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