Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
FY2019-10 Architectural & Engineering Services For Various Capital Improvement Projects With Jensen Yorba Wall, Including Ext 1 & 2; Change Orders 1-22
KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MLL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 East Elem. Roof Replacement 469-614-452-140.22004.4 Contractor: Jensen Yorba Wall, Inc. Cost Contract No.: 2019-1OV Change Order No.: 22 Original Project Budget: $ 20,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 99,423.00 Adjusted Project Budget: $ 20,000.00 This Change: $ 130,168.00 To -Date Project Expenses: $ 5,297.95 % of Original Contract <12.59% To -Date Project Encumbrances: $ 0.00 Adjusted Contract ALL 2019-10: $ 1,033,666.00 Current Remaining Budget: $ 144,870.05 Description of Change Cost Provide 100% Construction Documents, Bidding and Construction Administration design services $ 130,168.00 related to the proposal dated July 18, 2023, and June 20, 2023. Presentations to the ARB Board and other stakeholders at 95% phase completion. The time provided for completion of the contract is (® unchanged) (D increased) (E] decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: ontrac is 71Date-I Recommended. pp����nn _U Engine�R YVRaci less it for Finance Director Approved By: MCC `�t Q/j/L(,Qr Date:U lULZ3 Attest: Borough Manager foiBor�t4t(, Mayor and Deputy Presiding Officer Approval (does not exceedfive percent ofthe Approved By: Borough Mayor Date: Deputy Presiding Date: 7.25.2023 tate:Ve iount or $50,0 , NI ever is lower) Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Revised 09119 Borough Manager Date: Attest: Borough Clerk Date: Page I of I DESIGN SERVICES PROPOSAL SUMMARY Project: KIBSD East Elementary Roof Replacement Jensen' FIFI Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑❑ Jrw Project No.: Z Z U U Z [SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $26,374 Lump sum $0 $0 $26,374 Design Development $37,086 Lump sum $0 $0 $37,086 Construction Documents $30,910 Lump sum $0 $0 $30,910 Bidding $2,626 Time & Expense $3,520 $0 $6,146 Construction Administration $29,652 Time & Expense $0 $0 $29,652 Construction Observations $0 TBD $0 $0 $0 TOTAL $130,168 F:\22002 East\0 Scope & Fee\East Elem Roof Replacement. AsxSUM 3 7/18/2023 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen 000 Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLI11 I ELI UKt: Project Management Research / Archives Site Visit Schematic Design Dwgs Project Narrative Meetings Coordination Quality Control Presentations Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $9,645 Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Subtotal $9,645 Overhead/Profit 10% $965 Consultants Total Labor $10,610 Subtotal Schematic Design Services LABOR $26,374 Subtotal Schematic Design Services REIMBURSABLES (see attached) $0 TOTAL SCHEMATIC DESIGN SERVICES FEE $26,374 East Elem Roof Replace ment.xlsx-30 SD 8 7/18/2023 114111,11ii! 11513 111 ii DESIGN DEVELOPMENT DESIGN SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ AKLI11 I tC I UKt: Project Management Research / Archives Code Analysis Design Development Dwgs Cover / Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC STAFF: PMgr A -III A-11 A-1 Int III Int II ID -III ID -11 ID -1 CM -III CM -11 CM -1 1 D-11 D-1 EA CA 1 A TOTAL $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLI11 I tC I UKt: Project Management Research / Archives Code Analysis Design Development Dwgs Cover / Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $10,773 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating $9,840 Subtotal $20,613 Overhead/Profit 10% $2,061 Consultants Total Labor $22,674 Subtotal Construction Document Services LABOR $37,086 Subtotal Construction Document Services REIMBURSABLES (see attached) $0 TOTAL DESIGN DEVELOPMENT SERVICES FEE $37,086 East Elem Roof Replacement.xlsx-40 DD 9 7/18/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENTS SERVICES Project: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Jensen ■■■ Yorba ■■■ Wall ■■■ Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III I ID -11 I ID -1 CM -III CM -11 CM -1 D-11 D -I EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Construction Doc Dwgs Cover/ Site Plan Plans Sections / Elevations Details Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $10,711 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $10,711 Overhead/Profit 10% $1,071 Consultants Total Labor $11,782 Subtotal Design Development Services LABOR $30,910 Subtotal Design Development Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION DOCUMENTS SERVICES FEE $30,910 East Elem Roof Replace ment.xlsx-50 CD 10 7/18/2023 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Jensen ■■■ Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal Overhead/Profit 10% Consultants Total Labor $0 $0 $0 Subtotal Bidding and Negotiation Services LABOR $2,626 Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $3,520 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $6,146 East Elem Roof Replace ment.xlsx-60 Bid 11 7/18/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen ©©© Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ AKLHI I ELI UKt: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC STAFF: PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -II I ID -I CM -III CM -II CMI D -IID -1 EA CA A TOTAL $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLHI I ELI UKt: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $7,078 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $7,078 Overhead/Profit 10% $708 Consultants Total Labor $7,786 Subtotal Construction Administration Services LABOR $29,652 Subtotal Construction Administration Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $29,652 East Elem Roof Replace ment.xlsx-70 CA 12 7/18/2023 DESIGN SERVICES PROPOSAL REIMBURSABLE EXPENSES JYW Project No.: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Rate CD's Rate POSTAGE/COURIER Rate Jensen 000 Yorba■■■ Wall 0:: Rate ENGIN REIMB 10 20 30 40 50 60 70 80 $0 PHASE: Pre -D Site SO DD CD BID CA CO TOTAL TRAVEL $0 $0 $0 $0 $0 $0 $o $0 $0 Arch Tripsi 0 0 0 0 0 4 0 0 4 Cost 1 $800 1 $0.001 $0.001 $0.001 $0.001 $0.001 $3,200.001 $0.001 $0.001 $3,200 Civil Tripsl 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Struct Tripsi 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Mech Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Elect Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Other PER DIEM PRINTING/COPYING SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 O H/P 10i $o $o $o $o $o $320 $o $o $320 TOTAL REIMBURSABLES $0 $0 $0 $0 $0 $3,520 $0 $0 $3,520 East Elem Roof Replacement.xlsx-Reimb 14 7/18/2023 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 INC. mail@hmsalaska.com Fee Proposal Prepared For: Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, Alaska 99801 Attn: Corey Wall Project: Kodiak Island Borough East Elementary School Roof Replacement Location: Kodiak Island, Alaska 1. Project Description and Service DATE 7/17/2023 FEE PROPOSAL NO. P23-07-12 HMS PROJECT NO. N/A Provide cost estimate to replace the roof of the East Elementary School. The area is approximately 19,500 SF and will include some structural and architectural work to modify roof slopes. The estimate will be prepared in State of Alaska DEED format and priced for summer 2024 construction. 2. Fee Breakdown and Schedule (Lump Sum) 65% Design Estimate $ 9,840.00 Within (15) Full Working Days The above fee does not include preparation of additive bid items or alternates except as noted above. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. 3. Terms Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Page 1 of 3 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 INC. mail@hmsalaska.com 3. Terms (Continued) Reimbursable Expenses: DATE 7/17/2023 FEE PROPOSAL NO. P23-07-12 HMS PROJECT NO. N/A This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed: Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: Kent Gamble, Principal KG/as Page 2 of 3 INC. 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com FEE BREAKDOWN (2023 SCHEDULE OF RATES) DATE 7/17/2023 FEE PROPOSAL NO. P23-07-12 HMS PROJECT NO. N/A Project: Kodiak Island Borough East Elementary School Roof Replacement Location: Kodiak Island, Alaska A/E Firm: Jensen Yorba Wall, Inc. Prepared By: Kent Gamble, Principal Total Total Discipline Rate Hours Subtotal Hours Fee 65% Design Estimate: Estimator V 194.00 x 2 = 388.00 Estimator IV 168.00 x 22 = 3,696.00 Estimator III 158.00 x 25 = 3,950.00 Estimator II 135.00 x 9 = 1,215.00 Estimator 1 91.00 x 0 = 0.00 Office Support II 91.00 x 5 = 455.00 Office Support 1 68.00 x 2 = 136.00 Total 65% Design Estimate: 65 Hours $ 9,840.00 TOTAL: Page 3 of 3 65 Hours $ 9,840.00 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Ueslgning Community Since 1935 Date: June 20, 2023 To: Patricia Valerio, KIB Project Manager From: Corey Wall Re: KIBSD — East Elementary School Roof Replacement (JYW No. 22002) Design and CA Fee Proposal Please find attached a fee proposal for 100% Construction Document, Bidding and Construction Administration design services related to the KIB East Elementary School Roof Replacement Project. The project will be completed as part of our existing term contract with KIB. The project is a continuation of the conceptual design efforts made in 2022. The scope of the project will be a replacement of the roof over the 1984 and 1987 wings of the building, replacing the roof in all areas not re - roofed in 2016. A portion of the roofs between the newer wings and the older, original flat portion of the building will be reconstructed to raise the pitched roof and eliminate the internal gutter. This work will require structural upgrades and reconstruction to portions of the building interior. The remainder of the roofs will be replaced in the existing configuration with standing seam metal roofing. Project includes: • Architectural site visit (already completed) • Structural engineer site visit (combined with Baler Building Misc. Projects site visit) • 100% Construction Documents o Comprehensive roof replacement of existing building (approximately 19,500 sf), including attached canopies. o Reinstallation of existing mechanical and electrical items attached to roof/fascia. o Limited interior reconstruction as required by structural modifications to match existing layout and finishes. • Presentations to ARB and other stakeholders at DD and 95% phase completion. Please note: • Proposal does not include mechanical or electrical engineering design work with assumption that existing equipment can be removed and replaced as -is. • Proposal does not include haz mat testing or abatement. • Proposal does not include professional cost estimating, although it may be desirable to add this service at 95% completion for budgeting purposes. Thanks again for this opportunity. We look forward to working with you! Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL SUMMARY Project: KIBSD East Elementary Roof Replacement Jensen' FIFI Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑❑ Jrw Project No.: Z Z U U Z [SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $26,374 Lump sum $0 $0 $26,374 Design Development $26,262 Lump sum $0 $0 $26,262 Construction Documents $30,910 Lump sum $0 $0 $30,910 Bidding $2,626 Time & Expense $3,520 $0 $6,146 Construction Administration $29,652 Time & Expense $0 $0 $29,652 TOTAL $119,344 G:\_Projects\22002\0 Scope & Fee\East Elem Roof Replacement. AsxSUM 3 6/20/2023 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen 000 Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLI11 I ELI UKt: Project Management Research / Archives Site Visit Schematic Design Dwgs Project Narrative Meetings Coordination Quality Control Presentations Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $9,645 Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Subtotal $9,645 Overhead/Profit 10% $965 Consultants Total Labor $10,610 Subtotal Schematic Design Services LABOR $26,374 Subtotal Schematic Design Services REIMBURSABLES (see attached) $0 TOTAL SCHEMATIC DESIGN SERVICES FEE $26,374 East Elem Roof Replace ment.xlsx-30 SD 8 6/20/2023 114111,11ii! 11513 111 ii DESIGN DEVELOPMENT DESIGN SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ AKLI11 I tC I UKt: Project Management Research / Archives Code Analysis Design Development Dwgs Cover / Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC STAFF: PMgr A -III A-11 A-1 Int III Int II ID -III ID -11 ID -1 CM -III CM -11 CM -1 1 D-11 D-1 EA CA 1 A TOTAL $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLI11 I tC I UKt: Project Management Research / Archives Code Analysis Design Development Dwgs Cover / Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $10,773 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $10,773 Overhead/Profit 10% $1,077 Consultants Total Labor $11,850 Subtotal Construction Document Services LABOR $26,262 Subtotal Construction Document Services REIMBURSABLES (see attached) $0 TOTAL DESIGN DEVELOPMENT SERVICES FEE $26,262 East Elem Roof Replacement.xlsx-40 DD 9 6/20/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENTS SERVICES Project: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Jensen ■■■ Yorba ■■■ Wall ■■■ Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III I ID -11 I ID -1 CM -III CM -11 CM -1 D-11 D -I EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Construction Doc Dwgs Cover/ Site Plan Plans Sections / Elevations Details Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $10,711 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $10,711 Overhead/Profit 10% $1,071 Consultants Total Labor $11,782 Subtotal Design Development Services LABOR $30,910 Subtotal Design Development Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION DOCUMENTS SERVICES FEE $30,910 East Elem Roof Replace ment.xlsx-50 CD 10 6/20/2023 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Jensen ■■■ Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal Overhead/Profit 10% Consultants Total Labor $0 $0 $0 Subtotal Bidding and Negotiation Services LABOR $2,626 Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $3,520 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $6,146 East Elem Roof Replace ment.xlsx-60 Bid 11 6/20/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION SERVICES Project: KIBSD East Elementary Roof Replacement JYW Proiect No.: 22002 Jensen ©©© Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ AKLHI I ELI UKt: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC STAFF: PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -II I ID -I CM -III CM -II CMI D -IID -1 EA CA A TOTAL $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLHI I ELI UKt: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $7,078 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $7,078 Overhead/Profit 10% $708 Consultants Total Labor $7,786 Subtotal Construction Administration Services LABOR $29,652 Subtotal Construction Administration Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $29,652 East Elem Roof Replace ment.xlsx-70 CA 12 6/20/2023 DESIGN SERVICES PROPOSAL REIMBURSABLE EXPENSES JYW Project No.: KIBSD East Elementary Roof Replacement JYW Project No.: 22002 Rate CD's Rate POSTAGE/COURIER Rate Jensen 000 Yorba■■■ Wall 0:: Rate ENGIN REIMB 10 20 30 40 50 60 70 80 $0 PHASE: Pre -D Site SO DD CD BID CA CO TOTAL TRAVEL $0 $0 $0 $0 $0 $0 $0 $0 $0 Arch Tripsi 0 0 0 0 0 4 0 0 4 Cost 1 $800 1 $0.001 $0.001 $0.001 $0.001 $0.001 $3,200.001 $0.001 $0.001 $3,200 Civil Tripsl 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Struct Tripsi 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Mech Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Elect Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Other PER DIEM PRINTING/COPYING SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 O H/P 10i $o $o $o $o $o $320 $o $0 $320 TOTAL REIMBURSABLES $0 $0 $0 $0 $0 $3,520 $0 $0 $3,520 East Elem Roof Replacement.xlsx-Reimb 14 6/20/2023 P nn ENGINEERS, INC. April 7, 2023 Corey Wall Principal Architect Jensen Yorba Wall, Inc 522 Tenth Street Juneau, Alaska 99801 Re: Kodiak East Elementary School — Roof Renovation Structural Engineering Fee Proposal Dear Corey, PND 222043 PND Engineers, Inc. (PND) appreciates the opportunity to assist Jensen Yorba Wall QYW) on the Kodiak East Elementary School roof project. We understand that the owner would like to replace the roof. You would Eke PND to provide structural engineering design and construction administration services. In addition to the new roofing, they would like to overbuild the roof so that the existing internal gutter system can be replaced with a typical external gutter. The roof overbuilds will occur at the east ends of the 1981 and 1987 additions. The raised roofs will result in additional snow drifting at the west end of the original 1966 structure. This will likely require strengthening the roof framing in these areas for the additional load. PND's scope of services will include developing structural calculations, plans, and details for the project. Plans will be prepared in AutoCAD and will be suitable for building permit application, soliciting quotes from material suppliers and for construction. Specifications will be in the form of structural general notes included on the plans. Construction administration services will include review of submittals and responding to contractor questions (RFI's). At this time, we have not included any site visits during construction, but we can provide a proposal for those services upon request. Special inspection services are not included in this proposal. Structural submittals included in this proposal include the following: • 35% Schematic Design. Schematic submittal will be limited to a narrative with preliminary sketches. • 65% Design Development. • 95% Construction Documents. • 100% Construction Documents. PND will make a site visit during schematic design to confirm existing conditions and as -build existing framing. Fees PND proposes to perform the above outlined services on a time and expense basis. We will invoice our time monthly in accordance with the attached rate schedule and our expenses at cost plus 10 percent. A detailed 9360 Glacier Hwy., Suite 100 • JUNEAU, ALASKA 99801 • Phone 907.586.2093 • Fax 907.586.2099 April 7, 2023 Kodiak East Elementary School — Roof Renovation Structural Engineering Fee Proposal Page 2 breakdown of our estimated fees is attached. A breakdown of the fee by task is shown below. Task 1: 35% Schematic Design $9,645 Task 2: 65% Design Development $10,770 Task 3: 95% Construction Documents $8,245 Task 4: 100% Construction Documents $2,465 Task 5: Construction Administration $7,080 Tasks 1-5 Total $38,205 Travel expenses for the site trip have not been included in this fee as they are included in our Kodiak Baler Building proposal. Should that proposal not be approved, an additional $1,800 in expenses will be required. Schedule Site visit will occur in mid-May with Bid ready documents to be completed by the end of 2023. An approval of our fee will be needed by May 1 to meet this schedule. Thank you for considering PND Engineers for this project. If you have questions or need additional information, please feel free to contact me. We look forward to working with you. Sincerely, PND Engineers, Inc. I Juneau Office Brian Nielsen, RE, S.E. Principal/Senior Engineer 9360 Glacier Hwy., Suite 100 • JUNEAU, ALASKA 99801 • Phone 907.586.2093 • Fax 907.586.2099 M © I M PND Engineers, Inc. ENGINEERS, INC. Kodiak East Elementary School Roof Engineering Services Fee Proposal - Structural April 7, 2023 Cost Summary Task Description Cost 1 Schematic Design $9,645 2 65% Design Development $10,773 3 95% Construction Documents $8,243 4 100% Construction Documents $2,468 5 Construction Administration $7,078 Total Time and Expenses Fee Estimate $38,205 ® ® ® PND Engineers, Inc. Kodiak East Elementary School Roof ENGINEERS, INC. Engineering Services Fee Proposal - Structural April 7, 2023 PND PND PND PND PND PND PND PND CAD PND CAD Line Item Task Subtotal r Senior Senior Senior Staff PLS III LS 11 Tech VI Designer Designer Costs Costs er Engineer V Engineer Engineer I Engineer :$220.00 VI IV 111 111 Task No. Scope of Services $200.00 $175.00 $155.00 $130.00 $142.50 $130.00 $157.50 $137.50 $105.00 Task 1- 35% SD 1.1 Project Management: Correspondence, scheduling, budget controls, invoicing, reports, contract management, clerical. 2 1 $598 1.2 Review existing structural drawings 4 $880 1.3 Preliminary Calculations 4 $880 1.4 Site Visit + Travel time 1 12 $2,778 1.5 Prelim Sketches 12 $2,640 1.6 Narrative 8 $1,760 $0 $0 59,535 Total Estimated Man -hours 31 12 0 0 0 0 0 2 0 0 Line Item Estimated Third Parry Expenses Description Quantity Unit Cost Costs Expenses Misc. Reproduction and Misc. Consumables 1 $100 $100 Administrative Fee 10% Markup on third party expenses 1 $10 $10 $110 TOTAL TIME AND EXPENSES FEE ESTIMATE 1 $9,645 Note: Site visit expenses are intended in Kodiak Baler Building proposal. Travel time is split with Kodiak Baler Building Proposal. ® ® ® PND Engineers, Inc. Kodiak East Elementary School Roof ENGINEERS, INC. Engineering Services Fee Proposal - Structural April 7, 2023 PND PND PND PND PND PND PND PND PND CAD PND CAD Line Item Task Subtotal Senior Senior Senior Senior Staff PLS III LS 11 Tech VI Designer Designer Costs Costs Engineer Engineer V Engineer Engineer I Engineer VI IV VI 111 111 Task No. Scope of Services $220.00 $200.00 $175.00 $155.00 $130.00 $142.50 $130.00 $157.50 $137.50 $105.00 Task 2 - 65% DD 2.1 Project Management: Correspondence, scheduling, budget controls, invoicing, reports, contract management, clerical. 2 1 $598 2.2 Create existing structural framing plans 4 20 $3,630 2.3 Prelim foundation plan 2 4 $990 2.4 Prelim roof framing plan 4 8 1 $1,980 2.5 Prelim foundation details 2 4 $990 2.6 Prelim roof framing plans 4 8 $1,980 2.7 Prelim structural general notes 1 2 $495 So $10,663 Total Estimated Man-hours 19 0 0 0 o7 1 46 0 Line Item Estimated Third Parry Expenses Description Quantity Unit Cost Costs Expenses Misc. Reproduction and Misc. Consumables 1 $100 $100 Administrative Fee 10% Markup on third party expenses 1 $10 $10 $110 TOTAL TIME AND EXPENSES FEE ESTIMATE $10,773 ® ® ® PND Engineers, Inc. Kodiak East Elementary School Roof ENGINEERS, INC. Engineering Services Fee Proposal - Structural April 7, 2023 PND PND PND PND PND PND PND PND CAD PND CAD Line Item Task Subtotal Senior Senior Senior Staff PLS III LS 11 Tech VI Designer Designer Costs Costs Engineer V Engineer Engineer I Engineer VI IV 111 111 L$2200.00 Task No. Scope of Services $200.00 $175.00 $155.00 $130.00 $142.50 $130.00 $157.50 $137.50 $105.00 Task 3 - 95% CD Project Management: Meetings, correspondence, 3.1 scheduling, budget controls, invoicing, reports, contract management, clerical. 1 1 $378 3.2 Finalze foudnation plan 1 4 $770 3.3 Finalize roof framing plan 6 8 $2,420 3.4 Finalize foudnation detials 4 4 $1,430 3.5 Finalize roof framing details 6 8 $2,420 3.6 lFinalize structural general notes 2 1 1 1 2 1 $715 $0 $0 $8,133 Total Estimated Man-hours 20 0 1 0 0 0 0 0 1 26 0 Line Item Third Party Expenses Description Quantity Unit Cost Costs Expenses Misc. Reproduction and Misc. Consumables 1 $100 $100 Administrative Fee 10% Markup on third party expenses. 1 $10 $10 $110 TOTAL TIME AND EXPENSES FEE ESTIMATE $8,243 ® ® ® PND Engineers, Inc. Kodiak East Elementary School Roof ENGINEERS, INC. Engineering Services Fee Proposal - Structural April 7, 2023 PND PND PND PND PND PND PND PND CAD PND CAD Line Item Task Subtotal r Senior Senior Senior Staff PLS III LS II Tech VI Designer Designer Costs Costs er Engineer V Engineer Engineer I Engineer :$220.00 VI IV III III Task No. Scope of Services $200.00 $175.00 $155.00 $130.00 $142.50 $130.00 $157.50 $137.50 $105.00 Task 4 -100% CD 4.1 Project Management: Correspondence, scheduling, budget controls, invoicing, reports, contract management, clerical. 1 1 $378 4.2 Minor revisisons 4 8 $1,980 $0 $0 $0 $0 $0 $0 $0 $2,358 Total Estimated Man -hours 5 U 0 0 0 U 0 1 8 0 Line Item Third Party Expenses Description Quantity Unit Cost Costs Expenses Misc. lReproduction and Misc. Consumables 1 $100 $100 Administrative Fee 10% Markup on third party expenses. 1 $10 $10 $110 TOTAL TIME AND EXPENSES FEE ESTIMATE $2,468 ® ® ® PND Engineers, Inc. Kodiak East Elementary School Roof ENGINEERS, INC. Engineering Services Fee Proposal - Structural April 7, 2023 PND PND PND PND PND PND PND PND CAD PND CAD Line Item Task Subtotal Senior Senior Senior Staff PLS III LS 11 Tech VI Designer Designer Costs Costs Engineer V Engineer Engineer I Engineer VI IV L$220.00 111 111 Task No. Scope of Services $200.00 $175.00 $155.00 $130.00 $142.50 $130.00 $157.50 $137.50 $105.00 Task 5 - CA 5.1 Project Management: Correspondence, scheduling, budget controls, invoicing, reports, contract management, clerical. 2 1 $598 5.2 Review Submittals 4 8 $1,920 5.3 Respond to RFI's 16 8 $4,560 $0 $0 $0 $7,078 Total Estimated Man-hours 22 0 0 1 0 16 0 0 1 0 0 Line Item Third Party Expenses Description Quantity Unit Cost Costs Expenses Administrative Fee 10% Markup on third party expenses. 1 $0 $0 $0 TOTAL TIME AND EXPENSES FEE ESTIMATE $7,078 Kodiak Island Borough Assembly Newsletter Vol. FY2024, No. 01 July 21, 2023 At Its Regular Meeting Of July 20, 2023, The Kodiak Island Borough Assembly Took The Following Actions. The Meeting Is Scheduled To Be Continued On July 22, 2023, At 10 A.M. In The Borough Assembly Chambers. The Assembly FOUND That Mr. Michael Dolph Failed To Present Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 326 Plover Way, Kodiak, AK 99615 The Assembly FOUND That Ms. Rebecca Dawn Has Presented Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At NHN Spruce Island, Ouzinkie, AK 99644 The Assembly FOUND That Ms. Bernadette Deplazes Failed To Present Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 522 Leta Street, Kodiak, AK 99615 The Assembly FOUND That Mr. Walter Sargent Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Or Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1830 Mission Road, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Bushell Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1626 Sawmill Circle, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Coyle Has Failed To Present Good Cause Under KIBC 3.35.030 (D) For (His/Her) Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 12758 S Russian Creek Road, Kodiak, AK 99615 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10U, Change Order No. 21, Authorization For Architectural And Engineering Services Term Contract For Design For The North Star Elementary School Roof And Skylight Replacement Project In An Amount Not To Exceed $99,423 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10V, Change Order No. 22, Authorization For Architectural And Engineering Services Term Contract For Design Of The East Elementary School Roof Replacement Project In An Amount Not To Exceed $130,168 View our website: Visit our Facebook page: C) Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: In @KodiakBorough AUTHORIZED The Borough Manager To Execute Contract No. FY2022-30E, Change Order No. 5, For Additional Blasting And Processing Of Shot Rock For The Landfill Stage 3 Closure Project With Brechan Construction LLC In An Amount Not To Exceed $235,000 AUTHORIZED The Borough Manager To Execute Contract No. FY2024-02 Provision Of Destination Marketing And Tourism Development Services With Discover Kodiak In The Amount Of $75,000 AUTHORIZED The Borough Manager To Approve Contract No. FY2024-03, A Memorandum Of Agreement Between The State Of Alaska Department Of Transportation And Public Facilities And The Kodiak Island Borough For A Sargent Creek And Russian Creek Bridges Planning And Environmental Linkages (PEL) Study AUTHORIZED The Borough Manager To Execute Contract No. FY2024-05 Memorandum Of Agreement Between Kodiak Island Borough And The Kodiak Island Borough School District To Redirect Money From Main Elementary Roof Project To Tremco Walking Patch Project And North Star Roof And Skylight Replacement Project RECESSED The Thursday, July 20, 2023, Regular Meeting To 10 A.M. On Saturday, July 22, 2023 View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 North Star Elem. Roof & Skylight Replacement 469-614-452-140.23002.4 Contractor: Jensen Yorba Wall, Inc. Contract No.: 2019- 1 O Change Order No.: 21 Original Project Budget: $ 99,423.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 69,074.00 Adjusted Project Budget: $ 99,423.00 This Change: $ 99,423.00 To -Date Project Expenses: $ 0.00 % of Original Contract <11% To -Date Project Encumbrances: $ 0.00 Adjusted Contract ALL 2019-10: $ 903,498.00 Current Remaining Budget: $ 99,423.00 Description of Change Cost Provide 100% Construction Documents, Bidding and Construction Administration design services $ 99,423.00 related to the proposal dated June 20, 2023. Presentations to the ARB Board and other stakeholders at 95% phase completion. The time provided for completion of the contract is (® unchanged) (❑ increased) (❑ decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: Recommended: Approved By: Contractor's Representative Engineering/Facilities Director Date: Finance Director Date: Attest: Borough Manager Borough Clerk Date: 7.25.2023 Date: Date: Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50, 000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Borough Manager Revised 09119 Borough Clerk Date: Page I of I DESIGN SERVICES PROPOSAL Jensen' FIFI Yorba ❑❑❑ SUMMARY Wall ❑❑❑ Project: KIBSD North Star Elementary Roof & Skylight Replacement Inc. ❑❑❑ Jrw Project No.: [SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $15,020 Lump sum $0 $0 $15,020 Design Development $30,099 Lump sum $0 $0 $30,099 Construction Documents $22,148 Lump sum $0 $0 $22,148 Bidding $3,578 Time & Expense $0 $0 $3,578 Construction Administration $25,058 Time & Expense $3,520 $0 $28,578 Construction Observations $0 TBD $0 $0 $0 TOTAL $99,423 F:\23029 North Star\0 Scope & Fee\North Star Roof Replacement.xlsxSUM 3 7/18/2023 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Jensen 000 Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 AKLI11 I ELI UKE: Project Management Research / Archives Site Visit Schematic Design Dwgs Project Narrative Meetings Coordination Quality Control Presentations Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Schematic Design Services LABOR $15,020 Subtotal Schematic Design Services REIMBURSABLES (see attached) $0 TOTAL SCHEMATIC DESIGN SERVICES FEE $15,020 North Star Roof Replacement.xlsx-30 SD 8 7/18/2023 DESIGN SERVICES PROPOSAL DESIGN DEVELOPMENT DESIGN SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Project No.: 23029 Jensen 000 Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Design Development Dwgs Cover/ Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating $11,246 Subtotal $11, 246 Overhead/Profit 10% $1,125 Consultants Total Labor $12,371 Subtotal Construction Document Services LABOR $30,099 Subtotal Construction Document Services REIMBURSABLES (see attached) $0 TOTAL DESIGN DEVELOPMENT SERVICES FEE $30,099 North Star Roof Replacement.xlsx-40 DD 9 7/18/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENTS SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Project No.: 23029 Jensen ■■■ Yorba ■■■ Wall ■■■ Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III I ID -11 I ID -1 CM -III CM -11 CM -1 D-11 D -I EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Construction Doc Dwgs Cover/ Site Plan Plans Sections / Elevations Details Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Design Development Services LABOR $22,148 Subtotal Design Development Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION DOCUMENTS SERVICES FEE $22,148 North Star Roof Replacement.xlsx-50 CD 10 7/18/2023 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Project No.: 23029 Jensen ■■■ Yorba MEN Wall MEE Inc. (D■■ STAFF: Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III I A -II I A -I I Int III I Int II ID -III ID -11 I ID -1 CM -III CM -11 CM -1 D -11D-1 EA CA A $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 $90 $84 $42 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal Overhead/Profit 10% Consultants Total Labor $0 $0 $0 Subtotal Bidding and Negotiation Services LABOR $3,578 Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $0 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $3,578 North Star Roof Replacement.xlsx-60 Bid 11 7/18/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Jensen ©©© Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ AKLHI I ELI UKE: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Construction Administration Services LABOR $25,058 Subtotal Construction Administration Services REIMBURSABLES (see attached) $3,520 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $28,578 North Star Roof Replacement.xlsx-70 CA 12 7/18/2023 Architect Interior Design Construction Manage Drafter Exec A Cler A ACC STAFF: PMgr A -III A-11 I A -I I Int III I Int II ID -III I ID -11 I ID -I CM -III CM -11 CM -1 D-11 D -I EA CA 1 A TOTAL $186 $147 $131 $115 $100 $90 $153 $121 $90 $153 $131 $100 $104 1 $90 $84 $42 1 $85 AKLHI I ELI UKE: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Construction Administration Services LABOR $25,058 Subtotal Construction Administration Services REIMBURSABLES (see attached) $3,520 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $28,578 North Star Roof Replacement.xlsx-70 CA 12 7/18/2023 DESIGN SERVICES PROPOSAL REIMBURSABLE EXPENSES JYW Project No.: KIBSD North Star Elementary Roof & Skylight Replacement JYW Project No.: 23029 Rate CD's Rate POSTAGE/COURIER Jensen 000 Yorba■■■ Wall 0:: MISSCELANEOUS Rate 10 20 30 40 50 60 70 80 $0 PHASE: Pre -D Site SO DD CD BID CA CO TOTAL TRAVEL $0 $0 $0 $0 $0 $0 $0 $o $0 Arch Tripsi 0 0 0 0 0 0 4 0 4 Cost 1 $800 1 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $3,200.001 $0.001 $3,200 Civil Tripsl 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Struct Tripsi 0 0 0 0 0 0 0 0 0 Cost 1 $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Mech Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Elect Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Other PER DIEM PRINTING/COPYING SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 O H/P 10i $o $o $o $o $o $o $320 $o $320 TOTAL REIMBURSABLES $0 $0 $0 $0 $0 $0 $3,520 $0 $3,520 North Star Roof Replacement.xlsx-Reimb 14 7/18/2023 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 INC. mail@hmsalaska.com Fee Proposal Prepared For: Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, Alaska 99801 Attn: Corey Wall Project: Kodiak Island Borough North Star Elementary School Re -Roof Location: Kodiak Island, Alaska 1. Project Description and Service DATE 7/17/2023 FEE PROPOSAL NO. P23-07-11 HMS PROJECT NO. N/A Provide cost estimate to replace the roof of the North Star Elementary School. The area is approximately 39,500 SF and will include limited interior work to replace water damaged finishes and an alternate to replace the central skylight and storefront windows. The estimate will be prepared in State of Alaska DEED format and priced for summer 2024 construction. 2. Fee Breakdown and Schedule (Lump Sum) 65% Design Estimate $ 11,246.00 Within (15) Full Working Days The above fee does not include preparation of additive bid items or alternates except as noted above. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. 3. Terms Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Page 1 of 3 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 INC. mail@hmsalaska.com 3. Terms (Continued) Reimbursable Expenses: DATE 7/17/2023 FEE PROPOSAL NO. P23-07-11 HMS PROJECT NO. N/A This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed: Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: Kent Gamble, Principal KG/as Page 2 of 3 INC. 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com FEE BREAKDOWN (2023 SCHEDULE OF RATES) DATE 7/17/2023 FEE PROPOSAL NO. P23-07-11 HMS PROJECT NO. N/A Project: Kodiak Island Borough North Star Elementary School Re -Roof Location: Kodiak Island, Alaska A/E Firm: Jensen Yorba Wall, Inc. Prepared By: Kent Gamble, Principal Total Total Discipline Rate Hours Subtotal Hours Fee 65% Design Estimate: Estimator V 194.00 x 2 = 388.00 Estimator IV 168.00 x 25 = 4,200.00 Estimator III 158.00 x 29 = 4,582.00 Estimator II 135.00 x 11 = 1,485.00 Estimator 1 91.00 x 0 = 0.00 Office Support II 91.00 x 5 = 455.00 Office Support 1 68.00 x 2 = 136.00 Total 65% Design Estimate: 74 Hours $ 11,246.00 TOTAL: Page 3 of 3 74 Hours $ 11,246.00 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: June 20, 2023 To: Patricia Valerio, KIB Project Manager From: Corey Wall Re: KIBSD — North Star Elementary School Roof & Skylight Replacement (JYW No. 23029) Design and CA Fee Proposal Please find attached a fee proposal for 100% Construction Document, Bidding and Construction Administration design services related to the KIB North Star Elementary School Roof & Skylight Replacement Project. The project will be completed as part of our existing term contract with KIB. The project scope is a replacement of the skylight with a new skylight system, along with a comprehensive replacement of the low slope roofing membrane and associated assembly. The extent and nature of the low slope roofing project (partial tear -off, vs. comprehensive tear -off) will be determined in the schematic stage of design. Project is anticipate to be a single bid with a base bid and 1-3 alternates. Project includes: • Architectural site visit (concurrent with other projects) • 100% Construction Documents o Comprehensive roof membrane replacement on existing building. Replacement / reuse of roofing assembly layers as determined. o Reinstallation of existing mechanical and electrical items on roof. o Limited interior work to replace water -damaged finishes. o Replacement of skylight and adjacent storefront windows with skylight system. Presentations to ARB and other stakeholders at DD and 95% phase completion. Please note: • Proposal does not include mechanical or electrical engineering design work with assumption that existing equipment can be removed and replaced as -is. • Proposal does not include structural engineering with assumption that existing structure is adequate to support new skylight system. • Proposal does not include haz mat testing or abatement. • Proposal does not include professional cost estimating, although it may be desirable to add this service at 95% completion for budgeting purposes. Thanks again for this opportunity. We look forward to working with you! Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL Jensen ❑❑❑ ❑❑❑ SUMMARY Yorba Wall ❑❑❑ Project: KIBSD North Star Elementary Roof & Skylight Replacement Inc. 0❑❑ Pre -Design Site Analysis Schematic Design Design Development Construction Documents Bidding Construction Administration Construction Observations $0 Lump sum $0 $0 $0 $0 Lump sum $0 $0 $0 $15,020 Lump sum $0 $0 $15,020 $17,728 Lump sum $0 $0 $17,728 $22,148 Lump sum $0 $0 $22,148 $3,578 Time & Expense $0 $0 $3,578 $25,058 Time & Expense $3,520 $0 $28,578 $0 TBD $0 $0 $0 G:\_Projects\23029\0 Scope & Fee\North Star Roof Replacement.xlsxSUM 3 6/20/2023 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ Project Management 8 Research / Archives 6 6 Site Visit 4 Schematic Design Dwgs 16 14 16 Project Narrative 6 4 Meetings 4 Coordination 2 Quality Control 2 2 Presentations 2 Submittal 2 Subtotal Hours 52 0 0 0 0 0 0 0 0 20 1 0 0 22 0 0 0 0 94 Subtotal Dollars $ 9,672 0 0 0 0 0 1 0 0 0 3,060 0 0 2,288 0 0 0 0 $15,020 CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 North Star Roof Replacement.xlsx-30 SD 8 6/20/2023 DESIGN SERVICES PROPOSAL DESIGN DEVELOPMENT DESIGN SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Project Management 6 Research / Archives 2 Code Analysis 6 Design Development Dwgs Cover/ Site Plan 2 Plans 4 Sections / Elevations 8 Details 24 Outline Specifications 6 Cost Estimate Coordination 0 Meetings / Presentations 2 Quality Control 2 Submittal 2 Subtotal Hoursl 64 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 Subtotal Dollars $ 11,904 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ 4 4 8 16 24 0 1 0 1 56 1 0 1 0 1 0 1 0 1 120 0 1 0 1 5,824 0 0 0 0 $17,728 CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 North Star Roof Replacement.xlsx-40 DD 9 6/20/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENTS SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Project Management Research / Archives Code Analysis Construction Doc Dwgs Cover/ Site Plan Plans Sections / Elevations Details Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ 6 4 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ 0 1 0 1 52 1 0 1 0 1 0 1 0 1 142 0 1 0 1 5,408 0 0 0 0 $22,148 CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 North Star Roof Replacement.xlsx-50 CD 10 6/20/2023 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Project Management 4 Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting 2 Bidding Materials Addenda 6 Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hoursl 12 1 0 1 0 1 0 1 0 1 0 1 0 Subtotal Dollars $1 2,232 1 0 1 0 1 0 1 0 1 0 1 0 2 10 0 1 0 1 2 1 0 1 0 1 10 1 0 0 0 0 306 0 1 0 1 1,040 0 0 CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ 0 1 024 0 1 0 1 $3,578 Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 North Star Roof Replacement.xlsx-60 Bid 11 6/20/2023 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION SERVICES Project: KIBSD North Star Elementary Roof & Skylight Replacement JYW Proiect No.: 23029 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ Project Management 12 Conformed Documents 4 Pre -Construction Conf 2 2 Submittal Review 24 RFls/RFPs/CO'S 40 8 Field Ob & Report 8 2 @ 12 hours 24 Notice of Deficencies 2 Substantial Compl & Report 4 1 @ 12 hours 12 Final Completion & Report 4 1 @ 12 hours 12 As Built Drawings 4 Subtotal Hours 32 1 0 1 0 0 0 0 0 0 1 0 114 0 0 16 0 0 0 0 Subtotal Dollars $ 5,952 0 0 0 0 0 0 0 0 117,442 1 0 1 0 1 1,664 0 0 0 1 0 CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal Overhead/Profit 10% Consultants Total Labor 162 ,058 $0 $0 $0 North Star Roof Replacement.xlsx-70 CA 12 6/20/2023 DESIGN SERVICES PROPOSAL Jensen 000 REIMBURSABLE EXPENSES Yorba■■■ JYW Project No.: KIBSD North Star Elementary Roof & Skylight Replacement Wall MEN (DOE Project No.: 23029 TRAVEL Arch Tripsi 01 01 01 01 01 0 4 0 4 cost $800 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,200.00 $0.00 $3,200 Civil Rate CD's Tripsi 0 0 0 0 0 0 0 0 0 $0 Cost $0 $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Struct $0 $0 Trips 0 0 0 0 0 0 0 0 0 $0 Cost $0 $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Mech $o Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Elect Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Other Trips 0 0 0 0 0 0 0 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Subtotal 1 $0 $0 $0 $0 $0 $0 $3,200 $0 $3,200 PER DIEM Arch No. Days 0 0 0 0 0 0 0 0 0 Civil No. Days 0 0 0 0 0 0 0 0 0 Struct No. Days 0 0 0 0 0 0 0 0 0 Mech No. Days 0 0 0 0 0 0 0 0 0 Elect No. Days 0 0 0 0 0 0 0 0 0 Other No. Days 0 0 0 0 0 0 0 0 0 Rater -$0 0 0 0 0 0 0 0 0 0 Total $0 $0 $0 $0 $0 $0 $0 $0 $0 PRINTING/COPYING SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $o $o $o $o $o $o $o $o OH/P 10i $0 $0 $0 $0 $0 $0 $320 $0 $320 North Star Roof Replacement.xlsx-Reimb 14 6/20/2023 Kodiak Island Borough Assembly Newsletter Vol. FY2024, No. 01 July 21, 2023 At Its Regular Meeting Of July 20, 2023, The Kodiak Island Borough Assembly Took The Following Actions. The Meeting Is Scheduled To Be Continued On July 22, 2023, At 10 A.M. In The Borough Assembly Chambers. The Assembly FOUND That Mr. Michael Dolph Failed To Present Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 326 Plover Way, Kodiak, AK 99615 The Assembly FOUND That Ms. Rebecca Dawn Has Presented Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At NHN Spruce Island, Ouzinkie, AK 99644 The Assembly FOUND That Ms. Bernadette Deplazes Failed To Present Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 522 Leta Street, Kodiak, AK 99615 The Assembly FOUND That Mr. Walter Sargent Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Or Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1830 Mission Road, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Bushell Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1626 Sawmill Circle, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Coyle Has Failed To Present Good Cause Under KIBC 3.35.030 (D) For (His/Her) Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 12758 S Russian Creek Road, Kodiak, AK 99615 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10U, Change Order No. 21, Authorization For Architectural And Engineering Services Term Contract For Design For The North Star Elementary School Roof And Skylight Replacement Project In An Amount Not To Exceed $99,423 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10V, Change Order No. 22, Authorization For Architectural And Engineering Services Term Contract For Design Of The East Elementary School Roof Replacement Project In An Amount Not To Exceed $130,168 View our website: Visit our Facebook page: C) Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: In @KodiakBorough AUTHORIZED The Borough Manager To Execute Contract No. FY2022-30E, Change Order No. 5, For Additional Blasting And Processing Of Shot Rock For The Landfill Stage 3 Closure Project With Brechan Construction LLC In An Amount Not To Exceed $235,000 AUTHORIZED The Borough Manager To Execute Contract No. FY2024-02 Provision Of Destination Marketing And Tourism Development Services With Discover Kodiak In The Amount Of $75,000 AUTHORIZED The Borough Manager To Approve Contract No. FY2024-03, A Memorandum Of Agreement Between The State Of Alaska Department Of Transportation And Public Facilities And The Kodiak Island Borough For A Sargent Creek And Russian Creek Bridges Planning And Environmental Linkages (PEL) Study AUTHORIZED The Borough Manager To Execute Contract No. FY2024-05 Memorandum Of Agreement Between Kodiak Island Borough And The Kodiak Island Borough School District To Redirect Money From Main Elementary Roof Project To Tremco Walking Patch Project And North Star Roof And Skylight Replacement Project RECESSED The Thursday, July 20, 2023, Regular Meeting To 10 A.M. On Saturday, July 22, 2023 View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 N/A N/A Contractor: Jensen Yorba Wall, Inc. Cost Contract No.: 2019-1 OT Change Order No.: 20 Original Project Budget: $ 13,194.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 293,563.00 Adjusted Project Budget: $ 0.00 This Change: $ 13,194.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract ALL 2019-10: $ 804,075 Current Remaining Budget: $ 13,194.00 4 Description of Change Cost This change order will be for a PND Engineer to do a site visit of the Baler to inspect the following: $ 13,194.00 investigation and possible replacement of guardrail crane and support beam, replacement of concrete floor surface around the hole to baler level, installation of guardrails and deck at weigh station (scale shack), and renovation of the office/breakroom area. The PND Engineer will use this trip as an opportunity to visit the following sites to do more investigation: KHS support beams on external stairs, North Star skylight and roof, PKIMC for miscellaneous items, East Elementary Roof, and possibly KFRC exterior. The time provided for completion of the contract is (® unchanged) (E] increased) (0 decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than f ve percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: O Date: 5.26.2023 ontract 's resentat a Recommended: Date: DAVID COl&ering/Faci`li'ties Di ctorQ °; i c irector .� r Approved By: at. Date: d'l� Borough Manager orough Clerk Mayor and Deputy Presiding Officer Approval (doesno3'�1�rf the original contract amount or $50,000. whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page I of 1 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 PKIMC & KCHC Analysis and Planning ;NtA- 23007 Contractor: Jensen Yorba Wall, Inc. Contract No.: 2019-1 OS Change Order No.: 19 Original Project Budget: $ 276,283 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 69,074.00 Adjusted Project Budget: $ 0.00 This Change: $ 293,563 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract ALL 2019-10: $ 1,067,164.00=90 -,8$i -00 - Current Remaining Budget: $ 293,563.00 Description of Change Cost Establish in-depth understanding of the current state of PKIMC & KCHC; Development of an $ 293,563 accurate current space program from detailed building information modeling of the existing Date: J building, interviews to understand the staff, administration, and community perspectives, development of a Current Operations Assessment based on national standards and trends. Develop Date: t✓ lc_L-7 future state projections for the facilities. Create several conceptual options for renewal, replacement, expansion of the facility. Finalize a conceptual design and master plan, including graphics and cost estimate. Deputy Presiding Officer The time provided for completion of the contract is (® unchanged) (E] increased) (E] decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: nc��wr�tmqucu DAVID!rwuj— �t �ac�ililie/ss Dirt Approved By: Jl.Citti Borough Manager Mayor and Deputy Presiding Officer Approval (does not exc Approved By: Date: Borough Mayor Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page I of 1 Date: 5.22.2023 00e�l eo Date: J nc for I F I U R fl/ L n[L�_ Date: t✓ lc_L-7 r gh Clerk Kkv ,ed i original contract amount or $50, 000, whichever is lower) Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page I of 1 KODIAK ISLAND BOROUGH KODIAK ISLAND BOROUGH .0 710 MILL BAY ROAD 710 MILL BAY ROAD KODIAK, AK 99615 p KODIAK, AK 99615 o ATTN: ENGINEERING/FACILITIES DEPT ATTN: FINANCE DEPARTMENT (907) 486-9343 (907) 486-9323 VENDOR 10475 - JENSEN YORBA WALL, INC 0 JENSEN YORBA WALL INC 522 WEST 10TH STREET JUNEAU, AK 99801 r.. Contract #/Reference: Contract FY2019-10S CO#19 Pur ase Order No. 2023-00000127 DATE 06/06/2023 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES, SHIPPERS, BILL OF LADING AND CORRESPONDENCE DELIVER BY: SHIP VIA: FREIGHT TERMS: PAGE: 1 of 1 ORIGINATOR: Patricia Valerio • DESCRIPTION • • • 1.0000 Each Design Services - DLR Study, On Site Visit, 3P Workshop, 293,563.0000 $293,563.00 and Follow Up Visit 432-323 452.140 - Design Services 293,563.00 23007.4.A SUBTOTAL $293,563.00 SALES TAX $0.00 TOTAL DUE $293,563.00 Special Instructions 1. Shipment maybe refused 3. Substitutions will not be ifthe Purchase Order Number accepted without prior is not shown on outside of package. approval. 2. Exempt from State/Local 4. Partial shipment will be and Federal taxes. accepted if invoiced separately. 5. C.O.Dorcollect shipments will not be accepted. 8. Receiving hours are 8:00 AM to 5:00 PM Monday - Friday. 7. An Equal Opportunity Employer. It is our policy to comply with all applicable State and Federal laws prohibiting discrimination in employment based on race, age, color, sex, religion, national origin, disability or other protected classification. Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: March 29, 2023 To: Dave Conrad, KIB Engineering and Facilities Director From: Corey Wall Re: Providence Kodiak Island Medical Center/ Kodiak Community Health Clinic (JYW No. 18014) Space Programming and Concept Fee Proposals Thank you for contacting us about the next steps in developing renewal / replacement / expansion options for the Providence Kodiak Island Medical Center (PKIMC) and Kodiak Community Health Clinic (KCHC). Previously, our facility assessment work for PKIMC focused mostly on the physical condition of the building and its systems. Moving forward into conceptual plan development, it will be essential to understand the sizes and functions of the existing spaces within the buildings and how they are likely to change over the lifespan of the proposed new developments. This analysis will help the design team "right -size" the new conceptual options as well as provide valuable information for the PKIMC and KCHC management for future planning. To provide this space programming and conceptual work, we have teamed with regional healthcare experts DLR Group/Salus. DLR's attachments to this proposal outline the work in detail. Generally, the scope of this proposal is: • Establish an in-depth understanding of the Current State of PKIMC / KCMC. o Development of an accurate current space program from detailed Building Information Modeling of the existing building. o Interviews to understand the staff, administration, and community perspectives. o Development of a Current Operations Assessment based on national standards and trends • Develop Future State projections for the facilities, including detailed volume projections for the various components. • Create several Conceptual Options for renewal / replacement / expansion of the facility. These options will include cost estimates as well as 3D block diagrams • Finalize a Conceptual Design / Master Plan, including graphics and a cost estimate. The fee proposal includes one robust site visit from the DLR group for an on-site investigation and 3P Workshop which will take about a week. JYW has included an additional trip for follow-up and in-person presentations. The attached fee proposal is a Time and Expense Estimate Cap. We are confident we can provide the services outlined within the cap, but will work with you if the scope and fees should be adjusted as the project progresses. Final deliverable will be a Master Plan with graphics and cost information as detailed in the attachments. Jensen Yorba Wall Architecture Interior Design Construction Management page 1 of 1 DESIGN SERVICES PROPOSAL PROGRAMING/CONCEPT DESIGN SERVICES Project: PKIMC / KCHC Space Planning & Concepts JYW Proiect No.: 18014 Current State Meetings 24 Information Gathering 8 Review Facility Assess 6 Code Review 16 Ops Assess & Analysis 32 Future State Workshop 40 Future Needs Develop Concept Options 20 Refine Concept Options 16 Presentation 4 Final Concept 18 Program 12 Master Plan Master Plan Graphics 16 Presentation 4 Report & Graphics 40 Final Presentation 4 Weekly Meetings 15 Subtotal Hours 275 Subtotal Dollars $ 49,225 Jensen ❑❑❑ Yorba ❑❑❑ Wall ❑❑❑ Inc. ❑❑❑ NQ to" 20 20 16 16 18 18 12 12 20 20 20 20 0 0 1 126 146 0 0 0 547 0 0 112,600 13,140 0 0 0 $74,965 CONSULTANTS: Health Care Consultants (DLR) $160,480 Structural Engineering $5,000 Cost Estimating $15,901 Subtotal $181,381 Overhead/Profit 8% $14,510 Total $195,891 PKIMC KCHC Space Planning and Concepts.xlsx-10 Pre -Des 6 3/29/2023 DESIGN SERVICES PROPOSAL Jensen 000 REIMBURSABLE EXPENSES Yorba■■■ JYW Project No.: PKIMC / KCHC Space Planning & Concepts Wall MEN (DOE Project No.: 18014 TRAVEL Arch Tripsi 31 01 01 01 01 01 01 0 3 costl $1,676 1 $5,025.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $5,025 Civil Rate Tripsi 0 0 0 0 0 0 0 0 0 $0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Struct $0 Trips 0 0 0 0 0 0 0 0 0 $0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o Mech $0 Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 Elect Tripsi 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o Planning Trip' 1 0 0 0 0 0 0 0 1 Costl $16,000 $16,000.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $16,000 Subtotal $21,025 $0 $0 $0 $0 $0 $0 $0 $21,025 PER DIEM Arch No. Days 0 0 0 0 0 0 0 0 0 Civil No. Days 0 0 0 0 0 0 0 0 0 Struct No. Days 0 0 0 0 0 0 0 0 0 Mech No. Days 0 0 0 0 0 0 0 0 0 Elect No. Days 0 0 0 0 0 0 0 0 0 Other No. Days 0 0 0 0 0 0 0 0 0 Rate $0 0 0 0 0 0 0 0 0 0 Total 1 $0 $0 $0 $0 $0 $0 $0 $0 $0 PRINTING/COPYING SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $o OH/P 8i $1,682 $0 $0 $0 $0 $0 $0 $0 $1,682 PKIMC KCHC Space Planning and Concepts.xlsx-Reimb 14 3/29/2023 L D L RG RO U P I SALUS Providence Kodiak Island Medical Center EXHIBIT A: SCOPE OF WORK Our proposal focuses on hospital and ambulatory facility needs within Providence Kodiak Island Medical Center (PKIMC) and Kodiak Community Health Center (KCHC) with a diligent eye on the improvement of current and future operations, code verification of current facilities; leverage of technology innovations, and telemedicine opportunities; lean operational opportunities to reduce healthcare delivery costs and enhance outcomes; improved patient experience; improved physician and staff satisfaction and retention; and meeting evolving community needs. Our proposed approach outlines a process that infuses the expertise of lean specialists into health care facility planning, programming, and design. Our proposal addresses the following key questions: • What is the right balance in inpatient and outpatient services and what is the best care delivery model for PKIMC and KCHC • What is the "hospital of the future" for the Kodiak Island community? • How does the existing hospital, together with its ambulatory care partners, support the future operating plan? If not, what else needs to be built and remodeled to address its full needs? To answer these questions, we propose a FOUR -part process described below. • Current State: Information gathering • Future State: LEAN 3P concept plan - See Exhibit B • Future Needs: Refining the plan • Master Development Plan: Report assembly CURRENT STATE 1. Current Perspectives We will interview a select group of the administrative team and key representatives of the Board (Steering Committee) to develop a high-level understanding of community needs and community perception. Our goal is to gain a high level of understanding surrounding the history, diversity and expectations of the communities served by PKIMC and KCHC. Critical Success Factors: We will collaborate with the select group to establish a set of Critical Success Factors which will serve as criteria to evaluate and compare design alternatives. Criteria will address strategic initiatives such as growth potential, health system transformation processes, and the triple aim of improved population health, enhanced customer experience, and systemic lower costs. For example, critical success factors may address: • Operating Costs • Capital Costs • Medical and Surgical Specialties • Revenues and Payer Mix • Growth • Quality • Service • Value • Innovation • Responsiveness/Timeliness • Provider network interrelationships Providence Kodiak Island Medical Center EXHIBIT A: SCOPE OF WORK Page 2 • Asset Utilization • Risk • Others to be determined. 