HomeMy WebLinkAbout05/19/2020 04G Rehabilitation of Runway 9/27 High Intensity Runway Edge Lights and Asphalt Maintenance - Road Products, Inc. t„nxtitngtj kad
�d E$A
dot
aY
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
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 24th through August 29t�', 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: Yes
STRATEGIC PRIORITY: Public Safety
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
2
RECOMMENDATION:
Adopt Resolution
ATTACHMENTS:
Description Upload Date Type
D Resolution 4%2117020 Rev)Winn
D Contract Farm 5/7,20at Central
D Bid Specifications 5712020 Backup Material
3
RESOLUTION NO. R-2020-
A 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.
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 19'h day of May, 2020.
ATTEST: Patricia Byers, Mayor
Sonya Clear Tee, City Clerk
4
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CONTRACT FORM
THIS AGREEMENT, made the day of , 2020, by and between,
Road Products,Inc.hereinafter called the"CONTRACTOR," and the City of Yakima hereinafter called the
"OWNER".
WITNES SETH: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 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.
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 6 Calendar Days. The
CONTRACTOR agrees to pay,as liquidated damages,the following sums:
Schedule Liquidated Damages Cost Allowed
Construction Time
Phase 1A Up to $1,820 per 15-minute block(or part 5 calendar days
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
Phase 1B Up to $1,820 per 15-minute block(or part 1 calendar day
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
Phase 2A Up to $450 per hour Three(3) 6-hour
windows concurrent
with Phase 1A
Phase 2B Up to $450 per hour 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
completion of any work such as pavement repairs. The intent is to reduce the impact to airport operations and
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19
5
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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:
One Million Two Hundred Fifty Seven Thousand Four Hundred Four Dollars and Eighty Cents($1,257,404.80)
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.
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
6
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CONTRACT FORM (Continued)
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.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written.
CONTRACTOR OWNER
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19
7
............................................................................................................................................................................................................................................................
YAKIMA AIR TERMINAL
MCALLISTER FIELD
Yakima, Washington
FIB
VP *AM
............................................................................................................................................................................................................................................................
Runway 9/27 Pavement
Maintenance & Fu RL Project
t
Project No: 3-53-0089-045-2020
April 2020
............................................................................................................................................................................................................................................................
Prepared by
J-U-B ENGINEERS, Inc. (*RIB
422 W Riverside Ave. Suite 304
Spokane, WA 99207
509-458-3727 J.U.B.ENGINEERS, INC.
............................................................................................................................................................................................................................................................
8
YAKIMA AIR TERMINAL
McALLISTER FIELD
Yakima, Washington
............................................................................................................................................................................................................................................................
Runway 9/27 Pavement
Maintenance & HIRI Project
Project No: -0089-045-2020
-2 2
April 2 2
............................................................................................................................................................................................................................................................
r i
-!
.fir ST .
•
'ONAL
4.0
NOTICE AND DISCLAIMER
THE PLANS AND/OR SPECIFICATIONS(DOCUMENTS)ARE THE PROPERTY OF J-U-B ENGINEERS,INC.("1-U-B")AND BY USING THE DOCUMENTS YOU AGREE TO BE BOUND BY THE TERMS AND CONDITIONS II'
THIS NOTICE AND DISCLAIMER.
THE USE OF THE DOCUMENTS CREATES NO DUTY IN CONTRACT,TORT,EQUITY OR OTHERWISE OF J-U-B TO THE USER. THE USER SHALL NOT(I)DISSEMINATE THE DOCUMENTS,OR ANY PART THEREOF,TC
OTHERS WITHOUT THE WRITTEN CONSENT OF J-U-B,OR(II)USE THE DOCUMENTS,OR ANY PART THEREOF,FOR ANY USE OTHER THAN AS DESIGNATED HEREIN FOR THE INTENDED PROJECT.THE DOCUMENT!
ARE NOT INTENDED FOR USE IN CREATING DTM FOR GRADING OR EARTHWORK,SURVEY STAKING LAYOUT(UNLESS SPECIFICALLY IDENTIFIED AS SUCH IN THE DOCUMENTS),OR PROPERTY BOUNDAR'
LAYOUTS.
J-U-B AND ITS AGENTS SHALL NOT BE LIABLE FOR ANY DAMAGES OR CLAIMS ARISING OUT OF THE UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS,OR ANY PART THEREOF,WHETHER SUCH DAMAGI
OR CLAIM IS BASED IN CONTRACT,TORT OR OTHERWISE.THE USER HEREBY RELEASES AND SHALL DEFEND,INDEMNIFY AND HOLD J-U-BAND ITS AGENTS HARMLESS FROM ANY DAMAGES OR CLAIMSARISIN(
OUT OF,OR RELATED IN ANY WAY TO,THE USER'S UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS,OR ANY PART THEREOF.
IF THE DOCUMENTS ARE PROVIDED IN ELECTRONIC FORMAT,THE ELECTRONIC DATA SOURCES OF THE DOCUMENTS ARE PROVIDED WITH NO WARRANTY OF ANY KIND,WHETHER EXPRESS OR IMPLIED
INCLUDING WITHOUT LIMITATION,ANY REPRESENTATION OR WARRANTIES OF ACCURACY,QUALITY,COMPLETENESS,COMPATIBILITY WITH SYSTEMS,DRAWINGS NOT PRINTING TO SCALE,TRANSLATIOI,
ERRORS,AND OTHER PROBLEMS WITH USE.
Prepared by
J-U-B ENGINEERS, Inc. ilrir JLJ*B
422 W. Riverside Ave. Suite 304
Spokane, WA 99201
509-458-3727 J.u.e ENGINEERS,INC.
9
TABLE OF CONTENTS
CONTRACT DOCUMENTS 1
SECTION 1A- BIDDERS FORMS 2
INVITATION FOR BID 1
BIDDER'S CHECKLIST 3
INFORMATION FOR BIDDERS 4
BID SCHEDULE OF ITEMS AND PRICES 13
NON-COLLUSION DECLARATION 16
CERTIFICATION OF BIDDER REGARDING DEBARMENT 17
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT 17
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 17
49 CFR Part 20 Appendix A 17
BID BOND 20
STATEMENT OF BIDDER'S PRE-QUALIFICATIONS 21
SUBCONTRACTOR LIST 24
CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY
CONVICTIONS 25
BUY AMERICAN CERTIFICATION 26
TRADE RESTRICTION CERTIFICATION 28
SECTION 1B—SAMPLE CONTRACT FORMS 29
BIDDERS LIST 30
CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES 31
NOTICE OF AWARD 32
DISADVANTAGED BUSINESS ENTERPRISES 33
LETTER OF INTENT FOR DBE PARTICIPATION 35
CONTRACT FORM 36
PERFORMANCE BOND 39
PAYMENT BOND 41
NOTICE TO PROCEED 43
ACCEPTANCE OF NOTICE 43
BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE 47
NON-TRAFFICKING CERTIFICATION 50
NO WORK PERFORMED 51
REQUEST FOR INFORMATION 52
SUBMITTAL TRANSMITTAL 53
LIEN AND CLAIMS RELEASE 54
WARRANTY OF CONSTRUCTION 55
CERTIFICATE OF SUBSTANTIAL COMPLETION 56
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page TOC-1
0
SECTION 2 - FAA GENERAL PROVISIONS
FAA GENERAL PROVISIONS 2-1
SECTION 10 -DEFINITION OF TERMS 2-2
SECTION 20 -PROPOSAL REQUIREMENTS AND CONDITIONS 2-8
SECTION 30 -AWARD AND EXECUTION OF CONTRACT 2-12
SECTION 40 - SCOPE OF WORK 2-14
SECTION 50 - CONTROL OF WORK 2-17
SECTION 60 - CONTROL OF MATERIALS 2-27
SECTION 70 -LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 2-30
SECTION 80 -PROSECUTION AND PROGRESS 2-40
SECTION 90 -MEASUREMENT AND PAYMENT 2-46
SECTION 3 - FEDERAL CLAUSES
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 3-1
BREACH OF CONTRACT PERMS - 49 CFR PART 18.36 3-1
TERMINATION OF CONTRACT—49 CFR PART 18.36(i)(2) 3-2
GENERAL CIVIL RIGHTS PROVISIONS 3-2
COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS 3-3
DISADVANTAGED BUSINESS ENTERPRISES—49 CFR PART 26 3-4
DAVIS BACON REQUIREMENTS - 29 CFR PART 5 3-7
FEDERAL FAIR LABOR STANDARDS ACT(FEDERAL MINIMUM WAGE) 3-10
COPELAND"ANTI-KICKBACK"ACT 3-10
TEXTING WHEN DRIVING 3-10
CONTRACT WORK HOURS & SAFETY STANDARDS ACT REQUIREMENTS 3-11
CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT AND SUSPENSION3-11
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT 3-11
CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY
CONVICTIONS 3-12
ACCESS TO RECORDS AND REPORTS—49 CFR PART 18.36(i) 3-12
EQUAL EMPLOYMENT OPPORTUNITY—41 CFR PART 60-1.4 3-12
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION
CONTRACT SPECIFICATIONS 3-13
PROHIBITION OF SEGREGATED FACILITIES 3-17
VE 1'ERAN'S PREFERENCE—TITLE 49 U.S.C. 47112(c) 3-17
BUY AMERICAN CERTIFICATION—TITLE 49 U.S.C. 50101 3-17
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 3-20
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 3-20
ENERGY CONSERVATION 3-20
CLEAN AIR AND WAFER POLLUTION CONTROL REQUIREMENTS 3-21
TRADE RESTRICTION CLAUSE—49 CFR PART 30.13 3-21
PROCUREMENT OF RECOVERED MATERIALS 3-22
SECTION 4-FEDERAL WAGES
SECTION 5- STATE WAGE RATES
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page TOC-2
11
SECTION 6- SPECIFICATIONS FOR CONSTRUCTION 1
SPECIFICATIONS FOR CONSTRUCTION 6-1
ITEM C-105 MOBILIZATION 6-2
ITEM P-101 PREPARATION/REMOVAL OF EXISTING PAVEMENTS 6-3
ITEM P-605 JOINT SEALANTS FOR PAVEMENTS 6-6
ITEM P-608-R RAPID CURE SEAL COAT 6-10
ITEM P-620 RUNWAY AND TAXIWAY MARKING 6-18
ITEM SP-1 SAFETY 6-24
ITEM SP-2 CONSTRUCTION SURVEYING 6-28
ELECTRICAL SPECIFICATIONS 6E-1
APPENDIX A- CSPP
APPENDIX B-FAA AC 150/5370-2G
APPENDIX C-PLANS
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page TOC-3
12
CONTRACT DOCUMENTS
13
SECTION 1A - BIDDERS FORMS
CITY OF YAKIMA 14
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
INVITATION FOR BID
Sealed proposals will be received for the Runway 9/27 Pavement Maintenance and HIRL project, addressed to
the City of Yakima, 129 N. 2nd Street,Yakima,WA98901 until 11:00 am local time on April 13,2020,and then
will be publicly opened and read. Bids received after the time fixed for the opening will not be considered.
