Loading...
Contract No. 1991-07KUMIN ASSOCIATES MODIFICATION TO AGREEMENT FOR PROFESSIONAL SERVICES MODIFICATION # 01 DATE: 8/4/95 PRIME CONTRACT NO. AND DATE: 91-00007 1991 PROJECT AND OWNER NAME: Kodiak Island Borough PROJECT LOCATION: Kodiak, Alaska KUMIN ASSOCIATES JOB NUMBER: 9105.04B The CONTRACT described above is hereby modified to add the following services. SCOPE OF SERVICES: Kumin Associates, Inc. letter dated May 15, 1995 (Attachment ..A„ COMPENSATION due to the revised scope of work will increase. $ 11,353.00 The TIME for performance of services shall: [eji:l*l Stay the same. All other contract provisions remain the same. ATTACHMENTS: Attachment "A" This Modification supersedes all prior agreements and understandings, and may be changed only by written amendment executed by both parties. APPROVED FOR CONSULTANT FIRM NAME: BY: TITLE: Presi ent SIGNATURE: DATE: Otacir I ACCEPTED FOR KODIAK ISLAD BOROUGH L lZ Jerome M. Selby TITLE: Mayor SIGNATURE::�,�Vl DATE: ATTEST: BY: JGldi lh /-� l y , e �seyi u Title: Boroug�Clerk SIGNATURE: u DATE: P/j0/9S 1 g/p/cj )r .s�:RA * Ot May 15, 1995 Steve Hobgood, Facilities Director Kodiak Island Borough 710 Mill Bay Road Kodiak, Ak 99615-6398 Re: Kodiak High School, Phase 1'V --B File.• 9105 04BIextscope \NNYNuuY drchkectH planA'ers Interiordesigners \\\\\\\\\\\\\Y NNNYYY\Y N\uurrYY uuuurru\ \Yr\\N\\\\\\ YYNNYYY\ NNuuuY\N ••• - 20 anchorage, - • \\\\\\\\\\\\\r uuoruY\r \uurrorr - • I ' I 561-03 78 A RI[L MAY 18 1995 - EMUFRC• KODIAK iSLANO BCRCUGH Dear Steve, Since our fee proposal of last December two additional items have been added to the scope of the project for us to design. The extra scope includes (1) spect&ing a generator with a new emergency panel layout in the building and (2). a new electrical service at the gym basement. Fee proposals from RSA to do the work was sent to you once the request was made for us to provide the design work. The fees sent did not include Kumin Associates mark-up or our time for co-ordinating the design changes. Our total proposal to you is as follows: (1) electrical service $2,223.00 (RSA) (2) generator $7,644.00(RSA) $9,867.00(1+2) (3) 10% mark-up $ 986.00(ICIA) (4) co-ordination $ 500.00(ICIA) $11,353.00 total proposal The $11,353.00 is our total fee for the work we have done, please call if there are questions on this. Sincerely, Thomas Hettich ITH i KUMIN ASSOCIATES, INC. architects - planners - interior designers 3000 "A' Street Suite 202 - Anchorage, Alaska 99503 Telephone # (907) 563-8877 Fax # (907) 561-0378 TO eve- rl►1U'r�Fl — FAX NO:—_. — ATTN: SUBJECT:__ ._ I L10, . 1_E5 I �/- TRANSMISSION CONTAINS THIS SHEET AND ... PAGE(S) FAX COVER SHEET KUMIN JOB ft-_ TIME. DATE: FROM:�Y FOR APPROVAL—FOR YOUR USE_AS REQUESTED—FOR REVIEW AND COMMENTS REMARKS: NIC, Apt 17,1995 I RswYei � 3000'A20Z AadloMk A'[, -99503 i AT?1�1170N: � ?octAetticA I Dear Taal: �ellJ t+�IGII Nsdisk WO "hoof pbs" IWB Zmem p ag 4tr.db7 (isswatiou I iI ++icsuw'cy,1aotaecre� cowuutgagxossxaaq I.I. . An ym ere swan:, *9 Kodiak bland Borbp* has raPuested tlttit RSA Incl proviide ft deeip for a new emag azy/standby gaaestor Oweiii a1r the 76 w pool dim* would lits to room the aledetg:arlaOMW gtii mum.. ad redesign tete auiift y dlmibudon syetas to pmVI&IentetPW. and "d* power fur the arhool. We Itrt!a looked At the mxlwaipd "m mdm* fx oeOid id btnldieg ad Gyrnmsirtm aftion snd have dotermimd tit at lout. sa 101M gpiar* r would ba necessary to pow thele loads. The Kodiak bl and Borough *:it amisd ihm it will: acquire &: 150 W ganerrtor from the hospitid Aw their'reuavali� Inge bnm cuaupiolmt. Hires the g:nerltot will not be 6ae6t* avegalile, at. Sej d District wishes to: provide a new ma pnoy/sraudby disttibu iwt system and recur m O the ex�ing gaoeator to Affly the 0408 e mgeoay loads Q* (we have iaclUM a WeIntiaaty daage in our I" aemkw). Wien the 130 kW gemator bwomm avaga*K i�'Ivd1 replace the edwag ysamataa end bgh.the amagelwy sad the taaa4 by bsda be comtacted 318A Bw�irearis�, Inc, gtld rtot imide a foe so paw this twolet i1a Ota` origitld psopoW ; for Ws pti dim- We wN pro * to daiga for Ilse entetgmtoq sy{teos as dt m*od above for a hump am of 57,644.00 (see attsehed cost worlmWet). Someone from mit ofoe wig sued to tmvd to Kodiak to oosarm Iav ot%OW desigc. We aced to anrd'nute this the visit w eon► w poo" w letup out cuireot liars wJhodule. I j 2522 Arctic Blvd..,Suite 00 — Anchorap, AK 993024510. Ptm* (9f17jZM-0321 — Fax 2M1T5.1 APR 12.19" P"p z } TtfW P'N' Yom. pltatt =!!Y your aa�ptRoce by a below anti �B s tig�d a" to our ofika. Plo�s�ll ifym baht any v tient. moos . Riubad S. Alam OR P E. Ptetldand "476 WbAng Avoapm bir tbr lCum6 RSA. PMGIYUMMQ COST W213KOHME,ET tYt rlia Aataalroar prWMo Kd" High GChoO Pham NO G&WOor i;WASWM data. $181185 tads f. Usk 2. �DUIPMeChMCW ,swcow [NiilOn p6rw*M Mwh"Gw $115.00 own"' pry�pM i:Ipmertast 1115.00 St�of E�sK b1f.00 Prs�lctinphlM 180.00 SpYyM 070.00 SRror Dadlna 475.00 Das►pnar $60-00 � CAII Tachnildan 466.00 61/C15Cegonti $45.00 w Wnj1 pmm"In5 018.00 IW4 i 4400.00 or* triol _ _L,_ X MOM 175.00 PK pwn 2.0 4290 1aaY'3t' 24.0 41,000 1 40.0 41,000 12:0 4000 24.0 KM 2.0 41 2.0 480 r' •01.00 416.00 AIM 2.a 62 It. 125, 12 422 4520 I s' j ati dtaance lafi► KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK ALASKA 99615 s `•' -'C7 1 Contract No.y" Change Order No. ` Project Name, Number & Location Amount of Contract & Change Orders Kul)-AK Original Contract $', u 2 73 . JJ 4- 0-472-4.�-*'-14is_..;>ts-4 Previous Changes - Contractor This Change :UK-1x rt U(.'il Ea Adjusted Contract `t T yyyy ) t` t e ..2 U J1 ''' AEE' D 2�)2, t,14CH ZzfGL, Illi 9'9.,L3 + yll. e'.l,r,t•.,. i.i Description of Change Cost p� fULIT-'.`1ADj NG l,`au�WC�� D..,TM) ---3-95 PtL'i .Lr'p" TUDY ;iNIJ F tRL LUDL —TUDY 72 The time provided for complftan of the ract is juochaoged) �} ) by ii calendar days. This document shall heco become an amendment to the contra d provisions of the contract will apply thereto Accepted By: $ ` Date Contractor'sRepresentative Recommended: `.l_r- - 5r1 ' 1 .. - Date FacilRy QoordLnator Approved By: Date Contracting Officer --- - - -- Copies: Original to Facility Coordinator PrmmamK�caa�acycsnrdnnnemF Canary to Contractor Pink to Project Inspector ARCHITECTURAL REVIEW BOARD MINUTES April 11, 1995 I. CALL TO ORDER The meeting was called to order at 7:00 p.m. by Woody Koning, Chairman, in the Kodiak Island Borough Conference Room, H. ROLL CALL Members Present Staff Present Woody Koning Steve Hobgood Scott Bonney Connie Lanahan Gerry Cloudy Gregg Hacker Bill Matzell Eric Ness Gary Stevens Betty Walters Also in attendance were Bob Tucker, Larry LeDoux, Tom Hettich, Don Prochaska, Steve Riley and Fred Cady. A quorum was established. III. APPROVAL OF MINUTES The minutes from the meeting of March 15, 1995 were read. Mr. Ness moved they be approved. Mr. Cloudy seconded. Minutes were approved unanimously. IV. HIGH SCHOOL PHASE IVB -REVIEW OF 95% DRAWINGS Tom Hettich, Kumin Associates was introduced to review the drawings. Tom gave an overview of the project: Al A The folding doors in some of the classrooms will be removed and replaced with solid doors. There are also some code upgrades being done there. B Repainting and finish work upgrades C Build 2 story addition between the old voc-ed and the gym. The 1st floor is the mat room, the 2nd floor is storage D Will be converted into a classroom. They are also adding cabinets in a science area. E 2 offices for administrator It was then decided to go over the comments from the previous minutes. Many of the discrepancies have already been addressed in the new set of plans. If not, we will make new comments. Al The access hatches have been located. Gregg wanted to make an adjustment on one of the locations and that will be taken care of. -� a ...� .y � } ✓1 _ the back. It is an aluminum sandwich with a core. The advantage is you do not get the oil canning you get from Robertson. It is pre -finished. They are looking to use durable products. Don explained McCarthy/SDL's background as being one of the top companies building 300+ hospitals. They are very much speed driven with the kind of volume they do. The level of detail is basically on the floor plans. They are making preliminary material selections. They are challenged with maintaining a 24 hour a day, 365 day a year operation. They will take out the elements of the hospital that are most critical to our future business needs as part of the outpatient; moving the Operating Rooms, surgical suites, the radiology suites and emergency. That way the facility we currently have can maintain operation while expanding. They discussed making a panel system for the boiler room doors to allow removing for maintenance purposes. Required testing ports need drawn in now so you can verify exhaust emissions required by code. The water separator needs to be moved for maintenance purposes. The roof is very complex. It will leak. If someone is there constantly monitoring the construction it will help but it will still leak. There needs to be more discussion as to how the roof should be done. The meeting adjourned at 10:25 p.m. Signed, Woody Koning Chairman Submitted by, (4 ,, VV " �_&' C4"aj_V'1� Date Connie Lanahan Date Eng/Fac Secretary MENDMENTNO. 