Loading...
FY2018-28; EXT 28.1-28.2; CO A-F; Term Contract Award For Architectural and Engineering Services For Projects At Providence Kodiak Island Medical CenterNovember 8, 2023 Mr. Corey Wall Jensen Yorba Wall, Inc. 522 W. 10th Street Juneau, AK 99801 CONTRACT FY2018-28.2 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9211 Fax (907) 486-9347 RE: Extension of Contract FY2018-28, Architectural and Engineering Services for PKIMC. FY2018-28.2 Dear Corey, With this letter the Kodiak Island Borough wishes to exercise the Second (Final) of two (2) two- year extensions to your existing contract for Architectural and Engineering Services for Providence Kodiak Island Medical Center (PKIMC). The extension will begin immediately upon expiration of the original contract and will end on May 31, 2025. The term of original contract was for three years. The same provisions of the original contract will remain in effect. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, 'L'�LL 1�o ;a, Aimee Williams Kodiak Island Borough Manager DAVID CONRAD Corey Wall Jensen Yorba Wall, Inc. Date "9;KIM Date May 20, 2021 Mr. Corey Wall Jensen Yorba Wall, Inc. 522 W. 10th Street Juneau, AK 99801 CONTRACT FY2018-28.1 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9211 Fax (907) 486-9347 RE: Extension of Contract FY2018-2 K Architectural and Engineering Services for PKIMC. FY2018-28.1 Dear Corey, With this letter the Kodiak Island Borough wishes to exercise the first of two (2) two-year extensions to your existing contract for Architectural and Engineering Services for Providence Kodiak Island Medical Center (PKIMC). The extension will begin immediately upon expiration of the original contract and will end on May 10, 2023. The term of original contract was for three years. The same provisions of the original contract will remain in effect. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Manager, Powers Island Borough Corey Wall Jensen Yorba Wall, Inc. 6.11.2021 Date KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 PKIMC Fire Alarm Replacement 497-567 452.140 21000.4 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2018-28 Change Order No.: 06 Original Project Budget: $ 721,475.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 339,892.00 Adjusted Project Budget: $ 721,475.00 This Change: $ 70,195.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 410,087.00 Current Remaining Project Budget: $ 721,475.00 Description of Change Cost Provide design, bidding, and construction administration services for the Providence Kodiak Island $ 70,195.00 Medical Center Fire Alarm Replacement project per proposal dated June 4, 2020. Design services to include 65%, 95%, and 100% submittals. Design services to be lump sum; bidding, construction administration, and reimbursables to be time and materials. The time provided for completion of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Cade 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: Representative -eaa r-pl'r%f Director Approved Mayor and Deputy Presiding Officer Approval Approved By: Borough Mayor DAVID Revised 09119 Date: 7.22.2020 Date: 71*JLy r,1QACJL CyLC b, n l—pl &jE3 1 I Finan ire o Date:7j(4= Date: ��VV Bor ugh Clerk original contract amount or $50,000, whichever is lower) Date: ty Presiding Officer a--15011, which is? lower) Date: Boro h Clerk Page 1 of I Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: June 4, 2020 To: Matt Gandel, Dave Conrad From: Corey Wall Re: PKIMC Fire Alarm Replacement (1YW No. 20020) Design and CA Fee Proposal Thank you for contacting us for design services for the Fire Alarm replacement at the PKIMC Building. Scope of the project is as follows: • See attached Mechanical and Electrical Fee Proposal for specific scope items. In general, the project is a replacement of the fire alarm system and fire/smoke dampers. • Architectural services will include preparation of base plans for engineering work, code review, and front end specifications. Please note the following assumptions: • Site visits by the architectural team are not included at this time. • Architectural construction work is assumed to be limited to patch and paint. No changes to the fire/smoke barriers or associated openings are anticipated. No demolition or reconstruction for access to the fire/smoke dampers is anticipated. • Professional cost estimation is not included at this time. The design team will offer a rough construction estimate based on previous/current Kodiak projects. • Construction Administration from the architectural team is very limited, with the majority of services provided by the engineers. Additional services, including on-site observations can certainly be added if desired. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 0 O CL NO cc a Ln W u LU W V) Z H W O O O O m m m N O VF i/} VF tf7 l0 Ifl N VF V N N N L!1 O1 N M N a V! N V} in V! X1 00000000 u* in v} ur ih ,n VF u* f - LU vv a'n vii in 0 inn 0 Vii Z 1- c W u} CL X ,I- N Wa E E E E E y > > > > > C C C VI Vf N IA N G/ G1 U1 n n n a n n n n E E E E E w w w J J J J J N QJ QJ E E E E v u N W O O O m V O w V} in V} Ln LO m N Vn a LO N t0 Eui r. rIT r- N VF N V} V} V} ¢ d 11. U O N O Y O d N C o y r+ N C m C O C O��. d y NM M y C E ? C c u O E oo m O n m a¢ 'O O Z C0 '� O j O-0 0 ¢CC t6 O b0 ?' -4 N u N u u 0 O O E G }' v a U > O/ D C ¢ C D o aEi ,m of O W n av u v v ou'muu 00 O N N Vt O T T 0 t0 m n O �c o n o m Ol N IO N N N VY V1 O w A 0 N oN in �n o c 0 vLn �cn v mn 0,0 W � c ory m an w�nN � vi ai v ri vi ri cn w yr v� millill m m 0 H 0 m o F a u m 0 N oN in �n o c 0 vLn �cn v mn 0,0 W � c ory m an w�nN � vi ai v ri vi ri cn w yr v� m m 0 H 0 m o F a u m O O O 1+1 U1 in O in O v1 h n1 O N N � N N m C o � O � W C m m C 61 y' m - i d c w C Q 6 c a J U in � w 2 vi O U Z O Ai U i �t I O O O 1+1 U1 in O in O v1 h n1 O N N � N N m C o � O � W C m m C 61 y' m - m d c w C Q 6 c a J U in � w 2 vi O U Z O U O VF a u m Z a) Co (o c>0N D 0 0 0 W N N l0 m Ql N N O] n o of ri o 0 � w w m �a �0 v� m m �v v� m C 00 C a0. L — m d W IV W v \ 1 J V N G W S J N O V Z � O V 0 0 0 W N N l0 m Ql N N O] n o of ri o 0 � w w m �a �0 v� m m �v v� m C 00 C a0. L — m d W IV W v \ J V N G W S J N O V Z O V a v m d z 6 z r - U' Z W N i � J o mom � • � n N '^ N_ L7 Z ua�ws O II 1 d z 6 z r - U' Z W N i � J o mom � • � n N '^ N_ L7 Z ua�ws O 0 C 3 RSA Englneering, Inc. May 29, 2020 Jensen Yorba Wall, Inc. 522 West Tenth Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Cory, Mechanical 8 Electrical Engineers REFERENCE: Providence Kodiak Island Medical Center Fire Alarm System Replacement Engineering Fee Proposal. RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on our 5/22 discussions and subsequent correspondence, along with the following assumptions: General: • Scope: The fire alarm system will be replaced and upgraded in its entirety throughout the hospital facility, which will include the 1968 original construction and 1975 addition, the 1997 3 floor expansion and the area "D" clinic located on the 1"I level. • Design of the new fire alarm system will include allowances for future architectural renovations of the '68 and '75 portions of the facility. The fire alarm systems and work associated with this area will be minimum to meet code. • We assume that the existing life safety plans will be validated by your office, existing ceiling types identified, and rated assemblies identified where required by current adopted codes. • It is our understanding that the construction of new rated assemblies is not anticipated. A review of the existing assembly penetrations and design for new protections of ductwork penetrations through rated assemblies will be included in the design where previously omitted. • Site Visits: A 65% plans -in -hand site visit will be performed to validate existing as -built drawings, and confirm locations of existing devices and dampers. This trip is anticipated to be two days, arriving in the morning on day one and leaving in the evening the next day. • Deliverables: We will provide preliminary design development drawings at the 65% and 95% completion levels for owner review. After addressing all comments, we will finish the design and provide a 100% stamped set of permit level drawings with bound CSI specifications for bidding and submittal to the City of Kodiak Fire Marshal. We assume that the Div 0-1 specs will be developed by others. • Bid phase services include preparation of addenda material and attendance via telephone at the prebid meeting. • Review: We have included time for attendance via telephone at the Architectural Review Board (ARB) meetings after each interim submittal. • In -Office Construction Phase Services: Will include submittal review, DCVR review/response, review of operation and maintenance manuals and preparation of record drawings based upon contractor generated redline mark-ups. 670 W. Fireweed Ln, Ste 200 Anchorage, AK 190712760521 1 w ma-ak.com May 29, 2020 • Inspections: Our proposal includes one inspection at Substantial Completion. As with the site visit at 65%, we are assuming this trip will require an overnight in Kodiak. Mechanical: The'97 3 -story addition and 1 sc floor Clinic area "D" existing ventilation systems will be drafted in AutoCAD based existing design and as -built drawings to include all changes and additions from the original build. The smoke compartments and smoke damper zoning will be coordinated with the fire alarm design to identify ventilation zones and sequences for equipment shutdowns with a general alarm. This effort is necessary to provide a clear plan indicating that smoke partitions and barrier integrity is maintained, as well as to give the contractor a single resource for coordinating partial shutdowns of the system during construction. • Pians for the 97' three story addition will include demolition and replacement of smoke dampers and fire/smoke damper actuators and installation of new where required by code. Complete replacement of the smoke, fire/smoke and fire damper assemblies is recommended, and will be evaluated with the owner for inclusion in the bid documents should budget allow. • Drafting of the '68 and '75 addition ventilation systems is not included in this design scope. Based on as -built drawings and our understanding of the facility, smoke dampers and fire smoke dampers are not employed in these areas due to the limited number of rated assemblies and the layout of the existing ventilation systems. Changes or additions to duct penetration protections in this area will be identified by sheet notes, and only to the extent required to meet minimum code compliance. Electrical: • Fire Alarm systems will be performance specified to be designed and installed by the successful bidding Fire Alarm contractor. • We will coordinate with the facility's life safety plan for required fire alarm system components and integration, including but not limited to evacuation requirements, door release, and zoning. • Mechanical coordination for monitoring and release of the fire/smoke dampers will be included. • Monitoring and/or activation of other systems such as kitchen hoods, sprinklers, generators, and similar systems will be reviewed and included as required. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Commissioning services, LEED services, and cost estimation services are not included in our proposal. If these services are desired in the future, we propose to negotiate costs for the work at that time. May 29, 2020 RSA proposes the following lump sum fee for this project: Design Phase (Lump Sum) Asbuilt ACAD Drafting 65% Design Development 95% Construction Documents 100% Construction Documents Subtotal: Design Total: Construction Phase (T&M) Bidding In -Office C/A Inspections Project Closeout Subtotal: CA Total: Grand Total Mechanical $ 3,000.00 $ 6,665.00 $ 3,675.00 $ 1,390.00 $ 14,730.00 $ 36,671.00 Mechanical $ 750.00 $ 3,515.00 $ 3,665.00 $ 750.00 $ 8,680.00 $ 22,161.00 $ 58,832.00 Frar.4rirar $ 1,600.00 $ 9,465.00 $ 6,875.00 $ 2,400.00 $ 20,340.00 Electrical $ 1,300.00 $ 5,615.00 $ 3,665.00 $ 1,300.00 $ 11,880.00 Travel Costs $ 1,601.00 $ 1,601.00 Travel Costs $ 1,601.00 w - $ 1,601.00 Please review and advise if this proposal is acceptable by issuing us a notice to proceed. We look forward to working with you on this project. Sincerely, Roger Weese, P. E., RCDD President ttg/jam/rlw/hhm 20-0238/P20-168 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 PKIMC Retaining Wall 495-537452-140-20003 Contractor: Jensen Yorba Wall, Inc: Cost Term Contract No.: 2018-285 Change Order No.: 05 Original Project Budget: $ 150,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 227,401.00 Adjusted Project Budget: $ 150,000.00 This Change: $ NTE112,491.00 To -Date Project Expenses: $ 94,228.99 % of Original Contract >5% To -Date Project Encumbrances: $ 6,300.47 Adjusted Contract: $ 339,892.00 Current Remaining Project Budget: $ 49,470.54 Description of Change Cost Provide design, bidding, and construction administration services for the Providence Kodiak Island $ NTE 112,491.00 Medical Center Retaining Wall project per proposal date April 13, 2020. Design services to include 65%, 95%, and 100% submittals, with professional cost estimate at 65%. Design services to be lump sum; bidding, construction administration, and reimbursables to be time and materials. Date: 22 ZU The time provided for completion of the contract is (N unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent ofal proved contract amount or $50,000, whichever is lower, require assembly approvaL Accepted By: Contractor's Representative Recommended:X,zq-h "I Fir Date:712,2/r'i Engin erin acilihe ire tc or Approved B Dater Mayor and Deputy Presiding Officer Approval Approved By: Borough Mayor ! al , , Borough) Approved ManaybhVID Revised 09119 Date: 7.22.2020 ate: n e or t: Date: 22 ZU Bor ugh Clerk original contract amount or $50,000, whichever is lower) Date: ty Presiding Officer r 0, whiehe r is lower) Dater Zv orou h Clerk Page 1 of I Kodiak Island Borough �s Assembly Newslette Vol. FY2021, No. 1 Jul} r 21, 2020 At Its Regular Meeting Of July 16, 2020, The Kodiak Island Borough Assembly Recessed The Meeting At 10:55 p.m. Until July 20, 2020 And Took The Fallowing Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, August 6, 2020, At 6:30 P.M. FAILED TO ADOPT Ordinance No. FY2021-01A Budget Amendment Adding Money To The Education Support Fund. ADOPTED Ordinance No. FY2021-10 Rescinding A Prohibition On Edible Marijuana Products. ADOPTED Ordinance No. FY2021-11 An Ordinance Of The Assembly Of The Kodiak Island Borough Amending Portions Of Title 7 Of The Kodiak Island Borough Code Providing For By Mail Voting Al The Regular Municipal Election And Allowing Modification Of Election To Address Public Health Concerns. AUTHORIZED The Borough Manager To Execute Change Order No. 05, Amending Contract No. FY2018-28 With Jensen Yorba Wall, Inc. In An Amount Not To Exceed $112,491. AUTHORIZED The Borough Manager To Execute Change Order No. 06 Amending Contract No. FY2018-28 With Jensen Yorba Wall, Inc. In An Amount Not To Exceed $70,195. AUTHORIZED The Borough Manager To Award Contract No. 2021-01 To Threshold Services Inc. In The Amount Of $297,355 For The Collection And Processing Of Recyclable Materials Within The Kodiak Island Borough. APPROVED Contract No. FY2021-02 With Island Trails Network For The Saltery Cove Trail System Access And Improvements Project. AMENDED, APPROVED Resolution No. FY2021-04 Approving Fiscal Year 2021 Kodiak Island Borough Nonprofit Funding. AMENDED, ADOPTED Resolution No. FY2021-07 Spending Plan For CARES Funding And Provided Direction To The Staff For Future Approval By The Assembly. ADVANCED Ordinance No. FY2021-03 Determining The Disposition Of Tax Year 2010 Foreclosed Property KIB/Hardy Hofstad Etal And Establishing Intention To Surplus And Sell Said Property By Finding That A Public Need Does Not Exist For The Property And Authorizing The Property For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-04 Determining The Disposition Of Tax Year 2012 Foreclosed Properties KIB/Marjorie Anderson, And KIB/Alfred Hansen Jr. And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-05 Determining The Disposition Of Tax Year 2014 Foreclosed Properties KIB/Edwina Mae Anderson, KIB/Charles F. Lorenson, And KIB/Herman Malutin III, And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough ADVANCED Ordinance No. FY2021-06 Determining The Disposition Of Tax Year 2015 Foreclosed Properties KIB/ Joseph David Henderson Etal, (Two Properties) KIB/Joan Denise Lucas, KIB/Lydia Tania -Bird Malutin, And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-07 Determining The Disposition Of Tax Year 2015 Foreclosed Property KIB/Ada L. And Susan K. Panamarioff, And Establishing Intention To Surplus And Sell Said Property By Finding That A Public Need Does Not Exist For The Property And Authorizing The Property For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-08 Determining The Disposition Of Tax Year 2016 Foreclosed Properties KIB/James Clifford Cole Trust, KIB/Kimberly Edman, KIB/ Dale Stratton, And KIB/John Wick (Two Properties) And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-09 Determining The Disposition Of Tax Year 2017 Foreclosed Properties KIB/Ronald Eads, KIB/Arnold And Dorinda Kewan And KIB/Charles Nellist And Establishing Intention To Surplus And Sell Said Properties By Finding That A Public Need Does Not Exist For The Properties And Authorizing The Properties For Immediate Disposal To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-12 Of The Assembly Of The Kodiak Island Borough Amending KIBC Title 3 Revenue And Finance, Chapter 3.80.30 Excise Tax On Cigarettes And Tobacco Products To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. ADVANCED Ordinance No. FY2021-13 Adding A Ballot Proposition At The Next Regular Municipal Election To Be Held On October 6, 2020 To Public Hearing At The Next Regular Meeting Of The Assembly On August 6, 2020. POSTPONED Ordinance No. FY2021-14 Assembly Of The Kodiak Island Borough Appropriating $— For Purposes Of Advocating In Favor Of A Ballot Proposition At The October 6, 2020 Regular Municipal Election To The Next Regular Meeting Of The Assembly On August 6, 2020. AUTHORIZED The Borough Manager To Apply And Accept Award From The 2016 Pink Salmon Disaster Funding Allocation In An Amount Of $270,359.24. 'APPROVED A Letter Of Support For Cook Inlet Regional Citizens Advisory Council Recertification Application. Docket Number USCG -2020-0188. `APPROVED A Letter Of Support For The Alaska Municipal League. *CONFIRMED The Mayoral Appointment Of Mr. Gregory Egle To The Womens Bay Service Area Board. (`) Items Approved Under Consent Agenda. View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KadiakislandSorough Twitter. In @KodiakBorough Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: April 13, 2020 To: KIB Facilities (Dave Conrad and Matt Gandel) From: Corey Wall Re: PKIMC Retaining Wall Retrofit (JYW No. 19031) Construction Document, Bidding and CA Fee Proposal JYW and our consulting engineering PND have been pleased to assist you with the development of the Providence Kodiak Island Medical Center Retaining Wall Retrofit project. At the conclusion of the Conceptual and Geotechnical phase of the project, we determined that capping the face of the existing wall with concrete would be the best way to stop the degradation of the wall. This fee proposal is for the design of this retrofit project. Items to note: 1. Design will include a base bid of a cast -in-place concrete facing wall. An alternate will be included in the CDs to allow for a "shot-crete" sprayed concrete facing. 2. The cast -in-place option will include form -liners for a decorative facing. We have included limited time for architectural coordination of the decorative facing with the assumption that it will be an existing standard design. We would be pleased to offer you a fee proposal to work with local artists if a custom design is desired instead of the standard liner options. 3. Design submittals will be at 65%, 95% and Bid -Ready Construction Documents. 4. There will be a single professional cost estimate after the 65% submittal. 5. Site visits for the engineers are included during design phase to verify site conditions. 6. No architectural site visits are included during the design with the assumption that presentations and meetings will be via phone or video. Thanks for the opportunity to continue working with you! Jensen Yorba Wall Architecture Interior Design Construction Management Page 1 of 1 O O O m LO N O1 O V} V! V} O m m 0 V! lO N N Ln 14 O 00 N m m to v an V in X I 0 0 0 0 0 0 0 0 Q V? Vt VT V} V! VT V? VF H 'i ch e N rl r4 44 lh Q ON W V} VF N VF li V? V) m M N Z ft1 1 f LU to to N CL to x w wa E E E E E E N w 01 0/ O. O. O_ d d O. d O. E E E w w E E E m m m m m J N W EE ~ o Y d W m M VO tOn inn 000 tOr} 000 3 LL N N N m OD 00 O lO al C N M V} N 'C V} VT m r Ol um � m 0 Y m IL J O ^c m O d C Oy Y O •y,, N to a y c E E O U a y u O � 0 v Q 0 o K u p 0 0 'D O O V1 tn � U, U V CQC OL Y O m m Z L ++ V 01C E c L L a�a OG N� ,o �y 01 +� u 01 C C C 0 Ww p CA d> y O. w V1 0 O u m 0 u u 'i ch e N rl r4 44 lh Q NEON NEON EEM® m o m ry N O N N N O N m O m m ry N 1/1 N V1 N � m o o v m �v a Z 'V^ - Q - N ^' v m n a c F- w m o c >> o J U �n � w= w U w 0 O H N Z O u poll IIIIIIIIIIIIIII Ell 111111111111111 Bill 11111111111111 111111111 111 1111111011111111111 11111111111111110 m o m ry N O N N N O N m O m m ry N 1/1 N V1 N � m 00 N 00 N N m o o v m �v a Z 'V^ - Q - N ^' v m n a c F- w m o c >> o J U �n � w= w U w 0 O H N Z O u m 00 N 00 N N C M— u N .Q M 0 m y 0 0� ip m m Ri m ry N N Vl M N m o v v o m m�v v� Z w V L N w m O t �> cave U in G W x J lJ w > vii O F�- H Z O u 0 0 0 0 o e ui vi vi w +n m o m en c m � w ` N � u m' v c m v ' .01• - - pp C m L O J V of G W= J vii O Z U HIM 0 0 0 0 o e ui vi vi w +n O c0 N b m o m en c m � w ` N � u m' v c m v ' .01• - - pp C m L O J V of G W= J vii O Z U O c0 N b O d K O to C Z C O .10.. H v a � ¢ U L c z Y v CL 0 a z c O e t cc C 7 u N u p z" O ° ` u a m m v m c o � o c m m c a VF d C V d � ry C N r C C pp u t pp V1 tl0 C � O m tv � ` H a F > w y J U in W S J vt O 2 O u 00 m m m v m c o � o c m m c a VF m c o � o c m m c a d C V d � ry C N r C C pp u t pp V1 tl0 C � O m tv � ` H a F > w y J U in W S J vt O 2 O u 0 d m S 2 2 H l7 Z w - Z U' Q in Z Z OUa a'" vUi w¢ O ©1©l0 ENGINEERS, INC. March 13, 2020 Mr. Cory Wall Jensen Yorba Wall, Inc .522 Tenth Street Juneau, Alaska 99801 PND 192017.02 Re: Kodiak Medical Center Wall Retrofit Civil Engineering Final Design, Bid Support and Construction Engineering Services Fee Proposal Dear Cory, PND Engineers, Inc. (PND) appreciates the opportunity to continue to assist Jensen Yorba Wall, Inc. QYW) on the Kodiak Medical Center Wall Retrofit Project. We understand that the Kodiak Island Borough would like to finalize the design to make improvements to the existing, deteriorating crib -wall along the west side of the Kodiak Medical Center Parking. PND developed a concept in January 2020. PND understands that we are to develop construction documents, assist in bidding and provide construction phase engineering services. This proposal letter outlines the scope of services, our design schedule and proposes an engineering fee. Anticipated Improvements Construction tasks are anticipated to include: 1) Cleaning the existing wall including removal of plant and shrub growth, and moss. 2) Repairing face beams on the existing crib wall. 3) Cutting the back of the sidewalk and periodically through the sidewalk and curb then install a continuous base of wall drain with periodic outlets at the existing gutter. 4) Installing a grid of concrete reinforcing bars. 5) Forming and placing concrete with concrete filling the voids at the face of the existing crib wall. Formwork will likely include a textured, reusable form liner so that the finished concrete has a aesthetically appealing face. 6) A top of wall cap that may include a walking surface and handrails. 9360 GLACIER HIGHWAY,. SUITE 100 • JUNEAU, ALASK?. 99801 • Phone 907.586.2093 - Fax 907.586 2099 Page 2 Kodiak Medical Center Wall Retrofit and North Parking Lot Civil Engineering Design, Bid Support and Construction Services - Fee Proposal March 13, 2020 Scope ofEogineefixg Sefuices PND proposes the following services 1) Site Visit: A PND Engineer will visit the site and verify the wall height over the length, comparing the original design plans provided to PND and the actual conditions. The engineer will also attempt to identify the number and locations of face beams to be repaired. 2) Development of Construction Documents: PND will prepare plans, details and technical specifications for the wall improvements. This will include an invitation to bid, information to bidders, a bid schedule and bid item descriptions for a unit price contract. We Assume that Kodiak Island Borough will prepare the general construction contract and any supplemental conditions of the contract. We anticipate a 65% level design and 95% level design submittal. Following final review from Kodiak Island Borough we will develop bid ready, 100% construction documents. No cost estimating is included in this proposal. We assume that others will develop a cost estimate. PND will use the recent topographic survey and geotechnical report as a basis for design. 3) Bid Phase Support: PND will attend a pre bid meeting, respond to bidder questions and develop addenda. 