2. Kodiak Hospital and its Clinic Condition Analysis Our team will focus on staffing, utilization, patient flow, process flow and service configuration. Our main purpose is to identify strengths and weaknesses that need to be addressed in the future operating plan and facility plan. We will interview key hospital department personnel to identify functional and operational constraints the building imposes on the delivery of care. We will review possible remedial actions that will eliminate or significantly improve operating functionality. As part of the overall analysis and master plan, we will consider the potential of onsite expansion, offsite expansions or a total replacement on a green field site which does not have the restriction imposed by the existing site. The initial information gathering will include: • Zoning, Building, and Health Facilities Code (FGI) compliance • Review of the Facility Assessment identifying well-functioning portions and those requiring upgrade or replacement • Review of the existing site including potential building expansion options • Study of on-site expansion possibilities if additional contiguous land can be acquired and contrast against Greenfield Site Options • Site access, parking, and visual appeal/presence • Identification of overall short term and long-term limitations due to architectural and structural impediments or other site/building related factors Current Operations Assessment: We propose to infuse traditional space planning activities with lean perspectives and analyses. We will examine current interdepartmental workflows, analyze how well current technologies support core competencies across hospital operations. Specifically, we will: • Identify opportunities and limitations to improve the patient care satisfaction/experience • Perform a functional and operational analyses of existing facilities to determine what is working and what is not • Explore realistic pathways to correct operational issues through better facility design and/or new models of care • Identify issues impacting the flows of patients, staff, data, supplies, etc. • Identify functional constraints on current and future healthcare delivery models imposed by the existing design • Identify operational cost impacts which negatively impact the bottom line Providence Kodiak Island Medical Center EXHIBIT A: SCOPE OF WORK Page 3 FUTURE STATE 1. Health Care Market Assessment and Business Strategy The health system is rapidly changing which will seriously impact decisions around future facility needs. It is critical that we reach a common understanding of what is likely to be the future business strategy of Providence Kodiak Island Medical Center and KCHC. This phase of the work will take into account items such as: • Health Care Transformation Trends and Analysis • Technology Trends • Provider Recruitment • Alternative Models of Care • Use of Lean Practices in Healthcare • Growth Potential Operating Assumptions: As we move into functional and space programming, it will be necessary for the Steering Committee to guide us upon specific drivers and assumptions around the future operating model for PKIMC and KCHC in the region. On the ambulatory side, this includes access issues such as service and program location, schedulable hours, and throughput. It should include emerging operational imperatives such as new health care delivery models for patient centered primary care home, care coordination and chronic conditions management, and emphasis on transitions of care to reduce readmissions and preventable emergency room visits. We will study customer service expectations related to tangible needs such as parking, access, as well as intangibles such as patient emotional outcomes including the value of time spent with providers, engagement in patient education, integration with behavioral health, and the ease of health system navigation. 2. Projections We will refer to the detailed volume projections for inpatient and ambulatory services provided by the system (or added as a separate service). The projections should reflect underlying demographics and future utilization assumptions. The projections will be detailed, including inpatient beds by bed type, delineation of providers by specialty, system -wide staff (clinic, administration, support), inpatient and ambulatory ancillary services (operating rooms, ED, lab, exam rooms, radiology, etc.), parking, and support spaces. The projections will drive the space programs for the health system. This information should include items such as: • Population Demographics • Historical and Projected Utilization Trends and Assumptions • Projections o Providers by Specialty o Staff (Clinic, Hospital, Administration, and Coordinators) o Beds o Exam Rooms o ORs o EDs Providence Kodiak Island Medical Center EXHIBIT A: SCOPE OF WORK Page 4 o D & T Ancillaries o Other FACILITY NEEDS 1. Space Program The space program will assess facility configurations and program locations. The space program will be of sufficient detail to prepare high-level capital cost estimates and to launch the architectural design process. Detailed, room -by -room programming will occur once pre -design decisions are complete. This Phase will include items such as: • Alternatives by Facility Type (Hospital, Clinics, Network) • Program Configuration and Space Needs • Site Opportunities and Constraints 2. Capital Costs The high-level capital cost estimates will address site acquisition, construction, and soft costs. We will evaluate the costs as well as the space program and operating plan against the critical success factors in order to provide structure around key growth and development decisions. The deliverable will include selection of the recommended program and facility configuration for the network. This Phase will include items such as: • Construction • Soft Costs (IT, medical equipment) • Selection of Recommended Space/Facility Configuration 3. Prioritization, Schedule, and Sequencing Once the recommended capital costs, space program, operating plan, and site plans are complete, it will be possible to create a phasing plan for scheduling and sequencing the construction projects. This will include prioritizing construction at each portion of the site. If needed, this will also include repurposing existing facilities that no longer provide efficient value to the network. MASTER DEVELOPMENT PLAN 1. Concept Design/Master Development Plan The Master Plan will be generate based on the 3P selected alternative, the approved Space Program and Development direction selected by PKIMC and KCHC Steering Committee. The Planning Team will further develop the selected concept plan, which will include a possible alternative sites for cost/benefit analysis. This phase of the study will include items such as: • Further Physical Definition of the proposed projects (Hospital, Clinics, Other) • Site studies showing the overall development of the master plan including site access, parking, building foot print, and massing studies • Evaluation and development of building configurations and structural systems that will maximize the potential to adapt the facility to future delivery system requirements (create Providence Kodiak Island Medical Center EXHIBIT A: SCOPE OF WORK Page 5 buildings that optimize efficiency in layout and are easily adaptable/expandable to meet future demand) • Evaluation of internal and exterior flow to optimize the patient experience and to optimize "back of house" systems supporting the delivery of care (patient, staff, materials flow and the development of onstage/offstage concepts in care delivery) • Evaluation of Lean Operating Approach and building configurations which will reduce the cost of care, improve outcomes, and improve through -put • Development of Patient Focused Care Model and identification of patient care amenities • Develop 3-D renderings of the building exterior, entrances and key interior spaces that illustrate the design intent and look/feel of the building. • Refine Capital Cost Estimates based on the master plan design and performance specifications, including a phasing plan • Develop a Power Point Presentation for presentation to the Community • Develop a Master Plan digital document that details the project objectives, healthcare delivery system programs, physical features of the projects, implementation schedule, and that defines the project capital costs 2. Level of Study Our work plan for each step of the study is designed to provide a level of study from a 30,000 - foot Strategic Level down to the Macro Level of information needed to analyze alternatives and to develop a high-level master plan. This level of work represents what is needed to develop a comprehensive plan that can be supported by the board and presented to the community. During the work, we may identify areas where further study would be desirable. Professional fees exclude reimbursable expense and services beyond those proposed herein. Graphical representation will be of a professional caliber as needed to communicate the development concept and alternatives. Professional Rendering, Videos and Professional Models when/if requested for can be provided as an additional service. It is anticipated that this level of presentation will be developed as part of the follow on design services. DATA REQUEST AND PROPOSED SCHEDULE Our proposed schedule assumes a start date of June 13, 2022. Please see Exhibit C for the detailed schedule of meetings and phase completions. The schedule assumes efficient use of consultant resources and a non -recitative process based on approvals received at scheduled project meetings and other progress milestones. Exhibit D outlines our initial data request. It is critical that we receive the information requested at least one week prior to the scheduled meetings. L D L RG RO U P I SALUS Providence Kodiak Island Medical Center EXHIBIT B: LEAN 3P FOR MASTER PLANNING AND FUTURE SCENARIOS The 3P workshop is the Lean process most appropriate to handle broad issues, such as master and strategic planning. The workshop is a concise method (1 week) of reaching joint decisions on complex issues with a multiplicity of factors impacting its outcome. A 3P is used for design innovation and to ensure that the patient and family customers as well as front line staff and providers have the opportunity to provide input on spaces that meet their needs. Using 3P for master planning allows the participation of various department leaders to give their feedback about critical adjacencies and flow throughout the facility and in the larger setting of the facility, which includes the neighborhood. Further, they can support the thoughtful placement of parking and the flow of amenities for better future use of the facility. In addition to traditional 3P scenarios related to flow and future uses based on sound medical planning, our team will include scenario planning to address the uncertainties in the future. Buildings last for decades and presumptions about how the future will unfold can change based on our current world, which is VUCA - Volatile, Uncertain, Complex and Ambiguous. Many organizations use scenario planning to address this uncertainty. In master planning scenarios we not only look at trends we know but delve into options based on the most critical uncertainties and determine what triggers alternative planning for these pivot points. As part of our master planning, we will look at the growth of telehealth and its impact on designing future health services. We will also look at the demographic patterns that are emerging in the surrounding communities as well as the communities who must travel to the facility from the surrounding region. Recently, the social determinants of health have impacted the health needs of Alaskan populations. Increased isolation caused by COVID has increased the need for behavioral health intervention and dramatically increased the portion of the population considered pre -diabetic. Master Planning includes the role this facility plays in the overall Kodiak Health approach to community health needs. 3P for Master Planning and Future Scenarios Day 1 - Defining how the facility fits into the mission, vision, and values of Kodiak Health. Reviewing the health services data as well as the flexibility of the facility based on options for its future uses. Understanding the full spectrum of stakeholders, consumers, and providers who will potentially use the facility and any unique challenges they may face, such as transportation, ice and snow, transportation, and security. A panel of stakeholders may be used to further support an understanding of local needs and priorities. The team will review potential desired strategic outcomes and measures for those outcomes. For scenario planning, we will present health trends and initial programming ideas based on projected health needs. The team will explore the realistic options that exist as well as the barriers that exist based on physical limitations and "monuments" - that is, features that do not make economic sense to move or change use, such as elevators and at times intensive infrastructure areas such as radiology, labs and kitchen facilities. Day 2 - Future design options are explored in an ideal framework to encourage people to think outside of current parameters. The team will be challenged to set aside standard thinking and look at the current facilities from a variety of points of view. Providence Kodiak Island Medical Center EXHIBIT B: LEAN 3P FOR MASTER PLANNING AND FUTURE SCENARIOS Page 2 To continue scenario planning we will define what the critical uncertainties maybe that will have the greatest impact on future uses. These uncertainties will be prioritized and placed in a matrix and stories about these future options will be defined. We will look at options for how other facilities of similar nature have solved similar challenges. We will look at both quantitative and qualitative data about such options when such information is available to us. Day 3 - Ideas from the ideal state that are determined to be feasible are integrated into a discrete set of options determined realistic. The options will be further evaluated in terms of the numbers of phases, timeline and costs, as well as how closely the options achieve the organization's strategic options. For scenario planning, the stories will be further defined and pivot points in the future that will impact whether those uncertainties will come to pass will be defined. Where future options are dependent on certain process improvements those improvements will be defined and placed on a rough calendar along with responsible persons and participants in those future events. Day 4 - Selections will be made and presented to the stakeholders in time for that feedback to impact the final planning. Final planning will include a selection for future uses, the impact of phases, timelines and costs, as well as where critical uncertainties may impact or generate necessary shifts in uses. A master planning calendar will be generated with integrated pivot points for scenarios and the ideal timing of process improvement workshops to inform the larger design plan. The team will then consolidate a report and present it to a larger group of stakeholders and leaders in the organization. L D L R G R O U P I SALUS Providence Kodiak Island Medical Center Master Plan Exhibit C: Schedule ID Task Mode Task Name Duration Work Start Finish 9 MaJune July Au ust September October 16 23 30 7 14 21 28 4 11 1181251 2 9 16 23 30 6 1 13 1 20 1 27 1 3 1 10 1 17 24 1 8 15 22 1 0: it it it it Nit it it � it OP. WS it it it WS WS WS t Kodiak Healthcare - Program & Concept 78.75 days Current State 23 days Scheduling meetings 15 days Information gathering 2 wks Initial Mtg w/ Steering Committee 4 hrs Study facility assessment 1 wk Code review 2 days Operational Assessment 8 days Ops Assessment on site 3 days Ops Assessment analysis 5 days Projections 11 days Projections development 1 wk Confirm projections w/ ops 5 days Future State: LEAN 3P 5 days Workshop 40 hrs Future Needs: Plan Refinement 30.5 days Develop concept alternatives 10 days Refine options 10 days Meeting to select preferred 4 hrs Generate concept plan 10 days Program and Cost 20 days Initial program 10 days Refine program 2 wks Master Plan 33.75 days Master Plan Graphics 13 days Present Master Plan 0.5 days Finalize Report 20.25 days Write Report 5 days Develop graphics 20 days Deliver report 2 hrs Weekly online meeting 75.13 days 1,050.67 hrs 372.67 hrs 30.67 hrs 96 hrs 12 hrs 20 hrs 32 hrs 96 hrs 64 hrs 32 hrs 86 hrs 60 hrs 26 hrs 160 hrs 160 hrs 316 hrs 100 hrs 48 hrs 8 hrs 72 hrs 88 hrs 56 hrs 32 hrs 170 hrs 68 hrs 8 hrs 94 hrs 40 hrs 52 hrs 2 hrs 32 hrs Mon 6/12/23 Mon 6/12/23 Mon 6/12/23 Mon 6/12/23 Mon 7/3/23 Mon 7/3/23 Mon 7/3/23 Mon 7/3/23 Mon 7/3/23 Thu 7/6/23 Mon 6/26/23 Mon 6/26/23 Tue 7/4/23 Mon 7/10/23 Mon 7/10/23 Mon 7/17/23 Mon 7/17/23 Mon 7/31/23 Mon 8/14/23 Mon 8/14/23 Mon 7/17/23 Mon 7/17/23 Mon 7/31/23 Mon 8/14/23 Mon 8/14/23 Thu 8/31/23 Thu 8/31/23 Thu 8/31/23 Thu 8/31/23 Thu 9/28/23 Tue 6/13/23 Thu 9/28/23 Wed 7/12/23 Sat 7/1/23 Fri 6/23/23 Mon 7/3/23 Mon 7/10/23 Wed 7/5/23 Wed 7/12/23 Wed 7/5/23 Wed 7/12/23 Mon 7/10/23 Fri 6/30/23 Mon 7/10/23 Fri 7/14/23 Fri 7/14/23 Mon 8/28/23 Fri 7/28/23 Fri 8/11/23 Mon 8/14/23 Mon 8/28/237 Fri 8/11/23 Fri 7/28/23 Fri 8/11/23 Thu 9/28/23 Wed 8/30/23 Thu 8/31/23 Thu 9/28/23 Thu 9/7/23 Thu 9/28/23 Thu 9/28/23 Tue 9/26/23 iak eal hca re - o ram & Co 7cept 2 Curre t t to 3 11 O ner Proj ct A ch Fru 4 O r er, roj ct Arch,F u 5 7 3 6 F um 7 Fru ,Pr 'ect Arch 8 Operati nal se sm nt 9 ru ,Project rc 10 ru ,Lea E pert 11 Projections jr—S 12 la iner 13 P nn r,L n xpert,Fr m 14 Fu ure Stat :LAN P 15 Fru ,Len xpe ,O ne ,Pr 'ect Arc 16 Future ee s: Ian efi em nt 17 ro'ect rc ,Fr m 18 Fru ,P of c Arch 19 8 14 20 oje t Ar h,F u 21 Program d C st 22 ru ,P je t Arch 23 la ne Fr 24 as r Plan 25 can Ex ert, ro ct rch, ru 26 ru ,Pr jec Arc 27 Fi nali e Report 28 --rui i,PrqjecArc 29 ru ,Pr ecl Arc 30 1 Project Arch 31 I I I I I I I I I I I I I I I Project: Kodiak Health Program Date: Thu 3/23/23 Task Split Milestone Summary Project Summary Inactive Task ♦ Inactive Milestone Inactive Summary I Manual Task Duration -only Manual Summary Rollup F Manual Summary I Start -only C Deadline Finish -only ] Progress External Tasks Manual Progress External Milestone Page 1 L D L RG ROU P I SALUS Providence Kodiak Island Medical Center EXHIBIT D: INITIAL DATA REQUEST A. Strategic and Operational Document Request List 1. Departmental Interviews: List of Interviewees and scheduled times a. 8-10 key administrative personnel and Commissioners b. Allow for 60 minutes per person 2. Historical Utilization Data for past 3 years a. Inpatient Discharges and Patient Days i. Medical Surgical ii. Obstetrics iii. Critical Care iv. Other 3. Inpatient Surgeries by Specialty and Length of Case a. Outpatient Surgeries by Specialty and Length of Case b. Emergency Department visits by level 1, 2, 3, 4 c. Emergency Department average length of stay for discharged and admitted patients d. Average and maximum times to assign inpatient bed e. Clinic Visits by Specialty f. Ancillary Department Volumes 4. Organizational Chart 5. Staffing (FTEs) by department, including clinics, by shift or day -part 6. Medical Staff roster by specialty 7. Strategic Plan 8. Demographic Data on regional catchment area 9. Outline of strategic and operational concerns we should be aware of 10. Existing operational improvement plans or summaries B. Facility Documents Request List 1. Existing Conditions Documentation - digital files a. As -built drawings of site(s) as currently developed (parking, roadways, utilities, topography, landscaped areas, etc.). b. As -built drawings for hospital and other buildings on site c. As -built drawings for Ambulatory Care Clinic d. Existing Hospital Facility Plan with Medicare/Medicaid Departmental boundaries and area calculations (Excel area calculation preferred if available). Room by room names would be also beneficial if available on your documentation. e. Prior Master Plans and or site/facility studies if relevant to our work. 2. Studies and Reports a. Geotechnical studies completed in conjunction with prior building projects. Providence Kodiak Island Medical Center Exhibit D: Initial Data Request Page 2 b. Any relevant information on rezoning actions and/or Land Use Planning studies/actions related to the hospital and clinical sites or adjacent parcels of interest. c. We will need to contact the appropriate building and zoning departments to meet the appropriate regulatory agencies to obtain current building code, land use codes and long range planning documents. Please let us know of any sensitive issues we should be aware of and if you would like a hospital representative to accompany us. Confidentiality of the details of our work will be maintained during our initial contacts until such a time as you authorize discussion of project specifics. d. JACHO (or similar) survey issues if any, as related to the current operation and facility condition. e. Prior Master Plans and or Site/Facility Studies if relevant to our work Fee Proposal Prepared For: Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, Alaska 99801 Attn: Corey Wall 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com Project: Kodiak Island Medical Center Location: Kodiak, Alaska 1. Project Description and Service DATE 4/22/2022 FEE PROPOSAL NO. P22-04-20 (Rev. 1) HMS PROJECT NO. N/A Provide estimates for multiple options for renovation or additions at the Medical Center. Estimates would be grouped in three phases as listed below and used for determining ROM costs for various concept scopes of work. ROM costs for Medical Center additions or renovations likely by narrative only. Concepts may include an interior 10,000 SF renovation up to demolition of the existing 32,000 SF building and replacement with a new multi -story 44,000 SF building. Three to four large concept estimates would be provided in this portion of the work Refine estimates from the initial ROM costs with updated narratives and block -diagram sketches. Three estimates are likely with a combination of demolition, renovation, and construction of new buildings. Roughly 20,000 SF to 50,000 SF of total construction Final concept estimate of chosen design with updated narratives and block -diagram sketches. Size likely about the same as second set of estimates, 20,000 SF to 50,000 SF. The estimates will be prepared in Uniformat Elemental Categories. 2. Fee Breakdown and Schedule (Lump Sum) ROM Concept Estimates $ 2,586.00 Within (5) Full Working Days Refined Concept ROM Estimates 4,927.00 Within (7) Full Working Days Chosen Design ROM Estimate 8,388.00 Within (7) Full Working Days TOTAL FEE: $ 15,901.00 Should any phase of estimating be omitted from this proposal, HMS reserves the right to increase fee for subsequent estimate by 10% to 30% depending upon the additional level of effort. Also, add two extra days to the schedule for completion of the estimate. The above fee does not include preparation of additive bid items or alternates. See 3. Terms below. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. Page 1 of 4 3. Terms Deliverable: 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com DATE 4/22/2022 FEE PROPOSAL NO. P22-04-20 (Rev. 1) HMS PROJECT NO. N/A HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Reimbursable Expenses: This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed: Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Page 2 of 4 3. Terms (Continued) Prepared By: Rob Brown, Estimator RB/kh 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com Page 3 of 4 DATE 4/22/2022 FEE PROPOSAL NO. P22-04-20 (Rev. 1) HMS PROJECT NO. N/A 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 INC. mail@hmsalaska.com FEE BREAKDOWN (2022 SCHEDULE OF RATES) Project: Kodiak Island Medical Center Location: Kodiak, Alaska DATE 4/22/2022 FEE PROPOSAL NO. P22-04-20 (Rev. 1) HMS PROJECT NO. N/A A/E Firm: Jensen Yorba Wall, Inc. Prepared By: Rob Brown, Estimator Discipline Rate 183.00 Hours Total Total Subtotal Hours Fee ROM Concept Estimates: Estimator IV 159.00 x Estimator V 183.00 x 1 = 183.00 Estimator IV 159.00 x 8 = 1,272.00 Estimator III 149.00 x 5 = 745.00 Estimator II 127.00 x 0 = 0.00 Estimator 1 86.00 x 0 = 0.00 Office Support II 86.00 x 3 = 258.00 Office Support 1 64.00 x 2 = 128.00 Total ROM Concept Estimates: 19 Hours $ 2,586.00 Refined Concept ROM Estimates: Estimator V 183.00 x 1 = 183.00 Estimator IV 159.00 x 8 = 1,272.00 Estimator III 149.00 x 10 = 1,490.00 Estimator II 127.00 x 8 = 1,016.00 Estimator 1 86.00 x 6 = 516.00 Office Support II 86.00 x 3 = 258.00 Office Support 1 64.00 x 3 = 192.00 Total Refined Concept ROM Estimates: Chosen Design ROM Estimate Estimator V 183.00 x 2 = 366.00 Estimator IV 159.00 x 10 = 1,590.00 Estimator III 149.00 x 18 = 2,682.00 Estimator II 127.00 x 16 = 2,032.00 Estimator 1 86.00 x 12 = 1,032.00 Office Support II 86.00 x 5 = 430.00 Office Support 1 64.00 x 4 = 256.00 Total Chosen Design ROM Estimate: TOTAL: Page 4 of 4 39 Hours $ 4,927.00 67 Hours $ 8,388.00 125 Hours $ 15,901.00 Kodiak Island Borough J� Assembly Newsletter Vol. FY2023, No. 35 May 19, 2023 At Its Regular Meeting Of May 18, 2023, The Kodiak Island Borough Assembly Took The Following Actions. An Assembly Special Meeting Is Scheduled On Thursday, May 25, 2023, Which Will Be Followed By A Work Session. The Next Regular Meeting Of The Borough Assembly Is Scheduled On June 1, 2023, At 6:30 P.M. In The Borough Assembly Chambers. AUTHORIZED The Manager To Award Contract No. FY2019-10S Change Order #19 To Jensen, Yorba Wall Inc. In The Amount Of $293,563 For The Providence Kodiak Island Medical Center And Kodiak Community Health Center To Provide Space Analysis And Planning To Understand The Current And Future State Of The Facilities AUTHORIZED The Manager To Approve Contract No. FY2022-29, Change Order No. 5, Authorization For Leachate Treatment Plant Pretreatment Facility Project With Dawson Construction, LLC. In An Amount Not To Exceed $46,879.93 APPROVED Contract No. FY2023-46 Authorizing The Manager To Execute Fire And Smoke Damper Repairs At The Kodiak Fisheries Research Center With Remedi8 Dba Fire Door Solutions In The Amount Of $43,780.19 AUTHORIZED The Manager To Approve Reimbursement Of The Fire And Smoke Damper Repairs At The Providence Kodiak Island Medical Center With Remedi8 DBA Fire Door Solutions In The Amount Of $111,771.99 CONFIRMED The Mayoral Appointments Of Mr. Codi Allen To The Architectural/Engineering Review Board For A Term To Expire December 31, 2023, And Mr. Daniel Rohrer For A Term To Expire December 31, 2025 CONFIRMED The Mayoral Appointment Of Mr. Travis Cooper To The Parks And Recreation Committee For A Term To Expire December 31, 2024, And Ms. Tracy Chandler For A Term To Expire December 31, 2025 View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Peterson Elem. Roof Replacement 432-322-452-140.21008.4G.A Description of Change Cost Provide 100% Construction Documents, Bidding and Construction Administration design services $ 69,074.00 related to the proposal dated October 18, 2022. Professional Cost Estimation at 95% level. Presentations to the ARB Board and other stakeholders at 95% phase completion. ative The time provided for completion of the contract is (® unchanged) (E] increased) (E decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: _�'— ",.__' C`O kOd,l1 CC�r11V Date: 2.7.2023 Contractor's Repres ative x,3 l a Date: Recommended: Date: E ne ing/F 'lities D'rector Finance Director Approved By: -21 Date: geittest: y _ nC,ra,Ci�/LDate: �3�ZOL3 Borough Mana er ®AID C®VRAD r"orou hCle Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the o gi.SAV ct am oo� 00, whichever is lower) Approved By: Date: Date: Borough Mayor De uta' C Borough Assembly Approval (greater than five percent of approved contract amount�, 0, whiche owed Approved By: Date: Attest: �'�Toil Date: "' Borough Manager Boroug Revised 09119 Page I of I Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: October 18, 2022 To: Dave Conrad, KIB Director of Engineering and Facilities From: Corey Wall Re: KIBSD Peterson Elementary Re -Roof (JYW No. 21013) 100% CDs, Bidding and CA Design Fee Proposal Please find attached our fee proposal for 100% Construction Document, Bidding and Construction Administration design services related to the KIB Peterson Elementary School Re -Roof Project. The project will be completed as part of our existing term contract with KIB. Project includes: • 100% Construction Documents o Comprehensive roof replacement of existing 48,800 sf building. o Replacement of existing roof -top ductwork & equipment similar to existing configuration. Ductwork will have improved design to weather-proof and insulate mechanical items. o One alternate to add a new membrane over the existing PVC membrane portion of the building. • Professional cost estimation at 95% level. • Presentations to ARB and other stakeholders at 95% phase completion. Please note: • Proposal assumes the design will be similar in scope to the July 1, 2022 DD -level documents. • Proposal does not structural design work. With the decision to replace the roof -top mechanical equipment in the existing configuration, structural upgrades to the building should not be required. • Proposal does not include haz mat testing or abatement. If this work is required, it can be added during the construction documentation design work. Thanks again for this opportunity. We look forward to working with you. Sincerely, 4 -- Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL SUMMARY Project: KIBSD Peterson Elementary Re -Roof Jensen Yorba Wall Inc. jYW Project No.: 21013 -- SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $17,300 Previous Phase $0 $0 $17,300 Design Development $45,786 Lump sum $0 $0 $45,786 Construction Documents $29,114 Lump sum $0 $0 $29,114 Bidding and Negotiations $3,577 Time/Expense $0 $0 $3,577 Construction Administration $31,440 Time/Expense $4,943 $0 $36,383 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $132,160 G:\_Projects\21013\0 Scope & Fees\21013 Petersen Elem Roof.xlsxSUM 3 10/18/2022 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: KIBSD Peterson Elementary Re -Roof JYW Project No.: 21013 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III A -II A -I Int III Int II ID -III ID -11 ID -1 CM -III CM -II CM -1 D -II D-1 EA CA A $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 1 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Construction Doc Dwgs Cover/ Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $7,320 Electrical Engineering $4,660 Hazardous Materials Engineering Landscape Architecture Cost Estimating $4,996 Subtotal $16,976 Overhead/Profit 10% $1,698 Consultants Total Labor $18,674 Subtotal Construction Document Services LABOR $29,114 Subtotal Construction Document Services REIMBURSABLES (see attached) $0 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $29,114 21013 Petersen Elem Roof.xlsx-50 CD 10 10/18/2022 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD Peterson Elementary Re -Roof JYW Proiect No.: 21013 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC TOTAL PMgr A-111 A -II A -I Int III Int II ID -111 ID -11 ID -I CM -III CM -II CM -1 D -II D4 EA CA A $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitor Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $680 Electrical Engineering $390 Hazardous Materials Engineering Landscape Architecture Subtotal $1,070 Overhead/Profit 10% $107 Consultants Total Labor $1,177 Subtotal Bidding and Negotiation Services LABOR $3,577 Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $0 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $3,577 21013 Petersen Elem Roof.xlsx-60 Bid 11 10/18/2022 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: KIBSD Peterson Elementary Re -Roof 1YW Project No.: 21013 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III A -II A4 Int III Int II ID -III ID -11 ID -1 CM -III CM -11 CM -I D -II D-1 EA CA A $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 1 $85 ARCHITECTURE: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $5,910 Electrical Engineering $4,490 Hazardous Materials Engineering Landscape Architecture Subtotal $10,400 Overhead/Profit 10% $1,040 Consultants Total Labor $11,440 Subtotal Construction Administration Services LABOR $31,440 Subtotal Construction Administration Services REIMBURSABLES (see attached) $4,943 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $36,383 21013 Petersen Elem Roof.xlsx-70 CA 12 10/18/2022 DESIGN SERVICES PROPOSAL Rate $0 $0 $0 $0 $0 Jensen 000 $0 REIMBURSABLE EXPENSES CD's Rate $0 $0 $0 $0 Yorba■N■ $0 JYW Project No.: KIBSD Peterson Elementary Re -Roof $0 $0 POSTAGE/COURIER Rate $0 $0 Wall MEN I- (DOE $0 JYW Project No.: 21013 $0 $0 $0 $0 MISSCELANEOUS Rate $0 $0 $0 $0 10 20 30 40 50 60 70 s0 $o PHASE: Pre -D Site SD DD CD BID CA CO TOTAL TRAVEL $0 $0 $0 $0 $0 $0 $0 Arch Trips 0 0 0 0 0 0 4 0 4 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,200.00 $0.00 $3,200 Civil Trips 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 50.00 $0.02 $0.00 50.0a 5o.00 S0.Oo 0.00 $o struct Tris 0 0 0 0 0 0 0 o 0 Cost $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 50.00 $0 Mech Tris 0 0 0 0 0 0 0 0 0 Cos[ $0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $647.00 0.00 $647 Elect Tris 0 0 0 0 0 0 0 0 0 Cost $0 50.00 50.00 $0.00 $0.00 $0.00 $0.00 $647.00 $0.00 $647 Other Trips 0 0 0 0 0 0 0 0 0 Cost $0 $0.00 50.001$0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0 Subtotal $0 $0 $0 $0 $0 $0 $4,494 $0 $4,494 PER DIEM PRINTING/COPYING SCANS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 CD's Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 POSTAGE/COURIER Rate $0 $0 $0 $0 $o $0 $0 $0 $0 MISSCELANEOUS Rate $0 $0 $0 $0 $0 $0 $0 $o $0 ENGIN REIMB Rate $0 $o $0 $0 $0 $0 $0 $0 $0 RENDERINGS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 OH/P 101s $0 $0 $0 $0 $0 $0 $449 $0 $449 TOTAL REIMBURSABLES $0 $o $0 $0 $0 $0 $4,943 $0 $4,943 21013 Petersen Elem Roof.xlsx-Reimb 14 10/18/2071 Kodiak Island Borough Assembly Newsletter Vol. FY2023, No. 26 February 03, 2023 At Its Regular Meeting Of February 2, 2023, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, February 16, 2023, At 6:30 p.m. In The Borough Assembly Chambers. PROCLAIMED February 3, 2023, As Coast Guard Appreciation Day Applauding Their Efforts In Making Kodiak And All The Navigable Waters Of Alaska A Safer And Better Place To Live, Work, And Play AUTHORIZED The Borough Manager To Execute Change Order No. 18 To Contract No. FY2019-10 With Jensen Yorba Wall Inc For The Peterson Elementary School HVAC And Roof Replacement Project For The In An Amount Not To Exceed $69,074 ADOPTED Resolution No. FY2023-20 Establishing a Health Facilities Advisory Board AMENDED/ADOPTED Resolution No. FY2023-21 Identifying Federal Project And Program Priorities For Federal Fiscal Year 2024 ADOPTED Resolution No. FY2023-22 Amending Provisions In Resolution No. FY2021-38 Reestablishment Of The Kodiak Fisheries Work Group ADVANCED Ordinance FY2023-14 Amending Kodiak Island Borough Code Title 3 Revenue And Finance, Chapter 35 Real Property Tax, Section 3.35.050 Board Of Equalization To Correct Phrasing Pertaining To Docket Numbers To Public Hearing At The Next Regular Meeting Of The Assembly On February 16, 2023 CONFIRMED The Mayoral Appointment To The Joint Building Code Review Committee Of Mr. Jon Melin APPROVED A Letter Of Support For The Application For Recertification Of Prince William Sound Regional Citizens' Advisory Council (PWSRCAC) View our website: Visit our Facebook page: Follow us on www.kodiakak.us 91 10 www.facebook.com/KodiakislandBoroughTwitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 9%15 East Elementary Roof Replacement 415-539 452.140 22004.4 Description of Change Cost Provide a conceptual design for the East Elementary Roof Replacement project per proposal dated $ 5,000.00 January 1$, 2022. Conceptual design will include investigation for possible modifications to eliminate gutter between newer and older roof sections. The time provided for completion of the contract is (N unchanged) (C7increased) (Qdecreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval Accepted By. . -` 'S Recommendedate DAVID CONRADEngineering/Facilities�Directo�� Approved By:(:�ROLawl�-4- Date Borough Manager Date: 2.23.2022 7-1 Z4ZdEZ,�� _ ?�J--- Date: ; �\ Finance Director test: Date; I Borough Clerk Z nom. G'ft-Z Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50, 000, whichever is lower) Approved By: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater Than five percent ofapproved contract amount or $50,000, whichever is lower) Approved By: Borough Manager Date: Attest: Borough Clerk Date: Date: Revised 09119 Page 1 of I MEJensen Yorba �N Wall Inc 522 West 10th Street, Juneau, Alaska 99801 907.585.1070 lensenyorbawall.com Designing Community Since 1,Y35 Date: January 28, 2022 To: Matt Gandel, KIB Project Manager From: Corey Wall Re: KIBSD— East Elementary School Re -Roof (JYW No. 22002) Conceptual Feel Proposal Thank you for contacting us about the potential re -roof design project for the sloping metal roof portions of East Elementary School. To start the project we propose a conceptual design process to explore how, and whether, the roof can be configured where the sloping roof meets the flat roofed potions of the building. This design work could be the basis for a full roof -replacement design project in the future. Scope • Develop concepts for reconstructing the roof sloping down to the roof -level drainage gutter between the sloping and flat -roofed portions of the building. • Determine if reconfiguring the roof is possible without major structural upgrades. Fee $5,000 limit, billed as hourly Time and Expense. We will bill only for the hours expended on the project and will notify you if we approach the limit. • Hourly Rates: o $170/hour Corey Wall (JYW), Principal Architect / Project Manager o $95/hour Ben Wood (JYW), Drafter o $195/hour Brian Nielsen (PND), Principal Structural Engineer Notes & Exclusions • Deliverables are likely to be a combination of CAD and hand -drawn sketches. Some may be diagrammatic and NTS. • Some structural analysis will be done to rule out totally unworkable solutions, but full calculations will not be completed in this early phase. • Cost estimates are not included at this time. • No site visit is included so some photos and on-site assistance by KIB personnel may be required. Thank you for the opportunity! Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 Kodiak Island Borough I Assembly Newsletter Vol. FY2022, No. 24 February 18, 2022 At Its Regular Meeting Of February 17, 2022, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On March 3, 2022, At 6:30 p.m. In The Bayside Fire Hall — 4606 E. Rezanof Dr. RECOGNIZED 14 Years Of Service On The Solid Waste Advisory Board, Mr. Nick Szabo AMENDED, ADOPTED Ordinance No. FY2022-07 Amending Section 2.30.060 Assembly Order Of Business And Agenda, Adding A Statement Of Land Acknowledgement (Order 2, Version 4) AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10 Change Order No. 16 With Jensen Yorba Wall For Design Fees For The Peterson Elementary School Roof Replacement In An Amount Not To Exceed $45,786. AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10 Change Order No.17 With Jensen Yorba Wall For Design Fees For The East Elementary School Roof Replacement In An Amount Not To Exceed $5,000. AWARDED Contract No. FY2022-30 Landfill Stage 3 Closure To Brechan Construction In An Amount Not To Exceed $1,948,000. AUTHORIZED The Borough Manager To Approve Contract No. FY2022-31 Purchase Order For Procurement Of Fybroc Replacement Pump For The Kodiak Fisheries Research Facility REMANDED TO FIRE PROTECTION AREA NO. 1 BOARD Contract No. FY2022-32 For Vehicle Procurement For Fire Protection Area No. 1. APPROVED Resolution No. FY2022-20 Identifying Federal Program Priorities AMENDED, ADVANCED Ordinance No. FY2022-09 Amending The Kodiak Island Borough Personnel Rules And Regulations To Public Hearing At The Next Regular Meeting Of The Assembly On March 3-,2022. ADVANCED Ordinance No. FY2022-10 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.25 Appropriation And Levy Section 3.25.030 Maximum Allowable Property Tax Revenues, Limiting Restrictions To General Fund Property Tax Revenues To Public Hearing At The Next Regular Meeting Of The Assembly On March 3nd, 2022. ADVANCED Ordinance No. FY2022-11 Determining The Disposition Of Tax Year 2019 Foreclosed Properties KIBIPearson, James S, KIB1Reames,Dale, KIBINies,lona F, And KIBlinga Sr, Martin, And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On March 3'", 2022, CONFIRMED, Mayoral Appointment To The Mission Lake "Tide Gate" Road Service Area, Mr. Alan Wolf, FAILED To Confirm Mayoral Appointment To The Consolidation Committee At Large Seat, Ms. Brandi Wagner. View our website: Visit our Facebook page- Follow us on www.kodlakak.us www.facebook.comlKodiaktalandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Peterson Elementary Roof Replacement 415-539 452.140 21008.4 Description of Change Provide 65% design documents and cost estimate for the Peterson Elementary Roof Replacement $ project per proposal dated January 12, 2022. Design services to include investigation and recommendation for modifications to HVAC system. Fees to be charged on a time and materials basis. Cost 45,786.00 The time provided for completion of the contract is (® unchanged) (0 increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval Accepted By: t -%.,ft CC,wo- ntractor' Re sentativ Recommended DAVID CONRARrigineering/Facilities Dire or Approved By: Borough Manager _ Date: 2.1$.2022 Date: -zil Z. 20. ).a cme�__..._. Date: 01Y�� lam Finance Director Date:L2LAttes . Date: Borough Clerk C, Mayor and Deputy Presiding Officer Approval (doev not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Date: Deputy Presiding Officer Borough Assembly Approval (greater than f ve percent of approved contract amount or $50,000, whichever is lower) Approved By: Borough Manager Date: Attest: Borough Clerk Date: Date: Revised 09119 Page 1 of I Jensen Yorba Wall r7r, 522 West 10th Street, Juneau. Alaska 99801 907.586.1070 lensenyorbawall.com Designing Community Since 9935 Date: January 12, 2022 To: Matt Gandel, KIB Project Manager From: Corey Wall Re: KIBSD Peterson Elementary Re -Roof (JYW No. 21013) 65% Design Fee Proposal Please find attached our fee proposal for 65% design services related to the KIB Peterson Elementary School Re -Roof Project. The project will be completed as part of our existing term contract with KIB. Project includes: • 65% Construction Documents a Comprehensive roof replacement of existing 48,800 sf building. • Design of two alternative mechanical options: o Replacement of existing roof -top ductwork & equipment similar to existing configuration. Option will explore improved design to weather-proof and insulate mechanical items. o Relocation of mechanical equipment to anew roof -top penthouse over the classroom wing, including structural upgrades if required. • Professional cost estimation for both options at phase completion. • Presentations to ARB and other stakeholders at phase completion Please note: • Proposal does not include a site visit during 65% design phase with the assumption that KIB personnel can investigate any site conditions not illustrated on existing drawings. A site visit is anticipated if the project moves forward into final construction documents. Thanks again for this opportunity. We look forward to working with you. Sincerely,. Corey Wall, AIA Jensen Yorba Wali Architecture Interior Design Construction Management Page 1 of I DESIGN SERVICES PROPOSAL SUMMARY Project: KIBSD Peterson Elementary Re -Roof Jensen Yorba Wall Inc. JYW Project No.: 21013 SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $17,300 Previous Phase $0 $0 $17,300 Design Development $45,786 Lump sum $0 $0 $45,786 Construction Documents $0 Lump sum $0 $0 $0 Bidding and Negotiations $0 Lump sum $0 $0 $0 Construction Administration $0 Time/Expense $0 $0 $0 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $63,086 D:IJYW Users\Corey\Documents121013 Petersen Elem Roof1SUM 1 1/12/2022 DESIGN SERVICES PROPOSAL DESIGN DEVELOPMENT SERVICES Project: KIBSD Peterson Elementary Re -Roof JYW Project No.: 21013 Jensen f Yorba Wall 4 Inc. STAFF: Architect Interior Design onstructlon Manage Drafter Exec A Cler A ACC TOTAL PMgr I A -III I A -II I A -I Int III Int II ID -III ID -11 I ID -I I CM -111 CM -II I CM -I D -II I D -I I EA CAA $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Design Development Dwgs Cover / Site Plan Plans Sections / Elevations Details Outline Specifications Cost Estimate Coordination Meetings / Presentations Quality Control Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering $9,160 Mechanical Engineering $9,790 Electrical Engineering $5,090 Hazardous Materials Engineering Landscape Architecture Cost Estimating $5,920 Subtotal $29,960 Overhead/Profit 10% $2,996 Consultants Total Labor $32,956 Subtotal Design Development Services LABOR $45,786 Subtotal Design Development Services REIMBURSABLES (see attached) $0 TOTAL DESIGN DEVELOPMENT SERVICES FEE $4S,786 21013 Petersen Elem Roof1-40 DD 1 1/12/2022 M I M I M I-,N(;INI-,.I:RS, INC. December 20, 2021 Mr. Corey Wall Jensen Yorba Wall, Inc 522 Tenth Street Juneau, Alaska 99801 Re: Kodiak Peterson School Roof HVAC Structural Engineering Fee Proposal Dear Corey, PND 21113? PND Engineers, Inc. (PND) appreciates the opportunity to assist Jensen Yorba Wall, Inc. OW) on the Kodiak Peterson School Roof project. We understand that Kodiak Island Borough (KIB) would like to replace the Peterson Elementary School roof. While replacing the roof, additional work on the exposed rooftop HVAC is desired. There are two options for the HVAC that are to he analyzed. You have asked PND to provide structural engineering services. PND's current scope of services will include the following: • Option l — Replace rooftop ductwork o Review existing roof framing for added weight of new duct enclosures or elevated, insulated ductwork. • Option 2 — New rooftop mechanica] penthouse o Review existing roof framing for added weight of new mechanical penthouse with AHU. o Review existing seismic load resisting system (SLRS) for added seismic weight of nein mechanical penthouse with AH U. Review will determine if a seismic retrofit of the classroom wing is required due to the added seismic weight and how a seismic retrofit could be avoided. • Provide 65% markups of existing structural drawings noting the retrofit required for Options 1 and 2. Markups will be in Bluebeam and will be sufficient for a 65% design cost estimate. PND proposes to provide the above outlined design services on a time and expenses basis with an estimated total of $9,160. We will invoice our time monthly in accordance with the attached rate schedule and our expenses at cost plus 10 percent. A breakdown of the fee is attached. Once a decision is made on if KIB wants to pursue Option I or Option 2, PND can provide a fee proposal for final construction documents. Thank you for considering PND. If you have questions or need additional information, please feel free to contact me. We look forward to working with you. Sincerely, PND Engineers, Inc. I Juneau Office Brian Nielsen, P.E, S.E. Senior Engineer / Principal 9360 Glacier Hwy., Suite 100 • JUNEAU, ALASKA 99801 • Phone 907.586.2093 • Fax 907.586.2099 PND Engineers Inc. 9360 Glacier Highway Suite 100 Juneau, Alaska 99801 Engineering Services LABOR Kodiak Peterson School Roof HVAC JYW Architects Structural Fee Estimate Professional Technical Administrative December 20, 2021 PND 21 J137 EXPENSES Total Engineering Design Services $9,16 Task Hourly Rate nior ineer FVI SVX-OD Senior CADD Tech VI Tech IV Engineer Tech. VI III $155.00 8125.00 $140.00 Phase Task Costs Subtotal A Research existing drawings 1 4 $815 B Option 1 Check existing roof framing for duct enclosure / insulated ductwork 1 4 $815 C Option 2 Check existing roof framing for new mechanical penthouse 2 8 $1,630 Check existing SLRS for new mechanical e2rithouse 4 1 12 $2,640 D 65% cost estimate markups of required upgrades 4 16 1 1 $3,260 Total Labor 12 44 $9,160 EXPENSES Total Engineering Design Services $9,16 FNGINPkRS, INC, Professional: SUr�'Cj-urs: PND ENGINEERS, INC. STANDARD RATE SCHEDULE EFFECTIVE FEBRUARY 2021 Staff Engineer 1 S95.00 Staff Engineer 11 $105.00 Staff Engineer III S115.00 Staff Engineer TV $120.00 Staff Engineer V S125.00 Staff Engineer VI $140.00 Senior Engineer I S135.00 Senior Engineer II S145.00 Senior Engineer III $155.00 Senior Engineer IV $165.00 Senior Engineer V $175.00 Senior Engineer VI S195.00 Senior Engineer VII S210.00 GIS Specialist S100.00 Environmental Scientist I S100.00 Environmental Scientist II $120.00 Environmental Scientist III S135.00 Environmental Scientist IV $150.00 Environmental Scientist V S165.00 Environmental Scientist N71 $180.00 Senior Land Surveyor I 5110.00 Senior Land Surveyor II $120.00 Senior Land Surveyor III $130.00 Technician I S55.00 Technician II $80.00 Technician III S90.00 Technician IV $100.00 Technician V $125.00 Technician VI $140.00 CAD Designer III 580.00 CAD Designer IV S95.00 CAD Designer V $115.00 CAD Designer VI $125.00 I RSA Engineering, Inc. Mechanical & Electrical Engineers December 27, 2021 Jensen, Yorba, Wall 522 W. 10°i Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, REFERENCE: KIB Peterson ES Roof Replacement Mechanical and Electrical Engineering Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: General: • The project will consist of a roof replacement at the elementary school. As part of the roof replacement, the existing relief air fan and ductwork on the roof will also be replaced with one of the following options: o Option 1 will replace fan and ductwork with new equipment on top of the new roof, matching the existing configuration. We will explore the idea of enclosing the ductwork with a built-up roof extension. o Option 2 will be an HVAC upgrade for the classroom wing to replace the AHU in the school fan room, as well as the ductwork and fan on the roof. This would include a new roof -mounted AHU with a service vestibule on the north classroom wing to eliminate ductwork on the roof. The upgrades will include modifications to ceilings in Classroom 1, Classroom 12, and the adjacent corridor, in order to allow for duct modification and connection to the new roof -mounted AHU. • Mechanical design will also include removing mechanical hoods/fans and extending curbs to accommodate the new thicker roof system, plumbing vent modifications, and replacement of roof drains and/or overflow drains. • Electrical design will include power disconnect/reconnect to all mechanical equipment, as well as additional circuit(s) for the new roof -mounted AHU and service vestibule if required. • Deliverables: We will provide the one design submittal at 65% Design Development. • Draft specifications will be prepared using CSI Master Format as part of a bound project manual. Exclusions: • We have not included any site visits in our fee proposal. 65% design will be based on as - built drawings. RSA proposes the following lump sum fee for this project: Task Mechanical Electrical Total 65% Design Development $9,790.00 $5,090.00 $14,880.00 Subtotal $9,790.00 $5,090.00 $14,880.00 670 W. Fireweed Ln, Ste 200 Anchorage, AK (407) 276-0521 1 www.ru-ok.com December 27, 2021 Please review and advise if this proposal is acceptable by sending us notice to proceed or contract. We look forward to working with you on this project. bpplhhm 21-05501P21-397 Sincerely, Brian Pekar, P.E. Vice President, Principal Mechanical Engineer Paye 2 of 2 Jensen Yorba Wall Inc. 522 West Tenth Street Juneau, Alaska 99801 Attn: Corey Wall 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com Project: Peterson Elementary School Re -Roof Location: Kodiak, Alaska 1. Project Description and Service DATE 12/15/2021 FEE PROPOSAL NO. P21-12-08 MMS PROJECT NO. 21094 Provide a 65% design cost estimate to re -roof approximately 48,800 SF of roof area including demolition of existing roof, new flashings, roof detail at penetrations, and alternates including two major mechanical upgrades. This estimate will be prepared in Uniformat Elemental Categories and priced for construction on a date to be determined. 2. Fee Breakdown and Schedule (Lump Sum) 65% Design Estimate $ 5,920.00 Within (10) Full Working Days The above fee does not include preparation of additive bid items or alternates, except as specifically noted. See 3. Terms below. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. 3. Terms Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Arch itectlE ngineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Pagel of 3 3. Terms (Continued) 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com DATE 12/15/2021 FEE PROPOSAL. NO. P21-12-08 HMS PROJECT NO. 21094 Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Reimbursable Expenses: This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed.- Designer/owner roceed. Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: (W '�/'/z Kent Gamble, Principal KGlkh Page 2 of 3 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com DATE 12/15/2021 FEE PROPOSAL NO. P21-12-08 HMS PROJECT NO. 21094 FEE BREAKDOWN (2020 SCHEDULE OF RATES) Project Peterson Elementary School A/E Firm: Jensen Yorba Wall Inc. Re -Roof Location Kodiak, Alaska Prepared By: Kent Gamble, Principal Total Total Discipline Rate Hours Subtotal Hours Fee 65% Design Estimate: Estimator V 165.00 Estimator IV 144.00 Estimator III 134.00 Estimator II 115.00 Estimator 1 77.00 Office Support II 77.00 Office Support 1 58.00 Total 65% Design Estimate: x 1 = 165.00 x 24 = 3,456.00 x 15 = 2,010.00 x 0 = 0.00 x 0 = 0.00 x 3 = 231.00 x 1 = 58.00 44 Hours $ 5,920.00 TOTAL: 44 Hours $ 5,920.00 Page 3 of 3 Vol. FY2022, No. 24 February 18, 2022 At Its Regular Meeting Of February 17, 2022, The Kodiak Island Borough Assembly Took The Following Actions, The Next Regular Meeting Of The Borough Assembly Is Scheduled On March 3, 2022, At 6:30 p.m, In The Bayside Fire Hall — 4606 E. Rezanof Dr. RECOGNIZED 14 Years Of Service On The Solid Waste Advisory Board, Mr. Nick Szabo AMENDED, ADOPTED Ordinance No. FY2022.07 Amending Section 2.30.060 Assembly Order Of Business And Agenda, Adding A Statement Of Land Acknowledgement (Order 2, Version 4) AUTHORIZED The Borough Manager To Execute Contract No, FY2019-10 Change Order No.16 With Jensen Yorba Wall For Design Fees For The Peterson Elementary School Roof Replacement In An Amount Not To Exceed $45,786. AUTHORIZED The Borough Manager To Execute Contract No, FY2019-10 Change Order No.17 With Jensen Yorba Wall For Design Fees For The East Elementary School Roof Replacement In An Amount Not To Exceed $5,000, AWARDED Contract No. FY2022-30 Landfill Stage 3 Closure To Brechan Construction In An Amount Not To Exceed $1,948,000. AUTHORIZED The Borough Manager To Approve Contract No, FY2022-31 Purchase Order For Procurement Of Fybroc Replacement Pump For The Kodiak Fisheries Research Facility REMANDED TO FIRE PROTECTION AREA NO.1 BOARD Contract No, FY2022-32 For Vehicle Procurement For Fire Protection Area No. 1. APPROVED Resolution No. FY2022-20 Identifying Federal Program Priorities AMENDED, ADVANCED Ordinance No. FY2022-09 Amending The Kodiak Island Borough Personnel Rules And Regulations To Public Hearing At The Next Regular Meeting Of The Assembly On March 3-,2022. ADVANCED Ordinance No. FY2022-10 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.25 Appropriation And Levy Section 3.25.030 Maximum Allowable Property Tax Revenues, Limiting Restrictions To General Fund Property Tax Revenues To Public Hearing At The Next Regular Meeting Of The Assembly On March 3i0, 2022. ADVANCED Ordinance No. FY2022-11 Determining The Disposition Of Tax Year 2019 Foreclosed Properties KIBIPearson, James S, KIBIReames,Dale, KIBINies,lona F, And KIBlinga Sr, Martin, And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On March 3'", 2022. CONFIRMED, Mayoral Appointment To The Mission Lake "Tide Gate" Road Service Area, Mr. Alan Wolf, FAILED To Confirm Mayoral Appointment To The Consolidation Committee At Large Seat, Ms. Brandi Wagner. View our website Visit our Facebook page: Follow us on www.kodlaksk.us www.facabook.conVKodlaklslandBorough Twitter: 91 0 @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Main Elementary Roof Replacement 415-539 452.140 22003.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 15 Original Project Budget: $ 75,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 589,181.00 Adjusted Project Budget: $ 75,000.00 This Change: $ 64,560.