005 i 7 AGREEMENT NO .C91-00007 PROJECT NO .410-472 KODIAK ISLAND BOROUGH AMENDMENT To AGREEMENT FOR PROFESSIONAL SERVICES THE AGREEMENT BETWEEN THE KODIAK ISLAND BOROUGH, HEREINAFTER THE CONTRACTING AGENCY, AND KUMIN ASSOCIATES, INC., HEREAFTER THE ARCHITECT, IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. CHANGES TO CONDITIONS OR SERVICES: Provide additional services for the High School Alteration Project, Phase IV B, in remodeling of: "Area A" classrooms and toilet rooms on second floor; "Area B" toilet rooms across from the Kitchen/library area; "Area D" old toilet room into an office and add fume hood and sink to an existing classroom; "Area E" existing workspace adjacent to the principal's into office and copy room; and "Area C" new two story addition for a mat room and storage on the second level. THE FOLLOWING ATTACHMENTS TO THIS AMENDMENT ARE INCORPORATED HEREIN: ATTACHMENT_ DI Q. TITLE DATE NO PGS_ 1 Kumin Correspondence 12/2/94 3 CHANGES TO COMPENSATION: METHODS OF PAYMFNT CURRENT AMOUNT(S) FOR AMOUNTS AMOUNTISI THIS AMFNOMFNT Pre -Design Site Visit $ 4,825 $ 4,825 100% Design 58,245 58,245 Design Presentation 900 900 Bidding 4,318 4,318 Bidding Site Visit 900 900 Construction Administration 21,539 21,539 CA inspection 12,006 12,006 TOTALS $ 102,733 $ 102,733 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED: One Hundred two thousand, seven hundred thirty-three DOLLARS 1$ 102,7333 ) ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMANT. (SIGNATURES MUST BE AFFIXED IN ACCORDANCE WITH CONTRACTING AGENCY PROCEDURES.) ARCHITECT: C_0R20RATE.1; AL SIGNATURE: 3 ire D TE TYPED NAME: Jdryathan P. Kumin, AIA TITLE: Principal I// CONTRACTINLI A(;FNCY: KODIAK ISLAND BOROUGH % // CERTIFYING OFFICER'S SIGNATURE: ��---- ��� - �"Y' ]RnsnLIGH_SEAL TYPED NAME: Jerome M. Selby DA I TITLE: Mayor ATTEST: —� ATE TYPED NAME: nf. Smith, CMC TITLE: Borough Clerk December 2, 1994 Steve Hobgood, Facilities Director Kodiak Island Borough 710 Mill Bay Road Kodiak, Ak 99615-6398 Re: Kodiak High School, Phase IV -B File 9105.04/Desfee MUMU....../...N //..........N MUMU..././MUMU./MUMU MUMU....//MU........MUMU.. ....MU. . ..MU...../../.t MUUMUUtelephone ...M 111 1 � 1 .........N... • , ..N.N..//MUMU/ Dear Steve, Attached is a fee proposal dated December 2, 1994. The current December 2 fee proposal is a modification to the March 4, 1994 fee proposal. The current fee modifications account for the additional site visits, bidding services and construction administration required since the project was split into two construction seasons, summer of 1994 and summer of 1995. The design foo owtonnry /inn* desian. 19951 of the March 4. 1994 fee has also The areas of current work, based on enclosed plans dated December 5, 1994 and the previous concept narratives (excluding work done and auditorium fireproofing) dated December 1, 1993, for summer of 1995 are as follows: 1.) Area "A", remodel of classrooms and toilet rooms on second floor. 2.) Area "B", remodel toilet rooms across from the kitchen/library area. 3.) Area "C", new two story addition for a mat room and storage on the second level. 4.) Area "D", remodel old toilet room into an office and add a fume hood and sink to an existing classroom. 5.) Area "E", remodel existing workspace adjacent to the principal's into office and copy room. Once Yukon Fire Protection has completed their survey of the old voc-ed portion of the high school we can discuss the need to design and incorporate any of their findings into the project. We have made the assumption that any asbestos abatement design or removal will be done by the Borough and the School District. We have not included any fees new addition at the mat room. us to complete our structural Jones and have him evaluate addition. This will be less services. for obtaining a soils report for the A report will be needed in order for design. We suggest you hire Rolland a backhoe test pit at the proposed expensive than including it in our We will also need some existing grade information at the new addition. Rolland or a surveyor should be able to do this in several hours, again at minimum expense. We are proposing a design and Borough review schedule of about three and a half months. This should give a contractor May and the first Part of June to mobilize and order materials. Based on your verbal approval last Tuesday we have started the final drawings. If the above conditions and fees are agreeable to you please forward a modification to our contract for signing. Sincerely, Thomas Hettich /TH 29 to 0 i] IRT C6 44 LO w 01Ln ON0 N N 60000000 WIN N 00100 0 0 0 0 00 LlJ 0 CCS O CC N 0100000 m T to w 24",% r,: N ZI000000010 two 0) to ro OR0�$4o$S V)QNC6 M W NO. L W a.0 w W Q 0 0 ` > W E ci o w c w Q 5; < mL 0�'m 01 a coCL mvi O NN �i �' °O� N `H y W o W E mvp oQ0 :50 U mdgamm00 YYLLc4ri4'6cct-: 0 m W ��o N f C„1 � � N CO No W r V E r y c E m N �myo ave ' �a� O J W� E cm'v CH N —aOmU� m�QO n P., 0 CL w CD rn N a O V - 1-3 W m m m to co —« 0 z •AjSEMBLY WORK-SEII"N- January 28, 1994 - Noon Borough Conference Room CITIZENS COMMENTS SCHOOL BOARD 1. Budget 2. Kodiak High School Phase IV MAYOR"S COMMENTS CLERK"S COMMENTS ASSEMBLYMEMBER COMMENTS P & Z Representative for February - Mary Monroe P & Z Representative for March - Mike Milligan P & Z Representative for April - Gordon Gould KODIAK ISLAND BOROUGH SCHOOL DISTRICT 722 Mill Bay Road Kodiak Alaska 99615 MEMO TO: Jerome Selby, Mayor Kodiak Island Borough FROM: John Witteveen, Superintendent Kodiak Island Borough School Distriqlll� DATE: January 26, 1994 SUBJECT: KODIAK HIGH SCHOOL PHASE IV REMODEL DRAWINGS The Kodiak Island Borough School District Board of Education approved the Kodiak I-Trgh School Phase IV Remodel Drawings at their regular meeting on January 24, 1994. We would like to discuss the drawings with the Borough Assembly at the joint work session scheduled for Friday, January 28, 1994 at noon. If you have any questions please call. KODIAK HIGH SCHOOL - PHASE IV -B: RENOVATION/ADDITION November 21, 1994 Current Existing Funds Available for Use: Left over from Phase IV - A $ 453,137.00 Local $ 5,513.0 State Grant $ 458,650.00 Total Estimated Cost To Complete Phase N - B Area A New Classroom Door in Computer Room Deleted Area B Bathroom Remodel nest to Kitchen/Cafeteria S 16,188.00 Area C Classroom Partition Remodel - Second Floor $124,741.00 Area Cl Bathroom Remodel - Second Floor next to Computer Rm. S 35,857.00 Area D New Wrestling/Mat Room with Storage $917,411.00 Area El Small Classroom Renovation - Area next to Mr. Hamer S 16,214.00 Area E2 New Computer Lab/Classroom Deleted Area E3 Fume Hood/Counter at Science Lab - Fire Marshal/OSHA S 18,605.00 Area F (2) New Offices - Asst. Principal & Copy Room S 13,128.00 Other Associated Costs: KIB Administration of Project: S 60,000.00 Kumin Adjusted Fee to Design Contract $ 45,000.00 TOTAL ANTICIPATED COSTS OF PHASE IV -B $1,247,144.00 REMAINING FUNDS FROM PHASE IV -A $ 458,650.00 FUNDS REQUIRED TO COMPLETE PROJECT $788,494.00 ITEM NO. 12-D-1. Kodiak Island Borough AGENDA STATEMENT Meeting of: January 5, 1995 ITEM TITLE: High School Alteration, Phase IVB. Conceptual Design Approval Project KIB-410-472 (88) SUMMARY STATEMENT: Conceptual design of the H. S. Alterations, Phase IVB have been completed by Kumin Associates. Approvals have been received from the Architectural Review Board and Kodiak Island Borough School District. Work includes: Area B - Bathroom Remodel & Upgrade $ 16,188 Area C - Classroom Partition Remodel 124,741 Area C1 - Bathroom Remodel - Second Floor 35,857 Area D - New Wrestling/Mat Room Addition 917,411 Area E1 - Small Classroom Renovation 16,214 Area E3 - Fume Hood/Counter Fire Marshal/OSHA 18,605 Area F - (2)New Offices Asst, Principal/Copy Room 13,128 Administration & Design Costs 105,000 FISCAL NOTES (See Attachment) ACCOUNT NO. 410-472 [ ] N/A Expenditure Amount Required $ 788,494 Budgeted $ 1,247,144 APPROVAL FOR AGENDA: ARCHITECTURAL REVIEW BOARD MINUTES December 13, 1994 The meeting began at 7:06 p.m. Attending the meeting were: Woody Koning, Eric Ness, Greg Hacker, Jean Barber (arrived at 7:15) and Gerry Cloudy, Steve Hobgood and Kaye McClain, staff. Also attending was Lisa Stroh, H. S. Asst. Principal. Minutes of the last meeting, November 1, 1994 were approved following a motion by Eric Ness and a second by Greg Hacker. The motion passed. Mr Koning noted staff should send a letter to Ed Mahoney regarding his absences from the board meetings. He mentioned he had approached Stan Austerman and I. G. Burgee as to applying for membership on the board. Mr. Hobgood discussed the areas of work outlined in the High School Alterations, Phase IVB. Areas include the greenhouse, a special ed room (referred to as an office), that will require extensions of utilities, sprinklers, heat, etc.; additional windows, an addition, and storage. The various details of the concept plans were discussed. Items not originally presented to tho architect were brought forth by Lisa Stroh for Larry LeDoux. Members of the board explained they only looked at architectural and mechanical parts of the drawings, they did not set program design or policies. They also questioned the cost of changing design at this point. Mr. Hacker noted there might be a change order pending in the toilet rooms. The design called for Gypsum Wall Board ceilings and currently in at least some of the rooms a plywood ceiling exists. It was noted a column in the wrestling room appears on the drawings that should be removed. Mr. Koning indicated he would entertain a motion on a recommendation to the Assembly. Following further discussion, Eric Ness moved to recommend to the Assembly the approval of the concept drawings of the H. S. Alterations, Phase IVB with a note to look at costs in Rooms 117, and 118 and 119, if the new changes were made. He also indicated the board should review the 65% drawings and specs on this project, as well as the 95% drawings and specs. Mr. Cloudy seconded the motion, which passed unanimously. The meeting was adjourned at 8:20 p.m. Signed, Woody Koning Date Chairman Submitted by, KayelAcClain Date Eng/Fac Secretary KODIAK ISLAND BOROUGH SCHOOL DISTRICT 722 Mill Bay Road Kodiak Alaska 99615 Office of the Assistant Superintendent (907)486-9210 MEMO TO: Steve Hobgood, Director KIB Engineering and Facilities FROM: Betty Walters, Assistant Superintenden DATE: December 20, 1994 SUBJECT: High School Alternative Project, Phase IV -B The High School Alternative Project, Phase IV -B, Conceptual Drawings, were approved by the Kodiak Island Borough School District Board of Education at their Special Meeting, December 19, 1994. If you have questions or need further information, please let me know. 1 KODIAK HIGH SCHOOL ALTERATION PROJECT (PEASE IV) KAI 19105.04 Architectural Narrative November 30, 1993 INTRODUCTION Phase IV continues a series of improvements to Kodiak High School. These have occurred during the summers of 1991, 1992 and 1993. Phase IV is scheduled for the summer of 1994. In general the projects are to acquire more usable classroom space out of existing spaces in the building. Work has also included storage upgrades, a new full service kitchen and modifications to the gym area. Much of the space is being created from the existing voc-ed portion of the building. As more of the existing voc-ed spaces are converted into general classroom use it is anticipated that a new voc-ed facility will need to be constructed. The study, including conceptual plans, is based on initial programming by the high school building committee, a site visit and interview by Kumin Associates in September, and an informal exchange of drawings and concepts between the Borough and Kumin Associates. Three sheets of conceptual drawings have been prepared to reflect the expressed space needs. Included in the submittal are plans of existing spaces where mechanical and fireproofing issues are being addressed. The study is organized into eight areas of concern, labeled A, B, C, D, E, F, G and H. The cost for all areas is $1,601,069.00, assuming construction in the summer of 1994. A detailed cost breakdown is included elsewhere in the study. Upon approval of the study by the Borough, final drawings will be prepared for bidding and construction of the project. The narrative below summarizes the current status of the program requirements and objectives. 