HomeMy WebLinkAbout07/17/2018 06G Airport Construction Agreement with JUB Engineering; West General Aviation Apron RehabilitationBUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
1
Item No. 6.G.
For Meeting of: July 17, 2018
ITEM TITLE: Resolution authorizing an agreement with JUB Engineering, Inc. in
the amount not to exceed $228,410 for Construction Services to
rehabilitate the West General Aviation Apron
SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149
SUMMARY EXPLANATION:
The West General Aviation Apron was constructed in 1984 and is located adjacent to the main
terminal building where a variety of aircraft and airline charters utilize the apron as a parking
location upon their arrival into Yakima. The apron consists of approximately 25,000 square yards
of asphalt and requires rehabilitation in order to meet Federal Aviation Administration safety
standards. JUB Engineering, Inc. will assist the airport in coordinating construction crews to
rehabilitate the aging asphalt in order to meet Federal Aviation Administration standards.
Ninety percent (90%) of the funds to cover the agreement and rehabilitate the West General
Aviation Apron are provided through a grant with the Federal Aviation Administration. The
remaining funding match is provided through the airport's Passenger Facility Charge program.
ITEM BUDGETED:
STRATEGIC PRIORITY:
APPROVED FOR
SUBMITTAL:
STAFF RECOMMENDATION:
Adopt Resolution
BOARD/COMMITTEE RECOMMENDATION:
N/A
Yes
Public Safety
Acting City Manager
ATTACHM E NT S :
Description Upload Date
D Resdutkn 6/22/2018
0 JUB 7/112018
Type
Resolution
Car Memo
2
A RESOLUTION
3
RESOLUTION NO. R -2018 -
authorizing a Construction Services Agreement with JUB Engineering, Inc. in the
amount not to exceed $228,410 for Construction Services to rehabilitate the
West General Aviation Apron funded by Airport Improvement Project 3-53-0089-
41 and PFC 17-16-C-00-YKM.
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 City to enter into
an Construction Services Agreement with JUB Engineering, Inc. to provide oversight of construction
activities in order to rehabilitate approximately 25,000 square yards of asphalt pavement, associated
drainage, aircraft tie -downs, pavement marking and apron lighting on the West General Aviation Apron;
and
WHEREAS, the Yakima Air Terminal -McAllister Field has coordinated with the Federal Aviation
Administration through the airport's Capital Improvement Plan to utilize approximately $205,569 of
federal grant funds and approximately $22,841 of Passenger Facility Charges as the airport's local
match to fund the Construction Services Agreement; and
WHEREAS, in accordance with the terms and conditions of the contract for engineering
services attached hereto and incorporated herein by this reference the engineer will perform these
services outlined in the Construction Service Agreement during the 2018-2019 calendar year, Now,
Therefore,
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 Construction Services Agreement with JUB Engineering, Inc. in the
amount not to exceed Two Hundred Twenty -Eight Thousand Four Hundred and
Ten dollars ($228,410), to provide Construction Services for the airport's West
General Aviation Apron Airport Improvement Project 3-53-0089-41 and PFC 17-
16-C-00-YKM.
ADOPTED BY THE CITY COUNCIL this 17th day of July, 2018.
ATTEST: Kathy Coffey, Mayor
Sonya Claar Tee, City Clerk
4
AGREEMENT FOR PROFESSIONAL SERVICES (FAA FORMAT)
West GA Ramp Rehabilitation, A.I.P. 3-53-0089-042-2018
Yakima Air Terminal, McAllister Field, Washington
THIS AGREEMENT is made as of the day of July, 201 between, City ofYakima, 129
No. 2nd Street, Yakima, WA 98901 hereinafter referred to as the CLIENT, and J -U -B ENGINEERS, Inc.,
W. 422 Riverside, Suite 304, Spokane, Washington, 99201, hereinafter referred to as J -U -B.
WHEREAS, the CLIENT intends to make certain improvements and/or modifications to the Yakima Air
Terminal, consisting of the foliowing:
Construction of West General Aviation (GA) apron for rehabilitation of asphalt pavement.
Hereinafter referred to as the PROJECT:
WITNESSETH
For and in consideration of the mutual covenants and promises between the parties hereto, it is agreed:
ARTICLE 1
J -U -B'S SERVICES
1.01 BASIC SERVICES
J -U -B agrees to perform or furnish professional construction engineering services in relation to the
PRCUECT, including normal civil engineering services related thanebo, as set forth in Attachment 1 —
Scope of Services consistent with the applicable Standard of Care. Standard of Care is defined as the
care and skill ordinarily used by members of the subject profession practicing under like circumstances at
the same time and in the same Iocality.
1.02 SCHEDULE OF SERVICES TO BE PERFORMED
J -U -B will perform said Services as foliows:
July 17, 201 8 to March 1, 2019
This schedule shall be equitably adjusted as the PROJECT proQnaaaoa, allowing for changes in acope,
character or size of the PROJECT requested by the CLIENT or for delays or other causes beyond J -U -B's
control.
This Agreement shall be in effect from the date of execution through March 1, 2019. ln the event the
services described will not be completed during the term of this Agreement the Agreement may be
amended by mutual agreement of the Parties.
1.03 ADDITIONAL SERVICES
When authorized in writing by the CL|ENT. J -U -B agrees to furnimh, or obtain from othern, additional
professional services in connection with the PROJECT, as set forth below and as otherwise contained
within this Agreement:
A. Provide other services not otherwise provided for in this A0nammmnt, including services normally
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 othkos, wa|houhs, or other labor diopubeo, including acts
relating to settlement of minority group problems.
O. Mitigation work identified in the environmental review.
E. Additional services when the PROJECT involves more than two construction contracts or
separate equipment contracts.
Airports FAA Standard Contract (Rev, 6-18)
YAT-JLIB Agreement -West Gen Aviation Apron- Final 88
Page 1
5
F. Review the PROJECT prior to expiration of the guarantee period and report observed
discrepancies under guarantee provided by the construction contract.
G. Extended services during construction made necessary by: 1) work damaged by fire or other
cause during construction; 2) defective or incomplete work of the Contractor causing delays n the
project resulting in additional costs to J -U -B; 3) prolongation of the initial construction contract
time beyond the contract time; 4) acceleration of the work schedule involving services beyond
established office working hours; and 5) the Contractor's default under the construction contract
due to delinquency or insolvency.
H. Assist the CLIENT in resolving disputes over claims, bankruptcy, legal complaints or default of
the Contractor.
ARTICLE 2
CLIENT'S RESPONSIBILITIES
2.01 CLIENT'S RESPONSIBILITIES
The CLIENT shall Furnish the following services at the CLIENT'S expense and in such a manner tha
J-U-B may rely upon them in the performance of its services under this AGREEMENT:
A. Oooignate, in vvhUng, a person authorized to act as the CLIENT'S contact. The CLIENT or his
designated contact shall receive and examine documents submitted by J -U -B to determine
acceptability of said dooummnbe, interpret and define the CLIENT'S pm|iuiee, and render decisions
and authorizations in writing promptly to prevent unreasonable delay in the progress of J -U -B's
services.
B. Make available to J -U -B all technical data that is in the CLIENT'S p000enoion, including maps,
oumeyo, property descriptions, bohngn, and other information required by J -U -B and relating to its
work.
C. Hold promptly all required special nneaUngs, serve all required public and private nobceo, receive
and act upon all protests and fulfill all requirements necessary in the development of the
PROJECT and pay all costs incidental thereto.
O. Provide |ega|, accounting and insurance counseling services necessary for the PROJECT. Legal
review of the construction Contract Documents; and such writing services as the CLIENT may
require to account for the expenditure of construction funds.
E. Furnish permits and approvals from all governmental authorities having jurisdiction over the
PROJECT and from others as may be necessary for completion of the PROJECT.
F. The CLIENT agrees to cooperate with J -U -B in the approval of all p|ana, reports and atudioo, and
shall make a timely decision in order that no undue expense will be caused J -U -B because of lack
of decisions. If J -U -B is caused extra drafting or other expense due to changes ordered by the
CLIENT after the completion and approval of the p|ane, nepnrtn, and otudimo. J -U -B shall be
equitably paid for such extra expenses and services involved.
G. Guarantee full and free access for J -U -B to enter upon all property required for the performance
of J -U -B's services under this AGREEMENT.
H. Give prompt written notice to J -U -B whenever the CLIENT observes or otherwise becomes aware
of any defect in the PROJECT or other event that may substantially affect J -U -B's performance of
services under this AGREEMENT.
I. Promptly prepare and submit reimbursement requests to funding agencies.
J. Compensate J -U -B for services promptly rendered under this AGREEMENT.
K. Obtain bids or proposals from contractors for work relating to the PROJECT and bear all costs
relating thereto advertising.
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUE1 Agreement -West Gen Aviation Apron- Final 88
Page 2
6
L. When identified in the construction contract dooummnte, provide construction surveys and
materials testing by the successful contractor.
ARTICLE 3
J -0 -B'S COMPENSATION
3.01 BASIC SERVICES COMPENSATION
J -U -B shall provide services in connection with the terms and conditions of this Agreement, and the
CLIENT shall compensate J -U -B therefore as follows
A. Bidding and Construction Phase
1. The CLIENT shall compensate J -U -B for the Bidding and Construction Phase, Section(s) A
and B in Attachment 1. on a Cost -Plus -Fixed -Fee basis. The CLIENT shall reimburse J -U -B for
the following items:
a. Payroll Cost: Actual salaries paid J -U -B's emp|oyaea, without morkup, for the time such
employees are directly used on work necessary to fulfill the terms of this AGREEMENT.
Reasonable salary inonaamas, promotions and other payroll adjustments during the course
of this work are acceptable subject to approval by the CLIENT. At the request of the
CLIENT, a list of names of personnel actually working on this project and their salaries
shall be submitted prior to the start of work on the project and shall be updated as needed
to reflect any changes.
b. Payroll Additives: Additives representing the employee benefits based on payroll cost shall
be computed as a percentage of the payroll cost above. For the purposes of this
AGREEk8ENT, that additive shall be 89.83 percent of the payroll cost based on existing
oudite, cost data, and other information mutually agreed to by both parties. This factor is
subject to adjustment by the parties based on audits occurring during the life of this
AGREEMENT. Independently prepared cost data shall be mubmittad, at the request of the
CL|ENT, at intervals not less than every 18 months to support the payroll additives for this
AGREEMENT.
c. General and Administrative Overhead Cost: These overhead costs shall be in accordance
with Federal requirements contained in the 41 CFR 1-15. These costs shall be computed
at 98.42 percent of the payroll costs above. This percentage may be adjusted by the
parties based on audits occurring during the life of this AGREEMENT. Independently
prepared cost data shall be submitted to the CLIENT at intervals not less than every 18
months to support the General and Administrative Overhead for this AGREEMENT.
d. Direct Cost and Out -of -Pocket Cost: These costs shall be directly related to this project
and determined in accordance with Federal requirements contained in 41 CFR 1-15.
e. Fixed Fee: The Fixed Fee for performance completed under this task shall be Twenty
Three Thousand, Six Hundred Seventy Two Dollars and Fifty Three Cents ($23,672~53).
Should there be a change in the scope of work under this AGREEMENT; the fixed fee
shall be negotiated with an appropriate adjustment for change in the scope of work.
Additional fixed fees, as approved as a portion of Supplemental Engineering AQnaamento,
shall be in addition to the above agreed upon amount. FAA participation in those costs is
conditioned on their approval of the increased costs.
2. Total estimate for Bidding and Construction Phaoa, including fixed fee, for the work under this
AGREEMENT shall not exceed Two Hundred Twenty Eight Thousand, Four Hundred Ten
Dollars and No Cents ($228.410.8O). This maximum amount is subject to adjustment in the
event of any approved increases in scope of service as approved by the CLIENT and the FAA
and documented by approved Supplemental Engineering Agreements.
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 abmbamente, inxoinos, or other
evidences of performance furnished to and approved by the CLIENT. All claims for payment will be
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 88
Page 3
7
submitted in a form compatible with current practices and acceptable to the CLIENT. Partial payments will
include payroll coeto, payroll burden and general and administrative ovorhemd, and out-of-pocket
expense, plus that portion of the fixed fee which its percentage of completion bears to the total cost of the
fully completed work under this AGREEMENT, The CLIENT shall make full payment of the value of such
documented monthly service as verified on the monthly statement.
