Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2022-016 Resolution authorizing professional services contract with JUB Engineering on the Taxilane Charlie extension design and bidding project
RESOLUTION NO. R-2022-016 A RESOLUTION authorizing an agreement with JUB Engineering, Inc for professional services regarding the Taxilane Charlie extension (design and bidding) project. WHEREAS, City owns and operates Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the State of Washington requires that engineering services be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the Yakima Air Terminal -McAllister Field and the residents of the City to enter into an Engineering Services Agreement with JUB Engineering, Inc., attached hereto and incorporated herein by this reference, to provide project formulation, design, bidding services, and to develop and submit a grant application in order to construct taxilane(s) for GA aircraft and hangar development adjacent to Taxiway Charlie, install new primary security fencing, demolish existing hangar(s), install utility sleeves as needed as well as improve drainage in the vicinity of the Taxilane. WHEREAS, the Yakima Air Terminal -McAllister Field has coordinated with the Federal Aviation Administration through the airport's Capital Improvement Plan to utilize approximately $159,048.00 of federal grant funds and approximately $17,672.00 of Passenger Facility Charge funds, used as the airport's local match requirement, to fund the work to be performed under the terms of the Engineering Services Agreement; and in accordance with the terms and conditions of the Agreement attached hereto the J-U-B will perform the services outlined therein during the 2022 calendar year with the design phase anticipated to be finished by April of 2022, bidding thereafter, and an anticipated construction start time of summer of 2023, as funding becomes available; and BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated Agreement for Professional Services: Taxilane Charlie Extension (Design and Bidding) with JUB Engineering, Inc. in the amount not to exceed One Hundred Seventy -Six Thousand Seven Hundred Twenty Dollars and No Cents ($176,720.00), to provide design and bidding services as outlined in the Agreement. ADOPTED BY THE CITY COUNCIL this 1th day of February , 2022. ATTEST: �J Sonya Claar Tee, City Cler te(P Janice Deccio, Mayor AGREEMENT FOR PROFESSIONAL SERVICES (FAA FORMAT) Taxi|ane Charlie Extension (Design and Bkdding)'A1P. 3'83-0089'052'3022 Yakima Air Terminal McAllister Field, Yakima, VKA THIS AGREEMENT is effective as of the day of February, 2022 by and bebwmnn. City of Yakima, 129 N. Second St., Yokima, WA 98901'henainoMer referred to as the CLIENT, and J'U'B ENGINEERS, Inc., W, 422 Riveroide, Suite 304, Spokmne, Washington, 99201. an Idaho Corporation, hereinafter referred to as J-U-B. WHEREAS, the CLIENT intends to: Complete /UP3'53'OO8A'D52'2022that includes the design and bidding phase services for the Construction of Taxilanes for GA Hangar Development and Perimeter Fencing, hereinafter referred toouthe ^Pnojac^ The services tobeperformed byJ'U'Bare hereinafter referred to as the ''Semioee^ W|TNESSETH Now, therefore, the CLIENT and J-U-B, in consideration of their mutual covenants herein, agree as set for ARTICLE J-U-B'S SERVICES 1.01 BASIC SERVICES J'U'BwiU perform the Services described in Attachment 1 'Scmpm of Services, Basis of Fee, and Schedule inamanner consistent with the applicable standard ofcare. J'U'B'oservices shall belimited ho those expressly set forth therein, and J'U'B shall have no other obligations, duUes, nrresponsibilities for the Project except moprovided inthis Agreement. 1.02 SCHEDULE OFSERVICES T0BEPERFORMED J'U'BwiU perform said Genvioao in accordance with the schedule described in Attachment Scope of Services, Basis of Fee, and Schedule in a manner consistent with the applicable standard of care, This schedule shall be equitably adjusted as the Project prognooueo, allowing for changes in acopa, character or size of the Project as requested by the CLIENT or for delays or other causes beyond J-U-B's control. 1.03 ADDITIONAL SERVICES When authorized in writing by the CL|ENT. J'U'B agrees to fumiah, or obtain from othem, additional professional oanvioma in connection with the PRCUECT, as set forth below and as otherwise contained within this Agreement: A. Provide other services not otherwise provided for in this Agreement, including aamioeo nnnno||y furnished by the CLIENT as described in Article 2. CLIENT'S RESPONSIBILITIES. B. Provide services as an expert witness for the CLIENT in connection with litigation or other proceedings involving the PROJECT. C. Assist or extend services as a result of ntrikeo, xxn|kouto, or other labor dioputeo, including acts relating to settlement ofminority group problems. D. Mitigation work identified in the environmental review. Agreement For Professional aomicvv-FA\Fonno 0320h2/13/20214:4*0mw Page pAAxumomvnLco10 ARTICLE CLIENT'S RESPONSIBILITIES 2.01 CLIENT'S RESPONSIBILITIES The CLIENT ahoU furnish the following eanvioea at the CLIENT'S expense and in such o manner that J-U-B may rely upon them in the performance of its services under this AGREEMENT: A. Dmeignate, in writing, a person authorized hoact eothe CLIENT'S contact. The CLIENT orhis designated contact shall receive and examine documents submitted by J'U'B to determine acceptability of said documanto, interpret and define the CLIENT'S po|icieo, and render decisions and authorizations in writing promptly to prevent unreasonable delay in the pnognaoo ofJ'U'B'n oanxoeo. B. Make available toJ'U'Ball technical data that is in the CLIENT'S p000eaoion, including maps, surveys, property descriptions, borings, and other information required by J-U-B and relating to its C. Hold promptly all required special meeUngo, serve all required public and private noUcan, receive and act upon all protests and fulfill all requirements necessary in the development of the PROJECT and pay all costs incidental thereto. D. Provide legal, accounting and insurance counseling services necessary for the PROJECT. Legal review of the construction Contract Oouumenta, and such writing services as the CLIENT may require tnaccount for the expenditure ofconstruction funds. E. Furnish permits and approvals from all governmental authorities having jurisdiction over the PROJECT and from others aumay banecessary for completion ofthe PROJECT. F. The CLIENT agrees to cooperate with J'U'B in the approval of all p|ano, reports and otudiea, and shall make a timely decision in order that no undue expense will be caused J-U-13 because of lack of decisions. |fJ'U'B is caused extra drafting orother expense duo to changes ordered by the CLIENT after the completion and approval of the p|ano, repodo, and atudiem. J'U'8 shall be equitably paid for such extra expenses and services involved. G. Guarantee full and free access, with reasonable advance notice, for J-U-B to enter upon all property required for the performance ofJ'U'B'oservices under this AGREEMENT. H. Give prompt written notice to J-U-13 whenever the CLIENT observes or otherwise becomes aware of any defect in the PROJECT or other event that may substantially affect J-U-13's performance of services under this AGREEMENT. I. Promptly prepare and submit reimbursement requests tofunding agencies. J. Compensate J'U'8for services promptly rendered under this AGREEMENT. K. Obtain bids or proposals from contractors for work relating to the PROJECT and bear all costs relating to advertising. ARTICLE J'U-B'S COMPENSATION 3.01 BASIC SERVICES COMPENSATION J-U-13 shall provide services in connection with the terms and conditions of this Agreement, and the CLIENT oho|| compensate J'U'8therefore as detailed in Attachment 1 —Sompa of Services, Basis mfFee and Schedule. Partial payment shall be made for the services performed as the work under this AGREEMENT progresses. Such payment is to be made monthly based on the itemized statements, invoinns, orother evidences of performance furnished to and approved by the CLIENT. All claims for payment will be submitted in a form compatible with current practices and acceptable to the CLIENT. Partial payments will include payroll costs, Agreement For Professional somica — FAA Format oaoo(1m`000^:4ovoPM) Page adjusted for payroll burdens, and general and administrative overhead, as well as out-of-pocket expenses, plus that portion nf the fixed fee which its percentage ofcompletion bears to the total cost ofthe fully completed work under this AGREEMENT. The CLIENT shall make full payment of the value of such documented monthly service aaverified onthe monthly statement. 3\02 ADDITIONAL COMPENSATION In addition to any and all compensation hareinabove. the CLIENT shall compensate J-]-B for Additional Services, Section 1.03, under a written Authorization for Additional Services executed by both Parties that specifically describes the additional work and the cost associated therewith. These additional services are to be performed or furnished by J-U-B only upon receiving said written authorization from the CLIENT. 3.03 COMPENSATION ADJUSTMENT CLIENT agrees to provide J-U-B a notice to proceed with Services within 120 days of the effective date of this Agreement identified inAttachment 1. |fthe notice toproceed with Services isdelayed beyond 120 days from the effective date of this Agreement, or service described will not be completed during the term of this Agreement through no fault ofJ'U'B. the Agreement shall be emended through mutual negotiation toaddress both schedule and pricing impacts ofthe delay. CLIENT understands that any pricing increase may not begrant fundable byFAA. 3.04 ADDITIONAL CONDITIONS OF COMPENSATION The CLIENT and J'U'Bfurther agree that: A. J'U'BehaU submit monthly statements for Services rendered and for expenses inuunad, which statements are due on presentation. CLIENT shall make prompt monthly payments. If CLIENT fails to make any payment in full within thirty (38) days after receipt ofJ'U'B'o ababsmant, the amounts due J-U-B will accrue interest at the rate of 1 % per month from said thirtieth day or at the maximum interest rate allowed by |mm. whichever is less. B. If the CLIENT toi|m to make monthly payments due J'U'8. J'U'B may, after giving ten (10) days written notice tnthe CLIENT, suspend services under this Agreement. C. When the CLIENT directs that competitive bids betaken for construction on alternate designs, where this involves the preparation of designs, p|onn, and specifications for alternate facilities, the compensation to J'U'B ohe|| be an additional payment to be negotiated atthe time the CLIENT directs that alternative deoigno, p|ona, and specifications be prepared, subject to FAA review and approval. ARTICLE GENERAL PROVISIONS 4.01 OWNERSHIP OF DOCUMENTS Upon the request of the CLIENT, J'L-B shall furnish the CLIENT copies of all maps, plots, drawinQn, estimate sheets, and other contract documents required for the PROJECT provided J-U-B has been paid in full for the work. Upon the request of the CLIENT and the completion of the work specified herain, all material documents acquired or produced by J-U-B in conjunction with the preparation of the plans shall be delivered to and become the property of the CLIENT providing no future use of said documents or portions thereof shall be made by the CLIENT with J'U'B'o name orthat ofJ'U'B ENGINEERS, Inc,, attached thereto, Final submittal of J-U-B's work product shall be in hard -copy format and no electronic design files will basubmitted mspart ofthe PROJECT, unless expressly requested. Any nsuoo without written consent by J'U'B, or without verification or adoption by J'U'Bfor the specific purpose intended by the nauae, will be at CL|ENT'o ao|o heh and without liability or legal exposure to J-U-B. The CLIENT shall release, defend, indemnify, and hold J-U-B harmless from any claims, damages, actions or causes of action, losses, and expenses, including reasonable attorneys' and expert fees, arising out oforresulting from such reuse. Agreement nvpmfeuomm|oemicov—p*A Format 0320h2/13/20214°9v0mw Page Fxxxomument—en1e Agreements for Professional Services are public records which are generally subject to statutory public disclosure and pub|iuwaboite posting requivaments, and such disclosure will not be considered "reuse without written consent byJ'U'B^ J'U'B shall retain an ownership interest in PROJECT documents that allows their reuse ofnon-proprietary information nnsubsequent projects atJ'U'B'usole risk. 4.02 DELEGATION OF DUTIES Neither the CLIENT nor J'U'B shall delegate, oumgn, sublet or transfer their noopmudvo duties under this Agreement without the prior written consent of the other. 