1 AREA "An At present this space is an existing classroom used for teaching math. It is proposed to split- the room in two, creating a computer lab for about 10 to 12 stations, with access from the main corridor. The remaining half of the existing space would be an adjunct space to the existing ESL classroom. The ESL room already has a door to the proposed space. AREA "Bn The scope in this area is to upgrade the finishes in the existing toilet rooms and add a janitor's sink to the existing electrical closet adjoining the toilet rooms. Walls and ceiling of the toilet room will be painted. The floor is an existing tile floor which appears to be in fair shape. New toilet partitions will also be provided. Existing plumbing fixtures are in good shape and will not be replaced. These rooms do not comply with current handicapped accessibility standards. The entire area would need a major renovation to make that possible. However a unisex accessible toilet room was created in this area last year. AREA "Cn Part of the effort here is to remove existing folding partitions and replace them with fixed walls at six classrooms, as requested by the high school group. A request was made to add additional windows in several of the classrooms as well as additional windows in a small room being used as a greenhouse. Along with these new window locations existing windows will be replaced with more durable frames to minimize weather leaks that have been occurring at this area. 2 AREA "D" This includes an addition between the old voc-ed and the gym, and renovations in several rooms of the voc-ed. The addition will create a room with access to the gym for wrestling. There will be some additional PE storage. The addition will have a second level to be used as storage for the maintenance department. The size of the second level requires two exits to comply with code. The addition will be constructed of materials to match the adjacent gym, with a steel frame and concrete floors on both levels. Second level floor concrete will be about 4 inches. This type of design is cost efficient and durable, however some non-structural cracking in the concrete commonly does occur. Exterior walls will have panels to match panels at the gym exterior. Area "D" also includes renovation to rooms in the adjacent voc-ed building. The existing art room, which is adjacent to the proposed addition, will be used as the weight room. This will require the removal of several wood partitions and art equipment such as the kiln, sink and storage cabinets. The wood shop will be split into a new art room on one half and wood shop on the other half. Placing the art room in this location will require the existing dark room to have its entry and layout reoriented in the opposite direction. The high school's climbing program will use the wood shop side of the new wall dividing the art room and the wood shop. The space currently being used as for the climbing activity will be converted into a small general purpose classroom. About a third of the existing fisheries lab will be converted into a general purpose classroom. The remaining fisheries will remain as is except for a new door location into the space. AREA "E" This is the addition of a small cmu (concrete block) exterior storage room outside the pool building to store chlorine. AREA "F" This involves the renovation of an existing storage room to store flammable materials that are currently being stored in several locations in the maintenance shop area. This will require upgrading the fireproofing of some of the existing walls as well as installing explosion proof light fixtures in the room. AREA "G" The project in this area will provide ventilation in, the existing 6th grade classroom area. These rooms were not design as classrooms in the renovation of this area several years ago. The rooms typically have two small operable windows which do not provide adequate ventilation when they are fully loaded in the winter time. The mechanical narrative explains the system being proposed to heat and ventilate this area. AREA "H" The project is to fireproof the existing framing of the auditorium building. This will most likely be done if it is determined that the building was required to be fireproofed when the State Fire Marshal originally reviewed the plans. The history of this issue is outlined in an enclosed letter. At present the Borough is waiting for additional information from the original designers. Should no documentation support, from a code standpoint, the existing structure without fireproofing, then it appears that building columns and some ceiling areas will need to be covered with layers of gypsum wallboard or similar fireproofing methods. C! \ a ± 2 2 / < c J 2 g w F- > § CO LU £ U _ § < § / § 0 § } CO bfq $§� I«< <<LLJ c §sero b2 $ A b b b b b b U- LL K m o c--®8 r § � / 2 § g § ■ � R $ § k 2 ® - ®® / 0 2 6& - ® - � 4040 Cf) b2 w 0 g 0) C @% _ to n K K 0\ # § r § � / 2 B % � $ § ■ 2 ® - ®® / 0 2 6& - ® N 0 0 - LO C . _ to 0 K K 0\ E R § 2 U- 0 = w E 0 r § - / § $ 2 2 � m / 0 - ® < coto � 4040 � N \ § = 1 E 2 R w 0- _ UJ CUl § § 2 m / c 2 LLJ < § B / \ \ } / g LU § � a:w in LLJ § $ < ± 2 I < � LL § < -i / W < $ I w § E R § 2 U- 0 = w E m LU § m / § LLJ < / \ < \ � k / } / g LU § � a:w in LLJ § $ < ± 2 I < � LL § < -i / W < $ I w § E R § 2 U- 0 = w E z E U) u « k LU J 8 i j / < < < < KODIAK ISLAND BOROUGH AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THE AGREEMENT BETWEEN THE Kodiak Island Borough AND Kumin Associates, Inc. IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. CHANGES TO CONDITIONS OR SERVICES: '!!�'-4i-0 7 AMENDMENT NO. 004 AGREEMENT N0.C91-0007 PROJECT N0.41O-472 HEREAFTER THE CONTRACTING AGENCY, HEREAFTER THE CONTRACTOR, j Provide additional Services for the High School Alteration Project, Phase IV, in remodeling portions of the existing voc-ed building; chemical storage at the pool; flammable storage at maintenance shop; and sixth grade wing ventilation upgrade. THE FOLLO'.IIIIG ATTACHMENTS TO THIS AMENOEIENT ARE INCORPORATED HEREIN: ATTTA:CH"T_YT R0. TITLE DATE 1. Kumin Associates, Inc. Letter 3/4/94 2. Kumin Associates, Inc. Letter 2/4/94 July 1, 1980 NO. PAGES 2 1 CHANGES TO COMPENSATION: METHODS) OF PAYMENT CURRENT AMOUNT(SI AMOUNT(S) FOR THIS AMENDMENT AMOUNT(S) Pre-Design Site Visit s 3,200 s s 3,200 100% Design, 1994 45,834 45,834 100% Design, 1995 50,908 50,908 Design Presentation 900 900 Bidding 4,637 41-637 Bidding Site Visit 900 900 Construction Admin 17,346 17,346 CA Inspection 6,671 6,671 TOTALS 6130,396 $ 6130,396 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED DOLLARS ($ ), ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, TME PARTIES HAVE EXECUTED THIS AMENDMENT, (SIGNATURES RUST BE AFFIXED IN ACCORDANCE WITH CONTRACTING AGENCY PROCEDURES.) CONTRAL Kumi n $�'7�t s, InC, CORPORATE SEAL SIGNATURE: TYPED NAME: Jonathan 1. Kumin, AIA DATE: TITLE: P/fincipal SIGNATURE: TYPED NAME: DATE: TITLE: CONTRACTING AGENCY: Kodiak Island Borough �J� CERTIFYING OFFICER'S SIGNATURE. y-�\P L��.,,. ('['`/ 1J a TYPED NAME: Jerome M. SeT,Sy Q DAT-1(E—F- TITLE: Mayor CERTIFYING OFFICER'S SIGNATURE:( TYPED NAME: &00k),4 fz_ DATE: / TITLE: aDkoLLGN C'�E72I< March 4, 1994 Steve Hobgood, Facilities Director Kodiak Island Borough 710 Mill Bay Road Kodiak, Ak 99615-6398 Re: Kodiak High School, Phase IV CHI File 9105.04/Desfee �Zuh off ODn@o arbhitekts'& pldnners 3000 "A" street, suite 202 •-anchorage, steaks 99503 telephone (907) 563-8877 Dear Steve, Attached is a revised fee proposal dated March 4, 1994. The March 4 fee proposal is a modification to the February 14 fee proposal. The fee for the design category has been split into to parts to account for work now being planned for the summer of 1994 and work planned for the summer of 1995. This reflects the modifications made to the study scope discussed between you, Mayor Shelby and Jon Kumin earlier this week. It is anticipated that the revised scope will meet the requirements to be designed and constructed by the start of the next school year. The areas of work in the building for summer of 1994 are as follows: 1.) Area "D-111, remodel of portions of existing voc-ed building 2.) Area "E", chemical storage at pool 3.) Area "F", flammable storage at maintenance shop 4.) Area "G", 6th grade wing ventilation upgrade We can pick up the final design for the other areas of the phase IV study next fall. As noted in the March 4,1994 fee proposal the fee proposal will be modified to account for the additional site visits and administration to split the project into two parts. Also note that the auditorium fireproofing work is still not included in any of the fee proposals. We are anticipating a design schedule of about six weeks to do the work for the 1994 summer project. We would prefer more time but understand your need to have this part of Phase IV work done by the end of summer. once we have approval of our fees we will be available to visit the school and begin. In order to meet the summer construction schedule we anticipate starting the design next week. I have tentatively scheduled a trip for next wednesday. Sin erely, Thomas Hettich /TH Od Wo1-OWHW 640 70M0 V'I`m H N .1 M 10 01 M 10 M e' .m .tn O M -Wm V"' 1-�00 nv 11 O 01 O ei'm ri 0 r1 00 O1 H M -W 0) O N rl rl U ro z 000000000 m 10 V' O 11 N 10 01 N U W N N V' 0 m m sa W m O U W 10 X000 MONO1O U1ONN 1n ONN10 N LL'f H M IL1 01 tr 'd' rim % W 10 V' H m 1� -crI-O 1n 00 w14 000 M1 00 10 O 11 1rn d m O 1l7 N N H rl � 000000000 000000000 U w 000 o 001 o 001 o W VO' r1 1[1 O M v r1 1- m N M r1 1` m C •.I O V 0 01 01 +J N s 01 m 01 ro •11 ro 41r4r11 DCq SOON 110-1 0 1T 01 G1 4 -.I 1J .iNNW OU U) NWN b1O'004.. a) 0 O O O O S+ W W 0 a+•.i •.1 +1 G a W UI NOO WroroPQ OH H w H0m•muuH p4141-4 m� H N N M V' LL'1 l0 (, 04 0 x s+ ro dP O .