400%
200%
100%
75%
50%
25%
The URL can be used to link to this page
Your browser does not support the video tag.
FY2025-29 Architectural And Engineering Services Contract For Various Capital Improvement Projects With Jensen Yorba Wall, Inc
CONTRACTS TRANSMIT 'AL FORM RETENTION SCHEDULE: CL -09 CONTRACTS Records related to obligations under contracts, leases, and other agreements between the Borough and outside parties, successful bids, and proposals. Active records are kept by the corresponding department. Apply retention (plus 4 years) once contract or agreement expires, or once product is procured. Apply retention (plus 25 years) for agreements that involve real property. DATE: 11/25/2024 REQUESTED BY: P. Valerio DEPARTMENT: Engineering & Facilities CONTRACT NO.: FY2025-29 VENDOR OR SERVICE PROVIDER: Jensen Yorba Wall Inc. CONTRACT TITLE: KIB Architectural & Engineering Services Administrative contracts are contracts approved by the manager within the spending authority allowed by code. Assembly approved contracts are beyond the manager's spending authority and require approval by the Assembly during a meeting. APPROVED BY: Assembly TYPE OF CONTRACT: Contract DATE OF APPROVAL: 11/21/24 PROVIDE DETAILS FOR ANY AUTOMATIC RENEWALS OR EXTENSIONS BELOW: One 2 -year contract extension available. EXPIRATION DATE: 11/22/2027 PURGE DATE: 11/22/2052 If there is no expiration/purge date, enter 9999 as the year for open-ended contracts AND explain the process below on how or when it should be flagged for review. FILL OUT BELOW IF THE RECORD AMENDS, EXTENDS, IS A CHANGE ORDER TO A CONTRACT, OR IS AN ADDENDUM TO A CONTRACT DATE: CONTRACT NO.: REQUESTED BY: CATEGORY: Select One APPROVED BY: Select One TYPE OF CONTRACT: Select One PROVIDE DETAILS FOR ANY AUTOMATIC RENEWALS OR EXTENSIONS BELOW: EXPIRATION DATE: PURGE DATE: If there is no expiration/purge date, enter 9999 as the year for open-ended contracts AND explain the process below on how or when it should be flagged for review. Y:\U - RECORDS\FORMS\20240802 Contracts Transmittal Form.docx Rev. 08/02/2024 Contract FY2025-29 Document B1020 - 2017 Standard Form of Agreement Between Owner and Architect without a Predefined Scope of Architect's Services AGREEMENT made as of the 22nd day Of November in the year 2024 (In words, indicate day, month and year.) BETWEEN the Architect's client identified as the Owner: (Name, legal status, address and other information) Kodiak Island Borough, Municipality 710 Mill Bay Road Kodiak, Alaska 99615 Telephone Number 907-486-9210 and the Architect: (Name, legal status, address and other information) Jensen Yorba Wall, Inc. General Corporation 522 West 101h Street Juneau, Alaska 99801 Telephone Number 907-586-1070 for the following (hereinafter referred to as "the Project"): (Insert information related to types of services, location, facilities, or other descriptive information as appropriate) Kodiak Island Borough Term Contract Kodiak, Alaska Various CIP Projects The Owner and Architect agree as follows. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Init. AIA Document B102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The AmericanInstitute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 1 of 55 Contract FY2025-29 TABLE OF ARTICLES 1 ARCHITECT'S RESPONSIBILITIES 2 OWNER'S RESPONSIBILITIES 3 COPYRIGHTS AND LICENSES 4 CLAIMS AND DISPUTES 5 TERMINATION OR SUSPENSION 6 COMPENSATION 7 MISCELLANEOUS PROVISIONS 8 SPECIAL TERMS AND CONDITIONS 9 SCOPE OF THE AGREEMENT ARTICLE 1 ARCHITECT'S RESPONSIBILITIES § 1.1 The Architect shall provide the following professional services: (Describe the scope of the Architect's services or identify an exhibit or scope of services document setting forth the Architect's services and incorporated into this document in Section 9.2) The Scope of Services to be accomplished under this contract shall be as defined in the Request for Proposals for Architectural and Engineering Services for Various Capital Improvement Projects issued by the Kodiak Island Borough (KIB) dated September 2024. The Scope shall be further defined by the attached Proposal submitted by Jensen Yorba Wall, Inc. (JYW) in response to the RFP. The Scope shall be further defined as mutually agreed upon by KIB and JYW. § 1.1.1 The Architect represents that it is properly licensed in the jurisdiction where the Project is located to provide the services required by this Agreement, or shall cause such services to be performed by appropriately licensed design professionals. § 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 care and the orderly progress of the Project. § 1.3 The Architect identifies the following representative authorized to act on behalf of the Architect with respect to the Project. (List name, address, and other contact information) Corey Wall 522 West 101' Street Juneau, Alaska 99801 Telephone Number 907-586-1070 § 1.4 Except with the Owner's knowledge and consent, the Architect shall not engage in any activity, or accept any employment, interest or contribution that would reasonably appear to compromise the Architect's professional judgment with respect to this Project. Init. AIA Document 13102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The 2 AmericanInstitute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 2 of 55 Contract FY2025-29 § 1.5 The Architect shall maintain the following insurance until termination of this Agreement. If any of the requirements set forth below are in addition to the types and limits the Architect normally maintains, the 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. § 1.5.2 Automobile Liability. Amounts as required by the Kodiak Island Borough. § 1.5.3 The Architect may achieve the 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. The 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. § 1.5.7 Additional Insured Obligations. If requested by the 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 the Owner as an additional insured for claims caused in whole or in part by the Architect'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 shall provide certificates of insurance to the Owner that evidence compliance with the requirements in this Section 1.5. ARTICLE 2 OWNER'S RESPONSIBILITIES § 2.1 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; expandability; special equipment; systems; and site 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 render decisions and approve the Architect's submittals in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the Architect's services. (List name, address, and other contact information) Borough Manager, or designee Borough Engineering & Facilities Director, or designee § 2.3 The Owner shall coordinate the services of its own consultants with those services provided by the Architect. Upon the Architect's request, the Owner shall furnish copies of the scope of services in the contracts between the Owner and the Owner's consultants. The Owner shall furnish the services of consultants other than those designated as the responsibility of the Architect in this Agreement, or authorize the Architect to furnish them as an Additional Service, when the Architect requests such services and demonstrates that they are reasonably required by the scope of the Project. The Owner shall require that its consultants and contractors maintain insurance, including professional liability insurance, as appropriate to the services or work provided. Init. AIA Document 13102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The AmericanInstitute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 3 of 55 Contract FY2025-29 § 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 the Project, including errors, omissions or inconsistencies in the Architect's Instruments of Service. § 2.6 Within 15 days after 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 transmit such information for its use on the Project. (Paragraph Deleted) § 3.3 The Architect grants to the Owner a nonexclusive license to use the Architect's Instruments of Service, provided that the Owner substantially performs its obligations under this Agreement, including prompt payment of all sums due pursuant to Article 5 and Article 6. The Architect shall obtain similar 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 -subcontractors, and suppliers, as well as the Owner's consultants and separate contractors, to reproduce applicable portions of the Instruments of Service. § 3.3.1 In the event the Owner uses the Instruments of Service without retaining the authors of the Instalments of Service, the Owner releases the Architect and Architect's consultant(s) from all claims and causes of action arising from such uses. The Owner, to the 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 causes of action asserted by any third person or entity to the extent such costs and expenses arise from the Owner's use of the Instruments of Service under this Section 3.3.1. The 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 stated in Section 3.3, the provisions of this Article 3 shall survive the termination of this 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 of or related to this Agreement, whether in contract, tort, or otherwise, in accordance with the requirements of the binding dispute resolution method selected in this Agreement and within the period specified by applicable law, but in any case not more than 10 years after the date of Substantial Completion of the Work. The Owner and Architect waive all claims and causes of action not commenced in accordance with this Section 4.1.1. § 4.1.2 To the 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 of the other for damages, except such rights as they may have to the proceeds of such insurance as set forth in AIA Document A201-2017, General Conditions of the Contract for Construction. The Owner or the Architect, as appropriate, shall require of the contractors, consultants, agents, and employees of any of them, similar waivers in favor of the other parties enumerated herein. § 4.1.3 The Architect and Owner waive consequential damages for claims, disputes, or other matters in question, arising out of or 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. AIA Document B102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 4 of 55 Contract FY2025-29 § 4.2 Mediation § 4.2.1 Any claim, dispute or other matter in question arising out of or related to this Agreement shall be 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 claims, 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. The 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 for 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 the mediator's fee and any filing fees equally. The 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 box) [ ] Arbitration pursuant to Section 4.3 of this Agreement [ X ] Litigation in a court of competent jurisdiction [ ] Other (Specify) If the Owner and Architect do not select a method of binding dispute resolution, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, the 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 parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Arbitration Rules in effect on the date 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 be made no earlier than concurrently with the filing of a request for mediation, but in no event shall it be made after the date 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. For statute of limitations purposes, receipt of a written demand for arbitration 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 be specifically enforceable in accordance with applicable law in any court having jurisdiction thereof. Init. AIA Document B102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 5 of 55 Contract FY2025-29 § 4.3.3 The award rendered by the arbitrator(s) shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. § 4.3.4 Consolidation or Joinder § 4.3.4.1 Either party, at its sole discretion, may consolidate an arbitration conducted under this Agreement with any other 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) the arbitrations employ materially similar procedural rules and methods for selecting arbitrator(s). § 4.3.4.2 Either party, at its sole discretion, may include by joinder 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 joinder. 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 4.3, 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 the Architect in accordance with this Agreement, such failure shall be considered substantial nonperformance and cause for termination or, at the Architect's option, cause for suspension of performance of services under this Agreement. If the Architect elects to suspend services, the 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 because of such suspension of services. Before resuming services, the Owner shall pay the Architect all sums due prior to suspension and any expenses incurred in the interruption and resumption of the Architect's services. The Architect's fees for the remaining services and the time schedules shall be equitably adjusted. § 5.2 If the Owner suspends 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 for expenses incurred in the interruption and resumption of the Architect's services. The Architect's fees for the 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 the fault 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 the terms of this Agreement through no fault of the party initiating the termination. § 5.5 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 the 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 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 pay to the Architect the following fees: (Set forth below the amount of any termination or licensing fee, or the method for determining any termination or licensing fee) Init. AIA Document 13102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 6 of 55 Contract FY2025-29 .1 Termination Fee: $0 .2 Licensing Fee, if the Owner intends to continue using the Architect's Instruments of Service: $0 § 5.8 Except as otherwise expressly provided herein, this Agreement shall terminate (Check the appropriate box) [ ] One year from the date 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 an attached document or scope of service) 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 a termination date, this Agreement shall terminate one year from the date of commencement of the Architect's services. § 5.9 The Owner's rights to use the Architect's Instruments of Service in the event of a termination of this Agreement are set forth in Article 3 and Section 5.7. ARTICLE 6 COMPENSATION § 6.1 The Owner shall compensate the Architect as set forth below for services described in Section 1. 1, or in the attached exhibit or scope document incorporated into this Agreement in Section 9.2. (Insert amount of, or basis for, compensation or indicate the exhibit or scope document in which compensation is provided for.) Compensation shall be as agreed between the Kodiak Island Borough and Jensen Yorba Wall, Inc. § 6.2 Compensation for Reimbursable Expenses § 6.2.1 Reimbursable Expenses are in addition to compensation set forth in Section 6.1 and include expenses incurred by the Architect and the Architect's consultants directly related to the Project, as follows: .1 Transportation and authorized out-of-town travel 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; .4 Printing, reproductions, plots, and standard form documents; .5 Postage, handling and delivery; .6 Expense of overtime work requiring higher than regular rates, 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 the 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 the Certifying Authority or by other entities as necessary to achieve the Sustainable Objective; and .12 Other similar Project -related expenditures. Init. AIA Document B102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The AmericanInstitute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 7 of 55 Contract FY2025-29 § 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. (Paragraph Deleted) § 6.3 Payments to the Architect § 6.3.1 Initial Payments § 6.3.1.1 An initial payment of zero ($ 0 ) 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 § 6.3.2.1 Unless otherwise agreed, payments for services shall be made monthly in proportion to services performed. Payments are due and payable upon presentation of the Architect's invoice. Amounts unpaid ninety ( 90 ) days after the invoice date shall bear interest at the rate entered below, or in the absence thereof at the legal rate prevailing from time to time at the principal place of business of the Architect. (Insert rate of monthly or annual interest agreed upon) 4 % 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 Owner at mutually convenient times. 