDDERS

BIDDERS

BIDDERS

BIDDERS

UTILIZATION

BIDDERS BIDDERS

BIDDERS

EQUIPMENT

COUNTY CONTRACTS -

-

CONTINUED

CONTINUED CONTINUED

-

CONTINUED

SUBJECT

TO

EQUAL

Instructions

Contract

Table

of

Page

to

No.

Contents

Bidders

2

2466

of

36

35

34

33

32

31 30

29

28 2

APRIL23,

ASTM

Bid Administration takeoff

AlP

Airport the

Air

of

Advertisement

mean and

from

with

Additive

Bidding

or Airport

Addenda

Bidders, modifications. Access

association

AASHTO

The

Bidding 1.0

aircraft.

interpret

Operations

Document unobstructed

-

materials

the

Contract

the

The any -

-

of

to

The

Documents,

award

As

Road

Airport

Contract

Exhibit

Exhibit

Exhibit Contract

Exhibit Volume

Exhibit

Bid

Invitation

Instructions

or

DEFINITIONS

Documents

upon

aircraft, amount

-

a

2018

area Airport

-

Written

An

Deductive

listed

public

the to

American

The

to Documents

-

(FAA). AASHT.

receiving AOA

-

Area of

of

means

Addenda

“E”

The “D” “C”

“B”

‘A’

Bidding

A

be

One

movement

the in

Drawings

and American

the

Improvements of

to

highway.

public or

— furnished. - - -

-

Exhibit

shall

to

tight-of-way, Bid

(AOA)

include

the

Special

General

is

Addenda Compensation

project.

List

graphic

Airport

includes

Bid

Society

an

Bidders

accepted

Addenda,

Documents

Base

announcement,

of

include

will

proposed

area

Item “E”

-

Drawings

of

Association

all

Conditions

used

Award

For

Conditions

instruments

become

for

aircraft

its

Bid

of

of

(Alternate

Program, by

the

Testing

such

buildings

the the

land

shall

or

Price

for

Conditions

OWNER.

may

by

intended

purpose

Contract

INSTRUCTIONS

roadway

in

or

part

paved

the

insert

additions,

addition

of

be

water, if

as

and

issued

Bid)

Work

a and

the

of

for

State

required

grant-in-aid

same

or

Materials.

Additive

of

to

the Documents.

-

and

only

facilities,

corresponding

An

which

unpaved

these

to

by

be consist

deletions,

Highway

Contract

its all

amount

into

OWNER

the

used

by

associated

improvements

Alternate

is

TO

specifications,

Base

the

of

if

local

used

program,

for

areas

any.

BIDDERS

the

Bidding

stated

and

Documents

clarifications,

the

prior

Bid,

law,

or

following:

change

that

items

landing,

Transportation

intended

,

or

to

in

inviting

administered

Documents.

Base

the

are

the

constructed

the

may

in

submission

when

used

takeoff,

Bid

term the

taxiway,

to

Bid or

Bids

be

be

to

corrections

Work,

plus

or

the

exercised

Air

for

be

used

Officials,

by

or

intended

theteon

Instructions

or Operations

Additive

Contract

work

added

surface

the

of

as

apron.

for

Contract

Bids

Federal

described

to

the

or

by

to

connecting

to

the

be

Alternate

Page

maneuvering

which

other

the

is

or

landing

be

to

Area

performed

successor

executed.

No.

deducted

OWNER

used

Aviation

Bidders

1

type

modify

in

of

2466

shall

and

1.

the

the

36

for of

APRIL

Bid

directly

performance

CONTRACTOR

Contract,

in

Contract

Contract

means

Contract authorize

of

duration

Contract and value

the

Contract

Contract

Certificate

Milestone(s)

Substantial

Calendar or

Building

Bidder

representative,

is

Bid stipulated

for

Bid

procurement

Award

Bidding

Base Authorized

lieu

a

accepted

other

Document

Contract

Quantity

Security

Request sums

-

of

A

23,

and

Bid

for or -

-

Airport

a

complete

Item

Area

are

The

Documents

Clarification Change

Time -

Change

including

payment

through

2018

Any

clarifying

number

The

Day

Price

therein

stated

of

Contract

Completion

Representative

by

of Documents

and/or adjusted

-

Adjustments

For

acceptance,

of

(Pay

Substantial -

The written

-

OWNER.

individual, the

-

An

facilities

who all -

-

The

Contract

Request

Every

Order The

lawful

submitted

in

The

of

for

and

authorized

Item) security

area

permits

Work

items

specific

submits

as

duration

calendar

Additive

(CC)

the

number

agreement

in

sum

properly

individual,

of

the

on

or

agents

(CCO) day

-

as

accordance

contracted

approved

regarding

A

by

(QA’s)

all

Change

Completion

(CCR) partnership,

-

rights-of-way

and

the furnished

stated

-The

listed

portions

base

specific

Shall

in

a

the

OWNER,

on

time

or at

or

bid

of

accordance

Airport certificates

-

or

signed

working the

work

firm

The

which the

-

in bid,

covering

calendar

Deductive

be for

employees

in

partnership,

(RFCC),

extensions.

A

change.

Contract

Paragraph

unit

of

and

the

formal

calendar with

or

with

the

used

close

conforming

to

to to

-

the

of

are

firm,

offer

individual

together

of

This

which

be

bid

be

Work

days,

for

the

a

the

Work

the

and

work

with

to

formally

days

to

performed.

bid

of

request used,

for

payment work.

Bid

successful

to

or

to formalize

Certificate

propose

net

Work

the the

including

work

the

1 contemplated.

to

the

it

firm,

which

for

complete do

.2

that

corporation,

with

stated

a

Items,

document

nominated

guarantee

considered,

sum

of

Discretionary

Contract

calendar

Contract. Bidding

which

the

incorporated

to

to

may

OWNER

the

or

all

of

Bidder

OWNER,

be

a

of

Work

revisions

CONTRACTOR’s

in

Airport

corporation

change and

all

day

Instructions

may

be

the

a

performed.

executed

the

Documents.

price

shall

legal

which

date

that

added

by

Work.

The

offers

one, which

or

acting

requested

be

or

proposal,

OWNER

buildings

Special

initiated designated

to

into

to

be intended Bidder

is

debts

of

issued

formally

original

the

Notice

provided

the

or

to

completion

Contract

completed

includes

to

the

primarily

directly

The

from

perform

Contract

Bidders.

Contract

pertaining

will

Allowance,

for

Contract

to

by

and

upon

allowed

awarded

Bid.

to

to

Contract

establishes

act

which

early

enter

CONTRACTOR

portion

in

be

Change facilities through

Proceed,

the

liable

the

the on

by

successful

is

used

and,

Documents

occupancy.

by

into

Instructions

stated

that

work

behalf

to

for

Special

Contract.

Work

Contract

if

thereof

value

means

the

for

once

for

applicable.

Contract

a

located

completion

Requests

a

date.

the

may

to

Contract

Airport

in

Work

the

of

duly

described

approved,

completion

the and

Allowance

total

and

Page

OWNER.

of

for

shall

by

be

and/or

acceptable

to

thereon.

authorized

the

No.

who proposal,

submittal

the

deducted

including

buildings

Contract

Contract

Bidders

(CCR’s)

2

if

include

of

CCO.

of 2466 its

in

sums

acts

as

the

will

36

Bid

the

for

of a

APRIL

Bid

Any

or standard

by CONTRACTOR

“At

determination

intended;

mean Work

understood Jobsite

“permitted”,

Intention

Inspector modified

Final Government.

Building

designate

indices

all

Federal

FAA

OWNER.

Equipment

ENGINEER as

character,

EPA

are

Drawings

by one

one

Drainage disadvantaged

Disadvantaged

cited

OWNER.

tools

part

Document

one

CONTRACTOR’s

reference

collected or

- Completion

-

performed

(51%)

23,

approved

Environmental

The

standard —

of

or

more

and

Specifications

thereto

197,

shall

by

of

The and

-

the

2018

System

a more

-

dimensions A

-

that

Terms The

any person,

Federal

“ordered”,

apparatus

All

percent

Naval

and

such

of

representative

location Contract.

to

similarly,

They

be The

or,

of

in

contract

the

OWNER. Business

or machinery,

official

a

that

by, are

interpreted

conducted

the

specific performing

-

Architect/Engineer

- When

being

in

individuals;

Weapons

The

direction,

may

FAA

Whenever,

may Aviation

or

the

expense” Protection

prepared

owned

where

socially and

-

necessary

drawings

the

“designated”,

The

acceptable

changes,

system

performed,

shall

be

case

the

be

Enterprise

requirement

details

words

together

obtained

of

from

construction

to

pertinent

Federal

Work

any

Plant,

requirement, and

Administration

by

mean

of

and

OWNER

or

include

Agency.

in

or

of

or

a

for

the

work

one

and of

economically

“to “approved”, these

in

pipes,

corporation,

(b)

exact

Washington,

issued

to,

or

the

the

with

the

(DBE)

Specifications

the

Airport

from

contracted

to CONTRACTOR’s

OWNER

prescribed”,

of of

whose

or

or

all

or

Administrator

Airport

such

assigned

proper

specifications

Contract

activity

the

a

the

for

reproductions, ditches,

general

more

the

satisfactory

permission, numbered

-

by

area.

furnishing

material

A

of

necessary

reference.

management

Specifications

“acceptable”,

for-profit

accepts construction

and

disadvantaged

in

the

the

is

by

D.C.

individuals

which

is

to

and

requirements

performed

and

or

OWNER

the

complete

U.S.

General

make

furnished

or

paragraph 20407.

structures

words

or

any

order,

to

Work

the

account” Standards,

supplies

its

fifty-one

small

approved

on

Department

OWNER,

duly

all

Work

material

and

and

“satisfactory”,

the

to

Activity,

who

to

under

designation,

in

of

Services

necessary

business

individuals

or

perform

authorized

of be

accordance

daily

acceptable

of

plans,

the

for

(51%)

as

by

shall

being

by

are

the

the

done

and

this

or

being

which

upkeep

subject

like

Printed

OWNER,

business

of

equipment

entire

Contract

mean

both

the

furnished

percent

supplements,

Contract. design

concern:

Administration

and

inspections

Transportation

who

import

complete.

or

or

representative.

surface

words

completion

the

and

section,

in which

socially

that

Materials,

words

prescription

own

and

operations

which

Specifications

of

each

Contract

Instructions maintenance,

(a)

will are by

the

“directed”,

the

or

it.

are

engineering

of

CONTRACTOR.

that

and/or

Contract

specification

not

amendments, subsurface

costs show

case

and

used,

stock

like

of

to

Supply

of

When

be

documents,

is

the

of

be

are

Page

import,

economically

the

the

at

to

incurred tests

reimbursed is

OWNER

it

to

considered

Work.

‘required’,

or

No.

controlled

owned

least

the

shall

and

Division,

Bidders

location,

work

used

Federal

3

a

waters

of

2466

of

item,

cited

shall

final

also

fifty-

and

the

36

be

by

for

as

by

to is Labor and Material Payment Bond - The approved form of security furnished by CONTRACTOR and its surety as a guaranty that it will pay in full all bills and accounts for materials and labor used in the construction of the Work.

Laboratory - The officialtesting laboratories of OWNER or such other laboratories as may be designated byOWNER.

LAS - McCarran International Airport.

Latent Defect - A hidden or concealed deficiency or fault in the Work, which OWNER, until its discovery, has no knowledge, or which, in the exercise of reasonable care, OWNER could have had no knowledge.

Lighting - A system of fixtures providing or controlling the light sources used on or near the Airport or within the Airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the Airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the Airport surface.

Major And Minor Contract Items — A major Contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 25 percent of the total amount of the awarded Contract. Allother items shall be considered minor Contract items.

Materials - Any substance specified for use in the construction of the Work.

Milestone - A scheduled event signifying the completion of a major deliverable or a related set of deliverables.

Minority Business Enterprise (MBE) - An independent and continuing business for profit, which performs a commercially useful function, and which is at least fifty-one percent (51%) owned and controlled by one or more minority persons. Minority persons include Black Americans (which includes persons having origins in any of the black racial groups of Africa); Hispanic Americans (which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race); Native Americans (which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians); Asian-Pacific Americans (which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma [Myanmar], Vietnam, Laos, Cambodia [Kampuchea], Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands [Republic of Palau], the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong); and Subcontinent Asian Americans (which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka).

Monthly Progress Pay Estimate - The means by which CONTRACTOR applies for and receives approval of its monthly payments for work accomplished to date.

NOAA - The National Oceanic and Atmospheric Administration.

Non-Compliance Reports - The document that informs CONTRACTOR of any CONTRACTOR infraction of the Contract Documents that negatively affects cost, scheduling, or quality of work.

Notice of Award - A written notice to the successful Bidder from OWNER notifying the successful Bidder that a Contract for the Work now exists between OWNER and the successful Bidder.

Notice To Proceed (NTP) - A written notice to CONTRACTOR to begin the actual Contract Work on a specified date. Ifapplicable, the NTP shall state the date on which the Contract time begins.

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 4 of 36

APRIL

Bid

scope. Quantity

during

Request

by

Clark

registered Agency

Manager.

County Section

reports. inspected,

services

QAA the

Quality

Code

Quantity

required

inspection

Work

Form specified

or

Punch

Proposal

guideline particular

Project

single

Project

guaranty

Performance OWNER Where

Pavement

Projects Commissioners

OWNER

OSHA

the

the

Document

time

Final

County.

(unit

in

of

the

23,

project

unit.

Work

List

—The

Code.

22.02.920

Any

Schedule Assurance

-

accordance

shall

Verification

the

for

provided

for

Adjustment

Clark

(AlP)

the

in

that of

-

The

airport. shall

current 2018

-

engineer.

Final

reported price

Report and -

-

The

the

OWNER

contract

Contract the

A

engineering

The

word

to

Contract

United

CONTRACTOR

submit

were Final

Bond

Contracts,

agreed

list,

County.

testing

Contract

also

project contract),

written

be

report

or

billing

by combined

-

of —

made

reports

and

completed

Requirements its

performed

The Agency -

-

with

approval”

The

the

execution

mean

the

State

(QA)

The

is

Change

a

The

scope

Director

services

permit

and

as

offer

Clark

period

found final

Clark

QAA

final

documents.

Building

the

near

analysis,

the

schedule

as

method

- Department

denoted

approved

must

the

report This

surface

provisions

(QAA)

of

a

term

report

signed

shall

of

County

will

(RFCC)

the County,

to

is

for

as

field

for

by

contracting is

of

Bidder

in

be

work

procured.

Code

be

is

a

complete

required the

for

Substantial

by

Aviation,

Sponsor

mentioned,

accordance

design

be

packages

CONTRACTOR

developed

count

shall

signed on

particular a

-

in

course,

report,

form

which

the

duration

system

borne

Building

An

for compliance

-

of

the

of Nevada

(when

of

Formal

certify

QAA

Labor

Clark

determines

the

accomplishing

Agency

and

of

contract

or by

shall

agency

the

Note:

CONTRACTOR

if

by

stating

base

drawings

work

security

exceptions

for

the

such

shall

Completion

submitted

of

by

Final

calculations

approval

Department,

Work

OWNER.

with

that

County.

Occupational

as

method

have

Contract.

adjusting

Agency,

OWNER

CONTRACTOR

course,

with

activity.

that

represented

signatory

is

drawings

include

all

or

the

Report

whether

in

actual

the

within

furnished

inspection,

and

subcontractor

accordance

the

The

is

provisions

of

on

taken

specific

shall

same

of

Owner,

and

the

Clark

specifications.

approved

notification

shall

shall

shall

quantities.

all

the

quantifies

Quality

will

the

the

and Safety

to

all

estimated

and inspection,

subbase

mean

meaning

approved

by

Work,

the

identify

by

Director’s

work

be

be

designate

Airport

County

by

engineering

Project

designed

of

its

with

Assurance

documented

CONTRACTOR

in &

signed

Contract.

the

plans,

in

Section

the

Health

action

accordance

Board

that

requiring

to

the

the

order

course,

as

Clark

development

quantities

request Manager,

amount

approved,

proposal

delegated

testing

indicates

the

terms

and

the

specifications

specific

to

Administration.

of

by

and

22.02.900

to

Inspection

County

term

provide

For

QAA.

stamped

special

County

as

if

complete

Instructions

the

of

a

of

testing

with

and

any,

form)

or

Airport

displayed

being

change

the

OWNER.

work and

items

special

to

Contract

powers.

Executive

Board

building

with

the

The

engineer-signed

the

considered

Contract.

provide

Commissioners.

inspection

of

its

and/or

tasks

to

by

accomplished

acceptable

and

to

Page

provisions

the

Improvement

respect

the

control

in

perform

cost

surety

inspections

a

to be

of

in

No.

the

Contract

The

codes

Nevada- Work

required

Bidders

Building

finished

Testing

5

the

Branch

special

County

of

2466

of

Clark

level as

was

as

term

to

the

Bid

36

the

to

as

of at

a

a a

APRIL

Bid

Subgrade

(b) (a)

Subcontractor herein.

and

manmade and

Structures

(b) (a) who

means

Socially

3

participate

Small

121)

Runway

requirements.

Request

of

Document

sanitary

bases;

the

is:

that

23,

Business

services

Contracts

required

Is

any

(vii)

(vi)

(v)

(iv)

(iii)

(ii) Any

(I) and

Any

a

and Small -

-

for

also

licensed

2018

case-by-case The

-

features

The

as

transformers;

Airport

individual

sewer economically

individual

individual

Economically

Information

means

does

DBEs

area

Business

soil

disadvantaged Women;

Any

the

“Subcontinent Taiwan,

Pakistan, Hong

Malaysia,

Islands, or

for “Asian

“Native groups

regardless

Dominican,

to “Hispanic

“Black

Enterprise

with

pursuant

Native

be

facilities

lines;

which

a

of

not

on

Pacific

additional

in

construction

a

licensed Kong;

who

a

the who

in

Pacific

the

person

of

Americans,”

DOT-assisted

exceed

Americans,”

basis.

CONTRACTOR,

Macao,

Act

Korea,

water

the

(RE!)

Hawaiians;

forms

Bangladesh,

flexible

disadvantaged:

Africa;

Indonesia,

Airport

Disadvantaged

Airport

Americans,”

is

of

a

such

Islands

to

Central

(SBE)

and

following

recipient

a

race;

Americans,”

the

Asian

who:

pursuant

by lines;

-

citizen

the

groups

the

Burma

Fiji,

as

Formal

Small

the

and

project.

prepared

provisions

that

cap pavement

-

or

(Republic

bridges;

which

which

Americans,”

the

Tonga,

underdrains;

SBA,

Small

contracts,

finds

rigid

(or

South

Bhutan,

groups,

may

on

Business

whose

to

(Myanmar),

which

means

Philippines,

another

lawfully

Individuals:

Chapter

average

which

includes

at

pavements;

to for

includes

business

be

culverts;

of

American,

Kirbati,

such

foundation.

be

of

the

the

members

members

Chapter

includes

encountered

a

of

Administration

a

subcontractor

Palau),

includes

which

admitted

electrical

small

landing

Maldives

624

time

socially

annual

requesting

persons

Vietnam,

Juvalu,

persons

Brunei,

catch

Socially

concern

of

as

624 or

navigational

business

includes

of

the

persons

are

NRS;

persons

and

gross

other

the

and

permanent

which

basins;

ducts,

Islands,

of

who

Samoa,

Nauru,

Commonwealth

in

having

designated

and

Laos,

information/clarification

SBA

takeoff

NRS

means,

or

economically

and

regulations

the

Spanish

receipts

are

persons

concern

a are

manholes,

economically

whose

of

inlets;

designation

supplier

or

Nepal

Work

Federated

Cambodia

aides;

American

Guam,

origins

of

rebuttably

Mexican,

performs

resident)

with

aircraft.

specified

or

retaining

origins

as

whose

as

or

and

implementing

buildings;

Portuguese

to

the

respect

disadvantaged

handholes,

Sri

in defined

socially

of

provide

Indians,

becomes

States

not

(Kampuchea),

of

such

disadvantaged

any

presumed

U.S.

Lanka;

the

Puerto

are

Instructions

origins

in

the

walls;

otherwise

49

to

from of

Northern

Contract

work

pursuant

Trust

vaults;

regarding

and

United

labor,

of

Eskimos,

CFR

firms

culture

the

lighting

are

cribbing;

Rican,

effective.

it

Micronesia,

Japan,

that

Page

economically

to

(13

Territories

individual

Black

26.65(b).

material from

to

and,

States

be

seeking

No.

classified

Thailand,

to

Marianas

he

CFR

individual

or

Bidders

Contract

fixtures

6

socially

Cuban,

Aleuts,

section

China,

origin,

storm

is

of 2466

India,

other

racial

not Part

and

36

or

on

or

of to

APRIL

Bid

for

The

binding

essential 4.0

A

3.0

Time

work.

completion 2.0

Work

Work

proceed accomplish

Women TSA

or

a

incidentals

Additive Total

mean the

Technical

completing

Unit Specifications that Taxiway

runways Surety

Performance

site

commercially

more

a

Document

Bidding

has

complete

Bidding

Price for

-

tour

— Bid

Day

the

23, The

-

Compensation

Special as

General

Contract

Bid

Instructions

GOVERNING

SITE

TIME

Includes,

women.

with

Business

or

completion

The been

parts

or

Price

Administrator

2018 will

-

though Specifications

Form,

For

Deductive

Form

of

all

aircraft

and

the

A

U.S.

Documents,

regular

TOURS

and corporation,

or

be

Work.

working

the

designated

duties

for

by

the

Conditions

useful -

Conditions

Work.

Guaranty

The

the

conducted

Transportation

to

but

reference,

the

occurring

Enterprise

Contract

Work,

purpose

parking

to

of

which

work

and

is

In

total

Work

installation

Bid

ORDER

function,

Bidders

the

Conditions

day

Standards

or

not

case which

-

obligations

including

Items.

partnership,

for

by

Work

Bonds

its

sum

work

A

shall areas.

to

of

limited

Documents immediately

shall

in

competent

of

at (WBE) duly

part

this

be

OF

all.

and

stated

discrepancy,

least

includes

as

may

be

Security

which

provided

have

of

authorized

of

document,

BIDDING

They

for

to

provided

time

which any

-

imposed

the

all

six

the

be

An

or

specifying

in

the

are

Airport

day

are

(6)

allowances

include

after

added

materials

the

the

individual,

Contract

furnishing

independent

Administration.

is

by

same

furnished

hours

by

intended at

AND

on

bid

the

base

representative.

the

the

the

by

least

the

authority

or

which

for

following

force

the

various

term

successful

materials

Pre-Bid

CONTRACT toward

containing

from

bid

Contract

and

other

of

which

fifty-one

for

Contract.

to

to

the

all

taxiway

and

and

and

OWNER

which

unusual

equipment

be

for

labor,

divisions, than

completion

Conference.

When

precedence

normal

Bidder

effect

any

continuing

or

complementary

movement

is

Bidder.

(51%)

the

work

admitted

CONTRACTOR,

means

testing,

DOCUMENTS

other

materials,

used

as

by

weather

offers

written

working

percent

sections

CONTRACTOR.

if

may

A

necessary

of

allowances

included

the

business

will

requirement to

of

which

the

by

to

be

directions

designate

aircraft

portion

govern:

equipment,

conditions

forces

perform

Bidder

Contract.

owned

and

deducted

and

are

in

executing

for

to

to

the

to

of

of

shown

to

Instructions

conditions,

cited

the

occurring

describe and

profit,

fully

and

and

the

CONTRACTOR

a

be

Contract

and

tools,

Contract

person,

for

Work

sufficient

controlled

AOA

from

in

requirements

and

on

which

a

sums

potential

the

Page

Bid

supplies

the

and

described

in

the

of

physically.

to

completely

which

ISA

No.

Technical

one

an

Payment,

performs

stated

Bidders

Airport’s

to

provide

Bid

7

by

airport

of

2466

allow

extra

is

shall

may

and

one

are

and

36

as

for

in in

APRIL

Bid

7.2

7.1 7.0

6.0

Not

Not 5.0

Bidding

make

Bidders Addenda,

Bidders

Detailed

Document

required.

required.

23,

such

A.

through

the

Civil This

The

origin,

benefiting as

Civil

REQUIRED

STANDARD

CONSTRUCTION

FAA

Documents.

Technical

shall

Drawings

Invitation

discover

plans

2018

are

Change

Civil

corrections

CONTRACTOR

Rights

provision

Rights

INSTRUCTIONS

take

promulgated

sex,

shall

3.

2.

Compliance

1.

the

Rights

to

such

from

no Specifications

— Orders

completion

age,

have

CONTRACT

Bid

Title

General

advantage

binds

FEDERAL

Act

Federal

activity,

and

Solicitations

Equipment:

directly

during

origin

materials time,

Contract.

contractors

Non-discrimination:

Nondiscrimination Compliance an

and

or

precedence

VI

CONTRACTS

of

error

and

to

Authorities, with

disability

the

Assurance

agrees

interpretations

in 1964.

which

the ensure

TO

or

of

project,

assistance.

the

Supplemental

CONTRACTOR

Nondiscrimination

or

of

the PROVISIONS

indirectly

and

Contract,

BIDDERS

EQUAL

any

In

omission,

selection

and

with

to

are

for

Contract.

that

be

all

over

leases

comply

or

apparent

including

solicitations,

consultants) excluded

Regulations:

herein

program

no

Subcontracts,

Acts

general

The

in

will

as

EMPLOYMENT

person

and

the

they

Agreements

of

with

This

not may

And

CONTRACTOR,

and

error

incorporated

discrimination

equipment.

retention

employment

set

from

Requirements

plans.

shall

discriminate

pertinent

provision

Authorities,

shall,

be

subtier

either

or

forth

The

will

deemed

participating

immediately

omission

Including

on

comply

CONTRACTOR

of

in

will

by

contractors

statutes,

the

is

Appendix

subcontractors, OPPORTUNITY

The

by

competitive

practices

take

on

prohibited

in

as

with

necessary

grounds

addition

in

reference

the

CONTRACTOR

they

with

the

Procurements precedence

in

notify

regard

Executive

grounds

B

any

from

Bidding

may

the

when

of

of

by

to

bidding,

OWNER.

(hereinafter

for

49

race,

activity

to

the

that

and

Title

the

be

including

of

the

the

CFR

fulfilling

REQUIREMENTS

Orders

Documents.

Nondiscrimination

amended

over

Instructions

bid

required

race,

creed,

made

VI

work

contract

or

conducted

will

part

of

solicitation

Contract

negotiation

any

OWNER

List

color,

procurements

and

the

includes

performed

color,

Materials

not

21.

a

of

Page

of

from

of

part

intent

such

covers

Title

In

to

or

participate

the

No.

national

Pertinent

the

with

Bidders

national

will

period

8

time

of

subtler

VI

rules

made above.

2466

of

of

event

Acts

by

FOR

and

any

then

this

or

of

36

the

of

to it

APRIL

Bid

Document

23,

B.

2018

2.

comply

limited and Title

1.

During

6.

5.

4.

successors

VI

to:

the

List

with

49 Title

Department

1964);

(prohibits

to

protect supplier

CONTRACTOR

becomes Aviation

including and

materials

respect paragraphs

Incorporation b. a.

determine with

such

Sanctions

what

OWNER

or

thereto

required

Nondiscrimination

information,

Federal

obligations

reports

Information on

or procurements

by

enter

CFR performance

of

refuses

the

the

supplier

the

VI

directives

the

efforts

Pertinent

Contract

the

of

grounds

CONTRACTOR

following Cancelling,

in Withholding

CONTRACTOR

because

and

into

to

Aviation required

part

Administration

Non-discrimination

discrimination

of

the

or

and

sanctions

involved

for

interest

to

interests

to

of

any

a

the

under

one

any it

and

will

will

be

and

Civil

21

CONTRACTOR

of Noncompliance:

Transportation—Effectuation

has

leases

furnish

issued

of

Nondiscrimination

of

Federal

appropriate,

sanctions

of

subcontract

may

permit

litigation

Provisions:

Administration

of

through

(Non-discrimination

Reports:

materials,

non-discrimination

by be

Rights

its

made

race,

(hereinafter this

Acts

this

terminating,

in,

such

of

payments

for

the

of

notified

facilities

pursuant

request

the

the

Contract

or

on

Contract,

access

And

color,

Aviation

equipment, for

may

complies; to

noncompliance.

direction,

Act

Acts,

to

United

six

information,

the

is

obtain

The

as

work

or

provisions

protect

including,

The Authorities

of

threatened or

direct

or

by

in

basis

is

to

the

In

leases

referred

thereto. as

it

the

to

1964

or to

CONTRACTOR

and

in

national

procurement

Administration,

the

the

States.

every

to

the

Acts

the

or

CONTRACTOR

the

its

and/or

suspending

be

the

may

the

United

Regulations,

the

of

unless be

as

statutes

event

CONTRACTOR

the

(42

the

books,

information.

CONTRACTOR,

pertinent

In

of

CONTRACTOR

and

CONTRACTOR

race,

but

the

exclusive

of

to

The

performed

interests

subcontract,

a

be

and

equipment,

Federally-Assisted

U.S.C.

origin.

Nondiscrimination

with

Provided,

this

Federal

as

not

means

States

Authorities

of

of

CONTRACTOR

exempt

determined

color,

CONTRACTOR

instructions.

records,

and

the

a

Title

Contract,

limited

a

as

litigation to

CONTRACTOR’s

§

as

Contract,

of will

possession

‘CONTRACTOR

and

ascertain

authorities;

2000d

to

national

the

under

of

VI

will

Aviation

the

appropriate,

by

that

each

provide

to:

enter

of under

including

enforcing

accounts,

directives

the

for

may

OWNER

include

OWNER.

of

The

the

by

by

a

et

if

Instructions

Where

in potential

itself,

Acts,

origin);

the

subcontract,

compliance

the

seq.,

into

request

the

OWNER the

Acts

will

a

whole

Programs

Civil Administration

will

of

Contract

all

including

subcontractor,

the

Contract

procurements another

CONTRACTOR’s

and

such

so other

the

CONTRACTOR take

the

OWNER

its issued

or

information

78

any

In

And

Rights

noncompliance

“)

or

Page

provisions

subcontractor

certify

assignees,

the

addition,

the

stat.

Regulations

will

agrees

litigation

will

to

action in

information

provisions sources

Authorities

No.

but

of

with

OWNER

who

part.

Bidders

pursuant

including

Act

set

until

9 Federal

252),

impose

The

or

of 2466 to

not

such

forth

of with

may

to

fails

the

and

36

the

the

the

to

or

of

of of

APRIL23,2018

Bid

7.3

Document

All

provisions

Federal

contracts

12.

Fair

11.

10. 9.

8.

7.

6. 5.

4.

3.

of

Labor

29

and

you

Title

U.S.C.

discrimination

ensure

Reg.

(LEP).

Executive and discrimination

English environmental

The

Minority sex);

Executive 47123)

Titles

certain

and

Department discrimination contractors,

programs

The

coverage

expanding

Discrimination

origin, as

Airport The

27;

(prohibits amended,

Section whose

and The

CFR of

subcontracts

Standards

1970,

amended,

from

Federal Civil

projects);

IX

at

Age

activities

private

Uniform

part

II

1681

or

that

To

74087

property

and

(prohibits

of

testing

and

504

discriminating

sex);

(42

Proficiency, Populations

Rights

Discrimination

Order

discrimination

and

Order

the

201,

ensure

the

(prohibits

or

LEP

Airway

of

etseq).

whether

Act Aviation

transportation

Ill U.S.C.

of

Relocation

to

against

on

effects

includes

Transportation

Act

Education definition applicability

(prohibits

with

activities

that

entities

the

of

the

has

13166,

74100);

Restoration

(Federal

persons

12898,

the

discrimination

compliance

of

the

Improvement

Federal

Rehabilitation §

result

been

disproportionately

such

discrimination

1975

basis

on

Administration’s

minority

4601),

Americans

and

and

because

discrimination

Improving

(42

on

of

Act

minority

Federal

Assistance

discrimination

Amendments

of

Minimum

have

acquired

programs

and

the

from

of

of

the

systems,

of

Fair

Low-Income

U.S.C.

Act

the

(prohibits

regulations

Title

resulting

disability

with

terms

populations

Section

basis

1975,

meaningful

on

this

of

of

and

Labor

Actions

Act

Federal-aid

with

Access

Act

VI

Title the

sex

because

1987, on

Wage)

or

§

and

“programs

of

solicitation

low-income of

as

of

places the

Non-discrimination

because

activities

basis

in 504 of

age);

Disabilities

unfair

of

in

high

Standards

based

VI,

1982,

12131

the

agency

amended,

at

Real

the

to

(PL

education 1973,

to

1972,

Populations,

basis

by

access

of

you

49

Address

of

Civil

of

Services

operation

and

treatment

100-209),

the

discouraging

of

(49

Property

CFR

Federal

on

recipients,

or race,

are

must

of

(29

of

incorporate

as

populations;

Rights

Rehabilitation

public

activities”

guidance,

12189)

USC

Act

adverse

race,

Act

to

disability);

limited

(42

Federally

parts

amended,

programs

U.S.C.

color,

take

Environmental

your

for

(FLSA), or

of

of

U.S.C.

of Acquisition

§

(Broadened

which

Act

creed,

accommodation,

37

Instructions

Persons

Federal-aid

471,

statute public

1990,

persons

as

reasonable

English

sub-recipients

programs

national

programs,

to

§

human

and

of

by

Contract

funded

and

implemented

794

national

include

or

§

which Section

with

1964,

Act

ensures

color,

entities,

reference

which

6101

38;

activities

(49

PagelOof36

with

49

displaced

et

Policies

proficiency

of

origin,

the

the

Justice

health

or

to

programs

prohibits (70

CFR

U.S.C.

The

seq.),

all

steps

1973,

policies,

No.

et

national

Limited

prohibit 47123),

not);

Bidders

scope,

same

origin

public

of

seq.),

Fed.

non

2466

Age

and

the and

(20 and

part

the

Act

by

to

or

by

as

in

or § force and effect as if given in full text. The FSLA sets minimum wage, overtime pay recordkeeping, and child labor standards for full and part time workers.

The CONTRACTOR has full responsibility to monitor compliance to the referenced statute or regulation. The CONTRACTOR must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division.

7.4 Occupational Safety and Health Act of 1970

All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 1910 with the same force and effect as if given in full text. CONTRACTOR must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The CONTRACTOR retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). CONTRACTOR must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration.

8.0 NEVADA PREVAILING WAGE RATES

Article 8.0 - Prevailing Wage Rates does not apply to this project if the Total Bid Price, including Additive Bid Items, is less than $250,000.

8.1 This work will be performed using the Prevailing Wage Rates for Public Works, State of Nevada, as approved by the State of Nevada Labor Commissioner.

8.2 Prevailing Wage Rates for Public Works will be published only once each year. If a wage determination expires between Bid opening and the award of a Contract for a Public Works Project, the Labor Commissioner, upon written notification of that fact, will allow the prevailing wage rates used in the Bid to be used for the duration of the project, as long as such action is not contrary to the general public interest fN.A.C. 338.040).

8.3 For a current list of Prevailing Wage Rates for Public Works, contact:

Office of Labor Commissioner 555 East Washington Avenue, Suite 4100 Las Vegas, Nevada 89101 (702) 486-2650

8.4 CONTRACTOR shall ensure that all employees on the Work are paid in accordance with the current Prevailing Wage Rates for Public Works as approved by the State Labor Commission for Clark County, Nevada, whenever the actual value of the Contract totals $250,000.00 or more. OWNER will audit all contracts in excess of $250,000.00, and all other contracts that exceed $250,000.00 due to accumulative change orders.

8.5 CONTRACTOR shall be aware that NRS 338.010 through NRS 338.090 covers use of Nevada Prevailing Wage Rates on Public Works Projects. In particular, CONTRACTOR shall be aware of NRS 338.060 and 338.070, which cover forfeit penalties against CONTRACTOR if any workman is paid less than the designated wage rate. The forfeit penalty can be $20.00 to $50.00 for each workman employed for each calendar day or portion thereof that the workman is paid less than the designated rate for any work done under this Contract. This includes all subcontractors.

8.6 Prevailing Wage Rates for Public Works for this Contract are in Attachment “I”to Instructions to Bidders, “Prevailing Wage Rates, Clark County.”

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 11 of 36

APRIL

Bid

10.2

10.0

10.1

9.0

9.1

Document

23,

they

answered.

Bidders

request Bidders

receipt C.

Interpretation

B. A.

BIDDING

Documents

E.

A.

D. C.

B.

By

BIDDER’S

2018

submission

may

of

or

OWNER,

does

be

Bidders

Bidding

for documents Bidders

Affirms that

Article

responsible at

NRS adequate

shall to

requested Acknowledges

Nevada

Is made

Has

requiring

Is

discover

DOCUMENTS

Bids.

grant

qualified

be satisfied

soley

the

REPRESENTATIONS

clarification,

are

examined

so

338.141.

or

promptly

furnished

such

13.0

of

time

Select

for Documents.

https://www.mccarran.com/Business/Construction/Opportunities

Correction

that

only

must

Questions

qualified

liable

may

Contractors

its

clarification

time

by

upon

for

any

from

and as

examination

CONTRACTOR,

Bid,

for

of

it

making

Low

use

Bidder.

obtain

for

Project to

to

the

notify

other that

and

has

examination

licensed

the

Bid

the

which

each

the

perform

errors

and

complete

Bidder

site

of

received

as

purpose

submission

McCarran

the

Opening.

use.

character,

OWNER

Bidding

copies

complete

or

The License

Bid

Bidder

to

licensed

of

shall

or

and

experience

for

interpretation

the

the

Interview,

the

Number

successful

misinterpretations

sets

this

of

of

reach

less of proposed

requirements

is

Work

according

Documents

represents

International

the

type, Failure

in

obtaining

satisfied

for

quality

the

of

sets

particular

of

writing

than

2466.

Bidding

a

as

their

and

OWNER

Bidding

Bidding

number

and

Bid

of

to

Bidder

to

Work

of

and

seven

to

Article

as

the

that

particular

of

Bids

the

shall

the

qualifications comply

the

Work

of

Documents

to

Airport

quantities

any

Documents

requirements

Documents

and

the

it:

as

resulting

is

and

Bidding

on

the

(7)

Bidding

criteria

16.0

be

responsible

ambiguity,

by

early

proposed

the

the

days

conditions

shall

prima

website

dollar

parts the

Work

Bidding

Award

set

of

from

or

as

Documents

Documents

prior

Nevada

to

be

in

work

of

available

facie

of

limit

forth

of

possible

and

Contract.

at:

preparing

inconsistency

be

the

the

the

grounds

for

the

of

to

to

Documents.

to

must

in

evidence

Contract.

does

deemed

site

use

be

work

bid

State

providing

Contract

be

Instructions

Instructions

encountered,

on

shall

prior

by

opening and

of

performed,

not be

for

in

Bids.

Contract

Contractors

incomplete

the

downloading

local

accordance

indicated

confer

a

make

that

to

disqualification.

Documents.

or

subcontractors

Page

above

qualified

Bidders

the

may

error

conditions.

to

Bidder

to

No.

a

a

materials

12

date

Bidders,

Bidders

and

license

written

not

sets

terms,

which

where

Board

2466

of

shall

with

and

has

has

the

for

36

be of APRIL Bid 11.0 11.1 10.4 10.3 Document 23, OWNERs of recapitulations Bids Form Question BIDDING Construction on Questions registered Addenda Documents. Bidder Prior Addenda Bid responsibility Department Address Any Bidding Any not Verbal address Attachment Interpretations, encouraged Documents. 2018 the the Page be interpretation, Bidder to shall and Bid Bid shall binding, questions submission https://www.mccarran.com/Business/Construction/Orrortunities https://www.mccarran.com/Business/Construction/Opportunities Contracts Email: Fax: Margo Las 1 questions, shown all 845 at and Style PROCEDURE notifications rejection Form. Form be with questions the acknowledge Vegas, may It ‘D” Bid of to East of is Answers or submitted Quarrell, and of corrections online on Aviation make the the the Page to which changes will copy Bids Section Russell correction the interpretation of of Bidders Nevada the responsibility registrant not Department the concerning its website at form. will this use are [email protected] (Q&A) (702) Acting Instructions be the Bid, to Bid on receipt in Road, be form, or of shall answered. not the online 89119 access or as forms each 261-5876 changes at: this to sent Contracts notifications change specifically non-responsive Work or not 3rd of the write download of of Bidder correction form website Addenda via the furnished rely Floor Bidding and to Aviation bid Only out of of email registrant Bidders to upon Manager the shall upon, the download a at: the written ask called will question Documents by of Bidding Bidding to such by ascertain to documents: addenda to be alternative completing questions is all to OWNER. the for questions access sent interpretations, a download known the Documents Documents and Invitation in Pre-Bid via that to: the by online either proposals, of the and registrants email Changes accessing will it Bidding OWNER, the has Question acknowledgment to be download Bidding mail will made Q&A Bid. to corrections received answered. be Documents all or or or the by that in concerning any made fax known Form. Instructions Documents. additions accessing any Project the all registered other the Contract and other only Addenda Each space registrants online question Page may modifications changes. Construction by to the manner the to Addenda. No. Bidder It provided the result 13 with Bidders Bidding issued. Bidding Project is to 2466 of Bid, that the the the will 36 in is

APRIL

Bid

1

1.2

Document

23,

percent

check,

Each Bid

provided

considered

All

cause

In missing

proper a

corporation

submitted

No

attached.

Bid Regulations

and

be contain

In authorized

corporation, the

All

Each of

required, Any

a

there

If discrepancy

so

does

individual

quantity,

“amount” All

In

Bidder

sub-bid

Contract.

the

2018

preparing

the

the

the

the

executed

Security

indicated

person,

blanks

requested,

Bid

for

attached.

interlineation,

Bid

is

person

not

page

to

Bid

forms

form

event

certified event

must

(5%)

or

Form,

the

mote

a

by

shall

reject

enter

or the

Form

in agree

items

indicated

incomplete

on

to

statement

a

firm

that

Bidder

or

quoting

of

of

its

same

between

or

titled strict

and

of execute

“material

in

there

a

unit

bind the

making

than

be

such

to the

the

Additive

the

“No

Bid,

the

the

Bid

If some

check,

where

has

or

shall

with

complete

accompanied

attached.

Bid

Bidder

price

“Bid”,

accordance

State

Bidder

alteration

and

corporation

entire

are

one

work Bid

Total

Bid

Change”.

is

Bidder person

prices

for

submitted

Form

all

the

form

said

govern

the

whether

deviation” submitted other

their

not

unit

money Form,

Form

Bid

shall

a

or

within

Contractor’s

pages

Bid

is

unless

two,

Bid.

to

sum

unit

to

for

interlineation,

should is any

shall

Deductive

must

If

Item

initials

price

a

a

legal

or

other govern

Price,

considered

Bidder

and

shall

joint sums

any

the

contract.

this

with

a

shall

OWNER

price of

order

erasure

portion

by

of

Bidder

be

sub-bid

on in

write

alternate

by

Bid

the

amount

the

entity,

a

insurance

only

the

appear.

document,

Bidders

the

venture,

filled

NRS

include

pledging

its

shall

Bid be

two

is

and

Board.

Bid

Bid

or

Items

total

Bid

their

face

prices

of a

Bid

include

allowed is

It

must

security

solely

bid

to in

a

624.740, corporation, alteration

or

Form

item

and

the

the

be

Bidder

written

a

Items

Form

“minor

for

bids

by

or

a

signature

and,

the

provided

more

the

bond

to

that

expressed

sole

be

proper

amount

Bidder

submitting

bid

together

typewriter

shall

the

does

reserves

in

in

be

to

legal

Joint

are

initialed

therefore,

in

is

or

shall

their

Bidder

in

its

for

deviation’,

Bidders

provided

schedule

State

submit

proprietor,

(in

the

a

or

its

be

words

form

not

Total

is

partnership,

specifically

in

the

and

the

will

name

erasure

Venture

favor

entirety.

attachments

form,

be

comprise

not,

signed

the

in

the

or

will

Contractor

a

equal

by

Corporate

by

individual

be

print

(or

bid.

both

shall

Bid

Bid.

as

non-correctable.

manually

however,

by

a

Bid

right

of will

before

at

of

the

and,

corrected

have

person

a

a

Price,

is

OWNER.

Certificate

by

their

the

Bidder’s

OWNER)

words

Bidder.

govern.

If Form

joint

be

time

the

joint

not

called

to

the

therefore,

no

the

an

product

and

Notice

corrected

determine

License

Certificate name

items,

Bid.

the

the

in

disqualified

authorized

Partnership

venture,

of change

or

and

venture,

interest

person

ink.

accordingly.

The

option,

the

the

for.

cost

same

its

Failure

in

shall

Instructions

and

of figures,

the

total

of

attachments,

Bid

correctable,

the

Law,

Bid

Award,

for

accordingly.

Contract

A in

or

whether such

in) the

title

of

shall

person

prices

be

a

Opening

to

amount

indicated

the

insurance person, Form

to

from

Certificate

persons

cash,

and

more

Page

partnership,

and

unit

executed

bind

on

complete

be

Bid

enter

Base

In

to

submitting

each

bid

Rules

who

shall

No.

in

any

cashier’s price

than executed the

Bidder

14

shall

Bidders

or

of may

firm

and

case

therein

Where

on

legally

into

Bid

2466

to

of

if

signs event

such

page

five

shall

also

one

and

and

it

the

and

36

be

the

be

the

be

or

is

a

to

of

is a Contract with OWNER on the terms stated in its Bid and will furnish bonds as described hereunder in Exhibit “B” Special Conditions 1.0 - Contract Execution, covering the faithful performance of the Contract and the payment of all obligations arising thereunder. Should Bidder refuse to enter into such Contract or fail to furnish such bonds, the amount of the bid security shall be forfeited to OWNER as liquidated damages, and not as a penalty.

The surety bond shall be written on standard Surety Bid Bond form by a firm licensed to provide such forms in the State of Nevada, and the attorney-in-fact who executes the bond on behalf of the surety shall affixto the bond a certified and current copy of his power of attorney.

OWNER will have the tight to retain the Bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn, or (c) all Bids have been rejected.

Bid security shall be in an amount sufficient for the Bid as modified or resubmitted.

11.3 Submission of Bids

Allcopies of the Bid, the Bid security, and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed as follows:

Department of Aviation Contracts Section 1845 East Russell Road, 3rd Floor Las Vegas, Nevada 89119

Contractor’s Bid Proposal for Construction of: 2466 VGT Shade Hangar Roof Replacement

No responsibility willbe attached to OWNER for premature opening of or failure to open a Bid not properly identified.

Ifthe Bid is sent by mail, courier, or any type of delivery other than hand-delivery by an employee of the company submitting the Bid, the sealed opaque envelope (addressed as described above) shall be enclosed in a separate mailing envelope with the notation “SEALED BID ENCLOSED” on the face thereof.

Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by an Addendum. Bids received after the time and date for receipt of Bids willbe subject to rejection in their entirety.

Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids.

Oral, telephonic, telegraphic, emailed or faxed Bids are invalid and willnot receive consideration.

11.4 Modification or Withdrawal of Bid

A Bid may not be modified, withdrawn or canceled by Bidder for the period after opening of Bids as stipulated on the Bid Form and each Bidder so agrees in submitting its Bid.

Prior to the time and date designated for receipt of Bids, any Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place and prior to the time designated for receipt of Bids. Such notice shall be in writing over the signature of Bidder or be by facsimile; if

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 15 of 36

APRIL

Bid

12.5

12.4

12.3

12.2

12.1

12.0

Document

23,

A.

B. Within

CONTRACTOR OWNER

agreement, Joint

Bidder

or All

https://www.mccarran.com/Business/DevelopmentlDisadvantagedBusinessProgram, Certification

Within

Firms CONTRACTOR

Program” Certification

SubcontractorNendor

The

any

S/M/W/DBE OWNER

Opening

Reiection that Withdrawn

CONSIDERATION

amount

or

by

2018

calling:

before

firms,

facsimile,

and/or

they

Bids

Venture

two

shall

not

two

Attachment

Attachment

of

deems

of

are

reserves

received

to

inside

of

the

the

all

(2)

certified

Bids

Bids

partnership

(2)

provide

be

letter.

Bids

Subcontractor/Vendor

then

written

Information

date

Bids,

original

considered

working

working

shall

necessary

shall

or

may

fully

on

the

and

“F” outside

“E”

OF

and

to

confirmation

provide

under

provide

time

be Bid. -

in

right

Information”,

OWNER

BIDS

time

agreement,

to

S/M/W/D days

days

EQUAL STATEMENT

conformance

resubmitted

will

re-advertise.

to

a

the

to

the

set

Disadvantaged

the

evaluate

Attachments

following

be

following

waive

State

Telephone:

5757

[P.O.

Las

McCarran

Department

David

for

on

following

“Uniform

EMPLOYMENT

opened

over

BUSINESS

Information

receipt

request

any

Vegas,

with

Wayne

any

of

up

Box

Eclips,

Bidder

the

with

ON

written

written

minutes,

Nevada,

to

publicly

informality

Attachments

an

signature

International

“A”

11005,

of

PARTICIPATION

these

Certification

702-261-5226

NV

the

any

of

Business

Newton

Senior

and

Bids;

ENTERPRISE

attached

and

Application

Aviation

notification

89119

time

notification

information,

OPPORTUNITY

Instructions

and

the

must

resolutions

Las

“B”

and

of

Management

or

Boulevard

designated

authority

will

to

Enterprise

Vegas,

Bidder

to

Airport

3rd

be

it

copy

irregularity

the

Program”

the

be

shall

certified

Floor

that

that

Instructions

UTILIZATION

read

IN

including

to

Instructions

or

shall

of

NV

of

be

CONTRACTS

Bidders.

any

it

(DBE).

it

for

the

its

89111]

aloud.

CLAUSE

Analyst so

is

be

is

in

can

by

signatory.

the

other

worded

the

firm’s

any

the

mailed

copies

the

to

download receipt

to

apparent

Instructions

apparent

Bid

documentation

Bidders,

“Uniform

Bidders:

current

as

and

Contract

of

SUBJECT

received,

of

not

its

Page

postmarked

Bids

joint

Low

the

or

Low

to

S/MAN/DBE

S/M/W/DBE

Certification

to

by

No.

reveal

16

to

provided

Bidders

venture

Uniform

TO

Bidder,

Bidder,

writing

which

2466

of

reject

from

36

the on C. Attachment ‘G” — S/M/W/DBE PARTICIPATIONSTATEMENT

D. Attachment “H”— CONTRACTORS CONSTRUCTION EQUIPMENT

13.0 LOW BIDDER INTERVIEW

13.1 When OWNER has identified the apparent lowest responsive and responsible Bidder on this Contract, OWNER may establish a time and place at which to interview the lowest responsive and responsible Bidder.

13.2 The purpose of this interview will be to discuss the lowest responsive and responsible Bidders understanding of the Work on the Contract, the definitions of the Work that are included within each Contract Milestone, the sequencing and staging of the various elements of the Work, the liquidated damages that can be assessed for late completion of the Work and the safety and security regulations required for Airport Work. Also, the lowest responsive and responsible Bidder may be required to demonstrate Bidder’s responsibility per NRS 332.085.

13.3 The Low Bidder Interview shall take place prior to award of a Contract by OWNER. OWNER may evaluate the responsibility and responsiveness of Bidder using criteria which includes, but is not limited to, the following:

A. Bidders shall have previous acceptable experience, in the construction of one (1) or more projects in the last five (5) years of a similar size and complexity which demonstrate the ability to accomplish the Work required by this Contract. If Bidder is a recently formed entity, then the previous experience of the component entities will be considered. OWNER shall be the sole judge of acceptable previous experience. To demonstrate Bidder’s experience as required by this paragraph, Bidder shall provide, as a minimum, the following information: Client names, addresses, contact personnel, telephone number(s), project locations, contract values, work scope describing the degree of similarity, schedule duration, and if mediation and/or litigation resulted from said work activities.

