HomeMy WebLinkAbout08/06/2018 06H Airport West General Aviation Apron Rehabilitation Agreement with Granite ConstructionBUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
1
Item No. 6.H.
For Meeting of: August 6, 2018
ITEM TITLE: Resolution authorizing the execution of an agreement with Granite
Construction to rehabilitate the West General Aviation apron at the
Yakima Air Terminal -McAllister Field
SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149
SUMMARY EXPLANATION:
The West General Aviation Apron was constructed in 1984 and is located adjacent to the main
terminal building where a variety of aircraft and airline charters utilize the apron as a parking
location upon their arrival into Yakima. Granite Construction will rehabilitate approximately 25,000
square yards of asphalt pavement, associated drainage, aircraft tie -downs, pavement markings
and apron lighting in order to increase safety measures for commercial, corporate, and General
Aviation aircraft that operate at the Yakima Air Terminal -McAllister Field. Total cost not to exceed
$1,573,683.52.
Funding Sources:
90% Federal Aviation Administration Grant
10% Passenger Facility Charge (local match)
0% City of Yakima general fund
ITEM BUDGETED:
STRATEGIC PRIORITY:
APPROVED FOR
SUBMITTAL:
Yes
Public Safety
STAFF RECOMMENDATION:
Adopt Resolution
BOARD/COMMITTEE RECOMMENDATION:
N/A
2
ATTACHM E NT S :
Description Upload Date Type
O Resdutin 7/17/2018 Resolution
O Recommendation to Award YKM 7/17/2018 Backup Material
O Recommendation toAward JUB 7/17/2018 Backup Material
O Draft Contract Form 7/23/2018 tract
3
RESOLUTION NO. R -2018-
A RESOLUTION authorizing the execution of an agreement with Granite Construction to
rehabilitate the West General Aviation apron 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 2018, the Federal Aviation Administration (FAA) and the Yakima Air Terminal -
McAllister Field identified the need to rehabilitate approximately 25,000 square yards of asphalt
pavement, associated drainage, aircraft tie -downs, pavement markings and apron lighting in order to
increase safety measures for commercial, corporate, and General Aviation aircraft that operate at the
Yakima Air Terminal -McAllister Field; and
WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need to rehabilitate the
West General Aviation apron under a competitive bidding process and received three 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 May 1, 2018 City Council approved the City Manager to apply for federal
assistance through the Federal Aviation Administration's Airport Improvement Program and it is
anticipated such funds will be available in August 2018; and
WHEREAS, upon receiving FAA funds and approval to award the bid to the lowest responsive
and responsible bidder, the City of Yakima is now ready to enter into the contract with Granite
Construction that is attached hereto and incorporated herein by this reference to rehabilitate the West
General Aviation apron; 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 agreement with Granite Construction in an amount of one million, five hundred seventy-
three thousand, six hundred eighty-three dollars and fifty-two cents ($1,573,683.52) to rehabilitate the
West General Aviation apron for the Yakima Air Terminal -McAllister Field.
ADOPTED BY THE CITY COUNCIL this 6th day of August, 2018.
ATTEST: Kathy Coffey, Mayor
Sonya Claar Tee, City Clerk
4
2406 W. Washington Ave, Suite B Yakima, Washington 98903 (509) 575-6149 (509) 575-6185 FAX
Monday, July 16, 2018
Mary Vargas
Program Manager
Seattle Airports District Office
Federal Aviation Administration
2200 S 216th Street, Suite 1W-420
Des Moines, WA 98198
RE: YAKIMA AIR TERMINAL-MCALLISTER FIELD WEST GENERAL AVIATION APRON
REHABILITATION PROJECT A.I.P. NO.: 3-53-0089-42
RECOMMENDATION OF AWARD
Dear Ms. Vargas:
The purpose of this letter is to provide the Federal Aviation Administration (FAA) with supporting
documentation in relation to the West General Aviation Rehabilitation project bidding process.