A pre-bid meeting will be held at the Yakima Air Terminal — McAllister Field, 2405 W. Washington Ave.,
Yakima,WA 98903 at 11:00 am,local time March 31,2020 for those interested contractors,subcontractors,and
suppliers.
The project consists of,but is not limited to the following elements:
• Replacement of Runway 9/27 high intensity incandescent runway edge/end lights (HIRL)with LED
HIRLs.
• Replacement of Runway 9/27 series circuit cable, complete.
• Replace and relocate supplementary wind cone beyond the Runway Object Free Area(ROFA)
• Crack seal, seal coat, and apply markings to Runway 9/27 pavement
Plans and specifications, including bid forms and contract documents, may be examined at the following
locations:
Digital copies of the Bidding Documents (including any Addenda) may be obtained from QuestCDN at
www.questcdn.com upon payment for the QuestCDN fee. Log on to the website and enter Quest Project
#6928080 Should you need assistance with this process, please contact QuestCDN at 952-233-1632. Partial
sets of Bidding Documents will not be available from the Issuing Office.
Bids will only be accepted from registered planholders who have purchased a set of Plans and Contract
Documents through QuestCDN.
Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including
Addenda if any, obtained from sources other than QuestCDN.
Each bid must be accompanied by a certified check, cash, cashier's check, or bid bond in an amount not less
than 5%of the total bid.
CIVIL RIGHTS—TITLE VI
The City of Yakima in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.
252,42 U.S.C. §§2000d to 2000d-4)and the Regulations,hereby notifies all bidders that it will affirmatively
ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will
be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The proposed contract is also under and subject to the following federal clauses:
• Affirmative Action,
• Government-wide Debarment and Suspension
• Government-wide Requirements for Drug-free Workplace
• Foreign Trade Restrictions
• Buy American Preference
• Disadvantage Business Enterprise Requirements as follows:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 1
CITY OF YAKIMA 15
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
City of Yakima is an equal opportunity and affirmative action employer. The requirements of 49 CFR part 26
apply to this contract. It is the policy of the City of Yakima to practice nondiscrimination based on race, color,
sex or national origin in the award or performance of this contract. The Owner encourages participation by all
firms qualifying under this solicitation regardless of business size or ownership.
All required Federal Clauses including the labor provisions, and wage rates are included in the specifications
and bid documents. Each bidder must supply all of the information required by the bid documents and
specifications.
This project includes Federal funds and is subject to the wage provisions of the Washington State Public
Works Laws, Federal Davis-Bacon, and related acts. Payments to the Contractor will not be made unless
Intent to Pay Prevailing Wages have been filed and approved for the Prime Contractor and all subcontractors.
Each bidder shall furnish the Statement of Bidders Pre-Qualifications to the OWNER with satisfactory evidence
of his competency to perform the work contemplated with the bid.
The City of Yakima reserves the right to reject any and all proposals,waive any informalities, or irregularities,
postpone the award of the Contract for a period not to exceed One Hundred Fifty (150) days, and accept the
proposal that is in the best interest of the City of Yakima. The award of the Bid is contingent upon the receipt
of Federal funding.
Dated this 19th day of March, 2020.
Robert K.Peterson,Airport Director Where Published Date(s)Published
Yakima Herald-Republic March 23, 2020
Yakima Herald-Republic March 30, 2020
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 2
CITY OF YAKIMA 16
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BIDDER'S CHECKLIST
Bids will only be accepted from those registered plan holders who have purchased a set of Plans and Contract
Documents through QuestCDN. The following items shall constitute the BID PROPOSAL and shall
be completed and accompany the Bid:
❑ All ADDENDA shall be acknowledged on the Bid Proposal.
❑ The BID PROPOSAL shall be filled out and signed.
❑ The BID SCHEDULE OF ITEMS AND UNIT PRICES shall be complete including the extensions.
❑ A BID BOND or CERTIFIED CHECK in the amount of five percent (5%) of the TOTAL BID
including alternates shall be included.
❑ STATEMENT OF BIDDERS PRE-QUALIFICATIONS form must be completed,provide both the
form and Evidence of Financial Responsibility Statement with bid.
❑ TRADE RESTRICTION CERTIFICATION must be filled out and included.
❑ CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY
CONVICTIONS must be filled out and included.
❑ BUY AMERICAN CERTIFICATE must be filled out and included. Note: Within 15 calendar days
of the bid opening,the low bidder must submit to the Owner a formal waiver request and required
documentation that support the type of waiver being requested.
❑ THE SUBCONTRACTOR LIST must be filled out and included if there are any electrical,HVAC,
and/or plumbing subcontractors .
❑ Bids will only be accepted from those registered plan holders who have purchased a set of plans and
Contract Documents through QuestCDN.
❑ CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES. Per
RCW 39.04.350 the Apparent Low Bidder must verify and be able to sign the certification.
Certification will be requested from the Apparent Low Bidder prior to Award
All Bids shall contain the items listed above in complete form. Failure to complete and provide any of the
above items may be grounds for rejection of the bid as non-responsive, at the discretion of the OWNER
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 3
CITY OF YAKIMA 17
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
INFORMATION FOR BIDDERS
1. PREPARATION OF BID
In addition to the requirements of Section 20 of the FAA General Provisions the following shall apply:
A. Plans, Contract Documents and Specifications and any addenda are available at www.questcdn.com
Project #6928080. You may download digital copies of the Bidding Documents (including any
Addenda)from QuestCDN atwww.questcdn.com upon payment.Log on to the website and enter Quest
Project #6928080. Should you need assistance with this process, please contact QuestCDN at 952-
233-1632. Partial sets of Bidding Documents will not be available from the Issuing Office. Bids will
only be accepted from those registered QuestCDN plan holders.
B. All bids must be submitted on the prescribed forms. Included in these specifications is a complete set
of bid forms. Erasures or other changes in the bids must be initialed and explained or noted over the
signature of the bidder.
C. Bids shall be submitted in sealed envelopes bearing,on the outside,the name of the bidder,his address
and the name of the project for which the bid is submitted. If forwarded by mail the sealed envelope
containing the bid must be enclosed in another envelope addressed as specified.
D. No bid will be accepted unless signed by the bidder or his authorized agent.
E. The proposal form invites bids on definite plans and specifications. Only the amounts and information
asked for in the proposal form furnished will be considered as the bid. Each bidder shall bid on the
work exactly as specified and as provided in the proposal form.