B. Principal personnel employed by Bidder shall have the necessary professional qualifications and experience for the Work. This experience to include the work on one (1) or more projects in the last five (5) years of a similar size and complexity. To demonstrate Bidder’s principal personnel qualifications as required by this paragraph, Bidder shall provide, as a minimum, current resumes for the project manager and superintendent.

C. Bidder has not breached any Contracts with a public agency or person in this State or any other state during the five (5) years immediately preceding the date of the Bid. Bidder shall provide a written statement confirming same.

D. Bidder has not been convicted of a violation for discrimination in employment during the two (2) years immediately preceding the date of the Bid. Bidder shall provide a written statement confirming same.

E. Bidder has not been disciplined or fined by the State Contractors’ Board or another state or federal agency for conduct that relates to the ability of Bidder to perform the work. Bidder shall provide a written statement confirming same.

F. Bidder has not filed as a debtor under the provisions of the United States Bankruptcy Code during the five (5) years immediately preceding the date of the Bid. Bidder shall provide a written statement confirming same.

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 17 of 36

APRIL

The

Bid within

CONTRACTOR’s This

Aviation

executing

Department

14.0

If

Bidder

Document

information

executed

23,

two

A.

PRE-AWARD

required

responsiveness, Bidder

H.

G.

of

is

Attachment

2018

the

(2)

one

of

Aviation,

list

form

shall

The

hours

to

List

2.

following

OWNER

1. Bidder 3.

Bidder 2.

to

of

1.

Bidder

result

by

Bid

of

be

perform

the

OWNER.

of

name provide

subcontractors

shall

posted

was

“C”

Subcontractors,

of

after

three

shall

shall

has

Contracts

c.

a.

b.

minimum, Bidder’s

the

positions Bidder’s

orders

Within

governmental authorized approved

For

In

as

causes

of

to information:

delivered.

be

of

any

the

Bidder’s

contract

the

the

the required

all

provide not,

on

(3)

each

demonstrate

delivered,

written contract:

initiated

the

Attachment

manner

Instructions

milestones. Completion)

amount

Bar

Estimated Proposed

within

Apparent

completion

Work

Organizational

during

to

Office,

the

by

first

representative;

CONTRACTOR

time

execute

a

thorough

or

by

Chart

the

following:

written

entity

including

documentation

the

Plan

its

tier

or

or of the

the

specified

1845

specified

person

authorized

shift

Low

control

approved

money

its

subcontractor faxed

resources

“C” to

that

including

the

five

above describing

and

of

statement

understanding

ability

Bidders.

schedules

East

to

Bidders,

the

the

Work.

Chart/Staffing

awarded

locations (5)

or

the

[(702)

of

specified

by

criteria,

by

name

Russell

intends governmental

Opening

Bidder

years

to

representative. by

Instructions

a

necessary

the

per

the

confirming

description

perform

the

major

261-5876

Bidder

identified by

the

of

by

contract

immediately

contract

or

at month

in

to

Road,

the person

locations.

of

month.

contract

a

of

the

the

use

Plan

the

work

shall

subcontractor

Bidder

to

the

Bids,

to

contract

Low

3d entity

same.

in

Work,

or

to

in

support

of

and

showing

or

Bidders

unless

the

Work

notify

Attachment

Floor,

or

(702)

the

activities

meet governmental

if

Bidder

at

preceding

that

any

so

its

performance

by

Work.

or

the

authorized

in

its

Clark

listed.

261-3092],

shall

extended

Las

providing

all

the

awarded

as

change

or

sufficient

proof

Interview

same

manual

Vegas,

(from

modified

supplier

This

be:

County

project

No.

Instructions

the

of

entity

Contract

Three

of

as orders

location

by

shall representative;

the

date

responsibility

NTP

to

and

Nevada

detail

or

this

a

of

Department by

Page

schedule the

contract

Clark

minimum,

that

as

Bidder,

include

of

non-manual

to

Contract

any

to

initiated

to

person

otherwise to

No.

to

Bid,

the

l8of awarded

Bidders

County

change

89119,

Project

assure

which

2466

failed

Bid

or

as

as

and

and

the

36

by

or

of

its

or

or a

- a

APRIL

Bid

the

Affidavit

16.2 16.0

16.1

requirements

State submitted,

If

In proper

15.0

Failure

a

accordance

Document

bid

bid

Contractors’

23,

time

may

To

A.

Award is

AWARD

requirements:

of

BIDDER

F.

D.

E.

C.

Pertaining B.

submitted

2018

CONTRACTOR

provide

be

receive

and

set

considered

will

with

Additive

considered

Bid

Be

Address

List 2.

Describe

total

paragraph

1.

greater. work

If subcontractor

an

The

on

labor amount

lowest

forth

OF

PREFERENCE

location,

Board

be

the

to

a

the

amount

the

each

NRS

plus

by

a

CONTRACT

valid

name

made

Preference

on

bid

above.

or

preference

Bidder

bids

two

lowest

A public

performed

or A

perform;

Bid

exceeding

the

of

and,

a

the

subcontractor’s

Additive

the

338.147,

and

certificate

statement

to

for

description

will

each

of

portion exceeding

to

A

or

will

Item(s)

public

Work

execute

within

lowest

or

the

each

award.

more will

will

which

price

work

cause

employ

subcontractor.

B

LAW

Eligibility

lowest

in

be

to

above,

work

perform

Alternate

of

first

a

$250,000.

by

accepted

2

of

contractors

bidding

Bidder, to

responsive

be

Bidder

the

is

hours

CONTRACTOR’s $250,000,

paid

that

and

a

eligibility

the

a

tier

of

to

accomplished

subcontractor

not

responsive

Nevada

first

work

(Instructions

the

the

present

the

1

the

Bidder

subcontractor

after

any

only

in

being

seeking

by

1.

percent

tier

If

Bidder

Bidder

written

on

to

as

Bidder

and

labor

any

OWNER.

the

Bidder

work

the

Contractor’s

if

subcontractor

receive

for

a

the

both

Attachment

performed

and

name

responsible

one

opening

joint

for

preference

of

shall

by

which

to

numbers,

or which

public

will

listed

responsible Bid

or

must

the

which

Bidders

of

each

venture

who

Award

a

of

portion

all

also

the

preference

to

perform

Bidder’s

each

the

of

License

work

of

is

pursuant

subcontractor will

quote

be

the

by

the

who

Bidders

“C”

the

Bidder,

include

of

more

Attachment

may

first

in

or

considered

first

provide

a

first

of

bids,

to

the

Bidder. bidding

joint

will

to

by

subcontractor

total

all

Number.

tier

be

all

the tier

the

tier

than

in

Instructions

Total

one

who

Bidder

to provide

submit

on

for

venturers

items

work

bidding

subcontractor

subcontractor

Bidder

labor

bid

subcontractor

paragraph

work

the

shall,

of

only

1

listed.

C-i).

submitted

Base

as

or

percent

them

must

a

to other

list:

or

labor

Instructions the

$50,000,

completed that

Non-Responsive.

for

issued

at

a

be

separately

Bid

listed

as To

Base

Contract meet

portion

the

which

or

than

A

the

responsive

one

of

a

Price,

who

Bidders,

will

a

or

by

will

time

Page

joint

the the

portion

Bid,

whichever

pursuant

B

Bidder

the

the

of

that

and

be

of

will

not

to

above.

No.

following

meet

plus venturer,

its

the

Bidder’s

19

the

or

Bidders

Nevada

first

paid

be

provide

signed

at

being

bid

of

2466

Base

of

three

work

and

any

paid

will

the

the

36

tier

the

an

to

is is

APRIL

Bid

16.3

Document

23,

A.

B.

Rejection

G.

F.

E.

D. C.

B.

2018

3. 2.

to

the

1. Bids

limited at

Affidavit

Notwithstanding within

detailed

work

Bidder

Documents the

If

more reasonable, to

It performance

Establish changed, as

Bidder’s shall

Establish accountant. Transportation

of

prequalified

Bidder’s

submit meet

Establish

of

claiming

the

all.

waive

the

the

stated

Contract

Work

Any

shall

described

further

than

its

2

Bid

OWNER.

to

furnish

in ambiguous.

Bidder’s

If irregularities

is

If

If shall

hours

in

or evidence

true

Pertaining

any

Contract

the

the

the

properly

last

to

altered,

the

the

to

be or

to

there is

Article

one

Bidder

All

and

such

with

the

is

At

the

otherwise

following:

certify

reported

the

informality financial

considered

Bid

Bid

and

Bidder

case

have

after

Bids

fiscal

a

required

such

in

the

(NDOT)

as

any

satisfaction

financial

unit

satisfaction

are

satisfaction

does NDOT,

is

15.0

Bidder

the

obligation

or

Preference,

and

the

that

provided

the

of

to whether

on

time

submitted

Bidder,

of

of

if

shall

year.

price.

Contract

unauthorized

by

authorized

condition any

necessary

Preference

within

not a

the

any

opening

responsive

to

or

Bidder

he

form

such

the

will

non-responsive

and

of

qualify

resources

be

part

contain

technicality.

above,

Such

kind

the

and

submitting

by

of

or

his

of

be the public

awarded

of

other

Bidder

is

evidence

Documents.

of

OWNER

law.

subcontractor

Preference

OWNER

at

of

lowest

the

she

or

OWNER

which

will

time

on

the

alternate

the

statements

experience

OWNER

the

the

Eligibility

a

and

her

accountant.

than

lowest

additions,

maintain

unit

public NDOT’s

and

shall

Bid

is

prescribed

time

bids,

to

monetary

make

financial

such

OWNER

shall

Being

that

prequalified

that

price that

said

or

Form

that

liabilities

have

pay

such

Law.

responsive

reserves shall

accountant’s

non-responsible

(Instructions

the

Bidder financial

furnished

consist

same

Bidder

and

Bidder

or

current

for the

information

Bidder

is

items,

conditional

If

qualified

provided

responsibility

Refer

in

have

Bidder

Bid

detached.

considers

reports

the

each

successful

technical

the

for

as

the has

has

or

of

incomplete,

Bidder’s

for

with

submitted

to

has

statements “bidder’s

and

Contract.

the

of

by

pay

that

a

will

right

statement

adequate

NRS

to

statement adequate

which

the

confidential

shall

the

OWNER,

Contract

as

a

responsible

the

be

or

the

item

the

Bidders

for

qualifications

to

Certificate

history

Bidder

is

338.1

financial

the

last

required

alternate

be

Contract

Bidder

reject amount

reasons

Nevada

list”.

a approximately

listed

indefinite,

Instructions

successful

completed

or

equipment

or

calendar

financial

certified

or

47.2(a)(2).

period.

or

Attachment

does

of

reports, statement

any report

Contract

If

report

in

is

if

Bidder;

responsibility

satisfactory

of

of

a

by

such

will

OWNERs

the

not

pay

Department

or

Page

not

in

Eligibility

the

Bidder

A

or

to

the

resources

be

by

all

is

year

Bid,

the

required

and

Bidder.

Bidder

to

the

as

to

mean

otherwise

items,

reflect

submitted

No.

Bid

the

if

Bids

awarded

20

or

a

Bidders

C-i)

perform

there

Bidding

type

but

except

signed

Bidder

or

is

2466 public

of

report

to

same

form

and,

past

that

and

may

not

has

36

the

the

not

be

as

to

or

of

is

to of

APRIL

Bid

76.6

76.5

16.4

Document

23,

the

The

Bidder

award

the

security with

security, the

The

violated.

five Any

OWNER.

The

of

OWNER

C.

2018

said

protest

bond

protest

protest

a

(5)

protest

successful

Bidder

of

good

may

Contract

2.

or

1.

working

submitted

3.

2.

to

A

1. 6.

5.

defined 4.

this

or

Bidder reserves

Protest

Bidder

the

and

filed

not

may

and

must

believes

other

Contract

following:

seek

$250,000.

25% Bidder

Las

FAX: Contracts

awarded

Department

1845 Margo

in

If participating be

solvent by

Evidence Submitting

under

days

subcontractor

as

filing Failure

Failure

file If

letters

include

shall

security

OWNER

with

the

accordance

the

all

a

Vegas,

disqualified

a

of

any

cashier’s

the

(702)

East

the

after

until

Bid

parties

written

the

will

right

the

Quarrell,

the be

to

of

shall

surety

type

a

the

applicable

protest

is

Section

of

same

considered

authorized

receive submit

until

protest

Russell

a

total

261-5876

considers

the

written

to

Nevada

more

not

of

collusion

determination

Bidder

be

without

Contract. protest

of

cancel

Aviation

with

check,

authorized

on

date

a

value

accompanied

DOA

sent

or

judicial

as

shall

determination

the

than

must

the

Notice

Road,

statement

different

these

has

the

89119

Bidders

provisions

to: liability

regarding

the

the

person

one-percent

Acting

of

among

money

disqualified

list,

be

one

be

been

the

intervention

recommendation

Neither

3 of

Bid

award

provisions

required,

within

to

in

is

Award

name.

base

Bid

Floor

Contracts

against

do

to

to

an

order

made

setting

Bidders.

for

reinstated by

the

sign

be

is

business

amount

of

two

from

of

the

OWNER

bid

any

for

(1%),

made

of

unbalanced.

any

or

awarding

at these

by

operates

Bid

OWNER.

until

(2)

Bid

forth

the

submitted

any

certified

the

the

Bidders

OWNER future

Manager

Contract

hours

Form.

or

equal

by

Security

on

Contract

OWNER

in

time of

to

the

same

Bidding

nor

$50,000.00,

OWNER

the the

the

award

of

as

work

specific

after

check,

to

participating

the

the

by

the

State

protest.

on

at reasons,

a

partnership,

the

specified

from

stay

Bidder

protest

Authorized

has

anytime

Documents

the

completion

Contract

the

of

as

lesser

to

of

reasons

protest.

made

of OWNER.

subcontractor

a OWNER

contract

OWNER

Nevada,

A

qualified

filing

action such

Instructions

is

by

of:

bond in

before

filed,

with

firm,

a

such

OWNER.

Contract

Representative

of

the

as,

Bidder

determination

and/or

An

in

is

who

posted

bid

or

OWNER

until

to

Page

Bidder.

protest;

relation

or

but

collusion

issued

unsuccessful

the

submit

post

opening.

list

shall

corporation

to

submitting

not

No. any

law

execution

21

Bidders

or

for

a

by

to

limited

within

of

2466

hold

other

other

bond

were

such

shall

each

the

36 the

on is

APRIL

Bid

subcontract

including,

unless

Per i.e., A

(Attachment

per A

subcontractor

A

CONTRACTOR

of

subcontractor A

Special

17.0

CONTRACTOR CONTRACTOR,

CONTRACTOR,

CONTRACTOR,

Document

Instructions

the

individuals

NRS

23,

the

requirements

2.

1.

the

POST-AWARD security.

claim

expenses

be

Bidder,

If

liable

Conditions

338

2018

without

subcontractor

the

for returned

approved The

law.

pays

OWNER

claim

No.

as

who

working

protest

for

may

are

a

to

whether

shall

substitution

Ten

CONTRACTOR

public any

revised

limitation,

any

Bidders,

has

added

incurred

whose

is

whose

whose

be

whose

contained

to

of

objects

named

To

increase

be

substitution.

is

costs,

on

made

been

Bidder

work

Instructions

upheld,

is

responsible or

Bid),

by

to,

this

Bid

Bid

Bid

the

not

Article

by

accepting

Bid

is

SB404

or

in

expenses,

to satisfied

shall

against

project.

is

holder is

if,

in who

is

OWNER

approved

the

the

taken

in

the

the

accepted,

accepted,

costs

is

at

accepted,

shall

Volume

not

13.3,

person

Bid

posted

to

any

subcontractor,

accepted,

of

bond

for

of

off,

the

Bidders,

will

accept

the

or resulting

or

a

be

any

attorney’s

time

because

paragraph

the by

state

in

posted

bond

receiving

files

be

shall

2013

the

shall

One

responsible

shall Attachment

OWNER

increase

list.

during

or

returned

shall

the

bond

Article

business

from or

include

not

otherwise

Nevada

of

or

of

re-issue

fees,

other protest

requests

any

the

other

B,

substitute

the

the

or

not

the

in

and

13.3,

to

unless

submitted

costs

Exhibit

unsuccessful

for

Contract loss

public

license Contract

Change;

security

“C”

substitute

Legislature:

security

is

Bidder

pursuant

the

receive

paragraph

any

in

limited

to

of

as

any

writing

the

Disclosure

‘A”

the

money

income

issued

a

increase

who by

period,

the

or

submitted

Documents result

any

substitution

person

Instructions

to

to

any

General

OWNER

security.

protest.

A

a this

the

B,

posted

as

public

pursuant

or

change

subcontractor

of

unless: subcontractor

there

conditions

clause.

a

of

identified

other

in

such

payment

with

Conditions

Ownership/Principals

costs

money

Any

the

in

If

in

to

are is

in

damages

approved

to

the

an

the

Instructions

Bidders approved

its

bond

money

the

chapter

changes

as

per

amount

protest

allowed

for

notice

contract

Contract

from

subcontractor

who

a

the

or

or

and

the

Page

or

result

remaining

substitution.

sustained

76

submitted

person

a

enters

to

requirements

by

is

public

to

as

equal

Exhibit

under

to

contractor,

of

protest

rejected,

with

No.

the

22 OWNER.

identified

Bidders

of

NRS.

into

of 2466

work,

to

form,

Form

for

state

such

“B”

each

after

and by

36

the

the

will

a a

a a ______in______

ATTACHMENT “A” TO INSTRUCTIONS TO BIDDERS SIMIWIDBESUBCONTRACTORNENDOR INFORMATION

Submit within two (2) working days after Bidder receives written notification it is the apparent Low Bidder.

(certify that has agreed to participate (S/MAN/OREFirm Name) with Contract No. as a (Ridder Name) subcontractor/supplier. The agreed upon subcontract amount or estimated purchase amount is $______

By: (S!M/W/DBE Firm Authorized Representative)

Title:

Company: (S/M/W/DBE Firm)

This assurance shall be executed by a duly authorized representative of the S/M/W/DBE participant. Copies may be made for each S/M,W/DBE participant.

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 23 of 36 ATTACHMENT“B” TO INSTRUCTIONS TO BIDDERS SIM/W/DBE SUBCONTRACTORNENDOR INFORMATION

Submit within two (2) working days after Bidder receives written notification it is the apparent Low Bidder.

S/MAW!DBEFIRMNAME: ADDRESS: TELEPHONENUMBER: S/M/DBE BUSINESS Small Business Enterprise (SBE) ENTERPRISE TYPE: Women-owned Business Enterprise (WEE) MinorityBusiness Enterprise (MBE) Disadvantaged Business Enterprise (DEE) ETHNICITY: Asian Pacific American Subcontinent Asian American BlackAmerican NativeAmerican Hispanic American Caucasian DESCRIPTIONOF WORK OR SERVICES TO BE SUBCONTRACTED: DESCRIPTIONOF SUPPLIES TO BE FURNISHED: ESTIMATEDDOLLAR AMOUNTOF SUBCONTRACT: (PLEASE PHOTOCOPY THIS FORM SHOULD ADDITIONAL SPACES BE REQUIRED)

For all Firms listed as SIMIWIDBE’s, attach a copy of the current certification.

Total Bid Amount: $______Total S/M/W/DBE Amount: $______

Percentage of S/M/W/DBE Participation: ¾

Name of Apparent Successful Bidder

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 24 of 36 ______

ATTACHMENT“C” TO INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS 7 PERCENT LIST

Submit within two (2) hours after completion of the bid opening.

Each of the three (3) Apparent Low Bidders shall set forth below the name, address, Nevada Contractor License No. and description of Work to be performed by each subcontractor who will provide labor or a portion of the work on the public work to the Bidder for which the first tier subcontractor will be paid an amount exceeding $250,000. If any one of the Bidders who submitted one of the three lowest bids will employ a first tier subcontractor who willprovide labor or a portion of the work on the public work to the Bidder for which the first tier subcontractor will not be paid an amount exceeding $250,000, the name of each first tier subcontractor who willprovide labor or a portion of the work on the public work to the Bidder for which the first tier subcontractor willbe paid 1 percent of the Bidder’s total bid or $50,000, whichever is greater, in accordance with NRS 338.141.

This ATTACHMENT “C” TO INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS 1 PERCENT LIST must include all of the subcontractors that were identified on Attachment No. Three, List of Subcontractors (5% list) including the name of the Bidder if so listed.

Ifthe Bidder willperform any work which is more than 1 percent of the Bidder’s total bid and which is not being performed by a subcontractor listed pursuant to above, the Bidder shall also include on the list: a) a description of the labor or portion of the work that the Bidder will perform, or b) a statement that the Bidder will perform all work other than that being performed by a subcontractor listed pursuant to paragraph 1 or 2 above.

Name Address License No. Work

Name of Bidder

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 25 of 36

APRIL

Bid

County

Notary

State

Signed

Title:

Signature

Date:

By:

any

Nevada

receiving

If

(c)

(b)

for

(a) preference

and

Any

hours ______

______

the

______

Document

the

requirements

affirm

of

CONTRACTOR

Bidder

______

23,

______

Signature

of

and

after

duration

Printed

The

available

Project.

(2) All

(1) valid

Revised

State

At

employees

______

a

of

2018

______

that

vehicles

sworn

least

preference

in

Contractor______

completion

CONTRACTOR

driver’s

seeking

of

bidding

in

Name

of

Registered

Registered

Plan,

Nevada;

Statutes

50

for

order

to

above,

the

of

used

(or

percent

the

as

for

of

license

submits

Project,

the

in

AFFIDAVIT

preference

to

affirmed)

ATTACHMENT

Contractor

adopted

inspection

of

Project

bidding,

primarily

338.0117,

entitles

be

CONTRACTOR

20

in

and

the

in

of

this

and

or

collectively,

this

compliance

bid

the

partially

No.

identification

before

by

Clark

the

State;

for

Affidavit

any

PERTAINING

within

in

opening.

subsections workers

the

2466,

the CONTRACTOR

,

on

bidding

by

subcontractor

County

“C-i”

me

Department

and

apportioned

Project

behalf

this

and

and

and

with

VGT

on

employed

card

TO

State

not

this

of

is

Department

subsection

must

5 of

Shade

will

TO

awarded

any

on

INSTRUCTIONS

and

CONTRACTOR issued

______

of

his

be:

to

any

PREFERENCE

recognizes engaged

complete

subcontractor,

6.

Motor

Nevada

on

Hangar

or

specific

her

this

2

the

by

of

of

Vehicles

the

Aviation

records

Project Project,

STAMP

NRS

pursuant

Roof

on

and

and

day:

Department

TO

the

______,

338.147,

Replacement

ELIGIBILITY

engaged

accepts

submit

pursuant

as

concerning

BIDDERS

to

AND

including,

Project

to

a

a

the

result

day

penalty

(name

SEAL

and

that

this

on

of

to

International

will

of

Instructions

the

NRS

of

Motor without

be

failure

payroll

(“Project”),

form

of

maintain

the

only

Contract

eligible

Project,

Contractor).

706.826;

CONTRACTOR

Vehicles

within

as

to

Page

relating

limitation,

comply

Registration

provided

to

to

and

certify

will

No.

26

receive

Bidders

or

two

hold

to

of

of 2466

swear

make

with

that

any

36 the

the

(2)

in

a a

APRIL

Bid

FORWARD

QUESTION:

DATE:______

Document

23,

2018

TO:

ATTACHMENT

BID

DESCRIPTION:

FAX SUPPORT

LAS MARGO

1845

NO.:

VEGAS,

NO.

EAST

QUARRELL

2466

“D”

(702)

PRE-BID

SERVICES

RUSSELL

NV TO

TELEPHONE:

ADDRESS:

COMPANY:

NAME:

261-5876

VGT

INSTRUCTIONS

89119

QUESTION SHADE

______

ROAD,

/ CONTRACTS ______

______

HANGAR

3rd

FLOOR

TO

BIDDERS

SECTION

ROOF

REPLACEMENT

Instructions

Contract

Page

to

No.

27

Bidders

2466

of 36

APRIL

Bid Title:

Date:

Name:

By:

these

the

Bidder submitted

report

If reports prescribed

Bidder,

Submit

Bidder,

Bidder,

Bidder.

Bidder,

Document

applicable

provisions

STATEMENT

23,

on

will

signed

shall

has

has

within

Standard

2018

compliance

has

by

comply

complete

Executive

by filing

participated

two

(Type (Signature

Name

not

______

will

proposed

not

Form with

(2)

requirements;

render

ON

or

of

reports

the

working

submitted

the

Order

PARTICIPATION

Print)

ATTACHMENT

Bidder

100,

following

of

the

in

participated

subcontractors

provisions

Authorized

due

‘Employee

a

10925,

Contract

previous

days

all

under

and

statement

compliance

or

after

that

of

void.

in

Signatory)

applicable

Executive

“E”

Information

contract

NRS

IN

will

a

OPPORTUNITY

Bidder

representation

CONTRACTS

TO

previous

by

be

338.125

reports

checking

INSTRUCTIONS

obtained

subject

Order

filing

receives

Report

Contract

in

requirements,

(2)

11714,

the

to

prior

connection

indicating

SUBJECT

CLAUSE

EEO-1

and

written

the

appropriate

to

subject

or

NRS

equal

TO award

Executive

prior

notification

submission

BIDDERS

with

TO

Bidder,

338.130.

to

opportunity

of

to

boxes:

EQUAL

the

any

Subcontracts.

the

Order

shall

equal

such

award

of

it

Instructions

Failure

EMPLOYMENT

is

submit

11246.

required

clause

Contract

Contract

opportunity

the

of

Contract.

to

Page

apparent

a

and

comply

compliance compliance

to

due

No.

28

Bidders

has

clause

2466

of

under

Low

with

36 not

APRIL

Bid

Title:

Date:

Name:

By:

The

description

will

as

wishes

expects opportunity

owned

Enterprises process At

Strategic

Submit

Bidder.

the

subcontractors

Document

participate

apparent

23,

meeting

and

to

within

of

all

2018

Plan

ensure

of

construction

to

other

certified

general

the

successful

fully

in

to

of two

(Type

(Signature

Name

______

______

______

this

Work

socially

the

and promote

that

participate

(2)

contractors

in

Contract.

or

Board

of

material

accordance

to working

those

projects,

Print)

Bidder ATTACHMENT

Bidder

be

and

of

S/M/W/D

and

of

performed

Authorized

businesses,

economically

The

in

suppliers.

Clark

encourage

days

to

will

the

commodities

with

information

solicit

be

BUSINESS

County

overall

after

by

required

U.

Signatory)

“F”

small,

each

which

S.

a

Bidder

disadvantaged

Commissioners

procurement

TO

greater

Department

and

will

named

ENTERPRISE

to

INSTRUCTIONS

minority,

have

include

services.

receives

submit

degree

firm,

been

process

of

the

women-owned

information

businesses

and

The written

on

Transportation

traditionally

of

name

UTILIZATION

February

participation

the

Board

TO

of

dollar

and

notification

Clark

BIDDERS

concerning

in

of

address

20,

the

underutilized

and

value

Clark

County.

regulations,

of

1996,

Clark

Disadvantaged

small,

of

County

Instructions

it

of

the

the

is

the

County

each

Therefore,

Contract

the

S/MiW/DBEs

Contract.

minority,

are

Board

49CFR

Commissioners

Page

S/MAN/DBE,

apparent

procurement

afforded

to

adopted

No.

Business

29

OWNER

Bidders

women-

Part

2466

of

Low

that

36

26,

the

a a

APRIL

Bid

Title:

Date:

Name: By:

3.

2.

Submit The

1. Bidder.

Participation

Document

purpose

23,

S/M/W/DBEs,

Plans, opportunities

List

Bidders

Bidder

within

2018

general

for

of

attended

two

(Type

(Signature

Name

specifications

this

and/or this

______

______

(2)

Form

Contract.

were

circulation,

or

in

of

working

S/M/W/DBE

sufficient

a

Print)

ATTACHMENT

Bidder

is

pre-bid

of

advertised.

to

Authorized

S/MIW/DBE

and provide

days

trade

time

conference

of

requirements

after

contracting

for

Provide information

Attended

Did

association,

Signatory)

“G”

them

PARTICIPATION

Bidder

not

TO

on

proof

to

Attend

(see

INSTRUCTIONS

and

prepare

as

of receives

of

and

to

subcontracting

Notice

the

advertising. what ______

______

a

minority

Contract

subcontract

written

STATEMENT

to

effort

Bidders)

TO

Bidder

focus

notification

opportunities.

were

BIDDERS

bid.

scheduled

made

media

provided

in

it

Instructions

where

by

soliciting

is

Contract

the

OWNER

to

Page

subcontracting

apparent

the

S/M,W/DBE

to

No.

following

30

to

Bidders

inform

of

2466

Low 36

APRIL

Bid

Title:

Date:

Name:

By:

6.

5.

4.

Submit

Bidder.

Document

23,

without

With

opportunities

into What

The

within

2018

economically

following

what

portions

sound

two

(Type

(Signature

Name

______

S/M!W/DBE

(2)

for

or

S/M/W/DBEs

reasons

of

of

S/MIW/DBE

working

Print)

ATTACHMENT

Bidder

S/M/W/DBE

the

feasible

of

Work

Authorized

based

firms

days

units

did

PARTICIPATION

were

on

participation,

after

Bidder

did

to

Signatory)

a

“G”

contacted

facilitate

thorough

Bidder

Bidder

TO

select

INSTRUCTIONS

negotiate,

S/M/W/DBE

including

by

receives

investigation

to

STATEMENT

BIDDER

be

performed

where

written

not

participation?

as

of

rejecting

a

TO

their appropriate,

-

follow

by

notification CONTINUED

BIDDERS

S/M/W/DBEs

capabilities?

up

S/M/W/DBEs

to

breaking

Item

Instructions

it

is

3,

in

Contract

the

order above.

down

Page

as

apparent

to

to

unqualified

No.

contracts

31

increase

Bidders

of 2466

Low 36

APRIL

Bid

Title:

Date:

Name:

By:

9.

8.

7.

Submit

Bidder.

Document

23,

S/M/W/D

and

disadvantaged

Name

or

With

Certification

If

within

2018

insurance

a

what

other

S/M,W/DBE

the

(Type

(Signature

two

Name

______

BEs.

organizations,

S/M,W/DBE

(2)

organizations

Form.

required

or

of

S!M!WIDBE

contractors

working

Print)

Bidder

ATTACHMENT

of

Bid

Authorized

by

firms

was

days

the

which

groups,

PARTICIPATION

that

Contract?

did

rejected,

after

Bidder

Signatory)

Bidder

“G”

provide

local,

Bidder

TO

contacted

state

make

State

INSTRUCTIONS

assistance

receives

STATEMENT

why

efforts

and

to

secure

on

Federal

to

written

in

the

assist

the the TO

-

minority

attached

notification CONTINUED

in

services

BIDDERS

recruitment

obtaining

business

S/M,W/DBE

of

Instructions

S/M!W/DBEs,

it

bonding,

is

and

Contract

assistance

the

Page

apparent

placement

lines

Unavailability

to

No.

32

Bidders

such

of

offices,

of

2466

credit

Low

36

as, of ______

ATTACHMENT“G” TO INSTRUCTIONS TO BIDDERS S/MIW/DBE PARTICIPATION STATEMENT - CONTINUED

Submit within two (2) working days after Bidder receives written notification it is the apparent Low Bidder.

Record of telephone conversation is not sufficient proof of MMI/DBE contact. Provide copies of reply letters from S/M,W/DBEs or if no reply was obtained, attach copy of registered or certified letters.

Bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of the project (a) is a bona lide small, minority, women-owned or Disadvantaged Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount.

Certification that the small, minority, women-owned or Disadvantaged Business Enterprise(s) has executed a binding contract with CONTRACTOR for materials or services, should be provided to OWNER at the time CONTRACTORs Contract is signed by OWNER.

Prior to final payment, CONTRACTOR agrees to submit to OWNER the actual dollar breakdown on S/M/W/DBE participation on referenced project.

The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind Bidder/CONTRACTOR to the commitment herein set forth.

Name of Bidder

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 33 of 36 ______, ______,

ATTACHMENT “G” TO INSTRUCTIONS TO BIDDERS S/MIW!DBE PARTICIPATION STATEMENT — CONTINUED

S/MIW/DBE UNAVAILABILITYCERTIFICATION

Submit within two (2) working days after Bidder receives written notification it is the apparent Low Bidder.

(Title)

of , certify

that on I contacted the following S/M/W/DBE Contractors to obtain (date) a Bid for Work items to be performed on Project No. and received the following responses and the reason for no bid (where none provided).

S/M/W/DBE Work Items Form of Bid Sought (i.e., Available Reason Contractor & Sought Unit Price, Materials & Yes/No Given Labor, Labor Only, etc.) Telephone No.

(Name of Bidder)

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Instructions to Bidders APRIL 23, 2018 Page 34 of 36

APRIL

Bid

Title:

Date:

Name:

By:

DESCRIPTION prosecution

Each

Submit

Bidder.

Document

23,

Bidder

within

2018

of

shall

this

(Type

(Signature

two

Name

______

______

Contract

list

(2)

or

of

working

on

Print)

Bidder

ATTACHMENT

of

this

CONTRACTOR’S

in

Authorized

a

form

timely

days

the

after

manner:

Signatory)

AGE

“H”

major

Bidder

TO

CONSTRUCTION

pieces

INSTRUCTIONS

receives

of

equipment

written

EQUIPMENT

TO

notification

BIDDERS

that

are

readily

Instructions

it

is

Contract

the

available

CONDITION

Page

apparent

to

No.

35

Bidders

for

of 2466

Low

36 the

APRIL

Bid

Document

23,

2018

ATTACHMENT

PREVAILING

“I”

WAGE

TO

INSTRUCTIONS

RATES,

CLARK

TO

COUNTY

BIDDERS

Instructions

Contract

Page

to

No.

36

Bidders

2466

of 36

2017-2018

LABORER

MECHANICAL HOD HOD

IRON

GLAZIER

HIGHWAY FENCE

FLOOR

FLAG

CEMENT

ELEVATOR ELECTRICIAN-WIREMAN CARPENTER ALARM AIR

ELECTRICIAN-NEON

ELECTRICIAN-LI “Pursuant

ELECTRICIAN-COMMUNICATION

BRICKLAYER

BOILERMAKER

awarded,

BALANCE

CARRIER-PLASTERER

CARRIER-BRICK

PERSON

WORKER

ERECTOR

COVERER

INSTALLER

Prevailing

MASON

STRIPER

Office

nevod51

to

CONSTRUCTOR

the

INSULATOR

TECHNICIAN

Nevada

those

assistance As

any

be

posted of

201$

NE

prevailing

APPLICABLE

the

Wage adjusted

AmendmentslAddenda

amendments

Labor

agreements.

SIGN

MASON

to

OCTOBER

Administrative

Rates

Coinmissioiier

sites

based

with

PREVAILING

DATE

TENDER rates

Clark

effect

of

on any

(See

FOR

posted

TECH.

the

CLARK

Collective

of

OF

1,

County

amendments

NAC

wages

respective

2017

for

PUBLIC

DETERMINATION:

Code

or

section

the

are

Bargaining

THROUGH

contact

in

duration

made

(NAC)

WORKS

effect

338.010.)

counties.

to

COUNTY

our

the

to

Agreements

section

at

the

of

offices

SEPTEMBER

rates.

WAGE

PROJECTS

the

the

wage

Please

October time

,_

338.040(3),

project.”

*prevailing

directly

(CEA’s)

rates,

review

of

J

1,

the

BIDIAWARDED

such

30,

and

2017

for

Wage

RATES

regularly opening

further

201

adjustments

“After

will

Rates

8*

be

a

for

of

may

contract

to

bids

1

remain

has

been in

2017-2018

other

constructed

to

(2) an The

and

(1) fund,

the

wages

In

training

public

NRS

NRS

SOILS

SOIL WELL

TRUCK

TRAFFIC

TILE

LUBRICATION TAPER

SURVEYOR

SHEET

SPRINKLER

ROOFER

REFRIGERATION

PLUMBER/PIPEFITTER

PLASTERER

PILEDRIVER OPERATING

PAl

OPERATING

OPERATING

MILLWRIGHT

paragraphs

accordance

improvement

A

Any

PREVAILING

Labor

(b)

(a)

Labor

NTER

public

338.035

construction,

338.010(21)

plan

ERRAZZO

work

TESTER

The

by

The

DRILLER

contract

AND

or

METAL

DRIVER

Prevailing

Commissioner

making

or

Commissioner other

BARRIER

(Does

work

amount

or basic

by

program

MATERIALS

(NON-LICENSED)

Discharge

(a), FITTER

a

a

(NON-EQUIPMENT) ENGINEER-PILEDRIVER

ENG.

ENGINEER

with

(CERTIFIED)

for

subcontractor

AND

similar

or

school

WORKER

of,

WAGE

hourly

not

certain

(b) “Wages”

alteration,

property

WORKER/MARBLE

a

Wage

of

or

AB

STEEL

public

ERECTOR

include

and

SERVICE

in

pension,

constructed

programs

district

the

rate

172:

of

may

contributions RATES

Rates

shall

(C)

TESTER

part

work

to

name

means:

of

FABRICATOR/ERECTOR

for:

sheet

repair,

be

which

engaged

determine or

pay;

health

of

ENGINEER

Clark

discharged

or

the

INCLUDE

or

obligation

of

by,

metal

any

and

other

remodeling

the

a

Nevada

County

and

a

school

in

on

other

MASON

school

workman.

name

the

roofs)

bona

welfare,

a

THE

of

(MOBILE

in

public

prevailing

System

district

construction,

part

contractor

of

fide

district

or

BASE

workman.

reconstruction

vacation

work

by

fringe

or

of

AND

making

or

wage

the

RATE

Higher

to

the

or

benefits

alteration,

pay

Nevada

GREASE

and

subcontractor

The

Nevada

to

contributions

AS

wages

Education.

be

holiday

obligation

of

which

WELL

90

System

an

System

repair,

RACK)

percent

in

improvement

pay,

are

accordance

AS

engaged

of

to

of

remodeling

a

the

ALL

of

a

a

Higher of

benefit

third contractor

Higher

cost

the

APPLICABLE

on

or

rate

person

with

of

Education

to

public

property

Education,

apprenticeship

or

the

determined

the

engaged

reconstruction

workman.

pursuant

work

determination

2

of

is

FRINGES

a

or

or

to

on

party;

pursuant

any

pay

to

a

a

of of

2017-2018

General

Heavy

Groundman

Foreman Lineman

EQUIPMENT LIN TECHNICIAN

ELECTRICIAN Senior

Installer/Technician Installer/Technician ELECTRICIAN- Cement

Installer/Technician Cement

Cement

Carpenter-General

CEMENT

Carnenter-Foreman

Carpenter-Welder

Carøenter-Journevman CARPENTER

Bricklayer-Journeyman Alarm ALARM

BRICKLAYER

Boilermaker Air

Air

BOl Air

AIR

CRAFT

EMAN/GROUNDMANIHEAVY

Balance Balance

Balance

LERMAKER

BALANCE

Equipment

Installer-Journeyman

Installer/Technician

Foreman

Mason-General

Mason-Foreman Mason-Journeyman

Prevailing

INSTALLER

MASON

Technician-Foreman

Technician-General

Technician-Journeyman

OPERATOR

COMMUNICATION

TECHNICIAN Operator

Wage

Foreman

General

Foreman

Rates

Foreman Foreman

Clark

Foreman

County

ADD

RATE

METAL

ADD

RATE

ADD

ADD

ADD

SHEET

ZONE

ZONE

ZONE

ZONE

ZONE

48.93

RATE

40.19

66.29

60.40

72.28

RATE

44.96

67.60 62.67

72.53 RATE

RATE

59.70

57.78 53.93

65.97 62.21

59.76 58.76 50.83

65.94

62.67

79.94

75.50 71.06

See

DISTRICT

NSHEISCHOOL

Amendment

RATE

44.04

65.05

54.36

59.66

36.17

40.46

65.28

60.84

56.40 48.54

53.73

52.00

59.37

55.99 53.78

52.88

59.35

56.40

63.95

71.95

67.95

4

Rate

Union

3

or

Non-Union

Union

Union

Union

Union

Union

Union

Union Union ELECTRICIAN-NEONSIGN Union Electrician-Neon Sign 50.35 45.32

ELECTRICIAN-WIREMAN ADD ZONE RATE Union Wireman-Journeyman 63.04 56.74 Wireman-Cable Splicer 63.56 57.20 Wireman-Foreman 68.00 61.20 Wireman-General Foreman 72.96 65.67

ELEVATOR CONSTRUCTOR Union Elevator Constructor-Journeyman Mechanic 73.13 65.82 Elevator Constructor-Mechanic In Charge 80.54 72.49

FENCE ERECTOR Non union Fence Erector 17.56 15.71

ADD LABORER Union FLAGPERSON ZONE RATE Flagperson 52.41 48.52

FLOOR COVERER Union Floor Coverer-Journeyman 48.29 43.46 Floor Coverer-Foreman 52.84 47.55

GLAZIER Union Glazier-Journeyman 68.01 61.21 Glazier-Foreman 72.22 64.99

ADD LABORER Union HIGHWAYSTRIPER ZONE RATE Highway Striper 53.91 48.52

HOD CARRIER-BRICK MASON ADD LABORER Union TENDER ZONE RATE Brick Mason 54.22 48.80

ADD LABORER Union HOD CARRIER-PLASTERER TENDER ZONE RATE Plasterer Tender-Journeyman 53.89 48.50 Plasterer Tender-Foreman 55.89 50.30 Plasterer Tender-General Foreman 56.89 51.20

IRONWORKER Union Ironworker-Journeyman 66.09 59.48

2017-2018PrevailingWage Rates — ClarkCounty

4

2017-2018

Group

Group

Group

Group

Group

Group

Group

Group

Group

Group SEE

OPERATING

Millwriqht-General

Millwright-Foreman

Millwriciht-Welder

MILLWRIGHT

Millwright-Journeyman journeyman

Mechanical

foreman

Mechanical

Mechanical

MECHANICAL

General

Group

Group6E

Foreman Group

Group

Group6B

Group

Group

Group

Group

Group

Group

SEE

LABORER

Ironworker-General

Ironworker-Foreman

GROUP

GROUP

9

8 6 4

7

10

5

3

2

1

7

6D

6C

6A 4

5

3

2

1

Prevailing

Foreman

(See

supervised.

(See

(See

(See

(See

(See

$2.00

Insulator-General

Insulator-Foreman

Insulator-Journeyman

supervised.

CLASSIFICATIONS

ENGINEER

Amendment

Amendment

Amendment

Amendment

Amendment

CLASSIFICATIONS

Amendment

INSULATOR

above

$3.00

Wage

Foreman

Foreman

highest

Rates

above

2)

2)

2)

2)

2) 2)

Foreman

paid

highest

Clark

County

paid

ADD

ADD

ADD

ADD

ZONE

ZONE

ZONE

ZONE

RATE

72.02

73.00

71.90

72.89

71.79 RATE

72.67

71.57 69.79

70.08

68.84

67.47

RATE

60.76

63.43

59.76

68.79

62.23

65.51

53.41 RATE

55.15

55.51

54.90

55.15

55.65

54.41

54.22

54.31

54.12

53.91

69.48

64.82

65.70

64.71 64.61

65.60

65.40

64.41

63.07

61.96

62.81

60.72

54.68

57.09 53.78

61.91

58.96

56.01

48.07

49.96

49.64

49.64

49.41

48.97

50.09 48.88

48.80

48.71

48.52

62.53

5

Union

Union

Union Union Group 11 73.12 65.81 Group 12 72.19 64.97 Group 13 72.29 65.06 Group 14 72.32 65.09 Group 15 72.40 65.16 Group 16 72.52 65.27 Group 17 72.69 65.42 Group 18 72.79 65.51 Group 19 72.90 65.61 Group 20 73.02 65.72 Group 21 73.19 65.87 Group 22 73.29 65.96 Group 23 73.40 66.06 Group 24 73.52 66.17 Group 25 73.69 66.32 Add $.50 per hour for “Special” Shift Add $1.00 per hour for “Multiple”Shift

OPERATING ENGINEER: Union CRANES, PILEDRIVING,& HOISTING EQUIPMENT SEE GROUP CLASSIFICATIONS ADDZONE RATE Group I Engineer Oiler 72.52 65.27 ForkliftOperator 71.35 64.22 Group 2 Truck Crane Oiler 71.57 64.41 Group 3 A-Frame or Winch Truck Operator 71.57 64.41 Ross Carrier Operator (Jobsite) 71.57 64.41 Group 4 Bridge-Type Unloader and Turntable 71.57 64.41 Operator Helicopter Hoist Operator 71.57 64.41 Group 5 Hydraulic Boom Truck (Pitman) 71.79 64.61 71.79 64.61 Stinger Crane (Austin-Western or Similar Type)

Tugger Hoist Operator (1 Drum) 71.79 64.61 Group 6 Bridge Crane Operator 71.90 64.71 Cretor Crane Operator 71.90 6471 Hoist Operator (Chicago Boom and Similar 71.90 64.71 Type)

2017-2018PrevailingWage Rates — ClarkCounty

6

2017-2018

Polar Similar

including

K-Crane

Hoise and

Highline

Group

Derrick Crane

including

Operator

Shovel,

capacity)

Similar 25

Hoist

Crawler

Derrick

capacity)

Crane

Tugger Tower

Group

Operator

Shovel,

Pedestal Tugger

Group

Silent YDS.

Operator

Shovel,

Self

Polar

Similar

Material

Lift

Lift

ton

including

Slab

Mobile

Climbing

Crane

Operator,

Operator,

Operator

M.R.C.)

Gantry

Piler

capacity)

Operator

Type

Crane

9

Type

8

Barge

7

Barge

Backhoe, Hoist

Types)

Hoist

Transporter

Cableway

Backhoe,

Backhoe,

Prevailing

50

50

Hoist/Manlift

(over

Machine

Crane

(over

(Over

Operator

Operator

tons

tons

(over

(up

50

Operator

Crane

Repairman

Operator

Operator

Operator

Scaffold

7

5

Stiff

(over

Stiff

314

(up

Operator

tons

to

CU.

M.R.C.)

M.R.C.)

CU.

Dragline,

Wage

25

Dragline,

Operator

Dragline,

Operator

and

YD.

to

Legs,

Operator

Operator

Legs,

YDS.

tons,

M.R.C.)

25

YDS.

Operator

and

(3

for

(2

(over

including

(up

Rates

and

tons

Drum)

Drum)

Guy

Similar

Guy

up

including

M.R.C.)

Clamshell

to

M.R.C.)

Clamshell

(Vagtborg

Clamshell

up

25 up

to

and

Derrick

Derrick

Clark

to

tons,

and

to

25

Type)

5

including

and

CU.

ton

25

County

up

and

or

or

ton

to

72.36

72.36

72.36

72.36

72.36

73.99

72.19

72.19

72.19

72.19

73.99

72.02

72.02

72.02

72.02

71.90

71.90

71.90

71.90

71.90

71.90

71.90

71.90

65.12

65.12

65.12

65.12

65.12

66.59

64.97

64.97

64.97

64.97

66.59

64.82

64.82

64.82

64.82

64.71

64.71

64.71

64.71

64.71

64.71

64.71

64.71 7

2017-2018

Add

tons)

Add

Similar

Mobile

Helicopter

Hoist tons

Crane

Derrick

Group

Mobile

Similar

including

and

Hoist

Tower

including

Derrick Group tons,

Crane

Similar to

Mobile

including

Hoist

Derrick Crane tons,

including Group

Mobile

including

Similar

and

Hoist

Derrick Crane

including Group

One

Self

Maximum

and

$1.00

$

including

up

including

Erecting

Operator,

(1)

Operator, up

Operator, up

.50

Operator,

Operator

Tower

Operator

Crane

Tower

Type

Operator

13 including

Tower

Type Operator

12

Barge

Tower

Type

to

11

Barge

Type

10

Barge

Barge

to

Prevailing

Ton

to

300

300

200

200

per

100

and 100

per

Pilot

Lifting

and

and

(over

(over

(oven

Operator)

tons Operator (over

hour Crane

tons

300

Crane

tons

Tower

tons

Operator

Crane

tons

hour

Operator

tons

Crane

100

Operator

including

Operator

Stiff

including

Stiff

including

(over

Stiff

(over

Stiff

200

(over

(over

Capacity

tons

Wage

300

for M.R.C.)

200 tons

M.R.C.)

M.R.C.)

M.R.C.)

for

M.R.C.)

50

M.R.C.)

00

Legs,

Legs,

Operator

Operator

Legs,

tons

Crane

Legs,

Operator

Operator

300

“Special”

200

tons,

100

“Multiple”

50

tons) tons,

tons

M.R.C.)

and

(over

M.R.C.)

(over

300

(over

Rates

(over

200

100

tons,

M.R.C.)

tons)

Guy

tons

Guy

tons,

Guy

Guy

Ten

Tower

Operator

up

up

up

tons

300

tons

200 tons

(over

100

50

(over

(over

(over

Derrick

to

to

Derrick

up

up

to

Derrick

Shift

Clark (10)

Derrick

up

Shift

tons,

M.R.C.)

and and

tons)

tons

and

tons,

to

to

M.R.C.)

Gantry

M.R.C.)

to

300

200

Tons.

