HomeMy WebLinkAbout08/04/2025 09.E. Resolution authorizing an agreement with Cliff Thorn Construction to construct terminal building baggage claim and restroom upgrades r `y s ljlt
ii!
s .
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 9.E.
For Meeting of: August 4, 2025
ITEM TITLE: Resolution authorizing an agreement with Cliff Thorn Construction to
construct terminal building baggage claim and restroom upgrades
SUBMITTED BY: Robert Hodgman, Director of Yakima Air Terminal
SUMMARY EXPLANATION:
This agreement will authorize Cliff Thorn Construction to construct a new baggage claim area in the
airport terminal building, including a baggage carousel, to construct new bathrooms including a family
bathroom, and to construct a new family lounge area.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY 24-25: A Resilient Yakima
RECOMMENDATION: Adopt Resolution.
ATTACHMENTS:
Resolution -YKM - Baggage Claim construction award.docx
CTC Contract_final.pdf
270
RESOLUTION NO. R-2025-
A RESOLUTION authorizing the execution of an agreement with Cliff Thorn Construction to
construct baggage claim and restroom upgrades in the terminal building at
Yakima Air Terminal-McAllister Field.
WHEREAS, the City owns and operates Yakima Air Terminal-McAllister Field in
accordance with applicable Federal, State and Local regulations; and
WHEREAS, the 2021 Airport Masterplan Update, approved by the Federal Aviation
Administration, determined the terminal building needs to be expanded and upgraded or service
will be degraded, and
WHEREAS, Yakima Air Terminal-McAllister Field advertised the need to construct
baggage claim and restroom upgrades under a competitive bidding process and received one bid
that was thoroughly evaluated; the airport has identified the bidder is a responsive and
responsible bidder and has provided a letter of recommendation to the FAA to award the bid; and
WHEREAS, the carousel equipment for the baggage claim is custom built and requires a
long lead time; and
WHEREAS, both FAA and county SIED funds are available for the baggage carousel
equipment acquisition; and
WHEREAS, the City and Airport will give limited notice to proceed for carousel equipment
acquisition only; and
WHEREAS, the City and Airport will not give full notice to proceed until all funds are
secured and available; and
WHEREAS, the City of Yakima is now ready to enter into the contract with Cliff Thorn
Construction that is attached hereto and incorporated herein by this reference to construct
terminal building baggage claim and restroom upgrades; and
WHEREAS, the City Council has determined that approval of said agreement will promote
the purposes of the Yakima Air Terminal-McAllister Field, will promote increased commercial air
commerce as well as provide economic development for the Yakima Valley community, and
therefore is in the best interests of residents of the City of Yakima; Now, Therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized and directed to execute and administer the attached and
incorporated agreement with Cliff Thorn Construction in an amount of two million, four-hundred
and seventy-one thousand, two-hundred and twenty-nine dollars and zero cents ($2,471,229.00)
to construct baggage claim and restroom upgrades for the terminal building at Yakima Air
Terminal-McAllister Field.
ADOPTED BY THE CITY COUNCIL this 4th day of August, 2025.
271
ATTEST: Patricia Byers, Mayor
Rosalinda Ibarra, City Clerk
272
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
SECTION 24. CONTRACT FORM
THIS AGREEMENT,made the twentieth day of, May ,2025 by and
between, City of Yakima/Yakima Air
Cliff Thorn Cconstruction hereinafter called the "CONTRACTOR," and the TerminalfMcAllisterField
hereinafter called the "OWNER".
WITNESSETH: That the CONTRACTOR and the OWNER,for the consideration hereinafter named,agree as
follows:
ARTICLE 1: SCOPE OF WORK: The CONTRACTOR shall furnish all labor,tools,materials,equipment
and supplies required for the YKM Baggage Claim and Terminal East Side WP01 in accordance
with the Contract Documents,plans and specifications for AIP No. 3-53-0089-059-2024 . The approximate
quantities of work are shown in the Bid Proposal bound in this document.
