HomeMy WebLinkAboutR-2025-082 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(J-US
J•U S ENOINEERS, 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
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 sponsor's 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
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).
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
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 1B for a 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
PART 4 - SCHEDULE OF SERVICES
J-U-B will perform all services according to the following schedule:
April 1" 2025 to March 1", 2026
This Agreement shall be in effect from April 15', 2025 to July 3151, 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: OF YAKIMA
Name:
Title:
J-U-B: J-U-B ENGINEERS, Inc.
Toby J.
Filler
D9taiiy signed by Toby J. Epler
ON, 000Toby J. Epier. c=US. o=J-
U-B Engineers. fnc..
email-tepier@kjub.com
E3ata 207S t15 06 n7 01,20-iNk'+'}rb'
Name: Toby Epler, P.E
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)
CITY CONTRACT NO: 20 ZS'- 0 70
RESOLUTION NO: 9.-2o2 S-68 Z
Agreement For Professional Services — FAA Format
Attachment 1 — FAA Scope of Services, Schedule, and Basis of Fee (Rev. 051220) Page 1-5
J•U.S [MINCERS, 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
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) FM 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 1 A — Detailed Scope of Work Page 2
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-6 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.
B. 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
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
ATTACHMENT 1 B- Fee Breakdo
ms
ss as
� as °s .,a
ear
aa,sassse
s .tt
seas
tta
ss
cs;t
�$$�
=o 00
ooa
v===oao
9
og0000.
��
a y
_000_�a_ooa
aaa=o
o<aoa
o 0
.�
,.. as
00000e000a
>ao�a
oaa=a
_ _
w
q
.o m=
e.roa
gAco=n
oa>c
aa.
aaaaca�q
,�
o-d Y
�� cocoa
as
<�=
u. .�o
oorto
coo>e
0000a=�
!
p
1,..
Fad=ow„o
aoo
j
cc_3o
give
__...
}
€�E
€
3
FeeBreakdo
U.S. Department
of Transportation
Federal Aviation
Administration
April 21, 2025
Northwest Mountain Region Seattle Airports District Office
Colorado • Idaho • Montana Oregon • Utah 2200 S. 216th Street, Room 1W-420
Washington • Wyoming Des Moines, WA 98198
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.
U.S. Department Northwest Mountain Region Seattle Airports District Office
of Transportation Colorado = Idaho Montana Oregon Utah 2200 S. 216th Street, Room 1W-420
Federal Aviation Washington - Wyoming Des Moines, WA 98198
Administration
Please provide our office with a copy of the executed engineering agreement.
lfyou 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,
l you have questions, please contact me, ,he l c: i.l.branchc ib r,taa.gov or (206) 231-4 31.
Sincerely,
CH E LEA . 1►RCB A
LDigitally
N BANOM
Date: 025.04. 12:17:43
BRANCHCOMB
Chelsea 13ranchcomb PE
Lead Engineer
Seattle ADO
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
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
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-Signed.pdf
240904 ASG_Attachment1A_AviationConstruction_9-12-24.pdf
Attachment1B_FeeBreakdown_2025-04-02 (1).pdf
YKM_058_CM_Engineering_fee_letter