Loading...
HomeMy WebLinkAbout07/06/2021 06.E. Resolution authorizing the execution of an agreement with Central Washington Asphalt to rehabilitate the East General Aviation Apron at the Yakima Air Terminal-McAllister Field 1 s° `Y.".,t �a°++a 0� 1—coi• oriV4 rr 11 !Id "i enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.E. For Meeting of: July 6, 2021 ITEM TITLE: Resolution authorizing the execution of an agreement with Central Washington Asphalt to rehabilitate the East General Aviation Apron at the Yakima Air Terminal-McAllister Field SUBMITTED BY: Robert Peterson,Airport Director, 509-575-6149 SUMMARY EXPLANATION: The East General Aviation Apron was constructed in 1987 and is located adjacent to the main terminal building where a variety of aircraft and airline charters utilize the apron as a parking location upon their arrival into Yakima. Central Washington Asphalt will rehabilitate approximately 30,000 square yards of asphalt pavement, associated drainage, aircraft tie-downs, pavement markings and apron lighting in order to increase safety measures for commercial, corporate, and General Aviation aircraft that operate at the Yakima Air Terminal-McAllister Field. Total cost not to exceed $1,817,032.49. Funding Sources: 100% Federal Aviation Administration Grant 0% Passenger Facility Charge (local match) 0% City of Yakima general fund ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOM M ENDAT ION: Adopt Resolution ATTACHMENTS: Description Upload Date Type 0 Resolution 5/18/2021 Resolution ❑ 6/23/2021 Contract 2 RESOLUTION NO. R-2021- A RESOLUTION authorizing the execution of an agreement with Central Washington Asphalt to rehabilitate the East General Aviation Apron at the Yakima Air Terminal- McAllister Field. WHEREAS, the City owns and operates Yakima Air Terminal-McAllister Field in accordance with applicable Federal, State and Local regulations; and WHEREAS, in 2020, the Federal Aviation Administration (FAA) and the Yakima Air Terminal- McAllister Field identified the need to rehabilitate approximately 30,000 square yards of asphalt pavement, associated drainage, aircraft tie-downs, pavement markings and apron lighting in order to increase safety measures for commercial, corporate, and General Aviation aircraft that operate at the Yakima Air Terminal-McAllister Field; and WHEREAS, the Yakima Air Terminal-McAllister Field advertised the need to rehabilitate the East General Aviation apron under a competitive bidding process and received three bids that were thoroughly evaluated; the airport has identified a lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to award the bid; and WHEREAS, on April 20, 2021 City Council approved 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 July 2021; and WHEREAS, upon receiving FAA funds and approval to award the bid to the lowest responsive and responsible bidder, the City of Yakima is now ready to enter into the contract with Central Washington Asphalt that is attached hereto and incorporated herein by this reference to rehabilitate the East General Aviation apron; and WHEREAS, the City Council has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal-McAllister Field, will promote increased aviation safety as well as provide for the general health, safety and welfare of the citizens and is therefore in the best interests of residents of the City of Yakima; Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated agreement with Central Washington Asphalt in an amount of one million, eight hundred seventeen thousand, thirty-two dollars and forty-nine cents ($1,817,032.49) to rehabilitate the East General Aviation apron for the Yakima Air Terminal-McAllister Field. ADOPTED BY THE CITY COUNCIL this 6'h day of July, 2021. ATTEST: Patricia Byers, Mayor Sonya Clear Tee, City Clerk 3 SECTION 1B - SAMPLE CONTRACT FORMS CITY OF YAKIMA 4 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 BIDDERS LIST (To be submitted prior to Notice of Award) All firms bidding or quoting on subcontracts for this DOT-assisted project are listed below. Describe Type of Certified AV Firm Name Address Work Firm DBE of GRS* Firm Performs I (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 than$15 million Enter 5 for more than$15 million. good faith effort 45-20-008/Yakima Mr Terminal—McAllister Field East GA Apron Rehabilitation Project .1-U B Master Revision Date 04-26-17 Page 1-29 CITY OF YAKIMA 5 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 tine and correct. Bidder Name Signature of Authorized Official* Printed Name Title Date 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-30 CITY OF YAKIMA 6 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation