Loading...
HomeMy WebLinkAboutR-1993-001 Architecture / Police• • RESOLUTION NO. ig-9S-i A RESOLUTION authorizing an amendment to an architectural professional services contract between the City of Yakima and Architecture Associates. WHEREAS, the City of Yakima has heretofore contracted with Architecture Associates for professional design services related to a City of Yakima Police and Legal Center; and WHEREAS, the parties desire to amend such contract for the purpose of adding additional services for the creation of bid specifications; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to enter into such architectural services contract amendment, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized and directed to execute the attached and incorporated contract amendment with Architecture Associates. ADOPTED BY THE CITY COUNCIL this &%ay of 1993 ATTEST Mayor City Clerk (ls)res/architect amndmt jv SUPPLEMENTAL AGREEMENT AMENDING CITY CONTRACT NO. 92-32 In accordance with paragraph 6.4 of Article 6 of the Standard Form of Agreement Between Owner And Architect, City Contract No. 92-32 between the City of Yakima and Architecture Associates A.I.A. / P.S.; the City of Yakima, hereafter "the Owner," and Architecture Associates A.I.A. / P.S. hereafter "the Architect," now amend the aforesaid contract by inclusion of the following additional terms: AMENDENT #3: Article 8, paragraph 8.2 is amended to include the following additional compensation: an additional fee of eighteen thousand one hundred sixty dollars ($18,160) for services the components of which are listed below: 1. Assist the Owner in the preparation of an Advertisement and a Request for Proposal for Design -Build Services for a City of Yakima Law and Justice Center, including qualification criteria and addressing defensible development issues. 2. Provide technical documents for inclusion in the Request for Proposal, consisting of the following: • Concept floor plans and site plans as previously prepared as part of this contract. • Space analysis as previously prepared as part of this contract. • Outline performance type specifications and material lists. • Data sheets for each room/space to be provided as a part of the Request for Proposal. It is expressly agreed by the parties that this contract is supplemental to the above referenced contract, City Contract No. 92-32, which is made a part hereof by reference, and all terms conditions, provisions of the original contract, unless specifically modified herein, are to apply to this contract and are made a part of this contract as though expressly rewritten, incorporated and included herein. Entered into this / day d Architect Associates A.I.A. / P.S. BY: A. Robert illiams, A. ryresident CITY CONTRACT NUMBER Owner, City of Yakima, BY: Richard A. Zais, JR, C3t?y Manager ATTEST: City Clerk ra . City Contract No. Sup Agmt/Amend Cty Cntrct , 1993. SUPPLEMENTAL AGREEMENT AMENDING CITY CONTRACT NO. 92-32 In accordance with paragraph 6.4 of Article 6 of the Standard Form of Agreement Between Owner And Architect, City Contract Number 92-32 between the City of Yakima and Architecture Associates A.I.A./P.S.: the City of Yakima, hereafter "the owner," and Architecture Associates A.I.A./P.S., hereafter " the architect," now amend the aforesaid contract by inclusion of the following additional terms: AMENDMENT #1: Article 8, paragraph 8.2 is amended to include the following additional compensation: an additional fee of twenty seven thousand dollars ($27,000) for services the components of which are listed below: -- provide block concept floor plans, a site plan, and a conceptual sketch for one additional site ($15,000) -- provide environmental investigation of one site ($12,000) AMENDMENT #2: Task 4, contained in exhibit "A," is amended to include the following additional services: provide block concept floor plans, a site plan, and a conceptual sketch for one additional site; provide environmental investigation of one site It is expressly agreed by the parties that this contract is supplemental to the above referenced contract, City Contract Number 92-32, which is made a part hereof by reference, and all terms, conditions, provisions of the original contract, unless specifically modified herein, are to apply to this contract and are made a part of this contract as though expressly rewritten, incorporated, and included herein. Sup Agmt/Amend Cty Cntrct Entered into this 2 day of /®t0 , 1992. Architect Asso ates A.I.A./P.S. BY: .A./President CITY CONTRACT NUMBER Owner, City Of Yakima, BY: Richard A. Zais, JR, City Manager ATTEST: City Clerk MY CONTRACT N0.`? JC D-6 ac„,). - Sup (rac;,)-- Sup Agmt/Amend Cty Cntrct a0e Q.D.Q. ASOOMTES / P.O. 1320 N 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. October 14, 1992 Mr. Richard Zais, Manager City of Yakima 129 North Second Street Yakima, Washington 98901 r, ry r'71: v.— OCT .. OCT 1 6 1992 OFFICr T .^r, C — Sf, axle r!1 RE: Architectural Program / Study Law & Justice Facilities Yakima, Washington Per your request, we submit the following proposal to provide additional services for the subject project: Fee for Additional Services 1. Provide block concept floor plans, a site plan and a conceptual sketch for one additional site $15,000.00 2 Provide environmental investigation of one site $12.000.00 3. Total Additional Fee $27,000.00 If you have any questions regarding this proposal, or if additional information is required, please advise. Sincerely, A. Robert 1jIilIiams, A.I.A. ARW/tic 192-10 l•GCc,rueee RESOLUTION NO. D 6202 A RESOLUTION: Authorizingand directing the City Manager and the City Clerk for the City of Yakima to execute a supplemental agreement with Architecture Associates A.I.A./P.S. for amendment of City Contract No. _92-32. WHEREAS, the City desires to have additional architectural services in relation to the proposed Yakima Police Department facility, and WHEREAS, Architecture Associates A.I.A./P.S. have submitted suitable terms for that company's performance of additional services needed by the City, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk for the City of Yakima are hereby authorized and directed to execute a supplemental agreement amending City Contract No. 92-32 with Architecture Associates A.I.A./P.S. for the purpose described above, a copy of which agreement is attached hereto and made a part hereof. ADOPTED BY THE CITY COUNCIL this qday of c 1" , 1992. (;)5gt Mayor ATTEST: City Clerk res/Architecture Assoc A.I.A. REQUEST FOR PROPOSALS EXHIBIT "D" CITY OF YAKIMA CITY HALL, YAKIM.4, WASHINGTON 98901 Phone: (509) 575-6000 SCAN 278-6000 January 17, 1992 Proposals are currently being accepted for preliminary design work for a joint City - County Law and Justice facility. You are requested to review the attached RFP and, if interested in this project, respond in accordance with section E. thereof. Due to restrictions placed on state funding for this building project, time is of the essence. You will note that a deadline of February 7, 1992 has been set for receipt of proposals. Any questions regarding this RFP may be directed to Dick Zais, City Manager, who is acting as Project Director for the City -County Task Force responsible for the facility study. You may reach Mr. Zais at (509) 575-6000. Attachment: RFP CITY OF YAKIMA CITY HALL, YAKIM.4, WASHINGTON 98901 Phone: (509) 575-6000 SCAN 278-6000 Remini For Pr000sal JOINT LAW ENFORCEMENT FACILITY OFFICE AND APPURTENANT SPACE DESIGN A. BACKGROUND In recent months the City Council and County Commissioners of Yakirna, Washington have met to discuss the possibilities for consolidation of certain facili- ties and services including the Police Department, Sheriff's Department, Fire Department emergency communications, and City Legal Department. In this con- text both the Yakima Police Department and the County Sheriff Department have been assessing their operational needs and requirements for a consolidation of support services and office space. Currently the space requirements for this facility are estimated to be approximately 62,000 sq. ft. Both the City of Yakima Police and Yakima County Sheriff's Departments have undertaken an analysis of their specific operational and admin- istrative space requirements and this information will be provided to the consultant selected for this project. Space requirements for the facility would include an E911 emergency communications center consolidating dispatching for the Fire, Police, and Sheriff's Departments. Areas will also be needed for the County Coroner and Emergency Services offices, and the City Legal Department (see Attachment A). B. OBJECTIVES, Both the City and County of Yakima are now interested in retaining a consultant to continue the design study and analysis of this facility. The main objectives of this project are as follows: 1. To reassess the preliminary space requirements that have been identified and further quantify the specific space needs for such a facility. 2. To determine the feasibility of constructing such a facility within existing capital resources and projected operating and maintenance revenues. 