HomeMy WebLinkAboutR-2020-055 Runway 927 High Intensity Runway Edge Lights and Asphalt Maintenance - Road Products, Inc.A RESOLUTION
RESOLUTION NO. R-2020-055
authorizing an agreement with Road Products, Inc. to rehabilitate Runway 9/27
High Intensity Runway Edge Lights and to perform asphalt maintenance at the
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, in 2019, the Federal Aviation Administration (FAA) and the Yakima Air Terminal -
McAllister Field identified the need to rehabilitate the airport's Runway 9/27 High Intensity Runway Edge
Lights and perform general asphalt maintenance in order to increase safety measures for commercial,
corporate, and General Aviation aircraft that operate at the Yakima Air Terminal -McAllister Field as well
as to preserve the runway surface; and
WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need to rehabilitate Runway
9/27 High Intensity Runway Edge Lights and perform general asphalt maintenance under a competitive
bidding process and received two (2) bids that were thoroughly evaluated; the airport has identified a
lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to
award the bid; and
WHEREAS, on March 17, 2020 City Council authorized the City Manager to apply for federal
assistance through the FAA's Airport Improvement Program and it is anticipated such funds will be
available in June 2020; and
WHEREAS, with the anticipated receipt of the FAA funds and approval to award the bid to the
lowest responsive and responsible bidder in place, the City of Yakima is now ready to enter into the
contract with Road Products, Inc., attached hereto and incorporated herein by this reference, to
rehabilitate the Runway 9/27 High Intensity Runway Edge Lights and perform general asphalt
maintenance; 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 aviation safety as well as
provide for the general health, safety and welfare of the citizens and is therefore 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 construction agreement with Road Products, Inc. to rehabilitate the Runway 9/27 High
Intensity Runway Edge Lights and perform general asphalt maintenance for the Yakima Air Terminal -
McAllister Field.
ADOPTED BY THE CITY COUNCIL this 19th day of May, 2020.
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP # 3-53-0089-045-2020
CONT " CT FORM
cifc
THIS AGREEMENT, made the .20 day of LI 2020, by and between,
(\AC
Road Products, Inc. hereinafter called the "CONTRACTOR," and th City of Yakima hereinafter called the
"OWNER".
WITNESSETH: That the CONTRACTOR and the OWNER, for the consideration hereinafter named, agree as
follows:
TICLE 1: SCOPE OF WORK: The CONTRACTOR shall furnish all labor, tools, materials, equipment
and supplies required for the Runway 9/27 Pavement Maintenance and HIRL Project in accordance with the
Contract Documents, plans and specifications for AIP No. 3-53-0089-045-2020. The approximate quantities of
work are shown in the Bid Proposal bound in this document.
TICLE 2: TIME OF CO ' LETION: The work to be performed under this Contract shall be commenced
on the date specified in the Notice to Proceed, and shall be completed within 6 Calendar Days. The
CONTRACTOR agrees to pay, as liquidated damages, the following sums:
1Schedule
Phase IA
Liquidated Damages Cost
Up to $1,820 per 15-minute block (or part
thereof) for delay in scheduled airline flight
caused by Contractor's operations and failure
to open runway on time.
--or--
Up to $24,300 per cancellation of scheduled
commercial flight
Allowed
Construction Time
5 calendar days
Phase 1B
Up to $1,820 per 15-minute block (or part
thereof) for delay in scheduled airline flight
caused by Contractor's operations and failure
to open runway on time.
--or--
$24,300 per cancellation of scheduled
commercial flight
1 calendar day
Phase 2A
Phase 2B
Up to $450 per hour
Up to $450 per hour
Three (3) 6-hour
windows concurrent
with Phase lA
One (1) 6- hour
window concurrent
with Phase 1B
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
successful completion of the work. The intent is to reduce the impact to airport operations and field engineering
70-19-010 / Yakima Air Terminal — McAllister Field
J-U-B Master Revision Date 02-19
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP # 3-53-0089-045-2020
time. The CONTRACTOR shall present a project schedule prior to field installations, to ensure progressive
completion.
ARTICLE 3: THE CONT " • CT 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:
One Million Two I itindred Fifty Seven Thousand Four Hundred Four Dollars and Eighty Cents (1E257,404.80)
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, 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. Affidavits of Wages paid shall be filed prior to final payment at the conclusion
of the project.
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.