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 rules. If the parties have selected arbitration as the method of binding dispute resolution, the Federal Arbitration Act shall govern Section 4.3. § 7.2 Except as separately defined herein, terms in this Agreement shall have the same meaning as those in AIA Document A20IT"L2017, 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 nor the Architect shall assign this Agreement without the written consent of the other, except that the Owner may assign this Agreement to a lender providing financing for the Project if the lender agrees to assume the Owner's rights and obligations under this Agreement, including any payments due to the Architect by the Owner prior to the assignment. § 7.4 The parties shall agree upon protocols governing the transmission and use of Instruments of Service or any other information or documentation in digital form. The parties will use AIA Document E203Tm-2013, Building Information 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 a building information model without agreement to protocols governing the use of, and reliance on, the information contained in the model and without having those protocols set forth in AIA Document E203T`4--2013, Building Information Modeling and Digital Data Exhibit, and the requisite AIA Document G202T'�L-2013, Project Building Information Modeling Protocol Form, shall be at the using or Init. AIA Document 13102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The AmericanInstitute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 8 of 55 Contract FY2025-29 relying party's sole risk and without liability to the other party and its contractors or consultants, the authors of, or contributors to, the building information model, and each of their agents and employees. § 7.5 If 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 dates of execution. If the Owner requests the Architect to execute consents reasonably required to facilitate assignment to a lender, the Architect shall execute 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 to, hazardous materials or toxic substances in any form at the Project site. § 7.8 The 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. However, the Architect's materials shall not include the Owner's confidential or proprietary information if the 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 the 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," the 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' notice to the other party, when required by law, arbitrator's order, or court order, including a subpoena or other form of compulsory legal process issued by a court or governmental 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 are 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 remaining provisions. If it is determined that any provision of the Agreement violates any law, or is otherwise invalid or unenforceable, then 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 parties' intentions and purposes in executing the Agreement. ARTICLE 8 SPECIAL TERMS AND CONDITIONS Special terms and conditions that modify this Agreement are as follows: (Include other terms and conditions applicable to this Agreement.) 8.1 Architect's and Architect's Consultants' hourly rates shall be enforced until December 31, 2025. Hourly rates shall be re -negotiated after January 1, 2026. ARTICLE 9 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 oral. This Agreement may be amended only by written instrument signed by both the Owner and Architect. § 9.2 This Agreement is comprised of the following documents identified below: .1 AIA Document B 102T"L2017, Standard Form Agreement Between Owner and Architect Init. AIA Document B102-2017. Copyright(D 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects,' "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not / for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 9 of 55 Contract FY2025-29 .2 AIA Document E203T"L-2013, Building Information Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement.) .3 Exhibits: (Check the appropriate box for any exhibits incorporated into this Agreement.) [ ] AIA Document E204Tm -2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the E204-2017 incorporated into this Agreement.) [ ] Other Exhibits incorporated into this Agreement: (Clearly identify any other exhibits incorporated into this Agreement.) .4 Other documents: (List other documents, including the Architect's scope of services document, hereby incorporated into the Agreement.) 1. [Attachment A] Request for Proposals for Architectural and Engineering Services for Various Capital Improvement Projects issued by the Kodiak Island Borough (KIB) dated September 2024. 2. [Attachment B] Proposal by Jensen Yorba Wall, Inc. in response to the RFP, dated October 24, 2024 which includes Schedule of Hourly Rates This Areementntered int of the day and year first written above. OWNER (Signature) ARCHITECT (Signature) Aimee Williams, Borough Manager (Printed name and title) Nova M. Javier, Borough Clerk Attest Corey Wall Vice President Jensen Yorba Wall, Inc. License: AK -7597 (Printed name, title, an&fYc'iAs"uvber, if required) 4�K Init. AIA Document B102 —2017. Copyright ©1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The 10 American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not i for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 10 of 55 Contract FY2025-29 Additions and Deletions Report for AIA® Document B1020 — 2017 This Additions and Deletions Report, 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 complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 16:06:16 AKT on 11/08/2024. PAGE AGREEMENT made as of the 8 th day of November in the year 2024 Kodiak Island Borough, Municipality 710 Mill Bao Kodiak, Alaska 99615 Telephone Number 907-486-9210 Jensen Yorba Wall, Inc. General Corporation 522 West 101 Street Juneau, Alaska 99801 Telephone Number 907-586-1070 Kodiak Island Borough Term Contract Kodiak, Alaska Various CIP Projects PAGE 2 The Scope of Services to be accomplished under this contract shall be as defined in the Request for Proposals for Architectural and Engineering Services for Various Capital Improvement Projects issued by the Kodiak Island Borough (KIB) dated September 2024. The Scope shall be further defined by the attached Proposal submitted by Jensen Yorba Wall, Inc. (JYW) in response to the RFP. The Scope shall be further defined as mutually agreed upon by KIB and JYW. Corey Wall 522 West 101 Street Juneau, Alaska 99801 Telephone Number 907-586-1070 PAGE 3 Additions and Deletions Report for AIA Document 8102 —2017. Copyright © 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3B9ADA53) Page 11 of 55 Contract FY2025-29 § 1.5.1 Commercial General Liability lity with poliey limits of not toss than ($) for oaeh , o o and /Q\ in the aggregate for bodily y injtff y and ^ pe ft . -'amago Liability. Amounts as required by the Kodiak Island Borough § 1.5.2 Automobile Liabilitycovering vehieles owned, and non owned vehieles used, by the A-fohiteetwith polio lim-its of nat IRss than ($ ) per aeeideflt for bedily if��,, death ofany person, and propei4y damage ar-ising eu� of the wAmership, maintenanee and use of these motor- 3vehieles, along with any other- statutorily required automobile eoverage.. Amounts as required by the Kodiak Island Borough. § 1.5.5 Employers' Liabili",ith policy lifnits not less than ($ ) each accident, each employee, and ($ ) polio lam. Amounts as required by the Kodiak Island Borough. § 1.5.6 Professional Liability serviees with poliey 1i it's of not less than($) per elaim and($) in the . Amounts as required by the Kodiak Island Borough. § 1.5.7 Additional Insured Obligations. If requested by the Owner, to the fullest extent permitted by law, the Architect shall cause the primary and excess or umbrella peheies oln ices for Commercial General Liability and Automobile Liability to include the Owner as an additional insured for claims caused in whole or in part by the Architect'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. PAGE 4 § 3.3 The Architect grants to the Owner a nonexclusive license to use the Architect's Instruments of Ser-viee solely Service, provided that the Owner substantially performs its obligations under this Agreement, including prompt payment of all sums due pursuant to Article 5 and Article 6. The Architect shall obtain similar 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 -subcontractors, and suppliers, as well as the Owner's consultants and separate contractors, to reproduce applicable portions of the Instruments of L�T}7T.TlTl . _ .1-T.Ir.W%MW M.-7— 7-T.liRS!!EST-CY3^lS/T- § 3.4 Exeept for the lieenses gFanted in this At4iele 3, no other lieense or right shall be deemed gFanted or imp i tmder- this Agreement. The Owner sha4l not assign, delegate, sublicense, pledge or otherwise transfer- any license . Any mouse of the Instruments of Service shall be at the Owner's sole risk and without liability to the Architect and the Architect's consultants. Additions and Deletions Report for AIA Document 8102 —2017. Copyright © 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 12 of 55 Contract FY2025-29 PAGE 5 [ X ] Litigation in a court of competent jurisdiction PAGE 7 [ X ] Other 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. Compensation shall be as agreed between the Kodiak Island Borough and Jensen Yorba Wall, Inc. PAGE 8 § 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. and lifnits the Arehiteet normally the Ovaier- shall pay the Arehiteet for the additional eosts inetiffed by the A ehiteet for- the additional o maintains, set fefffi�-Travel Reimbursable Expenses shall be the expenses incurred by the Architect and Architect's consultants. § 6.3.1.1 An initial payment of zero ($ a_) 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 shall be made monthly in proportion to services performed. Payments are due and payable upon presentation of the Architect's invoice. Amounts unpaid nine ( 90 ) days after the invoice date shall bear interest at the rate entered below, or in the absence thereof at the legal rate prevailing from time to time at the principal place of business of the Architect. Additions and Deletions Report for AIA Document 8102 —2017. Copyright © 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 13 of 55 Contract FY2025-29 4 % ver annum § 7.4 The parties shall agree upon wFittenprotocols governing the transmission and use of, and relianee en, of Instruments of Service or any other information or documentation in digital form. The parties will use AIA Document E203T"L2013, Buildina Information Modeling and Digital Data Exhibit, to establish the protocols for the development, use, transmission, and exchange of digital data. PAGE 9 § 7.4.1 Any use of, or reliance on, all or a portion of a building information model without agreement toygitten protocols governing the use of, and reliance on, the information contained in the model and without having those protocols set forth in AIA Document E203Tm-2013, Building Information Modelingand nd Digital Data Exhibit, and the requisite AIA Document G202Tm-2013, Project Building Information Modeling Protocol Form, shall be at the using or relying party's sole risk and without liability to the other party and its contractors or consultants, the authors of, or contributors to, the building information model, and each of their agents and employees. 8.1 Architect's and Architect's Consultants' hourly rates shall be enforced until December 31, 2025. Hourly rates shall be re -negotiated after January 1, 2026. PAGE 10 .2 AIA Document E203Tm-2013, Building Information Modeling :and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement.) 1. Request for Proposals for Architectural and Engineering Services for Various Capital Improvement Projects issued by the Kodiak Island Borough (KIB) dated September 2024. 2. Proposal by Jensen Yorba Wall, Inc. in response to the RFP, dated October 24, 2024 which includes Schedule of Hourly Rates Corey Wall Vice President Jensen Yorba Wall, Inc. License: AK -7597 Additions and Deletions Report for AIA Document 8102 —2017. Copyright © 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, 1987, 1997, 2007 and 2017. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (369ADA53) Page 14 of 55 Contract FY2025-29 Certification of Document's Authenticity AIA° Document D401 TM —2003 I, jyw, hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 16:06:16 AKT on 11/08/2024 under Order No. 4104241744 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document B 102TM - 2017, Standard Form of Agreement Between Owner and Architect without a Predefined Scope of Architect's Services, other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) (Title) (Dated) AIA Document D401 —2003. Copyright(g) 1992 and 2003. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:06:16 AKT on 11/08/2024 under Order No.4104241744 which expires on 01/23/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA53) Page 15 of 55 Attachment A Contract FY2025-29 Page 1 of 14 KODIAK ISLAND BOROUGH REQUEST FOR PROPOSALS Architectural & Engineering Services for Various Capital Improvement Projects September 2024 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907) 486-9341 Architectural & Engineering Services Request for Proposals Page 1 of 11 Page 16 of 55 Attachment A Contract FY2025-29 Page 2 of 14 REQUEST FOR PROPOSALS Architectural & Engineering Services for Various Capital Improvement Projects Proposals will be received until 2:00 p.m. (local time) on October 24, 2024, 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: David Conrad, Director Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9341 Fax: (907) 486-9394 Email: dconradkkodiakak.us & pvaleriokkodiakak.us 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 Finance 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. Aimee Williams, Borough Manager September 23, 2024 Publish: Anchorage Daily News September 25, & Oct. 2 & 9, 2024. Architectural & Engineering Services Request for Proposals Page 2 of 11 Page 17 of 55 Attachment A Contract FY2025-29 Page 3 of 14 IMPORTANT REGISTRATION FORM MANDATORY In order to receive addenda and any other information which may impact or alter the specifics of this Request for Proposals, please fill 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: Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9341 Fax: (907) 486-9394 Email: pvalerio(kkodiakak.us Architectural & Engineering Services Request for Proposals Page 3 of 11 Page 18 of 55 Attachment A Contract FY2025-29 Page 4 of 14 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, new construction, 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 a recommendation to the Kodiak Island Borough Assembly. Kodiak Island Borough School District (KIBSD): The KIBSD 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 area 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 Ouzinkie is a little over 13,000. Moderate seasons, cloudy skies, and moderately heavy precipitation characterize climatic conditions. Average yearly rainfall is 78 inches with an average of 68 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 A&E services for renovation, new construction, 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. Architectural & Engineering Services Request for Proposals Page 4 of 11 Page 19 of 55 Attachment A Contract FY2025-29 Page 5 of 14 The term of this contract services will be five (5) years from the date it is executed, with the option for both parties to agree to four (4) one-year extensions. The contract is for service on an as needed basis. While not controlling, the average number of hours of service annually for services provided under this contract is between 800-900 hours. 