F. Quantities and Unit Prices: The quantities shown in the Bid Proposal are approximate for comparing
bids,and no claim shall be made against the OWNER for excess or deficiency therein.Actual or relative
payment at the above prices agreed upon will be in full for the completed work and will cover materials,
supplies, labor,tools,machinery, and all other expenditures incidental to satisfactory compliance with
the contract unless otherwise specifically provided. In the event of discrepancy between the prices
quoted in the proposal the unit price shall control. The prices are to include the furnishing of all
materials,plant,equipment,tools,scaffolds,and all other facilities and the performance of all labor and
services necessary or proper for the completion of the work,except such as may be otherwise expressly
provided in the contract documents.
G. All labor,equipment,and materials required for the manufacturing and installation of this project shall
be incorporated into the bid items as provided in the bid proposal. Payment for general construction
items that are not listed in the Bid Proposal, but are shown or required by the Contract Documents,
are indicative of the fact that the items of work not listed are considered as incidental to the bid items
listed in the Bid Proposal. Unless the work to be performed is specifically called out in the Bid
Proposal,measurement and payment for such work shall be included in other applicable items of the
Bid Proposal.
2. QUALIFICATIONS OF BIDDER
Bidders shall be qualified by experience,fmancing, equipment, and organization to do the work called for
in the Contract Documents. The OWNER reserves the right to take whatever action it deems necessary to
ascertain the ability of the bidder to perform the work satisfactorily in accordance with Section 20-02 of the
FAA General Provisions. Only contractors registered in accordance with the Contractor's Registration Act,
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 4
CITY OF YAKIMA 18
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
RCW 18.27,may bid on this project. The CONTRACTOR shall include his registration number in the bid
proposal.
CONTRACTOR shall provide the"Statement of Bidders Pre-Qualifications Form"at the time of Bid.
3. INTERPRETATIONS
No oral interpretation will be made to any bidder as to the meaning of the Specifications, including
Drawings. Neither the OWNER nor the ENGINEER will be responsible for oral interpretations. Every
request for such an interpretation shall be made in writing to the ENGINEER,J-U-B ENGINEERS,Inc.,
422 W.Riverside Ave. Suite 304, Spokane,WA 99201,(call 509-458-3727 for instructions).Any inquiry
received seven or more days prior to the date fixed for opening of bids will be given consideration.Every
interpretation made to a bidder will be in the form of an addendum to the specifications that, if issued,
will be on file through QuestCDN. However, it shall be the bidder's responsibility to make inquiry as to
addenda issued. All such addenda shall become part of the Contract and all bidders shall be bound by
such addenda,whether or not received by the bidders.
4. BID MODIFICATION
Any bid modification shall be in accordance with Section 20-12 of the General Provisions.
5. BID SECURITY
Each bid must be accompanied by cashier's check, certified check, or a bid bond prepared on the form of
bid bond approved,duly executed by the bidder as principal and having as surety thereon a surety company
approved by the OWNER, in the amount of 5% of the bid. Such checks or bid bonds will be returned
promptly after the OWNER and the accepted bidder have executed the contract, or if no award has been
made within One Hundred Fifty(150) calendar days after the date of the opening of bids,upon demand of
the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid.
6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
In accordance with Section 30-08 should the successful bidder fail or refuse to execute and deliver the
Contract, insurance certificates and bonds required within 15 calendar days after he has received notice of
the acceptance of his bid,he shall forfeit to the OWNER as liquidated damages for such failure or refusal,
the security deposited with his bid.
7. EXAMINATIONS OF SITE,PRE-BID INSPECTION AND CONDITIONS OF WORK
A. Bidders are encouraged to attend the pre-bid meeting,if one has been scheduled and/or visit the site of
the work, compare the drawings and specifications with facilities in place and fully inform themselves
of all conditions. Requests for site information and site visits shall be submitted through the
ENGINEER at least seven (7) days prior to the bid opening. Failure to visit the site will in no way
relieve the successful bidder from the necessity of furnishing any material or performing any work that
may be required to complete work in accordance with drawings and specifications without additional
cost to OWNER.
B. Bidders are cautioned against unauthorized entry upon operation portions of the Airport.All requests
for pre-bid site inspections shall be submitted through the ENGINEER at least seven (7) days prior
to the bid opening.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 5
CITY OF YAKIMA 19
YAKIMAAIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
C. Bidders must inform themselves of the conditions relating to the project and the employment of labor
thereon.Failure to do so will not relieve a successful bidder of his obligation to furnish all material and
labor necessary to carry out the provisions of his contract.
8. LAWS AND REGULATIONS
The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall
apply to the Contract throughout and they will be deemed to be included in the Contract the same as
though herein written out in full.
CONTRACTOR is directed to Section 3 - Federal Clauses for additional Federal requirements.
Contractor shall comply with all federal clauses and include applicable clauses and language in their
subcontracts.
9. BUY AMERICAN PREFERENCE
The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the
United States, unless the FAA has issued a waiver for the product;the product is listed as an Excepted
Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included in the FAA
Nationwide Buy American Waivers Issued list.
A bidder or offeror must submit the appropriate Buy American certification included herein with their
bid or offer. Bids or offers that are not accompanied by a completed Buy American certification must
be rejected as nonresponsive.
Note: Within 15 calendar days of the bid opening, the low bidder must submit to the Owner a formal
waiver request and required documentation that support the type of waiver being requested.
www.faa.govlairports/aip/buv ameriean/
10. DISADVANTAGED BUSINESS ENTERPRISES(DBE)
The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Yakima to
practice nondiscrimination based on race, color, sex or national origin in the award or performance of
this contract. The Owner encourages participation by all firms qualifying under this solicitation
regardless of business size or ownership.
The Owner has a DBE race neutral goal of 4.59%in compliance with their 49 CFR Part 26 program. The
goal is not a contractual obligation, however,the Owner encourages efforts by the contractor to achieve
this goal. The CONTRACTOR is directed to Section 1B of the Contract Documents as well as Section
3 —Federal Clauses for additional information and DBE forms.
11. AWARD OF CONTRACT,REJECTION OF BIDS
A. The OWNER reserves the right to reject any or all bids and to waive any informalities, claims or
irregularities in the bids or in the bidding whenever such rejections or waivers are in the interest of the
OWNER.No bidder may withdraw his bid after the hour set for the opening thereof or before the award
of contract unless the award is delayed for a period exceeding One Hundred Fifty(150)days.
B. The contract will be awarded to the responsible bidder submitting the lowest total base bid and any
alternates selected in accordance with Section 30-02 of the General Provisions, complying with the
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 6
CITY OF YAKIMA 20
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
plans,specifications and conditions of the Contract Documents.The bidder to whom the award is made
will be notified at the earliest practicable date.
C. The OWNER also reserves the right to reject the bid of any bidder who has in the OWNERS opinion,
previously failed to perform properly or complete on time, contracts of a similar nature;who is not in
a position to perform the Contract;or who has habitually and without just cause neglected the payment
of bills or otherwise disregarded his obligations to subcontractors, material vendors or employees. In
determining the lowest responsible bidder,the following elements in addition to those above-mentioned
will be considered: whether the business involved 1)maintains a permanent place of business; 2) has
adequate equipment available to do the work properly and expeditiously; 3) has suitable fmancial
resources to meet the obligations incidental to the work; and 4)has appropriate technical experience.
D. Each bid schedule shall be independent and stand on its own and include all applicable costs to perform
the work within the schedule to include all overhead, profit, administrative, insurance, mobilization,
and bonding costs.
E. An award may not be made unless sufficient funding is available. The OWNER'S administrative costs
may be used as a factor in the evaluation of bids and determination of award.
F. Prior to issuing a Notice of Award, CONTRACTOR shall submit a Bidder's List,DBE Participation
Forms, and Certification of Nonsegregated Facilities.
12. PERFORMANCE AND PAYMENT BOND, EXECUTION OF CONTRACT
A. Subsequent to the award and within fifteen(15) calendar days after the prescribed forms are presented
for signature,the successful bidder shall execute a contract in such number of copies as the OWNER
may require.
B. Having satisfied all conditions of award as set forth elsewhere in these documents,the successful bidder
shall, within the period specified above, furnish separate 100% performance and payment bonds
conditioned that such person shall faithfully perform all the provisions of the Contract and pay all the
laborers, mechanics and subcontractors and material vendors and all persons who shall supply such
person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall
bear the same date as, or a date subsequent to,the date of the Contract.
C. On each such bond,the rate of premium shall be stated together with the total amount of the premium
charged. The current power of attorney of the person who signs for any surety company shall be
attached to such bond.