4.03 GENERAL A. Should litigation occur between the two parties relating to the provisions of this Agreement, court costs and reasonable attorney fees incurred shall beborne bytheir own party. B. Neither party shall hold the other responsible for damage or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the reasonable control of the other or the other's employees and agents. C. In the event any provisions of this AGREEMENT shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One (1) ormore waivers by either party or any prnvisinn, berm, omndiUon, or covenant shall not be construed by the other party as o waiver ofsubsequent breach nfthe same bythe other party. D. J'U'B uho|| render its services under this AGREEMENT in accordance with generally accepted professional practices and Standard ofCare. J'U'8makes noother warranty for the work provided under this AGREEMENT. E. CLIENT grants J-U-B and its subsidiaries the unrestricted right to take, use, and publish images, oredited images, ofthe project site and workers for J'U'B/opurposes including, but not limited to, wmboiho, intranat, and marketing. This right shall survive the termination of this Agreement. F. Any opinion of the estimated construction cost prepared by J'U'B represents its judgment ao e design professional and is supplied for the general guidance of the CLIENT. Since J'U'B has no control over the cost of labor and materim|, or over competitive bidding or market conditione. J-U-B does not guarantee the accuracy of such opinions as compared to Contractor bids or actual costs tothe CLIENT. G. Any notice orother communications required orpermitted bythis contract orbylaw tobaserved on, given to, or delivered to either party hereto by the other party shall be in writing and ohoU be deemed duly eamed, given, or delivered when personally delivered to the party hnwhom it is addressed or. in lieu of such personal oemioa, when deposited in the United States moi|, certified moi|, return receipt requested, addressed tothe CLIENT at 129 N. Second SXroed, Yakima, WA 98901 and to J'U'B atVK 422 Rivemide, Suite 384, Spokane, VVanhington, 09201. Either party, the CLIENT or J-U-B, may change his address for the purpose of this paragraph by giving written notice ofsuch change tothe other party inthe manner provided inthis paragraph. H. In aui|a investigation work and determining subsurface conditions for the PROJECT, the characteristics may vary greatly between successive test points and sample intervals. J U'Bwi|| coordinate this work in accordance with generally accepted engineering practices and makes no other warranties, expressed or implied, as to the professional advice furnished by others under the terms ofthis AGREEMENT. L J'U'B has not been retained or compensated to provide design and construction review services no|oUng to the Contractor's safety precautions or to maano, msdhodo, baohniquoa, sequences or procedures required for the Contractor to perform his work ino|uding, but not limited to, aircraft safety pnaoautione, ahoring, onaffo|ding, underpinning, temporary retainmentofexcavations, and any erection methods and temporary bracing. Agreement For Professional oommev—FAA Format oouo(1m000 14:49:0°M) Page 4.04 MEDIATION BEFORE LITIGATION Anyanda||dinpubeoehsingoutoforra|abodhothoAgnaemenLexueptforUhapoymentcfJ'U'B'ofaeu.ohaU basubmitted to nonbinding mediation before mutually acceptable mediator as a condition precedent to litigation or other binding adjudicative procedure unless the parties mutually agree otherwise. The CLIENT further agrees to include similar mediation provision in all agreements with independent contractors, consultants, subcontractors, subconsultants, suppliers and fabricators on the Project, thereby providing for mediation as the primary method for dispute naoo|uUun among all the parties involved in the Project. In the event the parties are unable to agree on a mediator, said mediator shall be appointed by a court of competent jurisdiction or, if not possible, the American Arbitration Association. If a dispute relates to, or is the subject of a lien arising out of J-U-13's Services, J-U-13 or its subconsultants may proceed in accordance with applicable law to comply with the lien notice and filing deadlines prior to submission of the matter by This Contract shall be governed by and interpreted under the laws of the State of Washington. The parties agree that in the event it becomes necessary to enforce any of the terms and conditions of this Contract that the forum, venue and jurisdiction in that particular action shall be in Yakima County, WA. 4.05 INSURANCE AND INDEMNITY A. re and maintain, atits expense, Commercial General Liability insurance of $1,000,000 combined single limit for personal injury and property damages, and Professional Liability Insurance of $1.000.000 per claim for protection against claims arising out of the performance of services under this Contract caused by negligent ods, anone, or omissions for which J'U'B is |aQa||y |iob|a, subject to and limited by the provisions in Subsection 4.05.D. "Allocation of Riuko'', if any. J'U'B shall deliver to the CL|ENT, prior to execution of the AGREEMENT by the CLIENT and prior to commencing work, Certificates of Insurance, identified on their face on the Agreement Number to which app|inab|e, as evidence that policies providing such coverage and limits of insurance are in full force and effect. J-U-B shall acquire and maintain statutory workmen's compensation coverage. Thirty (30) days advance notice will be given in writing to the CLIENT prior to the omnoa||ation, terminatinn, or alteration of said policies of Insurance. B. Tothe fullest extent permitted by law. J'U'B ohsd| indemnify and hold harmless CLIENT, and CL|ENTaofficers, dirnobro.pmdnar .mgnnts.00noubant.ondemployeaa from and against any and all claims, costs. |ouaea. and damages (including but not limited boall fees and charges of CL|ENT, aruhibucts, attommys, and other profeosione|o, and all nourt, nrbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itue|f), including the |oua of use resulting therefrom. but only to the extent caused by any negligent aut, arror, or omission of J-U'B orJ'U'8'm offivaro, diractoro, partnens, employees, or Consultants. The indemnification provision of the preceding sentence is subject to and limited by the provisions agreed to by CLIENT and J'U'BinSubsection 405.O."Allocation ufRioko.^ifany. C. Indemnification by,CLIENT. Tothe fullest extent permitted by |aw. CLIENT shall indemnify and hold harmless J'U'B. J'U'B'o of5cers, diraotoxo, partnero, oQenta, employees, and Consultants from and against any and all claims costs, losses, and damages (including but not limited to all fees and charges ofJ-U'B. enchiteoto, otturnayo, and other pnohaoaiono|n, and all ouurt, arbitnation, or other dispute resolution ouato) arising out of or relating to the PROJECT, provided that any such claim cost, |000, or damage is attributable to bodily injury, uiokneoo, diommoa, or death or to injury toordestruction oftangible property (other than the Work itoe|f). including the loss ufuse resulting there from, but only to the extent caused by any negligent act, orror, or omission of CLIENT or CL|ENT'a nfficoro, dinectoro, or emp|oymmo, retained by or under contract to the CLIENT with respect tothis AGREEMENT ortothe PROJECT, O. Allocation ofRisks. The CLIENT and J'U'Bhave discussed the risks, rewards and benefits ofthe project and the design professional's total fee for services. The risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, J-U-B's total liability to the CLIENT Agreement For Professional Services — FAA Format onzo(12/13mon^49*oFM) Page for any and all injuries, claims, losses, expenses, damages or claims expenses arising out of this agreement from any cause or causes, shall not exceed the total amount of fees paid to J-U-B under this Agreement. Such cnumae inc|ude, but are not limited to J-U'B'o nag|igance, enone, omission and strict liability. Neither CLIENT nor J'U'B ohoU be responsible for incidanto|, indirect or consequential damages. E. J'U'B nunemau the right to obtain the services ofother consulting engineers and consultants experienced in airport work to prepare and execute o portion of the work that na|abas to the PROJECT. F. Nothing contained in this agreement shall create a contractual relationship with ora cause of action in favor of a third party against J-U-B. 4.06 EXTENT OF AGREEMENT This Agreement represents the entire and integrated agreement between the CLIENT and J'U'8 and supersedes all prior negotiations, nepreoantaUonm, or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both the CLIENT and J-U-B. ARTICLE FAA FEDERAL CLAUSES 5.01 SUCCESSORS AND ASSIGNMENTS A. The CLIENT and J-U-8each binds itself and its partners, successors, executors, administrators and assigns to the other parties to this Agreement, and to the successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement. B. It is understood by the CLIENT and J-U-B that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the CLIENT and the FAA under aGrant Agreement for the PROJECT. C. This Agreement may not be assigned except upon specific prior written consent of the CLIENT. 