HomeMy WebLinkAbout09/16/2025 07.D. Resolution authorizing an agreement with JUB Engineers to design the crosswind runway rehabilitation project r `y � ljlt
'111
s• r
.
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 7.D.
For Meeting of: September 16, 2025
ITEM TITLE: Resolution authorizing an agreement with JUB Engineers to design
the crosswind runway rehabilitation project. (Airport Fund)
SUBMITTED BY: Robert Hodgman, Director of the Yakima Air Terminal
SUMMARY EXPLANATION:
This agreement authorizes JUB Engineers to develop the design for the crosswind runway rehabilitation.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY 24-25: A Resilient Yakima
RECOMMENDATION: Adopt Resolution.
ATTACHMENTS:
Resolution -YKM - Crosswind Runway Design task order award.docx
TaskOrder2025_05.pdf
19
RESOLUTION NO. R-2025-
A RESOLUTION authorizing the execution of an agreement with JUB Engineers, Inc. to
design the airport crosswind runway for rehabilitation at Yakima Air
Terminal-McAllister Field.
WHEREAS, the City owns and operates the Yakima Air Terminal-McAllister Field in
accordance with applicable Federal, State, and Local regulations; and
WHEREAS, the Yakima Air Terminal-McAllister Field has been notified that grant funds are
available to maintain and/or improve the airport upon the satisfaction of certain conditions; and
WHEREAS, the Yakima Air Terminal-McAllister Field has a current and complete Airport
Master Plan, which details a variety of required capital improvement projects, including rehabilitation
of the airport's crosswind runway; and
WHEREAS, the grant provides a total of Two-Hundred and Fifty-Three Thousand, Nine-
Hundred and Six ($253,906.00) dollars in AIP funding administered by the Federal Aviation
Administration (FAA); and
WHEREAS, both FAA entitlement and Passenger Facility Charge (PFC) funds are
available for the design; and
WHEREAS, the City of Yakima is now ready to enter into a task order agreement with
JUB Engineers, Inc. that is attached hereto and incorporated herein by this reference to design
the crosswind runway rehabilitation project; and
WHEREAS, the City Council has determined that approval of said agreement will promote
the purposes of the Yakima Air Terminal-McAllister Field, will preserve critical airport
infrastructure, and will promote increased air commerce, and therefore is 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 JUB Engineers, Inc. in an amount of Two-Hundred and Sixty
Thousand, Seven Hundred and Seventy ($260,770.00) dollars to design baggage claim and
restroom upgrades for the terminal building at Yakima Air Terminal-McAllister Field.
ADOPTED BY THE CITY COUNCIL this 16th day of September, 2025.
ATTEST: Patricia Byers, Mayor
Rosalinda Ibarra, City Clerk
20
(JUB
J•U•B ENGINEERS,INC.
J-U-B ENGINEERS, Inc.
TASK ORDER NO. 2025-05
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 , 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: Runway 4/22 Pavement Rehabilitation Project
AIRPORT NAME: Yakima Air Terminal— McAllister Field
CLIENT: City of Yakima
A.I.P. NUMBER: 3-53-0089-061-2025
J-U-B PROJECT NUMBER: 45-25-039
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:
PROJECT UNDERSTANDING
PAR-WA AIP 3-53-0089-061-2025 included the Project Formulation, Design, Bidding and Project Closeout
Engineering Services for the following Items:
• Rehabilitate Runway 4/22 Pavement. This will include mill and overlay of existing pavement
measuring approximately 3,835-ft x 150-ft(excluding 150-ft width of Runway 9/27 pavement at
runway intersection), crack filling, paving fabric if warranted, and re-striping of pavement markings.
PART 2-
A. BASIS OF FEE
CLIENT shall pay J-U-B for the identified Services in PART 1 as follows:
Preliminary and Final Design Phase.The CLIENT shall compensate J-U-B on the basis of a lump
PART 3- sum amount of Two Hundred Sixty Thousand, Seven Hundred Seventy Dollars and No Cents
($260,770.00). See Attachment 1 B for a detailed cost breakdown.