•-I N 0 ri a 41 N O U +J ro ro ro r♦ ri A d A O H W ri A to N $4 a 01 C% H w 0 H N 0 N H H W H D W H H J•1 W W 4J N O U r1 N M U d rl W .•-I N M U d U rn rn .•-I H r1 N 1n U O V y -r4 -.•1 ti ro+t D .e 4) 0 N � •.1 C. G1 •rl 11 •°' a `i� ani 41 0 0 N y O 01••+ 0 p. 1 •^I ro H N d W ro H Ha40 W UH v 10 W44 LO o A >4 wlc0 .y w {J (1 rl C ON N �bv O N Brox r.) 11 N q Z O •.i S 0 � Ln v to (A ro N >a m ++ 1 v 91 G d O ro� C W N rl W (dU u v�ro a 4J 0 sl � � ro A >1 rota V ro N . 1n xvro(1 ro 0) 01 O N 'O H 3 PA O +1 W-14 A a W N 01 O O 4 rn W rt N x 0 N SI O > 0 0 O •.I (0 3 W o IrH r -i P 0,H1iro3 Gl 3 W 4-) O O O sero Aro 0 0 •rl a w ro W U SAW ni 0 0 z moo 0 U) 0 Ln U 0 rl n sa m 4J W 000000000 U w 000 o 001 o 001 o W VO' r1 1[1 O M v r1 1- m N M r1 1` m C •.I O V 0 01 01 +J N s 01 m 01 ro •11 ro 41r4r11 DCq SOON 110-1 0 1T 01 G1 4 -.I 1J .iNNW OU U) NWN b1O'004.. a) 0 O O O O S+ W W 0 a+•.i •.1 +1 G a W UI NOO WroroPQ OH H w H0m•muuH p4141-4 m� H N N M V' LL'1 l0 (, 04 0 x s+ ro dP O .•-I N 0 ri a 41 N O U +J ro ro ro r♦ ri A d A O H W ri A to N $4 a 01 C% H w 0 H N 0 N H H W H D W H H J•1 W W 4J N O U r1 N M U d rl W .•-I N M U d U rn rn .•-I H r1 N 1n U O V y -r4 -.•1 ti ro+t D .e 4) 0 N � •.1 C. G1 •rl 11 •°' a `i� ani 41 0 0 N y O 01••+ 0 p. 1 •^I ro H N d W ro H Ha40 W UH v 10 W44 LO o A >4 wlc0 .y w {J (1 rl C ON N �bv O N Brox r.) 11 N q Z O •.i S 0 � Ln v to (A ro N >a m ++ 1 v 91 G d O ro� C W N rl W (dU u v�ro a 4J 0 sl � � ro A >1 rota V ro N . 1n xvro(1 ro 0) 01 O N 'O H 3 PA O +1 W-14 A a W N 01 O O 4 rn W rt N x 0 N SI O > 0 0 O •.I (0 3 W o IrH r -i P 0,H1iro3 Gl 3 W 4-) O O O sero Aro 0 0 •rl a w ro W U SAW ni 0 0 z February 4, 1994 Steve Hobgood, Facilities Director Kodiak Island Borough 710 Mill Bay Road Kodiak, Ak 99615-6398 Re: Kodiak High School, Phase IV CHI File 9105.04/Desfee [�amoor E 00M. adchitacts'`& pianners 3000 "A" street, suite 202 • anchorage, alaska 99503 telephone (907) 563-8877 Dear Steve, Attached is a revised fee proposal dated March 4, 1994. The March 4 fee proposal is a modification to the February 14 fee proposal. The fee for the design category has been split into to parts to account for work now being planned for the summer of 1994 and work planned for the summer of 1995. This -reflects the modifications made to the study scope discussed between you, Mayor Shelby and Jon Kumin earlier this week. It is anticipated that the revised scope will meet the requirements to be designed and constructed by the start of the next school year. The areas of work in the building for summer of 1994 are as follows: 1.) Area "D-111, remodel of portions of existing voc-ed building 2.) Area "E", chemical storage at pool 3.) Area "F", flammable storage at maintenance shop 4.) Area "G", 6th grade wing ventilation upgrade We can pick up the final design for the other areas of the phase IV study next fail. As noted in the March 4,1994 fee proposal the fee proposal will be modified to account for the additional site visits and administration to split the project into two parts. Also note that the acditorium fireproofing work is still not included in any of the fee proposals. We are anticipating a design schedule of about six weeks to do the work for the 1994 summer project. We would prefer more time but understand your need to have this part of Phase IV work done by the end of summer. Once we have approval of our fees we will be available to visit the school and begin. In order to meet the summer construction schedule we anticipate starting the design next week. I have tentatively scheduled a trip for next wednesday. Sin rely,ZZIcj d Thomas Kumin Associates, Inc. 3000 "A" Street Suite 202 Anchorage, Alaska 99503 (907)563-8877 Fax:(907)561-0378 To: Kodiak Island Borough 710 MID Bay Rd. Kodiak, Alaska 99615 e9 I LETTEF� OF TRANSMITTAL Date 08—Mar-93 ob No. 6.00 Attention: Kaye McClain Re: Amendment #3 Kodiak High School Alterations Phase III WE ARE SENDING YOU x Attached _Under separate cover via _the following items: _Shop drawings _Prints _Plans _Copy of letter _Change order THESE ARE TRANSMITTED as checked below: _For approval No exceptions taken _For your use _Make corrections noted x As requested _Revise and resubmit For review and comment Prints returned after loan to us _Resubmit copies _Rejected — see remarks _Return corrected prints REMARKS Dear Kaye, The enclosed are signed and sealed but uncorrected contract amendments to the above—captioned project. Please call me if you need further assistance. Thank you. COPY TO Contract File Doinica DeWitt, 1ccountant SIGNED ( k KODIAK ISLAND BOROUGH (AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THE AGREEMENT BETWEEN THE Kodiak Island Borough AND Kumin Associates, Inc. IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. AMENDMENT NO. 003 AGREEMENT NO. C91-007 PROJECT N0. 410-457 HEREAFTER THE CONTRACTING AGENCY, , HEREAFTER THE CONTRACTOR, CHANGES TO CONDITIONS OR SERVICES: Provide additional services for the High School Alteration Project, Phase III in the Kitchen/Library area, Sprinkle Voc Ed area, Educational Opportunity Area, Drafting area, General Classroom space, office space, Computer LaB, AND Nurse's station. THE FOLL08ING ATTACHMENTS TO THIS AMENDMENT ARE INCORPORATED HEREIN: ATTACHMENT NO. TITLE DATE 1 Kumin Associates, Inc. Letter Jan. 28, 1993 2 Kumin Associates, Inc. Letter Feb. 17, 1993 July 1, 1980 NO. PAGES 2 2 i 1 � ; � -, i 1 •, n CHANGES TO COMPENSATION: METHOD(S) OF PAYMENT Pre -Design Site Visit 100% Design Design Presentation Bidding Bidding Site Visit Construction Admin. C. A. Inspection Sprinkler System Design Reimbursables CURRENT AMOUNT(S) THRU AMENDMENT s 5,493 118,215 1,340 11,328 900 23,580 14,712 10,397 15,000 AMOUNT(S) FOR THIS AMENDMENT S REVISED AMOUNT(S) s 5,493 118,215 1,340 11,328 900 23,580 14,712 10,397 15,000 TOTALS s 200,965 $ $200,965 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED DOLLARS (S ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT. (SIGNATURES /!UST BE AFFIXED IN ACCORDANCE WITH CONTRACTING AGENCY PROCEDURES.) CONTRACTOR: Kumin Ass CTat , r / Inc. � �CORPORATE SEAL TYPED NAME:/I3onathan P. Kumin TITLE: /)Principal TYPED NAME: TITLE: CONTRACTING AGENCY: Kodiak Island Borough CERTIFYING OFFICER'S TYPED NAME: Jerome TITLE: Mayor DATE: 5 -Mar -1993 DATE: CERTIFYING OFFICER'S SIGN TYPED NAME: Judith TITLE: Deputy SENT BY: 1-28-93 ; 3:15PM ; KUMIN ASSOC INC- KODIAK ISL. BOROUGH;# 1/ 2 KUMIN ASSOCIATES, INC. archftects & planners. 3000 "A" street Suit 202 - Anchorage, Alaska 99503 TelBphon N (907) 63 8 77 Fax # 0561-0378 T0: edel -Zdl�l FAX N0: ATTN: SUBJEC TRANSMISSION CONTAINS THIS SHEET AND I _. .- PAGES) FOR APPROVAL—FOR YOUR USEASREQUESTED_FOR REVIEW AND COMMENTS REMARKS: r 1- 4F -..- FAX COVER SHEET KUMIN JOB #, _ TIME:— DATE:--./ FROMe C q Ploll LO r -r CD Ri �O N 0 l'7 0 N m 1%1!ad'ONQr000 0 O O P 2 i a ' y U L o Lgm m r Q �t U) Im 5 $ r co Eam I 1u IOf ac -4H �4Ui� 66 aar0mUCa3� r Ej =as moi LA oZ y 0.ag 0M8 Z /Z #!HDION08 '131 HVIQON -JNI DOSSV NINM ! NdSi:£ ( £6 -K -I :A9 IA3S SENT BY; 2-17-93 ; 9 34ASI ; KUMIN ASSOC INC- KODIAK ISL. BOROUGH;# 1/ 5 KUMIN ASSOCIATES, INC. FAX COVER SHEET architects & planners. KUMIN JOB # 3000 "A" Street Suite 202 - Anchorage, Alaska 99503 Telephone N (907) 56 -877 Fax (907) 561-0378 TIME: T0: DATE: r141A4 )5' FROM: Q �� FAX NO: 4 TRANSMISSION CONTAINS THIS SHEET AND _-*- PAGE(S) FOR APPROVAL FOR YOUR USE AS REQUESTEDTFOR REVIEW AND COMMENTS 'NC v l,�t_C. X461 i -'q VY. E:� r)F Yep -- SENT BY: 2-17-93 ; 9:3M ; KUMIN ASSOC INC- KODIAN ISL. BOROUGH;# 2/ 5 February 17, 1993 Steve Hobgond, Facilities Director Kodiak Island Borough 710 Mill Bay Road Kodiak; Alaska 99615 Re! Kodiak High School, Phase III Sprinkler Addition File 9105.03 Dear Steve, Illollarohitoots planners lm ..r...rr:...... "":.::9111111 iiiir••N •moi •�, .•.•■.9N...rrr. =rr�Nrurrrr.�• Inclosed is our cess to provide services to include a sprinkler system rue Che 50,000 s.r. rVoc-ed^ area in the. Phase III project. The services include our effort for design and construction . A. Mechanical / Electrical .Sprinkler specs $3,874.00 sprinkler shop drawing review, 1 inspection $1,786.00 ventilate 1 classroom, inspect $1,679.00 B. Cost Estimate $750.00 x1.10 $8,897.90 C. Architectural co-ordination $11500.00 $10,397.00 Please let us know if you have any questions concerning the tasks as nutlined above_ The amount above is in addition to the fee already submitted to you for the other portions of the phase III project. Sincerely, r sir, at) 4c�) Thomas Hcttich /TH KODIAK ISLAND BOROUGH 1 ` AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THE AGREEMENT BETWEEN THE Kodiak Island Borough AND Kumin Associates, Inc. IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. AMENDMENT No. 0 0 2 AGREEMENT N0. C9 1 — 0 % PROJECT No. 410-451 HEREAFTER THE CONTRACTING AGENCY. , HEREAFTER THE CONTRACTOR, CHANGES TO CONDITIONS OR SERVICES: Provide additional services for the High School Alteration Project - Phase II in the Gym area, Mezzanine and Entrance Door. THE FOLLOWING ATTACHMENTS TO THIS AMENDMENT ARE INCORPORATED HEREIN: ATT_CHHENT NO. TITLE Ln Associates, Inc. Letter July 1, 1980 ��91cF� p �09G`Ml9 �'Fl Cy'YO DATE March 9, 1992 NO. CHANGES TO COMPENSATION: G .. METH00(S) OF PAYMENT 35% Design 100% Construction doc. Bid Services Construction Admin. Reimbursables CURRENT AMOUNT(S) AMOUNT(S) FOR REVISED THRU AMENDMENT ► THIS AMENDMENT AMOUNT(S) $ 30,500 S 0 $ 30,500 58,804 9,500 69,304 7,876 0 7,876 34,368 0 34,368 19,735 0 19,735 TOTALS $151,283 s 9,500 (160,783 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED One hundred Sixty thousand Seven humdred eighty 1hIDHARS($160,783.00 ), ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT. (SIGNATURES