70-19-010 / Yakima Air Terminal — McAllister Field
J-U-B Master Revision Date 02-19
CITY OF YAKIMA
YAKIMA AIR TE ' INAL — MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP # 3-53-0089-045-2020
CONT
CT FO' (Continued)
ARTICLE 6: THE CONT ' • CT 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 5 and 6. 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.
TICLE 7: FEDE L CONT' • CT 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:
"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.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written.
CONT
CTOR -Road Products, Inc
t.
Denise M. Lawless, President
May 7, 2020
70-19-010 / Yakima Air Terminal — McAllister Field
J-U-B Master Revision Date 02-19
1„,0,102,0
CITY CONTRACT NO: 094:90'te 3
RESOLUTION NO:
1
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEM ENT
Item No. 4.G.
For Meeting of: May 19, 2020
ITEM TITLE: Resolution authorizing an agreement with Road Products, Inc. to
rehabilitate Runway 9/27 High Intensity Runway Edge Lights and to
perform asphalt maintenance at the Yakima Air Terminal -McAllister
Field
SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149
SUMMARY EXPLANATION:
In 2015, Council adopted the Airport Master Plan, which identified a list of Capital Improvement
Projects at the Yakima Air Terminal -McAllister Field. Runway 9/27 is the airport's primary runway
that receives 95% of all aircraft traffic and has received minor asphalt repairs since the last mill
and overlay in 2010. This project will replace the runway's High Intensity Runway Edge Lights
with state-of-the-art LED lights, crack and fog seal the asphalt, install new runway markings, and
relocate a windsock outside the Runway Safety Area in order to meet Federal Aviation
Administration safety standards.
In 2019, airport staff met with J UB Engineering, Inc. to determine a scope of work and any
impacts to aircraft operations during the proposed construction in 2020. During these initial
discussions, staff provided the airline partners and tenants with notice that the primary runway
would be closed during a designated time in August 2020 as required by the Federal Aviation
Administration to perform the required construction activities. Initial discussions on how to safely
implement construction activities with minimizing impacts to airline passengers requires a six day
runway closure beginning August 241 through August 291. 2020. During this time frame, airlines
will not be able to service the community and have since cancelled all flights.
Funding for this project will be provided in the form of a grant administered by the Federal
Aviation Administration through the Airport Improvement Program. Given the recent passage of
the CARES Act, this grant will be funded 100% by the federal government.
ITEM BUDGETED:
STRATEGIC PRIORITY:
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
Yes
Public Safety
2
RECOMMENDATION:
Adopt Resolution
ATTACHMENTS:
Description Upload Date
D Resolution 4V21/2020
D Contract Form 5/7120a,
D E3KJ Specifications 5'7/2020
Type
Resolution
Contract
Backup Material
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
CONTRACT CHANGE ORDER NO. 1, or SUPPLEMENT AGREEMENT NO. 020ri-O ^Q '&.3
AIRPORT Yakima Air Terminal — McAllister Field (YKM) DATE. August 14, 2020
AIP PROJECT NO.: 3-53-0089-045-2020
CONTRACTOR Road Products Inc.
You are requested to perform the following described work upon receipt of an approved copy of this document or
as directed by the Engineer.
Item No
Description
Unit
Unit Price
Quantity
Amount
CO1-1
Mobilization
LS
$ 3,150.00
1
$ 3,150.00
CO 1-2
Crack Seal, Mastic
LBS
$ 3.94
6,600
$ 26,004.00
Change Order Subtotal
$ 29,154 00
Sales Tax @ 8 3%
$ 2,419.78
This Change Order Total
$ 31,573 78
Previous Change Order(s) Total
$
Original Contract Amount
$ 1,257,404 80
Revised Contract Total
$ 1,288,978.58
70-20-001/FAA Change No 1 YKM West GA Rev5 Page 1 of 4
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
s,
The time provided for completion in the contract is changed by 0 working days. This document shall become an
amendment to the contract and all provisions of the contract will apply Changes are shown on Drawing(s) No.
NL-
Recommended by: 8/ /8 /7 Zd
Approved by
Accepted by
Road Products, Inc. or)
Concurred by:
NA
State Aeronautics
Date
Digitally
MARY
Approved by
M A RY VA R G A S Date: 2020signed
8 20 0 34 05 -0700' S
Federal Aviation Administration
Date
NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction; otherwise no
Federal participation can be granted. State Aeronautics concurrence is required when state participation
is anticipated.