SCOPE OF SERVICES BY J-U-B
A. 1J-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.
2. Task 001: Project Formulation Phase
Conduct a Pre-Design meeting with CLIENT and FAA via virtual teleconference. The meeting will
be held to determine the planning and study issues that will need to be addressed during the design
of the project. The FAA Predesign Conference Checklist will be the guide for project discussions.
Minutes of the Predesign meeting will be compiled and forwarded to the FAA and CLIENT.
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.
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-1
21
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.
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.
3. 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.
4. Assist CLIENT with preparation and submittal of a FAA Grant Application for Federal Assistance
5 for the project, including estimated project costs, drawings, and a schedule for FAA submittal prior
to beginning of the project.
Assist CLIENT in the submittal of FAA Sponsor Certifications. These include the "Selection of
6. Consultants", "Project Plans and Specifications", "Drug Free Workplace", "Equipment/Construction
Contracts","Disclosure Regarding Potential Conflicts"and"Construction Project Final Acceptance".
7. Provide the following services related to Federal Airport Concessions Disadvantaged Business
Enterprise requirements (ACDBE).
8. Analyze opportunities for Airport Concessions Disadvantaged Business Enterprise
(ACDBE) participation at the airport and assist CLIENT in preparing a three-year goal for
a. 2026-2028 for the concession opportunities.
Finalize and submit new 2026-2028 three-year goal to FAA Civil Rights office.
b.
Update sponsors ACDBE Program Plan and submit to FAA Civil Rights for review and
c. approval.
9. Prepare and submit four (4) FAA Quarterly Performance Reports and two (2) Fiscal Year End
Financial FAA 271 and 425 forms throughout the project.
o.
Attend sixteen (16) meetings with the Airport Staff and/or City Council during the project in order to
keep Airport personnel and management abreast of the progress of the projects. Discussions will
1. include project phasing, budget and schedule updates.
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
B. CLIENT's use in performing the Request for Reimbursements including consultant invoices,
1 reimbursement spreadsheet and Standard Form 271.
Task 002: Preliminary Design Phase
2.
Investigate the proposed job site at the Airport. Allow civil design personnel to become familiar
with the proposed job site. Take photographs, perform a visual survey of the pavement areas, and
otherwise document findings of visit.
Provide or obtain field surveys, which include detailed topographic and cross section information
of improvement areas for design purposes. Coordinate with surveyors to verify that design survey
is performed as required. This will include one (1) on-site meeting with surveyors to review project
location and safety. The general scope of the survey work will include the following:
The primary area to be surveyed is Runway 4-22. The survey area shall include the entire 3,835
feet of the runway surface including 300 feet off each end and will be 630 feet wide (380 feet
northwest of runway centerline and 250 feet southeast of runway centerline). The pavement and
shoulder surfaces within this area shall be section surveyed on 50-ft stations. The infield and grass
surfaces within this area shall be surveyed on a 100-ft by 100-ft grid. All topographical features
within all of these areas shall be surveyed including but not limited to: grade breaks, pavement
markings, tie-downs, building corners, fence, drainage structures (invert elevations, pipes sizes, &
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-2
22
rim elevations), pavement markings, utility markers, edge of pavements, and lighting and electrical
components. The total of all areas are approximately 310,450 square yards which is anticipated to
require three (3) days of survey work.
Existing control monuments shall be used for the survey control and will need to be tied together
to check for accuracy. The survey will have to be coordinated with the Airport Manager for airport
access and optimum time to minimize disruption to air traffic. The airfield pavements and runway
will be open to aircraft, surveyors will have to monitor the local frequency and move out of safety
areas for aircraft. The survey shall be conducted in accordance to FAA AC 150/5370-2G safety
guidelines. Vertical datum should be in accordance to NAVD 88, and horizontal datum should be
in accordance to NAD 83. Vertical tolerances shall be +0.02-feet for paved surfaces and +0.05-
feet for unpaved surfaces. Horizontal tolerances shall be +0.03-feet.