MUST DE AFFIXED IN ACCORDANCE WITH CONTRACTING AGENCY PROCEDURES.) CORPORATESEAL SIGNATURE: TYPED NAME:IJ at an min TITLE: P sident SIGNATURE: TYPED NAME: TITLE: CONTRACTING AGENCY: 3 DATE: CERTIFYING OFFICES'$ SIGNATURE: TYPED NAME: Jerome M. Selby DnrE: - TITLE: Mayor CERTIFYING OFFICER'S SIGNATURE :� TYPED NAME: Donna Smith DATE: TITLE: Clerk MA R- 9-'49 Mri" 1 F: 46. _ R_ 0 March 9, 1992 Ray Camardella Kodiak Island Borough 710 Mill Bay Road Kodiak, Ak. 99616-6398 Re: Kodiak High School Alteration Phase II Additional services Dear Ray, architects $ planners 3000 "A" street, suite 202 • anchorage, alaska 99503 telephone (907) 583-8877 Enclosed is a summary of additional work we are performing beyond the scope we initially agreed to. The additional work is the result the user groups requesting inclusions and modifications to the drawings. This work is as follows: A. GYM AREA A request has been made to modify the existing O itikiny fountains so as to reduce the risk of injury to people playing in this area. This has required research into the problem, code and equipment review. We investigated moving the existing doors, including reviewing code egress issues. Architectural and Mechanical drawings will be included in an addendum to the contractors. A request has been made to add padding to the cmc walls of this area. This will require Architectural and Electrical drawings. We also spent more time than anticipated dealing with the issue or the glass between the gym and pool areas, including writing a letter discussing options. B. MEZZANINE Users have requested that the space adjacent to the proposed mezzanine be used to store vehicles. This will require an occupancy separation between the two uses. The mezzanine will need an additional fire wall and rated doors. This has required time reviewing the problem and a report back to the Borough. we also want to note that additional, time has been spent changing a stair layout as requested and updating notes and details of drawings. Initially we were asked only to bring existing design drawings into compliance with current code and include them into the bidding documents. M A R- 9- 9 7 M 1' I N 1 F. 3 C. ENTRANCE DOOR vsars ara aelcinq fnr A rapair to the entrance door at the southwest corner of the high school. This will require details to reinforce the door and repairs to a window at the landing above the door. REIMBURSEMENTS For the above items we are requesting an additional $ 9500 to our contract. Based on our records of time spent On the project the naslo Drodlem'is that ssmdil ureiecLs such as this leave vary t1911t design budgets. There is no room to absorb any extra hours. we appreciate your consideration of this and trust that the items above will be a benefit to the users. If you have any questions please call. Rinrarely, Thomas Hettich in our discussions with them regarding the mezzanine, indicated if they found the same situation this March during their inspection, they would issue a citation. The office e stored also area adjacent to the area where vehicles a roceeding with requires an area seperation wall. I am P that will inclusion of a seperation wall for the mezzanine allow for storing of combustible materials in the bidding documents for this project. I have asked the Architect to investigate what would be required to allow vehicle storage, in the facility in addition to the office seperation wall. Our initial look at the problem leads us to believe el eV weforf oor ill have to make ventillation and plumbing ( P drains) changes as well. These changes are beyond the scope of this project and should be budgeted in the future if the decision is made to continue to use the facility as a garage. The School District should cease the practice of parking the vehicles in the facility until the code problems are rectified. cc: Betty Walters, Assistant Superintendent KODIAK ISLAND BOROUGH MEMORANDUM February 25, 1992 To: Jerome M. Selby, Mayor Fm: Ray Camardella, Director Engineering/Facilities Re: High School Alteration Project - Phase II The School Board has brought i in the High School Alteratioi drinking fountain(s) location use of the Maintenance Facili I am trying to work out co: problems with the architect at the status as new information comment on these items to approval of the plans. (1) Drinking Fountains p concerns regarding two items i Project - Phase II, (1) the in the gymnasium, and (2) the ty as a vehicle storage area. t effective solutions to the d will keep you informed as to is obtained. I would like to avoid problems with Assembly The concern with the drinking fountains is that the location is a potential hazard due to their protrusion from the gymnasium walls. We have investigated the problem and determined that an alternative location in the gym area is not feasible. We are currently trying to locate a model that will recess into the wall (and meet handicapped requirements). If we are successful in locating a model that works, we will incorporate it into the bid documents, if not our only alternative may be to leave them as installed (code requires a drinking fountain in a gymnasium). I would like to mention that the space is currently utilized for team sport activities, and there is the same potential hazard with doors opening into the area as well as column protrusions. These doors and columns cannot be changed to avoid the potential hazards. (2) Vehicle Storage in the Maintenance Facility The problem with storing vehicles in the Maintenance Facility is that the structure was never designed as a garage and does not meet the building and fire code requirements to store vehicles as is currently happening. The State Fire Marshall's office informed the maintenance staff last spring that they could not store combustible materials adjacent to the area they are storing vehicles and A brief review of the High School Alteration, Phase II Project was detailed before looking at the plans. There were no changes in the classroom area from the 30 % plans. The will probably be a surplus sale of cabinetry and appliances which will not be incorporated in the new home economics area. Mr. Hettich said the flooring company and the bleacher company agree that the flooring could withstand the point load and stress on the floor. It was brought up that there would be another point load with people on the bleachers. Mr. Hettich agreed to do further investigation on the suitability of the Mondo floor covering. Discussion then centered on the treatment of the windows between the gym and pool. The plans called for attaching lexan over the windows on the gym side with metal brackets. The suitability of lexan, which can be scratched, was questioned. Alternatives were discussed including, replacing the glass with lexan or closing a portion of the windows and reducing the viewing area size. It was determined that, if possible, the glass should be replaced with lexan, if not, it should be completed according to the 100 % design. Mr. Milligan moved, seconded by Mr. Chase, that the 90 design drawings be approved. The motion carried. Adjournment There being no further business, the meeting was adjourned at 11:00 p.m.. Signed, James wheeler Chairman Date Submitted by, Kaye cC ain Eng/ c Secretary Date ARCHITECTURAL REVIEW BOARD MINUTES February 5, 1992 Attending the meeting were: Jim Wheeler, Ron Chase, Thomas Rainey, Betty Walters, Ray Camardella, Mike Milligan, Gerry Cloudy, Woody Koning, and William Matzell. Tom Hettich and Kaye McClain also attended the meeting. Following self introductions and a brief discussion of the function of the board, the chair entertained nominations for the chairmanship. Ron Chase nominated Jim Wheeler,seconded by Mike Milligan, for chairman. There were no other nominations. Mr. Wheeler was elected unanimously. Nominations for vice chairman were then addressed. Jim Wheeler moved Ron Chase for the position. Seconded by Woody Koning, Mr. Chase was elected since no other nominations were forthcoming. Mr. Rainey moved the minutes of the meeting of December 4, 1991, be approved. Seconded by Mr. Chase, the motion passed unanimously. Main Elementary Roof Repair 100 % plans were reviewed by the Board. Tom Hettich, of Kumin Associates, Inc., noted the Fire Marshal had agreed in concept with the materials to be used. The project is to begin the day after school is out and completed by August 20. Discussion included questions about the depth of the foam since moisture only migrates 2% into foam. The venting was mentioned as a bonus in keeping the vapor out of the roof. The Extruded PVC ridge cap was discussed, including notations of previous satisfactory uses. It was noted this project will have full time inspection services. Mr. Hettich noted they will be making sure where the vapor barrier meets the glulam it will be made secure --making it as tight as they can. The architects are hopeful the joists are in good condition for the most part. They expect to pull out the bad and then treat the lumber to stop/prevent further growth. The original 5/8" plywood will be replaced with 7/8" tongue and groove plywood. Zinc will be placed on the ridge as a moss deterrant. Mr. Chase moved the approval of the 100 % design plans. Seconded by Mr. Milligan, the motion passed. It was noted that an Addendum will be issued after the pre-bid conference to deal with the siding/facia and painting. KODIAK ISLAND BOROUGH SCHOOL DISTRICT Regular Meeting - February 24, 1992 S U M M A R Y ACTION ITEMS: APPROVED: Motion to approve the minutes of the regular meeting of January 27, 1992, the special meeting of February 3, 1992, and the special meeting of February 17, 1992. APPROVED: Motion to adopt the Strategic Plan Executive Summary in the second reading, as amended. , APPROVED: Motion to approve extra -duty contracts for the 1991/92 school year for the following: At Kodiak Junior High: Wrestling - John Pruitt, in the amount of $1,513; Wrestling Assistant - Pate Probasco, in the amount of $688; Volleyball - Roxy Bringgold, in the amount of $1,376; and Volleyball Assistant - Lisa Oliveira - $573; at Kodiak High School: Girls Track - Elizabeth Ardinger, in the amount of $2,109; Boys Track - Jeff Hamer, in the amount of $1,834; Girls Track Assistant - Charlotte Mickelson, in the