5.02 TERMINATION A. TERMINATION FOR CONVENIENCE The CLIENT may, bywritten notice bmJ-U'B, terminate this Agreement for its convenience and without cause or default on the part of J-U-B. Upon receipt of the notice of termination, except as explicitly directed by the CLIENT, J-U-B must immediately discontinue all services affected. Upon termination of the AQnymment. J'U'8 must deliver to the CLIENT all data, surveyo, mode|a, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by J-U-B under this contract, whether complete or partially complete. CLIENT agrees to make just and equitable compensation to J-U-B for satisfactory work completed up through the dote J'U'B receives the termination notice. Compensation will not include anticipated profit onnon-performed services. CLIENT further agrees to hold J'U'B harmless for errors or omissions in documents that are incomplete oneresult ofthe termination action under this clause. B. TERMINATION FOR DEFAULT Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential hothe completion ofthe work per the terms and conditions cfthe Agreement. The party initiating the termination action must allow the breaching party on opportunity to dispute or cure the breach. Agreement For Professional Services —p*A Format 0320(1211312021*4*o PM) Page The terminating party must provide the breaching party 7days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent ofthe breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this u|auam are in addition to any other rights and remedies provided by |mm or under this agreement. a) Termination by CLIENT: The CLIENT may terminate this Agreement in whole or in port. for the failure of J-U-B to: 1. Perform the services within the time specified in this contract or by CLIENT approved exbanoion� 2. Make adequate progress so as to endanger satisfactory performance of the Project-, or 3. Fulfill the obligations of the Agreement that are eaoenUo| to the completion of the Project. Upon receipt of the notice of termination, J-U-B must immediately discontinue all services affected un|oaa the ncdiom directs otherwise. Upon termination of the Agnooment. J'U'8 must deliver bothe CLIENT all data, aumays, modm|o, drawings, npanificobono, noports, mapo, photographo, eaUmohos, nummariem, and other documents and materials prepared byJ'U'B under this contract, whether complete or partially complete. CLIENT agnooa to make just and equitable compensation to J'U'B for satisfactory work completed upthrough the date J'U'Breceives the termination notice. Compensation will not include anticipated profit onnon-performed services. CLIENT further agrees to hold J'U'8 harmless for errors or omissions in documents that are incomplete noaresult ofthe termination action under this clause. If, after finalization of the termination action. the CLIENT determines J'U'B was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the CLIENT issued the termination for the convenience ofthe CLIENT. b) Termination by Consultant: J-U-8may terminate this Agreement inwhole orinpart, if the CLIENT: 1 Defaults onits obligations under this Agreement; 2. Fails tomake payment toJ'U'Binaccordance with the terms ofthis AQreeme�� 3. Suspends the Project for more than 120days due hmreasons beyond the control of J'U'B. Upon receipt ofenotice oftermination from J-U'B,CLIENT agrees tucooperate with J'U'Bfor the purpose ofterminating the agreement orportion thereof, bymutual consent. If CLIENT and J'U'B oonncd reach mutual agreement on the termination oett|ament. J'U'B may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the CLIENT's breach of the contract. In the event of hannineUon due to CLIENT breach, the Engineer is entitled to invoice CLIENT and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by J-U-B through the effective data of termination action. CLIENT ognoao to hold J'U'8 harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. 5.03 CERTIFICATIONS OFJ'U-BAND CLIENT A. The CLIENT and J-U-13hereby certify that J-U-Bhas not been required, directly orindirectly, as an expressed or implied condition in connection with obtaining or carrying outthis contract, to: 1. employ orretain, oragree toemploy nrretain, any firm orpersons; or Agreement For Professional aomicoo-FAA Format 0320(12/13o0214:*9:0PM) Page r*Axoommont-oo1n 2. pey, oragree bu pay, to any firm, person or organization, any fee, nonthbuUon, donation or consideration ofany kind. B. A signed "Certificate for Contracts, Grants, Loans, and Cooperative Agreements" is included with this agreement. 5iO4 TAX DELINQUENCY AND FELONY CONVICTIONS J-U-B certifies, by submission of this proposal or acceptance of this contract, that it is not a corporation that has any unpaid Federal tax liability that has been omsessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. J'1.1'8 further represents that it is not a corporation that was convicted of criminal violation under any Federal law within the preceding 34 months. 5.05 CIVIL RIGHTS GENERAL J'U'Bagrees that it will comply with pertinent statutes, Executive Orders, and such rules as are promulgated to ensure that no person ohmU. on the grounds ofrace, craed, odor, national ohgin, uex, ago, or disability, be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds J'U'B and oubtier consultants from the solicitation period through the completion of the contract. This provision is in addition to that required ofTitle V| of the Civil Rights Act of 1964. 5.06 CIVIL RIGHTS TITLE V1'NONDISCRIMINATION REQUIREMENTS During the performance of this contract, J'U'B, for itself, aubconoultonta, its assignees and successors in interest, agrees aafollows: A. Compliance with Requ4abons. J'U'Bwill comply with the Title V|List ofPertinent Nondiscrimination Acts and Authorities aothey may baamended from time totime (hereinafter referred toasthe Regulations), which are herein incorporated by reference and made a part of this contract. B. Non-discrimination,, J'U'B, with regard buthe work performed by itduring the contract, shall not discriminate on the grounds of nooe, oo|or, or national origin in the selection and retention of ouboonau|tontm, including procurements ofmaterials and |eoomo of equipment. J'U'Bwi|| not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authoritiao, including employment practices when the contract covers any aotivity, pnoject, or program set forth inAppendix Bof4QCFRPart 21. C. Solicitations for Subcontracts, _IncludinqProcurements of K�h� ���In allso|iu�otionoeitherbycompetiUvebiddingorne0oU*dionmadebyJ'U'Bformmrkhobaperfonned under a aubcontnact, including procurements of materials or |aaoeo of equipment, each potential subconsultant or supplier will be notified by J-U-B of J-U-B's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. D. Information and Reports. J'U'Bvvi|| provide all information and reports required bythe Acts, the Regulations and directives issued pursuant thereto and will permit access to its books, renorda, acuounte, other sources ofinformation, and its facilities as may be determined by the CLIENT or the FAA to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities, and instructions. Where any information required of J-U-B is in the exclusive possession of another who fails or refuses to furnish this informeUon. J'U'Bvvi|| on certify to the CLIENT or the FA\, as appropriate, and will set forth what efforts it has made to obtain the information. E.Noncompliance. |nthe event ofJ'U'B'anoncompliance with the nnn'dinchmination provisions of this contract, the CLIENT will impose such contract sanctions as it or the FAA, may determine to be appropriate, including, but not limited to: 1 withho|dingofpaymentotoJ'U'8undarUhocontmaotunti|J'U'Bcomp|ien.and/or 2. cancellation, termination, or suspension of the contract, in whole or in part. Agreement ForPmfevvwna|norvwoo-pAA Fvnnu 0320(12/13/20214:*9:0PM) Page pAAxgmomvnt-xo1n F. Incorporation of Provisions. J'U'Bwill include the provisions ofparagraphs Athrough Einevery suboonlnact, including procurements of materials and |aaoea of equipment, unless exempt by the Aots. Regulations and directives issued pursuant thereto. J'U'BxviU take such action with respect to any subcontract or procurement as the CLIENT or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that ifJ'U'Bbecomes involved in, or is threatened with. litigation by o aubconsu|tont or supplier as o noou|t of such direction, J-U-B may request the CLIENT to enter into such litigation to protect the interests of the CLIENT. In addition, J-U-B may request the United States to enter into such litigation to protect the interests wfthe United States. 8.07 TITLE VILIST OFPERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, J'U'8, for itself, its aongneeo, and oucoaonono in interest agrees to comply with the following non-d iscrim i nation statutes and authorities; including but not limited to: ° Title V| of the Civil Rights Act of 1984 (43 U.S.C. § 2000d et seq., 78 sta. 252). (prohibits discrimination onthe basis nfrace, color, national origin); = 48 CFR pad 21 (Non'diochmination In Federal y-Auaistad Programs of The Department of Transportation —Effectuation ofTitle V|ofThe Civil Rights Act of1AG4); 0 The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4681). (prohibits unfair treatment of persons displaced or whose property has been acquired because ufFederal orFederal-aid programs and pnojocto); • Section 504 of the Rehabilitation Act of 1973. (29 U.S.C. § 794 et uaq.), as amended, (prohibits discrimination onthe basis ufdiaabi|ity);and 4ACFRpart 27; ° The Age Discrimination Act of 1975. as emended. (42 U.S.C. § 6101 at eaqj. (prohibits discrimination onthe basis ofage); • Airport and Airway Improvement Act of 1982. (49 USC § 471. Section 47123), as amended. (prohibits discrimination based on nooa, uneed, oo|or, national origin, uraex); ° The Civil Rights Restoration Act of1A87. (PL 100'209). (Broadened the scope, coverage and applicability of Title \4 of the Civil Rights Act of 1984. The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973. by expending the definition of the tanna "programs or activities" to include all of the programs or activities of the Federal -aid necipimnts, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles || and III ofthe Americans with Disabilities Act uf1QB0.which prohibit discrimination onthe basis of disability in the operation of public mntiUms, public and private transportation eystumn, p|ecae of public aucommodatimn, and certain hosting entities (42 U.S.C. §§ 12131 - 12189) as imp|emmntedbyOapartmantcfTranapudatiunnogu|mdionnat4QCFRporto37end38� • The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race, no|or, noUnno| origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging pnognoma, po|ioieo, and activities with disproportionately high and edunme human health orenvironmental effects onminority and low-income populations; ° Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 bo741UO); • Title |X of the Education Amendments of 1972. as ommnded, which prohibits you from discriminating because ofsex in education programs or activities (20 U.S.C. 1681 atnnq). Agreement For Professional aemwoo-FxA Format 0320(12/13m0214:49*0mw Page 6.08 DISADVANTAGEDBUSINESS ENTERPRISE (49 CFR Part 26) A. The requirements of40CFRpart 2Gapply huthis contract. |tiothe policy of the CLIENT bopractice nondiscrimination based on raoe, co|or, sex or national origin in the award or performance of this contract. The CLIENT encourages participation by all firms qualifying under this solicitation regardless ofbusiness size orownership. B. Contract Assurance (§26.13). J'U-B shall not discriminate on the basis ofrace, co|or, national origin, or sex in the performance of this contract. J'U'B shall carry out applicable requirements of 49 CFR Port 28 in the award and administration ofDOT assisted contracts. Failure by J'U'B to carry out these requirements is a material breach of this uontraot, which may naou|t in the termination of this contract or such other remedy, as the recipient deems appropriate. C. Prompt Payment (§36.39). J'U'B agrees to pay each consultant under this agreement for satisfactory performance of its contract no later than 30 days from the receipt of each payment J'U'B receives from the CLIENT. J'1.1'8 agpaaa further to return retoinega payments to each subconsultant within 30 days after the subconsultant's work is satisfactorily completed.Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the CLIENT. This clause applies to both DBE and non -DBE auboonou|tanta. 6.09 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (49 CFR Part 20, Appendix A) A. No Federal appropriated funds shall be paid, by or on behalf of J-1.1-13, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congnana, or an employee of Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal grant, contract, loan, or cooperative agreement. B. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congn000, or an employee of Member of Congress in connection with any Federal contract, |oan, gnant, or cooperative agreement, J U'B oheU complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. C. J-U-B shall require that the language of this certification be included in the award documents for all uub'owmndo at all tiers (including oubnnntnmnto, aub'gnonto, and contracts under grants, |oona, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. 5.10 EQUAL OPPORTUNITY CLAUSE During the performance ofthis contract, J'U'Bagrees aofollows: (1) J'U'B will not discriminate against any employee orapplicant for employment because of race, oo|or.re|iginn.oex.ornetiona|origin.J'U'8wiUtokeaffinnotiveactiontonnounothotapp|inanbyona amp|oyed, and that employees are treated during employment without regard to their noce, co|or, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not belimited tothe following: employment, upgrading, demotion, ortrmnofer;recruitment orrecruitment advertioing� layoff ortarminatiun� rates of pay or other forms of compensation; and selection for training, including apprenticeship. J'U'B agrees to post in conspicuous p|aoea, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) J'L1-8will, inall solicitations or advertisements for employees placed byoronbehalf ufJ'U'8.state that all qualified applicants will receive considerations for employment withoutregard horace, color, re|igion, sex, ornational origin. (3) J'U'Bwi|| send boeach labor union orrepresentative ofworkers with which he has collective bargaining agreement or other contract or understanding, a notice to be provided advising the said Agreement For Professional semmou-rAA Format unzn(12ou/2o21^:4ovvPM) Payom (7) (5) labor union or workers' representatives ofJ-U'8's commitments under this aeuUon, and shall post copies of the notice in conspicuous places available to employees and applicants for employment, (4) J-U-B will comply with all provisions of Executive Order 11246 of September 24, 1QO5.and ofthe rules, regulations, and relevant orders ofthe Secretary ofLabor. J-U-B will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access ho his bonkn, neoonds, and 0000unba bythe administering agency and the Secretary ofLabor for purposes of investigation to ascertain compliance with such ru|an, nugu|aUona, and orders. (6) In the event ofJ'U'B'n noncompliance with the nondiscrimination clauses of this contract or with any of the said nuleo, regulaUone, or orders, this contract may be canoeled, tenninabed, or suspended in whole or in part and J'U'B may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 1124GofSeptember 24. 1QS5.and such other sanctions may bmimposed and remedies invoked as provided in Executive Order 11246 of September 24. 1965. or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. J'U'B will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by ru|ea, regu|ationo, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 1124GofSeptember 24. 1AG5.uuthat such provisions will bebinding upon each subcontractor orvendor. J'U'Bwill take such action with respect to any subcontract orpurchase order as the administering agency may direct as a means of enforcing such pruviaiona, including sanctions for noncompliance: Provided, however, That inthe event J'U'B becomes involved in, or is threatened with, litigation with m subcontractor or vendor as a result of such direction by the administering agency J'U'B may request the United States to enter into such litigation to protect the interests ofthe United States. 6.11 ACCESS TO RECORDS AND REPORTS J'U'Bmust maintain enacceptable cost accounting system. J'U'Bagrees toprovide the CLIENT, the FAA, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of J-U-B which are directly pertinent to the specific contract for the purpose ofmaking audit, examination, excerpts and transcriptions. J'U'Bagrees bumaintain all books, records and reports required under this contract for a period of not less than three years after final payment iomade and all pending matters are closed. 5.13 TRADE RESTRICTION CERTIFICATION (49CFIRPart 30) Bysubmission cfanoffer, J'U'Bcertifies that with respect tothis solicitation and any resultant contract, the Offeror - A. is not owned or controlled by one or more citizens of foreign country included in the list of countries that discriminate against U.S. firms aapublished bythe Office ofthe United States Trade Ropneuantativo(U.GT.Rj; O. has not knowingly entered into any contract or subcontract for this project with a parson that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms aopublished bythe U.SIR;and C. has not entered into any subcontract for any product to be used on the Federal public works project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published bythe U.GT.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of fa|no, fictiUouo, or fraudulent certification may render the maker subject to prosecution under Title 18. United States Code, Section 1001. Agreement For Professional semmeu—pAArvnna 0320(12113120214^9:0mw pago11 r*mAgreemonLzo1n J-U-Bmust provide immediate written notice to the CLIENT if J-U-B learns that its certification mthat of subuonoultont was erroneous when submitted or has become erroneous by reason of changed circumstances. J-U-B shall require subconsultants provide immediate written notice to J-U-B if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR3O.17.nocontract shall buawarded toaauboonou|tant: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list ofcountries that discriminate against U.S. firms published bythe U.ST.R.or 2) vvhooa eubnonou|tontm are owned or controlled by one or more citizens or nationals of foreign country on such U.ST.R. list or 3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to nondmr, in good haith, the certification required by this provision. The knowledge and information of consultant is not required to exceed that which is normally possessed by a prudent person in the ordinary course ofbusiness dealings. J'U'B agnuaa that, if awarded e contract nnou|Ung from this ao|ioibodon, it will incorporate this provision for certification without modification in in all lower tier subcontracts. J'U'B may rely on the certification of prospective subconsultant that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless J-U-B has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it in later determined that J U'B nrouboonuu|tant knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the CLIENT cancellation of the contract or subcontract for default otnocost tothe CLIENT nrthe FAA. 5.13 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION J-U-B certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation inthis transaction byany Federal department oragency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, no|icitationo, pnopuao|e, coniracta, and subcontracts. For each lower tier subcontract that exceeds $25.000 as a "covered transaction", J'U'8 shall verify each lower tier participant of "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. J'U'Bwill accomplish this by: 1) Checking the System for Award Management adwebaihe: http:0xmww.oam.gov 2) Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder orOffanor).above. 3) Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to o higher tier participant that it was excluded or disqualified atthe time it entered the covered transaction, the F/V\ may pursue any available remedies, including suspension and debarment nfthe non -compliant participant. 5.14 OCCUPATIONAL HEALTH ACT OF197U All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Port 1010 with the same force and effect as if given in full text. J'U'B shall provide n work environment that is free from recognized hazards that may cause death or serious physical homn to the employee. J'U'B retains full responsibility to monitor its compliance and their ouboonou|tanCncompliance Agreement nxPmevmona|Semicoo—FAA Format 0320(1211312021+^*0mm pago1u Fxxxoreemont—zo1n with the applicable requirements ofthe Occupational Safety and Health Act cf1Q7O(2UCFRPart 101O). J'U'B will address any claims ordisputes that pertain to n referenced requirement directly with the U.S. Department ofLabor — Occupational Safety and Health Administration. 5i15 FEDERAL FAIR LABOR STANDARDS ACT All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201. the Federal Fair Labor Standards Act (FLGA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. J'U'B has full responsibility to monitor compliance tothe referenced statute or regulation. J'U'8wiU address any claims ordisputes that arise from this requirement directly with the U.S. Department cfLabor —VVagaandHourOixioion. 5.16 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), J-U-13 and all sub -tier consultants must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled vetenono, and small business concerns (on defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. 5.17 TEXTING WHILE DRIVING. In accordance with Executive Order 13513. "Federal Leadership on Reducing Text Messaging While OhvinQ^ and DOT Ondor3QO2.1O ~Text Messaging While Driving" FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted dhveno, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. J-U-B has in place a policy within J-U-B Accident Prevention plan that prohibits all employees from texting and driving. J-U-B shall include these policies in each third party subcontract involved on this project. 5.18 HUMAN TRAFFICKING A` J'U'B. J'U'B'semp|oyaoo. and subcontractors may not engage in severe forms oftrafficking in persons during the period of time that the FAA award is in effect, procure a commercial sex act during the period of time that the award is in effect, or use forced labor in the performance of the award orsub-awards under the award. B. For the purpose ofthis award term, "employae'includes: 1. An individual employed by you or a sub -recipient who is engaged in the performance of the project orprogram under this award 2. Another person engaged in the performance of the project or program under this award and not compensated by you, inu|uding, but not limited to, o volunteer or individual whose services are contributed byathird party ason in -kind contribution toward cost sharing ormatching requirements. C. For the purposes of this award term only, "forced labor" means labor obtained by any of the following methods: the recruitment, herboring, tranaportation, pruviaion, or obtaining of person for labor or oemivae through the use of force, houd, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, orslavery. O. For the purposes ufthis award term only, "severe forms of trafficking inperuona.^"commercial sex act," and "coercion" have the meanings given at Section 103 of the TVPA, as amended (22 U.S.C. 7102). Agreement For Professional Services — FAA Format o32o(1211312o21^49:oPM) Poge1n FmA^gnmmont—zo10 5i19 ENERGY CONSERVATION J-U-13 and any subconsultants agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42U.G.C.8201etoeq). 