Loading...
HomeMy WebLinkAbout05/06/2025 07.K. Resolution authorizing an agreement with JUB Engineers, Inc to provide construction management services for Phase 1A upgrades in the Yakima Air Terminal building `y7 ljlt 'ii!I!r<- . s BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.K. For Meeting of: May 6, 2025 ITEM TITLE: Resolution authorizing an agreement with JUB Engineers, Inc to provide construction management services for Phase 1A upgrades in the Yakima Air Terminal building (Airport Fund) SUBMITTED BY: Rob Hodgman, Director of Yakima Air Terminal SUMMARY EXPLANATION: The technical expertise of an Architect/Engineer team is required to administer this complex construction project. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution_JUB Engineers Inc_construction mgmt svcs TaskOrder2025_01-Sig ned.pdf 240904 ASG_AttachmentlA_AviationConstruction_9-12-24.pdf Attachment)B_FeeBreakdown_2025-04-02 (1).pdf YKM_058_CM_Engineering_fee_letter 142 RESOLUTION NO. R-2025- A RESOLUTION authorizing the execution of an agreement with JUB Engineers, Inc. to provide construction administration services for phase 1A upgrades in the terminal building at 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, the 2021 Airport Master Plan Update, approved by the Federal Aviation Administration, determined the terminal building needs to be expanded and upgraded or service will be degraded, and WHEREAS, on April 15th, 2025 City Council approved a contract with Cliff Thorn Construction to construct terminal upgrades; and WHEREAS, the complex nature of this construction project requires professional construction administration services provided by an architectural and engineering firm; and WHEREAS, on or about February 24, 2023, the City and JUB Engineers, Inc. entered into that certain master Agreement for Professional Services ("Master Agreement"). The Master Agreement provides for engineering, architectural, and consulting work in conjunction with phase 1A upgrades to the air terminal. The attached agreement would supplement the Master Agreement; and WHEREAS, a scope and fee proposal have been obtained from JUB Engineers; and WHEREAS, an independent fee estimate for construction administration was conducted from Ardurra Inc.; and WHEREAS, the airport conducted detailed analysis of the fee proposal and independent fee estimate and found the fee proposal acceptable; and WHEREAS, the Federal Aviation Administration approved the record of negotiations and approved the fee proposal; and WHEREAS, FAA grant funding and Yakima county SIED funding are approved and available for reimbursement of construction expenses; and WHEREAS, the City has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal-McAllister Field, will promote increased commercial air commerce as well as provide economic development for the Yakima Valley community, and therefore is in the best interests of residents of the City of Yakima; and WHEREAS, the City Council of the City finds that it is in the best interests of the City and its residents to enter into an agreement with JUB Engineering, Inc. to provide the necessary services described in the attached agreement; now, therefore, 143 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 JUB Engineers, Inc. in an amount of one million, sixty thousand, five-hundred and sixty dollars and zero cents($1,060,560.00)to administer phase 1A construction upgrades for the terminal building at Yakima Air Terminal-McAllister Field. ADOPTED BY THE CITY COUNCIL this 6th day of May, 2025. Patricia Byers, Mayor ATTEST: Rosalinda Ibarra, City Clerk 144 ( JU B J•U•B ENGINEERS,INC. J-U-B ENGINEERS, Inc. TASK ORDER NO. 2025-01 AGREEMENT FOR PROFESSIONAL SERVICES — (FAA FORMAT) Attachment 1 —Scope of Services, Basis of Fee, and Schedule THIS SUPPLEMENTAL ENGINEERING AGREEMENT is made as of the day of April 2025, by and between City of Yakima, 129 N. Second Street,Yakima, WA 98901, hereinafter referred to as the CLIENT, and J-U-B ENGINEERS, Inc., 999 W. Riverside Ave., Suite 700, Spokane, WA 99201, hereinafter referred to as J-U-B. These services are a supplement to J-U-B's existing Agreement for Professional Services for this project made on the 24th day of February 2023, by and between the CLIENT and J-U-B. All other TERMS AND CONDITIONS of said agreement remain in full force and effect. PROJECT NAME: Yakima Air Terminal— McAllister Field: Terminal Building Rehabilitation and Modernization — Phase 1A Construction Services AIRPORT NAME: Yakima Air Terminal— McAllister Field CLIENT: City of Yakima J-U-B PROJECT NUMBER: 45-24-037 The referenced Agreement for Professional Services executed between J-U-B ENGINEERS, Inc. (J-U-B) and the CLIENT is amended and supplemented to include the following provisions regarding the Scope of Services, Basis of