3. To provide preliminary architectural and design engineering services for con- structing such a facility, including the preparation of preliminary plans, speci- fications, and estimates. 4. To evaluate the adequacy of a site tentatively proposed for the building and 1 any feasible alternative(s), including determination of impacts of existing zon- ing, utility availability, topography, vegetation, surrounding uses, and soils on the cost/schedule for the project. 5. To assess public and employee parking requirements, both secured and open, for such a facility, develop a parking plan, and determine suitability of the proposed and alternative sites in light of that plan. 6. To develop alternative conceptual floor plans and site plans for the proposed facility, with documentation of advantages and disadvantages for each. 7. To consider future space requirements in phases on five-vear intervals from present to the year 2010 fcr al! participating work units. 8. To develop detailed capital cost information and a construction schedule for each phase of such a facility, including a mechanism f-ordetermining the per- centage of capital costs to be borne by each jurisdiction based on occupancy and space requirements, and to provide an estimate of the annual operating costs for such a facility. 9. To provide milestone reports to the Joint City -County Task Force at the completion of each phase of the project for review and approval. 10. To provide maximum planning flexibility and alternative(s) in the event it is not feasible for one or more agencies/entities to continue participation in a joint facility project. C. CONTENTS OF PROPOSALS Submitted proposals shall contain the following information: 1. An overall introduction to the proposal, including a statement of the consul- tant's understanding of the project. 2. An overall work plan for achieving the objectives of the project, steps involved and start and completion dates for the work. 3. An explanation of the role of the consultant as related to City and County staff. 4. Project costs including a breakdown between billable expenses and indirect consultant personnel expenses. It is further requested that the proposer pre- sent the fee amount in total dollars, and not as a percentage of the total pro- ject. (The fee amount represents only one of several factors to be used in evaluating the proposals. ) '5. Identification and background of consultant personnel contributing to the pro- ject. 6. A list of at least three former clients, including addresses and telephone num- bers, for whom the consultant has performed services similar to those de- scribed in this request for proposal. 2 7. A statement of the firm's Equal Opportunity and Affirmative Action Policies. 8. A Noncollusion Affidavit. 9. The proposal shall be signed by an individual authorized by the contractor, and shall contain a statement to the effect that the proposal is a firm offer for 60 days or more. It should include the name, title, address and telephone number of individuals with authority to negotiate, and contractually bind the firm and also who may be contacted during the period of proposal evaluation. D. CRITERIA FOR PROPOSAL ACCEPTANCE A consulting contract, if authorized, will be awarded only to a responsible consul- tant. In order to qualify, a prospective consultant must meet the follovving stan- dards of technical competence and suitability: 1. Have adequate personnel, technical and financial resources for performance, or have the ability to obtain such resources as required during performance on a project of this nature. 2. Have the necessary experience, organization, professional skills and facilities or have the ability to obtain them for this type of project. 3. Demonstrate the qualifications of the proposed project leader and assure their principal Involvement in the project. 4. Have a satisfactory record of performance in developing and implementing similar projects. 5. Be able to comply with the designated time schedule and required perfor- mance schedule. 6. Be an Equal Opportunity Employer. 7. Be otherwise qualified and eligible to receive an award under applicable laws and regulations in the State of Washington. E. RULES FOR PROPOSAL RESPONSE Proposal should be directed to R. A. Zais - Yakima City Manager, who will act as Project Director. Six (6) copies of the completed proposal must be received by the City of Yakima by the close of business at 5:00 p. m. on February 7, 1992. Proposals and modifications received after the exact hour and date specified for receipt of proposals will not be considered unless: 1. They are received before award is made, and 2. They are sent by Registered Mail or by Certified Mail for which an official, dated Post Office stamp on the original receipt for certified mail has been ob- tained and it is determined that the late receipt was due solely to delay in the mails, for which the proposer was not responsible. However, a rnodification of 3 a proposal already received which makes the terms of the otherwise success- ful proposal more favorable will be considered at any time it is received and may thereafter be accepted. - F. CONSULTANT SELECTION PROCESS All proposals will be evaluated by a consultant selection panel. Each submission will be judged solely from written materials and clientele references. The consul- tants forwarding the most appropriate proposals will be invited to appear before the panel to discuss the project. All key staff personnel will be expected to attend any oral presentations scheduled. After initial selection, the Yakima City/County Law and Justice Facility Task Force will enter into final negotiations with the selected consultant to define the exact conditions of the contract scope, work plan and schedule, personnel, costs, fee and method of payment. Pursuant to these negotiations, the Task Force will pre- sent its recommendations to the Yakima City Council and Yakima County Commissioners for their consideration and award of the contract. The prime factors to be rated in the screening process for the consultants are: 1. Management capabilities. 2. Expertise and related design experience. 3. Approach to problems. 4. Understanding of the City and County objectives. 5. Proposed work schedule. 6. Staff to be assigned. 7. Fee G. LIMITATIONS 1. This request for proposal does not commit the City or the County to award a contract nor reimburse the proposer for costs incurred in submitting a pro- posal. The City and County reserve the right to accept or reject any or all pro- posals received as a result of this request, to negotiate with any qualified source, or to cancel in part or its entirety, a request for proposal if it is in the best interests for the City and the County to do so. The Project Director may require the selected proposer to participate in negotiations, and to submit such price, technical or other revisions to a proposal as may result from nego- tiations. 2. A proposer will have access to all public reports and public files in preparing the proposal. No separate analysis of data or information will be prepared by City or County officials. 3. Selected consultant should not expect to receive preference for the award of 4 any future design, architectural, or consulting service which may arise from this project. 4. All applicants responding to this request for proposals must have the expertise to fill all the objectives as outlined above. Both the City and the County will collaborate with the contractor to provide all reasonable assistance in the collection of information necessary to present the proposal. 5. All proposals, reports, or other pertinent data and materials are the sole prop- erty of the City and County of Yakima. As such, they may not be used or re- produced in any form without written permission of the Project Director. 