5.20 PROHIBITION OFSEGREGATED FACILITIES (1) J'U'B agrees that it does not and will not maintain or provide for its employees any segregated facilities atany ofits establishments, and that ddoes not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. J'U'B ngnueo that o breach of this clause is a violation of the Equal Opportunity clause in this contract. (2) "Segregated facilities," as used in this dauoo, means any waiting roomo, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking |ota, drinking hzunboina, raonooUon or entertainment onooe, tnanoportaUon, and housing facilities provided for emp|oyeao, that are segregated by explicit directive or are in hecL segregated on the basis of reca, oo|or, ra|igion, oax, or national origin because of written or nns| policies or employee custom. The term does not include separate or single -user neoi rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (3) �U-B shall include this clause in every subcontract and purchase order that issubject tothe Equal Opportunity clause of this contract. 5.21 BREACH OFCONTRACT TERMS (49 CFRPart 10.36) Any violation nrbreach oyterms cf this contract onthe part ofJ'U'Borits oubuonoultanhumay result inthe suspension or termination of this contract or such other action that may be necessary to enforce the rights ofthe parties ofthis agreement. CLIENT will provide J'U'B written notice that describes the nature of the breach and corrective actions J'U'Bmust undertake inorder buavoid termination ufthe contract. CLIENT reserves the right tnwithhold payments to Contractor until such time J'U'B corrects the bnyooh or the CLIENT elects toterminate the contract. The CLIENT's notice will identify a specific date by which J-1.1-13 must correct the breach. CLIENT may proceed with termination of the contract if J-U-13 fails to correct the breach by deadline indicated in the CLIENT's notice. The duties and odkJoUono imposed bythis Agreement and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 5.22 CLEAN AIR AND WATER POLLUTION CONTROL J-U-13ogrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740'7671q) and the Federal Water Pollution Control Act as amended (33U.S.C. § 1251-1387). J-U-13 agrees to report any violation to the CLIENT immediately upon discovery. The CLIENT assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. 5.23 AFFIRMATIVE ACTION TOENSURE EQUAL EMPLOYMENT OPPORTUNITY 1J'U'B'oottenUnn iocalled hzthe "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract 8penifioationo" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for J'U-B'naggregate workforce in each trade on all construction work inthe covered area, are as Timetables Agreement For Professional aamicoo-FAAFonno 0320(2113120214:4*0m) Pano14 Fxx*gmemanLzo10 Goals for minority participation for each trade: [A.796 ] Goals for female participation ineach trade: [G.Q96 ] These goals are applicable to all ofJ'U'8'n construction work (whether or not it is Federal or federaUy'eaoioted)performed inthe covered area. |fthe contractor performs construction work in o geographical area located outside of the covered area, it oho|| apply the goals established for such geographical area where the work ioactually performed. With regard tothis second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction. J'U-B'ocompliance with the Executive Order and the regulations in41 CFR PartGO-4 uhoU be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required bythe specifications set forth in41 CFRSO'4.3(a).and its efforts homeet the goals. The hours of minority and famm|n employment and training must be substantially uniform throughout the length of the oontrmot, and in each tnada, and the contractor shall make e good faith effort to employ minorities and woman evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting J'U'B'S goals shall be o violation of the contract, the Executive Order and the neQu|eUone in 41 CFR Pod 60'4. Compliance with the goals will be measured against the total work hours performed. 3 J-U-B shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10.080 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the neme, oddraoo, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract intobeperformed. 4. As used in this notice and inthe contract resulting from this solicitation, the "covered area" ie Washinqton State, Yakima CountV, and City of Yakima. Agreement For Professional somwo —rAApvnnu 0320h2/13m0214:49:0nw PuOe10 F*A«ereemont—uo1n IN WITNESS WHEREOF, the CLIENT and J-U-B hereto have made and executed this AGREEMENT as of the day and year first above written. CLIENT: CITY OF BY: Name: Title: A, WA INGTON vryttl, nia, 4 CITY CONTRACT NO: RESOLUTION NO: J-U-B: J-U-B ENGINEERS, Inc. By: Name : ( Title: ATTEST Name: Toby Epler, P.E. Name: Title: Aviation Services Group Manager Title: Applicable Attachments or Exhibit to this Agreement are indicated as marked Certification For Contracts Grants, Loans, and Cooperative Agreements J-U-B Debarment Lookup Attachment 1 — Scope of Services, Basis of Fee and Schedule Attachment 1A — Detailed Scope of Work Attachment 1B — Fee Breakdown Attachment 2 — Special Provisions Exhibit A — Construction Phase Services Agreement For Professional Services — FAA Format 0320(12/13/20214:49:00 PM) FAA Agreement_2019 Page 16 CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, tothe best ofhis orher knowledge and belief, that: 1No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, |oen, or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification buincluded inthe award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made orentered into. Submission of this certification iaaprerequisite for making orentering into this transaction imposed bysection 1352.title 31.US.Code. Any person who fails bnfile the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such faityre, Si Sponsor's Authorized Representative Agreement For Professional aomwev—pAA Format 0320h2/13/20214*9:00m* PoUen pAx^gmomonLuo10 Last updated by Wendy Givens Soloman on Apr 22, 2021 at 1127 AM J-U-B ENGINEERS, BSC SAMoov® J-U-B ENGINEERS, INC. DUNS Unique Entity ID 078408341 Purpose of Registration All Awards Physical Address 2760 W Excursion LN STE 400 Meridian, Idaho 83642-5313 United States Doing Business as J-U-B Congressional District Idaho 01 Registration Dates Activation Date May 12, 2021 SAM Unique Entity ID WU2TGK7D3J49 Registration Status Active Mailing Address 2760 W Excursion Lane Suite 400 Meridian, Idaho 83642 United States Entity Dates Entity Start Date Jan 1, 1954 Immediate Owner CAGE (blank) Highest Level Owner CAGE (blank) Division Name J-u-b Engineers, Inc. State / Country of Incorporation Idaho United States Submission Date Apr 22, 2021 Fiscal Year End Close Date Dec 31 Legal Business Name (blank) CAGE / NCAGE OKJYO Expiration Date Apr 22, 2022 Division Number (blank) URL www.jub.com Initial Registration Date Jan 15, 2002 Legal Business Name (blank) Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM. They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAM demonstrates the registrant responded to the proceedings questions. I authorize my entity's non -sensitive information to be displayed in SAM public search results: Yes Business Types Entity Structure Corporate Entity (Not Tax Exempt) Profit Structure For Profit Organization Socio-Economic Types Entity Type Business or Organization Organization Factors (blank) Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the htips://saingov/entily/078408391/coreData?stains=Active Page 1 of 2 Last updated by Wendy Givens Soloman on Apr 22, 2021 at I 127 AM SBA supplemental pages during registration. .1-U-8 ENGINEERS, INC. Accepts Credit Card Payments Yes EFT Indicator 0000 Debt Subject To Offset No CAGE Code OKJYO Electronic Business 0 Laurel Fritz, Corporate Accountant 2760 W Excursion Lane Suite 400 Meridian, Idaho 83642 United States Government Business 0 Timothy J Haener, President/CEO Clyde J Hurst, Project Manager NAICS Codes Primary Yes NAICS Codes 541330 221310 221320 236220 237110 237210 237310 237990 541320 541370 541618 541620 541820 562910 925120 2760 W Excursion Lane Suite 400 Meridian, Idaho 83642 United States 400 Memorial Drive Idaho Falls, Idaho 83402 United States Yes, this entity appears in the disaster response registry, States Idaho Utah Washington Counties NAICS Title Engineering Services Water Supply And Irrigation Systems Sewage Treatment Facilities Commercial And Institutional Building Construction Water And Sewer Line And Related Structures Construction Land Subdivision Highway, Street, And Bridge Construction Other Heavy And Civil Engineering Construction Landscape Architectural Services Surveying And Mapping (Except Geophysical) Services Other Management Consulting Services Environmental Consulting Services Public Relations Agencies Remediation Services Administration Of Urban Planning And Community And Rural Development „ Metropolitan Statistical Areas https://samgovientity/078408341/torenom?status—Active Page 2 of 2 Last upclared by Kara Harwood on Dec 10, 2020 at 01:22 PM i3UD1NGER & ASSOCIATES, ',VG SAMoov® BUDINGER & ASSOCIATES, INC. DUNS Unique Entity ID 081491961 Purpose of Registration All Awards Physical Address 1101 North Fancher RD Spokane Valley, Washington 99212-1275 United States SAM Unique Entity ID E56XMJRCJAK5 Registration Status Active Mailing Address 1101 North Fancher Road Spokane Valley, Washington 99212-1275 United States CAGE / NCAGE 1GU98 Expiration Date Dec 10, 2021 Doing Business as (blank) Congressional District Washington 05 Registration Dates Activation Date Dec 10, 2020 Entity Dates Entity Start Date Jan 1, 1976 Division Name (blank) State / Country of Incorporation Washington / United States Division Number (blank) URL www.budingerinc.com Submission Date Dec 10, 2020 Immediate Owner CAGE (blank) Highest Level Owner CAGE (blank) Fiscal Year End Close Date Dec 31 Legal Business Name (blank) Legal Business Name (blank) Initial Registration Date May 21, 2001 Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM. They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAM demonstrates the registrant responded to the proceedings questions. I authorize my entity's non -sensitive information to be displayed in SAM public search results: Yes Business Types Entity Structure Corporate Entity (Not Tax Exempt) Profit Structure For Profit Organization Socio-Economic Types Entity Type Business or Organization Organization Factors Subchapter S Corporation Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. lotps://sam goviemity/081491961/coreData?statra =Active Page 1 of 2 Last updated by Kara lIarwood on Dec 10, 2020 at 01 22 PM BUDINGER & ASSOCIATES, INC:. Accepts Credit Card Payments Yes Debt Subject To Offset Yes EFT Indicator 0000 CAGE Code 1GU98 Electronic Business 0 Marcy E. Burchett, Bookkeeper Stephen D. Burchett, Principal 1101 N Fancher RD Spokane Valley, Washington 99212 United States 1101 North Fancher Spokane Valley, Washington 99212 United States Government Business 0 Marcy E. Burchett, Bookkeeper Stephen D Burchett, Principal 1101 N Fancher RD Spokane Valley, Washington 99212 United States 1101 North Fancher Spokane Valley, Washington 99212 United States Past Performance 0 Stephen D. Burchett, Principal John E. Finnegan, Principal 1101 North Fancher Spokane Valley, Washington 99212 United States 1101 North Fancher Spokane Valley, Washington 99212 United States NAICS Codes Primary Yes NAICS Codes 541330 237110 238190 541350 541360 541370 541380 562910 Product and Service Codes PSC H156 NAICS Title Engineering Services Water And Sewer Line And Related Structures Construction Other Foundation, Structure, And Building Exterior Contractors Building Inspection Services Geophysical Surveying And Mapping Services Surveying And Mapping (Except Geophysical) Services Testing Laboratories Remediation Services PSC Name Quality Control- Construction And Building Materials This entity does not