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: Main Elementary Siding and Window Replacement: Removal and replacement of siding and windows. East Elementary Parking Lot Replacement and Addition: Removal and replacement of parking lot area. Also add more parking in the current baseball field area. Kodiak Island Borough Building Abatement: Remove all remaining asbestos from the building. Bayside Fire Department Addition: Adding onto the building to create a storage area and additional bathrooms. Village School Mechanical Upgrades: Upgrades to mechanical systems, including boilers, pumps, air handling fans and motors, and controls systems at village schools including Akhiok, Old Harbor, Ouzinkie, 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 considers the typical operating periods for each facility. Design services shall include the customary architectural, structural, civil, mechanical, and electrical engineering services in either electronic or paper format associated with the following stages, which may include but not be limited to: 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 that serve to fix and describe the size and character of the entire project as to structural, mechanical, and electrical systems, materials, professional estimating, 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 of alternatives/substitutions. Architectural & Engineering Services Request for Proposals Page 5 of 11 Page 20 of 55 Attachment A Contract FY2025-29 Page 6 of 14 Construction Administration Services: Assistance in KIB's administration of the construction contracts including review of shop drawings, construction observations, change order review, and project close out assistance. Project Closeout: Assistance in KIB's administration of the construction contract closeout including services required to permit occupancy or utilization for use as intended, record document generation, operation and maintenance manual processing, facility and system commissioning, and warranty period support. It is KIB's intention to enter into a term contract with one firm for this work. The successful firm will be the lead for its team of 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................................................................................................ Sept. 23, 2024 Questions Due................................................................................................. Oct. 14, 2024 Proposal Responses Due to KIB..................................................................... Oct. 24, 2024 Proposal Review............................................................................... Week of Oct. 28, 2024 Proposal Presentations (if necessary) ................................................ Week of Oct. 28, 2024 Recommendation of Firm to ARB................................................................... Nov. 6, 2024 ARB Meeting to Forward Recommendation of Firm to Assembly ................. Nov. 6, 2024 Assembly Approval........................................................................................ Nov 21, 2024 Commencement of Fee Schedule Proposal and Negotiations ........................... Dec. 2, 2024 Sign Contract...................................................................................... Week of Dec 2, 2024 PROPOSAL Proposals should not exceed ten (10) double sided and stapled pages (8.5 x 11), exclusive of appendix, proposed detailed fee schedule pages, cover page, letter of transmittal, and table of contents. Provide six (6) 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. Architectural & Engineering Services Request for Proposals Page 6 of 11 Page 21 of 55 Attachment A Contract FY2025-29 Page 7 of 14 4. Acknowledgement of any addenda issued during RFP process. 5. Statement that the signatory has authority to bind the proposer. 6. 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. Please keep all project examples, project team experience, and plans relevant to work in rural Alaska, preferably with examples related to work experience in Kodiak, Alaska or the Kodiak Archipelago. A. Firm Qualifications and Experience: 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. Provide at least two references for per project, with one preferably being the owner or owners representative. 2. Description of your experience with projects involving various disciplines, i.e. mechanical/electrical, civil, energy improvements, building envelope, roofing, interior renovations, new construction, etc. 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 of projects are 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 part of successfully guiding KIB through this process. 3. Discussion of your firm's cost estimating procedures during the design process and how estimates are verified/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. D. Proposed Detailed Fee Schedule: The proposer shall provide a detailed fee schedule outlining the costs of each position on the proposed project team, administration costs, and any other consultants they may have association with that would be assisting with projects. The proposer's fee schedule will not be counted towards the total page count listed in the above proposal section. The detailed fee Architectural & Engineering Services Request for Proposals Page 7 of 11 Page 22 of 55 Attachment A Contract FY2025-29 Page 8 of 14 schedule should include: 1. The title of each position on the proposed team (e.g. principal engineer, principal architect, principal drafter, etc.). 2. Hourly cost for each position on the proposed team. 3. Hourly costs for proposed consultants working with the firm. 4. Hourly costs to administrative or accounting positions on the team. E. Insurance Requirements: The proposer shall provide evidence of insurance with an insurance carrier or carriers or by a third party which may arise from or in connection with the performance of the work hereunder by the proposer, its agents, representatives, or employees. The proposer shall maintain the following insurance policies with the specified minimum coverages and limits in force at all times during the performance of the Contract. The proposer shall furnish, the type, amount, class of operations covered, effective (and retroactive) dates, and dates of expiration of policies with the requirements noted below: 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 performs work under this Contract. The coverage shall include: 1. Employer's Liability Protection at $1,000,000 each accident/each employee and a $1,000,000 policy limit. 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. $2,000,000 General Aggregate; and 4. $2,000,000 Products -Completed Operations Aggregate. Automobile Liability: Covering all vehicles used in Contract work, with combined single limits not less than: $1,000,000 each occurrence. Professional Liability. The proposer, at his own cost and expense, shall affect and maintain at all times during the life of the Contract with combined single limits not less than: $1,000,000 each occurrence. SELECTION PROCESS A. Evaluation & Selection Process Responses to this solicitation will be reviewed and evaluated by a committee of Kodiak Island Borough employees, the chair of the Kodiak Island Borough Architectural/Engineering Review Board (ARB), one representative from the Kodiak Island Borough Assembly who will be Architectural & Engineering Services Request for Proposals Page 8 of 11 Page 23 of 55 Attachment A Contract FY2025-29 Page 9 of 14 appointed to the evaluation committee by the Borough Mayor, and one representative from the Kodiak Island Borough School District. The committee will recommend one firm for selection to the 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. The ARB board may not change the selection or scoring but may recommend for or against the 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. Member's may choose to change their individual evaluation scores after discussion, and after presentations should presentations occur. The final committee recommendation is based on the cumulative score by committee members. Once the committee has arrived at a cumulative score for each proposal on each criteria, the individual committee member rankings or scores will be sealed and not released. Only the cumulative committee score will be releasable when scores are eligible for release. The proposer with the highest cumulative score will be determined to be the best proposal. If two proposals have equal scores, the selection committee shall vote which proposal to recommend. The selection process for this RFP will be a qualification -based selection process where cost of services is only one component of the evaluation criteria. Firms are required to submit a detailed fee schedule for itself and its proposed consultants. B. Evaluation Factors The evaluation factors and available points for each are: Firm Qualifications and Experience 40 points Proposed Project Team 20 points Management Plan 10 points Familiarity and Experience with Work in Kodiak 20 points Proposed Detailed Fee Schedule 10 points Total 100 points The specific requirements for Firm Qualifications and Experience, Proposed Project Team, and Management Plan are detailed in the Proposal section above. Familiarity and Experience with Work in Kodiak will be an evaluation of whether the proposal's project examples, and team members have experience and/or familiarity with working in Kodiak or the surrounding areas. The Proposal Detailed Fee Schedule will be evaluated on cost of an example project with the following information: Example Project: (working hours to be calculated with proposed fee schedule hourly rates) Principal Engineer hourly rate x (multiplied by) 10 hours Principal Architect hourly rate x 10 hours Principal Drafter hourly rate x 10 hours Total Cost: $ (total of all three team members costs listed) The proposal with the lowest cost to the example project information listed above will receive the highest score. The proposal with the highest cost to the example project information above will receive the lowest score. Architectural & Engineering Services Request for Proposals Page 9 of 11 Page 24 of 55 Attachment A Contract FY2025-29 Page 10 of 14 C. Presentations Selected proposers may be requested to present their proposed packages to the selection committee consistent with KIBC 3.30.110(E) the Borough may elect to negotiate with. Proposers may only present on submitted package information and will not be allowed to provide any new information. Proposers will be notified in writing of the presentation requirements, date, time, location, and amount of time allowed for a presentation and question and answer period. All expenses related to proposal development and presentation costs are the responsibility of proposer and shall not be charged to KIB. Presentations will not be evaluated or scored. 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 all registered proposers will be notified of the top-ranked firm via a Notice of Intent to Award which will be posted on the KIB website. No scoring or ranking will be made public or available to any proposer until a contract is awarded and executed. Provided, however, that the proposal and scoring of the proposal recommended for award shall be made available on request to unsuccessful proposers, and a proposer may obtain the scoring for their own proposal prior to award. E. Notice of Intent to Award and Protests. Notice of Intent to Award. The Borough will issue a Notice of Intent to award to the successful proposer and negotiate a final contract for award by the Assembly. The Notice of Intent to Award will be issued when the committee recommendation is forwarded to the ARB Board. 2. If the Borough is unable to enter into a contract with the top ranked firm, KIB reserves the right to terminate negotiations with the top ranked firm and issue a new Notice of Intent to Award and enter negotiations with the proposer with the next best ranking. 3. Protest Period. An aggrieved proposer may file a protest of the award within ten (10) calendar days after a Notice of Intent to Award the contract is mailed. Late protests shall not be accepted or reviewed. A protest may be made by delivery of a letter of protest to the Borough Manager's Office. Protests will only be accepted based on error in process. If/when a protest is received, an administrative review process will begin. The protestor can expect a final administrative decision by the Kodiak Island Borough Manager within thirty (30) working days of the receipt of protest. ADMINISTRATIVE INFORMATION A. Contact Person Any information required or questions regarding this RFP should be addressed to: David Conrad, Director, and Codi Allen, Projects Manager, and Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6398 Phone: (907) 486-9341 Architectural & Engineering Services Request for Proposals Page 10 of 11 Page 25 of 55 Attachment A Contract FY2025-29 Page 11 of 14 Fax: (907) 486-9394 Email: dconradnkodiakak.us, callennkodiakak.us & pvalerio(kkodiakak.us *If a proposer entails, please copy all three contacts to ensure receipt. B. Deadline for Receipt of Proposals Proposals may be mailed, or hand delivered and must be physically received by KIB no later than 2:00 p.m., prevailing time (AK), October 24, 2024. 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 persons noted above. Please submit questions by October 14, 2024 at 4:OOpm prevailing time (AK). 