100

50

County

and

and

and

or

up

or

up

or

or

up

to

to

79.92

76.36

76.36

79.92

76.36

78.55

75.36 75.36

78.55

76.36

75.91

74.36

74.36

75.91

75.41

73.36

73.36

75.41

72.36

71.93

68.72

68.72

68.72

71.93

70.70

67.82

67.82

70.70

68.72

68.32

66.92

66.92

68.32

67.87

66.02

66.02 67.87

65.12 8 OPERATING ENGINEER-SURVEYOR Union SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 70.76 63.68 Group 2 71.57 64.41 Group 3 71.79 64.61 Group 4 72.07 64.86 Group 5 72.19 64.97 Group 6 72.29 65.06 Group 7 72.32 65.09 Group 8 72.69 65.42 Group 9 72.82 65.54 Group 10 73.32 65.99

OPERATING ENGINEER —TUNNEL Union SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 70.69 63.62 Group 2 71.64 64.48 Group 3 71.93 64.74 Group 4 72.07 64.86 Group 5 72.29 65.06 Group 6 72.40 65.16 Group 7 72.52 65.27 Group 8 72.69 65.42 Group 9 72.82 65.54

PAINTER Union Painter-Journeyman 54.42 48.98 Painter-Foreman 57.80 52.02

P1LEDRIVER Union Driverman, Rigman, Bridge and Dock Carpenter 55.46 49.91 Certified Welder 56.46 50.81 Piledriver-Foreman 59.19 53.27 Diver-Diving(wet pay) 102.25 92.03 Stand-By Diver 60.19 54.17 Tender 59.19 53.27

PLASTERER ADD ZONE RATE Union Plasterer-Journeyman 52.41 47.17 Plasterer-Foreman 56.10 50.49 Plasterer-General Foreman 57.95 52.16

2017-2018 Prevailing Wage Rates — ClarkCounty

9 PLUMBERIPIPEFITTER ADD ZONE RATE See amendment I Union Plumber/Pipefifter-Journeyman 64.96 55.06 Plumber-Foreman 69.25 58.64 Plumber-General Foreman 73.54 62.22

REFRIGERATION Union Refrigeration-Journeyman 64.96 55.06 Refrigeration-Foreman 69.25 58.64 Refrigeration-General Foreman 73.54 62.22

ROOFER Union (Does not include sheet metal roofs) Roofer-Journeyman 35.90 32.31 Roofer-Foreman 41.37 37.23

Union SHEET METALWORKER ADD ZONE RATE Sheet Metal-Journeyman 71.06 63.95 Sheet Metal-Foreman 75.50 67.95 Sheet Metal-General Foreman 79.94 71.95

SPRINKLER FITTER Union SDrinklerFitter-Journeyman 59.57 53.61 SDrinkler Fitter-Foreman 62.32 56.09 Sprinkler Fitter-General Foreman 64.57 58.11

TAPER Taper 54.42 48.98

TILE SETTER1TERRAZZO Union WORKERIMARBLE MASON ADD ZONE RATE Tile Setter/Terrazzo Worker/Marble Mason- Finisher 39.66 35.69 Tile Setter 53.28 47.95 Terrazzo Worker/Marble Mason 55.91 50.32

TRAFFIC BARRIER ERECTOR ADD LAFORER ZONE RATE Union Traffic Barrier Erector 53.91 48.52

TRUCK DRIVER Union SEE GROUP CLASSIFICATIONS ADDZONE RATE

Group 1 54.42 48.98 Group 2 54.52 49.07 Group 3 54.73 49.26 Group 4 54.91 49.42

2017-2013PrevailingWage Rates — ClarkCounty

10

2017-2018

Job

Regarding

tester)

AND

Field

FIELD

Field

FIELD

Tunnel,

TUNNEL,

(GREASE

shift)

TRUCKIMULTI-SHIFT)

Equipment

EQUIPMENT TRUCK)

Equipment

EQUIPMENT

Well

journeyman

Equipment WELL

EQUIPMENT

Group

Foreman

Group

Descriptions

Asphaltic

MATERIAL

Soils

Driller

ASPHALTIC

SOILS

6

DRILLER

5

Equipment

Prevailing

job

$1.00

EQUIPMENT

TRUCK)

and

Greaser

Greaser

Greaser

supervised.

descriptions

GREASER

AND GREASER

GREASER

Concrete

Material

above

TESTER)

for

Wage

Greaser

MATERIAL

(grease

CONCRETE

(grease

(rack)

Recognized

highest

Tester

GREASER

Rates

(soils

for

(GREASE

(GREASE

(RACK)

(grease

truck/multi-

truck) public

and

paid

Clark

TESTER

(SOILS

Classes

material

works

truck)

County

projects,

of

Workmen

ADD

ENGINEER

ENGINEER

ADD

ENGINEER

ENGINEER ADD

ADD

ENGINEER

ADD

ENGINEER

ENGINEER

please

OPERATING

OPERATING

OPERATING

OPERATING

OPERATING

OPERATING

OPERATING

take

ZONE

ZONE

RATE ZONE

RATE

ZONE

69.79 RATE ZONE

69.79

RATE

ZONE

ZONE

72.29

RATE

71.57 RATE

72.67

RATE

70.08

71.79

ADD 55.41

55.06

ADD

notice

of

the

following:

62.81

62.81

65.06

64.41

65.40

63.07

64.61

49.87

49.55

11

Union

Union

Union

Union

Union

Union Union

2017-2018

BRICKLAYER,

BOILERMAKER,

ALARM

AIR

of

systems

Inspecting,

the

2.

3.

4.

2.

3.

1.

4.

3.

2.

I

1.

4.

5.

3. 2.

1.

BALANCE

systems.

torches

including,

gypsum

Fastening and

Laying

Assisting

Aligning

Laying

control

Constructing,

Inspecting auxiliaries;

Starting

Repairing other

Installing

Installing

INSTALLER,

using

job

The

agreed

contested The

writing,

Any

The

construed

pertaining type

Prevailing

recognized

Pursuant

other

testing,

irregularities

descriptions:

job

following

and

work

person

materials,

mechanisms,

of

or

with

Amendments

Group

specialized

and

includes

up,

structures

TECHNICIAN,

in

of

or

without

structures;

work

upon

or

cement.

electrical

descriptions

includes

and for

aligning

the

wiring

to

testing

Wage

programming wage

programming, description

terra

fusing

matters.

to

as

assembling,

a

class

who

Classifications

NAC

repairing

that

the

includes

testing

by

determination

limiting

specific

but

including

limitation,

cotta,

Rates

determinations

the

and

on

or

recognized

believes

brick

tools

electrical

but

the

bricks,

protective

of

338.0095(1)(a),

water

is

to

plate

the

the

Labor

of

signaling

set

is

not

workman or

for

but

the

includes

but

provisions,

boiler

or

and

assembled

Clark

not

premises

and workman.”

prohibiting

maintaining

forth

documenting,

without

blocks

limited

sections a

columns

other

cupola,

not

prevailing

that

is

Commissioner

particular

protective

testing

limited

and/or

signaling

of

not

documenting

fittings,

County

classes

including

or

units; a

the

but

building

actually

for

or

to:

limited

type

referenced

limitation,

of

kilns,

where

to

and

“A

to:

tiles

equipment applicable

descriptions

vessels,

is

a

any

the

wage

including,

assemble

and

particular

class

or

not

workman

of

signaling

systems

auxiliary

adjusting

to stone,

to:

ovens

worker

job

performs

subscriber

materials

work

applicable,

limited

repairing

build

in

systems;

determinations;

is

brick,

descriptions,

directing

herein

any

not

is

classification

to

to

and

without

type

from

boiler

systems

employed

or

recognized

not

machines.

to:

attain

construct

settlement

and

intended

structural

on

to

repair

furnaces;

stationary

of

supersede

classified,

of

structures

shall

the

performing

cleaning

frame

balancing

the

work

limitation,

performance

used

public

structures

shall

system;

prevail

on

to

or

tile

and

by

tanks

agreements

in

and

a

be

repair steam

to

or

contact

of

the

a any

and

with

work

public

pay

heating,

the

jurisdictional

particular

provide

who

boilers

over

safety

or

Labor

and

for

blocks

wire

walls,

work

rate

boilers

standards

and

vats;

work

otherwise

any

the

high

all

valves,

and

for

clamps,

notification

cooling or

Commissioner

in

of

partitions,

Labor

descriptions

of

general

county.

must

accordance

stipulations

temperature

and

a one

boiler

concrete,

in

particular

specified

regulators,

scope

boiler

needs

or

and

be

Commissioner,

anchor

provisions

furnaces;

mote

paid

of

arches,

12

ventilating

house

fire,

nor

cinder,

clarification

previously

arising

type

with

and

equipment,

holes, in

based

classes.

to

automatic- the

burglary

the

included

of

sewers,

be

of

glass,

design

out

work.

on

the

in

of

the or

2017-2018

ELECTRONIC

ELECTRONIC

CEMENT

CARPENTER,

6. 4.

7.

5.

3.

2.

4.

3.

2.

1.

9. 6.

8.

7.

4.

1. 5.

2.

3.

5. 4.

1.

communication

Starting

Measuring, antennas

from

question;

Disassembling Termination

Using

Utilizing textures;

Pulling

Setting

Molding Smoothing

Patching Shaping,

and Constructing Cutting, forms

Laying decking;

Building,

and other

layout,

Plywood

garage

Pre-cast carpenter’s

Installing plywood,

Laying

or

steam

brick,

Pointing,

Pointing-cleaning-caulking

Prevailing

MASON,

concrete,

all

the

system

hand

which

stone

cable, cleaning

out,

fabrication,

types

COMMUNICATION

of

out,

COMMUNICATION

or

up,

test

includes

expansion

setting,

field

decking, concrete

erecting

holes

cutting

and

or or

cleaning

curb

overhead

and

cutting,

tools

cutting,

programming

constructing,

hand

Wage

of

erecting

includes

alternative

equipment

or

are

including

all

devices

of

of

towers;

installing

main

equipment

and

cement

with

systems

finishing

ceilings;

wood

and

panels

removing

to

and

to

but

tools

and

Rates

including,

and

and

joints constructing,

be

splicing,

gutter

joining,

assemble

fresh

control

door

gunite

is

metal

planing

but

to

panel

reused;

disassembling

grinding

concrete

and

weatherproofing

not

structures,

and

that

materials, for

the

surfaces

is

and

erecting,

Clark

concrete

openers,

and forms

to

of

the

limited

studs,

fitting

work.

not

of

power

trimming

SENIOR

panels,

is

main

connecting,

INSTALLER1TECHNICIAN,

forms

without

adjust,

beam

by

edges

and all

documenting

attached

County

purpose

limited

and

form

one

any

placing,

types

of

control

of

drywall,

doors

to:

tools;

install

including

fabricating,

and

or

sides

cabinets,

cutting

racks,

repair

Foam

through limitation,

poured

means

board

devices,

INSTALLERITECHNICIAN,

work

self-supporting

an

to:

of

frame

to

of

of

and

soldering

epoxy

data

erection,

panels

and

masonry;

the

troubleshooting

lathing,

or Architectural

or

which buildings,

out,

high;

systems;

if

grinding

concrete

the

hardware

framework,

other

replace

wall; soffits,

done

communication

terminating

interior

installing

stacking

sand

compound;

and/or

use

includes

wall

and

rigging

head

by

caulking

bracing,

and

grain

of scaffolds

blasting

parts

floors,

or

hand

installing

partitions, and

equipment;

edging

and

Elements

and

exterior

end

floors,

includes

cutting

and

ioops,

but

and

elevators

using

the

installation

or

walls,

of

repairing

equipment,

and and

lines

is

hoisting,

that

verifying

tools,

machine.

window

fastening

and

wire

not

of

circuits,

out

hand

prefabricated

gunite

but

includes

if pads;

sidewalks

any

are

and

same

acoustical

limited

on

and

jointers

and

is

structures

tools;

more

frames

building

stripping

of

equipment

such

the

not

work

as of

or

chimneys

cable

are

the

but

to:

the

other

limited

integrity

well

than

work

and

and

attached

plywood

on

setting

is

encased

ceiling

same,

EFIS

associated

or

as

and

and

not

the

data

straightedges;

curbs

14

structure,

and

to:

computer

built

testing

of

limited

feet fixtures

panels

same.

removing

of

systems

inclusive

13 gathering

and

the

sand

mechanically;

to

of

in

templates,

in

specified

masonry

stone,

circuits

with

of

the

to:

height;

or

blasting,

insulation

of

systems,

all

any

using

plywood

of

wood,

of

circuits

points;

brick

all

in on

2017-2018

ELECTRICIAN

ELECTRICIAN-NEON

ELECTRICIAN

ELECTRICIAN

May

Installer/Technician.

9.

8.

10. 7.

5.

6. 4.

3. 2.

4.

1. 3.

2.

3.

2.

1.

4.

1.

3.

2.

1.

include

the

As

testing

oscilloscope;

Handling Testing

Connecting

installing

breakers,

Connecting

Splicing

Installing

Pulling

including, equipment;

Measuring,

Laying

Wiring, Ascending

repair;

determine

Removing

Installing,

lines Working

Does hauls;

Loading

using

conductors

Strings

Climbing

poles

switches,

energy

equipment

Directing

Erecting

Prevailing

necessary,

public

or

the

not

winch.

or

instruments,

wiring

out

the

rewiring

wire

wires; equipment;

WIREMAN,

between

GROUNDMAN,

grounding

and

and

towers;

control LINEMAN,

under

and

work

and

without

duties

erected

include

and

servicing

wire

cause

sign

plans,

ladders

continuity

cuffing,

wiring

power

to

to

Wage

conductors

unloading

installation

through

fastening

repairing

cutting

construct

assisting

compensate

and

conductors

the

or

SIGN,

or

of

and

generating

of

installing,

climbing

limitation,

Rates

poles

to

part

cables

removing

the

or

direct

bending,

necessary

leads;

including,

and

malfunction;

includes

includes

lighting

distribution

of

and

operating

conduit;

includes

of

Installer/Technician; wood

of

such

electrician

a

or

overhead

repairing

between

of

sign

includes

Clark

to

supervision

welding

circuit

materials

poles,

towers

and

all

for

testing

a

equipment,

fixtures

stations,

threading,

defective

apparatus

poles

but

but

without

hacksaw,

for

electrical

to

County

contraction

auxiliary

but

hydraulic

to

apparatus,

the

towers

repairs,

is

is

plastic, erected

and

transmission

steel but

ground

and

ensure

is

and

not

not

and

and

execution

not of

substations

limitation,

is

parts installing

repairing

limited

limited

assembling

equipment,

structural

prefabricated

pipe

into

including,

linemen,

equipment

not

equipment

or

power

neon

limited

such

or

poles

men

electrical

and

other

working

including,

limited

and

electric

place;

threader,

to:

to:

as

elongation

of

and

in

and

equipment;

equipment

an

with

to:

installing

wiring,

structures

including

the

members;

and

attaching

structural

without

ohmmeter,

to:

to

illuminated

appliances,

and

used

distribution

with,

compatibility

hoist

assistance

contract

light

without

poles

consumers;

or

electrical

installing

conduit

by

supervising,

to

limitation,

new

of

duty

the

such

or

cross

fabrication,

and

install,

electrician

conductors

for

limitation,

working

a

operation

parts

signs;

metal

apparatus

power

of

towers

battery

as

bender;

and

the

electrical fixtures,

arms,

ground

service,

transformers

electric

using

public

towers,

safety

and

lines

in

lineman.

scroll

in

and

switches,

insulators,

due

of

the

apparatus

preparation

helpers

and

coordinating

electrician’s

conduit

jackhammers

work. or

used

ranges

of

buzzer,

to

proximity

cable

repair,

examine

materials

components

temperature

to

relays

and

lightning

by

and

and

conduct

and

or

and

14

using

of

of

adjusts

tools;

transformer

the

sign

motors,

related

at

erecting

and

an

energized

control

and

the

work

using

tools

variations,

to arresters,

electrical

circuit

man

slack

site

and

of

the

the

of in

2017-2018

HIGHWAY

GLAZIER,

FLOOR

FLAG

FENCE

ELEVATOR

2.

4.

3.

2.

1.

4.

5.

1.

2.

3.

2.

3.

4.

1. 5.

3.

2.

1.

3.

2.

1.

1.

without

PERSON,

machines,

Installing without

Painting

including

Loading

fitting

Installing to

Installing Installing, foundation

Applying

preparatory

Spreading and

Fitting Rolling

Measuring

Aligning

Verifying

Informing Distributing

Directing

Digging Mixing

and

Erecting dimensions, Assembling,

Cutting

escalators

Installing

COVERER,

ERECTOR,

prevent

Prevailing

includes

STRIPER,

walls,

control

of

CONSTRUCTOR,

of

finished

and

limitation,

limitation,

pre-fabricated

and

metal

highways,

post

posts

any devices

or

glass

stained

pre-assembled

blocks,

vertical

movement

cables,

setting,

drivers

includes

brushes,

covering

including

adhesive

and

material

and

pouring repairing

traffic

work;

panels,

Wage

but

arranging

using

device

installing,

holes

includes

includes

edges,

through

includes

on

cutting

dumbwaiters;

floors

is

strips

glass

for

alignment

of

buttons,

counterweights,

in

cutting,

control

Rates

surfaces,

not

streets acetylene

but

with

from

such

rollers

concrete

detour

windows,

using

carpets

cement

or

the

of

chain

to

corners

limited

but

but

sections

covering

glass,

windows or

the

is

application

vehicular

repairing

— but

a

attachment smooth

framework

wearing

includes

as

not

Clark

signs

sheets

preparing,

spade,

hand

tapes,

is

is

and

or

use

routes

link,

is

of

felt,

including,

or

not

over

not

limited

spray around

torch,

to:

or

not

doorways,

and

posts

County

rugs;

parking

of

and

tools;

of

wooden,

materials,

materials

limited

by limited

the using

traffic and

of

plastics,

post

at

floor

limited

but

lines

through

framework,

pumps,

of caps

guns;

using

shock-absorbing,

power

the

markers

for

to:

floor with

of

or

bases

any

maintaining

is

without

hole

to

rule,

carpet,

surfaces

or

through

windows

removal

to:

to:

board

not

used

to:

showers,

tortoise,

a

cement

material

and

hand

by

rumble

used

motor

construction

such

saw,

plumb

digger

straightedge,

limited

of

sighting;

along

in

press

joints;

tails

limitation,

posts

linoleum,

tools;

in

construction

the

and

as

of

by

foundations,

and

foundation

bars

electric

wire/wire

bob

lieu

or

used

glass,

to:

bathtubs,

site and

rubber,

using

installation

cement

disc

and

power

doors

sound-deadening

thereof,

or

and

in

sites;

other

in

rubber

fronts

tamping

spirit

grinder;

or

manually

and

linoleum

designated

lieu

linoleum,

other

designed

mesh,

driven

materials

into

projects;

material

skylights

elevator

escalator

hydraulic

of

level;

of

on of

and

base

similar

paint

buildings,

soil

the

trucks

or

auger;

knife

propelled

all

astro-turf,

temporary

to

to

foregoing pattern;

into

used

components

and

and

for

resilient

freight

drives,

or

floor

be

and

materials;

at

traffic

post

decorative

covering;

display

fitted

in

the

interior

snips;

for

or

lieu

and

hole

guide

or

floor

site

materials

mechanically fencing;

direction,

sound-deadening,

with

cork

thereof,

cases;

to

passenger

walls

of

to

coverings

rails,

glass

specified

covering

the

embed

15 tile

and

and

including, public

and

including,

elevator

panels,

ceilings;

propelled

post;

all

elevators,

to

and

work;

other

floors

the and cars,

2017-2018

MARBLE

LABORER,

workers.

tampers,

clean

shaft

up

Perform

IRONWORKER,

HOD

HOD

rubble

13. 8.

9. 7.

12.

11. 6.

10. 4.

5.

2.

3.

4.

1. 3.

2.

8.

7.

1.

6.

5. 4.

2.

3.

1.

excavations,

and

CARRIER-PLASTERER

CARRIER-BRICK

used

Handling,

materials;

Loading, Stud

Handling

Cutting Aligning

Installing riveted, driving

Installing

Bolting

Forcing Setting

steel

Fastening

Performing

of

Building Building Serving

Handling

Cleaning

Carrying

Hanging

masons; masons; Tending

Building

Mixing,

Mixing,

Mixing,

tasks

cement

MASON,

Prevailing

and

Plasterers;

prepare

includes

welding

to

members

debris,

drift

involving

aligned

and

reinforce

up

bolted

steel

supplying

handling

packing,

Plasterers

rivet

mortar and

unloading,

scaffolds,

and

corrugated to

and

cables

bricks

racking, work

materials

mixers,

includes

steel

hoisting

and

sites,

pins

duties,

includes

welding or

Wage

of handling

but holes

members

setting

repairing

and

assisting

or

area

steel

to

demolition

all

members

boxes,

and

to

physical

and

concrete

dig

welded

is

wheeling

and

MASON

small

form

Rates

sorting,

and

remove

iron,

but

handle

as

equipment

trestles,

in

not

in

after

hoisting,

steel

and

mortar

trenches,

sheets members

but

of

placing

any

conveying

steel

part

all

is

holding

gates,

completed

mortar

limited steel

into

steel

mechanical

TENDER,

brick

is

the

not

equipment

into

Clark

labor

necessary

members;

to

capacity;

of

cutting,

construction;

sites.

of

TENDER,

asbestos,

not

and

members

in

final

boxes

when

cable

materials

limited

wrench

putlogs;

and

a

handling,

and

masons,

place;

iron

a

for

to:

County boards

limited

to

set

materials

at

crew,

tempering

hod;

May

position all

metal keep

building,

metal

raising

attached

structures

bending, doors,

braces

includes

and

of

other

to:

hoists,

of

trestle,

through

to

hoist,

lead,

operate

with

includes

to:

and

are

bricklayers

bricklayers

them

signaling,

swinging

joists;

to raise,

or

and

using

flagpoles,

materials

to

corresponding

mortar

structural

delivered

stands.

highway,

and

and

using

tools;

to

but

hoisting,

scaffolding

support

in

or

holes;

placing

hand

place

steel

but

position

turnbuckles,

other

is

a structure

staging

placing

chains,

and

variety

not

and

and

is

frames;

used

and

iron

and

as

and

steel;

not

the

placing,

hazardous

structural

limited

fire

stone

stonemasons;

used

and

until

power

fences

unite

limited

sides

used

of heavy

frameworks;

by

and

cable

holes

clay;

other

planking

brick

crowbars,

the

to:

masons

by

burning,

erecting

girders,

exclusively

of

tools

or

steel

in

construction

to:

and

a

steel

waste

excavations,

equipment

masons,

previously

Plasterer;

rope;

roof

of

members; of

members

welding

columns

of

jacks,

all

materials.

scaffolding

decking;

pre-stressed

types:

by

bricklayers

projects,

and

placed

bricklayers

hand

erect

and

and

can

air

instruments.

May

tools;

for

tying

hammers,

other

steel

scaffolding,

be

tunnel

and

the and

16

assist

permanently

and

all

members

structural

exclusive

stone

pre-cast

material

and

stone

other

May

earth

clean

craft

by use

erect

2017-2018

compressors,

Operate

OPERATING

MILLWRIGHT,

MECHANICAL

6.

4.

5.

3.

2.

1.

8.

6.

7.

4.

5.

3. 2.

1. 9.

7.

8. 6. 4.

5.

3.

2.

1.

structures,

by Assembling

structure

Repairing tram

Assembling

Constructing

limitation,

Dismantling

industrial

Installing

The

of

boilers, equivalent;

foams

exhaust

Insulation

Duct

mechanical

Foam

Filling

Lining

tools.

Covering

Installing

composition

wire;

Cleaning

Heating

Polishing

Setting

Filling Spreading

Trimming,

and

Drilling

Cutting,

marble

one

thermal

Prevailing

millwrights.

application

rails,

hand

or

lining

ENGINEER,

pumps,

applications

and

joints

of

or

ducts,

several

holes slabs

includes

blocks

systems,

INSULATOR,

or

cracked

tooling,

by

machinery mechanical

establishments equivalents,

blown-on

wood,

and

and

and

marble

by of

tools

control;

damming

facing

and

pour mortar

machines

and

Wage

using

systems;

machines

field

foundations

between

mastic

using

previously

in

derricks,

lubricating

lining

beveling

plenums,

in

duct

types

of

installing

cement

marble

concrete

and

but

or

joints

positions,

slabs

and

Rates

hand or

material,

on

for

includes

hand

insulation

chipped

that

structures

and

wrapping,

any

is

of

room

setting

the

of

marble

applied

the

and

cutting

by

not

includes

shovels, fire

cracks

on

— tools

and

slabs

flues,

power

and

matches

equipment

tools set

other

for

by

machines

Clark

bottom

using

equipment,

or

purpose

bolting, pre-insulated

limited

surfaces

stops

tamping

including

other

but

using

other areas

in

machines

marble

steel;

and

slabs

marble

on

and

to

tanks,

and

and

County

with

ductwork

direct

buildings;

construction

hammers,

is

but

tractors,

mechanical

pipe

and

and

power

the

ornamental

to:

not

hoists,

attaching

hard

welding,

power

of

of

chips

cork,

with

and

is

according

slabs

and

a

vats,

to

application

metal

thermal, a

sides

grain

including,

and

penetrations

limited

not

marble

by

marble

surface

a

equipment

grout

tools;

underground

for

air

on

canvas,

or

lift

tools;

specific

using limited

wrenches,

machinery; in

equipment

of

and

of

riveting

acoustical

front-end

equipment,

handling

marble

brackets;

trucks,

floors

or

to:

the

stone

slab

a

and

acoustical,

to

and

slab

electrical

pavement.

without

marble

PVC

hand

and

to:

layout

tar

marble

size

removing

and

into

including,

(at

or

with

slabs

hand

to

paper,

jacketing,

installation

shafts;

crowbars

tools

loaders

and

piping

otherwise

the

or

a using

walls

place

slab

plans,

limitation,

such

a

high

systems;

thermal slab;

tools

or

using

any

site

blowtorch

and

magnesia

and

fire

excess

a

and

of

and

but

as

luster

to

other

of

blueprints

power

and

and

and

on

buildings

building

hand

excavate, protective

motor

fastening

of

on

the

the

not

purposes;

anchoring

shafting,

piping,

fire

power

other by

the

grout

hot

and

public

limited

pouring

tools saw,

and

using

graders,

protection

side

materials, or

filling

and

and

hand

fittings,

with

tools;

them

move, cutting

purposes,

cold

related

and

work)

conveyors,

to,

bracket

of

hand

of

other

renovating

a

the

adjacent

tools;

electrical

power

surface

Gilsilite

bulldozers,

to

sponge;

and of

assembled

valves,

and

tools

materials;

including,

defect

a

drawings

grease

attachments

foundation

including

grade

tools;

17

facing

monorails

for

or

and

marble

and

and

with

flanges,

its

the

scrapers,

ducts,

power

earth,

without

in

equipment,

polishing

and

a

purpose

RTV

slabs;

or

with

and

used other

2017-2018

PLUMBER,

PLASTERER,

Assembling,

industrial

related

PIPEFITTER,

PILEDRIVER,

PAINTER,

9.

6.

8. 7. 4.

5.

3.

2.

10.

c. a.

b.

1.

3.

2.

8. 4.

7. 6.

5.

1.

3.

2.

1.

All Applying,

Assembly

applied

Applying

finished

Laying

Directing Applying

Molding Creating

Installing galvanic

Attaching

Coating

cutting

brackets, Cutting,

that

fastening,

foundations

machines Fabricating, Operating

Barking,

Washing

knife;

Cutting

Filling Sanding Application

All

Mixing rollers

Removing

and

Prevailing

plaster

painting

includes

are

includes

installing,

processing

cracks,

out,

includes

torches

and

includes

or

colors

includes

stencils

surface

and

threading

non-ferrous

an

and

decorative

weatherproof,

shoeing,

coats

workers

surfaces

guide

shaping,

and

clamps,

pipes

of

or

adhesive

and

automatic

pile

old

cutting,

integral spray

of

of

Wage

for

forming,

EFIS

installing

synthetic

electrolytic

but

but

treating

or

wall

walls,

holes

equipment

drivers

paint

of

and

wires

modifying

structures

to

but

according

but

and

but

oils

is

is

to

guns;

plaster

tools,

Rates

systems

splicing,

panels;

walls,

and

between

cuffing,

joining,

coverings/wall

not

not

part

pipe is

set;

textures

is

to

mix

is

piping

and

brushing

to

equipment,

pile

on

handling

not

ornamental

finishes

surfaces

mounted

not

not

hammering

prepare

limited

obtain

limited decorative

of

or

exterior

plaster

threaders

action;

structures joints

threading,

onto

Clark

limited

and

components

limited

including,

limited

docks,

to

and

welding

form

fitting

which

materials

coats

in

blueprints,

and

to:

desired

interior

maintaining

to:

and

applied

County

with

finish

planing

surfaces

with

on

to

building,

surfaces

to:

buildings,

and

to:

to:

may

and

piers,

paper;

plaster

spraying

a

covering

and

pipe

skids,

setting

equipment;

and

caulk,

pulling

oil,

desired

without

coat

by

installation

or

polishing

color

to

require:

for

in

benders;

turpentine,

to

fixtures,

wharves,

dipping

architects’

exterior

before

Foam

heading,

barge,

preparation

pieces,

of

by

putty,

specifications steam,

of

pipe

bridges

and/or

lettering

to

or

consistency;

limitation,

buildings

all

using

exterior

consistency;

Architectural

systems,

final

painting

such

in

including crawler,

plaster

walls,

of

panels

bulkheads,

hot

cutting

mixture

centering,

sand,

drawings

mildew

and

Architectural

and

coat

pre-cast,

for

water,

to

surfaces

buildings,

ceilings,

other

or

the

indicate

and

using

decorations

netting

treads

pipe

pebbles

to

off

without

of

other

remover

a

surface;

heating,

of

and

Elements

trim;

molten

jetties,

structural

placing,

specified

supports

tools,

pre-stressed

piling;

or

of

or

filler

done

Foam

thickness

bridges

oral

or

limitation,

a

partitions

locomotive

or

building;

tin

stones;

and

including,

cooling,

on

by

driving,

instruction;

by

other

Elements

surfaces

finish;

and

and

using

surfaces;

and

similar

hand

of

pneumatic

and

lead

radiators

preparations;

of

piers;

lubricating,

plaster staying,

crane

caulking

or

buildings

without

structures;

post-stressed

by

to

which

machine;

prevent

using

to

or

or

framing,

18

limitation,

equipment drive

gun

are

stucco;

tanks,

to

sprinkling

brushes,

produce

trowel

erosion,

or

piling

putty

shapes

using

saws,

and

as

and

a or

2017-2018

SHEET

ROOFER,

REFRIGERATION

Assembling,

of

4. buildings

5.

3.

2.

7.

6. 4.

1.

5.

3.

2.

6. 4.

1. 5.

3.

2.

e.

1. d.

c.

a.

b.

Operating

Shaping

Setting

Inspecting,

The

Fabricating, All when

swab

than

Handling, structure;

Spraying

Installation

Installation

Installing

Assembling

Cutting,

Fabricating

refrigeration pipes;

controls,

Installing

Mounting

using tubs,

Installing

leaks. Cutting

Filling Assembling

hand

caulking;

Installing pipes,

METAL

Repairing

Prevailing

types

o

o

o

includes

tear-off

sheet

and

or

used

tools

by

installing

hand

Air-veyor

pipes

Sheet

kitchen

Sheet

and

up

openings

spray

metal

bending,

WORKER,

of using

switches,

and

roofs, to

expansion

and

pipe

hoisting

soldering

compressors,

and

and

assembling

metal,

for

of

of

and

preformed opening

tools

and

assembling,

and/or

a

Wage

MECHANIC,

but

structural

systems;

pipe

and

metal

metal

all

all

covering

point

repairing

system;

over

damp

equipment;

operating

assemblies,

hand

maintaining

and

sidings

power

is

assembling

damp

and

plastic,

and

plumbing

sections,

threading

by

in

Rates

and

not

removal

gauges,

5

anvils,

parts

roofs,

and

repairing

clogged

structures,

includes tools

and

using

and

air-handling

feet

acetylene

limited

and

panels

tools;

storing

resisting

roofs

and

and industrial

welding

condensers

slate,

dismantling,

fabrication

control

waterproofing;

or

Clark

includes

outside

and

including

functional

blocks

brushes,

fixtures

tubing

fillings,

plumbing

smoothing

walls

of

wiring

and

equipment,

components

drains;

and

to:

pipes,

but

used

of

roofing

slag,

power

County

excluding

welding

preparations

connecting

valves

equipment

all

structures

is

and

with

systems,

or

of

and

harnesses,

but

with

valves

in

#30 not

roofing,

gravel,

fittings

machines

forms knives,

buildings

and

components

tools;

by

installing

waterproofing;

commercial

and

material

fittings

is

seams

limited

by

water

including, felt

replacing

equipment;

not

other

and

concrete,

and

roofing

using

using

regardless

and

asphalt

with

roofing

to

damp

pipe

punches,

limited

when

structural by

which

or

and

join valves,

to

to:

fixtures,

to

refrigeration

or

fixtures

slate,

air

hand

from

a

using

cut,

bind,

repairing:

materials;

refrigeration

without

defective

needed

joints and

sheet

hammer;

and

paper

applied

to:

to

and

may

bend

hammers

functional

pumps,

tools

accommodate

of

asphalt,

waterproofing

screws,

seal,

including,

for

composition

portions

observing

of

metal

materials

therein

installed

limitation,

for

and

burred

heating,

on

components

and

washers,

insulate

refrigeration,

compressors,

roofs

systems;

parts;

wood

bolts,

straighten

and

acetylene

components

of

requite:

without

surfaces;

to

pressure

used;

a

water

with

duct

other

roofing,

or refrigeration

materials;

and

form solder,

pipe

repairing

soundproof

to

mop,

work,

limitation,

other

and

sheet

tools;

and

welding

a

the

including,

gauges

condensers,

metal

plastic

and

to

drainage

three-knot

pipe

frame

or

metal

related

water,

metal;

rock

mending

system;

roofing

equipment;

fittings

sections

sinks,

solvent

to

without

of

lockers

asphalt

19

detect

power

materials,

systems

a

cores

brush,

refrigerator

toilets

system;

by

broken

and

of

limitation,

and

or

and

using

mastic

a

and

roller,

and

inside

other

locate by

2017-2018

TILE

TERRAZZO

TAPER,

SURVEYOR,

sprinkler

connection

systems,

SPRINKLER

including

Installing,

2.

4.

5.

3.

2.

1.

5. 4.

3.

1.

2.

4.

1.

3.

2.

1.

6.

SETTER,

Applying

walls,

Applying

decks

Spreading

surface edges

Cutting Applying

Pre-casting

Spreading

decorative

Coating Applying

the

using

Filling

Mixing

papering;

Sealing

and

Computing evaluation,

Surveying

breakwaters,

and

Compiling

Planning

assemble

Welding,

includes

and

Prevailing

including

both

dismantling,

joints

to

volume

land

WORKER,

ceilings,

following

brushes,

form

cracks

alarm

FITTER,

includes

sprinkler

sealing

metal

overhead

by

includes

joints

of

glazed,

tile

cement,

texturing

features

ground

between

soldering,

but

joint

mixtures

mixtures

using

surfacing

products

bodies

data

terrazzo a

data

construction

the

Wage

and of

systems.

desired

and

division

piers

between

is

and

compound

underground

rollers

design

compound

but

installation

maintaining, includes

relevant

systems,

not

a necessary

unglazed,

but

materials

includes

surveys

and

sand,

holes

Rates

of

on

float compound

boards

other

and

is

of

of

by

limited

bolting,

blocks

water

is

according

or

design

strips

not

and

underground

marble sand,

specification;

not

using

plasterboard

and other

pigment

in

near

to

and

surfaces

but

Clark

limited

designed sprinkler

but

by

walls

spray using

made

limited

to

or

the

mosaic

of

to:

for

in

trowel; and

deposits. riveting,

cement

is

repairing,

or

other

hand

the

hand

taping

determine

marine

is

and

piping

wooden

chips,

County

driving shape,

not

to

pattern

not

and

pressing

a

guns;

to:

and

for

surface

specifications

to:

and

primer

trowel,

limited

tools,

or

purposes; tank

and

water

to

limited

tile

mud;

cement, or

or

ceilings

and

screwing,

structures;

marble

with

establish

which and

forms.

contour,

adjusting

tubing,

other

and

other

in

heaters,

navigable

water

power

of

to

the

broad

mains,

to:

tile-like

a

to: connecting

the

define

walls

portable

chips

with

must

wallboards

pigment

ceramic

metal

appurtenances

clipping,

over

gravitation,

Earth

tools

base

or

knife,

and

air

fire

and

sealing

units

be channels

to

level

drawings;

division

lines

surface

electric hydrants,

floors

correcting

and

lines,

for

set

tiles,

and

ceiling

or

underground

to

of

caulking

to

engineering,

spatula;

to

and

compound;

devices

walls,

water

finished

location,

which

prepare

elevation

and

strips

specific

and

with

mixer

to

thermal

and

and

prepare

all

stairways

floors,

over

to

a

or

are

into

for

fire

equipment

floor

trowel

and

secure

hydrant

a

bonding

passages,

grade;

elevation

and

lifting

wall

used

a

systems

map

a

protection

ceilings

terrazzo

spreading

surface;

terrazzo

a

other

to

to

surface

surface

data

as

making,

and

mains,

form

attain

component

and

pertaining

a

underground

used

geodetic

and

for

handling;

surface

base

base

and

terrazzo;

for

the for

dimension

durable

standpipes

construction

mining,

promenade

in

fire

a

painting

to

compound

20

so

connection

final

on

form

parts

thereto,

measurements;

control

that

and

floors,

land

finish

storage

of

a

top

or

to

and

finished

roof land

of

over

by

with hose

2017-2018

Tarman

Nurseryman

Landscape Laborer, Guinea

Laborer, Gas Construction

Laborer,

File Group

Dry

LABORER

WELL

between TRUCK

(Also,

Driving TRAFFIC

project.

Erects

TILE,

4.

3.

2.

1.

packing

grader,

4.

6.

5.

2.

3.

4.

1. 3.

&

see

TERRAZZO

oil

DRILLER,

I

or

information; purpose;

Setting,

Extending

Drillings

Installing

chaser

Assisting

Applying

Grinding

a

Cleaning

Renovation Supplying

Applying

set;

and Leveling

temporary

demolition

packing

DRIVER,

sites

pipeline

tractor

places

Prevailing

BARRIER

descriptions

gardener

highway

of

mortarman,

Clean-Up

of

concrete

operating

wells

trailer

dewatering

water

and

and

grout

rod a

instruments

and

installed

a

laborer

stabilizing

includes

and

includes

public

tile

water

AND

Wage or

and

and

&

steel

polishing

plumbing

ERECTOR, floating

for

general

setter,

street mixing

and

well

combination

listed

&

filling

core

keffleman,

industrial

MARBLE

work.

Rates

lines

or

filling

tile,

&

but

finishing

but

pumps;

tending

or

jackscrews

pans

paving,

drilling

with

to

all

terrazzo

construction

chipped,

terrazzo

construction

tile,

is

(portable

tiles other

is

provide

of

setting

Clark

not

not

includes

Truck

form

water

terrazzo

FINISHER,

potman to

or

the

for

to

similar

limited

airport

limited

County

a

worker

a

portable

cracked and

geologic

bolt

beds

directional

surface

to

specified

truck

Driver

type)

GROUP

supplies,

but materials

support

(“General

tile

and

and

to:

holes

purposes;

to:

runways

into

or

transport

is

rates,

surfaces;

includes

and

drilling

of

marble;

man

marble

information.

not

which

CLASSIFICATIONS

grade.

irrigation

installed

assistance

and

broken

for

limited

if

applying

construction”

&

exploration;

rig

any)

level

a

similar

glazed,

goods

setter; but

tile

machinery

tile,

water

to:

pieces

is

a

setter,

to

not

asphalt,

drilling

or

type

terrazzo

unglazed,

traffic

materials

supplies

limited

of

hole

does

heavy terrazzo

and

tile,

rig;

lay-kold on

drilling

and

not

to:

terrazzo

related

or

mosaic,

construction

or

at

include

near

marble;

worker

water

the

for

creosote,

equipment

site

the

geologic

and

or

supplies

work

or

other

public

of

marble;

marble

a

fine,

otherwise

public

ceramic

and

works

to

for

21

and

seller;

drill

any

hydrologic

work

similar

construction

wells;

tiles

classified.)

other

or

are type materials Underground laborer, including caisson bellowers Scaffold Erector (under 14 ft.) Landscape Decorative rock Installer — (Ponds, Waterfalls, Etc.) Materials Handler — (incidental to trade) Tool Crib Light Crib LightTool Repairman Landscape Gardener (Must have knowledge of plant materials and how to plant them. Lays out plant arrangements to followthe landscape plan.) Mechanical Stabilized Earth Wall Construction Clean Up Certified Firewatch

Group 2 Asphalt raker, ironer, spreader, luteman Buggymobile man Cement dumper (on one yard or larger mixers & handling bulk cement) Cesspool digger and installer Chucktender (except tunnels) Concrete core cutter Concrete curer, impervious membrane and oiler of all materials Concrete saw man, excluding tractor type, cutting, scoring old or new concrete Gas and oilwrapper, pot tender and form man Making and caulking of all non-metallic pipe joints Operators and tenders of pneumatic and electric tools, vibrating machines, hand propelled trenching machines, impact wrench multiplate and similar mechanical tools not separately classified herein Operator of cement grinding machine Riprap stonepaver Roto-scraper Sandblaster (pot tender) Scaler Septic tank digger and installer (lead man) Tank scaler and cleaner Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredders

Group 3 Cutting torch operator Gas and oil pipeline wrapper Gas and oil pipeline laborer, certified Jackhammer and/or pavement breaker Laying of all non-metallic pipe, including landscape sprinklers, sewer pipe, drain pipe and underground tile Mudcufter Concrete vibrator operator, all sizes Rock slinger Scaler (using bos’n chair or safety belt or power tools) Forklift(Incidental to Trade) — A journeyman shall hold OSHA certification at time of referral Laying of all metallic and non-metallic pipe, p.v.c. and duct bank, including landscape sprinklers, sewer pipe, drain pipe and underground tile. Cement dumper (on one yard or larger mixers and handling bulk cement Concrete core cutter Concrete curer, impervious membrane and oiler of all materials

2017-2018 Prevailing Wage Rates — Clark County

22 Decorative rock installer (ponds, waterfalls, etc.) Shotcrete/gunite

Group 4 Cribber or shorer, lagging, sheeting, trench bracing, hand guided lagging hammer Head rock slinger Powderman-blaster, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing Sandblaster (nozzleman) Steel header-board man

Group 5 Driller(core, diamond or wagon) Joy driller model TW-M-2A,Gardner-Denver model DH 143 and similar type drills (in accordance with Memorandum of Understanding between Laborers and Operating Engineers dated Miami, Florida, February 3, 1954) Gas and oil pipeline fusion Gas and oil pipeline wrappers, 6” pipe and over

Group 6 Miner and Bullgang

Group 7 Asbestos Abatement Lead Abatement Hazardous Waste Abatement Petro-Chemical Abatement Radiation Remediation Microbial Remediation $50 wage rate above group Illwhen wearing protective suite or respirator Employees shall be properly certified and/or licensed at time of dispatch.

OPERATING ENGINEER, includes but is not limitedto:

Group I Bargeman Blade Operator Assistant Brakeman Compressor Operator Ditch Witch, with seat or similar type equipment Elevator Operator - inside Engineer Oiler ForkliftOperator (under 5 Tons) Generator Operator Generator, Pump or Compressor Plant Operator Pump Operator Signalman Steam Cleaner/Pressure Washer Switchman

Group 2 Asphalt-Rubber Plant Operator (Nurse lank Operator)

2017-2018 Prevailing Wage Rates — ClarkCounty

23 Concrete MixerOperator - Skip type Conveyor Operator Fireman ForkliftOperator (over 5 Tons) Hydrostatic Pump Operator Oiler Crusher (Asphalt or Concrete Plant) PJU Side Dump Jack Rotary DrillHelper (Oilfield) Screening and Conveyor Machine Operator (or similar types) Skiploader (wheel type up to ¾ yd. without attachment) Tar Pot Fireman Temporary Heating Plant Operator Trenching Machine Oiler

Group 3 Asphalt-Rubber Blend Operator Bobcat or similar type (Skid Steer) Ford Ferguson (with dragtype attachments) Helicopter Radioman (ground) Stationary Pipe Wrapping and Cleaning Machine Operator

Group 4 Asphalt Plant Fireman Backhoe Operator (Mini-Maxor similar type) Boring Machine Operator Boring System Electronic Tracking Locator Boxman or Mixerman (Asphalt or Concrete) Chip Spreading Machine Operator Concrete Cleaning Decontamination Machine Operator Concrete Pump Operator (small portable) DrillingMachine Operator, Small Auger Types (Texoma Super Economatic, or similar types - Hughes 100 or 200, or similar types - drillingdepth of 30’ maximum) Guard Rail Post Driver Operator Highline Cableway Signalman Horizontal Directional DrillingMachine Hydra-Hammer-Aero Stomper MicroTunneling (above ground tunnel) Power Concrete Curing Machine Operator Power Concrete Saw Operator Power - Driven Jumbo Form Setter Operator Power Sweeper Operator Rock Wheel Saw/Trencher Roller Operator (compacting) Screed Operator (Asphalt or Concrete) Trenching Machine Operator (up to 6 ft.) Vacuum or Muck Truck

Group 5 No current classification

Group 6 Articulating Material Hauler

2017-2018 PrevailingWage Rates — ClarkCounty

24 Asphalt Plant Engineer Batch Plant Operator Bit Sharpener Concrete Joint Machine Operator (canal and similar type) Concrete Planer Operator Dandy Digger Deck Engine Operator Derrickman (Oilfieldtype) DrillingMachine Operator, Bucket or Auger Types (Calweld 100 Bucket or similar types - Watson 1000 Auger or similar types - Texoma 330, 500 or 600 Auger or similar types - drillingdepth of 45’ maximum) DrillingMachine Operator (including water wells) Hydrographic Seeder Machine Operator (straw, pulp or seed) Jackson Track Maintainer, or similar type Kalamazoo Switch Tamper, or similar type Machine Tool Operator Maginnis Internal Full Slab Vibrator Mechanical Berm, curb or gutter (concrete or asphalt) Mechanical Finisher Operator (concrete, Clary-Johnson-Bidwell or similar) MicroTunnel System (below ground) Pavement Breaker Operator (truck mounted) Road Oil MixingMachine Operator Roller Operator (asphalt or finish) Rubber-Tired Earth Moving Equipment (single engine, up to and including 25 yds. struck) Self-Propelled Tar Pipelining Machine Operator Skiploader Operator (crawler and wheel type, over ¾ yd. and up to and including 1% yds.) Slip Form Pump Operator (power driven hydraulic liftingdevice for concrete forms) Tractor Operator - Bulldozer, Tamper-Scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types) Tugger Hoist Operator (1 drum) Ultra High Pressure Waterjet Cutting Tool System Operator Vacuum Blasting Machine Operator Welder - General

Group 7 Welder - General (Multi-Shift)

Group 8 Asphalt or Concrete Spreading Operator (Tamping or Finishing) Asphalt Paving Machine Operator (Barber Greene or similar type) Asphalt-Rubber Distributor Operator Backhoe Operator (up to and including ¾ yd.) Small Ford, Case or similar. Cast in Place Pipe Laying Machine Operator Combination Mixer and Compressor Operator (Gunite Work) Compactor Operator - self propelled Concrete MixerOperator - Paving Crushing Plant Operator (Non Portable) DrillDoctor DrillingMachine Operator, Bucket or Auger Types (Calweld 150 Bucket or similar types - Watson 1500, 2000, 2500 Auger or similar types - Texoma 700, 800 Auger or similar types - drillingdepth of 60’ maximum) Elevating Grader Operator Grade Checker

2017-2018 PrevailingWage Rates — ClarkCounty

25

2017-2018

Rubber-Tired

Rubber-Tired

Pneumatic Multiple

Pre-Stressed Heavy

Motor drilling

Monorail

Dual Group

Drilling Group

Water

Bucket Trenching

Trenching

Heavy

Tractor

Traveling Tractor

Scraper

Tractor

Ultra

Surface

Soil Skiploader

Shuttle Self-Propelled types

Rubber-Tired

Rubber-Tired

Rubber-Tired

Rock Pumpcrete

Rotary Pneumatic PC

Portable Ozzie

Mobark

Loader Le

Master Heavy

Kolman Grouting

Kalamazoo Gradall

Heavy

Tourneau

490

Remediation

Drum

High

Drill

Patrol with

Pull

Duty

Padder

depth

Duty

10 9

or

Machine

Equipment

Duty

Drill

Operator

Operator

Compressor Buggy

Environmental

Operator

Engine

Slot Operator

Chipper

and

Heaters

Belt

Locomotive

Crushing

Machine

similar

Prevailing

Pipe

or

Machine Machine

Pressure

any

Pipe

(compaction)

Mixer

Operator

Concrete

Gun

Repairman-Welder Operator

Repairman Balliste

-

Repairman

Push

Saw

similar

of

Wrapping

Loader

Earth

Earth

Blob

Blade

Scraper

Earth

Earth

or

Curb

Wrapping,

and

Tractor

Ramming

Operator,

105’

Operator

and

or

types

similar

(boom

(any

(Athey,

Plant

Tractor,

Operator

Robotics

Compactor

Plant

all

Wage

Moving

Moving similar

with

Operator

Waterjet

Moving

types

Moving

Regulator

Operator

and

Drill

and

(crawler

Operator

maximum)

Planer Placing

(excluding

type

attachments Operator

-

Maintenance

Operator

Operator

Machine

(Multi-Shift)

attachments)

types

Watson

Road

Operator

Gutter

similar

Combination

Euclid,

Rates

Cleaning

Tool

Bucket

types

single

larger

Equipment

Equipment

Equipment

Equipment

Operator

Operator

Cutting

(over

Machine

and

(single

Miner

or

(diesel, or

and

Combination

Machine

(self-loading

type

Caison

Sierra

3000

Operator

Clark

(Euclid

(C.M.l.

similar

similar

engine)

than

wheel

or

6

over

and

similar

Mechanic

Attachment

Auger

ft.

Tool

engine)

County

or

Operator

gas

Operator

D-5

Operator Operator

Operator

depth and

Operator

Bending

type)

25 type

type

type

Enviro

and

Operator

5000

System

(2

or types

-

Types

yds.

similar

100

similar

Operators

paddle

over

electric)

capacity,

Auger

Tech

(Hackley-Presswell

and

(multiple

(single

flywheel

(over

Machine

(multiple

(single

(Calweld

Mechanic

1%

types)

type

wheel

up

Thermal

or

yds.

6

engine, to

required)

similar

engine,

ft. manufacturer’s

-

h.p.

engine,

Operator

engine

and

except

type

depth

up

200

and

to

or

including

types over

-

B

Caterpillar,

and

capacity, John Similar

-

Quad

Euclid,

over,

up

or

50 including

-

to

Texoma

similar

Deere,

9

yds.

or

rating

50

and

Types)

Caterpillar

Cat.)

similar manufacturer’s

Cu.

Euclid,

struck)

including

type)

1040

6%

yds.

900 (Oiler

-

yds.)

Athey

Auger

struck)

Bulldozer,

and

and

25

Required

similar

similar

Wagon,

yds.

rating)

or similar

26

Tamper,

struck) single

-

Group

over

and

types

25

unit)

similar

II) yds. - and up to 50 yds. struck) Tower Crane Repairman Tractor Loader Operator (crawler and wheel-type over 6% yds.) Welder-Certified Woods MixerOperator (and similar Pugmill equipment)

Group 11 Dynamic Compactor LDC35O(or similar types) Heavy Duty Repairman-Welder Combination (Multi-Shift) Welder-Certified (Multi-Shift)

Group 12 Auto Grader Operator Automatic Slip Form Operator DrillingMachine Operator, Bucket or Auger Types (Calweld, Auger 200 CA or similar types - Watson, Auger 6000 or similar types- Hughes Super Duty, Auger 200 or similar types - drillingdepth of 175’ maximum) Hoe Ram or similar with Compressor Mass Excavator Operator - Less than 750 Cu. yds. Mechanical Finishing Machine Operator Mobile Form Traveler Operator Motor Patrol Operator (multi-engine) Pipe Mobile Machine Operator Rubber-Tired Earth Moving Equipment Operator (multiple engine, Euclid, Caterpillar and similar type, over 50 Cu.yds. struck) Rubber-Tired Self-Loading Scraper Operator (paddle-wheel-Auger type self-loading - two (2) or more units) Vermeer Rock Trencher (or similar type)

Group 13 Rubber-Tired Earth MovingEquipment Operator, operating equipment with the Push-Pull System (single engine, up to and including 25 yds. struck)

Group 14 Canal Liner Operator (not less than four (4) employees - Operator, Oiler, Welder, Mechanic, Grade Checker required) Canal Trimmer Operator Remote Controlled Earth Moving Equipment Operator (no one (1) Operator shall operate more than two (2) pieces of earth moving equipment at one time - One Dollar ($1.00) per hour additional to base rate) Wheel Excavator Operator (over 750 cu. yds. per hour)

Group 15 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Rubber-Tired Earth MovingEquipment Operator, operating equipment with the Push-Pull System (multiple engine - up to and including 25 yds. struck)

Group 16 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

2017-2018 PrevailingWage Rates — ClarkCounty

27 Group 17 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) Tandem Tractor Operator (operating crawler type tractors in tandem - Quad 9 and similar type)

Group 18 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck)

Group 19 Rotex Concrete Belt Operator (or similar types) Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, including compaction units - single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck)

Group 20 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

Group 21 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck)

Group 22 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, up to and including 25 yds. struck)

Group 23 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 Cu.yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (multiple engine, up to and including 25 yds. struck)

Group 24 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, over 50 yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (multiple engine, Euclid, Caterpillar and similar, over 25 yds. & up to 50 yds. struck)

2017-2018 Prevailing Wage Rates — ClarkCounty

28

2017-2018

Crawler

Group

Tugger

Crane Tower

Derrick

Shovel,

Pedestal Tugger

Group

Silent

Shovel,

Self

Material Cretor

Polar

Lift Tugger

Lift Hoist Group

Bridge Stinger

Group

A-Frame

Hydraulic

Group

Helicopter

Bridge-Type Truck

Ross

Group

Group

Groupi

Forklift

Engineer OPERATING

Concrete

(multiple

Group

Rubber-Tired

Slab

Mobile

Climbing

Operator

Gantry

Carrier

Piler

Operator

Crane

Crane

Crane

$

Crane

7

Barge

6

Hoist

5 4

Hoist

3

2

Operator

Crane

Backhoe,

Transporter Hoist

Backhoe,

25

HoisUManlift

Machine

Crane

or engine,

Prevailing

Oiler

Boom

Pump

Operator

Hoist

Winch

Operator Unloader

Crane

Operator

Oiler

Repairman

Operator

Operator

Operator

Scaffold

Operator

Operator

ENGINEER-CRANES,

Earth

(Austin-Western

(Chicago

Operator

(up

Truck

Operator

Operator

Operator

Euclid,

Dragline,

Dragline,

Truck

Wage

to

Operator

Operator

Moving

Operator

and

(or

(3

and

(2

(Pitman)

(jobsite)

(1

(up

Boom

Caterpillar

drum)

drum) Operator

Rates

drum) similar

-

including

Turntable

to

(Vagtborg

Clamshell

Clamshell truck

Equipment and

or

and

Clark

type)

mounted

similar

including

similar

and

25

Operator

PILEDRIVING

and

Operator

County

Operator

ton

Operator,

similar

type)

similar

(Oiler

type)

capacity)

25

ton

type,

(over

(over

required

types)

operating

capacity)

AND

over

5 3/4

Cu.

yd.

when

50

HOISTING

yds.

equipment and

Cu.