5 . City/County Law and Justice Facility City Police Components Law enforcement operations and administration space Communications/dispatch area (911) Records management area Evidence/property storage and pro- cessing Locker rooms and work-out area Roil -call briefing room Training/conference/meeting areas \r✓iew rooms Firearms training simulator Public areas Parking - existing & new require- ments Land/Existing Site feasibility analysis City Prosecutor's office Holding cells Arraignment courtrooms Funding Availability: State Grant - City Matching 01 -DE -92 $3.0 million 1.5 million $4.5 million Attachment A County Sheriff Components * Law enforcement operations and administration space * Communications/dispatch area (911) * Records management area * Evidence/property storage and pro- cessing * Locker rooms and work-out area Roll -call briefing room * Training/conference/meeting areas * Interview rooms * Firearms training simulator * Public areas * Parking - existing & new require- ments * Land/Existing Site feasibility analysis Emergency Services Coroner Crime Lab Funding Availability: Value of land $1.0 million? Other County Funds 1.0 million? $2.0 million? * Potential areas of consolidation AGREEMENT THE AMERICA INSTITUTE F ARCHITECTS AIA Document B727 Standard Form of Agreement Between Owner and Architect for Special Services 1988 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR .MODIFICATION AGREEMENT made as of the Nineteen Hundred and BETWEEN the Owner: (Name and address) and the Architect: (Name and address For the following Project: (Include detailed description of Project, day of MARCH in the year of NINETY TWO CITY OF YAKIMA 129 North Second Street Yakima, Washington 98901 ARCHITECTURE • ASSOCIATES • A.I.A./POS. 1320 North 16th Avenue, Suite C Yakima, Washington 98902 In Association With JOHN GRAHAM ASSOCIATES / DLR GROUP Seattle, Washington location, address and scope.) Architectural Program / Study Law and Justice Facilities Yakima, Yakima County, Washington The Owner and the Architect agree as set forth below. Copyright 1972, 19-9, ©1988 by The American Institute of Architects, 1735 New York Avenue. NW , Washington, D.C. 20006 Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT B727 • OWNER•ARCHITECT AGREEMENT • 1988 EDITION • AIA® • ©1988 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W., WASHINGTON. D.C. 20006 B727-1988 1 ARTICLE 1 ARCHITECT'S SERVICES (Here list those services to be provided by the Architect under the Terms and Conditions of this Agreement. Note under each service listed the method and means of compensation to be used, if applicable, as provided in Article 8.) The Architect shall provide professional services for the preparation of an Architectural Program Study to assist the Owner in evaluating the options and associated Capital/Operating Costs, including site evaluation and selection, for the development of a Law and Justice Facility. The Study shall include the present and future needs of both the City of Yakima and the County of Yakima for the following departments: 1. City Police Department 20 County Sheriff Department 3. City Legal Department 4. County Emergency Services Department 5. Joint Communications Center 6. County Coroner's Office 7. Related Justice Departments These professional services shall include the specific tasks listed in the "Definition of Tasks", dated March 10, 1992, and attached hereto as Exhibit The delivery of these services shall be, generally, as set forth in the "Proposed Time Schedule" attached hereto as Exhibit "B". The "Definition of Tasks", Exhibit "A", and the "Proposed Time Schedule", Exhibit "B", are both modifications of portions of the Architect's "Statement of Qualifications" attached hereto as Exhibit "C", which was submitted in responseto the Owners "Request for Proposal", attached hereto as Exhibit "D"o "A". AIA DOCUMENT B727 • OWNER -ARCHITECT AGREEMENT • 1988 EDITION • AIA5 • ©1988 • THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE, N W., WASHINGTON, D.C. 20006 B727-1988 2 TERMS AND CONDITIONS OF AGREEMENT BETWEEN OWNER AND ARCHITECT ARTICLE 2 OWNER'S RESPONSIBILITIES 2.1 The Owner shall provide full information regarding requirements for the Project. The Owner shall furnish required information as expeditiously as necessary for the orderly progress of the Work, and the Architect shall be enti- tled to rely on the accuracy and completeness thereof. 2.2 The Owner shall designate a representative authorized to act on the Owner's behalf with respect to the Project. The Owner or such authorized representative shall render deci- sions in a timely manner pertaining to documents submitted by the Architect in order to avoid unreasonable delay in the orderly and sequential progress of the Architect's services. ARTICLE 3 USE OF ARCHITECT'S DOCUMENTS 3.1 The documents prepared by the Architect for this Proj- ect are instruments of the Architect's service for use solely with respect to this Project and, unless otherwise provided, the Architect shall be deemed the author of these documents and shall retain all common law, statutory and other reserved rights, including the copyright. The Owner shall be permit- ted to retain copies, including reproducible copies, of the Architect's documents for the Owner's information, reference and use in connection with the Project. The Architect's docu- ments shall not be used by the Owner or others on other proj- ects, for additions to this Project or for completion of this Project by others. unless the Architect is adjudged to be in default under this Agreement, except by agreement in writing and with appropriate compensation to the Architect. 4 ARTICLE 4 ARBITRATION parties to this Agreement arising out of or relating to Agreement or breach thereof shall be subject to and by arbitration in accordance with the Constructio Arbitration Rules of the American Arbitration As rently in effect unless the parties mutually cided ndustry ciation cur- ree otherwise. 4.2 A demand for arbitration shall be . de within a reason- able time after the claim, dispute or • er matter in question has arisen. In no event shall the • -mand for arbitration be made after the date when instit on of legal or equitable pro- ceedings based on such clai •, dispute or other matter in ques- tion would be barred by • e applicable statutes of limitations. 4.3 No arbitration a ' ing out of or relating to this Agreement shall include, by •nsolidation, joinder or in any other man- ner. an additi • al person or entity not a party to this Agree- ment, excee by written consent containing a specific refer- ence to is Agreement signed by the Owner, Architect and any o er person or entity sought to be joined Consent to ration involving an additional person or entity shall not with a person or entity not named or described ther-' . The foregoing agreement to arbitrate and other agre -nts to arbi- trate with an additional person or entit .uly consented to by the parties to this Agreement s • e specifically enforce- able in accordance with a•. ' able law in any court having jurisdiction thereof. 4.4 The aw be fi rendered by the arbitrator or arbitrators shall and judgment may be entered upon it in accordance ARTICLE 5 TERMINATION OR SUSPENSION 5.1 This Agreement may be terminated by either party 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. 5.2 If the Owner fails to make payment when due the Archi- tect for services and expenses, the Architect may, upon seven days' written notice to the Owner, suspend performance of services under this Agreement. Unless payment in full is received by the Architect within seven days of the date of the notice, the suspension shall take effect without further notice. In the event of a suspension of services, the Architect shall have no liability to the Owner for delay or damage caused the Owner because of such suspension of services. 5.3 In the event of termination not the fault of the Architect, the Architect shall be compensated for services performed prior to termination, together with Reimbursable Expenses then due and all Termination Expenses as defined in Paragraph 5.4 5.4 Termination Expenses shall be computed as a percentage of the compensation earned to the time of termination, as follows: .1 For services provided on the basis of a multiple of Direct Pcrs nncl Expensc, 20 percent f the t tal minati n; and .2 For services provided on the basis of a stipulated sum. 10 percent of the stipulated sum earned to the time of termination. ARTICLE 6 MISCELLANEOUS PROVISIONS 6.1 Unless otherwise provided, this Agreement shall be gov- erned by the law of the principal place of business of the Architect. 6.2 Causes of action between the parties to this Agreement pertaining to acts or failures to act shall be deemed to have accrued and the applicable statute of limitations shall com- mence to run not later than the date payment is due the Archi- tect pursuant to Paragraph 8 4 AIA DOCUMENT B727 • OWNER -ARCHITECT AGREEMENT • 1988 EDITION • AIA® • ©1988 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NE\V YORK AVENUE, N\\ , \4ASIIINGTON, D.C. 20006 B727-1988 3 6.3 The Owner and Architect, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement and to the partners, suc- cessors, assigns and legal representatives of such other party with respect to all covenants of this Agreement. Neither Owner nor Architect shall assign this Agreement without the written consent of the other. 6.4 This Agreement represents the entire and integrated agree- ment between the Owner and Architect and supersedes all prior negotiations, representations or agreements, either writ- ten or oral. This Agreement may be amended only by writ- ten instrument signed by both Owner and Architect. 6.5 Nothing contained in this Agreement shall create a con- tractual relationship with or a cause of action in favor of a third party against either the Owner or Architect. 