MP#3-53-0089-047-2021 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 fif<;;<;_, I 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 Contractors Name,this day of ,20 CONTRACTOR By: Signature Title: 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-31 CITY OF YAKIMA 7 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AN#3-53-0089-047-2021 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 ten 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 chalk be submitted as directed below: • Bidders List(Form in Section 1B Sample Forms—Submit prior to Notice of Award • DBE Utilization Form -Submit prior to Notice of Award • Letter of Intent for DBE Participation—Submit prior to Notice of Award The owner has a DBE Race Neutral Goal of 4.59%in compliance with 49 CRF Part 26 Program. The CONTRACTOR is directed to provide their Intent For DBE Participation. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-32 CITY OF YAKIMA 8 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-33 CITY OF YAKIMA s YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-34 CITY OF YAKIMA 1 a YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AlP#3-53-0089-047-2021 CONTRACT FORM THIS AGREEMENT, made the day of , 20_, by and between, hereinafter called the"CONTRACTOR,"and the hereinafter called the "OWNER". WITNESSETH:That the CONTRACTOR and the OWNER,for the consideration hereinafter named,agree as follows: ARTICLE 1:SCOPE OF WORK:The CONTRACTOR shall furnish all labor,tools,materials,equipment and supplies required for the in accordance with the Contract Documents, plans and specifications for AIP No. .The approximate quantities of work are shown in the Bid Proposal bound in this document. ARTICLE 2: TIME OF COMPLETION: The work to be performed under this Contract shall be commenced on the date specified in the Notice to Proceed,and shall be completed within Working Days.The CONTRACTOR agrees to pay,as liquidated damages,the following sums: (S ) for each consecutive Working 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 The Contractor shall provide the completed Certification of Payment(included in these contract documents)to the Engineer verifying all subcontractors been paid within the required time. The Certification shall be submitted within 15 days.No partial payment will be made to the Contractor until this certification is received. ARTICLE 5:ACCEPTANCE AND FINAL PAYMENT:Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the ENGINEER and OWNER will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract,plans,and specifications, such inspection shall constitute the final inspection. The ENGINEER shall notify the CONTRACTOR in writing of physical or substantial completion as of the date of the final inspection. 45-20-008/Yakima Mr Terminal —McAllister Field East GA Apron Rehabilitation Project .1-U B Master Revision Date 04-26-17 Page 1-35 CITY OF YAKIMA 11 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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:OUANTITIES 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. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-36 CITY OF YAKIMA 12 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 CONTRACT FORM (Continued) IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR OWNER 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-37 CITY OF YAKIMA 13 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AlP#3-53-0089-047-2021 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 folly 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. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-38 CITY OF YAKIMA 14 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 . ATTEST: 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 ATTEST: Surety (Surety)Secretary By: Signature Street or P.O.Box (SEAL) City,State and Zip Code Witness as to Surety Street or P.O.Box City,State and Zip Code NOTE: 1. Date of Payment Bond must not be prior to the date of the Agreement.(If the CONTRACTOR is a Partnership, all partners should execute the Bond) 2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. 3. The current power of attorney of the person who signs for any surety company shall be attached to the bond. Bond Premium $ 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-39 CITY OF YAKIMA 15 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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'hall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-40 CITY OF YAKIMA 16 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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_. ATTEST: 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 ATTEST: Surety (Surety)Secretary By: Signature Street or P.O.Box (SEAL) City,State and Zip Code Witness as to Surety Street or P.O.Box City,State and Zip Code NOTES: 1. Date of Payment Bond must not be prior to the date of the Agreement.