M.R.C.)

boom

yds.

up

to

struck)

over

EQUIPMENT

5

with

cu.

105’

the

yds.

Tandem

or

M.R.C.)

36

meters)

Push-Pull

29 System

2017-2018

Global

Group

Hydrographic

Group

Instrument Group

Chainman

Group

Rodman

Mobile

Crane

Helicopter Derrick

Hoist

Group

Crane Tower

Hoist

Derrick

Mobile Group

Hoist

Mobile Crane Group

Derrick

Mobile Crane

Hoist Group

Derrick Self-Erecting

K-Crane

Polar

Hoist Crane

Highline Group

Derrick Shovel,

Hoist

Operator,

Operator,

Operator,

Operator,

Operator,

Crane

Operator,

Operator

Position

Operator

Operator

4

Crane Operator

3 Tower

2

Tower

Operator

I

Tower

10

Tower

13

12

11

Barge

Barge

9

Barge

Barge

Barge

Backhoe,

Cableway

Prevailing

Pilot

man

Operator

Engineering

Operator

Tower

Crane

Crane

Operator

Crane

Operator Crane

Operator

Operator

Operator

Systems

Stiff

Stiff

Stiff

Stiff

(over

Stiff

(over

Stiff

(over

(over

(over

Dragline,

Wage

Operator

Legs,

Legs,

Legs,

Crane

Legs,

Operator

Operator Legs,

Legs,

Operator

Operator

300

200

50

100

25

and

(over

(over

(over

(over

(over

Chainman

tons,

Rates

tons,

Technician

tons)

tons,

Guy

tons,

Guy

Guy

Guy

Guy

Guy

Operator

Tower

Clamshell

300

200

50

100

25

(over

(over

(over

(over up

up

Derrick

Derrick

Derrick

Derrick

Derrick

Derrick

up

up

Clark

tons,

tons,

SURVEYOR

tons)

tons,

to

tons,

to

Gantry

to

to

and

300

200

50

100

and

and

Maximum

and

and

I

County

up

Operator

up

or

(Chainman) or

or

or

or

tons,

or

up

up

Rodman

tons)

tons,

tons,

including

including

similar

to

similar

similar

to

similar

including

similar

including

similar

to

to

and

and

up

and

and

up

up

GROUP

Lifting

to

(over

including

type

type

type

including

type

type

to

to

type

including

including

50

and 100

300

200

and

and

(over

tons

(over

(over

(over

Capacity

7

(over

(up

ton

including

ton ton

Cu.

CLASSIFICATIONS

including

including

to

100

50

M.R.C.)

M.R.C.)

300

200

300

200

yds.

M.R.C.)

100

50

25

M.R.C.)

and

tons

ton

tons,

tons,

ten

ton

ton

tons)

tons,

tons,

M.R.C.)

100

including

300

200

M.R.C.)

M.R.C.)

(10)

M.R.C.)

M.R.C.)

up

up

ton

up

up

ton

ton

to

to

tons.

to

to

M.R.C.)

M.R.C.)

M.R.C.) and

and

25

and

and

ton

One

including

including

including

including

capacity)

(1)

ton

50

100

300

200

operator).

ton

ton

30

ton

ton

M.R.C.)

M.R.C.)

M.R.C.) M.R.C)

2017-2018

Mucking Jumbo Grouting

Loader

Welder Tunnel

Heavy Tugger

Heading

Drill Group

Backhoe

Slip

Group

Equipment

Bit

Group Group

Dinkey

Power Skiploader

Group Group

Two

Heavy

Group

Chief

Certified

Global

Group

Group

Hydrographic Certified

Group

Group

E.D.M.

Party Group

Sharpener

Doctor

Form

(2)

of

Chief Duty

-

Pipe

6

Duty

Operator

5 4

Locomotive

3

- Position

2

Locomotive

I

Hoist

10

9

8

7

6

5

or

Driver

or

Machine

Shield

Parties

General

Machine

Operator

Hydrographic

Party

Prevailing

Pump

Fathometer

more

Greaser

(wheel

Repairman

Carrier

Repairman

Operator

Engineer

Jumbo

Chief

Operator

Systems

Operator

crews

(Athey,

Operator

Operator

type

(up

Operator

Wage or

(Grease

Motorman

to

Form

Instrument

(1

Engineer

up

Party

Helper

Euclid,

and

Party

drum)

Rates

(power

to

(1/4

Setter

Truck)

(over

¾

including

OPERATING Chief

Chief

yd.

yd.)

Sierra

Clark

Party

(up

driven

man

10

Operator

without

to

and

County

and

Chief

¾

and

hydraulic

yd.)

up

similar

attachment)

ENGINEER-Tunnel

including

to

Small

and

types)

lifting

Ford,

including

10

device

tons)

Case

30

for

or

tons)

concrete

similar

forms) 31

2017-2018

similar

All

and

including

Group

Group

Drivers

(legal tons

Group drivers

Drivers

dumpcrete truck

Group

Drivers

more

level), Group

between tons),

Drivers

up (highest Group

Drivers Tunnel

Group

No

Group

Tractor

Group Tunnel

Tugger

Heavy

Pumpcrete

Pneumatic

Pneumatic

Off-road

to

current

DW

but

drivers

than

sixteen

payload

water

gas

type

6

5

4

(4,001

3

Duty

2

of

of

I

of

9

8

of

7

Mole

of

Locomotive

Compressor

20 Hoist

less

rate

power

15

Prevailing

trucks

transit-mix

dump

dump

dump

sixteen

and

trucks

classification

trucks

Euclid-type

Equipment,

Concrete

Heading

Gun

and

and

Repairman-Welder

(2,500

than

paid

Boring

(16)

Operator

gallon

capacity

oil

units

trucks

trucks

trucks

and

20

fuel

Operator

(6

for

25 passengers.

when

pipeline

(16)

Wage

tons),

gal

Operator

%

Machine

Shield

but

trailers

trucks

truck

tons), Drill

pulling

dual

Placing

yds

(16

passengers),

25 (12

equipment

(less

to

(2

Truck

performing

less

Rates

Combination

4,000

drivers

drum)

craft

tons

working

drivers

yds

water

yds

drivers

(6

(tunnel)

off-highway in

than

than

Operator

(over

Machine

Repairman,

yds combination

up

and but

operation),

TRUCK

Combination

gal),

Clark

level

of

12

to

under

6,000

or

Letourneau

truck

of

less

30

work

over)

transit

warehouse

yds.

and

more),

truck

dumpster

County

and

tons)

Operator

Operator

than

gallon), drivers,

2,500

belly

DRIVER,

within

including

drivers

water

Transport

mix

greaser,

over),

warehousemen,

(six

drivers

16

dumps

pulls,

gal,

trucks

the

trucks,

axles yds

level),

(Hackley-Presswell

clerk.

including

stock

of

fork

includes

22

pickup

Teamster

fuel

of

drivers

water

Terra

Drivers

in

or

lift (under

yds

dump

drivers

room

drivers

tandem.

and

more).

driver,

water

winch

level),

driver,

Cobras

of

but

water

drivers

clerk,

and

trucks

3

jurisdiction,

busses

of

of

yds),

is

Ross

level),

trucks

truck

transit-mix

drivers

Drivers

service

not

trucks

tireman.

and

(over

of

or

dumpcrete

Carrier

limited

(on

and busses

similar

drivers

similar

(legal

of

of

22

station

(6,000

jobsite

regardless

all

trucks

Road

trucks

yds.

to:

driver,

payload

sizes

on

types

type)

of

trucks

gallon

attendant,

used

trucks

water

site

Oil

(legal

(3

of

highway

of

Spreader

of

yds

used

trucks,

capacity

for

(less

equipment,

and

types

level),

(legal

payload

transportation

but

for

teamster

over).

than

water

water

less

of

32

payload

drivers

transportation

Trucks,

less

attachment,

capacity

6

than

also

%

and

and

than

equipment

yds

of

cap.

DW

6

fuel

PB

fuel

trucks

or

15

yds),

water

and

10

20 of

Zone

2017-2018

Zone

radius

MECHANICAL Zone

In

Zone

based Zone

PLASTERER, Zone

In

LABORER

Zone

Zone

radius Zone

ELECTRICIAN-WIREMAN

In calculated

the

Zone

ELECTRICIAN Zone

In CEMENT Zone

Zone

In Zone

Laughlin

and The

CARPENTER 41-50

In

fifty

0-40

Over 51-70

In BRICKLAYER

addition

addition

addition

addition

addition

addition

addition

City

Charleston (50)

area

2-50

1-20-45

2-26

1-0 3-over Miles

2-

3-56

1-0

over

1-

70

2-41

1-0 3-Over

1-0

figured

on

from

Miles

Miles

26

0

Hall

Miles

miles

to

area

to

a to

to

within

Prevailing

to

MASON

to

Miles

to

to:

based

to

miles

to

to

to

to

to

to

50

radius

City

50

25

50

40

55

25

of

MECHANICAL

55

60

ELECTRICIAN-Wireman

60

ELECTRICIAN-Communication

CEMENT

CARPENTER

miles- from

LABORER,

55 BRICKLAYER

and

miles

from

Miles

miles

miles

INSULATOR

Las

miles

COMMUNICATION

miles

miles

Boulevard,

the

Hall

miles

and

miles

and

miles

miles

on

from

TRAFFIC

Clark

Wage Vegas,

city

the

a

of

Over

over

radius

the

MASON

City

Las

limits

County

Rates

FLAGPERSON,

City

Nevada:

Las

Vegas:

rates

Hall

INSULATOR

rates

BARRIER

$3.75

$3.75 from

$0.00

$3.50

$2.50

$0.00

$0.00

$3.50 $2.50

$4.00 $0.00

$2.50

$2.00 $0.00

$4.25

$7.50 $5.00

$2.50

$0.00 of

Hall

Vegas:

Boulder

Courthouse:

rates

Clark

of

add

City

add

including

Las

TECHNICIAN

of

County

the

add

rates,

the

Hall

Las

ERECTOR

Vegas,

City

applicable

rates

HOD the

applicable

of

Vegas,

add

Laughlin

and

Technician,

Las

applicable

Nevada:

add

CARRIER

ZONE

the

Primm,

Vegas:

Nevada: rates

the

amounts

applicable

amounts

area.

RATES

applicable

add

amounts

Nevada

rates,

BRICK

the

per

per

amounts

add

applicable

shall

per

MASON

hour,

amounts

hour,

the

hour,

be

applicable

calculated

calculated

per

considered

TENDER,

amounts

per

calculated

hour,

hour,

amounts

calculated

from

based

per

calculated

free

HOD

based

Maryland

hour,

zones.

on

CARRIER

per

33

a

based on

calculated

radius

hour,

based

a

Parkway

radius

on

of

on

a

over

from a

2017-2018

0-40 TILE/TERRAZZO

Zone

calculated

Zone

In Zone

Zone

SHEET

calculated

Zone

Zone Zone

In Zone

this

Vegas,

radius Zone Zone

PLUMBERIPIPEFITTER

In

Zone Zone

Zone

PLASTERER

In

Zone

TRUCK),

City

MATERIALS SURVEYOR,

EQUIPMENT OPERATING

Zone Zone

Zone

In

Charleston

Zone

Zone

MILLWRIGHT Zone

In

addition

addition

addition

addition

addition

addition

Agreement

Miles

Hall

4-over

3-51

2-31

4-76

2-21-45

1-0 3-46-75

1-0-20

over

4-over

2-21

1-0 3-41

1-0

2-20

3-40

4-150

2-45-75

1-0 3-75-150

from

Nevada:

METAL

of

to

to

to

Prevailing

to

FIELD

based

to on

to

to

to

miles

to

to to

to

to

to:

miles

to

50

the

Las

30

Boulevard,

50

20

100

miles

19 miles

60

TILE/TERRAZZO

50

100

SHEET

PLUMBER/PIPEFITTER 40

60

TESTER)

a

PLASTERER

40

miles

miles

MILLWRIGHT

TUNNEL,

GREASER

ENGINEER

OPERATING

miles

miles-

miles

miles

miles

radius Clark

shall

miles

Vegas,

miles-

miles

WORKER

miles

and

miles

miles

miles

miles

on SOILS

and

miles

WORKER/MARBLE

and

Wage

a

over be

County

METAL

over

radius

from

over-

Las

Nevada:

AND

entitled

AND

EQUIPMENT

Rates

(GREASE

the

Vegas:

rates

ENGINEER;

of

rates

$0.00

$5.00

$3.50

$0.00

$2.50

WELL

$11.25 Regional

$7.50

$3.75

$

WORKER

$4.00

$0.00

$3.50

$3.00

$2.00

$0.00

MATERIAL

$3.25

$1.50

$0.00

$8.75

$5.00 $7.50

WORKER/MARBLE

City

0.00

over

to

Clark

add

the

add

(including

Hall

DRILLER

fifty

TRUCK/MULTI-SHIFT),

the

County

following

GREASER

Justice

the

rates

MASON

of

and

(50)

applicable

CRANES,

TESTER

applicable

Las

employees

AIR

miles

Laughlin)

rates

Center:

Vegas,

wage

BALANCE

(RACK),

from

and

add

MASON

amounts

PILEDRIVING

amounts

rates

Nevada:

FIELD

performing

the

the

for

EQUIPMENT

City

applicable

rates

rates

TUNNEL,

per

ASPHALTIC

all

per

Hall

hour,

hours

add

add

hour,

AND

work

of

the

the

amounts

calculated

EQUIPMENT

worked,

Las

calculated

HOISTING

on

GREASER

applicable

appticable

CONCRETE

Vegas,

Public

per

calculated

from

Works

from

Nevada:

EQUIPMENT,

hour

amounts

(GREASE

amounts

GREASER

the

Maryland

(SOILS

calculated

Projects

City

on

34

per

an

per

Hall

TRUCK),

AND

(GREASE

air

hour,

Parkway

covered

hour,

from

of

mile

Las

the

by and

2017-2018

Zone

Zone

Zone

Zone

TRUCK

The

Hall:

41-50

51-70

In

Over7O

addition

area

4-Over

2-20

3-40

1-0

Miles

Miles

DRIVER

Miles

to

Prevailing within

to

to

to

20

60

40

60

TRUCK

miles

the

miles

miles

miles

Wage

city

DRIVER

limits

Rates

$3.50

$1.50

$2.50 $0.00

of $4.37

$2.50 $6.87

rates

Boulder

Clark

add

County

City

the

applicable

and

Primm,

amounts

Nevada

per

shall

hour,

be

considered

calculated

from

free

zones.

Las

35

Vegas City

httn:iIabor.nv.Bov/Prevai1inWaf!e/20

2017-2018

HOME

APPRENTICESHIP

Amendment

QftIc

State

I

of

EMPLOYER

Nevada

Plumber-General

Plumber-Foreman

Plumber/Pipefittet-Joumeyman

The

PLUMBERIPIPEFIUER

follow

County

Classification-

Effective

of

2017-2078

AMENC)MENT

Depailment

the rig

-

PREVAILING

Clark represents

-

October

17-201

Foreman

Labor

of

Plumber

Business

PREVAILING

12,

the

1

WAGE

X

2017

amended

(NSHEISchooI

&

Qonimissiorie.r

Amendment

Industry

73

&DJ)ZQNj

6925

64

fj

WAGESIREGULATIONS

54

WAGE

96

wage

District

rates

RATES

65

62

District

5B45 NSH9School

Rate)

33

19

1/

Rate

MEETiNGS

NV”

Union

Customs

Agencies ABOUT

DIaaba US

Ad

CONTACT

About

Nevada

I

4/1

Page

US

tni/20

I

1

of

1

X I

http://Iabor.nv.

201

7-2018

HOME

APPRENTICESHIP

Amendment

gov/Prevail

Office

State

2

f

of

ingWage/20

EMPLOYER

Group?

Group

Grcup

Group

Group

Group

Group5 Group

Group4 Group Group Nevada

Group

The

CLASSIFICATIONS

Laborer

• •

following

Classilication

Eftecrve

County

of

6E

60

6C

6A

68

2017-2018

2

3

1

Ia

AMENDMENT

Deparlnwnt

SEE

No

No

No the

No No

-

change

PREVAILING

change

change

change

change

represenls Clark,

-

GROUP

October

17-2018

Labor ci

-

Labore

Esmeratda,

Business

PREVAILING

26,

the

2

WAGE

2017

Group

amended

&

Qornmissioner

Amendment

Industiy

&

b422

5299

5289 5280

52

50

EJ

52 ADO

Nye

1-5.

49

70

99

WAGES1REGULATIONS

WAGE

wage

ZONE

and

7

rates

RATES

4813

4769 4760 4743

4752 47

4589

Dslnict

NSHE/SchoI

24

2/

Rate

ADA

MEETiNGS

NV

Un

n

Custom

Aqtrncles

ABOUT

Search

US

Jobs

CONTACT

About

Nevada

4/16/201

Page

US

1

of

8 I

http://1abor.nvovfPrevai1

2017-20

HOME

1$

APPRENTICESHIP

Amendment

Office

Stale

4

inWae/20

of

• •

EMPLOYER

Nevada

Brlcklayer.Journeyman BRICKLAYER

AMENDMENT

County-

Classiflcation

Effective

of

2017-20f Depadment

the

Clark

October PREVAILING

4

Bricklayer

17-2018

Labor

of

8

1

Easiness

• PREVAILING

2017

(NSHEJSCHODL

WAGE

&

Amendment Qomrnisstoner

Indusiry

WAGESIREGULAT1ONS

50

RATE

WAGE

63

DISTRICT

RATES

4!

RATE

ONL%

45

NSHE

ADA

MEETINGS

75

OR

Custom

SCHOOL

A0nc1as

ABOUT

Seardi

DISTRICT US

Jobs

CONTACT About

______

Union

Novods

4/16/201

Page

US

1

of

8 I McCARRAN INTERNATIONALAIRPORT CLARK COUNTY, NEVADA

BID

TABLE OF CONTENTS

ITEM PAGE

BID 1

ATTACHMENTNO. ONE TO BID BID PRICE FORM 4

ATTACHMENTNO. TWO TO BID BID BOND Error! Bookmark not defined.

ATTACHMENTNO. THREE TO BID LIST OF SUBCONTRACTORS 7

ATTACHMENTNO. FOUR TO BID CORPORATE CERTIFICATE 8

ATTACHMENTNO. FIVETO BID LIMITEDLIABILITYCOMPANY CERTIFICATE 9

ATTACHMENTNO. SIX TO BID PARTNERSHIP CERTIFICATE 10

ATTACHMENTNO. SEVEN TO BID JOINT VENTURE CERTIFICATE ii

ATTACHMENTNO. EIGHTTO BID STATEMENT OF BIDCOMPLIANCEWITH NRS 338.147 12

ATTACHMENTNO. NINETO BID NOT USED 13

ATTACHMENTNO. TEN TO BID DISCLOSURE OF OWNERSHIP/PRINCIPALS FORM 14

NOTE TO BIDDERS:

ALL PAGES IN THE BID PRICE FORM MUST BE FULLY AND ACCURATELY EXECUTED.

Contract No. 2466 Table of Contents Bid Document Bid APRIL 23, 2018 Page 1 of 1 ______on______

BID

DATE:

TO: Department of Aviation Office of Contracts 1845 East Russell Road, 3rd Floor Las Vegas, Nevada 89119

Gentlemen:

Having carefully examined the Bid Documents and Drawings entitled 2466 VGT SHADE HANGAR ROOF REPLACEMENT as well as the premises and conditions affecting the Work, and confirming that the site was visited by

(name of person or persons) (date or dates) the undersigned hereby proposes to furnish all labor and material and to perform all Work as required by and in strict accordance with the above-named documents for sums as shown in an attachment to this Bid Form entitled ‘Bid Price Form”, which sums include all federal, state and local taxes.

BID SECURITY:

The undersigned acknowledges that it has included with its Bid the required Bid Bond for not less than five percent (5%) of the Total Bid Price.

ACCEPTANCE OF BID:

The Bidder understands and agrees that OWNER reserves the right to accept or reject any or all Bids submitted within ninety (90) calendar days from date of bid opening. CONTRACTOR agrees that it will not withdraw its Bid for said period of time.

Name of Bidder

By: Signature of Authorized Signatory

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 1 ofl4

APRIL

Bid

Title:

Date:

Name:

By:

Addendum

Addendum

Addendum

Addendum

Addendum

as

ADDENDA:

related

It

is

follows:

Document

agreed

23,

costs

2018

#

#

#

#

#

that

are

(Type

Signature

Name

______

______

dated______

dated______

dated______

dated______

dated______the

included

or

undersigned

of

Print)

Bidder

of

in

Authorized

the

Bid

has

submitted.

Signatory

received

The

all

BID

Addenda

undersigned

complete

Addendum

Addendum

Addendum

Addendum

Addendum

acknowledges

as

#

#

#

# #

issued

receipt

dated______

dated______

dated______

dated______dated______

by

Contract

OWNER

of

said

Page

No.

Addenda

and

2

2466

oIl

Bid

that 4 ______

BID

TIME:

CONTRACTOR acknowledges that OWNER has allowed for sufficient time for it to complete the Work in the time specified. The undersigned CONTRACTOR agrees that, if awarded the Contract hereunder, it shall commence the Work to be performed under the Contract on the date set by OWNER in its written Notice to Proceed, continuing the Work with diligence and shall complete the entire Work per Exhibit “B” Special Conditions, Article 4.0 — Contract Milestones. Separable portions of the Work may be subject to milestone dates as established and described in Exhibit “B” Special Conditions, Article 4.0 — Contract Milestones. The undersigned agrees that, ifawarded the Contract, it willcomplete said separable portions of Work in accordance with such milestone dates.

CONTRACTOR shall include in the Bid all costs and overheads for continuous, full time management of the Contract, including all the requirements of the General Conditions, Special Conditions, Compensation Conditions, Technical Specifications and Drawings, covering a period of time not less than Notice to Proceed (NTP) through the last Contract Milestone and completion of all requirements in Exhibit “A” General Condition 54.0 - Contract Closeout.

If the undersigned is notified of the acceptance of its Bid, it agrees to execute, within ten (10) days, a Contract for the above Work.

The undersigned certifies that it has examined and is fully familiar with all the provisions of the Contract Documents.

The undersigned certifies that the firm, which he or she represents, is properly licensed to perform the Work under this Contract, is financially capable of prosecution of the Work and capable of securing the required bonds and insurance. Evidence to the contrary shall be recognized as grounds for determining the undersigned bidder’s bid as being non-responsive. If, after award of the Contract, OWNER discovers that CONTRACTOR does not possess the proper license to perform the Work, OWNER will direct CONTRACTOR to demobilize, clean-up and vacate the site within ten (10) calendar days. Since the awarded Contract is null and void by virtue of CONTRACTOR not being properly licensed, OWNER shall not be responsible for any CONTRACTOR costs, including any Work performed.

Respectfully Submitted,

(Name of Bidder)

(Address &Telephone of Bidding Firm)

BY: (Signature of Authorized Signatory) NEVADASTATE CONTRACTOR DATA:

(Title) Bidder’s License No.:______

(Date) Monetary Limit:______

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 3 ofi 4 ______

ATTACHMENT NO. ONE TO BID

BID PRICE FORM

This form must accompany Bid and each space completed.

BASE BID: All canopy work as noted in the drawing set minus work identified as Alternate 1.

Total All Units (In Item Item Description No. Unit Quantity Figures) 1. All Work as described in the drawing set minus work identified as Alternate 1. This Item No. 1 shall be priced as a lump sum and shall include all costs, including, but not limited to, labor, materials, LS 1 equipment, management, supervision, overheads, profit and applicable taxes. 2. SPECIAL ALLOWANCE for procurement of all permits and LS 1 certificates as outlined in Special Condition 3.1. $10 000 00 3. DISCRETIONARY SPECIAL ALLOWANCE: Work Not Displayed and potential Hazardous Materials as outlined in Special Condition LS 1 $100,000.00 3.2 and 3.4.

Total Base Bid Price (Numerical): $______

Total Base Bid Price (Written): $______

This Bid is a Lump Sum Bid. Note that each Bid Item includes all costs, including, but not limited to, labor, materials, equipment, management, supervision, overhead, profits and applicable taxes, except as noted. Bid Items 2 and 3 for Special and Discretionary Special Allowances will be paid in accordance with the applicable Special Conditions and are not necessarily the actual total to be paid under the Contract.

The Total Base Bid Price shall be the total of the foregoing Bid Items 1 thru 3.

Bidder’s Name: By: Date:

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 4 of 14 ______

ATTACHMENT NO. ONE TO BID

BID PRICE FORM

This form must accompany Bid and each space completed.

ALTERNATE No. “1”: Northside Canopies (As noted on drawing sheets S1.3, S1.4, S1.5, S1.6, E1.1, E1.2, E2.1, E2.2 and E5.1)

Total All Units (In Item No. Item Description Unit Quantity Figures)

4. All Work associated with the Northside Canopies noted as Alternate 1 in the drawing set. This Item No. 4 shall be priced as a lump sum and shall include all LS 1 costs, including, but not limited to, labor, materials, equipment, management, supervision, overheads, profit and applicable taxes.

Total Bid Price for Alternate No. “1” (Numerical): $______

Total Bid Price for Alternate No. ‘1” (Written): $______

This Bid is a Lump Sum Bid. Note that Bid Price for Alternate No. “1” includes all costs, including, but not limited to labor, materials, equipment, management, supervision, overheads, profits and applicable taxes.

The Total Bid Price for Alternate No. “1” shall be the total of the foregoing Bid Item 4.

Bidder’s Name: By: Date:

Contract No. 2466 Bid Document Bid APRIL 23, 2016 Page 5 of 14 ______,______

ATTACHMENT NO. TWO TO BID

Note to Bidders: This is a sample Bid Bond Form. Bidders may use any standard surety Bid Bond Form.

KNOW ALL MEN BY THESE PRESENTS, that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of and authorized to do business in the State of Nevada, as Surety, hereinafter called the Surety, are held and firmly bound unto , as Obligee, hereinafter called the Obligee, in the sum of

($ ),for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a bid for______($______

NOW, THEREFORE, ifthe Obligee shall accept the Bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such Bid and given 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 the Principal to enter into such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Obligee may in good faith Contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in fullforce and effect. SIGNEDANDSEALEDTHIS DAYOF ,20.

PRINCIPAL

BY: WITNESS NAME&TITLE

SURETY

BY: WITNESS NAME&TITLE

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 6 of 14 ______

ATTACHMENT NO. THREE TO BID LIST OF SUBCONTRACTORS

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

Bidder shall list each Subcontractor who will provide labor or a portion of the Work or improvement to Bidder for which the Subcontractor will be paid an amount exceeding five (5) percent of Bidders Total Bid Price.

Each of the subcontractors listed below must be listed on Attachment “C” to Instructions to Bidders, Designation of Subcontractors. Per NRS 338.747, the Bidder must include his or her name on the 5% list if the Bidder will be performing work with a total cost exceeding 5% of the Bidder’s Total Bid Price.

Name

Name of Bidder

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 7 of 14 ______,______

ATTACHMENT NO. FOUR TO BID CORPORATE CERTIFICATE

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

I, , certify that I am the of the (Name) (Title)

Corporation named in the foregoing Bid and who signed (Name) said Bid on behalf of Bidder/CONTRACTOR was then of the said (Title) Corporation who has been duly vested with authority to make and sign instruments on behalf of said Corporation by authority of its governing body, and that such authority is within the scope of its corporate powers.

Signature

Corporate Seal

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 8 of 14 ______

ATTACHMENT NO. FIVE TO BID LIMITED LIABILITY COMPANY CERTIFICATE

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

I, , certify that I am the of the (Name) (Title)

Limited Liability Company named in the foregoing Bid and (Name) who signed said Bid on behalf of Bidder/CONTRACTOR was then (Title) of the said Limited Liability Company who has been duly vested with authority of its governing body to make and sign instruments on behalf of the Limited Liability Company, and that such authority is within the scope of its company powers.

Signature

Print Name

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page9of 14 ______and

ATTACHMENT NO. SIX TO BID PARTNERSHIP CERTIFICATE

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

certify that I am a member of the partnership firm (Name) designated as named in the foregoing Bid who has (Title) been duly vested with authority to make and sign instruments on behalf of the partnership by

who constitute the other members of the (Name) partnership.

Signature

Print Name

Contract No. 2466 Bid Document Bid APRIL23,2018 PagelOofl4 ______, ______

ATTACHMENT NO. SEVEN TO BID JOINT VENTURE CERTIFICATE

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

I, certify that I am the of (Name) (Title) (Bidder) and says the Bidder is a Joint Venture designated as (Joint Venture) and named in the foregoing Bid who has been fully vested with authority to make and sign the instruments on behalf of the Joint Venture by the Joint Venture Agreement.

Signature

Print Name

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 11 of 14 ______, _____)

ATTACHMENT NO. EIGHT TO BID STATEMENT OF BID COMPLIANCE WITH NRS 338.747

THIS PAGE MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID

The Bidder does hereby state that the Bidder (is is not eligible for the preference in accordance with all applicable provisions of NRS 338.147, concerning preference for certain contractors for award of public works.

Ifthe Bidder is eligible, the Bidder shall attach the certificate from the State Contractor’s Board.

Name of Bidder

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Bid APRIL23,2018 Pagel2ofl4 ATTACHMENT NO. NINE TO BID NOT USED

Contract No. 2466 Bid Document Bid APRIL 23, 2018 Page 13 of 14 ATTACHMENT NO. TEN TO BID DISCLOSURE OF OWNERSHIP/PRINCIPALS FORM

THIS ATTACHMENT MUST BE COMPLETED, SIGNED AND ACCOMPANY THE BID.

SEE ATTACHED

Contract No. 2466 Bid Document Bid APRIL23,2018 Pagel4ofl4 INSTRUCTIONS FOR COMPLETING THE DISCLOStJRE OF OWNERSHIP/PRINCIPALS FORM Purpose of the form

The purpose of the Disclosure of Ownership/Principals Form is to gather ownership information pertaining to the business entity for use by the Board of County Commissioners (“BCC”) in determining whether members of the BCC should exclude themselves from voting on agenda items where they have, or may be perceived as having a conflict of interest, and to determine compliance with Nevada Revised Statute 281A.430, contracts in which a public officer or employee has interest is prohibited General Instructions

Completion and submission of this Form is a condition of approval or renewal of a contract or lease and/or release of monetary funding between the disclosing entity and the appropriate Clark County government entity. failure to submit the requested information may result in a refusal by the BCC to enter into an agreement/contract and/or release monetary funding to such disclosing entity. Detailed Instructions

All sections of the Disclosure of Ownership form must be completed Ifnot applicable, write in N/A.

Business Entity Tjpe — Indicate if the entity is an Individual, Partnership, Limited Liability Company, Corporation, Trust, Non-profit Organization, or Other. When selecting ‘Other’, provide a description of the legal entity.

Non-Profit Organization (NPQ) - Any non-profit corporation, group, association, or corporation duly filed and registered as required by state law.

Business Designation Group — Indicate if the entity is a Minority Owned Business Enterprise (MBE). Women-Owned Business Enterprise (WBE), Small Business Enterprise (SBE). Physically-Challenged Business Enterprise (PBE), Veteran Owned Business (VET), Disabled Veteran Owned Business (DVET), or Emerging Small Business (ESB) This is needed in order to provide utilization statistics to the Legislative Council Bureau, and will be used only for such purpose.

Minority Owned Business Enterprise (NIBE): An independent and continuing business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more minority persons of Black American, Hispanic American, Asian-Pacific American or Native American ethnicity • Women Owned Business Enterprise (NVBE) An independent and continuing business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more women. • Physically-Challenged Business Enterprise (PilE): An independent and continuing business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more disabled individuals pursuant to the federal Americans with Disabilities Act • Small Business Enterprise (SBE): An independent and continuing business for profit which performs a commercially useful function, is not owned and controlled by individuals designated as minority, women, or physically-challenged, and where gross anntial sales does not exceed $2,000,000 • Veteran Owned Business Enterprise (N’ET): An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51 percent owned and controlled by one or more U.S. Veterans • Disabled Veteran Owned Business Enterprise (DVE’f): A Nevada business at least 51 percent owned/controlled by a disabled veteran. • Emerging Small Business (ESB): Certified by the Nevada Governor’s Office of Economic Development effective January, 2014. Approved into Nevada law during the 77th Legislative session as a result of AB294.

Business Name (7nclude tLb.a., [appIicable,) — Enter the legal name of the business entity and enter the “Doing Business As” (d.b a.) name, if applicable.

Corporate/Business Atldress, Business Telephone, Business fax, and Enmil — Enter the street address, telephone and fax numbers, and email of the named btisiness entity.

Nevada Local Business Adtlress, Local Business Telephone, Local Business Fax, out! Email — If business entity is otit-of-state, but operates the business from a location in Nevada, enter the Nevada street address, telephone and fax numbers, point of contact and email of the local office Please note that the local address must be an address from which the business is operating from that location, Please do not include a P.O. Box number, unless required by the U.S. Postal Service, or a business license hanging address.

Number of Clark c’ounty Nevatla Residents employed by this firnL (Do not leave blank. If none or zero, put the number 6 in the space provided.)

List of Owners/Officers — Include the full name, title and percentage of ownership of each person who has ownership or financial interest in the business entity. If the business is a publicly-traded corporation or non-profit organization, list all Corporate Officers and Directors only.

ForAll Contracts — (Not required for publicly-traded corporations) I) Indicate if any individual members, partners, owners or principals involved in the business entity are a Clark County full-time employee(s), or appointed/elected official(s). Ifyes, the following paragraph applies.

In accordance with NRS 281A 430.1, a public officer or employee shall not bid on or enter into a contract between a government agency and any private business in which he has a significant financial interest, except as provided for in subsections 2, 3, and 4

2) Indicate if any individual members, partners, owners or principals involved in the btisiness entity have a second degree of consanguinity or affinity relation to a Clark County full-time employee(s), or appointed/elected official(s) (reference form on Page 2 for definition). If \‘ES, complete the Disclosure of Relationship Form Clark County is comprised of the following government entities: Clark County, Department of Aviation (McCarran Airport), and Clark County Water Reclamation District Note’ The Department of Aviation incltides all of the General Aviation Airports (Henderson, North Las Vegas, and Jean) This will also include Clark County Detention Center.

A professional service is defined as a business entity that offers business/financial consulting, legal, physician. architect, engineer or other professional services.

Signattire and Print Name— Requires signature of an authorized representative and the date signed

Disclosure ofRelationshtp form—If any individual members, partners, owners or principals of the business entity is presently a Clark County employee, public officer or official, or has a second degree of consanguinity or affinity relationship to a Clark County employee, public officer or official, this section must be completed in its entirety.

REVISED 7/25/2014 DISCLOSURE OF OWNERSHIPIPRINCIPALS Business Entity Type (Please select one)

flPartnership flLimited Liability !3prietorship Corporation flTruat flOther Business Designation Group (Please select all that apply) flMBE QwBE QSBE flPBE QvET QDvET QESB Minority Busineaa Women-Owned Small Business Phyaically Challenged Veteran Owned Disabled Veteran Emerging Small Enterphae Business Enterprise Business Enterprise Business Owned Business Business Enterprise

Number of Clark County Nevada Residents Employed:

CorporatelBusiness Entity Name:

(Include d.b.a, if applicable) Street Address: Website: POC Name: City, State and Zip Code: Email:

Telephone No: Fax No:

Nevada Local Street Address: Website: (If different from above)

City, State and Zip Code: Local Fax No: Local POC Name: Local Telephone No: Email:

All entities, with the exception of publicly-traded and non-profit organizations, must list the nsmes of individuals holding more than five percent (5%) ownership or financial interest in the business entty appearing befom the Board.

Publicly-traded entities and non-profit organizations shall list all Corporate Officers and Directors in lieu of disclosing the names of individuals with ownership or financial interest. The disclosure requirement, as applied to land-use applications, extends to the applicant and the landowner(s).

Entities include all business associations organized under or governed by Title 7 of the Nevada Revised Statutes, including but not limitedto private corporations. close corporations, foreign corporations, limited liabilitycompanies, partnerships, limitedpartnerships, and professional corporations.

Full Name Tite % Owned (Not required for PubliclyTraded Corporations/Non-profit organizations)

This section is not required for publicly-traded corporations. Are you a publicly-traded corporation? El Yes No 1. Are any individualmembers, partners, owners or principals, involved in the business entity, a Clark County, Department of Aviaton, Clark County Detention Center or Clark County Water Reclamation Districtfull-timeemployee(s), or appointed/elected official(s)?

Yss No (Ifyes, please note that County employee(s), or appointed/elected official(s)may not perform any work on professional service fl fl contrscts, or other contracts, which are not subject to competitive bid.)

2. Do any individual members, partners, owners or principals have a spouse, registered domestic partner, child, parent, in-law or brother/sister, half-brother/half- sister, grandchild, grandparent related to a Clark County, Department of Aviation, Clark County Detention Center or Clark County Water Reclamation District full-timeemployee(s), or appointed/elected official(s)?

Yes No (Ifyes, please complete the Disclosure of Relationship form on Page 2. Ifno, please print N/Aon Page 2.)

I certify under penalty of perjury, that all of the information provided herein is current, complete, and accurate. I also understand that the Board willnot take action on land-usa approvals, contract approvals, land sales, lasses or exchanges without the completed disclosure form.

Signature Print Name

Title Data

REVISED 7/25/2014 DISCLOSURE OF RELATIONSHIP

List any disclosures below: (Mark NIA, if not applicable.)

NAME OF COUNTY* RELATIONSHIP TO COUNTY* NAME OF BUSINESS EMPLOYEEIOFFICIAL COUNTY* EMPLOYEESIOFFICIAL’S OWNERIPRINCIPAL AND JOB TITLE EMPLOYEEIOFFICIAL DEPARTMENT

* County employee means Clark County, Department of Aviation, Clark County Detention Center or Clark County Water Reclamation District.

“Consanguinity” is a relationship by blood. Affinity”is a relationship by marriage.

‘To the second degree of consanguinity” applies to the candidate’s first and second degree of blood relatives as follows:

• Spouse — Registered Domestic Partners — Children — Parents — In-laws (first degree)

• Brothers/Sisters — Half-Brothers/Half-Sisters — Grandchildren — Grandparents — In-laws (second degree)

For County Use Only:

Ifany Disclosure of Relationship is noted above, please complete the following: ElYes fl No Is the county employee(s) noted above involved in the contracting/selection process for this particular agenda item? fl Yes El No Is the county employee(s) noted above involved in any way with the business in performance of the contract? Notes/Comments:

Signature

Print Name Authorized Department Representative

2 REVISED 7/25/2014 CLARK COUNTY, NEVADA

CONTRACT

TABLE OF CONTENTS

DESCRIPTION PAGE

CONTRACT 1 PERFORMANCE BOND 4 LABOR AND MATERIAL PAYMENT BOND 6 FORM OF GUARANTEE 8 CONTRACTOR SURETY COMPANY CONTACTS 9

Contract No. 2466 Table of Contents Bid Document Contract APRIL 23, 2018 Page 1 of 1 ______), ______), ______CENTS($______,

CONTRACT

THIS Contract, made and entered into this day of 20__ between Clark County, a political subdivision of the State of Nevada, hereinafter referred to as the “OWNER” and (a Corporation organized and existing under the laws of the State of

), (a Partnership consisting of (an individual trading as of the City of in the State of hereinafter referred to as the “CONTRACTOR”.

WITNESSETH: That the said CONTRACTOR having been awarded the Contract for the construction of the VGT SHADE HANGAR ROOF REPLACEMENT NORTH LAS VEGAS AIRPORT NORTH LAS VEGAS, NEVADA in accordance with the Bid therefore and for and in consideration of the promises and of the covenants and agreements, and of the payments herein specified, to be made and performed by CONTRACTOR and OWNER, CONTRACTOR hereby covenants and agrees to and with OWNER to undertake and execute all of the said named Work, in a good, substantial and workmanlike manner, and to furnish all the materials and all the tools and labor necessary to properly perform and complete the Work ready for use, in strict accordance with all the provisions of the Contract including the following Exhibits attached hereto and made a part hereof: Invitation to Bid Instructions to Bidders Bid Contract

Exhibit “A”- General Conditions

Exhibit “B” - Special Conditions

Exhibit “C” - Compensation Conditions

Exhibit “D” - Addenda

Exhibit “E” — List of Drawings Contract Drawings and accept as full compensation for the satisfactory performance of this Contract the sum of DOLLARS AND

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 1 of 9 The prices named in the Bid are for the completed Work, and include the furnishing of all materials and all labor, tools, and appliances and all expense, direct or indirect, connected with the proper execution of the

Work and of maintaining the same until it is accepted by OWNER. In the event that unit prices are included in the base bid amount, the sum stated above is an estimated total Contract amount. Full compensation will be based upon the amount or number of each unit of work approved by OWNER as satisfactorily completed in accordance with the Contract, multiplied by the applicable unit price set forth in the Bid.

CONTRACTOR shall commence the Work to be performed under this Contract on the date set by OWNER in the written Notice to Proceed, continuing the Work with diligence and shall complete the entire

Work in accordance with Exhibit ‘B’ Special Conditions, Article 4.0 Contract Milestones. Further, in the event interim milestone completion dates are established in the above Exhibit “B” Special Conditions, Article 4.0 Contract Milestones for separable portions of the Work, CONTRACTOR agrees to complete said separable portions of the Work in accordance with said milestone dates.

CONTRACTOR acknowledges that the time for completion of the Work is sufficient for it to perform all the

Work. In case of failure on the part of CONTRACTOR to complete the Work within the time(s) specified in the Contract, or within such additional time(s) as may be granted by formal action of the Board of County Commissioners or fails to prosecute the Work, or any separable part thereof, with such diligence as will insure its completion within the time(s) specified in the Contract or any extensions thereof, OWNER reserves the right to require CONTRACTOR pay to OWNER, as liquidated damages, the sum(s) indicated in Exhibit “B” Special Conditions, Article 4.0 Contract Milestones if so established therein for milestone completion dates of separable parts of the Work and the final completion of the Work.

The Award of this Contract is subject to the condition precedent that CONTRACTOR provide a Performance Bond and a Labor and Material Payment Bond as required by the Contract Documents.

Contract No. 2466 Bid Document Contract APRIL23, 2018 Page 2 of 9 ______

IN WITNESS WHEREOF, the Board of County Commissioners of Clark County, Nevada, has authorized its Director of Aviation to execute this Contract on behalf of the said OWNER, and CONTRACTOR has hereunto set its hand and seal the day and year above written.

CLARK COUNTY, NEVADA

BY:

ROSEMARY A. VASSILIADIS Director of Aviation NOTE: Witnesses not required for Corporation, but Corporate Certificate must be complete. Two witnesses required for Partnerships and Individuals. Partnerships must complete Partnership Certificate.

Witness (CONTRACTOR)

BY: Witness (Name)

(SEAL)

APPROVED AS TO FORM:

BY: TIMOTHY BALDWIN Deputy District Attorney

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 3 of 9 ______

PERFORMANCE BOND

KNOW ALLMEN BYTHESE PRESENTS THAT as

CONTRACTOR, and , as Surety, are held and firmly bound unto hereinafter called OWNER, in the sum of dollars

($ ), for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

WHEREAS, said CONTRACTOR has been awarded and is about to enter into the annexed Contract with said OWNER to perform all Work required under the Bidding Schedule(s) of OWNER’s specifications entitled VGT SHADE HANGAR ROOF REPLCEMENT.

NOW, THEREFORE, if CONTRACTOR shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of the Contract and any extensions thereof that may be granted by OWNER required under the Contract, and shall also well and truly perform and fulfillall the undertakings, covenants, terms, conditions and agreements of any and all modifications, additions, or alterations of the Contract that may hereafter be made, and shall also fully indemnify and hold harmless OWNER from all cost and damage which it may suffer by failure of reason to do so and shall fully reimburse and pay OWNER all outlay and expense which OWNER may incur in making good any such default, then this obligation shall be void; otherwise, to remain in fullforce and effect.

The Surety further agrees that whenever CONTRACTOR shall be, and is declared by OWNER to be, in default under the Contract (and said default shall be construed to be any breach of any of the provisions of the Contract on the part of CONTRACTOR) the Surety shall promptly remedy the default, or will complete the Contract in accordance with its terms and conditions and shall fully indemnify and hold harmless OWNER from all costs, damages and expenses which may arise thereafter (including reasonable attorney’s fees) and which OWNER may suffer by reason of Surety’s failure to do so.

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 4 of 9 ______, ______(Seal)______(Seal)

PERFORMANCE BOND - CONTINUED

The Surety and CONTRACTOR further agree that any modifications, additions or alterations which may be made in the terms of the Contract or in the Work to be done thereunder, or any extensions of the Contract, or other forbearance on the part of either OWNER or CONTRACTOR to the other, shall not in any way release CONTRACTOR and the Surety, or either of them, their heirs, assigns, executors, administrators and successors, from their liability hereunder, notice to Surety of any such modifications, additions, extensions or forbearance being hereby expressly waived.

The sum of this Performance Bond is in addition to the sum of the Payment Bond being executed concurrently herewith.

SIGNED AND SEALED, this day of 20. (SEALED AND NOTARIALACKNOWLEDGMENTOF SURETY)

CONTRACTOR

BY: (Signature)

Surety

BY: (Signature)

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 5019 ______

LABOR AND MATERIAL PAYMENT BOND

KNOW ALLMEN BYTHESE PRESENTS THAT as

CONTRACTOR, and , as Surety, are held and firmly bound unto hereinafter called OWNER, in the sum of dollars

($ ),for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmlyby these presents.

WHEREAS, said CONTRACTOR has been awarded and is about to enter into the annexed Contract with said OWNER to perform all Work required under the Bidding Schedule(s) of OWNERs specifications entitled VGT SHADE HANGAR ROOF REPLACEMENT.

NOW, THEREFORE, if said CONTRACTOR, or subcontractors, fail to pay for any materials, equipment, or other supplies, or for rental of same, used in connection with the performance of work contracted to be done, or for amounts due under applicable state law for any work or labor thereon, said Surety willpay for the same in an amount not exceeding the sum specified above, and, in the event suit is brought upon this bond, a reasonable attorneys fee to be fixed by the court This bond shall insure to the benefits of any persons, companies, or corporations entitled to file claims under applicable state law.

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 6 of 9 ______

LABOR AND MATERIALPAYMENT BOND - CONTINUED

PROVIDED, that any alterations in the Work to be done or the materials to be furnished, which may be made pursuant to the terms of said Contract, shall not in any way release either said CONTRACTOR or said Surety thereunder, nor shall any extensions of the time granted under the provisions of said Contract release either said CONTRACTOR or said Surety, and notice of such alterations or extension of the Contract is hereby waived by said Surety. The sum of this Payment Bond is in addition to the sum of the Performance Bond being executed concurrently herewith.

SIGNED AND SEALED, THIS day of , 20_.

(SEALED AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

(Seal) CONTRACTOR

BY: (Signature)

(Seal) (Surety)

BY: (Signature)

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 7 of 9 ______

FORM OF GUARANTEE

GUARANTEE FOR

(Name and address of prime contractor)

We hereby guarantee that the

(Description of the work)

Which we have constructed, has been done in accordance with the plans and specifications; that the Work constructed willfulfillthe requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our work, together with any other adjacent work which may be damaged in so doing, that may prove to be defective in the workmanship or materials within a period of one year from the date of filing of Notice of Final Completion of the above named Work by the County of Clark, State of Nevada, without any expense whatsoever to said County of Clark, ordinary wear and tear and unusual abuse or neglect excepted.

In the event of our failure to comply with the above-mentioned conditions within five (5) calendar days after being notified in writing by the Board of County Commissioners, Clark County, Nevada, we, collectively or separately, do hereby authorize Clark County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand. When correction work is started, it shall be carried through to completion.

DATED: (Notice of completion filing date)

(SEAL AND NOTARIALACKNOWLEDGMENTOF SURETY)

(Seal) (CONTRACTOR) BY:______(Signature)

(Seal) (Surety) BY:______(Signature)

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 8 of 9 ______

CONTRACTOR SURETY COMPANY CONTACTS

PERFORMANCE BOND NO.

Surety Name:

Address:

Phone No:

Fax No:

Contact:

LABOR AND MATERIALPAYMENTBOND NO.

Surety Name:

Address:

Phone No:

Fax No:

Contact:

GUARANTYBOND NO.