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 653,741.00 Current Remaining Project Budget: $ 75,000.00 Description of Change Cost Provide 100% design services for the Main Elementary Roof Replacement project per proposal dated December 10,2021. Design fees to be charged on a time and materials basis. $ 64,560.00 The time provided for completion of the contract is (N unchanged) (❑ increased) (❑ decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Y� Accepted B ° "`--. Corey Wall Date: 1.12.2022 p Contrac r' presenta .ve Recommende Date: jlt�ziez- DPaaDate: ®AVID CONRA ngineering/Facilities Dir ctor j Financ Approved By<;394"&4 A4 Date: ` Q/ Borough Manager r_ Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract Approved By: Date: Borough Mayor Deputy Presiding Officer�1 Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Borough Manager Date: Attest: Borough Clerk Date: Revised 09119 Page 1 of 1 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: December 10, 2021 To: Matt Gandel, KIB Engineering/Facilities From: Corey Wall Re: KIBSD Main Elementary School Roof Replacement (JYW No. 21041) Design & CA Fees Please find attached the design fees to take the KIBSD Main Elementary School Roof Replacement project through full documentations and construction. Project Scope The Roof Replacement will be a comprehensive removal and replacement of the existing roofing system. Scope will include: • Removal of the existing wood shake roof and underlayment, approximately 28,350 sf plus a 1,350 sf canopy. • Installation of a new asphalt shingle roof with underlayment. • Associated metal flashings and accessories. • The project will include a Bid Alternate of a high -build architectural shingle as an alternative to the Base Bid regular asphalt shingle. Notes and Exclusions • One site visit by the architect is included during design. It is anticipated that as -built information can be supplemented by KIB staff if needed. • Limited structural support during design is included with the anticipation that the design drawings will include some notes about methodology for structural sheathing replacement. Design work for structural framing replacement is not included and may need to be added if framing degradation is observed during construction. • The project is anticipated to proceed directly into design to allow for construction in the summer of 2022. • No professional cost estimation is included in the proposal due to the abbreviated nature of the design process. Thank you for selecting us to assist with this project. We look forward to working with you! Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL Jensen SUMMARY Yorba mall Project: KIBSD Main Elementary School Roof Replacement Inc. JYW Project No.: 21041 SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Investigation/ Analysis $7,210 Previous Phase $0 $0 $7,210 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $29,780 Lump sum $880 $0 $30,660 Bidding and Negotiations $2,400 Time/Expense $0 $0 $2,400 Construction Administration $20,770 Time/Expense $3,520 $0 $24,290 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $64,560 G:\_Projects\21041\0 Contract & Fees\KIBSD Main Elem Roof Replacement Fee Proposal.xlsxSUM 12/10/2021 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: KIBSD Main Elementary School Roof Replacement IYW Proiect No.: 21041 Jensen Yorba Wal Inc, STAFF: $700 Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III A-11 A-1 Int III Int II ID -III ID -II ID -I CM -III CM -11 CM -I D-11 D -I EA CA A $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Field Investigation Schedule Dev/Monitoring ROM Estimates Meetings Construction Dwgs Specifications Code Analysis Quality Control 95% Review submittal Address Review comments Final submittal Submittal Subtotal Hours Subtotal Dollars $ $700 Overhead/Profit 10% $70 Consultants Total Labor $770 4 6 8 8 2 2 4 4 4 4 48 48 4 24 2 4 12 2 4 2 2 4 4 2 4 4 46 0 0 0 0 0 0 0 0 112 0 0 58 0 0 0 0 216 7,820 0 0 0 0 0 1 0 0 0 15,680 0 0 5,510 0 0 0 0 $29,010 Construction Document Services LABOR Subtotal Construction Document Services REIMBURSABLES (see attached) TOTAL CONSTRUCTION DOCUMENT SERVICES FEE CONSULTANTS: Civil Engineering Structural Engineering $700 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating Subtotal $700 Overhead/Profit 10% $70 Consultants Total Labor $770 29,780 $880 KIBSD Main Elem Roof Replacement Fee Proposal.xlsx-50 CD 7 12/10/2( DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KIBSD Main Elementary School Roof Replacement IYW Proiect No.: 21041 Jensen Yorba Wall Inc. CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Bidding and Negotiation Services LABOR jZ,4uu Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $0 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $2,400 KIBSD Main Elem Roof Replacement Fee Proposal.xlsx-60 Bid 8 12/10/2( Architect Interior Design , 71 Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Analysis of Alts/Subs Special Bidding Bid Evaluation Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Bidding and Negotiation Services LABOR jZ,4uu Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $0 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $2,400 KIBSD Main Elem Roof Replacement Fee Proposal.xlsx-60 Bid 8 12/10/2( DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: KIBSD Main Elementary School Roof Replacement IV\A/ Drninrt Nn • 21n41 Jensen Yorba Wall Inc. STAFF: $700 Architect Interior Design Construction Manage Drafter Exec A Cler A ACC TOTAL PMgr A -III A -II A-1 Int III Int II ID -III ID -11 ID -I CM -III CM -11 CM -1 D-11 D -I EA CA A $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Conformed Documents Pre -Construction Conf Submittal Review RFIs/RFPs/CO'S Field Ob & Report 2 @ 12 hours Notice of Deficencies Substantial Compl & Report 1 @ 12 hours Final Completion & Report 1 @ 12 hours As Built Drawings Subtotal Hours Subtotal Dollars $ Overhead/Profit 10% $70 Consultants Total Labor $770 8 4 2 2 16 32 8 8 24 2 4 12 4 12 4 28 0 0 0 0 0 0 F 0 0 98 0 0 16 0 0 0 0 142 4,760 0 0 0 0 0 0 0 0 13,720 0 0 1,520 0 0 1 0 0 $20,00( CONSULTANTS: Civil Engineering Structural Engineering $700 Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $700 Overhead/Profit 10% $70 Consultants Total Labor $770 Subtotal Construction Administration Services LABOR $20,770 Subtotal Construction Administration Services REIMBURSABLES (see attached) $3,520 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $24,290 KIBSD Main Elem Roof Replacement Fee Proposal.xlsx-70 CA 9 12/10/2( DESIGN SERVICES PROPOSAL Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate Jensen Rate REIMBURSABLE EXPENSES Rate $0 $0 $0 $0 $0 $0 Yorba $0 $0 $0 $0 $0 $0 $0 $0 $0 Wall $0 JYW Project No.: KIBSD Main Elementary School Roof Replacement $0 $0 $0 $0 $0 Ime $0 JYW Project No.: 21041 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o 10 20 30 40 50 60 70 80 PHASE: Pre -D Site SD DD CD BID CA CO TOTAL TRAVEL Arch Trips 01 01 01 01 11 01 4 0 5 Cost $800 $0.00 50.00 $0.00 $0.00 $800.00 $0.00 $3,200.00 $0.001 54,000 Civil Tripsl 01 0 01 01 01 0 01 01 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Struct Trips 01 01 0 0 0 01 0 0 0 cost $o $0.00 $0.00 $0.00 $0.001 $0.001 $0.001 $0.001 50.00 So Mech Tripsl 01 0 0 01 0 01 0 0 0 cost $o $0.001 $0.001 $0.001 $0.00 $0.001 $0.001 $0.001 $0.00 $0 Elect Tripsl 01 0 01 01 01 0 01 0 0 Cost $0 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $o other Trips 0 01 01 01 0 0 01 0 0 Cost $01$0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.001 $0.00 $0 Subtotal 1 $0 $0 $0 $0 $800 $0 $3,200 $0 $4,000 DFP nlFM DDI NTI Kir- /rf1DVIKir. SCANS Rate CD's Rate POSTAGE/COURIER Rate MISSCELANEOUS Rate ENGIN REIMB Rate RENDERINGS Rate $o $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $o $o $o $o $o $o OH/P 10r $0 $o $0 $0 $80 $0 $320 $o $400 TOTAL REIMBURSABLES $0 $0 $0 $0 $880 $0 $3,520 $0 $4,400 KIBSD Main Elem Roof Replacement Fee Proposal.xlsx-Reimb 10 12/10/2021 Kodiak Island Borough Assembly Newsletter Vol. FY2022, No. 22 January 11, 2022 At Its Regular Meeting Of January 10, 2022, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On January 20, 2022, At 6:30 p.m. held via Zoom and livestreamed at www.kodiakak.us PROCLAIMED January 2022 As Law Enforcement Appreciation Month ADVANCED Ordinance No. FY2022-07 Amending Section 2.30.060 Assembly Order Of Business And Agenda, Adding A Statement Of Land Acknowledgement To The Next In -Person Regular Meeting Of The Assembly APPROVED Change Order No. 15 Amending Contract No. FY2019-10 With Jensen Yorba Wall For Design And Services During Construction Fees For The KIBSD Main Elementary School Roof Replacement In An Amount Not To Exceed $64,560 AUTHORIZED The Borough Manager To Execute Contract No. FY2022-26 North Star Siding And Window Upgrades AUTHORIZED The Borough Manager To Execute Contract No. FY2022-28 Kodiak Fisheries Research Center Saltwater Disinfection System Upgrade Design With CRW Engineering Group, LLC APPROVED Reconsideration Of Resolution No. FY2021-38 Rescinding Resolution No. FY2018-21 And Documenting The Kodiak Fisheries Work Group's Scope And Authority ADVANCED Ordinance No. FY2022-01A Amending Ordinance No. FY2022-01, Fiscal Year 2022 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects To The Next Regular Meeting Of The Assembly On January 20, 2022 ADVANCED Ordinance No. FY2022-08 Planning And Zoning Commission Case 22-006, Approval Of Rezone Tract 1 & 2 Of Tract S -5a-1 U.S.S. 3218, 3467, 3469 From Split I -Industrial And B -Business District To B -Business District To The Next In -Person Regular Meeting Of The Assembly CONFIRMED Mayoral Appointment Of Kent Cross To The Planning and Zoning Commission City Seat Expiring December 2022. CONFIRMED 2022-2024 Annual Mayoral Appointments To The Non -Elect Seats Of Different Boards, Committees, And The Planning And Zoning Commission. • Board of Equalization — Mark Anderson • Architectural/Engineering Review Board — Jon Melin • Planning and Zoning Commission — Christopher Paulson (City Seat) and Linnea Johnson (Borough Seat) • Solid Waste Advisory Board — Katherine Irons, Robert Williams (Retail Business Representative), and Douglas Hogen (Construction Business Representative) View our website: Visit our Facebook page: © Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Peterson Roof Replacement TSD Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 14 Original Project Budget: $ 0.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 571,881.00 Adjusted Project Budget: $ 0.00 This Change: $ 17,300.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 589, l 81.00 Current Remaining Project Budget: $ 0.00 Description of Change Cost Provide 35% design services for the Peterson Elementary Roof Replacement project per proposal dated February 24, 2021. Design fees to be charged on a time and materials basis. 17,300.00 The time provided for completion of the contract is (® unchanged) (❑increased) (E] decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than rve percent of a roved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: Corey Wall Date: 4.20.2021 Contractor's Representative Recommended: ate: t"� ('Z i ✓' �� 1_ ) 4j, h Date: �t Ga�1 ngineeringlFacilities DreetorFinance Director Approved By: Date: Attest: Borough Manager Borough Clerk Date: Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Date: Borough Assembly A roval (greate t n five percent of approved contract Approved By: D orough Manag Deputy Presiding Officer x Date: Date: J§4Ai Revised 09119Page 1 of I \, �4 IASK4 1� Kodiak Island Borough Assembly Newsletter Vol. FY2021, No. 26 April 16, 2021 At Its Regular Meeting Of April 15, 2021, The Kodiak Island Borough Assembly Took The Following Actions, The Next Regular Meeting Of The Borough Assembly Is Scheduled On May 6, 2021 At 6:30 p.m. At The Bayside Fire Hall — 4606 East Rezanof Drive. POSTPONED INDEFINITELY Ordinance No. FY2021-31 Amending Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, Eliminating The Service Area Board. AUTHORIZED Change Order No.13 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center Exterior Upgrade Project In An Amount Not To Exceed $75,058. AUTHORIZED Change Order No, 14 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Peterson Elementary Roof Replacement Project In An Amount Not To Exceed $17,300. AMENDED, AUTHORIZED Contract No. FY2021-18 Long Term Care Center Fuel Piping Replacement, With Premier Mechanical LLC For $42,875.48. AMENDED, AUTHORIZED Contract No. FY2021-19 Providence Kodiak Island Medical Center Retaining Wall Renovation, With Jay -Brant General Contractors, LLC For $2,335,375. ADVANCED Ordinance No. FY2021-33 Abolishing Service Area No. 2 And Repealing Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, And Placing The Issue Before The Voters In The Service Area For Ratification To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Advance Ordinance No. FY2021-34 Amending KIB Cade Chapter 2.10.030 Compensation For Regulatory And Quasi -Judicial Boards And Commissions. And Adjusting Planning And Zoning Commission Member Compensation To Correlate To Meetings Attended To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. ADVANCED Ordinance No. FY2021-35 Writing Off The Personal, Lease And Mobile Home Property Delinquent Taxes, Penalties, Interest And Fees Of Those Non -Collectable Tax Accounts To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Confirm The Following Mayoral Appointments: • Ms. Seema Garoutte To The Planning & Zoning Commission, For A Term To Expire December 2022. Ms. Lisa Waldron To The Planning & Zoning Commission, For A Term To Expire December 2023. CONFIRMED The Following Assembly Appointments: • Mr. Lee Robbins To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2023. • Mr. Jascha Zbitnoff To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2022. CONVENED Into Executive Session Under The Authority Of K18C, 2,30,030 (F)(1)(C) To Discuss Borough Manager, Michael Powers', Evaluation, A Matter Which Might Include A Discussion That Could Potentially Prejudice The Reputation And Character Of The Individual. INVITED Mayor Roberts And The Borough Assembly. ANNOUNCED That No Action Was Taken As A Result Of The Executive Session. View our website: Visit our Facabook page: <-0r f-;. Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough '+,.;;s`s Twitter- @Kodiak Borough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: February 24, 2021 To: Matt Gandel, KIB Project Manager From: Corey Wall Re: KIBSD Peterson Elementary Re -Roof (JYW No. 21013) 35% Design Fee Proposal Please find attached our fee proposal for 35% design services related to the KIB Peterson Elementary School Re -Roof Project. The project will be completed as part of our existing term contract with KIB. Project includes: • 35% Construction Documents o Comprehensive roof replacement of existing 48,840 sf building. • Project will be designed to allow for several alternates. Configuration of the alternates TBD. • Professional cost estimation at phase completion. ARB presentations at phase completion Please note: • Proposal does not include a site visit during 35% design phase with the assumption that KIB personnel can investigate any site conditions not illustrated on existing drawings. A site visit is anticipated if the project moves forward into final construction documents. • Engineering support is not included in the 35% design phase with the anticipation it can be added if needed for final construction documents. Thanks again for this opportunity. We look forward to working with you. Sincerely, AA. - Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD Peterson Elementary Re -Roof JYW Project No.: 21013 .Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manage Drafter Exec A Cler A ACC PMgr A-111 A-11 I A -I I Int III Int II ID -111 ID -11 ID -I CM -111 CM -Il CM -1 D-11 I D -I EA I CA ATOTAL $170 $140 $125 1 $110 1 $95 $85 $140 $11.5 1 $55 $140 $120 $95 $95 F $85 $80 $40 $85 ARCHITECTURE: Project Management Research / Archives Code Analysis Schematic Design Dwgs Outline Specs Meetings Cost Estimate Coordination Quality Control Presentations Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating $3,000 Subtotal $3,000 Overhead/Profit 10% $300 Consultants Total Labor $3,300 Subtotal Schematic Design Services LABOR $17,300 Subtotal Schematic Design Services REIMBURSABLES (see attached) $0 TOTAL SCHEMATIC DESIGN SERVICES FEE (TIME & EXPENSE) $17,300 21013 Petersend Elem Roof.xltx-30 SD 1 2/24/2021 Jensen Yorba Wall Inc. 522 West 10th Street Juneau, Alaska 99801 907,586.1070 jensenyorbawall.com Designing Community Since 1935 Date: February 24, 2021 To: Matt Gandel, KIB Project Manager From: Corey Wall Re: KIBSD Peterson Elementary Re -Roof (JYW No. 21013) 35% Design Fee Proposal Please find attached our fee proposal for 35% design services related to the KIB Peterson Elementary School Re -Roof Project. The project will be completed as part of our existing term contract with KIB. Project includes: • 35% Construction Documents o Comprehensive roof replacement of existing 48,800 sf building. • Project will be designed to allow for several alternates. Configuration of the alternates TBD. • Professional cost estimation at phase completion. ARB presentations at phase completion Please note: • Proposal does not include a site visit during 35% design phase with the assumption that KIB personne: can investigate any site conditions not illustrated on existing drawings. A site visit is anticipated if the project moves forward into final construction documents. • Engineering support is not included in the 35% design phase with the anticipation it can be added if needed for final construction documents. Thanks again for this opportunity. We look forward to working with you. Sincerely, Carey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 DESIGN SERVICES PROPOSAL SCHEMATIC DESIGN SERVICES Project: KIBSD Peterson Elementary Re -Roof JYW Project No.: 21013 Jensen Yorba _ Wall IM.Ow STAFF: Architect Interior Design onstruction Managel Drafter 1ExecA1CIerA1 ACC PMgr I A -III I A -II I A -I I Int III I Int 11 ID -111 I ID -11 ID -1 CM411 CM -11 CM -1 I D-11 I D -I I EA I CALQTOTAL $170 $140 $125 $110 $95 $85 $140 $115 $65 $140$120 $9r $95 $85 $80 $40 ARCHITECTURE: Project Management Research / Archives Code Analysis Schematic Design Dwgs Outline Specs Meetings Cost Estimate Coordination Quality Control Presentations Submittal Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating $3,000 Subtotal $3,000 Overhead/Profit 10% $300 Consultants Total Labor $3,300 Subtotal Schematic Design Services LABOR $17,300 Subtotal Schematic Design Services REIMBLIR5ABLES (see attached) $0 TOTAL SCHEMATIC DESIGN SERVICES FEE (TIME & EXPENSE) $17,300 21013 Petersend Elem Roof x1tx-30 SD 1 2/24/2021 Kodiak Island Borough Assembly Newsletter Vol. FY2021, No. 26 April 16, 2021 At Its Regular Meeting Of April 15, 2021. The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On May 6, 2021 At 6 30 p.m At The Bayside Fire Hall — 4606 East Rezanof Drive. POSTPONED INDEFINITELY Ordinance No. FY2021-31 Amending Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, Eliminating The Service Area Board. AUTHORIZED Change Order No. 13 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center Exterior Upgrade Project In An Amount Not To Exceed $75,058. AUTHORIZED Change Order No. 14 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Peterson Elementary Roof Replacement Project In An Amount Not To Exceed $17,300. AMENDED, AUTHORIZED Contract No. FY2021-18 Long Term Care Center Fuel Piping Replacement, With Premier Mechanical LLC For $42,875.48. AMENDED, AUTHORIZED Contract No, FY2021-19 Providence Kodiak Island Medical Center Retaining Wall Renovation, With Jay -Brant General Contractors, LLC For $2,335,375. ADVANCED Ordinance No. FY2021-33 Abolishing Service Area No, 2 And Repealing Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, And Placing The Issue Before The Voters In The Service Area For Ratification To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Advance Ordinance No. FY2021-34 Amending KIB Cade Chapter 2.10.030 Compensation For Regulatory And Quasi -Judicial Boards And Commissions And Adjusting Planning And Zoning Commission Member Compensation To Correlate To Meetings Attended To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. ADVANCED Ordinance No. FY2021-35 Writing Off The Personal, Lease And Mobile Home Property Delinquent Taxes, Penalties, Interest And Fees Of Those Nan -Collectable Tax Accounts To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Confirm The Following Mayoral Appointments: • Ms. Seema Garoutte To The Planning & Zoning Commission, For A Term To Expire December 2022. • Ms. Lisa Waldron To The Planning & Zoning Commission, For A Term To Expire December 2023. CONFIRMED The Following Assembly Appointments: • Mr. Lee Robbins To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2023. • Mr. Jascha Zbitnoff To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2022. CONVENED Into Executive Session Under The Authority Of KIBC. 2 30.030 (F)(1)(C) To Discuss Borough Manager, Michael Powers', Evaluation, A Matter Which Might Include A Discussion That Could Potentially Prejudice The Reputation And Character O(The Individual. INVITED Mayor Roberts And The Borough Assembly. ANNOUNCED That No Action Was Taken As A Result Of The Executive Session. View our website Visit our Facebook page: Follow us on www.kodiakak.us www.facabook.com/KodiakislandBorough � Twitter• 91 @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KFRC Exterior Upgrade 426-805 452.140 20004.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 13 Original Project Budget: $ 100,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 496,823.00 Adjusted Project Budget: $ 100,000.00 This Change: $ 75,058.00 To -Date Project Expenses: $ 56,486.57 % of Original Contract %5% To -Date Project Encumbrances: $ 1,999.83 Adjusted Contract: $ 571,881.00 Current Remaining Project Budget: $ 41,516.60 Description of Change Cost Provide 100% design, bidding, and construction administration services for the Kodiak Fisheries $ 75,058.00 Research Center project per proposal dated March 29, 2021. Design fees to be lump sum; bidding and construction administration fees to be charged on a time and materials basis. The time provided for completion of the contract is (© unchanged) (❑ increased) (❑ decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding offreer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: Corey Wall Date: 4.20.2021 Contracto ' Representative Recommended: D�te: �� I 2 �� )f)a, & CIL30 Date:Mdtt Engine ering/Facilities Director Finance Director Approved By: Borough Manager Date: Attest: Borough Clerk Date: Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Borough Assembly Approval (gre, Approved By: L11 vn Borough MVanag Date: Deputy of approved contract amo t 81.' 000, wh Date: Date: d3 d l Revised 09119 _y�gsv� Page 1 of 1 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: March 29, 2021 To: Matt Gandel From: Corey Wall Re: Kodiak Fisheries Research Center Exterior Upgrade — Project Scope CD & CA We are pleased to assist you with the continuation of design services for the KFRC Exterior Upgrade. Please find attached a breakdown of our fee proposals for CDs, Bidding and Construction administration phases. The following is a summary of our understanding regarding scope of the project: Scope of the project is as follows: • Comprehensive replacement of the exterior metal siding, roofing and associated items on the main KFRC building as illustrated in the DD documents. • Comprehensive replacement of the roof and siding of the Pump House. • The project will be developed as a Base Bid for all the main building work, and a single Bid Alternate consisting of the Pump House roof and siding. • A single cost estimate will be provided at 95%. • A single ARB presentation at 95%. Please note the following assumptions: • One site visit during design have been included. These visits are primarily to investigate and confirm as -built conditions, but if desired, they can be coordinated for an in-person ARB presentation. • Structural engineering has not been provided. It is assumed that the new siding and roofing will not need additional engineering. • Sampling by an environmental engineer is not included since the original building was constructed in 1997. • Construction Administration services includes 4 day -long site visits for observations during construction as well as a Substantial and Final Inspection. During this complicated construction project, it may be helpful to have more robust on-site observational support, particularly at the beginning of the siding installation. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management DESIGN SERVICES PROPOSAL SUMMARY Project: KFRC Exterior Upgrade � nnr-i Jensen Yorba Wall Inc. jYvv rrojecL IVO.: tovvi SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $39,198 Lump sum $880 $0 $40,078 Bidding and Negotiations $2,940 Time/Expense $0 $0 $2,940 Construction Administration $26,760 Time/Expense $5,280 $0 $32,040 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $75,058 G:1_Projects1180671oscopefee\KFRC Exterior Upgrade Fee CD & CA.xlsxSUM 3 3/29/2029 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: KFRC Exterior Upgrade JYW Project No.: 18067 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction anagel Drafter I Exec AlCler AL ACC TOTAL PMgr A -III I A -II I A -I Int III Int II ID -III ID -11 ID -1 CM -III CM -11 CM -1 D -II D -I EA CA±AJ $170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Code Study Product Research Site Visit Drawings Site Plan/Cover Floor Plans Roof Plan Elevations Wall Sections Roof Details Siding Details Specifications Submittal Presentation/Meetings Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Cost Estimating $6,189 Subtotal $6,189 Overhead/Profit 10% $619 Consultants Total Labor $6,808 Subtotal Construction Document Services LABOR $39,198 Subtotal Construction Document Services REIMBURSABLES (see attached) $880 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $40,078 KFRC Exterior Upgrade Fee CD & CA.xlsx-50 CD 10 3/29/2021 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KFRC Exterior Upgrade IYW Prniect No_: 18067 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manage [CM Drafter Exec A Cier A ACC TOTAL PMgr A-111 I A -II I A -I I Int Ill Int II ID -111 I ID -11 I ID -I -111 CM -11 CM -1 D -II I D -I I EA I CA+A 5170 $140 $125 $110 $95 $85 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal $0 Overhead/Profit 10% $0 Consultants Total Labor $0 Subtotal Bidding and Negotiation Services LABOR $2,940 Subtotal Bidding and Negotiation Services REIMBURSABLES (see attached) $0 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $2,940 KFRC Exterior Upgrade Fee CD & CA.xlsx-60 Bid 11 3/29/2021 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: KFRC Exterior Upgrade !YW Project No.: 18067 Jensen Yorba Wall Inc. STAFF: Architect Interior Design Onstruction Manage Drafter Exec A £ler A ACC TOTAL PMgr A -III I A-11 I A-1 Int III Int II ID -111 I ID -11 1 ID -1 CM -Ill I CM -I[ I CM -I D-11 I D -I IEA I CA A $170 $140 1 $125 1 $110 1 $95 $85 $140 1 $115 L $65 $140 1 $120 $95 $95 1 $85 $80 1 $40 $85 ARCHITECTURE: Project Management Pre -Construction Conf Clarifications Submittal Review RFIs/RFPs/CO'S Field Observations 4 @ 12 Substantial Compl Insp 1 @ 12 Final Completion Insp 1 @ Close-out Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Engineering Landscape Architecture Subtotal Overhead/Profit 10% Consultants Total Labor $0 $0 $0 Subtotal Construction Administration Services LABOR $26,760 Subtotal Construction Administration Services REIMBURSABLES (see attached) $5,280 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $32,040 KFRC Exterior Upgrade Fee CD & CA.xlsx-70 CA 12 3/29/2021 4103 Minnesota Drive • Anchorage, Alaska 99503 p: 907.569.1653 f.• 907.562.0420 mar!@hmsalaska.com 0 Jensen Yorba Wall, Inc. 522 West Tenth Street Juneau, Alaska 99801 Attn: Corey Wall Project: Kodiak Fisheries Research Center Re -Siding and Re -Roofing Project Location: Kodiak, Alaska 1. Project Description and Service Prepare construction cost estimates for the following scope of work. BASE BID Fee Proposal DATE PROPOSAL NO. 915119 P19-09-04 Main Building Annex Building • Replace roofing (23,000 SF) • Replace roofing (3,200 SF) • Replace siding and flashings with two types and profiles (7,050 SF) • Prep and paint concrete wainscot (600 SF) ADD ALTERNATE Main Building • Replace exterior metal doors, louvers, etc. The estimates will be in Uniformat Elemental Categories and priced for 2020 competitive bids. 2. Fee Breakdown (Lump Sum) Main Building Annex Total 65% Design Estimate $ 3,258 $ 1,361 $ 4,619 95% Design Estimate 4,357 1,832 6,189 TOTAL_ FEE: $ 7,615 $ 3,193 $ 10,808 Note: Should any phase of estimating be omitted from this proposal, HMS reserves the right to increase fee for subsequent estimate by 10% to 30% depending upon the additional level of effort. Also, add two extra days to the schedule for completion of the estimate. The above fee does not include preparation of additive bid items or alternates. See 4. Terms below. Page 1 of 5 Ckh,"z"-4,Z 3. Schedule Fee Proposal Allow the following full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note that the following durations exclude weekends, holidays and partial days. Also, please give two weeks advance notice for commencing each phase of work. 65% Design Estimate 95% Design Estimate 4. Terms Within (6) Full Working Days Within (7) Full Working Days Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or, if necessary, in Excel. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Reimbursable Expenses: This fee proposal does not provide for site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Page 2 of 5 M � 4. Terms (Continued) Fee Proposal Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed: Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: Ehsan Mughal, Principal EM/as Page 3 of 5 M � 4103 Minnesota Drive - Anchorage, Alaska 99503 p: 907.569,1653 f: 907.562.0420 mai!@hmsalaska.com PROPOSAL NO. P19-09-04 FEE BREAKDOWN (2019 SCHEDULE OF RATES) Project: Kodiak Fisheries Research Center A/E Firm: Jensen Yorba Wall, Inc. Re -Siding and Re -Roofing Project Location: Kodiak, Alaska Date: 915119 Prepared By: Ehsan Mughal, Principal Discipline Rate Hours Subtotal Total Hours Total Fee MAIN BUILDING 65% Design Estimate: Estimator V 160.00 x 2 320.00 Estimator IV 139.00 x 4 = 556.00 Estimator III 129.00 x 10 = 1,290.00 Estimator II 111.00 x 6 = 666.00 Estimator 1 74.00 x 0 - 0.00 Office Support II 74.00 x 5 - 370.00 Office Support I 56.00 x 1 = 56.00 Total 65% Design Estimate: 28 Hours $ 3,258.00 95% Design Estimate: Estimator V 160.00 x 2 = 320.00 Estimator IV 139.00 x 5 = 695.00 Estimator 111 129.00 x 14 = 1,806.00 Estimator II 111.00 x 8 = 888.00 Estimator I 74.00 x 2 = 148.00 Office Support 11 74.00 x 6 = 444.00 Office Support 1 56.00 x 1 = 56.00 Total 95% Design Estimate: 38 Hours $ 4,357.00 ANNEX BUILDING 65% Design Estimate: Estimator V 160.00 x 1 = 160.00 Estimator IV 139.00 x 2 = 278.00 Estimator 111 129.00 x 5 = 645.00 Estimator II 111.00 x 0 - 0.00 Estimator 1 74.00 x 0 = 0.00 Office Support 11 74.00 x 3 222.00 Office Support 1 56.00 x 1 - 56.00 Total 65% Design Estimate: 12 Hours $ 1,361.00 Page 4 of 5 4 "N 1"'1101z' 4103 Minnesota Drive • Anchorage, Alaska 99503 p: 907.561,1653 f.• 907, 562, 0420 mail@hmsalaska.com PROPOSAL NO. P19-09-04 FEE BREAKDOWN (201 9 SCHEDULE OF RATES) Project.' Kodiak Fisheries Research Center A/E Firm: Jensen Yorba Wall, Inc. Re -Siding and Re -Roofing Project Location: Kodiak, Alaska Date: 915119 Prepared By: Ehsan Mughal, Principal Total Total Discipline Rate Hours Subtotal Hours Fee ANNEX BUILDING (Continued) 95% Design Estimate: Estimator V 160.00 x 1 = 160.00 Estimator IV 139.00 x 3 = 417.00 Estimator III 129.00 x 7 = 903.00 Estimator II 111.00 x 0 = 0.00 Estimator 1 74.00 x 0 = 0.00 Office Support II 74.00 x 4 296.00 Office Support 1 56.00 x 1 = 56.00 Total 95% Design Estimate: 16 Hours $ 1,832,00 TOTAL: 94 Hours $ 10,808.00 Page 5 of 5 Kodiak Island Borough l4,Assembly Newsletter Vol. FY2021, No. 26 April 16, 2021 At Its Regular Meeting Of April 15, 2021, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On May 6, 2029 At &30 p.m. At The Bayside Fire Hall — 4606 East Rezanof Drive. POSTPONED INDEFINITELY Ordinance No. FY2021-31 Amending Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, Eliminating The Service Area Board. AUTHORIZED Change Order No. 13 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center Exterior Upgrade Project In An Amount Not To Exceed $75,058. AUTHORIZED Change Order No.14 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Peterson Elementary Roof Replacement Project In An Amount Not To Exceed $17,300. AMENDED, AUTHORIZED Contract No. FY2021-18 Long Term Care Center Fuel Piping Replacement, With Premier Mechanical LLC For $42,875.48. AMENDED, AUTHORIZED Contract No. FY2021-19 Providence Kodiak Island Medical Center Retaining Wall Renovation, With Jay -Brant General Contractors, LLC For $2,335,375. ADVANCED Ordinance No. FY2021-33 Abolishing Service Area No. 2 And Repealing Kodiak Island Borough Code, Chapter 4.110, Service Area No. 2, And Placing The Issue Before The Voters In The Service Area For Ratification To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Advance Ordinance No. FY2021-34 Amending KIB Code Chapter 2.10.030 Compensation For Regulatory And Quasi -Judicial Boards And Commissions. And Adjusting Planning And Zoning Commission Member Compensation To Correlate To Meetings Attended To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. ADVANCED Ordinance No. FY2021-35 Writing Off The Personal, Lease And Mobile Home Property Delinquent Taxes, Penalties, Interest And Fees Of Those Non -Collectable Tax Accounts To Public Hearing At The Next Regular Meeting Of The Assembly On May 6, 2021. FAILED To Confirm The Following Mayoral Appointments: • Ms. Seema Garoutte To The Planning & Zoning Commission, For A Term To Expire December 2022. • Ms. Lisa Waldron To The Planning & Zoning Commission, For A Term To Expire December 2023. CONFIRMED The Following Assembly Appointments; • Mr. Lee Robbins To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2023. • Mr. Jascha Zbitnoff To The Citizens Board Of Equalization Alternate Seat, For A Term To Expire December 2022. CONVENED Into Executive Session Under The Authority Of KI8C. 2.30.030 (F)(1)(C) To Discuss Borough Manager, Michael Powers', Evaluation, A Matter Which Might Include A Discussion That Could Potentially Prejudice The Reputation And Character Of The Individual. INVITED Mayor Roberts And The Borough Assembly. ANNOUNCED That No Action Was Taken As A Result Of The Executive Session. View our website: Visit our Facebook page:Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Borough Building Boiler Room Upgrades 469-614 452.140 20005.4 Description of Change Cost Provide design, bidding, and construction administration services for the Borough Building Boiler $ 90,690.00 Room Upgrades project per proposal dated January 26, 2021. Design fees to be lump sum; bidding and construction administration fees to be charged on a time and materials basis. The time provided for completion of the contract is (® unchanged) (0 increased) (0 decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than -rive percent of approved contract amount or $50,000, whichever is lower, require assembly approval Accepted By: s Kepmsentattvet,' I 1 Date: 2.8.2021 Borough Manager Borough Clerk Revised 0919 Page 1 of I Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: January 26, 2021 To: Matt Gandel From: Corey Wall Re: Kodiak Island Borough Buildings Mechanical Upgrade (JYW No. 19019) Scope & Fee Thank you for contacting us to assist in the design of the Kodiak Island Borough Buildings Mechanical Upgrade project. Please find attached a breakdown of our fee proposal. The attached individual fee proposals have more detailed information about the project scope, but the following is a summary of our understanding. The project will combine the 35% design drawings for the Kodiak Borough Building Mechanical Upgrade and the Kodiak Borough Maintenance Building Mechanical Upgrade into a single project for bidding as early in Spring 2021 as possible. Scope of the project is as follows: • Base Bid: o Borough Building Boiler Room: ■ Demolition of boilers, generator and associated piping and equipment ■ Abatement of equipment and finishes ■ Replacement of lights, paint, and exterior metal doors & hardware ■ Installation of one new oil -fired boiler, one new electric boiler, and all associated equipment o Borough Building, other spaces ■ Demolition of heat exchanger in Fan Room, coordinated with AHU requirements ■ Installation of electric hot water heater in Fan Room ■ Limited abatement as required in Fan Room for demo and new work ■ Limited abatement as required in Crawlspace for misc. piping and electrical work o Exterior ■ Installation of weatherproof generator near Maintenance Building ■ Concrete pad and fence around generator ■ Conduit between generator and Borough Building and Maintenance Buildings. Repair of site as required. ■ Limited abatement as required for conduit into Maintenance Building • Alternate 1: o Maintenance Building Boiler Room: ■ Demolition of boilers and associated piping and equipment ■ Abatement of all equipment and finishes Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 2 ■ Replacement of lights, paint, and exterior metal doors & hardware ■ Installation of one new oil -fired boiler and all associated equipment • Deliverables 0 95% Review Documents 0 95% Cost Estimate o Bid -Ready Documents Please note the following assumptions: • The proposal includes 1 site visit each for the mechanical and electrical engineers during design. The site visits assume current access and travel restriction levels will remain in place during design. • Site visits by the architect and hazardous materials engineer are not included. All design meetings are anticipated to be via phone or web. • The proposal is based on the 9/2020 35% design documents and the 1/25/2020 ARB review. Major design changes from this scope is not anticipated. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management Page 2 of 2 DESIGN SERVICES PROPOSAL Jensen SUMMARY Yorba ll Project: Kodiak Island Borough Buildings Mechanical Upgrade Inc. JYW Project No.: 19019 SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $49,632 Lump sum $1,423 $0 $51,055 Bidding and Negotiations $3,783 Time/Expense $0 $0 $3,783 Construction Administration $33,005 Time/Expense $2,847 $0 $35,852 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $90690 G:\—Projects\19019\Oscopefee\Kodiak Island Borough Buildings Mechanical Upgradc9FEES.xIsxSUM 1/26/2021 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: Kodiak Island Borough Buildings Mechanical Upgrade JYW Project No 19019 Jensen Yorba Wall Inc. STAFF: Architect Interior Design onstruction Manag4 Drafter lExecNelerAl ACC TOTAL. PMgr A411 I A -II A-1 Int 111 Int It SID -]II ID -It ID -I CM 11 4M -II CM -1 D-11 D -I EA CA A $170 1 $140 $125 1 $110 1 $95 1 $85 $140 I..$11S 1 $65 $140 $120 $95 $95 $$5 $80 $40 $85 ARCHITECTURE: Project Management Construction Documei Specifications Doc Review / QC Meetings (4) Presentations (2) Code Analysis Submittal Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $13,485 Electrical Engineering $9,615 Hazardous Materials Engineering $10,873 Landscape Architecture Cost Estimating $6,283 Subtotal $40,256 Overhead/Profit 10% $4,026 Consultants Total Labor $44,282 Subtotal Construction Document. Services LABOR $49,632 Subtotal Construction Document Services REIMBURSABLES (see attached) $,1,4Z3 TOTAL CONSTRUCTION DOCUMENT SERVICES" FEE $51,055 Kodiak Island Borough Buildings Mechanical Upgrade FEES.xlsx-50 CD 10 1/26/2021 a Ln O 0. O cc d Ln W U w Ln Z Q N W 0 d 'O tto �o CL L '0 m t u d FA ba C co t m 3 0 W U_ Lb OC � W Ln = 0 M Q 0 O w W Z D Z Q CL l7 Z u 0 � D 'o m d m c ai ar c ba ca a, 00 w y C_ cucal C OD a+ L lau, •` 'pp C ` �NN LVI WW faW al C to O Z Z m N W - N c Y J u of w 2 fa Z V ���■�1�11�1 1�■1■IY■1■ �1■N■■1■I�iLnLUIx m c ai ar c ba ca a, 00 w y C_ cucal C OD a+ L lau, •` 'pp C ` �NN LVI WW faW al C to O Z Z m N W - N c Y J u of w 2 fa Z V omrn Irn o f rn corm n 'h W m � m m tYf V} iA if} `o J ai r W m m aj N v LLU W LL Q W v mw gw N aZ u 0 ZQ gn 1— o 0Z 0a aJ Z Z Q .a la Z t.0 0 mm ti a m O t0 x W W LL a a o`o a u f0 L N C a m teo 0 0 m a c m Y v Y DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: Kodiak Island Borough Buildings Mechanical Upgrade IVU/ Prniort Nn 19n19 Jensen Yorba Wall Inc _J STAFF: Architect Interior Design onstruction Manage Drafter lExecAlCierAl ACC TOTAL PMgr A-111 I A -II I A -I I Int IU I Int II ID -111 I ID -11 IR -I CM -III CM -11 I CM -11 D -II 1 D -I FA CA A $170 $140 $125 1 $110 $95 1 $85 $140 1 $115 $65 $140 $120 $95 $95 1 $85 $80 $40 $85 ARCHITECTURE: Project Management Pre -Construction Coni Clarifications Submittal Review Testing/Inspection RFIs/RFPs/CO'S Field Observations x @ Substantial Compl Insl x @ Final Completion Insp x @ Close-out Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $10,720 Electrical Engineering $8,860 Hazardous Materials Engineering $7,770 Landscape Architecture Subtotal $27,350 Overhead/Profit 10% $2,735 Consultants Total Labor $30,085 Subtotal ConstructiorvAdministration Services. LABOR $33,005 Subtotal Construction Administration Services REIMBURSABLES (see attached) $2,847 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $35,852 Kodiak Island Borough Buildings Mechanical Upgrade FEES.xlsx-70 CA 12 1/26/2021 DESIGN SERVICES PROPOSAL REIMBURSABLE EXPENSES 1YW Project No.: Kodiak Island Borough Buildings Mechanical Upgrade JYW Project No.: 19019 Rate $0 $0 $0 Jensen Yorba Wall $0 $0 10 20 30 40 s0 60 70 80 $0 PHASE: Pre•b .-. _-.. — Site --- SID DO CD BID CA CO T07PiL TRAVEL $0 $0 $0 $0 $0 $o $o MISSCELANEOUS Rate Arch Tripsi 01 01 0 0 0 0 01 0 0 Cost 0 $000 $0.00 50.00 50.00 $0.00 $0.00 50.00 50.00 $0 Civil Trl s 0 01 0 01 0 01 0 0 0 Cost 0 $0001 $0.00 000 $0001 $0.0010.00 0.00 50.00 $0 Struct Trips 0 ol 0 0 01 0 0 01 0 Cost 0 50.00 $0.00 0.00 $0.00 $0.00 $0.00 0.00 50.00 $0 Mech Trips= 01 01 01 61 11 0 2 0 3 Cost I so 1 $0.001 5U.0010.00 $0.001 5647.00150.001 51,294.00 0.00 53,941 Elect Trl s 0 01 0 01 1 1 01 2 0 3 Cost 0 0.00 0.00 $0.00 $0.00 647.00 0.o0 1,294.00 0.00 $1,941 Other Tripsl ol 01 al ol ol 01 01 01 0 DFP r\IFM PR INTI Nr:/f(1PV I Nr. SCANS Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 CD's Rate $0 $0 $0 $0 $0 $0 $0 $0 $0 POSTAGE/COURIER Rate So $0 $0 $0 $0 $0 $0 $o $o MISSCELANEOUS Rate $0 $0 $0 $0 $0 $0 $0 $0 $o ENGIN REIMB Rate $0 $0 $0 $0 $o $0 $0 $0 $o RENDERINGS Rate $0 $o $o $0 $0 $0 $0 $o $o OH/P lox $o So So So $129 $o $259 $o $386 TOTAL REIMBURSABLES $o $0 $0 $0 $tw $0 $2,847 $0 $4,270 Kodiak Island Borough Buildings Mechanical Upgrade FEES.xlsx-Reimb 14 1/2612021 I RSA Engineering, Inc. January 26, 2021 Jensen, Yorba, Wall 522 W. 10th Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, Mechanical & Electrical Engineers REFERENCE: Kodiak Island Borough Building Boiler and Generator Upgrades Mechanical and Electrical Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: General: • We will provide mechanical and electrical design for replacement of the existing boiler systems in the borough and maintenance building. The maintenance building upgrades will be a bid alternate. The design will include replacement of the borough building generator located in the boiler room with a new exterior packaged generator. The borough building heat exchanger that provides domestic hot water to the building will be replaced with an electric water heater. The design will be based on the 35% schematic design dated 08/31/2020. • We will provide two design submittals, 95% and 100% Construction Documents. • Specifications will be prepared using CSI Master Format as part of a bound project manual. • We will attend two Architectural Review Board meetings by teleconference from Anchorage to discuss owner review comments on the design submittals. • We will provide a one -day plan in hand site visit by mechanical and electrical engineer to verify existing conditions. • Permitting Phase services include answering any questions that come up during the plan review process and issue any sketches or clarifications as required. • Bid phase services include preparation of addenda material and attendance at the pre-bid meeting by teleconference from Anchorage. • In -office Construction phase services include submittal review, DCVR review/response, review of operation and maintenance manuals and preparation of record drawings based upon contractor generated redline mark-ups • On-site Construction phase services include 2 mechanical and 2 electrical inspections. Mechanical: • The boilers will be replaced with one electric and one oil fired boiler. The boiler replacement will include replacement of all piping, pumps, boiler venting and hydronic specialties in the boiler room. The existing ventilation equipment in the boiler room will remain. • The fuel oil day tank in the boiler room will be replaced. The new day tank will connect to the existing fuel oil storage tank. • The heat exchanger in fan room will be replaced with an electric hot water heater. • Seismic restraint of the new mechanical piping and equipment will be performance specified. 670 W Fireweed Ln, Ste 200 Anchorage, AK (907) 276-0521 1 www.rsa-ak.com January 26, 2021 Electrical: • The generator in the boiler room will be replaced with a new exterior weatherproof packaged generator unit with integral subbase fuel tank. The panelboards and automatic transfer switch in the borough building boiler room will be replaced. A new transfer switch and panel will be installed in the maintenance boiler room. • The design will include coordination with the electric utility for new electric service for the electric boiler. • The lighting in the boiler room will be replaced with LED lighting fixtures. Exclusions: • We have not included design for piping replacement through the crawlspace, we understand all the piping in the crawlspace is to remain. • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired in the future, we propose to negotiate costs for the work at that time. RSA proposes the following lump sum design fees for this project: Lump Sum Design Fee Mechanical Site Visit $2,160.00 95% Construction Documents $8,850.00 100% Construction Documents $2,475.00 Design Subtotal: $13,485.00 Electrical Travel Costs Total $1,800.00 $1,294.00 $5,254.00 $5,610.00 $0.00 $14,460.00 $2,205.00 $0.00 $4,680.00 $9,615.00 $1,294.00 $24,394.00 RSA proposes the following time and expenses construction administration fee estimate for this project: Time and Expenses CA Fee Mechanical Bid Phase $580.00 In -Office C/A $6,400.00 Site Inspections $4,320.00 CIA Subtotal: $11,300.00 GRAND TOTAL: $47,662.00 Electrical Travel Costs Total $520.00 $0.00 $1,100.00 $5,260.00 $0.00 $11,660.00 $3,600.00 $2,588.00 $10,508.00 $9,380.00 $2,588.00 $23,268.00 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed. We have attached a copy of our Standard Terms and Conditions to provide guidelines for contractual issues in the absence of a formal contract for this project. We look forward to working with you on this project. bpp/jam/hhm 21-0033/1-9260/1319-290 Accepted for Jensen, Yorba, Wall Sincerely, Brian Pekar, P.E. Associate Principal Engineer Page 2 of 3 January 26, 2021 RSA Engineering, Inc — Standard Terms and Conditions This document is intended to provide guidelines for contractual issues in the absence of a contract supplied by our client. Performance: RSA Engineering, Inc., herein known as RSA and its employees will exercise the degree of skill and care expected by customarily accepted practices and procedures. No warranties, expressed or implied, are made with respect to RSA's performance, unless agreed in writing. RSA is not a guarantor of the project to which its services are directed, and responsibility is limited to work performed for the client. RSA is not responsible for acts and omissions of the client, nor for third parties not under its direct control. RSA shall not be liable for any reason for any special, indirect or consequential damages including loss of use and/or loss of profit. RSA may rely upon information supplied by the client engaging RSA and its contractors or its consultants without independent verifications. Ownership of Documents: Documents prepared under this agreement are Instruments of Service for the sole use and benefit of the Owner. RSA retains a property interest in the work products including rights to copy and reuse. RSA grants the Owner a perpetual and non-transferrable license to reproduce the Instruments of Service for their intended use, including the right to reproduce for construction, upkeep, operation and maintenance. RSA will incur no liability from the unauthorized use or modification of the Instruments of Service for other than their original purpose without RSA's written permission. RSA's signatures, professional seals and dates shall be removed from the Instruments of Service when these documents are used for other than their intended purposes. Governing Law. This contract shall be governed by the laws of the State of Alaska, and any lawsuits brought thereon shall be filed at the Judicial District Court in Anchorage, Alaska. Insurance: RSA maintains errors and omission insurance (claims made basis), commercial general liability insurance, automobile liability insurance and workers compensation and employer's liability insurance for employees performing work under this contract. Indemnity. RSA shall indemnify, defend and hold the client, agents and employees harmless from and against any and all claims, demands, suits, liability of any nature under this agreement resulting from negligent acts, errors or omissions of RSA, RSA's officers, agents, and subconsultants who are directly responsible to RSA. RSA is not required to indemnify, defend or hold harmless the client for a claim of, or liability for, independent negligent acts, errors, or omissions of the client. If there is a claim of, or liability for, a joint negligent act, error or omission of RSA and the Client, the indemnification, defense and hold harmless obligation of this agreement shall be apportioned on a comparative fault basis. Dispute Resolution: Prior to initiating court action, RSA and the client shall in good faith seek to settle or resolve the controversy by submitting the matter to mediation in Anchorage, Alaska. Such notice shall be within the statutory time limit for commencing a legal action involving the controversy. The independent third -party Mediator will be selected by mutual consent of both Parties from a list of available members of the American Arbitration Association. If the parties do no resolve a dispute through mediation, binding dispute resolution shall be through litigation in a court of competent jurisdiction in Anchorage, AK. Proposals: Proposals expire 90 days after submission to a client unless a different expiration limit is included in the proposal. RSA may withdraw or modify a proposal at any time prior to acceptance by the client. Payments: Payments for RSA Services shall be made after client's approval of RSA submission and invoice. Client shall review and approve each submission and invoice and shall pay the invoice amount within 30 days (or other agreed upon timetable) of approval. If the owner does not approve a submission it shall be returned to RSA for revision. Invoicing. RSA will invoice on a monthly basis. All invoices shall be due and payable upon receipt. Interest charges of 1.5% per month may be assessed for unpaid balances beyond 120 days past due unless other arrangements are made. In the event billing is on a pay when paid basis, RSA and the client agree to six months past due prior to assessing interest charges unless other arrangements are made. It is agreed that in the event of failure of the client to make payments in compliance with this agreement, RSA, at its option, may terminate all services in connection with this agreement. Termination: This contract may be terminated by either party upon 30 days written notice, should the other party fail to substantially perform in accordance with the terms and conditions herein. In the event of termination, the consultant shall be paid compensation for services actually performed and for reimbursable expenses actually incurred. RSA reserves the right to complete analysis and records as are necessary to put files in order, and were considered by us necessary to protect our professional reputation. Page 3 of 3 EHS — Alaska, Inc. REVISED DATE: NA FILENAME: P21-012 KIB KODIAK BOROUGH BLDGS BOILER REPLACE.XLXS ORIGINAL DATE: 01/25/21 PROJECT: KODIAK ISLAND BOROUGH BUILDINGS MECHANICAL UPGRADES CONTACT: JENSEN YORBA WALL, INC., COREY WALL, PRINCIPAL ARCHITECT AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CA SERVICES SUMMARY OF FEES AND COSTS Fixed Fee T&M NTE 95% DESIGN, FIXED FEE Page 2 $7,980 CONSTRUCTION DOCUMENTS, FIXED FEE Page 3 $2,893 BID PHASE SERVICES, T&M NTE Page 4 $2,030 CONSTRUCTION PHASE SERVICES, T&M NTE Page 5 $7,770 SUBTOTALS: $10,873 $9,799 TOTAL PROPOSED FEE; FIXED FEE, AND T&M NTE: $20,672 & ASSUMPTIONS 1. This fee proposal is an estimate for professional services in accordance with EHS-Alaska's standard 2021 fee schedule, to take the previous survey data from EHS-Alaska project # 7765, and includes design, bid and CA Services for mechanical upgrades in 2 Kodiak Island Borough buildings, located in Kodiak, Alaska This proposal assumes that both buildings will be renovated as part of one project. 2. This project will build on the previous hazardous materials survey, and includes the following as outlined in JYW s draft Scope of Work, from January 21, 2021, and the 35" o drawings from Sept 17, 2020: Base Bid: Demolition of boilers & generator & associated piping & equipment, lights, etc. in the Boiler Room. demolition of heat exchanger in Fan Room, and specifications to allow work in the crawl space in the Borough Building. Alternate 1 includes similar Boiler demolition and replacement in the Borough Maintenance Building. Refer to the scope of work document for more information. 3. EHS-Alaska will prepare 95% and 100% bid documents for hazardous materials removal and disposal on a fixed fee basis, and provide limited "in-house" oversight of the hazardous materials portion of the bid and construction phase on a Time & Materials Basis. 4. EHS-Alaska will supply a 95 percent and contract document design packages with: technical specifications and full size contract drawings, with quantities for estimating by others. Bidding and Contract Requirements and General Requirements as well as electronic copies of all coordination deliverables will be provided by JYW. 5. Bid phase services include electronic attendance at the pre-bid meeting, addenda to hazardous materials specifications and revisions to drawings as required. 6. EHS-Alaska will provide the following "In -House" construction phase services for one construction season: a. Review 2 sets of initial hazardous materials work plan submittals, b. Review of contractor's periodic submittals, c. Review 2 sets of close-out submittals, and d. Prepare a project close-out report for inclusion into the Borough's asbestos management records. Expedited schedules, standby time due to conditions (weather, local support, emergency orders, etc.) out of the control of EHS-Alaska will be charged to JYW at the hourly rates provided in this proposal. To authorize the work described above under the terms contained in this proposal, please sign this page and return as a Notice to Proceed. Signature Title Date Company _. ***** PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ***** PAGE 1 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P21-012 KIB KODIAK BOROUGH BLDGS BOILER REPLACE.XLXS ORIGINAL DATE: 01/25/21 PROJECT: KODIAK ISLAND BOROUGH BUILDINGS MECHANICAL UPGRADES CONTACT: JENSEN YORBA WALL, INC., COREY WALL, PRINCIPAL ARCHITECT AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CA SERVICES 95% DESIGN, FIXED FEE CODE \ TASK PRIN CM IH/SPM PM -1 PM -2 CAD ADMIN 48 DESIGN ANALYSIS (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 52 SPECIFICATIONS 1.5 0.0 6.0 0.0 0.0 0.0 0.0 32 DESIGN & DRAWINGS 2.0 0.0 10.0 0.0 0.0 14.0 0.0 41 TELE MEETING 0.0 0.0 2.0 0.0 0.0 0.0 0.0 28 QUANTITY ESTIMATE 0.0 0.0 3.0 0.0 0.0 2.0 0.0 54 REVIEW COMMENTS 1.0 0.0 2.0 0.0 0.0 0.0 0.0 46 QA/QC 1.0 0.0 0.0 1.0 0.0 0.0 0.0 44 PROJECT MGMT. 1.0 1.0 4.0 0.0 0.0 0.0 0.0 Hour Totals: 6.5 1.0 27.0 1.0 0.0 16.0 0.0 Billing Rate: $179.00 $100.00 $160.00 $140.00 $140.00 $140.00 $75.00 Wage Subtotals: $1,164 $100 $4,320 $140 $0 $2,240 $0 LABOR COSTS: DIRECT LABOR SUBTOTAL: $7,964 DIRECT COSTS: REPROGRAPHICS: $10 COURIER (NONE, ELECTRONIC): $0 PHONE/FAX: $5 CAD PLOTTING (NONE, ELECTRONIC): $0 DIRECT COST SUBTOTAL: $15 DIRECT COST MARKUP (7 10.00% _ $2 MILEAGE @ = $0.560 0 miles $0 TOTAL COSTS, THIS SHEET: $7,980 ***** PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ***** PAGE 2 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P21-W KIB KODIAK BOROUGH BLDGS BOILER REPLACE.XLXS ORIGINAL DATE: 01/25/21 PROJECT: KODIAK ISLAND BOROUGH BUILDINGS MECHANICAL UPGRADES CONTACT: JENSEN YORBA WALL, INC., COREY WALL, PRINCIPAL ARCHITECT AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CA SERVICES CONSTRUCTION DOCUMENTS, FIXED FEE CODE \ TASK PRIN CM IH/SPM PM-I PM-2 CAD ADMIN 48 DESIGN ANALYSIS (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 52 SPECIFICATIONS 0.5 0.0 3.0 0.0 0.0 0.0 0.0 32 DESIGN & DRAWINGS 1.0 0.0 3.0 0.0 0.0 4.0 0.0 41 TELE MEETING 0.0 0.0 2.0 0.0 0.0 0.0 0.0 28 QUANTITY ESTIMATE 0.0 0.0 0.5 0.0 0.0 0.0 0.0 54 REVIEW COMMENTS 0.5 0.0 1.0 0.0 0.0 0.0 0.0 46 QA/QC 1.0 0.0 0.0 0.5 0.0 0.0 0.0 44 PROJECT MGMT. 0.5 1.0 0.0 0.0 0.0 0.0 0.0 Hour Totals: 3.5 1.0 9.5 0.5 0.0 4.0 0.0 Billing Rate: $179.00 $100.00 $160.00 $140.00 $140.00 $140.00 $75.00 Wage Subtotals: $627 $100 $1,520 $70 $0 $560 $0 LABOR COSTS: DIRECT LABOR SUBTOTAL: $2,877 DIRECT COSTS: REPROGRAPHICS: $10 COURIER (NONE, ELECTRONIC): $0 PHONE/FAX: $5 CAD PLOTTING (NONE, ELECTRONIC): $0 DIRECT COST SUBTOTAL: $15 DIRECT COST MARKUP (@ 10.00% _ $2 MILEAGE (a, = $0.560 0 miles $0 TOTAL COSTS, THIS SHEET: $2,893 ***** PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ***** PAGE 3 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P21-012 KIB KODIAK BOROUGH BLDGS BOILER REPLACE.XLXS ORIGINAL DATE: 01'25/21 PROJECT: KODIAK ISLAND BOROUGH BUILDINGS MECHANICAL UPGRADES CONTACT: JENSEN YORBA WALL, INC., COREY WALL, PRINCIPAL ARCHITECT AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CA SERVICES BID PHASE SERVICES, T&M NTE CODE \ TASK PRIN CM IH/SPM PM-1 PM-2 CAD ADMIN 41 TELE PRE-BID MEETING 0.0 0.0 2.0 0.0 0.0 0.0 0.0 32 DRAWING REVISIONS 0.5 0.0 2.0 0.0 0.0 2.0 0.0 52 ADDENDA 0.5 0.0 2.0 0.0 0.0 0.0 0.0 32 CONFORMED DRAWINGS (NONE) 0.0 0.0 1.0 0.0 0.0 1.0 0.0 44 PROJECT MGMT. 0.5 0.5 1.0 0.0 0.0 0.0 0.0 Hour Totals: 1.5 0.5 8.0 0.0 0.0 3.0 0.0 Billing Rate: $179.00 $100.00 $160.00 $140.00 $140.00 $140.00 $75.00 Wage Subtotals: $269 $50 $1,280 $0 $0 $420 $0 LABOR COSTS: DIRECT LABOR SUBTOTAL: $2,019 DIRECT COSTS: REPROGRAPHICS: $5 COURIER (NONE, ELECTRONIC): $0 PHONE/FAX: $5 CAD PLOTTING (NONE, ELECTRONIC): $0 DIRECT COST SUBTOTAL: $10 DIRECT COST MARKUP @) 10.00% _ $1 MILEAGE $0.560 0 miles $0 TOTAL COSTS, THIS SHEET: $2,030 ***** PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ***** PAGE 4 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P21-012 KIB KODIAK BOROUGH BLDGS BOILER REPLACE.XLXS ORIGINAL DATE: 01/25/21 PROJECT: KODIAK ISLAND BOROUGH BUILDINGS MECHANICAL UPGRADES CONTACT: JENSEN YORBA WALL, INC., COREY WALL, PRINCIPAL ARCHITECT AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CA SERVICES CONSTRUCTION PHASE SERVICES, T&M NTE CODE \ TASK PRIN CM IH/SPM PM-1 PM-2 CAD ADMIN 26 CONSTR. ADMIN. 