Loading...
HomeMy WebLinkAboutR-2023-079 Resolution authorizing a supplemental construction services agreement with JUB Engineering for AlP No. 3-53-0089-056-2023 for Taxilane Charlie ExtensionA RESOLUTION RESOLUTION NO. R-2023-079 authorizing a supplemental construction services agreement to City Contract No. 2023-033 with JUB Engineering, Inc. for construction services for the Taxilane Charlie Extension Project at the Yakima Air Terminal -McAllister Field. WHEREAS, the City owns and operates the Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State, and Local regulations; and WHEREAS, the 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 entered into City contract number 2023-033 with JUB Engineering Inc. pursuant to Resolution 2023-028 adopted by Council on February 21, 2023; and WHEREAS, the City Council has determined that it is in the best interest of the Yakima Air Terminal -McAllister Field and the residents of the City to enter into a supplemental Construction Services Agreement with JUB Engineering, Inc., attached hereto, to manage construction and extension of the airport's Taxilane Charlie Project, which includes implementation of approximately 1,900 feet of Taxilane system for future hangar development, pavement markings, relocation of the airport's perimeter fencing, and installation of an airport vehicle gate and pedestrian gate; 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 $264,231.00 of federal grant funds and approximately $29,359.00 of Passenger Facility Charge funds, used as the airport's local match requirement, to fund the work to be performed under the terms of the Construction Management Engineering Services Agreement; and WHEREAS, contingent upon receiving FAA funds, the City of Yakima would be ready to execute the above -mentioned supplemental Construction Services Agreement; and WHEREAS, in accordance with the terms and conditions of the supplemental Agreement for Construction Services Agreement attached hereto the engineer will perform the services specified in the Construction Services Agreement during the 2023-2024 calendar year, Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: 1. The City Manager is hereby authorized and directed to execute, contingent on the receipt of the FAA funding described above, the attached supplemental Construction Services Agreement with JUB Engineering, Inc. in the amount not to exceed two hundred ninety-three thousand five hundred ninety dollars ($293,590.00), to provide Construction Services for the airport's Taxilane Charlie Extension Capital Improvement Project 3-53-0089-056-2023. 2. If grant funds are awarded, the City Manager is further authorized and directed to accept and spend said grant funds to be applied to the purposes specified above. ADOPTED BY THE CITY COUNCIL this 6th day of June, 2023. ATTEST: osalinda Ibarra, City CI Janice Deccio, Mayor �-8 ENGINEERS, INC. J-U-13ENGINEERS, Inc. TASK ORDER NO'2023-02 SUPPLEMENTAL ENGINEERING AGREEMENT FOR PROFESSIONAL SERVICES Scope ofServices, Basis ofFee, and Schedule THIS SUPPLEMENTAL ENGINEERING AGREEMENT is made as of the 24th day of February 2023, by and between City of Yakima, 129 N. Second Street, Yakima, WA 98901, hereinafter referred to as the CLIENT, and J-U-B ENGINEERS, Inc., 999 W. Riverside. Suite 700, Spokane, WA 99201, hereinafter referred tVoaJ-U^B,These services are existing Agreement for Professional Services for this project made nnthe 11 day of .)ikVJC,__ _2O23.byand between the CLIENT and J'U'B. All other TERMS AND CONDITIONS ofsaid agreement remain infull force and effect. PROJECT NAME: TAXILANE�CHARL2EXTENSION (CONSTRUCTION) AIRPORT NAME: YAhJMAAIR TERMINAL —PNCALL|STERFIELD CLIENT: CITY OF,yAK|MA A.I.P. NUK8BER:3'53'OO88'U52'2U22 J-U'BPROJECT NUMBER: 45-23'O13 CLIENT PROJECT NUMBER: ATTACHMENT TO: AGREEMENT DATED: ; or OAUTHORIZAJlON FOR ADDITIONAL SERVICES #X;DATED: *4 TherefenenoedAgreementforPmfeaoona|SomiceuoxeoutedbnbwnenJ'U'BENG|NEERS.|nc.