6.6 Unless otherwise provided in this Agreement, the Archi- tect and Architect's consultants shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. ARTICLE 7 PAYMENTS TO THE ARCHITECT 7.1 DIRECT PERSONNEL EXPENSE of the Architect's personnel engaged on the P portion of the cost of their mandato tributions and benefits rel taxes and other s leave, h and the customary con- ereto, such as employment y employee benefits, insurance, sick , vacations, pensions, and similar contributions 7.2 EIMBURSABLE EXPENSES included in Fixed Fee of the Project for: .1 expense of transportation and living expenses con- nection with out-of-town travel authoriz-. by the Owner; .2 long-distance communications; .3 fees paid for securing approval o authorities hav- ing jurisdiction over the Pro'-ct; .4 reproductions; .5 postage and handling : documents; .6 expense of overt* work requiring higher than regular rates, if . • thorized by the Owner; .7 renderings a . models requested by the Owner; .8 expense o . dditional coverage or limits, including profess '%nal liability insurance, requested by the Ow in excess of that normally carried by the Ar • itect and the Architect's consultants; and .9 xpense of computer-aided design and drafting equipment time when used in connection with the 7,3 PAYMENTS ON ACCOUNT OF THE ARCHITECT'S SERVICES 7.3.1 Payments on account of the Architect's services and for shall be made monthly upon presen- tation of the Architect's statement of services rendered or as otherwise provided in this Agreement. 7.3.2 An initial payment as set forth in Paragraph 8.1 is the minimum payment under this Agreement. 7.4 ARCHITECT'S ACCOUNTING RECORDS 7.4.1 Records of Reimbursable Expenses and expenses per- taining to services performed on the basis of a multiple of Direct Personnel Expense shall be available to the Owner or the Owner's authorized representative at mutually convenient times. ARTICLE 8 BASIS OF COMPENSATION The Owner shall compensate the Architect as follows: llafs-($ )-shall t•. 8.2 COMPENSATION FOR THE ARCHITECT'S SERVICES, as described in Article 1, Architect's Services, shall be computed as follows: (Insert basis of compensation, including stipulated sums, multiples or percentages, and identify the services to which particular methods of compensation apply, if necessary.) Compensation for Basic Services as set forth in Exhibit "A" shall be calculated on an hourly basis, including labor and direct expenses, not to exceed Fifty -One Thousand Nine Hundred Ninety Dollars (551,990000)• 4 B727-1988 AIA DOCUMENT B727 • OWNER -ARCHITECT AGREEMENT • 1988 EDITION • AIA® • ©1988 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON. D.0 '-i,"OG penes, a multiple of employees and consultants in the interest of the Project. ther it 8.4 Payments are due and payable Thirty ( 30 ) days from the date of the Architect's invoice. Amounts unpaid Thirty ( 30 ) days after the invoice date shall bear interest at the rate entered below, or in the absence thereof, at the legal rate prevailing from time to time at the principal place of business of the Architect. (Insert rate of interest agreed upon.) 1.5% Per Month (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Architect's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Specific legal advice should be obtained with respect to deletions or modifications, and also regarding other requirements such as written disclosures or waivers.) 8.5 IF THE SCOPE of the Project or of the Architect's services is changed materially, the amounts of compensation shall be equitably adjusted. ARTICLE 9 OTHER CONDITIONS This Agreement entered into as of the day and year first written above. CITY CONTRACT NO. 9j;2-32/ i� s OWNER CITY OF YAKIMA ARCHITECTA.R'CHITECTURE•',� OCIATES•A.I.A./P.S, i Z r (Signature) (Signature) C- i , \/ Al ftN G +rz (Printed name a d title) A. Robert Williams, A.I.A. / President (Printed name and title) A1A DOCUMENT B727 • OWNER -ARCHITECT AGREEMENT • 1988 EDITION • AIA0 • ©1988 • THE AMERICAN INSTIT TE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W., WASHINGTON. D.C. 20006 City Clerk B727-1988 5 a ee{ re ASSOO COATES G4•0.A> 1 P.S. 1320 N.16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B. CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. EXHIBIT "A" March 10, 1992 DEFINITION OF TASKS ROLE OF CITY -COUNTY Architecture • Associates • A.I.A. / P.S. and our Law and Justice facilities planning consultants, John Graham Associates, (hereafter the "Consultants") propose the following tasks to develop Preliminary Design Work for a Law and Justice Facility for the City of Yakima and Yakima County. We understand that City -County responsibilities, during this project, include the following: • Providing the Consultants with all relevant information to complete the outlined work. • Providing available site information for proposed sites. • Having the City -County Task Force and key decision makers available to the Consultants. • Performing timely reviews on presented draft materials. Prior to beginning this work, the Consultants will meet with the City -County to develop a definite schedule for this project, including meeting dates, meeting agendas, and responsibilities. ROLE OF CONSULTANTS TASK 1 Data Gathering The Consultants will meet individually with representatives from the City Police Department, County Sheriff's Department, City Legal Department, County Emergency Services Department, Joint Communications Center, County Coroner's Office and related justice departments, to reassess present and future space needs. A questionnaire will be distributed to department heads prior to our detailed discussions. Definition of Tasks March 10, 1992 Page 2 The Consultant will utilize population projections for the City of Yakima and Yakima County as a framework for these discussions. Projected staffing and current and projected operations programs will form a basis for developing space needs. The Consultants will spend much time with the City -County discussing the following issues: • Goals, objectives and image requirements for the new facility. • Functional interface among the various departments. • Degree of shared support spaces between the City and County. • Security needs / courtroom security. • Arraignment procedures. • Nature of holding unit/booking procedures. • Flows / functions. • Staffing. • Equipment. • Records / records storage. • Parking requirements (secured and open). • Expansion requirements. TASK 2 Architectural Program From the information collected in Task 1, the Consultants will prepare a draft architectural program containing the following information: • Facility mission / goals and objectives. • Designer direction statements. • Staffing projections. • Space lists in five (5) year increments, through the year 2010. • Functional narratives and/or diagrams. • Room Data Sheets. • Project budget. • Outline specification. The Consultants will work with the City -County to bring space needs within the proposed budget. The Consultants will present this draft report to the City -County for verification and comments. Definition of Tasks March 10, 1992 Page 3 TASK 3 Site Analysis The Consultants will analyze up to three sites for the proposed facility to determine the impacts of existing zoning, access/egress, utility availability, topography, vegetation, surrounding uses and soils on the cost/schedule for the project. The impact of parking needs on each site will be carefully analyzed in terms of the overall project. The Consultants will present findings to the City -County Task Force and act as a resource in the final site selection. TASK 4 Conceptual Planning The Consultants will develop alternative block concept floor plans and block conceptual site plans for the proposed facility on the selected site. Flexibility and expansion opportunities will be addressed in each concept. Preliminary Statements of Probable Cost will be developed for each option. The Consultants will present the options, with documented advantages and disadvantages, to the City -County Task Force.. TASK 5 Final Statement of Profile Cost The Consultants will develop a Final Statement of Probable Cost for the selected design concept on the selected site, including provisions for future phases. This Statement will account for the following variables to yield total project costs: • Building construction costs. • Site development. • Site acquisition (if applicable). • Site survey. • Soils testing. • Construction advertising/construction testing. Definition of Tasks March 10, 1992 Page 4 Final Statement of Probable Cost (Continued) • Permit costs. • Sales tax. • A/E fees. • Bond Issuance/Bond Council • Escalation to the anticipated bid date. • Furnishings and equipment. • Contingency. • Clerk of the Works (if desired). TASK 6 Project Schedule The Consultants will develop a Project Schedule based upon a successful September '(or November) bond issue. They will also provide an alternative schedule for use in the event that the September bond issue is not successful and a February bond issue is required. In both schedules, sufficient time will be allowed to complete the Construction Documents Phase and the Bid Phase, for a construction start prior to the end of June, 1993. Should the City -County wish to consider non-traditional project delivery (ie. design -build), we will assist the City -County in determining the ramifications of such an approach on the construction cost and time