The collected data shall be provided to the Engineer with the following information: point number,
description, northing, easting, and elevation along with paper copies of any pertinent field notes.
No map or drawing will be required.
Administer design Geotechnical Subconsultant contract and coordinate delivery of work product.
Provide quality control review of work products. This will include providing security badged escort
for the geotechnical Subconsultant for a period of 2 days. The geotechnical laboratory work will be
3. performed utilizing the services of a Subconsultant. The general scope of the geotechnical work
will be the following:
Administer ten (10) cores/bore logs on the Runway to a depth of 6-feet or refusal.
The geotechnical engineer shall immediately patch all pavement core holes with a pre-approved
approved asphalt cold mix or similar product. Data shall be collected on the soil type, existing
asphalt condition, and depths and categorized according to the Unified Soil Classification System
(USCS) including Moisture Content,Atterberg Limits,Grain Size Distribution. A sieve analysis shall
be performed on both the base course and subbase for each core/bore location.The sieve analysis
for base course should include the following classifications: percentage by weight passing sieves
of 1-inch, 3/-inch, No. 4, No. 40, No. 200, and 0.02 mm. The sieve analysis for subbase course
should include the following classifications: percentage by weight passing sieves of 3-inch, No. 10,
No. 40, No. 200, and 0.02 mm. Ground water depth shall be recorded if encountered. Three
California Bearing Ratio (CBR) tests shall be performed on bore log samples at a depth of 24-
inches which is the anticipated depth of subgrade. Report documentation on asphalt core samples
shall indicate asphalt lift thicknesses and porous friction coat (PFC) thickness.
The geotechnical engineer shall coordinate with the Engineer to determine exact core/bore log
locations. The geotechnical work shall be conducted in accordance to FAA AC 150/5370-2G safety
guidelines. The geotechnical engineer shall be responsible for a utility locate prior to work. The
geotechnical firm will need to coordinate with the Airport Manager and the Engineer personal for
closure time and date.
The geotechnical firm shall submit 3 hard copies and one PDF of the final geotechnical report
including all required information as mentioned above to the Engineer within three weeks upon
4, finishing field work. The firm shall submit a draft copy for review prior to finalizing the report and
its findings.
This line item shall include the coordination and contracting with Subconsultant. The Subconsultant
fees shall be addressed in the Expenses-Subconsultant Section.
Analyze the geotechnical testing data to determine the most cost-effective form of rehabilitation or
reconstruction. Analyze the performance and stability of existing asphalt section. Rehabilitation
methods may include full depth reconstruction in designated select locations, pavement removal
and replacement, or pavement overlay depending on test results. Hold a meeting with the CLIENT
and FAA at the Airport to present findings of the Geotechnical Testing and analysis of existing
pavement. Determine rehabilitation/reconstruction method best suited for the pavement surfaces.
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-3
23
Define critical aircraft for the pavement design of the project and develop pavement design section.
Pavement design criteria shall be in accordance with the FAA Advisory Circular (AC) 150/5320-
6G. This will include calculating and reporting the Airport Pavement Strength- PCR.
Determine the operational and phasing effects of closing the runway during construction. Closing
the runway will impact the airport users, FBO's and transient aircraft during the construction period.
Study the effects of the various alternatives including night construction, temporary displaced
5. thresholds, using parallel taxiway as temporary runway, reduction of Airport Reference Codes
(ARC), or phased construction. Complete a cost analysis on 2-3 alternatives to present to CLIENT.
Two meetings at the Airport will be needed to present preliminary alternatives and phasing plan to
6. the CLIENT and stakeholders. Additionally, the project safety/phasing will include the following
tasks:
Participation in a Safety Risk Management (SRM) Panel: participation of up to two staff
members in an 8-hour meeting let by the ATO in addition to required preparation time.
Coordination with commercial airlines to cancel flights during required runway closure
a. periods and/or time working periods between scheduled commercial flights.