appear in the disaster response registry, https://satmgov/ernity/081491961/eoreData?stants--sAoive Page 2 of 2 Last updated by Trista Eckland on Mar 24, 2021 at 05: 14 PM ELCON ASSOCIATES, INC. SAM*GOV ELCON ASSOCIATES, INC. DUNS Unique Entity ID SAM Unique Entity ID 029200417 Purpose of Registration All Awards Physical Address 15220 NW Greenbrier PKWY STE 380 Beaverton, Oregon 97006-8163 United States VZLJV9369RW6 Registration Status Active Mailing Address 15220 NW Greenbrier PKWY STE.380 Beaverton, Oregon 97006 United States CAGE / NCAGE ODSY2 Expiration Date Mar 24, 2022 Doing Business as (blank) Congressional District Oregon 01 Division Name Elcon Associates Inc State / Country of Incorporation Oregon / United States Division Number Elcon Asso URL (blank) Registration Dates Activation Date Apr 19, 2021 Submission Date Mar 24, 2021 Initial Registration Date Feb 25, 2002 Entity Dates Entity Start Date Dec 16, 1975 Fiscal Year End Close Date Sep 30 Immediate Owner CAGE (blank) Legal Business Name (blank) Highest Level Owner GAGE (blank) Legal Business Name (blank) Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM. They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAM demonstrates the registrant responded to the proceedings questions. I authorize my entity's non -sensitive information to be displayed in SAM public search results: Yes Business Types Entity Structure Other Profit Structure For Profit Organization Socio-Economic Types Minority Owned Business Asian -Pacific American Owned Entity Type Business or Organization Organization Factors Subchapter S Corporation Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small Mtps://satn.gov/entity/024200417/coreData?slams=Active Page 1 of 2 Last updated by Trista Eckland on Mar 24, 2021 at 05:14 PM ELCON ASSOCMTES, INC. business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. Accepts Credit Card Payments No Debt Subject To Offset No EFT Indicator 0000 CAGE Code ODSY2 Electronic Business Kinh Pham Kinh D Pham, President 15220 NW Greenbrier PKWY STE.380 Beaverton, Oregon 97006 United States 12670 NW Barnes Road Portland, Oregon 97229 United States Government Business p. Kinh D Pham, President Kinh D Pham, President 15220 NW Greenbrier PKWY STE.380 Beaverton, Oregon 97006 United States 12670 NW Barnes Road Portland, Oregon 97229 United States NAICS Codes Primary Yes NAICS Codes 541330 238210 541611 Product and Service Codes PSC C1AA NAICS Title Engineering Services Electrical Contractors And Other Wiring Installation Contractors Administrative Management And General Management Consulting Services PSC Name Architect And Engineering- Construction: Office Buildings C1AZ Architect And Engineering- Construction: Other Administrative Facilities And Service Buildings C1BA Architect And Engineering- Construction: Air Traffic Control Towers C212 Architect And Engineering- General: Engineering Drafting, Not Cad/Cam C213 Architect And Engineering- General: Inspection (Non -Construction) C214 Architect And Engineering- General: Management Engineering C215 Architect And Engineering- General: Production Engineering C216 Architect And Engineering- General: Marine Engineering C222 Architect And Engineering- General: Electrical Systems This entity does not appear in the disaster response registry, intps-ilsuen,gcv/entity/029200417/coreData?stantsmAc141e Page 2 of 2 �-8 ENGINEERS, INC. J-1.1-13 ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES — (FAA FORMAT) Attachment 1-Scope mJServices, Basis mfFee, and Schedule PROJECT NAME: Taxlane Charlie Extension Project, Design and Bidding AIRPORT NAME: Yakima Air Terminal - McAllister Field CLIENT: City ofYakima, V&A A.I.P. NUMBER: 3'53'0089'053'2022 J'U'B PROJECT NUK8BER:45-21-021 ATTACHMENT TO: 04 AGREEMENT DATED: ; or 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 Al P 3-53-0089-052-2022 includes the Project Formulation, Design, Bidding, and Project Closeout Engineering Services for the following work: � Design and bidding phase services for construction of Taxilane(s) for GA aircraft and hangar development, safety area grading, security fencing improvements, etc. A detailed Scope of Services is provided in Attachment 1A - Detailed Scope of Work. PART ' BASIS OP F22 A. CLIENT shall pay J'U'Bfor the identified Services inPART 1amfollows: 1. Project Formu|mtion, Preliminary Dmoign, Final Design Phase, Bidding' and Project Closeout. The CLIENT aho|| compensate J'U'B on the basis of lump sum amount of One Hundred Seventy Six Thousand Seven Hundred Twenty Dollars and No Cents ($176,720.00). See Attachment 18for adetailed cost breakdown. PART 3-SCHEDULE 0fSERVICES J'U'Bwill perform all services according tothe following schedule: Begin design February 2O22 Bidding April 2022. closeout hofollow. Construction Phase summer of3U22/33aafunding becomes available. This Agreement shall boineffect from January 18.%U%2toDecember 31.2O22. |nthe 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 aathe PROJECT prwgraooaa, allowing for changes in anopo, character or size of the PROJECT requested by the CLIENT or for delays or other causes beyond J-U-B's Agreement For Professional Services - FAA Format Attachment 1-FAA Scope mServices, Schedule, and Basis mFee (nov.on1uoo) pann1'1 NOTE on Coronavirus and Schedule: J-U-B is committed to meeting your project schedule commitments as delineated above. As our response to the COVID-19 pandemic, J-U-B is engaging in safety procedures to help protect our clients, staff their families, and the public. Our staff or offices may be subject to quarantine or other interruptions. Since CO VID-19 impacts are beyond J-U-B's control, we are not responsible for the force majeure impacts to delivery timelines, or subsequent project delays and related claims, costs, or damages. Should circumstances related to the CO VID-19 issue arise with J-U-B staff or in a J-U-B office that will impact our delivery schedule, we will notify you of the circumstances and mutually agree to a schedule adjustment Exhibit(s): • Attachment 1A - Detailed Scope of Work • Attachment 1B Fee Breakdown For internal J-U-B use only: PROJECT LOCATION (STATE): Washington TYPE OF WORK: City R&D: Yes GROUP: Airport PROJECT DESCRIPTION(S): A. Airport (A05) Agreement For Professional Services — FAA Format Attachment 1 — FAA Scope of Services, Schedule, and Basis of Fee (Rev, 051220) Page 1-2 ��ENGINEERS, INC. J-1.1-13 ENGINEERS, Inc. AGREEMENT FOR PROFESSIONAL SERVICES Attachment 1 A — Detailed Scope of Work PROJECT NAME: TaxlaneCharlie Extension Project, Design and Bidding AIRPORT NAME: Yakima Air Terminal — McAllister Field CLIENT: City ofYakima, VW4 A1P\NU8HBEFK: 3-53'0089'052'2022 J'U'BPROJECT NUMBER: 45-21'U21 ATTACHMENT TO� 0 AGREEMENT DATED: The referenced Agreement for Professional Services executed between J-LI-] ENGINEERS, Inc. (J-L-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 /UP3'58'0D8Q'052'2O22includes the Project Formulation, Design, and Bidding Phase Services for the following Items: • Construct Taxilane(s) for GA Aircraft and Hangar Development adjacent to Taxiway Charlie. • Grade the Toxi|aneSafety and Object Free Areas tomeet FAA Standards. ° Install new Primary Security Fencing, add/relocate Primary access gata(a) and realign existing Primary Security chain link security fence in order to meet Transportation Security Administration (TSA)regulations 4QCFR1542.2O3Security ofthe Air Operations Area (4OA). • Demolish existing hangar(s) or physically move the existing hangar(s) up to the demolition costs of the facility. • Install utility sleeves as needed to avoid future pavement cuts to the paved Taxilane. • Improve drainage in the vicinity of the Taxilane. Work includes grading and installation of catch basins and pipes tocollect etormwoher. FART 2-SCOPE OFSERVICES BYJ-U-13 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 ofCLIENT. A. Task Q01:Project Formulation Phase 1. Conduct a Pre -design meeting with the CLIENT and FAA via conference call/Teams. The meeting will be held to determine the issues that will need to be addressed during the design of the project. The most current FAA Prodeoign Conference Checklist will be the guide for project discussions. Minutes of the Pre -design meeting will be compiled and forwarded to the FAA and CLIENT. 2. Assist the CLIENT with Project Scope development and formulation. J'U'Bwill prepare oScope 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'oAgreement for Professional Services 3. Upon FAA and CLIENT approval of the Scope of Services, J-U-B will prepare a listing of work tasks in a spreadsheet with "empty coUu^ forparson'houro. hourly reteo, mxpenaeo, and costs for this project. 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 opraadoheet, based on estimates of work to accomplish the Scope ofServices. 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 ohe|| be comprehensive in description of services and responsibilities of all contract parties, 5. Assist CLIENT with preparation and submittal of e draft FAA Grant Application for Federal Assistance for the project, including estimated project costs. 6. Assist CLIENT inthe submittal cfFAA Sponsor Certifications. These include the "Selection of 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 Disadvantaged Business Enterprise (DBE) and Airport Concession Disadvantaged Business Enterprise (ACO8E)requirements. o. Analyze opportunities for DBE participation during construction. b. Update opononr'aACDBEProgram Plan and submit tnFAA Civil Rights for review and approval as needed. c. Submit two (2)Fiscal Year End DBE and ACDBEannual reports. 8. Prepare and submit six (6) FAA Quarterly Performance Reports and two CO Fiscal Year End Financial FAA 271and 425forms throughout the project. 9. Attend eight (8) meetings with the Airport Director and Staff during the project in order to keep airport personnel and management abreast ofthe progress ofthe project. Discussions will include project design status, project phasing, budget and schedule updates. 10. Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data aodescribed. |tioanticipated that the CLIENT will prepare and process eight (8) monthly sets ofRFR 'packages' for this project. J'U'B will provide documentation nfcosts for the CL|ENT's use in performing the Request for Reimbursements including consultant invoices and reimbursement spreadsheet. B. Task 002: Preliminary Design Phase 1. Investigate the proposed job site atthe Airport. Allow civil design personnel to become familiar with the proposed job site. Take photognnphs, perform m visual survey of the pavement anaau. open field, hangar areas, and fence lines and otherwise document findings of visit. 