Surety Name:

Address:

Phone No:

Fax No:

Contact:

Contract No. 2466 Bid Document Contract APRIL 23, 2018 Page 9 of 9 McCARRAN INTERNATIONAL AIRPORT CLARK COUNTY, NEVADA

EXHIBIT “A” GENERAL CONDITIONS

TABLE OF CONTENTS GC Nd TITLE PAGE

1.0 AUTHORIZED REPRESENTATIVES 1

2.0 INDEPENDENT CONTRACTOR 1

3.0 LAWS AND REGULATIONS 2 4.0 INSURANCE 2 5.0 PERMITS AND FEES 6 6.0 CONTRACT MEETINGS 6 7.0 CONSTRUCTION SCHEDULE AND DATA 6 8.0 CHANGES 6 9.0 PROGRESS 8 10.0 SAFETY 8 11.0 CONTRACTOR-FURNISHED DRAWINGS, DATA AND SAMPLES 13 12.0 SUBSTITUTIONS 16 13.0 INSPECTION: REJECTION OF MATERIALS AND WORKMANSHIP 16 14.0 TESTING 18 15.0 AS-BUILTRECORDS 19 16.0 EQUAL EMPLOYMENT OPPORTUNITY 20 17.0 LABOR, PERSONNEL AND WORK RULES 21 18.0 SUSPENSION 22 19.0 TERMINATION FOR DEFAULT 23 20.0 OPTIONAL TERMINATION 24 21.0 EXCUSABLE DELAYS 26 22.0 DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS OR DISCREPANCIES 26 23.0 SITE CONDITIONS 26 24.0 DIFFERING SITE CONDITIONS 27 25.0 CONTRACT INTERPRETATION 27 26.0 INTENTIONALLY DELETED 30 27.0 STANDARDS AND CODES 30 28.0 OWNER-FURNISHED DRAWINGS AND TECHNICAL SPECIFICATIONS 30 29.0 CONTRACTOR-FURNISHED MATERIALS, EQUIPMENT AND WORKMANSHIP 30

Contract No. 2466 Table of Contents Bid Document Exhibit ‘A” - General Conditions APRIL23, 2018 Page 1 of 2 30.0 LINES AND GRADES .31 31.0 ACCESS TO WORK AREAS 32 32.0 CONTRACTOR INGRESS AND EGRESS 32 33.0 DELIVERY, UNLOADING AND STORAGE 32 34.0 CONTRACTOR’s WORK AREA 32 35.0 CONTRACTOR’s PLANT, EQUIPMENT AND FACILITIES 32 36.0 RESPONSIBILITY FOR WORK SECURITY 33 37.0 PROTECTION OF WORK IN PROGRESS, MATERIALS, EQUIPMENT AND PROPERTY 33 38.0 PROJECT SITE PROTECTION 34 39.0 DISPOSAL OF MATERIAL OUTSIDE AIRPORT PROPERTY 34 40.0 PROJECT SIGNS, PUBLICITY AND ADVERTISING 35 41.0 UTILITIES 35 42.0 INDEMNITY 35 43.0 PATENT INDEMNITY 35 44.0 ENTIREAGREEMENT 36 45.0 GOVERNING LAW 36 46.0 TAXES 36 47.0 COMMERCIAL ACTIVITIES 36 48.0 RIGHTS AND REMEDIES 36 49.0 EXAMINATIONOF CONTRACTOR’S RECORDS 36 50.0 EXPEDITING 36 51.0 SUCCESSORS, ASSIGNEES AND ASSIGNMENT 37 52.0 USE OF COMPLETED PORTIONS OF WORK 37 53.0 COOPERATION WITH OTHERS 38 54.0 CONTRACT CLOSEOUT 38 55.0 WARRANTY 40 56.0 SURVIVABILITY 41 57.0 THIRD PARTY BENEFICIARY 41 58.0 BIDDER PREFERENCE 41

GENERAL CONDITION 57.0 — ATTACHMENT “A” BIDDER PREFERENCE COMPLIANCE REPORT 43

Contract No. 2466 Table of Contents Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 2 of 2 EXHIBIT “A” GENERAL CONDITIONS

7.0 AUTHORIZED REPRESENTATIVES

Before starting Work, CONTRACTOR shall designate a competent, Authorized Representative acceptable to OWNER to represent and act for CONTRACTOR and shall inform OWNER, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for CONTRACTOR and shall specify any and all limitations of such authority. CONTRACTOR shall keep OWNER informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the site of Work at all times when Work is actually in progress. During periods when Work is suspended, arrangements for an Authorized Representative acceptable to OWNER shall be made for any emergency work, which may be required. All notices, determinations, instructions and other communications given to the Authorized Representative of CONTRACTOR shall be binding upon CONTRACTOR.

OWNER shall designate an Authorized Representative to be the point of contact for OWNER. OWNER willnotify CONTRACTOR, in writing, of the name of such representative and any subsequent changes. At all times when work is being performed under the Contract, there will be available a competent representative who has authority to act for OWNER. The Authorized Representative willact for OWNER, within the limitations of such representatives’ authority, and receive communications from CONTRACTOR.

1.1 Notices

Any notices provided for hereunder shall be in writing and may be served either personally on the Authorized Representative of the receiving party at the job site or by registered mail to that party at the addresses shown below:

OWNER: (To be identified after award) CONTRACTOR: (To be identified after award)

These addresses may be changed by either of the parties by written notice to the other.

OWNER and any person or entity designated by OWNER has the authority to represent OWNER for the purposes of compliance under NRS 338.525 and NRS 338.535.

2.0 INDEPENDENT CONTRACTOR

CONTRACTOR represents that it is fully experienced and properly qualified to perform the class of work provided for herein, and that it is properly licensed, equipped, organized and financed to perform such work. CONTRACTOR shall act as an independent CONTRACTOR and not as the agent of OWNER in performing the Contract and is responsible for maintaining complete control over its employees and all of its suppliers and subcontractors. Nothing contained in this Contract or any Subcontract awarded by CONTRACTOR shall create any contractual relationship between any such supplier or subcontractor and OWNER. However, each subcontract and supplier agreement entered into by CONTRACTOR, relative to the Contract, shall bind such subcontractor or supplier to the same terms and conditions as appear in the Contract. CONTRACTOR shall perform all work in accordance with its own methods subject to strict compliance with the Contract.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 1 of 43 3.0 LAWS AND REGULATIONS

CONTRACTOR and its employees and representatives shall at all times comply with all applicable laws, ordinances, statutes, rules or regulations in effect at the time Work is performed under this Contract.

If, during the term of this Contract, there are any changed or new laws, ordinances or regulations not known or foreseeable at the time of signing this Contract which become effective and which affect the cost or time of performance of the Contract, CONTRACTOR shall immediately notify OWNER in writing and submit detailed documentation of such effect in terms of both time and cost of performing the Contract. Upon concurrence by OWNER as to the effect of such changes an adjustment in the compensation and/or time of performance will be made in accordance to Exhibit “A” — General Conditions, Article 8.0 — Changes and Exhibit “B” — Special Conditions, Article 22.0 — Pricing of Changes.

If CONTRACTOR discovers any discrepancy or inconsistency between this Contract and any law, ordinance, statute, rule, regulation, order or decree, CONTRACTOR shall immediately notify OWNER in writing.

4.0 INSURANCE

4.1 Insurance by CONTRACTOR:

A. During the term of this Contract, CONTRACTOR shall provide insurance as evidenced by ACORD Form 25 Certificate of insurance, written by a firm licensed to write such insurance in the State of Nevada, as follows:

1. Worker’s Compensation Insurance in accordance with laws of the State of Nevada covering CONTRACTOR employees.

2. Employer’s Liability Insurance with a minimum limit of $500,000.00.

3. Automobile Bodily Injury and Property Damage Liability Insurance covering automobiles owned or hired by CONTRACTOR for use off the airport site, with minimum limits as follows:

a) Bodily Injury: $5,000,000 per occurrence, and

Property Damage: $5,000,000 per occurrence

Or

b) Bodily Injury/Property Damage: $5,000,000 per occurrence

4. Automobile Liability Insurance On-Site for Owned, hired, and non-owned autos with minimum limits as follows:

a) Bodily Injury: $1 000,000 per occurrence, and

Property Damage: $1,000,000 per occurrence

Or

b) Bodily Injury/Property Damage Combined: $1 ,000,000 per occurrence combined single limit

Contract No. 2466 Bid Document Exhibit “A” - General Conditions APRIL 23, 2018 Page 2 of 43 B. Commercial General Liability Insurance Off-Site for operations away from the insured project site in a form providing coverage not less than that of a standard Commercial General Liability insurance policy (“Occurrence Form”) for operations of CONTRACTOR and its subcontractors, including Independent Contractors, Products and Completed Operations, Contractual Liability and Personal Injury Liability with Limits not less than:

Bodily Injury and Properly Damage Combined: General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence Limit $1,000,000

C. Umbrella Liability Insurance off Site that is excess of the primary automobile liability, employer’s liability and general liability coverage’s in a form that is as broad as the underlying coverage with limits not less than $5,000,000.

The CONTRACTOR and their subcontractors will be required to maintain a $5 million General Liability policy if they are required to be on site during the Warranty period as described in Article 55.

D. All insurance shall be on an occurrence basis and not a claims made basis.

E. Said policies, except Worker’s Compensation, shall name OWNER, Clark County, Nevada, its Commissioners, Officers, Employees, related entities and Authorized Representatives as additional insured’s with respect to liability arising out of the activities by or on behalf of the additional insured in connection with this project. The policies will be primary and any other insurance carried by OWNER and/or CONTRACTOR shall be excess and not contributing therewith.

F. Each insurance policy supplied by CONTRACTOR (or its subcontractors) must be endorsed to provide that the coverage will not be canceled or materially changed except after written notice has been given to OWNER. CONTRACTOR shall provide written notice of any material change, suspension, voiding or reduction in coverage or in limits, of any insurance policy, which provides coverage required by this Agreement and would degrade the coverages and limits required herein. Said notice must be provided per policy provisions. This notice requirement does not waive the insurance requirements contained herein.

G. All required insurance coverage as stated herein will be evidenced by a current ACORD Form 25 Certificate(s) of Insurance; such Certificates will include, but will not be limited to, the following:

1. All Certificates for each insurance policy are to be signed by a person authorized by that insurer.

2. Each insurance company’s rating as shown in the latest Best’s Key Rating Guide will be fully disclosed and entered on the required Certificates of Insurance. The insurance companies must have a Best’s Rating of at least A- VII or better in the latest edition of Best’s Insurance Reports. The adequacy of the insurance supplied by CONTRACTOR (or its subcontractors) including the rating and financial health of each insurance company providing coverage, is subject to the approval of OWNER, approval of which shall not be unreasonably withheld.

Contract No. 2466 Bid Document Exhibit “A” - General Conditions APRIL 23, 2018 Page 3 of 43 3. CONTRACTOR (or its subcontractors) will furnish renewal certificates for the required insurance during the period of coverage required by this Contract.

4. CONTRACTOR (or its subcontractors) will furnish renewal certificates for the same minimum coverages as required by this Contract. The notice for renewal will be submitted within ten (10) days in advance of the expiration date shown on the Certificate of Insurance. If, within thirty (30) days from the date of expiration, the Certificate has still not been provided, OWNER may declare CONTRACTOR (or its subcontractors) in default of its obligations under this paragraph.

5. All deductibles and self-insured retentions greater than $25,000 will be fully disclosed in the Certificates of Insurance. Deductibles/Self-insured Retentions on any policy greater than $25,000 requires approval from the OWNER.

6. For any claims related to this Contract, CONTRACTOR’s insurance coverage shall be primary. Any insurance or self-insurance maintained by Clark County, its Commissioners, Officers, employees, related entities and Authorized Representatives shall be excess of the CONTRACTOR’s insurance and shall not contribute therewith.

4.2 Insurance by OWNER:

During the term of this Contract OWNER shall provide insurance as follows:

A. Builder’s Risk or Course of Construction Insurance, insuring Risks of direct physical loss unless excluded. Coverage includes mechanical breakdown, property in transit, property at temporary storage location, earthquake, and flood (other than Zones A or V) subject to applicable sub-limits and insuring the interests of the OWNER, CONTRACTORS, and their subcontractors of any tier providing equipment, materials or services for the project. (Equipment is only covered if deemed to be incorporated as part of the project).

B. Airport Construction Liability Insurance or Wrap-Up with a combined single limit of no less than $50,000,000 per each occurrence using the Airport Contractors’ Liability Insurance form or its reasonable equivalent on an occurrence basis, if such occurrence form is available at a reasonable cost, for the following coverage’s:

1. Bodily Injury, Property Damage Combined Single Limit any one Occurrence and in the Aggregate.

2. Personal Injury limited to $25,000,000 any one offence and in the Aggregate.

C. Completed Operations and Contractual Liability coverage under this policy shall be maintained in force until completion or termination of the Contract with a limit of not less than $25,000,000 per occurrence.

D. OWNER and CONTRACTOR shall furnish each other with satisfactory evidence that the foregoing insurance is in force prior to commencement of Work on this Contract, including a complete copy of the policy upon request, as set forth in paragraphs 4.1 and 4.2 of this Article. Such policies shall provide that written notice shall be given to OWNER and to CONTRACTOR thirty (30) days prior to cancellation or material change of any protection which said policies provide.

Contract No. 2466 Bid Document Exhibit “A” - General Conditions APRIL 23, 2018 Page 4 of 43 E. The OWNER and CONTRACTOR waive all rights against (1) each other and any of their subcontractors, subcontractors, agents, employees, each of the other, and (2) the Architect and Architect’s consultants, and any of their subcontractors, sub- subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent covered by property insurance, except such rights as they have the proceeds of such insurance held by the OWNER as fiduciary. The OWNER or CONTRACTOR, as appropriate, shall require of the Architect, Architect’s consultants, and the subcontractors, sub-subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged.

4.3 Absence of Insurance

In the event CONTRACTOR fails to provide OWNER with the insurance described in paragraph 4.1 or in the event OWNER fails to provide CONTRACTOR with the insurance described in paragraph 4.2, no work shall commence on the contract site. If the coverage required by CONTRACTOR or OWNER is canceled, all Work on the contract site shall stop immediately, until the problem is resolved.

4.4 Maintenance of Deductible

A. If the loss is caused by the CONTRACTOR or their subcontractors, CONTRACTOR will be responsible for maintenance of the deductible per each occurrence of a loss as follows:

1. If arising out of direct damage to property under course of construction or installation, whether or not insured by OWNER, the first $50,000.00.

2. If arising out of direct damage to property under course of construction or installation, whether or not insured by OWNER for perils of FLOOD and EARTH MOVEMENT, the first $100,000.00.

3. If arising out of property damage liability, including loss of use thereof, the first $5,000.00.

B. All maintenance deductibles under Item 4.4 shall be paid by CONTRACTOR, directly to OWNER, to an OWNER specified Trust Fund.

4.5 Claim Reporting

A. CONTRACTOR shall immediately report any incident or claim, no later than twenty-four (24) hours after occurrence, against any insurance furnished by OWNER, to the Insurance Adjuster, on a form to be furnished by OWNER.

B. CONTRACTOR shall, at the same time, forward a copy of the executed form to OWNER and OWNER’s insurance agent.

Contract No. 2466 Bid Document Exhibit “A” - General Conditions APRIL 23, 2018 Page 5 of 43 4.6 Costs and Markups for Insurance Claims

All costs and markups for work performed by CONTRACTOR, on insurance claims, as noted in this General Condition, shall be in accord with all the requirements of Exhibit “A” - General Conditions, Article 8.0 - Changes.

4.7 Furnishing Insurance Policies

OWNER reserves the right to have CONTRACTOR furnish actual insurance policies for examination by OWNER.

4.8 Familiarity with Coverages

It is CONTRACTOR’s responsibility to familiarize itself with the coverages described in this General Condition.

5.0 PERMITS AND FEES

CONTRACTOR shall be responsible for procurement of any and all permits and certificates, required by the relevant regulatory agencies, applicable to constructing and, upon completion, utilization of this facility by OWNER including, but not limited to: Plan Check fee(s), Building Permit(s), Grading Permit(s), Drainage/Flood Control Permit(s), Electrical Permit(s), Mechanical Permit(s), Plumbing Permit(s), Dust Control Permit(s), Fire Protection Permit(s), Water/Sanitation Connection Fee(s), Temporary Occupancy Certificate(s), Permanent Occupancy Certificate, or Security Deposits. Refer to Contract Special Conditions for Payment.

If excavating within ten (10) feet, or working on a jet fuel line, secure a Hazardous Materials Permit from the Nevada State Fire Marshal Division.

6.0 CONTRACT MEETINGS

CONTRACTOR shall, as requested by OWNER, attend any and all meetings required by OWNER to discuss the Work under the Contract. Such meetings shall be conducted and recorded by OWNER with minutes of each meeting distributed to CONTRACTOR.

6.1 Pre-Construction Conference

As soon as practicable after award of Contract and prior to commencing any work, a pre-construction conference will be arranged. The purpose of said conference is to determine procedures related to smooth progress of the project and to review any items requiring clarification. Procedures for processing and distribution of all documents and correspondence related to the Contract willbe established.

7.0 CONSTRUCTION SCHEDULE AND DATA

Not used. Refer to Exhibit “B”— Special Conditions, Article 7.0 — Construction Schedule and Data.

8.0 CHANGES

8.1 Changes in the Work

8.1.1 OWNER may, at any time, without invalidating the Contract and without notice to the sureties, make changes in the Work.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 6 of 43 8.1.2 OWNER will issue written orders to CONTRACTOR for any changes provided that in the event of an emergency which OWNER determines endangers life or property, OWNER may issue oral orders to CONTRACTOR for any work required by reason of such emergency. Such orders willbe confirmed in writing as soon as practicable. Such orders, whether written or oral, may be accompanied by drawings and data as are necessary to show the extent of such ordered work.

8.1.3 CONTRACTOR shall commence such changed work so that all the dates set forth in CONTRACTOR’s current construction schedule as approved by OWNER will be met, provided that in the event of an emergency which OWNER determines endangers life or property, CONTRACTOR shall commence such change as required by OWNER. Failure to commence any such change in a timely fashion shall entitle OWNER to invoke the provisions of Exhibit ‘A”General Conditions Article 19.0 - Termination for Default.

8.1.4 If CONTRACTOR intends to assert a proposal for an equitable adjustment under this clause, it must within ten (10) calendar days after receipt of notification of such change, as provided for in Article 8.1.2 above, provide written notification of such intent and within a further twenty (20) calendar days, pursuant to Exhibit B” - Special Conditions Article 22.0, Pricing of Changes, submit to OWNER a written proposal setting forth the nature, schedule impact, and pricing in sufficient detail to permit thorough analysis and negotiation.

8.1.5 Any delay by CONTRACTOR in giving notice or presenting a proposal for adjustment under this clause shall be grounds for rejection of the proposal if and to the extent OWNER is prejudiced by the delay. In no case shall a claim by CONTRACTOR be considered ifasserted after final payment under this Contract.

8.2 Schedule Changes: Ifthe performance of such changes would result in an increase or decrease in the time required for completion of Work as shown on CONTRACTOR’s approved construction schedule, CONTRACTOR shall revise the schedule to reflect the increase or decrease and submit such revised schedule to OWNER.

8.3 Payment for Changes: It is expressly understood that no payment for change work willbe made until the price of the change work has been approved by OWNER. Once approved, the price of the change work shall be added to the schedule of values and when the Work is completed, payment shall be included in CONTRACTOR’s next Progress Pay Estimate, all in accordance with Exhibit “C, Compensation Conditions.

8.4 Agreement on Cost of Change: If OWNER and CONTRACTOR are unable to reach an agreement as to the total cost of the change, this shall be resolved under provisions of Exhibit “A” - General Conditions, Article 25.0 - Contract Interpretation.

CONTRACTOR shall proceed diligently with performance of the Work when directed by OWNER, pending final resolution of any request for adjustment, dispute, claim, appeal, or action arising under the Contract, and comply with any decision of OWNER.

8.5 CONTRACTOR’s Certification of Claims: CONTRACTOR shall provide the following certification signed by an authorized representative of the CONTRACTOR with respect to any Claim for adjustment in the Contract Price:

“I certify that this claim is made in good faith; that the supporting data is accurate and complete to the best of my knowledge and belief; that the amount requested accurately

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 7 of 43 reflects the adjustment in the Contract Price for which I believe OWNER is liable; that I understand Nevada law imposes liabilityfor damages and civil penalties for knowingly presenting or causing to be presented a false claim for payment or approval or knowingly making or using, or causing to be made or used, a false record or statement to obtain

payment or approval of a false claim; and that I am duly authorized to certify this claim on behalf of CONTRACTOR.”

Except as otherwise provided by law and notwithstanding any other provision contained in the Contract Documents to the contrary, either State or Federal courts which are located in Nevada will have exclusive jurisdiction over any dispute, claim or question involving an allegation of a false claim and such dispute, claim or question willnot be subject to arbitration.

9.0 PROGRESS

CONTRACTOR shall give OWNER full information in advance as to its plans for performing each part of the Work. If at any time during the progress of Work, CONTRACTOR’s actual progress is inadequate to meet the requirements of the Contract, OWNER may so notify CONTRACTOR who shall thereupon take such steps as may be necessary to improve its progress. Ifwithin a reasonable period as determined by OWNER, CONTRACTOR does not improve performance to meet the currently approved contract construction schedule, OWNER may require an increase in CONTRACTOR’s labor force, the number of shifts, overtime operations, additional days of work per week and an increase in the amount of construction plant; all without additional cost to OWNER. Neither such notice by OWNER nor OWNER’s failure to issue such notice shall relieve CONTRACTOR of its obligation to achieve the quality of work and rate of progress required by the Contract.

Failure of CONTRACTOR to comply with the instructions of OWNER may be grounds for determination by OWNER that CONTRACTOR is not prosecuting its work with such diligence as willassure completion within the times specified. Upon such determination, OWNER may terminate CONTRACTOR’s right to proceed with the performance of the Contract, or any separable part thereof, in accordance with the applicable provisions of this Contract.

10.0 SAFETY

Allcosts in connection with meeting all the requirements of this General Condition shall be borne by CONTRACTOR.

10.1 Safety, Sanitary, Medical

CONTRACTOR shall at all times conduct all operations under this Contract in a manner to avoid the risk of endangerment to health, bodily harm to persons, and damage to property. CONTRACTOR shall comply with their written Project Safety and Health Program. CONTRACTOR shall, in accordance with CONTRACTOR’s established practices, have sole responsibility for implementing its safety and health program, taking all safety and health precautions necessary and continuously inspect all equipment, materials and work to discover, determine and correct any conditions which might result in any safety risks or damage to any property. CONTRACTOR shall furnish all safety equipment and instructions required for the Work and shall maintain and furnish accident, injury and any other records and reports required by applicable laws and regulations or by OWNER.

CONTRACTOR shall promptly and fully comply with and carry out safety, sanitary and medical requirements as prescribed by Federal, State or local laws or regulations, and CONTRACTOR shall take such other measures as may be necessary or required to assure that the safety and

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 8 of 43 health of its employees, subcontractors, OWNER, its representatives and the general public will be safeguarded.

Before starting work, CONTRACTOR shall provide a written Safety Program for OWNER’s review. For work in the AOA, the requirements of FAA Advisory Circular 150/5370-2E dated January 16, 2003 shall apply. Such program shall be subject to approval. Such review shall not relieve CONTRACTOR of its responsibility for safety nor shall such approval be construed as limiting in any manner CONTRACTOR’s obligation to undertake any action which may be necessary or required to establish and maintain safe working conditions at the site. CONTRACTOR shall promptly comply with any directive from OWNER in connection with safety.

CONTRACTOR shall designate a Safety Officer, acceptable to OWNER.

CONTRACTOR shall hold “New Hire safety orientations for all its employees and its subcontractors’ employees to instruct them regarding the requirements of CONTRACTOR’s safety and health program. CONTRACTOR shall furnish and cause its subcontractors to furnish safety equipment to all employees and shall enforce the use of such equipment by the employees.

CONTRACTOR shall maintain all portions of work in a neat, clean and sanitary condition at all times.

The CONTRACTOR shall implement all necessary safety plan measures prior to commencement of any work activity. The CONTRACTOR shall conduct routine checks to ensure compliance with the safety plan measures.

The CONTRACTOR is responsible to the OWNER for the conduct of all subcontractors it employs on the project. The CONTRACTOR shall ensure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures without expense to the OWNER.

10.2 Fire Prevention

CONTRACTOR shall conform to all Federal, State, and local laws and regulations pertaining to burning, fire prevention and control within or adjacent to the Jobsite. Necessary precautions to avoid and eliminate fire hazards shall be the responsibility of CONTRACTOR. This includes keeping the Jobsite area clear of all trash at all times.

All tarpaulins used for any purpose during construction of any work shall be made of material resistant to fire, water and weather and shall bear UL labels. Lighting of any fires on premises is strictly forbidden.

CONTRACTOR shall provide portable fire extinguishers compatible with the hazard of each work area and shall instruct its personnel in their location and use. Wherever welding and burning are conducted, no inflammable materials shall be allowed and a fire watch shall be provided by CONTRACTOR to be present during the burning and welding operation to ensure that protective measures are taken and that no fires result from such operation. The fire watch shall have fire extinguisher equipment readily available and know-how for proper use.

10.3 Pumping and Drainage

Surface or sub-surface water or other fluid shall not be permitted to accumulate in excavations or under any structure. Should such conditions develop or be encountered, the water or other fluid

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 9 of 43 shall be controlled and suitably disposed of by means of temporary pumps, piping, drainage lines and ditches, dams or other methods approved by OWNER and other public agencies having jurisdiction.

10.4 Permitting and Dust Control for Construction Activities

A. CONTRACTOR, for the duration of the Contract, shall maintain all excavations, embankments, haul roads, access roads, plant sites, waste disposal areas, borrow areas, and all other work areas free from dust. CONTRACTOR shall obtain and comply with the Dust Control Permit for construction activities as issued by the Clark County Department of Air Quality & Environmental Management (DAQEM). Separate payment will not be made for dust control unless specifically defined as a separate pay item.

B. If OWNER determines that dust from the Jobsite constitutes a hazard to aircraft operations, CONTRACTOR shall take immediate action to reduce the amount of dust to the satisfaction of OWNER. If CONTRACTOR does not respond immediately, OWNER reserves the right to undertake dust control at CONTRACTOR’s expense.

C. CONTRACTOR shall limit the emission of particulate matter into the ambient air by preventing, controlling, and mitigating fugitive dust from construction activities. CONTRACTOR shall comply with the requirements of Section 94.1 through 94.9 of the Clark County Department of Air Quality & Environmental Management (DAQEM) regulations dated November 16, 2000, and subsequent amendments, including the “Section 94 Handbook”, on file at the offices of the Clark County DAQEM. Prior to engaging in any construction activities related to construction that disturb or have the potential to disturb soils and cause fugitive dust, the CONTRACTOR shall obtain a Dust Control Permit and, if applicable, a Dust Mitigation Plan from the Clark County DAQEM. The Dust Control Permit shall contain specified control options or be based on a site- specific Dust Mitigation Plan dependent on the area to be disturbed.

D. Permit Applications: Applications for Dust Control permits can be obtained from the Clark County Department of Air Quality & Environmental Management (DAQEM), 500 South Grand Central Parkway, 1st Floor, Las Vegas, Nevada 89155, and shall be filed with a Control Officer representing the Clark County DAQEM. All applications for Dust Control Permits issued under the provisions of Section 94 Handbook (Permitting and Dust Control for Construction Activities) shall include, at a minimum, all the information required by the Section 94 Handbook, as applicable.

E. Dust Control Permit Stipulations: CONTRACTOR shall provide complete copies of the Dust Control Permit and Dust Mitigation Plan to all subcontractors under its control and assure that all such subcontractors abide by the conditions contained therein. CONTRACTOR shall supply complete copies of the Dust Control Permit and Dust Mitigation Plan, if applicable, to OWNER. The Control Officer representing the Clark County Department of Air Quality & Environmental Management may suspend or revoke the Dust Control Permit. Upon suspension or revocation of the permit, that work which gives rise to the violation to the terms of the permit willcease. CONTRACTOR shall take remedial and corrective action as may be deemed appropriate within a specified period of time, dependent upon the scope and extent of the problem. CONTRACTOR shall be responsible for any delays caused by the work stoppage. Allcost associated with delays in connection with any remedial or corrective action, willnot be reimbursed by OWNER.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 10 of 43 10.5 Water Pollution

CONTRACTOR shall, at its expense, provide suitable facilities to prevent the introduction of any substances or materials into any stream, river, lake or other body of water, which may pollute the water or constitute substances or materials deleterious to fish and wild life.

10.6 Air Pollution

CONTRACTOR shall register with the Clark County Department of Air Quality & Environmental Management any equipment requiring operating permits by said Department.

CONTRACTOR shall so perform its work as not to discharge into the atmosphere from any source whatever smoke, dust, or other air contaminants in violation of the laws, rules, and regulations of all Federal, State and Local air and water pollution requirements including, but not limited to:

A. Nevada Revised Statute 445 - Air Quality Regulation.

B. Obtain applicable permits from the Clark County Department of Air Quality & Environmental Management before commencing work on site.

10.7 Explosives

Use of explosives willnot be allowed on this Contract.

10.8 Illumination

When any work is performed at night or where daylight is shut off or obscured, CONTRACTOR shall, at its expense, provide artificial light sufficient to permit work to be carried on efficiently, satisfactorily and safely, and to permit thorough inspection. During such time periods the access to the place of work shall also be clearly illuminated. Allwiring for electric light and power shall be installed and maintained in compliance with local code, securely fastened in place at all points, and shall be kept as far as possible from telephone wires, signal wires, and wires used for firing blasts.

10.9 Cleaning Up

CONTRACTOR shall, at all times, keep its work areas in a neat, clean, and safe condition. Upon completion of any portion of the Work, CONTRACTOR shall promptly remove all of its equipment, construction plant, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, CONTRACTOR shall at its expense, satisfactorily dispose of all plant, buildings, rubbish, unused materials, and other equipment and materials belonging to it or used in the performance of the Work, and CONTRACTOR shall leave the premises in a neat, clean, and safe condition. In the event of CONTRACTOR’s failure to comply with the foregoing, the same may be accomplished by OWNER at CONTRACTOR’s expense.

10.10 Hazard Communication

CONTRACTOR shall be aware of OSHA Federal Standard 29 CFR 1910.1200, Hazard Communication and 29 CFR 1910.20(C), Access to Employee Exposure and Medical Records. CONTRACTOR’s Safety Program shall address and include all aspects of the preceding OSHA rules, as well as any local or State hazard communication laws.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 11 of 43 CONTRACTOR shall furnish to OWNER the MSDS Sheet on any material requiring same, for OWNER review and approval prior to said material being delivered to the site. CONTRACTOR shall specifically follow all the safety requirements listed on the MSDS Sheet.

10.11 Hazardous Material

CONTRACTOR shall immediately notify OWNER of any hazardous materials subsequently found on the site and shall not remove same without the permission of OWNER.

If the hazardous material and subsequent contamination was caused by CONTRACTOR, CONTRACTOR shall remove said hazardous material and contaminated soils or materials from the site and shall dispose of same in accordance with all Federal, State or Local laws or regulations. Removal of such materials and contamination shall be monitored by a licensed hazardous materials laboratory, and said laboratory shall prepare a written report attesting to the complete removal of the contaminating material and resulting contamination, all to the satisfaction of, and at no cost to, OWNER.

10.12 Storm Water Pollution Protection Plan (SWPPP)

For all projects of at least one (1) acre, CONTRACTOR shall obtain a Stormwater Discharge Permit. Refer to the NDEP website http://ndep.nv.gov/bwpc/stormol .htm.

Prior to proceeding with any construction activity, CONTRACTOR shall file a Notice of Intent (NOl) with the Nevada Division of Environmental Protection (NDEP) to obtain coverage under the General Permit for Storm Water Associated with Construction Activity (General Permit) NVR100000. A Storm Water Pollution Prevention Plan shall be prepared prior to submittal of the NOI.

The SWPPP shall be submitted to OWNER for review and must remain on the project site as a living document during the life of the project. CONTRACTOR shall furnish a copy of the initial SWPPP with the General Permit NVR100000-XXXXX attached.

The SWPPP shall be prepared in accordance with good working practice and shall consist of, as a minimum, project information, site plan, Best Management Practices (BMP’s), non-storm water discharges and a description of permanent storm water controls including final stabilization measures for permit termination. CONTRACTOR shall be responsible throughout the duration of the project for installing, constructing, inspecting, maintaining, replacing, removing and disposing of the water pollution control practices specified in the SWPPP including but not limited to a silt fence and the protection of any temporary roadway or infield drain inlets. Refer to Section l.B. of General Permit NVR100000 for complete SWPPP requirements.

CONTRACTOR shall have a Nevada Registered Civil Professional Engineer design and/or review and stamp plans that require engineered calculations. SWPPP’s containing temporary BMP’s requiring sizing such as diversion dikes and ditches, check dams, slope drains, sediment retention basins, etc., shall be designed and/or reviewed and approved by a Professional Civil Engineer (PE) registered in the State of Nevada. However, only that component of the SWPPP requires a PE to be retained. Refer to Section l.B. of General Permit NVR100000 for determining when designed temporary BMP’s are requited.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL23, 2018 Page 12 of 43 If an OWNER furnished material source is utilized for general fill material, aggregate and/or staging a temporary asphalt or concrete batch plant operation dedicated solely to this Contract, then General Permit NVR100000-XXXXX covers storm water discharges from the site and/or plant operations. However, a separate SWPPP shall be developed to address water pollution control practices for the site and/or plant operations.

CONTRACTOR shall comply with the applicable provisions of the General Permit that govern operations and storm water and non-storm water discharges from the project site.

CONTRACTOR should note that references to websites and form numbers in this Article 10.12 are informational only. It is CONTRACTOR’s responsibility to determine the necessary actions that must be taken and the correct agency forms which must be completed and submitted for approval.

11.0 CONTRACTOR-FURNISHED DRAWINGS, DATA AND SAMPLES

Review and permission to proceed by OWNER as stated in this Contract does not constitute acceptance or approval of design details, calculations, analysis, test methods, certificates or materials developed or selected by CONTRACTOR and does not relieve CONTRACTOR from full compliance with contractual obligations.

Approval of a submittal, which changes or modifies a Technical Specification, does not constitute approval of those changes or modifications unless same have been specifically identified as a deviation from or substitution of the Technical Specification.

Each submittal is to be complete and in sufficient detail to allow ready determination of compliance with Contract requirements.

11.1 Drawings

Where drawings are required for (a) fabrication of all equipment; (b) installing material or equipment; (c) planning, scheduling and performance of the Work under the Contract; all such drawings shall be submitted by and at the expense of CONTRACTOR before fabrication, installation or performance is commenced, allowing at least fourteen (14) calendar days for review by OWNER based on CONTRACTOR’s approved submittal schedule portion of the CPM schedule. Such drawings shall include, but not be limited to, matchmarks, erection diagrams and other details, such as field connections for proper installation, erection of the equipment, and performance of the Work.

Any CONTRACTOR drawings that show variations from the Contract requirements, CONTRACTOR shall describe such variations on a Submittal Deviation Form, at the time of submission. If OWNER approves any such variation(s), OWNER shall issue an appropriate Contract Change Request, except that, if the variation is minor and does not involve a change in price or in time of performance, a Contract Change Request need not be issued.

Drawings of a specific piece of equipment shall identify components with the manufacturer’s part number or reference drawing number clearly indicated. If reference drawing numbers are used, the review date of such drawings shall be included. Drawings shall indicate design dimensions, maximum and minimum allowable operating tolerances on all major wear fits, i.e. - rotating, reciprocating or intermittent sliding fits between shafts or stems and seals, guides and pivot pins.

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 13 of 43 The sequence of submission of all drawings shall be such that all information is available for reviewing each drawing when it is received.

CONTRACTOR shall prepare complete construction and/or erection drawings to execute the Work and shall be fully responsible to coordinate all elements of the detail design (civil, architectural, structural, electrical and mechanical) so that full details are shown on its construction/erection drawings to permit CONTRACTOR to order its materials and for its field forces to construct the facilities covered in the Contract. CONTRACTOR shall also provide design calculations when required.

For the purpose of this Article, construction/erection drawings shall include those prepared for the construction of permanent facilities as well as temporary structures such as temporary bulkheads, excavation support, ground water control systems, temporary electrical systems, and for all other temporary work as may be required for construction.

Alldrawings submitted by CONTRACTOR shall be certified by CONTRACTOR to be correct, and shall be furnished in accordance with drawings and data requirements on forms provided by OWNER. OWNER will conduct a review of CONTRACTOR’s drawings and a reproducible drawing marked with one of the following code notations willbe returned to CONTRACTOR.

Code 1 Work may proceed. Code 2 Work may proceed subject to incorporation of changes indicated. Resubmit for the record. Code 3 Work may not proceed. Revise and resubmit. Code 4 For record only. OWNER review not required.

The Contract willnot be closed nor final retention released until all submittals are Code 1 or Code 4.

71.2 Samples

Samples are physical examples, which illustrate materials, equipment or workmanship and establish standards by which the Work willbe judged.

Where samples are required, they shall be submitted by and at the expense of CONTRACTOR. Such submittal shall be made to allow fourteen (14) days for OWNER’s review and sufficient time after approval to have the materials manufactured and delivered to the job site for incorporation into the Work, in accordance with CONTRACTOR’s schedule.

Materials represented by such submittals shall not be manufactured, delivered to the site or incorporated into any work without such review.

Each sample shall bear a label showing CONTRACTOR’s name, project name, name of the item, manufacturer’s name, brand name, model number, supplier’s name, and reference to the appropriate drawing, technical specification section and paragraph number, all as applicable.

CONTRACTOR shall furnish two (2) of each sample required. lithe Technical Specifications require more than four samples, the requirements of the Technical Specifications shall govern. In addition to the furnished samples, record into OWNER specified system the associated submittal documentation.

Samples which have been reviewed may, at OWNER’s option be returned to CONTRACTOR for incorporation into the Work.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 14 of 43 11.3 Brochures, Data Sheets and Certificates

Where brochures, data sheets or certificates are required, two (2) originals of each shall be submitted by and at the expense of the CONTRACTOR. In addition to the two (2) originals of brochures, data sheets or certificates, record into the OWNER specified system an electronic copy of the submittal documentation associated with these items. Such submittal shall be made to allow fourteen (14) days for OWNER’s review and sufficient time after approval to have the materials manufactured and delivered to the job site for incorporation into the Work, in accordance with CONTRACTOR’s schedule.

Materials represented by such submittals shall not be manufactured, delivered to the site or incorporated into any work without such review.

Certificates shall clearly identify the material being certified and shall include but not be limited to providing the following information: CONTRACTOR’s name, project name, name of the item, manufacturer’s name, and reference to the appropriate drawing, technical specification section and paragraph number all as applicable.

All printed brochures, data sheets and certificates shall be submitted in the original for the O&M Manuals. Reproduced materials are not acceptable.

11.4 Operations and Maintenance Manuals

Furnish one (1) original of Operations and Maintenance (O&M) Manuals providing data on and operation and/or maintenance procedures for all incorporated material, equipment and finishes installed under this Contract.

All data to be included in the O&M Manuals shall be included in CONTRACTOR’s submittals under this General Condition.

Provide separate volumes for General, Mechanical and Electrical portions of the Work. Each volume shall be a three-inch (3”) three-ring binder. The cover and spine of each volume shall be imprinted with name of project, OWNER, description of contents and date. All data shall be indexed as per the index of the Technical Specifications. All pages shall be 8-1/2 x 11 inches except for fold out pages of diagrams and manufacturer’s literature. Include manufacturer’s supplier’s and subcontractor’s names, addresses and telephone numbers, model numbers, proportions of mixes, furnish numbers and all pertinent information required for replacement ordering or duplication for each incorporated material, equipment and finishes installed under this Contract.

Provide a separate three-ring binder for Guarantees/Warranties that exceed the standard twelve month warranty. The cover and spine of the binder shall be imprinted with name of project, OWNER, description of contents and date. All data shall be indexed as per the index of the Technical Specifications.

CONTRACTOR shall submit for approval by OWNER, a sample of the three ring binder, appropriately inscribed, no later than NTP plus ninety (90) days.

Throughout the Contract submittal process, as an incorporated material, equipment or finishes submittal is reviewed and marked as Code 1, CONTRACTOR willplace one (1) original of same in the O&M Manual. CONTRACTOR is advised that OWNER may request information from the O&M Manuals or request to review the Manuals during performance of the Contract, so it is

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 15 of 43 APRIL the Bid Approval submittal, design, their will requirements Substitutions Materials material specified. Submittal General The submit permit delivery model CONTRACTOR. and are equal Any benefit, ease within Prior 72.0 11.5 Document Work be comparable, spare request approval to burden of to seven 23, number OWNER drawings, the specific the proposing SUBSTITUTIONS to operation, designs, Conditions. materials, Data the or Data Completion O&M maintenance Until imperative Conditions, that and of CONTRACTOR Substitution caused 2018 the method. parts sole substitution project. a by (7) may specified, to of of the methods Las for or substitution Manuals. function to CONTRACTOR be the judge days for and proof as of samples, by CONTRACTOR use O&M not any make Vegas fabrications, maintenance submitted that generic Contract. of Article well all Additionally, any that after required be Form. substitute the of by proposed that of of materials or CONTRACTOR a Manuals The as permitted whether area substitutions. any by may fair such Contract economy Notice data shall equality 11 species such items reason Any and .0 and O&M on or within CONTRACTOR make manufactured item and and for - item, not as all all item of the and approved Contractor-Furnished item are or equitable shall under or in material other Award substitutions of of items certificates governmental service, will Manuals relieve seventy of only not CONTRACTOR those portions CONTRACTOR equipment will Submittal maintenance. by cost a If support be develop the the than one OWNER a I contained proposed as it shall in manufacturer instances decision substitution savings, CONTRACTOR into that General two substitution provided additional OWNER’s items, and those of shall for its the include, Code the for the (72) and offered agencies proposed rejects CD’s request bear specified in specified Contract. on space construction appearance, substitution reduced Conditions, hours. maintain where shall shall the by 1 Drawings, the of request interest. but is as the other will or Nevada O&M ‘an CONTRACTOR’s satisfy allocated, with merits equal furnish a having the substitute not from Code expense will items be construction equal” substitution the than for Manuals. sufficient be products Replacement be Special forwarded for methods in longevity Data Revised of itself responsibility O&M substitution 4, two limited shall jurisdiction those quality, considered the item that a CONTRACTOR for items and that (2) Exhibit proposal. specified be Manuals Conditions any are test such specified must to time, Statutes. shall and compact and the Samples supported utility to substitute as complete designed changes data in parts, “A” over item item suitability sequences, be OWNER a required for or be the substitution. from and CONTRACTOR - item similar received and or compliance readily General proposed affords disks use and same Contract accompanied maintenance of descriptions by economy shall item in to the other shall by brand of Page for Compensation certification at other demonstrable match (CD’s) category. available beginning Exhibit the comparable and by on Conditions the perform Substantial means No. is, be OWNER OWNER 16 name the parts with specific climate system to artistic in of 2466 of upon parts shall of ‘A” by fact, first that 43 the for all of or all of to all of a - 13.0 INSPECTION: REJECTION OF MATERIALS AND WORKMANSHIP

CONTRACTOR shall be responsible for ensuring that all the Work is in complete compliance with the Contract Documents and applicable codes, and that all the Work is completed to the highest quality of workmanship. CONTRACTOR shall designate someone from the Jobsite staff to perform Quality Control. This individual shall have at least five (5) years of verifiable experience in performing similar functions on similar size and type of projects. This individual shall provide daily and weekly quality control summary reports. Reports shall include all material installed for the day that has been verified per the Contract Documents and shall address all required inspections and testing.

CONTRACTOR shall submit at the Pre-construction meeting a resume of the proposed Quality Control person for OWNER approval. OWNER has the right to reject any individual presented, and retains the right to require replacement of the Quality Control person at any time during the execution of the Contract. The decision to reject or replace the Quality Control person shall be at the OWNER’s sole discretion. The Quality Control person shall be part of CONTRACTOR’s on-site management staff reporting directly to CONTRACTOR’s Project Manager.

CONTRACTOR shall prepare a Quality Plan, which shall detail how CONTRACTOR will accomplish the highest quality of work, as described below. (1) CONTRACTOR shall submit a Contract-specific written Quality Plan, covering the services provided by CONTRACTOR under this Contract, including Quality Control (QC) measures and Quality Surveillance that shall be employed during the execution of the Work. The Quality Plan shall define the documented quality system to be implemented by the CONTRACTOR throughout the Work and make reference to all of the CONTRACTOR’s relevant procedures and manuals.

(2) The Quality Plan shall be submitted by Contract Day Thirty (30) unless otherwise specified in Exhibit B” — Special Conditions, Article 4.0 - Contract Milestones. CONTRACTOR is required to describe the preparation, execution, checking/inspection and approval/acceptance of the various types of contract deliverables and activities, identifying the department or discipline responsible and the documentation requirements. (3) The Quality Plan shall be adequate to cover all construction operations, including both on-site and off-site fabrication and installation, and shall include the controls to be implemented by subcontractors, suppliers and sub-tiers thereof, including identifying the documentation that subcontractors, suppliers and sub-tiers thereof are required to produce in order to meet the Contract requirements. (4) The Quality Plan shall include an organization chart showing CONTRACTOR’s project organization responsible for managing, performing and verifying the Work. The organization chart shall be supported with a reporting and functional description of Contractor’s project organization and identification of the quality related responsibilities of key positions. (5) The Quality Plan shall, as a minimum: a) cover the relevant phases of the Contract (e.g., engineering/design, procurement, fabrication, construction, installation, testing and commissioning), b) list procedures for activities, including Quality Control, relevant to the Contract, including those planned but not written, c) identify comprehensive quality system audit procedures including the preparation of audit reports, d) include Internal and External audit plans/ schedules, e) specify procedures to rectify non-conformances raised. This includes specific and systems non-conformances raised as a result of both internal and external audits, f) identify Contract completion procedures which shall provide for review and

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 17 of 43 verification of records by the CONTRACTOR, g) identify those subcontractors and supplier documents that are to be submitted for review and acceptance by the Owner, h) a schedule of its internal and external consultant, subcontractor and supplier audits that are to be conducted to verify that all aspects of the Work are being conducted in accordance with the Contract requirements, i) other items pertinent to Quality Control including testing and inspection, equipment and instrument calibration, training, and records retention.

CONTRACTOR shall, at CONTRACTOR’s expense, perform all inspections required by the Contract documents and shall notify OWNER in advance of such inspections to allow OWNER the opportunity to witness such inspections. All materials and equipment furnished and work performed shall be properly inspected by CONTRACTOR and shall at all times be subject to quality surveillance, observations or quality audit by OWNER. CONTRACTOR shall provide safe and adequate facilities and all samples, drawings, lists and documents necessary for such quality surveillance, observation or quality audit. For this purpose OWNER shall be afforded full and free access to the shops, factories or places of business of CONTRACTOR and its subcontractors and suppliers for such quality surveillance, observation or quality audit and to determine the status of the Work.

CONTRACTOR shall provide full and free access at all times for OWNER to conduct OWNER’s own independent inspections and tests and those inspections and tests required in accordance with Clark County Department of Building & Fire Prevention requirements, FAA requirements and the requirements of any other authority having jurisdiction. Such inspections and tests shall not relieve CONTRACTOR of CONTRACTOR’s obligation to conduct all inspections and tests required by the Contract documents.

If CONTRACTOR covers all or any portion of the Work prior to any quality surveillance or test by OWNER, the cost of any necessary uncovering and replacing shall be borne by CONTRACTOR. Neither the failure to make such quality surveillance, observation or quality audit, nor to discover and require corrective action of defective workmanship, materials, or equipment, nor acceptance of or payment to CONTRACTOR for such work, materials or equipment shall prejudice the rights of OWNER thereafter to correct or reject the same as hereinafter provided.

If any material, equipment or workmanship is determined by OWNER, either during performance of the Work or on final quality surveillance, or during any applicable warranty period, to be defective or not complying with the requirements of this Contract, OWNER shall notify CONTRACTOR by a written Non-Compliance Report that such material, equipment or work is rejected and OWNER reserves the right to withhold payment on any such item. Thereupon, CONTRACTOR will, at its own expense, commence corrective work within five (5) days of the Non-Compliance Report, and remove and replace or correct such defective material, equipment or work by making the same comply strictly with all requirements of the Contract.

OWNER may issue Non-Compliance Reports on CONTRACTOR violations of the General Conditions, Special Conditions, Compensation Conditions, Technical Specifications or Drawings. OWNER reserves the right to backcharge CONTRACTOR for any and all costs OWNER incurrs as a result of an NCR in accordance with Exhibit “B”— Special Conditions, Article 24.0 - Backcharges.

14.0 TESTING

CONTRACTOR shall, at CONTRACTOR’s expense, perform all tests on all materials, equipment and work performed as required by the Contract documents. CONTRACTOR shall notify OWNER in advance of such tests to allow OWNER the opportunity to witness such tests. Evidence that materials and

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 18 of 43 equipment furnished and work performed have passed the required tests shall be furnished to OWNER, prior to payment of said materials, equipment or work. Field testing of systems or parts of systems, as called for in the Technical Specifications or on the Drawings, to show compliance with the Contract Documents, shall be performed by CONTRACTOR, with OWNER witnessing said tests. Said tests shall be passed prior to final payment on the systems or parts of systems.

CONTRACTOR shall forward to OWNER, with each Monthly Progress Pay Estimate, copies of all test results that were conducted in the pay period, which are required by CONTRACTOR’s approved Quality Plan. Test results shall be accompanied by a computerized abstract of same, which shall list the Contract number, type of test, exact location from which the sample was obtained or tested, results of the test, date of test, whether the test met the requirements of the Contract and signed by CONTRACTOR’s Authorized Representative.

Should tests in addition to those required by the Contract be desired by OWNER, CONTRACTOR will be advised in reasonable time to permit such testing. Such additional tests willbe at OWNER’s expense except as such additional tests are required due to CONTRACTOR’s work or materials having failed any initialtest.

CONTRACTOR acknowledges that OWNER willcharge to CONTRACTOR’s account any re-tests or re surveys that are required by the failure of any of CONTRACTOR’s materials or work. The cost of such re testing or re-surveying shall be computed by taking the cost charged OWNER by the Materials Testing Contractor or the Verification Survey Contractor and adding a twenty-five (25) percent surcharge for OWNER’s overhead and OWNER’s Authorized Representative’s overhead.

CONTRACTOR shall furnish samples as requested and shall provide reasonable assistance and cooperation as necessary to permit tests to be performed on materials or work in place including reasonable stoppage of work during testing.

CONTRACTOR shall furnish OWNER with certificates of compliance on materials prior to the use of those materials in the Work where required by the Technical Specifications.

CONTRACTOR shall conduct all quality control testing necessary to assure the product is in complete accord with the Contract Documents.

Alltests performed under this Contract willutilize the ASTM test designation and procedure. Where other test procedures are required by the Technical Specifications, including but not limited to AASHTO, Asphalt Institute, or Military Standards, the equivalent ASTM test procedure will be performed for acceptance testing, unless otherwise directed by OWNER.

Alltesting shall be conducted in accordance with the ASTM testing procedure that is current at the time of award of the Contract.

15.0 AS-BUILT RECORDS

15.1 Drawings

Progress Records - During construction, CONTRACTOR shall keep a marked-up-to-date set of full size conformed drawings showing as-built conditions on the site as an accurate record of all work as shown and work as installed. These drawings shall be available to OWNER for inspection at any time.

As-built drawings include construction/erection drawings such as life-safety system drawings, mechanical shop drawings, etc. These drawings shall accurately reflect the as-built condition and

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 19 of 43 shall be submitted as separate PDF files.

As-built data shall be recorded on the drawings in red pencil or ink. CONTRACTOR shall mark out with a single red line all superseded data and write in all as-built data.

15.2 Specifications

Progress Records - During construction, CONTRACTOR shall keep a marked-up-to-date set of conformed specifications showing as-built conditions on the site annotated to clearly indicate all substitutions that are incorporated into the Work. Where selection of more than one product is specified, annotation shall show which product was installed. These specifications shall be available to OWNER for inspection at any time.

As-built data shall be recorded on the specifications in red pencil or ink. CONTRACTOR shall mark out with a single red line all superseded data and write in all as-built data.

15.3 Changes

CONTRACTOR shall add to the Drawings and Specifications all information contained in

Answers to Questions, Contract Clarifications, Contract Changes, and Code 1 Technical Submittals.

15.4 Final Submittal

CONTRACTOR shall, at its expense, before Final Payment, furnish to OWNER all progress record drawings and specifications, duly certified in writing, as being correct and accurate.

16.0 EQUAL EMPLOYMENT OPPORTUNITY

CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. CONTRACTOR agrees to take affirmative action to employ, advance in employment, or to otherwise treat qualified, handicapped individuals without discrimination based upon physical or mental handicap in all employment practices, such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay, or other forms of compensation and selection for training including apprenticeship.

CONTRACTOR acknowledges that it is aware of and is fully informed of CONTRACTOR’s obligations under Executive Order No. 11246 entitled, ‘Equal Employment Opportunity” as amended by Executive Order 11375 and as supplemented by Department of Labor Regulations (41 CFR, Part 60) and, where applicable, shall comply with the requirements of such Order and all orders, rules and regulations promulgated thereunder unless exempted therefrom.

Without limitation of the foregoing, CONTRACTOR’s attention is directed to 41 CFR, Section 60-1.4, and the clause therein entitled “Equal Opportunity Clause” which, by this reference, is incorporated herein.