Develop up to 3 alternatives for phasing work around the Runway 4/22 and Runway 9/27
b. intersection to minimize impacts to Runway 9/27 operations.
c. Contact FAA Environmental Manager by email to confirm that the project will require a categorical
exclusion pursuant to FAA Order 1050.1F, Paragraph 5-6.4(e). Prepare a letter request for an
7. environmental determination. The letter will include a detailed project description and an exhibit
demonstrating the project disturbance area. Environmental work beyond that described will be
considered additional work and may require a contract modification.
Assemble base data and base maps for the project work area from the design survey, previous
8. projects undertaken, and available aerial data.
9. Prepare preliminary Design Plans (75% complete) for review and discussion with the CLIENT and
FAA. It is anticipated that the project design will require twenty two (22) plan sheets including:
Sheet 1 —Cover
Sheet 2—General Legend, Symbolds
Sheet 3—Construction Layout and Survey Control Plan
Sheet 4—Operation &Safety Plan
Sheet 5—Operation &Safety Plan
Sheet 6—Operation &Safety Plan
Sheet 7—Operation &Safety Plan
Sheet 8—Operation &Safety Details
Sheet 9—Demolition Plan 0+00 to 15+00
Sheet 10—Demolition Plan 15+00 to 30+00
Sheet 11 —Demolition Plan 30+00 to 45+50
Sheet 12—Plan&Profile Runway 0+00 to 15+00
Sheet 13—Plan&Profile Runway 15+00 to 30+00
Sheet 14—Plan&Profile Runway 30+00 to 45+50
Sheet 15—Pavement Marking Plan 0+00 to 15+00
Sheet 16—Pavement Marking Plan 15+00 to 30+00
10. Sheet 17—Pavement Marking Plan 30+00 to 45+50
Sheet 18—Pavement Marking Details
Sheet 19—Typical Sections
Sheet 20- Typical Sections
Sheet 21 —Civil Details
Sheet 22- Civil Details
Prepare preliminary Bidding and Construction Contract Documents and Technical Specifications
(75% complete) based on latest version of FAA AC 150/5370-10 "Standards for Specifying
Construction on Airports" including the current Regional Notice published by the FAA Airports
Districts Office.
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-4
24
Prepare a preliminary Engineer's Opinion of Probable Construction Cost Estimate based on
construction cost estimates, phasing into workable portions for constructability, budget, and
construction schedule and advise the CLIENT as to budget status.
Prepare a preliminary Construction Safety and Phasing Plan according to AC 150/5370-2G for
evaluation by the CLIENT, Airport, FBO, airport users and agencies. An electronic copy will be
submitted to the FAA Airport District Office for coordination, review, and approval with other FAA
1. lines of business using the airspace process.
Prepare the preliminary Engineer's Design Report in conformance with FAA guidelines. The report
12 shall include a Summary of the Project and its specific design issues, Project Schedule, reference
to the Construction Safety and Phasing Plan, Modification of Standards, Design Analysis,
Pavement Analysis, Geotechnical Investigation Report, and Construction Cost Estimate and
Schedule.
13.
Conduct in-house quality control/quality assurance review of preliminary design documents.
Participate in a preliminary design review meeting with the CLIENT. Anticipate two (2) review
meetings with the CLIENT at the Airport, attendance by the Project Manager and Airport Engineer.
14. Review design philosophy, preliminary design drawings, design analysis and project schedules
15. with the CLIENT.
Prepare and submit one (1) FAA Form 7460 to airspace the project construction equipment.
6. Submit preliminary documents to FAA (1 copy) and CLIENT (2 copies) for approval.
17. Task 003: Final Design Phase
c. Finalize Bidding and Construction Contract Documents and Technical Specifications based on
Peer, CLIENT, and FAA Reviews.
2. Finalize Design Plans based on Peer, CLIENT, and FAA Reviews.
3. Prepare final Construction Safety and Phasing Plan to accommodate varying work components
that need to meet prescribed schedules. Submit final Construction Safety and Phasing Plan to
OEAAA for approval.
4.
Complete final quantity calculations and prepare Final Engineer's Opinion of Probable Construction
5. Cost Estimate.
6. Prepare final Engineer's Design Report based on Peer, CLIENT, and FAA Reviews.
D.