Fee, and/or Schedule: PART 1 -PROJECT UNDERSTANDING FAA AIP 3-53-0089-058-2024 included the Project Formulation, Construction Administration and Project Closeout Engineering Services for the following Items: • Phase 1A Construction for the Yakima Terminal Building Rehabilitation and Modernization Project. • Rehabilitate and modernize the existing roof system, work will be focused on the central and east roof areas. • Slope the roof to allow for improved drainage, update the existing drainage system. • Raise the existing roof 2-3 feet, remove the existing roof systems and replace the existing HVAC systems. • Replace or rehab the existing roof screening • Obtain building permit(s) for all associated work elements. Work with the City of Yakima permitting department to provide a permit set of plans and specifications. Provide 2 rounds of revisions to obtain the building permits needed for this project. • Provide the City of Yakima with Construction Administration support and full-time, onsite observations services. PART 2 -SCOPE OF SERVICES BY J-U-B J-U-B's Services under this Agreement are limited to the following tasks.Any other items necessary to plan and implement the project, including but not limited to those specifically listed in PART 3, are the responsibility of CLIENT. A. Task 001: Project Formulation Phase 1. Assist the CLIENT with Project Scope development and formulation. J-U-B will prepare a Scope of Services narrative and detailed description of all work tasks for CLIENT and FAA review and approval. Discuss review comments and revise accordingly. 2. Prepare a listing of work tasks in a spreadsheet with person-hours, hourly rates, expenses, and costs based on the Scope of Services. This spreadsheet will be used for both J-U-B and the Independent Fee estimate. J-U-B shall prepare a detailed cost proposal on the spreadsheet, based on estimates of work to accomplish the Scope of Services. Agreement For Professional Services—FAA Format Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-1 145 3. Provide the CLIENT and the Independent Fee Estimator (IFE) with a blank person-hour spreadsheet, Scope of Services, Project Layout Map, and overall project estimate. 4. Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including the FAA Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of services and responsibilities of all contract parties. 5. Provide the following services related to Federal Disadvantaged Business Enterprise requirements (DBE). a. Redevelop sponsors DBE Program Plan in accordance with the Disadvantaged Business Enterprise (DBE) and Airport Concession DBE (ACDBE) Programs Final Rule dated April 9, 2024 and submit to FAA Civil Rights for review and approval. b. One annual DBE report will be required during this project. DBE reports will document participation to FAA Civil Rights Connect, including all calculations and background information for review and approval by the Office of Civil Rights. c. Prepare and submit annual ACDBE reporting. 6. Prepare and submit four (4) FAA Quarterly Performance Reports and two (2) Fiscal Year End Financial FAA 271 and 425 forms throughout the project. 7. Attend fifteen (15) meetings with the Airport Director/Staff and/or City Council during the project to keep Airport personnel and management abreast of the progress of the projects. Discussions will include project phasing, budget, and schedule updates. 8. Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data as described. It is anticipated that the CLIENT will prepare and process eight (8) monthly sets of RFR `packages' for this project. J-U-B will provide documentation of costs for the CLIENT's use in performing the Request for Reimbursements including consultant invoices, reimbursement spreadsheet and Standard Form 271. B. Subtask 002: Construction Phase 1. Prepare and distribute Notice of Award, Construction Agreement and other contract documents. Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and Contractor in processing documents for the project. 2. Coordinate and respond to the City of Yakima building department regarding the building permit for this project. This task includes 3 rounds of addressing comments from the City of Yakima. 3. Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including copies of all executed contract documents as required by the FAA. 4. Provide pre-construction coordination; prepare a detailed Pre-Construction Conference agenda and displays; conduct a Pre-Construction Conference on behalf of the CLIENT and prepare and issue minutes of the Pre-Construction Conference; include FAA items in conference agenda. It is anticipated that J-U-B will conduct this meeting at the Airport. Support will be provided by the Architect via virtual Zoom. 5. Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract Documents. Coordinate construction activity schedule with CLIENT and Airport operations. 6. Review submitted shop drawings, respond to RFI's, Contractor Safety and Security Plan, Quality Control Plan and all submittals required by the Contract Documents. Comment and return all submittals to Contractor for their use and/or revisions and resubmittal. a. It is anticipated that there will be 125 submittal reviews/responses for this project. b. It is anticipated that there will be 65 RFI reviews/responses for this project. c. Its is anticipated that there will be 30 ASI/ESI. 7. Construction staking shall be provided by the contractor as part of the construction contract. J-U-B will provide benchmarks and horizontal control points for the contractor's use. J-U-B survey crew will provide QA survey checks during construction. 8. Organize and conduct weekly construction meetings with CLIENT, Contractor and others as appropriate.The Resident Project Representative will hold these meetings on the construction site. 9. Provide one project representative to monitor and document construction activities as appropriate. a. It is anticipated that J-U-B will provide a Resident Project Representative for a period of 107 working days as follows: Agreement For Professional Services—FAA Format Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-2 146 i. 10 hours per day plus 3 hours a week for drive time and five nights a week of hotel accommodations during full time observation (30 working days). ii. 4 hours per day plus 3 hours a day for drive time during part time observation (77 working days). iii. In addition, the Project Manager will visit the site once a week(22 visits) for 4 hours each visit plus 6 hours of drive time to provide construction review. b. This task also includes obtaining SIDA security badges for up to 3 staff members for this project. c. The lead architect (or their representative) will attend the weekly meeting virtually via Zoom. d. Field visits by the architect will occur a total of 10 times throughout the duration of the project. This includes site visits by discipline lead as needed. 10. Provide office administration support and assistance to the Resident Project Representative with the Project Manager or Office Administration as field activities may require. 11. J-U-B shall receive and review the Contractor's monthly requests for payment. J-U-B shall determine whether the amount requested reflects the progress of the Contractor's work and is in accordance with the contract for construction. 12. Monitor and coordinate Contractor Quality Control Testing Program pursuant to current FAA specifications for Quality Control and Quality Assurance. This task includes special inspections and facilitating City of Yakima building department reviews. 13. Assist CLIENT with review of Contractor Wage and EEO documentation review. Conduct Wage interviews with Contractor personnel as required. 14. Coordinate with CLIENT and FAA throughout the construction process. Submit required construction documentation, including weekly activity report forms, inspections, change orders,etc. Coordinate with CLIENT and FAA verbally concerning change orders, as required. 15. Prepare Contract Change Order/Supplemental Agreements in accordance with FAA Order 5100.38D-Appendix U. Conduct services associated with evaluation, negotiation, and preparation and processing of Contract Change Orders or Supplemental Agreements. Cost estimate is based on the production of two Change Orders. 16. Conduct final and substantial completion inspections. The project may be constructed in multiple phases. With the completion of each phase a substantial completion and punch list may be performed. Therefore, multiple substantial completions and a combined final completion will take place during the project. Produce substantial and final completion inspection certificates and field review and documentation of "punch list" items. For the purposes of this scope of work, we are assuming 2 separate phases of work. 17. Prepare Record drawings of"As Constructed" revisions to Design and Construction Drawings for project improvements as provided by the contractor. Provide CLIENT and FAA with copies of Record Drawings and one electronic copy to be submitted to the FAA as required. Provide CLIENT with one set of prints of Record Drawings. C. Subtask 003: Project Closeout Phase 1. Prepare the final project report and close-out documents according to FAA requirements and submit to CLIENT and FAA. 2. Prepare an Airport Layout Plan Set(ALP) Revision to document improvements. A draft copy of the revised ALP will be submitted to the FAA and CLIENT for review. Upon review and comment changes, copies with be distributed to the FAA and CLIENT for signatures. 