The failure of the successful bidder to execute such Contract and to supply the required bonds within fifteen
(15)calendar days after the prescribed forms are presented for signature,or within such extended period as
the OWNER may grant based upon reasons determined adequate by the OWNER,shall constitute a default,
and the OWNER may either award the Contract to the next responsible bidder or re-advertise for bids,and
may charge against the bidder the difference between the amount of the bid and the amount for which a
contract for the work is subsequently executed up to the amount of the Bid Bond.
13. INSURANCE COVERAGES AND LIMITS
The insurance requirements as defined in subsection 70-21 of the FAA General Provisions shall provide the
minimum coverages and limits.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 7
CITY OF YAKIMA 21
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
14. PHASED CONSTRUCTION
Contractor is directed to the CSPP located in the Appendix of the Contract Documents
15. BID SCHEDULE
The CONTRACTOR'S Bid Proposal shall include his/her bid to complete all work identified in the
Contract Documents on the Bid Schedule of Items and Prices, including the Base Bid Schedule(s) and all
Additive Alternate Bids as follows:
• Base Bid Schedule 1—Includes all work proposed.
16. TIME OF COMPLETION
The Contract for the Work shall be substantially complete within 6 calendar days as specified in Section
80-07
CONTRACTOR is specifically referred to Item P-401, Plant Mix Bituminous Pavements and P-610
Concrete (if present) for Miscellaneous Structures whereby the mix designs and ASR must be approved
prior to starting construction. The intent is to reduce the impact to airport operations and field engineering
time. The CONTRACTOR shall present and update their project schedule prior to field installations, to
ensure progressive completion.
17. LIQUIDATED DAMAGES
The CONTRACTOR agrees to pay,as liquidated damages in accordance with Section 80-08 of the General
Provisions.
18. AVAILABILITY OF EXISTING BASE AND SURFACING AGGREGATE FOR REUSE
Not Applicable.
19. CONTRACTOR QUALITY CONTROL PROGRAM
The CONTRACTOR is directed to the FAA General Provisions and Technical Specifications which require
a detailed and stringent quality control plan, program, and testing process. This program is to be
accomplished independently of the OWNER'S/ENGINEER'S Quality Assurance requirements.
20. AIRPORT OPERATIONS
The contractor is directed to the CSPP located in the Appendix of the Contract Documents.
21. PROJECT ACCESS
The contractor is directed to the CSPP located in the Appendix of the Contract Documents.
22. WAGE RATES
This project includes Federal funds and is subject to the provisions of the Washington State Public Works
Law and the Federal Davis-Bacon and related acts. The CONTRACTOR and every subcontractor on the
project must pay the higher of the federal prevailing wage rates or the Washington State prevailing wage
rates for the project.The performance of any part of this contract shall be in accordance with the provisions
of Chapter 39.12 RCW and to RCW 49 as amended and the Federal requirements outlined in Section 3,
Federal Contract Clauses, included in this specification. The rules and regulations of the Department of
Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 8
CITY OF YAKIMA 22
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
contract will be performed are as determined by the Industrial Statistician of the Department of Labor and
Industries.
Federal Davis-Bacon and State of Washington Department of Labor Wage Rates are applicable for
this project. In as much as the CONTRACTOR will be held responsible for paying the prevailing
wages,it is imperative that all CONTRACTORS and all Subcontractors familiarize themselves with
the classifications and current wage rates before submitting Bids based on these specifications. The
Contractor and all Subcontractors are responsible for determining that the employees performing
work on this job fall within one or more of the classifications listed on the attached Federal Wage
Determination. If a classification is missing from the Wage Determination the Contractor MUST
advise the engineer and initiate a request for approval of a proposed wage and benefit rate. The
CONTRACTOR is responsible for any additional wages required as part of the wage rate
conformance including subconsultants. Failure to notify the Engineer of missing classifications will
not be cause for consideration for additional compensation.
All Certified Payrolls must be received with 10 days of the payroll date for each week in which work was
performed. For those weeks where no work was performed a No Work Performed(NWP)notice must be
received within 10 of the week ending. Payments will not be made unless all Certified Payrolls or NWP
have been received from the Contractor and subcontractors and an Intent to Pay Prevailing Wage has been
filed and approved.
Bidders shall include in the Bid any filing fees required to comply with the applicable labor laws.
In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such
dispute cannot be adjusted by the parties of interest including labor and management representatives, the
matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State
and his decision therein shall be fmal and conclusive and binding on all parties involved in the dispute as
provided for by RCW 39.12.060, as amended.
23. SUBCONTRACTS PROVIDED TO ENGINEER
The contractor is directed to Section 80-01 of the FAA General Provisions, the Contractor shall provide
copies of all subcontracts to the Engineer 14 days PRIOR to Subcontractors start of work. All Federal
Clauses identified in Section 3 must be included verbatim in all subcontracts,inclusion by reference only
is not acceptable.
24. PERMITS AND FEES
The CONTRACTOR shall be responsible for all associated costs for permits, connection fees, utility
addition and relocation fees, water costs, and inspection fees assessed by the City of Yakima and other
private and public utilities required in the construction of the project.
25. CONTRACTORS USE OF MACHINE/COMPUTER CONTROLLED GRADE SETTING
EQUIPMENT
The contractor is directed to Section 50-07 of the FAA General Provisions regarding the use of Engineer
provided electronic media for machine/computer controlled grade setting equipment use. Electronic Media
will not be provided for reuse to the successful low bidder at time of Notice of Award.
26. SUBSURFACE INVESTIGATION
The contractor is directed to Section 20-06 of the FAA General Provisions.
No subsurface investigation was conducted for this project.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 9
CITY OF YAKIMA 23
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
27. SALES TAX
Bidders shall include in their proposals, State and local sales tax of 8.3 percent on all work items related
to the project.
28. WATER FOR CONSTRUCTION
Water for construction will be coordinated with the City of Yakima. The CONTRACTOR shall provide
backflow preventive apparatuses and a hydrant meter capable of measuring water by the gallon.Ameter
reading will be made at the end of each work shift and reported to the Engineer. A charge rate,determined
by the City of Yakima, will be assessed by the OWNER for water used by the CONTRACTOR. The
CONTRACTOR may make their own arrangements for alternative sources of water for construction.
29. SUBCONTRACTORS LIST
At the time of bid opening,the bidders are required to list the name and address of any electrical, HVAC,
or plumbing subcontractors proposed to be employed.
Failure to list subcontractors who are proposed to perform the work of HVAC(heating,ventilation,and air
conditioning), and plumbing as described in Chapter 18.106 RCW and electrical as described in Chapter
19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being
non-responsive and therefore void.
If no subcontractor is listed the bidder acknowledges that it does not intend to use any HVAC, Plumbing,
or electrical subcontractors to perform those items of work.
30. CONTRACTOR'S WASHINGTON STATE REGISTRATION NUMBER
The CONTRACTOR is required to have a Washington State Registration number and provide it on the Bid
Proposal Form.
31. CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES
Per RCW 39.04.35, the Apparent Low bidder will be required to submit the certification prior to Award.
Bidders are advised to review the form prior to bidding and be capable of signing Certification if they are
the low bidder. The Certification is located in the Sample Forms of these Contract Documents.
32. WASHINGTON STATE PUBLIC WORKS TRAINING REQUIREMENT
By submitting a bid,the bidder is verifying that they meet the Public Works Training Requirement listed in
RCW 39.04.350. The contractor will furnish on the proposal that they have completed the Public Works
Training Course or that they are currently listed on the Public Works Training Exemption List to be allowed
to bid or perform work on a public works project.
33. BID PROTEST PROCEDURE
Any protest must be made in writing, signed by the protestor, and state that the Proposer is submitting a
formal protest. The protest shall be filed with the City of Yakima Maria Mayhue at 129 No. 2nd St.,
Yakima, WA 98901, or by fax: 509-576-6394 or email to: maria.mavhue;dYakimaWA.Gov. The protest
shall clearly state the specific factual and legal ground(s)for the protest, and a description of the relief or
corrective action being requested. Protests based on specifications/scope of work,or other terms in the RFP
shall be filed at least five (5) calendar days before the solicitations due date, and protests based on award
or after the award shall be filed no less than five calendar(5) days after Award Announcement(see below
for details). The following steps shall be taken in an attempt to resolve the protest with the Proposer:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 10
CITY OF YAKIMA 24
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with
protester. All available facts will be considered and the Purchasing Manager shall issue a written
decision.
Step II. If unresolved,within three(3)business days after receipt of written decision,the protest may
be appealed to the Department Head by the Purchasing Manager.
Step III. If still unresolved,within three(3)business days after receipt of appeal, the protest may be
appealed to the Executive(or his designee). The Executive shall make a fmal determination in writing
to the Protester.