(If the CONTRACTOR is a Partnership, all partners should execute the Bond) 2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. 3. The current power of attorney of the person who signs for any surety company shall be attached to the bond. Bond Premium $ 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-41 CITY OF YAKIMA 17 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation MP#3-53-0089-047-2021 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 Date . OWNER By: Signature Name: Title: ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by Contractors Name this day of ,20 . CONTRACTOR By: Signature Name: Title: 45-20-008/Yakima Mr Terminal—McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-42 CITY OF YAKIMA 18 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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: 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-43 CITY OF YAKIMA 19 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 `,`'`` Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549,Debarment 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 submission of this proposal,that neither it nor its principals are presently debarred,suspended,proposed for disbarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. 2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Business Name Date By Name and Title of Authorized Representative Signature ofAuthorized Representative SBA Form 1624 (12/92) c„ 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-44 CITY OF YAKIMA 20 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 -2- 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 submitted 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 ineligible,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. 8. 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. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-45 CITY OF YAKIMA 21 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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. 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-46 CITY OF YAKIMA 22 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 Joint Reporting EQUAL EMPLOYMENT OPPORTUNITY o+rro REV aa REV 01a'm'°° Committee • Equal Employment EMPLOYER INFORMATION REPORT EEO-1 rwe APPROVAL: :.,.....,ro,,,m.ao°roueio-ieoion.na„ Opportunity Corn- - .ao-me mission • Office of Federal Contract Compli- ance Programs(Labor) .. j \Mi Section A—TYPE OF REPORT `?��^,,,., . Refer to instructions for number and ' of reports to be filed.\1' '��'"' 1. Indicate by marking in the appropriate box the type of reporting unit for whit i*yopy of the form Is su lARK ONLY ONE BOX). :` v. i- ' (esta*a ent Employer: ,� (1) 0 Single-establishment Employer Report 4 2'.. Conk (. ed Report pulred) $ •..(3)` Headqu o, Uni rt(Required) (4) ;�x,�'ndividual EV nt Report(submit one for each �, stablishmen` 50 or more employees) {vv`. _ AY,4(51.. Special Report sty,... ky.4.:),, 2.Total number of reports being filed by this Company( Consol(~'M1 d Report only) Section B—COMPANY IDENTIFI TIO be ansby all employers) OFFICE 1. Parent Company .`c4 USE ONLY a. Name of parent company(owns ` 1 ent in 2)omit if same as label Address(Number and street) h.. ° b. City or town ���. a iii, to ZIP code 2 a 2. Establishment ' fozwi ich this retail file s label) a. Nam §6tSblishment ;a' `'C, 1t as Address(Nut# t)er and street),,,,,,:,,,,, City or Town County State ZIP code d. 1�,l a., ,,,t,: r14[ 4 S — e. b. Emplydil f tification No' S 9-DIGIT TAX NUMBER) f, C. Was an EEO-1 repopniS1or this establishment last year? 0 yes 0 No `lice�,4,„�yyv Sedtfb'n C—EMPLOYERS WHO ARE REQUIRED TO FILE(To be answered by all employers) O 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 0 No 3. Does the company or any of its establishments(a)have 50 or more employees Amp(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): NOTE:If the answer is yes to questions 1,2,or 3,complete the entire form,otherwise skip to Section G. 45-20-008/Yakima Air Terminal -McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-47 CITY OF YAKIMA 23 YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 a s - i as ° m i4aEe z g ti I g g' gj12 S 6 I Ll a p r All .2 z` °ego N N aZ `d2 3i S, ro G 3 y $ ° s°. 2 0 9 '`.ht pa ; t. , .y . 'eU ° 4 , `i ""• °1111 g Y 'S n.., M' t '�-. E o �jy L'iR �y $ v o0 • . a ,. yv 9 11 o w E' if o. °� 2 s o 1111 4,1 kt wi a s o u 5 fa a g y3 .gi 'a E 3 e .7 : y y 8 9 g u .eo 5 .at ri ti V a E �p ° bgg E K a +, 6 C 0 w ra E ° 9 7 G. a8 Z 9 5 � •v<or k W > •�1 -2, 5 •H s ,� a yN e o e Vi 1 `"t'. ._tif, 44..