4) Construction Phase Engineering. PND will review submittals, respond to contractor requests for information, assist in reviewing pay requests, be present at the pre -con meeting, perform periodic site visits and a final inspection. PND assumes that daily inspection, concrete sampling and testing will be performed by others. Schedule We can commence a site visit within 3 weeks after receiving notice to proceed. We anticipate taking 6 to 8 weeks after the site visit to develop final, bid ready, construction documents. Fees PND proposes to provide the above outlined services as follows: Site Visit and Preparation of Construction Documents, fixed fee: $46,846 Bid Phase Engineering, fixed fee $ 7,138 Construction Phase Engineering, time and expenses basis $32,908 P \ D Page 3 Kodiak Medical Center Wall Retrofit and North Parking Lot Civil Engineering Design, Bid Support and Construction Services . Fee Proposal March 13, 2020 Detailed breakdowns of these fees are attached. For fixed fee services we will monthly invoice on a percentage of completion basis. For time and expenses services we will monthly invoice our labor in accordance with the attached rate schedule and our expenses at cost plus 10 percent. Hopefully, this proposal suits your needs. If you have.questions or need additional information, please feel free to contact me. We look forward to your response and working with you on this project. Sincerely PND Engineers I Juneau Office Chris Gianotti, RE, S.E. Senior Engineer, Enc P D D U O a .... o m mini O1 w n m a �wq A w t2 m M m m N A A A m o m Eaaa n m L a q m O m�qw ww O m q p d w � w w Kaaa w Jv m m w m n��oaa m m m m o m mvryi o n o m m m m N Yf N m m [V N q m m N 17 Ci a U Y C m � y N y q C ry C N A f � m a C d R t O U O N w ¢5¢r c a N a H 9 m m ry O> S Q V U F `A N C w �'=As A J j N w N as s c�— N � W A GI N W J A O C a "2' 9 x N C A ED W uo C V - O O v a O u c a a E q E U c Noac1 J A o O d.vocua Ic N?i m pC7 m C poA .0.5 H ma VIm Q m 101111 1011 1 .... o m mini O1 w n a �wq q m M N A A A Eaaa o m m m�qw ww N � Kaaa N m N N m d `a a C m � y N y q C ry C � m a C d R t N w ¢5¢r c a 9 rn W U 0 0 o m o m m m m N m n m w m win w w r d m m 5aaa O O In m m m m w m w w N N N H � v a a N N N c 0 E � m � m d E = d '^ m � c s m mm �. X umi W J Q>� e c m m '3 J v � f t9 igUQ mm U u Z N W C c00 'Fm m W5 _ b o o o m N o m m m m Q r N r o O Q N 0 O O ? www m N .- N A N N w m 8 v v r {y m �°mm o o m 0o m m m m o m m r A m r N ww m Q mm O r n N N N m Q „ wwww H �j NOS N D: aaa N m N N N a 0 U E � Y N � � N R f > $ W 6 > ¢ e y U � N 0> $ u OF � a 8 w � c W S C d b O Z N " N b m `w C.s b OI ul W m 2 w c m O O m n` e Ip N � � O N_ b w > c m e L m p. c a 0 b C K YJ O U C C a° b d V1 C �U H Mo C3 b z aaQ u � Q m U O E a o o o m o m m m Q ip N r www .- w 8 v v v 0 o m Q m m m m wn ww N N N H D: aaa m N N N a 0 E � N N � � W 6 > ¢ e y E a ©IMI® ENG IN EFRS, INC. Professional: Surveyor : Technicians: PND ENGINEERS, INC. STANDARD RATE SCHEDULE 2020 Senior Engineer VII $195.00 Senior Engineer VI $180.00 Senior Engineer V $160.00 Senior Engineer IV $150.00 Senior Engineer III $140.00 Senior Engineer II $130.00 Senior Engineer I $120.00 Staff Engineer V $115.00 Staff Engineer IV $110.00 Staff Engineer III $105.00 Staff Engineer II $95.00 Staff Engineer I $90.00 Environmental Scientist VI $170.00 Environmental Scientist V $155.00 Environmental Scientist IV $140.00 Environmental Scientist III $125.00 Environmental Scientist II $110.00 Environmental Scientist I $95.00 GIS Specialist $95.00 Senior Land Surveyor III $125.00 Senior Land Surveyor II $115.00 Senior Land Surveyor $105.00 Technician VI $130.00 Technician V $115.00 Technician IV $95.00 Technician III $85.00 Technician II $75.00 Technician I $50.00 CAD Designer VI $115.00 CAD Designer V $105.00 CAD Designer IV $90.00 CAD Designer III $75.00 KODIAK ISLAND BOROUGH TERM CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 PKIMC Structural Analysis/ Project List Development 426-805452.140 Contractor: Jensen Yorba Wall, Inc. Cost Term Contract No.: 2018-28 Change Order No.: 04 Original Project Budget: $ 50,000.00 Original Contract: $ 0.00 Previous Budget Changes: $ 0.00 Previous Changes: $ 185,061.00 Adjusted Project Budget: $ 50,000.00 This Change: $ 42,340.00 To -Date Project Expenses: $ 0.00 % of Original Contract >5% To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 227,401.00 Current Remaining Project Budget: $ 50,000.00 Description of Change Cost Provide structural analysis and project list development services per proposal dated September 17, $ 42,340.00 2019. Deliverables to include structural analysis of 1968 and 1978 portions of Providence Kodiak Island Medical Center, conceptual design for structural upgrades, graphic representations of possible replacement options for single -story wing, and project list for future renewal and replacement projects. The time provided for completion of the contract is (® unchanged) (E] increased) (0 decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders rester than five percent of approved contract amount or S50,000, whichever is louver, require assembly approval. Accepted Approved Borough Manager Date: 12 ld 1 Date: CI (�( (� ��� Date:U1111� CONRAD Finance Director Date: Attest: Date: Mayor and Deputy Presiding Officer Approval (does not exceedfive Approved By: Borough Mayor Date: BoroughAssembl p rova r thnnfivepercentofapproved Approved By: Date: Borough b anager Revised 09119 Borough Clerk amount or $50,000, whichever is lower) Date: JAN 2 2 2020 1 bf 1 Jensen Yorba Wall Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Designing Community Since 1935 Date: September 17, 2019 To: Matt Gandel From: Corey Wall Re: Providence Kodiak Island Medical Center— Project List Development Project Scope The first phase of the PKIMC Term Contract work is now complete with delivery of the final Condition Assessment and Deficiency List. The Assessment identified evaluated systems and finishes throughout the facility and the Deficiency List started to rank priorities based on life safety and urgency of potential repairs. Two issues were identified as particularly urgent—the replacement of the exterior retaining wall along the upper portion of the site, and replacement of the oil tank and underground fuel lines. Design work for projects to remedy both of these issues is currently underway. The next phase of the Term Contract will be to develop a Project List of individual construction projects which will be undertaken to address the identified deficiencies. For planning purposes, the Project List will span the entire 30 years of the building lease with Providence. Attached is the fee proposal for the efforts required to develop the Project List. Many of the items identified as urgent in the Deficiency List are located in the single -story 1968 and 1978 wing of the facility. Finishes and systems throughout this wing are past their service life, requiring future mechanical, electrical, and architectural upgrade/replacement projects. Most urgently, the structural analysis indicated that the 1968 wing in particular lacked lateral bracing to support the concrete roof deck, creating the possibility of catastrophic failure during a seismic event. Since so many of the identified deficiencies are contained in the single -story wing, the Conceptual Plan will examine three possible paths forward: 1) many individual renewal projects, 2) a comprehensive renovation, or 3) a complete replacement of the wing. Each of the options will be represented graphically along with conceptual construction costs to help the Kodiak Island Borough and Providence stakeholders determine which path to pursue. Scope of the project is as follows: • Structural Analysis and Conceptual Design for a lateral bracing system in the 1968 and 1978 wing. The conceptual design will determine locations and extent for the required braces. The structural braces are likely to be the most invasive project required in the facility and determining locations and extent at this early phase will help inform all future decisions about the facility. • Graphic representations of possible Replacement Options for the single -story wing. Given the comprehensive list of projects needed in the single -story wing, a replacement project might be the best Jensen Yorba Wall Architecture Interior Design Construction Management and most cost-effective option. Examining where on the site a new project could be located will be key to making the decision of how best to move forward. Project List of renewal/replacement projects totally approximately $1M/year for 30 years. A presentation in Kodiak of the Structural Analysis, Replacement Options, and Project List by the architect. Please note the following assumptions: • One site visit at the end of the phase has been included to present the work. Preliminary meetings will be conducted via telephone or webinar. • Four hours of assistance by the mechanical and electrical engineers has been included to help in creation of the Project List. Conceptual design work by these engineers is not anticipated for this phase of work. • Two hours of assistance by the professional Cost Estimator have been included to assist in the development of per square foot construction costs for the various Replacement Options. If a more accurate cost estimate is desired for any of the options, we would be more than happy to provide this at a later phase. Thanks again! We look forward to working with you. Jensen Yorba Wall Architecture Interior Design Construction Management o o o o 0 o o o o O o N O Q Q N N N N O O 0 mwm m -n mo 'y O N ti N ry N N N 0 ■ o o o o 0 o o o o O o N O Q Q N N N N O O 0 mwm m -n mo 'y O N ti N ry N N N P 0 D ENGINEERS, INC. September 13, 2019 Mr. Carey Nall Principal Architect, AIA, LEED AP BC+d Jensen Yorba Wall, Inc. 522 West 10th Street Juneau, AK 99801 Subject Providence Kodiak Island Medical Center Structural Engineering Services - Fee Proposal Dear Corey: 182051 Thank you for the continued opportunity to provide structural engineering design services for the Providence Kodiak Island Medical Center. During our initial structural assessment, we determined that the seismic lateral resisting systems for the 1969 and 1976 construction phases were significantly deficient. Therefore, it is now necessary to quantify the scope of work that would be required to upgrade and retrofit these areas to current seismic code. We propose to complete structural analysis and develop conceptual level design for this retrofit scenario. Our deliverable will be conceptual level drawings and details that can be used by the design team to develop the scope and cost of this retrofit work. A fee breakdown is provided in the attached spreadsheet. I hope that these fees work within the design budget. Please contact me at any time with questions. Thank you again for the opportunity. Sincerely, PND Engineers, Inc. jessLe L. Gobeli, PE, SE Principal 1506 West 361h Avenue • ANCHORAGE, ALASKA 99503 • Phone 907.561.1011 • Fax 907.563.4220 a r"1 a G O m 5 0 F c F Lb n cc 0 'd d yN O 2F 0 'd A E 0 KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 CONTRACT CHANGE ORDER Project Name: Project Number: PKIMC Retaining iltetl Fuc T-Ahk 495-537 452.140 20001 A Contractor. Jensen Yorba Wall, Inc. Cost Provide design, bidding, and construction administration services for procurement and installation of a new fuel lank at Providence Kodiak Island Medical Center per proposal dated August 29, 2019. $ 30,549.00 Contract No.: FY2018-28 Original Project Budget: $ 50.000.00 Change Order No.: 03 Previous Budget Changes: $ O.OD Original Contract $ 0.00 Adjusted Project Budget $ 50.000.00 Previous Changes: $ 154,512.00 To -Date Project Expenses: $ 0.00 This Change: $ 30,549.00 To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 185,061.00 Current Remaining Budget: $ 50,000.00 Description of change Cost Provide design, bidding, and construction administration services for procurement and installation of a new fuel lank at Providence Kodiak Island Medical Center per proposal dated August 29, 2019. $ 30,549.00 The time provided for completion of the contract is (® unchanged) (❑increased) (❑decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member In the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approval Please attach Assembly newsletter indicating approval. Accepted By: c__ ° '— `" oPo� I[/ln� Date: 8.29.2019 Approved By. Date`rl I —I � Z Attest: tl' o ate: a Lt� q Borogh Mager If f /7 T'.f w5n80 l Mayor and Deputy Presiding Off icer Approval (doer not mceedfivv permnt of the original contract amoanl or 550,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater thanfrvepercentofopprovedcontract amountor$50.000,whwrraslower) 1 Approved By: Date: Attest: i DuleS• Borough Manager Borough Clea 610? 5 d3S ! Jensen Yorba =0 Wal Q■■ Inc 572 West 101h Street, Juneau, Alaska 99807 907.5861070 jensenyahawaV.com Designing Community Since 1935 Date: August 29, 2019 To: Matt Gandel From: Corey Wall Re: Providence Kodiak Island Medical Center Fuel Tank Replacement— Project Scope Thank you for contacting us to assist in the design of the PKIMC Fuel Tank Replacement. Please find attached a breakdown of our fee proposal. The attached mechanical fee proposal has more detailed information about the project scope, but the following is a summary of our understanding. Scope of the project is as follows: • Installation of new above -ground heating and generator fuel tank on footings as required, location to be determined. Installation of chainlink fencing. • Specifications and drawings for bid tank procurement directly by KIB. • Specifications and drawings for demolition of existing tank and installation Owner -supplied tank. Please note the following assumptions: • A site visit during design has not been included. Site plans, photos and any required as -built measurements will be provided by KIB. • Civil engineering has not been provided. It is assumed that the tank location can be located on Flat ground and that no cutting of the existing bank will be required, • Structural engineering has not been provided. it is assumed that footings and hold-downs for the new tank can be covered by standard details previously developed for other KIB projects. • One mechanical engineering trip has been included during design and one during construction, but no visits by the architect or other engineers. • Sampling by an environmental engineer, or any clean-up of the existing soils is not included. Thanks again! We look forward to working with you. a Jensen Yorba Wali Architecture Interior Design Constriction Management DESIGN SERVICES PROPOSAL SUMMARY Jensen Yorba Wall I= Project: PKIMC Fuel Tank Replacement SERVICES FEE TYPE EXPENSES TAX TOTAL Design Development $9,995 Lump sum $0 $0 $9,995 Construction Documents $8,695 Lump sum $0 $0 $8,695 Bidding and Negotiations $1,770 Time/Expense $0 $0 $1,770 Construction Administration $10,088 Time/Expense $0 $0 $10,088 TOTAL $30,549 G:1 Projects11903910scoperee12078.08.29 PKIMC Fuel Tank Replacement FeeSUM 3 8/2912019 S66'6S STS'9$ 12101 Z69S %01 10oJd/pea4lano EZ6'S$ IelolgnS s!sAleuV A2jau3 2uuewps3 1503 amhal!q]1V adeospuq uolle2!lsanuj sleualeV4 snoPJezeH 2 u!1aa u!Su3 I ea IJ U a13 EZ6'S$ 2uuasu!2u3 le31ue43aw 2uu as u 12u3 l el n10 n115 2upa0u!2u3 OAp :S1NV1lI15NO3 331 S331Ak13S 1N3WdOl3A3a N91S3O 00 Ielolgn5 eloign5 suopeDOpadS veld UPId a1!S saloN / JanO0 suu!me1O (T) 2u!laaw aHV (T) Uuliaavj !oiluo3 Alpena 4uawa2eueW palwd :3uni3311H3NV oul II�M egjoA uasua( 3uawa3eldaa>Iuellaol3WlNd :13afad S331Aa3S1N3WdOl3A3a N9153a IVSOdOHd S3 IMS N91S3O 52$ I 06$ 02$ So$ S6$ 1 56$ 1 OZT$ OK$ I S9$ SITS OPTS 995 S6$ OTTS I SZT$ 0615I OLI$ 1tl1O1 I V I V3 I V3 I 1-a 5-a i I -W3 I u -mi I III -W7 I I -al wal I IIPaI 111u1 Illlul I I-V I 11-V Ill -V I Bawd 11tl15 Say IVJDI:)IVODX31 JaIJEJa JaNeueW uolprulsuoq u8lsao Jo)Jalul 7aa314a1V oul II�M egjoA uasua( 3uawa3eldaa>Iuellaol3WlNd :13afad S331Aa3S1N3WdOl3A3a N9153a IVSOdOHd S3 IMS N91S3O DESIGN SERVICES PROPOSAL CONSTRUCTION DOCUMENT SERVICES Project: PKIMC Fuel Tank Replacement Jensen Yorba Wall Inc. ARCHITECTURE: Project Management Quality Control Meeting (1) Drawings Cover/ Notes Site Plan Plan Sections (1) Details (3) SpeciRcations Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $3,400 Electrical Engineering Hazardous Materials Investlgation Landscape Architecture Cost Estimating Energy Analysis Subtotal $3,400 Overhead/Profit 10% $340 Total $3,740 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $8,695 2019.L.1829'PKIML FUE1 I ank PiepiacementFee-5 5 S Architect Interior Design onstrudion ManageDrafter Exec Cler A ACC STAFF: PMgr A -III A -II A:I Int III Int II ID -111 ID -II ID -1 CM -III CM -II CM -1 D-il D -I EA CA A TOTAL $170 $140 $125 $110 $95 $85 $140 5115 565 $140 5120 595 595 585 58D $40 $85 ARCHITECTURE: Project Management Quality Control Meeting (1) Drawings Cover/ Notes Site Plan Plan Sections (1) Details (3) SpeciRcations Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $3,400 Electrical Engineering Hazardous Materials Investlgation Landscape Architecture Cost Estimating Energy Analysis Subtotal $3,400 Overhead/Profit 10% $340 Total $3,740 TOTAL CONSTRUCTION DOCUMENT SERVICES FEE $8,695 2019.L.1829'PKIML FUE1 I ank PiepiacementFee-5 5 S DESIGN SERVICES PROPOSAL BIDDING AND NEGOTIATION SERVICES Project: PKIMC Fuel Tank Replacement Jensen Yorba Wall Inc. STAFF: Architect I Interior Design onstruction Managel Drafter I Exec Cler A ACC TOTAL PMgr I A -III I A -II I A -I Int III Int II 1 ID -III I ID -11 I ID -1 CM -III I CM -II I CM -1 I D -II I D -I I EA I CA I A $170 $1401 5125 $110 $95 $85 $140 $1151 5651 5140 $1201 $95 $95 586 $8C I S40 $85 ARCHITECTURE: Project Management Disc Coor/Doc Review Agency Consul/Rev Schedule Dev/Monitoring Pre Bid Meeting Bidding Materials Addenda Bidding/Negotiation Analysis of Alts/Subs Special Bidding Bid Evaluation Construction Contract Subtotal Hours Subtotal Dollars $ CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $600 Electrical Engineering Hazardous Materials Investigation Landscape Architecture Subtotal $600 Overhead/Profit 1096 $60 Total $660 TOTAL BIDDING AND NEGOTIATION SERVICES FEE $1,770 uc a e cemen ee-i - DESIGN SERVICES PROPOSAL CONSTRUCTION ADMINISTRATION Project: PKIMC Fuel Tank Replacement Jensen Yorba Wall Inc. ARCHITECTURE: Project Management Pre -Construction Con Clarifications Submittal Review Testing/lnspection RFIs/RFPs/CO'S Field Observations x @ x hours Substantial Comp) Ins x @ x hours Final Completion InsF x @ x hours Close-out Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $5,553 Electrical Engineering Hazardous Materials Investigation Landscape Architecture Subtotal $5,553 Overhead/Profit 107S $555 Total 56,108 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $10,088 2019.08.29 PKIMC Fuel Tank Replacement Fee -70 CA 7 9/29/2019 Architect I Interior Design onstruction managel Drafter Exec A Cler A ACC STAFF: I PMgr A -III I A -IIA -I Int I11 Intll I ID -III I ID -II I ID -1 I CM -111 CM -11 CM -1 D -II I D -I I EA I CA I A I TOTAL $170 $140 $125 $110 $95 $85 1 5140 1 5115 1 565 1 $140 $120 S95 $95 585 1 $80 1 $40 1 $85 ARCHITECTURE: Project Management Pre -Construction Con Clarifications Submittal Review Testing/lnspection RFIs/RFPs/CO'S Field Observations x @ x hours Substantial Comp) Ins x @ x hours Final Completion InsF x @ x hours Close-out Subtotal Subtotal Do CONSULTANTS: Civil Engineering Structural Engineering Mechanical Engineering $5,553 Electrical Engineering Hazardous Materials Investigation Landscape Architecture Subtotal $5,553 Overhead/Profit 107S $555 Total 56,108 TOTAL CONSTRUCTION ADMINISTRATION SERVICES FEE $10,088 2019.08.29 PKIMC Fuel Tank Replacement Fee -70 CA 7 9/29/2019 I Engineering, Ina August 13, 2019 Jensen, Yorba, Wail 522 W. 10th Street Juneau, AK 99801 ATTENTION: Corey Wall Dear Corey, REFERENCE: Providence Kodiak Island Medical Center Fuel Tank Replacement Mechanical & Electrical Engineers RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • The project scope is based on Option 2 from our Fuel System Repair/Replacement memo dated July 25, 2019. Option 2 consists of replacement of the existing fuel tanks and piping with a new above grade double wall "Fireguard" type UL -2085 listed tank located adjacent to the 1997 mechanical room to supply both the emergency generators and boilers. The new tank size is estimated at 10,000 gallon, the tank size will be calculated during the design. Once the tank size is established, the new tank location will be coordinated. • We will provide three design submittals, 65% Design Development, 95% Construction Documents and 100% Signed documents for bidding. We will provide technical specifications in CSI Format with each design submittal. The 65% specifications can be used for tank procurement by the owner. • We have included a plan in hand design phase site visit by a mechanical engineer to walk through drawings on-site to verify existing connections and extent of demolition following the 65% submittal. • Mechanical design will include the new fuel tank and fuel piping to connect to the existing day tanks in the building. We assume the existing day tanks and fuel pumps will be re -used with the new fuel tank. • We will attend two Architectural Review Board meetings, after 65% and 95% design submittals. We will attend by teleconference from Anchorage to discuss owner review comments on the design submittals. • Bid phase services include preparation of addenda material and attendance at the prebid meeting by teleconference from Anchorage. • Construction administration (C/A) services include submittal review, DCVR review/response, review of operation and maintenance manuals, and preparation of record drawings based upon contractor generated redline mark-ups. • We have included one mechanical construction inspection. Exclusions: • Design of the tank foundation or seismic restraint of the lank is not included in our proposal. • Electrical design is not included in our fee. At this time we do not anticipate any electrical modifications will be required for the new fuel tank. Hazardous Materials and cost estimation services are not included in our proposal. 670 W nrmeed Ln, Sia 206 Anchorage, AK (967) 27&6521 I w na.•Y ¢ August 13, 2019 • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. RSA proposes the following lump sum design fees for this project: Lump Sum Design & Bid Fee Mechanical 65% Design Submittal $ 3,400 Design Site Visit (1 Mach) $ 2,673 95% Design Submittal $ 2,165 100% Construction Documents 1,235 Subtotal (Lump Sum Design Fee) $ 9,473 RSA proposes the following time and expenses construction administration fee estimate for this project: Time and Expenses CIA Fee Mechanical Bid Phase $ 600 In Office C/A $ 2,880 Site Inspection (1 Mach) 2,673 Subtotal (C/A Fee Estimate) $ 6,153 GRAND TOTAL: $15,626 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed. We have attached a copy of our Standard Terms and Conditions to provide guidelines for contractual issues in the absence of a formal contract for this project. We look forward to working with you on this project. bpp/ttg/hhm 19-03491P19-247 Attachment Accepted for Jensen, Yorba, Wall Sincerely, Brian Pekar, P.E. Associate Principal Engineer I'ay,: 2 cf 3 August 13, 2019 RSA Engineering, Inc — Standard Terms and Conditions This document Is intended to provide guidelines for contractual issues in the absence of a contract supplied by our client. Performance: RSA Engineering, Inc., herein known as RSA and its employees will exercise the degree of skill and rare expected by customarily accepted practices and procedures. No warranties, expressed or Implied, are made with respect to RSA's performance, unless agreed in writing. RSA is not a guarantor of the project to which its services are directed, and responsibility is limited to work performed for the client. RSA is not responsible for acts and omissions of the client, nor for third parties not under its direct control. RSA shall not be liable for any reason for any special, indirect or consequential damages including loss of use and/or loss of profit. RSA may rely upon Information supplied by the client engaging RSA and its contractors or its consultants without independent verifications. Ownership of Documents: Documents prepared under this agreement are Instruments of Service for the sofa use and benefit of the Owner. RSA retains a property interest In the work products including rights to copy and reuse. RSA grants the Owner a perpetual and non-transferrable license to reproduce the Instruments of Service for their Intended use, Including the right to reproduce for construction, upkeep, operation and maintenance. RSA will incur no liability from the unauthorized use or modification of the Instruments of Service for other than their original purpose without RSA's written permission. RSA's signatures, professional seals and dates shall be removed from the Instruments of Service when these documents are used for other than their intended purposes. Governing Law.