ARTICLE 2: EFFECTIVE DATE&TIME OF COMPLETION: The Effective Date of this Contract shall be the
date of the last signature hereon. No later than the fourteen(14)days from the Effective Date,Owner shall issue a
Limited Notice to Proceed("LNTP")to Contractor. Upon receipt of the LNTP, Contractor is authorized to order
,but no other materials or equipment. No earlier than fourteen(14)days after the date of the
LNTP,and not later than forty-five (45)days after the date of the LNTP,Owner shall issue an unlimited Notice to
Proceed("NTP")to CONTRACTOR,and CONTRACTOR shall commence work as soon as reasonably possible
thereafter, subject to other terms and conditions of the Contract Documents. The work to be performed under this
Contract shall be substantially completed within 150 Calendar Days from the date of the NTP. The CONTRACTOR
agrees to pay,as liquidated damages,the following sums:
Up to $3,000/day
($
for each consecutive Calendar Day thereafter the work remains uncompleted. The time for completion shall include
the time necessary to order and procure materials. The CONTRACTOR may not begin actual field installation of
work until he can demonstrate that all materials are available,and weather conditions will allow completion of any
work such as pavement repairs. The Contract Time shall be extended as necessary to account for such weather
conditions or other force majeure events. The intent is to reduce the impact to airport operations and field
engineering time. The CONTRACTOR shall present a project schedule prior to field installations to ensure
progressive completion.
In the event Owner fails to timely issue a LNTP,this Contract shall be considered terminated for the convenience of
the Owner and Contractor shall not be entitled to any compensation. In the event Owner fails to timely issue a NTP,
this Contract shall be considered terminated for the Owner's convenience and Owner shall pay Contractor for the
cost of authorized equipment ordered by Contractor to the date of NTP,together with any shipping and other
associated costs. If possible and at Owner's option, Contractor shall return the equipment,and Owner shall be
responsible for all associated shipping and restocking fees,as well as all amounts not refunded to Contractor.
OWNER is relying on its approval of and receipt of Federal grant(s)to fund all or a portion of this Contract. The
parties agrees that OWNER'S approval of and receipt of the Federal funding is a material condition and term of this
03/21/2025 BID FORMS
002000-37
273
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
Contract. Until the applicable grant(s)are approved and the Federal funds are received by OWNER,OWNER has no
obligation to issue or provide the Notice to Proceed to CONTRACTOR.
ARTICLE 3: THE CONTRACT SUM: The OWNER shall pay the CONTRACTOR for the performance of the
Contract, subject to additions and deductions provided therein,in current funds an amount equal to the estimated total
bid,including tax,as provided in the Bid Schedule of Items and Prices,as follows:
Two Million,Four Hundred Seventy-One Thousand,Two Hundred Twenty-Nine Dollars
and Zero Cents $2,471,229.00
($
ARTICLE 4:PARTIAL PAYMENT: The OWNER will make payment on account to the CONTRACTOR as
provided therein,as follows:
Within 30 calendar days of the end of the previous month in which work was completed,one hundred percent(100%)
of the value,based on the contract price,of labor incorporated in the work as estimated by the ENGINEER and the
equipment and materials purchased by Contractor during the previous month,less the aggregate of previous
payments,will be due the CONTRACTOR.
Partial payments to the Contractor will not be made until approved Intent to Pay Prevailing wages have been filed and
approved. Partial Payments will not be made if there are any outstanding Certified Payrolls or No Work Performed
Notices(NWP).Payrolls and NWP are required to be submitted to the Engineer within 10 days of Payroll.
03/21/2025 BID FORMS
002000-38
274
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
The Contractor shall provide the completed Certification of Payment(included in these contract documents)to the
Engineer verifying all subcontractors been paid within the required time. The Certification shall be submitted within
15 days.No partial payment will be made to the Contractor until this certification is received.