(J'U'B) and the CLIENT is amended and supplemented to include the following provisions regarding the Scope of Services, Basis ofFee, and/or Schedule: PART 1'PROJECT UNDERSTANDING FAA AIP 3-53-0089-052-2022 includes the Construction Administration and Project CloseoutEngineering Services for the following Items: " Tax|aneCharlie Extension buthe west. * Construct onew35'wideTex|aneondtwo(2)25'xideTaxi|onaestubatomnobkaexpondodfubune hangar development atthe airport. • Grade the Tnxi|aneSafety and Object Free Areas tomeet standards. • Install a new concrete encased e|echoo| duct bank. This tank also includes electrical vaults for conductor access. • Demolition and disposal ofexisting THangars ° Damu|iuh, relocate and install new airport security fence including a new electronic sliding gob*- • Improve drainage in the vicinity of the project area. Work includes grading and installation of catch booin(o)and pipe(o)hncollect and route stormwater. Task Order 2023-02 Page 1 PART 2-BASIS C}FFEE A. CLIENT shall pay J-U-Bfor the identified Services inPART 1amfollows: a. Construction Administration and Project Closeout Engineering Services. The CLIENT shall compensate J'U'B for the Bidding and Construction Pheee, on a Cost -Plus -Fixed -Fee basis. The CLIENT shall reimburse J'U'Bfor the following items: i Payroll Cost: Actual salaries paid J-U-B's employees, without markup, for the time such employees are directly used on work necessary to fulfill the terms of this AGREEMENT. At the request of the CLIENT, a list of names of personnel actually working on this project and their salaries shall be submitted prior to the start of work on the project and shall be updated as needed to reflect any reasonable salary increases, promotions and other payroll adjustments during the course ofthis work. ii. Payroll Additives: Additives representing the employee benefits based on payroll cost shall be computed as a percentage of the payroll cost above. For the purposes of this AGREEMENT, that additive shall be 72.55 percent of the payroll cost based on existing auditn, cost data, and other information mutually agreed to by both parties. This factor is subject to adjustment by the parties based on audits occurring during the life of this AGREEMENT. Independently prepared cost data shall be submitted, at the request of the CLIENT, at intervals not less than every 18 months to support the payroll additives for this AGREEMENT. iii. General and Administrative Overhead Cost: These overhead costs shall bmin accordance with Federal requirements contained in the 41 CFR 1-15. These costs shall be computed at 104.28 percent of the payroll costs above. This percentage may be adjusted by the parties based on audits occurring during the life of this AGREEMENT. Independently prepared cost data shall be submitted, at the request of the CLIENT, at intervals not less than every 18 months to support the General and Administrative Overhead for this AGREEMENT. iv. Direct Cost and Out -of -Pocket Cost: These costs shall be directly related to this project and determined in accordance with Federal requirements contained in 41 CFR 1-15. v. Fixed Fee: The Fixed Fee for performance completed under this task shall be Twenty Nine Thousand, Thirty -Two Dollars and Twenty -Seven Cents ($29,032.27). Should there beachange inthe scope ofwork under this AGREEMENT; the fixed fee shall ba negotiated with an appropriate adjustment for change in the scope of work. Additional fixed fees, as approved as a portion of Supplemental Engineering Agreements, shall be in addition tothe above agreed upon amount. FAA participation inthose costs is conditioned ontheir approval ofthe increased costs. b. Total estimate for Construction Administration and Project Closeout Engineering Semioao. including fixed fee, forthe work under this AGREEMENT shall not exceed [Two Hundred Ninety Thousand, Five Hundred Ninety Dollars and NoCents ($2Q3.5QU.OU) This maximum amount is subject to adjustment in the event of any approved increases in scope of service as approved by the CLIENT and the FAA and documented by approved Authorization for Additional Services. 