- This aw:This contract shall be governed by the laws of the State of Alaska, and any lawsuits brought thereon shall be filed at the Judicial District Court in Anchorage, Alaska. Insurance: RSA maintains errors and omission insurance (claims made basis), commercial general liability insurance, automobile liability insurance and workers compensation and employer's liability insurance for employees performing work under this contract. Indemnity. RSA shall indemnify, defend and hold the client, agents and employees harmless from and against any and all claims, demands, suits, liability of any nature under this agreement resulting from negligent acts, errors or omissions of RSA, RSA's officers, agents, and subconsultants who are directly responsible to RSA. RSA is not required to indemnify, defend or hold harmless the client for a claim of, or liability for, independent negligent acts, errors, or omissions of the client. If Mere is a claim of, or liability for, a joint negligent act, error or omission of RSA and the Client, the Indemnification, defense and hold harmless obligation of this agreement shall be apportioned on a comparative fault basis. Dispute Resolution: Prior to initiating court action, RSA and the client shall in good faith seek to settle or resolve the controversy by submitting the matter to mediation In Anchorage, Alaska. Such notice shall be within the statutory time limit for commencing a legal action involving the controversy. The independent third party Mediator will be selected by mutual consent of both Parties from a list of available members of the American Arbitration Association. If the parties do no resolve a dispute through mediation, binding dispute resolution shall be through litigation in a court of competent jurisdiction in Anchorage, AK. Proposals: Proposals expire 90 days after submission to a client unless a different expiration limit is included in the proposal. RSA may withdrew or modify a proposal at any time prior to acceptance by the client. Payments: Payments for RSA Services shall be made after client's approval of RSA submission and invoice. Client shall review and approve each submission and invoice and shall pay the invoice amount within 30 days (or other agreed upon timetable) of approval. If the owner does not approve a submission it shall be returned to RSA for revision. Invoicing: RSA will Invoice on a monthly basis. All invoices shall be due and payable upon receipt. Interest charges of 1.5% per month may be assessed for unpaid balances beyond 120 days past due unless other arrangements are made. In the event billing is on a pay when paid basis, RSA and the client agree to six months past due prior to assessing interest charges unless other arrangements are made. It is agreed that in the event of failure of the client to make payments In compliance with this agreement, RSA, at its option, may terminate all services in connection with this agreement. Termination: This contract may be terminated by either party upon 30 days written notice, should the other party fail to substantially perform in accordance with the terns and conditions herein. In the event of termination the consultant shall be paid compensation for services actually performed and for reimbursable expenses actually incurred. RSA reserves the right to complete analysis and records as are necessary to put files in order, and were considered by us necessary to protect our professional reputation. Pagu 3 of 3 KODIAK ISLAND BOROUGH 710 NEILL BAY ROAD KODIAK, ALASKA 99615 CONTRACT CHANGE ORDER Project Name: Project Number: PKIMC Retaining Wall 495-537 452.140 20003.4.A Contractor. Jensen Yorba Wall, Inc. Cost Provide geotechnical investigation and concept design to repair/replace the retaining wall and expand $ 84,143.00 parking area at Providence Kodiak Island Medical Center per proposal dated July 29, 2019. Scope of Contract No.: work to include coordinating and scheduling drilling company, providing a report summarizing PY2018-28 Original Project Budget: $ 100,000.00 Change Order No.: 02 Previous Budget Changes: $ 0.00 Original Contract: $ 0.00 Adjusted Project Budget: $ 100,000.00 Previous Changes: $ 70,369.00 To -Dale Project Expenses: $ 0.00 This Change: $ 84,143.00 To -Date Project Encumbrances: $ 0.00 Adjusted Contract: $ 154,512.00 Current Remaining Budget: $ 100,000.00 Description of Change Cost Provide geotechnical investigation and concept design to repair/replace the retaining wall and expand $ 84,143.00 parking area at Providence Kodiak Island Medical Center per proposal dated July 29, 2019. Scope of work to include coordinating and scheduling drilling company, providing a report summarizing findings from geotechnical investigation, and providing preliminary concept designs and cost estimates. The time provided for completion of the contract is (® unchanged) (0 increased) (Odecreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in die absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than five percent of approved contract amount or $50,000, whichever is lower, require assembly approvaL Please attach Assembly newsletter indicating approvaL Accepted By: �� "' n .. Dale: 8.29.2019 Ir Approved By:s I/i�Il�ll + , II 'i ld ?i1t1��,!4`� a mn,����r i1•ar� ���t,i�•�!+.�3 Mayor and Deputy Presiding Officer Approval (doer nal exceedfhr percerZ'6h i rmetamount or 350,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (gmater thanfn•e percent ofappmved contract amount or $50,000, whichever is tower) Approved By: Date: Attest: Dale Borough Manager Borough Clerk SEP 5 2019 i .. ^;)iaK.IMtA$r1A f Kodiak Island Borough Assembly Newsletter 4 b Vol. FY2020, No. 39 _ _ August 16, 2019 At Its Regular Meeting Of August 15, 2019, The Kodiak Island Borough Assembly Took The Following Actions. RECEIVED FY2019 Year End Budget Vs. Actual Results From Finance Director, Dora Cross. AUTHORIZED The Borough Manager To Execute Contract No. FY2020-02 With Brechan Construction, LLC For An Amount Not To Exceed $59,850. AUTHORIZED The Borough Manager To Execute Change Order No. 2 Amending Contract FY2018-28 With Jensen Yorba Wall, Inc. Of Juneau, Alaska For Architectural And Engineering Services Term Contract In An Amount Not To Exceed $84,143. AMENDED, ADVANCED Ordinance No. FY2020-02 To Public Hearing At The Next Regular Meeting Of The Assembly On September 19, 2019. ADVANCED Ordinance No. FY2020-05 To Public Hearing At The Next Regular Meeting Of The Assembly On September 5, 2019. CONFIRMED Mayoral Appointments Of The Members Of The Consolidation Committee. CONFIRMED The Mayoral Appointment Of Mr. Duane Dvorak To The City Seat On The Planning And Zoning Commission. CONFIRMED The Mayoral Appointment Of Mr. Matthew Novello To The Borough Seat On The Planning And Zoning Commission. View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facabook.com/KodiakistandBorough © Twitter. 6j, @KodlakBorough M0000000 ti X I 0 0 0 0 0 0 0 0 N 0 W0000000 Y Jw L ba m O C X Y .Y W m C CL � s 0 0 c E c Z c E u o o0 E m E E E E E E y C C C •N > O U C O O a m_' > C a v ao_o_o_aann O EEEEEEwmwX d a0 -i L � u N a vwi m in 0 u m u u m E E Y A L O Y C O � c E c Z c E u o o0 E wO N o v O a .O o Y o O v C Z C C C •N > O U C O O a m_' > v O � d a0 -i L � u N a vwi m in 0 u m u u m NONESEEN N O V1 O of O Yf N MEMO (D-0 L� m oa Q) � Q O 0 G V 0 p G d V Q ut _ O n V u E0 O m ' = S U a X W L m C _ 00 L G 0 Y m v L 1!f S a N O C G `w � G ❑ G: m ^ ti ❑ � C p a m m C N Q- y iv u3 0 7 c = o 0 o N N Z U N O O O N � o G ^ _ m J Gp m N — r 'y a O 2 Z C _ m A c m lr _ m jp a o 0 3 �N d ry o0 O U m < n L a N Q Q e w °; vii m o c v ry S -1721 N m e g W w W111Y U u U o n d> Y Q 1= C Y uti w C G N W L v f`p O VI a h m �• x° - Z `� L O U a C o m o o O q VI — > W O =~ 9 u O 9 d VI W V la na J y `n C u a Z W e t o U C \ u u 0 u Z H e0 op uu C pp 'onNG aH vt U m q - �`oi3aTi � 900 o Zj 2wG Y EP c M= NO� s ol 6 - g f - u 0 T O IIIIIIIIIIIII V - 3a=$= as=o 2 u E oiii r`-3 s ol 6 - g f - u 0 T O C c L - b V - 3a=$= as=o 2 u E oiii r`-3 s ol F-3711AF1751 ENGINEERS, INC. June 24, 2019 Mr. Cory Wall Jensen''orba Wall, Inc 522 Tenth Street Juneau, Alaska 99801 PND 192017.02 Re: Kodiak Medical Center Wall Retrofit and North Parking Lot Geotechnical and Civil Engineering Conceptual Design Services - Fee Proposal Dear Con•, PND Engineers, Inc. (PND) appreciates the opportunity to assist Jensen Yorba Wall, Inc. al'VC on the Kodiak Medical Center Wall Retrofit and North Parking Lot Conceptual Design. We understand that the Kodiak Island Borough would Eke to make improvements to the existing, deteriorating crib -wall along the west side of the Kodiak Medical Center Parking as well as explore the feasibility of a new parking lot north of the existing parking. The Borough plans to retain a professional surveyor who will prepare digital topography of the site. Tlae wall was inspected and evaluated by PND in 2017. Further repair or retrofit designs depend on the sub surface soils condition. Thus proposal letter outlines the geotechnical investigation and the conceptual design of rhe north parking for renovation. Auliaifviled Impmvemeulr Improvements to be constructed include: 1) Stripping overburden and excavating for a new parking area. 2) Possible retaining structures to maximize benefits and minimize development costs fora parking area serving 30 to 50 vehicles. 3) Retrofitting the retaining wall or removing part of it and sloping earth to a stable position. Scope ofSenires PND proposes the following services 1) Geotechnical Investigation: Retuning %v all retrofit schemes depend on the characteristics of the subsurfaace conditions. PND proposes drilling test holes at roughly 200 foot intervals above 9360 GLACIER HIGIi1CAY, SUITE 100 JUNEAU, ALASKA 99801 - Phone 9075862093' Fax 907,5862099 Page 2 Kodiak Medica Center Will Retrofit and North Parking Lot Geotechnical and Civil Engineering Conceptual Design Services - Fee Proposal June24,2019 and behind pet along the existing wall (approximately four holes) and in the area of the new parking lot (approximately 2-3 holes). The holes will be bored to a depth that is below the level of the parking area, and below the retaining wall toe. The investigation will be conducted using both Standard Penetration Test (SPT) methods and Cone Penetration Test (CPT) methods. SPT samples will be taken at the surface and every i vertical feet thereafter. CPT testing is conducted continuously and has the potential to provide expeditious results thereby reducing field time. Hole drilling will be monitored by noting the soil characteristics as well as noting ground water depth, and sampler or probe advancement resistance. Samples will be taken to our lab for index and, if applicable, secondary testing. The results will be used in developing concept -level grill retrofit or replacement options, as well as parking lot construction recommendations accounting for the geoteclvaic l conditions. A letter form report detailing the investigation, findings, and recommendations will be provided. 2) North Parking Lor Concept Playout and Design: Following receipt of die digital topography, we will create a 3D computer model of the site and prepare a parking lot kgout for 30 to 50 cars. If necessary to minimize earthwork we will prepare conceptual designs for retaining Walls. We will perform a slope stability analysis that includes stability of the proposed lots subject to static and seismic loads. We will prepare a concept design for drainage system. We will prepare a rough order magnitude cost estimate for the parking lot. It will include an appropriate level of derail estimation of construction materials, a construction contingency to coyer unknowns, and an estimate of indirect costs anticipated for pre -design, design, and construction phases. 3) Nall Retrofit Concept Design: Using the topography and the results for the geotechnical investigation PND will explore retrofit schemes including removal of wall and reducing the earth slope, soil nailing the wall and casting a new concrete face, and anchoring to existing wall header members and ming to a new cast in place concrete face. If necessary we will perform slope stabilityanalysis subject to gravity and seismic loads. A conceptual design cost estimate will be prepared that includes construction costs, constriction contingency, pre -design and design costs and construction phase engineering. PND will include a letter -form narrative of conceptual designs and die cost estimates. Stheda(e We can commence field investigations and concept design within 2 weeks after receiving the digital topography and your notice to proceed. We anticipate taking 4 to 6 weeks after given notice to proceed to complete the above outlined work. Page 3 Kodiak Medical Center Will Retrofit and North Parking Lor Geotechniail and Civil Engineering Conceptual Design Services - Fee Proposal Jtme24, 2019 Fcet PND proposes to provide the above outlined services on a time and material basis nor to exceed fees of $71,955. Detailed breakdowns of these fees are attached. We will monthly invoice our labor in accordance with the attached rate schedule and our expenses at cost plus 10 percent. Hopefully, this proposal suits your needs. if you have questions or need additional information, please feel free to contact me. We look forward to your response and working with you on this project. Sincerely PND Engineers I Juneau Office Chris Gianorti, P.E, S.E. Senior Engineer, Enc P \ D m n o ANN NN SI O 9 N D D N N N N ry� m O N pm O P O O O N O N N N N N VIN N N „ U 0 cg N H c >y g D m y N n � D � m n 6 n a a3 C 2 C u U � ' —R z d S NH �UmmUamm � N � W N Nw o� a N N d m N W N W f 1 F 9c O u c N — d c V LL J a Z U = e c m LL - .o f E Dmf a q aed_ N 0 S z�m°mo E' n�dv�na S C Q W q y 0 m iv a'¢tno3cc� �°- a m ANN NN SI 9 D D a C D D 9 0 cg c D y N n � D � m n n a C 2 C u c —R NH �UmmUamm � am June 26, 2019 Scan Sjosledl, P.E. PND Encineers, Inc. 1506 W.30 Ave Anchorage, Alaska P.O. Box 111145 Anchorage, Alaska 99511 (907)344-6431 Far(866)901-3499 Quote 9 19-268 Discovery Drilling Inc. is pleased to submit this cost estimate for geotechnical drilling services in Kodiak, AK. We plan to utilize a rubber track mounted Geoprobe 7832DT, supported by a 2 -man crew to complete this project. We also plan to mobilize our CPT Suite. Discovery Drilling understands the scope of work is as follows: • Mobilize drill rig, crew and equipment to the Kodiak Hospital Site. • Drill, sample and backfill 5 bnringx ranging from 20'-70' in depth, o Borings shall he backfilled with cuttings and or clean locally sourced fill material (gravel). o We plan to advance 4" air rotary casing using a down hole hammer and collect split spoon samples at standard geotechnical intervals (surface, 5', 7.5', 10' and every 5' thereafter) o Should we encounter bedrock we plan to spot core 10' of rock using an NQ core barrel. • Advance one CPT sounding to 70' bgs or relosul (refusal defined by CPT operator on-site). o All CPT logs shall he made available to PND immediately upon completion o CPT pro software shall be made available temporarily In PND for log analysis, however PND may use their own software if they choose. Discovery Drilling assumes the following regarding Oris work: • Client will be responsible for site access. • Client will be responsible for utility locates. • Guard Rail shall be available as a winch point if necessary for drill rig stability • Water shall be made available from either a fire hydrant or die hospital or retirement home for use drilling • No wage requirements apply to this work. Mobilization/Demobilization of drill rig, crew and equipment S 12,00() Geotechnical Drilling Services —estimate 4.5 days (i' S 4,1 D0 i day S 18,450 CPT Services— estimate %3 day Ca S 5,200 / day S2,600 Air rotary / NQ core expendables — estimate 240' m S7/ft 5 1,680 Air Compressor Rental —estimate 5 days n S 200 / Jay 5 1,000 Estimated Project Total S 35,730.01) We look forward to working with you on this project. Please call with any questions you may have. Sincerely, Keeler Brawn Discovery Drilling Inc. keeter(r.disncvervdrill in e. corn ®1® 1 IN ENGINIA RS. INC. Professinn:d: Survernrs: Technicians: PND ENGINEERS, INC. STANDARD RATE SCHEDULE EFFECTIVE NOVEMBER 2018 Senior Engineer VIl 5195.00 Senior Engineer VI S180.00 Senior Engineer V 5160.00 Senior Engineer IV 5150.00 Senior Engineer III 5140.00 Senior Engineer Il 5130.00 Senior Engineer I 5120.00 Staff Engineer V S115.00 Staff Engineer IV S 110.00 Sudf Engineer III S105.00 Staff Engineer ii 595.00 Staff Engineer I 590.00 Environmental Scientist VI 5170.00 Environmental Scientist V SI55.00 Envirunmenu l Scientist IV S140.00 Etvironmcm:d Scientist III 5125.00 Environnxm:d Scientist II SI 10.00 Environmental Scientist 1 595.00 GIS Specialist 595.00 Senior Lind Surveyor III 5125.00 Senior Land Surcevor 11 5115.00 Senior Lind Surveyor I 5105.00 Technician VI 5130.00 Technician V SI150) Technician rV 593.00 Technician III 585.00 Technician 11 575.00 Technician I 550.00 CAD Designer lrl 5115.00 CAD Designer V 5105.00 CAD Designer IV 590.00 CAD Designer III 575.00 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2018-28 Change Order No. 01 Project Name, Number & Location Cost Amount of Contract & Change Order PKIMC Condition Survey • Complete condition survey of the Providence Kodiak Island Medical Original Contract $ Term Contract electrical, and structural engineers. Following site visits a written report 540-740 450.436 will be provided offering a comprehensive analysis and evaluation of existing building systems. • Proposed updated Renewal and Replacement schedule based on the Previous Changes $ 0.00 Contractor This Change $ 70,369.00 Jensen Yorba Lott, Inc. Adjusted Contract $ 70,369.00 Description of Change Cost Change order to term contract 2018-28 to include: $ 70,369.00 • Complete condition survey of the Providence Kodiak Island Medical Center facility, including site visits by architect and mechanical, electrical, and structural engineers. Following site visits a written report will be provided offering a comprehensive analysis and evaluation of existing building systems. • Proposed updated Renewal and Replacement schedule based on the priorities identified in the condition survey as well as Providence and Borough priorities and available funding. The time provided for completion of the contract is (M unchanged) (LJ increased) ( decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will anoly thereto. Accepted By: Recommended: 1 t Approved By: not exceeding Per Borough Code 3.30. I0 thousand dollars (5200,000), it $200,000, it will require the i Revised by FISEC 04/23/14 Date: 7 7. Q Date D�F�inance Direct 7►Cre9L V/ 1/�%a A a Date up t five percent (5%) and not exceeding two hundred fh mayor and deputy presiding officer, if it exceeds 5% or lease attach Assembly newsletter indicating approval. Date: September 10, 2018 Kodiak Island Borough Engineering & Facilities Department Projects Office 710 Mill Bay Road Kodiak, Alaska 99615 Phone(907)486-9210 Fax(907)486-9347 To: Phil Kovacs, EIF Director From: Matt Gandel, Project Manager/Inspector/4- RE: Contract 2018-28 Change Order #01 Attached is change order 401 to term contract 2018-28 for Jensen Yorba Lott (JYL) for architectural/engineering services for Providence Kodiak Island Medical Center (PKIMC). This change order is to provide a complete condition survey of the PKIMC facility, including site visits by the architect and mechanical, electrical, and structural engineers. A written report will be provided documenting the condition of the existing structure and systems. As part of this process JYL will recommend updated to the current Renewal and Replacement schedule, The cost for this work is being charged to the Hospital Enterprise Fund. Jensen Yorba Lott Inc. Serving Alaska Since 7935 Date: August 14, 2018 To: Dave Conrad, Kodiak Island Borough From: Corey Wall RE: PKIMC Condition Survey Fee Scope Memorandum Introduction JYL and our design team were pleased to be selected as your partners for the Providence Kodiak Island Medical Center Term Contract. As part of the initial scoping process, Joann and I travelled to Kodiak to attend several meetings with the various PKIMC and KIB staff and walk through the entire PKIMC campus. We have also reviewed all the current documentation for the building, including the 2005 conditions surveys, more recent system descriptions, and scanned drawings. The overall goal of this 3 -year Term Contract will be to design the initial 2 or 3 Renewal and Replacement projects on the Borough -owned building. Although there was a draft Schedule of R&R projects for the building completed at the time of the lease renewal in 2017, much of the information the Schedule was based upon was incomplete or out -dated. Although there is lot of good information in all the documents, the most in-depth surveys were done 13 years ago and much of the subsequent work has not been comprehensive. Our initial review indicates that the Renewal and Replacement Schedule is not completely coordinated either with the scope of work identified in the various condition surveys or with current Providence and Borough needs. The attached initial "pre -design" proposal is to develop a revised Condition Survey and Renewal and Replacement Schedule for the KIB work at the facility. The work can be divided into two deliverables: the Condition Survey and the Renewal and Replacement Schedule. Condition Survey The first step will be a comprehensive Condition Survey of the entire campus to guide future projects at PKIMC. The survey will build on the good work done in 2005, evaluating all current conditions and systems. The survey will not focus on programming issues or possible changes in layout, but we will identify those which will impact renewal and replacement projects. To start this Condition Survey, we will bring the architects, mechanical, electrical, and structural engineers to Kodiak for an on-site exploration of the entire building. This review will take several days with all systems reviewed and cataloged. ARCHITECTURE • INTERIOR GEtiIGN • CONS[RUCTMON NIANAGENIENT 52-1 WH710nr SrRF.ET JUNFAU, AI.ASKA 99801 (9111586.1070 FAX (907) 586-1959 �c �.1r.jcnscnyorhaL 0. Li nm PAGE 1 of 1 Deliverables for this phase will be a written report, similar to the 2005 Physical Evaluation. The report will be keyed to current building plans, but we do not anticipate any in-depth as-builting or CAD drawing of the building in this phase. Renewal and Replacement Schedule Once the Condition Survey is complete, we will work to refine the Renewal and Replacement Schedule. Although this Schedule will not change the overall dollar amount expended from that shown in the lease agreement, the ranking and size of the various projects will be modified to reflect the priorities identified in the Condition Survey. Deliverables for this phase will be a spreadsheet with projects and costs identified similar to the 2017 Renewal and Replacement Schedule. The Schedule will list anticipated projects for the next 30 years. The Schedule will contain rough construction costs estimated by the design team. For both phases, we anticipate one two-day trip for the architects and engineers. Subsequent meetings and discussions to refine the Survey and Schedule will be done via web -based meeting or tele -conference. Notes and Schedule Please note that the fee proposal does not include a Civil Engineering review. PND, the structural engineers, have already analyzed the retaining wall at the rear of the property and will review these findings in their portion of the condition surveys. Other civil issues are not anticipated based on our initial walk-through, but civil engineering services can be added later if required. Hazardous Materials Sampling is not included in the proposal since we believe a comprehensive survey of the facility has already taken place. A professional cost estimation firm is not included at this time. The engineers and architects will provide rough construction costs for the purposes of the Renewal and Replacement Schedule. If more detailed cost estimation is required, these services can be added as desired. We should be able to schedule the site visit 2-3 weeks after getting the NTP. We will complete the Survey and Schedule work within a month of the site visit. Thanks again for contacting us! We look forward to partnering with you ARCHITECTURE • INTERIOR DESIGN • C ONS-rItUCTILIN MANAGEMENT 511 WEST Wni 57R M. JUNEAU, ALASKA 999111 (99)7 596.11171) FAX (9917) 596-1959 �ru•w.j�ros�n1•arFalu t t.rom PAGE2 SEEM Q D VF VT V? {/} V} V V} Q1 NONE I -- ■■■O o a rl o r, V U L C N y C 61 N ri I x I 0 0 0 0 0 0 0 0 vi Ln 0 0 0 0 0 0 0 wl Vl VT V to V} V) V� Z w Vl CL X w a E E E E E E w. 61 N aaaao.o_aa E E E E E E wx w > > > > > > J J J J J J QJ pJ EE P p w v o 0 0 0 0 0 0 LL v+nyr�v}vt+n.n r,ZEI-FV) m Lo � m 0 IL U � Y a J Q L N Vl O d a u G 0 0 m C O m m � a c E 6 w m E u o E o o tw Q u oo aa�0 i } N O z O Q: .N j O -O O m V7 W }O+ UV m Z CQQ G U m , m m U N >Q v C C min of J Q .O ' o v v ,_ c c c P f- a U v O O O Q O V1 a Ln a. in N O U m U U F �. SEEN ■■E■ MEMO J m O � o O N V 0 N ula m �n O O a� a Q p o 0 P d V � v Q O O O u a m x W to O O m N m m O C3 = m m h Q N 00 O � � e u O � N O O O y� P rl 0 u N O O _ w Op — N Q � N V d p � M m C � — m p m m o m Q ti ut In 010 ti U Q V v; Q = P h a � m P N tft P N N m N Q1 O m � r rn u u o E S a , c E m w o v Is a a+ o j V v a� � m •- v\ v LZ w V 6ui t Q u �' O U= K p of O m of V m CJ 0 W W W N W U J K u LU o 0 m a O n w p K n IL y F u O = 6 m 0 coo Q.P. ula m �n 0 W W W N W U J K u LU o 0 m a O n w p K n IL y F u O = 6 MENU ■OM■ ■ENO 2 a � � �b-ss °zii� = z pis I RSA Engineering, Inc. Jensen Yorba Lott 522 W. 10th Street Juneau, AK 99801 ATTENTION: Dear Corey, REFERENCE: August 14, 2018 Corey Wall Mechanical& Electrical Engineers Providence Kodiak Island Medical Center Condition Survey RSA Engineering is pleased to offer a fee proposal for mechanical and electrical engineering services for the referenced project. We have based our scope of work on the following assumptions: • We will visit the site to perform a condition survey for mechanical and electrical systems. We will have two mechanical and two electrical engineers visit the site for two days to review the existing systems in the hospital. Mechanical will review plumbing, heating, ventilation, air conditioning systems in the building. Electrical will review power distribution, lighting and special systems. Prior to site visit we will review existing survey work. • After the site visit we will develop anew condition survey report similar in format to the 2005 report • We will work with owner to refine the renewal and replacement schedule, updating based on current condition of equipment and current code requirements. • We will attend two meetings to discuss the project with KIB Staff. We will attend the meeting by teleconference from Anchorage. Exclusions: • Travel delays are not included in our fee for site visits outside of Anchorage. Travel delays will be billed up to 8 hours per day of actual time including reimbursable expenses incurred. • Cost estimation services are not included in our proposal. RSA proposes the following lump sum fees for this project. Task Mechanical Electrical Site Visit Prep/Document Review $ 1,320 $ 1,360 Site Visit $ 5,940 $ 6,120 Condition Survey $ 6.540 5 7,180 Subtotal $ 13,800 $ 14,660 GRAND TOTAL $31,288 670 W F,Mn Ned Ln Ste 200 Anchwage. AK (8671276.0621 0 we namk mm Expenses $ 2,828 August 14, 2018 Please review and advise if this proposal is acceptable by signing below and returning a copy to our office as our notice to proceed We look forward to working with you on this project. Sincerely, Brian Pekar, P.E. Associate Principal Engineer bpplhhm 18-04181P 18-002 Attachment Accepted for Jensen Yorba Lott Providence Kodiak Island Prepared Brian Pekar Medical Center By. Associate Principal JYL Title: 8(9/18 Job RSA Name: Engineering, Inc. Refinement of task 1: task 2: task 3: Refinement of Fee Proposal Spreadsheet Review Previous Site Visit Renewal Replacement Condition Surveys Schedule CLASS RATE QUANT. FEE QUANT. FEE QUANT. FEE TOTALS Principal Mech.Engr. 5210.00 Principal Elec.Engr. S210.00 4.0 5840 18.0 $3,780 28.0 55,880 510,500 Associate Principal -M 5180.00 4.0 5720 18.0 $3,240 28.0 55,040 59,000 Associate Principal -E S180.00 Senior Engineer - M $150.00 4 5600 18.0 $2,700 10.0 51,500 S4,800 Senior Engineer - E 5150.00 Project Engineer- M 5130.00 Project Engineer - E 5130.00 4 5520 18.0 $2,340 10.0 51,300 54,160 Staff Engineer II - M 5110.00 Staff Engineer It - E $110.00 Staff Engineer I - M $100.00 Staff Engineer I - E 5100.00 Senior Designer- M 5125.00 Senior Designer - E $125.00 Designer - M S9D.00 Designer - E 590.00 CAD Technician - M 575.00 CAD Technician - E $75.00 Clerical/Admin - M $65.00 Clerical/Admin - E $65.00 Labor Total 52,680 512, 60 $13,720 S28,460 Mach. $1,320 Mach. 55,940 Mech. 56,540 $13,600 Elec. $1,360 Elec. 56.120 Elec. 57.180 $14,660 travel airfare RT 5260.00 4 51,040 $1,040 overnight lodging 5224.00 4 5896 SB96 car rental $237.00 1 5237 $237 car mileage $0.51 meals or perdieum 565.00 8 $520 5520 taxicab/parking 516.00 long distance calls $1.00 Reimbursables Subtotal 2,693 $2,6931 5% continenc 5135 $135 Reimbursables olal 5 , 8 S2,828 TASKTOTALS $2.680 $14,888 i 573.720 Rate Type: IRSA Posted Hourly Rates SHEET TOTAL $31,288 RSA a I c _ Engineering, Inc. ;' p Fee Proposal Breakdown � e Avg. Rates:1 $21D 1�3100."'