Airports FAA Standard Contract (Rev. 6-18)
,AT-JUB Agreement -West Gen Aviation Apron- Final �0-160
Page 4
8
3.02 ADDITIONAL SERVICES
In addition to any and all compensation hereinabove, the CLIENT shall compensate J -U -B for Additional
Services, Section 1.03, under a written supplemental agreement 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
This Agreement was submitted to the Client on 2018. LIENT agrees to provide J -U -B a notice
to proceed with Services within 120 days of the submittal date of this Agreement. If the notice to proceed
with Services is delayed beyond 120 days from the submittal date of this Agnmommnt, or service described
will not be completed during the term of this Agreement through no fault of J -U -B, the Agreement shall be
amended through mutual negotiation to address both schedule and pricing impacts of the delay. CLIENT
understands that any pricing increase may not be grant fundable by FAA.
3.04 ADDITIONAL CONDITIONS OF COMPENSATION
The CLIENT and J -U -B further agree that:
A. Progress payments shall be made in proportion to services rendered as indicated within this
Agreement and shall be due and owing within thirty (30) days of J -U -B's submittal of a monthly
statement. Any monies not paid after 30 days when due under this AGREEMENT shall bear a
finance charge at the rate of one percent (1')/0) per month on the balance, until paid.
B. If the CLIENT fails to make monthly payments due J -U -B. J -U -B may, after giving ten (10) days
written notice to the CLIENT, suspend services under this Agreement.
C. If the PROJECT is da|oyed, or ifJ-U'B'o service for the PROJECT is delayed or suspended for
more than three (3) months for reasons beyond J -U -B's control, J -U -B may, after giving seven (7)
days written notice to the CL|ENT, terminate this Agreement and the CLIENT shall compensate
J -U -B in accordance with the termination provisions contained hereafter in this Agreement.
O. No deductions shall be made from J -U -B's compensation on account of penalty, liquidated
damages, or other sums that may be withheld from payments to Contractors.
ARTICLE 4
GENERAL PROVISIONS
4.01 OWNERSHIP OF DOCUMENTS
Upon the request of the CL|ENT. J -U -B shall furnish the CLIENT copies of all maps, plots, drawingo,
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 hepein, 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's name or that of J -UB ENGINEERS, Inc.,
attached thereto. Final submittal ofJ'U-B'swork product shall be in hard -copy format and no electronic
design files will be submitted as part of the PROJECT, unless expressly requested.
Reuse of any of the above -said documents by the CLIENT on extensions of this PROJECT or on any
other project without written permission of J -U -B shall be at the CLIENT'S risk, and the CLIENT agrees to
dehond, indennnifv, and hold harmless J -U -B from all claims, dmmna0ms, and expenses including attorneys
fees arising out of such unauthorized reuse of said documents by the CLIENT or by others acting through
the CLIENT.
J -U -B shall retain an ownership interest in PROJECT documents that allows their reuse of non-proprietary
information on subsequent projects at J -U -B's sole risk.
Airports FAA Standard Contract (Rev, 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final BB
Page 5
9
4.02 DELEGATION OF DUTIES
Neither the CLIENT nor J -U -B shall de|egabe, nooign, sublet or transfer their respective duties under this
Agreement without the written consent of the other.
4.03 TERMINATION
A. TERMINATION FOR CONVENIENCE
The CLIENT may, by written notice to J -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 AQvoemont. J -U -B must deliver to the CLIENT all data, oun/eya, mode|o,
dnavvingm, opeoificotimna, naporta, maps, phobognypho, osUmoban, oummoriea, and other
documents and materials prepared by J -U -B under this nontoact, whether complete or partially
complete.
CLIENT agrees to make just and equitable compensation to J -U -B for satisfactory work
completed up through the date J -U -B receives the termination notice. Compensation will not
nclude anticipated profit on non -performed services.
CLIENT further agrees to hold J -U -B harmless for errors or omissions in documents that are
incomplete as a result of the termination action under this clause.
B. TERMINATION FOR DEFAULT
Either party may terminate this Agreement for cause if the other party fails tofulfill its obligations
that are essential to the completion of the work per the terms and conditions of the Agreement.
The party initiating the termination action must allow the breaching party an opportunity to dispute
or cure the breach.
The terminating party must provide the breaching party 7 days advance written notice of its intent
to terminate the Agreement. The notice must specify the nature and extent of the breooh, the
conditions necessary to cure the bnaoch, and the effective date of the termination action. The
rights and remedies in this clause are in addition to any other rights and remedies provided by
law or under this agreement.
1) Termination by CLIENT: The CLIENT may terminate this Agreement in whole or in part,
for the failure of J -U -B to:
a. Perform the services within the time specified in this contract or by CLIENT
approved extension;
b. Make adequate progress so as to endanger satisfactory performance of the
Project;
c. Fulfill the obligations of the Agreement that are essential to the completion of the
Project.
Upon receipt of the notice of termination J -U -B must immediately discontinue all services
affected unless the notice directs otherwise. Upon termination of the Agreement, J -U -B
must deliver to the CLIENT all data, mun/eyo, mode|o, dravvingo, opmnifiootione, repoda,
maps, phobognaphm, eatimotem, oummorieo, and other documents and materials prepared
by J -U -B under this contract, whether complete or partially complete.
LIENT agrees to make just and equitable compensation to J -U -B for satisfactory work
completed up through the date J -U -B receives the termination notice. Compensation will
not include anticipated profit on non -performed services.
CLIENT further agrees to hold J -U -B harmless for errors or omissions in documents that
are incomplete as a result of the termination action under this clause.
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 88
Page 6
10
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 of the CLIENT.
2) Termination by J -U -B: J -U -B may terminate this Agreement in whole or in part, if the
CLIENT:
a. Defaults on its obunder this Agreement;
b. Fails to make payment to J -U -B in accordance with the terms of this Agreement;
c. Suspends the Pject for more than 180 days due to reasons beyond the control of
J -U -B.
Upon receipt of a notice of termination from J -U -B, CLIENT agrees to cooperate with
J -U -B for the purpose of terminating the agreement or identified portion thereof, by
mutual consent. If CLIENT and J -U -B cannot reach mutual agreement on the termination
settlement,
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 termination due to CLIENT breach, J -U -B is entitled to invoice CLIENT
and to recive 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 date of termination action. CLIENT agrees to hold J -U -B harmless for errors or
omissions in documents that are incomplete as a result of the termination action under
this clause.
4.04 GENERAL
A. Should litigation occur between the two parties relating to the provisions of this Agreement, court
costs and reasonable attorney fees incurred shall be borne by their own party.
B. Neither party shall hold the other responsible for damage or delay in performance caused by acts
of God, strikes, |oohouta, occidmnba, or other events beyond the 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 unanfonoeob|a,
the remaining provisions shall be valid and binding upon the parties. One (1) or more waivers by
either party or any pnoviaion, term, oondiUon, or covenant shall not be construed by the other
party as a waiver of subsequent breach of the same by the other party.
D. J -U -B shall render its services under this AGREEMENT in accordance with generally accepted
professional practices and Standard of Care. J -U -B makes no other warranty for the work
provided under this AGREEMENT.
E* Any opinion of the estimated construction cost prepared by J -U -B represents its judgment as a
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 mntario|, or over competitive bidding or market omndidons.
J -U -B does not guarantee the accuracy of such opinions as compared to Contractor bids or
actual costs to the CLIENT.
F. Any notice or other communications required or permitted by this contract or by law to be served
on, given to, or delivered to either party hereto by the other party shall be in writing and shall be
deemed duly d given,delivered h U delivered the to whom it is
addressed or, in lieu of such personal service,when ted in the Unmail, certified
mmai|, return receipt addressed to the CLIENT at 129 No. 2nd Street, Yakima, WA
98901 and to J -U -B at W. 422 Rivmroide, Suite 304, Gpokane, Washington, 88201. Either party,
the CLIENT or J -U -B, may change its address for the purpose of this paragraph by giving written
notice of such change to the other party in the manner provided in this paragraph.
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 7-10-108
Page 7
11
4.05 MEDIATION BEFORE LITIGATION
In an effort to resolve any conflicts that arise during the design and construction of the PROJECT or
following the completion of the PROJECT, the CLIENT and J -U -B agree that all disputes between them
arising out of or relating to this AGREEMENT or the PROJECT, except for the payment ofJ-U-B'o fees,
shall be submitted to nonbinding mediation as a condition precedent to litigation unless the parties
mutually agree otherwise. The CLIENT further agrees to include a similar mediation provision in all
agreements with independent contractors and consultants on the PROJECT, and also to include a similar
mediation provision in all agreements with their subcontractors, muboonsu|tants, suppliers and fabricators
on the PROJECT, thereby providing for mediation as the primary method for dispute resolution among
the parties to all those agreements.
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 form, venue and jurisdiction in that particular action shall be in Yakima Counb/,
Washington.
4.06 EXTENT OF AGREEMENT
This Agreement represents the entire and integrated agreement between the CLIENT and J -U -B and
supersedes all prior neooUatione, rapueoentoUono, or agreennmnto, either written or oralThis Agreement
may be amended only by written instrument signed by both the CLIENT and J -U -B.4.07 BREACH OF
CONTRACT TERMS (49 CFR Part 18.36)
Any violation or breach of terms of this contract on the part of J -U -B or its subconsultants may result in
the suspension or termination of this contract or such other action that may be necessary to enforce the
rights of the parties to this Agreement.
CLIENT will provide J -U -B written notice that describes the nature of the breach and corrective actions
the J -U -B must undertake in order to avoid termination of the contract. CLIENT reserves the right to
withhold payments to Contractor until such time as J -U -B corrects the breach or the CLIENT elects to
terminate the contract. The CLIENT's notice will identify a specific date by which J -U -B must correct the
breach. CLIENT may proceed with termination of the contract if J -U -B fails to correct the breach by
deadline indicated in the CLIENT's notice.
The duties and oblimposed by this Agreement and the rights and remedies available thereunder
are in addition to, and note limitation of, any duties, obligations, rights and remedies otherwise imposed
or available by law.
4.08 CONSTRUCTION CONTRACTOR'S RESPONSIBILITY
Visits to the construction site and observations made by J -U -B's design staff as part of their services shall
not relieve the construction Contractor of his obligation to conduct comprehensive inspection of the work
sufficient to ensure conformance with the intent of the Contract [}ocumanbo, and shall not relieve the
construction Contractor of his full responsibility for all construction meono, nnmthodo, beohniquao,
sequences and procedures necessary for coordination and completing all portions of the work under the
construction contract and for all safety precautions related thereto. Such visits by J -U -B's design staff are
not to be construed as part of the observation duties of the on-site observation personnel defined in other
parts of this Agreement.
4.09 FUNCTION OF ON-SITE OBSERVATION AND PERSONNEL
If the scope of services includes construction engineering, J -U -B may be required to act as the Resident
Engineer on the PROJECT. When so stipulated, the Resident Engineer and on-site observation
personnel will make reasonable efforts to guard the CLIENT against defectsand deficiencies in the work
of the Contractor and to help determine if the provisions of the Contract Documents are being fulfilled.
When construction engineering is included as services of this agreement, Standard Exhibit A —
Construction Phase Gervioes, attaohed, outlines the specific responsibilities of J'U-B, acting as the
Airports FAA Standard Contract (Rev. 6-18)
VAT-JUB Agreement -West Gen Aviation Apron- Final 7-10-108
Page 8
12
Resident Engineer during construction. Their day-to-day observation will not, however, cause J -U -B to be
responsible for those duties and responsibilities that belong to the construction Contractor and that
inc|ude, but are not limited to, full responsibility for the techniques and sequences of construction and the
safety precautions related to the construction and commissioning of the work.
ARTICLE 5
SPECIAL PROVISIONS
5.01 INSURANCE AND INDEMNITY
�_J-U-B�|nuunanoe.