Award Announcement
Purchasing shall announce the successful Proposer via Website, e-mail,fax,regular mail, or by any other
appropriate means. Once the Intent to Negotiate is released by Purchasing, the protest time frame
begins. The timeframe is not based upon when the Proposer received the information,but rather when the
announcement is issued by Purchasing.
Award Regardless of Protest
When a written protest against making an award is received, the award shall not be made until the matter
is resolved,unless the City determines that one of the following applies:
• The supplies or services to be contracted for are urgently required;
• Delivery or performance will be unduly delayed by failure to make award promptly;
• Aprompt award will otherwise be advantageous to the City.
If the award is made,regardless of a protest,the award must be documented in the file,explaining the basis
for the award. Written notice of the decision to proceed shall be sent to the protester and others who may
be concerned.
The City retains the right to enter into any contract and nothing herein shall be construed to limit that
authority in any manner.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 11
CITY OF YAKIMA 25
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL
Proposal of (hereinafter called "Bidder"),organized and existing
under the laws of the State of doing business as
*
To City of Yakima(hereinafter called the"OWNER").
In compliance with your Advertisement for Bids for the Runway 9/27 Pavement Maintenance HIRL project
having examined the Drawings and Specifications with related documents and the site of the proposed Work,
and being familiar with all the conditions surrounding the construction of the proposed Project, including the
availability of materials and labor, hereby propose to furnish all labor, materials and supplies and to complete
the Work in accordance with the Contract Documents within the time set forth therein. This price is to cover all
expenses incurred in performing the Work required under the Contract Documents of which this is a part.
By submission of this Bid, each Bidder certifies,and in case of a joint Bid each party thereto certifies as to his
own organization, that this Bid has been arrived at independently, without consultation, communication, or
agreement as to any matter relating to this Bid with any other Bidder or with any competitor.
The Bidder agrees that the Work will be substantially completed within the time identified in the Instruction for
Bidders after the date when the Contract Time commences to run.
The Bidder accepts the provisions of the Agreement as to the liquidated damages in the event of failure to
complete the Work on time.
*Insert"a corporation", "a partnership", or"an individual"as applicable.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 12
CITY OF YAKIMA 26
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
BID SCHEDULE OF ITEMS AND PRICES
The bidder agrees to perform all work described in accordance with the Contract Documents, Specifications
and as shown on the Plans for the following unit prices. Unit prices for all items shall be shown in both
numbers and words. If a bidder's proposal contains a discrepancy between unit bid prices written in
words and unit bid prices written in numbers,the unit bid price written in words shall govern.
PROJECT TITLE: Runway 9/27 Pavement Maintenance and HIRL Project
CONTRACTOR NAME:
BASE BID SCHEDULE 1
Ite Spec. Item Est. Unit Price Total Price
m
No. Description Qty. Unit (Numbers and Words) (Numbers)
1 C-105-6 Mobilization 1 LS
Route and Seal
2 P-605-5.1 Cracks(<1/2" 63,332 LF
Width)on
Grooved Surface
Seal Cracks
(x1/2"Width)
3 P-605-5.2 on Grooved 5,000 LF
Surface
Grooved Surface
4 P-605-5.3 Crack Sealing 1 LS
Test Strip
5 P-608-R- Asphalt Surface 139,000 SY
8.1 Treatment
Runway and
6 P-608-R- High Speed Exit 1 LS
8.2 Taxiway
Friction Testing
7 P-620-5.1 Initial Markings 117,000 SF
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 13
CITY OF YAKIMA 27
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
Ito Spec. Item Est. Unit Price Total Price
No Noy Description Qty. Umt (Numbers and Words) (Numbers)
8 P-620-5.2 Final Markings 117,000 SF
Pavement
9 P-620-5.3 Markings 59,000 SF
Removal
10 L-107-5.1 L-806 Wind 1 EA
Cone demolition
L-806 Wind
11 L-107-5.2 Cone and 1 EA
Foundation,in
place
12 L-107-5.3 Ground Rod,in 1 EA
Place
L-824 5kV Rwy
13 L-108-5.1 Cable- 1 LS
Demolition
L-824 5kV
14 L-108-5.2 Misc.Cable- 500 LF
Demolition
15 L-108-5.3 L-824C skV#8, 25,000 LF
Installed
16 L-110-5.1 (1)2"PVC Sch 275 LF
40,Direct Bury
17 L-110-5.2 Conduit Spot 500 LF
Repair
Runway
18 L-125-5.1 Edge/End Light, 81 EA
Elevated
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 14
CITY OF YAKIMA 28
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
Ito Spec. Item Est. Unit Price Total Price
No Noy Description Qty. Umt (Numbers and Words) (Numbers)
19 L-125-5.2 Runway Edge 11 EA
Light,Flush
20 L-125-5.3 Spare Parts 1 LS
21 L-125-5.4 Labels 1 LS
22 L-125-5.5 L-867 Basecan 200 EA
Thread Repair
23 L-125-5.6 L-868 Basecan 25 EA
Thread Repair
24 L-125-5.7 Testing 1 LS
25 SP-1.1 Construction 1 LS
Safety
26 SP-1.2 Contractor 1 LS
Provided SPCD
27 SP-2.1 Construction 1 LS
Surveying
SUBTOTAL
SALES TAX(8.3%)
TOTAL BASE BID SCHEDULE
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 15
CITY OF YAKIMA 29
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
The undersigned acknowledges receipt of the following addenda:
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
NON-COLLUSION DECLARATION
I,by signing the proposal,hereby declare,under penalty of perjury under the laws of the United States that the
following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding in connection with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal,I am deemed to have signed and to have agreed to
the provisions of this declaration.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 16
CITY OF YAKIMA 30
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
NOTICE TO ALL BIDDERS
To report rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through
Friday, 8:00 a.m.to 5:00 p.m.,Eastern Time.Anyone with knowledge of possible bid rigging,bidder collusion,
or other fraudulent activities should use the"hotline"to report such activities.
The "hotline"is part of USDOT's continuing effort to identify and investigate highway construction contract
fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be
treated confidentially,and caller anonymity will be respected.
CERTIFICATION OF BIDDER REGARDING DEBARMENT
2 CFR Part 180&2 CFR Part 1200
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation in
this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must verify each lower tier participant of a "covered transaction" under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov
2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension(Bidder
or Offeror), above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later
determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or
disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,
including suspension and debarment of the non-compliant participant.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
49 CFR Part 20 Appendix A
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief,that:
1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the bidder or offeror,
to any person for influencing or attempting to influence an officer or employee of an agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract,the making of any Federal grant,the making
of any Federal loan,the entering into of any cooperative agreement,and the extension, continuation,
renewal, amendment, or modification of any Federal contract,grant,loan, or cooperative agreement.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 17
CITY OF YAKIMA 31
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, `Disclosure Form to Report Lobbying," in accordance with its
instructions.
3) The undersigned shall require that the language of this certification be included in the award
documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under
grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each
such failure.
By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that it is ❑presently on the
"Public Works Training Exemption list; or ❑ Completed the required Public Works Training on
•
(Seal if Bid is By Corporation)
SUBMITTED ON(DATE)
BIDDERS SIGNATURE
TYPED NAME AND TITLE
COMPANY NAME
MAILING ADDRESS
IELEPHONE
CONTRACTOR'S REVENUE TAX NUMBER
CONTRACTOR'S REGISTRATION NUMBER
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 18
CITY OF YAKIMA 32
YAKIMA AIR TERMINAL-MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID PROPOSAL (CONTINUED)
WA STAFF DEPT. OF LABOR&INDUSTRIES ID NO.
UBI NUMBER
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 19
CITY OF YAKIMA 33
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned, , as
Principal,and ,as Surety,a corporation duly organized under the laws of the State
of ,having its principal place of business at in the State of ,and
authorized to do business in the State of Washington are hereby held and firmly bound unto City of Yakima as
OWNER in the penal sum of ($ ) the payment of which,well
and truly to be made,we hereby jointly and severally bind ourselves,successors,and assigns.
Signed this day of , 2020.
The conditions of the above obligation is such that whereas the Principal has submitted to the OWNER a certain
Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Runway 9/27
Pavement Maintenance and HIRL Project,AIP#3-53-0089-045-2020.
NOW,THEREFORE,(a)if said Bid shall be rejected,or(b)if said Bid shall be accepted and the Principal shall
execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with
said Bid) and shall furnish a Bond for his faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith,and shall in all other respects perform
the agreement created by the acceptance of said Bid,then this obligation shall be void,otherwise the same shall
remain in force and effect;it being expressly understood and agreed that the liability of the Surety for any and
all claims hereunder shall, in no event, exceed the penal amount of this obligation herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond
shall be in no way impaired or affected by any extension of the time within which the OWNER may accept
such Bid;and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of
them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed
by their proper officer,the day and year first set forth above.