schedule. Schedules will also be developed to address potential future phases of construction. TASK 7 Capital and Operational Costs The Consultants will act as a resource to the City -County Task Force in determining the percentage of capital costs to be borne by each jurisdiction based on occupancy and space requirements. The Consultant will also assist in determining how to share the annual operating costs for the facility. We will contact national organizations, such as the International Association of Chiefs of Police and the National Sheriffs' Association to determine how these agreements have been successfully negotiated in the past. Definition of Tasks March 10, 1992 Page 5 TASK 8 Final Rep rt A final report will be prepared on the design option selected. The report will contain all previously developed information: In addition, a conceptual sketch, suitable for reproduction, will be provided of the selected option showing the proposed building and site development. CIrt-,.OUNTY LAW AND JUSTICE FACILITY PROPOSED TIME SCHEDULE FEASIBILITY STUDY / PRELIMINARY DESIGN TASK/PHASE 1992 MARCH APRIL MAY JUNE JULY 2 9 16 23 30 6 13 20 27 4 11 18 25 1 8 15 22 29 EXHIBIT "B" MARCH 10, 1992 AUG. SEPT. AGREEMENT NEGOTIATION & AUTHORIZATION TO PROCEED TASK 1 DATA GATHERING TASK 2 ARCHITECTURAL PROGRAM TASK 3 SITE ANALYSIS TASK 4 CONCEPTUAL PLANNING TASK 5 FINAL STATEMENT OF PROBABLE COST TASK 6 PROJECT SCHEDULE TASK 7 COST SHARING TASK 8 FINAL REPORT FINAL REVIEW FILING OF BOND BOND ISSUE CAMPAIGN PRIMARY ELECTION 11111111111191111111111111111 11111111111111911111111111111111M 11111111111111,11119111111111 1111111111111111111111r1111111 1111111111111111111111111111 111111111111111111111111111111 immommunitru EWE REVIEW PERIODS INDICATED BY BLACK SHADING. 8#lIPC PROJECT COSTS �� AMOCO/MN AAA. 4 P.O. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. COST BREAKDOWN Principal/Consultant Staff Total Person Hours Person Hours Person Hours Project Scheduling 16 16 TASK 1 72 72 TASK 2 120 40 160 TASK 3 48 24 72 TASK 4 120 32 152 TASK5 20 20 40 TASK 6 16 4 20 TASK 7 32 4 36 TASK 8 16 74 90 460 198 658 SERVICE FEES Principal / Consultant 460 Hrs. @ $85 $39,100 Staff 198 Hrs. @ $55 $10,890 Indirect Expense Allowance $2,000 TOTAL FEE $51,990* NOTE: The above fees are figured on an hourly, not to exceed, basis and include labor and direct expenses. Should our labor and expenses be Tess than projected, this will be reflected in a reduced fee. * Our Team is fully prepared and qualified to continue as Architect of Record on this project. We will negotiate with the City -County to reduce the fee commensurate with the portion of the work that directly relates to the design of the facility. STATEMENT OF QUALIFICATIONS ti#er0i r e EXHIBIT "C" Statement of Qualifications for the Law AND &MIME Fa©oLEIY Yakima, Washington ARCHITECTURE • ASSOCIATES • A.I.A. / P.S. Yakima, Washington in association with Law and Justice Facility Consultants JOHN GRAHAM ASSOCIATES / DLR GROUP Seattle, Washington February 7, 1992 e Statement of Qualifications for the La COITY-COUHITY 7 &D JUSTICE Fa©LOT Yakima, Washington ARCHITECTURE • ASSOCIATES • A.I.A. / P.S. Yakima, Washington in association with Law and Justice Facility Consultants JOHN GRAHAM ASSOCIATES / DLR GROUP Seattle, Washington February 7, 1992 ISOCOATES P.S. 174=0 N. 16 AVE. #C MA, WA 98902 ,509) 248-5020 r RCN B. CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. INDEX 1. Introduction 2. Work Plan Definition of Tasks Definition of Consultant/City-County Roles Project Schedule 3. Project Costs 4. Consultant Background • Team Introduction • Organizational Chart • Key Personnel/Resumes • Statement of Equal Opportunity and Affirmative Action Policies • Noncollusion Affidavit. 5. Relevant Experience • Planning • Studies and Reports 6. References 2 3 4 5 INTRODUCTION 1 G�•v� / AnocoLorn P.a. 1-'0 N. 16 AVE. #C • MA, WA 98902 ,509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. INTRODUCTION Our team, consisting of Architecture • Associates • A.I.A. / P.S., of Yakima, and John Graham Associates, of Seattle, has been formally teamed since September of 1990, in anticipation of presenting this submittal for your consideration. During this time key members of our team met with representatives of the City of Yakima and Yakima County to collect preliminary information and to assist in laying the groundwork for this project. Our team has excellent qualifications which are described in the Consultant Background and Relevant Experience sections of this submittal. We feel that our key involvement in the preparation of the original Joint Public Safety Facility Report, along with our early participation on this project, gives us unequaled insight into your needs and the opportunities available. The time schedule and funding implications of this project are keys to its . success. After analyzing the work involved in the Preliminary Design Phase and the need for a Bond Issue, along with an anticipated June 1993 construction start, we feel it would be prudent to complete the Preliminary Design Phase in time for.the September 1992 primary election. We feel that having a September Bond Issue may offer the best chance of success for the following reasons. First, Bond Issues traditionally are more successful when not paired with a presidential election. Secondly, because of the tight time schedule, having a September Bond Issue would allow the opportunity for a second Bond in February, if necessary. The evaluation and selection of a site for this facility will be a critical portion of the Preliminary Design Phase. Of particular concern will be site access as well as parking requirements, which will play a substantial role in site evaluation, requiring creative design solutions. Our team has provided services for projects of many sizes and complexities and we feel that we can offer complete, well prepared solutions to your facility needs. Finally, careful attention to budgetary limitations will be necessary in evaluating both site and facility needs. i WORK PLAN CO LO CO N CO P.O. 1320 N. 16 AVE. #C YAKIMA, WA 98902 P% '509) 248-5020 e DEFINITION OF TASKS L RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. ROLE OF CITY -COUNTY Architecture - Associates • A.I.A. / P.S. and our Law and Justice facilities planning consultants, John Graham Associates, (hereafter the "Consultants") propose the following tasks to develop Preliminary Design Work for a Law and Justice Facility for the City of Yakima and Yakima County. We understand that City -County responsibilities, during this project, include the following: • Providing the Consultants with alt relevant information to complete the outlined work. • Providing available site information for proposed sites. • Having the City -County Task Force and key decision makers avaiiable.to the Consultants. • Performing timely reviews on presented draft materials. Prior to beginning this work, the Consultants will meet with the City -County to develop a definite schedule for this project, including meeting dates, meeting agendas, and responsibilities. ROLE OF CONSULTANTS TASK 1 Data Gathering The Consultants will meet individually with representatives from the Police Department, Sheriff's Department, Legal Department, Emergency Services, Emergency Communications (911), County Coroner's Office and related departments, to reassess present and future space needs. A questionnaire will be distributed to department heads prior to our detailed discussions. J L IjE DEFINITION OF TASKS uu uu L l I I amo©OQTES 1 RS. ROLE OF CITY -COUNTY Architecture • Associates • .A.I.A. / P.S. and our Law and Justice facilities planning consultants, John Graham Associates, (hereafter the "Consultants") propose the following tasks to develop Preliminary Design Work for a Law and Justice Facility for the City of Yakima and Yakima County. We understand that City -County responsibilities, during this project, include the following: • Providing the Consultants with all relevant information to complete the outlined work. • Providing available site information for proposed sites. • Having the City -County Task Force and key decision makers available to the Consultants. • Performing timely reviews on presented draft materials. Prior to beginning this work, the Consultants will meet with the City -County to develop a .definite schedule for this project, including meeting dates, meeting agendas, and responsibilities. ROLE OF CONSULTANTS TASK 1 plata Gatheriri The Consultants will meet individually with representatives from the Police Department, Sheriff's Department, Legal Department, Emergency Services, Emergency Communications (911), County Coroner's Office and related departments, to reassess present and future space needs. A questionnaire will be distributed to department heads prior to our detailed discussions. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. Definition of Tasks Page 2 The Consultant will utilize population projections for the City of Yakima and Yakima County as a framework for these discussions. Projected staffing and current and projected operations programs will form a basis for developing space needs. The Consultants will spend much time with the City -County discussing the following issues: • Goals, objectives and image requirements for the new facility. • Functional interface among the various departments. • Degree of shared support spaces between the City and County. • Security needs /courtroom security. • Arraignment procedures. • Nature of holding unit/booking procedures. • Flows / functions. • Staffing. • • • • Equipment. Records / records storage. -Parking requirements (secured and open). -Expansion requirements. TASK 2 Architectural Program From the information collected in Task 1, the Consultants will prepare a draft architectural program containing the following information: • Facility mission / goals and objectives. • Designer direction statements. • Staffing projections. • Space lists in five (5) year increments, through the year 2010. • Functional narratives and/or diagrams. • Room Data Sheets. • Project budget. • Outline specification. The Consultants will work with the City -County to bring space needs within the proposed budget. The Consultants will present this draft report to the City -County for verification and comments. Definition of Tasks Page 3 TASK 3 5.1e Analysis The Consultants will analyze up to three sites for the proposed facility to determine the impacts of existing zoning, access/egress, utility availability, topography, vegetation, surrounding uses and soils on the cost/schedule for the project. The impact of parking needs on each site will be carefully analyzed in terms of the overall project. The Consultants will present findings to the City -County Task Force and act as a resource in the final site selection. TASK 4 ,nceptual Planning The Consultants will develop.alternative block concept floor plans and block conceptual site plans for the proposed facility on the selected site. Flexibility and:expansion opportunities will be addressed in each concept. Preliminary Statements of Probable Cost will be developed for each option. The Consultants will present the options, with documented advantages and disadvantages, to the City -County Task Force. TASK 5 anal Statement of Probable Cost The Consultants will develop a Final Statement of Probable Cost for the selected design concept on the selected site, including provisions for future phases. This Statement will account for the following variables to yield total project costs: • Building construction costs. • Site development. • Site acquisition (if applicable). • Site survey. • Soils testing. • Construction advertising/construction testing. Definition of Tasks Page 4 Final Statement of Probable Cost (Continued) • Permit costs. • Sales tax. • NE fees. • Bond Issuance/Bond Council • Escalation to the anticipated bid date. • Furnishings and equipment. • Contingency. • Clerk of the Works (if desired). TASK 6 Project Schedule The Consultants will -develop a Project -Schedule based upon a successful •September (or. November) bond issue. They will also provide an alternative :schedule for use in the event that the -September bond issue is not successful -and a February bond issue is required. In both schedules, sufficient time will be allowed to complete the Construction Documents Phase and the Bid Phase, for a construction start prior to the end of June, 1993. Should the City -County wish to consider non-traditional project delivery (ie. design -build), we will assist the City -County in determining the ramifications of such an approach on the construction cost and time schedule. Schedules will also be developed to address potential future phases of construction. TASK 7 Capital and Operational Costs The Consultants will act as a resource to the City -County Task Force in determining the percentage of capital costs to -be borne by each jurisdiction based on occupancy and space requirements. The Consultant will also assist in determining how to share the annual operating costs for the facility. We will contact national organizations, such as the International Association of Chiefs of Police and the National Sheriffs' Association to determine how these agreements have been successfully negotiated in the past. TASK 8 Final Report A final report will be prepared on the design option selected by the City - County. The report will contain all previously developed information. CITY -COUNTY LAW AND JUSTICE FACILITY PROPOSED TIME SCHEDULE FEASIBILITY STUDY / PRELIMINARY DESIGN TASK/PHASE FEBRUARY 7, 1991 1992 MARCH APRIL MAY JUNE JULY AUG. SEPT. 2 9 16 23 30 6 13 20 27 4 11 18 25 1 8 15 22 29 AGREEMENT NEGOTIATION & I 1 1 AUTHORIZATION TO PROCEED El TASK 1 DATA GATHERING TASK 2 ARCHITECTURAL PROGRAM TASK 3 SITE ANALYSIS TASK 4 CONCEPTUAL PLANNING ::.... .... „ *.% . 4 5 TASK 5 FINAL STATEMENT OF PROBABLE COST TASK 6 PROjECT SCHEDULE Win algi.iil TASK 7 CAPITAL AND OPERATIONAL COSTS K....:, . 'M TASK 8 FINAL REPORT ..:k..it. FINAL REVIEW FILING OF BOND BOND ISSUE CAMPAIGN PRIMARY ELECTION eM PERIODS INDICATED BY BLACK SHADING. CIT'. UNTY LAW AND JUSTICE FACILITY PROPOSED TIME SCHEDULE FEBRUARY 7, 1991 DESIGN THROUGH FIRST PHASE CONSTRUCTION 1992 1993 1994 TASK /PHASE S O N D J F M A M J J A S O N D J F M A M J J A AUTHORIZATION TO PROCEED CONCEPT REVIEW & REVIEW MEETING SCHEMATIC DESIGN PHASE DESIGN DEVELOPMENT PHASE CONSTRUCTION DOCUMENTS REVIEWS BID PHASE AWARD / NOTICE TO PROCEED 1 1 CONSTRUCTION RMV CONTRACT CLOSE OUT FINAL ACCEPTANCE REVIEW PERIODS INDICATED BY BLACK SHADING. 1 2 4 5 8 PROJECT COSTS a �ec {ure iaSOCUMS LU.A. 4 P.O. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. PROJECT COSTS COST BREAKDOWN Principal/Consultant Staff Total Person Hours Person Hours Person Hours Project Scheduling 16 16 TASK 1 72 72 TASK 2 120 40 160 TASK 3 48 24 72 TASK 4 120 32 152 TASK 5 20 20 40 TASK 6 16 4 20 TASK 7 32 4 36 TASK 8 16 74 90 460 198 658 SERVICE FEES Principal / Consultant 460 Hrs. @ $85 $39,100 Staff 198 Hrs. @ $55 $10,890 Indirect Expense Allowance $2,000 TOTAL FEE $51,990* NOTE: The above fees are figured on an hourly, not to exceed, basis and include labor and direct expenses. Should our labor and expenses be Tess than projected, this will be reflected in a reduced fee. * Our Team is fully prepared and qualified to continue as Architect of Record on this project. We will negotiate with the City -County to reduce the fee commensurate with the portion of the work that directly relates to the design of the facility. Project Costs Page 2 OPTIONAL SERVICES Egndering / Model We are prepared to develop an artist's rendering/model of the proposed facility. (Note: Schematic Design must precede this.option.) JGDIic Hearings We are prepared to assist with public hearings promoting the Bond Issue. ELerivironmental Consulting We are prepared to provide additional services for the preparation of Environmental Impact Statements, as required. Our basic proposed services include preparation of an environmental checklist. ite Survey / Geotechnical) Irnsestigation We are prepared to assist in the selection of consultant's for this work and oversee their service on behalf of the City -County. This proposal is a f offer for a period of 60 days. A. Robert Presiden Architecture • Associates • A.I.A./P.S. 1320 North 16th Avenue, Suite C Yakima, Washington 98902 1 2 3 5 6 7 8 CONSULTANT BACKGROUND a�uu��'�$I��EC��Ije TEAM INTRODUCTION uu r ISSOCEZYTES y°=%/14.. P.O. 1320 N. 16 AVE. #C YAKIMA, WA 98902 P.H. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. The Yakima City -County Law and Justice Facility poses a significant challenge for the team of experts charged with this responsibility. Architecture • Associates • A.I.A. / P.S. readily accepts this challenge. We have selectively assembled an impressive group of professionals to provide your project with unmatched architectural and engineering services. TEAM APPROACH Our team is comprised of two major components. Architecture • Associates • A.I.A. / P.S., a full service architectural corporation with three decades of experience, will manage and coordinate all aspects of the project. John Graham Associates, a forerunner in the area of Criminal Justice Architecture, will provide the specific specialized consulting needed for Law and Justice Facilities. All members of our team are cornmitted to providing the excellence and quality • achieved when communication and team work are the primary components of a project. Architecture • Associates • A.I.A. / P.S. is the product of a merger between Williams • Weber • Architecture • A.I.A. / P.S. and Cullen Architects Inc. P.S. Williams • Weber • Architecture was founded in 1957 as Doudna • Williams • Architects and, since its inception, has dedicated its energies to providing a personal architectural service to clients throughout the Central Washington area. Cullen Architects Inc. P.S. was the out growth of a firm first established in 1945 by John Villesvik. In 1985 the firm entered the process of computerization and now has enabled Architecture • Associates • A.I.A. / P.S. to provide Computer