3. Report Disadvantaged Business Enterprise (DBE) project participation to FAA dbE-Connect including all calculations and background information for review and approval. 4. Assist and coordinate with independent auditors in locating appropriate documents for performing A-133 annual audit. In addition to finding appropriate project files, answer questions as required. 5. Provide assistance to the CLIENT in assessing, costing, and updating the five-year Capital Improvement Plan for submittal to WSDOT Aviation Division. 6. Support the City of Yakima in the initial commissioning and start-up process with 1 site visit as required. 7. Review building systems and equipment commissioning report to include Operations and Maintenance (O&M) submittal reviews, and Testing and Balancing (T&B) reviews. Agreement For Professional Services—FAA Format Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-3 147 PART 3 -BASIS OF FEE A. CLIENT shall pay J-U-B for the identified Services in PART 1 as follows: 1. Project Formulation and Closeout Phase. The CLIENT shall compensate J-U-B on the basis of a lump sum amount of One Hundred Sixty Five Thousand One Hundred Eighty Dollars and Eighty Four Cents ($165,180.84). See Attachment 1 B fora detailed cost breakdown. 2. Construction Phase a.The CLIENT shall compensate J-U-B for the Bidding and Construction Phase, on a Cost- Plus-Fixed-Fee basis. The CLIENT shall reimburse J-U-B for the following items: i. Payroll Cost: Actual salaries paid J-U-B's employees, without markup, for the time such employees are directly used on work necessary to fulfill the terms of this AGREEMENT. At the request of the CLIENT, a list of names of personnel actually working on this project and their salaries shall be submitted prior to the start of work on the project and shall be updated as needed to reflect any reasonable salary increases, promotions and other payroll adjustments during the course of this work. ii. Payroll Additives: Additives representing the employee benefits based on payroll cost shall be computed as a percentage of the payroll cost above. For the purposes of this AGREEMENT, that additive shall be 64.60 percent of the payroll cost based on existing audits, cost data, and other information mutually agreed to by both parties. This factor is subject to adjustment by the parties based on audits occurring during the life of this AGREEMENT. Independently prepared cost data shall be submitted, at the request of the CLIENT, at intervals not less than every 18 months to support the payroll additives for this AGREEMENT. iii. General and Administrative Overhead Cost: These overhead costs shall be in accordance with Federal requirements contained in the 41 CFR 1-15. These costs shall be computed at 113.95% percent of the payroll costs above. This percentage may be adjusted by the parties based on audits occurring during the life of this AGREEMENT. Independently prepared cost data shall be submitted, at the request of the CLIENT, at intervals not less than every 18 months to support the General and Administrative Overhead for this AGREEMENT. iv. Direct Cost and Out-of-Pocket Cost: These costs shall be directly related to this project and determined in accordance with Federal requirements contained in 41 CFR 1- 15. v. Fixed Fee: The Fixed Fee for performance completed under this task shall be One Hundred Ten Thousand Nine Hundred Forty Two Dollars and Fifty Two Cents ($110,942.52). Should there be a change in the scope of work under this AGREEMENT; the fixed fee shall be negotiated with an appropriate adjustment for change in the scope of work. Additional fixed fees, as approved as a portion of Supplemental Engineering Agreements, shall be in addition to the above agreed upon amount. FAA participation in those costs is conditioned on their approval of the increased costs. b. Total estimate for Bidding and Construction Phase, including fixed fee, for the work under this AGREEMENT shall not exceed Eight Hundred Ninety Five Thousand Three Hundred Seventy Nine Dollars and Sixteen Cents ($895,379,16). This maximum amount is subject to adjustment in the event of any approved increases in scope of service as approved by the CLIENT and the FAA and documented by approved Authorization for Additional Services. 