Principal
By:
Surety
Countersigned:
By: Resident Agent
The Attorney-in-Fact(Resident Agent),who executed this Bond in behalf of the Surety Company,must attach
a copy of his power-of-attorney as evidence of his authority.
IMPORTANT- Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the State where the Project is located.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 20
CITY OF YAKIMA sa
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
STATEMENT OF BIDDER'S PRE-QUALIFICATIONS
(TO BE SUBMITTED WITH BID)
All questions must be answered and the data given must be clear and comprehensive. This statement must
be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit
any additional information he desires.
1. Name of Bidder and office where project will be administered:
2. Provide evidence of financial responsibility consisting of a confidential statement or report of
CONTRACTOR'S financial resources and liabilities as of the last calendar year or last fiscal year.
Such statement or report shall be certified by a public accountant. Unless otherwise specified, a
bidder may submit evidence that he or she is prequalified with the State Highway Division and is on
the current"bidder's list" of the state in which the proposed work is located. Such evidence of State
Highway Division prequalification may be submitted as evidence of financial responsibility in lieu
of the certified statements or reports specified above. Evidence of financial responsibility may also
be determined based on if the Bid Bond submitted is issued by a Surety,meeting the requirements of
Section 30-05 of the FAA General Provisions. The Owner reserves the right to request further
information deemed necessary to determine financial responsibility prior to award. Refusal to submit
any further requested information within 2 business days of the request will result in rejection of the
bid with no further consideration for award action. Any other form of bid security shall not be
considered for evidence of financial responsibility.
3. List two or more construction projects similar in size and scope to this project that your company has
completed within the past 3 years. Provide the following:
a. Project Name:
b. Owner Name:
c. Owner Contact:
d. Total Contract Amount:
e. Project Duration:
f. Project Superintendent:
a. Project Name:
b. Owner Name:
c. Owner Contact:
d. Total Contract Amount:
e. Project Duration:
f. Project Superintendent:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 21
CITY OF YAKIMA ss
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
a. Project Name:
b. Owner Name:
Owner Contact:
d. Total Contract Amount:
e. Project Duration:
Project Superintendent:
Note: All contact information shall be verified by the CONTRACTOR to be current and correct.
This Information shall include: the OWNER's name, address, phone number, the OWNER's
representative,who has working knowledge of the project,their name and phone number.
4. List any projects involving your company that have involved litigation, threatened litigation, or
negotiated settlements due to quality of work, contract time or other noncompliance with plans and
specifications.
5. Equipment: Please list below the major pieces of equipment(owned and rented) you will commit
specifically to this project. Please provide specific details. Use additional sheets if necessary.
#of Description Rented Size/Capacity
Units 's or
Owned
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 22
CITY OF YAKIMA 36
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
STATEMENT OF BIDDER'S PRE-QUALIFICATIONS (Continued)
The undersigned, as a duly authorized representative of the CONTRACTOR, certifies that the information
provided in this Prequalification Form is accurate as reported.
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information
requested by the Owner in verification of the recitals comprising this Statement.
Dated at this day of
(NAME OF BIDDER)
By:
Title:
State of
) ss.
County of
being duly sworn deposes and says that he is of
(Name of Organization) and that the
answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this day of
(Notary Public)
State of
My Commission Expires
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 23
CITY OF YAKIMA 37
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
SUBCONTRACTOR LIST
(TO BE SUBMITTED WITH BID)
Bidders are required to list the name and address of HVAC (heating, ventilation, and air conditioning), and
plumbing subcontractors proposed to be employed. Failure to list subcontractors who are proposed to perform
the work of HVAC(Heating,ventilation, and air conditioning), and plumbing as described in Chapter 18.106
RCW and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and
therefore void.
If no subcontractor is listed below,the bidder acknowledges that it does not intend to use any subcontractor to
perform those items of work
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Subcontractor Portion of Work Address
Bidders are notified that in the opinion of the enforcement agency PVC or metal conduit junction boxes, etc.
are considered electrical equipment and must be installed by a licensed electrical contractor, even if the
installation is for future use and no wiring or electric current is connected during the project. A licensed
electrical contractor must be listed to perform the work.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 24
CITY OF YAKIMA 38
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CERTIFICATION OF OFFERER/BIDDER REGARDING TAX
DELINQUENCY AND FELONY CONVICTIONS
(TO BE SUBMITTED WITH BID)
The applicant must complete the following two certification statements. The applicant must indicate its current
status as it relates to tax delinquency and felony conviction by inserting a checkmark(0)in the space following
the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification in all lower tier subcontracts.
Certifications
The applicant represents that it is ( )is not k )a corporation that has any unpaid Federal tax liability that
has been assessed,for which all judicial and administrative remedies have been exhausted or have lapsed, and
that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability.
The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to
receive an award unless the sponsor has received notification from the agency suspension and debarment official
(SDO)that the SDO has considered suspension or debarment and determined that further action is not required
to protect the government's interests. The applicant therefore must provide information to the owner about its
tax liability or conviction to the owner, who will then notify the faa airports district office, which will then
notify the agency's sdo to facilitate completion of the required considerations before award decisions are made.
Term definitions
Felony conviction: felony conviction means a conviction within the preceding twenty-four(24) months of a
felony criminal violation under any federal law and includes conviction of an offense defined in a section of the
u.s. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a
felony under 18 u.s.c. § 3559.
Tax Delinquency: a tax delinquency is any unpaid federal tax liability that has been assessed, for which all
judicial and administrative remedies have been exhausted,or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 25
CITY OF YAKIMA 39
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BUY AMERICAN CERTIFICATION
The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United
States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article,
Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA
Nationwide Buy American Waivers Issued list.
A bidder or offeror must complete and submit the Buy America certification(below)with all bids or offers
on AIP funded projects. Bids or offers that are not accompanied by a completed Buy American
Certification shall be rejected as nonresponsive.
CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS
As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification
statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC
§ 50101 by selecting one on the following certification statements. These statements are mutually exclusive.
Bidder must select one or the other(not both)by inserting a checkmark(V) or the letter"X".
❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by:
a) Only installing steel and manufactured products produced in the United States, or;
b) Installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or;
c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement,the bidder or offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing US domestic product
3. To furnish US domestic product for any waiver request that the FAA rejects
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
❑ The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences
of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC §
50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent
low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver
request and required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause
for a non-responsive determination may result in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US
domestic content percentage as approved by the FAA.
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 26
CITY OF YAKIMA 40
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
Required Documentation
Type 3 Waiver - The cost of the item components and subcomponents produced in the United
States is more than 60% of the cost of all components and subcomponents of the "item". The
required documentation for a type 3 waiver is:
a) Listing of all product components and subcomponents that are not comprised of 100%US
domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers
Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;
products of unknown origin must be considered as non-domestic products in their entirety)
b) Cost of non-domestic components and subcomponents,excluding labor costs associated with
final assembly at place of manufacture.
c) Percentage of non-domestic component and subcomponent cost as compared to total"item"
component and subcomponent costs, excluding labor costs associated with final assembly at
place of manufacture.
Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project
cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is:
a) Detailed cost information for total project using US domestic product
b) Detailed cost information for total project using non-domestic product
False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the
Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render
the maker subject to prosecution under Title 18,United States Code.
Date Signature
Company Name Title
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 27
CITY OF YAKIMA 41
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
TRADE RESTRICTION CERTIFICATION
(TO BE SUBMITTED WITH BID)
By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror
a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that
discriminate against U.S.firms as published by the Office of the United States Trade Representative(U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or
national of a foreign country included on the list of countries that discriminate against U.S. firms as published
by the U.S.T.R;and
c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced
in a foreign country included on the list of countries that discriminate against U.S. firms published by the
U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making
of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United States
Code, Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any
time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17,
no contract shall be awarded to an Offeror or subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the
list of countries that discriminate against U.S. firms published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country
on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list;
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,
in good faith,the certification required by this provision. The knowledge and information of a contractor is not required
to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for
certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a
prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate
against U.S. firms as published by U.S.T.R,unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award.
If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,
the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract
for default at no cost to the Owner or the FAA.
By:
Title:
Company
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 28
42
SECTION 1B - SAMPLE CONTRACT FORMS
CITY OF YAKIMA as
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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.
Desenbe Type of E Certified Age et
Firm Name Address WerkFirm DBE Firm GI
Performs (Yes or 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 trtan$15 million
Enter 5 for more than$15 million.
good faith effort
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 30
CITY OF YAKIMA as
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE
WAGE STATUTES
(To be submitted by Apparent Low Bidder prior to Notice of Award)
The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, that the
bidder is not a"willful"violator,as defined in RCW 49.48.082,of any provision of chapters 49.46,49.48,or 49.52 RCW,
as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries
or through a civil judgment entered by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.