1. At all times during performance of the Sen/iomo. JUB shall secure and maintain in effect
insurance to protect the Client and JUB from and against all claims, damages, |oasao, and
expenses arising out of or resulting from the performance of this Contract. JUB shall provide
and maintain in force insurance in limits no less than that stated be|ovv, as applicable. 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
padiee. JUB shall provide the Client with a certificate of insurance as proof of commercial
liability insurance and commercial umbrella liability insurance with a total minimum liability
limit of Two Million Dollars ($2.000.000.00) per occurrence combined single limit bodily injury
and property damage, and Two Million Dollars ($2.000.000.O0) general aggregate (per
project). The policy shall include employers liability (Washington Stop Gap). 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. Said policy shall be in effect for the duration of
this Contract. The policy shall name the C|iant, its elected officia|a, offioonm, ogants,
annp/oyeeo, and volunteers as additional insureds. The insurance shall be with an insurance
company or companies rated A-V|| or higher in Best's Guide and admitted in the State of
Washington.
3 Commercial Automobile Liability Insurance.
a. If JUB owns any vehio|nn, before this Contract is fully executed by the portioe. JUB shall
provide the Client with a certificate of insurance as proof of commercial automobile
liability insurance and commercial umbrella liability insurance with a total minimum
liability limit of Two Million Dollars ($2.000.000.00) per occurrence combined single limit
bodily injury and pnopertydanna8e. Automobile liability will apply to "Any Auto" and be
shown on the certificate.
b. If JUB does not own any vehicles, only "Non -owned and Hired Automobile Liability" will
be required and may added to the commercial liability coverage at the same limits as
required in that section of this Contnect, which is Section 2 entitled "Commercial Liability
Insurance".
c. Under either situation described above in Section 3.a and Section 3.b, the required
certificate of insurance shall clearly state who the provider is, the coverage amount, the
policy number, and when the policy and provisions provided are in effect. Said policy
shall be in effect for the duration of this Contract. The policy shall name the C|imnt, its
elected offioim|o, offinero, a0enbs, emp|oyemo, and volunteers as additional insureds. The
insurance shall be with an insurance company or companies rated A -VD 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 pmrtieo. JUB
shall provide the Client with a certificate of insurance as proof of professional liability coverage
with a total minimum liability limit of Two Million Dollars ($2.000.000.0O) per claim combined
single limit bodily injury and property damage, and Two Million Dollars ($2.000.000.00)
aggregate. 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
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Awation Apron- Final m.
Page 9
13
an 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. Indemnification by J -U -B. To the fullest extent permitted by law, J -U -B shall indemnify and hold
harmless CLIENT, and CLIENT's offioone, dinocbono, partnars, o0antm, oonnu|anta, and
employees from and against any and all claims, costs, |ooaaa, and damages (including but not
limited to all fees and charges of CLIENT, onohibeoto, attorneym, and other pnofmoniono|s, and all
court, arbitraUon, or other dispute resolution costs) arising out of or relating to the PR[}JECT,
provided that any such claim cost, |oaa, or damage is attributable to bodily injury, sioknamm,
dioeosa, or daath, or to injury to or destruction of tangible property (other than the Work itme|D,
including the loss of use resulting there from, but only to the extent caused by any negligent act,
error, or omission of J -U -B or J -U -B's offioero, dineotoro, partnmno, 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 5.01D, "Allocation of Risks," if any.
Indemnification by CLIENT. To the fullest extent permitted by |oxv. CLIENT shall indemnify and
hold harmless J -U -B, J -U -B's officers, directono, portnmno, aganto, employees, and Consultants
from and against any and all claims costs, |000eo, and damages (including but not limited to all
fees and charges of J -U -B, onuhiteoto, attmrnayn, and other prof000iona|s, and all nourt,
orbitneUon, or other dispute resolution costs) arising out of or relating to the PR{]JECT, provided
that any such claim cost, |000, or damage is attributable to bodily injury, sinhnoos, diaeooa, or
death or to injury to or destruction of tangible property (other than the Work itself), including the
loss of use resulting there from, but only to the extent caused by any negligent act, ernzr, or
omission of CLIENT or CLIENT's oMicera, dinacbora, or employees, retained by or under contract
to the CLIENT with respect to this AGREEMENT or to the PROJECT.
D. Allocation of Risks. The CLIENT and J -U -B have discussed the rimka, rewards and benefits of the
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 |avv. J -U -B's total Iiability to the
CLIENT for any and all injuries, claims, |00000, exponemn, damages or claims expenses arising
out of this agreement from any cause or causes, shall not exceed the total amount of
Million
Dollars ($2.000.000). Such causes ino|ude, but are not limited to J -U -B's nag|iganua, e,rmro,
omission and strict liability. Neither CLIENT nor J -U -B shall be responsible for inoidanto|, indirect
or consequential damages.
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 shall create a contractual relationship with or a cause of
action in favor of a third party against J -U -B.
5.02 CERTIFICATION OF J -U -B AND CLIENT
A. The CLIENT and J -U -B hereby certify that J -U -B has not been raquirod, directly or indirectly, as
an expressed or implied condition in connection with obtaining or carrying out this contract, to:
1. employ or retain, or agree to employ or retain, any firm or persons; or
2. pay, or agree to pay, to any firm, person or organization, any fee, oontribudon, donation or
consideration of any kind
B. A signed "Certificate for Contracts, Gnynto. Loans, and Cooperative Agreements" is included with
this agreement.
5.03 SUCCESSORS AND ASSIGNMENTS
A. The CLIENT and J -U -B each binds itself, its partnero, ouone000no, exmcutono, administrators and
assigns to the other parties to this Agreement, and to the successors, mxeuutons, administrators
and assigns of such other party in respect to all covenants of this Agreement.
Airports FAA Standard Contract (Rev. 6-18)
YA/x*Agreement-West Gen Aviation Apron- Final �0-108
Page 10
14
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 a Grant Agreement for the PROJECT,
C. This Agreement may not be assigned except upon specific written consent of the CLIENT.
ARTICLE 6
FEDERAL ASSURANCES
6.01 CIVIL RIGHTS GENERAL
J -U -B agrees that it will comply with pertinent statutes, Executive C}ndars, and such rules as are
promulgated to ensure that no person shall, on the grounds of race, cread, color, national ohgin, sex, age,
or dioebi|ib/, be excluded from participating in any activity conducted with or benefiting from Federal
assistance.
This provision binds J -U -B and subtier consultants from the solicitation period through the completion of
the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964.
6.02 CIVIL RIGHTS TITLE VI - NONDISCRIMINATION REQUIREMENTS
During the performance of this contract, J -U -B, for itself, suboonnultents, its assignees and successors in
interest, agrees as follows:
A. Compliance with Regulations. J -U -B will comply with the Title VI List of Pertinent
Nondiscrimination Acts and Authorities as they may be amended from time to time (hereinafter
referred to as the Ragu|sdionn), which are herein incorporated by reference and made a part of
this contract.
B. J -U -B, with regard to the work performed by it during the contractshall not
discriminate on the grounds of race, color, or national origin in the selection and retention of
auboonsu|banbs, including procurements of materials and leases of equipment. J -U -B will not
participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and
Authorities , including employment practices when the contract covers any activity, project, or
program set forth in Appendix B of 49 CFR Part 21.
C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment, In all
solicitations either by competitive bidding or negotiation made by J -U -B for work to be performed
under a mubcontnact, including procurements of materials or leases of equipment, each potential
subconsultant or supplier will be notified by J -U -B ofJ-U-B'o obligations under this contract and
the Nondiscrimination Actand Authorities on the grounds of race, color, or national origin.
D. Information and Reports. J -U -B will provide all information and reports required by the Acts, the
Regulations and directives issued pursuant thereto and will permit access to its booko, nonordo,
acoounts, other sources of information, 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 informmUon. J -U -B will so certify to the CLIENT or the
FAA, as appropriate, and will set forth what efforts it has made to obtain the information.
E. Sanctions for Noncompliance. In the event of J -U -B s noncompliance with the non-discrimination
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. withholding of payments to J -U -B under the contract until J -U -B complies, and/or
2. cancellation, termination, or suspension of the contract, in whole or in part.
F. Incorporation —`— visions.J-U-B will include the provisions of paragraphs A through E in every
muboontnact, including procurements of materials and leases of equipment, unless exempt by the
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 7-10-188
Page 11
15
Acts, Regulations and directives issued pursuant thereto. J -U -B will 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 if J -U -B becomes involved
in, or is threatened vvith. litigation by a subconsultant or supplier as a result 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 of the United States.
6.03 TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES
During the performance of this contract, J -U -B, for itself, its ooaignaoo, and successors in interest agrees
to comply with the following non-discrimination statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of
Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. (42
U.S.C. § 4001). (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal -aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et omq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended,
(prohibits discrimination based on race, nnoad, oo|or, national origin, or sex);
The Civil Rights Restoration Act of 1987, (PL 100-209). (Broadened the moope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs
or activities" to include all of the programs or activities of the Federal -aid naoipionts, sub -recipients
and contractors, whether such programs or activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the
basis of disability in the operation of public entities, public and private transportation myohamo,
places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12188) as
implemented by Department of Transportation regulations at 49 CFR parts 37 and 38;
• The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national oriQin, and sex);
• Executive Order 12888, Federal Actions to Address Environmental Justice in Minority Populations
and Low -Income Popu|mtionm, which ensures non-discrimination against minority populations by
discouraging pnognoms, po|ioies, and activities with disproportionately high and adverse human
health or environmental effects on minority and Iow-income populations;
• Executive Order 13106. Improving Access to Services for Persons with Limited English
Profioionoy, and resulting agency guidmnom, 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 to 74100);
• Title IX of the Education Amendments of 1972, as ammndmd, which prohibits you from
discriminating because of sex in education programs or activities (20 U.G.C. 1681 et seq).
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 88
Page 12
16
6.04 DISADVANTAGED BUSINESS ENTERPRISE (49 CFR Part 26)
A. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Yakima to
practice nondiscrimination based on race, cm|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 of business size or ownership.
B. Contract Assurance (§26.13). J -U -B shall not discriminate on the basis of race, oo|mr, national
origin, or sex in the performance of this contract. J -U -B shall carry out applicable requirements of
49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by J -U -B to
carry out these requirements is a material breach of this oontnact, which may result in the
termination of this contract or such other remedy, as the recipient deems appropriate.
C. Prompt Payment (§26.29). 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 -U -B agrees further to return retainage 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
subconsultants.
6.05 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 -U -B, to any person for
influencing or attempting to influence an officer or employee of an agenoy, a Member of
Congnoea, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contraut, the making of any Federal gnant, the
making of any Federal loan, the entering into of any cooperative agreement and the exbanuion,
oondnuaUon, nonmxva|, 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
Congnaoe, an officer or employee of Congress, or an employee of a Member of Congress in
connection with any Federal contract, loan, gnant, or cooperative ognaament. J -U -B shall
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 sub -awards at all tiers (including subcontracts, nub-mnonto, and contracts under grants, loans,
and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly.
6.06 EQUAL OPPORTUNITY CLAUSE
During the performance of this contract, J -U -B agrees as follows:
(1) J -U -B will not discriminate against any employee or applicant for employment because of race,
co|or, na|igion, mon, or national origin. J -U -B wilI take affirmative action to ensure that applicants
are emp|oyod, and that employees are treated during employment without regard to their race,
no|or, na|igion, sex, sexual orientation, gender identify or national origin. Such action shall ino|ude,
but not be limited to the following: employment, up8roding, damoUon, or transfer; recruitment or
recruitment advertising; Iayoff or termination; rates of pay or other forms of compensation; and
selection for tnaining, including apprenticeship. J -U -B agrees to post in conspicuous p|aoes,
available to employees and applicants for employment, notices to be provided setting forth the
provisions of this nondiscrimination clause.
(2) J -U -B vvi||, in all solicitations or advertisements for employees placed by or on behalf of the J -U -B,
state that all qualified applicants will receive considerations for employment without regard to
race, oo|or, na|igimn, sex, or national origin.
Airports FAA Standard Contract (Rev, 6-18)
,^qmoAgreement-West Gen Aviation Apron- Final 7 -,o -1m,
Page 13
17
(3) J -U -B will send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contracor understanding, a notice to be provided advising the
said labor union or workers' representatives of the J -U -B's commitments under this aecUon, 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, 1905.and ofthe
rules, regulations, and relevant orders of the Secretary of Labor.
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 to his booko, neoonds, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such ru|eo, ne0u|abonm, and
orders.