2. Provide or obtain field aurveya, which include detailed topographic and cross section information nfimprovement areas for design purposes. Coordinate with surveyors toverify that design survey is performed as required. This will include one (1) on -site meeting with surveyors tu review project location and safety. The topographic survey ia expected totake 2 days inthe field. The general scope ofthe survey work will include the following: The primary area to be surveyed is the Taxilane Development area just west of Taxiway Charlie and north ofAirport Lane Road. The survey area shall include approximately 15acres ofthe project area. The existing pavement and shoulder surfaces within this area aho|| be section surveyed on 50'ftutotiono. The infield and grass surfaces within this area shall be surveyed on a 1 00-ft by 100- ftgrid.Topographioa|featuroovvithina||ofthaoaoneemuha||baoumeyodinc|udingbutnot|imited tograde breaks, existing pavement markings, hangar/bui|dingoornero. concrete slabs, fanoe(a). gata(m). drainage structures (invert elevations, pipes sizes, & rim a|avaUono). utility markers, edge of pavements, and lighting and electrical components. The total of all areas are approximately 15 ocnyn. J-U-13 Agreement for Professional Services Existing control monuments shall be used for the survey control and will need to be tied together bocheck for accuracy. The survey will have tobecoordinated with the Airport Director for airport access and optimum time bominimize disruption hoair traffic. The airfield pavements and runways will be open to oincraft, surveyors will have to monitor the local frequency and move out of safety areas for aircraft. The survey shall beconducted inaccordance toFAA AC150/537O'2Gsafety guidelines. Vertical datum should be in accordance to NAVD 88, and horizontal datum should be in accordance to NAO 83. Vertical tu|ononcos ohoU be +O02'haatfor paved surfaces and +0.05' hyotforunpovmdeurfouea. Horizontal tolerances shall bo+003'hyeL The collected data shall be provided electronically 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, 3. Administer design geoteohnico| engineer uubooneu|tont contract and coordinate delivery of work product. Provide quality control review cfwork products. This will include one (1) on -site meeting with geotechnical engineer subconsultant to review project location and safety. The general scope ofthe gembauhnioa|work will bmthe following: Administer eleven (111) cores/bore logs in the vicinity of the proposed Taxilane alignment to a depth of1D'haetorrefusal. The Qaotechnica| engineer shall immediately patch/fill all pavement core holes with on approved asphalt cold mix orsimilar 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 Limito, Grain Size Distribution. A sieve analysis oho|| 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 oiovaa of1'inch. %-inoh. 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 (3) California Bearing Ratio (CBR) tests shall be performed on bore log samples (with each test completed at a different location) at a depth of 24-inches which is the anticipated depth of subgrade. The geotaohniva| engineer shall coordinate with the Engineer to determine exact cone/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 personnel for access hmthe site. The gootechnica| firm shall submit three (3) copies ofthe final 0eotochnico| report including all required information as mentioned above to the Engineer within three (3) weeks upon finishing field work. The geotechnical firm shall submit a draft copy for review prior to finalizing the report and its findings. This line item mho|| include the coordination and contracting with genteohnioa| engineer aubuonou|tanL The geoteohnioa|engineer oubuonou|tantfees shall beaddressed inthe Expenoeo' Gubcuneu|tantSeotiun. 4. Analyze the gmoteohnico| testing data to determine the most coat effective form of construction. Analyze the performance and stability of existing asphalt 000tiuno as needed. Construction methods may include fb|| depth nonotruction, pavement removal and nep|anement, or isolated pavement overlay depending ontest results. Conduct meeting with the CLIENT and FAA via conference call to present findings of the Geotechnical Testing and analysis of existing pavement. Determine rehabilitation/construction method best suited for the pavement surfaces. 5. Coordinate with on electrical engineer aubconmu|tantfor site lighting design. This line item shall include the coordination and contracting with an electrical engineer subconsultant. The electrical engineer subconsultant fees shall be addressed in the Expenses-Subconsultant Section. Electrical engineer subconsultant will verify the loading requirements for any proposed site lighting or lighted signage modifications. Any significant alterations of the electrical vault equipment or modification J'U'DAgreement for Professional Services to the building itself based on Uhaoa load changes and not anticipated and will be considered an additional service. G. Prepare and submit a revised Airfield Sign and Marking Plan to the FAA Airports District Office. Prior to submittal meet with the CLIENT at the Airport to discuss proposed signing locations and messages. 7. 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' GQ. This will include calculating and reporting the Airport Pavement Strength- PCR. 8. Perform analysis of existing geometric layout ofToxivvoy/Tuxi|one fillets and radii to determine compliance with currant FAA AC requirements. Present findings to CLIENT and FAA for review and comments. y.Review existing storm water drainage within the project boundary. Evaluate existing drainage patterns and systems. J'U'B shall conduct a required analysis for the design of drainage improvements associated with the project in accordance with the FAA AC 1505320'5O. Surface Drainage Design. Any necessary drainage improvements will be sized to accommodate |000| drainage standards. 10. Address subsurface drainage requirements for the Toxi|one and determine appropriate methods for compliance with the FAA Northwest Mountain Region policy on subsurface pavement drainage and edge underdrains. Location of underdrain outlets may be a significant portion of this study. 11. Perform analysis of existing Texiway/Texi|one Shou|dero, Safety Area and OtjmnL Free Area grading tudetermine compliance with current FAA AC 150/5300'13Anoquinumento. 12. Assemble base data and base maps for the project work area from the design survey. 13. Prepare Design Plans (7596 complete) for review and discussion with the CLIENT and FAA. It is anticipated that the project design will require approximately twenty (20) plan sheets including: Sheet —Cover Sheet 2—Construction Layout Plan Sheet 3—Operation & Safety Plan- Phase 1 Sheet 4—Operation & Safety Plan- Phase 2 Sheet 5—Demolition/Modification Plan 7+5Oto27+5U Sheet G—Demolition/Modification Plan 27+5Oto47+5O Sheet 7—Grading & Drainage Plan 7+5Dto17+50 Sheet 8—Grading & Drainage Plan 17+5Oto27+5O Sheet A — Grading & Drainage Plan 27+5Utn37+5O Sheet 1O—Plan & Profile Taxi|anm7+5Oto17+5D Sheet 11 — Plan & Profile Taxi|ane 17+50 to 27+50 Sheet 12—Plan & Profile Toxi|ona27+5Obx3T+5O Sheet 13—Plan & Profile Taxi|ane37+5Uto47+50 Sheet 14—Pavement Marking Plan 7+5Oto27+5O Sheet 15—Pavement Marking Plan 27+5Oto47+5O Sheet 16— Pavement Marking Details Sheet 17—Typical Sections Sheet 18'Typical Sections Sheet 1Q—Civil Oatoi|a Sheet 20 - Civil Details 14.Prepare draft Construction Contract Documents and Technical Specifications based nnlatest version of FAA AC 150/5370-10 "Standards for Specifying Construction on Airports". 15. Prepare an Engineer's Opinion of Probable Construction Coot based on construction cost uaUmateo, phasing into workable portions for oonntructabi|ity. budgat, and construction schedule and advise the CLIENT oohobudget status. J-]-BAgreement for Professional Services 10. Pnupono afino| draft Construction Safety and Phasing Plan according to AC 150/5370'2Q 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 preliminary approval.Once we have concurrence with the FAA PM the document will be uploaded to the OEAAA website and circulated accordingly. 17. Prepare the preliminary Engineer's Design Report in conformance with FAA guidelines. The report shall include a Summary of the Project and its specific design issues, Project Schedule, reference to the Construction Safety and Phasing Plan, Modification of Gtondondu. Design Ano|yaio, Pavement Analysis, Geotoohnica| Investigation Report. and Construction Coot Estimate and Schedule. 18. Conduct in-house quality control/quality assurance review of preliminary design documents. 19. Participate in o preliminary design review meeting with the CLIENT. Anticipate one (2) review meeting with the CLIENT atthe Airport, attendance bythe Project Manager and Airport Engineer. Review design phi|oaophy, preliminary design drawings, design analysis and project schedules with the CLIENT. 20. Prepare and submit four (4)FAA Form 74GOhoairspace the project construction equipment. 21. Submit preliminary documents to FAA (via electronic pdf) and CLIENT (2 copies) for approval. C. Task 003:Final Design Phase 1. Finalize bidding contract documents and technical specifications based on Peer, CLIENT, and FAA 2 Finalize design plans, details, and sections based nnPeer, CLIENT, and FAA Reviews. 3. Prepare Final Construction Safety and Phasing Plan (CGPP) to accommodate varying work components that need to meet prescribed schedules and address comments from FAA airspace review. 4. Complete final quantity calculations and prepare Engineer's Opinion of Probable Construction Cost. 5. Prepare Final Design Report booed on Peur. CLIENT, and FAA Reviews. 6. Submit final documents to FAA (via electronic pdf) and CLIENT (2 copies) for approval. O. Tosb004: Bidding Phase 1. Administer the public bid advertisement process including bid document reproduction and distribution of documents to plan roome, contractors and suppliers. Submit advertisements to appropriate newspaper(s) and trade magazines as required for publication. Maintain a^biddors list" and distribute plans as requested. Fees for Plan & Specification Reproduction shall be reflected inthe ^Printing^line below. 2. Provide Pre -Bid Conference coordination to familiarize bidders and inbaraabyj parties with the construction project scope and requirements. Prepare odetailed agenda and displays ooneeded, prepare and issue conference minutes, |tioanticipated that J'U'Bwill conduct this meeting edthe Airport. 3. Prepare 8idAddendumo. Addenda are normally required in response huContractor questions and/or design changes initiated by the CLIENT and/or the FAA. Engineering estimate includes costs for the preparation cftwo (2)Addandums. 4. Respond to questions that arise during the Contractor's or supplier's bid preparation process. S. Assist the CLIENT in conducting the project Bid Opening as requinod, including preparation of Project Bid Summary. It is anticipated that J-U-B will coordinate and attend this meeting at the City of Yakima City Hall. J-]-1aAgreement for Professional Services 0. Prepare detailed Bid Tabulations documenting bid results and submit to CLIENT and the FAA. 7. Assist the CLIENT with review and analysis ofbids received. J'U'Bwill determine anopinion on ^noaponaiven000^ofbid submittal. Provide letter ofrecommendation ofaward along with price/cost analysis in accordance with FAA Onder518O.3BO'Appandix U to CLIENT. Advise the CLIENT of possible action in cases where bids exceed budget for the work to be performed by the Contractor. E. Task UUS:Project Closeout 1. Prepare the final design report and closeout documents according hoFAA requirements and submit boCLIENT and FAA. 2. Report Disadvantaged Business Enterprise (DBE) project participation to FAA Civil Rights Connect including all calculations and background information for review and approval. 3. Assist and coordinate with independent auditors in locating appropriate documents for performing A~133annua|eudiL|naddiUonbofindingeppnophebspnojeutfi|eo.anowerquaaUonoaorequinud. PART 3 - ASSUMPTIONS AND EXCEPTIONS ° NoSyNSplan isrequired onthis project during the design nxother portions ofthe project. ° Noinitial AG|Ssurvey iorequired for this project. = Environmental Review is being completed through a separate project specific task order; a documented Categorical Exclusion iaanticipated for this project. ° Nnconstruction phase services mtthis time. • NoDBE plan updates are included. • No DBE and ACDBE goal updates will be included as these plans are both currently up to date via the FAA Civil Rightawoboite. J-U-BAgmament for Professional Services ATTACH ENT 1 B- Fee Breakdown 0 L O C rc a Er :C▪ o w 0 u 0' C g 0 C Q• 3 E E o 0 0 0 N • Lz. C..) V4 PROJECT TITLE: August 17 2021 d •0 c o 0. .a C O C 4N4 PROJECT TASK a O N 0N4 O O O O O O O O O 0 0 C E 0. O N 0 0. O 00 0 a. O O (4 04 171 O O O O 7t N 0 O 0. 