1.0 0.0 4.0 0.0 0.0 0.0 0.0 41 PRE-CONST. MEETING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 54 WORK PLAN SUBM. REVIEW 1.0 0.0 6.0 0.0 4.0 0.0 0.0 50 ENVIR. MONITORING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 54 REVIEW CONTR. AIR MON. 0.5 0.0 4.0 0.0 0.0 0.0 0.0 50 CLEARANCE TESTING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 50 VISUAL INSPECTION (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 54 FINAL SUBMITTAL REVIEW 1.0 0.0 6.0 0.0 4.0 0.0 0.0 48 CLOSE-OUT REPORT 1.0 0.0 6.0 0.0 2.0 0.0 0.0 32 AS-BUILT DRAWINGS 0.5 0.0 2.0 0.0 0.0 3.0 0.0 44 PROJECT MGMT. 2.0 2.0 0.0 0.0 0.0 0.0 0.0 Hour Totals: 7.0 2.0 28.0 0.0 10.0 3.0 0.0 Billing Rate: $179.00 $100.00 $160.00 $140.00 $140.00 $140.00 $75.00 Wage Subtotals: $1,253 $200 $4,480 $0 $1,400 $420 $0 LABOR COSTS: LABOR SUBTOTAL: $7,753 DIRECT COSTS: PHOTOGRAPHY: $0 REPROGRAPHICS: $10 EQUIPMENT (HI-FLO BATTERY AIR PUMP, DAY'. 0.0 @ $20/DAY $0 EQUIPMENT (ELEC. AIR PUMP, DAYS): 0.0 (a; $20/DAY $0 COURIER (NONE, ELECTRONIC): $0 PHONE/FAX: $5 CAD PLOTTING (NONE, ELECTRONIC): $0 SAMPLE SHIPPING: 0 @ $35 EACH $0 TESTING CONSUMABLES: $0 DIRECT COST SUBTOTAL: $15 DIRECT COST MARKUP (1a 10.00% _ $2 LABORATORY COSTS: ASB. AIR PCM 7400 LOCAL CLEAR. RUSH, 6 HR 0 @ $22.50/SAMPLE $0 ASB. AIR PCM 7400 OUTSIDE, 1 DAY 0 (a, $9/SAMPLE $0 ASB. AIR TEM AHERA CLEAR. RUSH, 6 HR 0 @ $81/SAMPLE $0 Pb PAINT SOIL/DUST SW 846-7000B:7420 12 HR 0 @ $12/SAMPLE $0 LABORATORY COST SUBTOTAL: $0 LABORATORY COST MARKUP a 20.00% _ $0 TRANSPORTATION COSTS: MILEAGE (a, = $0.560 0 miles $0 TRANSPORTATION COST SUBTOTAL: $0 TOTAL COSTS, THIS SHEET: $7,770 ***** PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ***** PAGE 5 OF 5 Fee Proposal Prepared For: Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, Alaska 99901 Attn: Corey Wall 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 mail@hmsalaska.com Project: Borough Building Boiler Replacement Location: Kodiak Island, Alaska 1. Project Description and Service DATE. 1/25/2021 FEE PROPOSAL NO. P21-01-17 HMS PROJECT NO. 20099 Provide a 95% design cost estimate for mechanical upgrades as defined in HMS Inc.'s cost estimate dated October 9th, 2020. Estimate will include one significant cost alternate. Estimate will be prepared in Uniformat Elemental Categories and priced for construction in summer 2021. 2. Fee Breakdown and Schedule (Lump Sum) 95% Design Estimate $ 6,283.00 Within (10) Full Working Days The above fee does not include preparation of additive bid items except as noted. See 3. Terms below. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. 3. Teens Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Page 1 of 3 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 . INC. mail@hmsalaska.com 3. Terms (Continueoo DATE 1/25/2021 FEE PROPOSAL NO. P21-01-17 HMS PROJECT NO. 20099 Additive Bid Items orA/temates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Reimbursable Expenses: This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured. Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed: Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: (Wa Kent Gamble, Principal KG/kh Page 2 of 3 4103 Minnesota Drive Anchorage, AK 99503 P: 907.561.1653 F: 907.562.0420 HvINC. mail@hmsalaska.com FEE BREAKDOWN (2020 SCHEDULE OF RATES) Project. Borough Building Boiler Replacement DATE 1/25/2021 FEE PROPOSAL NO. P21-01-17 HMS PROJECT NO. 20099 A/E Firm: Jensen Yorba Wall, Inc. Location: Kodiak Island, Alaska Prepared By: Kent Gamble, Principal Total Total Discipline Rate Hours Subtotal Hours Fee 95% Design Estimate: Estimator V 165.00 x 1 = 1'65.00 Estimator IV 144.00 x 18 = 2,592.00 Estimator III 134.00 x 13 = 1,742.00 Estimator II 115.00 x 13 = 1,495.00 Estimator 1 77.00 x 0 = 0.00 Office Support II 77.00 x 3 = 231.00 Office Support 1 58.00 x 1 = 58.00 Total 95% Design Estimate: 49 Hours $ 6,283.00 TOTAL: 49 Hours $ 6,283.00 Page 3 of 3 Kodiak Island Borough -U4 Assembly Newsletter Vol. FY2021, No. 20 February 5, 2021 At Its Regular Meeting Of February 4, 2021, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday February 18, 2021 At 6:30 p.m. Via Teleconference. AMENDED, ADOPTED Ordinance No. FY2021-01G Amending Ordinance No. FY2021-01, FY2021 Budget, Providing For Additional Expenditures. AMENDED, AUTHORIZED The Borough Manager To Execute Amendment No. 1 Version 2.3.2021 Amending Contract No. FY2019-25 Residential And Commercial Solid Waste Collection And Recycling Services With Waste Connections Of Alaska, Inc. DBA Alaska Waste For The Residential And Commercial Solid Waste Collection And Recycling Services. FAILED THE RELEASE OF All Executive Session Confidential Information From Amendment No. 1 Amending Contract No. FY2019-25 Residential And Commercial Solid Waste Collection And Recycling Services To The Public. AUTHORIZED The Borough Manager To Execute Change Order No. 12 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The Borough Building Boiler Room Upgrades Project In An Amount Not To Exceed $90.690. APPROVED Resolution No. FY2021-30 Of The Assembly Of The Kodiak Island Borough Requesting Senators Lisa Murkowski And Dan Sullivan, And Congressman Don Young To Take Actions Exempting Covid-19 Relief Funds From Federal Income Taxation. ADVANCED Ordinance No. FY2021-28 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.25 Appropriation And Levy Section 3.25.030 Maximum Allowable Tax Revenues, Limiting Restrictions To General Fund Property Tax Revenues To Public Hearing At The Next Regular Meeting Of The Assembly On February 18, 2021. View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 North Star Elementary Exterior Phase 2 415-539 452.140 20008.4 Contractor: Jensen Yorba Wall, Inc. Tenn Contract No.: 2019-10 K, Change Order No.: 11 Original Project Budget: $ 502,039.00 Original Contract: $ 0.00 Previous Budget Changes: $ 878,891.00 Previous Changes: $ 361,942.00 Adjusted Project Budget: $ 1,380,930.00 This Change: $ 44,191.00 To -Date Project Expenses: $ 54,973.11 % of Original Contract >5% To -Date Project Encumbrances: $ 259,392.90 Adjusted Contract: $ 406,133.00 Current Remaining Project Budget: $ 1,066,563.99 Description of Change Cost Provide design and construction administration services for the North Star Elementary Phase 2 Siding $ 44,191.00 project. Design will include replacing siding, windows, exterior doors, and skylight. Cost estimates to be provided at 65% and 95%. Design fees to be lump sum; construction administration fees to be charged on a time and materials basis. The time provided for completion of the contract is (S unchanged) ( ❑increased) ( ❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than rive percent o/'approved contract amount or $50, 000, whichever is lower, require assembly approval. Accepted By: DAVID CONR Approved By: Borough Date: Q i Date: Mayor and Deputy Presiding Officer Approval (does not exceedfive Approved By: Date: — Borough Mayor Deputy Borough Assembly Approval (greater thanfive percent ofapproved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Borough Manager Borough Clerk Date: 9• t 0.2020 Date: "t , LLLOy whichever is lower) Date: Date: Revised 09119 Page 1 of 1 Kodiak Island Borough Assembly Newsletter Vol. FY2021, No. 5 September 04, 2020 At its regular meeting of September 3, 2020, the Kodiak Island Borough Assembly took the following actions. The next regular meeting of the Borough Assembly is scheduled on Thursday, September 17, 2020 at 6:30 p.m. in the Borough Assembly chambers. APPROVED Change Order No. 11 Amending Contract No. FY2019-10 Architectural And Engineering Services Term Contract For Design For The North Star Elementary Siding & Window Upgrades Project. AMENDED, ADOPTED Resolution No. FY2021-10 A Resolution Of The Assembly Of The Kodiak Island Borough Approving Kodiak Island Borough Cares Nonprofit Grants. ADOPTED Resolution No. FY2021-16 Appointing Members To The Kodiak Fisheries Development Association. (Ms. Linda Freed And Mr. Albert Tyler Schmeil). ADOPTED Resolution No. FY2021-17 Appointment Of Mr. Chris Smith, As Bayside Fire Chief At A Beginning Salary Of $85,899, Step E, Range D61. APPROVED Resolution No. FY2021-18 A Resolution Of The Assembly Of The Kodiak Island Of Support For Alaska DOTBPF Storm Drainage Projects. CONVENED Into Executive Session Under The Authority Of KIBC 2.30.030(F)(1 )(G) For The Purpose Of Discussing A Personnel Matter Regarding The Borough Clerk Contract. INVITED The Mayor, Assembly, And Borough Clerk Into Executive Session. AMENDED, APPROVED Contract No. FY2021- 04 Borough Clerk Contract. CONVENED Into Executive Session Under The Authority Of KIBC 2.30.030 (F)(1)(A) To Discuss Solid Waste Contract No. FY2019-25, A Matter In Which Immediate Public Knowledge Of Could Affect Adversely The Finances Of The Borough And Receive Legal Advice From The Borough's Counsel. INVITED Mayor, Assembly, Engineering And Facilities Director, Dave Conrad, Borough Clerk And Borough Attorney, Scott Brandt -Erichsen Via Teleconference Into Executive Session. DIRECTED Borough Attorney To Move Forward With Direction Given Under Executive Session. View our website: Visit our Facebook page:© Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: 91 @KodiakBorough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: August 25, 2020 To: Matt Gandel, KIB Project Manager From: Corey Wall Re: KIB North Star Elementary Re -Siding Phase 3 (JYW No. 20036) Design and Construction Administration Fee Proposal Please find attached our fee proposal for design services related to the KIB North Star Elementary School Phase 3 Re -Siding Project. The project will be completed as part of our existing term contract with KIB. Project includes: • Construction Bid Documents for project previously developed through Schematic Design (JYW #19009) o Replacement of the siding on all portions of the building except the gym. o Replacement of windows, including interior and exterior components as required. o Replacement of exterior doors. o Replacement of the skylight. • Project will be designed to allow for several alternates—including possibly breaking the project into two or more different construction projects. Configuration of the alternates TBD. • Professional cost estimation at 65% and 95%. ARB presentations at 65% and 95%. • Construction Administration services for a single project. Single site visit during construction. Please note: • Proposal does not include additional site visits during design with the assumption that KIB personnel can investigate any site conditions not documented during previous visits. The Kodiak Island Borough will handle bidding in-house with limited involvement from the Design Team. Bid services are proposed as Time and Expense and can certainly be modified as needed. The Kodiak Island Borough will also handle day-to-day Construction Administration with limited, remote involvement from the Design Team. All travel expenses assume a single, full day in Kodiak with travel and hotel billed as per actual expenses and meals billed as per the State of Alaska per diem rate. The CA fees are also proposed as T&M. Thanks again for this opportunity. We look forward to working with you. Sincerely Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 J Q H O CL O a LU W U_ C W tnZ 0 N W 0 0 0 0 W u1 0 0 0 t to i H In 4A N 1A H m I, Lr In m ax I 00000000 0 0 0 0 0 0 0 iR��Inin�tatn F- W Mn tOA In to to to 000 tOA N 00 Z /} W CL x w m to V to V m 00 W L6 t!1 N v � to 1R th Y N O L "' E E E E E E N t 7 7 7 7 7 7 cc CL « E C E 'y, � E > � v W m u a a a a a a a a c to m¢ E E E E E E w w o 0 J J J J J J y y Q Ol Ln M >- E E C vo_ > oQ aa, °°� v, A v C v 0 a C C 0 0 Vf a, in Y Lm m C a w 000W mooa E to V to V m 00 W L6 t!1 N � to 1R th Y N O L O n C Y C O Z m m O O OY i Y Y N m C O N n C Y C O w c OY i Y « E C E 'y, � E > � C u OE _C O as 'M O o O to m¢ a d O > Z p a D o 0 U N ucy J a Q Ol Ln M >- C vo_ > oQ aa, °°� v, Wu v C v 0 a C C 0 0 Vf a, in avlinouuU Lm m m M N N L a m c v d A C d E A LU t m 9A U L cc O LO W Z M H Co O Z Y N W a O o W Z W U � N Z .. O (� v a ^'off w O a } 0 0 u ate+ O F�- O N m �mi�mum u�uu�i fo 0 0 u ate+ O F�- O N m isms ■OEN ■..I) 0 NE■■ NONE MONO Nn m cr3 m o � m u a u p m p u C, P o 41* HPTA � 4103 Minnesota Drive • Anchorage, Alaska 99503 p: 907.561.1653 f. 907.562.0420 mail@hmsalaska.com Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, Alaska 99901 Attn: Corey Wall Project: North Star Elementary School Siding and Window Replacement Location: Kodiak, Alaska Fee Proposal DATE PROPOSALNO. 8/25/20 P20-08-17 HMS Project No. 20070 1. Project Description and Service Provide cost estimates for replacement of existing building siding (excluding the gymnasium), including three bid alternates. Project includes replacement of exterior lighting and a few man doors. Estimates will be prepared in Uniformat Elemental Categories. 2. Fee Breakdown and Schedule (Lump Sum) 65% Design Estimate $ 2,769.50 Within (9) Full Working Days 95% Design Estimate 2,990.50 Within (9) Full Working Days TOTAL FEE: $ 5,760.00 Should any phase of estimating be omitted from this proposal, HMS reserves the right to increase fee for subsequent estimate by 10% to 30% depending upon the additional level of effort. Also, add two extra days to the schedule for completion of the estimate. Allow the above full working days to provide the proposed services. Time for task completion will begin following receipt of all available design information for that particular phase. Please note the above durations exclude weekends, holidays and partial days. Please give two weeks advance notice for commencing each phase of work. 3. Terms Deliverable: HMS Inc. will provide a copy of our estimate via email in a PDF file format or in Excel, if necessary. Should a hard copy of the estimate be necessary, at your request, a bound or loose copy will be provided to you. Page 1 of 3 3. Terms (Continued) Fee Proposal Drawings: Architect/Engineer shall provide HMS Inc. with full size, correct scale drawings, along with an electronic set (PDF format preferred). Should these not be provided, it may be necessary to increase our fee proposal and add additional days to complete our work. Should it be necessary, HMS Inc. has the capability to print one or two drawings, however, depending on the quantity, an additional charge may be added at $4.00/sheet. Additive Bid Items or Alternates: Our fee proposal does not include preparing estimates for additive bid items or alternates (except those included in Section 2 Fee Breakdown) that require re -measurement of work items included in the Base Bid cost estimate. We reserve the right to renegotiate our fee should alternates become necessary beyond one or two minor alternates or additive bid items. Reimbursable Expenses: This fee proposal does not provide for long distance phone calls, site visits, meetings with the owner, or any other unforeseen expenses unless listed in Section 2. Fee Breakdown. Any such items, if required, will be charged on a time -and -expense basis at our current rate schedule. Penalty/Bonus Condition: This proposal is made on the understanding that we will not be entering into an agreement with the client that includes a penalty/bonus condition dependent on the outcome of the bid. Should such a clause be required, we reserve the right to modify our proposal or possibly withdraw from the project. Additional Insured: Any requirements to name additional insureds on our insurance policies may be subject to additional fees should fees be added to our policy by our carrier. Payment Terms: Payment shall be made within (45) days of invoice date. Delayed payment beyond that period is subject to a 1.5% fee per month. Expiration Date: This fee proposal is valid for (6) months from the date of issue. HMS Inc. reserves the right to adjust the fee to incorporate the current years rates after the (6) month period. Change in Scope: Should the project scope or format change, HMS Inc. reserves the right to modify this proposal. Written approval for work on increased scope items prior to proceeding with additional work will be required. Notice to Proceed., Designer/owner will provide written notice to proceed. Delivery of documents is not considered a notice to proceed. Prepared By: Kent Gamble, Principal KG/kig Page 2 of 3 4103 Minnesota Drive • Anchorage, Alaska 99503 p: 907.561.1653 t. 907.562.0420 mail@hmsalaska.com PROPOSAL NO. P20-08-17 FEE BREAKDOWN (2020 SCHEDULE OF RATES) Project: North Star Elementary School Siding and Window Replacement Location: Kodiak, Alaska Prepared By: Kent Gamble, Principal A/E Firm: Date: Jensen Yorba Wall, Inc. 8/25/20 0.5 = 82.50 Estimator IV 144.00 Total Total Discipline Rate 1,296.00 Hours Subtotal Hours Fee 65% Design Estimate: 938.00 Estimator II 115.00 x Estimator V 165.00 x 0.5 = 82.50 x Estimator IV 144.00 x 8 = 1,152.00 x Estimator III 134.00 x 7 = 938.00 x Estimator II 115.00 x 0 = 0.00 Estimator 1 77.00 x 5 = 385.00 Office Support 11 77.00 x 2 = 154.00 Office Support 1 58.00 x 1 = 58.00 Total 65% Design Estimate: 23.5 Hours $ 2,769.50 95% Design Estimate Estimator V 165.00 x 0.5 = 82.50 Estimator IV 144.00 x 9 = 1,296.00 Estimator III 134.00 x 7 = 938.00 Estimator II 115.00 x 0 = 0.00 Estimator 1 77.00 x 6 = 462.00 Office Support II 77.00 x 2 = 154.00 Office Support 1 58.00 x 1 = 58.00 Total 95% Design Estimate: 25.5 Hours $ 2,990.50 TOTAL: 49 Hours $ 5,760.00 Page 3 of 3 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KFRC Fume Hood Exhaust System TBD Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10::T Change Order No.: 10 Original Project Budget: $ 75,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.D0 Previous Changes: $ 347,027.00 Adjusted Project Budget: $ 0.00 This Change: $ 14,915.00 To -Dale Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 1 Adjusted Contract: $ 361,942.00 Current Remaining Project Budget: $ 75,000.0014 Description of Change Cost Provide design services to investigate, recommend, and design required upgrades to the KFRC Fume $ 14,915.00 Hood Exhaust System. Upgrade will potentially include replacement of exhaust fan and/or modifications to existing ductwork. Design fees to be lump sum; any construction administration required will be charged on a time and materials basis. The time provided for completion of the contract is IS unchanged) (❑ increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: i � 7 � — Date: 8.7.2020 K Recommended: v It )A _��Datc: a�Ljtg3 h�QI.7C..0"cYJ Date:��'al rEngineeringlQaElld j�p Finance Director !%////J/J�////✓� Approved By: Attest: Date: or— WVqer' B ough Clerk Mayor and Deputy Presiding Officer Approval (does not esceedfive percent oft 'e at or 350,000, whichever is lower) Approved By: Date: Date: Borough Mayor ty Pre6i fi Borough Assembly Approval (greater than five percent ojapproved contrarr t 0 , rh a rs /on r) Approved By: Date: h�irs ^i Dale: Borough Manager Revised 09119 Page l of I Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Date: July 28, 2020 To: Matt Gandel, Dave Conrad From: Corey Wall Re: KFRC Fume Hood Replacement (JYW No. 20023) Design and CA Fee Proposal Thank you for contacting us for design services for the Fume Hood replacement at the KFRC Building. Scope of the project is as follows: • See attached Mechanical and Electrical Fee Proposal for specific scope items. In general, the project is a replacement of the fume hood fan. • Architectural services will include preparation of base plans for engineering work and front end specifications. Please note the following assumptions: • Site visits by the architectural team are not included at this time. Limited engineering site investigation during a previously -scheduled trip has already been completed. Additional on-site information will be provided by KIB staff. • Architectural construction work is assumed to be limited to patch and paint. No changes to the fume hoods or casework are anticipated. No demolition or reconstruction for access to fume hood fan is anticipated. • Professional cost estimation is not included at this time. The design team will offer a rough construction estimate based on previous/current Kodiak projects. • Construction Administration from the architectural team is very limited, with the majority of services provided by the engineers. Additional services, including on-site observations can certainly be added if desired. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 J a O a O cc CL N LU U_ LU W H Z ui W a 0 0 0 0 Il O w O n 06 L6 » » X1 00000000 W »»»»»in 0 An H N Z I 1» CL x LU w E vii E h E H E h E E H C a C a CL a a o_ a s o. a E E E E E E x J J J J J J a s E E F- P LL I » » {/} » r, » w » 06 Lr An » c o h M C + C O C O n m Y a c E c mcEu c E o o W-0 M 'M Oa 0 a a O v c Z c c > O C O O to a CbD o ¢ a m c NV V CU a u v 0 a a 0 a in �n O U m U U N Ch v N a M c v aa' 9 a Q) z w o u o > _ C EW m H LL M Z U N LL O � Y N u O Z o ~O z U u 7 v cc o 0 u o Z 'O 0 u a � A ill N n I cro m�am m C o W O � N C m C N b0 ` eo N « y N d c F c B Z N 9 U vi O V 7 H Z O u I i O ut ill N n cro m�am m C o W O � N C m C N b0 ` eo N « y N d c F c B Z N 9 U vi O V 7 H Z O u I Hill W � LL w W III I m U � W I ON m 0 ry 00 a m ry m�m 2--`4-,Oli ry n m Ti a S 0 ry 00 a m ry m�m 2--`4-,Oli ry n Ti a S ®M, a■■ moo C n m ° No3. G O O m u e � n d VI RSA Engineering, Inc. July 9, 2020 Revised July 16, 2020 Jensen, Yorba, Wall 522 W. 10th Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, Mechanical & Electrical Engineers REFERENCE: Kodiak Fisheries Research Center Lab Ventilation Upgrades RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on your e-mail correspondence dated July 2nd, 2020, previous ventilation upgrade drawings dated February 7'h, 2013, along with the following assumptions: • We understand the existing lab hood exhaust fan is creating insufficient air flow at the hoods and the owner would like to replace it. • We will design a replacement fan. This will include investigating the duct system connected to the fan to determine the proper size. We will also specify a re -balance of the system to set it up for proper airflow. • Our design will include sizing the electrical system for the new larger motor. This proposal assumes the branch panel has sufficient capacity and only the local circuit will need to be upgraded. • We will have personnel in Kodiak on July 20". We will have them take a quick look at the site if possible. This proposal assumes on-site photos and measurements we may need will be provided to us by KIB. • We will provide a 95% set of plans for your review prior to providing signed documents. We have eliminated the 35% narrative submittal. • Construction phase services will be provided on a Time and Expenses basis and include submittal review, DCVR review/response, one construction inspection, review of operation and maintenance manuals, and preparation of record drawings based upon contractor generated redline mark-ups. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • We have not included seismic restraint design of mechanical equipment. If not provided by a structural engineer, we will specify a custom engineered restraint system by a restraint supplier that specializes in this work. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired in the future, we propose to negotiate costs for the work at that time. 670 W. Fireweed Ln, Ste 200 Anchorage, AK (907) 276-0521 1 www.ma-ak.m RSA proposes the following lump sum Design fees for this project: Mechanical Site Investigation $ 360.00 95% Design $ 3,220.00 Construction Documents $ 870.00 $ 4,450.00 Design Total: $ 6,315.00 Electrical $ 260.00 $1,300.00 a Ana nn 0 1,000.0V RSA proposes the following Time and Expenses Construction administration (CA) fees for this project: Mechanical Construction Administration $ 1,120.00 Construction Inspection $ 2,340.00 $ 3,460.00 CA Total: $4,980.00 Electrical Reimbursables $ 380.00 $ - $1,140.00 $ 380.00 $1,140.00 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed. We look forward to working with you on this project. Sincerely, Mark R. Frischkorn, P.E. Vice President mrf/hhm 20-0301 r/P20-218 Accepted for Jensen, Yorba, Wall {ODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: CODIAK, ALASKA 99615 KIBSD Auditorium Upgrade 415-539 452.140 20020.4 Contractor: Jensen Yorba Wall, Inc. Cost Tenn Contract No.: 2019-10 Change Order No.: 09 Original Project Budget: S 27,000.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 322,527.00 Adjusted Project Budget: $ 0.00 This Change: S 24,500.00 To -Date Project Expenses: S 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 347,027.00 Current Remaining Project Budget: S 27,000.00 Description of Change Cost Provide conceptual design services for the Auditorium Upgrade project per fee proposal dated April S 24,500.00 25, 2020. Fees to be charged on a time and materials basis. All fees for this work are being reimbursed by the Kodiak Island Borough School District. oFinanctor The time provided for completion of the contract is (® unchanged) (increased) (Odecreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by lite mayor and deputy presiding officer, lire mayor and one assembly member in t/tc absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than eve percent of approved contract amount or $50,000, whichever is lover, require assembly approval. Accepted By: DAVID CONE Approved By: Michael Date: Mayor and Deputy Presiding Officer Approved By: Borough Mayor __app. Borough Assembly Approval (greater than five percent oj.app Approved By: Date: Borough Manager Revised 09119 Date: 5.27.2020 21:� Date:6I l nl�Lc oFinanctor Date:u h Clerk e original contract amount or S50, 000, whichever is lower) Date: cputy Presiding Officer amount or $50,000, whichever is lower) Attest: Date: Borough Clerk Page I of I Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99B01 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: April 25, 2020 To: Gregg Hacker From: Corey Wall Re: KHS Auditorium Upgrade (JYW No. 20007) Conceptual Design Fee Proposal Thank you for contacting us regarding the Kodiak High School Auditorium Upgrade project. We would be pleased to assist you with renovations to this important community facility. We have reviewed the initial Design Report from 1984 as well as the Assessment Reports completed in 2017 and 2019. Given the uncertain nature of the overall scope, we would propose to start the project under a Time and Materials basis. Once the scope and delivery methods are better defined, we would be happy to propose lump sum fees for the remainder of the design project(s). Jensen Yorba Wall will work with our electrical engineering partners at RSA Engineers to efficiently complete this initial conceptual work. We will continue to bill at our professional rates as per the 2018 Term Contract. Anticipated Protect Scope: • Meet with the project Stakeholders to develop the project goals and limitations. The meetings will initially be via video or teleconference. We will utilize the previous Assessment Reports as well as the "Proposed Phases" spreadsheet as a basis for the meetings. • Develop a project approach which accommodates legal restrictions for bid procurement. • Add an appropriate Theater Consultant to the team—either in a design -only capacity, or as a design build partner. • Visit the project site once travel restrictions are lifted. Funding for a portion of the travel may be shared with other Borough projects already underway. Time and Materials Fee Proposal: • $24,500 maximum. • The project will be completed as part of our existing Term Contract with KIB. Thanks again for this opportunity. We look forward to working with you. Sincerely ^ Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAKi ALASKA 99615 Borough Building Boiler Replacement 469-614 452.140 20005.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-100 Change Order No.: 08 Original Project Budget: S 50,000.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 260,756.00 Adjusted Project Budget: S 0.00 This Change: $ 22,004.00 To -Date Project Expenses: S 174.00 % of Original Contract >5% To -Date Project Encumbrances: S 0.00 Adjusted Contract: S 322,527.00 Current Remaining Project Budget: S 49,826.00 Description of Change Cost Evaluate feasibility of replacing boilers in the Maintenance Building and connecting the two buildings S 22,004.00 together, including additional mechanical and electrical engineering and hazmat survey per the proposal dated March 4, 2020, to be charged on a time and materials basis. The time provided for completion of the contract is IS unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, tire mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: p^n Date: 3.11.2020 • . 074.% Approved By: / Dat O , Date: Borough Manager lerk t Mayor and Deputy Presiding Officer Approval (does not exceedfive percent of gin -1 contract amount or $50,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater thanfrve percent ojapproved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page 1 of I 0 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 110 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Borough Building Boiler Replacement 469-614 452.140 20005.4 Contractor: Jensen Yorba Wall, Inc. Cost Tenn Contract No.: 2019-10 Change Order No.: 07 Original Project Budget: S 50,000.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 260,756.00 Adjusted Project Budget: S 0.00 This Change: $ 39,767.00 To -Date Project Expenses: S 174.00 % of Original Contract >5% To -Date Project Encumbrances: S 0.00 Adjusted Contract: $ 300,523.00 Current Remaining Project Budget: S 49,826.00 Description of Change Cost Provide hazardous material survey, preliminary design documents and cost estimate for the Borough S 39,767.00 Building Boiler Replacement project per the proposal dated February 21, 2020, to be charged on a time and materials basis. The time provided for completion of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lover, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than rive percent ofapproved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: Approved By: Borough Manager Mayor and Deputy Presiding Officer Approval (does not exceed ii" 'ginal contract =on Approved By: Date: Borough Mayor Deputy Presiding Officer Date: 3.11.2020 Date: 3I'rl to Date: 14#01 $50,000, whichever is lower) Date: Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page 1 of I Kodiak Island Borough �- Assembly Newsletter 1� Y Vol. FY2020, No. 50 March 6, 2020 At it's Regular Meeting of March 5, 2020, the Kodiak Island Borough Assembly Took the Following Actions. The Next Regular Meeting of the Borough Assembly is Scheduled on Thursday March 19, 2020, at 6:30 p.m. in the Borough Assembly Chambers. PROCLAIMED The Month Of March 2020 As The Month Of Choose Respect To Break The Silence And Stand Up Against Sexual Assault, Domestic Violence, And Child Sexual Abuse. PROCLAIMED The Month Of March 2020 As National Women's History Month And Urged Residents To Increase Their Knowledge And Appreciation Of The Valuable Role Women Play In Our Lives. PRESENTED The Employee Of The Quarter Award To Elliot Blacha, Maintenance Mechanic, In The Engineering And Facilities Department. PRESENTED The 2019 Employee Of The Year Award To Elliot Blacha, Maintenance Mechanic, Engineering And Facilities Department. RECEIVED Bayside Fire Department Presentation From Chief Howard S. Rue III, EFO. ADOPTED Ordinance No. FY2020-14 Determining The Disposition Of Tax Year 2007 Foreclosed Properties KIB/Dorothy Beeching And KIB/Estate Of Willie Norell And Establishing Intention To Surplus And Sell Said Property By Finding That A Public Need Does Not Exist For The Property And Authorizing The Property For Immediate Disposal. AUTHORIZED The Borough Manager To Execute Change Order No. 7 Amending Contract FY2019-10 With Jensen Yorba Wall, Inc. For Architectural And Engineering Services Term Contract In An Amount Not To Exceed $39,767. AUTHORIZED The Borough Manager To Execute Contract No. FY2020-16 With Inter-Fluve Inc. In An Amount Not To Exceed $50,802. *CONFIRMED The Mayoral Appointment Of Mr. Alan Wolf To The Mission Lake Tide Gate Service Area Board For A Term To Expire December 31, 2021. (*) Items Approved Under Consent Agenda. View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 North Star Elementary Siding 415-539 452.140 20008.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 06 Original Project Budget: S 502,039.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 207,725.00 Adjusted Project Budget: S 0.00 This Change: S 53,031.00 To -Date Project Expenses: S 0.00 % of Original Contract >5% To -Date Project Encumbrances: S 0.00 Adjusted Contract: S 260,756.00 Current Remaining Project Budget: S 502,039.00 Description or Change Cost Provide design and construction administration services for Phase I of the Nonh Star Elementary S 53,031.00 Siding project, and schematic level design for Phase 2 per the proposal dated December 12, 2019. Design fee to be lump sum; construction administration be time and materials. Funds for this project are being provided by KIBSD. The time provided for completion of the contract is (® unchanged) (❑ increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions or the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or 550,000, whichever is lover, requires approval by the mayor and depaty presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or 850,000, whichever is lower, require assembly approval. Accepted By: Enginecringul, Approved By: _._.... Bo ugh Manag Mayor and Deputy Presiding Officer Approval (docs not crceedfive percent ofthe original Approved By: Borough Mayor Date: JYw Date: 12129119 Date: ' ICON IaON anunnt or $50,000, whichever is lover) Deputy Presiding Officer Borough Assembly Approval (greater than five percent ofopproved cnntract amount or $50,000, whichever is lamer) Approved By: Borough Manager Date: Attest: Borough Clerk Date: Date: Revised 09:19 Page 1 of I KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KIBSD Auxiliary Gym 415-539 452.140 20007.4 Contractor: Jensen Yorba Wall, Inc. Term Contract No.: 2019-10 Change Order No.: 05 Original Project Budget: S 60,000.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 156,841.00 Adjusted Project Budget: S 0.00 This Change: S 50,884.00 To -Date Project Expenses: S 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: S 207,725.00 Current Remaining Project Budget: S 60,000.00 14 Description of Change Cost Provide design and construction administration services for the KIBSD Auxiliary Gym project per S 50,884.00 the proposal dated December 12, 2019. Design fee to be lump sum; construction administration be time and materials. All fees for this work are being reimbursed by KIBSD. The time provided forcompiction of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall became an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed Jive percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deptrry presiding officer, the mayor and one assembly member in the absence of lire deptrry presiding office, or Cite depury presiding officer and one assembly member In the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. i Mayor and Deputy Presiding Officer Approval (does not exceed fire percent ofthe original contract amount or $50,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000. whichever is lower) Approved By: Date: _ Attest: Date: Borough Manager Borough Clerk Bnuicod mall 9 Page 1 of I 20'i9 , E'E.;cfec;uc�i & Et.ginztirr, - r. KODIAK ISLAND BOROUGH STAFF REPORT DECEMBER 19, 2019 .F fir ASSEMBLY REGULAR MEETING py SUBJECT: Change Order No. 5 Amending Contract FY2019-10 Architectural and Engineering Services Term Contract for Design for the KIBSD Auxiliary Gymnasium ORIGINATOR: Matt Gandel RECOMMENDATION: Authorize the Manager to Execute Change Order No. 5 Amending Contract FY2019-10 with Jensen Yorba Wall, Inc. for Architectural and Engineering Services Term Contract in an amount not to exceed $50,884. DISCUSSION: Kodiak Island Borough Code 3.30.100 Change Orders - Manager Authority states that a change order greater than five percent of approved contract amount or $50,000, whichever is lower, requires Assembly approval. This is a change order to the Borough's term contract with Jensen Yorba Wall (JYW) to include design, bid assistance, and construction administration for the KIBSD Auxiliary Gym project. Per discussion between the Assembly and School Board on November 26, 2019, KIBSD is going to manage the design and construction process for this project, but will be paying for the design costs through the Borough's term contract with Jensen Yorba Wall. ALTERNATIVES: FISCAL IMPACT: This design work will be paid for by KIB and reimbursed by KIBSD using their available fund balance as discussed at the Joint Work Session on November 26, 2019. The total cost for this change order is $50,884. The total estimated reimbursable amount is $60,000, including the design fee and KIB staff time. OTHER INFORMATION: Kodiak Island Borough KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 TERM CONTRACT CHANGE ORDER Project name. Project Number: KIBSD Auxiliary Gym TBD Contractor: Jensen Yorba Nall, Inc. Term Contract No.: 2019-10 Change Order No.: 05 Original Project Budget S 60,000.00 Original Contract: S 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 156,841.00 Adjusted Project Budget: S 0.00 This Change: $ 50,884.00 To -Dote Project Expenses: S 0.00 % of Original Contract >5% To -Date Project Encumbrances: S 0.00 Adjusted Contract: S 207,725.00 Current Remaining Project Budget: 1 $ 60,000.00 Description of Change Cost Provide design and construction administration services for the KIBSD Auxiliary Gym project per the proposal dated December 12, 2019. Design fee to be lump sum; construction administration be time and materials. All fees for this work are being reimbursed by KIBSD. S 50,884.00 The time provided (or completion of the contract is (N unchanged) (Oincreased) (Odecreased) by 0 calendar days. This document shall become nn amendment to the contract and all provisions of Ore contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of rise original contract amount or $50,000, whichever is loner, requires approval by the mayor and deputy presiding officer, the ntayor and one assembly member in the absence of the deputy Presiding office, or die depnty presiding officer and one assembly member in the absence of the mayor. Chan •e orders renter titan the percent o approved contract amount or 550,000, whichever is /rover, require assembly n royal. Accepted By: Date: Contractor's Representative Recommended: Dale: Date: Engineering/Facilities Director Finance Director Approved By: Date: Attest: Date: Borough Manager Borough Clerk Mayor and Deputy Presiding Officer Approval (does not exceeditve percent of the original contract amount or $50,000, whichever is Iviver) Approved By: Date. Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater don fire percent ofappiaved contract an cunt or $50,000. whichever is Inner) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page 1 of I MEE Jensen MEYorba ■E� Wall ■ Inc. 522 West 101h Street, Juneau, Alaska 99801 907,586.1070 Jensenyorbawall.com Or;maurng Community Svtce 1935 Kodiak HS Aux Gym Renovation— Fee Proposal December 12, 2019 Please find attached our fee proposal to finish the Kodiak High School Auxiliary Gym Renovation project. The project will be completed as part of our existing term contract with KIB. Project includes: • A comprehensive set of bid documents, including drawings and specifications, for an interior renovation of an existing space to become an Auxiliary Gymnasium. • The project assumes a fast design period with limited or no changes in scope from what was determined during the Dec. 11 site visit. o Gym layout as per 2012 drawings. o Four accessible exits, Including non -ramped slopes down from the raised floor slab. Modified RR layout as required by floor slopes. o Minor exterior modifications, including bollards, slab, and canopy at new exterior door. o Structural design for wall reinforcing by others. o Modified interior duct layout and type. o Door and hardware provided by Owner. • Project will include several alternates: o Gym Floor o Restrooms (below slab piping, Including wall framing for new drinking fountain In Base Bid) o Gym Equipment o Restoration of interior relites • A single review, including an ARB Meeting, will be provided at 95%completion. Additional site visits during design are not currently Included. The Kodiak Island School District will handle bidding in-house with limited involvement from the Design Team. Bid services are proposed as Time and Expense and can certainly be modified as needed. The Kodiak Island School District will also handle day-to-day Construction Administration with limited, remote involvement from the Design Team. The Construction Administration fee includes a single visit during construction as well as on - site Substantial and Final Inspections. All travel expenses assume a single, full day in Kodiak with travel and hotel billed as per actual expenses and meals billed as per the State of Alaska per diem rate. The CA fees are also proposed as T&M. Thanks again for this opportunity. We look forward to working with you. Sincerely, �� Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management page 1 of 1 N N V1 Vl N VY to N N a_ Q H Ql MEMO v x o 0 0 0 0 0 0 0 x w 0 a E E E E E E p1 v O1 UI 2 > E E E E_ E_ E_ w w x C J J J J J J v QI E E j( `o o ,m F- F m > o > a�i K s w oaoi�� 0. E. E voi voi aon voi T LL T x j N N Q Y 2 Y f0 N 'O Oi O Y 'o � J C W h h C 4 C C O Q � ~ Z CLWE u E w O m N U 0 p v Q o v > > O C O O y �n cQc w on > u m u u o Z m` +_- J N ❑ Q y Op �' C N N Q W �l 0 Ln LL of LL in ❑ U m U U !- (j m N MEMO MEMO Q � �c Nm N mN0 m o N N MEMO r .� C fd = u V O.Q C o 0 CO vs� 0 0 ° a 0 d W h ~ W N > d C O L C g V Yp N C N u O C >> O LC U W O N O O y� Z O V u V L U u = o m o c c o u `^ m- N — rl •I m _ OO u< - m S � - m j o o w O O C a ti LL � tll K 4Wj w U_ x_ c O > V= O O Z J r b C m W W O b N C ti O u K m O wLp vai � o 61 K v c a o r E u °° a v�i 2 � G¢�v o o $ a a0su°o vd v, r ONESct NONEv o c o N MEMO N Q (Si c 0 0 n O m Y EO > y C y� N y C W u C C .m C a0. S tC m 0 n z c ca J V N G W S J N O F' N Z O u m 0 m ti u 3 w w C w O � � W U 7 7 O C � K � i 1111111111111 1N O O H 0 s NMI =�aY �o- cY s a 4 s e @o 5 c � zE S u' Z n s R 2 OO wa°c i ¢vuiz J Q Engineering, Inc Mechanical & Electrical Engineers I December 11, 2019 Jensen Yorba Wall 522 W. 101h Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, REFERENCE: Kodiak High School Auxiliary Gym Mechanical and Electrical Design Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • The project will consist of a renovation of the existing storage space at the high school Into an Auxiliary Gym. • We will provide two design submittals, 95% Construction Documents, and 100% Bid Documents. We will use the drawings issued in November 2011 for the Auxiliary Gymnasium as the basis of design for the project. The drawings will be updated to comply with current code requirements and to include changes to the project area that were made in the HS renovation project. • Mechanical design will include new plumbing and exhaust air ductwork for the toilet rooms; new supply and return air ductwork for the existing roof mounted air handling unit and rain leader modifications for structural upgrades. The new supply air ductwork will be designed to be fabric ductwork similar to existing HS Gymnasium ductwork. • Electrical Design will include renovations to power distribution in the project area and new lighting. The new lighting design will use the owner furnished LED fixtures as basis of design. • Fire alarm and sprinkler systems modifications will be performance specified to be designed and installed by the successful bidding fire alarm and sprinkler subcontractors. Exclusions: • Construction Administration services are not included in this fee proposal. We will provide a separate proposal for Construction Administration services on this project. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired in the future, we propose to negotiate costs for the work at that time. RSA proposes the following lump sum fee for design services on this this project: Task Mechanical Electrical 95% Construction Documents $2,770.00 $1,840.00 100% Construction Documents $1,110.00 $1,100.00 Design Subtotals: $3,880.00 $2,940.00 GRAND TOTAL: $6,820.00 670 W. Fbeweod Ln, Ste 200 Antl,nraae, M (907) 27"521 1 w nm4k.mm I RSA' Engineering, Inc December 11, 2019 Mechanical & Electrical Engineers Jensen Yorba Wall 522 W. 1011 Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, REFERENCE: Kodiak High School Auxiliary Gym Mechanical and Electrical Construction Administration Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • We will provide bid and construction administration services for the renovation of the existing storage space at the high school into an Auxiliary Gym. We understand the project delivery method will be design -bid -build. • Bid phase services include preparation of addenda material and responding to bidder questions. • In Office Construction Administration (C/A) services include submittal review, DCVR review/response, review of operation and maintenance manuals and preparation of record drawings based upon contractor generated redline mark-ups. • On -site Construction phase services include 1 mechanical and 1 electrical Inspections. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Design Phase services are not included in this fee proposal. We will provide a separate proposal for Design services on this project. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired in the future, we propose to negotiate costs for the work at that time. RSA proposes the following time and expenses construction administration fee estimate for this project: Task Bid Phase Services In -Office C/A Site Inspections CIA Subtotal: Mechanical Electrical $360.00 $300.00 $2,560.00 $2,520.00 $2,160.00 $1.800.00 $5,080.00 $4,620.00 Reimbursable Expenses: $1,053.00 GRAND TOTAL: $10,753.00 670 W. F....0 Le, 51e 200 Mcteml,"10a7) 27"U1 1 ww,v.na-ok.mm December 11, 2019 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed. We have attached a copy of our Standard Terms and Conditions to provide guidelines for contractual issues in the absence of a formal contract for this project. We look forward to working with you on this project. Sincerely, Brian Pekar, P.E. Associate Principal Engineer bpp/hhm 19-0584/P19-386 Attachment Accepted for Jensen Yorba Wall December 11, 2019 RSA Engineering, Inc — Standard Terms and Conditions This document Is Intended to provide guidelines for contractual Issues In the absence of a contract supplied by our client. Performance: RSA Engineering, Inc„ herein known as RSA and Its employees will exercise the degree of skill and care expected by customarily accepted practices and procedures. No warranties, expressed or Implied, are made with respect to RSA's performance, unless agreed In writing. RSA Is not a guarantor of the project to which Its services are directed, and responsibility is limited to work performed for the client. RSA Is not responsible for acts and omissions of the client, nor for third parties not under Its direct control. RSA shall not be liable for any reason for any special, Indirect or consequential damages including loss of use and/or loss of profit. RSA may rely upon Information supplied by the client engaging RSA and its contractors or Its consultants without Independent verifications. Ownership of Documents: Documents prepared under this agreement are Instruments of Service for the sole use and benefit of the Owner. RSA retains a property Interest In the work products Including rights to copy and reuse. RSA grants the Owner a perpetual and non -transferable license to reproduce the Instruments of Service for their Intended use, Including the right to reproduce for construction, upkeep, operation and maintenance. RSA will Incur no liability from the unauthorized use or modification of the Instruments of Service for other than their original purpose without RSA's written permission. RSA's signatures, professional seals and dales shall be removed from the Instruments of Service when these documents are used for other than their Intended purposes. Governing Law. This contract shall be governed by the laws of the State of Alaska, and any lawsuits brought thereon shall be filed at the Judicial District Court In Anchorage, Alaska. Insurance: RSA maintains errors and omission insurance (claims made basis), commercial general liability insurance, automobile liability Insurance and workers compensation and employers liability insurance for employees performing work under this contract. Indemnity: RSA shall Indemnify, defend and hold the client, agents and employees harmless from and against any and all claims, demands, suits, liability of any nature under this agreement resulting from negligent acts, errors or omissions of RSA, RSA's officers, agents, and subconsultants who are directly responsible to RSA. RSA Is not required to indemnify, defend or hold harmless the client for a claim of, or liability for, Independent negligent acts, errors, or omissions of the client. If there is a claim of, or liability for, a joint negligent act, error or omission of RSA and the Client, the Indemnification, defense and hold harmless obligation of this agreement shall be apportioned on a comparative fault basis. Dispute Resolution: Prior to Initiating court action, RSA and the client shall in good faith seek to settle or resolve the controversy by submitting the matter to mediation in Anchorage, Alaska. Such notice shall be within the statutory time limit for commencing a legal action Involving the controversy. The Independent third party Mediator will be selected by mutual consent of both Parties from a list of available members of the American Arbitration Association. If the parties do no resolve a dispute through mediation, binding dispute resolution shall be through litigation in a court of competent jurisdiction In Anchorage, AK. Proposals: Proposals expire 90 days agar submission to a client unless a different expiration limit Is Included In the proposal. RSA may withdraw or modify a proposal at any time prior to acceptance by the client. - Payments: Payments for RSA Services shall be made after client's approval of RSA submission and Invoice. Client shall review and approve each submission and Invoice and shall pay the Invoice amount within 30 days (or other agreed upon timetable) of approval. If the owner does not approve a submission It shall be returned to RSA for revision. Invoking: RSA will Invoice on a monthly basis. All Invoices shall be due and payable upon receipt. Interest charges of 1.5% per month may be assessed for unpaid balances beyond 120 days past due unless other arrangements are made. In the event billing Is on a pay when paid basis, RSA and the client agree to six months past due prior to assessing Interest charges unless other arrangements are made. It Is agreed that In the event of failure of the client to make payments In compliance with this agreement, RSA, at Its option, may terminate all services In connection with this agreement. Termination: This contract may be terminated by either party upon 30 days written notice, should the other party fail to substantially perform In accordance with the terms and conditions herein. In the event of termination the consultant shall be paid compensation for services actually performed and for reimbursable expenses actually Incurred. RSA reserves the right to complete analysis and records as are necessary to put files In order, and were considered by us necessary to protect our professional reputation. Page 3 of 3 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KFRC Exterior Upgrade 426-805 452.140 20004.4 Contractor: Jensen Yorba Wall, Inc. Tenn Contract No.: 2019-10 Change Order No.: 04 Original Project Budget: $ 100,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 105,002.00 Adjusted Project Budget: $ 100,000.00 This Change: $ 51,839.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 156,841.00 Current Remaining Project Budget: $ 100,000.00 Description of Change Cost Provide schematic design and design development documents for the KFRC Exterior Upgrade $ 51,839.00 project, per proposal dated September 30, 2019, including professional construction cost estimate based on design development documents. Design and cost estimating to be lump sum; reimbursables to be time and materials. The time provided for completion of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. tea,.......,..e.,.....,.,..,..a.,...a..............».,.r.............a,.,....-..,..,....,......—ernnnn..,r.:..r..,..,....a...,—.."1—,...e...r.r„-.....,..,..r Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Date: Deputy Presiding Officer Borough Assembly Approval (greater thanfim percent ofapproved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Borough Manager Revised 09119 FY2019-1 OD Architectural & Engineering Ser. KFRC Exterior Upgrade I i OCT 2 3 2019 . 4! Date: Date: SCANNE[e We. u : Mi4�"eage tvf 1 Kodiak Island Borough Assembly Newsletter Vol. FY2020, No. 43 October 18, 2019 At Its Regular Meeting Of October 17, 2019, The Kodiak Island Borough Assembly Took The Following Actions: PROCLAIMED Month Of October 2019 As Filipino American National History Month As Established By The Trustees Of The Filipino American National Historical Society. PROCLAIMED The Month Of October 2019 As Fire Prevention Month And Encouraged All Citizens To Test Their Smoke Alarms At Least Every Month And To Support The Many Safety Activities And Efforts Of The Borough Fire And Emergency Services During The Month. RECEIVED FY2020 1st Quarter Budget -vs -Actual From Finance Director, Dora Cross. ADOPTED Ordinance No. FY2020-01A Amending Ordinance No. FY2020-01, Fiscal Year 2020 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects. AMENDED, ADOPTED Ordinance FY2020-10 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.05 Fiscal Policy Section 3.05.080 Reserve Policies. POSTPONED Resolution FY2020-08 Hazard Mitigation Plan To The Next Regular Assembly Meeting Of December 19, 2019. AUTHORIZED The Borough Manager To Execute Change Order No. 3 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Fire Alarm Upgrade Project In An Amount Not To Exceed $23,620. AUTHORIZED The Borough Manager To Execute Change Order No. 4 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Exterior Upgrade Project In An Amount Not To Exceed $51,839. ADOPTED Resolution No. FY2020-12 Ratifying And Certifying The Results Of The October 1, 2019 Municipal Election. DECLARED A City Seat On The Planning And Zoning Commission Vacant (Mr. Duane Dvorak). CONFIRMED The Mayoral Appointment Of Mr. Kyle Blondin To A Borough Seat On The Planning And Zoning Commission A Term To Expire December 31, 2019. ADMINISTERED The Oath Of Office To The Newly Elected Officials, Mayor Roberts, Assembly Member Duane Dvorak, And Reelected Assembly Member Scott Arndt. PRESENTED Certificate Of Appreciation To Outgoing Assembly Member Scott Smiley PRESENTED Certificate Of Appreciation To Outgoing Mayor Daniel Rohrer. View our website: Visit our Facebook page: © Follow us on www.kodiakak.us www.facebook.com/Kodiaklsland Borough Twitter: 91 @KodiakBorough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: September 30, 2019 To: Matt Gandel From: Corey Wall Re: Kodiak Fisheries Research Center Exterior Upgrade — Project Scope SD & DD Thank you for contacting us to assist in the design of the KFRC Exterior Upgrade. Please find attached a breakdown of our fee proposals for SD and DD phases. The following is a summary of our understanding regarding scope of the project. Scope of the project is as follows: • Comprehensive replacement of the exterior metal siding. • Comprehensive replacement of the roof —both pitched standing seam metal and flat membranes. • Replacement of associated items, including louvers and roof accessories. • Replacement of hollow metal exterior doors. Replacement of the windows and aluminum storefront is not anticipated. • The project will be cost estimated with the North Elevation Siding Replacement, East, South and West Elevation Siding Replacement, and Roof Replacement broken out as separate projects. Please note the following assumptions: • Two site visits during design have been included —one at the start of the project, and one during DD. These visits are primarily to investigate and confirm as -built conditions, but if desired, they can be coordinated for an in -person ARB presentation. • One professional construction cost estimate has been included at the end of the DD work. • Structural engineering has not been provided. It is assumed that the new siding and roofing will not need additional engineering. • Sampling by an environmental engineer is not included since the original building was constructed in 1997. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management C M = � 0> 47�}Nc C O O O m O O O O LT V? h t0 t/T V? VT V? M V d f� )( I 0 0 0 0 0 0 0 0 Q 4? Vn N if*4R to ih LA r �n —V0 W a u ^ x W a E E E E E E } 3 3 3 3 3 3 C C r N C C a C v v n a a a a a a a E E E E E E w w 3 3 3 3 3 3\\ i� OD LL n 00 W fl. N 111 �M 0 w Y x W U K LL Y C O in V V Y C M C O C O V 'Y C E C Z C E u o E W+ bD O bD CL o v -O Q d O > y C 0 C z G C > O 0 0 Ln bD i 4% Y Y Y CQ G U v C C v a! '0 > Q E a,CD Y Y N v L of C C C V1 d N d in to CI U m U U C) rn co rl Ln N O M M. C 6 = 0 N Q CO c L C } N �8111111111:1� 111 ��Ill�llllll�lp��=1 I �11�11111 ■111 ���■�■nn�'��III �11■INllgl■ 111 �11■INII�1■■lil. �11■Illlldl■■111 �11■1�11111■■ 0 0 0 0 0 0 0 0 0 00 N In Ul Ul Ul Ul Ul N UT U1 t/T a i ice■ a 0 0 0 0 0 0 00 O O c0 � N VT to aA V� N vl N Ul N N N N M M M N N V! c m 0 o v m> v� ry C N H N L Op �n tti C Z W i m N O L ti L" (o 'O a• W VI G W S J V W O N O jV Z O U 0) oc LM M c ri !� ■B .! , _ : , �/ . ! | , , , III I &■ ` _ ° ° _ `; , _ ! k [ -z ./ ; \\§§ m § §;y $§_, ! :-� § z _ ! §Q2§)§)| \ ) \ KODIAK ISLAND BOROUGH STAFF REPORT DECEMBER 19, 2019 1 55�+• �') ASSEMBLY REGULAR MEETING SUBJECT: Change Order No. 6 Amending Contract FY2019-10 Architectural and Engineering Services Term Contract for Design for the North Star Elementary Siding Phase 1 Project ORIGINATOR: Matt Gandel RECOMMENDATION: Authorize the Manager to Execute Change Order No. 6 Amending Contract FY2019-10 with Jensen Yorba Wall, Inc. for Architectural and Engineering Services Term Contract in an amount not to exceed $53,031. DISCUSSION: Kodiak Island Borough Code 3.30.100 Change Orders - Manager Authority states that a change order greater than five percent of approved contract amount or $50,000, whichever is lower, requires Assembly approval. This is a change order to the Borough's term contract with Jensen Yorba Wall (JYW) to include design, bid assistance, and construction administration for the North Star Elementary Siding Phase 1 project. Per discussion between the Assembly and School Board on November 26, 2019, KIBSD will be providing funding for this project through their available fund balance. KIB is going to manage the design and construction process. The scope of this project is removal of the existing cement board siding at the gym portion of North Star Elementary and replacement with vinyl composite siding. The cement board siding was installed when the school was built in 1994, and has started experiencing deterioration and failure particularly around the gym. The siding and windows around the whole school are also experiencing deterioration, but due to schedule concerns Phase 1 of this project is focused on completing the gym exterior in summer 2020. This design change order includes schematic level design and a cost estimate for replacing siding and/or windows around the balance of school which would be considered Phase 2. Phase 2 work would occur in summer 2021 at the earliest. ALTERNATIVES: FISCAL IMPACT: KIBSD is providing the funding for this project using their available fund balance as discussed at the Joint Work Session on November 26, 2019. The total cost for this change order is $53,031. The total project cost for both phases is $502,039. OTHER INFORMATION: Kodiak Island Borough ■■E Jensen NNE Yorba EME Wall Q■■ Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 Jensenyorbawall.com Designing Community Since 1935 Kodiak North Star Elementary Re -Siding, Phase 2 — Fee Proposal December 12, 2019 Please find attached our fee proposal to investigate siding options at North Star Elementary as well as prepare bid documents for re -siding the Gymnasium portion of the building. The project will be completed as part of our existing term contract with KIB. Project includes: • Schematic -Level design of a comprehensive re -siding project Including: o Exploration of different siding materials o Details and schedule for window replacement as an alternate o Construction Cost Estimate by HMS, Inc. for a multi -phase project with several alternates. • Investigation and report on the skylight leaks. • Bid documents for a limited siding replacement of the Gymnasium portion of the building including full drawings and specifications. Project includes: o Siding removal and replacement on four elevations of the Gymnasium. o Two replaced man doors. Please note: • Proposal does not include additional site visits during design with the assumption that KIB personnel can investigate any site conditions not documented during previous visits. • Proposal does not include canopies or other structural modifications. The Kodiak Island Borough will handle bidding in-house with limited involvement from the Design Team. Bid services are proposed as Time and Expense and can certainly be modified as needed. The Kodiak Island Borough will also handle day-to-day Construction Administration with limited, remote involvement from the Design Team. The Construction Administration fee includes a single visit during construction as well as on-site Substantial and Final Inspections. All travel expenses assume a single, full day in Kodiak with travel and hotel billed as per actual expenses and meals billed as per the State of Alaska per diem rate. The CA fees are also proposed as T&M. Thanks again for this opportunity. We look forward to working with you. Sincerer Corey Wall, AIA Jensen Yorba Wall Architecture Interior Design Construction Management page 1 of 1 OMEN VF VT VT N VOT V01 t!1 m T N a a Q ~ OMEN F- n m .ti m MEMO m aGi� m xQ 0 0 0 0 0 0 0 0 H Z a rI ^ � 3 W N d a a 0 a e E E E E E E w E w E w w 9 J v v J d d ^ J J E E E E z P- m 2' cc a a d W 0 0 0 0 0 0 0 0 N E W N VF N N N VT l!1 VT 6 N W m i W W 1 O N N N N � N to Vf y N L Z �+ O Z O m z Y m ][ N_ J C O) O n c G l d y N Y Y cM O m 0 C O c E w m E m E o 'Di 0 u 0 0 v Q 0 z o 0 o m N>@ v 21 u m 0` 'c u u u z u V w c E c J o V, v 0< w m O 0 Ln 0 0 0 0 U m U U H �j m m o 00 0 0 p ■■■■ 0 0 0 0 o 0 m m CO SMOG !- N c f0— ti U N� O a o C uQ a 09 � o d s� 0 O O > Y Q N q O K W L r d d Y. OO WE d y w q N W e Tflt- c — m w y m- o n m 2 ur',�,� 'V^ m 0 h m > v q F it in w S 2 u w vci O F 2 = 0 0 0 N � C p m — m 'N - a - `m N 10 c m — c d — 5 — N m a c W ++ N �L' W ,J W° Q Z Fli O Km m tD - W o (D W MnLli N O ey O O H _ u m v i CW C W O C LD V1 V o n a n ¢ a�w�r=wo3z'i MEMO J m N NONE MEMO o u* C m— u N (1) C O O -0 > C�> V Qv00i N Q e V c Q o o o u m m o W ~ W N O O m C '� Y C W W ' m .• w � `v a v u U o w > Z Y 3 V N C e O u N O c O +n O m - Ol N 3L O - ,y N l0 c m - c d — � W O O O W a H h h C W tj Q VI d ut W Ip IL.1 pe O O Z = W L H C J Z Q Q Q O] N M N V N O O m c a0 > Y n 2 u 'o a o N O o E Ili c w o � G 0 J 7 N a Z N o =u '^ Z o Q u w c> m 0 J b Q O lcQ^1 lNO N MEND ° N N (0 5 b o 0 0 C u Q o 0 0 v u c a a w m o d w� W y a o o � v —� N O ^ v 5 — V1 O O C C 00 L t` ❑° O w w Q 6 Vl v W� p L N ip C > H � m S U in � vOj O Z O N? N N V 9 fL m IG t Q N O O V h m O m — 01 N � d N c m — C W � V A a W C VI v o 0 2 O a d a ti O F w « a in O Z f `^ ❑ m O a m y v a c Z O o� G w cu° °1 w v H j a m o U_ In y Z m In c m 2 cct+ Z n � an O x 0 u ^ v KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KFRC Fire Alarm Replacement & Upgrade 426-805 452.140 19004.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 03 Original Project Budget $ 150,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 81,382.00 Adjusted Project Budget $ 150,000.00 This Change: $ 23,620.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 105,002.00 Current Remaining Project Budget: I $ 150,000.00 Description of Change Cost Provide design and construction administration services for replacing the fire alarm panel and devices $ 23,620.00 at Kodiak Fisheries Research Center per proposal dated September 17, 2019. Design services to be lump sum; construction administration services to be time and materials. The time provided for completion of the contract is (N unchanged) (13 increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or S50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approvaL Accepted By: Approved Contractor's Manager L111AMI Date4* Mayor and Deputy Presiding Officer Approval (does not exceed frvepercent ofthe original contract amount or Approved By: Borough Mayor Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Borough Manager i•"" ? r1�B—IoughClerk Revised 09119 OCT 2 9 2019 i Date: Date: Page I of I Adm, Kodiak Island Borough Assembly Newsletter Vol. FY2020, No. 43 October 18, 2019 At Its Regular Meeting Of October 17, 2019, The Kodiak Island Borough Assembly Took The Following Actions: PROCLAIMED Month Of October 2019 As Filipino American National History Month As Established By The Trustees Of The Filipino American National Historical Society. PROCLAIMED The Month Of October 2019 As Fire Prevention Month And Encouraged All Citizens To Test Their Smoke Alarms At Least Every Month And To Support The Many Safety Activities And Efforts Of The Borough Fire And Emergency Services During The Month. RECEIVED FY2020 1st Quarter Budget -vs -Actual From Finance Director, Dora Cross ADOPTED Ordinance No. FY2020-01A Amending Ordinance No. FY2020-01, Fiscal Year 2020 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects. AMENDED, ADOPTED Ordinance FY2020-10 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.05 Fiscal Policy Section 3.05.080 Reserve Policies. POSTPONED Resolution FY2020-08 Hazard Mitigation Plan To The Next Regular Assembly Meeting Of December 19, 2019. AUTHORIZED The Borough Manager To Execute Change Order No. 3 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Fire Alarm Upgrade Project In An Amount Not To Exceed $23,620. AUTHORIZED The Borough Manager To Execute Change Order No. 4 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Exterior Upgrade Project In An Amount Not To Exceed $51,839. ADOPTED Resolution No. FY2020-12 Ratifying And Certifying The Results Of The October 1, 2019 Municipal Election. DECLARED A City Seat On The Planning And Zoning Commission Vacant (Mr. Duane Dvorak) CONFIRMED The Mayoral Appointment Of Mr. Kyle Blondin To A Borough Seat On The Planning And Zoning Commission A Term To Expire December 31, 2019. ADMINISTERED The Oath Of Office To The Newly Elected Officials, Mayor Roberts, Assembly Member Duane Dvorak, And Reelected Assembly Member Scott Arndt. PRESENTED Certificate Of Appreciation To Outgoing Assembly Member Scott Smiley. PRESENTED Certificate Of Appreciation To Outgoing Mayor Daniel Rohrer. View our website: Visit our Facebook page: © Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: September 17, 2019 To: Matt Gandel From: Corey Wall Re: Kodiak Fisheries Research Center — Fire Alarm Replacement Scope Thank you for contacting us for design services for the Fire Alarm replacement at the KFRC Building. Scope of the project is as follows: • See attached Electrical Fee Proposal for specific scope items. • Architectural services will include preparation of base plans for electrical work, code study, and front end specifications. Please note the following assumptions: • Site visits by the architectural team are not included at this time. • Architectural construction work is assumed to be limited to patch and paint. • Professional cost estimation is not included at this time. • Construction Administration from the architectural team is very limited, with the majority of services provided by the electrical engineers. Additional services, including on-site observations can certainly be added if desired. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management DESIGN SERVICES PROPOSAL SUMMARY Jensen Yorba Wall Project: KFRC Fire Alarm Replacement SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $14,543 Lump sum $0 $0 $14,543 Bidding and Negotiations $0 Lump sum $0 $0 $0 Construction Administration $9,078 Time/Expense $0 $0 $9,078 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $23,620 C:\Users1corey\Desktop\2019.09 JYW Transfer\KFRC\2019.09.17 KFRC Fire Alarm f9eplacement.AsSUM 9/17/2019 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES PROJECT NAME: KFRC Fire Alarm Replacement DDMC r KI-- 1Qnd7 fl IPKIT DRf)tprT Kin - Jensen Yorba Wall Inc ARCHITECTURE: Project Management Code Study Site Plan Floor Plans Reflected Ceiling Plans Division 0 & 1 Specifications Subtotal Hours Subtotal Dollars $ CONSULTANTS: Architect Interior Design onstruction Manag Drafter Exec A Cler A ACC $0 STAFF: PMgr A -III A -II I A -I I Int III ID -III I ID -II I ID -I CM -III CM -II CM -1 D -II I D -I I EA I CA A TOTAL Energy Analysis $170 $140 $125 $110 $95 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 S85 $1,011 ARCHITECTURE: Project Management Code Study Site Plan Floor Plans Reflected Ceiling Plans Division 0 & 1 Specifications Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering $0 Structural Engineering $0 Mechanical Engineering $0 Electrical Engineering $10,107 Hazardous Materials Investigation $0 Landscape Architecture $0 Cost Estimating $0 Energy Analysis $0 Other $0 Subtotal $10,107 Overhead/Profit 10% $1,011 Total $11,118 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $14,543 FireAlarm ep acemen .x s- 9/17/2019 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION PROJECT NAME: KFRC Fire Alarm Replacement n aur onnicrr u,.. Jensen Yorba Wall Inc ARCHITECTURE: Project Management Pre -Construction Conf Clarifications Submittal Review Testing/Inspection RFIs/RFPs/CO'5 Project Meetings Field Observations 6 @ 12 hours Substantial Compl Insp 1 @ 12 hours Final Completion Insp 1 @ 12 hours Close-out Subtotal Subtotal Do CONSULTANTS: Architect Interior Design onstruction Manag Drafter Exec A Cler A ACC $0 [STAFF: PMgr I A -III I A -II I A -I I Int ill ID -III I ID -11 I ID -1 I CM -111 CM -II CM -1 I D -II I D-1 I EA I CA A TOTAL Energy Analysis $170 $140 $125 $110 $95 $140 $115 $65 $140 $120 $95 $95 $85 $80 $40 S85 $711 ARCHITECTURE: Project Management Pre -Construction Conf Clarifications Submittal Review Testing/Inspection RFIs/RFPs/CO'5 Project Meetings Field Observations 6 @ 12 hours Substantial Compl Insp 1 @ 12 hours Final Completion Insp 1 @ 12 hours Close-out Subtotal Subtotal Do CONSULTANTS: Civil Engineering $0 Structural Engineering $0 Mechanical Engineering $0 Electrical Engineering $7,107 Hazardous Materials Investigation $0 Landscape Architecture $0 Cost Estimating $0 Energy Analysis $0 Other $0 Subtotal $7,107 Overhead/Profit 10% $711 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $9,078 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KIBSD Auxiliary Gym 415-539 452.140 20007.4 Contractor: Jensen Yorba Wall, Inc. Cost Terre Contract No.: 2019-10 Change Order No.: 05 Original Project Budget: S 60,000.00 Original Contract: S 0.00 Previous Budget Changes: S 0.00 Previous Changes: S 156,841.00 Adjusted Project Budget: S 0.00 This Change: S 50,884.00 To -Date Project Expenses: $ 0.00 %of Original Contract >5% To -Date Project Encumbrances: S 0.00 Adjusted Contract: S 207,725.00 Current Remaining Project Budget: S 60,000.00141 Description of Change Cost Provide design and construction administration services for the KIBSD Auxiliary Gym project per S 50,884.00 the proposal dated December 12, 2019. Design fee to be lump sum; construction administration be time and materials. All fees for this work are being reimbursed by KIBSD. The time provided for completion of the contract is (® unchanged) (❑ increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not erceed five percent of the original contract annou nt or $50,000, whichever is lover, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of lite depnry presiding ojTce, or the deputy presiding officer and one assembly member In the absence of rite mayor. Change orders greater than five percent ofapproved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: JYW Date: 12129119 -OW* /a Date: .! 8 OZ6 i Approved By:_ Date: I I u{ i2D � �i Borou nagcr q�ASKP1 Boroug Clcr Mayor and Deputy Presiding Officer Approval (does not exceed fire percent ofthe original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is loner) Approved By: Borough Manager Date: Attest: Borough Clerk Date: Date: Revised 09119 Page 1 of 1 KODIAK ISLAND BOROUGH STAFF REPORT DECEMBER 19, 2019 ASSEMBLY REGULAR MEETING r SUBJECT: Change Order No. 5 Amending Contract FY2019-10 Architectural and Engineering Services Term Contract for Design for the KIBSD Auxiliary Gymnasium ORIGINATOR: Matt Gandel RECOMMENDATION: Authorize the Manager to Execute Change Order No. 5 Amending Contract FY2019-10 with Jensen Yorba Wall, Inc. for Architectural and Engineering Services Term Contract in an amount not to exceed $50,884. DISCUSSION: Kodiak Island Borough Code 3.30.100 Change Orders - Manager Authority states that a change order greater than five percent of approved contract amount or $50,000, whichever is lower, requires Assembly approval. This is a change order to the Borough's term contract with Jensen Yorba Wall (JYW) to include design, bid assistance, and construction administration for the KIBSD Auxiliary Gym project. Per discussion between the Assembly and School Board on November 26, 2019, KIBSD is going to manage the design and construction process for this project, but will be paying for the design costs through the Borough's term contract with Jensen Yorba Wall. ALTERNATIVES: FISCAL IMPACT: This design work will be paid for by KIB and reimbursed by KIBSD using their available fund balance as discussed at the Joint Work Session on November 26, 2019. The total cost for this change order is $50,884. The total estimated reimbursable amount is $60,000, including the design fee and KIB staff time. OTHER INFORMATION: Kodiak Island Borough ■■■ Jensen ■00 Yorba NEE Wall ONE Inc 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Kodiak H5 Aux Gym Renovation — Fee Proposal December 12, 2019 Please find attached our fee proposal to finish the Kodiak High School Auxiliary Gym Renovation project. The project will be completed as part of our existing term contract with KIB. Project includes: • A comprehensive set of bid documents, including drawings and specifications, for an interior renovation of an existing space to become an Auxiliary Gymnasium. • The project assumes a fast design period with limited or no changes In scope from what was determined during the Dec. 11 site visit. o Gym layout as per 2012 drawings. o Four accessible exits, including non -ramped slopes down from the raised floor slab. Modified RR layout as required by floor slopes. o Minor exterior modifications, Including bollards, slab, and canopy at new exterior door. o Structural design for wall reinforcing by others. o Modified interior duct layout and type. o Door and hardware provided by Owner. Project will include several alternates: o Gym Floor Restrooms (below slab piping, Including wall framing for new drinking fountain In Base Bid) Gym Equipment o Restoration of interior relites • A single review, Including an ARB Meeting, will be provided at 95% completion. Additional site visits during design are not currently included. The Kodiak Island School District will handle bidding in-house with limited involvement from the Design Team. Bid services are proposed as Time and Expense and can certainly be modified as needed. The Kodiak Island School District will also handle day-to-day Construction Administration with limited, remote Involvement from the Design Team. The Construction Administration fee includes a single visit during construction as well as on- site Substantial and Final Inspections. All travel expenses assume a single, full day in Kodiak with travel and hotel billed as per actual expenses and meals billed as per the State of Alaska per diem rate. The CA fees are also proposed as T&M. Thanks again for this opportunity. We look forward to working with you. Sincerely, Carey Wall, AIA Jensen Yorba Wall Architecture Interior Desion Construction Management page t of t OMEN V N v 0 N a a Q v OMEN N NL o ■.■E) N cca U C }N )( 0 0 0 0 0 0 0 0 Q V} th VT VF V� V} VT N Z W N N a N � x w m O wa E E E E E E W„ g � VI VI VI VI N N a a n 2 > E E X E E E E E E E E E y L N , , J J J J J J\\ N J J J J J J a a x o E E_ o � O o � w N N E LL VOT VO? O V} VT m N (� V N x N Q J Q = 1A Y x Y A N 'O ai O Y ry J C W ya O O n N a+ C LL 0 0O C ` O Z C O r a C E C a a J a Em� p u m x Oa0 aa0 d s C o v ^ ' o a �WiI a .- _ - - O U A U U V C Z G W V m m N C U Na � C Dcc J 0 Lna vwi a` in �n u m u° u° U I a Wo � m N ■■■■ vo .� m m v� m o m Q N ni ry N � ca SEEM F EEEo .� C co - N 0 C 4%QCD o O -2 V Q C O O } c a se V c O O O Y Q� GOO N x y W ry > d V N lO 0 T ry vi m u m a E Q m 75 o ff C N O O N 2 = o m m o O U H _ N w O o N O O � Ol � — m N O O W j G 0 0 C Q N LL V1 s u E N O O w of x ll � V7 ut 2 mo em mm O < W Fill 0 0 6 N o g O c m o_ Y t2va Z >o c O 0 0 2 _ d O G' � — o G E w Zz, U O w > OC a c `o O V7 U� W LL S u z N Z O Q U r O m 9 O .2 .2 LL W O O d YI Q- U O N N C 6 U m SOON 0 0 0 0 o 0 0 0 p J a0 < of N O n N ~ N nON ti O lO N m l0 Q o NONE) o C (V o 0 a) C:} Q Q Q o 0 0 e U c Q o o o u d Q w m m W r W Ifl O O C C m y y w N w Eb N Z V` O N O p N O N C C C Q ti TF IT h W O o u -LL c O +n m— N n V O O O � N m O O � Ol � H 3 IIl O O W W O c VI W y W K � ZIxry Q z z = J y O N C W O K a o o a 0 ou CC > C d wo w 2Eo ao vii a' vWi Z c m, c z O O x O Z u �= ii a U w u< o w c= LL a= c o Q 6 6 U Vf 1' LL V1 LL V � O N ; a 05t 019 ! ! | ` B � ■! ° � � � ° 5 a a ,■ � � � ° ° °a a . 19 ( to .8 !! !! 9 !! ;E %k$ �§ Lu§ !� n ! I RSA Engineering, Inc. December 11, 2019 Mechanical & Electrical Engineers Jensen Yorba Wall 522 W. 10'' Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, REFERENCE: Kodiak High School Auxiliary Gym Mechanical and Electrical Design Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • The project will consist of a renovation of the existing storage space at the high school into an Auxiliary Gym. • We will provide two design submittals, 95% Construction Documents, and 100% Bid Documents. We will use the drawings issued In November 2011 forthe Auxiliary Gymnasium as the basis of design for the project. The drawings will be updated to comply with current code requirements and to include changes to the project area that were made in the HS renovation project. • Mechanical design will include new plumbing and exhaust air ductwork for the toilet rooms; new supply and return air ductwork for the existing roof mounted air handling unit and rain leader modifications for structural upgrades. The new supply air ductwork will be designed to be fabric ductwork similar to existing HS Gymnasium ductwork. • Electrical Design will include renovations to power distribution in the project area and new lighting. The new lighting design will use the owner furnished LED fixtures as basis of design. • Fire alarm and sprinkler systems modifications will be performance specified to be designed and installed by the successful bidding fire alarm and sprinkler subcontractors. Exclusions: • Construction Administration services are not included in this fee proposal. We will provide a separate proposal for Construction Administration services on this project. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired In the future, we propose to negotiate costs for the work at that time. RSA proposes the following lump sum fee for design services on this this project: Task 95% Construction Documents 100% Construction Documents Design Subtotals: GRAND TOTAL: Mechanical Electrical $2,770.00 $1,840.00 $1,110.00 $1,100.00 $3,880.00 $2,940.00 $6,820.00 670 W. Fireweed Ln, St. 200 Anchorage, AK (907)276-0521 1 www.,s ,k c,, I RSA Engineering, Inc. December 11, 2019 Jensen Yorba Wall 522 W. 1011 Street Juneau, AK 99801 Mechanical & Electrical Engineers ATTENTION: Corey Wall Dear Corey, REFERENCE: Kodiak High School Auxiliary Gym Mechanical and Electrical Construction Administration Fee Proposal RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • We will provide bid and construction administration services for the renovation of the existing storage space at the high school into an Auxiliary Gym. We understand the project delivery method will be design -bid -build. • Bid phase services include preparation of addenda material and responding to bidder questions. • in Office Construction Administration (C/A) services include submittal review, DCVR review/response, review of operation and maintenance manuals and preparation of record drawings based upon contractor generated redline mark-ups. On-site Construction phase services include 1 mechanical and 1 electrical inspections. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Design Phase services are not included in this fee proposal. We will provide a separate proposal for Design services on this project. • Commissioning services, LEED services, and cost estimation services are not included in our proposal at this time. If these services are desired in the future, we propose to negotiate costs for the work at that time. RSA proposes the following time and expenses construction administration fee estimate for this project: Task Bid Phase Services In -Office C/A Site Inspections C/A Subtotal Reimbursable Expenses: Mechanical Electrical $360.00 $300.00 $2,560.00 $2,520.00 $2,160.00 $1,800.00 $5,080.00 $4,620.00 $1,053.00 GRAND TOTAL: $10,753.00 670 W. Fireweed Ln. Ste 200 An&omge, AK (907) 276-0521 1 w .rea-ak.mm December 11. 2019 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed. We have attached a copy of our Standard Terms and Conditions to provide guidelines for contractual issues in the absence of a formal contract for this project. We look forward to working with you on this project. bpplhhm 19-0584IP19-386 Attachment Accepted for Jensen Yorba Wall Sincerely, Brian Pekar, P.E. Associate Principal Engineer Pane 2, December 11, 2019 RSA Engineering, Inc — Standard Terms and Conditions This document is Intended to provide guidelines for contractual Issues In the absence of a contract supplied by our client. Performance: RSA Engineering, Inc., herein known as RSA and its employees will exercise the degree of skill and care expected by customadly accepted practices and procedures. No warranties, expressed or Implied, are made with respect to RSA's performance, unless agreed In writing. RSA is not a guarantor of the project to which Its services are directed, and responsibility is limited to work performed for the client. RSA is not responsible for acts and omissions of the client, nor for third parties not under its direct control. RSA shall not be liable for any reason for any special, indirect or consequential damages including loss of use and/or loss of profit. RSA may rely upon Information supplied by the client engaging RSA and its contractors or its consultants without Independent verifications. Ownership of Documents: Documents prepared under this agreement are Instruments of Service for the sole use and benefit of the Owner. RSA retains a property Interest in the work products Including rights to copy and reuse. RSA grants the Owner a perpetual and non-transferrable license to reproduce the Instruments of Service for their Intended use, Including the right to reproduce for constructlon, upkeep, operation and maintenance. RSA will Incur no liability from the unauthorized use or modification of the Instruments of Service for other than their original purpose without RSA's written permission. RSA's signatures, professional seals and dates shall be removed from the Instruments of Service when these documents are used for other than their Intended purposes. Governing Law: This contract shall be governed by the laws of the State of Alaska, and any lawsuits brought thereon shall be filed at the Judicial District Court In Anchorage, Alaska. Insurance: RSA maintains errors and omission insurance (claims made basis), commercial general liability Insurance, automobile liability insurance and workers compensation and employer's liability insurance for employees performing work under this contract. Indemnity: RSA shall Indemnify, defend and hold the client, agents and employees harmless from and against any and all claims, demands, suits, liability of any nature under this agreement resulting from negligent acts, errors or omissions of RSA, RSA's officers, agents, and subconsultants who are directly responsible to RSA. RSA is not required to indemnify, defend or hold harmless the client for a claim of, or liability for, independent negligent acts, errors, or omissions of the client. If there is a claim of, or liability for, a Joint negligent act, error or omission of RSA and the Client, the indemnification, defense and hold harmless obligation of this agreement shall be apportioned on a comparative fault basis. Dispute Resolution: Prior to Initiating court action, RSA and the client shall in good faith seek to settle or resolve the controversy by submitting the matter to mediation In Anchorage, Alaska. Such notice shall be within the statutory time limit for commencing a legal action Involving the controversy. The Independent third party Mediator will be selected by mutual consent of both Parties from a list of available members of the American Arbitration Association. If the parties do no resolve a dispute through mediation, binding dispute resolution shall be through litigation In a court of competent jurisdiction in Anchorage, AK. Proposals: Proposals expire 90 days after submission to a client unless a different expiration limit Is Included in the proposal. RSA may withdraw or modify a proposal at any time prior to acceptance by the client. Payments: Payments for RSA Services shall be made after client's approval of RSA submission and Invoice. Client shall review and approve each submission and Invoice and shall pay the Invoice amount within 30 days (or other agreed upon timetable) of approval. If the owner does not approve a submission it shall be returned to RSA for revision. Invoicing: RSA will Invoice on a monthly basis. All Invoices shall be due and payable upon receipt. Interest charges of 1.5% per month may be assessed for unpaid balances beyond 120 days past due unless other arrangements are made. In the event billing is on a pay when paid basis, RSA and the client agree to six months past due prior to assessing interest charges unless other arrangements are made. It is agreed that in the event of failure of the client to make payments in compliance with this agreement, RSA, at Its option, may terminate all services in connection with this agreement. Termination: This contract may be terminated by either party upon 30 days written notice, should the other party fail to substantially perform in accordance with the terms and conditions herein. In the event of termination the consultant shall be paid compensation for services actually performed and for reimbursable expenses actually incurred. RSA reserves the right to complete analysis and records as are necessary to put files in order, and were considered by us necessary to protect our professional reputation. Page 3 or 3 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 KFRC Exterior Upgrade 426-805 452.140 20004.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2019-10 Change Order No.: 04 Original Project Budget: $ 100,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 105,002.00 Adjusted Project Budget: $ 100,000.00 This Change: $ 51,839.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 156,841.00 Current Remaining Project Budget: I $ 100,000.00 Description of Change Cost Provide schematic design and design development documents for the KFRC Exterior Upgrade $ 51,839.00 project, per proposal dated September 30, 2019, including professional construction cost estimate based on design development documents. Design and cost estimating to be lump sum; reimbursables to be time and materials. The time provided for completion of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Mayor and Deputy Presiding Officer Approval (does not exceedfive percent of the original contract amount or $50,000, whichever is lower) Approved By: Borough Mayor Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent ofapproved contract amount or $50,000, whichever is lower) Approved By: Date: Borough Manager` Revised 09/19 OCT FY2019-1 OD Arch itectural & Engineering Ser Attest: Date: Date: SCANNED/7 2 3 2019 ; Date; 4 0_1_ Kodiak Island Borough Assembly Newsletter Vol. FY2020, No. 43 October 18, 2019 At Its Regular Meeting Of October 17, 2019, The Kodiak Island Borough Assembly Took The Following Actions: PROCLAIMED Month Of October 2019 As Filipino American National History Month As Established By The Trustees Of The Filipino American National Historical Society. PROCLAIMED The Month Of October 2019 As Fire Prevention Month And Encouraged All Citizens To Test Their Smoke Alarms At Least Every Month And To Support The Many Safety Activities And Efforts Of The Borough Fire And Emergency Services During The Month. RECEIVED FY2020 1 st Quarter Budget -vs -Actual From Finance Director, Dora Cross. ADOPTED Ordinance No. FY2020-01A Amending Ordinance No. FY2020-01, Fiscal Year 2020 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects. AMENDED, ADOPTED Ordinance FY2020-10 Amending Kodiak Island Borough Code Of Ordinances Title 3 Revenue And Finance Chapter 3.05 Fiscal Policy Section 3.05.080 Reserve Policies. POSTPONED Resolution FY2020-08 Hazard Mitigation Plan To The Next Regular Assembly Meeting Of December 19, 2019. AUTHORIZED The Borough Manager To Execute Change Order No. 3 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Fire Alarm Upgrade Project In An Amount Not To Exceed $23,620. AUTHORIZED The Borough Manager To Execute Change Order No. 4 Amending Contract FY2019-10 Architectural And Engineering Services Term Contract For Design For The Kodiak Fisheries Research Center, Exterior Upgrade Project In An Amount Not To Exceed $51,839. ADOPTED Resolution No. FY2020-12 Ratifying And Certifying The Results Of The October 1, 2019 Municipal Election. DECLARED A City Seat On The Planning And Zoning Commission Vacant (Mr. Duane Dvorak). CONFIRMED The Mayoral Appointment Of Mr. Kyle Blondin To A Borough Seat On The Planning And Zoning Commission A Term To Expire December 31, 2019. ADMINISTERED The Oath Of Office To The Newly Elected Officials, Mayor Roberts, Assembly Member Duane Dvorak, And Reelected Assembly Member Scott Arndt. PRESENTED Certificate Of Appreciation To Outgoing Assembly Member Scott Smiley. PRESENTED Certificate Of Appreciation To Outgoing Mayor Daniel Rohrer. View our website: Visit our Facebook page:© Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: 91 @KodlakBorough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: September 30, 2019 To: Matt Gandel From: Corey Wall Re: Kodiak Fisheries Research Center Exterior Upgrade — Project Scope SD & DD Thank you for contacting us to assist in the design of the KFRC Exterior Upgrade. Please find attached a breakdown of our fee proposals for SD and DD phases. The following is a summary of our understanding regarding scope of the project. Scope of the project is as follows: • Comprehensive replacement of the exterior metal siding. • Comprehensive replacement of the roof—both pitched standing seam metal and flat membranes. • Replacement of associated items, including louvers and roof accessories. • Replacement of hollow metal exterior doors. Replacement of the windows and aluminum storefront is not anticipated. • The project will be cost estimated with the North Elevation Siding Replacement, East, South and West Elevation Siding Replacement, and Roof Replacement broken out as separate projects. Please note the following assumptions: • Two site visits during design have been included—one at the start of the project, and one during DD. These visits are primarily to investigate and confirm as -built conditions, but if desired, they can be coordinated for an in-person ARB presentation. One professional construction cost estimate has been included at the end of the DD work. • Structural engineering has not been provided. It is assumed that the new siding and roofing will not need additional engineering. • Sampling by an environmental engineer is not included since the original building was constructed in 1997. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management C Co = 0 0 0 0 0 0 0 0 I 01 .n V) m v V u} V} in m m m i VF v� '^ V4 00000000 t- Vn. t V V iV} Vt V* .n tA 0000000 w V). V on M +n Vw vv an L w W x w a E E E E E E N °� Y C C py F U1 V1 N V1 VI UI aJ al CL a a a a a a a E E E E E E y wx J J J J J J N N E E F D U) N ❑ v WO O O m O O O O ` W VT V} N N Vn V} V) VT N C4 LL r, co C N V m O m u. V� Vt m o � •� � m a X W u 0 d LL LU Y W U J C < O ^ Y O y M Y C c C L O O 0 aai m a a a c_ Z C Eaj $ w E, 0- o o u bD •N a°n a¢ O m o❑ 0}CLn 0> o o o r' V1 Q OU �' •y Q u m LJ U V W m V! aJ C E C Y C ♦+ Y O in al v '� c c Fa•- a` w v 0 of d vwi CL V/ V1 0 u E u u O (� C QC u CO C L m Z G 0 a m ~ -o Z to U CL O O WL U U LD LL W W Y ei ut Z l7 � LI; cc N LL O ^2 Q F Z 2 <Gt W B c U vi a n 0 0 0 0 0 0 0 0 0 O O VY N N VF 1A V1 lR V1 l/i VY In �BII■111■IIIRIIIII a��n���n■IIIYIII ��1■IIIYIN■11111 t l< L 0 L 7m n 0 0 0 0 0 0 0 0 0 O O VY N N VF 1A V1 lR V1 l/i VY In V1 V1 to V1 N V1 N VY to N m N 00 m M N ■■mss■■o ■1 1 ■1�1 Ifl V1 V1 to V1 N V1 N VY to N m N 00 m M N 2 2 F ¢ Z z W_ O =O m z> - Z N f N z❑ a in l7 Z S IIII 2 2 F ¢ Z z W_ O =O m z> - Z N f N z❑ a in l7 Z S s m a RSA Engineering, Inc. September 13, 2019 Jensen Yorba Wall 522 W. loth Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, Mechanical & Electrical Engineers REFERENCE: Kodiak Fisheries Research Center Fire Alarm System Replacement Electrical Fee Proposal RSA Engineering is pleased to offer a fee proposal for electrical engineering services for the referenced project. We have based our scope of work on your e-mail correspondence, on-site discussions on August 26th with KIB by Jeremy Maxie in our office, as well as the original fire alarm drawings dated 11/21/97, and the following assumptions: General: • Scope: The fire alarm system in the facility is due for replacement due to age and difficulty in obtaining replacement parts and service. The fire alarm system will be performance specified to be designed and installed by the successful bidding Fire Alarm contractor. We will prepare bid -level drawings showing all existing devices and suggested new locations for bidders. • Our understanding is that there have been ventilation modifications that may have affected the damper and duct detector locations shown in the original drawings. We will verify the existing conditions and have included time for our Mechanical department to assist in determining if more or less devices will be required in the new system. • Site Visits: We plan to make a "plan -in -hand" design site visit shortly before the 65% submittal. • Deliverables: We will provide a 65% design development set for review and a final stamped set of construction drawings with CSI -style specifications after addressing any Owner review comments. • Bid phase services include preparation of addenda material and telephonic attendance at the prebid meeting, as well as addressing any permitting questions. • Construction phase services include telephonic attendance at the preconstruction meeting, submittal review, DCVR review/response, a substantial completion inspection, review of operation and maintenance manuals and review of the fire alarm as -built drawings. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Commissioning and cost estimation services are not included in our proposal. If these services are desired in the future, we propose to negotiate costs for the work at that time. 670 W. Fireweed Ln, Ste 200 Anchorage, AK (D07) 276-0521 1 w ma-ak.wm September 13, 2019 RSA proposes the following fees for this project: Design Phase (Lump Sum) Electrical 65% Design Development $ 6,050.00 100% Construction Documents $ 3,410.00 Subtotal: $ 9,460.00 Design Total: $ 10,107.00 Construction Phase (T&M) Electrical In -Office CA Services $ 3,200.00 Substantial Completion Inspection $ 1,820.00 Contract Closeout $ 1,440.00 Subtotal: $ 6,460.00 CATotal: $ 7,107.00 Grand Total $ 17,214.00 Reimburseable Expenses $ 647.00 $ 647.00 Reimburseable Expenses $ 647.00 $ 647.00 Please review and advise if this proposal is acceptable by issuing notice to proceed. We look forward to working with you on this project. Sinc rely, Channin . Lillo, P.E., LC Vice President, Principal Electrical Engineer jam/cpl/hhm 19-04161P19-248 Accepted for Jensen Yorba Wall KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2019-10 Change Order No. 02 Project Name, Number & Location Bayside Fire Department Exterior Upgrade 450-550 452.140 19009.4 Contractor Jensen Yorba Lou, Inc. Amount of Contract & Change Order Original Contract S Tenn Contract Previous Changes $ 60,185.00 This Change S 21,197.00 Adjusted Contract S 81,382.00 Description of Change Cost Provide design, bidding, and construction administration services for the Bayside S 21,197.00 Fire Department Exterior Upgrade project. Design services to be lump sum, bidding and construction administration to be time and materials. The time provided for completion of the contract is (VJ unchanged) (0 increased) (LJ decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply drereto. Accepted By: Date: 5.6.2019 y Watl >01vl Date n`'I Finance Director Approved By: // / 1 Attes Date /Manafci as than S%lnescessand o ail noterceed ,g,S100,000) Per Borough Code 3.30.100, if the change order is up to five percent (5%) and not exceeding two hundred thousand dollars (5200,000), it will require approval of the mayor and deputy presiding officer; if it exceeds 5% or 5200,000, it will require the approval of the Assembly. Please attach Assembly news!Vie ' d' d ! ^^^-^ � Revised by FISEC 04/23/14 1 1 61 AY 1 0 2019 kensen orba Lott . MEETING MINUTES Serving Alaska Since 7935 Date: April 2, 2019 To: Matt Gandel, KI B From: Corey Wall RE: Kodiak Bayside Fire Department Exterior Upgrade - Design & CA Fee Proposal Please find attached our fee proposal for Design and Construction Administration Services for the Kodiak Bayside Fire Department Exterior Upgrade Project. The proposal Includes: • Lump Sum proposal of $13,767 for Design services • Time & Expense estimate of $7,430 for Construction Administration services. The proposal is based upon the following scope of work: • Replace existing metal roof with asphalt shingle roofing. Add ventilation to the training room roof if allowed by existing structure. • Replace existing wood windows with dual -pane, self -flanging vinyl windows in existing openings. • Replace existing wood siding with polymer siding and building wrap. • Replace existing exterior doors and hardware. • Construction and details will be similar to those used at the Womens Bay Fire Hall. Specifications will include front-end Divisions similar to the Kodiak Middle School Boiler Replacement project. • Proposal does not include any hazardous material testing or abatement. Proposal also does not include any engineering assistance beyond a limited structural analysis of the training room roof. Engineering services can be added later as required. • Fee proposal includes a single site visit by the architect at the project start to confirm as -built measurements of the existing building. The trip will be part of an already -scheduled trip for a different project for the Borough, so expenses for travel and accommodation are not included in this proposal. • A single visit for Final Inspection, with travel expenses, has been included in the Construction Administration estimate. Thank you for the opportunity! We look forward to working with you. Please don't hesitate to contact me if you have any questions. ARCHITECTURE • INTERIOR DESIGN • CONSTRUCTION MANAGEMENT 52-1 WEST 10h1 STREET JUNEAU, ALASKA 99801 (907) 586-1070 FAX (907) 586-1959 wuiv.lensvnyo rbaI0U.L o m PAGE1 ,6-10 DESIGN SERVICES PROPOSAL SUMMARY Jensen Yorba Lott Inc Project: Kodiak Bayside Fire Department Exterior Upgrades SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $3,980 Lump sum $0 $0 $3,980 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $9,787 Lump sum $0 $0 $9,787 Bidding and Negotiations $0 Lump sum $0 $0 $0 Construction Administration $6,495 Time/Expense $935 $0 $7,430 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $21,197 c—� c G:1 Projects11900210smpefee%Kodiek Bayside FD Exterior Upgrade FeeSUM 3 (57 42/2019 Date: May 6, 2019 Kodiak Island Borough Engineering & Facilities Department Projects Office 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9210 Fax (907) 486-9347 To: Dave Conrad, Acting E/F Director From: Matt Gandel, Project Manager/InspectorR6— RE: Contract 2019-10 Change Order #2 Attached is change order #2 to term contract 2019-10 for Jensen Yorba Lott (JYL) for architectural/engineering services. This change order is for design, bidding, and construction administration services for the Bayside Fire Department Exterior Upgrade project. The Fire Protection Area No. I Board reviewed and approved this proposal at their meeting on April 8, 2019, and the Borough Assembly approved $25,000 in Ordinance No. 2019 -OIC to start design work on this project. The cost for this change order will be charged to the Design line of the budget. G t7 DESIGN SERVICES PROPOSAL PROGRAMING/CONCEPT DESIGN SERVICES Project: Kodiak Bayside Fire Department Exterior Upgrades Jensen Yorba Lott Inc STAFF: Architect I Interior Design onstruction Managel Drafter 1ExecA1CIerA1 ACC TOTAL PMgr I A -III A -IIA -1 In[ III Int It ID -111 ID -II ID -1 CM -111 CM -II CM -1 D -II D -I EA CA A 5170 1 5140 I 5125 1 $110 1 $95 $85 $140 $115 $65 5140 $120 $95 1 $95 $85 1 $80 1 $40 1 SBS ARCHITECTURE: Project Management Existing Drawing Prep On -Site As -Built Measuring Subtotal Hours Subtotal Dollars S CONSULTANTS: Civil Engineering, Geotech Investigation Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Energy Analysis Subtotal $0 Overhead/Profit 10% 50 Total $0 TOTAL PRE -DESIGN SERVICES FEE $3,980 Kodiak Bayside FD Exterior Upgrade Fee -10 Pre -Des 4/2/2019 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: Kodiak Bayside Fire Department Exterior Upgrades Jensen Yorba Lott Inc STAFF: Architect Interior Design onstruction Managel Drafter 1Fxec ClerAl ACC TOTAL PMgr A -IR A -II A -I I Int III I Intl[ ID -III ID -II 1 CM -III I CM -II I CM -1 I D -II D -I I EA CAA $170 $140 $125 $110 $95 $85 $140 $115 565 $140 $120 $95 $95 $85 $80 540 585 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monito Meetings ARB Meeting (1) Construction Dwgs Specifications 65% Submittal 95% Submittal 100% Submittal Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering $1,170 Mechanical Engineering Electrical Engineering Hazardous Materials Investigation Landscape Architecture Cost Estimating Energy Analysis Subtotal $1,170 Overhead/Profit 10% $117 Total $1,287 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $9,787 l�od�a mysine m Li errorpgraae tee-0LUg N 0 P DESIGN SERVICES PROPOSAL Project: Kodiak Bayside Fire Department Exterior Upgrades Jensen ■■■ Yorba MEN Lott Inc ONE CONSTRUCTION ADMINISTRATIONSON STAFF: Architect I interior Design onstruction Managel Drafter Exec A Cler A ACC TOTAL PMgr A -III A-11 A -I Int 111 Int II ID -III ID -11 ID -I CM -Ill CM -II CM -1 D -Il D -I EA CA A $170 $1401 $125 $110 $95 $85 $140 $115 $651 $140 $120 $95 $95 $85 $80 $40 $85 ARCHITECTURE: Bidding Assistance Construction Admin Pre -Con Meeeting Submittal Review RFis Final Inspection Close -Out Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering Electrical Engineering Hazardous Materials Investigation REIMBURSABLES: 1 Trip $935 Subtotal $935 Overhead/Profit 0% $0 Total $935 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $6,495 Kodlak Bayside FD Exterior Upgrade Fee -70 CA 4/2/2019 From: Chris Gianotti <CGianotti( Dndencineers.com> Date: Tue, Apr 2, 2019 at 3:09 PM Subject: FW: Kodiak Bayside FD Roof Calculation Fee To: Corey Wall <coreV(cDmrvarchitects.com> Corey PND can review the loading on the existing low roof, including code prescribed dead loads, wind uplift loads, balanced snow loads, un balanced snow loads and drift loads. We will analyze the existing framing using available information (note that there are more than one grade of T1I — each grade or type with different chord sizes and material types). PND proposes to provide these structural calculations on a time and expenses basis with an estimated fee of $1,170. This is based on a senior engineer IV at $195 /hour at 6 hours. No plans preparation are included in these services. If plans are needed, we can develop sketches and have your firm draft them in AutoCAD or we can prepare plans in house, depending on your preference. Hopefully this meets your needs. If you have questions or need more information, please feel free to contact me. Chris Gianotti, PE Senior Engineer/Vice President P I N I D Engineers. Inc. 9360 Glacier Highway, Suite 100, Juneau, AK 99801 Direct Line: 907.463.7001 Office p. 907.5862093 f. 907.586.2099 cgianotti@ondenF!ineers.com I www.ondengineers.com KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2019-10 Change Order No. 01 Project Name, Number & Location KIBSD Pre -K Classroom Renovation 0, I rot,ZOO Contractor Jensen Yorba Lott, Inc. Amount of Contract & Change Order Original Contract $ Term Contract Previous Changes $ 0.00 This Change $ 60,185.00 Adjusted Contract $ 60,185.00 Description of Change Cost Provide design, bidding, and construction administration services for the KIBSD $ 60,185.00 Pre -K Classroom Renovation project. All services to be on a time and materials basis, not to exceed $60,185.00. All costs for these services to be reimbursed by KIBSD. The time provided for completion of the contract is ([XJ unchanged) (U increased) (Q decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Recommended: Date Engineerin ies Di a Director / �' Approved By: - � ' •. , A � Date3 Manager (Leis rhe %in'caedson�d{1� _ V Clerk not a ceeding 5200,000), • e �4 — ,Z Per Borough Code 3.30.100, if the �l�artae ��percent (546) and not exceeding two hundred ' thousand dollars (510QOOD), it will requir {)S}6jnPeP a 4or and deputy presiding officer; if it ecceeds 5% or 5200,000, it will require the approval of the Assembly.' lease attach Assembly newsletter indicating approval. Revised by FISEC 04/23/14 Purchase Order KIHSD DISTRICT WIDE No. 192052 722 MILL BAY RD KODIAK AK 99615 PO Number must appear an e7 Involces. ---•'-SUBMIT INVOICE TO""" No C.0 D or Collect shipments. Exempt from StatelLocal,Federal taxes. ACCTSPAYABLECKISSD.ORG Substitutions must be approved, P.O. Date: 03/082019 Questions? SHIPPING RECEIVING (907) Ext: Account: 481.2282 P.O. Issued To: Ship To: JENSEN YORBA LOTT, INC 522 WEST 10TH STREET JUNEAU AK 99001 KODIAK SCHOOL DISTRICT Ann: FERLENE FUENTES 722 MILL BAY RD, KODIAK AK 99615 Contact Location: EARLY CHILDHOOD (907) 401-2282 Phone (907) 586.1070 Fax: Project: Project Req# 17128 Reference: Pro -K Des'gn Services Date Required: 0311312019 Award Number: Line Qty Unit Parti Description Account Number Unit Price Extended Tax Freight 1 1 EA TIME AND MATERIALS 26240510000004100000 6018500 67.18500 000 000 CONTRACT FOR THE DEVELOPMENT OF CONSTRUCTION DOCUMENTS AND TO PRO%tME CONSTRUCTION ADMINISTRATION SERV;CES FOR THE EARLY CHILDHOOD RESOURCE CENTER AND PRESCHOOL GRANT CLASSROOM PROJECT Wednesday, March S. 2019 Total Amount 60,18500 Order Via: www FILE COPY Page 1 of 1 DESIGN SERVICES PROPOSAL SUMMARY KODIAK ISLAND BOROUGH SCHOOL DISTRICT Jensen ■■E Yorba MEN LoMEN te■■ Project PRE -K CLASSROOM RENOVATION SERVICES FEE TYPE EXPENSES TAX TOTAL Pre -Design $0 Lump sum $0 $0 $0 Site Analysis $0 Lump sum $0 $0 $0 Schematic Design $0 Lump sum $0 $0 $0 Design Development $0 Lump sum $0 $0 $0 Construction Documents $30,684 Time/Expense $0 $0 $30,684 Bidding and Negotiations $3,381 Time/Expense $0 $0 $3,381 Construction Administration $23,462 Time/Expense $2,658 $0 $26,120 Construction Observations $0 Time/Expense $0 $0 $0 TOTAL $60,185 G:\ Pro]eds\18083\Osmpetee\Revised Fea\KIB Pre -K CR FEE JYL Rev 2-19-195UM 2/22/2019 DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: KODIAK ISLAND BOROUGH SCHOOL DISTRICT roc v n ACConnAA vcnlnVATIMI Jensen ■E■ Yorba ■■■ LoNNE tt O■. STAFF: Architect InteriorDeslgnonstructionManage Drafter ExecAClerA ACC TOTAL PMgr I A -III I A-11 A -I Int 111 Int 11 ID -111 ID -II I ID -1 CM -III CM -11 CM -1 D -II D-1 EA CA I $170 5140 $125 $110 595 $85 5140 $115 1 $65 $140 $120 $95 $95 $85 $80 $40 $85 AKLHI1 tL l Ultt: Project Management Consultant Coordination As -Built documentation 95% Architectural Dwgs 100% Architectural Dwgs Meetings/Telecon 95% Specifications 100% Specifications Code Review Quality Control Subtotal Hours Subtotal Dollars $ CONSULTANTS: Structural Engineering Mechanical Engineering $9,070 Electrical Engineering $7,595 Hazardous Materials Abatement $4,639 Cost Estimating Energy Analysis Subtotal $21,304 Overhead/Profit 10% $2,130 Total $23,434 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $30,684 KI8 Pre -K CR FEE JYL Rev 2-19-19.50 CD 2 2/22/2019 DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: KODIAK ISLAND BOROUGH SCHOOL DISTRICT URF -If r i A4zCRr1r1M ArKinvATIr1N Jensen MEN Yorba MEN Lott MEN Inc ONE STAFF: Architect Interior Design onstructlon Managel Drafter 1ExecA1CIerA1 ACC TOTAL PMgr A -III I A -II I A-1 Int III Int II ID -III ID -II ID -1 CM -III CM -11 CM -1 D -II D -I EA CA A $170 $140 $125 5110 $95 $85 $140 $115 565 $140 $120 595 $95 S85 $80 $40 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Mcnito Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $955 Electrical Engineering $710 Hazardous Materials Abatement $772 Subtotal $2,437 Overhead/Profit 10 $244 Total $2,681 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $3,381 KID Pre -K CR FEE JYL Rev 2-19-19.60 Bid 3 2/22/2019 DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: KODIAK ISLAND BOROUGH SCHOOL DISTRICT aaG_K n ACCRnnM RFNnVATIQN Jensen Yorba Lott Inc CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $7,190 Electrical Engineering $6,225 Hazardous Materials Abatement $3,078 Subtotal $16,493 Overhead/Profit 10% $1,649 Total $18,142 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $23,462 KIB Pre -K CR FEEJYL Rev 2-19-19-70 CA 4 2/22/20.9 Project Management Pre -Construction Conf Clariflications Submittal Review Field Observations Final Completion Insp Subtotal Hours CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $7,190 Electrical Engineering $6,225 Hazardous Materials Abatement $3,078 Subtotal $16,493 Overhead/Profit 10% $1,649 Total $18,142 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $23,462 KIB Pre -K CR FEEJYL Rev 2-19-19-70 CA 4 2/22/20.9 DESIGN SERVICES PROPOSAL REIMBURSABLE EXPENSES Pmject.• 0 KODIAK ISLAND BOROUGH SCHOOL DISTRICT Jensen ■E■ Yorba ■E■ Lots OEM OEM PHASE: 10 Pre -D ^„ 20 Site 30 so 40 DO SO CD 60 BID 70 CA B0 CO TOTAL TRAVEL eats Arzh Trips 2 2 Cost so 0 0 0 0 0 a 1.600 0 51.