(5)
(6) In the event of the J -U -B's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, rogulaUona, or ordeno, this contract may be oanoe|ed, hanninated, 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 11246 of September 24, 1965. and such other sanctions may be imposed 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|oa, negu|aUmno, or orders of the Secretary of Labor issued pursuant to section 204 of
Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. J -U -B will take such action with respect to any subcontract or purchase
order as the administering agency may direct as a means of enforcing such pnovisionm, including
sanctions for noncompliance: Provided, however, That in the event J -U -B becomes involved in, or
is threatened with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency the J -U -B may request the United States to enter into such litigation to
protect the interests of the United States.
(7)
6.07 ACCESS TO RECORDS AND REPORTS
J -U -B must maintain an acceptable cost accounting system. J -U -B agrees to provide the CLIENT the
FAA, and the Comptroller General of the United States or any of their duly authorized representatives
access to any bookm, doounnento, papano, and records of J -U -B which are directly pertinent to the specific
contract for the purpose of making oudit, axaminaUon, excerpts and transcriptions. J -U -B agrees to
maintain all bomha, records and reports required under this contract for a period of not less than three
| years after �na|payment iomnadeand mUpending nmatbenoare doeed.
6.08 TRADE RESTRICTION CERTIFICATION (49 CFR Part 30)
By submission of an offer, J -U -B certifies that with respect to this solicitation and any resultant contract,
the Offeror -
A. is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.G. firms as published by the Office of the United States
Trade Representative (U.S.T.R.);
B. has not knowingly entered into any contract or subcontract for this project with o person that is a
citizen or national of a foreign country included on the Iist of countries that discriminate against
U.S. firms as published by the U.S.T.R; 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 by the U.S.T.R.
Airports FAA Standard Contract (Rev, 6-18)
,x/-JUBAgreement-West Gen Aviation Apron- Final �0-188
Page 14
18
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a falsa, ficdUnua, or fraudulent certification may render the maker subject to
prosecution underTitle 18, United States Code, Section 1001.
J -U -B must provide immediate written notice to the CLIENT if the J -U -B learns that its certification or that
of a subconsultant 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
CFR 30.17. no contract shall be awarded to a subconsultant:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
2) whose subconsultants are owned or controlled by one or more citizens or nationals of a foreign
country on such U.S.T.Rlist or
3) who incorporates in the public works project any product of a foreign country on such U.S.T.R.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good foith, the certification required by this provision. The knowledge and information
of a consultant is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
J -U -B agrees that, if awarded a contract resulting from this oo|ioitotion, it will incorporate this provision for
certification without modification in in all lower tier subcontracts. J -U -B may rely on the certification of a
prospective subconsultant that it is not a firm from a foreign country included on the Iist of countries that
discriminate against U.G. firms as published by U.S.T.R, unless the 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 is later determined that J -U -B or subconsultant knowingly rendered an erroneous certification,
the Federal Aviation Administration may direct through the CLIENT cancellation of the contract or
subcontract for default at no cost to the CLIENT or the FAA.
6.09 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND
VOLUNTARY EXCLUSION
J -U -B oortifieo, by submission of this proposal or acceptance of this contract, that neither it nor its
principals is presently dmbarred, euopendad, proposed for debarment, declared ino/igib|m, or voluntarily
excluded from participation in this transaction by any Federal department or agency.
It further agrees by submitting this proposal that it will include this clause without modification in all lower
tier transactions, solicitations, proposals, contracts, and subcontracts. For each lower tier subcontract that
exceeds $25.000 as a "covered transaction", J -U -B shall verify each lower tier participant of a "covered
transaction" under the projectproject is not presently debarred or otherwise disqualified from participation in this
federally assisted project. J -U -B will accomplish this by:
1) Checking the System for Award Management at website: http://www.sam.gov
2) Collecting a certification statement similar to the Certificate Regarding Debarment and
Suspension (Bidder or Offeror), 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 a higher tier participant that it
was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any
available remedies, including suspension and debarment of the non-compliant participant.
Airports FAA rd Contrac
Page 15
19
6.10 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 assessed, 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 coflecting the tax liability.
J -U -B further represents that it is not a corporation that was convicted of a criminal violation under any
Federal law within the preceding 24 months.
6.11 OCCUPATIONAL HEALTH ACT OF 1970
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. J -U -B shall provide a work
environment that is free from recognized hazards that may cause death or serious physical harm to the
employee. J -U -B retains full responsibility to monitor its compliance and their subconsultant's compliance
with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910).
J -U -B will address any claims or disputes that pertain to a referenced requirement directly with the U.S.
Department of Labor — Occupational Safety and Health Administration,
6.12 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 (FLSA), 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 to the referenced statute or regulation. J -U -B will
address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor
— Wage and Hour Division.
6.13 VETERAN'S PREFERENCE
In the employment of labor (excluding euenutivo, adminintratima, and supervisory poaitionm). J -U -B 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-|naq war veterans, disabled vabanono, and small business concerns (as 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.
•
6.14 TEXTING WHILE DRIVING.
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While
• Oriving" and DOT Order 3902.10 "Text Messaging While Driving" FAA encourages recipients of Federai
grant funds to adopt and enforce safety policies that decrease crashes by distracted driwara, 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 the J -U -B Accident Prevention plan that prohibits all employees from
texting and drivingJ-U-B shall include these policies in each third party subcontract involved on this
project.
6.15 HUMAN TRAFFICKING
A. J -U -B, J -U -B's employees,and subcontractors may not engage in severe forms of trafficking in
persons during the period of time that the FAA award is in mffect, 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 or sub -awards under the award.
B. For the purpose of this award term, "employee"includes:
1. An individual employed by you or a sub -recipient who is engaged in the performance of the
project or program under this award
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Gen Aviation Apron- Final 7-10-188
Page 16
20
2. Another person engaged in the performance of the project or program under this award and
not compensated by you, ino|udin8, but not limited to, a volunteer or individual whose
services are contributed by a third party as an in-kind contribution toward cost sharing or
matching requirements.
C. For the purposes of this award term only, "forced labor" means labor obtained by any of the
following methods: the nenruitment, harborin0, tnsnnportaUon, pnovioion, or obtaining of a person
for labor or services through the use of force, fneud, or coercion for the purpose of subjection to
involuntary servitude, poonoge, debt bondage, or slavery.
O. For the purposes of this award term only, "severe forms of trafficking in persons," "commercial
sex aot." and "coercion" have the meanings given at Section 103 of the TVPA, as amended (22
U.S.C. 7102).
6.16 ENERGY CONSERVATION
J -U -B 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 (42 U.S.C. 6201et seq).
6.17 PROHIBITION OF SEGREGATED FACILITIES
(1) J -U -B agrees that it does not and will not maintain or provide for its employees any segregated
facilities at any of its establishments, and that it does 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 agrees that a breach of this clause is a violation of the Equal Opportunity
clause in this contract.
(2) "Segregated facilities," as used in this clause, means any waiting noomn, work areas, rest rooms
and wash nzomo, restaurants and other eating epeao, time clocks, locker rooms and other
storage or dressing areas, parking |obs, drinking founbaina, recreation or entertainment anyoo,
tnanopodoUon, and housing facilities provided for emp|oyeao, that are segregated by explicit
directive or are in fact segregated on the basis of race, co|or, ne|igion, sex, or national origin
because of written or oral policies or employee custom. The term does not include separate or
single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy
between the sexes.
(3) J -U -B shall include this clause in every subcontract and purchase order that is subject to the
Equal Opportunity clause of this contract.
6.18 CLEAN AIR AND WATER POLLUTION CONTROL
J -U -B agrees to comply with all applicable mbandando, ondara, and regulations issued pursuant to the
Clean Air Act (42 U.G.C. § 740-7871q) and the Federal Water Pollution Control Act as amended
(33 U.S.C. § 1251-1387). J -U -B 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.
J -U -B will include this requirement in all subcontracts that exceed $150,000.
Airports FAA Standard Contract (Rev. 6-18)
rAT-JUBAgreement-West Gen Aviation Apron- Final q0-188
Page 17
21
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 YAKIMA
BY:
Name:
Title:
ATTEST
Name:
Title:
J -U -B:
J -U -B ENGINEERS, Inc. ATTEST
By:
Name: Chuck A. Larson, P.E. Name:
Title: Chairman Title:
Applicable 0 Attachment 1 — Scope of Services
Attachments
or Exhibit to 0 Attachment 2 - Fee Breakdown
this
Agreement
are indicated
as marked
0 Attachment 3 — Special Provisions
Exhibit A — Construction Phase
Services
Airports FAA Standard Contract (Rev. 6-18)
VAT-JUB Agreement -West Gen Aviation Apron- Final 7-10-188
Page 18
22
CERTIFICATION FOR CONTRACTS, GRANTS, LOANS,
AND COOPERATIVE AGREEMENTS
The uned certifies, to the best of his or her knowledge and belief, that:
1. No 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 exbunoion, oondnuaUon, nanam/a|, nmendmmnt, or modification of any Federal contract,
grant, loan, 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 unadmhoUrequinathattholanguagocf this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.G. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not Iess than $1O.000 and not more than $100,000 for
each such failure.
Signed: �- ��.�~~ ��Oota:�
Sponsors Authorized Representative
Airports FAA Standard Contract (Rev. 6-18)
YAT-JUB Agreement -West Geri Aviation Aprori- Final 7-10-18E!
Page 19
PROJECT TITLE:
CLIENT:
JOB NUMBER:
DATE:
TASK
PROJECT TASK
Aa Project Formulation
Project so
tttttlalt'
2 Prepare fee spreadsheet & cost propos
spreadsheet
Prepare agreement for profe
checklist
Prepare
ATTACH '` ENT 2
West GA Ramp Rehabilitation - Construction
Yakima Air Terminal - McAllister Field, City of Yakima
AIP 3-53-0089-042-2018
6/12/2018
Principal Proj. Sr. Const. Proj. Sr. Environ. Const. EIT/ Survey Field Cadd TASK
Mgr. Engr Engr Engr Biologist Planner Obsvr. Obsvr. PLS Surveyor Oper. Cler. Trips TOTAL DIRECT
$65 00 541.00 S63.00 _ $52.00 535 00 $45.00 525.00 537.00 530,00 554:00 532:00 530.00 525;00 HRS COSTS
onal services &
submit FAA grant application
B. Construction Phas
2 4 2
0 2
Notice of award, construction agreement & other
contract documents
Coordmat
Protect m
City Co
oughout award process
AA briefings
oil meeting
pare FAA quarterly reports
eitnbu
re Construction Mart
5 Pre -construction conference:
s Review contractor's work schedule
Review shop drawings, contractor sa
7 security plan and submittals
8 Survey control check
9 Conduct weekly meetings„
Prepare and submit daily & weekly field
io observation reports
IL Full time field observation
12 Office administration support and assistance
13 Prepare and recommend monthly pay estimates
15 Coordinate & conduct Quality Assurance Testing
15 QA survey checks
16
Q. workshop
0
0
0
0
4
20
0
0'
0 0
15
10
0
0
2
4
12
15
0 0
0
0
0' 0
0
0
0
0
0
0
0
6
0
2 0 8 0 0
4
20
0 0
0
4
4 10
0
0 8 0
0
10,,,
10
10
0
20
0
0
0
0
0
0
0 0
0
0
0
0
0
0
0
8 0
0
0 0 0
4
a__ 0__ 0 4
0 0 0
0 0
0 0,
0
0
0
0
2
4
10
2
30,,,
0'
5624'.00
5116 00
591.00
$425,00
$132,00
$272.00
10 $388.00'
60
26
0 0 0 2 21
0
0
10
20
12
0 2
Review weekly contractor payroll certifications &
is periodic wage interviews
Prepare change orders supplemental agreements
18 (2)
Conduct final & substantial c
19 inspections (4)
pletion
0
0
0
0 0
0
18
0
0
0
0
0
4
0
0
0..