amount of $1,651; and Boys Track Assistant - Sharon Harris, in the amount of $1,513; at Old Harbor School: Volleyball - Ray Krumrsy, in the amount of $1,204; Student Council - Steve Rounsaville, in the amount of $573; at Akhiok School - Intramurals - Mark Voss, in the amount of $1,204; for a total of $14,238. APPROVED: Motion to approve leaves of absence for the 1992/93 school year for the following certificated staff members: Dorothy Ford-Sturdevant, Anne M. Jacobson, Dean Olsen, Frank Parker, Christopher Provost, Rodney Sehorn, Patricia J. Smedley, and Melissa Thompson. FAILED: Motion to approve the sabbatical leave request for the 1992/93 school year submitted by Patricia J. Smedley. APPROVED: Motion to approve the FY 92 Chapter I -M Summer Grant application in the amount of $45,750. APPROVED: Motion to approve the Chapter I -M Migrant Education Instructional Assistant/Training Special Grant request in the amount of $8,088. APPROVED: Motion to acknowledge receipt of the South East Regional Resource Center Mini -Grant award in the amount of $1,000. APPROVED: Motion to approve the Kodiak High School Remodel 100% drawings. APPROVED: Motion to approve Main Elementary School Roof Repair 100% drawings. SCHOOL BOARD REGULAR MEETING February 24, 1992 Summary Page 2 APPROVED:- Motion to approve the applications for the Japanese School Internship Program. APPROVED: Motion to acknowledge receipt of the January Report Of Revenues and Expenditures. APPROVED: Motion to enter into executive session for the purpose of discussing negotiations, and to include members of the negotiating team. s 0 0 9 � 1 Z LMMi cc O O J LL U W LU2 0 10' 32._6* F existing elect room full height v cork board on plywd audio station / overr e existing ( 7 max.) h.m. window w.b. on 1/2' plywd frame over existing h.m. window frame esl �a102 io L 4 i] WI N clossrm 0 o ° 103 � O 0 8 8 Oo /—chalk board. typical 103 a M4 classrm0 0 104 CLASSROOM AREA 1/B--Y-O- storage 101 low partition ( n.i.c. ) for work station CO N N 0 KODIAK ISLAND BOROUGH SCHOOL DISTRICT jf,1140 722 Mill Bay Road Kodiak Alaska 99615 (907) 486-3131 0� MEMO TO: Ray Camardella Kodiak Island ,,//Bor gh Engineering & Facilities Director FROM: Betty Walter4w Assistant Suprrerintendent for Instruction SUBJECT: Kodiak High School Phase II Drawings DATE: January 7, 1992 At the Kodiak Island Borough School Board's Special Meeting of January 6, 1992, the Kodiak Island High School Phase II Drawings were unanimously approved. The following areas of interest were voiced: 1. It was felt that the bast use of the gymnasium space would now be developed but there was concern for the existing water fountain on two of the walls. It was suggested that those be relocated elsewhere on that level to avoid potential hazard during team sports. 2. The room into the home economics area designated for the parenting program be prepared for flexible use as a classroom should enrollment require its additional space. 3. Be sure load bearing walls do not exist in the area around the handicapped bath in home economics area should rearrangement be necessary with the facility. 4. A chalkboard was requested on the parenting room wall (back side of kitchen area). Thank you for your attention to these concerns. KODIAK ISLAND BOROUGI 3 a 3 AMENDMENTS TO AGREEMENT FOR PROFESSIONAL SERVICES THE AGREEMENT BETWEEN THE Kodiak Island Borough AND Kumin Associates, Inc. IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. AMENDMENT NO. 0 0 1 AGREEMENT NO. C 9 1- 0 7 PROJECT N0. KIB-410-4= HEREAFTER THE CONTRACTING AGENCY, HEREAFTER THE CONTRACTOR, CHANGES TO CONDITIONS OR SERVICES: Provide Professional Services for the High School Alteration Project - Phase II. Fees & Reinbursable Expenses Not to Exceed THE FOLLOWING ATTACHMENTS TO THIS AMENDMENT ARE INCORPORATED HEREIN: ATTACHMENT NO, TITLE July 1, 1980 Proposal Summary Xe of Work $86,389.00 DATE NO. PAGES 9-23-91 3 10-7-91 2 11 CHANGES TO COMPENSATION: ' METHOD(S) OF PAYMENT CURRENT AMOUNT(S) THRU AMENDMENT / AMOUNT(S) FOR THIS AMENDMENT REVISED AMOUNTS) 358 Design $15,290 $15,210 $ 30,500 1008 Construction Doc. 26,424 32,380 58,804 Bid Services 1,350 6,526 7,876 Construction Admin. 11,830 22,538 34,368 Reimbursables 10,000 9,735 19,735 TOTALS $64,894 s 86,389 s 151,283 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED One Hundred Fifty one thousand two hundred DOLLARS ($151,283.00 ). ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. eighty three IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT. (SIGNATURES MST BE AFFIXED IN ACCORDANCE WITH CONTRACTING AGENCY PROCEDURES.) CORPORATE SEAL SIGNATURE: TYPED NAME: TITLE: Pi SIGNATURE: TYPED NAME: TITLE: CONTRACTING AGENCY: than P. DATE: DATE: CERTIFYING OFFICER'S SIGNATURE: TYPED NAME: Jerome M. De.Loy - TITLE: Mayor CERTIFYING OFFICER'S SIGNATURE: �-`�, �✓C72rM TYPED NAME: Donna Sm3-rn ' DATA TITLE: Borough Clerk 10-7-91 N O to O .-1 O O O 00 Ln fN O O d ry V I E lJ` co co `9 co O ON O N — U O H 41 Q 04 e -i n en 1 Q v� fi 0 0 0 0 ^' 14 0% co co L i v o U p �4 1 1 e _ c C0 rq O { 1 I d N 1 1 1 ry O O N N •In ,moi p N N CO to H .,r O CO 14 1 v 3 as N $ � 1 p .d p ry ry N N O +1 N WD Q N O I O 40 op kn n to a LM I { o day°, o �1 i i i m .fir •N 0` A O y>w 'i U41 0U GUI E M y r yx1 O f a GI .-i 1.% O N Q W N U !: ', 7(mn � w I in 1 a J C O 0 41 � U IN O U ar a.l e '+ � � a m d H H ly Ga M a r� cla in m a a w w P4 N O to O .-1 O O O 00 Ln fN O O d ry V I E lJ` co co `9 co O ON O N — U O H 41 Q 04 e -i n en 1 Q v� fi 0 0 0 0 ^' 14 0% co co L i v o U p �4 1 1 e _ c C0 rq O { 1 I d N 1 1 1 ry O O N N •In ,moi p N N CO to H .,r O CO 14 1 v 3 as N $ � 1 p .d p ry ry N N O +1 N WD Q N O I O 40 op kn n to a LM I { o day°, o �1 i i i m .fir •N 0` A O y>w 'i U41 0U GUI E M y r yx1 O f a GI .-i 1.% O N Q W N U !: ', 7(mn I_ L w O b a I_ L 0 0 O O n LL1 O .,q Y U Y N C 0 U v to A 8 N N W N 0 U 0 H rn W. i KODIAK ISLAND BOROUGH HIGH SCHOOL ALTERATION PROJECT - PHASE II PROJECT DESCRIPTION THIS PROJECT WILL CONSTRUCT A WIRE CAGE ENCLOSURE WITH CEILING IN THE HIGH SCHOOL GYM SLAB AREA ADJACENT TO THE POOL FOR A WEIGHT ROOM; REMODEL THE WEIGHT ROOM TO ACCOMODATE THE HOME ECONOMICS PROGRAM; REMODEL THE EXISTING HOME ECONOMICS SPACES INTO 3 CLASSROOMS & AN ADDITIVE ALTERNATE FOR CONSTRUCTION OF A MEZZANINE IN THE MAINTENANCE FACILITY. THE SQUARE FOOTAGE INVOLVED IN THE CLASSROOM REMODELS IS APPROXIMATELY 6,350. (SEE ATTACHED FLOOR PLANS). A 6 E SCOPE OF WORK 1. PERFORM A SITE VISIT TO INTERVIEW SCHOOL DISTRICT PERSONNEL, DEVELOP PROGRAM REQUIREMENTS & REVIEW SPACES FOR AS -BUILT CONDITIONS. THE ARCHITECT WILL SUBMIT A PROPOSED SCHEMATIC FLOOR PLAN FOR SCHOOL DISTRICT AND BOROUGH APPROVAL THAT REFLECTS THE PROGRAM REQUIREMENTS DETERMINED FROM THE SITE VISIT. IT IS ANTICIPATED THE SITE VISIT WILL TAKE 2 DAYS. 2. PREPARE AND SUBMIT FOR APPROVAL 35% CONSTRUCTION DRAWINGS INCLUDING ARCHITECTURAL, STRUCTURAL, ELECTRICAL, & MECHANICAL AS NECESSARY. SUBMIT A WRITTEN NARRATIVE OF THE TYPES OF SYSTEMS AND MATERIALS PROPOSED, PREPARE AND SUBMIT A COST ESTIMATE SHOWING THE PROBABLE COST OF CONSTRUCTION. SUBMIT 6 FULL SIZE PLANS, 2 HALF SIZE PLANS & 6 NARRATIVES WITH COST ESTIMATE. THE ARCHITECT WILL BE REQUIRED TO PRESENT THE PLANS FOR REVIEW TO ONE OR MORE ADVISORY BOARDS AT A NIGHT MEETING IN KODIAK. THE 35% DRAWINGS WILL BE REQUIRED TO BE FIELD VERIFIED BY THE ARCHITECT AND ENGINEERS AND REVIEWED WITH SCHOOL DISTRCT AND BOROUGH PERSONNEL DURING AN EXITING MEETING. 3. PREPARE CONSTRUCTION DOCUMENTS INCLUDING PLANS AND TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF THE HIGH SCHOOL ALTERATION PROJECT - PHASE II. SUBMIT 90% DOCUMENTS TO THE FOLLOWING AGENCIES FOR REVIEW AND APPROVAL: STATE OF ALASKA DEPARTMENT OF EDUCATION, FACILITIES SECTION STATE OF ALASKA DIVISION OF FIRE PREVENTION, STATE FIRE MARSHALJL STATE CF ALASKA DEPARTMENT OF TRANSPORTATION, HANDICAPPED REVIEW KODIAK ISLAND BOROUGH BUILDING OFFICIAL THE ARCHITECT WILL PROVIDE COMMENTS FROM REVIEW AGENCIES AND A LETTER CERTIFYING THAT COMMENTS HAVE BEEN INCORPORATED INTO THE FINAL DOCUMENTS OR RESOLUTION HAS BEEN MADE WITH THE REVIEW AGENCY. KODIAK ISLAND BOROU�H \ 4. THE ARCHITECT WILL BE REQUIRED TO PROVIDE 2 COPIES OF A DETAILED COST ESTIMATE FOR THE CONSTUCTION OF THE PROJECT. THE COST ESTIMATE MUST BE PREPARED BY AN INDEPENDENT CONSULTANT WITH ALASKAN EXPERIENCE. S. THE ARCHITECT WILL PROVIDE BID SERVICES INCLUDING: PRINTING AND DISTRIBUTION OF CONTRACT DOCUMENTS, CLARIFICATION AND TECHNICAL ASSISTANCE INCLUDING DRAWINGS AND DETAILS AS REQUIRED & ISSUANCE OF ADDENDUM. THE BOROUGH WILL ADVERTISE AND OPEN BIDS. ASSUME 36 SETS OF FULL SIZE PLANS AND SPECIFICATIONS AND 2 SETS OF HALF-SIZE PLANS FOR ESTIMATED_ REIMBURSIBLE EXPENSES. THE ARCHITECT WILL BE REQUIRED TO ATTEND A MANDATORY PRE-BID CONFERENCE IN KODIAK TO REVIEW PLANS AND PERFORM A SITE VISIT WITH POTENTIAL BIDDERS. 