Submit final documents to FAA (1 copy) and CLIENT (2 copies) for approval.
1. p� )
Task 004: Bidding Phase
Administer the public bid advertisement process including bid document reproduction and
distribution of documents to plan rooms, contractors and suppliers. Submit advertisements to
2.
appropriate newspaper(s) and trade magazines as required for publication. Maintain a "bidders
list"and distribute plans as requested. Fees for Plan &Specification Reproduction shall be reflected
3. in the "Printing" line below.
Provide Pre-Bid Conference coordination to familiarize bidders and interested parties with the
4 construction project scope and requirements. Prepare a detailed agenda and displays, prepare
and issue conference minutes. It is anticipated that J-U-B will conduct this meeting at the Airport.
5.
Prepare Bid Addendums. Addenda are normally required in response to Contractor questions
and/or design changes initiated by the CLIENT and/or the FAA. Engineering estimate includes
costs for the preparation of two (2)Addendums.
Respond to questions that arise during the Contractor's or supplier's bid preparation process.
Assist the CLIENT in conducting the project Bid Opening as required, including preparation of a
Project Bid Summary. It is anticipated that J-U-B will coordinate and attend this meeting at City
Hall.
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-5
25
Prepare detailed Bid Tabulations documenting bid results and submit to CLIENT and the FAA.
Assist the CLIENT with review and analysis of bids received. J-U-B will provide an opinion on
"responsiveness" of the bid submittals. Provide letter of bid review summary along with price/cost
analysis in accordance with FAA Order 5100.38D-Appendix U to CLIENT. Advise the CLIENT of
possible action in cases where bids exceed budget for the work to be performed by the Contractor.
s Subtask 005: Project Closeout Phase
7 Prepare the final project report and close-out documents according to FAA requirements and
submit to CLIENT and FAA.
Report Disadvantaged Business Enterprise (DBE) project participation to FAA dbE-Connect
including all calculations and background information for review and approval.
E.
1. 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.
2.
Provide assistance to the CLIENT in assessing, costing, and updating the five-year Capital
3. Improvement Plan for submittal to WSDOT Aviation.
4. SCHEDULE OF SERVICES
J- J-U-B will perform all services according to the following schedule:
PART 4 September 1st, 2025 to July 1st, 2026
This Agreement shall be in effect from September 1st, 2025 to July 1st, 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
• The project area will be limited to existing paved extents of Runway 4/22 (excluding Runway 9/27
width). No evaluations of pavement geometry, safety area / object free area grades, stormwater
drainage, or subsurface drainage will be required for this project.
• No initial AGIS survey is required for this project.
• No electrical work, or modifications to runway edge lights will be required for this project.
• No modifications to airfield signs or airport sign plan will be required for this project.
• Contract documents will be prepared by following Advisory Circular 150/5370-10H. If this Advisory
Circular is updated/adopted mid-project and is required to be incorporated into the contract
documents, such efforts would be considered additional work which may require an amendment to
the design contract.
• No updates to the Airport Layout Plan (ALP) will be required for this project.