CONTRACTOR is aware of and is fully informed of CONTRACTOR’s responsibilities under Executive Order No. 11701 “List of Job Openings for Veterans” and, where applicable, shall comply with the requirements of such Order and all orders, rules and regulations promulgated thereunder unless exempted therefrom.

CONTRACTOR is aware of and is fully informed of CONTRACTOR’s responsibilities under the Rehabilitation Act of 1973 and, where applicable, shall comply with the provisions of the Act and the

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 20 of 43 regulations promulgated thereunder unless exempted therefrom.

Without limitation of the foregoing, CONTRACTOR’s attention is directed to 41 CFR Section 60-250 et seq. and the clause therein entitled ‘AffirmativeAction Obligations of Contractors and Subcontractors for Disabled Veterans and Veterans of the Vietnam Era”, which by this reference, is incorporated herein.

CONTRACTOR certifies that segregated facilities, including but not limited to washrooms, work areas and locker rooms, are not and will not be maintained or provided for CONTRACTOR’s employees. Where applicable, CONTRACTOR shall obtain a similar certification from any of its subconsultants, vendors, or suppliers performing work under this Contract.

Without limitation of the foregoing, CONTRACTOR’s attention is directed to 41 CFR Section 60-741 and the clause therein entitled ‘Affirmative Action Obligations of Contractors and Subcontractors for Handicapped Workers” which by this reference, is incorporated herein.

In addition to the foregoing, CONTRACTOR will assist Disadvantaged Business Enterprises to obtain business opportunities by identifying and encouraging disadvantaged suppliers, consultants and subconsultants to participate to the extent possible consistent with their qualifications, quality of work and obligations of CONTRACTOR under this Contract.

In connection with the performance of Work under this Contract, CONTRACTOR agrees not to discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, sexual orientation, gender identity or expression, or age. Such agreement shall include, but not be limited to, the following: Employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including without limitation apprenticeship. CONTRACTOR further agrees to insert this provision in all subcontracts hereunder, except subcontracts for standard commercial supplies or raw materials (NRS 338.125).

OWNER is committed to promoting full and equal business opportunity for all persons doing business in Clark County. CONTRACTOR acknowledges that OWNER has an obligation to ensure that public funds are not used to subsidize private discrimination. CONTRACTOR recognizes that if it or its subcontractors are found guilty by an appropriate authority of refusing to hire or do business with an individual or company due to reasons of race, color, religion, sex, sexual orientation, gender identity or gender expression, age, disability, national origin, or any other protected status, OWNER may declare CONTRACTOR in breach of the contract, terminate the Contract, and designate CONTRACTOR as non- responsible.

77.0 LABOR, PERSONNEL AND WORK RULES

CONTRACTOR shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the Contract.

All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily.

Any person employed by the CONTRACTOR or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the OWNER, does not perform his work in a proper or skillful manner or is intemperate or disorderly shall, at the written request of the OWNER, be removed forthwith by the CONTRACTOR or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the OWNER.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 21 of 43 Should the CONTRACTOR fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the OWNER may suspend the work by written notice until compliance with such orders.

CONTRACTOR shall comply with and shall cooperate with OWNER in enforcing Jobsite conditions and job work rules which directly affect the performance of the Work including but not limited to starting and quitting time, smoking regulations, check-in and check-out procedures, Jobsite safety regulations and security regulations, emergency plans and procedures, and daily clean-up.

CONTRACTOR and subcontractors shall be bound by and comply with all Federal, State and local laws with regard to minimum wages, overtime work, hiring, and discrimination, including Chapter 338 of the Nevada Revised Statutes, which is entitled Public Works. CONTRACTOR shall ensure that all employees on the Work are paid in accordance with entitled Prevailing Wage Rates as approved by the State Labor Commissioner for Southern Nevada and the minimum Federal Wage Scale as determined by the Secretary of Labor, as displayed in this Contract. All work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to OWNER.

CONTRACTOR shall comply with the Copeland Anti Kick Back Act (19 U.S.C. 874) as supplemented in the Department of Labor Regulations (29 CFR Part 3). This act provides that each CONTRACTOR or subcontractor shall be prohibited from inducing by any means, any person employed in the construction, completion or repair of public work, to give up any part of the compensation to which it is otherwise entitled.

CONTRACTOR shall comply with the provisions of NRS Section 338.130 — Preferential employment in construction of public works. Ifthe provisions of this Section are not complied with by CONTRACTOR, the Contract is void.

18.0 SUSPENSION

18.1 OWNER may, at its sole option, decide to suspend at any time, from time to time, the performance of all or any portion of the Work to be performed under the Contract. CONTRACTOR willbe notified of such decision by OWNER in writing. Such notice of suspension of work may designate the amount and type of plant, labor and equipment to be committed to the Jobsite. During the period of suspension, CONTRACTOR shall use its best efforts to utilize its plant, labor and equipment in such a manner as to minimize costs associated with suspension.

18.2 Upon receipt of any such notice, CONTRACTOR shall, unless the notice requires otherwise:

A. Immediately discontinue work on the date and to the extent specified in the notice;

B. Place no further orders or subcontracts for material, services, or facilities with respect to suspended work other than to the extent required in the notice;

C. Promptly make every reasonable effort to obtain suspension, upon terms satisfactory to OWNER, of all orders, subcontracts and rental agreements to the extent they relate to performance of work suspended;

D. Continue to protect and maintain the Work including those portions on which work has been suspended; and

E. Take any other reasonable steps to minimize costs associated with such suspension.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 22 of 43 18.3 As full compensation for such suspension CONTRACTOR will be reimbursed for the following verifiable costs (without profit), without duplication of any item, to the extent that such costs directly result from such suspension of work:

A. A standby charge to be paid to CONTRACTOR during the period of suspension of work which standby charge shall be sufficient to compensate CONTRACTOR for keeping, to the extent required in the notice, its organization and equipment committed to the Work in a standby status;

B. All reasonable and documented costs associated with mobilization and demobilization of CONTRACTOR’s plant, forces and equipment;

C. An equitable amount to reimburse CONTRACTOR for the cost of maintaining and protecting that portion of the Work upon which work has been suspended; and

D. If, as a result of any such suspension of work, the cost to CONTRACTOR of subsequently performing work is increased or decreased, an equitable adjustment willbe made in the cost of performing the remaining portion of work.

18.4 Upon receipt of notice to resume suspended work, CONTRACTOR shall immediately resume performance of the suspended work to the extent required in the notice.

18.5 If CONTRACTOR intends to assert a claim for equitable adjustment under this clause it must, pursuant to Exhibit “A” - General Condition, Article 8.0 - Changes and within ten (10) calendar days after receipt of notice to resume work, submit the required written notification of claim and within twenty (20) calendar days thereafter its written proposal setting forth the impact of such suspension.

18.6 No adjustment shall be made for any suspension to the extent that performance would have been suspended, delayed, or interrupted by any CONTRACTOR’s non-compliance with requirements of this Contract.

19.0 TERMINATION FOR DEFAULT

19.1 Notwithstanding any other provisions of the Contract, CONTRACTOR shall be considered in default of its contractual obligations under the Contract if it:

A. Performs work which fails to conform to the requirements of the Contract;

B. Fails to make progress so as to endanger performance of the Contract;

C. Abandons or refuses to proceed with any of the Work, including modifications directed pursuant to Exhibit “A”- General Condition, Article 8.0 - Changes;

D. Fails to fulfillor comply with any of the terms of the Contract;

E. Engages in behavior that is dishonest, fraudulent or constitutes a conflict of interest with CONTRACTORs obligations under the Contract; or if

F. CONTRACTOR becomes insolvent or makes a general assignment for the benefit of creditors or reasonable grounds for insecurity arise with respect to CONTRACTOR’s performance.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 23 of 43 19.2 Upon the occurrence of any of the foregoing, OWNER shall notify CONTRACTOR in writing of the nature of the failure and of OWNER’s intention to terminate the Contract for default. If CONTRACTOR does not cure such failure within seven (7) calendar days from receipt of notification, or sooner if safety is involved, or fails to provide satisfactory evidence that correction of such default has commenced and willbe corrected within a reasonable time, OWNER may, by written notice to CONTRACTOR and without notice to CONTRACTOR’s sureties, if any, terminate in whole or in part CONTRACTOR’s right to proceed with the Work and OWNER may prosecute the Work to completion by contract or by any other method deemed expedient. OWNER may take possession of and utilize any data, designs, licenses, equipment, materials, plant, tools, and property ot any kind furnished by CONTRACTOR and necessary to complete the Work.

19.3 CONTRACTOR and its sureties, if any, shall be liable for all costs in excess of the Contract price for such terminated work reasonably and necessarily incurred in the completion of the Work, including, but not limited to, cost of administration, orders contracts, or subcontracts awarded to others for completion.

19.4 Upon termination for default, CONTRACTOR shall:

A. Immediately discontinue work on the date and to the extent specified in the notice and place no further orders or subcontracts to the extent that they relate to the performance of the terminated work;

B. Inventory, maintain and turn over to OWNER all data, designs, licenses, equipment, materials, plant, tools, and property furnished by CONTRACTOR or provided by OWNER for performance of the terminated work. This includes all warranties and guarantees required by Exhibit “A”— General Conditions, Article 55.0 — Warranty.

C. Promptly make every reasonable effort to obtain cancellation terms satisfactory to OWNER of all orders and subcontracts, rentals, or any other agreements existing for performance of the terminated work or assign those agreements as directed by OWNER;

D. Cooperate with OWNER in the transfer of information and the disposition of work in progress so as to mitigate damages;

E. Comply with other reasonable requests from the OWNER regarding the terminated work; and

F. Continue to perform in accordance with all of the terms and conditions of this Contract such portion of the Work that is not terminated.

19.5 If, after termination pursuant to this clause, it is determined for any reason that CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to Exhibit “A”- General Condition, Article 22.0 — Optional Termination.

19.6 The rights and remedies of the OWNER provided in this Article are in addition to any other rights and remedies provided by law or under this Contract.

20.0 OPTIONAL TERMINATION

20.1 OWNER may, at its option, terminate for its convenience any of the Work under the Contract in whole or, from time to time, in part, at any time by written notice thereof to CONTRACTOR. Such

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 24 of 43 notice shall specify the extent to which the performance of the Work is terminated and the effective date of such termination. Upon receipt of any such notice, CONTRACTOR shall, unless the notice requires otherwise:

A. Immediately discontinue the Work on the date and to the extent specified in the notice and place no further orders or subcontracts for materials, services, or facilities, other than as may be necessary or required for completion of such portion of the Work under the Contract that is not terminated;

B. Promptly obtain assignment or cancellation upon terms satisfactory to OWNER of all orders and subcontracts to the extent they relate to the performance of the Work terminated or assign to OWNER those orders and subcontracts and revoke agreements specified in such notice;

C. Assist OWNER, as specifically requested in writing, in the maintenance, protection and disposition of work in progress, plant, tools, equipment, property and materials acquired by CONTRACTOR or furnished by OWNER under the Contract; and

D. Complete performance of any work which is not terminated.

20.2 Upon any such termination, CONTRACTOR shall waive any claims for damages from the optional termination, including loss of anticipated profits, on account thereof, but as the sole right and remedy of CONTRACTOR, OWNER shall pay CONTRACTOR in accordance with the following provisions, provided, however, that those provisions of the Contract which by their very nature survive final acceptance under the Contract shall remain in full force and effect after such termination:

A. All Contract amounts due and not previously paid to CONTRACTOR for work completed in accordance with the Contract prior to such notice. To the extent the work is partially terminated, all Contract amounts due and not previously paid to CONTRACTOR for the terminated scope of work that was completed in accordance with the Contract prior to such notice. Payment for that work not terminated shall be paid in accordance with the Contract.

B. Reasonable administrative costs of settling and paying claims arising out of the termination of work under orders or subcontracts as provided in Article 20.1, Item B above.

C. The verified actual costs incurred pursuant to Article 20.7, Item C above.

D. Any other reasonable costs incidental to such termination of the Work.

E. A reasonable overhead and profit on Items B through D of this Article 20.2.

20.3 CONTRACTOR shall submit within thirty (30) days after receipt of notice of optional termination, a proposal for an adjustment to the Contract price including all incurred costs described herein relating to the terminated scope of work. OWNER shall review, analyze, and verify such proposal, and negotiate an equitable adjustment, and the Contract shall be amended in writing accordingly.

20.4 The rights and remedies of the OWNER provided in this Article are in addition to any other rights and remedies provided by law or under this Contract.

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 25 of 43 21.0 EXCUSABLE DELAYS

If CONTRACTOR’s performance of this Contract is prevented or delayed by any unforeseeable cause, existing or future, which is beyond the reasonable control of the parties and without the fault or negligence of CONTRACTOR, CONTRACTOR shall, within twenty four (24) hours of the commencement of any such delay, give to OWNER written notice thereof and within seven (7) calendar days of commencement of the delay, a written description of the anticipated impact of the delay on performance of the Work, including a list of all affected activity IDs from the Contract Control Schedule. Delays attributable to and within the control of CONTRACTORs suppliers or subcontractors of any tier shall be deemed delays within the control of CONTRACTOR. Within seven (7) calendar days after the termination of any excusable delay, CONTRACTOR shall tile a written notice with OWNER specifying the actual duration of the delay, including full supporting documentation. Failure to give any of the above notices shall be sufficient grounds for denial of an extension of time, however, Owner shall give due consideration to requests to extend the time for development of supporting documentation to the actual duration of the delay. If OWNER determines that the delay was unforeseeable, beyond the control and without the fault or negligence of CONTRACTOR, OWNER will determine the duration of the delay and will extend the time of performance of this Contract by modifying the Contract Milestones in Exhibit “B” — Special Conditions, Article 4.0 — Contract Milestones accordingly. Such extension shall be the sole remedy for the delay.

22.0 DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS OR DISCREPANCIES

Any conflicts or discrepancies, errors or omissions among the various Contract Documents shall be submitted immediately by CONTRACTOR to OWNER for clarification, under Exhibit “A” - General Conditions, Article 25.0 - Contract Interpretation, and such clarification by OWNER shall be final. Any work affected by such conflicts, discrepancies, errors or omissions which is performed by CONTRACTOR prior to clarification shall be at CONTRACTOR’s risk and expense.

Local code requirements shall be standard except where the drawings and specifications dictate a more stringent requirement. Where conflicts exist, the most stringent requirements shall apply.

23.0 SITE CONDITIONS

CONTRACTOR shall have the sole responsibility of satisfying itself concerning the nature and location of work and the general and local conditions, and particularly, but without limitation, with respect to the following:

A. Those affecting transportation, access, disposal, handling and storage of materials.

B. Availabilityand quality of labor, water and electric power.

C. Availabilityand condition of roads.

D. Climatic conditions, location of underground utilities, obstructions, obstacles or other materials, physical conditions at the Work sites and the Project area as a whole.

E. Topography and ground surface conditions.

F. Subsurface geology, and nature and quantity of surface and subsurface materials to be encountered.

G. Equipment and facilities needed preliminary to and during performance of the Contract.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 26 of 43 H. All other mailers, which can in any way affect performance of the Contract, or the cost associated with such performance.

The failure of CONTRACTOR to acquaint itself with any applicable condition will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the Contract.

24.0 DIFFERING SITE CONDITIONS

CONTRACTOR shall promptly, and before such conditions are disturbed, notify OWNER in writing, under Exhibit “A”- General Conditions, Article 25.0 - Contract Interpretation, of unknown physical conditions at the site of any unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. OWNER will, as promptly as practicable, investigate such conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in CONTRACTOR’s cost of or the time required for performance of any part of any work under the Contract, whether or not changed as a result of such conditions, an equitable adjustment will be made and the Contract modified in writing accordingly. No claim of CONTRACTOR under this Section willbe allowed unless CONTRACTOR has given the required written notice.

The provisions of the General Conditions shall not apply to, and CONTRACTOR shall assume all risk of an increase in its cost for, caliche or cemented or well-cemented calcareous soil conditions or to rock conditions, whether such conditions are encountered at the surface or subsurface at any time during construction of this Contract, unless otherwise shown in the Bid and Unit Price Form in the Bid.

Any condition for which an equitable adjustment is sought by CONTRACTOR must be shown by a preponderance of the evidence to pre-date the NTP. No equitable adjustment will be made for differing conditions attributable to weather or acts of God occurring subsequent to the NTP. No equitable adjustment will be made for differing conditions attributable to man if caused by CONTRACTOR or its subcontractors after NIP.

25.0 CONTRACT INTERPRETATION

All questions CONTRACTOR may have concerning interpretation or clarification for the acceptable fulfillment of this Contract, or items under Exhibit “A”- General Conditions, Article 19.0 - Termination for Default, Exhibit “A” - General Conditions, Article 22.0 - Discovery of Conflicts, Errors, Omissions or Discrepancies, or Exhibit “A” - General Conditions, Article 24.0 - Differing Site Conditions, shall be submitted immediately in writing to OWNER for resolution. AllCONTRACTOR requests for interpretations or clarifications must be sufficiently complete and concise to accurately describe the question, and shall include the appropriate references to specifications, drawings and/or field conditions. Incomplete requests may be returned to the CONTRACTOR unanswered.

OWNER will render such resolution within thirty (30) calendar days, after receipt of said request. Said resolution shall be considered final and conclusive. CONTRACTOR is obligated to proceed in a timely manner with resolution therein.

If CONTRACTOR does not agree with resolution, CONTRACTOR shall proceed in accordance with Exhibit “A”- General Conditions, Article 25.1 - Claims and Disputes.

OWNER may, as required, issue to CONTRACTOR, clarifications to Contract. CONTRACTOR is obligated to proceed in a timely manner with instructions included therein.

If CONTRACTOR does not agree with clarification, CONTRACTOR shall proceed in accordance with

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 27 of 43 Exhibit “A”- General Conditions, Article 25.1 - Claims and Disputes.

CONTRACTOR is solely responsible for requesting instructions or interpretations and is solely liable for any cost and/or expense arising from its failure to do so. At all times, CONTRACTOR shall carry on the Work and maintain its progress schedule in accordance with the requirements of the Contract and resolution or clarification, pending conclusion of any dispute.

25.1 Claims and Disputes

If CONTRACTOR disagrees with any resolution or clarification made by OWNER; if CONTRACTOR decides that work has been undertaken or cost has been incurred, that is outside scope of Contract, CONTRACTOR shall file a claim with OWNER within thirty (30) calendar days after said resolution or clarification was rendered, or said work or cost was undertaken by CONTRACTOR.

All claims presented by CONTRACTOR shall include following documentation in support of claims:

A. Specific requirements of the Contract that are pertinent to claim.

B. A full description of the claim, with a narrative to support CONTRACTOR’s position that issue of claim is not included in the Contract.

C. All costs associated with claim shall be detailed as in Exhibit “A” - General Conditions, Article 8.0 — Changes and Exhibit “B” Special Conditions, Article 22.0 — Pricing of Changes.

D. All time extensions associated with claim shall be detailed as in Exhibit “A” - General Conditions, Article 8.0, Changes and Exhibit “B”Special Conditions, Article 22.0 — Pricing of Changes.

E. Supporting documentation to substantiate claim, including schedules, graphs, charts, photographs and any other pertinent documentation or information shall be detailed as in Exhibit “B” - Special Conditions, Article 7.7 - Changes to the Contract/Claims.

Failure by CONTRACTOR to furnish all preceding data or to file Claim within specified thirty (30) calendar days shall constitute a waiver of claim by CONTRACTOR.

OWNER will have thirty (30) calendar days after receipt of claim, to respond to CONTRACTOR. OWNER response shall be considered final and conclusive unless CONTRACTOR files a written appeal to OWNER within thirty (30) calendar days of receipt of the response. CONTRACTOR’s appeal shall state clearly and in detail basis thereof.

OWNER will consider CONTRACTOR’s appeal and render a final decision thereon within thirty (30) calendar days of receipt of CONTRACTOR’s appeal. If OWNER’s final decision is not acceptable to CONTRACTOR, the matter shall be resolved through good faith negotiations between both parties. If, through good faith negotiations, the claim is not resolved within thirty (30) calendar days after OWNER’s final decision, either Party may request mediation before any party commences litigation.

The mediation shall be non-binding. However, all parties commit to participate in the proceedings in good faith with the intention to settle, it at all possible.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 28 of 43 APRIL Bid Document 23, worthwhile; party The b) There willingness process. or The admissions suggestions introduce opposing expenses proceeding the Confidential be only The received to presented. scheduled expected The shall occur County the regard settlement settle technical Party obtaining facilitate The in conduct The conflict shall reaching 2018 views by exceed achieving compelled parties, mediation mediation with parties parties parties Mediator parties or be act declaration representatives shall shall in to parties of Commissioners. communicated joint by expressed the as the the to a such aspects Clark the as interest of ten mediation to The agreed or made be as mutually a and or be produce shall an shall information made shall permission efforts the settlement. and accept voluntary evidence mediator issues c) does to shall shall the to no (10) judicial advice. advocate Mediator present. their County, after divulge the fix by Mediator separate mutually of which record of Mediator maintain to by pages be to not by not another the a all acceptable the that effect session, the representatives by the must compel proposal terminated: another Arrangements while forum. the in information resolution have in of disclosed be time may The The may for Mediator recorded, its dispute, such If Nevada, writing need completion the unless appoint any that meetings and Mediator; necessary, shall have divulged authorized the resolution party serving interfere names the parties and require each testimony parties Any records the to for party arbitral, other settlement. to confidentially determine. authority authority the provided place in to be of to a) settlement the unless the mediation reasonably handwritten party party the with and in a any by acknowledge the of may by or the and for with resolved. with Mediator parties, and Mediator. individual that Mediator the or representative(s) one of or course the d) the judicial, obtaining shall the party addresses dispute effect with that attend to serving to to otherwise records each respect shall the that Mediator capacity Any execution full Mediator. parties testify decide settle proceedings made provide the required to including of violates fact At agrees notes, of the mediation that use mediation person by named supplement mediation or by the the consent in or such from that to and that the by in parties and of shall any that other his the further may before agreed mediation the a or mediation of the All regard each otherwise, for this parties the Clark all advice or named another as to reasonable possible capacity. issue any a parties. is be are Mediator also records, session, Mediator. of the session. her persons settlement proceeding: offer sessions. Mediator. Mediator subject agree the agreement efforts party’s confidential. the such form terminated. by to County Mediator best for shall or obtain as proceedings; Exhibit suggestions first party Mediator. the and the The settlement by setting the and information. of the reports, a by efforts to necessary at All authorized be attorney’s session, in mediation witnesses recording brief Other agreement parties. is parties, shall approval Mediator expert a had mediation Mediator assume mediation ‘A” to their made a) shall written a The forth understand to written - public or views or persons General not case. to assist c) Contract of advice the by Mediator had pay but to Prior other its representative(s) assist fees of the in proposals declaration in by is shall the rely the the by are Page sessions statement, body parties the expressed will positions the an not The authorized all the the expenses the to dispute; may Mediator incurred Conditions documents concerning decision upon, the the reveal no adversary mediation attempt course No. fees indicated parties 29 shall Board Mediator and the parties; longer will parties issues attend made 2466 of must of with and first any nor any not not 43 be or b) of in or to of to of a to in The Mediators fee shall be agreed upon prior to mediation. The expenses of witnesses and other mediation preparation costs for either side shall be paid by the party producing such witnesses or making such preparations. All other expenses of the mediation, including fees and expenses of the Mediator, and the expenses of any witness and all the cost of any proofs or expert advice produced at the direct request of the Mediator, shall be borne equally by the parties unless they agree otherwise.

If neither party requests mediation or the parties are unable to resolve the dispute through mediation, either party shall then have the right to proceed with litigation. Any litigation shall occur in the appropriate court located in Clark County, Nevada.

OWNER and CONTRACTOR shall each pay their own costs for preparation of and presentation of all claims. In the event CONTRACTOR has a claim against OWNER, same must be filed with OWNER’s Representative and in addition, CONTRACTOR must provide notice to the Clark County Board of County Commissioners pursuant to NRS 244.250 by filing the claim with the County Clerk within six (6) months from the time such claim became due or payable or the claim shall be null and void.

26.0 INTENTIONALLY DELETED

27.0 STANDARDS AND CODES

Wherever references are made in the Contract to standards or codes in accordance with which work is to be performed or tested, the edition or revision of the standards or codes current on the effective date of this Contract shall apply.

In case of conflict among any referenced standards and codes or between any referenced standards and codes and Technical Specifications, Exhibit “A”General Conditions, Article 25.0 — Contract Interpretation shall govern.

28.0 OWNER-FURNISHED DRAWINGS AND TECHNICAL SPECIFICATIONS

This is a performance contract and the Drawings and Technical Specifications furnished or referenced are intended to provide CONTRACTOR with sufficient information to establish the final location of all equipment and material and the required work to provide a fully operational system in accordance to the Drawings and Technical Specifications. Such Drawings, when used in connection with the Technical Specifications, contain information required for the preparation of detail drawings by CONTRACTOR.

CONTRACTOR shall, immediately upon receipt thereof, check all Drawings and Technical Specifications furnished and shall promptly notify OWNER of any errors, omissions, or discrepancies discovered in such drawings.

CONTRACTOR will be furnished, at no cost, one (1) compact disk (CD) of the conformed Contract Documents.

29.0 CONTRACTOR-FURNISHED MATERIALS, EQUIPMENT AND WORKMANSHIP

Only new items of recent manufacture, of designated but in no event less than standard quality, free from defects, will be permitted on the Work. Rejected items shall be removed immediately from the Work and replaced with items of quality specified. Failure by OWNER to order removal of rejected materials and equipment shall not relieve CONTRACTOR from responsibility for quality and character of items used nor from any other obligation under the Contract.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 30 of 43 CONTRACTOR shall continuously check architectural and structural clearances for accessibility of equipment and mechanical and electrical systems. No allowance of any kind will be made for CONTRACTOR’s negligence to foresee means of installing equipment into position inside structures.

No work defective in construction or quality or deficient in any requirement of the drawings and specifications will be acceptable regardless of OWNER’s failure to discover or to point out defects or deficiencies during construction; nor willthe presence of inspectors on the Work relieve CONTRACTOR from responsibility for securing the quality and progress of work as required by the Contract. OWNER shall notify CONTRACTOR of defective or unacceptable work as soon as OWNER discovers such defective work. Defective work revealed within the time required by warranties shall be remedied in accordance with the Exhibit “A”- General Conditions, Article 55.0 - Warranty. No payment, whether partial or final, shall be construed as an acceptance of defective work or improper materials.

CONTRACTOR shall waive “common practice” and “common usage” as construction criteria wherever details and specifications or governing codes and ordinances require greater quantity or better quality than common practices and common usage would require.

CONTRACTOR shall order and schedule delivery of materials in reasonable time to avoid delays in construction. II an item is found to be unavailable, CONTRACTOR shall notify OWNER immediately of recommended substitute(s) to permit OWNER’s selection of a suitable substitute.

Replacement parts, maintenance parts and spare parts for all materials and equipment supplied by CONTRACTOR under this contract shall be readily available for delivery to the Las Vegas area within seventy two (72) hours.

OWNER will exercise sole authority for determining conformance of materials, equipment and systems with the requirements of the Contract. Review and approval of all items proposed by CONTRACTOR for incorporation into the Work will be by OWNER. This function by OWNER willapply both to approvals for the Contract as initiallysigned, and to approvals for changes to contract by modifications during progress of the Work.

Reference to manufacturers’ names, brands and model number is to establish the type and quality desired; substitutions may not be permitted unless specifically noted otherwise. Such substitutions shall be subject to written approval.

When materials, equipment, or systems are specified by performance only, without reference to specific manufacturers, brands or models, CONTRACTOR shall submit its own choice for OWNER’s review and approval, supported by sufficient evidence of conformity with the Contract Documents.

30.0 LINES AND GRADES

Survey control points as shown on the drawings willbe established by OWNER.

CONTRACTOR shall complete the layout of all work and shall be responsible for all requirements necessary for the execution of any work in accordance with the locations, lines, and grades specified or shown on the drawings, subject to such modifications as OWNER may require as work progresses.

IfCONTRACTOR or any of its subcontractors or any of its representatives or employees move or destroy or render inaccurate any survey control point, other than required by the Contract documents, those survey control points shall be replaced at CONTRACTOR’s expense.

No separate payment will be made for survey work unless identified as a specific line item on the Bid Price Form.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 31 of 43 31.0 ACCESS TO WORK AREAS

OWNER, and its duly Authorized Representatives and employees, and all duly authorized representatives of governmental agencies having jurisdiction over work areas or any part thereof shall, at all reasonable times, for the purpose of determining compliance with Contract requirements, have access to such areas and the premises used by CONTRACTOR. CONTRACTOR shall also arrange for OWNER, its said representatives and employees, to have access at all reasonable times to all places where equipment or materials are being manufactured, produced, or fabricated for use under the Contract.

32.0 CONTRACTOR INGRESS AND EGRESS

CONTRACTOR’s access to the Work area will be permitted only through approaches, which will be designated by OWNER, and then only in such manner that CONTRACTOR’s traffic willnot interfere with OWNER’s operations. CONTRACTOR shall, at all times, maintain controlled ingress and egress at the site. CONTRACTOR personnel are not to enter into any areas of the jobsite other than work areas and areas of designated access.

33.0 DELIVERY. UNLOADING AND STORAGE

CONTRACTOR shall receive, unload, store in a secure place, and deliver from storage to the construction site all materials and plant equipment required for the performance of the Contract. The storage facilities and methods of storing shall meet OWNER’s approval. Materials and equipment subject to degradation by outside exposure shall be stored in a weather-tight enclosure provided by CONTRACTOR.

34.0 CONTRACTOR’s WORK AREA

All CONTRACTOR’s work areas on the Jobsite will be assigned by OWNER. CONTRACTOR shall confine its office, shops, storage, assembly and equipment and vehicle parking to the areas so assigned. Before commencing work, CONTRACTOR shall provide a temporary office on the site of the Work, which shall have a telephone where a representative of CONTRACTOR may be reached at all times during normal working hours. Should CONTRACTOR find it necessary or advantageous to use any additional land outside the project site for any purpose whatever, CONTRACTOR shall, at its expense, provide and make its own arrangements for the use of such additional land.

35.0 CONTRACTOR’s PLANT, EQUIPMENT AND FACILITIES

CONTRACTOR shall provide and use on any work only such construction plant and equipment as are capable of producing the quality and quantity of work and materials required by the Contract and within the time or times specified in the Contract.

All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. In addition to other obligations stated elsewhere, CONTRACTOR shall repair and/or replace previously completed work, adjacent property, or existing airport facilities that are damaged or injured as a result of the CONTRACTOR’s actions or inactions.

Before proceeding with any Contract Work or with erection of any facilities, including but not limited to temporary structures, machinery, equipment, offices and warehouses, CONTRACTOR shall furnish

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 32 of 43 OWNER with such information and drawings relative to such equipment, plant and facilities as OWNER may request. Upon written order of OWNER, CONTRACTOR shall discontinue operation of unsatisfactory plant and equipment or facilities and shall either modify the unsatisfactory items to meet OWNER approval or remove the unsatisfactory items from the site.

CONTRACTOR shall not remove construction plant or equipment from the site before the Work is finally accepted without OWNER’s written approval. Such approval shall not be unreasonably withheld.

36.0 RESPONSIBILITY FOR WORK SECURITY

CONTRACTOR shall at all times conduct all operations under the Contract in a manner to avoid the risk of loss, theft or damage by vandalism, sabotage or other means to any property. CONTRACTOR shall promptly take all reasonable precautions, which are necessary and adequate against any conditions, which involve a risk of loss, theft or damage to any property. CONTRACTOR shall continuously inspect all its work, materials, equipment and facilities to discover and determine any such conditions and shall be solely responsible for discovery, determination and correction of any such conditions.

CONTRACTOR shall prepare and maintain accurate reports of incidents of loss, theft or vandalism and shall furnish these reports to OWNER in a timely manner.

CONTRACTOR shall comply with the airport security regulations for the site and all applicable laws and regulations. CONTRACTOR shall cooperate with OWNER on all security matters and shall promptly comply with any project security requirements established by OWNER. Such compliance with these security requirements shall not relieve CONTRACTOR of its responsibility for maintaining proper security for the above noted items, nor shall it be construed as limiting in any manner CONTRACTOR’s obligation to undertake reasonable action as required to establish and maintain secure conditions at the site.

CONTRACTOR shall be responsible to obtain from OWNER copies of applicable airport security regulations and comply therewith, including payment of any vehicle registration or personnel badging costs. In the event CONTRACTOR or its subcontractors or their employees should cause a breach of said security and OWNER is fined because of said breach, CONTRACTOR shall immediately reimburse OWNER for said fine.

37.0 PROTECTION OF WORK IN PROGRESS, MATERIALS, EQUIPMENT AND PROPERTY

CONTRACTOR shall be responsible for and shall bear any and all risk of loss or damage to work in progress, all materials delivered to the site, and all materials and equipment involved in the Work until completion and final acceptance of Work under this Contract. Excluded from CONTRACTOR’s responsibility is any loss or damage, which results from the sole active negligence of OWNER or its representatives.

Permanent openings or thoroughfares for the introduction of work and materials to the structure and construction site shall be protected so that upon completion, the entire work will be delivered to OWNER in proper, whole and unblemished condition.

37.1 Protection of Existing Property

CONTRACTOR shall so conduct its operations as not to damage, close, or obstruct any utility installation, runway, taxiway, highway, road or other property until permits therefore have been obtained. If facilities are closed, obstructed, damaged or rendered unsafe by CONTRACTOR’s operations, CONTRACTOR shall, at its expense, make such repairs and provide such temporary

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 33 of 43 APRIL Bid compensation property No in When CONTRACTOR included writing written Unless on When property take 39.0 pay CONTRACTOR operations. 38.0 right If, CONTRACTOR disposing in said Document material all to corrective the 23, any material costs otherwise with permit correct property. DISPOSAL through or trees be PROJECT shall as OWNER, delay CONTRACTOR extension transmission would approved notice longer OWNER. guards, Unless owner opinion in 2018 restoration material borne trees, Repairs the OWNER of that involved. be and will caused from the to material than absolving disrupt is action otherwise shall operation price shall responsible lights of shall provided by OWNER is be disposed vegetation, by do plants, violation. of SITE the OWNER, is OF shall seven to CONTRACTOR. allowed dispose OWNER. time said not make by necessary to line, paid within and make be property or MATERIAL as shall PROTECTION be any be OWNER unreasonably shrubs specifically of or in (7) specified permit otherwise of other disposed ditch for The of its disposed made for equipment therefore. the five such any of CONTRACTOR its including all days, preserve as Thereafter, own the damage the cost owner intention or signals Exhibit or (5) and necessary or extra above line, in of required material OUTSIDE Contract arrangements unless in a other the of of days any provided interfere of grass manner this without ditch on and such or compensation interfere outside “B to as outside certified provided and to stockpiling whose and after any otherwise section, structure, necessary protect - in or start by correction on repairs items Special all damages AIRPORT a in satisfactory limitation before structure such with reason receiving the neat or the responsibility the with such copy property for and all including adjacent of areas airport the airport Contract, approved of to and Conditions, nor the disposal it cultivated or on work of work. shall thereof the materials. begins OWNERs damage on OWNER’s PROPERTY operation required any uniform written performance account enter to and the or disposal property, property be involving to all OWNER. CONTRACTOR such adjacent in CONTRACTOR disposal such of by vegetation together to the costs and upon connection arising full notice materials manner the All OWNER. for of property, damage of property premises, work, location compensation costs planted CONTRACTOR shall any safety account of such lands to any of is from of with Exhibit hauling, the to postponement, and to this CONTRACTOR in same, be outside pipeline, or with the and and material be areas, site connection the is a in shall damaged of for Contract. unauthorized which, shall stockpiled written ‘A” visible satisfaction made their CONTRACTOR. the as CONTRACTOR performance shall of unauthorized OWNER not - for the work. will and not General disposal telephone, Contract and shall natural as be and all be from release project do be by vegetation with CONTRACTOR costs determined interference considered Page on entitled no shall any acceptable it first reserves of construction cutting the shall Conditions any of OWNER’s of state additional OWNER. No. and cutting work from 34 involved obtain give material project, its fails electric repairs to file 2466 of shall work shall such until due that any the the 43 as by to in or of to a 40.0 PROJECT SIGNS, PUBLICITY AND ADVERTISING

With the exception of the right reserved by OWNER to erect a sign in connection with the project and unless otherwise provided in the Contract Documents, CONTRACTOR shall not display or permit to be displayed on or about the project, any sign, trademark, poster or other advertising device, without prior written approval of OWNER.

CONTRACTOR shall not make any announcement or release any information concerning this Contract or the project or any part thereof to any member of the public, press or any official body, unless prior written consent is obtained from OWNER.

41.0 UTILITIES

CONTRACTOR shall, at its expense, arrange for, develop and maintain all utilities in work areas to meet the requirements of the Contract. Such utilities shall be furnished by CONTRACTOR at no additional cost to OWNER.

CONTRACTOR shall bear all costs for transferring or transporting such utilities.

Prior to final acceptance of the Work, CONTRACTOR shall, at its expense, satisfactorily remove and dispose of all temporary facilities for construction utilities and that upon removal and disposal of all temporary facilities, CONTRACTOR shall restore OWNERs property to OWNER’s satisfaction.

42.0 INDEMNITY

CONTRACTOR hereby releases and shall indemnify, defend and hold harmless OWNER and its Authorized Representative and their subsidiaries and affiliates and the officers, agents, employees, successors and assigns and authorized representatives of all the foregoing from and against any and all suits, actions, legal or administrative proceedings, claims, demands, damages, liabilities, interest, attorney’s fees, costs and expenses of whatsoever kind or nature whether rightful or otherwise whether arising before or after completion of the Work hereunder and in any manner directly or indirectly caused, occasioned, or contributed to in whole or in part, or claimed to be caused, occasioned or contributed to in whole or in part, by reason of any act, omission, fault or negligence whether active or passive of CONTRACTOR, its subcontractors or of anyone acting under its direction or control or on its behalf in connection with or incidental to the performance of this Contract. CONTRACTOR’s aforesaid release, indemnity and hold harmless obligations, or portions of applications thereof, shall apply even in the event of the fault or negligence, whether active or passive, or strict liabilityof the parties released indemnified or held harmless to the fullest extent permitted by law, but in no event shall they apply to liabilitycaused by the willfulmisconduct of the party released, indemnified or held harmless.

43.0 PATENT INDEMNITY

CONTRACTOR hereby indemnifies and shall defend and hold harmless OWNER and its representatives respectively from and against all claims, losses, costs, damages, and expenses, including attorney’s fees, incurred by OWNER and its representatives, respectively, as a result of or in connection with any claims or actions based upon infringement or alleged infringement of any patent and arising out of the use of the equipment or materials furnished under the Contract by CONTRACTOR, or out of the processes or actions employed by, or on behalf of CONTRACTOR in connection with the performance of the Contract. CONTRACTOR shall, at its sole expense, promptly defend against any such claim or action unless directed otherwise by OWNER or its representatives; provided that OWNER or its representatives shall have notified CONTRACTOR upon becoming aware of such claims or actions, and provided further that CONTRACTOR’s aforementioned obligations shall not apply to equipment, materials, or processes furnished or specified by OWNER or its representatives.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 35 of 43 CONTRACTOR shall have the right, in order to avoid such claims or actions, to substitute at its expense non-infringing equipment, materials, or processes, or to modify such infringing equipment, materials and processes so they become non-infringing, or obtain the necessary licenses to use the infringing equipment, material or processes, provided that such substituted and modified equipment, materials and processes shall meet all the requirements and be subject to all the provisions of this Contract.

44.0 ENTIRE AGREEMENT

This Contract embodies the entire agreement between OWNER and CONTRACTOR and supersedes all other writings, oral agreements, or representations. The parties shall not be bound by or be liable for any statement, representation, promise, inducement or understanding of any kind or nature not set forth herein. No changes, amendments or modifications of any of the terms or conditions of the Contract shall be valid unless reduced to writing and signed by both parties.

45.0 GOVERNING LAW

The Contract shall be interpreted under and governed by the law of the State of Nevada. Any litigation shall take place in Clark County Nevada.

46.0 TAXES

CONTRACTOR shall pay all taxes, levies, duties and assessments of every nature, which may be applicable to any work under this Contract. The Contract Sum and any agreed variations thereof shall include all taxes imposed by law. CONTRACTOR shall make any and all payroll deductions required by law. CONTRACTOR herein indemnifies and holds OWNER harmless from any liabilityon account of any and all such taxes, levies, duties, assessments and deductions.

47.0 COMMERCIAL ACTIVITIES

CONTRACTOR shall not establish any commercial activity or issue concessions or permits of any kind to third parties for establishing commercial activities on lands owned or controlled by OWNER. CONTRACTOR shall not allow its employees to engage in any commercial activities on the site.

48.0 RIGHTS AND REMEDIES

The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

49.0 EXAMINATION OF CONTRACTOR’S RECORDS

The CONTRACTOR shall maintain an acceptable cost accounting system. The CONTRACTOR agrees to provide the OWNER access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to the specific Contract for the purpose of making audit, examination, excerpts and transcriptions. The CONTRACTOR agrees to maintain all books, records and reports required under this Contract for a period of not less than three years after final payment is made and all pending matters are closed.

50.0 EXPEDITING

The equipment and material furnished under this Contract may be subject to expediting by OWNER.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 36 of 43 OWNER shall be allowed reasonable access to the shops, factories, and other places of business of CONTRACTOR and its subcontractors and suppliers, to ascertain the status of materials and equipment for expediting purposes. As required by OWNER, CONTRACTOR shall supply schedules and progress reports for its subcontractors and suppliers for OWNER’s use in expediting and CONTRACTOR shall cooperate with OWNER and require its subcontractors and suppliers to cooperate with OWNER in such expediting. Any expediting performed by OWNER shall not relieve CONTRACTOR of its sole and primary responsibility for timeliness of delivery of the equipment and material to be furnished under this Contract.

51.0 SUCCESSORS, ASSIGNEES AND ASSIGNMENT

OWNER and CONTRACTOR each binds themselves, their partners, successors, assignees and legal representatives to the other party hereto and to the partners, successors, assignees and legal representatives of such other party in respect to all covenants, agreements and obligations contained in the Contract.

It is agreed that CONTRACTOR shall not assign, transfer, convey or otherwise dispose of the Contract or its right, title or interest in or to the same or any part thereof, without previous consent of OWNER and concurred to by the sureties.

52.0 USE OF COMPLETED PORTIONS OF WORK

Whenever, as determined by OWNER, any portion of work performed by CONTRACTOR is in a condition suitable for use, OWNER may initiate a Certificate of Substantial Completion for that portion and take possession of or use such portion.

Such use by OWNER shall in no case be construed as constituting final acceptance, and shall neither relieve CONTRACTOR of any of its responsibilities under the Contract, nor act as a waiver by OWNER of any of the conditions thereof, provided, that CONTRACTOR shall not be liable for the cost of repairs, rework, or renewals which may be required due to ordinary wear and tear resulting from such use. However, if such use increases the cost or delays the completion of remaining portions of work, CONTRACTOR shall be entitled to an equitable adjustment in its compensation and/or schedule under this Contract.

No failure by OWNER to insist upon the strict performance of any provision of this Contract or to exercise any right or remedy consequent upon a breach by CONTRACTOR thereof, and no acceptance of all or any part of the work or other action by OWNER preventing the continuance of any such breach shall constitute a waiver of any such breach or any subsequent breach of such provision.

If,as a result of CONTRACTOR’s failure to comply with the provisions of the Contract, such use proves to be unsatisfactory to OWNER, OWNER shall have the tight to continue such use until such portion of work can, without injury to OWNER, be taken out of service for correction of defects, errors, omissions, or replacement of unsatisfactory materials or equipment, as necessary for such work to comply with the Contract; provided that the period of such operation or use pending completion of appropriate remedial action shall not exceed twelve months unless otherwise mutually agreed upon in writing between the parties.

CONTRACTOR shall not use any permanently installed equipment unless such use is approved by OWNER in writing. Where CONTRACTOR’s written request is granted for the use of certain equipment, CONTRACTOR shall properly use and maintain, and upon completion of its use, and at its expense, recondition such equipment to the satisfaction of OWNER.

If OWNER furnishes an operator for such equipment, such operator’s services shall be performed under the complete direction and control of CONTRACTOR and shall be considered CONTRACTOR’s

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 37 of 43 APRIL Bid 54.1 54.0 Any CONTRACTOR which CONTRACTOR of such OWNER other this of report If CONTRACTOR 53.0 OWNER other employee any their OWNER’s Document Contract, costs proper persons benefits part may 23, to C. D. B. A. Substantial CONTRACT work. COOPERATION OWNER or and 2018 for of subsequently caused any execution CONTRACTOR’s all other or and and paid OWNER Completion provide Subsequent and CONTRACTOR 4. Failure 3. If, 2. When Work have Substantial Contract 1. shall gives shall separate purposes separate in CONTRACTOR’s any CONTRACTOR directly Completion by contractors return the CLOSEOUT been notify fully written as CONTRACTOR and apparent defective 54.2 All completed. Punch by to If restrictions If may opinion the become WITH documents, applicable, applicable, being contractor, the cooperate other contractors’ the or met: include work OWNER results. Completion (refer to - following require indirectly notice Punch Certificate issuing receipt list work and OTHERS to of than discrepancies substantially or shown apparent complete to OWNER, work shall thereon, Failure any subcontractors to ill-timed work of depends that List with the work CONTRACTOR CONTRACTOR Exhibit as body, of OWNER by work any items determines for comply is of on the item below payment modified certain OWNER OWNER. may of in requiring complete. Substantial latent OWNER all the the as Certificate work such CONTRACTOR “A” on to complete, on the be or for with if fit above Contract proper defect facilities OWNER, reasonably - defects interfered of work the Work and Punch by of and may General that a such such review Refer others any shall, building has conditions Completion Punch other proper of performed within execution be in the CONTRACTOR List in requirements. operator’s Substantial be Documents accordance contract obtained working with prior to such prior and Work Conditions, possible contractors shall performance used to seven to permit List Exhibit so as have acceptance to receive other to or by to be is concurrently report changes, at a will proceeding a wages, (7) results CONTRACTOR. issuance others. has result prior Completion, complete the borne Certificate “A” been with and work days Exhibit not to Article its shall site been shall - requirements. to the avoid changes of from met, workmen’s General work, that alter by of proceeding and after during such Contract constitute “A” of its inspected with in submit by 54.3 CONTRACTOR OWNER any any of render CONTRACTOR OWNER discovery. the the accordance - except the CONTRACTOR concurrent Occupancy General the the thereto, Conditions, Contract work delay - following responsibility Notice compensation a Notice Documents. it Work, performance with an Page and shall unsuitable Certificate as performed or accepts acceptance Conditions the to has hindrance No. accepted activities. of 38 promptly approve of with with defects criteria Article works. unless 2466 of been Final Final shall and the the 43 for no of by of or of Completion) unless otherwise amended by OWNER.

1. Final Operations and Maintenance Manuals.

2. Allwarranty and guaranty formats.

3. Certified As-Built records.

4. Open Non-Compliance Reports closed.

5. Allsubmittals to Code 1 or Code 4.

6. All CONTRACTOR Certified Payrolls are received and approved.

7. Special Condition 17.0, Attachment D — Annual Verification of SIMANIDBE Participation and itemize any amount due to all S/M/W/DBE subcontractors and vendors.

8. Open Contract Change Requests requiring CONTRACTOR action.

9. Evidence that any and all EPA violations against CONTRACTOR have been closed.

10. All known CONTRACTOR claims; quantified as to context and cost.

11. General Conditions, Attachment A — Bidder Preference Compliance Report.

12. Any additional data required by the Contract.

E. CONTRACTOR shall be allowed sixty (60) calendar days after receipt of the Certificate of Substantial Completion to reconcile all outstanding items as listed above. OWNER reserves the right to impose any charges attributable to additional administration of the Contract beyond the sixty (60) day period.

54.2 Punch List

CONTRACTOR shall notify OWNER in writing when all the items on the Punch List have been corrected. OWNER is obligated only to re-inspect the items on the Punch List one time. OWNER reserves the right to charge CONTRACTOR for the cost of subsequent re-inspection(s).

CONTRACTOR has seven (7) calendar days, from the date of receipt of a Punch List, in which to correct the items listed on same. After the seven (7) day period has expired, OWNER reserves the right to have other parties complete the correction of uncorrected items, chargeable to CONTRACTOR’s account.

The Punch List work must be complete before the Certificate of Substantial Completion is issued to the CONTRACTOR.

54.3 Notice of Final Completion

When all the items listed in the preceding paragraphs 54.1 - Substantial Completion, and 54.2 - Punch List have been completed, and the documents listed below have been received and

Contract No. 2466 Bid Document Exhibit ‘A” - General Conditions APRIL 23, 2018 Page 39 of 43 accepted, OWNER willexecute a Notice of Final Completion.

A. A written notice that all conditions of the Contract have been concluded.

B. A final billingfor the Contract.

C. A release of all claims against OWNER arising under or by virtue of this Contract, except such claims, if any, as may with the consent of OWNER be specifically excepted by CONTRACTOR from the operation of the release in stated amounts to be set forth therein.

54.4 Release of Contract Retention

Retention on the Contract willbe reduced per NRS 338.515.

54.5 Commencement of Warranties and Guarantees

Allwarranties and guarantees and other applicable requirements designated in the Contract shall commence on the date of Final Completion, unless noted otherwise, except that OWNER, upon written request from CONTRACTOR, may approve earlier commencement dates for systems or equipment.

55.0 WARRANTY

Unless otherwise provided elsewhere in the Contract, all materials and equipment incorporated into any work covered by the Contract shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be in accordance with construction practices acceptable to OWNER. CONTRACTOR warrants all equipment, materials, and labor furnished or performed under this Contract against defects in design, materials and workmanship (unless furnished by OWNER), for a period of twelve months (unless longer guarantees or warranties are provided for elsewhere in the Contract or in the manufacturer’s standard warranty, in which case the longer periods of time shall prevail) from and after Final Completion, or later if noted otherwise, under the Contract, regardless of whether the same were furnished or performed by CONTRACTOR or by any of its subcontractors. Upon receipt of written notice from OWNER of any defect in any such equipment, materials, or labor during the applicable warranty period, due to defective design, materials or workmanship, the affected item or parts thereof shall be redesigned, repaired or replaced by CONTRACTOR at a time acceptable to OWNER.

CONTRACTOR shall perform such tests as OWNER may require to verify that such redesign, repairs and replacements comply with the requirements of this Contract. Allcosts incidental to such redesign, repair, replacement and testing, including the removal, replacement and reinstallation of equipment and materials necessary to gain access, shall be borne by CONTRACTOR.

Where such redesigned, repaired or replaced work is performed less than one year from the end of the warranty period, CONTRACTOR warrants such redesigned, repaired or replaced work against defective design, materials and workmanship for a period of twelve months from and after the date of acceptance thereof. Where such redesigned, repaired or replaced work is performed more than one year from the end of the warranty period, CONTRACTOR warrants such redesigned, repaired or replaced work against defective design, materials and workmanship from and after the date of acceptance thereof until completion of the warranty period.

Should CONTRACTOR fail to promptly make the necessary redesign, repair, replacement and tests, OWNER may perform or cause to be performed the same at CONTRACTOR’s expense. CONTRACTOR

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 40 of 43 and its surety or sureties shall be liable for the satisfaction and full performance of the warranties as set forth herein.

56.0 SURVIVABILITY

The terms and conditions of the Agreement regarding confidentiality, indemnification, warranties, payment, dispute resolution and all others that by their sense and context are intended to survive the expiration of the Agreement will survive the expiration or termination of the agreement howsoever caused.