$15R ' $130 $110 ' $100 $12. Mech- Review Previous Condition Surveys Review exist drawings and reports 1 1 4.0 1 4.0 Subtotal: Elee- Review Previous Condition Sr. Review exist drawings and reports Mech- Site Visit Travel Time 2.0 2.0 Site Survey -2days 16.0 180 - Subtotal: Elec- Site Visit Travel Time Site Survey - 2 days Update Condition Survey Revise Renewal/Replacement Sch Telephone Meetings - 2 Subtotal: Elec-Reflnement of Renewal Replae Update Condition Survey Revise Renewal/Replacement Sch Telephone Meetings - 2 2 v a"C ENGINEERS, INC. iignnst 8.2018 Mr. Curer \N all Principal Architect. AIA, LI --HD AP BC+d Jensen Yorba Litt, lnc. i_? \C'est IUth Slrccl luticau, Ali 998(11 Subject: Prortth nu• Koduak lahuul Medical Centcr Structural I`nguwcring. cmiccs - Pce Proposal Dear Mr. \\ nll 18J-1189 'I 11,111k)(m for the opp0rtunno to provide struetuad enl;inetnng design srnicc, for the Pnoidvnre Knchnk lslnnd Aledlcnl Center. I understand that this first pan of our %cork will involve a tv%i ed ertndition suney of the entire 110Spttal (:train. It waq indicated that architectural, mechanical and electrical would conduct an on-site sun ci, a hilt structural a mild conduct a rr%ie%v of existing ulna wigs. I have pro%iticd n ice for the office work 1)t the aIwtltrd spr•xi Beet. Additionally, I feel that it u important that we complcte an mi-%ttv strm tural mink at duo t%rl% stage. 'I lie original strurture was built in 1968 %udl a number of adthuotis and souse unknowns. During our nn -site review, tic can verify the existing con,%ruction against the available drawing: and review the condition of the structure. With this int-inmitinn we will be Mile it, protide an accurate nesesetticut of building strurutr l uPgradcs that %%ill lie Heeded for the facility. The on-site review would he r01111ueted frrnn PND'.+ Anclurage nfuec to keep costs lore. A fee breakdown is prmided in the attached spread licei nknig with ottr cirrcnt rove shed. I hupt that dtese fees wr irk within the desigti budget. Please contact me 3t any tune u.itli yuestiuns. Thank you again for the opportunity. Sincerely, tial) Gngincers. Inc lesse I-. Gobeh. IT, Sl: Principal 1506 West 361h Avcnue ANCHOILWE, ALASKA 99503 - Phonc 90'561.11)11 - I7ax 91)".i63.4120 V U m N N m a N W O H u n c 1c - n Y W F c j t o a d V N w n — g /"'yGCJI I - Lit" -9 = Document B102'" - 2017 Standard Form of Agreement Between Owner and Architect without a Predefined Scope of Architect's Services AGREEMENT made as of the 10th day of May in 01e year 2018 (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 907486-9210 and the ArchilecL (Name, legal status, address and other information) Jensen Yorba Lott, Inc, General Corporation 522 West 100) Street Juncau, Alaska 99801 Telephone Number 907-586-1070 for the following (hereinafter referred to as "the Project"): (Inser7 information related to typev nfservices, lacatinn, facilities, or other descriptive information ev appropriate) Providence Kodiak Island Medical Center Kodiak, Alaska Various CIP Projects 'Ihe Owner and Architect agree as follows. ADDITIONS AND DELETIONS: The author or this document has added Information needed for its completion The author may also have revised the text of the original AIA standard loan. 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 test. This document has Important legal consequences. Consultation with an attorney is encouraged with respect to Its completion or moth imlion. IniL AN Document 8102^' —2017. Copyright O 1917, 1928, 1948, 1951, 1957, 1958. 1961. 1963. 1866, 1967. 1970, 1974, 1977.1987, 1997, 2007 and 2017 by The Amencan Institute or AmInitecls. All rights reserved. WARNING: This AIA• Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AUIe Document, or any portion of It. may result In severe civil and criminal penalties, and will be y prosecuted to the maximum extent possible under the law. This document was produced by AIA soavr4re at 15 D9 09 on 05110120 1 8 under Order No 5722773652 which expires on 04212019, and is nol Ior iesme User Notes: (MADA21) 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 SPECIALTERMS 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 servicer or identify an erhibit orscopc ofservicer document setting forth the Architect's servicer and incorporated into this document in Section 9.2.) The Scope of Services to be accomplished under this contract shall be its defined in the Request for Proposals for Architectural and Engineering Services for Providence Kodiak Island Medical Center issued by Kodiak Island Borough (KIB) and dated December 2017. The Scope shall be further defined by the attached proposal by Jensen Yorba Lott, Inc (JYL) in response to the RPP and dated January 8, 2018. The Scope shall be further defined as mutually agreed upn by KIB and JYL. § 1.1.1 The Architect represents that it is properly licensed in the jurisdiclion where the Project is located to provide Ole 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) Joann Lott 522 West 10th Street Juneau, Alaska 99801 Telephone Number 907-586-1070 Init. AIA Document 8102^' — 2017. Copydpht O 1917, 1926, 1946, 1951, 1953, 1959, 1961, 1963,1966, 1967, 1979,1979, 1977,1997,1997, 2097 and 2017 by The American Institute of Archilecis. All rights reserved. WARNING: This AIA* Document Is protected by U.S. Copyright Lew and International Treaties. Unauthorized reproduction or distribution of this AIA* Document, or any portion of It, may result In severe civil and criminal penalties, and will be t prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 1509 09 on 05110IM18 under Order No. 5722733652 which expuea on 041212019, and is not for resale User Notes: (3B9ADA21) § 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. § 1.5 The Architect shall maintain the following insurance until termination of this Agreement. If any of the requirements set forth below arc in addition to the types and limits the Architect normally maintains, dee Owner shall pay the Architect as set forth in Section 6.2.3. § 1.5.1 Commercial General Liability. Amounts as required by Kodiak Island Borough. § 1.5.2 Automobile Liability Amounts as required by 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 1.52, 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 lire underlying insurers. § 1.5.4 Workers' Compensation al statutory limits. § 1.5.5 Employers' Liability Amounts as required by Kodiak Island Borough. § 1.5.6 Professional Liability Amounts as required by 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 Qwncr as an additional insured for claims caused in whole or in pari by the Architect's negligent acts or omissions. The additional insured coverage sbull 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. § 22 The Owner identifies the following representative authorized to act on the Owner's behalf with respect to the Project- The Owner shag 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 tire Architect's services. (List name, address, and other contact information) § 2.3'rhe 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 fumish the services of consultants other than these 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 arc reasonably required by the scope Init. Aa Document 8102' —2017. Copyright O 1917, 1926, 1948, 1951, 1953, 1950.1951, 1963, 1966, 1967. 1970.1974. 1977.1997, 1997, 2007 and 2017 by The American Institute of Arc hilecs. All rights reserved. WARNING: This AIA* Document Is protected by U.S. copyright Law and International Treaties. Unauthorized reproduction or dlstribuaon of this AU1* Document, or any porton of N, may result In severe civil and crlminal penalties, and will be 1 prosecuted to the maximum extent possible under the law. This document was produced by AIA seaware at 15'09'09 on 0511012Dte under Order No, 5722733652 which expires on 04212019, and is not for resale next Notes: (399ADA21) 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. § 2.4 The Owner shall famish 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. 12.5 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. § 26 Within 15 days utter 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 greats 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 die Contmclor, Subcontractors, Sub -subcontractors, and suppliers, as well as the Owner's consultants and separate contractors, to reproduce applicable portions of the Instramemts of Service. § 3,3.1 In the event the Owner uses the Instruments of Service without retaining the authors of the Instruments of Service, the Owner releases die Architect and Arebileel's consultunl(s) from all claims and causes of action arising liom such uses.'rhe 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 In the Architect and the Architect's consultants. § 3.5 Except as otherwise slated in Section 3.3, the provisions of this Article 3 shall survive the termination of this Agretairmt. 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 lite 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 aper the date of Subsiantinl Completion of the Work. The Owner and Architect waive all claims and causes of action not commenced in accordance with this Section 4. t.1. § 4.12 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 A20I-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. AIA Document 8102'• —2017. Copyright O 1917, 1925, 1945. 1951, 1953, 1959, 1991, 1963, 1%6,1967.1970.1974, 1977, 1997, 1997, 2007 end 2017 by and. The American Institute or Architects. All rights reserved. WARNING: This AIA• Document Is protected by U.B. Copyright taw and Internatlonai Treaties. 4 Unauthorized reproduction or distribution or this AIA' Document, or any portion of It, may result In severe civil and criminal penalties, and will be t prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15 09 09 on 05710120111 under Order No 5722733852 which expires on 041212019 and is not for resale User Notes: (3B9ADA21) § 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. § 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 ore 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 mutter 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 la die other party to this Agreement, and riled 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 slmll be stayed pending mediation for a period of 6o days from the dale of riling, 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 arbitmior(s) and agree upon a schedule for later proceedings. § 4.2.3 The parties shall share the mediator's fee and any riling 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 bar.) [ ] Arbitration pursuant to Section 4.3 of this Agreement JX ] Litigation in a court of competent jurisdiction [ ] Other (spec+I1) 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 dale of this Agreement.. A demand for arbitration shall be made in writing, delivered to the other party to this Agreement, and filed with the person or entity administering the arbitration. § 4.3.1.1 A demand for arbitration shall be made no earlier than concurrently with the riling ora request for mediation, but in no event shall it be made alter the dote 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. AU10ocument 8107" —2017. Copyright O 1917,1926, 1940,1951,1953, 1950, 1961,1963.1966,1967.1970,1974,1977.199en 7,1997.2007 d 2017 by IniL The American Inslltule of Architects. All rights reserved WARNING: This AIA• Document Is protected by U.S. Copyright law and International Treaties. Unauthorized reproduction or distribution of this AIA• Document, or any portion of It, may result In severe civil and criminal penalties, and will be I prosecuted to the maximum extent possible under the law. This document was produced by AIA sonware at 150909 on 051102010 under Order No 5722733652 which expires on 04212019, and ism for resale User Notes: (3119ADA21I § 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. § 4.3.3 TT1c award rendered by the arbitrators) 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, rally 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 hejoined consents in writing to such joinder. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration ofany 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, whe0mer byjoinder 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, lite Architect shall give seven days' written notice to the Owner before suspending services. In the event are 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 lite 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 die 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 d»s Agreement upon not less than seven days' written notice to the Architect for the Owner's convenience and without cause. § 5.61f 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. Init. AIA Document 6102^'-2017. Copy The American InsOhde of Architects.) Unauthorized reproduction or distrl 1 prosecuted to the maximum extent 5722733652 which expires on 04r2tr. User Notes: O 1917, 1928. 1948. 1951, 1953, 1958, 1961, 1963, 1968, 1987. 1910,1974, 1977, 1987,1997, 2007 and 2017 by this reserved. WARNING: This AIA• Document Is protected by U.S. Copyright Law and International Treaties. in of this ALA- Document, or any portion of it, may result In severe civil and criminal penalties, and will be abie under the law. This document was produced by AIA software at 15.09 as an 0 5110/2 01 8 under order No and a not for resale (3a9ADA21) § 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 in the Architect the following Ices (Set forth below the amount of any termination or licensing fee, or the method for determining any termination fur licensing fee) .1 Termination rec: s0 .2 Licensing Fee, if the Owner intends to continue using the Architect's Instruments of Service: so § 5.3 Lxcept as otherwise expressly provided herein, this Agreement shall terminate (Check the appropriate bar.) [ ] One year from the date of commencement of the Architect's services [ ] One year from the date of Substantial Completion [x ] Otter (Insert another termination date or refer to a termination provision in an attached document orscope ofservice) 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 two (2) Iwo -year extensions. 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. (Luerl amount of, or basisfor, compensation or indicate the erhibit or scope document in which compensation is provider/ far.) Compensation shall be as agreed between the Kodiak Island Borough and Jensen Yorba Lott, Inc. 16.2 Compensation for Reimbursable Expenses 1621 Reimbursable Expenses arc 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 nut-of-lown travel and subsistence; 2 Long distance services, dedicated data and communication services, teleconferences, Projecl web sites, and extranets; 3 Permitting and other fees required by authorities having jurisdiction over the Project; A Printing, reproductions, plots, and standard form documents; .5 Postage, handling and delivery; .6 Expense of overtime work requiring higher than regular 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; .6 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 AIA Document 9102*' —2917. Copyright O 1917, 1929, 1948, 1951. 1953, 1959. 1951, 1963,19116, 1967.1979, 1974, 1977,1997, 1997, 2997 and 2017 by I alt. The Ammon Institute of Architects. All rights reserved. WARNING: This AIA- Document is protected by U.S. Copyright law and International Treaties. Unauthorized reproduction or distribution of this AIA- Document, or any portion of It may result in severe civil and criminal penalties, end will be t prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 1509'09 on 0511012016 under Order No 5722733652 which espuea on 04212019.. and is not for resale User Notes; (3119ADA21) 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. y 622 For Reimbursable Expenses the compensation shall be the expenses incurred by the Architect and the Architect's consultants plus len percent ( 10 %) of the expenses incurred. (Paragraphs Deleted) § 6.3 Payments to the Architect § 6.3.1 Initial Payments § 6.3.1.1 An initial payment of Zero Dollars (SO ) shall be made upon execution of this Agreement and is the minimum payment under this Agrcement. It shall be credited to the Owner's account in the final invoice. § 6.3.2 Progress Payments § 6.3.21 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 dale shall bear interest at the rate entered below, or in the absence thereof al the legal rale prevailing from time to time at the principal place of business of ilia Architect. (Insert rare afmonthly or annual interest agraed upon) 4.00 % per annum § 6.32.2 The Owner shall not withhold amounts from the Architect's compensation to impose o penalty or liquidated damages on the Architect, or to offset sums requested by or paid to contractors for the cost of changes in ilia 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 § 7A This Agreement shall be governed by the law of the place where die Project is located, excluding that jurisdiction's choice or law rules. If die parties have selected arbitration as the method of binding dispute resolution, the Federal Arbitration Act shall govern Section 4.3. § 72 Except as separately defined herein, terms in this Agreement shall have the same meaning as those in AIA Document AI-OITK 2017, General Conditions of the Contract for Construction. 17.3 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 [his 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 ilia 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 E203r*l-2013, Building Information Modeling and Digital Data Exhibit, to establish the protocols for the development, use, transmission, and exchange of digital du[a. ADocument 8102- —2017. Copyrlghl O 1917, 1926,1949, 1951, 1953, 1959. 1961, 1963, 1966, 1967.1970, 1974,1977, 1987, 1997, 2007 and 2017 by InInitALAThe Amenrxn Institute of Architects. All rights reserved. WARNING; This ALM Document is protected by U.S. Copyright Law and lnlematlonal Treatles. Unauthorised reproduction or distribution of this ALA* Document, or any portion of 14 may result In severe civil and criminal penalties, and WIII be ( prosecuted to the maximum extent possible under the law. This document was produced by AIA anaware at 15 09 09 on 05!1012018 under Omer No 5722733652 whrh eapues on 0412112019, and is holler resale User Notes: (30ADA21) § 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 E203Te1-2013, Building Information Modeling and Digital Data Exhibit, and the requisite AIA Document G202^1-2013, Project Building Information Modeling Protocol Form, shall be al 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. § 7.51f the Owner requests the Architect to execute certificates, the proposed language of such certificates shall be submiuLd 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 far 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, die 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 farm 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 prolessionul malcriaLs. The Architect shall be given reasonable access to tie 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 nrthis 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 Architects and Architects' consultant hourly rates shall be colored unit December 31, 2019. Hourly rates shall be renegotiated after January 1, 2020. Init AIA Document 8102^' — 2017. Copyrioht O 1917, 1926, 1945, 1951, 1953. 1956, 1951, 1963, 1966, 1967.1970.1974.1977.1987. 1997. 2007 and 2017 by The American Institute of Architects, All rights reserved. WARNING: This AIA* Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA• Document, or any portion of It, may result In severe civil and criminal penalties, and will be I prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 1509 D9 on 0511012018 under Omer No 5722733652 which expires on 04212019, and is not ror resale User Notes: (309ADA21) 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. 71tis 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 102TeL2017, Standard Form Agreement Between Owner and Architect .2 AIA Document E203Ta1-2013, Building Information Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date ofthe E203 -3013 incorporated into this Agreement) .3 Exhibits: (Check the appropriate bar for an), exhibits incorporated into this Agreement.) I I AIA Document E204M-2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date ofthe E204-2017 incorporated into this Agreement) I X ] Other Exhibits incorporated into this Agreement: (Clearly identify any other exhibits incorporated into this Agreement.) I. Request for Proposals for Architectural and Engineering Services for Providence Kodiak Island Medical Center issued by Kodiak Island Borough (KIB) and dated December 2017. 2. Proposal by Jensen Yorba Latt, Inc.(1YL) in response to the RFP and dated January e, 2018. 3. Schedule of Hourly Rates .4 Other documents: (List other docttmentr, including the Architect's stupe t fservices document, hereby incorporated into the Agreement.) Thi reemenl e t d i to as of the day and year first writte hove. OWNER (Signature) ARCHHVWakje Tony Yorba Corporate Secretary Jensen Yorba Lott, Inc. License: AK -7597 (Printed name, tide, and license number, Ifrequired) G ATTEST: 0 Gil Kodiak IsMY land Borough rough Cie IniL AIA DooUmerd 8102" — 2017. Copydghl01917 1920, 1949, 1951, 1953. 1955, 1961, 1063. 19615 1957. 1970.1974 1977.1997. 1997, 2007 and 2017 by The American Iratttule of Archfects. All rlghts reserved. WARNING: This AIA* Document hiprotected by U.S. Copyright Lew and Intemetlonal Treaties. 10 Unauthorized reproduction or distribution of thl5 AIA° Document, or any portion of It, may result In severe civil and criminal penalties, and will be ( prosecuted to the most mum extent possible under the law, This d=menl was produced by AIA software at is 09 09 on 0511012018 under Order No 5722733852 which exphee on 04f2112019, and is not for resale. User Notes: (3B9ADA21) Additions and Deletions Report for AIAa Document B10f — 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 odginai AIA text. Note. This Additions and Deletions Report is provided for information purposes only and Is not Incorporated Into or constitute any pad of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 15:09:09 on 051102018. AGREEMENT made as of the 10th day of Mav in the year 2018 Kodiak Island Borough, Municipality 710 Mill Bay Road Kodiak. Alaska 99615 Telephone Number 907 486-9210 Jensen Yorha Lutt, Inc., General Corporation 522 West 10th Street Juneau, Alaska 99801 Telephone Number 907-586-1070 Providence Kodiak Island Medical Center Kodiak. Alaska Vannas CIP Proiects PAGE2 The Scone or Services to he accomplisbed under this contract shall be as defined in the Renucst for Proposals for Architectural and Engineering Services for Providence Kodiak Island Medical Center issued by Kodiak Island Borough (KIBI and dated December 2017, The Scone shall be further defined by the attached proposal by Jensen Yorba Lott, lnc.(JYL) in response to the RPP and dated January 8, 2018. The Scone shall be further defined as mutually agreed upn by K1B and JYL. Joann Lou 522 West 1 Oth Street Juneau, Alaska 99801 Telephone Number 907-586.1070 Additions and Deletions Report For AU Document 0102' —2017. Copyright 0 1917,1926.194x, 1951.1953,1958,1961.1963,1%6,1967.1970.1974, 1977, 1987,1997, 2007 and 2017 by The American Insshae of Archileds. An rights reserved. WARNING: This AIA• Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe Document. or any pardon of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent passible under the law. This document was produced by AIA saawere at 1509 09 on D511D2018 under Order No 5722733652 which expires on 04212019, and is not far resale User Notes: (309ADA21) PAGE § 1.5,1 Commercial General Liabilit n,ems;elf eeeuff nee and ,S, in aggregate fef bodily i^^U^Y Bad ^•8^0F4^ damage.. Amounts as required by Kodiak Island Borough. § 1.52 Automobile Liability eayeFiag ..Mere. ewne., and nun owned vehier^- ....�,o, y the fillaiiae! with p Hey eeverage: Amounts as rcauircd by Kodiak Island Borough. § 1.5.5 Employers' Liabilit limtb Amounts as rcauired by Kodiak Island floroueh. § 1.5.6 Professional Liability fessieRel SER'illeS With p8l:05, 1:...it. ^v..^, IO.. n.... ,e ...^_ OMER and (e ) in the aggfegiiie- Amounts as required by Kodiak Island Borough. PAGE § 3.3 The Architect grants to the Owner a nonexclusive license to use the Architect's Instruments of SeMee 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 G. The Architect shall obtain similar nonexclusive licenses from the Architect's consultants consistent with this Agreement. The license granted under this section permits Ore 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 SeMee selely and ervlcc § 3.4 &eep! FQF the lieenser; gnaNed in this Aftfille 3, FIB 01110F lkefiSe OF Fight shall be deefflOd gFialled OF iFHPI ell Instruments of Service shall be at the Owner's sole risk and without liability to the consultants. PAGE 5 [ X ] Litigation in a court of competent jurisdiction rwe idia9zed-usc of Ole ecl and the Architect's Additions and Deletions Report for AIA Document 6102" — 2017. Copydghl O 1917, 1920. 1943,1951, 1953,195x.1961, 1903,1966.1967,19x0,1974, 1977,1987,1997, 2007 and 2017 by The American Insotme of Architects. All rights reserved. WARNING: This AIA° Document Is protected by U.S. 2 Copyright Low and International Treacles. Unauthorized reproduction of distribution of this AIA• Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 1509 D9 on 051102018 under Order No 5722733652 which expires on 04212019. and Is not far resale user Notes: (3e9ADA21) PAGE so so [ x ] Other Tenn of the conlmcl for A&E services shall be three calendar years following the activation of this agreement, with the option for bout parties to agree to two (2) two-year extensions. Compensation skull he as agreed behveen the Kodiak Island Borough and Jensen Yorba Lott, Inc. PAGE § 6.2.2 Por 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. § 6.3.1.1 An initial payment of Zero Dollars (SO ) shall be made upon execution of this Agreement and is the minimum payment under this Agreement. It shall be credited to the Owner's account in the final invoice. § 6.3.2.1 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 rule entered below, or in the absence thereof at the legal rate prevailing from time to time at tie principal place of business of the Architect, 4.00 ole per annum PAGE 9 8.1 Architects and Archilects' consultant hourly rates shall be colored and December 31, 2019. Hourly rales shall be renegotiated alter January 1. 