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 procurement and the RFP process at any time up until approval of the award by the Assembly if it is in the KIB's best interest to do so. KIB 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 of Proposals All proposals and other material submitted become KIB property and may be returned only at KIB's option. H. Cost of 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 KIB 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 carriers. J. Media Announcements Any and all media announcements pertaining to this RFP require KIB's prior written approval. K. Binding Contract This RFP does not obligate KIB or the selected proposer until a contract is signed and approved by all parties. Architectural & Engineering Services Request for Proposals Page 11 of 11 Page 26 of 55 Attachment A Contract FY2025-29 Page 12 of 14 ADDENDUM1 KODIAK ISLAND BOROUGH Architectural and Engineering Services Contract Kodiak, AK August 30, 2024 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Bidders must acknowledge receipt of this addendum in the space provided on the Acknowledgement of Addenda form. Failure to do so may submit Bidder to disqualification. This addendum consists of 1 page. RESPONSES TO BIDDER QUESTIONS: QUESTION 1: On page 6 of the RFP documents, what does the appendix include? RESPONSE 1: The appendix includes the following: cover page, table of contents, letter of transmittal, fee schedule pages, and proof of insurance. END OF ADDENDUM NO. 1 KODIAK ISLAND BOROUGH ADDENDUM NO. I Architectural & Engineering Services PAGE 1 Page 27 of 55 Attachment A Contract FY2025-29 Page 13 of 14 ADDENDUM KODIAK ISLAND BOROUGH Architectural and Engineering Services Contract Kodiak, AK October 23, 2024 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Due to the late notice of this addendum #2, the Kodiak Island Borough will accept acknowledgement of this addendum by electronic (email or fax) to the contacts listed below. This addendum consists of 2 pages. The evaluation process has been updated please see the updated section below: Evaluation & Selection Process Responses to this solicitation will be reviewed and evaluated by all individuals listed on the public advertised roster of the Kodiak Island Borough Architectural and Engineering Review Board (ARB), see the attached roster. The Kodiak Island Borough Project Manager will provide support in an advisory capacity. The ARB will provide a recommendation to the Kodiak Island Borough Assembly, which will make the final selection for the award. Responses will be evaluated based on the advantages and disadvantages to KIB, using the evaluation factors set forth below. Responsive firms will be independently evaluated by the evaluation group, which includes everyone listed on the ARB roster, and will be ranked numerically using the rubric provided in the Invitation to Bid. The evaluation group will meet to present each member's ranking and discuss each proposer's qualifications before agreeing to recommend one firm for the award. The final recommendation will be based on the cumulative scores from evaluation group. Once the evaluation group has arrived at a cumulative score for each proposal on each criterion, the individual evaluation group rankings or scores will be sealed and not released. Only the cumulative evaluation score will be released when scores are eligible for release. The proposer with the highest cumulative score will be determined to have the best proposal. If two proposals have equal scores, the ARB members who have the power to vote, shall vote on which proposal to recommend. The selection process for this RFP will be a qualification -based selection process, where the cost of services is only one component of the evaluation criteria. Firms are required to submit a detailed fee schedule for themselves and their proposed consultants. This will not affect any firm's proposal submission only how it is evaluated. If a firm has already submitted a proposal and they would like to withdraw their proposal based on the information provided in this addendum #2, they will need to notify the contacts listed below of their intention to withdraw. Email notice to pvalerio( _)kodiakak.us & callen(U_)kodiakak.us Fax notice to 907-486-9394 KODIAK ISLAND BOROUGH Architectural & Engineering Services ADDENDUM NO. 2 PAGE 1 Page 28 of 55 Attachment A Contract FY2025-29 Page 14 of 14 41 KODIAK ISLAND BOROUGH ARCHITECTURAL AND ENGINEERING REVIEW BOARD/ BUILDING CODE BOARD OF APPEALS NAME TERM CONTACT NO. EMAIL 1 Jerrol Friend PO Box 175 Mill Bay Rd. 2026 (907) 539-1975 (907) 486-9308/1975 jerrol(a�friendcontractors.com (907) 942-5544 2 Jon Melin (Vice -Chair) 2011 Mill Bay Road #2 2024 (907) 539-1589 jon_premier(cDalaska.net 3 Tyler Swanson 473 Curlew Way 2026 (907) 512-5568 i907) 481-1636 tys(a_*ha_org 4 Jascha Zbitnoff (Chair) PO Box 9012 2025 (907) 942-3215 jascha(cobrechan.com 5 VACANT 2026 C, Daniel Rohrer PO Box 786 2025 (907) 486-0977 drohrer(d_�kodiakak.net 7 Doug Mathers PO Box 2916 2024 (907) 486-4591 mathers(�gci.net NON-VOTING EX-OFFICIOS 1 Aimee Williams Borough r0anager (907) 486-9302 Awilliams(c�kodiakak.us 2 Ryan Sharratt Assembly Member (907) 942-5544 Ryan. sharratt(o-)_kibassembly.org 3 Cindy Mika School District Superintendent or Designee Cyndy.mika(a�kibsd.orq 4 Duncan Fields School Board Representative (907) 317-5959 (907) 486-6393 907 486-8835 Dfields8925(q_�gmail.com STAFF Dave Conrad E&F Director (907) 486-9340 dconrad(g-)kodiakak.us LEGISLATION: Kodiak Island Borough Code 2.125 Architectural/Engineering Review Board Kodiak Island Borough Code 15.45 Building Code Board of Appeals By Laws Adopted and Ratified on September 2, 2010 END OF ADDENDUM NO. 2 KODIAK ISLAND BOROUGH ADDENDUM NO. 2 Architectural & Engineering Services PAGE 2 Page 29 of 55 Contract FY 2025-29 Proposal Attachment B Page 1 of 26 KODIAK ISLAND BOROUGH Architectural & Engineering Services for Various Capital Improvement Projects October 24, 2024 M&� ■EN ■■■ o®7 Jensen Yorba Wall Inc. 522 West 10th Street Juneau, AK 99801 907.586.1070 Corey Wall, AIA corey@jensenyorbawall.com Page 30 of 55 Attachment B Contract FY 2025-29 Page 2 of 26 Page 31 of 55 Attachment B Contract FY 2025-29 Page 3 of 26 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 October 22, 2024 Ms. Aimee Williams, Borough Manager Kodiak Island Borough 710 Mill Bay Road Kodiak Alaska, 99615 Dear Ms. Williams: Thank you for the opportunity to respond to the Request for Proposals for the Kodiak Island Borough Architectural & Engineering Services. It has been our privilege to work with you on many projects through the past several Term Contracts and we look forward to continuing to serve you. This proposal is valid for at least 90 days from the proposal submission deadline. We are willing and committed to perform the services described in the RFP. All staff and other resources which are required to perform the services described in the RFP will be made available by our organization over the life of the anticipated contract. We acknowledge all addenda. Corey Wall, Vice President of Jensen Yorba Wall, Inc., has the authority to bind the firm to the proposal. Sincerely, 0 Corey Wall, AIA Vice President, Jensen Yorba Wall, Inc. Page 32 of 55 Attachment B Contract FY 2025-29 Page 4 of 26 '0 • • SECTION A. FIRM QUALIFICATIONS AND EXPERIENCE A.1. Discussion of at least two projects of similar scope to 1 the services requested that your firm has completed which you believe would qualify your firm for this contract. A.2. Description of your experience with projects 4 involving various disciplines, i.e. mechanical/electrical, civil, energy improvements, building envelope, roofing, interior renovations etc. A.3. Description of your experience with renovation projects 7 in occupied facilities and description of the types of challenges you faced and how you overcame them. A.4. Discussion of any specifics not included in the criteria 8 above to describe why your firm may be particularly qualified to be selected for this contract. B. PROPOSED PROJECT TEAM B.1,2. Description of the professional qualifications and 10 experiences of the proposed project team, including proposed consultants. Demonstrate expertise in working as a team on recent projects. C. MANAGEMENT PLAN C.1. Discussion of your proposed management plan 16 for this contract. Provide a table or chart that shows organizational structure, chain of supervision, decision authority and communications. C.2. Description of your firm's approach to the contract 17 and at summary level, the steps seen as an integral part of successfully guiding KIB through this process. C.3. Discussion of your firm's cost estimating 18 procedures during the design process and how estimates are verified/validated. CA. Discussion of both current and potential projects 20 the firm is contemplating as well as the current and potential time commitments of your proposed project team. Page 33 of 55 A.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. Jensen Yorba Wall specializes in providing a wide range of architectural design and project management services to the communities in maritime Alaska. Our expertise is in renovating existing buildings and developing new projects well-designed to serve the unique needs and weather conditions of locations like Kodiak. Since receiving the last Kodiak Island Borough Term Contract in 2018, Jensen Yorba Wall and our team of engineers have successfully completed many projects with you similar in scope to those anticipated by this RFP. Those have included: • Planning Projects where many options are developed, along with 3D graphics, pro / con lists, and cost estimation. • Bayside Fire Station Expansion Concepts • Providence Kodiak Island Medical Center • Exterior Upgrade Projects where existing siding, windows, doors and other items were replaced to provide greatly improved weather protection to existing, often occupied, buildings. • Bayside Fire Station Exterior Upgrade • KFRC Exterior Upgrade • Mechanical Upgrade Projects where existing systems were comprehensively removed (and often abated) and replaced with new, energy-efficient systems appropriate for the local needs. • KIB Borough Building Mechanical Upgrade • KFRC Fume Hood Replacement • Baler Building & PKIMC Fuel Tank Replacements • Mental Health & Red Cross UST Removal JENSEN YORBA WALL INC. Attachment B Page 5 of 26 NORTH STAR ELEMENTARY SIDING AND WINDOW REPLACEMENT (PHASES 2 & 3) This project is similar to the anticipated Main Elementary Siding and Window Replacement project. It is also relevant to other possible future projects not listed in the RFP such as exterior upgrade projects at East and Peterson Elementary Schools which may come up during the next Term Contract. JYW works with KIB to develop appropriate project scope. This complex, multi -phase project comprehensively upgraded the exterior wall assembly of an existing 39,800 sf school. The siding of the 1994 building, a cement - cellulose beveled siding product with dimensional wood trim was degrading and could no longer hold paint in several locations. JYW performed on-site investigations and recommended that, to provide the best long-term solution, the siding replacement be expanded to include replacement of the wood windows which were starting to show water intrusion and damage. By presenting options and discussing life -cycle costs implications, the stakeholders, including the ARB, determined to comprehensively replace the windows, siding, and trim. Best performing, cost effective materials for Kodiak's unique conditions. JYW studied several different siding options for the school project. Although the expanded solid vinyl beveled siding successfully used by JYW on other local projects was recommended for the one-story portions of the building, JYW proposed a more robust metal siding product for the taller gym portions of the building. Care was taken to limit the more expensive metal KODIAK ISLAND BOROUGH TERM CONTRACT Page 34 of 55 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE siding to only locations where it would be necessary. Low - maintenance, high performance fiberglass windows were selected to replace the existing vinyl -clad wood windows. Accurate CAD modeling and detailing. With information gathered from several on-site visits, the replacement project was designed and detailed in the Building Information Systems program Revit. The resulting 3D model is accurate and detailed enough to provide a solid base for future projects, such as theroof replacement project now under design. Care was taken to develop accurate details for tricky conditions like tying the adjacent metal canopies into the parapet flashing. Creative design solutions. JYW paid particular attention to designing the project for long-term success. Since much of the building has foot traffic—including playgrounds— immediately adjacent, we focused on creating a belt of damage -resistant material around the base of the building. A robust, but replaceable, phenolic panel wainscot was installed below the siding. The wainscot has exposed fasteners to allow for easy removal and replacement if the thick panels somehow become damaged. The height of the wainscot was designed to be Y2 the height of a standard panel to minimize waste and lower material costs. Avery robust bottom metal flashing was installed to deflect snow shovels or other mechanical damage and offer an additional layer of protection. Phased construction drawings developed to work with KIB funding and available on -island construction workforce. The project was broken into several phases with the metal siding on the taller gym replaced first. Care was taken to develop details which would easily allow the next -phase beveled siding to attach easily at the corner between the gym and the rest of the building to eliminate any removal of the new metal flashings and trim. The building was also detailed to anticipate a future -phase roof replacement project so as to not require extensive demolition at the top of the walls and along the parapets. Attention and detailed record-keeping during construction. JYW writes all material specifications to allow "or -equal" substitutions to provide lower-cost projects and competitive bidding. However, in this project, the contractor submitted a window which, although meeting all specification requirements, had some manufacturing delays resulting in procurement and storage issues. JYW meticulously monitored the situation, working with KIB to keep detailed records of the required standards and warranty information. By creating a regular schedule JENSEN YORBA WALL INC. Attachment B Page 6 of 26 of meetings, the contractor was kept on -track even as the schedule needed to be modified. Beautiful and functional final product. JYW understands the importance of publicly -owned buildings, such as schools, to the community of Kodiak. Although we take pride in making our designs cost-effective, we also want the final project to instill community pride. The North Star project, with the multi -colored metal siding on various volumes of the gym, panel wainscot around the base, and modern beveled siding is an attractive, updated building which should provide years of low -maintenance service. The new blues of the siding and metal flashings, evoke the older bright royal blues of the 1990's project while considerably updating the building's appearance. References: Dave Conrad, Director KIB Engineering & Facilities Dept. 907.486.9340 Patricia Valerio, Projects Assistant, KIB Engineering & Facilities Dept. 907.486.9341 KODIAK ISLAND BOROUGH BUILDING Our many past projects in this building give us a solid basis of understanding for future work here—including the anticipated building -wide abatement project from the RFP. The boiler replacement, in particular, shows our team's ability for mechanical and electrical projects such as the Village Schools Mechanical Upgrades. Very extensive experience with the Borough Building. The JYW team has worked throughout the KIB Borough Building on many projects. Prior to the 2018 Term Contract, we developed base sheets, space planning data, roofing improvements and research on ACM containing materials inside and outside the building. Working with KODIAK ISLAND BOROUGH TERM CONTRACT Page 35 of 55 2 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE team civil engineers PND we developed new parking solutions as a phase of the KHS Renovation. We also designed and completed a roof replacement of the building, increasing insulation values to maximum life cycle cost effectiveness based on analysis by team member and energy engineer Jim Rehfeldt. Recent mechanical information and expertise. The JYW team, including electrical and mechanical engineers from RSA Engineering, designed the comprehensive boiler and generator replacement project just now approaching completion in the building. Ourteam investigated several different approaches, finally recommending a system with both oil -fired and electrical boilers to allow flexibility regardless of what happens with future utility prices on the island. Our team developed a deeper understanding of local contractor capabilities and limitations which will be helpful in designing future projects. The project included replacement of the boilers at the nearby Maintenance Building through the 95% level of design, giving us very good base drawings for if, and when, replacement of the equipment at that building proceeds. Current abatement information and expertise. The boiler replacement project including comprehensive abatement inside the boiler and fan rooms, along with an approach for working in the contaminated crawlspace. JYW team members developed a great deal of information