57.0 THIRD PARTY BENEFICIARY

It is specifically agreed between the parties executing the Contract that it is not intended by any of the provisions of any part of the Contract to create for the public or any member thereof, a third party beneficiary otto authorize anyone not a party to the Contract for any purpose including, but not limited to, maintaining a suit for personal injuries or property damage pursuant to the terms or provisions of the Contract.

58.0 BIDDER PREFERENCE

58.1 If this Contract is awarded as a result of the CONTRACTOR receiving a preference in bidding, the CONTRACTOR agrees that for the duration of the project:

A. At least 50 percent of the workers employed on the Project, including, without limitation, any employees of the CONTRACTOR and of any subcontractor, engaged on the Project, will hold a valid driver’s license or identification card issued by the Department of Motor Vehicles of the State of Nevada;

B. All vehicles used primarily for the Project will be registered and partially apportioned to Nevada pursuant to the International Registration Plan, as adopted by the Department of Motor Vehicles pursuant to NRS 706.826; or Registered in this State; and

C. The CONTRACTOR and any subcontractor engaged on the Project will maintain and make available for the inspection within this State his or her records concerning payroll relating to the Project.

58.2 No later than July 10 of each year, or upon project close-out, whichever occurs first, the CONTRACTOR will provide to the OWNER a completed Attachment ‘A”that describes how it has met the requirements of Section 58.1 for the period July 1 through June 30 or applicable portion thereof.

58.3 Failure to comply with the requirements of Section 58.1 above, entitles Clark County Department of Aviation to a penalty only as provided in Nevada Revised Statutes 338.0117, subsections 5 and 6.

58.4 If the OWNER determines that the CONTRACTOR has tailed to comply with a requirement certified in its Affidavit, the OWNER may recover by civil action against the party responsible.

58.5 It a CONTRACTOR is awarded the contract as a result of a preference in bidding, each contract between the CONTRACTOR and a subcontractor and each contract between a subcontractor and a lower tier subcontractor must provide that:

Contract No. 2466 Bid Document Exhibit “A” - General Conditions APRIL 23, 2018 Page 41 of 43 A. If a party to the contract causes the CONTRACTOR to fail to comply with a requirement of the Affidavit, the party is liable to the public body for a penalty in the amount of 1 percent of the cost of the largest contract to which he or she is a party;

B. The right to recover the amount determined pursuant to paragraph 58.5.A. by the public body pursuant to paragraph 58.4 may be enforced by the public body directly against the party that caused the failure to comply with a requirement of the Affidavit; and

C. No other party to the contract is liable to the public body for a penalty.

Contract No. 2466 Bid Document Exhibit “A’ - General Conditions APRIL 23, 2018 Page 42 of 43 ______

GENERAL CONDITION 58.0 — ATTACHMENT“A” BIDDER PREFERENCE COMPLIANCE REPORT*

A separate form must be completed by the CONTRACTOR and each subcontractor that performs work on the project during the reporting period.

Reporting Period: to

(a) The number of workers employed on the Project?**

The number of workers employed on the Project with a valid driver’s license or identification card issued by the Department of Motor Vehicles of the State of Nevada?

The Percentage of Workers with a valid driver’s license or identification card issued by the Department of Motor Vehicles of the State of Nevada?

(b) The number of vehicles used primarily for the Project?**

The number of vehicles used primarily for the Project that are registered or partially apportioned to Nevada pursuant to the International Registration Plan, as adopted by the Department of Motor Vehicles pursuant to NRS 706.826, or are registered in this State?

(c) The CONTRACTOR and any subcontractor engaged on the Project has maintained and willmake made available for inspection within this state his or her records concerning payroll related to the Project? Yes or No

CONTRACTOR AR (Printed) CONTRACTOR AR (Signature) Date

* No later than July 10 of each year, and upon project close-out, the CONTRACTOR willprovide to the OWNER a completed Attachment “A”that describes how they have met the requirements of NRS 338 for the period July 1 through June 30 or applicable portion thereof.

** The number of workers employed on the Project is collectively, and not on any specific day, without limitation, any employees of the CONTRACTOR and of any subcontractor, engaged on the project during the reporting period.

Contract No. 2466 Bid Document Exhibit “A”- General Conditions APRIL 23, 2018 Page 43 of 43 McCARRAN INTERNATIONALAIRPORT CLARK COUNTY, NEVADA

EXHIBIT“B” SPECIAL CONDITIONS

TABLE OF CONTENTS Sc Ni TITLE PAGE

1.0 CONTRACT EXECUTION 1

2.0 DESCRIPTION OF ALTERNATES 2 3.0 SPECIAL ALLOWANCE 2 4.0 CONTRACT MILESTONES 4 5.0 CONTRACTOR WORK PLANS AND WORK CONSTRAINTS 6 6.0 SPECIAL SAFETY REQUIREMENTS, ACCESS CONTROL AND STAGING REQUIREMENTS12 7.0 CONSTRUCTION SCHEDULE AND DATA 14 8.0 AIRPORT SECURITY REQUIREMENTS 21 9.0 OVERTIME WORK OR ALTERNATE SHIFTS 23 10.0 PRE-ACTIVITY MEETINGS 23 11.0 CONTRACTOR CORRESPONDENCE 23 12.0 INTERRUPTION OF UTILITYSERVICES 23 13.0 ARCHAEOLOGICAL AND HISTORICAL FINDINGS 24 14.0 RESTORATION OF SURFACES DISRUPTED BY OTHERS 24 15.0 CONTRACTOR’S RESPONSIBILITY FOR UTILITYSERVICES AND FACILITIES OF OTHERS 25 16.0 SPECIAL CONSIDERATION 26 17.0 S/M,W/DBE CONTRACT COMPLIANCE REQUIREMENTS 26 18.0 CERTIFIED PAYROLLS 27 19.0 ENDANGEREDSPECIES 28 20.0 DRUG AND ALCOHOL TESTING 28 21.0 NEVADA OCCUPATIONAL SAFETY AND HEALTH ENFORCEMENT SECTION (OSHES) REQUIREMENT 28 22.0 PRICING OF CHANGES 29 23.0 LATENT DEFECTS 32 24.0 BACKCHARGES 32 25.0 TRANSMITTAL, REVIEW, AND APPROVAL OF DOCUMENTS 33 SPECIAL CONDITION 17.0 - ATTACHMENT A 34 MONTHLY S/M/W/DBE PARTICIPATION REPORT 34

Contract No. 2466 Table of Contents Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 1 of 2 SPECIAL CONDITION 17.0- ATTACHMENT B 35 S/MJW/DBE VERIFICATION FORM 35 SPECIAL CONDITION 17.0 - ATTACHMENT C 36 MONTHLY S/M/W!DBE SUBCONTRACTORNENDOR INFORMATION 36 SPECIAL CONDITION 17.0- ATTACHMENT D 37 ANNUAL VERIFICATION OF S/M/W/DBE PARTICIPATION 37 SPECIAL CONDITION 17.0 - ATTACHMENT E 38 NOTIFICATION OF CHANGE OF S/M/W/DBE FIRMS 38

Contract No. 2466 Table of Contents Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 2 of 2 EXHIBIT “B” SPECIAL CONDITIONS

1.0 CONTRACT EXECUTION

1.1 Execution of the Contract

CONTRACTOR is to execute two originals of the Contract, attach the Bonds and Certificates of Insurance, and forward the same to OWNER.

If all the data submitted by CONTRACTOR under Exhibit ‘B’ - Special Conditions, Article 1.0 - Contract Execution, is in accordance with the Contract Documents, OWNER shall have the Contract executed.

If CONTRACTOR fails to furnish all Bonds and Insurance Certificates within seven (7) days of the Notice of Award of Contract, OWNER reserves the right to reclassify CONTRACTOR’s Bid as non-responsive and OWNER may then award the Contract to one of the other Bidders and declare CONTRACTOR’s Bid Bond forfeit.

1.2 Bond Requirements

A. CONTRACTOR shall furnish bonds covering the faithful performance of the Contract and the payment of all obligations arising thereunder in such form and amount as OWNER may prescribe in accordance with the provisions of NRS 339.025. Bonds may be secured through CONTRACTOR’s usual sources provided the surety must be authorized to do business in the State of Nevada.

B. Contract Required Bonds:

1. Labor and Material Payment Bond in the amount of 100% of the Contract price.

2. Performance Bond in the amount of 100% of the Contract price.

3. Sureties Agreement to provide Guaranty Bond in the amount of 100% of the Contract price upon Notice of Completion of the Work.

C. Form of Bonds:

1. The bonds shall be written on Performance Bond and Labor and Material Payment Bond Forms provided by OWNER.

2. CONTRACTOR shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of his power of attorney.

1.3 Insurance Requirements

CONTRACTOR shall provide Certificates of Insurance evidencing the existence of valid, in force Insurance policies as required by Exhibit “A” - General Conditions, Article 4.0 - Insurance. Each Certificate of Insurance shall be signed by a person authorized by that Insurer and licensed by the State of Nevada.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 1 of 38 1.4 Pre-Construction Conference

OWNER will conduct a Pre-Construction Conference prior to issuance of Notice to Proceed to CONTRACTOR.

Prior to the Pre-Construction Conference, CONTRACTOR shall forward to OWNER’s Authorized Representative a résumé for all management and supervisory personnel CONTRACTOR proposes to use on this Contract.

OWNER will review the résumés and reserves the right to deny CONTRACTOR’s use of any of the proposed CONTRACTOR personnel on this Contract.

The purpose of the Pre-Construction Conference will be to review various requirements of the Contract Documents, including safety and AOA security. In addition, CONTRACTOR shall present a narrative on a tentative work plan for the Contract.

CONTRACTOR shall be represented at this meeting by no less than CONTRACTOR’s Authorized Representative, Project Manager, Superintendent, Contract Scheduler, Quality Manager and Safety Manager.

1.5 Notice to Proceed

When all the preceding conditions of this Special Condition Article 1.0 have been fulfilled, OWNER willissue Notice to Proceed to CONTRACTOR.

2.0 DESCRIPTION OF ALTERNATES

2.1 Description of Alternates

Alternate No. 1: Northside Canopies (As noted on drawing sheets 51 .3, S1.4, Si .5, S1.6, El .1, Ei.2, E2.1, E2.2 and E5.1)

3.0 SPECIAL ALLOWANCE

3.1 Special Allowance for Permits, Fees and Certificates

CONTRACTOR shall be reimbursed from the Special Allowance for actual cost of permits, fees and certificates only, charged by the relevant regulatory agencies, to permit construction of the project and occupation thereof by OWNER upon completion. Exhibit “A” - General Conditions, Article 5.0 - Permits and Fees, describes the scope of CONTRACTOR’s responsibility in this regard. CONTRACTOR shall purchase the permits and submit invoices/receipts for same with the next progress payment requisition to ensure timely reimbursement. CONTRACTOR shall be reimbursed for direct costs of the permits only i.e., no markup shall be applied to the cost of the permits. The established Special Allowance for procurement of permits and certificates is shown on the Bid Price Form and CONTRACTOR shall include this amount in CONTRACTOR’s Total Bid Price for the Contract.

Contract No. 2466 Bid Document Exhibit ‘B’ - Special Conditions APRIL 23, 2018 Page 2 of 38 3.2 Discretionary Special Allowance

During the course of construction, it may become necessary to perform additional work that is not displayed in the Conformed Documents to make the constructed facility fully functional and in compliance with OWNER’s intent. A sum of funds in the form of a Discretionary Special Allowance has been included in the Bid Price Form for work not displayed in the Conformed Documents and CONTRACTOR shall include this amount in CONTRACTOR’s total price for the Contract. The Discretionary Special Allowance may be used, at OWNER’s discretion, to reimburse CONTRACTOR for OWNER approved costs associated with performance of work in accordance with Exhibit “A”- General Conditions, Article 8.0 — Changes and Exhibit “B”Special Conditions, Article 22.0 — Pricing of Changes. OWNER shall determine if the Work entailed does fall under the jurisdiction of the Discretionary Special Allowance and OWNER’s decision shall be final. Once approved, payment for such work shall be included in the appropriate Monthly Progress Pay Estimate.

3.3 Adjustment of Special Allowances

If the sum of all changes to be reimbursed under a Special Allowance account is less than the sum of the Special Allowance stated in the Bid, the total Contract value will be reduced by an amount equal to the balance of funds remaining in the Special Allowance account. The deductive adjustment to the Special Allowance willbe included in the final Contract Change Order.

If the Special Allowance accounts are fully depleted by reimbursement of previously approved reimbursement requests, the total Contract value will be increased by an amount equal to each subsequent OWNER approved Contract Change Request (CCR). Each of these CCR’s shall be included in the final Contract Change Order.

If OWNER and CONTRACTOR are unable to reach an agreement as to the total cost of the Special Allowance work, the issue shall be resolved under the provisions of Exhibit “A”- General Conditions, Article 25.0 - Contract Interpretation.

3.4 Discovery of Hazardous Materials

During the course of construction, there may be hazardous materials discovered on the construction site. Such materials can be in the form of asbestos in structures, underground fuel storage units, contaminated soil or other unknown hazardous materials. The Discretionary Special Allowance (referenced in Article 3.2 above) will be utilized to compensate CONTRACTOR for costs for proper removal and disposition of such hazardous materials.

3.4.1 Governing Laws and Regulations

The removal of any and all hazardous materials shall be governed by the applicable Federal, State and local laws and regulations concerning the removal, transportation, and disposal of hazardous materials encountered on the jobsite and removed from the jobsite.

3.4.2 Asbestos Removal

OWNER willfurnish to CONTRACTOR, prior to demolition of any structure or part of a structure on the Jobsite, the most recent Asbestos Survey Report which shall identify the asbestos containing materials present.

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 3 of 38 CONTRACTOR shall obtain quotations from asbestos abatement subcontractors to remove and properly dispose of all asbestos containing materials. The asbestos abatement subcontractors shall be licensed and registered in the State of Nevada.

CONTRACTOR shall present above quotations to OWNER, for OWNER review of qualifications and validity of license. Following OWNER review, CONTRACTOR shall select the qualified subcontractor who provided the lowest fully compliant bid and proceed with the asbestos abatement work.

If required by statute or regulation, CONTRACTOR shall have the Asbestos Abatement subcontractor conduct proper air monitoring tests at the conclusion of the asbestos abatement. Results of those tests shall be forwarded to OWNER for approval.

3.4.3 Removal of Hazardous Materials, other than Asbestds

Upon written notice from OWNER, CONTRACTOR shall have a hazardous material survey conducted on portions of, or the whole jobsite. Survey shall be conducted by a Nevada licensed Hazardous Material Testing Laboratory.

CONTRACTOR shall submit this survey to OWNER, for approval. Once approved, CONTRACTOR shall arrange for the removal and disposal of the hazardous material by a Nevada licensed Hazardous Material removal subcontractor.

The removal and disposal of hazardous materials shall be continuously monitored by the Hazardous Material Testing Laboratory. Further, Testing Laboratory shall conduct tests required to determine that all of the hazardous material has been removed and shall submit a written report to CONTRACTOR for transmittal to and approval of OWNER.

4.0 CONTRACT MILESTONES

4.1 Liquidated Damages

CONTRACTOR is firmlyobligated to meet the stipulated completion date or dates, if any, except as any such date(s) may be deferred or extension(s) granted in writing by OWNER. Ifthe Work or part of the Work is not completed within the number of days set forth for each of the Contract Milestones or as may be revised by authorization or modification to the Contract, damage will be sustained by OWNER.

The parties acknowledge that it is difficultor impossible to ascertain the amount of actual damage that OWNER willsustain. Therefore, in the event of, and by reason of, any delay in completion of the Work for the Contract Milestones, OWNER reserves the right to require CONTRACTOR pay to OWNER the liquidated damages set forth below for each calendar day’s delay or fraction thereof, in excess of the number of calendar days specified, until completion of the Work. OWNER may deduct the sum of liquidated damages from any monies due or that may become due to CONTRACTOR, or if such monies are insufficient, CONTRACTOR shall pay to OWNER any deficiency. The remedies provided herein are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

Where both multiple interim and final completion dates are required and not met, liquidated damages are additive and shall be deducted in total.

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 4 of 38 4.2 Work Versus Schedule

CONTRACTOR acknowledges the following Milestones and shall be aware of the Work required and the time restrictions for each Milestone. The Contract schedule shall include time for anticipated inclement weather within each Milestone. No additional extension of Contract time will be allowed for inclement weather. It is the responsibility of CONTRACTOR to include in the original bid any and all costs that would be associated with CONTRACTOR working more than five (5) days per week and/or more than one (1) shift per day, if, in the opinion of CONTRACTOR, such extra days and/or shifts willbe required to complete the Work within the Milestones noted.

4.2.1 Administrative Notice to Proceed

The OWNER will issue the Administrative Notice to Proceed upon execution of the Contract by all parties and following completion of all bonding and insurance requirements. Administrative Notice to Proceed will allow the CONTRACTOR to make submittals, submit Requests for Information, and similar administrative activities that do not involve mobilization or actual construction. The Administrative Notice to Proceed will initiate the Contract calendar for all measurement and tracking purposes.

4.2.2 Construction Notice to Proceed

CONTRACTOR shall not begin physical work until the OWNER issues a Construction Notice to Proceed. The CONTRACTOR must complete Milestones 1 and 2 before the OWNER willissue a Construction Notice to Proceed.

4.3 Milestone No. 1, Contract Day 30

CONTRACTOR shall have submitted the following for approval: Project Schedule; the first thirty (30) day Work Plan; the Quality Control Program; the Safety Program; and all technical submittals. CONTRACTOR shall have submitted worker names for vetting purposes.

Failure to complete all work included in this Milestone by the required Contract Day, may result in OWNER assessing liquidated damages in the amount of $500.00 per calendar day.

4.4 Milestone No. 2, Contract Day 60

CONTRACTOR shall have received approval on all submittals submitted under Milestone No. 1.

CONTRACTOR shall have obtained the required permits to allow commencement of construction.

Failure to complete all work included in this Milestone by the required Contract Day, may result in OWNER assessing liquidated damages in the amount of $500.00 per calendar day.

4.5 Milestone No. 3, Contract Day 180

CONTRACTOR shall have completed all Work to Substantial Completion in accordance with Exhibit “A”- General Conditions, Article 54.1 - Substantial Completion.

CONTRACTOR shall have completed all Final Punch List Work for all work completed under Milestone No. 3, as described in Exhibit ‘A”-General Conditions, Article 54.2- Punch List.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 5 of 38 CONTRACTORshall have all work requiring a buildingpermit inspection accepted by the issuing body.

Failure to complete all work included in this Milestone by the required Contract Day, may result in OWNER assessing liquidated damages in the amount of $1,000.00 per calendar day.

4.8 Milestone No. 4, Contract Day 210

CONTRACTORshall have reconciled all outstanding administrative items to allow OWNER to execute a Notice of Final Completion in accordance with Exhibit“A”- General Conditions, Article 54.3—Notice of Final Completion.

Failure to complete all work included in this Milestone by the required Contract Day, may result in OWNER assessing liquidated damages in the amount of $1,000.00 per calendar day.

5.0 CONTRACTORWORK PLANS ANDWORK CONSTRAINTS

5.1 CONTRACTORWork Plans

Allthe Work must be accomplished per a plan that shall be developed by CONTRACTOR.These Work Plans shall recognize the various restrictions posed by the Milestones and work constraints. Each Work Plan shall be submitted, not less than seven (7) calendar days prior to its intended commencement, to OWNER for review and approval. CONTRACTOR shall not start work until the Work Plan has been approved by the OWNER. This review period shall be reflected in CONTRACTOR’Sapproved target schedule. Work Plan must be submittal Code 1 or 2 prior to commencing the associated work and must be submittal Code 1 before work depicted on the Work Plan can be included in a monthly progress pay estimate. The Work Plans shall be in a format furnished by OWNER.

CONTRACTORWork Plans shall contain not less than:

A. A continuous series of Work Plans that will,in total, cover all Work that is accomplished under this Contract. Each Work Plan shall cover a one (1) week period, or a designated scope of work, whichever is less in duration.

B. A complete description of all the Work that will be accomplished, accompanied by the appropriate plan sheets displaying the work area in question. The Work descriptions shall be in sequence and in detail.

C. The exact date the Work will commence within the work area and the exact date the Work will be completed. If the Work period extends for more than one (1) week, CONTRACTORshall then divide the Work into segments, with each segment lasting no more than one (1) week.

D. The length of work shifts, the number of work shifts withina twenty-four (24) hour period, and the number of days per week CONTRACTORintends to work.

E. Complete details for any temporary utilitysystem or emergency utilitysystem that willbe required to maintain the integrityof the existing and new utilitysystems at alltimes.

Contract No. 2466 Bid Document Exhibit B”- Special Conditions APRIL23, 2018 Page 6 of 38 F. A temporary signing and barricading plan for Work in OWNER facilities, on OWNER property or on adjacent roadways where the normal flow of pedestrian and vehicular traffic is impacted by CONTRACTOR operations. If required by statute, obtain approval of any such plans by NDOT or the North Las Vegas Building Department. Costs for installing, maintaining and removal of the temporary signing and barricading shall be included in the Bid.

G. For placement of all materials, indicate locations and sequences of same for each work day, allowing sufficient time between work items for verification testing.

H. Indicate each bulk material placement, detailing quantity of material, station and/or location, date, and shift.

I. The exact route that will be used between the point of entry at the AOA security fence and the barricaded work area. These routes are subject to change by OWNER, if required for special aircraft operations.

J. Show barricading plan in the AOA work area, non-AOA work area and detours. All work areas, regardless of the size of same, shall be barricaded as specified or shown on the drawlngs.

K. Work Plan shall be depicted on a copy of the appropriate plan drawing or a scaled sketch showing existing Airport facilities, the work area and the intended impact on facility or Airport operations.

L. List of applicable Drawings and Technical Specification Sections.

M. List of applicable submittals and their status.

N. For underground work, report prepared by a Nevada Registered Land Surveyor for location of all existing utilities in work area and method of protection for same.

0. Job Hazard Analysis: Jobs or tasks are broken down into a series of successive steps or activities. Required or anticipated tools and equipment for each step or activity are to be included. All potential hazards within each step or activity are identified. Include the following hazard categories in the JHA: chemical exposures, oxygen deficiency, electrical hazards, physical hazards, fire and explosion, temperature extremes, excessive noise, biological hazards.

5.2 Airport Operations and Work Hours

A. CONTRACTOR shall note that the Airport is in operation twenty-four (24) hours per day, seven (7) days per week. Because of this, CONTRACTOR shall plan and execute all construction activities; movement of materials, personnel and equipment; demolition of existing property, so as to not impede any operations of the Airport or public, such as the movement of vehicles, foot traffic, aircraft or emergency vehicles.

B. Normal work hours will be between 7:00 a.m. and 4:00 p.m., Monday through Friday. A minimum eight (8) hour window will be provided by OWNER for each work shift. However, should OWNER determine that portions of the Work are least disruptive if performed during other than the normal hours, CONTRACTOR shall commence work within the revised hours upon forty-eight (48) hours of receipt of written direction from the OWNER. Changes in the timing of work shifts shall be at no additional cost to OWNER.

Contract No. 2466 Bid Document Exhibit ‘B’ - Special Conditions APRIL 23, 2018 Page 7 of 38 C. Installation of the temporary partition walls will be performed during a night shift. A specific eight (8) hour window willbe provided by OWNER after Notice to Proceed.

D. OWNER reserves the right to stop CONTRACTOR activities during Holidays, peak travel periods or emergencies. OWNER reserves the right to vary or reduce the primary shift hours.

E. In the event CONTRACTOR is requested to change work schedules, stop work, limit work in its work area(s) by any Federal, State, or local agency, other than the OWNER, CONTRACTORs compliance to any such request shall be at CONTRACTORs sole discretion. Cost and schedule impacts that CONTRACTOR may incur as a result of electing to implement any such requests shall be to the CONTRACTORs account.

5.3 Work Constraints

A. CONTRACTOR site facilities (which may include a site office, temporary utilities, staging area and a concrete batch plant) shall be exclusively dedicated to the prosecution of work under this Contract. These facilities shall not be used for any other purpose, including the support of work on other projects that may be performed on Airport property while this Contract is in progress.

B. Project Office - CONTRACTOR shall maintain a project office at the job site until a Certificate of Substantial Completion is issued or OWNER gives written permission to remove same. CONTRACTOR shall have all management assigned to this Contract on a full-time basis, located in said office.

C. Execution of Work - CONTRACTOR activities shall not adversely impact the safe and continuous operations of the Airport facility. Extensive planning, scheduling and coordination with OWNER shall be required to allow construction progress yet maintain the safe and continuous operation of the Airport facility. Any unscheduled disruption to Airport facilities/utilities shall be immediately repaired or replaced by CONTRACTOR. II CONTRACTOR fails to take immediate corrective action, OWNER reserves the right to make such repairs, the cost thereof to be charged to CONTRACTOR’s account.

D. Aircraft Weather Emergencies - OWNER reserves the right to suspend any or all CONTRACTOR AOA construction for periods of time as may be required for aircraft or weather emergencies.

E. AOA Work - Allwork that is in the AOA must be accomplished under FAA and McCarran International Airport AOA rules, regulations, and restrictions. All CONTRACTOR travel routes through the AOA shall be approved by OWNER, prior to their use.

F. Site Trash - CONTRACTOR shall not allow the accumulation of any trash on the job site, shall not pile any materials to create a line of sight obstruction and shall not allow any trash nor dust in or near the active AOA.

G. Dust Control - OWNER shall be the sole judge as to when dust control watering is required by CONTRACTOR to overcome any operational and environmental hazards.

H. Dust Prevention - All trucks delivering bulk materials, removing bulk materials, moving bulk materials about the job site, shall be fully covered to eliminate any material or dust blowing from the truck.

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 8 of 38 NOTAMS - OWNER willprovide information on closed or hazardous areas to the local air traffic facility so that Notices to Airmen (NOTAMS) can be issued, describing said conditions.

J. Continuity of Lighting - Lighting circuits on operational runways, taxiways, aprons, or in buildings must be functional at all times, even it this requires temporary wiring (and temporary power source) to be installed by CONTRACTOR as part of the Work.

K. Smoking - No smoking will be permitted in any AOA work area. No open flame without specific OWNER approval willbe allowed on the Airport.

L. Limited Access - Because movement to and from a work area is limited, CONTRACTOR shall have in the Work area all equipment it determines necessary, as well as a first aid station, drinking water facilities, radio communications, restroom facilities and any other items to support CONTRACTOR’s activities.

M. Surtace Sweeping -The movement of employees and materials is across aprons, pads and taxiways. CONTRACTOR shall furnish and have in use, a full time vacuum type, non-metal bristle brushes, sweeping unit of sufficient size and capacity to clean all of the above surfaces. CONTRACTOR shall maintain these areas broom clean at all times. There willbe no exceptions to this requirement.

N. Temporary Electrical - Power poles within the AOA willnot be allowed.

0. Temporary Lighting - CONTRACTOR temporary lighting for night operations shall not disrupt aircraft or FAA Tower operations. OWNER shall be the arbiter if lighting is disruptive.

P. Maintenance of Existing Lighting - All remaining light standards and fixtures on Airport, adjacent to the work areas, shall remain operational at all times.

Q. Blasting - Blasting willnot be allowed.

R. Site Utilities - CONTRACTOR shall be responsible for procuring site/public utilities for CONTRACTOR’s field office, staging area and construction operations, and OWNER’s Material Testing and Verification Surveying consultants. CONTRACTOR shall make arrangements with the applicable Utility Companies to provide services and CONTRACTOR shall bear all costs associated with procuring, maintaining and removing said utilities. CONTRACTOR shall also bear all time and usage utility charges for CONTRACTOR’s and OWNER’s Material Testing and Verification Surveying consultants’ field office, staging area and construction operations.

S. UtilityCoordination & Investigation - CONTRACTOR shall schedule and coordinate with OWNER for access to existing utilities, removal of existing overhead services and construction of new services as required to perform the Work. CONTRACTOR shall use the latest technology for locating embedded utilities prior to commencing with saw cutting, drillingor coring operations.

T. Existing Conditions - CONTRACTOR shall be responsible for repairs to any wall, floor or ceiling surface within the existing building(s) that is damaged by CONTRACTOR’s construction operations. The required repairs shall be made in accordance with relevant construction specifications, Clark County Standard Specifications and/or McCarran

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 9 of 38 International Airport Maintenance Standards, whichever is the more stringent. OWNER willbe sole judge as to whether or not any areas have been damaged by CONTRACTOR and which specification is applicable. CONTRACTOR shall be responsible for repairs to any paved or unpaved areas within the AOA that are damaged by CONTRACTOR’s construction operations. The repairs shall be made in accordance with Airport, Clark County Standard Specifications and/or FAA Standards, whichever is the more stringent. OWNER will be the sole judge as to whether or not any areas have been damaged by CONTRACTOR’s use.

U. Site Drainage - CONTRACTOR shall be responsible for site drainage and the control of surface water on the project site. Surface water shall not be allowed to accumulate in excavations, nor shall it be allowed to impact surrounding structures or improvements. OWNER reserves the right to approve any and all measures proposed by CONTRACTOR to meet this requirement.

V. Traffic Control - If CONTRACTOR, at any time, fails to maintain traffic and/or traffic control devices as specified in the above documents or elsewhere by these specifications, OWNER will immediately notify CONTRACTOR in writing of such non compliance. If CONTRACTOR fails to remedy unsatisfactory maintenance within twenty- four (24) hours after receipt of such notice, OWNER may immediately proceed to perform such maintenance, and the entire direct cost of this maintenance will be deducted from money that is due or becomes due to CONTRACTOR. If a condition develops that is dangerous to public safety in the opinion of OWNER, such condition may be immediately remedied with whatever means available and the cost of this maintenance, if not paid directly by CONTRACTOR, will be deducted from money that is due or becomes due to CONTRACTOR.

W. OWNER Convenience - CONTRACTOR shall conduct the Work at all times in such a manner and in such sequence as will assure the least interference with the Airport users and tenants. OWNER may require CONTRACTOR to finish a section in which the Work is in progress before Work is started on any additional sections if the opening of such section is essential to OWNER convenience.

X. FAAControl Tower - When working in the vicinity of the FAA Control Tower, certain types of equipment and/or radios may cause interference with Control Tower equipment. CONTRACTOR shall properly shield or otherwise operate its equipment such that there is no interference with Control Tower operations and/or equipment.

Y. Temporary Security Fencing — Temporary Security Fencing — Required security fencing shall be eight (8) feet high, chain link fence, with a “V barbed wire support arm, with six (6) strands of barbed wire and metal posts embedded in concrete. Temporary security fence shall conform to the latest Federal Specification (RR-F-191) and installation shall be scheduled and installed in accordance with OWNER requirements. CONTRACTOR shall remove all temporary fencing, to include post concrete encasement, at the completion of the Work.

Z. Construction Safety Fencing - Required construction fencing willvary during the various work stages of the project. Allfencing placed within or adjacent to the AOA shall have a red flashing light attached to same at ten (10) foot centers, which shall be maintained and operational at dusk each day. Temporary safety fence fabric shall be a minimum of four (4) feet high, an International Orange in color, high-density polyethylene and UV stabilized. Fence posts may be conventional metal T or U posts. CONTRACTOR shall remove all temporary construction fencing, to include post concrete encasement, at the

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 10 of 38 completion of the Work.

AA. Airport Crane Use — CONTRACTOR shall follow the steps below to obtain approval to use any crane on the Airport.

1. CONTRACTOR shall file FAA FORM 7460-1 for the crane. 2. Inform the Authorized Representative that the crane is coming on site. The Authorized Representative will inform Airfield operations and have them coordinate with the tower and issue the appropriate NOTAM(s). 3. For the GA Airports they willcoordinate this activity with the Airport Manager. 4. Certifications for the crane and the operator shall be provided.

5.4 Special Work Constraints

A. Access to Existing Utilities - CONTRACTOR shall perform the work for the new plumbing, electrical and control systems tie-ins or interruptions to existing facility services between the hours of 10:00 p.m. and 6:00 a.m.

B. Existing Airport and Tenant Operations - CONTRACTOR shall not disrupt any OWNER or Tenant Operations. Interface with OWNER and Tenant Operations is integral to the successful performance of this Contract. CONTRACTOR shall not proceed with any portion of the Work without approved schedules and work plans in place. In addition, CONTRACTOR shall provide OWNER with seventy-two (72) hour notice prior to performance of any Contract Work that willimpact OWNER and/or Tenant Operations.

C. Cleaning — CONTRACTOR shall ensure that all public areas, including but not limited to elevators, lobbies, and corridors, used by CONTRACTOR for material access are kept clean and free from dirt and debris. CONTRACTOR shall immediately upon notice from OWNER clean any area outside CONTRACTOR’s work area in which dirt or debris from CONTRACTOR activities is identified.

D. Excavated Materials - CONTRACTOR shall remove all excavated material immediately from the job site. No stockpiling of excavated materials shall be allowed at the job site. Materials resulting from demolition and from all excavations shall be removed immediately from job site and hauled to an approved landfill.

E. Security - AllCONTRACTOR personnel shall be badged by Airport Security as detailed in Exhibit “B” — Special Conditions, Article 8.0 — Airport Security Requirements. CONTRACTOR is to include the cost of badging employees in the Bid. Allof the Work on this Contract willbe in the Airside. Each Work area willbe contained by a safety fence or temporary security fence, the costs of which shall be included in the Bid. OWNER furnished escorts will monitor all CONTRACTOR vehicles to and from areas denoted by safety or security fencing.

F. Emergency Egress — CONTRACTOR shall maintain unrestricted access to the site for access by emergency vehicles.

5.5 Notice of Placement

CONTRACTOR shall furnish OWNER with an executed Fill, Asphalt or Concrete Placement Card, for every placement or lift, not less than twenty-four (24) hours prior to commencement of placement. Maximum time period covered by a Card shall be twenty-four (24) hours. The Card

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 11 of 38 shall state that all preparatory work for said placement has been checked or tested by CONTRACTOR and is ready for OWNER inspection. No placement shall be made without OWNER inspection and/or written permission to place.

Each load of bulk material delivered shall be accompanied by a delivery receipt or batching ticket. Receipt/ticket shall display a number, time batched or loaded, temperature of material, quantities of all materials contained therein, design mix description, net weight or volume, all as applicable. For asphaltic concrete and Portland cement concrete, receipt shall be computer generated by the batching facility.

All concrete work shall be accomplished in accordance with all of the requirements of American Concrete Institute (ACI). If a requirement of ACI is in conflict with any Technical Specification or note on the Drawings, the more stringent requirement shall prevail.

5.6 Construction Phasing Drawings

Not used.

5.7 Quality Control

A. The Quality Control person or Quality Assurance person shall attend the weekly Contract meeting, it a Non-Conformance Report (NCR) has been issued within that week, or as required by the OWNER, to explain the CONTRACTOR’s corrective action proposal, and how to prevent a similar NCR from reoccurring.

8. CONTRACTOR shall conduct Quality Control testing necessary to assure the product is in complete accord with the Contract Documents prior to OWNER Quality Assurance Agency (QAA)testing for acceptance testing of materials or work.

C. No placement of bulk material shall be placed until the placement card is checked and signed by applicable trades listed on the card including the final signature of the Quality Control Person.

6.0 SPECIAL SAFETY REQUIREMENTS, ACCESS CONTROL AND STAGING REQUIREMENTS

6.1 Special Safety Requirements

A. All work activities performed on this project shall be in accordance with the latest applicable OSHA or Nevada OSHES standards. This includes scaffolding and ladder installation, the use of lifts and hoists, and trench excavation and shoring.

The CONTRACTOR’s Shop Drawings for the scaffolding system(s) shall be developed and stamped by an Engineer registered in the State of Nevada. The scaffolding system(s) components shall be of the latest technology, shall be of recent manufacture (within 5 years) and shall be free of defects (cracks, bends, twists, burns, holes, tears, etc.). Scaffolding components shall not contain concrete/grout build-up and shall be neat in overall appearance.

B. Temporary Fire Protection — Stationary scaffolding covering an area larger than 16 square feet shall have temporary fire protection piping installed under the scaffolding.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 12 of 38 Design for this fire protection piping shall be approved by the Clark County Fire Department before installation.

C. CONTRACTOR shall store any flammable materials in accordance with OSHA regulations.

D. CONTRACTOR shall maintain access to all emergency exits.

E. OWNER willstop the Work if it is determined that the CONTRACTOR’s activities pose an unacceptable risk of disruption, damage, injury, or is negligent regarding safety concerns or is uncooperative with the Airlines, other Tenants or the public in general.

F. CONTRACTOR shall provide a designated Safety Officer, acceptable to OWNER, whose responsibility shall be safety and who will be responsible for CONTRACTOR and subcontractor(s) adherence to CONTRACTORs safety program on the Jobsite during the performance of the Work. The Safety Officer shall (a) possess credentials in the field of safety including without limitations, credentials issued by the (1) Board of Certified Safety Professionals; or (2) Insurance Institute of America; or (b) have at least three (3) years experience in overseeing matters of occupational safety and health in the field of construction that the OWNER determines to be adequate to prepare a person to act as a coordinator for safety for a construction project.

G. CONTRACTOR shall provide, acceptable to the OWNER, an alternate Safety Officer to take the place of or fill in for the Safety Officer in his/her absence or in the case of multiple shifts fillthe position of Safety Officer for a particular shift.

H. CONTRACTOR shall submit a monthly Safety Report by a date established by the OWNER and in a format provided by the OWNER.

I. CONTRACTOR shall provide, as part of its Safety Program, an Emergency Response Procedure including notification process and emergency contact telephone numbers.

6.2 Access Control

A. At the beginning of the Work, CONTRACTOR shall immediately install the temporary construction fence or safety fence prior to commencement of any Work.

B. Access to the job site for CONTRACTOR activities will be limited to egress and ingress through security gates designated by OWNER.

C. CONTRACTOR shall deliver materials for all Work through designated security gates.

6.4 Storage and Staging Requirements

A. Site Material Storage - CONTRACTOR will not be allowed to store material on Airport property other than in an area approved by OWNER.

B. Staging in AOA Requirements - Allpieces of equipment that are left overnight in any AOA area shall have a flashing red light attached to same at the highest point on the piece of equipment. This requirement shall include trucks, cars, trailers, sheds, anything else which CONTRACTOR has left in the AOA. If the equipment that is left overnight within

Contract No. 2466 Bid Document Exhibit ‘5” - Special Conditions APRIL 23, 2018 Page 13 of 38 APRIL 7.2 Bid 7.0 7.1 Document 23, Administrative A schedule Schedule to shall of schedule, to Pre-NTP construction familiar construction and individual reports CONTRACTOR’s responsibilities CONTRACTOR CONSTRUCTION E. D. C. scheduling the reject 2018 understand making attend Contract. with and condition. the for CONTRACTOR Completion, for area. area. staging staging Airport Removal Employee padlocks the CONTRACTOR shall mobilization. link employee Designated it, Specifications, any Scheduling requirements. Requirements shall correctly in all safety parking the fence the Conference projects, individual data. ADA addition recommendations meeting No transportation be Notice the shall The property. have area software area meeting. shall for of employee Schedule or SCHEDULE This parking used with Parking is resource construction area decision Area Temporary include and security OWNER The CONTRACTOR to at with shall and shall to not presented, said include OWNER the gates individual, Document. least and a Coordination This Proceed. Work, specified — shall for staging proficient dust CONTRACTOR within area. resume be be An flashing - Personnel equipment parking development load to and the of Employee five equipment held area for as area closed retardant reject AND for submit materials, in Improvements work CONTRACTOR storage work shall travel and the a use required. area (5) for after of shall All its corrective is has in red will barricaded DATA or this schedule, to years and retains deliver site. the use Meeting in shall processes, appropriate Jobsite shall shall time a light the been replace parking be be the be material or individual of, use facilities staging, in plan padlocked. and CONTRACTOR Pre-construction located allowed of experienced on have have costs event the be and the the staging designated actions. of verifiable - top staff OWNER and shall for enclosed work Contract. will Within personal twenty-eight right shall for updating not translate removed of or of personnel of for on material on be the only dust be all a equipment an the less to areas, CONTRACTOR use CONTRACTOR area, the OWNER capable the ten at qualified labor replace emergency. experience area for shall equipment. in be control. computers in than This OWNER’s the current the ADA. (10) the CONTRACTOR’s critical shall Conference all a as allowed storage, day for engaged returning project six staging to address four individual of temporary at approval. construction within calendar provided Exhibit OWNER CONTRACTOR cover When schedule individual OWNER (6) VGT analyzing any path (4) in for OWNER sole foot at schedules area time shall CONTRACTOR’s barricades scheduling and shall in questions Terminal “B” same and project and not the shall method the discretion. OWNER days high for and improvements format, during to - for provide in schedule whose employee prior submit designated maintain Special plan Contract Contract, lay possess is be in use, to (minimum) after scheduling. CONTRACTOR review and not parking down scheduling Page located to the placed is regarding the their projects, into and has gates issuance at keys duties responsible responsible Substantial Conditions associated variances execution the Technical No. the the area Owner’s the a between 14 parking. prior original staging staging around lot on viable to to entire 2466 of in chain skills right This Pre and and and and the the the the 38 for all of to 7.3 Front End Schedule

CONTRACTOR shall, within ten (10) calendar days from Notice To Proceed (NIP), submit to OWNER for approval a short term Front End Schedule. This schedule is not a preliminary schedule. This schedule details the activities required in the first ninety (90) days. The Front End Schedule is prepared in a barchart format and includes but not limited to:

• Notice To Proceed and all Contract Milestones • Submittals and associated OWNER reviews • Fabrication, material procurement, deliveries • Mobilization • Construction activities • Testing activities and inspections

Re-submittal of the Front End Schedule shall be required in the event that the Target 1 Schedule is not approved in the first 90 days. The re-submittal shall detail the subsequent ninety (90) day work period. This process shall be repeated until the Target 1 Schedule is approved.

CONTRACTOR shall status and reissue the Front End Schedule each week until the Front End Schedule is superseded by OWNER approved Contract Control Schedule (CCS). The weekly status and reissue process incorporates actual progress and schedule revisions.

7.4 Contract Control Schedule (CCS)

CONTRACTOR’s CCS shall provide overall control of the work and interlaces, establish activity criticality, identify resource requirements, and provide a basis for schedule reports. In addition to the aforementioned requirements, the CCS must include all detail activities shown in the Front End Schedule. Failure to include all required information as defined above will result in the schedule being returned without being acknowledged.

7.4.1 CCS Development

Each activity on the bar chart schedule shall be:

- Numbered - Titled - Divided into calendar days - Physical work activity durations shall not exceed fourteen (14) calendar days - Have a monetary value listed for each activity

The bar chart schedule shall display the original schedule of all activities and have space under each activity listing to display the actual progress.

Based on the monetary value listed for each activity, CONTRACTOR shall generate a cash flow report of expenditures projected on a monthly and cumulative basis.

All schedule Contract Milestones shall be based on calendar days, not working days, however, CONTRACTOR shall employ Work Day calendars that reflect the days that CONTRACTOR plans to perform the Work.

Contract Milestones - The CCS shall display NIP, Milestone dates and completion dates. The CCS must show all Milestones completed within the time frames specified by the

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 15 of 38 Contract. The initialsubmittal of the CCS shall not be approved if Contract completion or any other Milestones are shown completing in more or less time than specified by the Contract. The approved CONTRACTOR’s CCS shall remain static and be designated as

Target 1 ‘ or, as revisions are approved by OWNER, they shall be designated as “Target 2”, Target 3”, etc. The then current schedule shall also be known as the Current Target. All subsequent progress measurement and reporting shall be performed against the Current Target.

7.4.2 CCS Maintenance

CONTRACTOR shall submit monthly status updates to OWNER. The update submittal date shall be established at the Pre-NTP Scheduling Coordination Meeting.

CONTRACTOR’s monthly update of the CCS shall incorporate progress for each activity in the schedule. The CCS activities shall be updated with actual and forecast start and finish dates.

7.4.2.1 CCS Recovery

When CONTRACTOR experiences a negative schedule deviation against the current target, CONTRACTOR shall submit to OWNER, within fifteen (15) days of identification, a revised CCS identifying a plan to recover the current target schedule requirements. Once approved by OWNER, the recovery CCS shall become the Current Target schedule (Target 2, Target 3, etc.).

7.4.2.2 CCS Revisions

Upon OWNER direction, CONTRACTOR shall revise the CCS and create a new Current Target schedule. A revision shall be required upon an approved scope change, alteration of the execution plan, or when OWNER deems the Current Target unachievable. Any revised target schedule will show status to the latest completed Milestone. If the CONTRACTOR has not reached an interim Milestone, the most current month of completed work will be utilized. A revised target shall have no milestone date change without a signed Contract Change Request (CCR).

7.4.2.3 CCS Reports

Schedule reports in electronic PDF formats to be included in the initial submittal and subsequent monthly updates are listed below.

A. The initial submittal of the narrative report shall contain a detailed narrative description of the plan for performing the work to meet the CCS current target, a review of the Contract Milestones, identification of critical activities, description of resources required for critical activities and planned multi-shift work.

Updates of the narrative report shall be presented in the following format with detailed explanations of the following subjects:

1. Work accomplished during current reporting period. 2. Project percent complete, total earned to date divided by the Contract value from the current approved pay application and

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 16 of 38 physical percent complete derived from the schedule for comparison. 3. Contract Milestones status — current target, previous month and current month completion dates. 4. Specific late work activities including actions/resolutions required to achieve CCS current target. 5. Current and potential problem areas and actions required. 6. Work forecast to commence and complete during the next reporting period. 7. Potential revisions to the CCS current target. 8. Changes to the schedule and reasoning for each change.

B. Tabular Schedule Report of Submittals and Procurement

The submittal and procurement schedule report shall be in matrix format, grouped by applicable specification reference, based on early schedule dates and include the early completion dates for the following activities, as applicable:

1. Submittal 2. Approval 3. Issue Purchase Order 4. Fabricate and Ship 5. Delivery to Jobsite

When required, activities describing re-submittals and approvals shall be clearly identified and reported directly adjacent to original submittal information.

C. Tabular Schedule Reports of Construction Activities and Milestones

Sort by activity number to include:

Activities and Milestones: 1. Activity Number 2. Activity Description 3. Original Duration 4. Remaining Duration 5. Early and Late Start and Finish Dates 6. Actual Completion Dates 7. Total Float 8. Activity Predecessors and Successors 9. Cost

D. Graphic Report of Construction Activities and Milestones

Plot shall include an early bar and target comparison bar, activity number, activity description, remaining duration, percent complete, early start and finish dates and total float.

E. Graphic Cost Report.

This report illustrates the cumulative cash flow requirements generated

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 17 of 38 from the CCS current target early start and finish dates, and incorporates to date paid cost and forecast cash flow through the completion of the Contract.

F. CCS Submittal:

A complete Contract schedule submittal shall consist of an electronic submittal including the reports (described above)

7.5 Contract Site Meetings

7.5.1 Exhibit “A” - General Conditions, Article 6.0 — Contract Meetings identifies the requirement for CONTRACTOR to attend Contract meetings called by OWNER. Site meetings shall be held weekly. An important part of this meeting shall be discussion of CONTRACTOR’s schedule status.

7.5.2 At the weekly meeting, CONTRACTOR shall present a review of the following topics:

- Progress according to current approved work plan. - Planned submittal of the next work plan. - 28-Day Schedule (See Twenty-Eight Day Schedules below). - Specific Late Work Items. - Workable Days. - Schedule indicating status of Contract Milestones.

7.6 Twenty-Eight Day Schedules

7.6.1 CONTRACTOR shall prepare weekly, a Bar Chart schedule divided into twenty-eight (28) calendar days, listing all activities that are to be performed during the period, for submittal to OWNER by e-mail twenty-four (24) hours prior to weekly site meetings, where it shall be reviewed as an agenda item. The Twenty-Eight Day Schedule shall support the logic and time frames of activities established within the CCS Current Target.

7.6.2 The Twenty-Eight Day Schedule shall be developed employing software to be agreed upon at the Pre-Construction meeting, in a time framed format, and shall include the following data:

a. Project Title. b. Contract Name and Number. c. CONTRACTOR’s Name. d. Each activity as noted above, shall be identified by activity number corresponding to the CCS current target and detailed description of the activity. e. Forecast start and finish dates. f. Variance in finish dates from prior week’s schedule. g. Column for comments.

7.7 Changes to the ContractlClaims

Exhibit “A” - General Condition, Article 8.0 — Changes and Exhibit “B” — Special Conditions, Article 22.0 — Pricing of Changes describe Changes to the Contract.

7.7.1 Reguests for Time Extension

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 18 of 38 In the event CONTRACTOR requests an extension of the Contract completion date, or any interim Milestone date, CONTRACTOR shall furnish the following for a determination as to whether or not CONTRACTOR is entitled to an extension of time under the provisions of the Contract: justification, project schedule data, and supporting evidence as OWNER may deem necessary. Submission of proof of delay, based on revised activity logic, duration, and costs (updated to the specific date that the delay occurred) is obligatory to any approvals.

7.7.2 Justification of Delay

The CCS shall clearly demonstrate that activities affected are currently on the critical path. The OWNER shall consider, in its determination as to the number of allowable days of Contract extension, the CCS update in effect for the time period in question, and other factual information. Actual delays that are found to be caused by CONTRACTOR’s own actions or inactions, or caused by others under the CONTRACTOR’s control, which result in the extension of the schedule, shall not be a cause for a time extension to Interim Milestones or the Contract completion date.

7.7.3 Submission Requirements

CONTRACTOR shall submit a justification for each request for a change in the Contract completion date or Milestones based upon the most recent Monthly CCS update at the time of the direction issued for the change. Such a request shall be in accordance with the requirements of other appropriate Contract Clauses, shall be submitted on a CD ROM disk, and shall include, as a minimum:

• A list of affected activities, with their associated CCS activity numbers. • An explanation of the causes of the change and all supporting documentation demonstrating CONTRACTOR’s entitlement. • An analysis of the overall and critical path impact and of the changes proposed. • A unique activity code shall be assigned to each activity included in the Frag-net. • Estimated price of the change.

Upon approval of the change, the approved frag-net will be incorporated into the CCS and designated “Target 2” (or Target 3 or Target 4, etc.) or the current target.

7.7.4 Additional Submission Requirements

For any requested time extension of over two (2) weeks, OWNER may request an interim update with revised activities for a specific change request. CONTRACTOR shall provide this update on a CD ROM disk withinfour (4) days of OWNER’s request.

7.7.5 Directed Changes

If the directive to proceed is issued for a change prior to settlement of price and/or time, CONTRACTOR shall submit proposed schedule revisions to OWNER within fourteen (14) calendar days of the directive being issued. The proposed revisions to the schedule shall be approved by OWNER prior to inclusion of such change within the CCS.

7.7.6 Contractor Claims - Exhibit “A”- General Condition, Article 25.0 — Contract Interpretation details the process for handling any disputed item between CONTRACTOR and

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 19 of 38 OWNER. When such disputes arise, and CONTRACTOR intends to include schedule impact in a claim, such claim must include a frag-net logic diagram illustrating in detail the sequence and activity time frames for execution of the subject work as well as an a CCS updated inclusive of that frag-net clearly illustrating the impact of the subject work to the schedule milestone or completion date. Upon resolution of the claim, an approved frag- net shall be incorporated to the current updated CCS and designated ‘Target 2, Target 3, etc.” or Current Target schedule. Should the claim not be mutually resolved, CONTRACTOR’s submitted frag-net, as well as the approved Target 1, Target 2, and other reports generated from or supportive of OWNER-approved CONTRACTOR schedules shall become items of evidence to be presented in said claim’s resolution process. The claims for time extensions, which either are submitted after the delaying event has concluded or are not mutually resolved until after the delaying event has concluded shall be analyzed by use of historic facts to establish the true critical path of the work and the actual days of delay to the true critical path caused by the event in question. Any analysis presented in a mediation or in litigation concerning an unresolved claim for time extensions due to delay shall use historic facts to establish the true critical path of the work and the actual days of delay to the true critical path caused by the event in question.