0
0 0
0
10
0
0
25
28
0
52,200.00
0
S893,00'
5855.00
5930.00
20
18
862,00
5794.00'
550
50
34 $1,172,00'
20 4 54
0 0 0 10 40
0,_ 0
0 0
0 0
0
0
0
0 0 6
0
12
12
0
0
Update 2015 Storm Water Pollution Preventiu
20 Plan (SWPPP) _.
2. PaR-time field observation for punch list'
22 Prepare record drawings
Prepare final engineer's project report, PSS & "As -
'.173 Built" ALP
24 Final project closeout of construction contract
25 Assist & coordinate with independent auditors'
0
0
0 0
0
0 0
0 4 0
0 8 0
0
4
0
2
0
4
6
0
0
6
20 40 0
0
25
0
0 0 0
0
0 0 0
4
5536.00',
52,092.00'
51,510.00
60 610 522,370,00
15 5 58 51„923,00
15 53 51,957;00
13
0 0 0 0 r 15
0 0
(621.00
$514.00
657 00
40 40 51,000,00
0 0 12 8 48 51,812,00
0 0 0
0
0
0
0
0
25
0 8_..
0
16
60
25
31
5607.00
51;900,00'
5925'.00
8.00
2,176,00,
0 0
18
$676100
0
\\yakima_city\ykat\Users\rpeterso\2018 West GA Apron\Construction ESA\FINAL\Attachment 2 - Fee Breakdown Const Phase June 2018
8 18
$676.00'.
Page A2-1
PROJECT TITLE:
CUESft
JOB NUMBER:
DATE:
Frie
PROJECT TASK
Subtotal
ATTACH ' ENT 2
West GA Ramp Rehabilitation - Construction
Yakima Air Terminal - McAllister Field, City of Yakima
AIP 3-53-0089-042-2018
6/12/2018
Direct Overhead
Fixed Fee
Total Labor + Overhead + Fixed Fee
Air Travel
age
Per Diem
Lodging
Principal Proj.
Mgr.
541.00
565.00,
3_
163
Cost Air
Per Unit Trips
5600;00 0
50.545
$46,00
583 00
GPS Survey Unit (per hour) 518.31
Printing $1,500:00
utrJANTh
QA Testing Consultant - Budinger & Associates, Inc.
2 Electrical Consultant - Elcon Associates, Inc
Sr. Const. Proj. Sr. Environ. Const. EIT/ Survey Field Cadd
Engr Engr Engr Biologist Planner Obsvr. Obsvr. PLS Surveyor Oper.
563.00 55200 635.00 $45.00 525.00 S37.00,, _ 530.00 $54 00 $32,00 530;00 525.00'
Cler. Trips TOTA
22
128
146
Ground
Trips
85
20
Subtotal - Labor - Overhead + Fixed Fee
Subtotal - Expenses
Subtotal - Subconsultants
Total - Project Formulation and Construction Phase Services
40
621
70
8
Trip
Days Hours Miles
60
0
80
168
S30,765
$2,500
TASK
DIRECT
COSTS
49 : 217" 85 "1506" $54,750.00
Markup
10
LO
1,0
1.0
1,0
1,
1.0
1,0
15.0%
S103,066.88
6'72.53:
48941
50.00
57,782:60
52,760.00
50 00
51,464.80
$1,650;00
530,765:00
$2,500,00
$0.00'
s181,4 9.47
.6 7 40
265 00
$228,410.00
\\yakima_city\ykat\Users\rpeterso\2018 West GA Apron\Construction ESA\FINALWttachment 2 - Fee Breakdown Const Phase June 2018 Page A2-2
��.13 ENGINEERS, INC.
J -U -B ENGINEERS, Inc.
FAA AGREEMENT FOR PROFESSIONAL SERVICES
Attachment 1 - Scope of Services
25
Client Name: City of Yakima Project: West GA Ramp Rehabilitatio
Yakima Air Terminal -McAllister FieId A.|.P.# 3-53-0089-042-2018
The FAA Agreement for Professional Services dated is amended and supplemented to include the following provisions
regarding the Scope of Services.:
For the purposes of this attachment, 'FAA Agreement for Professional Services' and 'the Agreemenf shall refer to the document
entitled 'Agreement for Professional Services,' executed between J -U -B and CLIENT to which this exhibit and any other exhibits
have been attached.
PROJECT DESCRIPTION
Construction ofthe WestGeneral Aviation (GA) Apron to rehabilitate approximately 22,000 square yards of asphalt pavement, associated
surface drainage, tie -downs, pavement markings and apron Iighting.
SCOPE OF SERVICES
J'U�'sServices under this Agreement are limited to the following:
A,Prolect Formulation Phase:
1. Assist the CLENT with Project Scope development and formulation, J -U -B will prepare a Scope of Services
narrative and detailed description of all work tasks for CLIENT and FAA review and approval. Discuss review
comments and revise accordingly.
2. Upon approval of the Scope of Gomicmn. J -U -B will prepare a listing of work tasks in a spreadsheet with
"empty cells" for person -hours, hourly rateo, expenomu, and costs for the project. This spreadsheet will be
used for both J -U -B and the Independent Fee Estimator (IFE). J -U -B shall prepare a detailed cost proposal
on the spreadsheet, based on estimates of work to accomplish the Scope of Services.
3, J -U -B shall provide the CLIENT and the Independent Fee Estimator with a blank person -hour upnoudehoet.
Scope of Services, and overall project estimate,
4. Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including
the FAA Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of
services and responsibilities of all contract parties.
5. Assist CLIENT with preparation and submittal of a FAA Grant Application for Federal Auuiouunoo, including
estimated project costs, drawings, and a schedule for FAA submittal prior to beginning the project.
B
Construction Phase:
1. Prepare and distribute Notice of Award, Construction Agreement and other contract documents. Review
Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and
Contractor in processing documents for the project.
2. Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including
copies of all executed contract documents as required by the FAA.
2
J -U -B shall oversee project tasks and coordinate with CLIENT representatives to manage the xoupe,
enhedu|o, budget and work plan for the bidding and construction phase. J -U -B invoices will be prepared and
submitted to the CLIENT on a monthly basis and will include a brief status report outlining work accomplished
during the billing and construction period.
The Consultant will conduct monthly Sponsor/FAA briefings. The meetings will take place via
teleconference and last for up to one hour.
=
The Consultant will attend up to two (2) City Council meetings to discuss key project issues.
Meetings will take place in Yakima, and be attended by up to tw(2) consultant staif.
LJ-Ei^greement for Professional Services
26
• Assist CLIENT in preparation of FAA quarterly performance reports, two (2) annual SF 425/271
submittals, and twa (2) annual DOORS DBE reports.
• Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by
submitting data as described. It is anticipated that the CLIENT will prepare and process five (5)
monthly sets of RFR 'packages' for this project. J -U -B will provide documentation of costs for the
CLIENT's use in performing the Request for Reimbursements including consultant invoices,
reimbursement spreadsheet and pay requests.
4. The pavement contract work is anticipated to be exceed $500.000. As such a Construction Management
Plan (CMP) shall be prepared in accordance with the latest version of AC 150/5370-12.
5. Provide pre -construction coordination; prepare a detailed Pre -Construction Conference agenda and displays;
cundumaPno'CnnutmuhunConfonuncennbeha|fufthoCL|ENTondpnopaneandiaoueminuu000fthePre-
Construction Conference; include FAA items in conference agenda. It is anticipated that J'U'Dwill conduct
this meeting at the Airport.
6,. Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract
Documents. Coordinate construction activity schedule with CLIENT.
7. Obtain and review contractor submitted shop drawings, Contractor Safety and Security Plan, and all
submittals required by the Contract Documents. Comment and return all submittals to Contractor for their
use and/or revisions and resubmittal,
8. Construction staking shall be provided by the contractor as part of the construction oontrom. J -U -B will
provide benchmarks and horizontal control points for the contractor's use. Prior to start of construction,
J -U -B will provide a survey check to confirm control has not been altered,
9° Conduct weekly construction meetings to include key contractor and sub -contractor personnel, the project
manoger, construction manager, project observer and airport representatives to discuss safety items,
schedule, items that may affect progress and airport user concerns.
10. Prepare and submit daily and weekly field observation reports
11. Provide full-time field observation, assuming construction to occur over 50 working days.
12. Provide office administration support and assistance to the Resident Project Representative from the Project
Manager orOffice Administration aufie|dactivities may require.
13, Prepare and recommend monthly pay estimates.
14Coordinate and conduct Quality Assurance Testing through a subconsultant (See Exhibit A).
• Project coordination, Scheduling and Billing
15. Conduct Quality Assurance survey checks at various materials placement milestones,
16. The pavement contract on this project is expected to exceed $500.000; as such a Quality Control (QC)/
Quality Assurance (QA) Workshop shall be conducted by the ENGINEER. Meeting outline will be distributed
prior to the scheduled workshop. Topics of discussion for the QC/QA Workshop shall include the following
items at a minimum:
• Review QC/QA certification requiremerits.
* Establish location of testing facilities and identify the testing administrators.
• P- 01 Hot Mix Asphalt Specifications,
- Schedule, QC/QA responsibilities, Mix DeoiOn, Paving P|on, Test St,ip, PVVL, Acceptance
Criteria, Joint Construction
- Construction Surveying
- Rnnpunuibi|dy, grade equinement, electronic grade cuntm|, model verification for both finish
grade as well as grade for the milled surface,
• Demolition
- Milling procedures, Stockpile locations, Gradation requirement
17. Review weekly contractor payroll certifications and conduct periodic wage rate interviews.
18. Prepare Contract Change Order/Supplemental Agreements in accordance with FAA Order 5100.38D -
Appendix U
1OU.38D'AppandixU and FAA SOP 7.00. Conduct services associated with evo|uotiun, nognaa\ion, and preparation
J -Um Agreement for Professional Services
27
and processing of Contract Change Orders or Supplemental Agreements. Fee estimate is based on the
production af two Change Orders,
19, Conduct final and substantiat completion inspections. The project will be constructed in four (4) phases. With
the completion of each phase a substantial completion and punch list will be performed. Therefore four (4)
substantial completions and a combined final completion will take place during the project.
20. Update the 2015 Storm Water Pollution Prevention Plan (SWPPP).The SWPPP Update will involve the
• Preparing updates to the Pollution Prevention Team;
o Coordination w/ DOE Industrial Stormwater Inspector (namely, Lynda Jamison);
o Development of a "good housekeeping" flyer to be shared with Yakima Airport employees and tenants;
• Development of operation and maintenance procedures (to be included in Appendix H).
• Reference in and include Tenant SWPPPs (namely, Alaska Air and Cub Crafters) within the SWPPP
Appendix J;
• Coordination of Figure Updates (contained within Appendix B) to capture additional stormwater features
(e.g. ponds, nwa|eo, catch basins, etc.). Note: Mapping changes shall be administered by the Yakima
County Engineering Department.
21, Conduct part-time field observation of project punch list item completion, Issue a recommended final
acceptance upon contractor completion of punch Iist items.
22. Prepare Record drawings of "As Constructed" revisions to Design and Construction Drawings for project
improvements as provided by the contractor. Provide CLIENT and FAA with copies of Record Drawings and
one electronic copy to be submitted to the FAA as required. Provide CLIENT with four (4) sets of printed
Record Drawings.
23. Prepare the final engineers project report to the established FAA requirements.
24. Conduct final project closeout of Contractor contract and construction requirements_ Update Pavement
Strength Survey.
25. Assist and coordinate appropriate documents and clarifications for the Sponsors A-133 audit. Answer
questions as required.
Construction Phase Assumptions:
Project Management tasks will occur over a total of 14 months.
The Project Manager will attend one weekly construction meeting per month, and will attend the remainder by
phone. The Construction Manager and Project Observer will attend all weekly construction meetings.
• The Contractor will work up to 10 hours per day. The Project Observer will be on site for up to 1Ohours per day,
The Construction Manager will be on site 5 hours per week and provide office support an additional 5 hours per
week. The construction duration will be 50 working days, 10 weeks.
• J -U -B wilI hire a subconsultant to perform the QA testing for this project.
Construction Phase services are more specifically defined in Standard Exhibit A — Construction Phase Services.
�-8 Agreement for Professional Services
(J-U.B
�•B ENGINEERS, INC.
Client Name:
J -U -B ENGINEERS, Inc.
FAA AGREEMENT FOR PROFESSIONAL SERVICES
Standard Exhibit A_ Construction Phase Services
City of Yakima Project West GA Ramp Rehabilitation
28
The FAA Agreement for Professional Services dated is amended and supplemented to include the following agreement of the
parties with respect to Services during the construction phase of the Project.