(AO ❑ril Trllrs 0 tort so a 0 0 0 9 9 a a so S a wct cog cou So a a 0 0 0 0 0 o so &tech TOM 1 l Cost 50 0 0 0 a 0 0 am a 5409 Elea TOPE 1 l Cott s0 0 0 0 0 0 0 400 0 5409 Other THRs 0 Cost so 0 0 0 0 0 0 0 0 50 Subtotal 50 SO 50 50 so so 52.416 50 52,416 PER DIEM Arth 130 30 WII 0 strict 0 Meeh 65 65 Beef 65 65 PARKING 40 40 Rate ._I s0 N <n s0 s0 s0 s0 so 50 so PRIMING/COPYING 11a 17 Copy fl. Rate 50.25 teuer Copy: He. Rate 5015 Total SCANS CD's POSTAGE/COURIER MISSC"NEOUS ENGIN REIMS RENDERINGS OH/P 1m TOTALREIMBURSABLES $o so so s0 so so s2.6s2 so i7.m NIB PreK CR FEE JYL Rev 2.19.19•ReaOb 5 u u I u PDC ENGINEERS NM February 18, 2019 Charlene Steinman 522 West Tenth St Juneau, Alaska 99801 01C SUBJECT: PDC Fee Proposal for KIB Pre -K Classroom Renovation Dear Charlene: As requested, we are providing a revised mechanical and electrical engineering fee proposal for the renovation of KIB School Building into a Pre -K Classroom area as shown on your January 2019 Concept plans and peryour recent email. We are proposing a lump sum fee for the mechanical and electrical design of$16,665. For mechanical and electrical Bidding and Construction Services we are proposing a Not -To -Exceed amount of $15,080. Reimbursable expenses are estimated at $816 for the substantial completion inspection expenses for a mechanical and electrical engineer out of Anchorage. See attached schedules for a breakdown. The fee and services are based on our understanding of the project and the following assumptions and exceptions. • Site visit during design is not Included in the fee. It is assumed the can have someone onsite to gather Information and/or pictures of existing systems. If a site visit is required, it would be additional services. • Existing mechanical, plumbing, and electrical systems would be modified for the remodel work Intended except for the toilet room exhaust systems are assumed to be new. • Existing plumbing systems can be modified for the concept plan. Thankyou for this opportunity; we look forward to beginning this work Please call if you have any questions or comments. Doug as Murray, PE Principal PDC Engineers Attachments: Fee Schedules Anchorage I Fairbanks I Juneau I Palmer I Soldotna 907 Capitol Ave., Juneau, Alaska 99801 907.780.6151 www.pdceng.com AK Kodiak Island Borough Pre -K Classrooms # PHASE PDC Summary Sheet PDC Reimb. MECH ELECT Markup Total 35 Construction Documents$ Raimbursabla 9,070 $ 7,595 $ 16,665 5 - 5 - 5 - $ 6,225 Phase Total I S 9,0701S 7,595 IS 37 Bid Phase Services$ Rrimbursabie 955 5 710 S 1,665 5 - S S $ 6,225 Phase Total $ 995 $ 710 $ - $ 1,665 80 Construction Administration Reimbursable S 7,190 5 6,225 Is 13,415 S 408 IS 408 1 5 - $ 816 Phase Total I $ 7,5981S 6,633 1 $ - $ 14,231 Subtotal I $ 17,623 1 S 14,936 $ $ 32,561 Estimated Sales Tax $ Grand Total S 32,5611 PDL Inc. Engineers 2/18/2019 Kodiak Island Borough Pre•K Classrooms MECHANICAL Principal Project Senior Mechanical Mechanical Mechanical Engineering R TASK Engineer Engineer EIT Technician e n■Karn ls'l $xxs aD 5145M 510300 5115 DD PDC Inc. Engineers 2/IH/2D19 35 Construction Documents Hourly Subtoul 5.1saul cost Review Rero,d Info. Set Project and Dunn 1 2 3 6 S 160.00 Request F:aures, site Info Mech systems 4 S I 1 $ 145.00 1 Review Pclwes 1 1 3 S 2 $ 370.00 Calculat'ans 2 3 5 S 605.00 Mech Design Demolitlsm 3 6 9 S 1.125.00 Mech Design - Plumbing 5 4 9 $ 1.195.00 Mech Design. Heating 3 3 6 S 790.00 Mech Design-Venelation/Exhaust 3 3 6 s 790.00 Mech design - Fire (Performance Design) 2 1 3 S 405.00 a5 Production/Rev ew Subminds;95%,100% 1 1 2 $ 260.00 sheatspecs a 21 2 4 5 920.00 OC 3 2 2 7 S I,I95.a0 Project Co., dination 3 1 3 S 435.00 Review Com monis. Respond. P ckups Hourlvsubloul 2 1 3 S 405.00 Hourly Subtatel 5 321 3 16 66 725 s -is Cost 5 1,125 5 4,6401 S 315 S 2,990 S 9.070.00 37 Bid Phase Services Hourly subtatat Subtaal cost Bid DueW m, Addendum 4 4 S 510.00 conformed Owgo 1 2 3 S 375.00 0 S 0 S 0 S a S a5 a a 0S Hourlvsubloul 05 0 1 7 Cort S S 725 s -is 2301 S 955.00 w Construction Administration Hourly subtotal subtatel Cant Pre Construction Mig • Telemnf INot Included 1 a S Submiml Review 1 5 9 14 S 1.790.00 Correspondence 1 5 6 S 950.110 DCVRs/RFts 1 4 5 S 305.00 RFP Reviews 1 1 3 S 375.00 Site Observations ISubstantlal Cemoleteion Only) 1 12 13 S 1.965.00 Substantial Completion write on 1 4 5 S Korea close Out Reviews (O&M s, TAB, Contractor Red -lines( z z 4 S 50111.0111 0 5 0 5 Hourl6ubutd sl 331 1a 21 SO Cost S 1.125 is 4,755 S 1.0501 S 2301 1S 7.19000 IF�oral roan 1a 70 23 30 123 jo.,llnS.rwc., 1 $ 2.250 1 S 10,1501s 1,36sis 3,4501 1 s 17,2ss Kodiak Island Borough Pre -K Classrooms ELECTRICAL ENGINEERING Principal Lead Senior Electrical Electrical Electrical Engineering TASK Engineer Engineer EIT Technician Billing Pale lSlhrl 522 CCI $16000 510500 513500 PDC Inc. Engineers 2/18/2019 35 Construction Documents Hourly Subtotal subtotal cost Review record info 2 Answer bid questions 2 S 320.00 Request pictures and field veriLca!ion Items 2 320.00 2 S 320.00 Review pictures 2 2 $ 320.00 Drawing set up 1 2 3 $ 390,00 0 $ Demo drawings 3 3 6 S 825.00 Calculations lighting 2 2 $ 320.00 Dwg-Lighting 3 3 61 825.00 Dwg power/signal 3 2 5 $ 710.01) OS Dwg Fire Alarm 3 2 S S 710.OD Sheol specifications 21 1 3 S 435.00 QC 2 2 2 6 $ 1.000.00 production and Review 2 3 5 $ 665.00 oS Review comments and pick ups 1 1 2 $ 275.00 Cooridnation with Owner 3 3 $ 480.00 0 31 al 2 0 $ Hour( subtotal 2 31 0 19 52 S Cott $ 450 $ 4.960 S $ 2.185 S 7595.00 37 Bid Phase Services Hourly subtotal subtotal con Answer bid questions 2 2 $ 320.00 Conformed Drawings 1 2 3 $ 390.00 0 $ D $ 0 $ OS 1)S 0 S oS 05 Hour( Subtotal 0 31 al 2 S Cost Is .1s 4801S - $ 230 S 710.00 80 Construction Administration Houdy Subtotal subtotal cost Correspondeue 1 4 5 $ 865.00 DCVRs/RFIs 1 4 5 $ 865.00 RFP Reviews I I S 160.00 Reviewsubmiltals 1 4 5 S 865.00 Site Observations(Substantial Completon Only) 1 12 13 $ 2,145.00 Substantial Completion write up 1 3 4 S 705.00 Incorporate as built red-lines(record) 1 41 5 S 620.00 05 05 05 Hourly Subtotal I sl 291 ol 38 Cost 1$ 1.125141 4,640 15 Is 460 1$ 6,225.00 Kodiak Island Borough Pre -K Classrooms REIMBURSABLE EXPENSES 35 Construction Documents PDC Inc. Engineers 1/16/2019 Mechanical Electrical Total Item unit unit cost # subtotal # subtotal Copies/Prints/Scans(Letter) Copies/Prints/Scans(I lx17) .Copies/Prints/Scans lFuil Site Drawing) Teleconference Costing Airfare Rentals Survey GPS Rental Shipping Parking Hotel Per Diem ea $ 0.10 S S S ea $ 0.20 S S - $ ea $ 1.00 S S - $ hr/line $ 3.00 S S - S ea $ 5 S - 5 day $ $ S - $ day S 309.00 $ S S ea $ 25.00 $ 5 - $ day 13.00 S 5 - $ day S S $ $ man day IS 65.00 5 $ $ Subtotal d0 $ S $ - $ - $ - S . $ 37 Bid Phase Services Mechanical Electrical Total Item unit unit cost k subtotal # subtotal Copies/Prints/Scans(letter) Capies/Prints/Scans(llxl7) Copies/Prints/Scans(Full Size Drawing) Teleconference Casting Alrfare Rentals Survey GPS Rental Shipping Parking Hotel Per Diem Ca S 0.10 S 5 - $ - ca $ 0.20 5 $ S ea $ 1.00 $ S - S hr/line $ 3.00 $ S - 5 - ea $ - 5 S - $ da $ $ S S da $ 309.00 $ S $ ea $ 25.00 5 - da $ 13.00 $ S S da $ 5 S $ - man da $ 65.00$ $ - q $ Subtotal d0 $ S $ - $ - $ $ - $ - 80 Construction Administration Mechanical Electrical Total Iltem unit unit cost # subtotal # subtotal �Coples/Prints/Scans(Letter) Copies/Prints/Scans I 11xl7) �Copies/Prints/Scans (Full Size Drawing) Teleconference Costing Airfare Rentals Survey GP5 Rental Shipping Parking Hotel Per Diem ea $ 0.10 $ $ - I $ ca $ 0.20 5 5 - $ - ea S 1.00 S 5 - S hr Ilne S 3.00 S 5 . S ea S 330.00 1 $ 330 1 $ 330 $ 660.00 da $ 100.00 S S $ da $ 309.00 S $ - $ ea $ 25.00 $ S - S - da $ 13.00 1 $ 13.00 1 $ 13.00 S 26.00 d0 $ S $ - $ - man da $ 65.00 1 S 65 1 S 65 S 130.00 Subtotal $ 408 I IS 408 $ 836 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P19.021-KODIAKHS PRE -K RENOVATION.XLSX ORIGINAL DATE: 02'2219 PROJECT: KODIAK HIGH SCHOOL, PRE -K CLASSROOM RENOVATION CONTACT: JENSEN YORBA LOTT, INC CHARLENE STEINMAN, PROJECT MANAGER AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN. BID AND CONSTR PHASE SERVICES SUMMARY OF FEES AND COSTS LUMP SUM T&M NTE. 95% DESIGN -LUMP SUM Page 2 S3,264 CONSTRUCTION DOCUMENTS -LUMP SUM Page 3 S 1,375 BID PHASE SERVICES-T&M NTE Page 4 S772 CONSTRUCTION PHASE SERVICES-T&M NTE Page 5 $3,078 SUBTOTALS- S4,639 $3,849 TOTAL PROPOSED FEE, FIXED FEE PLUS T&M, NOT TO EXCEED, 58,488 I. This fee proposal is an estimate for professional services in accordance with EHS-Alaska's standard 2019 fee schedule, to support the renovation of two rooms in Kodiak High School, located in Kodiak, Alaska. 2. EHS-Alaska will rely on previous sampling information, photos from others, and guidance from the owner to provide a hazardous materials removal and disposal design and provide limited "in-house" oversight of the hazardous materials portion of the construction phase. 3. No site visit or additional sampling is included in this proposal. Some materials that have not been previously sampled will be assumed to contain asbestos or lead. No formal hazardous materials survey report will be provided for this project, although a copy of our previous 2013 hazardous materials survey report may be used for this project if requested. This proposal assumes that AutoCAD backgrounds of the existing floor plans will be provided to EHS- Alaska for use in the design. 4. EHS-Alaska will supply 95 percent and contract document design packages with a single "short -form" type of hazardous materials "summary of requirements' technical specification and electronic copies of contract drawings. Bidding and Contract Requirements and General Requirements as well as electronic copies of all coordination deliverables will be provided by Jensen Yorba Lott, Inc. 5. Bid phase services include addenda to hazardous materials specifications and revisions to drawings as required. 6. EHS-Alaska will provide the following construction phase services for one construction season: a. Review 2 sets of initial hazardous materials work plan submittals, b. Review of contractor's periodic submittals, c. Review 2 sets of close-out submittals, and d. Prepare an AHERA Response Action Report, for inclusion into the KIBSD's AHERA Asbestos Management Plan. To authorize the work described above under the terms contained in this proposal, please sign this page and email or fax to 907-694-7382 as a Notice to Proceed. Signature Date •'•" PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ""•"" PAGE I OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P19-021-KODIAK HS PRE -K RENOVATION.XLSX ORIGINAL DATE: 02122/19 PROJECT: KODIAK HIGH SCHOOL, PRE -K CLASSROOM RENOVATION CONTACT: JENSEN YORBA LOTT, INC. CHARLENE STEINMAN, PROJECT MANAGER AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CONSTR. PHASE SERVICES 95% DESIGN -LUMP SUM CODE \ TASK PRIN CM IWSPM PM -1 PM -2 CAD ADMIN 48 COORD & REVIEW DATA, 10 0.0 0.0 3.0 0.0 0.0 0.0 52 SPECIFICATIONS 05 0.0 0.0 4.0 0.0 0.0 0.0 32 DESIGN & DRAWINGS 0.5 0.0 0.0 4.0 0.0 5.0 D.0 41 MEETING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 28 QUANTITY ESTIMATE 0.0 0.0 0.0 1.0 0.0 0.0 0.0 46 QA/QC 1.0 0.0 0.0 1.0 0.0 0.0 00 44 PROJECTMGMT. 0.5 LO 0.0 1.0 0.0 0.0 0.0 PIourTotals 3.5 1.0 OA 14.0 0.0 5.0 0.0 Billing Rate 5168.00 S94A0 5155.00 S135.00 5135.00 5135.00 S68.00 Wage Subtolals $588 $94 50 $1,890 50 5675 SO LABOR COSTS: DIRECT LABOR SUBTOTAL S3,247 DIRECT COSTS: REPROGRAPHICS: $10 COURIER (NONE, ELECTRONIC); 50 PHONFJFAX: S5 CAD PLOTTING (NONE, ELECTRONIC)- 50 DIRECT' COSI' S(J BTO I AL S I S DIRECT COST MARKUP (d 10.00% = S2 MILEAGE (d = S0545 0 milts so TOTAL COSTS, THIS SHEET: $3,264 •«••• PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL «•.«. PAGE: 2 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: 1`19.021-KODIAK HS PRF.-K RENOVATION.XLSX ORIGINAL DATE: 02x22,19 PROJECT: KODIAK HIGH SCHOOL, PRE-K CLASSROOM RENOVATION CONTACT: JPNSEN YORBA LOTT, INC. CHARLENE STEINMAN, PROJECT MANAGER AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CONSTR. PHASE SERVICES CONSTRUCTION DOCUMENTS-LUMP SUM CODEITASK PRIN CM IH+SPM PM-1 PM-2 CAD ADMIN 48 DESIGN ANALYSIS (NONF..) 0.0 0.0 00 0.0 0.0 0.0 00 52 SPECIFICATIONS 0.5 0.0 0.0 1.5 0.0 0.0 00 32 DESIGN & DRAWINGS 0.5 0.0 0.0 2.0 0.0 2.0 0.0 41 MEETING (NONE) 0.0 OA 00 0.0 0.0 0.0 0,0 28 QUANTITY LSTIMATE 0.0 0.0 0,0 0.5 0.0 0.0 0,0 46 QA/QC 0.5 0.0 OA 0.5 0.0 0.0 OA 44 PROJECTMGMT, OA 1.0 00 1.0 0.0 0.0 0,0 Hour Totals: 1.5 1.0 0.0 5.5 0.0 2.0 OA BillingRale. 5168.00 594.00 515500 5135.00 $135.00 5135.00 S68.00 Wage Sublomis- 5252 S94 SO 5743 50 5270 50 LABOR COSTS: DIRECT LABOR SUBTOTAL: Sl 359 DIRECT COSTS: REPROGRAPHICS: Sl0 COURIER (NONE, ELECTRONIC): S0 PI-IONE/FAX: SS CAU 111-0 1- (NONE, ELEC'FRONIC): S0 DIRECT COST SUBTOTAL: S15 DIRECT COST MARKUP (q 10.00% = S2 MILEAGE m = $0545 0 miles SO TOTAL COSTS, THIS SHEET: 51,375 """"• PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL ••... PAGL 3 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P19-021-KODIAK HS PRE-K RENOVATION.XLSX ORIGINAL DATE: 02122'19 PROJECT: KODIAK HIGH SCHOOL, PRE-K CLASSROOM RENOVATION CONTACT: JENSEN YORBA LOTT, INC. CHARLENE STEINMAN, PROJECT MANAGER AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CONSTR. PHASE SERVICES BID PHASE SERVICES-T&111 NTE CODE\TASK PRIN CM IH/SPM PM-I PM-2 CAD ADMIN 41 PRE-BID MEETING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 00 32 DRAWING REVISIONS 0.5 0.0 0.0 0.5 0.0 1.0 00 52 ADDENDA 0.5 0.0 0.0 2.0 0.0 0.0 0.0 32 CONFORMED DRAWINGS (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 44 PROJECT MGMT. 0.0 0.5 0.0 0.5 0.0 0.0 00 IlourTotals: LO 0.5 0.0 3.0 0.0 1.0 0.0 Billing Rate: S168.00 594.00 5155.00 5135.00 5135.00 5135.00 S6800 Wage Subtotals: $168 S47 SO 5405 SD $135 50 LABOR COSTS: DIRECT LABORSUBTOTAL: 5755 DIRECT COSTS: REPROGRAPHICS: 510 COURIER (NONE, ELECTRONIC): 50 PHONEIFAX: S5 CAD PLOTTING (NONE, ELECTRONIC): 50 UIRECI' COST SUB I OTAL: S15 DIRECT COST MARK UP Q 10.00% = S2 MILEAGE @ = 50.545 0 miles SO TOTAL COSTS, THIS SKEET: $772 """"" PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL """"" PAGE 4 OF 5 EHS - Alaska, Inc. REVISED DATE: NA FILENAME: P 19.02 1 -KODIAK [IS PRE-K RENOVATION.XLSX ORIGINAL DATE: 02+'22/19 PROJECT: KODIAK HIGH SCHOOL, PRE-K CLASSROOM RENOVATION CONTACT: JENSEN YORBA LOTT, INC. CIIARLLNE STEINMAN, PROJECT MANAGER AUTHOR: ROBERT FRENCH ASSIGNMENT: DESIGN, BID AND CONSTR. PHASE SERVICES CONSTRUCTION PHASE SERVICES-T&117 NTE CODE',TASK PRIN CM IFUSPM PM-1 PM-2 CAD ADMIN 26 CONSTR.ADMIN, 0.0 0.0 0.0 2.0 0.0 0.0 00 41 PRE-CONST MEETING (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 00 54 WORK PLAN SUBM. REVIEW 1.0 0,0 0.0 4.0 0.0 0.0 0,0 50 ENVIR MONITORING (NONE) 0.0 00 0.0 0.0 0.0 0.0 0,0 54 REVIEW CONTR AIR MON. 0.0 0,0 0.0 2.0 0.0 0.0 QO 50 CLEARANCE TESTING (NONL) 0.0 0,0 0.0 0.0 0.0 0.0 0,0 50 VISUAL INSPECTION (NONE) 0.0 0,0 0,0 0.0 0.0 0.0 0,0 54 FINAL SUBMITTAL REVIEW 1.0 0.0 0.0 4.0 0.0 0.0 0.0 48 CLOSE-OUT REPORT 1.0 QO 0.0 4.0 0.0 0.0 0.0 32 AS-BUILT DRAWINGS (NONE) 0.0 0.0 0.0 0.0 0.0 0.0 0,0 44 PROJECT MGMT. LO 10 0.0 1.0 0.0 0.0 00 Hour Totals: 4.0 L0 0.0 17.0 0.0 0.0 0.0 Billing Rate 5168.00 594.00 5155,00 5135.00 5135.00 5135.00 $68.00 Wage Subtotals: 5672 S94 SO 52.295 SO SO SO LABOR COSTS: LABOR SUBTOTAL: 53,061 DIRECT COSTS REPROGRAPHICS: S 10 EQUIPMENT (III-FLO BATTERY AIR PUMP, DAY 0.0 (in 520/DAY SO EQUIPMENT (ELEC. AIR PUMP, DAYS): 0.0 (q, S20/DAY 50 COURIER (NONE, ELECTRONIC): SO PHONE/FAX: S5 CAD PLOTTING (NONE, ELECTRONIC) So SAMPLE SHIPPING: 0 (@, S34 EACH 50 TESTING CONSUMABLES: SO DIRECT COST SUBTOTAL: 515 DIRECT COST MARK UP tt 10.000/6 = S2 LABORATORY COSTS: ASB. AIR PCM 7400 LOCAL CLEAR. RUSH, 6 HR 0 (q' 522.50/SAMPLE SO ASB. AIR PCM 7400 OUTSIDE, I DAY 0 C? S7/SAMPLE SO ASB. AIR TEM A] IERA CLEAR. RUSH, 6 FIR 0 C S72/SAMPLE 50 Pb PAINT/SOIL/DUST SW 846-70003:7420 12 HR 0 m S 12/SAMPLE SO LABORATORY COST SUBTOTAL: So LABORATORY COST MARK UP n 20.00% So TRANSPORTATION COSTS: MILEAGE @ = SO.545 0 miles SO TRANSPORTATION COST SUBTOTAL 50 TOTAL COSTS, THIS SHEET: 53,078 """" PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL •^•"^ PAGE 5 OF 5 Tonv Yorba From: Jim Rehfeldt Sent: Monday, May 7, 2018 3:31 PM To: Tony Yorba Subject: Re: 2018 fee schedule for Providence Kodiak Island Medical Center Renovation (PKIMC) Tony. Thanks. My rate throughout the project timeline Is $150 per hour. Thank you. Jim Rehfeldt Alaska Energy Engineering LLC On May 7, 2018, at 3:15 PM, Tony Yorba <tpnv@iensenvorbalott.com> wrote: All: I have the pleasure to inform you that our selection for the above project is now official and has been ratified by KIB Assembly. The first step moving forward is to have our hourly rates approved. Can you please send me your current rates along with a note stating that you will honor those rates from now through the end of 2019.1 plan to ask KIB to consider a possible rate change within the context of the contract starting in 2020. Please provide your response as soon as possible. Tony Yorba Principal Arrliitect JENSEN YORBA LOTT, INC. Architecture Interiors Construction Management $22 West Tenth Street I Juneau, AK 99801 D 907-7894570 1 C 907-2099946 10 907.5864070 1 F 901.586.3959 www.lensemorbal olt.com Click here to upluad Llu: November 13, 2023 Mr. Corey Wall Jensen Yorba Wall, Inc. 522 W. 10th Street Juneau, AK 99801 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9211 Fax (907) 486-9347 RE: Extension of Contract FY2019-10.2, Architectural and Engineering Services. Dear Corey, With this letter the Kodiak Island Borough wishes to extend your existing contract for Architectural and Engineering Services. The extension will begin immediately upon expiration of the original contract and will end on once a new architectural and engineering services contract has been awarded. The same provisions of the original contract will remain in effect. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Aimee Willi Kodiak Island B Corey Wall Jensen Yorba Wall, Inc. ATTEST Lfifia Cruz, CMC Deputy Clerk DATE: Z 16NOV23 Date 11.15.2023 Date October 1, 2021 Mr. Corey Wall Jensen Yorba Wall, Inc. 522 W. 10`h Street Juneau, AK 99801 CONTRACT FY2019-10.1 Kodiak Island Borough Engineeritig & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9211 Fax (907) 486-9347 RE: Extension of Contract FY2019-10, Architectural and Engineering Services, FY2019-10.1 Dear Corey, With this letter the Kodiak Island Borough wishes to exercise our option of the first of two (2) one-year extension to your existing contract for Architectural and Engineering Services. The extension will begin immediately upon expiration of the original contract and will end on October 11, N2 -1 -The same provisions of the original contract will remain in effect. 2023 You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, 1�A� Go�krkif, fdrDave Conrad Interim Borough Manager Kodiak Island Borough Corey Wail Jensen Yorba Wall, Inc. 14A. -u�--IL"_ tiff/ I /Z Date October 7, 2021 Date fya0/47-10 SAIA Document Bel 02ry — 2017 Standard Form of Agreement Between Owner and Architect without a Predefined Scope of Architect's Services AGREEMENT made as of the I I Ih day of October to the year 2018 (In bards, indicate daj,, month and year.) ADDITIONS AND DELETIONS: The author of this document has BETWEEN the Architect's client identified as the Owner added Information needed for Its (Name, legal status, addrers and other information) completion. The author may also have revised the text of the original Kodiak Island Borough, Municipality AIA standard farm. An Addfions and 710 Mill Bay Road Deletions Report that nates added Kodiak, Alaska 99615 Information as well as revisions to the Telephone Number 9074186-9210 standard loan Wells available from the author and should be reviewed. A and We Architect vertical line In the ]aft margin of this (Name, legal sialus, address and other Lfnnnation) document Indicates where the author has added necessary Information Jensen Yorba Lott, Inc General Corporation and where the author has added to or 522 West 10 Street deleted from the anginal AIA text. Juncau, Alaska 99801 This document has Important legal Telephone Number 907-586-1070 Consequences. Canwtta6on with an attorney is encouraged with respect for the following (lteremaller referred to as "the Project')- to Its completion or modification. (insert infornmtion related to types afsen ices, location, facilities, or other descriptive information as appropriate) Kodiak Island Borough Tenn Contract Kodiak, Alaska Various CIP Projects The Owner and Architect agree as follows InIL AIA DOc6mea19102^-2017.CopynghlO 1917.1926,1948.1951, 1953, 195a. 1951.1963 loss, 1967. 1970, 1914,1977, 1967, 1997, 2007 and 2017 by The Amenwn Institute of Archuleta. All rights reserved. WARNING: This AIA• Document Is protected by U.S. Copyright Law and Intematlonal Treaties. Unauthorized reproduction or distribution of this AW Document, or any portion of a, may result In Seven civil and criminal penaltka, and will be I prosecuted to the maximum extent possible under the law. This document was produced by AtA software at 19 15 11 ET an 1 MIMI6 under Order No 5722737652 which expires an 04212019, and is nal for resale User Notes: (793997999( TABLE OF ARTICLES 1 ARCHITECTS RESPONSIBILITIES 2 OWNER'S RESPONSIBILITIES 3 COPYRIGHTS AND LICENSES 4 CLAIMS AND DISPUTES 5 TERMINATION OR SUSPENSION 6 COMPENSATION 7 MISCELLANEOUS PROVISIONS a SPECIAL TERMS AND CONDITIONS 9 SCOPE OF THE AGREEMENT ARTICLE 1 ARCHITECT'S RESPONSIBILITIES § 1.1 -Rte Architect shall provide the ibllowing professional services- (Describe the scope of the Archirecr's services or idcntJ' an erhibit or scope ojsen icar donrment selling jnrth the Architect's services and incorporated into this doctonem in Section 9,2) The Scope of Services to be accomplisher) under this contract shall lie as defined in the Request for Proposals for Architectural and Engineering Services for Various Capita) Improvement Projects issued by the Kodiak Island Borough (KIB) dated July 2018 The Scope shall be further defined by the attached Proposal submitted by Jensen Yorba Lott, Inc. (JYL) in response to the IU:I-, I'lie Scope shall he further defined ac muumlly agreed upon by KIB and JYL. § 1.1.1 The Arcldlect represents that it is properly licensed in lhejurisdiclion where the Project is located to provide the services required by tris Agreement, or shall cause such services to be performed by appropriately licensed design profimsionals. § 1.2 The Architect shall perform its services consistent with the professional skill and care ordinarily provided by architects practicing in the same or similar locality under the same or similar circumstances. The Architect shall perform its services as expeditiously as is consistent with such professional skill and caro and the orderly progress of the Project. § 1.3'f11e Architect identifies the following representative authorized to act an bchalforthe Architect with respect to file Projccl. (List nurne, address, and other contact injornrulton.) Tony Yorba 522 West 10's Street Juneau, Alaska 99801 Telephone NumbeT907-586-1070 § 1.4 Except with the Owner's knowledge and consent, die Architect shall not engage in my activity, or accept any employment, interest or contribution that would reasonably appear to compromise die Architect's professional judgment with respect to this Project. InIL AW Document a102" — 2017. Cwydght O 1917, 1928 1948, 1951, 1953,1958. 1981, 1963, 1988, 1967,1970. 1974,1977, 1987, 1997, 2007 and 2017 by The Ametlwn Insbiule of Archileds. All rights reserved. WARNING: This AWB Document Is protected by LLS. Copyright Law and International Treaties. 2 linautharizad mproducaon or distribution of this AW Document, ar any portion or It, may result In severe civil and criminal penalties, and will be t prosecuted to the maximum extent possible under the law. This document was produced by AW software at 1915'.11 ET an 11072018 under Order No 5722733652 whirls expires on 042120i9, and is not for resale user Notes: 1793987888) § 1.5'ihe Architect shall maintain We following insurance until termination of [his Agreement. If any o1'lhe requirements set forth below are in addition to We types and limits the Architect normally maintains, die Owner shall pay the Architect as set forth in Section 6-2.3- § 1.5.1 Commercial General Liability. Amounts as required by the Kodiak Island Borough. § 1.51 Automobile Liability. Amounts as required by the Kodiak Island Borough, § 1.5.3 The Architect may achieve die required limits and coverage for Commercial General Liability and Automobile Liability through a combination of primary and excess or umbrella liability insurance, provided such primary and excess or umbrella liability insurance policies result in the same or greater coverage as the coverages required under Sections 1.5.1 and 1.5 2, and in no event shall any excess or umbrella liability insurance provide narrower coverage than the primary policy. 'llie excess policy shall not require the exhaustion of the underlying limits only through the actual payment by the underlying insurers § 1.5.4 Workers' Compensation at statutory limits. § 1.5.5 Employers' Liability. Amounts as required by the Kodiak island Borough. § 1.5.6 Professional Liability. Amounts as required by the Kodiak Island Borough. § 1.53 Additional Insured Obligations. If requested by die Owner, to the fullest extent permitted by law, the Architect shall cause the primary and excess or umbrella polices for Commercial General Liability and Automobile Liability to include die Owner as an additional insured for claims caused in whole or in part by the Archiwct's negligent acts or omissions. The additional insured coverage shall be primary and non-contributory to any of the Owner's insurance policies and shall apply to both ongoing and completed operations, § 1.5.8 The Architect stall provide certificates of insurance to die Owner tat evidence compliance with tic requirements in this Section 1.5. ARTICLE OWNER'SRESPONSIBILITIES §2A Unless otherwise provided for under this Agreement, the Owner shall provide information in a timely manner regarding requirements for and limitations on the Project, including a written program, which shall set forth the Owner's objectives, schedule, constraints and criteria, including space requirements and relationships; flexibility, expandabifily, special equipment; systems; and situ requirements. § 2.2 The Owner identifies the following representative authorized to act on the Owner's behalf with respect to the Project The Owner shall tender decisions and approve the Architect's submittals in a timely manner in order to avoid unreasonable delay in die orderly and sequential progress orthe Architect's services. (List name, address, and other contact itjarnration) § 2.3 The Owner shall coordinate the services of its own consultants with those services provided by the Arcltitecl. Upon the Architect's request, the Owner shall Furnish copies of the scope of services in the contracts between die Owner and the Owner's consultants The Owner shall fumish the services of consultants other than those designated as the responsibility of the Architect in tris Agreement, or authorize the Architect to fumish them as an Additional Service, when the Architect requests such services and demonstrates that they are reasonably required by the scope of the ProlecL The Owner shall require dial its consulumLs and contractors maintain insurance, including professhunal liability insurance, as appropriate to the services or work provided, AW Document 6102` —2017. Capyngn191917.1926,1948.1951.1953,1958.1961. 1963,1966. 1967, 1970, 1974, 1977, 1987. 1997, 2DD7 and 2017 by The Intl American hn5tule of Annitecls. All rights reserved.WARNING: This AIA$ Document is protected by US, Copyright Law and international Treaties. 3 unauthorized reproduction or distribution of this AIA$ Document, or any portion of It, may result In severe civil and criminal penalties, and will be 1 proseculedto the maximum extent possible under the law. This document was produced by AIA software at 19 15 11 ET on 11107/2018 under Order No 5722733652 which expires on 041212019and is not for resale user Notes: (793987688) § 2.4 The Owner shall furnish all legal, insurance and accounting services, including auditing services, that may be reasonably necessary at any time for the Project to meet The Owner's needs and interests. § 2.5 The Owner shall provide prompt written notice to the Architect if the Owner becomes aware of any fault or defect in die Project, including errors, omissions or inconsistencies in the Architect's Instruments of Service. § 26 Within 15 days alter receipt of a written request from the Architect, the Owner shall furnish the requested information as necessary and relevant for the Architect to evaluate, give notice of, or enforce lien rights. ARTICLE 3 COPYRIGHTS AND LICENSES § 3.1 The Architect and the Owner warrant that in transmitting Instruments of Service, or any other information, the transmitting party is the copyright owner of such information or has permission from the copyright owner to lmnsniii such information For its use on the Project. (Paragraph deleted) § 3.3 The Architect grants to the Owner a nonexclusive license to use file ArchilLet's Instruments of Service, provided that the Owner substantially perforans its obligations under this Agreement, including prompt payment ofall sums due pursuant to Article 5 and Article 6. The Architect shall obtain simihur nonexclusive licenses from the Architect's consultants consistent with this Agreement. The license granted under this section permits the Owner to authorize the Contractor, Subcontractors, Sub-subcontmcmrs, and suppliers, as well as the Owner's consultants and separate contactors, to reproduce applicable portions of the InstmmenLs of service. § 3.3.1 In the event We Owner uses the Inslrumants of Service without retaining the authors of the Instruments of Service, the Owner releases the Architect and Architect's consullant(s) lium all claims and causes of action arising from such uses The Owner, to die extent permitted by law, further agrees to indemnify and hold harmless the Architect and its consultants from all costs and expenses, including the cost of defense, related to claims and couses of action asserted by any third person or entity to the extent such costs and expanses orisc from the Owner's use of the Instruments of Service under this Section 3.3.1.7 a terms of this Section 3.3.1 shall not apply if the Owner rightfully terminates this Agreement for cause under Section 5.4. § 3.4 Any use of the Instruments of Service shall be at the Owner's sole risk and without liability to the Architect and the Architect's consultants. § 3.5 Except as otherwise staled in Section 3.3, the provisions of this Article 3 shall survive the termination of tris Agreement. ARTICLE 4 CLAIMS AND DISPUTES § 4.1 General § 4.1.1 The Owner and Architect shall commence all claims and causes of action against the other and arising out ofor related to this Agreement, whether in contract, ton, or otherwise, in accordance with the requirements of the binding dispute resolution method selected in this Agreement and within the period specified by applicable low, but in any case not more than 10 years after We dale of Substantial Completion of the Work. The Owner and Architect wnive all claims and causes of action not commenced in accordance with this Section 4. I, 1. § 4.1.2 To die extent damages are covered by property insurance, the Owner and Architect waive all rights against each other and against the contractors, consultants, agents, and employees ol'the other far damages, except such rights as they may have to the proceeds orsuchl insurance us set forth in AIA Document A201-2017, General Conditions ofthe Contract for Construction. The Owner or the Architect, as appropriate, shall require of tie contractors, consultants, agents, and employees of any of them, similar wuivers in favor of (lie otter parties enumerated herein. § 4.1.3 The Architect and Owner waive consequential damages for claims, disputes, or otter matters in question, arising out ofor relating to this Agreement. 'this mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination of this Agreement, except as specifically provided in Section 5.7. Init. ADA Document 9193" —7917. COpyr%)ht CI 1917,1926 1948, 1951 1953, 1956, 1981, 1963,1969, 1967.1979 1974, 1977, 19117, 1997, 7017 and 2017 by The American Institute at Architects. All rights reserved. WARNING: This ADA* Document is protected by U.S. Copyright Law and International Treaties. 4 Unauthorized reproduction or distribution of this AIA• Document, or any portion of it, may resua In severe civil and criminal penalties, and will be I prosecuted to the maximum extent possible under the law. TNsdocumenl was produced by AIA sOeware at 19 15 11 ET onl IM7201a under Order No 5722733652 which exPres an 04212019, and is not for resale User Notes: (793987888) § 4.2 Mediation § 4.2.1 Any claim, dispute or other matter in question arising out of or related to this Agreement shall bn subject to mediation as a condition precedent to binding dispute resolution. If such matter relates to or is the subject of a lien arising out of the Architect's services, the Architect may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by binding dispute resolution. § 4.2.2.The Owner and Architect shall endeavor to resolve claitns, disputes and other matters in question between them by mediation, which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of this Agreement- A request for mediation shall be made in writing, delivered to the other party to this Agreement, and filed with the person or entity administering the mediation. llic request may be made concurrently with the filing of a complaint or other appropriate demand for binding dispute resolution but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed fur a longer period by agreement of the parties or court order. If an arbitration proceeding is stayed pursuant to this section, the parties may nonetheless proceed to the selection of the arbitrator(s) and agree upon a schedule for later proceedings. § 4.2.3 The parties shall share Ore mediator's fee and any filing fees equally.'Ilic mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. § 4.2.4 If the parties do not resolve a dispute through mediation pursuant to this Section 4.2, the method of binding dispute resolution shall be the following (Check the appropriate har.) [ ] Arbitration pursuant to Section 4.3 of this Agreement (X ] Litigation ma cmut of competent jurisdiction [ ] 011ier (Specify) If the Owner and Architect do not select u method of binding dispute resolution, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, tine dispute will be resolved in a court of competent jurisdiction. § 4.3 Arbitration § 4.3.1 If the parties have selected arbitration as the method for binding dispute resolution in this Agreement, any claim, dispute or other matter in question arising out of or related to this Agreement subject to, but not resolved by, mediation shall be subject to arbitration, which, unless the patties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Arbitration Rul�w in effect on the dale of this Agreement. A demand for arbitration shall be made in writing, delivered to the other party to this Agreement, and filed with the person or entity administering the arbitration. § 4.3.1.1 A demand for arbitration shall he mode no earlier than concurrently with the tiling of a request fur mediation, but in no event shall it be made after die dale when the institution of legal or equitable proceedings based on the claim, dispute or other matter in question would be barred by the applicable statute of limitations. Por statute of limitations purposes, receipt of a written demand for arbitmtion by the person or entity administering the arbitration shall constitute the institution of legal or equitable proceedings based on the claim, dispute or other matter in question. § 4.3.2 The foregoing agreement to arbitrate, and other agreements to arbitrate with an additional person or entity duly consented to by parties to this Agreement, shall he specifically enforceable in accordance with applicable low in any court having jurisdiction thereof. § 4.3.3 The award rendered by the arbitmiar(s) shall be final, andjudgmrent may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. Init. AtA Document 13102^ -2017. Copyright O 1917.1926, 1949.1951.1953, 1959,1961, 1963, 1966, 1967.1970,1974.197'7.1937. 1997, 2007 and 2017 by The American hrs6tule of ArchNecls. All rights reserved. WARNING: This AIA• Document is protected by U.S. Copyright Law and International Trealles, Unauthorised reproduci an or distributor; of this AiAe Document, or any portion at It, may result In severe civil and criminal penalties, and will be I prosecuted to the maximum extent possible under thalaw. This dacumeniwas produced by AlAwarwateal 1915: 11 ETon 111072018 under Order No 5722733652 wtkh apnea w a421R019, and is not for reale User Notes: (793987888) § 4.3.4 Consolidation or Joinder § 4.3.4.1 Either party, of its sole discretion, may consolidate an arbitration conducted under this Agreement with any otter arbitration to which it is a party provided that (1) the arbitration agreement governing the other arbitration permits consolidation; (2) the arbitrations to be consolidated substantially involve common questions of law or fact, and (3) die arbitrations employ materially similar procedural rules and methods for selecting nrbitratur(s). § 4.3.4.2 Either party, at its sole discretion, may include byjoindcr persons or entities substantially involved in a common question of law or fact whose presence is required if complete relief is to be accorded in arbitration, provided that the party sought to be joined consents in writing to such joindcr. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of any claim, dispute or other matter in question not described in the written consent. § 4.3.4.3 The Owner and Architect grant to any person or entity made a party to an arbitration conducted under this Section 43, whether by joinder or consolidation, the same rights of joinder and consolidation as the Owner and Architect under this Agreement. § 4.4 The provisions of this Article 4 shall survive the termination of this Agreement. ARTICLE 5 TERMINATION OR SUSPENSION § 5.1 If the Owner fails to make payments to die Architect in accordance with this Agreement, such failure shall be considered substantial nonperformance and cause fir termination or, of the Architect's option, cause forsuspension of perfortnnnce of services under [bis Agreement. If the Architect elects to suspend services, die Architect shall give seven days' written notice to the Owner before suspending services. In the event of a suspension of services, the Architect shall have no liability to the Owner for delay or damage caused the Owner becuuse of such suspension of services. Berate resuming services, the Owner shall pay the Architect all sums due prior to suspension and any expenses incurred in the interruption and resumption of die Architect's services. The Architect's fees for die remaining services and the time scheduliw shall he equitably adjusted. § 52 If the Owner suspemLs the Project, the Architect shall be compensated for services performed prior to notice of such suspension. When the Project is resumed, the Architect shall be compensated 1'nr expenses incurred in die interruption and resumption of the Architect's services. The Architect's fees for die remaining services and the time schedules shall be equitably adjusted. § 5.3 If the Owner suspends the Project for more than 90 cumulative days for reasons other than tic (bull of the Architect, the Architect may terminate this Agreement by giving not less than seven days' written notice. § 5.4 Either party may terminate this Agreement upon not less than seven days' written notice should the other party fail substantially to perform in accordance with die terms of this Agreement through no fault of the party initiating life termination. § 55 The Owner may terminate this Agreement upon not less than seven days' written notice to the Architect for the Owner's convenience and without cause. § 5.6 If the Owner terminates this Agreement for its convenience pursuant to Section 5.5, or the Architect terminates this Agreement pursuant to Section 5.3, the Owner shall compensate the Architect for services performed prior to termination, Reimbursable Expenses incurred, and costs attributable to termination, including die costs attributable to the Architect's termination of consultant agreements. § 5.7 In addition to any amounts paid under Section 5 6, if the Owner tcrminmiw this Agreement for its convenience pursuant to Section 5.5, or the Architect terminates this Agreement pursuant to Section 5.3, life Owner shall pay to the Architect the following fees: (Setforth below the amount afany termination or licensing fee, or the method for determining anv termination or licensing fee.) 1 Termination Fee: Init. AN Documenta102n-2017.CopyrightO 1917,1926, 1948.19: American Institute of Archilects. AN rights reserved. WARNING; 7 unauthorized reproduction or distribution of this ANIe Docum t prosecuted to the maximum extent possible under the law. Th No 5722733652 which expires on 04212019, and is not for resale User Notes: 1959, 1961, 1963,1966, 1957, 1970,1974.1977, 19a7, 1997, 2007 and 2017 by The Document is protected by U,5. Copyright Low and International Treaties. 6 ry portion of It, may result In severe civil and criminal penalties, and will be :est was produced by AIA software at 1915.11 ET on 111072018 under Order (793987888) so 2 Licensing Fee, if the Owner intends to continue using the Architect's Instruments of Service so § 5.8 Except as otherwise expressly provided herein, this Agreement shall terminate (Check ilia appropriate bar) [ ] One year from the dale of commencement of the Architect's services [ ] One year from the date of Substantial Completion [ X ] Other (Insert another termination date or refer to a termination provision in at attached document or scope ofservire.) Term of the contract for A&E services shall be three calendar years following the activation of this agreement, with the option for both parties to agree to one (1) two-year extension. If the Owner and Architect do not select if termination date, this Agreement shall terminate one year from the dale of commencement or the Architect's services, § 5.9 The Owner's rights to use the Architect's Instruments of Service in the event of n termination of this Agreement are set forth in Article 3 and Section 5.7. ARTICLE 6 COMPENSATION § 6.1 The Owner shall compensate ilia Architect as set forth below for services described in Section 1. I, or in the attached exhibit or scope document incorporated into this Agreement in Section 9.2. (Insert amount of, or busisfor, compensation or indicate the exhibit or scope document in which compensation is provided fac) Compensation shall be as agreed between the Kodiak Island Borough and Jensen Yorba Lou, Inc. § 6.2 Compensation for Reimbursable Expenses § 62.1 Reimbursable Expenses are in addition to compensation set forth in Section 6.1 and include expenses incurred by the Architect and lire Architect's consultants directly related to die Project, as follows: .1 Transportation and authorized out-uGtown trod and subsistence; 2 Long distance services, dedicated data and communication services, teleconferences, Project web sites, and extranets; .3 Permitting and other fees required by authorities having jurisdiction over the Project, A Printing, reproductions, plots, and standard form documents, .5 Postage, handling and delivery; .6 Expense of overtime work requiring higher than regular nates, if authorized in advance by the Owner; .7 Renderings, physical models, mock-ups, professional photography, and presentation materials requested by the Owner or required for the Project; .8 If required by die Owner, and with the Owner's prior written approval, the Architect's consultants' expenses of professional liability insurance dedicated exclusively to this Project, or the expense of additional insurance coverage or limits in excess of that normally maintained by the Architect's consultants; .9 All taxes levied on professional services and on reimbursable expenses, .10 Site office expenses; .11 Registration fees and any other fees charged by die Certifying Authority or by other entities as necessary to achieve the Sustainable Objective, and .12 Other similar Project -related expenditures InN. AN Docummm 6102^' —2017. Copyright O 1917, 1926.1948.1951, 1953.1959,1961, 1963, 1966, 1967.1970, 1974.1977, 1987,1997, 2007 and 2017 by The American Inabtule of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA• Document, or any portion of 8, may result In severe civil and criminal penalties, and will be 1 prosecuted to the maximum extent possible under the law. This document was produced by AIA so8ware at 19 15 11 ET on 11/072018 under Order No 5722733652 which explore on 04218019, end is not for resale User Notes: (79798766!1) § 6.2.2 For non -travel Reimbursable Expenses the compensation shall be the expenses incurred by the Architect and the Architect's consultants plus ten percent ( 10 %) of the expenses incurred. Travel Reimbursable Expenses shall be the expenses incurred by the Architect and Architect's consultants. (Paragraphs deleted) § 6.3 Payments to the Architect § 6.3.1 Initial Payments §63.1.1 An initial payment of zero (SO ) shall be made upon execution of this Agreement and is the minimum payment under this Agreement. It shall be credited to the Owner's account in the final invoice. § 6.3.2 Progress Payments § 63.2.1 Unless otherwise agreed, payments for services Shull be made monthly in proportion to services performed, Payments are due and payable upon presentation of the Architect's invoice Amounts unpaid ninety (70 ) days a0er the invoice date shall bear interest at the rate entered below, or in the absence lhereofat the legal rate prevailing from time to time at the principal place of business oh the Architect. (Insert rate ojmanthly or annual interest agreed upan.) 4 °o per annum § 6.3.2.2 The Owner shall not withhold amounts from the Architect's compensation to impose a penalty or liquidated damages on the Architect, or to offset sums requested by or paid to contractors for the cost of changes in the Work, unless the Architect agrees or has been found liable for the amounts in a binding dispute resolution proceeding. § 6.3.2.3 Records of Reimbursable Expenses and services performed on the basis of hourly rates shall be available to the Ownerat mutually convenient limns. ARTICLE 7 MISCELLANEOUS PROVISIONS § 7.1 This Agreement shall be governed by the law of the place where the Project is located, excluding that jurisdiction's choice of law roles. If the panics have selected arbitration as We method of binding dispute resolution, die Federal Arbitration Act shall govern Section 4.3. § 72 Except as separately defined herein, terms in this Agreement shall have the same meaning as those in AIA Document A20ITM-2017, General Conditions of the Contract for Construction. § 7.3 The Owner and Architect, respectively, bind themselves, their agents, successors, assigns, and legal representatives to this Agreement. Neither the Owner northe Architect shall assign this Agreement without the written consent of the other, except tire( the Owner may assign this Agreement to a lender providing financing for the Project if the lenderogrecs to assume IheOwner's rights and obligations under this Agreement, including any payments due to the Architect by the Owner prior to life assignment. § 7.4 The panics shall agree upon protocols governing the transmission and use of Instruments of Service or any other information or documentation in digital ]arm. The panics will use AIA Document 13203rht-1013, Building Infarnation Modeling and Digital Data Exhibit, to establish the protocols for the development, use, transmission, and exchange of digital data. § 7.4.1 Any use of, or reliance on, all or a portion of o building information model without agreement to protocols governing die use of, and reliance an, the infunuatiun cuntaiucd in the model and without having those protocols set forth in AIA Document 132031 04-2013, Building IntbmuhOon Modeling and Digital Data Exhibit, and die requisite AIA Document 43202iT1-2013, Project Building Information Modeling Protocol Form, shall be at the using or relying party's sole risk and without liability to the otter party and its contractors or consultants, the authors of, or contributors to, the building information model, and each of their agents and employees. § 7.51f the Owner requests the Architect to execute certificates, the proposed language of such certificates shall be submitted to the Architect for review at least 14 days prior to the requested dales of execution. If the Owner requests the Architect to execute consents reasonably required to facilitate assignment to a lender, the Architect shall execute AN Document 8192^ —2017. CopyrIght O 1917, 1929,1979. 19511957,1959, 1%1, t%7,1%6, 1%7, 1g7o, 1974, 1977, 1%7,1997, 2997 and 2917 by The hill. American nsalute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties. 6 Unauthorized reproduction or distribution of this AIAe Document, or any panien of It, may result In severe civil and criminal penalties, and will be 7 prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 19 1511 ET on 1 11D7121111 under Order No 5722733652 which espies on 0412MG19, and is not for resale User Notes: (793997999( Init. all such consents that are consistent with this Agreement, provided the proposed consent is submitted to the Architect for review at least 14 days prior to execution, The Architect shall not be required to execute certificates or consents that would require knowledge, services, or responsibilities beyond the scope of this Agreement. § 7.6 Nothing contained in this Agreement shall create a contractual relationship with, or a cause of action in favor of, a third party against either the Owner or Architect. § 7.7 Unless otherwise required in this Agreement, the Architect shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure of persons in, hazardous materials or toxic substances in any form at the project site. § 7.8'lhe Architect shall have the right to include photographic or artistic representations of the design of the Project among the Architect's promotional and professional materials. The Architect shall be given reasonable access to the completed Project to make such representations, I lowever, the Architect's materials shall not include We Owner's confidenfial or proprietary information if lite Owner has previously advised the Architect in writing of the specific information considered by the Owner to be confidential or proprietary. The Owner shall provide professional credit for the Architect in the Owner's promotional materials for the Project. This Section 7.8 shall survive file termination of this Agreement unless the Owner terminates this Agreement for cause pursuant to Section 5.4, § 7.9 If the Architect or Owner receives information specifically designated as "confidential" or "business proprietary," We receiving party shall keep such information strictly confidential and shall not disclose it to any other person except as set forth in Section 7.9.1. This Section 7.9 shall survive the termination of this Agreement. § 7.9.1 The receiving party may disclose "confidential" or "business proprietary" information after 7 days' nutice to the other party, when required by Inv, arbitrator's order, or court order, including u subpoena or other form orcompulsory legal process issued by a court of goveminentul entity, or to the extent such information is reasonably necessary for the receiving party to defend itself in any dispute, The receiving party may also disclose such information to its employees, consultants, or contractors in order to perform services or work solely and exclusively for the Project, provided those employees, consultants and contractors arc subject to the restrictions on the disclosure and use of such information as set forth in this Section 7.9. § 7.10 The invalidity of any provision of the Agreement shall not invalidate the Agreement or its retraining provisions. If it is determined that any provision of the Agreement violule_�s any law, or is otherwise invalid or unenforceable, Wen that provision shall be revised to the extent necessary to make that provision legal and enforceable. In such case the Agreement shall be construed, to the fullest extent permitted by law, to give effect to the paries' intentions and purposes in executing the Agreement. ARTICLE B SPECIAL TERMS AND CONDITIONS Special terms and conditions that modify this Agrm*tncnt are as follows: (Include other terns and conditions applicable to this Agreement.) 8.1 Architect's and Architect's Consultants' hourly rates shall be enforced until December 31, 2019. Hourly macs shall be re -negotiated after January 1, 2020. ARTICLE9 SCOPE OF THE AGREEMENT § 9.1 This Agreement represents the entire and integrated agreement between the Owner and the Architect and supersedes all prior negotiations, representations or agreements, either written or and. This Agreement may be amended only by written instrument signed by both the Owner and Architect. § 92 This Agreement is comprised of the following documents identified below: .1 AIA Document BI02T^t-2017, Standard Form Agreement Between Owner and Architect 2 AIA Document E2011761-120 13, Building Infomntion Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement) User Nates' or disalbutlon of this IIIA r extent possible under lh son 6111112019. and Is not on and 7017 by The it Treaties. 9 and will be (797987888) .3 Exhibits: (Check the appropriate boxfor any exhibits incorporated into this Agreement) ( ] AIA Document E204TA1-2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the F204-2017 incorporated into this Agreement) ( ] Other Exhibits incorporated into this Agreement: (Clearly ideruh, any other exhibits incorporated into this Agreement) .4 Other documents: (List other documents, including the Architeei',s scope ofseii1ces document, hereby incorporated into time Agreement) I. Request for Proposals for Architectural and Engineering Services for Various Capital Improvement Projects issued by the Kodiak Island Borough (KIB) dated July 201 S. 2. Proposal by Jensen Yorba Lott, Inc. in response to the RFP, dated August 21, 2018. 3. Schedule of Hourly Rates This A ement enter, Its of the day and year first written eb U14A R Signa e) AR fTE ( tyre Tony YaMKh/„ PCI w J Corporate Secretary ,iN • vd�t%!/ / //►/r 9 J7��2 Jensen Lott, Inc. !� License:! AK-orba AK•7597 (Printed name and title) (Printed none, tide, and license number, ifrequired) \ VNN D t909 G \gSKA-4 ALA Document 9102T1— 2017. Copyright 1017, 1926, 1948, 1951, 1953,1958,1961. 1963, 1985, 1967, 1970 1974, 1977. 1987, 1997, 2007 and 2817 by The Init.American Institute of Architects. All nghta reserved.WARNING: This AIM Document Is protected by U.S. Copyright Lew end IntomatlanalTreaasa, 70 Unsuthorl7ad reproduction or distribution of this AIA- Document, or any portion of It may result in severe civil and criminal penalties, and will ba t prosecuted to the maximum axrent possible under the law. This document was produced by AIA software at 19 15 11 ET on 11MI120IS under Order No 5722733652 wh'ch expires on 0421 not 9. and is not for resale User Notes: (793987688) Additions and Deletions Report for AIA0 Document 8102"' — 2017 This Additions and Deletions Repon, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document In order to complato It, as well as any text the author may have added to or deleted from the original AIA text. Added text Is shown and dined, Deleted text Is Indicated with a hadwrital line through the original AIA text Note This Additions and Deletions Ropon is provided for information purposes only and is not Incorporated into or constitute any pan of the associalad AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 191511 ET on 11107/2018 PAGE AGREEMENT made as of the 1 Itis day of October in the year 2018 Kodiak Island Borough. Municipality 710 Mill Bay Road Kodiak, Alaska 99615 Teleobone Number 90748C-9210 Jensen Yurba Lott, Inc. General Corporation 522 West 10th Street Juneau, Alaska 99801 Telephone Number 907-586-1070 Kodiak Island Borough Tenn Cnntmct Kodiak, Alaska Various CIP Proicds PAGE Tot1v Yorba 522 W�Kt IO'ti Street Juneau, Alaska 99801 Telephone Number 907-58C,-1070 PAGE § 1.5.1 Commercial General Liability widi paliey lin ils of Hi 1 ss s,o_ (c ) IW ea .1. ,._ _ _.r ,G )ifidw 88gFegfite NF138dily i dpropeFlydimnege.l.intrility- Amounts as required by the Kodiak Island Borough. § 1.5.2 Automobile ilR419..fER: 1., ..,r,-.. rt .,...... _'.1 ._,f.1... 1:4.:_: .... .e... tl. r.. �.u., .,. 1.,.,,n. .1.....__ ., ..f ny-Pe FSBi1. 0eaamenl B102--2017. CopyrigN 01917,1926,1948, 1951, 1953.1950,1961. 1963.1%6,1961.1970,1974,19T7. an Inatome of Arldtects. All rights returned. WARNING: This AIA• Document Is protected by U.S. Copyright Law I reproduction or distribution of this AIA• Document, or any panic of It, may result In severe civil and criminal maximum extent possible under the law. This document was produced by AIA soltware at 19 15 11 ET on 11/072010 s an 07212019, and is not for retule, (793907800) the ow"OrS i . Fnairaerall"a a and use Of these HIS! OF VEhieleS, BIB H9WiIh any SO! OF SIONABIFily required amleme eavernge-LiabiliW Amounts as rcuuired by the Kodiak Island Borough. §1.5.5 Employers' L*0il3.rY-wNdip a ImY-�'�,r r=.s than c8ieoeb needeaI IS ) eaeh __pley._ and IS s peliey-IiRai6Liphility. Amounts as required by the Kodiak Island Borough. § 1.5.6 Professional Liability withpeliey-limitsaP elil,,.sthan IS )JIeF.r..:.-....r re ,:..,r,,.