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-6
26
CLIENT: CITY OF YAKIMA J-U-BTd lr¢�NGI I o by J.P4vo UEpleo=J-
yy U-B Engineers,Inc.,
Epler email 2025.08.2b 8:5
Date:2026.08.22 08:61:38-06'00'
Name: Name: Toby Epler, P.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)
Agreement For Professional Services—FAA Format
Attachment 1 —FAA Scope of Services, Schedule,and Basis of Fee(Rev.051220) Page 1-7
27
ATTACHMENT 1 B- Fee Breakdown
PROJECT TITLE: Yakima Air Terminal-McAllister Field Runway 4/22 Pavement Rehabilitation Project AIP 3-35-0089-061-2025
CLIENT: City of Yakma,WA
JOB NUMBER: 45-25-039
DATE: June 2,2025 T-ilia
Profess. Survey
Senior Project Design CAD Environ. Land Technicia TASK
TASK Principal Engineer Manager Engineer Designer Specialist Surveyor n Admin. Trips TOTAL DIRECT
NO PROJECT TASK $299.00 $282.00 $231.00 $148.00 $176.00 $226.00 $225.00 $141.00 $91.00 HRS COSTS
001.Project Formulation Phase = I S
i Conduct Pre-Design Meeting 0 0 3 2 0 0 0 0 0 5 $989.00
2 Project Scope Development&Formulation 2 2 12 2 0 0 0 0 2 20 $4,412.00
3 Prepare Cost Proposal 1 0 6 0 0 0 0 0 2 9 $1,867.00
4 Assist with Record of Negotiations 0 0 2 0 0 0 0 0 1 3 $553.00
5 Prepare Professional Service Agreement 2 2 8 0 0 0 0 0 8 20 $3,738.00
6 Prepare FAA Grant Application 0 1 2 4 0 0 0 0 2 9 $1,518.00
7 Prepare FAA Sponsor Certifications 0 1 1 0 0 0 0 0 0 2 $513.00
8 Assist with ACDBE Requirements 0 0 4 40 0 0 0 0 0 44 $6,844.00
9 Prepare FAA Quarterly Reports 0 0 4 0 0 0 0 0 0 4 $924.00
io Attend Advisory Board Meetings 0 0 30 30 0 0 0 0 0 4 60 $11,370.00
ii Prepare Request for Reimbursements 0 0 6 0 0 0 0 0 10 16 $2,296.00
002.Preliminary Design Phase
I Perform Site Walk Through 0 0 10 10 0 0 0 0 0 1 20 $3,790.00
2 Obtain Field Survey 0 0 4 0 0 0 7 82 0 5 93 $14,061.00
3 Coordinate with Geotechnical Sub 0 0 2 20 0 0 0 0 0 2 22 $3,422.00
4 Review Geotechnical Report 0 2 8 8 0 0 0 0 0 18 $3,596.00
5 Develop Pavement Design Section 0 1 1 8 0 0 0 0 0 10 $1,697.00
6 Develop Operational and Phasing Plan 0 4 20 30 10 0 0 0 0 64 $11,948.00
7 Prepare Environmental Documentation 0 0 2 0 0 4 0 0 0 6 $1,366.00
8 Assemble Base Map 0 0 1 4 8 0 0 0 0 13 $2,231.00
9 Prepare 75%Preliminary Plans 0 0 32 48 120 0 0 0 0 200 $35,616.00
io Prepare 75%Preliminary Contract Does&Specs 0 0 8 40 0 0 0 0 8 56 $8,496.00
ii Prepare Cost Estimate 0 0 4 8 0 0 0 0 0 12 $2,108.00
12 Prepare CSPP 0 0 2 16 16 0 0 0 0 34 $5,646.00
13 Prepare Engineer's Design Report 0 1 2 20 0 0 0 0 2 25 $3,886.00
14 Conduct In-House QC Review 2 10 0 0 0 0 0 0 4 16 $3,782.00
15 Hold Preliminary Design Review Meeting 0 0 10 10 0 0 0 0 0 1 20 $3,790.00
16 Prepare 7460 0 0 2 6 0 0 0 0 0 8 $1,350.00
17 Submit Preliminary Documents 0 0 2 2 0 0 0 0 2 6 $940.00
28
ASG_Attachmentl B_FeeBreakdown_YKMRnwyRehabJune2025 Page 1 B-1
ATTACHMENT 1 B- Fee Breakdown
PROJECT TITLE: Yakima Air Terminal-McAllister Field Runway 4/22 Pavement Rehabilitation Project AIP 3-35-0089-061-2025
CLIENT: City of Yakma,WA
JOB NUMBER: 45-25-039
DATE: June 2,2025 T-ilia
Profess. Survey
Senior Project Design CAD Environ. Land Technicia TASK
TASK Principal Engineer Manager Engineer Designer Specialist Surveyor n Admin. Trips TOTAL DIRECT