and tests throughout the building which will provide a jump-start to future abatement work here. BIHA INDIAN RIVER HOUSING This new project in Sitka shows the design team's ability to tackle large and complex building projects of all types. The project required all disciplines including geotechnical investigation and civil engineering design, full mechanical and electrical design work, architectural design and project management, interior finish selection, and landscape architecture. Site design, including parking and access, are particularly relevant to the potential East Elementary Parking Lot Replacement project in the KIB RFP. Long-standing design team relationships. Concurrent with the Kodiak Term Contract work, JYW has been working with the same team of engineers on other complex projects around the state. We were selected by the Baranof Indian Housing Authority (BIHA) to design the final phase of the Indian River Housing development though a JENSEN YORBA WALL INC. A Attachment B Page 7 of 26 competitive selection process in 2021. Our Design Team for this work is the same as suggested for the KIB work, including PND for civil and structural engineering, and RSA for mechanical and electrical work. Collaborative and creative option development. BIHA set the goal of maximizing housing units in the 4th and final phase of this low-income housing project but looked to JYW to develop design options. The site was challenging since it was a small tail of property located at the rear of the previous phases and was surrounded by adjacent existing single-family homes and a conservation easement. JYW developed many sketch options with different sized buildings in different locations until the final option of two 4-plexes was selected. Cost-effective sitework design. The topography of the site was complex with a deep drainage Swale cutting through the site on the south side and existing housing on a rockery slope to the north. The new driveway needed to connect to the existing elevations of the access road. The city - required parking and fire -truck access also needed to be provided within the small site while maximizing natural and landscaped areas around the new buildings. JYW and the civil engineers at PND worked collaboratively to site the buildings, driveway, and parking areas to minimize costly sitework while providing low -slope roads and at - grade, accessible parking. References: Cliff Richter, Exec. Director, Baranof Island Housing Authority, 907.531.2926 Lucas Goaddard, Project Manager, Baranof Island Housing Authority, 907.723.6811 KODIAK ISLAND BOROUGH TERM CONTRACT Page 36 of 55 3 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE A.2. Description of your experience with projects involving various disciplines, i.e. mechanical/ electrical, civil, energy improvements, building envelope, roofing, interior renovations etc. L_ JYW is a full-service architectural firm that supplies design and project management services for the region's largest and most complex construction projects. Our portfolio consists of both large all-new projects with a full range of design from our mechanical, electrical, structural, civil and other engineering partners to specialized smaller - scale renovation projects. We typically are hired as the Prime Consultant, meaning that in addition to providing the architectural design work, we manage and oversee the Design Team. As the Prime Consultant, JYW takes the ultimate responsibility for the overall project success, including keeping the project on -schedule and on -budget. Our Design Team consists of the leading engineering firms in Alaska, each of which specializes in a particular component of design work. Specifics for some of these firms include: MECHANICAL/ ELECTRICAL As with the current Term Contract, we propose RSA Engineering for both electrical and mechanical engineering. Keeping these two disciplines within the same firm 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 to simplify coordination between these two complex engineering disciplines. It also simplifies and streamlines the team, which results in reduced fees to KIB. After teaming together for over 35 years with RSA, we know that their approach is compatible with our own and serves the best interests of KIB. RSA assigns a senior person (normally a principal or officer in the corporation) to all projects large or small, as Project Lead Engineer. Project Leaders work directly with staff architects or engineers. As shown in the attached bios, the Project Leader proposed each have many years' experience working with KIB and are well-acquainted with local condition. JENSEN YORBA WALL INC. Attachment B Page 8 of 26 In addition to the recent KIB projects such as the Borough Building Mechanical Upgrade and KFRC Fume Hood Replacement, JYW has been working with RSA on projects such as the Hollis K-12 School Replacement Project. This all-new 4 -room school building on Prince of Wales Island required a great deal of architectural and engineering coordination given the remote location and roof -based water catchment system. CIVIL/STRUCTURAL We have worked almost exclusively with PND for civil and structural engineering services on all our recent projects—including those for KIB—for many years. PND brings the talents of multiple firms together while maintaining a reasonable overhead and fee structure. Because of the broad range of skills, they have provided civil and structural engineering services for KIB projects over virtually the entire structural engineering spectrum: geotechnical reports (most recently PKIMC retaining wall improvements), hydro and bathymetric surveys; design of fixed in -water and floating 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. They also adhere to a strict professional work ethic, remain constantly dedicated to service and to providing value to the Borough. Recently, Corey has been working with Sean and Brian on the BIHA Indian River Housing project. This project went from geotechnical exploration with excavators on the undeveloped site, through to structural design based on the resulting geotechnical report. Keeping both civil and structural engineering in the same firm reduces potential conflicts and eases coordination. ENERGY IMPROVEMENTS 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 KODIAK ISLAND BOROUGH TERM CONTRACT Page 37 of 55 4 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE assemblies, providing the greatest payback, efficiency and savings in terms of oil and electrical energy reductions. Lighting, heating, ventilation and architectural envelope assemblies will all profit from his input. He is an expert at recommending and designing leading- edge 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 ensuring that the final mechanical and control systems work as designed. BUILDING ENVELOPE AND ROOFING JYW is the oldest continually -operating architectural firm in Alaska, specializing in projects in the arc of maritime coastal regions from Ketchikan to Unalaska. Over our many years living and designing in coastal Alaska, JYW architects have developed a keen understanding of what works and what does not. Through experience we have learned, for instance, that roof ventilation strategies that are adequate elsewhere are insufficient here. Condensation can occur where you least expect it. Water flows uphill in wall assemblies in coastal Alaska. And, we have seen, time and time again, new materials and strategies not working as intended in our harsh environment. As a result, although we are constantly evaluating developments in building science and construction technologies, we are very conservative with materials and installation methods. We regularly participate in continuing education on these subjects, including a recent trip to the factory that creates PVC and EPDM roofing membranes. Our firm was an early adopter of induction welded membrane roof assemblies and incorporates them when the conditions are warranted, such as the recently - completed Peterson Roof Replacement project. Working with progressive suppliers and manufacturers, we have 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 our success on Kodiak and elsewhere, is our willingness to listen to the experiences and ideas of others who live in and work in this environment as well. We listen intently to the ideas and opinions of roofers, window, door and siding installers and others in the trades. And, the input of the JENSEN YORBA WALL INC. Attachment B Page 9 of 26 Kodiak ARB members has been invaluable in pointing out unanticipated results of a wayward flashing or other element that could be the difference between the success or failure of particular detail. INTERIOR RENOVATIONS JYW provides interior architecture, space planning, material and color selection, as well as technical subjects such as ADA compliance. Although recent projects under the KIB Term Contract have not required much interior design, we can provide full services, from selecting underlayment and surface preparation for finish material overlays through to finish material selection to and furniture and equipment procurement. We regularly work with commercial kitchen designers, door hardware consultants and other interiors firms as required by specialized issues that can arise for each project. We have a wide network of top notch material suppliers, including floor and wall finishes, casework, equipment and furnishings consultants that ensure JYW projects reflect current product trends and technology. For complex interior renovation projects, we develop a series of 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. NEW CONSTRUCTION Although most of our recent work for KIB has been renovation and refit projects, JYW has a large portfolio of new construction projects on either green- or Brown- field sites. For example, while working on the KIB term contract work, Corey's other recent projects have included the 11,000 sf Hollis K-12 School Replacement, the 8,000 sf BIHA Indian River Housing project in Sitka, and the 13,700 Alaska Seaplanes Terminal in Juneau. New construction projects typically require full design coordination of all engineering disciplines. Additionally, they also often require a robust initial conceptual phase where design options are fully explored in a sketch stage before significant money is spent on engineering work. KODIAK ISLAND BOROUGH TERM CONTRACT Page 38 of 55 5 Attachment B Contract FY 2025-29 Page 10 of 26 A. FIRM QUALIFICATIONS & EXPERIENCE JYW is very adept at leading clients and managing complex ARB Coordination: We welcome the opportunity projects through all stages of design. to interact with the Architectural Review Board. We OTHER DISCIPLINES AND METHODOLOGY One of the reasons we particularly enjoy working with KIB on their Term Contracts is the surprising range of projects that can occur—each with their own interesting design challenges and solutions. We regularly reach out for special expertise, even to other architects if it's in the best interest of our clients. We have long-standing relationships with commercial kitchen designers, acousticians and sound equipment consultants, and other special consultants. We normally reach out to local Kodiak surveyors, excavators and drillers for soils tests, and other local expertise. In the past KIB term agreement, we utilized all of these and more, even turning over a project at KFRC to a specialist in waste- water permitting and filtration design. 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 Prime Consultants, we see one of our basic services as Project Manager to ensure that the correct expertise is provided for any project need which arises. 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. JENSEN YORBA WALL INC. 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, incorporating their input into the work. Use of Existing Information: We utilize, to greatest extent we can, existing information. Over the many years of working with KIB, JYW has very comprehensive records of existing KIB facilities, including new CAD and Revit models of many. JYW 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 developed for the majority of projects listed in this RFP, including the Borough Building, Bayside Fire Station and others. The JYW staff can jump into any of these projects seamlessly and efficiently. Bayside Fire Station Exterior Upgrade KODIAK ISLAND BOROUGH TERM CONTRACT Page 39 of 55 6 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE A.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 Although we have extensive experience with new construction as described in the previous section, most of JYW's larger recent projects have been renovations. With few exceptions, our larger renovation projects take place in partially- or even fully -occupied buildings. Recent relevant projects include: • Ketchikan Airport Remodel & Roof Renovation: $4M project, including all new ventilation mechanical equipment, new ceilings and lighting, and new roof. Project constructed while airport was fully -operational • SHI Native Science Center Renovation, Juneau: $5.7M project, including exterior upgrade and comprehensive renovation of lower two floors of a 4 -story building. Upper floor fully occupied by office staff while building was under renovation. • KIBSD Peterson Elementary School Roof Replacement. $2.5M roof replacement during summer while building was occupied by staff. • KIB Borough Building Mechanical Upgrade. $963k boiler and generator replacement project during summer while building was fully occupied. SCHEDULE / PHASING In all our renovation projects, the scope of work to be accomplished is carefully identified and a proposed construction schedule is developed at the conceptual stage of design 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. Ideally, of course, construction takes place when the building is not occupied to minimize conflicts and maximize safety. For school projects, we try to schedule JENSEN YORBA WALL INC. Attachment B Page 11 of 26 bidding such that contracts can be finalized and materials purchased and stockpiled well ahead of time to allow for a construction start immediately after the school year ends. We also try to limit the scope of school projects such that they can be finished during a normal summer and don't drag into the fall. When construction must occur while buildings are occupied, we attempt to phase the project such that work occurs over or adjacent to unoccupied portions of the building. Often we construct temporary partitions to separate construction zones with sound- and dust -resistant walls and doors. In coordination with the stakeholders, we develop site plans which limit contractor parking and staging away from public entrances and high -use areas. As with the recent PKIMC Master Planning, we attempt to identify when facilities will not be occupiable during major renovations. We then work with the stakeholders to incorporate the costs of temporary facility rental and renovation into the anticipated project costs from the outset. RISK MANAGEMENT In coordination with KIB, JYW has developed front-end design specifications for Kodiak projects which carefully delineate procedures for contractors to follow when renovating occupied facilities. Hours of operation, noise - limitations, limits to use of occupied facilities, and other standards worker must follow to mitigate risk to building occupants are clearly laid out in the specifications. Whenever a new issue or problem is encountered, we modify our specifications to help eliminate challenges on future projects. 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 the Owner's 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. KODIAK ISLAND BOROUGH TERM CONTRACT Page 40 of 55 7 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE The next step is to achieve buy -in by the building occupants. They must be clearly informed of the work to take place, what disruptions are unavoidable and what measures will be taken to mitigate them. Most people, once they understand and believe in the benefits of the project, are willing to put up with some disruption. 