For the purposes of this exhibit, '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.
For the purposes of this exhibit, the term 'Contract Documents,' shall be defined as documents that establish the rights and obligations of
the parties engaged in construction and include the Construction Agreement between CLIENT and contractor, Addenda (which pertain to
the ContracDocuments), contractor's bid (including documentation accompanying the bid and any post -bid documentation submitted prior
to the notice of award) when attached as an exhibit to the Construction Agreement, the notice to pmceed, the bnndo, appropriate
certifications, the General Conditions, the Supplementary Conditions, the Specifications and the Drmwingo, together with all Written
Amandmonta, Change Orders, Work Change Directives, Field Orders, and J -U -Bs written interpretations and clarifications issued on or
after the Effective Date of the Construction Agreement. Shop Drawings and the reports and drawings of subsurface and physical
conditions are not Contract Documents.
For the purposes of this exhibit, the term Work,' shall be defined as the entire construction or the various separately identifiable parts
thereof required to be provided by the construction contractor under the Contract Documents, Work includes and is the result of
performing or providing all |abor, aemioau, and documentation necessary to produce such construction, and fumiohing, inomUing, and
incorporating all materials and equipment into such construction; all as required by the Contract Documents.
For the purposes of this exhibit, the term 'Site,' shall be defined as lands or areas indicated in the Contract Documents as being furnished
by CLIENT upon which the Work ism be porfomneU, including rights-of-way and easements for access thereto, and such other lands
furnished by CLIENT which are designated for the use of contractor,
CONSTRUCTION PHASE SERVICES
J -U -B shall provide Construction Phase Services as agreed below. Theis a "Yes" and "No" box to the left of each Service, If a box is
marked "Yes".J-U-B agrees to perforrn the Service listed. If a box is marked No", J -U -B undertakes no duty to perform the Service Iisted
If a duty or a condition of performance is listed below that is a responsibility of CLIENT, CL|sNTo agreement to perform the same is
000umeo.
It is understood and agreed that J U 8 shall not, during the performance of Servicesor as a result of observatiof the Work in
progress, supervise, direct, or have control over contractor(s) Work; nor shall J -U -B have authority over or responsibility for the means,
methods, techniques, sequences or procedures of construction selected by contractor(s), for safety precautions and programs incident
to the Work of the contractor(s) or for any failure of contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders
applicable to contractor(s) furnishing and performing their Work or providing any health and safety precautions required by any
regulatory agencies, Accordingly, J -U -B does not guarantee or warrant the performance of the construction contracts by contractor(s)
nor assume responsibility of contractor(s) failure to furnish and perform their Work in accordance with the Contract Documents.
The CLIENT agrees that the general contractor shall be solely responsible for jobsite oafety, and warrants that this intent shall be
carried out in the CL|ENT'e contract with the general contractor, The CLIENT also agrees that the CL|ENT. J -U -B and J'U'B's
subconsultants shall be indemnified by the general contractor in the event of general contractor's failure to assure jobsite safety and
shall be named as additional insureds under the general contractor's policies of general liability insurance,
Construction Phase
Yes
[�No
After receiving written authorization from CLIENT to proceed with the construction phase, J -U -B may provide the following
1,
General Administration of fhe Confract Documents. Consult with, advise, and assist CLIENT in J -U -B's role as
CLIENT's representative, Relevant J -U -B communications with contractor shall be imputed to the CLIENT. Nothing
contained in this Standard Exhibit A creates a duty in contract, tort, or otherwise to any third party; but, instead, the
duties defined herein are performed solely for the benefit of the CLIENT. CLIENT shall agree to include this
language in any such agreements it executes with contractor, subcontractors or suppliers.
Yes 2. Conference Participate in a pre -construction conference
[�No
+oom* Agreement for Professional Services
29
J -U -E1 FAA Agreement for Professional Services
Standard Exhibit A— FAA Construction Phase Services (REV 4/17) Page A-2
Yes
[�No
Yes
[�Nu
Yes
Yes
[�No
Yes
E No
Yes
[�No
30
3. Visits to Site and Observation of Construction / ResideProject Representative (RPR) ServiceIn connection with
observations of the Work while it is in progress:
a. Periodic Sife Visits by J -U -B, Make visits to the Site at intervals appropriate to the various stages of
uonotruction, as J -U -B deems nec0000ry, to observe as an experienced and qualified design professional the
progress and quality of the Work, Such visits and observations, if any, are not intended to be exhaustive or to
extend to every aspect of the Work or to involve detailed inspections of the Work beyond the responsibilities
specifically assigned to J -U -B in this 8gneomnnt, but rather are to be limited to spot ohncking, selective
sampling, and similar methods of general observation of the Work based on J -U -B's exercise of professional
judgment as assisted by the RPR, if any. Based on information obtained during such visits and observations,
J -U -B will determine in general, for the benefit of CLIENT, if the Work is proceeding in accordance with the
Contract Documents, and J -U -B shall keep CLIENT informed of the progress of the Work,
b. Resident Project Representative ("RPR'). When requested by CLIENT, provide the Services of a RPR at
the Site to provide more extensive observation of the Work. Duties, responsibilities, and authority of the RPR,
are as set forth in the section entitled Resident Project Representative, herein. Through more extensive
observations of the Work and field checks of materials and equipment by RPR, J -U -B shall endeavor to provide
further protection to the CLIENT against defects and deficiencies in the Work, The furnishing of such RPR'o
Services will not extend J -U -B's responsibilities or authority beyond the specific limits set forth elsewhere in this
Agreement.
4. Defective Work. Recommend to CLIENT that the Work be disapproved and rejected while it is in progress if J -U -B
believes that such Work does not conform generally to the Contract Documents or that the Work will prejudice the
integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract
Documents,
5: Clarifications and lnterpretations; Field OrdersRecommend to CLIENT necessry clarificatins and interpretations
of the Contract Documents as appropriate to the orderly completion of the Work. Such clarifications and
interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. Based on
J -U -B's recommendations, CLIENT may issue Field Orders authorizing minor variations from the requirements of the
Contract Documents.
6. Change Orders, and Work Change Directives. Recommend to CLIENT Change Orders or Work Change Directives,
as uppmphate, and prepare required documents for CLIENT consideration. CLIENT may issue Change Orders or
Work Change Directives authorizing variations from the requirements of the Contract Documents.
7, Shop Drawings and Samples. Review or take other appropriate action in respect to Shop Drawings, Samples, and
other data that contractor is required to submit, but only for conformance with the design concept of the Project and
compliance with the information given in the Contract Documents. Such reviews or other action shall not extend to
means, methods, 1eohniquoa, moquencoo, or procedures of construction or to safety precautions and programs
incident thereto.
Yes 8, Substitutes. Consult with and advise CLIENT concerning, and deterrnine the acceptability of, substitute materials
and equipment proposed by contractor
ID No
Yes
ENo
9. Inspections and Tests. Make recommendations to CLIENT concerning special inspections or tests of the Work, and
the receipt and review of certificates of inspections, testing, and approvals required by laws and regulations and the
Contract Documents (but only to determine generally that the results certified indicate compliance with the Contract
Documents).
uU-Bpm Agreement for Professional Services
Yes
0 N
Yes
0 N
O Yes
W0
No
Yes
O N
31
10. Disagreements between CLIENT and Contractor Assist CLIENT in rendering formal written decisions on claims of
CLIENT and contractor relating to the acceptability of the Work or the interpretation of the requirements of the
Contract Documents pertaining to the execution and progress of the Work. In assisting in such decisions, J -U -B shall
not be IiabIe in connection with any decision rendered in good faith,
11. Applications for Payment. Based on J -U -8's on-site observations as an experienced and qualified design
pmfeouional, and upon written request of CLIENT, review Applications for Payment and the accompanying
supporting documentation. Assist CLIENT in determining the amounts owed to contractor and, if requested by
CL|ENT, recommend in writing to CLIENT that payments be made to contractor in such amounts- Such
recommendations of payment will constitute a representation to CLIENT that, to the best of J -U -B's knmw|odge,
infonnatinn, and belief, the Work has progressed to the point inuivated, the quality of such Work is generally in
accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or
upon Substantial Comp|etiun, and subject to any subsequent tests called for in the Contract Documents or to any
other qualification stated in the recommendation), and the conditions precedent to contractors being entitled to such
payments appear to have been fulfilled insofar as it is J -U -B's responsibility to observe the Work. In the case of unit
price Work, J -U -B's recommendation of payment will include final determinations of quantities and classifications of
the Work (subject to any subsequent adjustments allowed by the Contract Documents). By recommending any
payment and after reasonable inquiry. J -U -B shall not thereby be deemed to have represented that exhaustive,
continuous, or detailed reviews or examinations have been made by J -U -B to check the quality or quantity of the
Work as it is furnished and provided beyond the responsibilities specifically assigned to J -U -B in this Agreement and
the Contract Documents. J -U -B's review of the Work for the purposes of recommending payments will not impose on
J -U -B the responsibility to uupomioe, dimct, or control such VVnrk, or for the moano, methodo, taohniquen,
eequonoou, or procedures of construction or safety precautions or programs incident thoneto, or contractors
compliance with laws and regulations applicable to its furnishing and performing the Work. J -U -B's review will also
not impose responsibility on J -U -B to make any examination to ascertain how or for what purposes contractor has
used monies paid to contractor by CLIENT; to deterrnine that title to any of the Work, including materials or
equipmnnt, has passed to CLIENT free and clear of ariy lien, c|oimu, security intamsts, or encumbrances; or that
there may not be other matters at issue between CLIENT and contractor that might affect the amount that should be
paid.
12, Contractor's Completion Documents. Receive and review maintenance and operating instructions, schedules,
guanunteeo, bonds and certificates of inopoudun, tests and approvals, Shop Drawings, Gampleu, other data
approved, and the annotated record documents which are to be assembled by contractor in accordance with the
Contract Documents (such review will only be to determine generally that their content complies with the
requirements of, and in the case of certificates of inopnmiun, testo, or approvals indicates compliance with, such
Contract Documents); transmit them to CLIENT with written comments,
13, Substantial Completion. Promptly after notice from CLI ENT that contractor considers the Work for this part of the
Project is ready for its intended use, in company with CLIENT and contractor, conduct a site visit to determine if the
Work is substantially complete. Provide recommendation to CLIENT relative to issuance of Certificate of Substantial
Completion.
Yes 1'1 Final Notice of Acceptability of fhe Work. Assist CLIENT in conducting a final inspection to determine if the
completed Work is acceptable so that J -U -B may recommendin writingthat final payment be made to contractor.
E No
Yes 1a Additional Tasks. Perform or provide the following additional construction phase tasks or deliverables as delineated
in Attachment 1 — Scope of Services and/or Schedule and/or Basis of Feewhich is included with the Agreement
0 No
General Limitation of Responsibilities. J -U -B shall not be responsible for the acts or omissions of any contractor or of any of their
subcontractors, suppliers, or any other individual or entity performing or furnishing any of the Work. J -U -B shall not be responsible for
failure of any contractor to perform or furnish the Work in accordance with the Contract Documents. CLIENT shall agree to include
this language in any such agreements it executes with cuntnamor, subcontractors or suppliers.
J -U -B's Construction Phase Services will be considered complete on the date of Final Notice of Acceptability of the Work.
J-oem^ Agreement for Professional Services
Post -Construction Phase
After receiving authorization from CLIENT to proceed with the post -construction phase, J -U -B may:
0 Yes
No
32
1. Testing/Adjusting Systems, Provide assistance in connection with the testing and adjusting of equipment or
systems.
0 Yes 2, Operate/Maintain Systems. Assist CLIENT in coordinating training for CLIENT's staff to operate and maintain
equipment and systems.
No
Yes 3 Control Procedures. Assist CLIENT in developing procedures for control of the operation and maintenance of, and
recordkeeping for, equipment and systems.
No
0 Yes
No
Yes
No
4. O&M ManuaL Assist CLIENT in preparing operating, maintenance, and staffing manuals.
5. Defective Work. Together with CLIENT, visit the Project to observe any apparent defects in the Work, assist
CLIENT in consultations and discussions with contractor concerning correction of any such defects, and make
recommendations as to replacement or correction of Defective Work, if present.