- S .0 to . u d 5 as N g i ins 'QQ 1-0P 11 6 kL yk'1 -h N N tel ? N V N 0 Cr. 0 ti p 2. ep LC m 33 ♦y '' 5^ Oaw • a g C ti 8 . L ° V 5 8 E p 8 5 L• b 7t 1 y ro N 5 -I ' o`5 'S o a�� 3 0 P d R. dg 0 8 7 m U ° y y 1.2 S C i� b $ € C E 'Al S 2 8 .F qy J: 9 ° p ° o E.5 (5 g, 3 O y O g O y q H ti N y €8 u ° V. it H & u u u ° s$ K " a m q i E o a °_ ea co a E I w v a H a o a o. U° z z t3 II n 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-48 24 CITY OF YAKIMA YAIOMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-49 25 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 PROMPT PAYMENT CERTIFICATION In accordance with Section 90-06 Partial Payment of the General Provisions and 49 CFR § 26.29 in the Federal Clauses the Contractor is required to pay all subcontractors for work performed no later than 10 days after the Contractor has received a partial or full payment. The Contractor is required to submit this Certification to the Engineer within 15 calendar days after payment by Sponsor. Failure to submit this form and provide prompt payment in accordance with the contract may result in the Engineer withholding payment and/or suspending the work.. This certification is applicable to all contractors with subcontract agreements on the project (any tier) and associated project specific locations (subcontractors and suppliers are to comply with the prompt payment requirements). CERTIFICATION "I certify that to the best of my knowledge and with the exception of those subcontractors or suppliers listed below,all subcontractors and suppliers have been paid in accordance with the contract (10 days after receiving payment for the work performed by the subcontractor)and that any retainage held on a subcontractor or supplier's work has been released within 30 days after satisfactory completion of all of the subcontractors'or suppliers'work." Project Name: Contractor Estimate Period(Month/Year): The following firms have been paid as follows: Firm Name I Date Paid Check or EFT# Amount Paid The following firms have requested payment but have not been paid for the reasons listed: Firm Reason for Non-Payment Date Firm notified of non-payment Name Signature Date 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-50 26 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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. 45-20-008/Yakima Air Terminal —McAllister Field Bast GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-51 27 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 (J-u-B� 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: 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project J-U-B Master Revision Date 04-26-17 Page 1-52 28 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 SUBMITTAL TRANSMITTAL (J-V•B�' DATE SUBMITTED: PROJECT: SUBMITTAL NO.: PROJECT NO.: SPEC SECTION: SUBMITTED BY: DESCRIPTION PAGES: SUBMITTAL ❑SHOP DRAWING ❑SAMPLE ❑INFORMATION TYPE: RELATED SPEC ITEMS SUBMITTED PAW DWG# 1. REVIEWED 4. FURNISH AS CORRECTED 2. REJECTED 5. REVISE AND RESUBMIT 3. SUBMIT SPECIFIC ITEM RELATED SPEC REVIEW COMMENTS PARA./ DWG# 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: 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project NJ-B Master Revision Date 04-26-17 Page 1-53 29 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 final 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 45-20-008/Yakima Air Terminal —McAllister Field East GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-54 30 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 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 dial!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 45-20-008/Yakima Air Terminal —McAllister Field Bast GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-55 31 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AIP#3-53-0089-047-2021 CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: DATE 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. 45-20-008/Yakima Air Terminal —McAllister Field Bast GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-56 32 CITY OF YAKIMA YAKIMA AIR TERMINAL,MCALLISTER FIELD East GA Apron Rehabilitation AlP#3-53-0089-047-2021 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: RESPONSIBILITIES: OWNER CONTRACT OR: The following documents are attached to and made a part of this Certificate: [For items to be attached see defmition 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) 45-20-008/Yakima Air Terminal —McAllister Field Bast GA Apron Rehabilitation Project 5-U-B Master Revision Date 04-26-17 Page 1-57