ARTICLE 5: ACCEPTANCE AND FINAL PAYMENT:Upon due notice from the CONTRACTOR of
presumptive completion of the entire project,the ENGINEER and OWNER will make an inspection. If all
construction provided for and contemplated by the contract is found to be completed in accordance with the contract,
plans,and specifications, such inspection shall constitute the final inspection. The ENGINEER shall notify the
CONTRACTOR in writing of physical or substantial completion as of the date of the final inspection.
Prior to Project Acceptance and preparation of necessary State Notices,the CONTRACTOR shall submit evidence,
satisfactory to the ENGINEER,that all Intents and Affidavits,payrolls,material bills,taxes and other indebtedness
connected with the work have been submitted,filed and/or paid.
The entire balance found to be due the CONTRACTOR,including the retained percentage shall be paid to the
CONTRACTOR within thirty (30)days after all Washington State Clearances have been received by the Owner or
the date of acceptance by the OWNER.
The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER,other than
those arising from unsettled liens,from faulty work appearing after final payment,or from requirements of the
specifications,and of all claims by the CONTRACTOR,except those previously made and still unsettled.
If,after the work has been substantially completed,full completion thereof is materially delayed through no fault of
the CONTRACTOR,and the ENGINEER so confirms,the OWNER shall,upon a verification of the ENGINEER,
and without terminating the contract, make full payment of the balance due for that portion of the work fully
completed and accepted. Such payment shall be made under the terms and conditions governing partial acceptance,
except that it shall not constitute a waiver of claims.
ARTICLE 6: THE CONTRACT DOCUMENTS: The Invitation for Bid,Information for Bidders,Bid Proposal,FAA
General Provisions,Federal Contract Clauses, Specifications for Construction,Additional Special Provisions,
Appendices,and Plans,together with this Agreement,form the Contract,and they are as fully a part thereof and hereof
as if hereto attached or herein repeated.
All workers shall be paid the higher of the State or Federal Prevailing Wage Rate. The CONTRACTOR and all
subcontractors will submit Intent to Pay Prevailing Wages and an Affidavit of Wages Paid,at appropriate times. The
Federal Wage Determination(s)and the State Prevailing Wage Rates are included with this contract in Sections 4 and
5. It is the responsibility of the CONTRACTOR and all subcontractors to verify and ascertain that all worker
classifications required for this project are included in Federal and State Wage rates prior to bid. The Contractor
further agrees that they will notify the Engineer immediately of any missing classifications. The Contractor is
responsible for any additional wages as the result of any Wage Conformance undertaken.
ARTICLE 7:FEDERAL CONTRACT CLAUSES:The CONTRACTOR agrees by signing this contract,to certify
and comply with all Federal regulations,clauses and certifications stipulated within these contract documents.
49 CFR Part 26 provides that each contract the OWNER enters into with a CONTRACTOR(and each subcontract
the contractor signs with a subcontractor)shall include the following assurance:
03/21/2025 BID FORMS
002000-39
275
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
"The CONTRACTOR and its subcontractors shall not discriminate on the basis of race color,national origin,or sex
in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26
in the award and administration of Department of Transportation(DOT)assisted contracts.Failure by the
CONTRACTOR to carry out these requirements is a material breach of this contract,which may result in the
termination of this contract or such other remedy as the recipient deems appropriate"
ARTICLE 8: QUANTITIES AND ADDITIONAL WORK: The OWNER reserves the right to increase or
decrease any quantities shown in the Bid Schedule,and the CONTRACTOR agrees to perform additional work at the
unit price bid for all increases or deduct for any decreases in the unit price bid.
ARTICLE 9: INDEMNIFICATION AND HOLD HARMLESS: The CONTRACTOR shall take all necessary
precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release,
indemnify,defend,and hold harmless the City,its elected and appointed officials,officers,employees,agents,
representatives,insurers,attorneys,and volunteers from all liabilities,losses,damages,and expenses related to all
claims, suits,arbitration actions,investigations,and regulatory or other governmental proceedings arising from or in
connection with this Agreement or the acts,failures to act,errors or omissions of the Contractor,or any Contractor's
agent or subcontractor,in performance of this Agreement,except for claims caused by the City's sole negligence.
Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity
that may be granted to it under the Washington State industrial insurance act,Title 51 RCW, solely for the purposes
of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount
of damages,compensation or benefits payable to or by any third party under workers'compensation acts,disability
benefit acts or any other benefits acts or programs.
Contractor shall require that its subcontractors,and anyone directly or indirectly employed or hired by Contractor,and
anyone for whose acts Contractor may be liable in connection with its performance of this Agreement,comply with
the terms of this paragraph,waive any immunity granted under Title 51 RCW,and assume all potential liability for
actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this
waiver.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then,in the event
of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City,the Contractor's liability,including the duty and cost to defend,
shall be only to the extent of the Contractor's negligence.
Nothing contained in this Section,or this Contract shall be construed to create a liability or a right of indemnification
in any third party. The terms of this Section shall survive any expiration or termination of this Contract.
ARTICLE 10: PRIMARY INSURANCE AND WAIVER OF SUBROGATION: Contractor's insurance
coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any
insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's
insurance and neither the City nor its insurance providers shall contribute to any settlements,defense costs,or other
payments made by Contractor's insurance.
If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in
full force and effect,all work under the contract shall be discontinued immediately. Any failure to maintain the
required insurance may be sufficient cause for the City to terminate the Contract. All additional insured endorsements
required by this Section shall include an explicit waiver of subrogation.
03/21/2025 BID FORMS
002000-40
276
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
ARTICLE 11: INSPECTION,PRODUCTION AND RETENTION OF RECORDS: The records relating to
the Services shall,at all times,be subject to inspection by and with the approval of the City,but the making of(or
failure or delay in making)such inspection or approval shall not relieve Contractor of responsibility for performance
of the Services in accordance with this Contract,notwithstanding the City's knowledge of defective or non-
complying performance,its substantiality or the ease of its discovery. Contractor shall provide the City sufficient,
safe,and proper facilities,and/or send copies of the requested documents to the City.Contractor's records relating to
the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such
information and records which are related to the Services of this Contract as may be requested by the City.Until the
expiration of six(6)years after final payment of the compensation payable under this Contract,or for a longer period
if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and
provide the City access to(and the City shall have the right to examine,audit and copy)all of Contractor's books,
documents,papers and records which are related to the Services performed by Contractor under this Contract. If any
litigation,claim,or audit is started before the expiration of the six-year period,the records shall be retained until all
litigation,claims,or audit findings involving the records have been resolved. All records relating to Contractor's
services under this Contract must be made available to the City,and the records relating to the Services are City of
Yakima records. They must be produced to third parties,if required pursuant to the Washington State Public Records
Act, Chapter 42.56 RCW,or by law.All records relating to Contractor's services under this Contract must be retained
by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records
retention schedule.
The terms of this section shall survive any expiration or termination of this Contract.
ARTICLE 12. GOVERNING LAW: This Contract shall be governed by and construed in accordance with the laws
of the State of Washington.
ARTICLE 13.RCW 35.22.650: Contractor agrees that the Contractor shall actively solicit the employment of
minority group members. Contractor further agrees that the Contractor shall actively solicit bids for the
subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of the
Contractor's compliance with these requirements of minority employment and solicitation. Contractor further agrees
to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light
most favorable to said minority businesses. The Contractor shall be required to submit evidence of compliance with
this section as part of the bid.
ARTICLE 14: Nothing in this Agreement shall require Contractor or any of its subcontractor(s)to take action that
would be deemed discrimination or preferential treatment in violation of RCW 49.60.400.Pursuant to RCW
49.60.400(6),this Section does not prohibit action that must be taken to establish or maintain the City of Yakima's
eligibility for any federal program,if ineligibility would result in a loss of federal funds to the City of Yakima.