3. Total Project Fees. Total fees as outlined above are One Million Sixty Thousand Five Hundred Sixty Dollars ($1,060,560.00). See Attachment 1 B for a detailed fee breakdown. Agreement For Professional Services—FAA Format Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-4 148 PART 4 -SCHEDULE OF SERVICES J-U-B will perform all services according to the following schedule: April 1st 2025 to March 1st, 2026 This Agreement shall be in effect from April 1st, 2025 to July 31st, 2026. In the event the services described shall not be completed during the term of this Agreement, the Agreement shall be amended. This schedule shall be equitably adjusted as the PROJECT progresses, allowing for changes in scope, character or size of the PROJECT requested by the CLIENT or for delays or other causes beyond J-U-B's control. PART 5-ASSUMPTIONS • No SMS plan is required on this project during the design or other portions of the project. • No initial or final As-built AGIS survey is required for this project. • No quality control/quality assurance plan for paving will be developed. • Commissioning Services by a third party are excluded. • LEED Certification services are excluded. • Permitting or other fees are excluded. • Post-construction services after Final Project Completion may be provided for an additional fee as requested by the City of Yakima. • Construction schedule assumed to be comprised of the following durations: 45 days of Contractor mobilization; 150 days of construction; 60 days of project closeout(255 calendar days total).Actual construction start date to be determined by CLIENT and Contractor. Durations outlined assumed to remain the same regardless of actual construction start date. CLIENT: CITY OF YAKIMA J-U-B: J-U G ERS, Inc. Name: Name: o•v Eder, .E Title: Title: Aviation Services Group Manager For internal J-U-B use only: PROJECT LOCATION (STATE): Washington TYPE OF WORK: City R&D: No GROUP: Airport PROJECT DESCRIPTION(S): • Airport (A05) • Construction Management (C15) Agreement For Professional Services—FAA Format Attachment 1 —FAA Scope of Services,Schedule,and Basis of Fee(Rev.051220) Page 1-5 149 ( JU B J•U•B ENGINEERS,INC. J-U-B ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES Attachment 1A—Detailed Scope of Work PROJECT NAME: Yakima Air Terminal—McAllister Field: Terminal Building Rehabilitation and Modernization—Phase 1A Construction Services AIRPORT NAME: Yakima Air Terminal— McAllister Field CLIENT: City of Yakima A.I.P. NUMBER: 3-53-0089-058-2024 J-U-B PROJECT NUMBER: 45-24-037 CLIENT PROJECT NUMBER: N/A ATTACHMENT TO: AGREEMENT DATED: 2/24/2023; or ❑ AUTHORIZATION FOR ADDITIONAL SERVICES #X; DATED: The referenced Agreement for Professional Services executed between J-U-B ENGINEERS, Inc. (J-U-B) and the CLIENT is amended and supplemented to include the following provisions regarding the Scope of Services, Basis of Fee, and/or Schedule: PART 1 -PROJECT UNDERSTANDING FAA AIP 3-53-0089-058-2024 included the Project Formulation, Construction Administration and Project Closeout Engineering Services for the following Items: • Phase 1A Construction for the Yakima Terminal Building Rehabilitation and Modernization Project. • Rehabilitate and modernize the existing roof system, work will be focused on the central and east roof areas. • Slope the roof to allow for improved drainage, update the existing drainage system. • Raise the existing roof 2-3 feet, remove the existing roof systems and replace the existing HVAC systems. • Replace or rehab the existing roof screening • Obtain building permit(s) for all associated work elements. Work with the City of Yakima permitting department to provide a permit set of plans and specifications. Provide 2 rounds of revisions to obtain the building permits needed for this project. • Provide the City of Yakima with Construction Administration support and full-time, onsite observations services. PART 2 -SCOPE OF SERVICES BY J-U-B J-U-B's Services under this Agreement are limited to the following tasks. Any other items necessary to plan and implement the project, including but not limited to those specifically listed in PART 3, are the responsibility of CLIENT. A. Task 001: Project Formulation Phase 1. Assist the CLIENT with Project Scope development and formulation. J-U-B will prepare a Scope of Services narrative and detailed description of all work tasks for CLIENT and FAA review and approval. Discuss review comments and revise accordingly. J-U-B Agreement for Professional Services Attachment 1A—Detailed Scope of Work Page 1 150 2. Prepare a listing of work tasks in a spreadsheet with person-hours, hourly rates, expenses, and costs based on the Scope of Services. This spreadsheet will be used for both J-U-B and the Independent Fee estimate. J-U-B shall prepare a detailed cost proposal on the spreadsheet, based on estimates of work to accomplish the Scope of Services. 3. Provide the CLIENT and the Independent Fee Estimator (IFE) with a blank person-hour spreadsheet, Scope of Services, Project Layout Map, and overall project estimate. 4. Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including the FAA Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of services and responsibilities of all contract parties. 