2. Total Project Fees. Total fees as outlined above are Two Hundred Ninety Thousand, Five Hundred Ninety Dollars and No Cents ($293,590.00). See Attachment 1 B for a detailed fee breakdown. PART 3-SCOPE OFSERVICES BfJ'U-B J-U-B's Services under this Agreement are limited to the following tasks. Any other items necessary to plan and implement the project, including but not limited to those specifically listed in PART 3, are the responsibility ofCLIENT. Task Order 2023-02 Page 2 A. Task O01:Project Formulation Phase 1. Assist the CLIENT with Project Scope development and formulation. J'U'Bwill prepare aScope of Services narrative and detailed description of all work tasks for CLIENT and FAA review and approval. Oiauuue review comments and revise accordingly. 2. Prepare a listing of work tasks in e spreadsheet with panoon'houra, hourly rotao, axpennea, and uuata booed on the Scope ofServices, This spreadsheet will be used for both J'U'B and the Independent Fee estimate. J'U'8shall prepare odetailed cost proposal onthe spreadsheet, based onestimates ofwork toaccomplish the Scope ufServices. 3. Provide the CLIENT with a blank person -hour spreadsheet, Scope of Services, and Project Layout 4. Prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including the F/V\ Professional Service Agreement Checklist. The Agreement ohoU be comprehensive in description of services and responsibilities of all contract parties. 5. Assist CLIENT with preparation and submittal of FAA Grant Application for Federal Assistance for the pnojeot, including estimated project costs, drovvinQo, and a schedule for FAA submittal prior to beginning of the project. 8. The CIP for the Airport has been updated since the 2023-2025 DBE goal was set. Therefore, the goal and program plan will berevisited. Provide the following services related to Federal Disadvantaged Business Enterprise requirements (OBE). o. Analyze opportunities for Disadvantaged Business Enterprise (DBE) participation during construction and assist CLIENT in reviewing and revising the three-year goal for 2023-2025 for the AC|Pprojects. d. Coordinate a DBE conference call by contacting various Chambers of Commerce asking them to advertise a conference uoU for anyone interested in the DBE gno| setting methodology for this project. Contact specific O8E'o in area that could be interested in bidding the project. The conference oa|| would be e 1'huurvvindmw. monitored via opeakerphnne, allowing interested parties to get responses to questions brought up in the methodology used in setting the goal. o. Coordinate CLIENT DBE Goal Advertisements for the updated 2023-2025 three-year goal on the CL|ENT'ommboitefor aminimum of3Odays. [ Finalize and submit updated 2O23'2O25three-year goal to FAA Civil Rights Connect. Notify FAA ADO inwriting once goal has been submitted. Update Sponsor's DBE Program Plan and submit to FAA Civil Rights Connect for review and approval, 7. Assist CLIENT in the submittal of FAA Sponsor Certifications. These include the "Selection of CnnouKonts^."Project Plans and Gpooifioatinnn^."Drug Free Workplace", "Equipment/Construction Contracts", "Disclosure Regarding Potential Conflicts" and "Construction Project Final Acceptance". 8. Prepare and submit six (G) FAA Quarterly Performance Reports and two (2) Fiscal Year End Financial FAA 271 and 425 forms throughout the project. 8. Attend eight (8) meetings with the Airport Oiredor/Etsffand/or City Council during the project in order to keep Airport personnel and management abreast of the progress of the projects. Discussions will include project phaaing, budget and schedule updates. 10. Assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data eudescribed. |tiaanticipated that the CLIENT will prepare and process eight (8) monthly sets of RFR 'packages' for this project. J-U-B will provide documentation of costs for the CL|ENT'o use in performing the Request for Reimbursements including consultant invoices and reimbursement spreadsheet. Q. Task Order oOo3-02 Page B. GubtemhOO2: Construction Phase 1. Prepare and distribute Notice ofAward, Construction Agreement and other contract documents. Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and Contractor inprocessing documents for the project. 2. Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including copies ofall executed contract documents aurequired bythe FAA, 3. Provide pre -construction coordination; prepare mdetailed Pre -Construction Conference agenda and displays-, conduct a Pre -Construction Conference on behalf ofthe CLIENT and prepare and issue minutes ofthe Pre -Construction Conference; include FAA items in conference agenda. It is anticipated that J'U'8will conduct this meeting otthe Airport. 4. Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract Documents. Coordinate construction activity schedule with CLIENT and Airport operations. 5. Review submitted shop drawings, Contractor Safety and Security Plan, Quality Control Plan and all submittals required by the Contract Onuumonha. Comment and return all submittals to Contractor for their use and/or revisions and resubmittal. 0. Construction stoking ohoU be provided by the contractor as part of the construction contract. J-U-B will provide benchmarks and horizontal control points for the contractor's use. Prior hostart of construction, J'U'B survey crew will provide survey check to confirm control still has not be altered prior. 7. Prepare a Construction Management Plan in accordance with FAA guidelines. Incorporate Contractor's Quality Control Plan information into the plan. Submit document to the FAA and CLIENT for review. 8. Organize and conduct weekly construction meetings with CL|ENT. Contractor and others as appropriate. The Resident Project Representative will hold these meetings onthe construction site. Q. Provide one full-time project representative to monitor and document construction activities am appropriate. It is anticipated that J-U-B will provide a Resident Project Representative for a period nfS5working days ad1Ohours per day plus 1 hours aday for drive time. |naddition, the Project Manager will visit the site once oweek (Qvisits) for 4hours each visit plus 1 hours ofdrive time tn provide construction review. o. Provide cultural monitoring during contractor excavation activities consistent with the CATEX issued by the FAA Seattle ADO. 15 days (8 hours per day) of monitoring are being estimated for this task which will be provide by a subconsultant and managed by J-U-B. 10. Provide office administration support and assistance to the Resident Project Representative with the Project Manager orProject Engineer aofield activities may require. 11. J'U'8 shall receive and review the Contractor's monthly requests for payment. J'U'8 shall determine whether the amount requested reflects the progress of the Contractor's work and is in accordance with the contract for construction, 12. Monitor and coordinate Contractor Quality Control Testing Program pursuant to uumart FAA specifications for Quality Control and Quality Assurance. It is anticipated that J'U'B will monitor and hest for Quality Assurance testing on asphalt placement only, through the use of o ouboonuu|tnnL Fees for the Geobanhnioa| Testing Firm Subnonuu|tant ahoU be reflected in the "Subconsultant" line below. 13. The pavement contract onthis project is expected to exceed $500.000� as such Quality Control (QC)/ Quality Assurance (QA) Workshop shall be conducted by the ENGINEER in accordance with the latest version oy/\C150537U'12. 14. Assist CLIENT with review of Contractor Wage and EEO documentation review. Conduct Wage Task Order 2023-02 Page 4 15. Coordinate with CLIENT and FAA throughout the construction process. Submit required construction dncumentation, including weekly activity report forms, mix demigno, change nndoru, etc. Coordinate with CLIENT and FAA verbally concerning change orders, as required. m. Coordinate with FAA Tech Ops for tasks such as security fence connections and electrical conduit installations adjacent 10existing FAA cables. 