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. CHALLENGES Renovation projects are complex and constructing a project of significant scope while a building is occupied can be daunting. We have found that comprehensive and thorough phasing plans both help organize the contractor and minimize conflicts. Accurate and complete construction documents down to the detail level also help eliminate unforeseen problems and delays. At times, buy -in of occupants is difficult to achieve, but we have found establishing goals and priorities of all users can alleviate this challenge. Confirming priorities in a collaborative setting with the Design Team offering advice and information while project management and ownership guide the process has proven to be the most successful. We utilize a number of strategies to assist stakeholders to achieve consensus. From holding public information sessions, to targeted meetings with stakeholders or elders—we have found that person-to-person communication is best. Once occupants are convinced of the benefits of a project, the discussion then becomes how to work together. Challenges often will surface during construction. For instance, on a past roof project the contractor did not realize that a louver was an intake vent, not an exhaust. The louver opened while the contractor was applying solvent -based adhesive and spread the fumes throughout the building. The take -away from that experience was to hold an in-depth pre -construction conference prior to the start of any trade; roofing, painting, welding, floor installation, demolition etc, and to discuss potential impacts to indoor air quality during regular project meetings. JENSEN YORBA WALL INC. Attachment B Page 12 of 26 AA 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 We have considered ourselves very fortunate to have been KIB's design partner for the past several Term Contracts. Our experience with KIB extends back many years and many, many projects. We hope that you consider this partnership to have been as beneficial for you as it has been for us. The following are a few unique qualifications provided by JYW's team: GENERAL 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 through term agreement projects that range from UST removal, to school re -roofing projects, to creation of the High School Auxiliary Gymnasium. 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 our knowledge we have never had a claim on term agreement work in Kodiak. • We are always available to jump on emergency or priority projects for KIB. For example, when there was a concern about the structural integrity of Main Roof, we had a structural engineer on-site to evaluate within a day of hearing about the issue. KODIAK EXPERIENCE We have experience in almost all the buildings listed as part of the RFP. For most of the buildings, such as the Borough Building and Bayside Fire Station, we have already base drawings completed and would be ready to start initial concept work without an additional site visit. That knowledge has great value to the Borough. We have a proven track record of success in Kodiak with 25 projects completed or underway with the current KIB Term Contract alone. Many anticipated future projects are additional phases to these projects. KODIAK ISLAND BOROUGH TERM CONTRACT Page 41 of 55 8 Contract FY 2025-29 A. FIRM QUALIFICATIONS & EXPERIENCE 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 long experience with DEED (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. • We have a thorough understanding of KIB procurement regulations, the role of the Borough Assembly in making final approvals, and other KIB procedures. We have a proven record of working with local building officials and an understanding of what they expect in design documents and code studies. FEES 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 negotiate fairly and openly and are committed to providing you the best value for your design money. 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 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. JENSEN YORBA WALL INC. DESIGN & DOCUMENTATION Attachment B Page 13 of 26 We are constantly updating our material selection and construction approaches to provide the best long-term, cost-effective solutions to Kodiak building projects. Adding phenolic panel wainscot to the North Star Elementary siding and limiting thermal loss by eliminating layer of metal roof fasteners at Peterson Elementary are just a few recent examples. We have developed strong Division 0 and 1 specifications custom-tailored for Kodiak projects, including bidding procedures. There have been no challenges or bid protests for any projects under the current Term Agreement. PROJECT MANAGEMENT We have a proven record of management of our Design Team, with key members working together on nearly all recent projects. 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. We have a proven record of Construction Administration phase services. Dan Fabrello 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 KIB management. 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 TERM CONTRACT Page 42 of 55 9 Attachment B Contract FY 2025-29 Page 14 of 26mm B. PROPOSED PROJECT TEA1 I 'W1 13.1,2. Description of the professional qualifications and experiences of the proposed project team, including proposed consultants. Demonstrate expertise in working as a team on recent projects. PROFESSIONAL QUALIFICATIONS AND EXPERIENCES To provide the services required over the life of the Term Contract, Jensen Yorba Wall has assembled a Design Team with a variety of expertise. With one exception, the Team is the same as has been working with you on the previous several KIB and PKIMC Term Contracts, and offers an unmatchable wealth of local experience. The same Team has worked together on many other projects outside of Koidak, including the recently -completed Hollis K-12 School Replacement project on Prince of Wales Island and the Baranof Island Housing Authority Indian River Housing project currently under construction in Sitka. The one new Team member proposed for this Term Contract is Environmental Management, Inc. Although not part of the previous Term Contract team, EMI has recent experience in Kodiak and is currently working with JYW on the KIB Mental Health Apartment Renovation Concepts. As our past experience with you has demonstrated, we are committed to providing the services required by KIB. We are flexible and willing to add additional Team members as required should different needs arise over the life of the Term Contract. JENSEN YORBA WALL, INC. JYW will provide all architectural and project management services as the Prime Consultant and direct contracting agency with KIB. We have experienced personnel in all relevant fields of Alaskan architectural practice, including conceptual work (programming, space planning); initial project development (scoping & scheduling, project budgeting, project advocacy, public presentations); full architectural design (envelope/roofing evaluation and design, construction drawing and detailing); interior design (finishes selection, FIFE procurement); specification writing (project -specific product selection and specification, KIB-standard Division 0 and 1 documents); project management (QA/QC, inter -disciplinary JENSEN YORBA WALL INC. coordination); and construction administration services (bidding, construction management, record-keeping, and closeout services including coordination of commissioning and warranty inspections and follow up). JYW presently includes three professional architects, a professional construction administrator and other project design/production staff. JYW is the most recent iteration of a partnership that started in Juneau in 1935, and is the oldest operating architectural firm in Alaska. Corey Wall, AIA Vice President, Jensen Yorba Wall, Inc. Role: Contract Manager, Project Manager, P.I.0 Professional Qualifications: Corey will serve as Project Manager and Principal -in -Charge to oversee the Contract and day-to-day Design Team management to assure cross discipline coordination. Corey will work closely with KIB and Design Team members to monitor quality control, schedule delivery and budget requirements are met throughout the project. Corey has 25+ years of experience in institutional and commercial architecture throughout Alaska. Corey has particular expertise working with educational and occupied facilities undergoing renovation/expansion, working as Project Manager and Project Architect for all phases of recent large and complex projects. He is comfortable organizing and managing large groups of technical consultants to ensure well -coordinated projects are delivered on-time and on -budget. Relevant Project Experience: Corey has been the primary architect and project manager for the KIB Term Contract and PKIMC Term Contract since these projects were most recently awarded in 2018. He has worked with the Borough on all recent successful projects, including: Peterson Roof Replacement, North Star Elementary Exterior Upgrade, Kodiak High School Auxiliary Gym Renovation, and many others. Concurrent recent work includes: Rainforest Recovery Center Addition, Juneau (project adding a detox wing to an occupied medical facility), Ketchikan Airport Remodel (complex renovation while occupied), Hollis K-12 School Replacement (remote educational building), and the Alaska Seaplanes Terminal at the Juneau International Airport (addition to an operational facility). Education: B.A, St. Olaf, M.Arch., Univ. British Columbia Registration: A-12834, Alaska Reference: Cliff Richter, Exec. Director, BIHA, 907.531.2926 KODIAK ISLAND BOROUGH TERM CONTRACT Page 43 of 55 10 Attachment B Contract FY 2025-29 Page 15 of 26 B. PROPOSED PROJECT TEAM Antonio (Tony) Yorba Role: Reference Resource, QA Professional Qualifications: With over 35 years' experience on Alaskan projects; many of them spent focusing on projects in Kodiak, Tony provides a keen understanding of the specific procedures of KIB and a deep historical knowledge of local buildings and procedures. Although partially retired, Tony is an invaluable resource for design work in Kodiak. Relevant Project Experience: Tony was the primary architect and project manager for the KIB Term Contract prior to 2018. He worked with the Borough on many successful projects, including: the Kodiak High School, Borough Building Roof and Renovation Concepts, and many others. Education: B.S., Architecture, Cal Poly University Registration: A-7597, Alaska Reference: Matt Gandel, Davis Constructors, 907.942.5599 Armando DeGuzman, AIA Associate Role: Project Designer, Production Lead Professional Qualifications: Armando will assist the team with design and construction documents utilizing his experience with similar projects throughout Alaska. He has extensive knowledge of building exterior envelope replacements, roof replacements and mechanical upgrades. With almost 20 years of experience, Armando draws from his wide variety of experiences in commercial, private, and state and local government design. As the Project Architect for a variety of building types, he has been involved in initial phases of site selection, zoning and planning through schematic design, construction documentation and construction administration. Relevant Project Experience: Armando was the lead designer for the multiple School Underground Storage Tank Removal Projects throughout the Kodiak Island Borough. Armando was also production lead on the Kodiak Bayside Fire Station Apparatus Bay Addition project—a detached pre-engineered metal building which includes a mezzanine level, office space and mechanical spaces. He assisted with the public review process, including approvals from the Bayside Fire Service Board and the Architectural Review Board at each phase. Education: B.A. Architecture, U.C. Berkeley Registration: Associate Member, AIA Reference: Steve Tada, Project Manager, CBJ 907.957.5487 JENSEN YORBA WALL INC. Dan Fabrello Partner, Jensen Yorba Wall, Inc. Role: Construction Administrator Professional Qualifications: Dan will serve as construction administrator for the term projects. He will oversee all aspects of construction including submittals project meetings, observations and inspections, contractor RFPs, Change Orders, and progress payment review. He performs the tasks personally or assigns them to others in the firm, monitoring progress so that schedules and deadlines are maintained. 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 administrator, and experienced on site observer with extensive experience in occupied building renovations similar to these anticipated projects. Relevant Project Experience: Dan typically takes the lead in Construction Administration for all larger projects in the JYW office. Recent projects include the Kodiak High School Renovation and Addition, Kodiak High School Auxillary Gym, Peterson Roof Replacement, and many others. Education: Associate Applied Science, Construction Technology, UAS Registration: Construction Specifications Institute, Member Reference: Lucas Goaddard, Project Manager, Baranof Island Housing Authority, 907.723.6811 PND ENGINEERS, INC PND will provide civil & structural analysis and design for vertical and horizontal construction; utilities and transportation design; geotechnical analysis and design for on shore and off shore structures; design of marine structure and improvements; hydrological studies; environmental evaluations 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 KODIAK ISLAND BOROUGH TERM CONTRACT Page 44 of 55 11 Contract FY 2025-29 B. PROPOSED PROJECT TEAM eighteen local residents, including seven registered professional engineers and provides service to clients throughout Southeast and Coastal Alaska, and has worked with JYW continuously forthe last 30 years. Each PND office provides support to the others depending on the specific professional and scheduling needs for a project. Brian Nielsen, PE, SE Principal Engineer, PND Engineers, Inc. Role: Lead Structural Engineer Professional Qualifications: Brian Nielsen is a licensed structural and civil engineer with 20 years of structural engineering experience specializing in building design. During his time at PND, he has worked on various structural engineering projects, including new building construction, additions, and seismic retrofits. His background includes inspection and assessment of existing buildings and design of structural and light -gage steel framing, timber, masonry, and concrete structures. His experience ranges from tenant improvements to schools to high-rise buildings, including specific experience in rural Alaska communities. He has experience with contract and construction administration, bidding assistance, and onsite inspection. Relevant Project Experience: Brian has extensive experience as a Lead Structural Engineer on several significant school renovation and seismic improvement projects in Kodiak. He played a crucial role in the design of a four-story classroom tower and music room addition for Kodiak High School, ensuring it could withstand one of the highest seismic loads in the U.S. His work also included extensive retrofitting of the existing gymnasium and common areas. Additionally, he inspected and designed seismic upgrades for both Kodiak Middle School and Peterson Elementary School, focusing on enhancing their lateral load -resisting systems. At Ouzinkie School, he contributed to the gymnasium addition and performed thorough assessments of existing conditions, showcasing his expertise in addressing the unique structural challenges presented by aging timber -framed buildings in a seismically active region. He also has recent experience as the structural engineer of record for several small projects