5. Provide the following services related to Federal Disadvantaged Business Enterprise requirements (DBE). a. Redevelop sponsors DBE Program Plan in accordance with the Disadvantaged Business Enterprise (DBE) and Airport Concession DBE (ACDBE) Programs Final Rule dated April 9, 2024 and submit to FAA Civil Rights for review and approval. b. One annual DBE report will be required during this project. DBE reports will document participation to FAA Civil Rights Connect, including all calculations and background information for review and approval by the Office of Civil Rights. c. Prepare and submit annual ACDBE reporting. 6. Prepare and submit four (4) FAA Quarterly Performance Reports and two (2) Fiscal Year End Financial FAA 271 and 425 forms throughout the project. 7. Attend fifteen (15) meetings with the Airport Director/Staff and/or City Council during the project to keep Airport personnel and management abreast of the progress of the projects. Discussions will include project phasing, budget, and schedule updates. 8. Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data as described. It is anticipated that the CLIENT will prepare and process eight (8) monthly sets of RFR `packages' for this project. J-U-B will provide documentation of costs for the CLIENT's use in performing the Request for Reimbursements including consultant invoices, reimbursement spreadsheet and Standard Form 271. B. Subtask 002: Construction Phase 1. Prepare and distribute Notice of Award, Construction Agreement and other contract documents. Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and Contractor in processing documents for the project. 2. Coordinate and respond to the City of Yakima building department regarding the building permit for this project. This task includes 3 rounds of addressing comments from the City of Yakima. 3. Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including copies of all executed contract documents as required by the FAA. 4. Provide pre-construction coordination; prepare a detailed Pre-Construction Conference agenda and displays; conduct a Pre-Construction Conference on behalf of the CLIENT and prepare and issue minutes of the Pre-Construction Conference; include FAA items in conference agenda. It is anticipated that J-U-B will conduct this meeting at the Airport. Support will be provided by the Architect via virtual Zoom. 5. Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract Documents. Coordinate construction activity schedule with CLIENT and Airport operations. 6. Review submitted shop drawings, respond to RFI's, Contractor Safety and Security Plan, Quality Control Plan and all submittals required by the Contract Documents. Comment and return all submittals to Contractor for their use and/or revisions and resubmittal. J-U-B Agreement for Professional Services Attachment 1A—Detailed Scope of Work Page 2 151 a. It is anticipated that there will be 125 submittal reviews/responses for this project. b. It is anticipated that there will be 65 RFI reviews/responses for this project. c. Its is anticipated that there will be 30 ASI/ESI. 7. Construction staking shall be provided by the contractor as part of the construction contract. J-U-B will provide benchmarks and horizontal control points for the contractor's use. J-U-B survey crew will provide QA survey checks during construction. 8. Organize and conduct weekly construction meetings with CLIENT, Contractor and others as appropriate.The Resident Project Representative will hold these meetings on the construction site. 9. Provide one project representative to monitor and document construction activities as appropriate. a. It is anticipated that J-U-B will provide a Resident Project Representative for a period of 107 working days as follows: i. 10 hours per day plus 3 hours a week for drive time and five nights a week of hotel accommodations during full time observation (30 working days). ii. 4 hours per day plus 3 hours a day for drive time during part time observation (77 working days). iii. In addition, the Project Manager will visit the site once a week(22 visits) for 4 hours each visit plus 6 hours of drive time to provide construction review. b. This task also includes obtaining SIDA security badges for up to 3 staff members for this project. c. The lead architect (or their representative) will attend the weekly meeting virtually via Zoom. d. Field visits by the architect will occur a total of 10 times throughout the duration of the project. This includes site visits by discipline lead as needed. 10. Provide office administration support and assistance to the Resident Project Representative with the Project Manager or Office Administration as field activities may require. 11. J-U-B shall receive and review the Contractor's monthly requests for payment. J-U-B shall determine whether the amount requested reflects the progress of the Contractor's work and is in accordance with the contract for construction. 