70-20-001/FAA Change No. 1 YKM West GA Rev5 Page 2 of 4
CITY
RESOLUTION NO:
Page 2 of 2 Pages
AIP PROJECT NO.: 3-53-0089-045-2020 CHANGE ORDER NO.: 1
AIRPORT: Yakima Air Terminal — McAllister Field (YKM) LOCATION: City of Yakima, WA
JUSTIFICATION FOR CHANGE
1 Brief description of the proposed contract change(s) and location(s) respect to runway centerline
stationing.
Mobilization and Mastic Crack Seal:
This Item includes placing a Mastic type crack seal to fill existing cracks larger than 2" wide.
Mastic was not included in the original bid schedule for this project. The cracks are located in the
safety area beyond the primary runway ends 9 and 27. The Contractor will be required to meet all
current contract obligations for the proposed change order work. See attached Mastic Crack
Sealing specification (SP-3) and maps of proposed mastic crack seal areas.
2. Reason(s) for the change(s) (Continue on reverse if necessary)
Mobilization and Mastic Crack Seal:
The original work item included both crack seal as well as route and crack sealing cracks up to 2
inches In width. Upon further, more detailed, Inspections, there was found to be approximately
2,000 linear feet of 2" plus cracks that will require the Mastic material to successfully fill. The
Mastic material will last longer and enhance the performance of the pavement in these areas. The
rubberized crack seal material is not appropriate for the 2" plus crack widths. Furthermore, the
additional cost for mobilization covers the equipment needed to place the mastic. The equipment
includes a distributor and melt pot.
3. Justifications for unit prices or total cost.
The Owner and Engineer discussed the cost submitted by the contractor for the work described
herein.
We have also prepared an Independent cost analysis included below.
Mobilization:
Mobilization, Insurance, Bonds, etc.: $750
Mobilizing an additional hot pot for the Mastic Material as well as specialized equipment to
place the Mastic: $2,000
Equipment
Melt Pot = $200/hr
Sub -Total = $200 x 30 = $6,000
Material
$2.25/lbs
$2.25/Ibs x 6,6001bs = $14,850
Labor (2 people)
Crack Sealer = $75/hr
Sub -Total = $75/hr x 30 x 2 = $4,500
Total = $28,100
70-20-001IFAA Change No. 1 YKM West GA Rev5 Page 3 of 4
4. The sponsor's share of this cost is available from:
100% from FAA due to CARES Act funding.
5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest
wage rate decision? Yes _ No Not Applicable X.
6 Has consent of surety been obtained? Yes _ Not Necessary X .
7. Will this change affect the insurance coverage? Yes _ No X .
8. If yes, will the policies be extended? Yes _ No _ Not Applicable X.
9. Has this (Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes X No
When Email With Whom Mary Vargas
Comments:
Submit 4 copies to FAA.
70-20-001/FAA Change No. 1 YKM West GA Rev5 Page 4 of 4
GENERAL MARKING NOTES KEYED NOTES.
7.1 'C. `. ,7;111
ILI- •' 4C,
;1 r
•4.r 1'1 r
Cr 1
RUNWAY MARKINGS AND SEAL COAT NOTES
,OSGUE
104, 20D
1.21111,11111•1111111
S.ALtII f Et
RUNWAY MARKINGS
AND SEAL COAT PLAN
1,734.1. C.LL SLALC tv,
L EG-1,-NID•
-‹ •
AREA WITH CRACKS LARGER
"i LLAN EXPECT[) PiELIUIR'NG
MASTIC 1 YPE. SEALANT
r 1. r,.rI
i11,1 dir E
• 0., t. I t
A.11, • ‘'t I •I /I I I aL.
GT...) 4.
x
,„.
'•=3.2
0 103 :CO
SCGS.FFI, ,...
RUNWAY MARKINGS ANO SEAL GOAT PLAN
ct>af Cf? =.4C111J1
z
x
91
LIJ Lll 2
iy., GC C9
1— M
ci)
— 1-- .;..1
a- L"
c.)2
Z Q 8 8
Z Ci
CC <
14.1—J WI
I— X 1:
cc -±-
a r-.