____ __,e,Liabiliw. AmnunLsasreguiredbythe Kodiak Island Borough. PAGE FegillatfIfy MqUiRlasefiNi Of fbF SifflilaF PUFPBSes iH Miamian with life pirojee 05 not tR be EaRsIpued as publication in f4 "rcrsaehiieet—m . § 3.3 The Architect grants to the Owner a nonexclusive license to use [lie Architect's Instruments of Ss><Fviee ssldly—a :d gib: a k Service, provided that the Owner substantially performs its obligations under this Agreement, including prompt payment of all sums due pursuant to Article 5 and Amide 6, 111e Architect shall obtain similar nonexclusive licenses from die Architect's consultants consistent with this Agreement. The license granted under this section permits the Owner to authorize the Contractor, Subcontractors, Sub -subcontractors, and suppliers, as well as the Owner's consultants and separate contractors, to reproduce applicable portions of the Instruments of SeMse solely an § 3.4 Exeepi fi3khl! HINERSESgisiffil Ed iffilliS Af4iele ;, INS a &F lie ense of Fight slaill lip deemed granted III: implied Node this bfeefae IN. :Me 0%FIeF Shall 1381 del r ,... befei^ r..ed, ,. _HAY ,.:d o ,, the grief Writt ._ .,.._ ._ ._, aFthe a _e meei--Any unnnllaolazedrise of 1he Instruments of Service shall be at the Owner's sale risk and without liability to the AMOCO and the Architect's consultants, PAGE 5 [ X 1 Litigation in a court of competent jurisdictiun PAGE $0 [XI Other Tenn of the contract for A&E services shall be lime calendar years following the activation of this agreement, with die option for both parties to agree to one (1) two-year extension. Addaons and Dehahms Repeater AIA Oocumenl 8102^'-2017. Copydgm O 1987, 1997, 2007 and 2017 by The American Institute of Archllecu. All rights res and Inlemotional Trestles. Unauthorized reproduction or distribution of this penalties, and will be prosecuted to the maximum extent possible under the under Order No 5722733652 which expires on 04212019. and is not far resale Usar Notes: 1928,1948.1951,1953,1958,1981,1983,1966.1957,1970,1974,1977, WARNING: This AIA- Document is protected by U.S. Copyright Law Z 3ocument, or any portion of It, may result In severe civil and criminal its documenl was produced by AIA softwareet 1915 11 ET on 1110 7 2 01 8 17939878881 Compensation shall be as agreed between the Kodiak Island Borough and Jensen Yorba Lou, Inc. PAGE § 6.2.2 For non -travel Reimbursable Expenses the compensation shall be the expanses incurred by the Architect and the Architect's consulluras plus teJlercenl (10 -/o) of the expenses incurred. Travel Reimbursable Expenses shall he the exrlensm incurred by the Architect and Architect's consultants. § 6.3.1.1 An initial payment of zero (SP) shall be made upon execution of this Agreement and is the minimum payment under this Agreement. It shall be credited to the Owner's account in the final invoice.. § 6.3.2.1 Unless otherwise agreed, payments for services skull be made monthly in proportion In services performed. Payments am due and payable upon presentation of the Architect's invoice Amounts unpaid ninety (2g_) days atter the invoice date shall bear interest at Ila rate entered below, or in the absence 0lercof al the legal rate prevailing from time to time at the principal place of business of the Architect L_% per aurum PAGE Additions and Deletions Ni 19a7, 1997, 2007 and 20t7 and International Trestles. penalties, and will be prose under Order No 572273365; User Notes: Tony Ynrba Corporate Secretary Jensen Yorba Lott, Inc. License. AK -7597 1951, 1953.HISS, 1961,1963,1966.1967,1970 1974,1977, This AIA- Document is prolecled by U.S. Copyright Law 3 or any portion -111, may result In severe civil and criminal 1 was produced by AIA software at 19 15 11 ET on 1IM7201a (793967669) Certification of Document's Authenticity AIA® Document D401 "m — 2003 I, Joann Lott, hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Addilinns and Deletions Report and this certification at 19:15;11 ET on 11/0712018 under Order No. 5722733652 from AIA Contract Documents software and that in preparing the attached fmal document I made no changes to the original text of AW Document B 102Tat — 2017, Standard corm or Agreement Between Owner and Architect without a Predefined Scope of Arehilect'.s Services, as published by the AIA in its software, other then those additions and deletions shown in the associated Additions and Deletions Report. (Signed? (Title) _. (Dated) AIA Document D401e —2003. Copyright C1992 and 2003 by The American Inablute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and lnlematlonal Troatles. Umaulharized repmduction or distribution of this AbP Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This docament was produced by AIA software at 19 15 11 ET on 11/0721119 under Order No 5722733052 which expires on 04212019, and Is not for resale User Notes: )793997999) KODIAK ISLAND BOROUGH REQUEST FOR PROPOSALS Architectural & Engineering Services for Various Capital Improvement Projects July 2018 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907) 486-9210 Page I of 10 REQUEST FOR PROPOSALS Architectural & Engineering Services for Various Capital Improvement Projects Proposals will be received until 2:00 p.m. (local time) on August 21, 2018, by the Kodiak Island Borough (Borough) for architectural and engineering services related to renovation and renewal/replacement projects at various Borough facilities. Request for Proposal documents are available electronically through our website: www.kodiakak.us. Contact information for questions regarding this request for proposals: Matt Gandel, Project Manager/Inspector Enginecring/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-92 10 Fax: (907) 486-9347 Email: mgandcl@kodiakakus Proposals will be received until the date and time stated above. Proposals received after the time stated above will be returned unopened. Submit Proposals to: Office of the Borough Manager Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Envelopes must be clearly marked: Kodiak Island Borough Architectural & Engineering Services, The Kodiak Island Borough reserves the right to reject or accept any or all proposals, to waive irregularities or informalities in the proposals, and to give particular attention to the qualifications of the proposer. Michael Powers, Borough Manager July 17, 2018 Publish. Kodiak Daily Mirror July 17, 24, Aug 7, 14, 2018 Anchorage Daily News July 17, 24, Aug 7, 14, 2018 Page 2 of 10 IMPORTANT REGISTRATION FORM In order to receive addenda and any other information which may impact or alter the specifics of this Request for Proposals, please FII out the contact information below and return to the Kodiak Island Borough. ONLY REGISTERED PARTIES WILL RECEIVE NOTIFICATIONS. Contact Information Name of Company. Contact Name: Street Address: City, State, Zip: _ Phone Number: Fax Number. Email: Return this form via fax, email, regular mail, or hand delivered to the following location: Matt Gandcl, Project ManagerMspeclor Engincering/Facilitics Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9210 Fax: (907) 486-9347 Email: mgandcl@kodiakak.us Page 3 of 10 INTRODUCTION The purpose of this Request for Proposals (RFP) is to obtain professional architectural and engineering (A&E) services to assist the Kodiak Island Borough with various renovation and renewal/replacement projects at various Borough facilities, including but not limited to, schools, government offices, and research facilities. The agencies involved in these projects include the following: Kodiak Island Borough (KIB): The owner of the facilities and real property upon which the facilities are built. For the purposes of this RFP, the KIB will contract for A&E services and select a contractor in accordance with the Kodiak Island Borough Code. Kodiak Island Borough Engineering and Facilities Department (EF): The Borough's Engineering and Facilities Department oversees the construction and maintenance of KIB facilities and will administer these projects. Kodiak Island Borough Architectural/Engineering Review Board (ARB): The ARB is a standing advisory board of the KIB empowered to review all architectural and engineering proposals and design drawings for Borough owned buildings and publicly funded projects, evaluate and propose improvements to specifications and drawings, and evaluate the list of proposed architects and forward n recommendation to the Kodiak Island Borough Assembly. Kodiak Island Borough School District (KIBSD): The KIDSD Maintenance Department performs the operation and maintenance of school facilities as required under State of Alaska statutes. COMMUNITY PROFILE Situated in the Gulf of Alaska, the Kodiak Island Borough is located in the Kodiak Island Archipelago, an arca comprised of sixteen major islands paralleling the Katmai Coast along the Alaska Peninsula for 177 miles. At 3,588 square miles, Kodiak Island is the second largest island in the United States, second only to the island of Hawaii. The city of Kodiak is 250 air miles southwest of Anchorage and is the seventh largest city in the state. Total island wide population including the six villages of Akhiok, Larsen Bay, Karluk, Port Lions, Old Harbor, and Ouzinkic is nearly 14,000 with approximately 11,000 of those residents living in and around the city of Kodiak and its road system. Moderate seasons, cloudy skies, and moderately heavy precipitation characterize climatic conditions. Average yearly rainfall is 78 inches with an average of 08 inches of snowfall. Wind averages 10 knots with gusts as high as 100 knots. SCOPE OF WORK The intent of this RFP is to solicit proposals from A&E firms to enter into a term contract with the Kodiak Island Borough (KIB) to provide design services for renovation and renewal/replacement projects at various Borough facilities. These services may include but not be limited to developing architectural and engineering plans and specifications, cost estimates, and providing construction administration services. Page 4 of 10 The tens of this contract services will be three years from the date it is executed, with the option for both parties to agree to two (2) one-year extensions. Following is a list of potential projects provided to give proposers examples of the types of design services that may be required under this contract. No guarantee is made that these specific services will be required, or that services required will be limited to these types of projects: Borough Building Flooring Replacement: Removal of approximately 30,000 square feet of existing flooring including asbestos containing materials and installation of new flooring. North Star Elementary Siding Replacement: Removal of approximately 20,000 square feet ofexisting cement board siding and installation ofnew composite siding. Peterson Elementary Roof Replacement: Removal of approximately 40,000 square feet of EPDM/IRMA roof system and various expansion joints and replacement with new PVC roof membrane. Village Mechanical Upgrades: Upgrades to mechanical systems, including boilers, pumps, air handling fans and motors, and controls systems at village schools including Akhiok, Karluk, Larsen Bay, Old Harbor, and Port Lions. Design packages may be split into phases and/or packages in order to accommodate phasing and budget constraints. Projects may be completed separately or together, and concurrently or in multiple phases over several years, in order to accommodate operational and/or budget constraints. The successful proposer will be required to ensure that planning and design of each project takes into account the typical operating periods for each facility. Design services shall include the customary architectural, structural, civil, mechanical, and electrical engineering services associated with the following design stages: Schematic Design: Drawings and other documents that serve to illustrate the general scope, scale, and relationship of project components. Design Development: Drawings and other documents thnt serve to fix and describe the size and character of the entire project as to structural, mechanical, and electrical systems, materials, and such other essentials as are appropriate. Construction Documents: Drawings and specifications that provide in detail the requirements for construction of the entire project. Bid Services: Documents for obtaining bids and awarding contracts for construction, including providing responses to bidder questions, and analysis or a I lematives/substitutions. Construction Services: Assistance in KIB's administration of the construction contract including shop drawing review, construction observation, change order review, and project close Out assistance. It is KIB's intention to enter into a term contract with one Finn for this work. The successful firm will be the lead for its team or consultants as required by each particular project. The term contract will include a fee schedule for the lead firm and consultants, but will not include the total fee for any actual project. At the start of each individual project a fee will be negotiated and a change order to the contract executed by all parties. CONTRACT AWARD SCHEDULE The anticipated contract award schedule is as follows: RFPAvailable..................................................................................................July 17, 2018 Proposal Responses Due to KIB.................................................................August 21, 2018 Proposal Review.................................................................... August 272 —August 31, 2018 Interviews (if necessary).........................................................Week of September 10, 2018 Recommendation of Finn to ARB ........................................................ September 14, 2018 ARB Meeting to Forward Recommendation of Firth to Assembly...... September 25, 2018 Assembly Approval.................................................................................. October 18, 2018 Commencement of Fee Schedule Proposal and Negotiations. .................. October 22, 2018 SignContract............................................................................................ October 29, 2018 Proposals should not exceed ten (10) double sided and stapled pages (8.5 x 11), exclusive of appendix, cover page, letter of transmittal and table of contents. Provide five (5) hard copies plus one (1) copy in electronic PDF format on a storage device accessible by a standard USB port. The response must contain, in the order presented, information to address the evaluation criteria set forth in this solicitation. Proposals shall include with a letter of transmittal including the following information: 1. The proposer's name and address. 2. A statement that indicates the proposal is valid for at least 90 days from the proposal submission deadline. 3. A statement that indicates the proposer's willingness to perform the services described in this RFP and that all staff and other resources which are required to perform the services described in this RFP will be made available by your organization over the life of the anticipated contract. 4. Acknowledgement of any addenda issued during RFP process. 5. Statement that the signatory has authority to bind the proposer. 0. Signature of authorized individual. Proposals shall be organized in the manner specified below in order to achieve a uniform review process and obtain the maximum degree of comparability for the selection committee. A. Firm Qualifications and Experience: I. Discussion of at least two projects of similar scope to the services requested that your firm has completed which you believe would qualify your firm for this contract. 2. Description of your experience with projects involving various disciplines, i.e. mechanical/electrical, civil, energy improvements, building envelope, roofing, interior renovations, etc. Page 6 of t0 3. Description of your experience with renovation projects in occupied facilities and description of the types of challenges you faced and how you overcame them. 4. Discussion of any specifics not included in the criteria above to describe why your firm may be particularly qualified to be selected for this contract. B. Proposed Project Team: 1. Description of the professional qualifications and experiences of the proposed project team members, including proposed consultants. Demonstrated expertise in working as a team on recent projects. 2. A response prepared specifically for this proposal is required. A focus on the individuals' specific duties and responsibilities and how project experience is relevant to the proposed projects is preferred. Marketing resumes often include non -relevant information which may detract from the evaluation of the proposal. Lists orprojecls arc not useful. C. Management Plan: 1. Discussion of your proposed management plan for this contract. Provide a table or chart that shows organizational structure, chain of supervision, decision authority and communications. 2. Description of your firm's approach to the contract and, at a summary level, the steps seen as an integral pan of successfully guiding KB through this process. 3. Discussion of your firm's cost estimating procedures during the design process and how estimates are verificd/validated. 4. Discussion of both current and potential projects the firm is contemplating as well as the current and potential time commitments of your proposed project team. SELECTION PROCESS A. Evaluation & Selection Process Responses to this solicitation will be reviewed and evaluated by a committee of Kodiak Island Borough employees and one representative from the Kodiak Island Borough School District. The committee will recommend one firm for selection to the Architectural/Engineering Review Board (ARB). The ARB will review this selection and provide a recommendation to the Kodiak Island Borough Assembly, which will make the final selection for award. Responses will be evaluated on the basis of the advantages and disadvantages to KIB using the evaluation factors set forth below. Responsive firms will be independently evaluated by each member of the selection committee and ranked numerically. The selection committee will meet to present each member's ranking and discuss each proposers qualifications before agreeing to recommend one firm for award. The selection process for this RFP will be a qualification based selection process where cost of services is not an evaluation criteria. There shall be no discussion of cost in the initial response. The top ranked firm selected for contract negotiations will be required to submit a detailed fee schedule for itself and its consultants. If negotiations are unsuccessful with the lop ranked firm, KIB will terminate the negotiations and move on to the proposer with the next best ranking. Page 7 of to B. Evaluation Factors The evaluation factors and available points for each are: Firm Qualifications and Experience 40 points Proposed Project Team 30 points Management Plan 20 points Overall Proposal Quality 10 points Total 100 points The specific requirements for Finn Qualifications and Experience, Proposed Project Team, and Management Plan are detailed in the Proposal section above. Overall Proposal Quality will be an evaluation of whether or not the proposal is clear and concise, organized correctly, and professionally presented. C. Interviews Selected proposers may be requested to interview with the selection committee. Proposers will be notified in writing of the interview requirements, date, time, location, and amount of time allowed for an interview/presentation and question and answer period. All expenses related to proposal development and interview/presentation costs arc the responsibility of proposer and shall not be charged to KIB. D. Release of Information Per Kodiak Island Borough Code 3.30.110(D), "proposals and tabulations—shall be open to public inspection only after the contract award" Upon completion of the selection process nil proposers will be notified of the lop -ranked firm, but no specifics of scoring or ranking will be made public or available to any proposer until a contract is awarded and executed. ADMINISTRATIVE INFORMATION A. Contact Person Any information required or questions regarding this RFP should be addressed to: Mau Gandel, Project Manager/Inspector Engincering/Faeilitics Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6398 Phone: (907) 486-9210 Fax: (907) 486-9347 Email: mgandcl@kodinkak.us B. Deadline for Receipt of Proposals Proposals may be mailed or hand delivered and must be physically received by KB no later than 2:00 p.m., prevailing time (AK), August 21, 2018. Faxed proposals are not acceptable. Proposals received after the above proposal submission deadline will not be considered and will be returned. C. Proposers' Review and Substantive Questions Proposers should carefully review this RFP for errors, questionable or objectionable materials and items requiring clarification. Proposers shall put comments and/or questions in writing and submit them to the contact person noted above. Please submit questions nt least five days before the due Pace 8 of 10 date of proposals. This will allow time for an addendum to the RFP to be issued, if required, to all recipients of the RFP. D. Addendum to the RFP KIB reserves the right to issue written addenda, to revise or clarify the RFP, respond to questions, and/or extend or shorten the due date of proposals. E. Cancellation of the RFP KIB retains the right to cancel the RFP process if it is in the KIB's best interest. KB shall not be responsible for costs incurred by proposers for proposal preparation. F. Proposal Withdrawal and Correction A proposal may be corrected or withdrawn by a written request received prior to the deadline for receipt of proposals. G. Retention or Proposals All proposals and other material submitted become KIB property and may be returned only at KIB's option. H. Cost or Proposal Preparation Any and all costs incurred by proposers in preparing and submitting a proposal are the proposers' responsibility and shall not be charged to KB or reflected as an expense of the resulting contract. I. Delivery of Proposals KIB assumes no responsibility or liability for the transmission, delay, or delivery of proposals by either public or private tamers. J. Media Announcements Any and all media announcements pertaining to this RFP require KB's prior written approval. K. Binding Contract This RFP does not obligate KB or the selected proposer until a contract is signed and approved by all parties. INSURANCE REQUIREMENTS The Consultant shall provide evidence or insurance with an insurance carrier or carriers satisfactory to the Borough covering injury to persons and property suffered by the Borough or by a third party which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives or employees. All of the insurance coverages shall be considered to be primary and noncontributory to any other insurance carried by the Borough, whether through self-insurance or otherwise. The Consultant shall notify the Borough in writing, at least 30 days before cancellation of any coverage or reduction in any limits of liability. The Consultant shall furnish, prior to any work commencing, a certificate of insurance or the policy declaration page with required endorsements attached thereto — all of which have been executed by the insurer's representative and issued to the Borough shall denote the type, amount, class of operations covered. effective (and retroactive) dates, and dates of expiration of policies with the requirements noted below: Page 9 of 10 The Kodiak Island Borough shall be named as additional insured in regards to the Commercial General Liability and Automobile Liability policies. The Consultant shall maintain the following insurance policies with the specified minimum coverages and limits in force at all times during the performance of the Contract. A. Workers' Compensation: As required by AS 23.30.045, for all employees of the Consultant engaged in work under this Contract. The Consultant shall be responsible for Worker's Compensation Insurance for any subconsultant who perforins work under this Contract. The coverage shall include: 1. Waiver of subrogation against the Borough; 2. Employer's Liability Prolection at $1,000,000 each accidentleach employee and a 51,000,000 policy limit. B. Commercial General Liability: On an occurrence policy form covering all operations with combined single limits not less than: 1. $2,000,000 Each Occurrence; 2. $2,000,000 Personal Injury; 3. $5,000,000 General Aggregate; and 4. $5,000,000 Products -Completed Operations Aggregate. 5. Coverage shall include a waiver of subrogation against the Borough. C. Automobile Liability: Covering all vehicles used in Contract work, with combined single limits not less than: 1. $2,000,000 each occurrence. 2. Coverage shall include a waiver of subrogation against the Borough. D. Professional Liability. The Consultant, at his own cost and expense, shall affect and maintain at all times during the life of the Contract a good and sufficient professional liability insurance policy of not less than $2,000,000.00, protecting the Consultant against claims of the Kodiak Island Borough for negligence, errors, mistakes, or omissions in the performance of the services to be performed and furnished by the Consultant. Page 10 of 10 MEN ENO ONE OEM Office of the Borough Manager Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 RE: Proposal for Architectural and Engineering Services for Various Capital Improvement Projects Sirs and Madams: Thank you very much for this opportunity to provide Tenn Agreement services for Kodiak Island Borough. We are familiar with the conditions under which the services of this project will be provided. We have been working on term agreement and other projects for KIB for many years and we are committed to continuing and exceeding the same level of dedicated service to your community, like we always have. This proposal is valid for at least 90 days from the proposal submission deadline. We are willing and committed to providing the services and commitments described in this proposal. We intend that all staff and other resources which are required to perform the services described in this proposal will be made available for the life of the anticipated contract. We acknowledge that no addenda have been issued during the RFP process. Antonio Yorba, corporate secretary of the firm Jensen Yorba Lott, Inc. is the signatory and has authority to bind our firm to this proposal. Sincerely, �Zur- Antonio Yorba Corporate Secretary t any@j ensenyorbalott.com 522 West Tenth Street Juneau, AK 99801 907.586.1070 wtvw.jensenyorbalon.com KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE I 1 1. Discussion of at least two projects of similar scope to the services requested that your firm has completed which you believe would qualify your firm for this contract. Jensen Yorba Lott Inc. (JYL) has accomplished numerous projects very sirnilar to the scope of services requested in this RFP. The most applicable are: Peterson Elementary School Projects • Kodiak Island Borough Building Projects • North Star Elementary School Projects Kodiak Small Schools Projects PETERSON ELEMENTARY SCHOOL PROJECTS JYL worked with team engineers RSA and PND to develop holler, control and other mechanical upgrades as well as significant structural improvement. IYL developed a strong technical approach to flooring replacement that appears to be holding up well to the difficult Kodiak groundwater and chemical conditions. We also worked with the Peterson school roof, and understand the conditions there. All work was accomplished on time and budget. The first project completed at Peterson was part of a community wide seismic upgrade project pioneered by engineer Ken Smith. The work at Peterson included a major seismic retrofit of the 1953 wing. The retrofit involved installation of new shear walls and shear resistive elements in the roof. The structural work on the roof required removal of the existing roofing to expose the structural deck. Wholesale roof replacement was not allowed under the conditions of the grant, so we had to remove and replace the existing EPDM roof assembly as required to install the new structural members. We accomplished the roof re -assembly in a manner that made the roof eligible for an additional limited roof warranty, sufficient to cover the roof until funds were available for a complete roof replacement. Floor finishes were replaced, including removal of asbestos adhesives remaining under the existing floor finishes. Wall and casework replacement also occurred. The work required close coordination with RSA for mechanical / electrical; PND for structural; and others to ensure compliance with tightly controlled grant funding. It also required close adherence to the schedule, both during design and construction to ensure work was completed during the summer break so that the school year could start on time. JYL worked with district personnel as well as KIB project management to achieve these goals. Work was accomplished on time and within budget. The Peterson Elementary School existing boiler and controls had reached the end of their useful life and needed modernization in compliance with current K1BSD technology standards. The existing boiler building roof leaked badly as well. RSA developed mechanical and electrical design improvements needed to support the new boiler system and controls with minimal disturbance of existing features in the school. The design included a new three pass cast iron boiler piped primary/secondary arrangement; new DDC system throughout the school; new oil -fired hot water heater, new fuel oil piping and new water service piping. Brian Pekar and Jeremy Maxie with RSA provided design services for this project. Tony Yorba developed the boiler building renovations coordinated with other disciplines so that architectural improvements could be accomplished without delaying the mechanical work. Charlene Steinman worked on developing ceiling improvements in the school to allow overhead access for control replacement. KIB also developed a grant for flooring replacement which was also funded by EED. Interior Designer Charlene Steinman coordinated ceiling work and needed floor replacement. A significant element of this work included research into the cause and correction of vinyl floor tile failure occurring throughout the building. It was discovered that chemicals in the existing concrete floors had an unusually strong reaction to moisture in the ground under the concrete slabs. Moisture testing by JYL found some moisture. It caused reactions such as efflorescence and spalling which telegraphed through the surface of the vinyl resulting in an unsightly finish and becoming a potential tripping hazard. Charlene found products that first sealed and then leveled the concrete to form a durable, smooth, moisture resistant surface that appears to have eliminated the problem at this school. It also included specifying a special abrading system that removed the top layer of concrete to ensure a strong chemical and mechanical bond was developed for the sealer/adhesive system. Due to the scope of work, this work was coordinated with the school district to allow final floor installation to occur during the fall after school began. This included specifying carpet tiles that can be installed around classroom furnishings more easily than broadloom goods so that floor installation could occur overnight without affecting use of the classroom in the morning. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 2 KODIAK ISLAND BOROUGH BUILDING PROJECTS: The JYL team has worked throughout the KIB Borough building. We have developed base sheets, space planning data, roofing improvements and research on ACM containing materials inside and outside the building. All work was accomplished on time and budget. JYL has worked on several projects in and around the Borough Building. Working with team civil engineers PND we developed new parking solutions as a phase of the KHS Renovation. From this work, we know utility entrances and other issues that may affect future Borough Building projects. We accomplished a roof replacement of the borough building as part of the term agreement. The work was deceptively complex. JYL worked with a local roofing contractor to identify potential asbestos containing materials, and then sampled them to confirm where the dangerous materials were. We also confirmed the exact configuration of the existing roof assembly. The original asphalt roofing and insulation were intact under the IRMA roof membrane. We correctly identified cost savings by allowing the existing EPDM membrane to remain in place; it would ensure that the building stayed dry during construction, simplifying construction. We also incorporated the EPDM membrane as a vapor barrier, thus reducing the cost of materials. However, the building code allows only three layers of roofing, so we petitioned, and obtained approval, from the KIB building official through the code waiver process. We also greatly increased the thickness of roof insulation, achieving an optimum thickness for maximum life cycle cost effectiveness due to analysis by team member and energy engineer Jim Rehfeldt. The added insulation increased the slope and efficiency of roof drainage. We revised existing seismic joints to accommodate the higher roof surface. The existing roof lacked overflow drains, however, which would have required an expensive retrofit. Instead, we developed an innovative cutout in the roof insulation to allow for overflow scuppers, which allowed for greater roof slopes while still avoiding roof overflow drains. Team member RSA replaced roof mounted mechanical equipment to increase efficiency of air conditioning in areas of the building that regularly overheated. Work included requiring the roof installer to maintain a fire watch inside the roof plenum space to avoid damaging existing electrical devices and wiring with roofing fasteners. The contractor utilized existing hatches, and cut new hatches to provide visual access to all areas. As a result of these efforts, no conflicts occurred. KIB and City of Kodiak staff on a master plan for re- configuration of users in the building as a result of School District staff moving to other office space. This involved code analysis of potential conflicts of users, development of likely space planning configurations, coordination of likely budgets and funding sources. It also included a conditions survey involving mechanical and electrical staff and development of a scope of work for needed architectural, mechanical and electrical improvements. Work included testing for ACM materials in Boors and walls, as well as development of accurate base sheets. Work did not proceed due to a change in Borough priorities resulting in a lack of available construction funding. NORTH STAR ELEMENTARY SIDING: JYL architects researched a polymer siding solution that does not change the overall horizontal siding look of North Star Elementary, but greatly improves the siding performance over the existing cement board siding. We also researched and applied new coating technology to existing, exterior steel that appears to provide superior performance to traditional materials. Work was accomplished on time and budget. JYL developed painting specifications to re -paint the steel entry canopies. Coatings had failed prematurely on several attempts to field paint the large structural steel elements. From our research it appeared the better solution was to galvanize the structural steel, and we utilized that lesson on the subsequent KMS canopy replacement project. We also considered a hot arc galvanizing which is often done for marine applications in Kodiak However, conditions at North Star were not amenable to that solution. We found that Bash corrosion was the primary cause for premature paint failure on the steel so in addition to high performance coatings, we also called for primers to be immediately applied after sanding the steel to bright metal. The materials and technique appears to have been successful. In the same project, JYL developed painting specs for North Star siding. However, this was seen as a stop gap solution. We were asked to research possible siding solutions to try for a prototype basis on one wing of the school, where weather, vandalism and impacts from landscape equipment had damaged the cement board. It is a challenging task to replace siding without removing windows and still ensure water intrusion is prevented. Working with local contractors, off -island suppliers and KIB staff, a polymer siding was identified. It had been used successfully elsewhere on the island, and we also tried it successfully on a project in an exposed location in a Southeast community where weather conditions were similar to Kodiak. We developed prototypical details that appeared to provide the As a separate term agreement IYL also worked with KIBSD, KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 3 best chance to keep windows water tight, with provisions for drainage when the inevitable water does invade the assembly. We also developed construction documents and incorporated them into the painting documents for North Star. SMALL SCHOOLS PROJECTS: jYL has recent experience in virtually all village schools an the Archipelago. We have developed AutoCAD base sheets for each, and are already familiar with the physical plants at each. We have provided significant additions for both Old Harbor and Ouzinkie. Our projects in each of these villages have been accomplished on time and budget. Recently, we accomplished flooring replacements in Akhiok, Karluk and Ouzinkie. We have completed UST replacements at Karluk, Old Harbor and Port Lions, each of which included work with boiler rooms and/or stand by generators. We have accomplished several other projects at Old Harbor, including a major addition/renovation. Most team members have been to each of these sites or otherwise are very familiar with conditions, with contractor access, housing and materials handling challenges. We have firsthand experience in how to approach these projects so that these challenges can be addressed in the most cost effective manner possible. We have found the key to these projects is to listen to KIB and KIBSD staff regarding what they have found to be successful and what is not successful. We know how to simplify, and to standardize so that maintenance staff has an easier time stocking or finding spare parts, and to maintain training so that they understand how to successfully trouble shoot and accomplish repairs. There have been some lessons learned along the way. For instance, we will strive to avoid over complicating boiler controls, despite manufacturer claims for greater efficiencies with multiple layers of controls. Simple elements, of great commonality, with strong records of success are our most important material and methodology solutions. 2. Description of your experience with projects involving various disciplines, i.e. mechanical/electrical, civil, energy improvements, building envelope, roofing, interior renovations etc. MECHANICAL/ ELECTRICAL: One of the basic services that architects provide is that of Project Manager; they develop the basis of the project in terms of scope, schedule and budget with the Owner, and then ensure the rest of the design team adheres to it. Understanding the capacities of the design team is critical to this management task It allows us to anticipate where additional resources are needed for the team, and incorporate them so that work can proceed in a creative and efficient manner. We propose essentially the same team as we have in previous term agreements with KIB with one exception. We have found that incorporating RSA for both electrical and mechanical engineering has provided dividends in terms of cost savings, quality control and overall team efficiency. In prior term agreements we split the mechanical and electrical disciplines between two firms, but in recent years we have been working primarily with RSA for both mechanical and electrical design. The main reason is that the term projects are often relatively small projects. It makes sense to simplify the team, which results in reduced fees to KIB. However, we will work with KIB staff an a constant basis and if it makes sense to modify this approach, we certainly will, and we have in the past to ensure that the best possible services are provided to KIB. After teaming together for over 30 years with RSA, we know that their approach is compatible with our own and serves the best interests of KIB. We assign a senior person (normally a principal or officer in the corporation) to all projects large or small, as project architect or project engineer lead. Project Leaders work directly with staff architects or engineers. Due to the very low staff turnover in our firm's staff designers often have to or more years of experience. This high level of experience is how we can maintain such high efficiency, and the high level of coordination between disciplines. CIVIL/STRUCTURAL: Our experience with CivillStructuml engineering consultants is similar to our experience with mechanical and electrical consultants. We have worked almost exclusively with PND for civil and structural engineering services on KIB projects for many years. Tony and the jYL staff have all worked with lead structural engineer Chris Gianotti and lead civil engineer Paul Kendal and the other PND team members on scores of projects. We know their KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL It ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 4 talents and their experience PND is particularly strong as a team because tbey bring the talents of multiple firms together while maintaining a reasonable overhead and fee structure Because of the broad range of skills, we have provided civil and structural engineering services for KIB projects over virtually the entire structural engineering spectrum: geotechnical reports (most recently Peterson school parking improvements), hydro and bathymetric surveys; design of fixed in -water and Boating structures; (Anton Larson Bay Dock) seismic analysis of existing or indeterminate structures (numerous Kodiak facilities); wells, on site water treatment systems and wastewater treatment systems (Womens Bay Fire Hall); as well as traditional civil and structural engineering services. They likewise provide excellent support during construction including a wide range of special inspection services. Similar to RSA, they also adhere to a strict professional work ethic, remain constantly dedicated to service and to providing value to the Borough. ENERGYIMPROVEMENTS: Our team includes energy engineer Jim Rehfeldt. Jim has assisted on numerous projects for the Borough and is likely responsible for saving the KIB many thousands of dollars. He provides life cycle cost analysis of various building assemblies as well as energy calculations which we use to identify the most cost effective roof, wall and other assemblies, providing the greatest payback, efficiency and savings in terms of oil and electrical energy reductions. He is an expert at evaluating alternative energy systems, yet has counseled against incorporating a number of assumed energy saving measures because they failed under analysis to provide reasonable payback under Kodiak conditions. Jim has also served the KIB as a commissioning agent. Unlike most agents however, he has the skill and confidence to accomplish commissioning in an efficient and cost effective manner. We have witnessed ourselves the tremendous value and payback his services provide. It is for this reason that we prefer his services as an independent commissioning agent, rather than as a part of mechanical/ electrical or other multi -disciplinary firm. While we do not envision a large role for Jim in the types of projects envisioned in this term project, his input to the mechanical, electrical and architectural disciplines will be invaluable. Lighting, heating, ventilation and architectural envelope assemblies will all profit from his input BUILDING ENVELOPE AND ROOFING: Me include these two elements together because we believe Tony Yorba is one of the most successful Alaska building envelope and roofing designers, specializing in our unique temperate coastal Alaska rainforest conditions, specifically as they occur in Kodiak. Over his many years living in those conditions, Tony has developed an understanding of what works and what does noL He has learned through experience, for instance that roof ventilation strategies that work elsewhere do not work here. Condensation can occur where you least expect it. Water Bows uphill in wall assemblies in coastal Alaska. And, he has seen, time and time again,'new' strategies promising the latest and greatest do not always pan out. The best example is the use of IRMA roof assemblies here. They are one of the greatest energy wasters of all time; precipitation runs through and under the insulation, literally washing the heat that building owners paid for right down the drain. Tony is very conservative with materials and installation methods. That said, he is constantly evaluating developments in material science and construction technologies. He regularly participates in continuing education on these subjects and is a member of the RCI, a roofing and space envelope professional organization. He was an early adopter of induction welded membrane roof assemblies and incorporates them when the conditions are warranted. He has incorporated fully silicone glazed window assemblies because they eliminate the aluminum capture elements that are the primary cause for leaks originating in the field of the window wall. Working with progressive suppliers and manufacturers, he has developed a number of proven techniques that can reliably provide the crucial interface at wall penetrations such as at window or door head jamb and sill. However, perhaps most important to his success on Kodiak and elsewhere, is his willingness to listen to the experiences and ideas of others who live in and work in this environment as well. He listens intently to the ideas and opinions of roofers, window, door and siding installers and others in the trades. And, the input of ARB members has been invaluable in pointing out unanticipated results of a wayward Bashing or other element that could be the difference between the success or failure of particular detail. The space envelope is his passion and he encourages others with skin in the game to participate and he has instilled that passion in the staff at JYL. All members of the team are encouraged to offer suggestions or to explore questions or opportunities. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 5 INTERIOR RENOVATIONS: Charlene Steinman leads the interior architecture, space planning, material and color selection, as well as technical subjects such as ADA compliance. She is expert at preparing specifications particularly as they apply to underlayment and surface preparation for finish material overlays. She has lead the design of interiors for virtually all of JYL projects in Kodiak, and her touch can be seen in many schools an the island. However, when needed, she has teamed with other firms to augment her experience. For instance she regularly works with Kitchen consultants, door hardware consultants and other interiors firms when the project required. She has a wide network of top notch material suppliers, including floor and wall finishes, casework, equipment and furnishings consultants that ensure IYL projects reflect current product information. Charlene has worked closely with Tony to develop highly efficient methodologies for interior renovation projects. The procedure involves development Df extremely detailed demolition plans, with every demolition element noted. Then, on a separate renovation plan a renovation note is provided that corresponds to each demolition note. The result is a highly coordinated set of documents that ensures a complete and finished product. Such plans also become a very effective coordination tool for the other team consultants. OTHER DISCIPLINES AND METHODOLOGY: One of the interesting aspects of term contracts such as this RFP, is the surprising range of projects that can occur. We regularly reach out for special expertise, even to other architects if it's in the best interest of our clients. We regularly use kitchen designers, acousticians and sound equipment consultants, cost estimators and other special consultants. We normally reach out to local Kodiak surveyors, excavators and drillers for suils tests, and other local expertise. In the current term agreement, we utilized all of these and more, even a specialist in riparian design to provide augmentations to anadromous stream habitats. We work with KIB project management to develop an understanding for your needs; agree on a methodology to meet those needs; and then reach out for the specific talent that is necessary to accomplish them. As we stated at the beginning of this section, rve as architects, see one of our basic services is the role of Project Manager for the design tearn. It is a role we enjoy and one at which we excel. Some of the key aspects of this primary responsibility include the following: Flexibility: Our design team is flexible, all of our member firms are relatively small and each discipline is lead by a principal level project lead. Decision making is quick and decisive, there is not a hierarchy of 'deciders: We can quickly adjust to KIB's changing needs. This also means that whatever your needs are; a restroom renovation or a new dock, or a renovated borough building, we can quickly mobilize to address your needs. Efficient use of Resources: We utilize the skills and experience of KIB project staff. We provide the appropriate level of support for your projects. In the past, we have provided comprehensive services throughout the design and construction process if requested. On others, where project needs are different, we step back and offer support at the specific level you request as KIB staff take a more active role in bidding, construction administration, etc. ARB Coordination: We welcome the opportunity to interact with the Architectural Review Board. We have participated with the ARB on virtually every project we have worked on in Kodiak We endeavor to provide fully coordinated drawings and specifications appropriate to the design phase. Further, we strive to complete all revisions and requests for modification from the Board before the next meeting. While we dor; t have a perfect record, no one does, you can be assured we do have a perfect record of willingness to take the board's requests to heart, and to incorporate their input into the work Use of Existing Information: We utilize, to greatest extent we can, existing information. We have spent hours researching volumes of KIB AHERA documentation to ensure the existence of ACM is identified prior to construction. We have worked with your GIS department to obtain existing survey and other documents. JYL has a solid in house record keeping system and easily pulls up past project data that can be incorporated by KIB staff or team members on subsequent projects. An excellent example is the resources we presently have on all the projects contemplated for this term agreement. The JYL staff can jump into any of these projects seamlessly and efficiently. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL ft ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 6 3. Description of your experience with renovation projects in occupied facilities and description of the types of challenges you faced and how you overcame them. RENOVATION EXPERIENCE: Most all of our renovation projects have been in occupied facilities. In Kodiak, the scope of work to be accomplished is generally identified before we start work Our first question is often about the facility operations schedule so we can determine what parts can be taken out of service at what times of year to accomplish the desired scope. This information is incorporated into project planning from the very beginning. In the case of projects for KIBSD, the summer schedule provides the basic construction window that is used for planning. RENOVATION: RISK MANAGEMENT The next question pertains to policies and procedures for evaluating and mitigating risks. While most school districts and Borough governments have a risk management person or department, we normally do not have to consult them; risk management procedures are usually adopted into policies that become regular practice and requirements. An example is the requirement for fall protection, with many entities adopting strict interpretation of OSHA regulations compliance. An additional key tool to evaluating and managing the approach to renovation projects in occupied buildings is to obtain the input of the building official. Early planning should include a visit to their office to ensure their buy in to the approach. We work with them until their buy in is reached. We do not reach out to school board or other community entities unless specifically directed or requested by project management. With code and regulatory risk elements contained, we have found that the next step to coordinate design and construction projects in occupied buildings is to meet frequently with KIB project management as well as key facilities managers such as KIBSD facilities managers. They normally can make schedule and scope decisions, or they are able to reach out to the individuals with the authority to do so. These decision makers are crucial to validating the scope and the potential schedule for the project. If they identify challenges that are unresolved, we can modify the scope through phasing or alternative design approaches. The next step is to achieve buy -in by the building occupants. They must be clearly informed of the work Challenges often will surface during construction. For to lake place, what disruptions are unavoidable and what instance, on a roof project the contractor did not realize measures will be taken to mitigate them. Most people, once that a louver was an intake vent, they mistook it as a large they understand and believe in the benefits of the project, building exhaust louver, when it in fact fed fresh air to are willing to put up with some disruption, to a point. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL ft ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 7 Reasonable division between construction and occupied areas must be maintained. This should be described in the construction documents as a phasing plan, including exiting and temporary partition plan, encompassing any measures necessary to maintain the life safety provisions, HVAC, acoustic separations and other similar measures. While this document is sometimes changed during construction, it should only be changed by formal contract change order. And it should reflect exactly the agreements reached by code officials, project management and others. In summary, the best way to approach projects in occupied spaces is first to identify and contain risk elements; work with project management and stakeholder leadership; explain the project benefits to stakeholders and obtain their buy -in; and then solidify the process in the construction documents. RENOVATION CHALLENGES: Oftentimes, simply achieving the desired scope of work can appear daunting. The renovations and additions to the Kodiak High School are an excellent example. There were many challenges, but by adhering to the process described above, and by continuously working to fill the knowledge gaps, the phasing solutions eventually became clear. Once we had the information, we produced the phasing plan and ultimately incorporated it Into the work in a single weekend. At times, buy -in of occupants is difficult to achieve and establishing goals and priorities of occupants can alleviate this challenge. The establishment of priorities is something that usually takes place in a collaborative setting with the design team offering advice and information while project management and ownership consider their options, and general occupants and stakeholders incorporated as directed by KIB project management: It is our experience that this crucial step of "buy -in" of the scope of work must take place with the consensus of the stakeholders. If not, consensus, and acceptance of the final product by users or staff may never occur. We utilize a number of strategies to assist stakeholders to achieve consensus. We have held meetings in Ouzinke with elders to determine the scope of school improvements. We have held public meetings to establish the design features of a new dock for Anton Larson Bay. We have held community wide meetings to review all aspects of your new high school. Once occupants are convinced of the benefits, the discussion then becomes how to achieve that goal, with most people comfortable with a reasonable approach. most of the school. It kicked on while the contractor was applying solvent based adhesive. The fumes caused the building to be evacuated while the air was cleared. The take away from that experience is to include discussion of such issues as part of the pre -construction conference at the outset of the work, and again during regular project meetings, prior to the start of any trade; roofing, painting, welding, floor installation, demolition etc. The key to making the most appropriate decision is to ensure the discussions we recommend take place. Communication and stakeholder buy in is key to this process, as is follow through in the document development and construction process. We have successfully mitigated these challenges in a number of instances in your community, both in large facilities such as Kodiak Middle School and small projects such as village schools. In the example of the Borough Building flooring replacement, one option would be to incorporate the floor re -finishing with phased relocation or space planning. If tenants are changing location in the building the relocation can be scheduled to coincide with the floor re -finishing and outer improvements. If wholesale relocation is not likely, another option is to find temporary quarters for smaller sections of the building and accomplish the work in the resulting unoccupied spaces. A different approach, less disruptive, Is to select floor finishes that are easier to Install over an existing floor surface. We have used floor carpet tiles that were designed to install directly over existing carpet or vinyl flooring in occupancies particularly sensitive to disruption such as elder care facilities. 4. Discussion of any species not included in the criteria above to describe why your firm may be particularly qualified to be selected for this contract We understand there are many fine architects in Alaska, some closer to Kodiak than IYL. We understand that sentiment. Here is the reality; we simply provide the greatest value to the KIB: We have very strong existing experience in all the buildings listed as part of the term agreement work. For most, we have already started the work and it is a matter of picking up where we left off. Base sheets are done, and material selections have started so that evaluations, modifications and confirmations can begin immediately. That knowledge has great value to the Borough. We have a proven track record of success for term agreement projects in Kodiak. We have completed close to 100 term agreement projects in Kodiak, and with few exceptions, all of them completed on time and on budget. We have a proven record of quality construction documents for term agreement work in Kodiak. We have appreciated working with virtually all contractors in Kodiak. To my knowledge we have never had a claim on term agreement work in Kodiak. We have a proven record of service to Kodiak We modify our fee structure as required to ensure that your projects can go forward to completion in order to meet public need. In a few instances, have accomplished work at a loss to ensure this commitment to the Kodiak public is met. We have a proven track record of coordination with EED (Department of Education and Early Development). We work with KIB project management to ensure the provisions of the KIBSD project agreement and EED are incorporated into the work; we avoid expanding outside of that agreement unless specifically requested by KIB management. We also render whatever assistance the KIB needs in applying for reimbursement at the end of the project. This ensures that the Department will reimburse the KIB to the maximum extent required by the project agreement. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Ft ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 8 We have a proven record of quality design on term agreements in Kodiak Regardless of the size or type of project to be undertaken, we understand that every project is important, that tax money is being spent to accomplish the work, and it is a matter of public trust to see that the very best solution is found. We have proven this over the course of term agreement projects that include: a remote culvert on a salmon stream; building improvements to a landfill baler building; sidewalk refinishing; or once in a generation projects such as gymnasium or vocational education facilities in village schools. We have a proven record of innovation on Kodiak projects. The polymer siding; moisture barrier products and installation; the use of induction welded fasteners on the Performing Arts Center Roof the innovative concrete shear panels In the KMS; and old High School Library are just a few of the innovations we have incorporated into term agreement projects. We have a proven record of Bidding phase services. We have a thorough understanding of KIB procurement regulations, the role of the Borough Assembly in making final approvals, and other KID procedures. We have developed strong Division 0 and I documents that we custom tailor to your projects. This includes copies of all close-out documents required by EED for reimbursement. There have been very few, if any challenges or bid protests as a result of advertising term agreement projects. We always work with KID staff until we get the notice to bid and other bid phase documents exactly how you want them. We have a proven record of Construction Administration phase services. Dan Pabrello leads our CA services team, but he is augmented by virtually every member of the firm. All of our Kodiak term agreement projects have featured strong support during construction at whatever level of involvement requested by KID management. We have a proven record of management of our design team, with key members of our design practicing together for nearly 30 years. That, combined with the very high level of skill of our staff and team, make us uniquely qualified to successfully accomplish many small projects at any one time. Less skilled staff can sometimes be buried in a large project. That is not the case with smaller projects where each task is critical, and each task requires an experienced hand. We have a proven record of excellent business management and accounting accuracy. We demand precise accounting from our consultants and do not submit invoices unless we have verified them. This is critical in term agreement work, where there can be literally dozens of open accounts working at any one time. We use the most up to date accounting software managed by a business office with at least one CPA level person at any time. We have a proven record of success working with the ARB. When feasible, we prefer to attend ARB meetings in person to better facilitate the transfer of information, intent and direction. In all cases, we remain available to assist with whatever questions are asked and to incorporate whatever direction is given. We have other projects ongoing in Kodiak We can and do regularly combine tasks on trips to mitigate travel expenses and provide greater efficiency for the efforts of both for KIB and design team staff. We have a proven record of ethical dealings with KID. We negotiate fairly and openly and gladly change our approach to any subject if asked. However, we will clearly state our position an any matter, and if required will re -state that position one more time. At that point we defer to yourjudgment. We find that this approach ensures you understand our recommendations or position on a matter, but at the end of the day, we are here to serve your needs and faithfully do so. • We have a proven record of working with City of Kodiak building officials in obtaining code waivers where such waivers are in the best interest of the KID. One such waiver was obtained for the Borough Building project. • We have a proven record of interdisciplinary coordination and QA/QC. This ensures strong, defensible documents, Contractor clarity of design intent, and a reduction in changes to the documents during construction. • We have a proven record of team efficiency. Where feasible, we bundle services so that site visits include visits to multiple projects, reducing the cost of travel expenses, and making better use of our time in Kodiak. This includes spending as much time on the ground in Kodiak as possible, extending single day trips to 2 or 3 day trips. This allows us to accomplish work while in Kodiak, so that when questions arise on existing conditions solutions are easily resolved. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Fc ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 9 1,2, Description of the professional qualifications and experiences of the proposed project team, including pro- posed consultants. Demonstrate expertise in working as a team on recent projects. Prepared specilically for this proposal. PROFESSIONAL QUALIFICATIONS AND EXPERIENCES: The RFP describes the type of projects currently anticipated to be accomplished under this term agreement. However, past experience demonstrates that your needs and circum- stances will change. Events will occur that will require the Borough to take action, and priorities can change over- night. Challenges in funding, phasing, and scope can all occur, scrambling the best thought out plans. A good example of that is the fire that destroyed the Chinlak Library. A project that was not on the radar, suddenly became a priority with virtually no funding. JYL understands the environment un- der which projects are undertaken by KI B. We strive to be nimble, creative, flexible, and above all, keep lire best interests of lite KIB always as aur primary nmlivalor. We maintain this approach as the care value for our firm, and our proposed team shares that commitment to service PROFESSIONAL QUALIFICATIONS With the above statement as the basic premise for our team, the following are the member firms we propose and the services each offers. JENSEN YORBA LOTT, INC.: Our services as Prime Architects and design team managers can include programming; space planning; interior design; FFE procurement assistance; full architectural design in- cluding space envelope/roofing evaluation and design; con- struction drawing and specifications including development of project specific Division 0 and I documents; QA/QC and inter disciplinary coordination; bidding and construction administration phase services; closeout services including coordination of commissioning and warranty inspections and follow up; scoping & scheduling; project budgeting assistance; project advocacy, public presentations and other tasks as requested or needed by KIB. JYL presently includes four professional architects, a profes- sional interior designer, an intern architect/project designer, production/construction administration staff and two business and accounting staff. The current JYL Corpora- tion is the most recent iteration of a partnership that started in Juneau in 1935, and is one of the most enduring profes- sional architectural firms on the west coast. Antonio (Tony) Yarba, RCI, A4LE, Professional Architect Jensen Yorba Lott, Inc. Role: Contract Manager, Project Architect, Project Man- ager Tony has recent experience on a wide variety of KIB Capital projects as described earlier. His other recent experience includes leading the concept design for a new school in a small southeast island community; a cultural immersion park for a native organization in Juneau; and renovation of an abandoned house into an art gallery and event center in downtown Juneau. Tony is ideally suited to lead this project. He is a professional member of both educational facilities planning organizations as well as a professional space en- velope and roofing association. With over 30 years experi- ence on similar projects; years working in Kodiak; a keen understanding of the specific procedures of KID; and a long history of working with the other design team members, he provides effective leadership of the design team. He is able to clearly communicate with both Owner stake- holders and the design team to ensure KIB standards and expectations are maintained. Tony is also a stand out leader for his profession in the field of space envelope and roof design in the maritime coastal temperate rain forest. His recommendations are based on experience, tried and tested applications, and a firm grasp of budget restrictions. He has a long history of working with design team members who understand his expectations and rise to the goals he sets out from concept through construction, delivering on owner expectations. Corey Wall, AIA, LEED AP Professional Architect Jensen Yorba Lott, Inc Role: Project Architect; Project Manager The newest member of the JYL team brings with him 16 years of experience in institutional and commercial design throughout Alaska. His most recent experience with the Kodiak Public Library offers an understanding of the com- munity, public process, and architectural opportunities and challenges of the island. Corey is also currently serving as project architect for the Kodiak Providence Hospital Term Agreement. He has specialized in complicated renovations of occupied buildings, such as the just completed Petersburg Municipal Building and Police Station. Corey oversees the day to day operations of assigned proj- ects for design team coordination, schedule and budget adherence and production of the design documents for each phase of the project. With his extensive project manager skills, Corey is well suited to serve KIB in this capacity. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL It ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 10 Charlene Steinman, ASID LEED AP Jensen Yorba Lott, Inc. Role: Interior Designer Recent project experience in Kodiak includes phased reno- vations to East and Peterson Elementary Schools and Small Schools Projects. She is also working with Tony on an art gallery and event center in downtown Juneau. Charlene provides interior design services for her projects includ- ing programming, space planning, interior architecture and design, construction documents, material and finish research and selection, and technical specifications. Her extensive experience with renovation projects, many of them alongside Tony and more recently Corey, will pro- vide an efficient process for identification and selection of the interior components of projects while maintaining the desired design concept for each. Her recent experience with various Kodiak projects gives her an understanding of the maintenance; occupant expectations and current design standards for Kill building interiors. As a LEED AP certi- fied professional, she can recommend sustainable products and systems critical to today's healthy buildings. She also currently serves on the CBJ ADA Board whose mission is to assist CBJ owned buildings with code and regulation compliance for accessibility. Armando DeGuzman, AIA Associate Jensen Yorba Lott, Inc. Role: Project Designer Armando will assist the team with design and construction documents utilizing his experience with similar projects throughout Alaska. He has extensive knowledge of build- ing exterior envelope replacements, roof replacements and mechanical upgrades. Currently he is working on a me- chanical upgrade project and a roof replacement project, as well as Construction Administration for multiple school underground storage tank removal projects that range from Kodiak Middle Schools to Peterson Elementary. When designing, Armando prides himself on focusing on a build- able design that is efficient, effective and within the Owner's budget. Dan Fabrello Jensen Yorba Lott, Inc Role: Construction Administrator Dan will serve as construction administrator for the term projects. He will oversee all aspects of construction includ- ing submittals project meetings, observations and inspec- tions, contractor RFPs, Change Orders, and progress pay- ment review. He performs the tasks personally or assigns them to others in the firm, monitoring progress so that schedules and deadlines are maintained. Having served as the JYL Construction Administrator for the Kodiak High School, Dan will use his extensive experience with all aspects of construction to maintain contractor adherence with the contract documents, schedule and budget. He is well known as an effective communicator, detailed admin- istrator, and experienced on site observer with extensive experience in occupied building renovations similar to this project. PND ENGINEERS, INC PND will provide civil & structural analysis and design for vertical and horizontal construction; utilities and transpor- tation design; geotechnical analysis and design for on shore and off shore structures; design of marine structure and improvements; hydrological studies; environmental evalu- ations including Phase 1 and 2 site evaluations; surveying; permitting; construction administration and inspections, including special inspections. PND Engineers, Inc. is an Alaskan corporation originally founded in 1979, with offices in Juneau, Anchorage, and Seattle. With a professional staff of over 50 registered professional engineers, three professional land surveyors, over 20 civil engineers -in -training and staff engineers, they can easily complete projects on schedule. The Juneau office employs eighteen local residents, including seven registered profes- sional engineers and provides service to clients throughout Southeast and Coastal Alaska, and has worked with JYL continuously for the last 30 years. Each PND office provides support to the others depending on the specific professional and scheduling needs for a project. Chris Gianotti, RE, professional structural engineer Vice president, PND Engineers, Inc. Role: Structural Engineer With extensive experience in a wide range of facilities throughout coastal Alaska, Chris will serve as term con- tract structural engineer with the close attention to detail and high commitment to client service he exemplifies with every project. With recent renovation and new construc- tion experience in Kodiak, Juneau, and numerous other communities, he has a proven track record of design team collaboration for the challenges facing facility renovations and has proven to be a thorough, engaged, and integral part of the design team. His input will be essential at the early stages of design for renovation projects to ensure cost effective and viable solu- tions for the renovation, all under his expertise. For in- stance Chris provides support for the design of wind uplift resistance elements for roof replacement projects, critical in Kodiak where winds top 100 mph. Chris's personal commitment throughout the duration of the project, and solution driven approach is always a key KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Ft ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 11 asset to the team. Chris has provided structural engineer- ing services with jYL on every project accomplished in the prior term agreements. Paul Kendall, RE, Professional Civil engineer Principal, PND Engineers Inc Role: Civil Engineer Paul has 17 years of engineering experience focusing on roadways, site design, and marine facilities throughout Alaska. This has included site grading, water distribution, sewer, road design, wastewater, drainage and permitting. Paul has a history of developing creative and practical solu- tions while minimizing cost and environmental impact. Paul has managed and designed a range of small to large- scale projects statewide, frequently leads multidisciplinary teams, and regularly coordinates design efforts with other firms. Paul will provide civil engineering services for this contract, to include both site design as well as design in support of buildings and other structures. Past projects include: Kodiak High School; Womens Bay Fire Station Addition; Chiniak School Water Treatment System; and City of Ko- diak Pier 3. RSA ENGINEERING INC: RSA will provide mechanical and electrical engineering; HVAC, plumbing, fire protection, and building automation design; equipment evaluation, selection and sizing; design of stand alone, off grid budding heating systems; power, lighting., signal, security, access control and CCTV systems; fire and smoke alarm systems; design of stand alone, off grid building power systems. RSA Engineering, Inc. is an employee -owned firm, with a focus on applying technical expertise in a client -centered manner by ensuring efficient project delivery and tailored communications. The RSA staff has provided the full range of consulting services for a wide variety of projects throughout Alaska for more than 30 years, and has worked with jYL for virtually that entire time. This experience includes facilities for local governments, federal government agencies, and private industry to include facility types ranging from airports, to schools, museums, and complete hospitals. They have completed numerous projects for KIB during their 32 years of business, including the Port Lion High School in 1987 and many other projects since then. Subsequently, their staff is experienced with the time, planning, and coordination required for designing projects located in the region. Brian P. Pekar, P.E., LEED A.P. Associate Principal Role: Project Mechanical Engineer Brian will act as project engineer for the mechanical de- signs associated with this contract. He brings more than 18 years of mechanical design/engineering experience, which includes leading Kodiak island Borough (KIB) projects. His responsibilities include system conception, layout, code compliance, design analysis, technical specifications, equip- ment sizing and selection, as well as construction admin- istration services. Brian has extensive experience with the design, installation and commissioning of Building Auto- mation Systems in remote areas of Alaska. Mark R. Frischkorn, P.E. Vice President, Principal Role: Project Mechanical Engineer Mark has 28 years experience in the mechanical design field. As Vice President, Mark will have overall responsibility for all the mechanical projects associated with this contract. He will oversee design for projects including HVAC systems, plumbing systems, fire protection systems, and building au- tomation systems. He has provided these mechanical design services on a wide variety of projects that include schools and educational facilities, recreational facilities, office build- ings, industrial parks, housing buildings, hangars, libraries, and airports. As a former controls contractor, Mark has a practical work. ing knowledge of what it takes to gel projects installed and operational. Mark's code knowledge is extensive, and he has served on the MOA IFC code review committee for the 2003, 2006, and 2009 code cycles. Additionally, he has had extensive training on NFPA Standard 13. Mark is a mem- ber of and draws on the following associations: ASHRAE, ASME, Society of Fire Protection Engineers, National Fire Protection Association, International Code Council, and National Fire Sprinkler Association. Roger L. Weese, P.E., RCDD Vice President, Principal Roll: Project Electrical Engineer Roger brings more than 21 years of experience to the project team. Roger will act as contract manager and have overall responsibility of the electrical designs. He has performed as senior electrical engineer, project manager, and prime con- sultant on a wide variety of projects in all areas of Alaska. His projects include educational, commercial, institutional and industrial buildings or processes. Roger is an expert in special systems such as security, access control, CCTV, and fire alarm systems. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 12 Roger is a conscientious, thorough engineer that excels in project communication and staff oversight. Roger is involved in most of RSAs projects that involve electrical en- gineering. Whether he is referenced for a question, a quick review, or senior level guidance, Roger is able to efficiently provide the expertise needed to make any project a success. Jeremy Maxie, P.E., LC, RCDD Roll: Project Engineer Jeremy will act as project engineer for the electrical designs associated with this contract. He started working at RSA as an intern while finishing his engineering degree and is now a licensed electrical engineer with more than eight years of experience. Jeremy is responsible for all site visits, system conception and layout, code compliance, and all other aspects of the electrical design process. He has proven to be a very talented engineer with dedication and attention to detail. His project experience includes schools, federal buildings, correctional centers, and commercial facilities, some of which are located in Kodiak. Consequently, Jeremy has extensive knowledge of the design requirements and challenges associated with projects located in remote Alas- kan villages such as those located within KIB. ESTIMATIONS, INC. Construction cost estimating; life cycle cost analysis, feasi- bility and options analysis will be provided by Estimations, Inc. They are an Alaskan firm formed in 1993 to provide cost estimating services to the Alaska design community. The firm emphasizes controlling project costs by provid- ing incremental and accurate cost estimates. Estimations staff is knowledgeable in building systems, materials, and labor costs and is continually developing and refining costs as markets and prices fluctuate. Estimations Kodiak expe- rience includes numerous projects for KIB (ES, MS, HS, Library); UAA Campus, Providence Medical Center and the Coast Guard base. Jay Lavoie President Roll: Chief estimator Jay is a Senior Construction Estimator with more than 35 years of experience providing construction cost estimating for Alaska design professionals. He specializes in providing conceptual and budget estimates as well as detailed final estimates for cost control during design. As an Estimator for Kodiak Island Borough projects since 1998, Jay knows your needs. To support the Kodiak Island Borough projects, Jay brings to the team the estimating of 70+ roofing projects, hundreds of projects with flooring replacement as the prime or sub project, and a wide range ANTHC projects throughout the state including a condition surveyor the Kodiak Health Center (2017). Additionally, he has experience in cost estimating for several term agree- ments with a variety of projects, including Kodiak Island Borough Term Contract; DOT & PF Northern Region Roof Replacement Term Agreement; and Department of Admin- istration Term Contract. Kodiak Island Borough project es- timates will reflect current cost conditions when Jay Lavoie provides the estimate. ALASKA ENERGY ENGINEERING LLC Services will include building and systems optimization analyses, energy audits, commissioning, building energy monitoring and conceptual design assistance. Alaska Energy Engineering provides a suite of services that focus on building optimization analyses, energy audits, commis- sioning, building energy monitoring and conceptual design services for a wide variety of projects throughout Alaska. Through these services, the firm has unique expertise in understanding buildings from the design, operational, and ownership perspective. They perform a collaborative role, working with numerous owners, designers, and contractors throughout Alaska. Through these services and interactions, they have gained a breath of knowledge that they apply openly and cooperatively on each project. They apply their expertise to all levels of the commissioning process from pre -design through follow-up commissioning and verifica- tion with a focus on the enclosure, mechanical systems, electrical systems, and special systems such a fire alarm, security and monitoring systems. Jim Rehfeldt, PE Principal Roll: Energy Engineer Jim is a mechanical and energy engineer with over 30 years of Alaska -based experience performing the following col- laborative services that provide an integrated understanding of systems and energy use: Energy Analysis: Utilize his understanding of energy sys- tems to perform energy analyses with computational tools such a computer models and spreadsheets to determine total energy use and cost. Life Cycle Cost Analysis: Produce comparative analyses to determine the construction, maintenance, and energy and total life cycle cost of alternatives. A life cycle cost analysis is essential to illustrate the cost breakdown between these categories and identifying optimal systems. Energy Assessments and Audits: Perform energy audits and assessments for buildings throughout Alaska to identify and evaluate energy conservation measures that are worthy of investments. Recommendations may include passive and KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL fc ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 13 active energy conservation measures as well as integration of renewable energy technologies. Commissioning: Verify that the Owner's requirements are achieved and that systems are designed, constructed, and operated optimally. Gain first-hand knowledge of systems and their operation. It also provides an opportunity to work closely with operating personnel and contractors to better understand systems from their perspective and expertise. These services are performed in collaboration with a variety of the design professionals and construction trades which provides a broad exposure to building trends throughout the State of Alaska. DAHLBERG DESIGN: Design services will include environmental engineer- ing; identification; analysis and abatement for hazardous materials; fuel systems and spill evaluation; mitigation and permitting for compliance with State and Federal agencies; wetlands delineation; construction phase services related to the above; closeout inspection and documentation. Dahlberg Design is a sole proprietorship based in Juneau. Ms. Dahlberg is Principal Engineer at Dahlberg Design (DD). Her responsibilities include project management, civil design and construction inspection, asbestos and hazardous materials surveys, asbestos and lead-based paint abatement project design, environmental permitting, envi- ronmental sampling and monitoring, and mold and mois- ture investigations. Her construction inspection background includes water and wastewater systems, reservoirs, pump stations, road and parking lot construction, structural concrete, roof replacement, and building construction. Ms. Dahlberg has over 25 years of experience in the design and construction field. She has worked on numerous projects in Kodiak over the years, first with Carson Dorn until their retirement and then with her own firm. She is currently providing environ- mental engineering services with JYL for tank replacement projects at 5 sites in Kodiak Sigrid Dahlberg, PE Principal Roll: Environmental Engineer As Principal Engineer at DD, Ms. Dahlberg has worked a variety of projects for KIB, including design and oversight for the removal of asbestos -containing floorings and other interior and exterior asbestos -containing materials (at East Elementary, Ouzinkie, Akhiok, and Karluk Schools), design and oversight of removal of underground fuel stor- age tanks (East Elementary; Main Elementary, Port Lions and Old Harbor Schools; Middle School). Final inspection of sites has been provided by DO when it is practical, or by third -party air monitoring firms when it is more practi- cal to do so. DD has participated on many term contract teams for local governmental agencies throughout Alaska (Juneau, Sitka, Haines, Ketchikan, Juneau Airport, State of Alaska). Projects include design documents and oversight for removal of asbestos -containing CAB siding (Ketchikan Pioneer Home, Mt Edgecumbe dormitories, numerous projects throughout Juneau), replacement of hot -mop and EPDM roofing systems (Juneau Airport Terminal, Juneau Fire Hall), and project design and oversight for the removal of asbestos -containing components in mechanical spaces (Marie Drake School, Blatchley Middle School, Haines VocTech Center). These projects include design drawings and specifications along with construction phase services. DESIGN TEAM The team we propose can address 95% of issues that arise in the types of construction projects anticipated for this term agreement However, we have an extensive network with other specialty consultants: aviation, riparian, food service, sound systems, performance and theatrical design, etc. We can, and will, quickly reach out and recommend other pro- fessional services if needed by KIB and incorporate them seamlessly into our team. EXPERTISE WORKING AS A TEAM As described previously, the JYL Team has worked together on virtually all of the term agreement projects in Kodiak over the last 10 years and beyond. Additional projects include: KODIAK MIDDLE SCHOOL RENOVATIONS: Working with KIB staff, JYL and design team members have provided many aspects of design services at the middle school. We have exhaustively investigated existing condi- tions, developed budgeting, functional priorities and phas- ing. We have worked with local, state and federal authori- ties having jurisdiction to ensure the work was compliant with the requirements of a wide range of grants and interest groups. A variety of seismic, flooring, controls, mechanical and lighting improvements and a major roof replacement were accomplished over multiple construction seasons. Most significant was the development of structural improve- ments, primarily a series of concrete shear walls, to miti- gate a significant risk of structural collapse in the event of a major seismic event. RSA has provided mechanical and electrical design services to upgrade the HVAC system, replace existing fire alarm system at the school and to install an electric boiler. The HVAC Upgrade design included new DDC system through - KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL & ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 14 out the school; refurbishment of the air handling units, relief fan upgrades, installation of premium efficiency fan motors, variable frequency drive installation and variable air volume terminal unit replacement. RSA also provided design for the installation of an electric boiler at the school to utilize surplus power from Kodiak Electric Association for heating, with Brian Pekar and Jeremy providing engineering design. Most recently, a project including controls, fire alarm and elevator upgrade was recently completed, as well as an underground fuel tank and paving project successfully awarded, while the boiler replacement and electric boiler are currently in design. All projects have been completed without significant delay or disruption of the school year, despite the fact that un- known, concealed ACM Boor adhesives were found in one phase. We worked with the contractor and KIB project management staff to develop methods for abatement, and Boor installation methodologies to minimize the effect of the additional work on the budget and the school year. EAST ELEMENTARY RENOVATIONS: The design team worked with KIB project management and school district staff to configure numerous projects that meet EED requirements and provide maximum benefits to KIBSD. Past projects included window replacement, heating system improvements, roof replacement, generator and boiler addition and other improvements. More recentlyy, a multi phase approach was developed for interior improvements after we determined that the risks of disruption of the school year were too great to attempt the scope of work as a single phase. Phase 1 included the upgrade of existing rest - rooms for ADA compliance with replacement of all finishes, fixtures and accessories. Phase II scope of work included replacement of casework; doors; Boor finishes; and the supporting mechanical and electrical in project areas. All phases included working in close alliance with KIB, district and state EED, and design team members, collaborating on solutions that best serve the needs of all stakeholders. KODIAK ISLAND BOROUGH ARCHITECTURAL Ii ENGINEERING SERVICES - VARIOUS PROJECTS JENSEN YORBA LOTT, INC. PAGE 1 35 7.-Tscussidnof pirip'osed manage'men� pTiin Jor t t scontract The organization of our team is illustrated in the attached chart. Tony Yorba will serve as contract manager and overall Principal in Charge. As Principal in Charge he will have overall decision authority for the work. He will work directly with KIB project manager to negotiate fees, sign contracts, and ensure that the project continues on schedule and that resources are allocated appropriately. This is the roll that Tony has provided to KIB for the last few projects accomplished. Depending on the scope of services required for the various projects, Architect Corey Wall, Interior Designer Charlene Steinman, or Designer, Armando DeGuzman will serve as Project Manager and design lead. Tony Yorba will provide additional design support, specifically for space envelope and roofing issues. Day today communications and overall point of contact between KIB project management and the JYL team will flow through the project manager for each project. We used this methodology on recent KIB projects and it appears to work well, allowing KIB management staff direct answers to specific projects. Corey is well known to the Kodiak community as the project architect and project manager for the Kodiak Public Library. Interior Designer Charlene Steinman is likewise well known to the community from her numerous school projects in the community. Each of our design team members has designated a single point of contact for management purposes for each discipline. This ensures clarity of message and accuracy in team Information sharing and this is the project structure that JYL has provided on a number projects for the Borough. The design leads are free to focus on your project needs and provide speedy services and prompt responses. It also ensures that KIB project management has direct access to Tony if any management issues or concerns arise. PROJECT MARkm TONY YORM1 Omen M."W/PtkdPd h O,orgr. COREY WA14 AIA PnM kdiM /PmM M—Im OWUNESTEIUAAKAgo ARMMNWO D.GUIMAR AIA Proton Dnlprr DAN FASISID Cudnnle, Adi lrioro m OHMS G4NOm PE MARK FR60IKORK PE ROM WEEW Smr I&91.w WM�dvtlml&VMr VP, PW:"[ Vtorkvl GgYwr PAUL KENDALL IRM FEKAk PE JEREMY MAKE OA bqbw I I Ao Pdndpd,Mrrd.vJml ErVWwr Prgw 6wdml EgkY 51GRW DAHLN20 JIM REHFM Bihar alftinw E,rrgy Eg'. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL 13 ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 16 2. Description of your firm's approach to the contract and at summary level, the steps seen as an integral part of successfullyguidingKlB through this process The JYL design team approach is reflected in our response to question C.1. Above all, we will provide accountability with Tony Yorba serving as direct contract manager and overall decision authority for the wort:. He has provided these services many limes for KIB projects, he understands KIB management policies and procedures and can ensure that the team abides by them. He is intimately familiar with your specifications and boiler plate, and has developed division 0 and I sections that reflect the specific needs of your contracts and bidding procedures. This ensures accountability and efficiency which can be reflected in more competitive fees and contractor bids. Tony twill work closely with Corey, Charlene, Armando, and Construction Manager Dan Fabrello to ensure this approach is enforced in a top down manner and that the entire design team absorbs and reflects this "service first" approach. In all aspects it is your needs that will inform our decision making and methodologies. We will monitor this approach throughout the project. Most projects will have weekly design progress meetings led by the individual project manager in which KIB project management is encouraged to participate. In addition to targeted project coordination topics, we also monitor schedule and progress. Tony will participate in these meetings as needed. Each project manager has the authority to assign additional resources as needed to make sure the schedules are maintained. They can also be available for presentations to stakeholders and others as requested by KIB project management. We propose to proceed on this project as a collaborator and partner with KIB and others as you direct. We understand that it is likely that the projects to be accomplished will be very malleable depending on the needs of the Borough. The following are the steps we propose initially. They are a starting point only, and we will refine our approach as we work with KIB project management and the scope of the projects becomes more defined. HIGH LEVEL PROJECT MANAGEMENT MEETING We propose bolding high level project management meetings with KIB project management and others as KIB management dictates, along with Tony and the project manager. We will listen to your management needs and confirm communication methods, preferred schedule, scope and budgets, contract matters, fees and other issues as needed. We propose that we proceed on a time and expense basis until sufficient information is gathered to assign lump sum fees for the various tasks to follow. However, we can refine that approach in any method you prefer. This approach ensures that the project starts with clear expectations on the part of all parties. We can conduct this meeting via Skype or Go -lo -Meeting to ensure efficiency in the use of project funds. LAUNCH MEETING: A formal launch meeting will be held with the key members of the design team present as well as ICIB, KIBSD or other stakeholders as appropriate. We can broadly discuss scope and schedule as well as the overall project management, tasks, deliverables, etc. In general, this meeting ensures that the parties understand roles, responsibilities and the project goals. PRE -DESIGN: The pre -design phase is where we collect all the information needed to develop informed design decisions later in the process. The primary task will be to develop a conditions evaluation if one does not already exist. For the Borough building and some other KIB facilities, we have already prepared such an evaluation. If one presently exists we will update, refine or confirm its findings. Key to this step is the site inspections. They will be conducted in a manner that does not disrupt ongoing activities in the facilities, but they will be thorough. The design team will use your as-builts if they exist, or develop new base sheets that will be used as reference during the conditions survey process and subsequent design. The conditions survey will document existing conditions, identify elements needing correction or replacement, and also estimate remaining useful life for elements to remain. We will provide options for corrective work along with order of magnitude budgets. The conditions survey will include a code analysis of your existing facilities so that compliance with regulatory authorities can be measured, and deficiencies documented. CONCEPTUAL DESIGN: Using the conditions survey, as-buills and other resources, we will work with you to develop priorities and strategies for corrective options using a wide range of criteria - functionality, appearance, efficiency, first cost, lifecycle cost etc. If desired, the conceptual design could include formal cost estimate, phasing and schedule development. CONSTRUCTION DOCUMENTS: Once the scope of a particular project is established we will develop construction documents; specifications; formal cost estimates using the conventional schematic, and design development and construction documents, following your standard contract requirements and as directed by the Architectural Review Board. There will be KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 17 more than one set of construction documents prepared for the various projects under the term agreement, however we will generate standard Division D and 1 sections as well as prepare master specifications for materials and systems that are likely to be common between borough projects. This simplifies maintenance and operations. It also fosters familiarity within the bidders and contractors, creating a more competitive bidding climate. BIDDING: We will provide bidding services at each phase and attend pre-bid meetings per your procedures and preferences. CONSTRUCTION: jYL construction manager Dan Fabrello will lead the jYL construction administration effort. He is well versed with KIB procedures and will ensure all resources are responsive, accurate and accountable throughout the construction process. He is already expert at your general conditions and will be a strong advocate for the project. He will work with the individual project manager on submittals and design related issues to ensure continuity in the design intent, and to make sure schedules are maintained. He will also work with the consulting engineering CA staff. If needed, we can provide additional services such as special inspections, testing, commissioning etc. 3. Discussion of your firGn' cost estimating procedures during the design process and how estimates are verified/validated. Cost estimating procedures vary during the design process. Following, we identified 5 milestones at which cost estimates are normally accomplished. The methodology we use to develop the estimates varies according to how each estimate is used: CONDITION SURVEYS: In conditions surveys we develop budgets for each item of corrective work, including a separate budget for each of the various options considered. The goal of these budgets is to develop a rough order of magnitude of the cost of each item, so that options can be compared and to allow an understanding of the scope of work achievable for the anticipated construction budget. These budgets are helpful to the understanding of the eventual cost of the work, but it is important to recognize the limitations of the conditions survey budget. There is simply not enough information known about the work yet to truly consider these budgets as cost estimates. These budgets are normally developed by each member of the design team using their best judgment and experience, and using similar previous projects as a reference, with specialized estimating input as needed. They are developed very quickly so that the conditions survey can be produced and delivered in a timely fashion, and at a reasonable cost. Also, they are normally developed from only the most conceptual of design information, an approximate quantity and cost per area or volume. We validate these costs by confirming that all design team members are using the same parameters- everyone either includes or excludes general conditions, separate contingencies etc. We also confirm that each deficiency found has a corresponding budget for corrective work. These estimates are particularly helpful for submittals to EED and other grant administrators. CONCEPTUAL DESIGN: This phase, in which design options are for the first time described graphically, generally marks the first time that a true estimate is developed. However, it is usually described as cost per square foot of demolition, renovation and new construction with only limited identification of individual items. This is due to the fact that most assemblies; doors, window etc., are still not fully described. Our cost estimator Estimations uses their market analysis tools and other recent estimates to estimate the costs. They also provide general conditions costs as well as cost increases or decreases for phasing and degree of difficulty in accomplishing the work. This last element is especially important so that the cost of special protections, working hours etc specific to a project are included. The primary goal of the conceptual estimate is to compare the relative costs of the different conceptual options, but they also start to truly identify the likely construction cost of the work The contingency factors used at this phase are generally high, because there are still a large number of unknown factors that will affect the cost of the work. Those unknowns are accounted for with contingency factors which are essentially placeholder budgets. We verify and validate these estimates by comparing the work to the conditions survey budgets, making sure all scope items are accounted for. Design team members evaluate the work in their discipline and compare it to historic costs/sf, and the quantities shown. SCHEMATIC, DESIGN DEVELOPMENT AND CONSTRUCTION DOCUMENTS: Also called 35%,65% and 95% estimates. These are true estimates of the likely cost of the work and are no longer comparative budgets. These estimates must have a high degree of reliability, because they are generally a deliverable required of grant agencies and KIB project management to ensure the overall project budget is maintained. Alternate bids are developed to reflect the reality that despite our best efforts, in the end it is the bidders that determine the cost of the work. Market conditions, seasons and anticipated weather conditions, the labor market and international market for materials are all variables that can affect the relative accuracy of the cost estimate. For instance, price of steel has recently increased KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL Et ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 18 20% due to tariff and other concerns. It is Important to understand that the estimate is intended to be a reasonable approximation of the cost of the work. It normally does not attempt to reflect the low bid, but a mid-range. The Alternates are used to provide the flexibility necessary to ensure the project can be awarded. This is a conservative methodology but we believe It Is required of public projects. The estimates are based on detailed quantity take -offs and then applying current materials, labor and construction equipment costs for direct work. Estimations used quantifying software called "Planswifi" to make quantity take -offs from Autocad (traditional cad drafting program). IF Revil is used (Revit is a object based modeling software we use when project conditions permit) Estimations uses "Assemble" software that exploits the model objects to generate quantity takeoffs. Pricing is generally taken from Estimations internal databases derived from historic costs, supplemented by RS Means "Costwork" software However, when sufficient information is present in the drawings and specifications, Estimations reaches out to contractors, vendors and equipment reps for actual costs of specified items. General requirements costs are developed based on the project size, complexity, duration of construction period, standard and specialized equipment to build the project. We also include general overhead, profit, bonds and insurance. Contingency and escalation percentages are derived based on stage of design documents. At early design, higher contingencies are included. At final design documents the contingencies are significantly reduced or eliminated. At each level of estimating, internal quality control is performed in order to ascertain all systems of the project have been included and priced to reflect prevailing market conditions. Estimations perform an in house peer review, with a separate senior estimator reviewing the work of the project estimator before it is circulated. The various JYL team disciplines verify and validate these estimates by comparing costs to their own experience and other recent estimates, by reviewing quantities to ensure they reflect the scope of work, and by ensuring that all elements of work are included. The JYL project manager also reviews the formulas included in the spread sheet to ensure that they accurately calculate the input values. LIFE CYCLE COST ANALYSIS: A comparative analysis of different options will be performed using life cycle cost analysis. The analysis will compare the construction, maintenance, repair and energy costs of the alternatives over a period of 20-40 years to determine which option offers the lowest life cycle cost. The analyses will include factors for general and energy inflation and rate of return. In our use of the term, the cost/ benefit analysis is generally performed by cost estimators Estimations Inc. The comparative analysis can be performed for materials and systems including, but not limited to, the enclosure, interior finishes, HVAC systems, control strategies, lighting systems and equipment. In life cycle cost analysis the compare the construction, maintenance, repair and energy costs of the alternatives over a period of 20.40 years to determine which option offers the lowest life cycle cost. The analyses will include factors for general and energy inflation and rale of return. In our use of the term, the life cycle cost analysis is generally used for more complex systems such as the space envelope, HVAC systems, control strategies, lighting systems and equipment. Jim Rehfledt, design team energy engineer, generally performs this analysis. He uses a somewhat simpler process to determine the best payback for things IIke roof and wall insulation thickness and types. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL It ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 19 4. Discussion of both current and potential project the firm is contemplating as well as the current and potential time commitments of your proposed project team. The following chart reflects our anticipated availability for your project. Our design team has a broad range of expertise with strong resumes in education, transportation, medical, office and other sectors. As always, we are actively seeking other work However, due to the issues facing the Alaska economy, the reality is that, in general, the entire design team is below staff capacity. Our firm is operating at reduced hours. We can incorporate your project easily into our work load. And, our design team has very deep resources to accommodate any changes in scope or schedules as your project develops. Our Intention is that the staff we propose will remain in place throughout the duration of your project. While architect Corey Wall is a recent addition to our firm, he will be a key member of the firm for many years. Charlene Steinman and Dan Fabrello are partners and long term members of our firm. Design Architect Armando DeGuzman has been with the firm for I 1 years, production and construction administrator Ben Wood has been with the firm for over 15 years. However, the reality is that your project is of a long duration and changes may occur, including simple attrition. Our commitment to you is that staffing will not change without your prior review and approval. We have worked on term agreements for many years in your community. You know our word is binding and that we live up to this commitment. KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL f& ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 20 zona 109 ozD DTR 3 GTR 4 OTR t CTR 2 CTR 3 CTR 4 CTR 1 GTR 2 GTO 3 OTR 4 JENSEN YORBA LOTT. Inc Tony Yurba 506 'M50% 506 75% 75% 75% 75% 75% 75% Corey Wall 50L SO% 50% 756 75% 75% 75% 75% 75% 75% Armada DeGuzman 506 75% 75% 75% 75% 75% 75% 75% 75% 75% .ariene Steinman 506 506 75% 75% 756 75% 756 75% 75% 751 Dan Fabrello 50% 50% 506 75% 75% 75% 75% 75% 75% 751 PND ENGINEERS Chris Gianotti 1 756 M%1 85% 85% 85% 851 85% 906 90.E 90% Paul Rendall 506 706 806 80% 83 803 906 906 90% 906 RSAENGINEERING Brian Pekar 60'6 75% 806 809E 809E 806 65% BS% 85% 8% Stark Frischkoro 606 75% 806 806 80% 806 85% 85% 85% 85% Roger Weese 1 606 75%1 ami Sal 806 85% 95%1 M1 85% Jeremy Maxie 1 606 75%1 gal 80%1 803 S(A 851k 85% 85% 85% AHLBERG"DESIGN Sterid Dahlberg 1 506 75%1 75% 75%1 757, 75% 75% 75% 75%1 75% ALASKA ENERGY ENGINEERING, LLC Jim Rehfeldt 1 5MI 506 75% 75%1 75% 75% 75% 75% 75%1 755 ESTIMATIONS Jay lavoie 1 50% 5061 60sl 8061 gC% 8%1 &MI 80% 806 80% KODIAK ISLAND BOROUGH JENSEN YORBA LOTT, INC. ARCHITECTURAL f& ENGINEERING SERVICES - VARIOUS PROJECTS PAGE 1 20 Jensen Yorba Lott, Inc. 522 West 10th St Juneau, AK 99801 2019 COMPENSATION SCHEDULE Standard Hourly Rates Classification Rate/hour Principal Project/Manager $170 WJ,TY, L Architect III $140 Cw Architect II $125 Architect1 $110 AD Interior Designer/Space Planner III $140 CS Interior Designer/Space Planner II $115 Interior Designer/Space Planner 1 $65 Intern/Designer III $95 Intern/Designer 11 $85 Intern/Designer1 $75 Construction Manager III $140 OF Construction Manager II $120 Construction Manager l $95 Drafter II S95 Bw Drafter $85 Executive Assistant $80 Clerical Assistant $40 OVERHEAD/PROFIT ON CONSULTANTS 10% OVERHEAD/PROFIT ON REIMBURSABLES 10% CBI SALES TAX 5% C:lUsetslcsleinm nWppOotalLomWi=safllWindow kINatCachelContenl OullooklxRD1P%K7)2018 CwnponzaUm Schedule 2018 Fee Schedule Principal Engineer Richard S. Armstrong, P.E Timothy E. Hell, P.E. Roger L Weese, P.E. RCDD Mark Fdschkom, P.E. Associate Principal Engineer Xuan P. Ta, P.E. Channing P. Llllo, RE, LC Ralph DeStelano, P.E., LEED Brian Peker, P.E., LEED Senior Engineer Brian J. Riggan, P.E. Soo Loswen, P.E., LEED Adam Wilson, P.E., LEED, CEA Davin Blubaugh, P.E., LEED Tyler Gray, P.E. Project Engineer Jeremy Maxle, P.E., RCCD, LC A J. Schirack, P.E., BSME Senior Designer Waren Williams, AAS James Bennetts Mark Moorhead Staff Engineer 11 Patrick Collins, BSEE Michael Spana, BSEE Dustin McCleskey, BSME Mark J. Clifton, BSEE Bannie Forster, BSEE Bill Price, BSME Frank Sliberer, BSEE Milaud Baumgartner, BSME Samuel Ratnasigamani, BSME, LEED BD+C Staff Engineer I Cheyenne Alabanzas, BSME Matthew Malecha, BSME Evan Olson, BSEE Arin Wooster, BSME Designer Robin W. Madren, AAS Chris Rude AutoCAD Drafter Alan Nolesdne Spring O'Connor Administrative Laurel Chappel, BA, MBA Lod Gaither Lisa Anglen, MBA Heather Mahaney R S A Engineering, Inc. $210.00Ihour $180.001hour $150.001hour $130.001hour $125.00/hour $110.00/hour NOTE: If personnel are promoted to higher position, the applicable title rale will be blled. $100.00/hour $90.00Ihour $75.00/hour $65.001hour ENGINLrRS, INC PND ENGINEERS, INC. STANDARD RATE SCHEDULE EFFECTIVE MAY 2017 EFFECTIVE UNTIL MAY 2018 Professional: Senior Engineer VII $190.00 Senior Engineer VI $175.00 Senior Engineer V $160.00 Senior Engineer IV $150.00 Senior Engineer 111 $140.00 Senior Engineer 11 $130.00 Senior Engineer I $120.00 Staff Engineer V $115.00 Staff Engineer IV $110.00 Staff Engineer ill $105.00 Staff Engineer 11 $95.00 Staff Engineer 1 $90,00 Environmental Scientist VI $170.00 Environmental Scientist V $155.00 Environmental Scientist IV $140.00 Environmental Scientist Ill $125.00 Environmental Scientist Ii $110.00 Environmental Scientist 1 $95.00 GIS Specialist $95.00 Surveyors: Senior Land Surveyor III $125.00 Senior Land Surveyor II $115.00 Senior Land Surveyor I $105.00 Technicians: Technician VI $130.00 Technician V $115.00 Technician IV $95.00 Technician III $85.00 Technician II $75.00 Technician I $50.00 CAD Designer VI S115.00 CAD Designer V $105.00 CAD Designer IV $90.00 CAD Designer III $75.00 BOD Page 43 f Kodiak Island Borough Assembly Newslette Vol. FY2019, No. 11 October 19, 2018 At Its Regular Meeting Of October 18, 2018, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, November 1, 2018, At 6:30 p.m. In The Borough Assembly Chambers. PROCLAIMED The Month Of October 2018 As Filipino -American Month And Noted That Kodiak Is Fortunate To Count Among Its Population A Large Concentration Of Citizens Of Filipino Descent, Including Those Who Have Lived In Kodiak For Generations And Those Who Are New To The Kodiak Area, Who Contribute To Kodiak's Economy And Society Through Their Commitment To Professions, Commerce, Family, And The Arts. PROCLAIMED The Month Of October 2018 As Domestic Violence Awareness Month And Encouraged All Citizens Of Kodiak To Actively Support And Participate In The Ongoing Programs Designed To Reduce And Eventually Eliminate Domestic Violence As A Social Problem. PROCLAIMED The Month Of October 2018 As Fire Prevention Month And Encouraged All Citizens To Look. Listen. Learn. Be Aware — Fire Can Happen Anywhere. This Effectively Serves To Remind Us That We Need To Take Personal Steps To Increase Our Safety From Fire And To Support The Many Safety Activities And Efforts Of The Borough Fire And Emergency Services During The Month. PRESENTED A 5 -Year Longevity Award To Brandi Wagner, Secretary In The Finance Department; A 25 -Year Longevity Award To Paul Vandyke, Supervisor In The IT Department; And ANNOUNCED That 5 -Year Longevity Awards Were Earned By Angela Mackenzie, Appraiser Technician In The Assessing Department And Kat Maker, Projects Assistant In The Engineering & Facilities Department Who Were Unable To Attend. RECEIVED A Financial Report For The First Quarter Of FY2019 From Dora Cross, Finance Director. AUTHORIZED The Manager To Execute Contract No. FY2019-10 With Jensen Yorba Lott Inc. For Architectural and Engineering Services For Various Capital Improvement Projects. ADOPTED Resolution No. FY2019-09 Ratifying And Certifying The Results Of The October 2, 2018 Municipal Election. ADOPTED Resolution No. FY2019-10 Accepting An Assistance To Firefighters Grant For The Bayside Fire Department. ADOPTED Resolution No. FY2019-02A Amending Resolution No. FY2019-02 Schedule Of Fees Of The Kodiak Island Borough. ADVANCED Ordinance No. FY2019-01A Amending Ordinance No. FY2019-01, Fiscal Year 2019 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects To The Next Regular Meeting Of The Assembly. View our website: Visit our Facebook page: 10 Follow us on www.kodiakak.us www.facebook.com/KodiaklslandBorough Twitter: @KodiakBorough