0 (.) 0) C a a` O O 6�9 O O O O N O O Cd 6N4 O O O O 4- O O 4- 69 M O O O O O O O 0 0 .) 0 00 O a 00 Li. 0 a O O M 04 N O O O O O O N O O 00 044 N tY O O O O Q O N O 04 00 N 00 O O O 00 O 04 00 O O O E w O O 00 O O O O O O CO O O 0 Er- 0 a Q O V N bR 1.01 V O N 00 O O 00 O w 00 a R. 00 0 a. O 00 00 O O O O O O 00 N O O O 00 v- 64 O O O O O O 00 N O O O O O O O 00 O Coordinate with E ed Airfield Sign & Q) O O 00 04 v O O O N O O O O O O O O N O D! U a•. 0 b0 C E 0 T 0) 2 O Q) 0-. O rn N O O O O 00 O ,00 04 O O (71 0< '44 0` O O O N N O U O O X LU O O 00 v O O O O N O O O A 00 O O 00 1,01 6�9 O O O O a' O O O 00 0 V O T 0. O O O '0 O M O 00 co O 7 O O O O O 0, VD V0 m 00 N O a a O CZ) 00 00 N O O O O V1 00 at- O o` O O O N O d' a W U ti 4t0. O c a C} Q O O o> O O O v O O rr O O a 0. CA U a 0. O 4- 669 O N O O O N O O v O O O Q EA O O O O O O O O 4- O O cr 0) .0 00 O O 00 >0 M 00 N O O O O O 00 N O 00 0 a. O O N O O O N O N O O N O O O O O O O O 00 O O v N O M N 04 O O N N 00 4- N O N O N ATTACH ENT 1B- Fee Breakdown t AIP 3-53-0089-52-202 ot 77 74 47, c.? FY 2022 Yakima Air Terminal - PROJECT TITL 74 ei E 74 7.— © August 17 2021 F. .1 0 g EA) c) 75 N O 6.9 PROJECT TASK N CD CD 07 CD, rl 70 CD ,L) CD 0 00 a.) 40 70 69 rcl CD 07 70 C:D CD 0 0 0 70 70 70 70 70 00 00 70 70 70 CD 70 crt 0. 9‘.1 EA 70 CD 70 70 N 70 CD 70 70 c.) 4) 0 0 07. CD 70 70 •a` ,GD CD 70 CD CD 07 .07 07 cL. .07 70 70 07 N 00 00 r‘E) 00 70 N kr1 Ccr N 00 00 70 0 CA an a) 07) 40 a. Attachment 1B_Fee Breakdown_Sept 1 2021 0 I I 0 August 17 2021 Z E., 0 0 PROJECT TASK 0 0 0 0 Dt. N CD P,..1 OD N 0 r.iD ,0 6. qi EA EA Direct Overhead C.) 03 LL 03 ^0 Total Labor + Overhead + Fixed Fee 0 00 C> 0 0 0 C, 0 CD N DO 0 0 N 0 0 ol 0 0 0 CD ono no nop. oc, on a 6 6 noi ci CR CD C> ,e1 ".1. as 00 EA ml. EA EA ...-, CD 7t. CD Cr• en l•r) ClikeD kr) ID: EA EA E.A cd a •••,9 tei, fn t, EA 6e) ,,.... ton, VI ta. CD, Cs Cs Cs CD .5e 0 0 0 0 • — CD 00©0 rn CD Da' 0 ,PD 0 CD E 8 6 • M U ,0 EA FA E,e4 E$q EA O 0 • C, 71' Cs VI CR kel N EA EA 2 Electrical Subconsultant Subtotal - Labor + Overhead + Fixed Fee • c . • 0 • az >e un -5 *„..5 :5 5 5 5o 55 Total -Project Design Fees Attachment lBfee Breakdown_Sept 1 2021 J-U'B ENGINEERS, INC. Client Name: J-U-BENGINEERS, Inc. FAA AGREEMENT FOR PROFESSIONAL SERVICES Attachment 2 — Special Provisions City ofYakima, Yakima Air Terminal, McAllister Field Project'. Toxi|anmCharlie Extension (Design and Bidding) A.iP.# 3-53-0089-052-2022 The TERMS AND CONDITIONS of the FAA Agreement for Professional Services dated are amended to include the following Special Provisions. If there is a conflict in the provisions set forth in these Special Provisions and those represented in the Taxi|ane Charlie Extension (Design and Bidding) FAA Agreement for Professional Services, the Special Provisions shall prevail: For the purposes of this attachment, 'Agreement for Professional Services' and 'the Agreement' shall refer to the document entitled 'FAA Agreement for Professional Services,' executed between J'U'B and CLIENT to which this exhibit and any other exhibits have been attached. FAA AGREEMENT 3.04 ADDITIONAL CONDITIONS OF COMPENSATION Delete Sectiom3.04A in its entirety and replace with the followinq: 3.04 ADDITIONAL CONDITIONS OF COMPENSATION The CLIENT and J'U-Bfurther agree that: A. J-U-B ohmU submit monthly statements for Services rendered and for expenses inouned, which statements are due on presentation. The City will make its best effort to pay invoices in full within thirty (3O) days after receipt and then allow amounts due toaccrue interest at the rate of196from sixty (8O) days after the invoice date. 4.05|NSURANCE AND INDEMNITY Delete Section 4.05 in its entirety and replace with the followina: 4.05 INSURANCE AND INDEMNITY A. Insurance. ' 1 During performance ofthe Services, J'U'Bshall secure and maintain ineffect insurance hoprotect the CLIENT and J'U'Bfrom and against all claims, damages, |oaeeu, and expenses arising out of or resulting from the performance of this Contract. J'U'B shall provide and maintain in forma insurance inlimits noless than that stated below, aoapplicable. The CLIENT reserves the right to require higher limits should it deem it necessary in the best interest of the public. 2. Commercial General Liability Insurance. Before this Contract is fully executed by the partieo. J'U'B oho|| provide the CLIENT with o certificate of insurance as proof of commercial liability +u'oFAA Agreement for Professional Services J-U-BENGINEERS, INC. insurance and onmmancin| umbrella liability insurance with a bda| minimum liability limit of Two Million OoUeno ($2.000.000.00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate (per project). The policy shall include employers liability (Washington Stop Gap). The certificate shall o|aody state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are ineffect. Said policy shall beineffect for the duration ofthis Contract. The policy shall name the CLIENT, its elected officials, officeno, agenhn, emp|oymeo, and volunteers ooadditional insureds. The insurance shall be with an insurance company orcompanies rated A-Vi| orhigher in 8est's Guide and admitted inthe State ofWashington. 3. Commercial Automobile Liability Insurance. a. |fJ'U'B owns any vehicles, before this Contract is fully executed by the portiea. J'U'B aho|| provide the CLIENT with a certificate of insurance as proof ofcommercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million OoUora ($3.000.000.00) per occurrence combined single limit bodily injury and property domage. Automobile liability will apply to "Any Auto" and be shown on the certificate. b. |fJ'U'8 does not own any wahio|ea. only "Non -owned and Hired Automobile Liability" will be required and may added bothe commercial liability coverage at the same limits as required in thsdsectinnofthimCuntnaui.whiuhinGacdon2entidod^Cnmmoncia|Liabi|ity|nounanoe^ c. Under either situation described above in Section 3.a and Section 3.b, the required certificate of insurance oheU clearly state who the provider is, the coverage emount, the policy numbmr, and when the policy and provisions provided are in effect. Said policy ohoU be in effect for the duration of this Contract. The policy ohoU name the CL|ENT, its elected officia|o, offiuona, egentu, emp|oyeem, and volunteers as additional insureds. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. 4. Professional Liability Coverage. Before this Contract is fully executed by the partiau. J'U'Bsho|| provide the City with a certificate of insurance as proof of professional liability coverage with a total minimum|iobi|ity|imitofTwoN1iUionOoUaro($2.OUO.0OO.00)parc|oimcombinadoing|e|imitbudi|y injury and property damage, and Two Million Dollars ($2.080.000.00)oggnogobe. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with on insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. B. 'J-U-B. To the fullest extent permitted by law, J-U-B shall indemnify, defend, and hold harmless CLIENT, and CLIENT's officers, directors, partners, agents, consultants, and employees from and against any and all claims, ooato. |oeaoo. and damages (including but not limited toall fees and ohoq]mo of CL|ENT, architectm, ottorneya, and other profeosinna|a, and all court, arbitraUon, or other dispute resolution costs) arising out oforrelating tothe PROJECT, provided that any such claim cost, |omo, or damage in attributable to bodily irjury, aiuknena, diaaaoe, or deoth, or to injury to or destruction of tangible property (other than the Work itse|�, including the |000 of use resulting there from, but only to the extent caused by any negligent ont, orrnr, omission of, or willful misconduct ofJ'U'8 or J'U'B'o officero, dinectoro, partnaru, employees, or Consultants. The indemnification provision of the preceding sentence is subject to and limited by the provisions agreed to by CLIENT and J-U-B in Subsection 4.05D, "Allocation ofRioko.''ifany. J-U-B's costs associated with the defense requirement shall be proportional toJ'U'8'unegligence modetermined bythe trier offact. C. Indemnification bv CLIENT. To the fullest extent permitted by law, CLIENT shall indemnify, defend, and hold harmless, J-U-B, J-U-B's officers, directors, partners, agents, employees, and Consultants from and against any and all claims costs, losses, and damages (including but not limited to all fees and charges of J-U-B, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or relating to the PROJECT, provided that any such claim coat. |oao, or damage is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property ^v'eFAA Agreement for Professional Services J'U-B ENGINEERS, INC. (other than the Work itself).including the loss ofuse resulting there from, but only hothe extent caused by any negligent act, error, omission of, or willful misconduct of CLIENT or CLIENT's officers, directors, or employees, retained by or under contract to the CLIENT with respect to this AGREEMENT or to the PROJECT. CLIENT's costs associated with the defense requirement shall be proportional to CLIENT's negligence oadetermined bythe trier offact. D.Allocation of Risks. The CLIENT and J-U-B have discussed the risks, rewards and benefits of the project and the design professional's total fee for services. The risks have been allocated such that the CLIENT oQn000 that, to the fullest extent permitted by |avv. J'U'B'a total liability to the CLIENT for any and all injuries, claims, losses, expenses, damages or claims expenses arising out of this agreement from any cause or oauomo, shall not exceed the total amount of Two Million Oo||mra ($2.000.080). Such causes ino|ude, but are not limited toJ'U'B'anegligence, ernmro, omiooion, or willful misconduct and strict liability. E. J-U-B reserves the right to obtain the services of other consulting engineers and consultants experienced in airport work to prepare and execute a portion of the work that relates to the PROJECT. F. Nothing contained in this agreement ahoU create a contractual relationship with or m cause of action in favor ofathird party against J'U'B umFAA Agreement for Professional Services 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.G. For Meeting of: February 1, 2022 ITEM TITLE: Resolution authorizing professional services contract with JUB Engineering on the Taxilane Charlie extension design and bidding project SUBMITTED BY: Jaime Vera, Interim Airport Director SUMMARY EXPLANATION: This contract will construct Taxilane(s) for GA Aircraft and Hangar Development adjacent to Taxiway Charlie, grade the Taxilane Safety and Object Free Areas to meet FAA Standards, Install new Security Fencing, add/relocate access gate(s) and realign existing chain link security fence, demolish or modify existing hangars, route existing sanitary sewer, domestic water, and utility sleeves as needed to avoid future pavement cuts to the paved Taxilane, improve drainage in the vicinity of the Taxilane. Work includes grading and installation of catch basins and pipes to collect and route stormwater. ITEM BUDGETED: NA STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date ❑ reso 1/20/2022 0 Contract 1/11/2022 Type Corer Memo Contract