in Kodiak including the Kodiak Baler Building Slab Overlay, roof replacement projects at North Star Elementary School, Peterson Elementary School, and Main Elementary School, as well as the current roof overbuild project at East Elementary School. Education: BS, MS, Civil Engineering, Colorado State Univ. Registration: AK -PE -13703 I AK -SE -11900, Alaska Reference: Jeann Rynne, City Architect, CBJ, 907.586.0800 JENSEN YORBA WALL INC. _ Sean Sjostedt, PE Vice President, PND Engineers Inc Role: Civil Engineer Attachment B Page 16 of 26 Professional Qualifications: Sean Sjostedt has over 13 years of engineering experience in Alaska, specializing in civil and geotechnical engineering. His experience includes site/civil planning and layout, surface drainage, subsurface utility design, and grading plans. His geotechnical experience includes planning and implementing investigations of varying complexity and magnitudes, deep and shallow foundation design, and slope stability and settlement analysis. He regularly supports a wide range of projects including buildings, parking lots, parks, roads, subsurface utilities, and waterfront/marine infrastructure for public and private clients across Alaska. Relevant Project Experience: Sean has significant contributions to various recent projects in Kodiak with JYW. He was the lead civil/geotechnical engineer and project manager for the Peterson Elementary and Kodiak Middle School Site Paving projects. Sean provided geotechnical investigation/reporting services and rehabilitation recommendations for the Kodiak Health Center Retaining Wall Replacement project. As part of the Kodiak High School Renovation project, Sean performed supplemental test pit investigation services for a parking area expansion adjacent to Mill Bay Road. His other recent relevant experience includes civil condition assessments of three schools for the City and Borough of Wrangell, civil condition assessments of over 30 healthcare and support buildings for Southeast Alaska Regional Health Consortium, and civil/geotechnical engineering for the new 235,000 square -foot Mt. Edgecumbe Medical Center in Sitka. Education: BS, Civil Engineering, University of Idaho Registration: AK -PE -102428, Alaska Reference: Matt Gandel, Davis Constructors, 907.942.5599 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 building 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. KODIAK ISLAND BOROUGH TERM CONTRACT Page 45 of 55 12 Contract FY 2025-29 B. PROPOSED PROJECT TEAM 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 JYW 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. Principal, RSA Engineering, Inc. Role: Lead Mechanical Engineer Professional Qualifications: Brian Pekar, P.E., brings 24 years of expertise in construction and mechanical design, with 17 years at RSA. A lifelong Alaskan, Brian began his career as a contractor in Anchorage, specializing in the installation of building controls and mechanical systems. At RSA, he has been the lead mechanical engineer for projects throughout the State of Alaska including term contract work for Kodiak Island Borough, Anchorage School District and Lower Kuskokwim School District. Brian oversees project teams, provides technical guidance, and offers mentorship to junior engineers, ensuring high- quality project execution. His comprehensive mechanical engineering knowledge spans system conception, design analysis, equipment selection and sizing, code compliance, construction administration, and preparation of technical specifications. Relevant Project Experience: Brian has extensive experience managing renovation and addition projects like the scope of the proposed Kodiak Island Borough Term Contract. He has led mechanical design and construction administration efforts for projects such as the Peterson Elementary Boiler and Controls Replacement, the Kodiak Middle School Boiler Upgrades, and the Kodiak Borough Building Mechanical Renovations. His expertise also extends to rural school projects, demonstrated by his work on the Joann A. Alexie Memorial School and Auntie Mary Nicoli Elementary School Replacements. Brian has experience working on projects on Kodiak Island outside of the KIB Term contract that include Nuniaq Community Center & Tsunami Shelter, Kana Marketplace, and the City of Kodiak Fire Station. Brian's responsibilities on these projects have included system design for HVAC, plumbing, and fire protection, as well as managing construction JENSEN YORBA WALL INC. Attachment B Page 17 of 26 administration tasks like project inspections, coordination with contractors, and troubleshooting mechanical systems. His proven ability to deliver efficient solutions tailored to the unique needs of Alaskan communities makes him well- prepared to support the upcoming work for the Kodiak Island Borough. Education: BS, Mechanical Engineering, UAF Registration: ME -11249, Alaska Reference: Greg Zadina, Kodiak Area Native Association, 907.486.9820 Ralph DeStefano, P.E. Associate Principal, RSA Engineering, Inc. Role: Project Mechanical Engineer Professional Qualifications: Ralph brings 36 years of experience in mechanical consulting, specializing in projects across Alaska, including schools, universities, and coastal facilities. He manages all phases of mechanical projects, from predesign meetings to construction administration. His expertise includes performing heat loss calculations, sizing and laying out piping, troubleshooting HVAC systems, system balancing, project inspections, and delivering comprehensive engineering services. He is proficient in planning, design, specification writing, construction administration, and troubleshooting. Relevant Project Experience: Ralph has led numerous term contract projects, including long-standing work with the Municipality of Anchorage (MOA) and the University of Alaska Fairbanks (UAF). His MOA projects span HVAC and ventilation upgrades, while his UAF work includes mechanical infrastructure improvements and building condition surveys at the Nome campus. Ralph brings has extensive experience with school projects, such as the Lower Kuskokwim School District's Eek K-12 School Renovation, where he redesigned HVAC, plumbing, and control systems for both new and renovated spaces. Ralph's broad expertise ensures tailored mechanical solutions that perform reliably in Alaska's unique environments. In Kodiak, Ralph managed electrification upgrades for the KANA Main Clinic, replacing the fuel oil boilers with electrical boilers and an air source heat pump system. Other Kodiak projects include HVAC upgrades to the KANA Mill Bay Clinic and the KANA Behavioral Health Building. Education: BS, Mechanical Engineering, UAF; MBA, UAA Registration: ME -8973, Alaska Reference: Matt Peterkin, Project Manager, Frawner Corporation, 907.561.4044 KODIAK ISLAND BOROUGH TERM CONTRACT Page 46 of 55 13 Attachment B Contract FY 2025-29 Page 18 of 26 B. PROPOSED PROJECT TEAM Jeremy Maxie, P.E., LC, RCDD Principal RSA Engineering, Inc. Role: Lead Electrical Engineer Professional Qualifications: Jeremy has been with RSA for 14 years, starting as an intern while completing his electrical engineering degree and now serving as a licensed electrical engineer. Over the years, he has developed a deep understanding of the electrical design process, managing every phase from initial concept to construction administration. Jeremy's responsibilities include site visits, system layout, equipment selection, code compliance, and technical specification development. His expertise extends to specialized electrical systems, such as fire alarms, security, video surveillance, and access control systems. He has held leadership roles within the Illuminating Engineering Society (IES), serving as past president of the Anchorage section and continuing to sit on the IES Board of Directors, while also actively participating in the Association for Learning Environments (A4LE) Alaska Board. Relevant Project Experience: Jeremy's experience aligns closely with the needs of the Kodiak Island Borough Term Contract, especially for renovation and addition projects requiring complex electrical upgrades. His work in Kodiak includes the electrical design for new boilers at the Kodiak Middle School, High School and the Fishery Research Center, which involved new electric service coordination, relocating equipment, and replacing oil -fired systems with electric boilers. At the KANA Marketplace, Jeremy led the electrical design for the core and shell improvements of the 63,000 SF building, including power, lighting, telecommunications, and fire alarm updates. Additionally, he provided electrical condition surveys at the Providence Kodiak Island Medical Center, evaluating compliance and system integrity for power distribution, emergency power, lighting, and communication systems. Jeremy also supported the Chiniak Tsunami Center and Library Replacement by delivering electrical design services for the new facility, and did the electrical design for the Nuniaq Community Center in Old Harbor. His extensive experience with public facilities and remote schools throughout the state positions him to successfully manage electrical upgrades for the upcoming village school projects under the Kodiak Island Borough Term Contract. Registration: EE -113847, Alaska Education: BS, Electrical Engineering, UAA, 2012 Reference: Kim Sweet, Lower Kuskokwim School District, 907.543.4971 JENSEN YORBA WALL INC. HMS, INC. HMS Inc. is an independent cost consulting firm specializing in the preparation of construction cost estimates at all phases of design. Since 1980, HMS Inc. has been providing Alaskan owners and industry professionals with detailed, objective information that represents the scope and complexity of the project, with a quality that is unequaled. HMS has performed all of the recent cost estimation work for JYW under the current Term Contract and is very familar with Kodiak's unique market conditions. Rob Brown Role: Chief Cost Estimator Professional Qualifications: Rob has been an estimator at HMS since 2019 and is an integral part of their team. Mr. Brown is experienced in all disciplines of construction having worked in the industry since 2011. He has worked on new projects and renovations/remodels all over the state of Alaska and Lower 48. As a Senior Estimator at HMS Inc., Mr. Brown ensures that clients and owners have a realistic budget and the use of their funds is maximized for each project. His expertise involves performing quantity take -offs in all disciplines across a wide variety of building and project types, obtaining current pricing from vendors locally, nationally, and internationally to meet project specifications, communicating with clients and owners to ensure understanding of their intent and the scope of work, and development of accurate cost estimates. Relevant Project Experience: Kodiak Island Borough North Star Elementary School Re -Roof, Peterson Elementary School Re -Roof, Klawock and Craig Early Education Facilities, and Kodiak Island Borough Building Boiler Replacement. Rob also worked with JYW to develop the conceptual construction costs for the Providence Kodiak Island Medical Center Master Plan Options. Reference: Wayne Norlund, AK State DEED, 907.465.2887 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, commissioning, building energy monitoring and conceptual design services for a wide variety of projects throughout Alaska. KODIAK ISLAND BOROUGH TERM CONTRACT Page 47 of 55 14 Contract FY 2025-29 B. PROPOSED PROJECT TEAM Jim Rehfeldt, PE Principal, Alaska Energy Engineering, LLC Role: Energy Engineer Professional Qualifications: Jim is a mechanical and energy engineer with over 35 years of Alaska -based experience. He performs the following collaborative services that provide an integrated understanding of systems and energy use: • Energy Analysis: 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. • 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 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. Relevant Project Experience: Integrated Science Building, University of Alaska Southeast, Juneau. Provided a building optimization analysis which utilized and energy and life cycle cost analysis to determine the optimal enclosure and HVAC systems. The enclosure optimization evaluated walls, glazing and floor assemblies. The HVAC analysis included exhaust air and ventilation heat recovery, seawater and air source heat pumps. Closeout services included enclosure commissioning including an air- tightness test and HVAC commissioning. Education: BS, Mechanical Engineering; Masters, Architectural Engineering, University of Wisconsin Madison Registration: ME -8987, Alaska; Certified Energy Manager, CEM -16781 Reference: Kristin Reynolds, University of Alaska Southeast 907.796.6028 JENSEN YORBA WALL INC. Attachment B Page 19 of 26 ENVIRONMENTAL MANAGEMENT, INC. EMI is an Alaska -based rapid response environmental engineering, consulting, health and safety, and training firm in business since 1988. EMI has a wide range of successful project experiences with environmental assessments and remediation, including release investigations, contaminated site characterizations, and groundwater monitoring, plus experience with resource management, regulatory compliance, rural mobilization, and client and local stakeholder communication. Our team consists of highly -qualified scientists, geologists, engineers, and health and safety specialists. Glenn Hapsburgh PE Operations Manager/Qualified Environmental Profess. Role: Environmental Engineer Professional Qualifications: Glenn Hasburgh has over 17 years of experience in environmental consulting. Currently, he serves as EMI's Operations Manager, overseeing all aspects of the Environmental Consulting Department and managing various projects. His expertise encompasses contaminated site investigations and remediations, underground storage tank (UST) decommissioning, hazardous building materials surveys, and industrial hygiene services. Glenn has extensive experience sampling a variety of media, including asbestoscontaining building materials (ACBM), lead-based paint (LBP), polychlorinated biphenyls (PCBs), groundwater, surface water, and soil. Relevant Project Experience: KIB HMS and Phase 1/11 ESA. EMI performed a Hazardous Materials Survey (HMS) and ASTM Phase I and Limited Phase II Environmental Site Assessments (ESAs) of three buildings located on the Kodiak Island Borough (KIB) Mental Health site. The HMS required a visual assessment of the buildings for asbestos -containing material (ACM), bulk sampling of suspected ACM, testing of representative painted surfaces for lead-based paint (LBP), bulk soil sampling for lead in soil analysis, and documentation of any other regulated building material. The Phase I ESA included a comprehensive review of records, historical land use and permits, interviews, and a review of historical maps and photography to determine potential recognized environmental conditions (RECs). The Limited Phase II ESA confirmed the presence/absence of an old unregulated underground storage tank (UST) and assessed the size and location of the UST Reference: Matt Gandel, Davis Constructors, 907.942.5599 KODIAK ISLAND BOROUGH TERM CONTRACT Page 48 of 55 15 C. MANAGEMENT PLAN ontract FY 2025-29 C.I. 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. The organization of our Team is illustrated in the attached chart. Corey Wall 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 role that Corey has provided to KIB for all the projects accomplished under the current Term Contract. Depending on the scope of services required for the various projects, Corey, Dan Fabrello or Armando DeGuzman will serve as Project Manager and design Attachment B Page 20 of 26 J] lead. Tony Yorba will provide additional design support, specifically for research and QA. Main communications between KIB project management and the Design Team will flow through the PIC for contractural issues and primary design decisions, but less formal conversation and coordination is encouraged between all Team members. We used this methodology on recent KIB projects and it appears to work well, allowing KIB management staff direct answers to specific projects. 