7.8 DailyActivityReport

7.8.1 Commencing with the date of NTP, which shall be considered as Contract Day Number 1, CONTRACTOR shall prepare and forward to OWNER a Daily Activity Report. The report shall be submitted to OWNER by 10:00 a.m. on the first business day following the day worked. This report shall contain not less than the following data:

1. Contract name and number. 2. Contract day number, date and shift. 3. Summary of personnel head count for CONTRACTOR and subcontractors, including management, supervisory, clerical, engineering, trade and craft. 4. Summary of equipment including both CONTRACTOR and subcontractors showing both hours worked and hours idle. 5. List of Activity Numbers / Schedule Node from the approved construction schedule for which work was performed. 6. Time, Material and Equipment sheets for any change work performed that was not yet approved by OWNER. 7. List all accidents. 8. Name and signature of CONTRACTOR’s Authorized Representative.

7.8.2 The Daily Activity Report shall be executed by CONTRACTOR for each Contract day, for each shift, whether work takes place or not. The Daily ActivityReport shall be in a format furnished by OWNER.

7.9 InitialReport

Within the Milestones stipulated in Exhibit “B” — Special Conditions, Article 4.0 — Contract Milestones, and in any event before the first progress payment is made, CONTRACTOR shall submit to OWNER and obtain approval of the following construction data:

A. An Organization Chart showing CONTRACTOR’s key personnel and their reporting relationships.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 20 of 38 B. A Key Material Quantities Schedule for the duration of the Contract period indicating materials required in each category, by the month.

All of the reports shall be in a format approved by OWNER.

7.10 Monthly Reports

A. The Organization Chart shall be updated and/or submitted monthly.

B. The Key Materials Schedule shall be updated monthly to show actual to date and forecast for the balance of the Contract period, by month.

C. The Cash Flow shall be updated monthly to show actual to date and forecast for the balance of the Contract period.

All of the reports shall be in a format approved by OWNER.

8.0 AIRPORT SECURITY REQUIREMENTS

8.1 General

Access points to the Work area will be specified by OWNER. CONTRACTOR shall remain inside the Work area as delineated by the four (4) foot high orange safety fence and as directed by OWNER.

If CONTRACTOR does go outside the Work area, without the specific permission of OWNER, and enters the Aircraft Operations Area, CONTRACTOR shall be subject to a fine, of up to $11,000.00 per violation, as levied by TSA.

THE OWNER reserves the right to fine the CONTRACTOR $1,000.00 per each violation committed by its employees or any of the CONTRACTOR’s subcontractors, vendors, suppliers, and agents and their employees.

No escorts to and from the Work area will be required.

No badging of CONTRACTOR personnel will be required.

There will be no smoking on the Airside of the Airport, nor any open flames, without the specific permission of OWNER.

8.2 Security Procedures

No badging of CONTRACTOR personnel will be required. However, the CONTRACTOR must submit a list of names of all personnel that will be on the work site. The submitted names will be vetted through the TSA Watch List. The personnel are not allowed on the work site until the names are approved.

CONTRACTOR acknowledges that the OWNER reserves the right to refuse work site access to any person with a record of arrests and convictions, or poses a safety or security risk to the Airport, which in its sole judgment would render that person an unacceptable risk to the security of the Airport.

CONTRACTOR’s workers must prominently display the CONTRACTOR’s name on their shirt or

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 21 of 38 safety vest.

8.3 Vehicle Escort Procedures

Personnel and vehicles that need access to the ADA must be under escort. Otherwise, no escorts to and from the Work area willbe required.

No private vehicles, (registered to an individual) are authorized on the airfield.

AllCONTRACTOR’s, subcontractors’ and vendor vehicles that are to be escorted willbe required to provide a copy of vehicle registration (company) and insurance at the designated point of entry into the ADA. Said escorted vehicles are also required to display their company logo on both sides of each vehicle which must be visible from a reasonable distance with lettering a minimum of 3” high. Logos willbe checked at the designated point of entry into the AOA.

Allvehicles and personnel are subject to search and inspections.

CONTRACTOR shall submit a request for escorts no later than 1:00 pm on the last business day prior to the requirement. Business days are defined as Monday through Friday, excluding holidays.

CONTRACTOR shall submit a request to cancel scheduled escorts no later than 1:00 p.m. on the last business day prior to the scheduled date. CONTRACTOR willbe responsible for any and all costs incurred by OWNER resulting from CONTRACTOR’s failure to provide timely notice.

8.4 CONTRACTOR’s Responsibility

CONTRACTOR shall be responsible for all personnel engaged in the Work to ensure that said personnel comply with all security requirements imposed by OWNER. It shall be CONTRACTOR’s responsibility to ensure that all equipment and workmen do not enter the ADA except as required during the progress of the Work.

CONTRACTOR is responsible for completing regular field audits to verify that the personnel at the work site are the personnel that were vetted and approved by Airport Security. The CONTRACTOR must escort all unauthorized personnel from the work site. The OWNER reserves the right to fine the Contractor $1,000.00 per offense.

CONTRACTOR shall follow the directions given by OWNER concerning the security policies, procedures, rules, regulations, and methods of access and any other restrictions applicable to work within the AOA. CONTRACTOR’s operations, vehicles and personnel shall be prevented from encroaching into aircraft operational areas by means of barricades, or as directed by OWNER.

8.5 Airport Perimeter Fence Security Requirements

Allwork involving breaching of the Airport perimeter fence requires that a Work Plan be submitted to OWNER for approval. Once the Work Plan is approved, an Airside Operations Escort Request must be processed and approved to ensure that an Airside Operations Escort is on site before the commencement of the work.

Any changes in the Work Plan must be processed and approved in accordance with the original Work Plan.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 22 of 38 If identified procedures in above paragraphs are not adhered to, breaching of the Airport perimeter fence will result in the issuance of major security violation(s). Individual(s) issued a major security violation willbe denied access to the site for a period of seventy-two (72) hours. If an individual is issued a second major violation, the individual willbe permanently denied access to the work site. The individual has the right to appeal. If an appeal is requested, OWNER will convene an appeal hearing and render its decision.

9.0 OVERTIME WORK OR ALTERNATE SHIFTS

The normal work hours shall be 7:00 a.m. through 4:00 p.m., Monday through Friday. If CONTRACTOR requires overtime work, other shifts, weekends or holidays, CONTRACTOR shall contact OWNER, in writing, not less than one (1) full business day (a business day is defined as Monday through Friday, excluding holidays) in advance of working other than normal hours or days.

CONTRACTOR’s request to work other than normal hours or days shall be accompanied with the reason for the request and a separate plan describing the Work to be accomplished, the location of that Work, the number of personnel and the duration of the non-normal hours and days.

OWNER will review the request and approve or reject same in writing. CONTRACTOR may not commence extra work hours or days without written permission.

10.0 PRE-ACTIVITY MEETINGS

CONTRACTOR shall conduct a separate on-site meeting, with each subcontractor and/or CONTRACTOR personnel on work to be accomplished by CONTRACTOR direct hire forces prior to commencement of the activity for the purpose of reviewing the Contract Documents. If a subcontractor is engaged in several work activities or if CONTRACTOR is engaged in several direct hire activities, a meeting shall be conducted for each activity. OWNER shall be invited to each meeting.

No CONTRACTOR or subcontractor work activity shall be included in a monthly Progress Pay Estimate until the above meetings have taken place.

11.0 CONTRACTOR CORRESPONDENCE

All CONTRACTOR correspondence to OWNER pertaining to this Contract shall be numbered sequentially, grouped by letter or letter of transmittal, commencing with the Number 001, signed by CONTRACTOR’s Authorized Representative. Any correspondence not so numbered or so signed by the Authorized Representative shall be returned to CONTRACTOR and shall be considered non-responsive. Documents transmitted electronically must have PDF searchable text.

AllCONTRACTOR correspondence to OWNER shall be transmitted through OWNER specified system.

12.0 INTERRUPTION OF UTILITYSERVICES

If CONTRACTOR needs to interrupt any existing services, such as, but not limited to electrical power, EMCS signals, existing security hardware signals, telephone, water main, sanitary sewer, storm sewer, etc., CONTRACTOR shall notify OWNER, in writing, not less than three (3) full business days (a business day is defined as Monday through Friday, excluding holidays) prior to the planned interruption.

Contract No. 2466 Bid Document Exhibit ‘B’ - Special Conditions APRIL 23, 2018 Page 23 of 38 OWNER will review such request, coordinate same and reply to CONTRACTOR, in writing, prior to the planned interruption time. CONTRACTOR shall not proceed with any planned utility interruption without written permission to do so from OWNER.

In the event of an accidental interruption of any utility service, CONTRACTOR shall immediately undertake the following:

A. Make every possible effort to immediately restore the disrupted utility, even if on a temporary basis.

B. Call the OWNER’s Control Center at telephone number (702) 261-5125 immediately and report and describe the incident. Call the NLVACustomer Service at 261-3806 (between 5:30 a.m. — 10:30 p.m.) immediately and report and describe the incident

C. Call the OWNER’s Authorized Representative at telephone number (702) 494-9225 immediately and report and describe the incident.

D. Execute a Report of UtilityInterruption form within twenty-four (24) hours of the incident and forward the executed form to OWNER.

Upon the occurrence of an accidental utilityinterruption, after completing the requirements of Exhibit “B” - Special Conditions, Article 12.0 - Interruption of UtilityServices, submit to OWNER a proposed permanent repair plan, that, upon execution, willrestore the damaged utilityto like new in every way. Once the repair plan is approved by OWNER, proceed with a permanent repair of the interruption.

73.0 ARCHAEOLOGICAL AND HISTORICAL FINDINGS

Unless otherwise specified in this subsection, CONTRACTOR is advised that the site of the Work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior.

Should CONTRACTOR encounter, during its operations, any building, part of a building, structure, or object which is incongruous with its surroundings, it shall immediately cease operations in that location and notify OWNER. OWNER will immediately investigate CONTRACTOR’s finding and will direct CONTRACTOR to either resume its operations otto suspend operations as directed.

Should OWNER order suspension of CONTRACTOR’s operations in order to protect an archaeological or historical finding, or order CONTRACTOR to pertorm extra Work, such shall be covered by an appropriate Contract modification as provided in Exhibit “A”- General Conditions, Article 8.0- Changes and Exhibit “B” Special Conditions, Article 22.0 — Pricing of Change.

74.0 RESTORATION OF SURFACES DISRUPTED BY OTHERS

OWNER reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utilityservice, FAAor National Oceanic and Atmospheric Administration (NOAA)facility, or a utility service of another government agency at any time during the progress of the Work. To the extent that such construction, reconstruction, or maintenance has been coordinated with OWNER, such authorized Work (by others) is indicated as follows:

OWNER Person to Contact (Utilityor Other (Name, Title, Facility) Address and Phone No.)

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 24 of 38 FAA Contact OWNER’s Authorized Representative at McCarran International Airport (702) 261-5556

Survey Monuments Jim Stacy (Contact 7 days prior to County Surveyor commencing any field activity) Clark County Survey (702) 455-7726

NVEnergy See Special Condition No. 15 CenturyLink See Special Condition No. 15 Southwest Gas See Special Condition No. 15 Cox Communications See Special Condition No. 15 Water District See Special Condition No. 15

Except as listed above, CONTRACTOR shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the Work without the written permission of OWNER.

Should owner of a public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the Work, CONTRACTOR shall cooperate with such owner by arranging and performing the Work in this Contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such Work by others is listed above. When ordered as extra work by OWNER, CONTRACTOR shall make all necessary repairs to the Work which are due to such authorized Work by others, unless otherwise provided for in the Contract, plans, or specifications. It is understood and agreed that CONTRACTOR shall not be entitled to make any claim for damages due to such authorized Work by others, or for any delay to the Work resulting from such authorized Work.

15.0 CONTRACTOR’S RESPONSIBILITY FOR UTILITY SERVICES AND FACILITIES OF OTHERS

As provided in Exhibit “B” - Special Conditions, Article 14.0 - Restoration of Surfaces Disrupted By Others, CONTRACTOR shall cooperate with OWNER of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA), or a utility service of another government agency that may be authorized by OWNER to construct, reconstruct or maintain such utility services or facilities during the progress of the Work. In addition, CONTRACTOR shall control its operations to prevent the unscheduled interruption of such utility services and facilities.

To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the Contract Work, the approximate locations have been indicated on the plans and the company representatives are indicated as follows:

Person to Contact UtilityService (Name, Title, Address OWNER’s Emergency or Facility and Phone No.) Contact Phone Number

NVEnergy Darryl Thomas (702) 261-5125 Construction Coordinator 6222 W. Sahara Ave. P. 0. Box 230 Las Vegas, NV 89151 (702) 402-6823

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 25 of 38 (702) 275-6267

CenturyLink Harry Easterby Engineer Outside Plant Facilities Las Vegas, NV 89152-6801 (702) 244-7858

Southwest Gas Nasrin Houston P.O. Box 98512 Las Vegas, NV 89193 (702) 365-2549

Cox Communications Commercial Business Technicians 121 S. Martin L. King Blvd. Las Vegas, NV 89106 (702) 383-4000, Ext. 468

Las Vegas Valley David Johnson Water District 3700 W. Charleston Blvd. Las Vegas, NV 89153 (702) 258-3178

Call Before You Dig 1-800-227-2600

16.0 SPECIAL CONSIDERATION

16.1 OWNER Furnished Materials

The CONTRACTOR shall furnish all materials to complete the work, except those specified, if any, to be furnished by the OWNER. OWNER furnished materials shall be made available to the CONTRACTOR at the location specified.

All costs of handling, transportation from the specified location to the site of work, storage, and installing OWNER furnished material shall be included in the lump sum.

After the OWNER furnished material has been delivered to the location specified, the CONTRACTOR shall be responsible for any demurrage, loss, or other deficiencies that may occur during the CONTRACTOR’s handling, storage, or use of such OWNER furnished material. The OWNER will deduct from any monies due or to become due the CONTRACTOR any cost incurred by the OWNER in making good such loss due to the CONTRACTOR’s handling, storage, or use of OWNER furnished materials.

77.0 S/MIW/DBE CONTRACT COMPLIANCE REQUIREMENTS

17.1 S/M/W/DBE Obligation

As detailed in Attachment “F” to the Instructions To Bidders, Small, Minority, Women-Owned, or Disadvantaged Business Enterprise Utilization, CONTRACTOR agrees to ensure that Small, Minority, Women-Owned, or Disadvantaged Business Enterprises as defined in 49 CFR Part 26, have the maximum opportunity to participate in the performance of contracts and subcontracts under this agreement. Accordingly, CONTRACTOR shall not discriminate on the basis of race, color, national origin, sex, sexual orientation, gender expression, or gender identity in the award

Contract No. 2466 Bid Document Exhibit ‘B’ - Special Conditions APRIL 23, 2018 Page 26 0138 and performance of said contracts.

17.2 S/M/W/DBE Verification Reports

OWNER willbe tracking and verifying the efforts made by CONTRACTOR in attempting to and/or subcontracting with S/M1W/DBEfirms for this Contract as called for in Attachment “F” to the Instructions to Bidders.

CONTRACTOR willbe required to submit the following forms during construction so that OWNER may verify the S/M,W/DBE participation:

A. Copy of the subcontract and/or purchase order issued to the S/M/W/DBE subcontractor or Vendor, with the first Pay Estimate.

B. Attachment A — Monthly S/M/W/DBE Participation Report (to be submitted with each pay estimate for each S/MAN/DBEand after final payment to the S/MJW/DBE subcontractor or Vendor.

C. Attachment C - Monthly S/M/W/DBE SubcontractorNendor Information (to be submitted with each pay estimate and after the final payment to the S/MAN/DBEsubcontractor or Vendor.

D. Attachment D — Annual Verification of S/M/W/DBE Participation with columns 1, 2, and 3 completed (to be submitted no later than October 15th of each calendar year summarizing all fiscal activity from October 1 of the previous year through September 30 of the current year or that portion of the time period covered by the Contract.

E. Attachment E —Notificationof Change of S/M,W/DBE Firms (to be submitted with monthly pay estimate if a change(s) has been made.

OWNER, in turn, will verify the information submitted with the S/M/W/DBE involved through the use of form Attachment B.

Attachments to Exhibit “B”— Special Conditions:

Attachment A: Monthly S/M,W/DBE Participation Report Attachment B: S/MiW/DBE Verification Form Attachment C: Monthly S/M1W/DBESubcontractorNendor Information Attachment D: Annual Verification of S/M/W/DBE Participation Attachment E: Notification of Change of S/MW/DBE Firms

18.0 CERTIFIED PAYROLLS

CONTRACTOR and each of its subcontractors shall maintain records for each worker employed by CONTRACTOR or its subcontractors in connection with this Contract in accordance with NRS 338.070, as amended April 2011. CONTRACTOR shall furnish OWNER with one (1) copy of State of Nevada Weekly Wage and Hour Report of Public Work Contractors no later than fifteen (15) days after the end of the month. CONTRACTOR shall include all reports for its subcontractors in this monthly submittal.

Certified Payroll reports must be transmitted between the OWNER’s Authorized Representative and the CONTRACTOR utilizing the LCPtracker — Labor Compliance Software. Access to the web based LCPtracker software shall be provided to the CONTRACTOR by the OWNER’s Authorized Representative at no cost. Training of CONTRACTOR and subcontractor personnel in the use and

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 27 of 38 processes required in LCPtracker, shall be provided by the vendor’s on-line sources, such as webinars, GoToMeeting teleconferences, training videos, training manuals, and on-line technical support.

CONTRACTOR and subcontractors must populate the ethnicity and gender information fields in LCPtracker.

The CONTRACTOR shall identify specific personnel who will require access to the software so that user IDs and passwords can be established. All reviews/approvals will be via electronic signature. A formal agreement letter will be signed by the CONTRACTOR and the OWNER’s Representative affirming that electronic signatures through the LCPtracker software are legally binding.

19.0 ENDANGERED SPECIES

CONTRACTOR is obligated to investigate and adhere to all current statutes regarding protection of the desert tortoise.

20.0 DRUG AND ALCOHOL TESTING

CONTRACTOR acknowledges that it is aware of and is fully informed of CONTRACTOR’s obligations under 49 CFR, Part 382 of the Federal Motor Carrier Safety Regulations and, where applicable, shall comply with the requirements of such rules and regulations promulgated thereunder unless exempted therefrom.

Without limitation of the foregoing, CONTRACTOR’s attention is directed to 49CFR, Part 382, Section 103, entitled “Applicability” which, by this reference, is incorporated herein.

Without limitation of the foregoing, CONTRACTOR’s attention is directed to 49CFR, Part 40, entitled Procedures for Transportation Drug and Alcohol Testing Programs, which by this reference, is incorporated herein.

CONTRACTOR further agrees to insert this provision in all subcontracts hereunder, except subcontractors for standard commercial supplies or raw materials.

Any violation of such provisions by CONTRACTOR shall constitute a material breach of this Contract.

21.0 NEVADA OCCUPATIONAL SAFETY AND HEALTH ENFORCEMENT SECTION (OSHES) REQUIREMENT

Prior to commencement of construction activities, CONTRACTOR must verify if any project activity meets at least one of the following three criteria described by the Nevada Occupational Safety and Health Enforcement Section (OSHES):

1. A total construction cost of $10,000,000 or more, not including costs for any related highway construction project;

2. A new building or structure which, when completed, will be 50,000 square feet or more;

or

3. A new building or structure which, when completed, will be more than 60 feet above the ground, or more than 48 feet below ground level.

If at least one of the three criteria is met, then CONTRACTOR must give written notice to OSHES in

Contract No. 2466 Bid Document Exhibit ‘B’ - Special Conditions APRIL 23, 2018 Page 28 of 38 accordance with current Regulations for the Nevada Occupational Safety and Health Enforcement Program, Chapter 618. CONTRACTOR shall develop, maintain and submit all data required by OSHES throughout construction. CONTRACTOR shall forward copies to OWNER of all correspondence and data submitted to and received from OSHES relative to the subject project.

22.0 PRICING OF CHANGES

22.1 The cost of all changes shall be arrived at by one or more of the following three methods, in precedence:

22.1 .1 Method One: Applicable Unit prices in the Contract Documents shall be used for additive or deductive units of work, whether quantity adjustments to field count or work added or deducted by OWNER, providing the addition or deletion of units does not exceed plus or minus twenty-five percent (±25%) on major contract items at the time of execution of the Contract. CONTRACTOR willverify the actual units added or deducted.

22.1.2 Method Two: Unless otherwise required, CONTRACTOR shall, in accordance with Exhibit ‘A” General Conditions, Article 8.1.4, submit in writing to OWNER a proposal for accomplishing such change, which proposal shall reflect the increase or decrease, if any, in cost to OWNER of performing the change and shall reflect any changes to the schedule.

The proposal shall state CONTRACTOR’s added and/or deleted compensation in detail, including but not limited to:

A. Material Costs, per Paragraph 22.2.1. B. Direct Labor Costs, per Paragraph 22.2.2. C. Subcontractor and Outside Services Costs, per Paragraph 22.2.3. D. Overhead and Profit Percentages, per Paragraph 22.2.4. E. Equipment Costs, per Paragraph 22.2.5. F. Bond Costs, per Paragraph 22.2.6.

If CONTRACTOR does not propose the compensation for such change or any part thereof within the time required, or if any compensation for such change, or any part thereof cannot be agreed prior to commencement of Work on the change, OWNER may use an Order-of-Magnitude Estimate for the change and the final cost of the change shall be determined in accordance with the details of this Special Condition.

22.1 .3 Method Three: For changes to the Contract that are negotiated after the Work is completed, the basis shall be as described in Exhibit “B” - Special Conditions, Articles 22.1.1 - Method One and 22.1 .2 - Method Two above.

22.2 Compensation for Costs

Costs for which CONTRACTOR shall be entitled to compensation under Exhibit “B” - Special Condition, Article 22.1.2 - Method Two are as follows:

22.2.1 Material Costs: Compensation for the cost of materials furnished by CONTRACTOR for use in performing the change will be verified by quantity survey, approved by OWNER. The cost of the agreed material quantity shall be verified by a vendor invoice, accompanying CONTRACTOR’s billing for the extra Work.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 29 of 38 22.2.2 Direct Labor Cost: Compensation will be made for all hourly manual classifications, as displayed in CONTRACTOR’s Certified Payrolls, but shall not include non-manual classifications or maintenance mechanics, nor any personnel displayed in CONTRACTOR’s organizational chart.

The hours charged to or estimated for change Work will be subject to the approval of OWNER. Labor rates used to calculate the direct labor costs shall be those rates in effect during the accomplishment of the change. In addition to the direct payroll costs, the direct labor costs shall include payroll taxes and insurance, vacation allowance, subsistence, travel time and overtime premium and any other payroll additives required to be paid by CONTRACTOR by law or collective bargaining agreements. Copies of certified pertinent payrolls shall be submitted to OWNER, if requested.

22.2.3 Subcontractor and Outside Service Costs: Work and services subcontracted by CONTRACTOR in the performance or completion of the change, shall be accomplished and paid for under the terms of Exhibit A - General Condition GC-8 Changes and Exhibit B — Special Condition Article 22.0 Pricing of Changes, by a subcontractor approved by OWNER, prior to work on the change.

22.2.4 Overhead and Profit: Overhead, profit, and markup percentages shall be included as set out below. All overhead and profit markups shall be calculated against the direct labor and material cost as defined in paragraphs 22.2.1 and 22.2.2.

For CONTRACTOR or any tier subcontractor, for any Work performed by their own forces, the proposal may include an overhead/profit percentage up to a maximum of fifteen percent (15%). All costs details shall be submitted with the proposal and billings.

For CONTRACTOR or any tier subcontractor, for any Work subcontracted to a lower-tier subcontractor, the proposal may include up to a maximum of a ten percent (10%) markup on the lower tier subcontractors direct labor and material costs. All cost details shall be submitted with proposal and billings.

CONTRACTOR shall not add the cost of the lower-tier subcontractors plus markups to the self-perform direct cost, and then apply the self-perform overhead and profit percentages to the total.

NOTES: Example of CONTRACTOR Cost Proposal (for illustration purposes only).

CONTRACTOR Self perform work direct cost: $1 00,000.00 Overhead/profit percentage 15.00% $ 15,000.00 Total cost of self perform work with OH/P mark-up $1 15,000.00 CONTRACTOR mark-up on direct cost of 1st tier Subcontractor 10.00% $ 9,000.00 CONTRACTOR Total $124,000.00

1St Tier SUBCONTRACTOR Self perform work direct cost: $ 90.000.00 Overhead/profit percentage 15.00% $ 13,500.00 Total cost of self perform work with OH/P mark-up $103,500.00 .1st Tier Subcontractor mark-up on direct cost of 2nd tier Subcontractor 10.00% $ 5,000.00 1St Tier Subcontractor Total $108,500.00

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 30 of 38 2’ Tier SUBCONTRACTOR Self perlorm work direct cost: $ 50.00000 Overhead/profit percentage 15.00% $ 7,500.00 Total cost of self perform work with OH/P mark-up $ 57,500.00

TOTAL CONTRACTOR PROPOSAL $290,000.00

22.2.5 Equipment Costs: Compensation for the rental and operation of the equipment furnished and used by CONTRACTOR shall be made for all construction and automotive equipment. The equipment rental rates include costs for rental, fuel, oil, grease, repair parts, service and maintenance of any kind and necessary attachments. Such charges do not include costs for labor to operate equipment. Equipment with a new cost of less than fifteen hundred dollars ($1,500.00) will not be considered for payment.

Equipment costs will be calculated by the lesser of the following two (2) options:

Option 1 — rental ownership rates will be calculated using the “Rental Rate Blue Book” utilizing the Monthly Rate divided by 176, including the appropriate “Age” and “Area” factors. The ownership rate is then added to the “Hourly Operating” cost also provided in the “Rental Rate Blue Book”.

Option 2 — The current market rental rate from a local equipment rental agency for a period determined by the estimated period and agreed to by the OWNER. This rate shall be converted into an hourly “ownership” rate which will be added to the “Hourly Operating” cost provided in the “Rental Rate Blue Book.”

OWNER reserves the right of refusal on equipment CONTRACTOR proposes to use for extra work, before the fact. If this opportunity is not afforded to OWNER, OWNER reserves the right to refuse payment for excess or over-sized equipment.

The cost of transportation of equipment to and from a given point of origin shall be approved by OWNER, before the fact. If this opportunity is not afforded to OWNER, OWNER reserves the right to refuse payment of the transportation costs.

Equipment not operating but retained at the location of changes at OWNER’s direction shall be paid for at a standby rate. Standby rate shall be 25% of the converted hourly “ownership” rate of Option 1 or Option 2, whichever is less.

Equipment rental rates for this Contract shall be those contained in the “Rental Rate Blue Book” as published by Prism Business Media, available online at https://www.equipmentwatch.com and current at the time the Work for any change is performed. CONTRACTOR is to provide hard copy printouts of the actual Blue Book pages when those rates are submitted for OWNER approval.

No compensation will be made to CONTRACTOR for equipment repair or equipment maintenance.

No overhead or profit will be allowed CONTRACTOR on equipment rental rate used from the “Rental Rate Blue Book”.

For equipment not listed in the Rental Rate Blue Book, CONTRACTOR shall submit a rental rate for OWNER’s approval prior to putting the equipment to work. If agreement

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 31 of 38 cannot be reached, OWNER shall have the right to establish a rate based on similar equipment in the Blue Book.

22.2.6 Bond Cost: CONTRACTOR shall not be entitled to additional bond cost for changes funded through the Special Allowance and Discretionary Special Allowances and any additional allowances identified on the Bid Price Form.

22.2.7 Deductions or Additions: For deductive changes which do not contain any additive cost items, there willbe a reduction in overhead and profit, and likewise, no additional cost by CONTRACTOR for processing.

For changes containing both additions and deductions, covering unrelated work, the allowance for overhead and profit shall be in full, as previously described, on the additional Work and the deductions shall be at cost with overhead and profit deducted. This applies only to CONTRACTOR or subcontractor doing the Work. Overhead and profit for any other tier will not be allowed unless the net difference in cost is an add. Then the overhead and profit willbe calculated in the manner described for related Work in the following paragraph and 22.2.5 - Equipment Costs.

For changes containing both additions and deductions, covering related Work or substitutions, the allowance for overhead and profit, as previously described, shall be allowed only on the net difference in cost, ifthat net difference is an add to the Contract.

23.0 LATENT DEFECTS

For the applicable period of limitation on actions as defined by Nevada law, CONTRACTOR shall promptly, after discovery, correct and repair, at no expense to OWNER, every Latent Defect in the Work.

24.0 BACKCHARGES

24.1 OWNER may in addition to any other amounts to be retained hereunder, retain from any sums otherwise owing to CONTRACTOR amounts sufficient to cover the full costs of any of the following:

24.1.1 CONTRACTOR’s failure to comply with any provision of this Contract or CONTRACTOR’s acts or omissions in the performance of any part of this Contract, including, but not limited to, violation of any applicable law, order, rule or regulation, including those regarding safety, hazardous materials or environmental requirements;

24.1.2 Correction of defective or nonconforming work by redesign, repair, rework, replacement or other appropriate means when CONTRACTOR states, or by its actions indicates, that it is unable or unwillingto proceed with corrective action in a reasonable time; and/or

24.1 .3 OWNER agrees to or is required to take action or perform work for CONTRACTOR, such as cleanup, off-loading or completion of incomplete Work.

24.2 OWNER may also backcharge against CONTRACTOR for work done or cost incurred to remedy these or any other CONTRACTOR defaults, errors, omissions or failures to perform or observe any part of this Contract. OWNER may, but shall not be required to, give CONTRACTOR written notice before performing such actions or work or incurring such cost.

The cost of backcharge Work shall include:

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 32 of 38 24.2.1 Incurred labor costs including all payroll additives;

24.2.2 Incurred net delivered material costs;

24.2.3 Incurred lower-tier supplier and subcontractor costs directly related to performing the corrective action;

24.2.4 Equipment and tool rentals at prevailing rates in the Jobsite area; and

24.2.5 A factor of twenty-five (25) percent applied to the total of Items 24.2.1 through 24.2.4 for OWNERs overhead, supervision and administrative costs.

24.3 The backcharge notice may request CONTRACTORs concurrence for OWNER to proceed with the required action or work. CONTRACTOR’s failure to concur shall not impair OWNERs right to proceed with the action or work under this or any other provision of this Contract.

24.4 OWNER shall separately invoice or deduct from payments otherwise due to CONTRACTOR the costs as provided herein. OWNERs right to backcharge is in addition to any and all other rights and remedies provided in this Contract or by law. The performance of backcharge work by OWNER shall not relieve CONTRACTOR of any of its responsibilities under this Contract including but not limited to express or implied warranties, specified standards for quality, contractual liabilities and indemnifications, and meeting the Milestones of the Exhibit “B” - Special Condition, Article 4.0 “Contract Milestones”.

25.0 TRANSMITTAL, REVIEW, AND APPROVAL OF DOCUMENTS

Contract documents shall be transmitted between the OWNER and the CONTRACTOR utilizing Procore Construction Software. Document reviews/approvals shall be accomplished through the review/approval processes included in the Procore Construction Software. These reviews/approvals will be via electronic signature. A formal agreement letter will be signed by the CONTRACTOR and the OWNER affirming that electronic signatures through the OWNER specified software are legally binding.

CONTRACTOR shall have a means to print documents and drawings (up to 36” x 48” in size) transmitted through the OWNER specified software. Color printing of documents and drawings may be necessary depending upon content.

Access to the cloud-based Procore Construction Software shall be provided to the CONTRACTOR by the OWNER at no cost. The CONTRACTOR shall identify specific personnel who will require access to the software so that user IDs and passwords can be established. CONTRACTOR’s personnel shall utilize the on-line Procore tutorials for training. If additional training is required the CONTRACTOR is to notify the OWNER.

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 33 of 38 SPECIAL CONDITION 17.0 - ATTACHMENTA MONTHLYS/MIW/DBE PARTICIPATION REPORT

NAMEOF COMPANY: CONTRACT NUMBER: PAY ESTIMATE NO.: S/M/W/DBE FIRM: S/M/W/DBE CONTACT: ADDRESS:

S/MIW/DBE TELEPHONE: S!MAN/DBE FAX:

INVOICE! CURRENT CURRENT TOTAL S/MAN/DBE DATE CHECK TOTAL REFERENCE INVOICE AMOUNT S/M/W/DBE PAID NUMBER PAYMENTS CONTRACT NO. AND DATE AMOUNT PAID CONTRACT TO DATE COMMITMENT BALANCE

Is this Contract Complete? Yes No Name If no, estimated completion date:______Title Estimated outstanding value:______Date

Contract No. 2466 Bid Document Exhibit “B’ - Special Conditions APRIL 23, 2018 Page 34 of 38 ______, ______Subcontractor______Manufacturer______Supplier ______

SPECIAL CONDITION 17.0 - ATTACHMENTB S/M/W/DBE VERIFICATIONFORM (To be utilized by OWNER)

I certify that has completed work (Name of S/M/W/DBE Company) for on the Contract (Prime Contractor) (Name of Contract)

Contract No. and was paid $______Check No.

Date Paid:

CHECK ONE:

Services or Goods Supplied

(Signature)

(Name)

(Title)

(Date)

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 35 of 38 SPECIAL CONDITION 17.0 - ATTACHMENT C MONTHLY S/M/W/DBE SUBCONTRACTORNENDOR INFORMATION

NAME&ADDRESS DESCRIPTIONOF WORK DESCRIPTION ESTIMATED OF S/M/W/DBE OR SERVICESTO BE OF DOLLAR SUBCONTRACTED SUPPLIESTO AMOUNTOF BE SUBCONTRACT FURNISHED

Total Contract Amount: $______Total S/M/W/DBE Amount: $______

Percentage of SIM/VI/DBEParticipation: ¾

Name of Contractor:

By: (Signature of Authorized Signatory)

Name: (Type or Print)

Title:

Date:

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 36 of 38 SPECIAL CONDITION 17.0 - ATTACHMENT 0 ANNUAL VERIFICATION OF SIMIWIDBE PARTICIPATION

FISCAL YEAR - OCTOBER 01 THROUGH SEPTEMBER 30

CONTRACT NAME:

CONTRACT NUMBER:

CONTRACTOR:

DATE COMPLETED (If During Fiscal Year)

COLUMN1 COLUMN2 cOLUMN3 COLUMN4 COLUMN5

S/M/W/DBEFIRM ORIGINALGOAL REPORTED BY REPORTED BY VARIANCE PER CONTRACT CONTRACTOR S/M/W/DBE

($) (%)

TOTALCONSTRUCTIONCONTRACTAMOUNT

ORIGINALS/M/W/DBEGOAL

S/M,W/DBEGOALACCOMPLISHMENT

VARlANCE

Contract No. 2466 Bid Document Exhibit “B” - Special Conditions APRIL 23, 2018 Page 37 of 38 ______

SPECIAL CONDITION 17.0 - ATTACHMENTE NOTIFICATIONOF CHANGE OF S/MIW/DBE FIRMS

CONTRACT:

S/MM/DBE FIRMS REPLACING EXISTING SIMN’IIDBEFIRMS:

List name, address, description of work, dollar value of subcontract for each S/MiW/DBE firm being removed from the Contract and then identify the replacement S!M/W/DBEfirm, with same data listed.

NEW S/M/WIDBE FIRMS HIRED:

List name, address, description of work, dollar value of subcontract for each S/MIW/DBEfirm being hired. (Include a copy of S/M,W/DBE Firm’s Current S/MIW/DBE Certification)

APPROVAL BY OWNER

By: (Name of Contractor) (Name)

By: Title:______(Signature of Authorized Signatory)

Name: Date: (Type or Print)

Title: Date:

Contract No. 2466 Bid Document Exhibit “B”- Special Conditions APRIL 23, 2018 Page 38 of 38 McCAR RAN INTERNATIONAL AIRPORT CLARK COUNTY, NEVADA

EXHIBIT “C’ COMPENSATION CONDITIONS

TABLE OF CONTENTS

CC NX TITLE PAGE

1.0 PAYMENTSCHEDULE 1

2.0 PROGRESS PAYMENT PROCEDURES 1

3.0 FIRST PROGRESS PAYMENT 1 4.0 SECOND AND SUBSEQUENT PROGRESS PAYMENTS 2 5.0 RETAINAGES 2 6.0 MEASUREMENT OF WORK FOR PROGRESS PAY ESTIMATE 2

7.0 PAYMENT FOR WORK 3 6.0 WAIVERS, RELEASES, CLAIMS, LIENS 4 9.0 FINAL PAYMENT 5 10.0 REIMBURSEMENTTO OWNER 5

Contract No. 2466 Table of Contents Bid Document Exhibit “C” - Compensation Conditions APRIL 23, 2018 Page 1 of 1 EXHIBIT “C” COMPENSATION CONDITIONS

1.0 PAYMENT SCHEDULE

See the Bid Price Form provided in the Bid section of these documents. Measurement for payment of the lump sum items appearing in the Bid Price Form shall be subdivided into items corresponding to the approved schedule activities (refer to Exhibit “B” — Special Conditions, Article 7.0 — Construction Schedule and Data).

2.0 PROGRESS PAYMENT PROCEDURES

For the purpose of arriving at agreement on the basis for progress payments, CONTRACTOR shall submit a proposed schedule of values of the various elements of work by activity as described in Exhibit “B” - Special Conditions, Article 7.0 - Construction Schedule and Data.

All details of CONTRACTOR’s proposed schedule of values shall be subject to OWNER’S approval.

CONTRACTOR shall provide a draft Progress Pay Estimate to OWNER five (5) days prior to submitting.

CONTRACTOR shall submit Progress Pay Estimates to OWNER, in a format acceptable to OWNER, in original and two (2) copies, or via OWNER specified system, at the OWNER’s discretion.

All signatures by CONTRACTOR’s Authorized Representative on the Progress Pay Estimate shall be original, i.e., no photo copies, or electronic if OWNER specified system is utilized.

CONTRACTOR shall submit Monthly Progress Pay Estimates at a time of the month that is mutually acceptable to OWNER and CONTRACTOR.

3.0 FIRST PROGRESS PAYMENT

CONTRACTOR shall include in the First Progress Payment request, for OWNER review and approval, all data as required in Exhibit “C” - Compensation Conditions, Article 2.0 - Progress Payment Procedures and all data listed in Sub-paragraphs A through I below, covering the same time period as the Progress Pay Estimate.

A. An Organizational Chart showing CONTRACTORs key personnel and their reporting relationships.

B. Daily Activity Reports.

C. Evidence that the as-built records, as described in Exhibit “A” - General Conditions, Article 15.0- As-Built Records, are up to date.

D. Evidence that all permits and fees required under Exhibit “A” - General Conditions, Article 5.0 - Permits and Fees, have been issued or paid.

E. LCP Tracker Certified Payroll Summary Report of State of Nevada Weekly Wage and Hour Report of Public Work Contractors filed with OWNER.

F. S/M/W/DBE Reports per Exhibit “B” - Special Conditions, Article 17.0 — Monthly S/M/W/DBE Contract Compliance Requirements.

Contract No. 2466 Bid Document Exhibit “C” - Compensation Conditions

APRIL23, 2018 Page 1 of 5 G. Copies of all S/M/W/DBE contracts in accordance with Exhibit ‘B’ - Special Conditions, Article 17.0 — S/M/W/DBE Contract Compliance Requirements.

H. Quality Control Test Reports, as applicable.

Insurance Certificates.

4.0 SECOND AND SUBSEQUENT PROGRESS PAYMENTS

For the Second and Subsequent Progress Payment requests, CONTRACTOR shall include all data as required in Exhibit “C” — Compensation Conditions, Article 2.0 — Progress Payment Procedures and all data listed in Sub-paragraphs A through E below, covering the same time period as the Progress Pay Estimate.

A. A schedule complete in every detail including all support data, as described in Exhibit “B” - Special Conditions, Article 7.0 - Construction Schedule and Data.

B. All data described in Exhibit “C” - Compensation Conditions, Article 3.0 - First Progress Payment.

C. Evidence that any Safety Meetings required by CONTRACTORs Safety Program has been conducted, with a list of attendees and subject matter attached, since approval of CONTRACTORs Safety Program.

D. Evidence that CONTRACTOR has disbursed money paid to it in accordance with NRS 338.550 and 338.555 including any interest which CONTRACTOR receives, to subcontractors and suppliers within ten (10) days after CONTRACTOR has received reciprocal payment. The evidence shall be submitted in a format acceptable to OWNER.

E. Evidence that CONTRACTOR has returned the security badges of personnel no longer requiring them. CONTRACTOR shall provide a spreadsheet indicating status of badges for employees working on this Contract.

5.0 RETAINAGES

A retainage of five percent (5%) of the value of the Work in place shall be held by OWNER, in accordance with NRS 338.51 5. OWNER shall pay interest on retentions as provided by law. CONTRACTOR agrees to return retainage payments to each of its subcontractors in accordance with NRS 338.550 and 338.555.

6.0 MEASUREMENT OF WORK FOR PROGRESS PAY ESTIMATE

6.1 Progress Pay Estimates and all support data shall be prepared by CONTRACTOR and submitted in writing for OWNER’s approval once each month at a time mutually agreeable to OWNER and CONTRACTOR, covering the amount and value of Work satisfactorily performed by CONTRACTOR up to the date of such estimate. Such estimates shall be based on the approved lump sum breakdown or unit price quantities satisfactory accomplished for the various items of work, and shall be confirmed by actual measurement of the Work in place. Estimates shall be based on cumulative total quantities of work performed. A format for such estimates shall be determined by OWNER according to the type of Contract work and shall be agreed upon prior to application for the first progress payment.

Contract No. 2466 Bid Document Exhibit “C” - Compensation Conditions APRIL 23, 2018 Page 2 of 5 6.2 Material or Equipment not Incorporated in the Work

Progress Pay Estimates shall not include materials or equipment not incorporated into the Work unless prior written authorization is obtained from OWNER. For those items identified as being eligible for prepayment prior to incorporation into the Work, CONTRACTOR shall submit an APPLICATION FOR PAYMENT FOR MATERIAL IN STORAGE for OWNER approval. Said application shall provide the following information:

A. Material type.

B. A delivery, storage and security plan indicating the dates of delivery, the methods to be used to protect against the elements, theft and vandalism and the proposed location of storage. CONTRACTOR shall provide written evidence that the material manufacturer takes no exception to the delivery, storage and security plan.

C. Quantity verification by OWNER.

D. Release of claims and liens for the subject material.

The Application for Payment for Materials in Storage shall be approved by OWNER prior to inclusion in a Pay Estimate. On approval, CONTRACTOR shall include in the Pay Estimate the invoiced cost of materials or equipment that is submitted for prepayment. In the event a Unit Price is included in the Bid Price Form, the cost included in the Pay Estimate shall not exceed sixty (60) percent of the associated Contract Unit Price.

No items on this Contract are identified as eligible for prepayment prior to incorporation into the work.

6.3 The quantity of work to be paid for under any item for which a unit price is fixed in the Contract shall be the amount or number approved by OWNER of units of work satisfactorily completed in accordance with the Contract.

CONTRACTOR shall make all surveys necessary for determining all quantities of work to be paid for under the Contract. Copies of field notes, computations, and other records made by CONTRACTOR for the purpose of determining quantities shall be available to OWNER. CONTRACTOR shall notify OWNER prior to the time such surveys are made. OWNER, at its discretion, may arrange to have its representative witness and verify all surveys made by CONTRACTOR for determining quantities of work to be paid for under the Contract.

The dividing limits, lines or planes between adjacent items or classes of excavation, concrete, or other types of work where not definitely indicated on the Drawings or in the Specifications, shall be as determined by OWNER.

7.0 PAYMENT FOR WORK

At a time agreeable to CONTRACTOR and OWNER, not more than once every calendar month, both parties shall agree on the Work in place on the Contract.

CONTRACTOR shall prepare a Quantity Verification Form displaying the quantity agreed, with all pertinent substantiating data attached, for every pay item listed in the current Pay Estimate. The executed Quantity Verification forms shall be attached to a computerized abstract which shall display all pay items, status of same to date and the value of Work in place. CONTRACTORs Authorized Representative shall sign each Quantity Verification form and forward same to OWNER, for final review and signature.

Contract No. 2466 Bid Document Exhibit “C” - Compensation Conditions APRIL 23, 2018 Page 3 of 5 At the same time, CONTRACTOR shall submit to OWNER, for OWNER review and approval, all data required in Exhibit “C” - Compensation Conditions, Article 2.0 - Progress Payment Procedures, Article 3.0 - First Progress Payment and Article 4.0 - Second and Subsequent Progress Payments as applicable.

The Pay Estimate, with executed Quantity Verification forms and all data required shall be submitted to OWNER for processing.

The Pay Estimate processing period will commence when OWNER receives the Pay Estimate in accordance with the terms of the Contract.

Any Pay Estimate that OWNER determines as being grossly inaccurate or otherwise not submitted in accordance with the terms of the Contract shall be returned to CONTRACTOR for correction. Written notice regarding cause for rejection of the Pay Estimate willbe forwarded to CONTRACTOR immediately upon recognition of the unacceptable condition of the Pay Estimate.

OWNER may deduct from a Pay Estimate, the estimated value of non compliant work where a Non Compliance Report (NCR) has been issued for failure of CONTRACTOR to comply with the Contract or applicable building code, law or regulation. OWNER may make the deduction unilaterally and complete processing of payment for the remaining value of the Pay Estimate to which OWNER does not object. If OWNER makes such a unilateral deduction, CONTRACTOR will be so advised in writing with the pertinent details within twenty (20) days of receipt of the Pay Estimate by OWNER. If a deduction has been made and the required corrective action has been completed and NCR accepted (signed off) by OWNER, the CONTRACTOR may include the value of the NCR on the next pay estimate for payment by the OWNER.

OWNER reserves the right to backcharge CONTRACTOR for any and all costs OWNER incurs as a result of an NCR including a twenty-five percent (25%) surcharge for OWNER’s overhead and OWNER’s Authorized Representative’s overhead.

Once the Pay Estimate is accepted by OWNER as being submitted in accordance with the Contract, CONTRACTOR shall receive payment within thirty (30) calendar days.

No payments of Pay Estimates (or portions thereof) shall at any time constitute approval or acceptance of the Work under this Contract, nor be a waiver by OWNER of any of the terms contained herein.

8.0 WAIVERS, RELEASES, CLAIMS, LIENS

OWNER may, as a condition precedent to any such payment to CONTRACTOR, require CONTRACTOR to submit complete waivers and releases of any and all claims of any person, firm or corporation in connection with or in any way related to the performance of this Contract for prior progress payments. Upon request, CONTRACTOR shall in addition furnish acceptable evidence that all such claims have been satisfied.

Any amount otherwise payable under the Contract may be withheld, in whole or in part if:

A. Any claims are filed against CONTRACTOR by OWNER or third parties, or if reasonable evidence indicates the probability of filing any such claims; or

B. CONTRACTOR is in default of any Contract condition; applicable building code, law or regulation, or

C. There is reasonable doubt that this Contract can be completed within the time specified or for the balance then unpaid.

Contract No. 2466 Bid Document Exhibit “C” - Compensation Conditions APRIL 23, 2018 Page 4 of 5 OWNER willpay such withheld payments ifCONTRACTOR:

1. Pays, satisfies or discharges any claim of OWNER or third party against CONTRACTOR arising out of or in any way connected with the Contract; or

2. Corrects all defaults in its performance under the Contract.

If claims filed against CONTRACTOR or property of OWNER connected with performance under this Contract are not promptly removed by CONTRACTOR after receipt of written notice from OWNER to do so, OWNER may remove such claims and all costs in connection with such removal shall be deducted from withheld payments or other monies due, or which may become due, to CONTRACTOR. If the amount of such withheld payments or other monies due CONTRACTOR under the Contract is insufficient to meet such costs, or if any claim against CONTRACTOR is discharged by OWNER after final payment is made, CONTRACTOR and its surety or sureties shall promptly pay OWNER all costs incurred thereby regardless of when such claim arose.

CONTRACTOR agrees on behalf of itself, its Subcontractors, suppliers and consultants and their employees that there is no legal right to file a lien upon County-owned property and will not file a mechanics lien or otherwise assert any claim against County’s real estate on account of any work done, labor performed or materials furnished under this contract. CONTRACTOR agrees to indemnify, defend and hold the County harmless from any liens filed upon the County’s property and shall promptly take all necessary legal action to ensure the removal of any such lien at CONTRACTOR’s sole cost.

9.0 FINAL PAYMENT

When CONTRACTOR has completed all the requirements of Exhibit “A”- General Conditions, Article 54.1 - Substantial Completion and Article 54.2 - Punch List, CONTRACTOR shall forward the following to OWNER as required by Exhibit “A”— General Conditions, Article 54.3 — Notice of Final Completion:

A. A written notice that all conditions of the Contract have been concluded;

B. A final billingfor the Contract;

C. An itemization of any amounts due to all S/M/W/DBE Subcontractors or vendors; and

D. A release of all claims against OWNER arising under or by virtue of this Contract, except such claims, if any, as may with the consent of OWNER be specifically excepted by CONTRACTOR from the operation of the release in stated amounts to be set forth therein.

OWNER will review the written notices, final billings and release, and will respond to CONTRACTOR within seven (7) calendar days after receipt of same.

IfOWNER is in agreement, OWNER willexecute a Notice of Completion.

On the date of Notice of Completion, OWNER willcommence processing CONTRACTORs payment and shall make final payment to CONTRACTOR within thirty (30) days of the date of Notice of Completion.

70.0 REIMBURSEMENT TO OWNER

OWNER reserves the right to charge CONTRACTOR with all OWNER costs for administration of this Contract beyond thirty (30) calendar days after receipt of the Certificate of Substantial Completion by CONTRACTOR.

Contract No. 2466 Bid Document Exhibit “C” - Compensation Conditions APRIL 23, 2018 Page 5 of 5 McCARRAN INTERNATIONAL AIRPORT CLARK COUNTY, NEVADA

EXHIBIT 0”

ADDENDA

1.0 As Addenda to the Bid Documents are issued, same shall be issued as per Instructions to Bidders, paragraph 10.3 - Addenda.

2.0 Bidders are to acknowledge receipt of all Addenda on Page 2 of the BID FORM.

BALANCE OF DOCUMENT TO BE INCLUDED IN THE CONFORMED DOCUMENTS

Contract No. 2466 Bid Document Exhibit “D” — Addenda APRIL 23, 2018 Page 1 of 1 McCARRAN INTERNATIONALAIRPORT CLARK COUNTY, NEVADA

VGT SHADE HANGAR ROOF REPLACEMENT

NORTH LAS VEGAS AIRPORT (VGT) NORTH LAS VEGAS, NEVADA

EXHIBIT “E” - LIST OF DRAWINGS

NUMBER DESCRIPTION

GENERAL Cover DOA Cover Sheet Gi .0 Abbreviations, Drawing Index, General Notes, Project Location, Legends and Symbols

STRUCTURAL S0.l GSN, Sheet Index, STD Abbreviations Si.1 Partial Site/Demolition Plan Si .2 Partial Site/Demolition Plan Si .3 Partial Site/Foundation Plan S1.4 Partial Site/Foundation Plan Si.5 Partial Roof Framing Plan Si .6 Partial Roof Framing Plan SD1 Framing Details SD2 Framing Details SD3 Miscellaneous Details

ELECTRICAL E0.1 General Information E0.2 Electrical Specifications and IECC E0.30 Demolition Plan E0.3i Demolition Plans Ei.i Lighting Plan Ei.2 Lighting Plan E2.1 Power Plan E2.2 Power Plan E5.i One Line Diagram & Schedules

Contract No. 2466 Bid Document Exhibit ‘E” — List of Drawings APRIL 23, 2018 Page i of 1