Enclosed you will find a recommendation letter from JUB Engineers, Inc., and bid summary of the
three bids received on July 13, 2018, and supporting documentation to illustrate the lowest
responsive and responsible bidder.
Upon careful review of all bids and the associated costs, the Yakima Airport concurs with JUB's
recommendation letter to award Granite Construction for rehabilitation of the West General Aviation
Apron. We feel Granite Construction is the lowest responsive and responsible bidder satisfying the
City of Yakima's bid award requirements. If the FAA concurs with this recommendation, please
provide an approval letter. Upon receiving the FAA's approval the City Manager will sign the bid
summary sheet and execute a contract to initiate work.
In the event you have any questions regarding either recommendation please feel free to contact
myself or Tim Ike at your earliest convenience.
Sincerely,
Robert K. Peterson
Airport Director
Yakima Air Terminal -McAllister Field
Cc: Tim Ike, Project Engineer, JUB
Kris Yalovich, Yakima Air Terminal -McAllister Field
File
\\yakima_city\ykat\Users\rpeterso\2018 West GA Apron
B
.1.1.141 ENGINEERS, INC.
July 13, 2018
Robert K. Peterson,
Airport Director
Yakima Air Terminal
2406 W. Washington Ave. Suite B
Yakima, WA 98903
RE: CITY OF YAKIMA — YAKIMA AIR TERMINAL
WEST GA APRON REHABILITATION PROJECT
AIP 3'53-0089'042-2018
Dear Rob:
J-u'acomxxw/o
LANOOON
GROUP
5
OATEWAV
On Friday, July 13, 2018 three (3) eligible bids were received and opened for the above referenced
project. A price analysis comparing the bid and bid items of the low bidder against the Engineers
Bid Totals
Base Bid Schedule 1
Additive Bid Schedule A
Grand Total
Engineers
Estimate
$281,593.21
$1 700 030.29
Granite
Construction
$1,573,683.52
* All amounts include 8.2% sales tax. (If applicable)
$408,357.62
Columbia
Asphalt
$459,557.8
$2,134,630.73
Selland
Construction
$1,757,990.32
$499,591.86
Based on the results of the eligible bids receivedand the price analysis it is our recommendation that
the City of Yakima award the Base Bid Schedule 1 for the above-mentioned project to Granite
Construction in the amount of $1,573,683.52. This recommendation is conditional upon the Owner
having sufficient funding for the project. With your concurrence, we will prepare the necessary award
documents.
Sincerely,
J -U -B ENGINEERS, INC.
Timothy D. Ike, P.E.
Project Manager
Bid Abstract Tabulation (1)
Kerry Albin —J -UB ENGINEERS, Inc.
70-17-050/L- Award recommendation
a ossvxRiverside, Suite »o« Spokane, WA 99201 p 50e-45*3727 w www.jub.com
6
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
BIDDERS LIST
(To be submitted prior to Notice of Award)
All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below.
Describe Type
Work Firm
Performs
Certific
DBE
Yes of
No
Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g.,
statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as
defined in the recipient's DBE plan.
*GRS —Annual Gross Receipts
Enter 1 for less than $1 million
Enter 2 for more than $1 million, less than $5 million
Enter 3 for more than $5 million, less than $10 million
Enter 4 for more than $10 million, less than $15 million
Enter 5 for more than $15 million.
good faith effort
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-32
7
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE
WAGE STATUTES
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, that the bidder is not a "willful" violator, as defined in
RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined
by a final and binding citation and notice of assessment issued by the Department of Labor
and Industries or through a civil judgment entered by a court of limited or general
jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the
foregoing is true and correct.
Bidder Name
Signature of Authorized Official*
Printed Name
Title
Date
Check One:
Individual ❑ Partnership ❑ Joint Venture ❑ Corporation ❑
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co -partnership, give firm name under which business is transacted:
* If a corporation, proposal must be executed in the corporate name by the president or vice-
president (or any other corporate officer accompanied by evidence of authority to sign). If a
co -partnership, proposal must be executed by a partner.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-33
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
NOTICE OF AWARD
To: Dated:
PROJECT DESCRIPTION: West GA Apron Rehabilitation Project
8
The OWNER has considered the Bid submitted by you for the above-described Work in response to its
Invitation for Bid dated , and Information for Bidders.