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 JYW 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 Corey if any management issues or concerns arise. PROJECT MANAGER I \ PND ENGINEERS RSA ENGINEERING SEAN SJOSTEDT, PE BRIAN PEKAR, PE Lead Civil Engineer CONSULTANTPRIME Lead Mechanical Engineer JENSEN YORBA WALL COREY WALL, AIA STRUCTURAL Contract Manager/Principal in Charge PND ENGINEERS RSA ENGINEERING ARCHITECTURE / CONSTRUCTION ADMIN. BRIAN NIELSEN, PE JENSEN YORBA WALL JEREMY MAXIE Lead Structural Engineer Lead Electrical Engineer ARMANDO DeGUZMAN Project Designer DAN FABRELLO ENVIRONMENTAL Construction Administration ENERGY ENGINEERING ENVIRONMENTAL MANAGEMENT ALASKA ENERGY ENGINEERING GLENN HAPSBURGH JIM REHFELDT Environmental Engineer Energy Engineer HMS ROB BROWN Chief Cost Estimator Contractual Relationship, Primary Line of Communication Project Coordination / Discussion JENSEN YORBA WALL INC. KODIAK ISLAND BOROUGH TERM CONTRACT Page 49 of 55 16 Contract FY 2025-29 C. MANAGEMENT PLAN C.2. Description of your firm's approach to the contract and at summary level, the steps seen as an integral part of successfully guiding KIB through this process OVERALL TERM CONTRACT MANAGEMENT JYW's overall management will start with providing KIB a single point -of -contact who will be available throughout the life of the Term Contract. Although our Team has a robust roster of professionals who will be working on individual projects, we have found that providing a specific Contract Manager gives owners assurance they always know who to call with questions or concerns. Principal -in -Charge, Corey will oversee the work and be responsible for its delivery. Corey has provided these services for all KIB projects delivered under the 2018 Term Contract so he well understands KIB management policies and procedures, ensuring the whole team abides by them. We propose continuing to hold our bi-weekly high-level management meetings between Corey and the KIB Facilities project management team. During this meeting we will discuss all the projects currently underway as well as those likely to be upcoming. We will review and confirm all schedules and deadlines, ensuring KIB staff and the Design Team all have the same understanding of progress and completion dates. JYW will listen to KIB management needs and concerns to ensure the various projects are on -track and meeting your needs. As with previous Term Contract work, we assume that an overall contract based on AIA documents will be signed between KIB and JYW which will be amended to include the various individual projects. This is, of course, open for discussion if KIB would like a different contractual approach. INDIVIDUAL PROJECT MANAGEMENT Once the scope of an individual project is understood, Corey will assemble the Design Team members appropriate for the work. Typically, this will have a JYW staff person as Project Manager with various lead engineers from each appropriate discipline. Management and lines of authority for each firm will be clear with a single person from each firm who will be responsible for project management and delivery. JENSEN YORBA WALL INC. Attachment B Page 21 of 26 Together with the Design Team Leads, Corey will develop a clear Scope of Work Memo and Fee Proposal for the work for KIB. The Scope of Work Memo will outline overall deliverables and milestone deadlines along with any other important inclusions or exclusions for KIB's consideration. Fees and Scope are always open for discussion with KIB and we are committed to providing you the level of service at a competitive price. Once scope and fee are agreeable, Corey will prepare individual contracts as appropriate for the Design Team leads to sign. By personally signing the contract with JYW, there will be a clear line of individuals responsible for project management and delivery. Most projects will have weekly design progress meetings between JYW and the rest of the Design Team. Although KIB project management is always welcome to participate, usually these meetings are mostly technical coordination. In addition to targeted project topics, we also monitor overall schedule and progress to ensure the project is on - track to meet milestone delivery dates. Launch Meeting: A formal launch meeting will be held with the key members of the Design Team present as well as KIB, 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 is thorough, but does not disrupt ongoing activities in the facilities. 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 useful lifespans for elements to remain. The conditions survey will include a code KODIAK ISLAND BOROUGH TERM CONTRACT Page 50 of 55 17 Contract FY 2025-29 C. MANAGEMENT PLAN analysis of your existing facilities so that compliance with regulatory authorities can be measured, and deficiencies documented. Conceptual Design: Using the conditions survey, as-builts 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, life cycle cost etc. If desired, the conceptual design could include formal cost estimate, phasing and schedule development. We also can develop graphics—either 2D or 3D renderings to describe the project options to stakeholders. For complex projects, we understand it is far easier to explore options at this initial stage before design starts in earnest. Construction Documents: Once the scope of a particular project is established, we will develop full construction documents, specifications, formal cost estimates, and other deliverables as required for each individual project. Typically, we will have milestone deliveries at the 35% (Schematic), 65% (Design Development), and 95% stage of document development where the whole project is submitted to KIB for review and approval. As needed, will set up meetings to present and discuss the documents to KIB staff and the ARB. These milestones, and enough time for KIB review, will be built into the initial project schedule. Bidding: We will provide bidding assistance and attend pre-bid meetings per KIB's procedures and preferences. Construction: JYW construction manager Dan Fabrello will lead the construction administration effort. He is well -versed with KIB procedures and will ensure all team members are responsive, accurate, and accountable. He will work with the individual project manager on submittals and design related issues to ensure continuity in the design intent, and to make certain contractual responsibilities are maintained. If needed, we can provide additional services such as special structural inspections, testing, commissioning etc. JENSEN YORBA WALL INC. Attachment B Page 22 of 26 C.3. Discussion of your firm's 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 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. Although these initial cost estimates are back -checked other estimates for similar completed projects, we typically do not involve professional cost estimators at these early stages. 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 professional cost estimator at HMS uses their market analysis tools and other recent KODIAK ISLAND BOROUGH TERM CONTRACT Page 51 of 55 18 Contract FY 2025-29 C. MANAGEMENT PLAN 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. Construction Documents: Schematic, Design Development and Construction Document, 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, the price of certain commodities and manufactured items increased greatly during the pandemic and still have not returned to lower levels. 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. Project Alternates are used to provide the flexibility necessary to ensure the base project can be awarded. The estimates are based on detailed quantity take- offs and then applying current materials , labor and construction equipment costs for direct work. HMS uses quantifying software to make quantity take -offs from Autocad or Revit drawings. Initial pricing is taken from HMS's internal databases derived from historic JENSEN YORBA WALL INC. Attachment B Page 23 of 26 costs, supplemented by published data. However, when sufficient information is present in the drawings and specifications, HMS 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. HMS performs an in house peer review, with a separate senior estimator reviewing the work of the project estimator before it is circulated. The various JYW 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 JYW project manager also reviews the formulas included in the spread sheet to ensure that they accurately calculate the input values. Life Cycle Cost Analysis: If desired, 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. The cost/benefit and life cycle costs are developed by Jim Rehfeldt of Alaska Energy Engineers who has a long history of such analysis work. The comparative analysis can be performed for materials and systems including, but not limited to, the thermal envelope, window quality, HVAC systems, control strategies, lighting systems and equipment. The process can be used to determine the best payback on critical items such as roof and wall insulation thickness and types, glazing quality, etc. Most recently, we have used life cycle cost analysis to recommend installing both oil -fired and electric boilers in the Borough Building Mechanical Upgrade project. KODIAK ISLAND BOROUGH TERM CONTRACT Page 52 of 55 19 Attachment B C. MANAGEMENT PLAN Contract FY 2025-29 Page 24 of 26 Analysis and Validation of Costs JYW and HMS are constantly comparing cost estimates to real-world information. Whenever a project bids, JYW sends the bid tab forms back to HMS who compares them to the estimates. HMS typically targets their estimates to be around the amount of the 2nd lowest bid. If the cost estimate is significantly off target, HMS attempts to determine why and whether their future estimates should be modified. JYW maintains records of past bids and often use this real-world information in the development of new Rough Order of Magnitude costs or to compare to future professional estimates. Keeping abreast of bid amounts helps us develop helpful cost information from the first stages of conceptual design. For example, during the PKIMC Master Plan, JYW's initial "guess -timate" of $1,000/ sf for a replacement medical office building was very close to the eventual professional cost estimate of $988/sf provided by HMS. 0 1st Floor PKIMC Master Plan Conceptual Option Kodiak High School Aux. Gymnasium JENSEN YORBA WALL INC. C.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. The entire Design Team, including proposed project leads, have pledged to be available as needed for the anticipated work in this Term Contract. Given the length of the Term, it is difficult to project exact staffing levels and commitments, but all of the major design discipline Team members—including architecture, civil engineering, structural engineering, mechanical engineering, electrical engineering, environmental consulting, and cost estimation—are mid- or large-sized multi -person firms with enough capacity to absorb projects many times larger than those anticipated by this Term Contract. The only single -person firm proposed for the Team is Jim Rehfeldt and his Energy Engineering work is anticipated to be minor and flexible in timing. Specifically, at JYW, Corey has no projects under design for the 2025 construction season except the North Star Elementary Roof & Skylight Replacement and the East Elementary Roof Replacement projects for KIB. Both of these projects are scheduled to be completed and ready for bidding around January 1st, allowing for plenty of capacity for additional work once the Term Contract is awarded. The BIHA Indian River Phase 4 Housing project is Dan's only major current CA project, giving him capacity to assist KIB with spring construction projects. As our past work has demonstrated, we have ample capacity to design projects at a rate wall -matched to KIB admin staffing and available contracting capacity on the island. Our initial work, once the Term Contract is awarded, will be to discuss and coordinate with you to develop schedules for KIB's upcoming projects. As we have shown over the life of previous Term Contracts, we will prioritize your work to ensure KIB projects are designed and ready to bid on your schedule. KODIAK ISLAND BOROUGH TERM CONTRACT Page 53 of 55 20 —ttract FY 1 • D. DETAILED FEE SCHEDUL HOURLY FEES JENSEN YORBA WALL Principal / PM (Corey, Wayne) $193 Construction Manger (Dan) $159 Project Designer (Armando) $120 Drafter $95 PND ENGINEERS $190 Senior Engineer VI (Brian, Sean) $235 Staff Engineer IV $144 Staff Engineer II $126 Technician VI $165 CAD Designer VI $144 CAD Designer V $131 RSA ENGINEERS Principal Engineer VI (Brian, Jeremy) $240 Senior Engineer $190 Senior Designer $180 Project Engineer $170 Staff Engineer II $150 Designer $125 AutoCAD Drafter $115 ALASKA ENERGY ENGINEERING Principal Energy Engineer (Jim) $200 Facility Specialist / Energy Auditor $125 ENVIRONMENTAL MANAGEMENT, INC. Operations Manager (Glenn) $168.14 Engineer Senior $164.75 Safety Specialist $149.66 Qualified Environmental Professional $ 98.08 HMS, Inc. Estimator V $205 Estimator IV (Rob) $180 Office Support II $96 Attachment B Page 25 of 26 JENSEN YORBA WALL INC. KODIAK ISLAND BOROUGH TERM CONTRACT Page 54 of 55 Attachment B �ROBERTS � Contract FY 2025-29 JENSYOR-01 Page ACORO CERTIFICATE OF LIABILITY INSURANCE DATE 10/16/2024 Y) 10/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy()es) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northwest LLC PHONE FAX 301 Seward Street (A/C, No, Ext): (907) 586-2414 (A/C, No):(888) 241-2414 Juneau, AK 99801 ADDRESS: INSURED Jensen Yorba Wall, Inc. 522 W 10th Street Juneau, AK 99801 Allstate Insurance Comoanv 11 INSURER D: Arch Soecialtv Insurance Comnanv 121199 1 INSURER F: Rf1VFRAnP_Q RFRTIFIRATF NIIMRFR• RFVICInKI NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LTR INSD WVD MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY �ABA2021001414-03 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE F_X] OCCUR 1/15/2024 1/15/2025 DAMAGETORENTED PREMISES Ea occurrence 100,000 $ MED EXP (Any oneperson) $ 10,000 PERSONAL &ADV INJURY $ Included GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � PRO- � LOC PRODUCTS - COMP/OP AGG $ 4,000,000 $ OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 2,000,000 $ BODILY INJURY Perperson) $ ANY AUTO 648135277 1/15/2024 1/15/2025 OWNED SCHEDULED AUTOS ONLYX AUTOS BODILY INJURY Per accident $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROacER t AMAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y N ANY PROPRIETOR/PARTNER/EXECUTIVE Mand tory in NHR EXCLUDED? N / A 13556628 1/1/2024 1/1/2025 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Professional Liabili PAAEP0156201 4/22/2024 4/22/2025 Per Claim 1,000,000 D Professional Liabili PAAEP0156201 4/22/2024 4/22/2025 Deductible 35,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability Policy is issued with a Surplus Lines Broker. Surplus Lines Broker: AEIC Purchasing Group. This is Evidence of Insurance procured and developed under the Alaska Surplus Lines Law A.S. 21.34. It is not covered by the Alaska Insurance Guaranty Association act A.S. 21.80. rFRTIFIrATF Hr)i r1FR rAN(`FI I ATInki ACORD 25 (2016/03) © 1988-2015 ACORD CORPOI�T�I,�I�5%r�Ots reserved. The ACORD name and logo are registered marks of ACORD y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Kodiak Island Borough Engineering Facilities Dept 9 9 9 P THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 710 Mill Bay Road Kodiak, AK 99615 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPOI�T�I,�I�5%r�Ots reserved. The ACORD name and logo are registered marks of ACORD y