< ct
M co
< <
>-
Z
X
111
C-1 01
•
• 10 MO
:cur
RUNWAY MARKINGS
AND SEAL COAT PLAN
SCA,E StE SC. E OAS
O 100 200
KAI E FEL I
WINDCONE
RELOCATION PLAN
SCALS SEE SCAtt SAM
if
NOTE:
14L
ASE.S1.111,,
1,1111
••,••
:•• • , '
"•; - , , „
. co.-fur-4
• - ,
- ANNEI
S' S CA*11.
E - E 1,IZE COSE
4,
AREA WITH CRACKS LARGER
THAN EXPECTED REOURiNG
MASTIC TYPE SEALANT
•
tJ
o m so ;..--, ""' . ''..t..--;.' .„ , -,4'.„..-,..., - `i,'"'..0i7:-..., ...,....t' 1..,,,_.,..,•:;,;,".„,.S.,.,44.70...„.
i 1M0APLC9KSHIC-0AOOE WAt M1N..E.ZI.ON!
E 4\.,'
_ . „
RNG REMOVA,
-
ITEM SP-3 MASTIC CRACK SEALING
DESCRIPTION
SP-3 - 1.1 The work covered in this section consists of filling wide cracks (greater than or equal to
2-inches in width) in existing asphalt concrete pavement surfaces with a hot applied petroleum -
based crack seal treatment. The work shall be performed and paid for in accordance with the
following specifications.
MATERIALS
SP-3-2.1 Crack sealant for wide cracks shall be referenced to as "Mastic" and shall meet the
requirements of ASTM D8260, This product will be a hot -applied polymer modified asphalt mixed
with engineered aggregates and modifiers designed to fill cracks wider than 2-inches to prevent
water infiltration and restore ride qualities. This product shall be used for cracks 2-inches in width
and wider,
EQUIPMENT
SP-3 — 3.1 The equipment to mix and apply sealants and properly place the surface repair
materials shall meet the requirement as recommended by the product manufacturer. The
equipment shall not cause damage to the pavement to remain in place
CONSTRUCTION METHODS
SP-3 — 4.1 All cracks shall be cleaned of all loose material, vegetation, dirt, grease, and other
objectionable matter by means of a hot air lance and shall be free of oil and water Cracks shall
be cleaned immediately prior to the sealing operation. A WSDOT-approved granular soil residual
herbicide (sterilant) shall be applied to all cracks just prior to sealing.
The various filler products shall be applied in accordance with the manufacturer's
recommendations. These recommendations shall be furnished to the Engineer by the Contractor
prior to the start of work and shall include recommended heating time and temperature, allowable
storage time, temperature range, filling, and application procedures.
1 Crack Sealing: All cracks are to be sealed as a part of this project. The sealer material
shall be applied at the temperature recommended by by the manufacturer The sealant
shall not be applied when either atmospheric or pavement temperature is 45° F and
falling; however, it may be applied when either the atmospheric or pavement temperature
is 40° F and rising When filling joints and cracks, the material shall be placed to the top
of the joint/crack or to the bottom of the groove (on grooved runways), whichever is
lower. Any sealant that is applied above the pavement surface or above the bottom of a
groove shall be removed expediently Joints and cracks that settle shall be refilled to the
top of the joint/crack or the bottom of the groove (on grooved runways), whichever is
lower Material shall be allowed to cure prior to opening to traffic.
PROTECTION AND CLEANUP
SP-3 —4.2 Cleanup shall be continuous throughout the surface repair, crack cleaning, filling and
sealing operations. Waste materials shall be removed from the pavement surface and adjacent
areas by sweeping and/or vacuuming. All waste materials shall be disposed of legally off -site in
accordance with local, state and federal requirements as an incidental expense to this item
70-20-001 / Yakima Air Terminal 1 SP-3 Mastic Crack Sealing
MEASUREMENT AND PAYMENT
SP-3 — 6.1 Measurement of mastic crack sealing shall be per pound of mastic material applied in
accordance with the plans/specifications.
Payment shall be by the unit contract price for crack sealing and shall be full compensation for
furnishing all materials, preparing and cleaning cracks, application of sterilant herbicide, cleanup,
and all labor, equipment, materials, and all other incidentals required to perform the work in
accordance with the Plans and Specifications or as directed by the Engineer.
Payment will be made under
Pav Iterrt anil
SP-3-4.1 Mastic Crack Sealing Per Pound
END OF SP-3
70-20-001 / Yakima Air Terminal 2 SP-3 Mastic Crack Sealing