You are hereby notified that your Base Bid has been accepted for items in the amount of
($
You are required by the Information for Bidders to fully execute the Agreement and furnish the required
CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within fifteen (15)
calendar days from the date of this Notice to you, which is by
If you fail to execute said Agreement and to furnish said Bonds within fifteen (15) calendar days from the date
of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance
of your Bid as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other
rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this day of , 2018
OWNER
By:
Signature
Title:
ACCEPTANCE OF NOTICE OF AWARD
Receipt of the NOTICE OF AWARD is hereby acknowledged by Contractors Name, this day of
,2018
CONTRACTOR
By:
Signature
Title:
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-34
9
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
DISADVANTAGED BUSINESS ENTERPRISES
Contract Assurance. The CONTRACTOR or subcontractor 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 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.
Prompt Payment. The prime CONTRACTOR agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime
contractor receives from the recipient. Any delay or postponement of payment from the above referenced time
frame may occur only for good cause following written approval of the recipient. This clause applies to both
DBE and non -DBE subcontractors.
Documentation. The following documentation shall be submitted as directed below:
• Bidders List (Form in Section 1B Sample Forms — Submit prior to Notice of Award
• DBE Utilization Form - Submit prior to Notice of Award
• Letter of Intent for DBE Participation — Submit prior to Notice of Award
The owner has a DBE Race Neutral Goal in compliance with 49 CRF Part 26 Program. The CONTRACTOR
is directed to provide their Intent For DBE Participation.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-35
10
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following
manner (please check the appropriate space):
The bidder/offeror is committed to a minimum of % DBE utilization on this contract.
The bidder/offeror (if unable to meet the DBE goal of _%) is committed to a minimum of
_% DBE utilization on this contract and should submit documentation demonstrating good
faith efforts.
Name of bidder/offeror's firm:
State Registration No.
By
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-36
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
LETTER OF INTENT FOR DBE PARTICIPATION
(TO BE SUBMITTED PRIOR TO NOTICE OF AWARD)
Name of Bidder's Firm:
11
Address: City: State: Zip:
Phone Number:
Name of DBE Firm:
Address: City: State: Zip:
Phone Number:
State Certification Number:
Description of work to be performed by DBE firm:
Bidder intends to utilize the above-named Disadvantaged firm for the work described above. The estimated
amount of work is valued at $ . If the above-named bidder is not determined to be
the successful bidder, the Letter of Intent shall be null and void.
Name of DBE Firm:
Address: City: State: Zip:
Phone Number:
State Certification Number:
Description of work to be performed by DBE firm:
Bidder intends to utilize the above-named Disadvantaged firm for the work described above. The estimated
amount of work is valued at $ . If the above-named bidder is not determined to be
the successful bidder, the Letter of Intent shall be null and void.
NOTE: Use additional sheets if needed.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-37
12
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
CONTRACT FORM
THIS AGREEMENT, made the day of , 20_, by and between,
hereinafter called the "CONTRACTOR," and the 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 in accordance with the Contract Documents, plans and
specifications for AIP No. . The approximate quantities of work are shown in the Bid
Proposal bound in this document.
ARTICLE 2: TIME OF COMPLETION: 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 (Working/Calendar Days).
The CONTRACTOR agrees to pay, as liquidated damages, the following sums:
($ )
for each consecutive orking/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 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.
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:
($ )
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. — Washington Only] 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
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.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-38
13
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
CONTRACT FORM (Continued)
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 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.
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:
"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.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-39
14
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
CONTRACT FORM (Continued)
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above
written.