2020. Additions and Deletions Repon for AU Document 9102" —2017. Copyright O 1917, 1926, 1946. 1951. 1953, 1956, 1961, 19M. 1966, 1967, 1970, 1974. 1977, 1987,1997, 2007 and 2017 by The Amenran Ins0lute of Ani+itects. All rights reserved. WARNING: This AIA^ Document Is protected by U.S. Copyright taw and International Treaties. Unauthorized reproduction or distribution of this AIA• Document, or any potion or It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This documentwas produced by AlA sohware at 15 09 09 on 9511(12018 under Older No, 5722733652 which expires on 09212019, and,s not for msek User Notes: (3119ADA21) PAGE 10 [ X ] Other Exhibits incorporated into this Agreement: 1. Request for Proposals for Architneturai and Enaincerina Services for Providence Kodiak Island Medical Center issued by Kodiak Island Borough (KIIJ) and dated December 2017. 2. Proposal by J=on Yorba LoIL Inc.(JYL) in response to Ore RFP and dated January R. 2018. 3. Schedule of Hourly Rates Tony Yorba Corporate Secretary Jensen Yorba Loll Inc. License: AK -7597 Additions and Delegons Report forAIA Document 6102" —2017. Copyright C 1917, 1926, 1948. 1951, 1953,1958. 1961. 198.9, 1986, 1967, 1970, 1974. 1977, 1987,1997, 2007 and 2017 by The AmetMan Institute of Architects. Ail rights reserved. WARNING: This AIA' Document Is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AIA' Document. or any potion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15 0909 an 0511012018 under Order No 5772733652 which expires an 04272019, and Is not (or resale User Notes: (399ADA21i Certification of Document's Authenticity AIA® Document D401ih1— 2003 I, Joann Lott, hereby certify, to the best ormy knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 15:09:09 on 05/1012018 under Order No. 5722733652 from AIA Contact Documents software and that in preparing the attached fmal document I made no changes to the original text of AIA" Document B102F*t - 2017, Standard Porro of Agreement Between Owner and Architect without a Predefined scope of Architect's Services, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) (Title) AIA Document 0I011e — 2003. Copyright m 1992 and 2003 by The American Insbtme of Mari@ds. All rights reserved. WARNING: This AIA* Document Is protected by U.B. Copyright Law and International Treaties. Unauthorized reproduction at distribution of this Allte Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15,09 g9 on MI02018 antler 0rder No 5722733652 which expires on 61212019. and ism] for resale User Notes: (389ADA21) EXHIBIT 1 KODIAK ISLAND BOROUGH REQUEST FOR PROPOSALS Architectural & Engineering Services fo r Providence Kodiak Island Medical Center December 2017 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907)486-9210 Page I of 10 REQUEST FOR PROPOSALS Architectural & Engineering Services for Providence Kodiak Island Medical Center Proposals kill be received until 3:00 p.m, (local time) on January 10. 2018, by the Kodiak Island Borough for architectural and engineering services related to renovation and runewal/replacement projects at the Providence Kodiak Island Medical Center in Kodiak, Alaska. Request for Proposal documents are available electronically through our website w-ivw kodiakak.us. The Kodiak Island Borough reserves the right to reject or accept any or all proposals, to «aive irregularities or informalities in the proposals, and to give particular attention to the qualifications of the proposer. Submit Proposals to: Office of the Borough Manager Kodiak Island Borough 710 Mill Bav Road Kodiak, Alaska 99615 Proposals will be received until the time stated above. Please submit five (5) stapled copies and one (1) electronic copy. Proposals received after the time stated above will be returned unopened. Envelopes must be clearly marked: Architectural & Engineering Services for Providence Kodiak Island Medical Center. Michael Powers, Borough Manager December 7, 2017 Publish: Kodiak Daily Mirror Dec 7, 15, 22, & 29, 2017 Alaska Dispatch News Dec 7, 15, 22, & 29, 2017 Page 2 of 10 IMPORTANT REGISTRATION FORM In order to receive addenda and an) other information which may impact or alter die specifics of this Request for Proposals, please fill out die contact information bcloo 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 Numbcr. Email: Return this form via fax, email, regular mail, or hand delivered to die following location Matt Gandel, Project Manager/inspector Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak. Alaska 99615 Phone: (907) 486-9210 Fac: (907) 486-9347 Email: mgandcl_nkodiakak.us Page 3 of to INTRODUCTION The purpose of this Request for Proposals (RFP) is to obtain professional architectural and engineering (A&E) services to assist the Kodiak Island Borough with various renovation and ronetval/replacement projects at the Providence Kodiak Island Medical Center (PKIMC) located in Kodiak. Alaska. The agencies involved in these projects include die 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. Providence Health & Services The organization leasing and operating the hospital facility known as Providence Kodiak Island Medical Center (PKIMC). 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 alona 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 mics southwest of Anchorage and is the sevcnt}h largest city in die state. Total island wide population including the six villages of Akhiok, Larsen Bay, Karluk, Port Lions, Old Harbor, and Ouzinkic is nearly 14,000 with approximately 11,000 of those residents living in and around die city of Kodiak and its road system. Moderate seasons, cloudy skies, and modemtely heavy precipitation characterize climatic conditions. Average yearly rainfall is 78 inches with an average of 68 inches of snow fall. Wind averages 10 knots with gusts as high as 100 knots. FACILITY PROFILE The Kodiak Island Borough owns the building known as Providence Kodiak Island Medical Center, and leases it to Providence Health & Services. PKIMC provides an extensive array of inpatient and outpatient services, including emergency department, surgery, laboratory services, maternity, general medicine, physical therapy, occupational therapy, respiratory therapy, sleep studies, specialty• clinics, diagnostic imaging services, telehealth diabetes education and pharmacy. The anginal portion of the building is one -stony, 20,000 square feet built in 1968. There have been two significant additions to the anginal building: a one-story 10,000 square foot addition built in 1978, and a three-story, 63,000 square foot addition built in 1996. Pagc 4 of 10 SCOPE OF WORK The scope of work will include the preparation of architectural and engineering (A&E) plans and specifications, cost estimates, and A&E construction services for renovation and renewal/replacement projects at the Providence Kodiak Island Medical Center. The term of the commct for A&E services will be duce vcars %with the option for both parties to ince to two (2) t%vo-vcarexlcnsions. 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: • Replacement of existing windows and interior/exterior doors • Upgrades to HVAC equipment, distribution, and controls system • Replacement of existing plumbing piping and fixtures • Upgrades/replacement of electrical service equipment and lighting • Replacement of roofing systems and interior floor finishes The budget for these projects is approximately $7 million over the next three years. Design packages may be split into phases and/or packages in order to accommodate phasing and budget constraints. Projects may be completed separately or together. and concurrently or in multiple phases over several years, in order to accommodate operational and/or budget constraints. The successful proposer will be required to ensure that planning and design of each project takes into account the significant requirement that the hospital remain operational during construction. Design services shall include the customary architectural, structural, civil, mechanical, and electrical engineering services associated with Conceptual, Schematic, Design Development, and Construction Document phases. CONTRACT AWARD SCHEDULE The anticipated contract award schedule is as follows: RFP Available _...................._ ....... _ ., . ................ ..... ..........,........ December 7, 2017 Proposal Responses Due to KIB...... _._......................................... ..........January 10, 2018 Proposal Revicw................................. ........................... .....January l I -January 19, 2018 Interviews (if necessary) ....................... ............................ ....... Week of January 22, 2018 Recommendation of Firm to ARB......... .......................... ..... .._............ ..January 26, 2018 ARB Meeting to Forward Recommendation of Finn to Assembly ........... February 6, 2018 Assembly Approval.............................................................................. February 15, 2018 Commencement of Fee Proposal and Negotiations................................February 19, 2018 Sign Contract .... .................. .......... .............. .................... ..... ............. Fcbmary 26, 2018 SELECTION PROCESS A. Evaluation & Selection Process Responses to this solicitation will be reviewed and evaluated by a committee of Kodiak Island Borough employees. The committee will recommend one firm for selection to the Page 5 or t0 Architectural/Engineering Review Board (ARB) The ARB %rill review tris selection and provide n recommendation to the Kodiak Island Borough Assembly, which will make the final selection for award. Responses will be evaluated on the basis of the advantages and disadvantages to KIB and PKIMC using the evaluation factors set forth below. Responsive firms will be independently evaluated by each member of the selection committee and ranked numerically. The selection committee will meet to present each member's ranking and discuss each proposers qualifications before agreeing to recommend one firm for award, The selection process for this RFP will be a qualification based selection process where cost of services is not an evaluation criteria There shall be no discussion of cost in the initial response The top ranked firm selected for contract negotiations will be required to submit a detailed fee proposal. B. Evaluation Factors The evaluation factors and the weight of each are: Firm Qualifications and Experience 40% Proposed Project Team 30"0 Management Plan 209a Workload and Resources 10% Total 1000 The specific requirements for each of these evaluation factors is detailed in the Proposal section below. C. Interviews Selected proposers may be requested to interview with the selection committee. Proposers will be notified in writing of the interview requirements, date, time, location, and amount of time allowed for an interview/presentation and question and answer period. All expenses related to proposal development and interview/presentation costs are the responsibility of proposer and shall not be charged to KIB PROPOSAL Proposals should not exceed 15 pages (85 x 11) double sided and stapled, exclusive of appendix, cover page, letter of transmittal and table of contents. Provide five (5) hard copies plus one (1) copy in electronic PDF format on a storage device accessible by a standard USB port. (Adobe Acrobat Reader version 9.0 or later). The response must contain, in the order presented, information to address the evaluation criteria set forth in this solicitation. Submit proposals to: Office of the Borough Manager Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Envelopes should be clearly marked: Architectural & Engineering Services for Providence Kodiak Island Medical Center. Page 6 of 10 Proposals should be stapled and organized according to the following outline. A. Letter of Transmittal: A letter of transmittal shall include the following: 1. The proposces name and address. 2. Statement that indicates the proposal is valid for at least 90 days from the proposal submission deadline. 3. Statement that indicates the proposer's willingness to perform the services described to this RFP. 4. A statement 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. 5. Acknowledgement of any addenda issued during RFP process. 6. Statement that the signatory has authority to bind the proposer. 7. Signature of authorized individual. B. Firm Qualifications and Experience: Weight 40% 1. Provide detailed information on at least two projects of similar scope to the services requested 2. Description of your experience with renovations involving various disciplines, i.e. civil, energy/hcat. roofing, insulation, new construction, etc. 3. Description of your experience with construction projects within working hospitals or health care facilities, and description of die types of challenges you faced and how you overcame them. 4. Description of your experience in developing an overall plan for accomplishing different kinds of renovations over a period of time and determining costlbcncfit analysis for recommended alternatives. 5. Description of your experience with renovation projects in occupied facilities. 6. Discussion ofother projects that your firm has completed which you believe would qualify your firm for this contract. 7. Discussion of why your firm may be particularly qualified to be selected for this contract 8. Provide two references for each project referenced. C. Proposed Project Team: Weight 30% 1. Description of Ute professional qualifications and experiences of the proposed project team members. Discussion of demonstrated expertise in working as a team on recent projects. 2. A response prepared specifically for this proposal is required. Marketing resumes often include non -relevant information which may detract from the evaluation of the proposal Lists of projects are not useful. A focus on die individuals' specific duties and responsibilities and how project experience is relevant to the proposed projects is preferred. 3. A list of at least three references (contact persons and telephone numbers) for each person proposed. Page 7 of 10 D. Management Plan: Weight 20% 1. Discussion of your proposed management plan for this contract. Provide a table or chart that shotes 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. Description of the roles of the team members and your communication strategy with both the Owner and your sub consultants 4. Discussion of your firth's cost estimating procedures during the design process and hots estimates are verifiedlvalidated E. Workload and Resources: Weight 10% I. Discussion of both current and potential projects the fine is contemplating as well as the current and potential time commitments of your proposed project team. ADMINISTRATIVE INFORMATION A. Contact Person Any information required or questions regarding this RFP should be addressed to: Matt Gandcl, Project Managcr/Inspector Enginecring/Facilitics Department Kodiak Island Borough 710 Mill Bav Road Kodiak, Alaska 99615-6398 Phone: (907) 486-9210 Fax: (907) 486-9347 Email: mgandch: kodiakak.us B. Deadline for Receipt of Proposals Proposals may be mailed or hand delivered and must be physically received by KIB no later than 3:00 p.m., prevailing time (AK), January 10, 2018. Faxed proposals are not acceptable. Proposals received after the above proposal submission deadline will not be considered and will be returned. C. Proposers' Review and Substantive Questions Proposers should carefully review this RFP for errors. questionable or objectionable materials and items requiring clarification. Proposers shall put comments and/or questions in writing and submit them to the contact person noted above. Please submit questions at least five days before the due date of proposals. This trill allow time for an addendum to the RFP to be issued, if required, to all recipients of the RFP. D. Addendum to the RFP KIB reserves the right to issue written addenda. to revise or clarify the RFP, respond to questions, and/or extend or shorten the due date of proposals. E. Cancellation of the RFP KIB retains the right to cancel the RFP process if it is in the KIB's best interest. KIB shall not be Page 8 of 10 responsible for costs incurred bN 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. 1. Delivery of Proposals KIB assumes no responsibility or hability 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 priorwritten approval. K. Binding Contract This RFP does not obligate KIB or the selected proposer until a contract is signed and approved by all parties. INSURANCE REOUIREMENTS The Consultant shall provide evidence of insurance with an insurance carrier or carriers satisfactory to die Borough covering injury to persons and property suffered by the Borough or by a third part), which may arise from or in connection with die performance of the work hereunder by the Consultant, its agents, representatives or employees. All of die insurance coverages shall be considered to be primary and noncontributory to any other insurance carried by the Borough, whether through self-insurance or otherwise. The Consultant shall notify die Borough in writing, at least 30 days before cancellation of any coverage or reduction in any limits of liability. The Consultant shall furnish, prior to any work commencing, a certificate of insurance or the polis} declaration page with required endorsements attached thereto — all of v Bich have been executed by the insurer's representative and issued to the Borough shall denote the type, amount, class of opemtiuns covered, effective (and retroactive) dates, and dates of expiration of policies with the requirements noted below: The Kodiak Island Borough and Providence Kodiak Island Medical Center shall be named as additional insured in regards to the Commercial General Liability and Automobile Liability policies. Tlie Consultant shall maintain the following insurance policies with the specified minimum coverages and limits in force at all times during the performance of the Contract A. Workers' Compensation: As required by AS 23.30.045, for all employees of die 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 Page 9 of 10 coverage shall include 1. Waiver of subrogation against the Borough. 2. Employer's Liability Protection at $1,000,000 each accidenticach employee and a $1,000,000 policy limit. B. Commercial General Liability: On an occurrence policy form covering all operations aith combined single limits not less than: 1. $2.000,000 Each Occurrence. 2. $2.000,000 Personal Injury; 3. $5,000,000 General Aggregate; and 4. $5.000.000 Products -Completed Operations Aggregate. 5. Coverage shall include a waiver of subrogation against the Borough. C. Automobile Liability: Covering all vehicles used in Contract work, with combined single limits not less than: I. $2,000,000 each occurrence. 2 Coverage shall include a vvaivcrorsubrogation against the Borough. D. Professional Liability. The Consultant, at his own cost and expense, shall affect and maintain at all times during the life of the Contract a good and sufficient professional liability insurance policy of not less than $2,000,000.00, protecting the Consultant against claims of the Kodiak Island Borough for neGligonce. errors, mistakes, or omissions in the performance of the services to be performed and fumished by the Consultant. Pagc 10 of 10 PROPOSALFOR KODIAK ISLAND BOROUGH ARCHITECTURAL & ENGINEERING SERVICES FOR PROVIDENCE KODIAK ISLAND MEDICAL CENTER �. ..�._ .:c.r.w,t�;cars•^s-' ... _:. .C..�f� ,.-...,.>�_ Jen,,en VMS JENSEN YORBA LOTT, INC. Yorba Son 522 W 10TH STREET I_olLMMM JUNEAU,AK99801 Inc 00 907.5811.1070 JENSEN YORBA LOTf, INC. _ Sirs and madams: ■E■ ■E■ ■E■ ONE Thank you very much for this opportunity to provide Term Agreement services for Providence Kodiak Island Medical Center. We are familiar with the conditions under which the services of this project will be provided. We have been working in term agreement and other projects for KIB for many years. I was, in fact treated at the Medical Center for an illness while on a two week assignment in your community. I am personally grateful for the kind and committed care I received there. We are committed to the same level of care and service to KIB and to your Medical Center in accomplishing this work. This proposal is valid for at least 90 days from the proposal submission deadline. We are willing and committed to providing the services and commitments described in this proposal. We intend that all staff and other resources which are required to perform the services described in this RFP will be made available by our organization over the life of the anticipated contract. We acknowledge three addenda issued during the RFP process. Antonio Yorba, corporate secretary of the firm of Jensen Yorba Lott, Inc is the signatory and has authority to bind our firm to this proposal. Sincerely, ruor— Antonio Yorba Corporate Secretary tony@jensenyorbalatt.com 522 West Tenth Street Juneau, AK 99801 907.586.1070 www.jensenyorbalott.com PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL & ENGINEERING SERVICES PAGE 1 1 B. FIRM QUALIFICATIONS, AND_EXPERIENCE ............... . 1. Provide detailed information on at least two projects BRH TOMOSYNTHESIS: BRH Imaging pe - of similar scope to the services requested. riodically replaces old technology with new, im- Jensen Yorba Lott Inc. (JYL) has been leading design teams and providing comprehensive architectural services throughout Alaska since 1934. In that time we have accomplished literally thousands of projects, many of them renovations for repeat clients or as term agreement projects. The members of our design team have likewise been providing services for many years for repeat clients in term agreements. Many of our projects are of similar scope to the services you request in the RFP. We also understand that health care facili- ties are constantly evolving due to the breathtaking pace of advancements in all areas of medicine. Since this is a multi-year term agreement project it is quite possible modifications and renovations will be required in that time that have not yet been imagined. Our team has the experience, knowledge and creativity to help you take advantage of those advancements with the maximum speed possible and with the minimum disruption to ongoing operations. Oftentimes, the projects completed under a teen agreentent are in fact separate projects, developed in separate design processes, bid as various projects and constructed under different general contracts. Thus, it is helpful to consider clusters of projects developed for a single medical campus, municipal facility or school district. The following are some of the most representative clus- ters of projects that have been accomplished similar to the term agreement you are considering: BARTLETT REGIONAL HOSPITAL (BRH), JUNEAU Over the past 30 years JYL has successfully completed over 100 renovation and major maintenance projects at BRH, far too many to describe here. We are currently designing the BRH Oncology Pharmacy which needed to be re -configured due to new safety regulations for infusion therapy drug compounding. Through a col- laborative process with BRH facilities and the Director of Pharmacy, 5 different concept designs were devel- oped, two of which were selected by BRH for further development including associated construction costs. The project is slated to continue through construction documents, bidding and construction this year. Other recent BRH improvements include: proved technologies to better serve the community. The most recent improvement was the addition of tomosynthesis equipment which vastly improves breast cancer screening. The project encompassed renovation of two mammography rooms into a to- mosynthesis room and was developed through sev- eral meetings with facility staff and collaboration with equipment providers. JYL provided design, construction documents, bidding and construction services for the project. The work occurred in the occupied hospital under controlled construction schedule to minimize down time for the Mammog- raphy suite. BRH MENTAL HEALTH FINISHES: After com- pletion of the BRH Adult Mental unit (designed by a Seattle firm) it was noted that the common areas of the facility were extremely loud due to installa- tion of hard surfaces. JYL was hired to develop a design for new interior finishes that would reduce noise in the unit and offer a more calming environ- ment. JYL hired an acoustician to assist in devel- opment of new interior surfaces that would absorb sound but also offer the abuse resistance and safety features needed in environments where people may be at risk of hurting themselves and others. The design was carefully implemented to include tamper resistant material installation and abuse resistant materials. • BRH LIFE SAFETY DOORS: Fire rating up- grades were accomplished for a variety of doors identified as needing increased fire prevention ratings or door hardware improvements in order to meet evolving code requirements. • BRH ROOF REPLACEMENT: This project in- cluded evaluation of residual service life remaining in the existing roof, followed by research and de- velopment of roof replacement concepts that meet BRH requirements for durability, ease of instal- lation and maintenance, all with the goal of mini- mizing disruption or contamination of ongoing operations. This included development of phasing strategies to minimize disruption of patients or ongoing operations. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL it ENGINEERING SERVICES PAGE 1 2 B._FIRM.WAUFICATIONS_AND EXPERIENCE BRH MEDICAL SURGICAL NURSING: This project included renovation of existing semi- private patient rooms into private rooms; develop- ment of two bariatric rooms; and development of group rooms for group rehabilitation of orthopedic surgery patients. BRH CT SCAN RENOVATION: JYL provided space planning to house new, improved CT Scan equipment. The project encompassed develop- ment of a new space for the scanner and associ- ated control room within the existing Imaging department. JYL provided design, construction documents, bidding and construction services for the project. The work occurred in the occupied hospital under controlled construction schedule to minimize impacts to the Imaging department. KODIAK ISLAND BOROUGH (KIB) Term Agree- ments for Capital Projects, Kodiak Middle School Renovations and Small Schools Renovations Since 2000 JYL and the JYL design team have been constantly providing design, bidding and construc- tion phase services under a series of term agreements that resulted in improvements in virtually all KIBSD facilities. We include them as a single term agreement because the conditions of the contracts, including the descriptions of the clients, recipients of design services, and project management positions are all the same, although there has been some evolution of KIB project management. The design team firms were essentially the same as the team proposed in this proposal, with the addition of additional key design leads. The large majority of the projects accomplished are school proj- ects that must be bid and constructed within a very tight window of execution, requiring the sort of plan- ning and phasing required of your hospital project. The scope of work accomplished runs the gamut of tasks indicated in the RFP. Some of the projects ac- complished include: KODIAK MIDDLE SCHOOL RENOVATIONS: Working with KIB staff, JYL and the rest of the de- sign team have provided virtually all aspects of design services at the middle school. We have exhaustively investigated existing conditions, developed budget- ing, functional priorities and phasing. We have worked with local, state and federal authorities having juris- diction to ensure the work was compliant with the requirements of a wide range of grants and interest groups. A variety of seismic, flooring, controls, me- chanical and lighting improvements, and a major roof replacement were accomplished over multiple con- struction seasons. Most significant was the develop- ment of structural improvements, primarily a series of concrete shear walls, to mitigate a significant risk of structural collapse in the event of an major seismic event. Most recently a project to upgrade the HVAC controls, fire alarm, and elevator was recently complet- ed, and an underground fuel tank and paving project has been successfully awarded. A boiler replacement project, including provisions for an electric boiler, is in the preliminary planning stage. All projects have been completed without significant delay or disruption of the school year, despite the fact that unknown, con- cealed ACM floor adhesives were found in one phase. We worked with the contractor and KIB project man- agement staff to develop methods for abatement, and floor installation methodologies to minimize the effect of the additional work on the budget and the school year. EAST ELEMENTARY RENOVATIONS The design team worked with KIB project manage- ment and school district staff to configure numerous projects that meet EED requirements and provide maximum benefits to the KIBSD. Past projects in- cluded window replacement; heating system improve- ments; roof replacement; generator and boiler addi- tion; and other improvements. More recently, a multi phase approach was developed for interior improve- ments after we determined that the risks of disruption of the school year was too great to attempt the scope of work as a single phase. Phase I included the up- grade of existing restrooms for ADA compliance with replacement of all finishes, fixtures and accessories. Phase II will replace casework; doors; floor finishes PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL f& ENGINEERING SERVICES PAGE 1 3 B. FIRM QUALIFICATIONS AND EXPERIENCE and the supporting mechanical and electrical in project areas. All phases included working in close alliance with KIB, district and state EED, collaborating on solu- tions that best serve the needs of all stakeholders. SMALL SCHOOLS FLOOR FINISH REPLACEMENT: Akhiok, Karluk and Ouzinkie: Replacement of floor finishes throughout the schools including abatement in project areas. This was one of several projects accom- plished for KIBSD village schools. These projects are most notable for the scheduling and logistical chal- lenges inherent in working on remote sites. Peterson Elementary School/Main Elementary School: The design team worked with KIB/KIBSD personnel to develop technical options to correct long term moisture problems that had caused numerous floor failures as well as repair of gymnasium flooring. Working with manufacturers, we developed moisture barrier solutions as well as a new synthetic gym floor to replace damaged wood floor in gymnasium. JUNEAU AIRPORT RENOVATIONS: JYL has provided planning; concept design; construc- tion documents; bidding; and construction admin- istration to virtually every airport terminal improve- ment since the terminal was first designed in 1948 by our firm. Most recently we worked with airport staff and stakeholders to first develop a masterplan and then accomplish that masterplan with a series of improvements large and small. Projects have included: replacement of outdated window systems with high energy efficiency window framing and glazing systems; design of a modular metal panel rain screen cladding solution to eliminate chronic leaks due to the EIFS system; design of a replacement to the highly energy inefficient IRMA roof system with a system providing much higher R value as well as protection from fre- quent leaks caused by bird damage to EPDM flashings. Notable improvements included development of the JUNEAU INTERNATIONAL AIRPORT first ground sourced heat pump system as the primary heating system for an airport terminal in America as well as new entrance door systems, and numerous other improvements. SOUTHERN PENINSULA HOSPITAL OPERATING ROOM HVAC IN HOMER, AK: Design team member RSA provided mechanical and electrical design and construction administration services as the prime consultant to replace the HVAC system in two of the operating rooms at the South Peninsula Hospital. Mechanical scope included re- placement of the existing air handling unit and con- densing unit serving the operating rooms with a new air handling unit and chiller system. The new systems were designed to provide heating, humidification, de- humidification, cooling, pressurization, and ventilation in the operating rooms to comply with ANSUASHE/ ASHRAE Standard 170. The design included upgrades to the Medical Gas system in the operating rooms to comply with NFPA Standard 99. EGAN CONVENTION CENTER, ANCHORAGE: RSA has been working with the Municipality of An- chorage and the convention center operations con- tractor for over 10 years to prioritize and perform system upgrades and replacements. This has included replacing the domestic piping; remodeling the main restrooms; replacing the boilers; replacing the chillers; new lighting controls; rebuilding the air handlers in place; and replacing the pneumatic control system with digital in a multiyear phased process as well as other projects. We have worked with the owner and users to systematically go through each system and bring it up to date and prioritize the order of the updates while keeping the projects within the funds available each year. The term contract has been very beneficial to the Municipality of Anchorage, as they contact the same design team directly for projects. The design team can keep an overall plan in mind as each project is scoped, sometimes with new project management and mainte- nance staff as client personnel rotate in and out. For many of the nmjorpublic facilities in Anchorage the RSA design team has people on staff with nearly as much knowledge of the facility as the maintenance staff due to the length of time they have been working in these facilities. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL fs ENGINEERING SERVICES PAGE 1 4 B. FIRM_QUAUCATIQNS_ AND EXPERIENCE 2. Description of your experience with renovations in- volving various disciplines, ie: civil, energy/heat, roofing, insulation, new construction etc. In renovation projects, often the full scope of work of consulting disciplines isri t necessarily known at the outset of design. An inspection of the existing condi- tions by representatives of all disciplines required and documented in a conditions survey is usually the most efficient first step. However, sometimes it isri t imme- diately clear what the full range of disciplines required to accomplish the work is. Therefore, in our experi- ence, we have found it most cost effective to carefully review the proposed scope with the Owners project management before any existing conditions inspection is undertaken. This ensures the required expertise is present the first time, so that disruptive (and costly) repeat visits are avoided. This is especially important for projects involving medical facilities as any disrup- tion of the delivery of care must be avoided or mini- mized to the extent possible. For instance, we were asked to design replacement of a curtainwall system in an elementary school. In discussing the work with facilities staff prior to our site visit, it was revealed that the heating system included a concealed fin pipe sys- tem that was attached to the curtain wall. A mechani- cal engineer was included in the site visit so that this work element could be adequately evaluated. The site visit must be as thorough and multidisci- plinary as possible. Design team members should observe the conditions that affect each others work to ensure all risk elements are identified to the greatest extent possible. For instance, Kodiak Middle School was originally designed as a low slope structure with clerestory windows. During the 1980's, a metal roof was installed supported by a new, complex, secondary structural system, with many new systems installed in the interstitial space. The initial site visit to Kodiak Middle School included architectural, structural, me- chanical and electrical design team members crawling through that interstitial space to ensure conditions that would affect the anticipated new structural and mechanical work were identified. In another project at Petersburg Elementary School, the scope included replacing mechanical equipment suspended from the underside of the floor structure in a crawl space below the building. Architectural staff accompanied the mechanical engineers to ensure no other disciplines would be affected. We found that highly flammable cellulose insulation had been sprayed to the underside of the exposed wood structure. Design team members scraped off some of the spray insulation to find ex- posed foam plastic insulation below it. This condition was similar to that which had existed at Hooper Bay School and which resulted in a catastrophic fire. We worked with EED, school district and state fire mar- shal personnel to ensure it was corrected even though it had not been part of the original scope. The conditions survey documenting findings from the multi disciplinary site visit is critical to ensuring that the required scope of work is documented. It is a road map for the design efforts to follow. The condi- tions survey can be as simple as a technical memo, or a more inclusive effort including consideration of de- sign options and their relative benefits, costs (includ- ing life cycle costs), phasing, risks, sustainability and other factors. Perhaps most importantly, the multi- disciplinary quality of the conditions survey makes it an ideal collaboration tool. The design team uses it to help owners, project management, facilities staff and other stakeholders to evaluate the risks and potential impact of construction to ongoing facility operations. Risk management and cost factors are thus considered before design even begins. The design team has col- laborated with KIB staff on numerous projects such as these in the past, and we have found it is a very thor- ough, and efficient process that has yielded great value. We have described our multi -disciplinary approach in previous projects. Following are some examples of our experience with individual consultant disciplines: Civil: JYL worked with team member PND Engineers on geotech, design and construction documents for paving projects at KMS and Peterson Elementary Schools, which were just successfully bid. We col- laborated with local surveyor Jim Purdy to establish the existing lines, levels and built elements. PND contracted with a Kodiak excavator to dig test holes for the geotechnical. The resulting information was used to design suitable sub base, considering typical Kodiak conditions such as ash layers, as well as the special design parameters and constraints due to the type of rock and fill materials locally available. The paving solution thus considers local conditions which greatly affect service life and maintenance requirements. As PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL a ENGINEERING SERVICES PAGE I s B. FIRM -QUALIFICATIQNS_AND EXPERIENCE with all Kodiak projects, the work was reviewed by the Architectural Review Board (ARB). The ARB identi- fied some curb configurations in the documents that have not proven to be optimal in snow removal and other service conditions. We worked with PND to promptly modify the design documents to satisfy these conditions. We also collaborated with ARB and KIB staff to develop a wide range of alternates to ensure a maximum of work (and grant funds) could be award- ed. The take away: JYL and PND worked to achieve maxi- mum value to the Borough for the work undertaken, considering local Kodiak materials and best practices methodologies. Energy/Heat: Design team mechanical/electrical engineers RSA have accomplished literally hundreds of mechanical system replacements in all kinds of facili- ties. Most of these tend to be boilers, water heaters, and air handlers, which often require close coordina- tion to minimize or eliminate temporary disruption of services to medical facilities. They can be multi- discipline projects when there are architectural and structural implications to get equipment in and out as well as updating aspects of the facility to current codes. A recent example is the boiler replacement at Peterson Elementary School (Kodiak), where JYL and PND teamed with RSA to upgrade the existing boiler building as part of the overall scope. We also teamed to evaluate the advantages of electric boiler retrofits to better utilize electrical power generated by KEPs wind farm. We have performed a number of life cycle cost analy- sis in Kodiak and elsewhere with RSA, but the most interesting and unique may be the potential ground sourced heat pump analysis we conducted with design team Energy Engineer, Jim Rehfeldt. This analysis was conducted as part of the pre -design phase of the Kodiak High School Renovation and Addition. At the time, the cost of diesel fuel was rising with no end in site. KEA wind farm was just getting underway. We were asked to evaluate heating options that avoided the constraints of conventional fuel oil or electricity. Jim has perhaps the most experience in the state with ground sourced heat pumps, having conducted feasi- bility studies and concept design for systems through- out SP. Alaska. He identified vertical wells as the most cost effective way to harvest latent heat in the ground, and identified the KMS playground as a suitable loca- tion for the wells. We worked with a local well driller to install a geothermal test well with analysis equip- ment to measure the quality and quantity of heat. We found that conditions were not optimal for geothermal application in Kodiak Jim's approach is conserva- tive, and the extended payback required to justify the system included too many risk factors. They included assumptions on the future cost of oil, and the cost of wind generated power. His conservative approach proved well founded, as the unthinkable did occur, the cost of oil dropped significantly and has remained low for the forseeable future. In addition, wind power has proven itself in Kodiak. Dietake away: The JYL team uses sound, conservative engineering principles to guide design solutions. MB— CUP lTlN,fIlp fi,61N.EWE •t,l iY CON, Yn — =NO VIII C~&M FK Nm WSWEN- Mn o THE C VAC1,6Y QEWAi" R J"CMNMN re n1 SQL (ril CLWDTORY JANE KODIAK HIGH SCHOOL DETAILS PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL ft ENGINEERING SERVICES PAGE 1 6 d ;.•......� I - re n1 SQL (ril CLWDTORY JANE KODIAK HIGH SCHOOL DETAILS PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL ft ENGINEERING SERVICES PAGE 1 6 B. FIRM QUALIFICAMNS.AND_EXPERIENCE 3. Description ofyour experience with construction projects within working hospitals or health care facilities, and description of the types of challenges you faced and how you overcame them. The JYL team has a very deep well of experience with health care facilities. As described in section 1, we have been responsible for a wide variety of interior and exterior projects at BRH. Our other design team mem- bers are likewise experts at developing appropriate responses for medical facilities. From this first hand experience, we know that construction within work- ing hospitals always has to be done very carefully for the safety of the patients, and this experience informs our efforts at all level of design. For instance, we are familiar with using protective shielding to get above ceilings to determine as -built conditions while keeping the surrounding area clean. Hospitals are 24-hour operations, so often, we have to access certain areas at specie times of the day or night to avoid interfering with hospital operations. Phasing of space use is always a consideration in hospi- tals to keep as many functions operational as possible. During various renovations at Alaska Regional Hos- pital, team member RSA worked closely with project management to perform'rolling remodels', remodel- ing only about a third of the area at a time. This keeps all of the hospital functions operational with suitable mechanical and electrical support (albeit sometimes in cramped quarters) as each phase moves through the remodel. For the Southern Peninsula Hospital operating room remodel, the owner had to take the operating rooms out of service to have them reworked. This made for a very stringent and demanding schedule. RSA had to hit the design deliverables on time and we had to make sure the contractor delivered the project on time in order for the hospital to resume scheduled operations. There was no margin for error or delay so we worked very closely with the owner and contractor to make sure all issues and questions were handled in an effi- cient manner both during design and construction. In a separate project, JYL encountered similar challenges on the BRH Medical Surgical Nursing; ensuring the surgical unit remained in constant use, free of intro- duced pathogens during renovation of existing semi private patient rooms into private rooms; development of two bariatric rooms; and development of group rooms for group rehabilitation of orthopedic surgery patients. Die primary challenges for construction within an occupied hospital are; safety ofpatients and staff, and duration of construction. Safety of patients and staff is accomplished through complete isolation of the construction area from all medical delivery and staff areas as well as ensuring emergency egress routes are maintained around the construction site. Complete isolation ensures quality infection control as well as control of dust and noise. This is accomplished through tight construction enclo- sures; control of air flow; introduction of 100% exhaust air from the construction zone (negative air pres- sure); walk off mats; and entry enclosures. It includes control of staging areas and flow of deliveries as well as ensuring hospital staff and patients have protected routes around construction areas. Specific infection control measures are identified in collaboration with hospital staff and described in the contract documents. Often medical facilities have their own infection con- trol criteria that can be included. JYL construction management then assures implementation and mainte- nance of the infection control measures for the dura- tion of the project through daily inspection. Stop work orders and 'notice of deficiency' can be issued during construction to insure compliance. The duration of construction is also of critical im- portance. The shorter the duration of disruption, the better for the facility in regard to infection control, and the bottom line. JYL typically develops project schedules which require a short "on site' construction period. We stipulate that the contractor must prepare and submit shop drawings, obtain approvals, com- plete fabrication and confirm material delivery dates, prior to start of any on site work Mobilization and demolition work is delayed to the last possible time prior to material delivery to create the shortest possible construction duration. The contractor is required to develop a work schedule for approval, which reflects the shortest possible on site construction duration. Phasing of construction and disruption of services is considered as designs are developed to minimize dis- ruption. Where possible, renovation is located where on going operations can continue without disruption PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL & ENGINEERING SERVICES PAGE 1 7 B. FIRM .QUALIFICATIONS AND EXPERIENCE until relocated to the new space. However, there are times when an area and service must be shut down completely in order to accomplish the renovation. This was the case in the recent BRH Tomosynthesis renovation. The space slated to house the new equip- ment was also where the old equipment was located. For this project we dictated that the duration of on site work would be minimized. No work was allowed on site until all materials were on site or already en route. This required pre planning, pre order and delivery of materials and an organized approach. All on site work was completed in 6 weeks from start to finish. An example of the approach above is the roof replace- ment we designed and administered for BRH. Once the outline of a technical solution was developed, we worked with hospital and project management staff to determine how best to implement the work. One of the major issues to be addressed was how the work affects the hospital's Infection Control Risk Assess- ment (ICRA). The ICRA Committee had identified numerous risk factors related to the airborne trans- mission of infectious agents and mitigation measures in the ICRA. We evaluated the potential for various roofing methodologies to compromise these infection controls. BRH was built using both concrete decks and steel decks. Despite the positive pressure in the hospital air system, it was documented that the numerous breaks in the steel decking provided potential passages for pathogens to enter infection controlled spaces. In addition, the steel deck areas are prone to noise and transmission of vibrations, often far from the actual source of the vibration, which could dislodge spray fireproofing, dust and other contaminants. However, even the concrete deck areas posed significant risks that had to be addressed. For instance, our energy analysis suggested that cost savings would support a significant increase in the thickness of roof insula- tion. This resulted in raising the finish roof elevation, as much as 12 inches in places. As a result, every roof mounted fan, exhaust cap, vent pipe and boiler stack had to be raised, as did the roof parapets. At each of these locations there are openings in the concrete deck with the potential to compromise the infection con- trolled spaces. To mitigate this risk, we worked with mechanical engineers to refine our detailing limit- ing the number of trades required to accomplish roof penetrations and to minimize the amount of time the interior was at risk. We have described a few of the challenges associated with construction in working medical facilities. There are of course many more. Although the saying goes, "There is nothing new under the sun", the reality is that each project will present unique conditions that pose new challenges. We realize very quickly when a new challenge or problematic condition is apparent. Our multi -disciplinary team make-up as well as our institutional emphasis on a collaborative approach, fosters a willingness to recognize risk. It also fosters the ability to identify the resources necessary to achieve a speedy resolution of risk. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL EL ENGINEERING SERVICES PAGE 1 8 B. FIRM QUAUFICATIONS_AND _EXPERIENCE, 4. Description of your experience in developing an overall plan for accomplishing different kinds of renova- tions over a period of time and determining costlbenefit analysis jar recommended alternatives. As mentioned in section 2, we start virtually all our renovation projects with a conditions survey. If the owner has an existing conditions survey, we perform a plans in hand site visit to confirm the conditions described and verify the findings, or recommend alternative approaches. Depending on the project the conditions survey is part of Pre -Design, which is a key first step in the overall planning process. It may also include development of as -built drawings, a conven- tional site survey, geotechnical report. The scope of work suggested in the RFP leads us to believe a conventional conditions survey is adequate to begin the planning process, assuming that as -built drawings are available. However, an important step not mentioned in the RPP that we would recommend prior to the Conditions Survey would include staff level and management level interviews. Staff level in- terviews are important because oftentimes, anecdotal information is shared with the design team that may not at first seem important but which could be crucial to the success of the project. • Case in point, facilities staff complained about the lack of adequate make up air supplied by a me- chanical system on a recent project. However, all indications were that the systems were activating properly. The engineer noted a sensor indicating a lack of airflow in one area. The engineer crawled into the large intake air ductwork and found that a single protruding screw prevented the duct damp- ers from opening. For years maintenance staff had been unable to operate their system satisfactorily because of a single screw. Their anecdotal infor- mation led to the solution. Management level interviews are critical to the long term success of the project. As we described previous- ly, we understand that medical facilities are constantly evolving with medical advances. It would be important to discuss long term equipment and treatment goals of the facility, so that provisions can be built into current project improvements to ac- commodate future improvements. Our design team always works closely with facility management early in the project to determine which systems have to stay operational for which periods of time during a renovation. This is key to assuring the plan is something that is actually possible to construct. This can involve such things as planning isolation valve locations that need to get cut in early to isolate certain areas of mechanical systems while keeping the rest of the system live around the project area. Or setting new breaker panels to make new circuits for a remodel area and then cutting over circuits from the existing panel as each area gets capable of being turned off. The cost of a project always sets the scope. When remodeling, is it just a finishes remodel relocation of the visible diffusers and lights? Or do we delve into the guts of the mechanical and electrical systems behind the scenes and update them? This starts as a cost issue, but it is also an issue with the age of the equipment in the facility, and how long it will keep performing its desired function. In discussing costs it is important to identify the design team's roll in cost analysis. Decisions for medi- cal equipment are typically business decisions that we can offer some assistance on, but are generally made outside the design process. The design team normally focuses on providing cost option analysis for durable building elements. There are two broad areas of cost/ benefit analysis. The initial and simplest is a 'first cost' analysis. The performance criteria is established in collaboration between owner and design team. Materials and sys- tems that meet that performance criteria can usually be evaluated on a first cost basis, with the assumption that, all things being equal, the lowest cost system is se- lected. For instance, on Kodiak High School, it was de- cided to use a silicone glazed window system to avoid the problems associated with leaks at a conventional "capture" type window system. Once this decision was made, materials can be selected and estimated on a first cost basis. Design team estimator, HMS is an expert at this process. Decisions on more complex systems requiring vary- ing amounts of maintenance and/or energy consump- tion such as lighting, HVAC and the like, require a life cycle cost analysis. Design team energy engineer Jim Rehfeldt is expert at accurately distilling the various PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL It ENGINEERING SERVICES PAGE 1 9 costs of operation and maintenance, as well as first costs to help identify the most cost effective selection for a given product. Analysis of this type are gener- ally included in an appendix to the conditions survey options so that the design team and project manage- ment have a strong defensible guide to use for decision making. Once preferred options are selected, phasing and implementation strategies must be described, dis- cussed and decided upon. For this task, an overall site or building plan is often helpful. Depending on the scope of work considered and the duration of imple- mentation, this can lead to, or in fact become, a facility masterplan. For example, BRIT continually evolves to meet the medical needs of Juneau and Southeast Alaska. We assisted the facility in developing several different growth scenarios for the hospital. Some included development of a psychiatric unit on campus; reloca- tion of St. Ann's nursing home to the hospital campus; expanded emergency service; and inclusion of a non profit developed patient tenant housing project. Site access, circulation, increased parking requirements and development of newly acquired adjacent property were evaluated and master planned to create an ef- ficient and modern hospital for Juneau and Southeast Alaska. We assume this project is a part of a larger masterplan to guide development in the future. If not, we recommend one be considered. BRH MASTERPLAN EXPLORATION 5. Description of your experience with renovation proj- ects in occupied facilities. While we have designed a number of new medical clinics, virtually all of our hospital projects have been in occupied facilities. Most of our other work is renovation projects in occupied facilities. Our first question is always about the schedule of facility operations so we can determine what parts can be taken out of service at what times of year. The next question pertains to hospital policies and proce- dures for evaluating risks, and measures taken to mitigate them. The key tool to evaluating and managing these risks is generally the hospital's Infection Control Risk Assess- ment (ICRA). We reach out to the ICRA committee so that we can learn and respond to conditions and issues as they arise in compliance with the established ICRA protocol. This ensures speedy reporting of issues and that accurate, defensible responses can be obtained. It is our understanding that providence Kodiak Island Medical Center has an ICRA protocol. The next step is to establish the scope of work to be ac- complished. The conditions survey and options analysis provide a guide to the cost of the proposed improvements. Subsequent results are either the development of funds to accomplish the scope of work; or refinement of the scope to meet funds available. There is usually a grey area where some elements of work may be achievable, and they can be included as alternate bids. Work not fitting the avail- able funds is usually shelved for a future project. The establishment of these priorities is something that usually takes place in a collaborative setting with tire design team offering advise and information while project management and mvnership consider their options. It is our experience that this crucial step of "buy -in' of the scope of work, must take place with the consensus of the stakeholders. If not, consensus and acceptance of the final product by users or staff may never occur. We utilize a number of strategies to assist stakeholders to achieve consensus. For example, we have held meetings in Ouz- inke with elders to determine the scope of school improve- ments. We have held public meetings in towns to establish the design features of a new dock for Anton Larson Bay. We have held community wide meetings to review all aspects of your new high school. In Alaskan communities, the hospital is literally a facility of life and death impor- tance. We can craft a process appropriate you meet your needs and project expectations. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL Et ENGINEERING SERVICES PAGE I to B. FIRM QUALIFICATIONS AND EXPERIENCE! 6. Discuss other projects that your firm has completed which you believe would qualify your firm for this con- tract . BETHEL HOSPITAL RSA is currently in the process of the Bethel Hospital remodel for the Yukon Kuskokwim Health Corpo- ration. This involves building a new 3 -story clinic, connecting it to the hospital, demolishing a third of the existing hospital, and remodeling the entirety of the remaining hospital. The contractor was brought on board early during design to get a jump start on the project and to work out the phasing issues involved in the project. We have been working closely with the contractors through the existing hospital systems to put a phasing plan in place while the clinic piece is under construction. KODIAK HIGH SCHOOL. ADDITION & RENOVATION JYL teamed with DLR to accomplish the complete renovation to the existing Kodiak High School. The work ranged from preliminary conditions surveys and master planning to ongoing construction phase services. The JYL teams design at Kodiak High School features a four story, 85,000 SF addition, and renova- tions to all but the auditorium of the existing school; 104,000 SF of total renovations. Kodiak High School accommodates 900 students. Use of high R -value roof system and pre -insulated metal wall system in the ad- dition will assure a low U -value and better quality con- trol. Addition of a large entry canopy provides shelter from maritime Alaskan weather. The 4 -story tower ad- dition features amazing views of the ocean to the west and a dramatic triple story cascading commons filled with natural light. Renovations tie the existing build- ing into the themes and circulation of the new tower. This project is the culmination of over 18 years of continuous service to the community of Kodiak, on projects scattered across the archipelago. Once the general scope of deficiencies and improvements was established we conducted a value engineering process that determined the most cost effective approach to roofs, walls, openings, HVAC/lighting, and numerous other issues with team member AEE. We then config- ured the building design utilizing this pre -approved kit of parts, Using this method we achieved wall thermal values of R30, average roof R70 windows of R4.5 and many other betterments, all proven with life cycle cost analysis to be the most cost effective solution. Critical to the success of this project is the phasing plan, developed in close coordination with project management and school staff. The phasing plan allows all areas of the school to be renovated while the school remains fully occupied, and with no work taking place in occupied areas. The phasing plan was conceived both graphically and verbally for inclusion in the special conditions portion of the spec as well as the drawings to further ensure that it is fully enforceable throughout the life of the project. Also notable is the exterior wall design which incorporates large vertical metal wall panels which greatly diminish the number of joints (and possible leak points) in the wall assem- bly, which is designed for a 130 mph wind speed. The $67M construction cost estimate varied by less than 5% from conceptual design to actually construction bid price. Final construction was accomplished using a contingency of approximately 6.3%, including a num- ber of betterments requested by project management staff. Most of the team proposed in this proposal participated in the high school project. We are not able to comment on the current claim, but we believe the success of the project, completed on time, on phasing schedule, below budget, with com- plete success in terms of program and educational delivery, and with a near perfect record of success as a weather resistive space envelope, speaks for itself. SEARHC HOONAH HEALTH CENTER The Southeast Regional Health Consortium (SEAR - HQ Hoonah Health Center is a $5.75 million, 9,200 sf medical facility for the remote community of Hoonah. Hoonah is located approximately 40 miles from Juneau and is accessed by small plane or boat and Hoonah is not connected to another community via road. The community consists of about 850 residents with an economy based on fishing, timber and tourism. The Health Care Facility replaces an undersized, older facility and will offer more services to Hoonah. It was designed to house both medical and dental exam rooms, diagnostic imaging, laboratory, pharmacy, behavioral health consulting, minor procedure room, infection control exam room, and an emergency PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL & ENGINEERING SERVICES PAGE 1 11 B. FIRM QUALIFICATIONS AND EXPERIENCE room. Hoonah does not have a hospital. All residents needing emergency or hospital care first come to the SEARHC Health Center. There they would receive emergency care and would be stabilized for transport to Juneau's Bartlett Regional Hospital. Due to weather, this may mean a stay of one to 3 days or more. The Emergency room is designed to provide extended care for this purpose. Many health care services are provided by itiner- ant physicians, dentists and psychologists who travel to Hoonah for several days to provide care for resi- dents. SEARHC included residential sleep rooms for transient occupancy for such care givers, while they provide services. This consists of two sleep rooms with individual toilet and showers, a living area and a kitchen. Jensen Yorba Lott provides design services to many ru- ral communities. We are accustomed to construction that depends on barge services, the ferry system, and small plane transport. Our design services, project scheduling and cost estimating take into account the seasonal shut down of barge services, seasonal reduced daylight affecting air transport and work on site as well as seasonal reduction in ferry service. All of these factors are considered when selecting materials and systems. Additionally these factors affect the contrac- tor's ability to find workers and the cost to have them working on site. Jensen Yorba Lott, endeavors to bring the character of the community to the facilities they design. For the Hoonah facility we used Spruce heavy timber from a local mill as well as red cedar and yellow cedar siding and soffits, woods common to the area. SEARHC HOONAH HEALTH CENTER 7. Discussion of why your f rm maybe particularly qualified to be selected for this contract: Simplyput, there is no firm that can compare to the consistent level of commitment and service that JYL has provided to the Kodiak community. Over the past 20 years the have worked on virtually every school building, library, several fire halls, and a number of other buildings, infrastructure and civil improvements owned by the Borough. We have negotiated fairly on fees, and in several instances, provided services at a loss in order to be sure that community facilities would be available to the public. In return, your project man- agement staff have provided excellent management and clear concise direction. And, over these past 20 years, there have been instances when we have provided services that didnit meet our expectations or those of KIB project management. In those few instances we accepted responsibility and provided whatever efforts we could to correct the situation. However, virtually every project has been completed successfully and has proven to support your community's investment in our services and, in the capital projects we have designed. Our design team has, likewise, provided dependable, provably successful systems in virtually all instances. RSA has been a dependable team member, providing continuous services to the community in the various term agreements with JYL. In that same period of time, Chris Gianotti of PND has designed safe, reliable structural systems that have made many Island parents more confident when their children enter a KIBSD facility. And, as mentioned previously we as a team are honored to have been entrusted to design nearly $700M dollars of your project funds over those years. We recognize that our experience on the island is limited in terms of medical facility experience. How- ever, our team has designed many millions of dollars of medical infrastructure renovations, additions, new facilities and masterplans over the years. Our knowl- edge of medical facility design is as fresh as today. We understand the technology that is supported by modern medical facilities. With our deep experience in Kodiak, we know how to implement it in the condi- tions that exist in your community. We understand it, and know how to develop a process that will ensure consensus with the design solutions you select. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL ft ENGINEERING SERVICES PAGE 1 12 B. FIRM QUALIFICATIONS AND EXPERIENCE 8. Provide 2 references for each project referenced: BARTLETT REGIONAL HOSPITAL: BRH Tomosynthesis BRH Mental Health Finishes BRH Life Safety Doors BRH Life Safety Doors BRH Roof Replacement BRH Medical Surgical Nursing BRH CT Scan Renovation Marc Walker, BRII Facilities, mwalker@bartletthospital.org Richard Ritter, ritier@gci.net KODIAK ISLAND BOROUGH: Kodiak Middle School Renovations East Elementary School Renovations Small Schools Floor Finish Replacement Peterson Elementary School/Main Elementary School Gregg Hacker, ghacker0l@kibsd.org Matt Gandel, mgandel@kodiakakus All other Kodiak Island Borough Projects: Gregg Hacker, ghacker0l@kibsd.org Matt Gandel, mgandel@kodiakakus Robert Tucker, btucker@kodinkakus KODIAK PUBLIC LIBRARY Paul Converse, Chair, Kodiak Public Library Building Com- mittee mnverse_paul@hotmaii.com Glenn Melvin, Kodiak City Engineer, gmelvin @ci ty.kodiakak.us JUNEAU INTERNATIONAL AIRPORT RENOVATIONS, ALL PROJECTS Catherine Fritz, Catherine.Fritz@jnuairport.com Patty Wahto (deLaBruere), Patty.Wahto@jnuairport.com SOUTHERN PENINSULA HOSPITAL OPERATING ROOM HVAC Scott Curtin, Kenai Peninsula Borough Project Manager, scurtin@kpb.us Glenn Radeke, Facilities Director, ger@sphosp.org EGAN CONVENTION CENTER, ANCHORAGE Kurt Steinert, Project Manager, SteinertKW@ci.anchorage. akus Dwaine Schuldl, Facilities Manager, dwaine@anchorage- conventioncenters.com BETHEL HOSPITAL Dave Scherer, Facilities Manager, David_Scherer@ykhc.org Kris Manke, Construction Managar, Lennard_Manke@ykhe.org SEARHC HOONAH HEALTH CENTER Greg McIntyre, SEARHC Facilities Director 907.966.8850 PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL Ft ENGINEERING SERVICES PAGE 1 33 Antonio (Tony) Yorba, RCI, CEFPI JENSEN YORBA LOTT, INC. Role: Contract Manager and Overall Principal in Charge With recent experience on the Kodiak High School and a variety of KIB Capital projects as described earlier, Tony is well suited to serve as overall Principal in Charge for the Providence Medical Center. With nearly 30 years experience on similar projects, he is able to effectively communicate with Owner stakeholders and the design team to ensure KIB standards and expectations are maintained. Through constant communication; effective leadership of the design team; and a keen understanding of the specific procedures of KIB, Tony is a stand out leader in the industry and understands Alaska design and construction. His recommendations are based on experience, tried and tested applications, and a firm grasp of budget restrictions. He has a long history of working with design team members who understand his expectations and rise to the goals he sets out from concept through construction delivering on owner expectations. References: Mike Carney, KTN Airport Director, 907.225.6800 Catherine Fritz, CBJ JNU Airport Architect, 907.586.0452 Nathan Coffee, CBJ Architect, 907.586.0895 Corey Wall, AIA JENSEN YORBA LOTT, INC. Role: Project Architect; Project Manager The newest member of the JYL team brings with him 16 years of experience in institutional and commercial design throughout Alaska. His most recent experience with the Kodiak Public Library offers an understanding of the community, public process, and architectural opportunities and challenges of the island. Corey has specialized in complicated renovations of occupied buildings, such as the just -completed Petersburg Municipal Building and Police Station. As a central point of contact for design team members, Corey will oversee the day to day operations of the project for design team coordination, schedule and budget adherence and production of the design documents for each phase of the project. With his extensive project manager skills, Corey is well suited to serve KIB in this capacity. References: Stephen Giesbrecht, Petersburg Borough Manager, 907.772.5402 Paul Converse, Chair of Kodiak Public Library Building Committee, 907.942.4033 Glenn Melvin, Kodiak City Engineer, 907.486.8065 Catherine Peimann, MD, Owner of Southeast Medical Clinic, 907-586.8100 C. PROPOSED PROJECT TEAM Joann Lott, AIA JENSEN YORBA LOTT, INC. Role: Medical Architect Joann will provide her expertise in healthcare design, procedures and regulations for the project. With experience on over 50 Bartlett Regional Hospital projects, the most recent just completed, Joann has extensive experience in the field of healthcare design for both renovations and new construction. Her projects include AISU Health Clinic; SEARHC Hoonah Health Clinic and Petersburg Medical Center. With over 30 years of experience in Alaskan architecture, Joanns focus on healthcare will be a critical part all project stages for this renovation. Having worked with all design team members extensively. Joann will communicate essentials of specific healthcare requirements to the design team and work with Owner representatives to formulate the best options for program requirements in an occupied health care facility. References: Marc Walker, Bartlett Regional Hospital, 907.796.8888 Mike Boggs, Petersburg Medical Center, Facilities Director, 907.772.4291 Robert Rang, Wrangell Medical Center CEO, 907.8747000 Charlene Steinman, ASID LEED AP JENSEN YORBA LOTT, INC. Role: Interior Designer Charlene will provide interior design services for the project including recommendations for finishes and materials, color coordination with existing color schemes, technical specifications, and assistance with construction documents for the project. Her extensive experience with renovation projects, many of them alongside Joann and Tony, will provide an efficient process for identification and selection of the interior components of the project while maintaining the desired design concept for the Kodiak Medical Center. Her recent experience with various BRH and SEARHC projects gives her an understanding of the maintenance; patient care and current healthcare trends for healthcare interior environments today. As a LEED AP certified professional, she can recommend pollutant free products and materials critical in today's healthcare environments. References: Steve Tada, CBJ Project Manager, 907.957.5487 Shawn Henderson, Procurement Officer, Once of the Governor, 907.465.3899 Pam Varni, Legislative Affairs Executive Director, 907.465.3800 PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL fr ENGINEERING SERVICES PAGE 1 14 I Dan Fabrello JENSEN YORBA LOTT, INC. Role: Construction Administrator Dan will serve as construction administrator for the project to oversee all aspects of construction including project meetings, observations and inspections, contractor RFPs, Change Orders, and progress payment review. Having served as the JYL Construction Administrator for the Kodiak High School, Dan will use his extensive experience with all aspects of construction to maintain contractor adherence with the contract documents, schedule and budget. He is well known as an effective communicator, detailed administrator, and experienced on site observer with extensive experience in occupied building renovations similar to this project. References: Gary Gillette, CBj Docks & Harbors, 907.586.0398 Catherine Fritz, CBJ Airport Architect, 907.586.0452 Chris Gianotti, PE VICE PRESIDENT, PND ENGINEERS, INC. Role: Structural Engineer With extensive experience in health care facilities throughout SE Alaska, Chris will serve as structural engineer with the close attention to detail and high commitment to client service he exemplifies with every project. With recent work experience at BRH in Juneau, Hoonnh SEARHC clinic, Annette Island Service Unit, and Mt Edgecumbe Hospital renovation work, he has a proven track record of design team collaboration for the challenges facing healthcare facility renovations and has proven to be a thorough, engaged, and integral part of the design team. His input will be essential at the early stages of design for the KIB Medical Center to review cost effective and viable solutions for the renovation - all under his expertise. Chris's personal commitment throughout the duration of the project and solution driven approach is always a key asset to the team. References: Nathan Coffee, CBj Architectural Project Manager; 907.586.0895 Ke Mell, UAS Facilities Planning and Construction; 907.796.6480 Steve Tada, CBJ Architectural Project Manager; 907.586.0894 C. _PROPOSED _PROJECT -TEAM Mark Frischkorn, PE VICE PRESIDENT, RSA ENGINEERING, INC. Role: Principal Mechanical Engineer Building on his over 28 years experience, Mark will oversee the mechanical engineering work for the project to be a single point of contact for the design team and owner representatives. Having worked on the Alaska Regional Hospital, Southcentral Foundation Primary Care Clinic and other healthcare projects throughout Alaska, Mark has assembled a team within RSA that is specifically suited for this project. His extensive knowledge of hospital systems, code requirements and special applications along with his leadership skills will help guide the process in a professional and well executed process we have come to expect from RSA. References: Phillip J. Miller, UAA KPC, Construction Manager 907.262.0325 Mark Fineman, Cook Inlet Housing Authority 907.793.3036 Kurt Steinert, Municipality of Anchorage 907.343.8272 Brian Pekar, PE LEED AP ASSOCIATE PRINCIPAL, RSA ENGINEERING, INC. Role: Mechanical Engineer With over 18 years of experience, Brian will be responsible for system conception, layout, code compliance, design analysis, technical specifications, and equipment sizing. Briads recent relevant experience includes the Bethel Health Clinic, and the UAF Arctic Health Lab Revitalization. Working closely with Mark, Roger is conscientious, and thorough with extensive experience throughout the state of Alaska and has an extensive history of working with JYL on various projects in Kodiak. References: Clif Reagle, Department of Corrections (907)269-7354 Chris Lynch, Anchorage School District (907)348-5250 Kurt Steinert, Municipality of Anchorage (907)343.8272 PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC, PROPOSAL FOR ARCHITECTURAL Et ENGINEERING SERVICES PAGE 1 15 Roger Weese, PE VICE PRESIDENT, RSA ENGINEERING, INC. Role: Principal Electrical Engineer Building on the RSA team, and with over 20 years experience, Roger will oversee the electrical engineering work collaborating closely with Mark and other RSA team members for an efficient all -in -one engineering team for M/E. With recent experience on the JVCP Health Clinic in Bethel, Roger will continue his project management and quality control skills for the work in Kodiak with the same high level of expertise and collaboration