6. PROVIDE CONSTRUCTION SERVICES INCLUDING: SUBMITTAL REVIEW & APPROVAL, DESIGN CLARIFICATION AND DRAWINGS AS REQUIRED, CONSTRUCTION INSPECTION SERVICES INCLUDING 3 INSPECTIONS FOR EACH PROFESSIONAL DISCIPLINE & FINAL INSPECTION. ADOPTED CODES THE BOROUGH HAS OR WILL ADOPT THE FOLLOWING CODES WHICH ARE REQUIRED TO BE USED IN THE DESIGN OF THIS PROJECT: 1991 UNIFORM BUILDING CODE 1990 NATIONAL ELECTRIC CODE 1991 UNIFORM PLUMBING CODE 1991 UNIFORM MECHANICAL CODE 1988 UNIFORM FIRE CODE PROJECT SCHEDULE THE ANTICIPATED PROJECT SCHEDULE IS AS FOLLOWS: A&E AWARD SEPTEMBER 17, 1991 SCHEMATIC FLOOR PLAN APPROVAL OCTOBER 7, 1991 35% DRAWINGS NOVEMBER 1, 1991 CONSTRUCTION DOCUMENTS DECEMBER 15, 1991 BID OPENING FEBRUARY 15, 1992 CONSTRUCTION START JUNE 6, 1992 PROJECT COMPLETION AUGUST 20, 1992 THE BUDGETED CONSTRUCTION FUNDS ARE $5700000. Kodiak Island Borough r MEMO APRIL 25, 1991 TO: MAYOR FR: ENGINEERING/FACILITIES DIRECTOR RE: HIGH SCHOOL ALTERATION PROJECT PHASE I CONSTRUCTION THE ARCHITECTURAL REVIEW BOARD MEET ON APRIL 23, 1991 AND APPROVED THE HIGH SCHOOL ALTERATION PROJECT PHASE I CONSTRUCTION DOCUMENTS SUBJECT TO THE COMMENTS ON THE ENCLOSED MEETING MINUTES. WE STARTED ADVERTISING FOR BIDS ON THE PROJECT APRIL 25, 1991. IT WILL REQUIRE A SPECIAL MEETING WITH THE ASSEMBLY TO AWARD THE CONTRACT. cc: DENNIS NICHOLSON ARCHITECTURAL REVIEW BOARD MEETING MINUTES APRIL 23, 1991 7:30 PM ASSEMBLY CHAMBERS CONFERENCE ROOM ATTENDEES: JIM WHEELER, RON CHASE, LOUISE BALL CUSSON, JOHN DOYLE, MIKE MILLIGAN, CLIFF FORD, RAY CAMARDELLA (KIB STAFF), AND TOM HETTICH (KUMIN ASSOCIATES, INC.) THE MEETING MINUTES OF APRIL 2, 1991 WERE REVIEWED AND UNANIMOUSLY APPROVED. RAY INTRODUCED TOM HETTICH, ARCHITECT WITH KUMIN ASSOCIATES, INC. AS THE PROJECT ARCHITECT ON THE KODIAK HIGH SCHOOL ALTERATION PROJECT PHASE I. A PLAN REVIEW OF THE 90% DOCUMENTS WAS CONDUCTED WITH THE FOLLOWING COMMENTS NOTED: - IN THE SCIENCE ROOM THE SINK AND EYEWASH STATION HAD BEEN RELOCATED SINCE THE PRELIMINARY DESIGN REVIEW. - IT WAS POINTED OUT THAT HANDICAPPED REGULATIONS REQUIRED ONE SCIENCE STATION AND FUME HOOD TO ALLOW FOR WHEEL CHAIR ACCESS. - THE OVERHEAD HANGING POINT LOCATIONS WERE DISCUSSED. TOM INDICATED NO DETAIL HAD BEEN DRAWN YET UNTIL HE MEASURED THE TRUSS SPACING WHICH HE ACCOMPLISHED EARLIER IN THE DAY. - THE WINDOWS IN THE CORRIDOR WALL OF THE SCIENCE ROOM WERE REMOVED AFTER REVIEW BY THE STATE FIRE MARSHALL OF THE PRELIMINARY DRAWINGS. THE FIRE MARSHALL DETERMINED THAT THE SPACE WAS ONE HOUR RATED. - RAY ASKED THAT TACKABLE SURFACE BE APPLIED TO THE GYPSUM WALL PATCH IN THE CORRIDOR WERE THE DOOR WAS REMOVED. - THE DARKROOM ARCHITECTURAL SHEET WAS REVIEWED. HANDICAPPED REQUIREMENTS REQUIRE A SHALLOWER AND LOWER HEIGHT SINK TO BE INSTALLED. RAY EXPLAINED IT WAS DECIDED THAT IT WAS MORE COST EFFECTIVE TO REPLACE THE SINKS IN LIEU OF TRYING TO MODIFY AND REUSE THE EXISTING FIXTURES. - THE WALLS IN THE DARKROOM WILL BE FURRED WITH METAL STUDS AND GYPSUM BOARD TO ALLOW FOR INSTALLATION OF PLUMBING. - THE SPECIAL ED CLASSROOM CORRIDOR DOORS WILL BE REQUIRED TO BE REPLACED TO ACCEPT NEW PANIC HARDWARE AS REQUIRED BY THE STATE FIRE MARSHALL. - THE TIMEOUT ROOMS ARE REQUIRED TO HAVE A PUSH BUTTON TYPE LOCK TO MEET STATE REGULATION. THIS WILL NOT ALLOW A STUDENT TO BE LOCKED IN A ROOM. - THERE WAS A DISCUSSION ABOUT FLOOR COVERINGS DESCRIBING WHICH AREAS HAD VINYL AND WHICH HAD CARPET. - THE RE -ROOFING PLAN WAS REVIEWED. RAY EXPLAINED THAT A PROBLEM DEVELOPED THIS PAST WINTER WITH THE FAN TOWER ROOF LIFTING DURING A WIND STORM. THE ROOF HATCH IS CURRENTLY HELD DOWN BY A ROPE. THE SCOPE OF WORK WAS INCREASED TO INCLUDE RE -ROOFING BOTH HIGH SCHOOL FAN TOWERS WITH A SYSTEM SIMILAR TO EAST ELEMENTARY WHICH WAS RECENTLY COMPLETED. TOM EXPLAINED THAT THE PROBLEM WAS WITH THE FLASHING DETAIL. THE NEW ALUMINUM FLASHING WILL BE FASTENED 4" O.C. THERE ARE 2 SCUPPERS DETAILED AND THE ROOF HATCH NEEDS DETAILING AFTER TOM REVIEWS THE SITE. - LONG LEAD ITEMS WERE DISCUSSED. BASEBOARD HEATING UNITS, ROOF MOUNTED AIR HANDLER AND THE SCIENCE TABLES ALL ARE LONG LEAD ITEMS. TOM MENTIONED THAT IF EVERYTHING WENT CORRECTLY, THE SCIENCE TABLES MIGHT ARRIVE THE END OF AUGUST. - IT WAS QUESTIONED IF THE AIR HANDLER WAS INTERLOCKED WITH THE FIRE ALARM SYSTEM TO SHUTDOWN ON AN ALARM CONDITION. TOM WILL VERIFY. - THE VENT LOOP FOR THE ACID WASTE WAS DISCUSSED. IT WAS THE CONSENSUS OF THE GROUP THAT THE LOOP WOULD BE A CONDENSATION TRAP THAT MAY CAUSE A PROBLEM. TOM WILL CHECK WITH DICK ARMSTRONG, RSA ENGINEERS. - THE WATER TO THE SINK AT THE TEACHERS STATION WAS NOT DETAILED, A QUESTION WAS ASKED ABOUT HOT WATER TO THE TEACHERS STATION. TOM WILL RESPOND AFTER TALKING WITH RSA. - IT WAS RECOMMENDED THAT WATER HAMMER ARRESTORS BE INSTALLED AT THE EYEWASH AND TEACHERS SINK. - THE COMPUTER STATION IN SPECIAL ED REQUIRES POWER. - BOTH THE LIGHT SWITCH AND RECEPTACLE FOR THE BATHROOM WERE ON THE SAME SWITCH. RAY ASKED THAT THE RECEPTACLE POWER BE SEPARATED FROM THE LIGHT AND THAT IT BE KEY OPERATED. - THE SCIENCE TEACHER RECOMMENDED CONDUIT BE INSTALLED TO THE SCIENCE LAB TABLES FOR COMPUTER EXPERIMENTS. RAY ASKED THAT THE SPECIAL ED OFFICE AND SCIENCE OFFICE ALSO HAVE CONDUIT STUBBED IN FOR FUTURE COMPUTERS. RON CHASE MOVED TO APPROVE THE CONSTRUCTION DOCUMENTS FOR THE HIGH SCHOOL ALTERATION PROJECT PHASE I SUBJECT TO THE ABOVE COMMENTS, SECONDED BY MIKE MILLIGAN AND APPROVED BY UNANIMOUS VOTE. BOARD COMMENTS: - RON WAS CONCERNED ABOUT THE LONG LEAD ITEMS AND FELT THE DESIGNERS DID A GOOD JOB ON THE TIGHT SCHEDULE. - MIKE ASKED WHO ADMINISTERS THE LOCAL HIRE PROGRAM, RAY RESPONDED THAT ENGINEERING/FACILITIES WAS RESPONSIBLE. THERE WERE NO OTHER BOARD COMMENTS. TOM INDICATED THAT THERE STILL WERE COMMENTS DUE FROM THE REVIEW AGENCIES INCLUDING THE STATE FIRE MARSHALL, DOT/PF FOR HANDICAPPED CRITERIA, AND THE STATE DEPARTMENT OF EDUCATION. RAY INDICATED THAT THE LAST COST ESTIMATE PUT US WITHIN ABOUT $800 OF THE CONSTRUCTION BUDGET AND THAT HE WOULD TALK WITH JON KUMIN ABOUT POSSIBLE ALTERNATES. HE EXPRESSED A CONCERN WITH THE UNKNOWNS IN THE UTILITY TRENCH AS WELL AS THE HEATING PIPING CONDITION. THE ADDITION OF THE ROOFS TO THE PROJECT ADDED ABOUT $30,000 WHICH WILL BE REQUESTED OF THE ASSEMBLY IN THE BUDGET FOR FY 91-92. THERE BEING NO O � EE37BUSINESS, THE MEETING ADJOURNED AT 9:10 PM. SUBM D: �/ APPROVED: i �RAYLCAMARDELLA DATE JIM WHEELER DATE KODIAK ISLAND BOROUGH SCHOOL DISTRICT 722 Mill Bay Road Kodiak Alaska 99615 (907) 486-3131 May 7, 1991 Honorable Jerome Selby Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Dear Jerome: At their Special Meeting on May Borough School District Board of Kodiak High School Phase I Final information along to the Borough Sincerely, John Witteveen Superintendent ke 6, 1991, the Kodiak Education Drawings. Assembly. approve Please Island d the pass this 00 CND O CCA V N V1 �l N W 000 iF CO m O W OD N 17 OD W O W N O J N 000 r+ 00 CA 00 dIa 0 �I 0 S1 N a C25 `' r+ N CA N O4 CJ CND W t � W rte+ W �° ami w o o CA ..00N cm W .. cn CA w 00 00 CD k co C71 C4 w+ C �7 C71 iP Wcn _00 In cn O N N CD m N BI at R W m 00 CT CT CT 00 CT dIa 0 �I 0 S1 N a C25 `' r+ N ITEM NO. I 2, Q. I Kodiak /s/and Borough Meeting of: April 18, 1991 ITEM TITLE: Preliminary Design approval for the High School Alteration Project, Phase I SUMMARY STATEMENT The Architectural Review Board met at 7:30 p.m. on April 2, 1991 and approved the High School Alteration Project Preliminary Design Documents subject to comments noted (see ARB meeting minutes attached). The Kodiak island Borough School Board approved the Preliminary Design Documents at a Special Meeting held on April 15, 1991. (See attached School District correspondence) FISCAL NOTES [XI N/A Expenditure Amount Required Budgeted APPROVAL FOR AGENDA: Mayor ' ACTION: Motion to approve the Preliminary Design Documents for the High School Alteration Project, Phase I. 1-1 1 -, n ARCHITECTURAL REVIEW BOARD MINUTES March 13, 1991 7:30 P.M. KIBSD CONFERENCE ROOM PRESENT: MIKE MILLIGAN, BILL BEATY, CLIFF FORD, RON CHASE, TOM RAINEY, DENNIS NICHOLSON, JIM WHEELER, JOHN DOYLE, AND LOUISE BALL CUSSON. ALSO PRESENT WERE RAY CAMARDELLA, KIB STAFF, AND BILL SMITH, P.E. TRYCK, NYMAN & HAYES. THE MEETING WAS CALLED TO ORDER AT APPROXIMATELY 7:40 P.M. 1. JIM WHEELER WAS UNANIMOUSLY ELECTED CHAIRMAN AND RON CHASE WAS UNANIMOUSLY ELECTED VICE-CHAIRMAN. 2. MINUTES WERE APPROVED FOR THE DECEMBER 18,..1990, JANUARY 15 & 29, 1991 MEETINGS. 3. THE FOLLOWING VOLUNTEERED TO SERVE ON THE JOINT BUILDING CODE REVIEW COMMITTEE: RON CHASE, LOUISE BALL CUSSON, CLIFF FORD, BILL BEATY, JIM WHEELER, AND JOHN DOYLE. THE BOARD MEMBERS FELT ALL MEMBERS SHOULD BE ALLOWED TO MAKE COMMENTS ON THE CODES. SINCE ONLY 3 MEMBERS COULD SERVE ON THE COMMITTEE, IT WAS FELT THAT THE APPOINTMENTS MADE BY THE ASSEMBLY SHOULD BE LIMITED IN TIMEFRAME TO ALLOW OTHER INTERESTED MEMBERS TO SERVE. 4. BILL SMITH REVIEWED THE 35% CONSTRUCTION DOCUMENTS FOR THE OLD HARBOR STRUCTURAL REPAIR PROJECT. CONSIDERABLE DISCUSSION OCCURED REGARDING THE FOUNDATION DRAIN AND SUMP PUMP. MOST MEMBERS DISLIKED THE PUMP OPTION BUT FELT THERE WAS NO OTHER WAY TO ADEQUATELY DRAIN THE AREA DUE TO THE RELATIVE FLATNESS OF THE SITE. BILL BEATY MENTIONED THAT IT WAS DIFFICULT TO DETERMINE THE SCOPE OF THE PROJECT ON SHEET Cl. IT WAS NOTED THAT THE COVER DEPTH OF THE DRAIN PIPE WAS SHALLOW AND IT MIGHT REQUIRE INSULATION TO KEEP FROM FREEZING. IT WAS DECIDED TO INSTALL A 41 HIGH FENCE IN LIEU OF THE 8' SHOWN ON THE PLANS. THIS WOULD SAVE IN EXCESS OF ONE THIRD OF THE PROPOSED FENCEING COST. CONSIDERABLE DISCUSSION WAS HELD ON THE OPTIONS FOR SIDING. BILL SMITH EXPLAINED THAT THEY WERE PROPOSING A TONGUE AND GROOVE WOOD SIDING AS THE BASE BID AND VERTICAL METAL PANELS FOR AN ALTERNATE. DISCUSSION ENSUED REGARDING THE ASTHETICS OF THE BUILDING AND SOME MEMBERS FELT IT WOULD LOOK BETTER IF HORIZONTAL CEDAR SIDING WAS USED TO MATCH THE NEW SCHOOL. RAY POINTED OUT THAT THE WOOD SIDING WOULD REQUIRE PAINTING EVERY 5 TO 7 YEARS AND WOULD ADD TO THE EXTENDED MAINTENANCE COSTS. AFTER REVIEWING THE COST ESTIMATES FOR BOTH OPTIONS, A MOTION WAS MADE AND SECONDED TO USE METAL SIDING ON THE STRUCTURE IN THE BASE BID AND NOT USE WOOD SIDING. THE MOTION PASSED UNAMINOUSLY. DENNIS NICHOLSON BROUGHT UP THE PROBLEM WITH MOISTURE PENETRATION AT THE SHOP DOORS AND SUGGESTED THAT AN ALTERNATE BE DEVELOPED TO SOLVE THE PROBLEM. AFTER CONSIDERABLE DISCUSSION ON THE PROPER WAY TO PREVENT DRIVING RAIN FROM ENTERING AROUND THE SHOP DOORS, A MOTION WAS PASSED UNANIMOUSLY TO ALLOW THE ARCHITECT TO DESIGN A CANOPY OR PORCH TO BE INCLUDED IN THE BASE BID TO SOLVE THE PROBLEM. RAY EXPLAINED THAT THE ASSEMBLY HAD REQUESTED INCLUSION OF LANDSCAPING, A FLAGPOLE, AND A BASKETBALL COURT TO THE PROJECT SCOPE. IT WAS DECIDED TO ADD TWO ADDITIVE ALTERNATES TO THE BID DOCUMENTS IN THE FOLLOWING PRIORITY ORDER: (1) FLAGPOLE, (2) BASKETBALL COURT. LANDSCAPING REQUIRES MORE INPUT FROM THE ASSEMBLY REGARDING THEIR DESIRES. EXACT LOCATIONS FOR THE FLAGPOLE AND BASKETBALL COURT WOULD BE DETERMINED AFTER RECEIVING INPUT FROM THE SCHOOL PRINCIPAL AND ADVISORY SCHOOL COUNCIL. Signed, -- - ' /w// / 4-Z-,9 1 Date Submitted by, Ray Camardella `{- z- 9 I Date C9/-0.7 AGREEMENT FOR PROFESSIONAL SERVICES Agreement No. c 91-07 Date: March 8, 1991 THIS AGREEMENT between the Kodiak Island Borough, hereafter the Contracting Agency, and Kumin Associates, Inc. Architects/Engineers and Planners, hereafter the Contractor, effective on the last date executed by its parties, in consideration of the terms, conditions and promises contained herein, or attached as appendices hereto, the parties hereto agree: Contractor's Project Manager: Jon Kumin Project Manager may be changed only upon written consent from the Contracting Agency. Mailing Address: 3000 A Street, Suite 202 Anchorage, AK 99503 Contractor: Incorporated in the State of Alaska Alaska Business License Number: 81 -0'1r -Y'67 IRS Employer Identification Number: gL- 006 y8/Y Contracting Agency's Project Manager: Ray Camardella, Director Engineering/Facilities Kodiak Island Borough Mailing Address: 710 Mill Bay Road Kodiak, Alaska 99615-6398 Kodiak Island Borough Assembly awarded Contract Number c -9i-07 authorizing the Contracting Agency to enter into this agreement. Contracting Officer: Jerome M.Selby, Borough Mayor Appeals Officer for this Agreement: Jerome M. Selby Borough Mayor Project Title: Kodiak High School Alteration Project Project Location: Kodiak High School, Kodiak, Alaska ARTICLE 1 SUMMARY OF SERVICE 1.1 Provides Architectural/Engineering Services for the above project set forth in Appendix A of the Agreement. AE007 - Agreement for Professional Services Page 7 of 4 ARTICLE 2 COMPENSATION 2.1 The maximum amount payable to the Contractor for all services performed under this agreement, as set out in basis of compensation, Appendix C, shall not exceed: Sixty-four Thousand Eight Hundred-Ninety-fourdollars ($ 64,894.0 ARTICLE 3 PERIOD OF PERFO 3.1 The Contractor agrees to commence work under this Agreement only as authorized by and in accordance with written notice(s) to proceed and to complete the work in accordance with the Scope of Work, Appendix D, and such time schedules included therein or in other appendices. 