NO PROJECT TASK $299.00 $282.00 $231.00 $148.00 $176.00 $226.00 $225.00 $141.00 $91.00 HRS COSTS
003. Final Design Phase 11=1 Mi.
i Finalize Contract Does&Specs 0 2 6 24 0 0 0 0 0 32 $5,502.00
2 Finalize Construction Plans 0 2 8 24 32 0 0 0 0 66 $11,596.00
3 Prepare Final CSPP 0 0 1 4 4 0 0 0 0 9 $1,527.00
4_iiComplete Final Quantity Calculations 0 1 2 8 0 0 0 0 0 11 $1,928.00
Prepare Final Engineer's Design Report 0 0 2 6 0 0 0 0 0 8 $1,350.00
6 Submit Final Documents to FAA&Owner 0 0 2 2 0 0 0 0 2 6 $940.00
004. Bidding Phase
i Administer Bidding Process 0 0 8 16 0 0 0 0 4 28 $4,580.00
2 Provide Pre-Bid Conference 0 0 10 14 0 0 0 0 0 1 24 $4,382.00
3 Prepare Bid Addendums 0 2 4 8 8 0 0 0 2 24 $4,262.00
4 Respond to Bidders Questions 0 0 2 8 0 0 0 0 0 10 $1,646.00
5 Conduct Bid Opening 0 0 10 10 0 0 0 0 0 1 20 $3,790.00
6 Prepare Bid Tabulations 0 0 2 4 0 0 0 0 4 10 $1,418.00
7 Prepare Bid&Cost Analysis 0 0 2 2 0 0 0 0 1 5 $849.00
006.Project Close Out Phase
i Prepare Final Report 0 0 4 16 0 0 0 0 8 28 $4,020.00
2 Report DBE Pparticipation 0 0 2 12 0 0 0 0 0 14 $2,238.00
3 Assist with Independent Audit 0 0 4 4 0 0 0 0 8 16 $2,244.00
4 Assist with 5-year CIP 0 0 6 6 0 0 0 0 0 0 12 $2,274.00
Sub-Total Design 7 31 263 476 198 4 7 82 70 15 1138 $197,295.00
LABOR:
(Labor+Direct Overhead Subtotal+Fixed Fee 7 31 263 476 198 4 7 82 70 15 1138 $197,295.00
29
ASG_Attachmentl B_FeeBreakdown_YKMRnwyRehabJune2025 Page 1 B-2
ATTACHMENT 1 B- Fee Breakdown
PROJECT TITLE: Yakima Air Terminal-McAllister Field Runway 4/22 Pavement Rehabilitation Project AIP 3-35-0089-061-2025
CLIENT: City of Yakma,WA
JOB NUMBER: 45-25-039
DATE: June 2,2025 T-ilia
Profess. Survey
Senior Project Design CAD Environ. Land Technicia TASK
TASK Principal Engineer Manager Engineer Designer Specialist Surveyor n Admin. Trips TOTAL DIRECT
NO PROJECT TASK $299.00 $282.00 $231.00 $148.00 $176.00 $226.00 $225.00 $141.00 $91.00 HRS COSTS
Cost Air Ground Trip
EXPENSES: Per Unit Trips Trips Days Hours Miles Markup
Air Travel $600.00 0 1.0 $0.00
Mileage $0.700 15 413 1.0 $4,336.50
Per Diem $68.00 0 1.0 $0.00
Lodging $110.00 0 1.0 $0.00
GPS Survey Unit $52.12 42 1.0 $2,189.04
Printing $500.00 1.0 $500.00
SUBCONSULTANTS:
1 Geotechnical $51,315 1.1 $56,446.50
2 $0 1.0 $0.00
3 $0 1.0 $0.00
Subtotal-Labor+Overhead+Fixed Fee $197,295.00
Subtotal-Expenses $7,025.54
Subtotal-Subconsultants $56,446.50
Total-Project Design Fees $260,770.00
30
ASG_Attachmentl B_FeeBreakdown_YKMRnwyRehabJune2025 Page 1 B-3