Bidder Name
Signature of Authorized Official*
Printed Name
Title
Date
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 31
CITY OF YAKIMA as
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
NOTICE OF AWARD
To: Dated:
PROJECT DESCRIPTION:
The OWNER has considered the Bid submitted by you for the above-described Work in response to its
Invitation for Bid dated , and Information for Bidders.
You are hereby notified that your Base Bid has been accepted for items in the amount of
($ )
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 ,20
OWNER
By:
Signature
Title:
ACCEPTANCE OF NOTICE OF AWARD
Receipt of the NOTICE OF AWARD is hereby acknowledged by , this
day of
,20
CONTRACTOR
By:
Signature
Title:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 32
CITY OF YAKIMA 46
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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 ofAward
• DBE Utilization Form - Submit prior to Notice ofAward
• Letter of Intent for DBE Participation—Submit prior to Notice ofAward
The owner has a DBE Race Neutral Goal of 4.59% in compliance with 49 CRF Part 26 Program. The
CONTRACTOR is directed to provide their Intent For DBE Participation.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 33
CITY OF YAKIMA 47
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 34
CITY OF YAKIMA 48
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
LETTER OF INTENT FOR DBE PARTICIPATION
(TO BE SUBMITTED PRIOR TO NOTICE OF AWARD)
Name of Bidder's Firm:
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.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 35
CITY OF YAKIMA as
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CONTRACT FORM
THIS AGREEMENT, made the day of , 20 , by and between,
hereinafter called the "CONTRACTOR," and the hereinafter
called the "OWNER".
WITNES SETH: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 Calendar Days. The
CONTRACTOR agrees to pay,as liquidated damages,the following sums:
($ )
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 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.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.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 36
CITY OF YAKIMA 50
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 37
CITY OF YAKIMA 51
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CONTRACT FORM (Continued)
IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written.
CONTRACTOR OWNER
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 38
CITY OF YAKIMA 52
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 39
CITY OF YAKIMA ss
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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 .
AT TEST:
Contractor
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
AT TEST:
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 $
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 40
CITY OF YAKIMA sa
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 41
CITY OF YAKIMA ss
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
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 .
AT TEST:
Contractor
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
AT TEST:
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 $
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 42
CITY OF YAKIMA 56
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
NOTICE TO PROCEED
To: Date:
CONTRACTOR
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
OWNER
By:
Signature
Name:
Title:
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by this
day of , 20 .
CONTRACTOR
By:
Signature
Name:
Title:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 43
CITY OF YAKIMA 57
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
SAFETY PLAN COMPLIANCE DOCUMENT CERTIFICATION
To: Date:
The CONTRACTOR hereby certifies that it has read and understands the operational safety requirements of
the Construction Safety Phasing Plan(CSPP)and asserts that it will not deviate from the approved CSPP and
Safety Plan Compliance Document (SPCD) unless written approval is granted by the OWNER. The
CONTRACTOR further acknowledges that any construction practice proposed by the CONTRACTOR that
does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a
revision to the CSPP and SPCD and coordination with the OWNER and the FAA in advance.
CONTRACTOR
By:
Signature
Name:
Title:
APPROVAL OF SAFETY PLAN COMPLIANCE DOCUMENT
Receipt of the Safety Plan Compliance Document is hereby acknowledged and the contents of said documents
are approved by . This day of , 20
OWNER
By:
Signature
Name:
Title:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 44
CITY OF YAKIMA 58
YAKIMAAIR TERMINAL-MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
Certification Regarding
Debarment,Suspension,Ineligibility and Voluntary Exclusion
Lower Tier Covered Transactions
This certification is required by the regulations implementing..Executive Order 12549 Dehcrtrent and Suspension,13 CFR
Part 145. The regulations were published as.Part VII of the May 26,1988 Federal Register (pages 19160-19211). Copies of
the regulations may be obtained by contacting the person to which this proposal is submitted
(BEFORE COMPLETING CERTIFICATION,READ INSTRUCTIONS ON REVERSE)
(1) The prospective lower tier participant certifies by-,Mmisslon of this roposa4 that neither it nor its principals
are presently debarred,suspended,proposed for 6s6iannent deciaved ineligible or voluntarily e;<eluded
from participation in this transaction by any Federal;eoartment or agency.
(2) Where the prospective lower tier participant. unable to eerily to*ty of the statements In this certification,
such prospective participant shall attach an expl^nation to this pi aoosal.
Business Name
Date
Name and Title ofAuthonzed Representative
Signature ofAuthohzed Representative
SBA Form 1624 (12/92) fogy.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 45
CITY OF YAKIMA es
YAKIMA AIR TERMINAL-MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
-z-
INSTRUCTIONS FOR CERTIFICATION
1 By signing and submitting this proposal the prospective lower tier participant is providing the certification set out
below.
2. The certification in this clause is a material representation of fact upon which reliance was placed when this
transaction was entered into.. If is later determined that the prospective lower tier participant knowingly rendered an
erroneous certification,in addition to other remedies available to the Federal Government,the department or agency
with which this transaction originated may pursue available remedies,including suspension and/or debarment
3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is
submtted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted
or has become erroneous by reason of changed circumstances.
4. The terms"covered transaction," debarred "suspended""ineligible,""lower tier covered transaction,"
participant,"'person, "primary covered transaction,""principal,""proposal;"and"voluntarily excluded,"as used in this
clause,have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order
12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those
regulations.(13CFR Part 145).
5. The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered
transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is
debarred,suspended,declared inehgible,or voluntarily excluded from participation in this covered transaction,unless
authorized by the department or agency with which this transaction originated.
6, The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled
"Certification.Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered
Transactions"without modification,in all lower tier covered transactions and in all solicitations for lower tier covered
transactions.
7_ A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that is not deas it knows that the certification is erroneous. A participant may decide the method
and frequency by which it determines the ineligibility of its principals. Each participant may,but is not required to,check
the Nonprocurement List.
3. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render in good faith the certification required by this clause The knowledge and information of a participant is not
required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
9 Except for transactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,ineligible,or voluntarily
excluded from participation in this transaction,in addition to other remedies available to the.Federal.Government,the
department or agency with which this transaction originated may pursue available remedies,including suspension
and/or debarment.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 46
CITY OF YAKIMA 60
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
BIDDER'S STATEMENT ON PREVIOUS CONTRACTS
SUBJECT TO EEO CLAUSE
If the Bidder(Proposer)has participated in a previous contract subject to the nondiscrimination
clause and has not submitted compliance reports as required by applicable instructions, the
Bidder(Proposer)shall prepare and maintain on file the Standard Form 100(attached)indicating
current compliance.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 47
CITY OF YAKIMA 61
YAKIMA AIR TERMINAL-MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
Joint Reporting EQUAL EMPLOYMENT.OPPORTUNITY Standard 100
Committee NEV.oiaaRs
• Equal Employment. o.n.e.wn.Ao<s cuov
EMPLOYER INFORMATION REPORT EEO-1 FORM APPROVAL:.awarrataraimonvykrkfe retianaIn
Opportunity corn-. Lek,.
mission
• Office of Federal
Contract compli-
ance Programs(Labor)
`'/
Section A—TYPE OF REPORT "� t'I`
Refer to instructions for number and typµ9$of reports to be filed .'x
1. indicate by marking in the appropriate box the type of reporting unit for which copy of the form is sufi {tt Bw ARK ONLY
ONE BOX) s.,,•,`.
x ., -es eneEmployer
(1) ❑ Single-establishment Employer.Repott xC CZT1 cen ped Repod
gpired}
*; (3)15141eedge s Unit rt(Required)
(4) ndividuai Report(submit one for each
µ� vr `.sstabkshme „tent or more employees)
.� (5 'y," Special Report,'
‘N` t As 2 `T
2.Total number of reports being fled by this Company(R)t4 n Consofic the Report only).
Section B—COMPANY IDENTIFISID11452 be ansibkty ad employers). OFFICE
1. Parent Company 't,'�, ONLY
A Name of parent company(owns o ttGlsadeffi 4tnent in 1 2).omit if same as label
Address(Number and street) TIT '•'.
b City or town .. @te ZIP code•t; t k ., t.
fT
2. Establishment forrwhich this repoitlb fileci,tff�e as label)
a. Namq of8sfab'ishment 1 ~y.r-R "'
.;,'
d.
Address(Nunkber and street) a City or Town County State ZIP code
s,•.' ram..
b. Emptoyai ffi ntifcation Noi.MNS 9-DIGIT TAX NUMBER) t,
{\
c. Was an EEO-1 repo filp'dlor this establishment last year? EI Yes til No
Se'eifbn C—EMPLOYERS WHO ARE REQUIRED TO FILE(To be answered by all employers)
0 Yes 0 No 1. Does the entire company have at least 100 employees in the payroll period for which you are reporting?
Yes 0 No 2. Is your company affiliated through common ownership and/or centralized management with other entities
in an enterprise with a total employment of 100 or more?