Aided Design (CAD) as one of our standard services. Architecture • Associates • A.I.A. / P.S. stresses a personal and continuing relationship between each client and a principal of the firm. We believe our broadened base of project experience and technical expertise will provide us with the opportunity to even better serve all of our current as well as future clients. Ali members of our staff, which numbers eleven, are committed to providing design excellence, construction quality and budget control. Above all, we stress communication and teamwork as primary components of successful building projects. We are proud of the work we have accomplished and are encouraged by the fact that throughout the last five years, our repeat clients have accounted for a high percentage of our total clientele. In addition to our excellent record of repeat clients, we have been engaged by numerous clients on a retainer and/or multiple project. basis. Such clients include those listed below: Team Introduction Page 2 REPEAT CLIENTS / 7 PROJECTS OR MORE 1. Central Washington University, 21 projects 2. City of Yakima, 9 projects 3. Mercy Enterprises, 35 projects' 4. U. S. Bank of Washington (Peoples Bank), 14 projects 5. U. S. West Communications, 8 projects 6. United Telephone Company of the Northwest, 7 projects 7. Yakima Federal Savings & Loan Association, 15 projects 8. Yakima Housing Authority, 7 projects . 9. Yakima Nation Housing Authority, 35 projects 10. Yakima School District No. 7, 59 projects (School District Architect on retainer basis) 11. Yakima Valley Community College, 48 projects 12. Yakima Valley Farmworkers Clinic, 7 projects JUSTICE FACILITY PLANNING AND DESIGN John Graham Associates/DLR Group is a comprehensive architecture and engineering firm with widespread experience in the planning, programming, and design of criminal justice facilities. In association with various criminal justice agencies, the Firm has provided successful alternatives for clients in need of correctional centers, law enforcement facilities, court and governmental complexes across the United States. John Graham Associates/DLR Group has long recognized the needs of our correctional facility clients regarding cost-effective solution to their problems. The Firm has received rational recognition not only for design, but for achievement arid innovation in energy efficiency, responsiveness to treatment and programs, efficient staffing, aesthetics, and overall low operating and maintenance costs. Since 1980, 10 new crirninal justice facilities designed by our Firm have been featured in the Architecture for Justice Exhibition. Two of our projects were selected for the 1987 exhibition from a field of 54 entries. They are Boulder County Jail in Boulder, Colorado, and Marion County Jail in Salem, Oregon. The Boulder County Jail also was singled out as one of seven superior designs nationwide. A 1986 ACA selection was the Globe Juvenile Institution, Globe, Arizona, which houses 144 juvenile offenders. The exhibition, sponsored by the American Correctional Association and the American Institute of Architects, offers justice administrators an opportunity to review state-of-the-art design of correctional facilities. John Graham Associates/DLR Group believes that because much of our expertise is "in-house," our Firm has a distinct advantage over other architectural firms. The combined efforts of our seasoned team of experts, along with you, our most important design consideration, can result in the cost-effective, high- quality facility you desire. ® JOHN GRAHAM ASSOCIATES DLR Group E 1iitec r�e _.-'-r-- .2GOQQC0 ._I . e P.S. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 S. CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. ORGANIZATIONAL CHART We believe that successful architecture is a direct result of a maximum and continuing involvement by a principal of the firm in all phases of the project. When you commission Architecture • Associates • A.I.A. / P.S., you will work directly with a principal of the firm. One of the principals will be directly in charge of each phase of the project. We insist on the same principal involvement by our mechanical, electrical, structural and special consultants. Our management plan for the City and County of Yakima is as follows: TASK FORCE CITY OF YAKIMA YAKIMA COUNTY PRINCIPAL IN CHARGE A. Robert Williams Architecture • Associates LAW AND JUSTICE TEAM LEADER Mel Blackstone John Graham Associates Architecture • Associates Administration, Programming, Design, Coordination A. Robert Williams assisted by Jim McQuaide Cost Estimating, Site Evaluation Allen Opfer Production Support Sherlyn Davis John Graham Associates Investigation, Programming, Design Consultation Mel Blackstone Police Facility Programming and Design Specialist Joe Haines Team supported by entire Architecture • Associates and John Graham staff of 71 Personnel TUNITY E a 1-14 e A�FFIRMATIVERACTION POLICIES _-_a a ©O TES P.a. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. All member firms of our team are equal opportunity employers and, as such, certify as follows: In connection with the performance of work under this proposal, the consultants agree not to discriminate against any employee or applicant for employment because of race, sex, color, religion, age or national origin. The consultants will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, sex, color, religion, -age, or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion or transfer; Recruitment orrecruitrnent advertising; Layoff or termination; Rates of pay or other forms of compensation; Selection for training, including 'apprenticeship. The consultants further agree to insert the foregoing provisions in all contracts made by them in connection with the architectural, engineering and planning services called for under this proposal. Certified by: A. Robert illiams, A.I.A•.f ARCHITE TUBE • ,IATES • A.I.AJP.S. INTERVIEW SUBMITTAL 1 1 1 1 1 1 1 1 1 1 1 I 1 i Interview Submittal for the CSD` Y -C OO URVUT LQ7 &HO JNJSTDCC Ga©DLDTY Yakima, Washington ARCHITECTURE • ASSOCIATES • A.I.A. / P.S. Yakima, Washington in association with Law and Justice Facility Consultants JOHN GRAHAM ASSOCIATES 1 DLR GROUP Seattle, Washington March 2, 1992 DATE GATHERING 1 1 I 1 Page 1 DEPARTMENTAL QUESTIONNAIRE I. Agency/Department Agency Address: Contact: Idle: Telephone: Date: interviewed By. H. Facility/Program Function Department Mission: Major Activity of Department, in Order of Importance: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 Page 2 ID. Existing Conditions Assessment Strengths/Wecknesses of Existing Space Layout: Suggested Improvements: A. Physical Plant Assessment: Crowding —e Insufficient storage -� Record management Security Inadequate electrical outlets Inadequate temperature control Poor acoustics Poor visibility for supervisory control Inadequate restroom facilities Others DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 1 Page 3 B. Operations (known or anticipated changes) C. Interdepartmental Relationships Interdepartmental relationships which require dose proximity in order of amount of daily physical contacts: Department Average Daily Contact 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 M Staffing A. Correctional/Security Male Female Civilian Total B. Program/Administrative Male Female__ C. Staffing Pattern 1. 2. 3. 4. 5. 6. 7. 8. 9, 1 O. 11. 12. Pogo Civilian Total Position Tine/Post SPT D S N Total Future Needs DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 D. Future Conditions or Situations to Effect 1. Staffing Needs: V. Organization Chart Sketch graphic representation of current situation before: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHrrECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 Vi. Current Physical Plant Assessment A Department Area Description 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Page 6 Net S.F. Quantity Total Function/Remarks 15. 16. 17. DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 Page7 B. Floor Plan Sketch (note whether existing or desired conditions) C. Special Requirements 1. list any special security, space, furnishings and/or equipment needs below: In In Central Department Shared Location Word reproduction Word processing Microfilming Telex Computer terminals DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 Safe ( ) / vault ( ) Built-in Movable Page 8 Money handled Special security Conference space Staff secure egress Pneumatic tube system L D. Public Contacts 1. Average number per day: _ 2. Maximum number per day: 3. Peak periods: 4. \Matting is required for Victors Seated: Standing: Counter: 5. Number of counter stations required: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS 8c ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 I Page 9 E. Visitors Require 1. Direction from secretary or receptionist: 2. Departmental time which could be lessened by an Information distribution center. 