CONTRACTOR OWNER
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-40
15
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of CONTRACTOR)
(Address of CONTRACTOR)
, hereinafter called
(Individual, Partnership, or Corporation)
Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto the hereinafter called the
OWNER, in the penal sum of Dollars ($ ) in
lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain
Agreement with the OWNER, dated the day of , 20_ a copy of which is bound herein
attached and made a part hereof for the construction of:
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertaking,
covenants, terms, conditions, and agreements of said Agreement during the original term thereof, and any
extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during
the one (1) year guaranty period, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the OWNER from all costs and damages that it may
suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense that
the OWNER may incur in making good any default, this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed
thereunder or the Specifications accompanying the same shall in any way affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
the Contract or to the Work or to the Specifications.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-41
16
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
PERFORMANCE BOND (Continued)
PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge
the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an
original, this day of , 20_
Contractor
ATTEST:
Principal (Principal) Secretary
By:
Signature
Street or P.O. Box (SEAL)
City, State and Zip Code Witness as to Principal
Street or P.O. Box
City, State and Zip Code
ATTEST:
Surety (Surety) Secretary
By:
Signature
Street or P.O. Box (SEAL)
City, State and Zip Code Witness as to Surety
Street or P.O. Box
City, State and Zip Code
NOTE:
1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a
Partnership, all partners should execute the Bond.)
2. The Rate of premium of the Bond shall be stated together with the total amount of the premium
charged.
3. The current power of attorney of the person who signs for any surety company shall be attached to
the bond.
Bond Premium $
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-42
17
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of CONTRACTOR)
(Address of CONTRACTOR)
, hereinafter called
(Individual, Partnership, or Corporation)
Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto the hereinafter called the
OWNER, in the penal sum of Dollars ($ ) in lawful money
of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors
and assigns, jointly and severally, firmly by these presents.
This bond is executed in pursuance of Chapter 39.08, Revised Code of Washington.
THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement
with the OWNER, dated the _day of , 20_ a copy of which is bound herein and made a part
hereof for the construction of:
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such
Agreement, and any authorized extension or modification thereof, including all amounts due for materials,
lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such Work, and all insurance premiums on said Work, and for all labor performed in such Work
whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and
effect.
PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed
thereunder or the Specifications accompanying the same shall in any way affect its obligation to this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
the Contract or to the Work or to the Specifications.
PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge
the right of any beneficiary hereunder, whose claim may be unsatisfied.
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-43
18
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
PAYMENT BOND (Continued)
IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an
original, this the day of , 20_
Contractor
ATTEST:
Principal (Principal) Secretary
By:
Signature
Street or P.O. Box (SEAL)
City, State and Zip Code Witness as to Principal
Street or P.O. Box
City, State and Zip Code
ATTEST:
Surety (Surety) Secretary
By:
Signature
Street or P.O. Box (SEAL)
City, State and Zip Code Witness as to Surety
Street or P.O. Box
City, State and Zip Code
NOTES:
1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a
Partnership, all partners should execute the Bond.)
2. The Rate of premium of the Bond shall be stated together with the total amount of the premium
charged.
3. The current power of attorney of the person who signs for any surety company shall be attached to
the bond.
Bond Premium $
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-44
CITY OF YAKIMA
YAKIMA AIR TERMINAL — MCALLISTER FIELD
West GA Apron Rehabilitation Project
AIP #3-53-0089-42 PFC # 15-15-C-00-YKM
NOTICE TO PROCEED
To: Date:
CONTRACTOR
19
You are hereby notified that the Contract Time for construction of the above Project will commence to run on
the day of , 20_. On that date, you are to start performing the Work and your other
obligations under the Contract Documents. The date of Substantial Completion shall be no later than Date
OWNER
By:
Signature
Name:
Title:
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by Contractors Name this
day of , 20_
CONTRACTOR
By:
Signature
Name:
Title:
70-17-050 / Yakima Air Terminal - McAllister Field
J -U -B Master Revision Date 04-26-17 Page 1-45