12. Monitor and coordinate Contractor Quality Control Testing Program pursuant to current FAA specifications for Quality Control and Quality Assurance. This task includes special inspections and facilitating City of Yakima building department reviews. 13. Assist CLIENT with review of Contractor Wage and EEO documentation review. Conduct Wage interviews with Contractor personnel as required. 14. Coordinate with CLIENT and FAA throughout the construction process. Submit required construction documentation, including weekly activity report forms, inspections, change orders, etc. Coordinate with CLIENT and FAA verbally concerning change orders, as required. 15. Prepare Contract Change Order/Supplemental Agreements in accordance with FAA Order 5100.38D-Appendix U. Conduct services associated with evaluation, negotiation, and preparation and processing of Contract Change Orders or Supplemental Agreements. Cost estimate is based on the production of two Change Orders. 16. Conduct final and substantial completion inspections. The project may be constructed in multiple phases. With the completion of each phase a substantial completion and punch list may be performed. Therefore, multiple substantial completions and a combined final completion will take place during the project. Produce substantial and final completion inspection certificates and field review and documentation of "punch list" items. For the purposes of this scope of work, we are assuming 2 separate phases of work. J-U-B Agreement for Professional Services Attachment 1A—Detailed Scope of Work Page 3 152 17. Prepare Record drawings of"As Constructed" revisions to Design and Construction Drawings for project improvements as provided by the contractor. Provide CLIENT and FAA with copies of Record Drawings and one electronic copy to be submitted to the FAA as required. Provide CLIENT with one set of prints of Record Drawings. C. Subtask 003: Project Closeout Phase 1. Prepare the final project report and close-out documents according to FAA requirements and submit to CLIENT and FAA. 2. Prepare an Airport Layout Plan Set(ALP) Revision to document improvements. A draft copy of the revised ALP will be submitted to the FAA and CLIENT for review. Upon review and comment changes, copies with be distributed to the FAA and CLIENT for signatures. 3. Report Disadvantaged Business Enterprise (DBE) project participation to FAA dbE-Connect including all calculations and background information for review and approval. 4. Assist and coordinate with independent auditors in locating appropriate documents for performing A-133 annual audit. In addition to finding appropriate project files, answer questions as required. 5. Provide assistance to the CLIENT in assessing, costing, and updating the five-year Capital Improvement Plan for submittal to WSDOT Aviation Division. 6. Support the City of Yakima in the initial commissioning and start-up process with 1 site visit as required. 7. Review building systems and equipment commissioning report to include Operations and Maintenance (O&M) submittal reviews, and Testing and Balancing (T&B) reviews. PART 3 -ASSUMPTIONS AND EXCEPTIONS • No SMS plan is required on this project during the design or other portions of the project. • No initial or final As-built AGIS survey is required for this project. • No quality control/quality assurance plan for paving will be developed. • Commissioning Services by a third party are excluded. • LEED Certification services are excluded. • Permitting or other fees are excluded. • Post-construction services after Final Project Completion may be provided for an additional fee as requested by the City of Yakima. • Construction schedule assumed to be comprised of the following durations: 45 days of Contractor mobilization; 150 days of construction; 60 days of project closeout(255 calendar days total).Actual construction start date to be determined by CLIENT and Contractor. Durations outlined assumed to remain the same regardless of actual construction start date. J-U-B Agreement for Professional Services Attachment 1A—Detailed Scope of Work Page 4 153 ATTACHMENT 1 B- Fee Breakdown PROJECT TITLE: UpgrmgConsm Construction gPrnjstA�3-,3a080-058-2024 CLIENT: City Yakima.ANA DATED�EA: Apra 2025 uris r Manager KT �ri L T�. PROJECT AHd $ TASK 685a00 $26900 $22000 $14100 $20904 Manager $29700 $8700 $2„56 $24885 $,53,_ $15001 $3,150 $2s,=� $2,456 $24036t $,8745 $144976 $28380 $259°33 $209 $14527 $18021 $1 8 $12305 $43405 WS55 $10932 $26,33 $18845 $205 s3 0 $ $98 0 FIRS COSTS 0 I.Project Formulation fFomwa6on 87,09420 Prepare Cost Prop°. 