❑Yes d No. 3. Does the company or any of its establishments(a)have 50 or more employees 61:82(b).is not exempt
as provided by 41 CFR 60-1.5,AND either(1)is a prime government contractor or first-tier subcontactor,
and has a contract,subcontract,or purchase order amounting to$50,000 or more,or(2)serves as a
depository of Government funds in any amount or is a financial institution which is an issuing and paying
agent for U.S.Savings Bonds and Savings Notes?
if the response to question C-3 is yes,please enter your Dun and Bradstreet identification number(if you
have one): ] ( } I
NOTE:If the answer is yes to questions%,2,or 3,complete the entire form,otherwise skip to Section G.
70-19-010/Yakima Air Terminal-McAllister Field
J-U-B Master Revision Date 02-19 Page 48
CITY OF YAKIMA 62
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
k .. 2. . 5
b
I
. ii
1 1
a- Z is a . : { d 8
As
.4 . . . 4.; m C 'u E
31.4
.'. it{yl _ } {, .ti 11'. 5 F
m b
2 1 St b .
a Ii 4 wz 4 5 1 sP
.n :11 I.
3'k§ _ ry ",,K-4 ,, stl a b c, Y 9.lisgla
in. V k5
qd H E r , 5 a '.5 v -5 O ' 3R P'
r f st r 5 8 .g U a
N c o
}'S 1 U t'� b P_. 5Y O '9^ .Z_ 7y
a! , •4 U v tQ a s ro C xi :4w m4s {? IIti 'il
-.n' {rJ
p vz F .a t
F�i •kJ
a
E.w
o. s+4. 4, A m 3 to
w
g
x
*"- i n n rfi. a .n m P. :ro c. a -. J3° m { "L°.Pi p.
1 6- awn... .x d 3 8
5a i7 8-b 0 `X 8 L'
". w
1-4 ! llh1i !
a :
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 49
63
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
NON-TRAFFICKING CERTIFICATION
(TO BE SUBMITTED PRIOR TO NOTICE OF AWARD)
Trafficking in persons:
A. Provisions applicable to a recipient that is a private entity.
1. You as the recipient,your employees,subrecipients under this award,and subrecipients'employees may
not—
i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect;
ii. Procure a commercial sex act during the period of time that the award is in effect;or
iii. Use forced labor in the performance of the award of subawards under the award.
Certification:
I, ,being (title)of
,hereby certify that the information as stated above is true
and complete to the best of my knowledge and belief and the above mentioned statement will be provided in
writing to all subcontractors hired for the above mentioned job.
Signature Date
Name and Title
Contractor
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 50
64
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
NO WORK PERFORMED
I hereby certify by my signature below that no employee worked on the construction of the project
indicated below for the period noted below:
Project Name:
Payroll No.: For the period:
to
Contractor Name:
Contact Phone Number:
Authorized Signature: Date
Printed/Typed Name:
Title
Note: The person signing this form must be the individual authorized to sign payroll documents and have been appointed as such
by an authorized officer of a corporation,by a member of a partnership, or by the sole proprietor of the contractor or subcontractor.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 51
65
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
fi
J • yi.
REQUEST FOR INFORMATION
CLIENT NAME—AIRPORT NAME
AIP#
Project Name
Email request to RFI #
Contractor: Subcontractor:
Drawing(s)Affected: Specification Section:
Description of Request—
Requestor's Name: Phone: Date:
Cost Impact: Yes ❑ No ❑ If yes estimated Cost:
Schedule Impact: Yes ❑ No ❑ If yes estimated Impact to Schedule:
Response:
Name of Dispositioner: Date:
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 52
66
CITY OF YAKIMA
YAKIMA AIR TERMINAL-MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
SUBMITTAL TRANSMITTAL IJ B
DATE
SUBMITTED: PROJECT:
SUBMITTAL PROJECT
NO.: NO.:
SPEC SUBMITTED
SECTION: BY:
DESCRIPTIO PAGES
N:
SUBMITTAL ❑SHOP DRAWING ❑SAMPLE ['INFORMATION
TYPE:
RELATED SPEC
ITEMS SUBMITTED PARA./
DWG#
1. REVIEWED 4. FURNISH AS CORRECTED
2. REJECTED 5. REVISE AND RESUBMIT
3. SUBMIT SPECIFIC ITEM
RELATED SPEC
REVIEW COMMENTS PARA]
DWG#
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 53
67
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
This review is only for general conformance with the design concept of the project and general compliance with
the information given in the Contract Documents. Corrections or comments made on the shop drawings during
this review do not relieve contractor from compliance with the requirements of the plans and specifications.
Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor
is responsible for: dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the
fabrication processes or to the means, methods, techniques, sequences and the procedures of construction;
coordination of his or her work with that of all other trades; and for performing all work in a safe and satisfactory
manner.
J-U-B ENGINEERS, Inc.
Date: By:
LIEN AND CLAIMS RELEASE
(Contractor, Address) hereby
certifies that the work for the above project has been completed in accordance with the Contract Documents,
and that all previous progress payments received from the Owner on account of work performed under the
Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned
incurred in connection with the work covered by prior requisitions for payment under said contract and that
all materials and equipment covered by the fmal requisition for payment are free and clear of all liens,claims,
security interests and encumbrances. All persons, firms, and partnerships who have furnished labor and or
material to date on said project have been paid.
Contractor
Subscribed and sworn before me in the State(or Commonwealth)of this day
of 20
Notary Public
My Commission Expires
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 54
68
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
WARRANTY OF CONSTRUCTION
(Contractor, Address)
hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance
with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work
under the Contract is free from faulty materials and improper workmanship,and guaranteed against injury from proper
and usual wear,and agreeing(and we do hereby so agree)that should any defect develop during the contract guarantee
period, as hereinafter defined, due to improper materials,workmanship or arrangement,we will,upon written notice,
replace or re-execute such defective work,together with any other work affected in making good such defects, at the
convenience of, and without expense to the Owner.
The Contractor further warrants that all manufacturer's or other warranties on all materials and equipment furnished
by Contractor shall run directly to or be specifically assigned to Owner on demand. The Contractor warrants that the
installation of any and all materials and equipment shall be in strict accordance with manufacturer's requirements. In
the event Owner seeks to enforce a claim based upon a manufacturer's warranty and should such manufacturer then
fail to honor its warranty based, in whole or in part, on a claim of defective installation, Owner shall be entitled to
enforce said warranty against Contractor in accordance with the terms of said warranty,except that a claim of defective
installation shall not be a defense to any such warranty claim by Owner against Contractor.
The contract guarantee period shall be a period of one year form final acceptance,except in the cases of manufacturer's
or other required extended warranties that extend for periods greater than one year from final acceptance,whereby the
contract guarantee shall extend to match for the items that are so warrantied.
Contractor
Subscribed and sworn before me in the State(or Commonwealth) of ,this day
of 20 .
Notary Public
My Commission Expires
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 55
69
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
CERTIFICATE OF SUBSTANTIAL COMPLETION
PROJECT:
DAIL OF ISSUANCE:
OWNER:
OWNER's Contract No.: ENGINEER's Contract No.:
CONTRACTOR: ENGINEER:
This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following
specified parts thereof:
To
OWNER
And To
CONTRACTOR
The Work to which this Certificate applies has been inspected by authorized representatives of OWNER,
CONTRACTOR and ENGINEER,and that Work is hereby declared to be substantially complete in accordance
with the Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and
the failure to include an item in it does not alter the responsibility of the CONTRACTOR to complete all the
Work in accordance with the Contract Documents.The items in the tentative list shall be completed or corrected
by CONTRACTOR within of the above date of Substantial Completion.
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 56
70
CITY OF YAKIMA
YAKIMA AIR TERMINAL—MCALLISTER FIELD
RUNWAY 9/27 PAVEMENT MAINTENANCE AND HIRL PROJECT
AIP#3-53-0089-045-2020
The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat,
utilities, insurance and warranties and guarantees shall be as follows:
RESPONSIBILITIES:
OWNER
CONTRACTOR:
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other specifically noted
conditions precedent to achieving Substantial Completion as required by Contract Documents.]
This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor
is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents.
Executed by ENGINEER on
J-U-B ENGINEERS, Inc.
ENGINEER
By:
(Authorized Signature)
CONTRACTOR accepts this Certificate of Substantial Completion on , 20
CONTRACTOR
By:
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on , 20
OWNER
By:
(Authorized Signature)
70-19-010/Yakima Air Terminal—McAllister Field
J-U-B Master Revision Date 02-19 Page 57