ARTICLE 15. TERMINATION.OWNER may terminate this Contract,in whole or in part,if CONTRACTOR
materially breaches its obligations under this Contract and is in default through no fault of OWNER. However,no
such termination may be effected unless CONTRACTOR is given: (1)not less than fifteen(15)calendar days written
notice delivered by certified mail,return receipt requested,of intent to terminate;and(2)an opportunity for
consultation with OWNER and for cure within the 15-day notice period before termination.
03/21/2025 BID FORMS
002000-40
277
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
OWNER may terminate this Agreement for its convenience,in whole or in part,provided the CONTRACTOR is
given: (1)not less than fifteen(15)calendar days written notice delivered by certified mail,return receipt requested,
of intent to terminate;and(2)an opportunity for consultation with OWNER before the effective termination date.
Notice under the prior two(2)paragraphs shall be considered issued within seventy-two(72)hours of mailing by
certified mail to the place of business of either party as set forth in this Contract.
This Contract is funded,in part by grant funds received or to be received by OWNER. If funding from the Federal
government is withdrawn,reduced or limited in any way after the effective date of this Contract,and prior to its
completion,OWNER may summarily terminate this Contract as to the funds reduced or limited,notwithstanding any
other termination provision of this Contract. If the level of funding so reduced or limited is so great that OWNER
deems that the continuation of the project covered by this Contract is no longer in the best interest of the OWNER,
OWNER may summarily terminate this Contract in whole notwithstanding any other termination provisions of this
Contract. Termination under this Section shall be effective upon receipt of written notice by the CONTRACTOR.
OWNER agrees to promptly notify the CONTRACTOR of any proposed reduction in funding by Federal or other
officials. CONTRACTOR agrees that upon receipt of such notice it shall take appropriate and reasonable action to
reduce its spending in the affected funding area so that expenditures do not exceed the funding level which would
result if said proposed reduction became effective.
If OWNER terminates under the terms of this Article,an adjustment in the contract price pursuant to the Contract
shall be made,but(1)no amount shall be allowed for anticipated profit on unperformed services or other work,and
(2)any payment due to the CONTRACTOR at the time of termination may be adjusted to the extent of any
additional costs or damages OWNER has incurred,or is likely to incur,because of the CONTRACTOR'S breach,if
any. In such event,OWNER shall consider the amount of work originally required which was satisfactorily
completed to date of termination,whether that work is in a form or of a type which is usable and suitable to OWNER
at the date of termination and the cost to OWNER of completing the work itself or of employing another firm to
complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the
event of default,the CONTRACTOR agrees to pay OWNER for any and all damages,costs,and expenses caused by
CONTRACTOR'S default. This provision shall not preclude OWNER from filing claims and/or commencing
litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld
payments. The Parties waive all claims for consequential damages against one another.
Upon receipt of a termination notice under this Article,the CONTRACTOR shall(1)promptly discontinue all
services affected(unless the notice directs otherwise),and(2)deliver or otherwise make available to OWNER all
originals of data,drawings, specifications,calculations,reports,estimates, summaries,and such other information,
documents,and materials as the CONTRACTOR or its subcontractors may have accumulated or prepared in
performing this Contract,whether completed or in progress,with the CONTRACTOR retaining copies of the same.
For the avoidance of doubt,the intent of this Article 15 is that in the event Owner terminates this Contract for its
convenience or"summarily terminates"it for lack of funding,Owner will pay Contractor for the proportionate share
of the Contract completed to the date of termination (e.g.,if the Contractor has completed 50%of the work,
including equipment and materials purchased by Contractor,then Contractor would be entitled to 1/2 the Contract
Amount).
IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written.
CONTRACTOR OWNER
03/21/2025 BID FORMS
002000-41
278
YAKIMA AIR TERMINAL
BAGGAGE CLAIM AND TERMINAL EASTSIDE PASSENGER AREAS
YAKIMA,WASHINGTON
03/21/2025 BID FORMS
002000-42
279