El Yes 6. Record Surveying. Provide field surveying of readily accessible elements of the final completed construction to
supplement the preparation of Record Drawings,
No
Yes 7. Record Drawings. Furnish a set of reproducible prints of Record Drawings showing significant changes made during
the construction process, based on the annotated record documents for the Project furnished by the contractor.
No
Yes
flNo
8. Warrantee Inspection. In company with CLIENT or CLIENT's representative, provide an inspection of the Project
within one month before the end of the contractor correction period to ascertain whether any portion of the Work is
subject to correction.
Yes 9, Additional Tasks. Perform or provide the following additional post -construction phase tasks or deliverables as listed
n
in Attachment 1 - Scope of Services and/or Schedule and/or Basis of Fee, which is included with the Agreement.
No
The Post -Construction Phase Services may commence during the construction phase and, if not otherwise modified by the mutual
agreement of CLIENT and J -U -B, will terminate at the end of the correction period.
J -U -B FAA Agreement for Professional Services
Standard Exhibit A — FAA Construction Phase Services REV 4117) Page A-5
33
CONSTRUCTION PHASE ADDITIONAL SERVICES
If authorized by CLIENT and expressly agreed by J -U -B; or, if performed by J -U -B with the knowledge of the CLIENT after the signing of
the Agreement for Professional Services, J -U -B shall furnish or obtain from others Additional Services of the types listed in this paragraph:
1. Services in connection with Work Change Directives and Change Orders to reflect changes requested by CLIENT if the
resulting change in compensation for Construction Phase Services is not commensurate with the Services rendered;
Services in making revisions to Drawings and Specifications occasioned by the acceptance of substitutions proposed by
contractor and Services after the award of the contract; Services in evaluating and determining the acceptability of an
unreasonable or excessive number of substitutions proposed by contractor; and Services resulting from significant delays,
changes, or price increases occurring as a direct or indirect result of material equipment, or energy shortages.
2. Services involving out-of-town travel required of J -U -B other than visits to the Site or CLIENT's office.
3. Assistance in connection with bid protests, rebidding, or renegotiating the Construction Agreement_
4. Services in connection with any partial utilization of the Work by CLIENT prior to Substantial Completion.
5. Additional or extended Services during construction of the Work made necessary by (a) emergencies or acts of God
endangering or delaying the Work, (b) the discovery of constituents of concern, (c) Work damaged by fire or other cause
during construction, (d) a significant amount of defective Work, (e) acceleration of the progress schedule involving Services
beyond normal working hours, and (f) default by contractor, including extensions of the construction period.
6. Evaluating an unreasonable number of claims submitted by contractor or others in connection with the Work.
7. Protracted or extensive assistance in refining and adjusting any equipment or system (such as initial startup, testing,
adjusting, and balancing).
8. Services or consultations after completion of the construction phase, such as excessive inspections during any correction
period and reporting observed discrepancies under guarantees called for in the Construction Agreement for the Work
(except as agreed to under Construction Phase Services).
g Preparing to serve or serving as a consultant or witness for CLIENT in any |itigotion, orbitration, or other legal or
administrative proceeding involving the Project to which J -U -B has not been made a party.
10. Additional Services in connection with the Work, including Services which are to be furnished by CLIENT and Services not
otherwise provided for in this Agreement.
RESIDENT PROJECT REPRESENTATIVE
If provided as part of Construction Phase Services, J -U -B shall furnish a Resident Project Representative ('RPR"), assistants, and other
field staff to assist J -U -B in observing progress and quality of the Work. The RPR, assistants, and other field staff may provide full-time
representation or may provide representation to a Iesser degree.
Through such additional observations ufthe Work and fio|Uchecks nfmaterials and equipment bythe RPR and assistants, J'U'8shall
endeavor to provide further tcti n for CLIENT against defects and deficiencies in the Work. It is understood and agreed that J -U -B
shall not, during the performance of Services, or as a result of observations of the Work in progress, supervise, direct, or have control
over contractor(s)' Work; nor shall J -U -B have authority over or responsibility for the moonu, methodo, hanhniqveo, sequences or
procedures of construction selected bcontractor(s), fofet precautions d programs incident to thWork ofh
for any failure of contractor(s) to comes, regulations, ordinances, codes or orders a / able to contractor(s) furnishing
and performing their Work or providing any health and safety precautions required by any regulatory agencies. Accordingly, J -U -B
does not guarantee or warrant the performance of the construction contracts by contractor(s) nor assume responsibility of
contractor(s)' failure to furnish and perform their Work in accordance with the Contract Documents.
The RPR's duties under this Agreement shall be strictly limited to the following:
1L General. RPR is J -U -B's agent at the Site, will act as directed by and under the supervision of J -U -B, and will confer with
J -U -B regarding RPR's actions,
2. Schedules. Review the progress onhedule, schedule of Shop Drawing and Sample nubmittals, and schedule of values
prepared by contractor and consult with CLIENT concerning acceptability of such schedules.
3, Conferences and Meetings. When requested by CLIENT to do so, attend meetings with contractor, such as preconstruction
conferences, progress meetings, job conferences, and otheproject-related meetings.
4. Liaison. Serve as J -U -B's liaison with CLIENT.
J-U-Bm^ Agreement for Professional Services
34
5. Interpretation of Contract Documents. Report to CLIENT when clarifications and interpretations of the Contract Documents
are needed.
6. Shop Drawings and Samples. Receive and record date of receipt of reviewed Samples and Shop Drawings.
7. Modifications. Consider and evaluate contractors suggestions for modifications to Drawings or Specifications and report,
with RPR's recommendations, to CLIENT. Transmittal to contractor of written decisions as issued by J -U -B will be in writing.
8. Review of Work and Rejection af Defective Work.
a) Conduct on-site observations of the Work to assist J -U -B in determining if the Work is, in gonera|, proceeding in
accordance with the Contract Docunients.
b) Report to CLIENT whenever RPR believes that any part of the Work in progress will not produce a completedProject
that conforms generaily to the Contract Documents or will prejudice the integrity of the design concept of the completed
Project as a functioning whole as indicated in the Contract Documents; has been damaged; or does not meet the
requirements of any inspection, test, or approval required to be made Advise CLIENT of that part of the Work that
RPR believes should be corrected, rejected, or uncovered for observation, or that requires special testing, inspection,
or approval.
9. Inspections, Tests, and System Startups
a) Advise CLIENT in advance of scheduled major inopectiona, teots, and system start-ups for important phases of the
Work,
b) Verify that teats, equipment, and system start-ups and operating and maintenance training is conducted in the
presence of appropriate personnel and that contractor maintain adequate records thereof.
c) Observe, record, and report to CLIENT appropriate details relative to the test procedures and system start-ups.
d) Accompany visiting inspectors representing public or other agencies having jurisdiction over the Vvnd', record the
results of these inspections, and report to CLIENT,
10. Records.
a) Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract
Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued
subsequent to the execution of the Contract, J -U -B's clarifications and interpretations of the Contract Dncuments,
progress reports, Shop Drawing and Sample submittals, and other Project -related documents,
b) Prepare a daily report or keep udiary urlog book, recording contractor's and subcontractors' hours on the Site,
weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed
condihono. Site visitors, daily activities, deciuiono, observations in gonono|, and specific observations in more detail as
in the case of observing test procedures; furnish copies of such records to CLIENT.
c) Maintain accurate, up-to-date lists of the nemua, addea000, e-mail eddeoaeu, and telephone numbers of all
contractors, subcontractors, and major suppliers of materials and equipment.
d) Maintain records for use in preparing documentation of the Work.
e) Upon completion of the Work with respect to the Project, furnish a complete set of all RPR Project documentation to
CLIENT.
J -u -14m^ Agreement for Professional Services
35
11. Reports.
a) Furnish to CLIENT periodic reports as required of progresof the Work and of contractors compliance with the
progress schedule and schedule of Shop Drawing and Sample submittals.
b) Present to CLIENT proposed Change Orders, Work Change Directives, and Field Orders,
c) Furnish to CLIENT copies of alI inspection, test, and system startup reports.
d) Report immediately to CLIENT the occurrence of any Site accidents, emergencies, acts of God endangering the Work,
property damaged by fire or other causes, and the discovery or presence of any constituents of concern.
12. Payment Request: Review Applications for Payment for compliance with the established procedure for their submission
and forward with recommendations to CLIENT, noting particularly the relationship of the payment requested to the schedule
of values, Work completed, and materials and equipment delivered at the Site, but not incorporated in the Work.
13. Certificates, Operation and Maintenance Manuals, During the course of the Work, verify that materials and equipment
uertificoteu, operation and maintenance monuols, and other data required by the Specifications to be assembled and
furnished by contractor are applicable to the items actually installed and in accordance with the Contract Documents, and
have these documents delivered to CLIENT for review.
14. Completion.
a) Before issuing a Certificate of Substantial Completion, submit to CLIENT a list of observed items requiring completion
or correction.
b) Observe whether contractor has arranged for inspections required by laws and regulations, including but not Iimited to
those to be performed by public agencies having jurisdiction over the Project.
c) Participate in a final inspection in the company of CLIENT and contractor and prepare a final list of items to be
completed or corrected with respect to the Work.
d) Observe whether all items on final list have been completed or corrected and make recommendations to CLIENT
concerning acceptance and issuance of CLIENT's Final Notice of Acceptability of the Work.
The RPR shall not:
1. Authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or -equal" items).
2Ex�ed limitations of J -U -B's authority as set forth in the Agreement for Professional Services,
3. Undertake any of the responsibilities of contractor, subcontractors, suppliers, or contractors superintendent.
4. Advise on, issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences,
or procedures of construction or of the VVork, unless such advice or directions are specifically required by the Contract
Documents.
5. Advise on, issue directions regarding,or assume control over safety practicm, pmoovdono, and programs in connection
with the activities or operations of CLIENT or contractor.
6. Participate in specialized field or laboratory tests or inspections conducted by others, except as specifically authorized.
7' Accept Shop Drawing or Sample submittals from anyone other than J -U -B.
8.. Authorize CLIENT to occupy the Work in whole or in part.
J-1.1-13 FAA Agreement for Professional Services
36
CLIENT'S RESPONSIBILITIES
Except as otherwise provided herein or in the Agreement for Professional Services, CLIENT shall do the following in a timely manner so as
not to delay the Sei-vi�s of J -U -B and shall bear all costs incident thereto:
1, Provide, as may be required for the Project, such legal services as CLIENT may require or J -U -B may reasonably request
wfth regard to legalissues pertaining to the Project, including any thamay be raised by contractor,
2. Attend the pre-bid conference, bid opening,pre-construction conferences, construction progress and other job-related
meetings and Substantial Completion, final payment, and other inspections.
3, Give prompt written notice to J -U -B whenever CLIENT observes or otherwise becomes aware of any development that
affects the scope or time of performance or furnishing ufJ'U'B'u Go,viuoo, or any defect or nonconformance in J'U'B's
Services or in the Work of any contractoi%
4. Render all final decisions related to: 1) changes or modifications to the terms of the construction contract, 2) ac�ptability of
the Work, and 3) claims or Work stoppages.
5. Unless included in J -U -B Scope of Services, provide construction staking and materials testing services for the project.
The Client agrees to require all contractors of any tier to carry statutory Workers CompenoeUon, Employers Liability Insurance and
appropriate limits of Commercial General Liability Insurance (CGL). The Client further agrees to require all contractors to have their CGL
policies endorsed to name the Client, the Consultant and its sub -consultants as Additional inuunedu, on a primary and noncontributory
baoiu, and to provide Contractual Liability coverage sufficient to insure the hold harmless and indemnity obligations assumed by the
contractors. The Client shall require all contractors to furnish to the Client and the Consultant certificates of insurance as evidence of the
required insurance prior to commencing work and upon renewal of each policy during the entire period of construction, In addition, the
Client shall require that all contractors will, to the fullest extent pomniued by law, indemnify and hold harmless the Client, the Consultant
and its sub consultants from and against any damages, liabilities or costs, including reasonable attorneys' fees and defense costs, arising
out of or in any way connected with the Pn4ect, including all claims by employees of the contractors.
J -U -B FAA Agreement for Professional Services
U.B
JU-B ENGINEERS, INC.