required for the this work. References: Clif Reagle, Department of Corrections 907.269.7354 Chris Lynch, Anchorage School District 907.348.5250 Kurt Steinert, Municipality of Anchorage 907.343.8272 Soo Loewen, PE LEED AP RSA ENGINEERING, INC. Role: Senior Electrical Engineer Serving as lead electrical engineer, Soo has over 11 years experience, most recently having worked on the Bethel Hospital, Women's Care of Alaska, and the Nome Hospital MRI Unit. With extensive experience in healthcare facilities, Soo understands the intricacies of healthcare work and will be responsible for electrical design for this project. References: Michael Thompson, AIA Bettisworlh North Architects & Planners 907.456.5780 Ron Minter, PM Anchorage School District 907.348.5215 Dave Seiser, AIA, BDS Architects, 907.562.6076 Jeremey Maxie, PE RSA ENGINEERING, INC. Role: Project Electrical Engineer Jeremy will be responsible for all site visits, system conception and layout, code compliance and other aspects of the electrical design process working closely with Soo for her healthcare expertise and Roger for his collaboration and QC expertise. Jeremy recently completed work in Kodiak for fire alarm and control replacement and has provided design services for the Bethel Health Clinic, and the Anchorage Public Health Lab. C. PROPOSER PROJECT TEAM References: Michael Thompson, AIA Bettisworth North Architects & Planners 907.456.5780 Ron Minter, PM Anchorage School District 907.348.5215 Dave Seiser, AIA, BDS Architects, 907.562.6076 Ehsan Mughal HMS, INC. Role: Construction Estimator Ehsan will serve as the construction cost consultant for the cost estimate needs of this project. He will be the Principal In Charge and point of contact with HMS and will oversee all work performed by engineering staff. Ehsan has collaborated on more than 370 hospital and clinic projects including Bethel Regional Hospital, Orthopedic Center or Excellence and numerous mechanical and electrical renovation work in healthcare buildings. References: Scott Pextan, Dept of Environmental Conservation, 907.269.7680 Brad Mchie, National Park Scrvicc,.907.644.33R7 Anne Pore, US Army Corps of Engineers .907.753.5675 Jim Rehfeldt PE ALASKA ENERGY ENGINEERING, LLC Role: Energy Engineer Jim will perform the energy analysis utilizing a thorough understanding of energy systems with computational tools such as computer models resulting in spreadsheets to determine total energy use and cost. His Life Cycle Cost Analysis will be an essential tool for comparing the cost breakdown to identify optimal systems. Jim's recent relevant experience includes SEARHC Hoonah Health Clinic, Skagway Health Clinic, and Bartlett Hospital Energy Audit. References: Jack Christiansen, Jack Christiansen Consulting LLC, 208.310.9407 Cathy Sherman, City of Cordova, 907.424.6665 Dan Austin, Sl. Vincent DePaul Society, 907.321.5222 PROVIDENCE KODIAK ISLAND MEDICAL CENTER J ENS EN YO RBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL ft ENGINEERING SERVICES PAGE 1 16 D. MANAGEMENT PLAN 1. Discussion of your proposed management plan for this contract., The organization of our team is illustrated in the following chart. Tony Yorba will serve as contract manager and overall Principal in Charge. As Principal in Charge he will have overall decision authority for the work He will work directly with KIB project manager to negotiate fees, sign contracts, and ensure that the project continues on schedule and that resources are allocated appropriately. This is the roll that Tony has provided to KIB for the last few projects recently ac- complished. Architect Corey Wall will serve as Project Architect and Project Manager. Day to day communications and overall point of contact between KIB project management and the IYL team will flow through Corey. Corey is well known to the Kodiak community as the project architect and project manager for the Kodiak Public Library. He will collaborate with JYL medical architect Joann Lott, and Interior Designer Charlene Steinman. Joann and Charlene have teamed on a number of medical facilities in the past. The JYL staff we propose have demonstrated many years of both medical design experience and a strong record of successful Kodiak projects. Each of our design team members have designated a single point of contact for management purposes for each discipline. This ensures clarity of message and accuracy in team information sharing. This is the project structure that JYL has provided on a number projects for the Borough. Corey, as design lead, is free to focus on your project needs and provide speedy services and prompt responses. It also ensures that KIB project management has direct access to Tony if any man- agement issues or concerns arise. CHRIS GIANOTTI, PE Structural Engineer PROJECT MANAGER TONY YORBA Contract Manager/Principal In Charge COREY WALL, ALA Project Architect/Proled Manager JOANN LOTT, AIA Staff Architect, Medical Architect CHARLENE STEINMAN, ASID Interior Designer DAN FABRELLO Construction Administration MARK FRISCHKORN, PE VP, Mechanical Engineer BRIAN PEKAR, PE Assx Principal, Mechanical Engineer JIM REHFELDT Energy Engineer EHSAN MUGHAL Cost Estimator AGINEERING, Inc ROGER WEESE VP, Principal Electrical Engineer SOO LOEWEN Senior Electrical Engineer JEREMY MAXIE Project Electrical Engineer PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL Et ENGINEERING SERVICES PAGE 1 17 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: The JYL design team approach is reflected in our response to question D.1. Above all, we will provide accountability with Tony Yorba serving as direct con- tract manager and overall decision authority for the work He has provided these services many times for KIB projects, he understand KIB management policies and procedures and can ensure that the team abides by them. He is intimately familiar with your specifications and boiler plate, and has developed division 0 and 1 sections that reflect the specific needs of your contract and bidding procedures. Ibis ensures accountability and efficiency which can be reflected in more competitive fees. Tony will work closely with Corey to ensure this approach is enforced in a top down manner; the entire design team absorbs and reflects this "service first" approach. In all aspects it is your needs that ivill inform our decision making and methodologies. We will monitor this approach throughout the project. We will have weekly design progress meetings, which KIB project management is encouraged to participate in. In addition to targeted project coordination topics, we also monitor sched- ule and progress. Corey will lead these sessions, with Tony participating as needed. Corey, as project man- ager, has the authority to assign additional resources as needed to make sure the schedules are maintained. He can also be available for presentations to stakehold- ers and others as requested by KIB project manage- ment. We propose to proceed on this project as a collabora- tor and partner with KIB and others as you direct. We understand that it is likely that the project scope will be very malleable depending on the needs of the Hos- pital. The following are the steps we propose initially. They are a starting point only, and we will refine our approach as we work with KIB project management: D. MANAGEMENT PLAN High Level Project Management Meeting: We would propose to hold a high level project management meet- ing with KIB project management and others as KIB management determines, along with Tony and Corey. We will listen to your management needs and confirm communication methods, preferred schedule, scope and budgets, contract matters, fees and other issues as needed. We would propose that we would proceed on a time and materials basis until sufficient information is gathered to assign lump sum fees for the various tasks to follow. However, we can refine that approach in any way you prefer. 'Ibis approach ensures that the project starts with clear expectations on the part of all parties. We can conduct this meeting via skype or GoToMeeting to ensure efficiency in project funds. Launch Meeting: A formal launch meeting will be held with the key members of the design team pres- ent as well as KIB, Providence and other stakeholders present. We can broadly discuss scope and schedule as well as the overall project management, tasks, deliver- ables etc. In general, this meeting would ensure that the parties become acquainted with each other and with the project process. Pre -Design: As described earlier in this proposal, the pre -design phase is where we collect all the informa- tion needed to develop informed design decisions later in the process. The primary task will be to develop a comprehensive conditions survey. If one presently exists we will update, refine or confirm its findings. Key to this step is the site inspections. They will be conducted in a manner that does not contaminate or compromise the facilities, but they will be thorough. The design team will use your as-builts if they exist, or develop new base sheets that will be used as reference during the conditions survey process and subsequent design. The conditions survey will document existing conditions, identify elements needing correction or replacement, and also estimate remaining useful life for elements to remain. We will provide options for corrective work along with order of magnitude bud- gets. The conditions survey will include a code analy- sis of your existing facilities so that compliance with regulatory authorities can be measured, and deficien- cies accounted for. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL Et ENGINEERING SERVICES PAGE 1 18 r_ I -_- _- D. MANAGEMENT PLAN Conceptual Design: Using the conditions survey, as-builts and other resources, we will work with you to develop priorities and to evaluate different mixes of corrective options using a wide range of criteria: functionality, appearance, efficiency, first cost, life cycle cost, etc. We will help you obtain consensus for the mix of solutions preferred, including provide collabo- ration tools as required. The conceptual design would include formal cost estimate, phasing and schedule development, and could be viewed as a masterplan for corrective work to follow. Much of this work we as- sume would take place in Kodiak, giving stakeholders direct access to decision making as preferred by KIB project management. Construction Documents: Once the scope of a par- ticular project is established we would develop con- struction documents, specifications, and formal cost estimates using the conventional schematic, design development and construction documents phases, fol- lowing your standard contract requirements and as di- rected by the Architectural Review Board. We assume that there will be more than one set of construction documents prepared for the various phases of work you decide under the term agreement. We will proceed with all work using the masterplan as a reference to ensure those guiding principles are followed. We have provided these services many times for the Borough and understand your requirements. Bidding: We will provide bidding services at each phase and attend pre-bid meetings per your proce- dures and preferences. Construction: JYL construction manager Dan Fabrel- lo will lead the JYL construction administration effort. He is well versed in your procedures and will ensure all resources are responsive, accurate and accountable throughout the construction process. He is already expert at your general conditions and will be a strong advocate for the project. If needed, we can provide commissioning services through team member Jim Rehfeldt 3. Description of the roles of the team members and your communication strategy with both the Owner and your sub consultants. Team rolls will be as follows: JENSEN YORBA LOTT, INC. Tony Yorba will serve as overall contract manager. Corey Wall will serve as overall project manager and project architect. Joann Lott will serve as medical architect and re- source. Charlene Steinman will serve as interior design lead. Dan Fabrello will lead the construction administra- tion phase. SUB -CONSULTANTS: Chris Gianotti will lead structural and civil engineer- ing. Mark Frischkorn will lead mechanical engineering. Soo Loewen will lead electrical engineering. Ehsan Mogul will lead cost estimating. Jim Rehfeldt will lead energy engineering. All team inembers have worked closely together for many years. We will collaborate and communicate closely throughout the process, paying special atten- tion to weekly progress meetings to ensure all team and project members align their efforts. The weekly progress meetings will allow KIB project management confirm project progress is maintained and accountable. This along with Corey as single point of contact for KIB ensures clarity and efficiency of effort, and, Tony Yorba will provide recourse in any event that KIB requests further clarity. PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL Et ENGINEERING SERVICES PAGE J 19 4. Discussion ofyour firm's cost estimating procedures during the design process and how estimates are veri- fied/validated. Cost estimating procedures vary during the design process. We identified 5 milestones at which cost estimates are normally accomplished. The methodol- ogy we use to develop the estimates varies according to how each estimate is used. Conditions Survey: In the conditions survey, we de- velop budgets for each item of corrective work, includ- ing 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 under- standing of the scope of work achievable for the antici- pated construction budget. These budgets are helpful to the understanding of the eventual cost of the work, but it is important to rec- ognize the limitations of the conditions survey bud- get. There is simply not enough information known about the work yet to truly consider these budgets as cost estimates. These budgets are normally developed by each member of the design team using their best judgment and experience, and using similar previ- ous projects as a reference, with specialized 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 concep- tual 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 correspond- ing budget for corrective work Conceptual Design: This phase, in which design options are, for the first time, described graphically, typically marks the first time that a true estimate is de- veloped. However, it is generally described as costs per square foot of demolition, renovation and new con- struction with only limited identification of individual items as most assemblies are still not fully described - doors, window etc. Our cost estimator, HMS uses their market analysis tools and other recent estimates to estimate the costs. _-'D._-MANAGEMENT PLAN 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 ele- ment is especially important in a medical facility so that the cost of special protections, working hours, etc. necessary to comply with the hospital ICRA and other regulations are estimated. 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 esti- mates by comparing the work to the conditions survey budgets to make sure all scope items arc accounted for. Design team members evaluate the work in their discipline, and evaluate it with historic costs/sf, and the quantities shown. Schematic, Design Development and Construction Documents: Also called 35%, 65% and 9596 estimates, these are true estimates of the likely cost of the work and are no longer comparative budgets. These esti- mates must have a high degree of reliability, because they are generally a deliverable required of grant agen- cies and KIB project management to ensure the overall project budget is maintained. Alternate bids are devel- oped 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 market for material are all variables that can affect the relative ac- curacy of the cost estimate. 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 rather a mid-range. The alternates are used to provide the flexibility necessary to ensure the project can be awarded after bid opening. This is a conservative methodology but we believe it is required of public projects. The estimates are based on detailed quantity take -offs and then applying current materials, labor and con- struction equipment costs for direct work General PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL It ENGINEERING SERVICES PAGE 1 20 requirements costs are developed based on the project size, complexity, duration of construction period, standard and specialized equipment to build the proj- ect. Also, we include general overhead, profit, bonds and insurances. 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 pre- vailing market conditions. The various JYL team disciplines verify and validate these estimates by comparing costs to their own expe- rience and other recent estimates, by reviewing quan- tities to ensure they reflect the scope of work, and by ensuring that all elements of work are included. The JYL project manager also reviews the formulas includ- ed in the spread sheet to ensure that they accurately calculate the input values. Life cycle cost estimates and Cost/Benefit analysis are generally used early in the work to avoid making changes late in the project that can cause design con- flicts and delays in document delivery. Cost benefit analysis is used to find the best value on materials and D. MANAGEMENT PLAN systems. These are generally simpler comparisons such as for flooring or wall finish choices that compare first costs, maintenance, replacement costs etc. 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 year span 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 analysis is generally performed by cost estimators HMS. The comparative analysis can be performed for ma- terials and systems including, but not limited to, the enclosure, interior finishes, HVAC systems, control strategies, lighting systems and equipment. In life cycle cost analysis we compare the construction, maintenance, repair and energy costs of the alterna- tives over a period of 20-40 years to determine which option offers the lowest life cycle cost. The analyses will include factors for general and energy inflation and rate of return. In our use of the term, the life cycle cost analysis is generally used for more complex systems such as the space envelope, HVAC systems, control strategies, lighting systems and equipment. Jim Re- hfledt, design team energy engineer, generally per- forms this analysis. "Jensen Yorba Lott not only approached our problems and our tight con- struction linieline, they attacked the situation with planning an organized staff of multiple skills and an attention to the budget that was essential for the job. They always kept the Wildflower management and board informed of issues needing our attention, never assumed they knew what we were thinking (even when we didn't know what we were thinking). They did a superb job of setting out options, pros and cots, for every decision we faced during design and construction:" Larry Persily; President, Wildflower Court Board of Directors PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL & ENGINEERING SERVICES PAGE 1 21 1. Discussion of both current and potential project the firm is contemplating as well as the current and poten- tial time commitments of your proposed project team. The following chart reflects our anticipated avail- ability for your project. Our design team has a broad range of expertise with strong resumes in education, transportation and other sectors as well as medical facilities. As always, we are actively seeking other work However due to the issues facing the Alaskan economy, the reality is that, in general, the entire design team is significantly below staff capacity. We can incorporate your project easily into our work load. And, our design team have very deep resources to ac- commodate any changes in scope or schedules as your project develops. E. WORKLOAD AND RESOURCES' Our intention is that the staff we propose will remain in place throughout the duration of your project. While Corey Wall is a recent addition to our firm, he has a long history as a local architect, with significant portfolio of projects throughout Alaska, including Kodiak The others are are partners and long term members of our firm. However, the reality is that your project is of a long duration and changes may occur, including simply due to attrition. Our commitment to you is that staffing will not change without your prior review and approval. We have worked on term agreements for many years in your community. You know our word is binding and that we live up to this commitment. DESIGN TEAM AVAILABILITY CHART PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL fi ENGINEERING SERVICES PAGE 1 22 2018 QTR+ IQTR2 IQTR3 IQTR4 x019 IQTR+ IQTR3 IQTR3 IQTR 4 1 in IQTR+ IQTR2 IQTR3 IQTR4 JENSEN YORBA LOTT, Inc Tony Yotba 50% 50% 75% 75% 75% 75% 75% 75% 75% 75% 75% 75% Joann Lon 80% 80% 80% 80% 80% 80% 80% 80% 80% 80% 80% 80% _ _ _ Core Wall 50% 50% 50% 75% 75% 75% 75% 75% 75% 75% 75% 75% Charlene Steinman 50% 50% 50% 751% 75% 75% 75% 75% 75% 75% 75% 75% Dan Cabrello 25% 25% 25% 25% 75% 75% 75'% 75'% 75'% 75% 75% 75% PND ENGINEERS Chris Glanuttl 1 5D% 70X. 8D%l 80% 80% 80% Bo%l SRI 807 8-0%-7---80—%T-80% RSA ENGINEERING Brian I'ckar25% 4U% 60% 75% 75% 75% 75% 75% 75% 75% 75% 75% Mark 6rischkom 25% 40% 60% 75% 75% 75% 75% 75% 75% 75% 75% 75% Soo Loewen 30% 45% 60% 75% 75% 75% 75% 75% 75% 75% 75% 75% Roger Weese 30% 45% 60% 75% 75% 75% 75%1 75% 75%1 75% 75% 75% Jeremy Maxie 30%1 45% 60% 75% 7576 75% 75% 75% 75% 75% 75% 75% ALASKA ENERGY ENGINEERING, LLC Jim Rehfeldt 1 50% 90% 90% 90% 90% 90% 90'1L 1 90% 90% 9096 90% 90% HMS Inc Clean Mngltal 1 50% 50% 50% 50%1 50% 50% 50% 50% So% 50% 50% 50% DESIGN TEAM AVAILABILITY CHART PROVIDENCE KODIAK ISLAND MEDICAL CENTER JENSEN YORBA LOTT, INC. PROPOSAL FOR ARCHITECTURAL fi ENGINEERING SERVICES PAGE 1 22 EXHIBIT 3 Jensen Yorba Lott, Inc. 522 West 10th St Juneau, AK 99801 2018 COMPENSATION SCHEDULE Standard Hourly Rates Classification Principal Project/Manager Architect III Architect II Architect I Interior Designer/Space Planner III Interior Designer/Space Planner 11 Interior Designer/Space Planner I Intern/Designer III Intern/Designer II Intern/Designer I Construction Manager III Construction Manager II Construction Manager I Drafter II Drafter I Executive Assistant Clerical Assistant OVERHEAD/PROFIT ON CONSULTANTS OVERHEAD/PROFIT ON REIMBURSABLES CBJ SALES TAX Rate/hour $170 $140 5125 $110 $140 $115 $G5 $95 $85 $75 $140 $120 $95 $95 $85 $80 S40 10% 10% 5°% NJ,TYJL CW AD CS OF M., C.tUsers\csla:nmanlAppDataLLom[IMlcrosoft%WindowsHNatCacha%Ccntmt.OutlooklXRDIPXKT2Dl8 Compensa8on Schedule (n ;. j h C.'. � 4,tly- i w:iFtSa1 4'I.0dw"kmi'� , n.. rev: r TIA r .a� �:J. (i6''ig, ':�y,•R'y�y��ry�=;'h��J �rx A'�,$�•.'. ,yc'�t`�lt� r _ � MAW-:r r � 1 M lot k 'YWEBr•'.�,'RGt�"�P�t.;kw.'ft ��i��''b%�704'N°,v:'�Ri�.N�i�:1."�?if �'iei Ni lM':�.�p/1r+h �71P.'�„'rK%iYri.=�%4J: `A�{7�Al�NsN'/.�1 2018 Fee Schedule Principal Engineer Richard S. Armstrong, P.E Timothy E. Hall, P.E. Roger L Weese, P.E., RCDD Mark Fdschkom, P.E. Associate Principal Engineer Xuan P. Ta, P.E. Channing P. LIIIo, P.E, LC Ralph DeSlefano, P.E., LEED Brien Peker, P.E., LEED Senior Engineer Brian J. Rlggan, P.E. Soo Loswen, P.E., LEED Adam Wilson, P.E., LEED, CEA Davin Blubaugh, P.E., LEED Tyler Gray, P.E. Project Engineer Jeremy Maxie, P.E., RCCD, LC A.J. Schirack, P.E., BSME Senior Designer Warren Wlliams, AAS James Bennetts Mark Moorhead Staff Engineer It Patrick Collins, BSEE Michael Spano, BSEE Dustin McCleskey, BSME Mark J. Clifton, BSEE Bannie Forster, BSEE Bill Price, BSME Frank Sllberer, BSEE Milaud Baumgartner, BSME Samuel Ratnasigamani, BSME, LEED BD+C Staff Engineer Cheyenne Alabenzas, BSME Matthew Malecha, BSME Evan Olson, BSEE Arin Wooster, BSME Designer Robin W. Madren, AAS Chris Rude AutoCAD Drafter Alan Notestine Spring O'Connor Administrative Laurel Chappel, BA, MBA Lori Gaither Use Anglen, MBA Heather Mahaney RSA Engineering, Inc. $210.001hour $180.00Ihour $150.001hour $130.001hour $125.001hour $110.00/hour $100.001hour $90.00/hour NOTE: If personnel are promoted to higher position, the applicable title rale will be billed. $75.00Ihour $65.001hour ®IMI® ENGINECRS, INC. PND ENGINEERS, INC. STANDARD RATE SCHEDULE EFFECTIVE MAY 2017 EFFECTIVE UNTIL MAY 2018 lhwdr Xne ProFessirm,il: Senior Engineer VII $190.00 Senior Engineer VI $175.00 Senior Engineer V $160.00 Senior Engineer IV $150.00 Senior I ingincer I I I S 140.00 Senior Engineer Il $130.00 Senior linginccr 1 $120.00 Staff Engineer V $115.00 Staff Engineer I\' $110.00 Staff linginccr III SI05.00 Staff linginccr 11 S95.00 Staff Engineer 1 $90.00 I-- sivironmental Scientist VI $170.00 Environmental Scientist V $155.00 Environmental Scientist I\' S140.00 Environmental Scientist Ill $125.011 Environment) Scientist II Sl I(MM Environmental Scientist l $95.00 GIS Specialist S95.00 Sur evors: Senior ]and Survevor Ill $12.5.00 Senior ].and Surveyor 11 $115.00 Senior Land Surveyor 1 S105.00 Technicians: Technician VI S130.00 'technician V S115.00 Tecliniciau IN, S95.00 Technician III S85.00 Technician 11 $75.00 Technician 1 S50.00 CAD Designer VI SI15.00 CAD Designer V $105.00 CAD Designer I\' $90.00 CAI) Designer 111 $75.00 BOO Pape 43 W Tonv Yorba From: Jim Rehfeldt Sent: Monday, May 7, 2018 3.31 PM To: Tony Yorba Subject: Re: 2018 fee schedule for Providence Kodiak Island Medical Center Renovation (PKIMC) Tony. Thanks. My rate throughout the project timeline is $150 per hour. Thank you. Jim Rehfeldt Alaska Energy Engineering LLC On May 7, 2018, at 3:15 PM, Tony Yorba <tonv(Mrensenvorbalatt.com> wrote: All: I have the pleasure to inform you that our selection for the above project is now official and has been ratified by KI8 Assembly. The first step moving forward is to have our hourly rates approved. Can you please send me your current rates along with a note stating that you will honor those rates from now through the end of 2019.1 plan to ask KIB to consider a possible rate change within the context of the contract starting in 2020. Please provide your response as soon as possible. Tony Yorba Pn er µ .11 4" "I:�cl JENSEN YORBA LOTT, INC. Architecture Interiors Construction Management 522 West 1,+11th Stwet I Juneau, AI( 99EUS D RD1 789 1520 1 C -07-2011 994r 10 907386 10/o I 19()7.58G 7959 www.le nsenvorbalott.com Click here to upload files,