16. Prepare Contract Change Order/Supplemental Agreements in nooundanoa with FAA Order 5100.38O'AppendixU. Conduct services associated with evaluation, negotiation, and preparation and processing of Contract Change Orders or Supplemental Agreements. Cost estimate is based unthe production oftwo Change Orders. 17. Conduct final and substantial completion inspections. This project may be constructed in two phases. With the completion of each phase a substantial completion and punch list may be performed Therofora, two substantial completions and a combined final completion may take place during the project. Produce substantial and final completion inspection certificates and field review and documentation of"punch list" items. 18. Prepare Record drawings of "As Constructed" revisions to Design and Construction Drawings for project improvements as provided by the contractor. Provide CLIENT and FAA with copies of Record Drawings and one electronic copy to be submitted to the FAA as required, Provide CLIENT with one set ofprints of Record Drawings. C. Subtamk003:Project Closeout Phase 1. Prepare the final project report and close-out documents according to FAA naquinamnnhu and submit hoCLIENT and FAA. 2. Prepare anAirport Layout Plan Set (4LP) Revision todocument improvements. Adraft copy ofthe revised ALP will be submitted tothe FAA and CLIENT for review. Upon review and comment changes, copies with bodistributed hothe FAA and CLIENT for signatures. 3. Report Disadvantaged Business Enterprise (DBE) project participation to FAA Civil Rights Connect including all calculations and background information for review and approval. 4. Assist and coordinate with independent auditors in locating appropriate documents for performing A'133annual audit. In addition to finding appropriate project files, answer questions as required. 5. Provide assistance to the CLIENT in eaaeoaing, 000ting, and updating the five-year Capital Improvement Plan for submittal toVVSDOTAviation. Deliverable: • Project Closeout Report • Record Drawings ° Weekly Construction Reports ° FAA and VVSOOTQuarterly and Annual Report PART 4-ASSUMPTIONS AND EXCEPTIONS * NoSyNSplan iorequired onthis project during the design urother portions ofthe project. * No AGIS survey is required for this project. PART 5-SCHEDULE OFSERVICES J'U'Bwill perform all services according tuthefuUowingonheduka: June 1.2O23—March 31.2O24 This Agreement shall be in effect from May 1. 2023 — December 31. 2024. In the event the oarvioae described shall not be completed during the term of this Agreement, the Agreement shall be amended. Task Order 2023-02 Page 5 This schedule shall be equitably adjusted as the PROJECT progresses, allowing for changes in scope, character or size of the PR JECT requested by the CLIENT or for delays or other causes beyond J-U-B's control. CLI Name: Title: rj MA z 0 For internal J-U-B use only: • Z • sPROJECT LOCATION (STATE): Washington z gYPE OF WORK: gilt 0 O ,180: No O cc GROUP: Airport PROJECT DESCRIPTION(S): A. Airport (A05) B. Construction Management (C15) C. Construction Inspection/Observation (T02) J-U-B: J-U-B ENG1 S Inc. Name: Tobv Epier, Title: Aviation Services Group Manager Task Order 2023-02 Page 6 ATTACHMENT 1 B- Fee Breakdown PROJECT TITLE: CLIENT: JOB NUMBER: DATE: Yakima Air Terminal - McAllister Field Taxilane Charlie Extension Project AIP 3-53-0089-052-2022 City of Yakima, Washington 45-23-013 April 4, 2023 TASK NO PROJECT TASK 2-Person Senior Project Design Construct Construct GIS Survey TASK Principal Engineer Manager Engineer Observer Manager Analyst Crew Admin. Trips TOTAL DIRECT $72.00 $72.00 $66.00 $41.00 $38.00 $56.00 $36.00 $89.00 $24.00 HRS COSTS Project Scope f)cvelopmcnt 2 Prepare Cost Proposal 3 Prepare Blank Person -Hour Spreadsheet 4 Prepare Professional Service ,Agreement Prepare FAA Grant Application (2) 6 Vpdatc DBE Plan and Goal i Prepare FAA Sponsor Certifications (2) s Prepare FAA Quarterly and