37
J -U -B ENGINEERS, Inc.
FAA AGREEMENT FOR PROFESSIONAL SERVICES
Attachment 1_ Scope of Services
Client Name: City of Yakima Project: West GA RamRehabilitation
Yakima Air Field ��.# 3-53-0089-042-2 018
The FAA Agreement for Professional Servces dated is amended and supplemented to include the following provisions
regarding the Scope of Servi�s,:
For the purposes of this attachment, 'FAA Agreement for Professional Services and the Agreement' shall refer to the document
entitled 'Agreement for Professional Services,' executed between J -U -B and CLIENT to which this exhibit and any other exhibits
have been attached.
PROJECT DESCRIPTION
Construction of the WesGeneral Aviation (GA) Apron to rehabilitate approximately 22,000 square yards of asphalt pavement, associated
surface drainage, tie -downs, pavement markings and apron Iighting,
SCOPE OF SERVICES
J -U -B's Services undethis Agreemenare Iimited to the following:
A. Proiect Formulation Phase:
1. Assist the CLIENT with ProjecScope developmenand formulation. J -U -B will prepare a Scope of Servi�s
narrative and detailed description of all wortasks for CLIENT and FAA review and approval. Discuss review
comments and revise accordingly.
2. Upon approval of the Scope of Seminen. J -U -B will prepare a listing of work tasks in a spreadsheet with
"empty cells" for pomon'hnunn, hourly ratea, oxpennou, and costs for the project. This spreadsheet will be
used for both J -U -B and the Independent Fee Estimator (IFE). J -U -B shall prepare a detailed cost proposal
on the spreadsheet, based on estimates of work to accomplish the Scope of Services.
3. J -U -B shall provide the CLIENT and the Independent Fee Estimator with a blank person -hour spreadsheet,
Scope of Services, and overall project estimate,
4. Prepare an Agreementfnr Professional Services for submittal and review by the CLIENT and FAA, including
the FM Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of
services and responsibilities of all contract parties.
5, Assist CLIENT with preparation and submittal of a FAA Grant Application for Federal Assistance, including
estimated project costs, drawings, and a schedule for FAA submittal prior to beginning the project,
B, Construction Phase:
1^ Prepare and distribute Notice of Award, Construction Agreement and other contract documents. Review
Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and
Contractor in processing documents for the project.
2. Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including
copies of alt executed contract documents as required by the FAA.
3. J -U -B shall oversee project tasks and coordinate with CLIENT representatives to manage the 000pn,
oohedu|e, budget and work plan for the bidding and construction phase. J -U -B invoices will be prepared and
submitted to the CLIENT on a monthly basis and will include a brief status report outlining work accomplished
during the bilting and construction period.
° The Consultant will conduct monthly Sponsor/FAA briefings. The meetings will take place via
teleconference and Iast for up to one hour.
° The Consultant will attend up to two (2) City Council meetings to discuss key project issues,
Meetings will take place in Yakima, and be attended by up to two (2) consultant staff.
�-B Agreement for Professional Services
38
� Assist CLIENT in preparation of FAA quarterly peiformanceneports.two (2) annual SF 425/271
submittals, and two (2) annual DOORS DBE reports.
• Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by
submitting data as described. It is anticipated that the CLIENT will prepare and process five (5)
monthly sets of RFR 'packages' for this project, J -U -B will provide documentation of costs for the
CLIENT's use in performing the Request for Reimbursements including consultant invoices,
reimbursement spreadsheet and pay requests,
4. The pavement contract work is anticipated to be exceed $500,000. As such a Construction Management
PIan (CMP) shall be prepared in accordance with the Iatest version ofAC 150/5370-12.
5. Provide pre -construction coordination; prepare a detailed Pre -Construction Conference agenda and displays;
onnduntoPne'CononuotionConVuencnonbaha|fnftheCL|ENTandpnupoeandiooueminuteoofthnPre-
Construction Conference; include FAA items in conference agenda. It is anticipated that J -U -B will conduct
this meeting at the Airport.
6, Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract
Documents, Coordinate construction activity schedule with CLIENT.
7. Obtain and review contractor submitted shop drawings, Contractor Safety and Security Plan, and all
submittals required by the Contract Documents. Comment and return all submittals to Coritractor for their
use and/or revisions and resubmittal,
8. Construction staking shall be provided by the contractor as part of the construction contract. J -U -B will
provide benchmarks and horizontal control points for the contractors use. Prior to start of construction,
J -U -B will provide a survey check to confirm control has not been altered.
9Conduct weekly construction meetings to include key contractor and sub -contractor personnel, the project
managor, construction monega,, project observer and airport representatives to discuss safety items,
schedule, items that may affect progress and airport user concerns.
10. Prepare and submit daily and weekly field observation reports.
11. Provide full-time field observation, assuming construction to occur over 50 working days.
12, Provide office administration support and assistance to the Resident Project Representative from the Project
Manager or Office Administration as field activities may require.
13. Prepare and recommend monthly pay estimates.
14- Coordinate and conduct Quality Assurance Testing through a subconsultant (See Exhibit A),
• Project coordination, Scheduling and Billing
15. Conduct Quality Assurance survey checks at various materials placement milestones.
16. The pavement contract on this project is expected to exceed *500.000; as such a Quality Control (QC)/
Quality Assurance (QA) Workshop shall be conducted by the ENGINEER. Meeting outline will be distributed
prior to the scheduled workshop. Topics of discussion for the QC/QA Workshop shall include the following
items at a minimum:
• Review QC/QA certification requirements.
• Establish location of testing facilities and identify the testing administrators.
o p -4n1 Hot Mix Asphalt Specifications.
-
Schedule, QC/QA responsibilities, Mix Design, Paving Plan, Test Strip, PVVL, Acceptance
Criteria, Joint Construction
Construction Surveying
Reeponeibi|ity, grade nnqui,ement, electronic grade oontm|, model verification for both finish
grade as well as grade for the milled surface.
*Demolition
— Milling procedures, Stockpile Iocations, Gradation requirement
17. Review weekly contractor payroll certifications and conduct periodic wage rate interviews.
18. Prepare Contract Change Order/Supplemental Agreements in accordance with FAA Order 5100.38D -
Appendix U
1OO.38D'AppondixV and FAA SOP 7.00. Conduct services associated with evaluation, negohodon, and preparation
�-8 Agreement for Professional Services
39
and processing of Contract Change Orders or Supplemental Agreements. Fee estimate is based on the
production of two Change Orders.
19. Conduct firial and substantial completion inspections. The project will be constructed in four (4) phases. With
the completion of each phase a substantial completion and punch list will be performed. Therefore four (4)
substantial completions and acombined fina|completion will take place during the project.
20, Update the 2015 Storm Water Pollution Prevention Plan (SWPPP).The SWPPP Update will involve the
°
Preparing updates to the Pollution Prevention Team;
• Coordination w/ DOE Industrial Stormwater Inspector (namely, Lynda Jamison);
o Development of a "good housekeeping" flyer to be shared with Yakima Airport employees and tenants;
o Development of operation and maintenance procedures (to be included in Appendix H).
o Reference in and include Tenant SWPPPs (namely, Alaska Air and Cub Crafters) within the SWPPP
Appendix J;
�
Coordination of Figure Updates (contained within Appendix B) to capture additional stormwater features
(e^g ponda, owm|ou, catch basins, etc.). Note: Mapping changes shall be administered by the Yakima
County Engineering Department.
21. Conduct part-time field observation of project punch list item completion. Issue a recommended final
acceptance upon contractor completion of punch Iist items.
22. Prepare Record drawings of "As Constructed" revisions to Design and Construction Drawings for project
improvements as provided by the contractor. Provide CLIENT and FAA with copies of Record Drawings and
one electronic copy to be submitted to the FAA as required. Provide CLIENT with four (4) sets of printed
Record Drawings.
23, Prepare the final engineer's project report to the established FAA requirements.
24. Conduct final project closeout of Contractor contract and construction requirements. Update Pavement
Strength Survey.
25, Assist and coordinate appropriate documents and clarifications for the Sponsor's A-133 audit. Answer
questions as required.
Construction Phase Assumptions:
o Project Management tasks will occur over a total of 14 months.
O The Project Manager will attend one weekly construction meeting per month, and will attend the remainder by
phone. The Construction Manager and Project Observer will attend all weekly construction meetings.
• The Contractor will work up to 10 hours per day. The Project Observer will be on site for up to 10 hours per day.
The Construction Manager will be on site 5 hours per week and provide office support an additional 5 hours per
week. The construction duration will be 50 working days, 10 weeks.
• J -U -B will hire a subconsultant to perform the QA testing for this project.
Construction Phase services are more specifically defined in Standard Exhibit A — Construction Phase Services,
.1 -vu Agreement for Professional Services
Budinger
& Associates
1101 North Fancher Road
Spokane Valley, WA 99212
Tel: 509.535.8841
Fax: 509.535.9589
Unit Cost for Materials Testing and Sampling Services - REVISED
To: Timothy Ike, PE
JUB Engineers
422 W. Riverside, Suite 304
Spokane, WA 99201
Date: 3/9/2018
Proposal Number: M-17533
Project: Yakima Air Terminal - Rehabilitation EmaiLtike(MittlIcom
Required Quality Acceptance Testing
BADE BID SCHEDULE
Qty Unita Unit Pte Total
mark Sampling A. Testing
* Field Technician (40 shifts at 10 hrs per shift) 20 hours 70.00 1400.00
* Maximum Density/Optimum Moisture (1 per 1000 cy) 2 each 165.00 330.00
Lis./20 Dart Dunks - Sam:ding ?
* Field Technician 8 hours 70.00 560.00
* 1 each 165.00 165.00
Maximum Density/Optimum Moisture (Proctor)
Compressive Strength Specimens
10 each 20.00 200.00
P-209 Crushed Aggregate 1,. e Course Sampling & Testing
* Field Technician (31 shifts at 10 hrs per shift)
20 hours 70.00 1400.00
• Maximum Density/Optimum Moisture (Proctor] 1 each 165.00 165.00
• Sieve Analysis w/0.02mm (2 per lot - 2400 sy) 2 each 165.00 330.00
* Fractured Face 1 each 150.00 150.00
* LA Abrasion 1 each 200.00 200,00
a Sand Equivalent 1 each 150.00 150.00
* Flat & Elongated Pieces 1 each 150.00 150.00
* Atterberg Limits/Plasticity Index 1 each 150.00 150.00
* Clay Lumps and Friable Particles 1 each 150.00 150.00
* Sodium Sulfate Soundness 1 each 325.00 325.00
P-401 Bituminous. Surface Course
* Laboratory Technician (Lead) 5 days 1200.00 6000.00
* Quality Assurance Technician (Support) 5 days 950.00 4750.00
P -50I Portland Cement Concrete Paving ginwme 2 lots/
* Field Technician (2 shifts at 10 per shift) 20 hours 70.00 1400.00
Field Technician - Straightedge 8 hours 70.00 560.00
Flexural Strength Specimens (8 per lot) 16 each 50.00 800.00
P-610 Structural Portland Cement Concrete
* Field Technician 10 hours 70.00 700.00
* Compressive Strength Specimens 10 each 20.00 200.00
Other Items
* Mobilization (400 miles per trip - 10 trips)
Mobile laboratory Trailer Mobilization
Mobile Laboratory Trailer - hook up to power/water
Mobile Laboratory Trailer Per Week
Per Diem
Nuclear Densometer
Project Management/Report Review
Word Processing
4000 miles 0.545 2180.00
1 each 1800.00 1800.00
by others
1 wccks 1500.00 1500.00
6 days 150.00 900.00
12 days 25.00 300.00
20 hours 95.00 1900.00
30 hours 65.00 1950.00
TOTAL ESTIMATE 30765.00
• Technician time and mobilization are invoiced portal to portal
* Sample pick-up time is invoiced portal to portal
• Our involvement is dependent on contractor performance and scheduling, factors that are beyond our control
* The above estimate is not a lump sum It is a time and materials estimate Invoices will reflect actual units
* Please sign below to signify acceptance of this proposal to initiate a service agreement,
Accepted By:
a a
Thomas Black, PE
Construction Services Manager
Geotechnical & Environmental Engineers
Construction Materials Testing & Special Inspection
40