529248 Prepare Blank Person-Hour126512 ServicePrepare t $3,81759 ee Reports DBE0 0 6 40 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 58 $8 004 00 H�Gam $26,62832 0 p 2 10 0 0 p 9 0 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 0 0 204 �n234681 08 Prepare RERs 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 30 �=3400 5,16200 $16,854 94 374700 11,53674 $2139052 Remew Shop Draw,&Submittals $20 Prom.QA surrey Checksobm 40,8614 $4,752.00 15,91975 23673328 I Prom.Office Administration Support 0 0 60 100 ° 0 2 79 0 71 0 36 0 0 34 0 0 38 0 0 20 0 66 0 0 0 0 0 0 53 101 0 0 0 678 $135,55921 0 0 6 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 24 $4,350.48 Contractor Quality Control Testing 6,49800 s Remew Contractor Wage O Does 0 0 22 0 0 0 0 12 $15,280.00 17,16977 $21,,780 39 16 Conduct Final&Substantial Completion $42,609.00 17 Prepare Record Drawmgs 0 0 4 0 8 0 0 8 0 8 0 8 0 0 20 20 40 8 0 20 40 0 20 40 0 0 0 0 4 2 8 24 0 0 282 $50,35520 006.Project Close Out Phase . $120600 .-- Update ALP Drawn, st until Independent kemew0&Mand T. vNt p Process 0 3 $3136.00 $1,020 00 nd lint,Comnusaon and Stan $4,70 00 $2�0 00 $12,00370 $32,604 48 14 .13 Total Design 4 9 634 a2 922 24 16 25 207 33 185 33 138 9 12 118 82 109 224 4 66 263 4 HS 146 11 11 92 40 4 194 454 128 11 117 5293 $1,01573630 rexewx 0 8 8 0 0 0 8 0 8 0 0 0 0 0 0 0 40 0 0 40 0 40 0 0 0 0 0 0 4 8 0 0 0 164 ...mTow Labe Subtotal 4 9 634 542 922 24 16 256 207 33 185 33 138 9 12 118 82 109 224 4 66 263 4 HS 146 11 11 92 40 4 194 454 128 11 117 5293 $1,01573630 TripsCost. Am Ground Tim maemes Per Unit Tnps y Hours Miles Quantity Markup Air Travel $60000 0 I 0 $000 Mileage $0700 117 180 I 0 $14742.00 Per Chem $6800 107 I 0 $7,276.00 Lodging $1.00 30 1.0 $4,950.00 GPS Surrey t $5212 16 I 0 $83392 Print, $400.00 5 I $2,00000 SUM ONSIILMITS 1 Architect Team Travel Expenses $15,018 I 0 $15,01792 I 0 $000 $0 1 0 $0 00 Subtotal-Labor-F h®tl+Fc:edFee $1,01573630 w-E:perses $29,80192 15,01792 Low-rimiest Construction S1A60560.00 154 Attachment)B_FeeBreakdown_2025-04-02 Page 1 B-1 0 U.S. Department Northwest Mountain Region Seattle Airports District Office of Transportation Colorado • Idaho • Montana • Oregon • Utah 2200 S. 216th Street, Room 1 W-420 Federal Aviation Washington • Wyoming Des Moines, WA 98198 Administration April 21, 2025 Robert Hodgman Airport Director 2406 W Washington Ave Suite B Yakima, WA 98903 Yakima Air Terminal—McAllister Field Yakima, WA AIP: 3-53-0089-058-2024 Terminal Improvements—HVAC/Roof Dear Mr. Hodgman: We have reviewed your scope of work, fee proposal, independent fee estimate (IFE) and record of negotiations for engineering services (construction)by JUB Engineering, Inc., for the subject project. Based on your analysis, we accept these costs as reasonable. Please maintain a copy of your analysis for future audit purposes. The fee proposed for the engineering services have been approved, subject to the following conditions: 1. Please note that this is a maximum fee, and the sponsor can only be reimbursed for actual costs incurred assuming associated construction work is completed. 2. Any amendments to this engineering agreement will require Federal Aviation Administration (FAA) approval. 3. If the amendments occur after the grant is issued, they will be subject to the availability of funds. 4. Design must conform to FAA standards and specifications. 5. Construction must conform to contract documents. The following items are approved and appear eligible for federal participation, assuming the associated work is completed. Engineering Services Fee (construction services) $1,060,560.00 We encourage all sponsors to review their engineering services and construction agreements in detail and be familiar with them. Under the AIP, the sponsor is the responsible authority regarding the settlement and satisfaction of all contractual and administrative issues arising from the procurements entered into. Based on the submitted record of negotiations, we concur with the listed fees established. The fees are fair, reasonable, and the result of good faith negotiations. 155 0 U.S. Department Northwest Mountain Region Seattle Airports District Office of Transportation Colorado • Idaho • Montana • Oregon • Utah 2200 S. 216th Street, Room 1 W-420 Federal Aviation Washington • Wyoming Des Moines, WA 98198 Administration Please provide our office with a copy of the executed engineering agreement. If you have not done so, please submit the following certification: ■ Sponsor Certification for Selection of Consultants. This certification indicates that you have reviewed and followed the FAA standards and guidance in the selection of your consultant and in the negotiation process, to determine fair and reasonable fees. If you have questions, please contact me, Chelsea.l.branchcomb@faa.gov or(206) 231-4231. Sincerely, CHELSEA LYNN Digitally signed by ELSEA LYNNBRANCHCOMB BRANCHCOMB ate:2025.04.2112:17:43 -07'0Chelsea Branchcomb, PE Lead Engineer Seattle ADO 156