3. Privacy during interviews: Office contacts with personnel: Contacts with personnel over the counter: a. Within department space: b. Off public corridor: 4. General types of contracts: OLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 F. Clerical Staff: 1. Are In separate offices: 2. Share common space: 3. Supervisor in glass enclosed cubicle: 4. Office landscape in lieu of walls: G. Storage 1. Interior Needs (General): 2. Interior Needs (Secure): 3. Exterior Needs (General): DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 Page 11 4. Exterior Needs (Secure): H. Record Storage 1. Active records required: 2. Stored: In filing cabinets: Rotary files: On microfilm: On computer: Other: 3. Length of time required storage In active files: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 f i 4. Records which can be purged (legally) after inactive: (Indicate lime in years) 5. (Records which must be kept In each form: Original: _ Microform: Other: 6. Archive storage: Boxes: In file cabinets: On microfilm: On computer: Open shelves: Other. ___o,,, DLR GROUP JOHN GRAHAM ASSOCIATES ARCHJTECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 7. Proximity to departmental space: Important: Page 13 8. Security or special conditions required: 9. Plans for generating change in forms for new types of retrieval or Standardization, etc.: Implemented by new laws: Standardization of forms for use of common storage systems by several departments (maximum utilization of storage space available): 10. Present department is: - In one location: - Scattered Where? Different floors: Different buildings: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 11. How would department head improve layout of space? Vi. Access Requirements A. Staff 1. Describe after hours access requirements: B. Public 1. Describe normal operating hours and visting policy: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 Page 15 C. Inmate 1. Describe daily routine and limes inmates are allowed outside their housing units: VIII. Inmate Programs A. Centralized: DLR GROUP JOHN .GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461-6000 1 1 4 Page 16 B. Decentralized: DLR GROUP JOHN GRAHAM ASSOCIATES ARCHITECTS & ENGINEERS 520 PIKE STREET SEATTLE, WASHINGTON 98101 (206) 461 6000 ROOM DATA SHEET TITLE AREA REQUIREMENT (s.f.) ROOM -NUMBERS DESCRIPTION: MECHANICAL: PRIVATE OFF:CE PLuRBING FIXTURES PRIVATE ROOM H2O: COLD HOT SEMI -PRIVATE OFFICE FLOOR DRAIN OPEN OFFICE SPECIAL HVAC CLASSROOM NISCELLANEDUS CONFERENCE ROOM OTHER ZONE: PUBLIC PIBLIC RESTRICTED SECURITY VIEW OUT: ELECTRICAL: TELEPHONE INTERCO' SPECIAL LIGHTING T.V. OUTLET SOUAO ACTIVATED ALARM RISC. MAR (pOTORS. ETC.) IPp0RTANT SECURITY SYSTEM DESIRABLE NONE CCTV (LOCATION) CALL BUTTON HINGE PIN INDICATOR QUIETNESS: MISCELLANEOUS I1p0RTANT DESIRABLE UNIMPORTANT FINISHES: STANDARD OFFICE INDUSTRIAL SECURITY OTHER WALLS: 0&E OR PLASTER CMU CERAMIC TILE OTHER CEILINGS: AC TILE OR PANELS DUB OR PLASTER OTHER FLOORS: CARPET VINYL TILE SHEET VINYL HARDWOOD CERAMIC TILE ENTRY MAT OTHER FURNISHINGS/EQUIPMENT: EXECUTIVE DESK DESK TYPING RETURN TABLE 0E5K CHAIR SIDE CHAIRS CONFUTER TERMINAL CREDENZA SIDE TABLE SOFA DRAWING BOARD STOOL UPRIGHT FILING CABINETS LATERAL FILING CABINETS BOOKCASE PENBDARD CHALKBOARD TACKBDARD TACKABLE SURFACES CABINETS KITCHEN WALL COUNTER FOR COFFEE MACHINE OTHER WALLS SPECIAL REQUIREMENTS ARCHITECTURAL PROGRAM 2 I i 1 I .i ec{ure I ASSOO C SATES A.O.Q. / P.O. 1320 N. 16 AVE. #C YAKIMA, WA 98902 PH. (509) 248-5020 I RON B.CULLEN, A.I.A. A. ROBERT WILLIAMS, A.I.A. PROJECT NAME PROJECT NO. EXECUTIVE SUMMARY ITEM COST PERCENT ACQUISITION: CONSULTANT SERVICES: CONSTRUCTION CONTRACTS: EQUIPMENT: ARTWORK: OTHER COSTS: TOTAL PROJECT BUDGET PROJECT STATISTICS: 1 Acquisition a Land area, S.F.: b. Cost / S.F.: c. Land Cost 2 Building a Gross Area b. New Area (Assigned) (Estimated Min.) c. Efficiency / Net Gross 3 Bldgs. / Systems (utilities) 4 Fee Computation Write in Schedule A, B of C Type Y if Retrofit, N if not Fee Schedule A Fee Schedule B Fee Schedule C Adder if Retrofit 5 Building Permit Fees 6 Other Project Variables Number of Offices to Fumish Number of new Phone Lines Number of Workers to Relocate Building Cost per Square Foot Local Sales Tax Rate Construction Contingency % Artwork Applicable? Y or N Total % Basis Services Required STATEMENT OF PROBABLE COST 3 PROJECT BUDGETING PROJECT ESTIMATE WORKSHEET ITEM A. ACQUISITION 1 Purchase Cost Lease Cost 2 Improvements 3 Appraisal & Closing Costs 4 Right of Way Costs a. Access b. Utilities c. Telecommunications 5 Conditions of Purchase a Building Remodel b. Debris Removal & Cleaning c. Fill & Drainage d. Other 6 Total Acquisition Cost B. CONSULTANT SERVICES BUDGET SHT 1/3 NORMAL BUDGET RANGES COST SUBTOTALS TOTALS 1 A/E Basic Services a Basic Fee b. Extra Subconsultant Costs c. Fees on Construction Change Orders d. Total Basic Services 2 A/E Extra Serv./Reimburs. a Programming b. EIS c. Energy Life Cycle Analysis d. Kitchen Consultant e. Laundry Consultant f. Acousitcal Consultant g. Hospital Consultant h. Interior Design Cons. I. Landscape Consultant j. Value Engineering k. 0 & M Manual/Training I. On -Site Representative m. Design Scope Change n. Document Reproduction o. Plan Check As-Builts Travel & Per Diem Other Total Extra Services/Reimbursables SUBTOTAL 1d + 2s. A/E Agreement Contingency ENTER % p• q. r. s. t. u. TOTAL A/E AGREEMENT $1 - $5 / s.f. $6 - $10 / s.f. year $1,000 - $50,000 $260/ft. 24 ft. wide $20-$40 per front ft. $10 per front ft. $20-$40 / s.f. $3-$5 / s.f. $3-$5 / s.f. site check: new const. 7-10% of total cost Allowance 3-20 K$ 5-20 K$ 5-10 K$ 3-12 K$ 3-12 K$ 2-6 K$ 5-20 K$ 2-25 K$ 2-30 K$ 2-5 K$ 5-20 K$ 25-60 K$/Year Dont budget 0.1-10 K$ 65% of Bldg. Permit 2-10 K$ 5-20 K$ i PROJECT ESTIMATE WORKSHEET BUDGET SHT 2/3 ITEM NORMAL BUDGET RANGES COST SUBTOTALS TOTALS 3 Other Services a Consultant Selecl:ion Cost *300 - $700 b. Site Survey $1,500 - $8,000 c. Geo -Tech. Investigation $2,000 - $10,000 d. Asbestos Consultant $1,500 - $25,000 e. PCB Consultant $1,500 - $5,000 f. Construction Plan Check $500 - $2,000 g. Advertising $500 - $1,000 h. Testing .25% of MACC i. Value Engineering 5 - 25 K$ j . CPM Consultant 5 - 25 K$ k. HVAC Balancing $.20 - $.50 per s.f. I. Subtotal m. Contingency Up to 10% of Line 3m n. Total Other Services 4 Total Consultant Services (Check: New 10-15% Remodel 12-20% of Total Cost) C. CONSTRUCTION CONTRACTS 1 Site Work a Temporary Utilities b. Clearing / Disposal c. Earthwork / Grading d. Borrow Fill e. Drainage f. Utilities g. Telecommunications h. Paving and Walks i. Signalization / Signage j. Landscaping k. Other I. Total Site Work (included w/Building Systems) Allowance 2 Buildings / Systems 3 MACC 4 Construction Contingency 5% -, 20% C3 (above) +/-10% 5 Subtotal 6 Sales Tax State and Local 7 Permits 8 Total Construction • PROJECT ESTIMATE WORKSHEET BUDGET SHT 3/3 ITEM NORMAL BUDGET RANGES COST SUBTOTALS TOTALS D. EQUIPMENT 1 Furniture & Partitions 5% x 75.00 x S.F. 2 Carpets Ind. in MACC 3 Blinds & Drapes $200 - $800 / Window 4 Telecommunications $100 - $900 / Phone 5 Other $500 - $20,000 6 Subtotal 7 Sales Tax 8 Total Equipment E ARTWORK 0.5% of Bid + C4 + D6 (If applicable) F OTHER COSTS 1 Bond Costs $1000 - $10,000 2 Moving Costs 3 In -Plant Services 4 Utilities / Temporary Facilities (include in MACC) 5 Security Services 6 Project Management 7 Other 8 Total Other $300 - $500 / Person GRAND TOTAL PROGRAM SCHEDULE 4 CITY -COUNTY LAW AND JUSTICE FACILITY PROPOSED TIME SCHEDULE DESIGN THROUGH FIRST PHASE CONSTRUCTION TASK/PHASE AUTHORIZATION TO PROCEED CONCEPT REVIEW & REVIEW MEETING SCHEMATIC DESIGN PHASE FEBRUARY 7, 1991 1992 1993 1994 SONDJF MAMJJ ASONDJF MAMJJ A 11 DESIGN DEVELOPMENT PHASE CONSTRUCTION DOCUMENTS REVIEWS BID PHASE AWARD / NOTICE TO PROCEED CONSTRUCTION CONTRACT CLOSE OUT FINAL ACCEPTANCE 4 REVIEW PERIODS INDICATED BY BLACK SHADING. • RESOLUTION NO. A RESOLUTION authorizing execution of a contract with Archi- tecture Associates for task services related to the joint City of Yakima - Yakima County Law and Justice Facility. WHEREAS, the City of Yakima desires to engage architect services for the purpose of preliminary planning and design of a joint City of Yakima Yakima County, Law Enforcement Facility; and WHEREAS, the City has complied with the obligations of RCW Chapter 39.80 with respect to obtaining proposals for architectural services for the aforementioned project; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to engage the services of Architecture Associates, A.I.A./P.S. for the aforementioned purposes, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized and directed to execute the attached and incorporated Standard Form of Agreement Between Owner and Architect for Special Services with Architecture Associates, A.I.A./P.S. It is hereby further resolved that the City Manager is authorized and directed to initial those portion of the aforementioned agreement which have been struck out or altered as indicated in the attached and incorporated Standard Form document. ADOPTED BY THE CITY COUNCIL this day of t'Abi4 1992. Mayor ATTEST: • „ Z.- ••/. City Clerk (res/architct.jv)