Annual Reports v Attend Airport/City Update ngs 1 0 1 0 0 0 0 0 0 0 0 0 0 16 2 0 2 4 2 0 0 2 0 0 0 1 0 0 0 2 6 0 0 1 20 0 0 1 4 0 0 0 2 10 64 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 2 16 12 8 8 0 1 31 9 3 4 24 33 13 20 B 96 51,658.00 $466.00 $156.00 $186.00 $762.00 $1,174.00 $422.00 $734.00 $5,536.00 iu Prepare Request for Reimbu rani Prepare Construction Award I)ocurnents Coordinate with FAA & Client on Award Conduct Pre -Construction Conference Review & Coordinate Contractor Schedule Review Shop Drawings & Submittals Provide Benchmarks & lloriontal Control Points Prepare Construction Management Plan Conduct Weekly Construction Meetings vide Construction Observation vide Office Admin for Construction Observation w Contractor Pay Requests onitor and Coordinate Contractor Quality Control Testing Program 0 0 0 4 0 4 0 0 0 oduct QC/QA Workshop Review Contractor Wage/EEO and Conduct wage interviews 0 0 0 26 10 0 0 0 0 36 $1,446.00 Ongoing CLIENT and FAA coordination, develop eekly reports, Tech Ops coordination 0 0 20 40 0 0 0 0 4 64 $3,056.00 Prepare Change Order/Supplemental Agree ents 0 2 2 8 2 2 0 0 4 20 $888.00 Conduct Final and Substantial Completion spcctions 0 0 6 16 30 8 0 0 2 4 62 $2,688.00 Prepare Record Drawings 0 0 2 8 4 2 0 0 2 18 $772.00 4 6 12 0 0 2 2 0 0 0 0 0 0 0 8 8 8 0 0 0 1 0 0 1 2 1 1 0 0 0 0 3 2 16 0 4 0 0 3 0 0 1 2 0 0 0 10 1 0 0 1 4 2 4 0 0 2 0 0 45 45 0 24 0 0 0 0 0 36 0 676 0 0 0 0 0 4 10 40 0 0 0 0 0 2 4 22 $798.00 4 1 25 5 28 14 13 9 114 712 54 16 $137.00 $214.00 $1,184.00 $242.00 $1,300.00 S 1,062.00 $578.00 $6,159.00 $28,064,00 2,5 664.00 $388.00 $388.00 Attachment 1B_Fee BreakdownRev Page 1B-1 ATTACHMENT 1B- Fee Breakdown PROJECT TITLE: CLIENT: JOB NUMBER: DATE: Yakima Air Terminal - McAllister Field Taxilane Charlie Extension Project AIP 3-53-0089-052-2022 City of Yakima, Washington 45-23-013 April 4, 2023 TASK" \0 PROJECT TASK 2-Person Senior Project Design Construct Construct GIS Survey TASK Principal Engineer Manager Engineer Observer Manager Analyst Crew Admin. Trips TOTAL DIRECT $72.00 $72.00 $66.00 $41.00 $38.00 $56.00 $36.00 589.00 $24.00 HRS COSTS are Final 2 50 0 Jpdate ALP Drawing 0 0 20 0 20 20 86 53,610.00 8 48 repare DBE Repo Assist with Independent Audi Assist with 5-year CIP 0 0 0 0 6 4 0 0 0 0 ,732.00 2 8 5294.00 0 6 10 0 2 6 $308.00 $262.00 LA $0.00 0 14 249 394 7 3 59 20 10 136 24 1619 $69,9 6.00 Direct Overhead Fixed Fee Total Labor + Overhead + Fixed Fee 176.83% 15.0% 123,632. $29,032.27 S222,580.73 Cost Air Ground Trip EXPENSES: Per Unit Trips Trips Days Hours Miles Markup Air Travel $600.00 0 1.0 $0.00 Mileage (from Kennewick) $0.655 12 160 1.0 $1,257.60 Mileage (from Spokane) $0.655 12 414 1.0 $3,254.04 Per Diem $55.00 65 1.0 $3,575.00 Lodging $150.00 52 1.0 $7,800.00 GPS Survey Unit $41.02 Printing $750,00 SL BCONSL ITANTS: Cultural Monitoring SUB QA Testing SUB (Budinger) Subtotal - Labor + Overhead + Fixed Fee Subtotal - Expenses Subtotal - Subconsultants Total -Construction Fees 4 1.0 1.0 $164.08 $750.00 $15,000 1.0 $15,000.00 $39,205 1.0 $39,205.00 $0 1.0 $0.00 222,580.7 6,800.72 S54,205.00 293,590.0 Attachment 1B_Fee BreakdownRev Page 1B-2 1 ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.J. For Meeting of: June 6, 2023 Resolution authorizing a supplemental construction services agreement with JUB Engineering for Al P No. 3-53-0089-056-2023 for Taxilane Charlie Extension SUBMITTED BY: Jaime Vera, Airport Operations Manager SUMMARY EXPLANATION: Construction Services Agreement with J UB Engineering, Inc. to manage construction and extension of the airport's Taxilane Charlie Project. Implementation of approximately 1,900 feet of Taxilane system for future hangar development, pavement markings, relocation of the airport's perimeter fencing, and installation of an airport vehicle gate and pedestrian gate. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt resolution. ATTACHMENTS: Description Upload Date 0 Resolution 6/2/2023 D JUB CM Services Contract 5/24/2023 Type Cover Memo Contract