3.2 The Contractor agrees that the firm shall not be compensated for any costs incurred prior to the receipt of notice(s) to proceed. 3.3 The period of performance under this Agreement shall end: At the termination of the construction of these projects. ARTICLE 4 SUBCONTRACTORS 4.1 The Contractor shall perform all services required under this agreement except as may be performed by the subcontractors. Subcontractors may be changed only upon written consent from the Contracting Agency. All general conditions for professional services, Appendix A, are binding upon subcontractors and shall be contained within any subcontracts executed by the Contractor to perform services under this Agreement. ENGINEERING DISCIPLINE OR SERVICES CIVIL AND GEOTECH SURVEY STRUCTURAL MECHANICAL/ELECTRICAL COST ESTIMATING AE007 - Agreement for Professional Services Page 2 of 4 .3 1 , a w 1 1 .. 7 ARTICLE 5 INSURANCE 5.1 In accordance with the provisions contained in Appendix A, the following minimum limits of insurance coverage are required by this Agreement: ARTICLE 6 APPENDICES 6.1 The following Appendices are attached to this Agreement and incorporated herein: APPENDIX TITLE NO. PAGES A General Conditions for Professional Services 13 B Standard Statement of Services 14 C Basis of Compensation 2 D Scope of Work 1 AE007 - Agreement for Professional Services Page 3 of 4 LIMITS OF LIABILITY TYPE OF INSURANCE EACH OCCURRENCE AGGREGATE (STATUTORY) (STATUTORY) Workers Compensation $ 1,000,000 $ 1,000,000 (for statEs in which employees are working) Employer's General Liability $ 1,000,000 $ 1,000,000 Comprehensive General Liability $ 1,000,000 Comprehensive Automobile Liability $ 1,000,000 Professional Liability $ 1,000,000 $ 1,000,000 ARTICLE 6 APPENDICES 6.1 The following Appendices are attached to this Agreement and incorporated herein: APPENDIX TITLE NO. PAGES A General Conditions for Professional Services 13 B Standard Statement of Services 14 C Basis of Compensation 2 D Scope of Work 1 AE007 - Agreement for Professional Services Page 3 of 4 IN WITNESS WHEREOF, the parties have executed this agreement. (Signatures must be affized in accordance with Contracting Agency procedures.) CORPORATE SEAL Signature - Name: Date Title: Jonathan P.Kumin President CONTRACTING AGENCY: Signature: ) �-P-ati '3 I/7' Name: J@rome M. Selby D to Title: Kodiak Island Borough yor Signature: �i/�co�7O� 3 -//-4/ Name: Ray Cama_rddella Date Title: Engineering/Facilities Director ATTEST: Signature: - — 3 it '�iJ Gaye augha Date Kodia Island Borough Clerk AE007 - Agreement for Professional Services Page 4 of 4 APPENDIX A GENERAL CONDITIONS FOR PROFESSIONAL SERVICES Date: March 8, 1991 INDEX ARTICLE NUMBER TITLE Al Definitions A2 Information and Services from Others A3 Hold Harmless A4 Insurance A5 Occupational Safety and Health A6 Equal Employment Opportunity A7 Payments to the Contractor A8 Changes A9 Audits and Records A10 Inspections by Contracting Agency All Termination or Suspension Al2 Officials not to Benefit A13 Independent Contractor A14 Proselytizing A15 Covenant Against Contingent Fees A16 Predominance of Documents A17 Endorsement on Documents A18 Ownership of Work Product A19 Successors and Assigns A20 Claims and Disputes A21 Extent of Agreement A22 Taxes A23 Governing Law A24 Additional Provisions ARTICLE Al DEFINITIONS A1.1 CONTRACTOR - The firm (meaning a person or any business combination) providing services. A1.2 SUBCONTRACTOR - Contractor engaged through a subcontract with the firm which is a party to this agreement. A1.3 CONTRACTING OFFICER - The individual, or a duly appointed successor, who is designated as the official representative to manage and administer contracts for the contracting agency. A1.4 CERTIFYING OFFICER - An employee of the Contracting Agency who is duly authorized by written delegation of authority to represent the Contracting Officer with regard to specified actions. AE008 - Appendix A Page 1 of 13 I � ! 4 it (, A1.5 CONTRACTING AGENCY' PROJECT MANAGER - Contracting Agency's representative in charge of the project (s) and the Contractor's primary point of contact for Notice(s) to Proceed, Invoices, Correspondence and interface with the Contracting Agency. A1.6 CONTRACTOR'S PROJECT MANAGER - The Contractor's representative in charge of the project(s) who is directly responsible and engaged in performing the required services. A1.7 APPEALS OFFICER - The individual specifically designated within the agreement, or a duly appointed successor, whose decisions constitute the exhaustion of contractural and administrative alternatives for resolution of claims and disputes. A1.8 SCOPE OF WORK - Basic and optional services required of the Contractor by provisions of this agreement. A1.9 BASIC SERVICES - The identified work elements set forth in this agreement for which the Contractor will receive prime compensation. A1.10 OPTIONAL SERVICES - Identifiable and/or indeterminate work elements set forth in this agreement, which are separate and distinct from those covered by the prime compensation, which the Contracting Agency has the option to authorize. A1.11 EXTRA SERVICES - Any services or actions required of the Contractor above and beyond provisions of this agreement. A1.12 CHANGE - An addition to, or reduction of, or other revision in the scope, complexity, character, or duration of the services or other provisions of this agreement. A1.13 AMENDMENT - A written change to this agreement such as an amendment to provide for extra services. A1.14 PRIME COMPENSATION - The dollar amount paid to the Contractor for basic services as set forth in this agreement. Prime compensation does not include payment for any optional or extra services. A1.15 BUSINESS OFFICE LOCATION - The street address of the facility where original contract records, including accounting records which evidence all costs, are maintained. A1.16 PROJECT OFFICE LOCATION - The street address of the facility •where the Project Manager(s) works and the services required under this agreement are performed or administered. A1.17 FUNDING AGENCY(S) - The Agency(s) of the Federal, State or Municipal Government which furnishes funds for the Contractor's compensation under this agreement. AE008 - Appendix A Page 2 of 13 ARTICLE A2 INFORMATION AND SERVICES FROM OTHERS A2.1 The Contracting Agency shall furnish all information, data and material including, educational program, special requirements, Scope of Work, schedule budget, required standards, and any other materials in the Contracting Agency's possession deemed necessary to the execution of the project, to the Contractor without charge. The Contractor shall furnish a certified land survey of the site giving, as applicable, grades and lines of streets, alleys, pavements and adjoining property; rights-of-way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and contours of the site: locations, dimensions and complete data pertaining to existing buildings, other dimensions and complete data pertaining to existing buildings, other improvements and trees; and full information concerning available service and utility lines both public and private, above and below grade, including inverts and depths. The Contractor shall furnish the services of a soils engineer or other consultant including reports, test pits and soil bearing values, with appropriate professional recommendations. A2.2 The Contracting Agency may, at its election, furnish the services of other Consultants when such services are deemed necessary to the execution of the project. Where the Contracting Agency contracts directly for these services, the Contracting Agency shall furnish an appropriate professional report with recorded data, interpretations, and recommendations to the Contractor. The Contractor shall review the report and, within seven (7) days of receipt, notify the Contracting Agency in writing if, in his opinion, the report is inadequate. Should the Contractor so conclude, he shall inform the Contracting Agency in writing, which specific material provided in the report is inadequate and the extent of the inadequacy. If the information supplied by the Contracting Agency is accurate and the conditions on which the information is based do not change, the Contractor shall be responsible for his work that is based on the information. If the information supplied by the Contracting Agency proves to be invalid or non -representative and negates any of the Contractor's previous work the contractor shall be entitled to a change in scope. ARTICLE A3 A3.1 The Contractor shall indemnify and hold the Contracting Agency, its officers, agents and employees harmless from liability from any nature or kind, including costs and expenses for or on account of any and all legal actions or claims of any character whatsoever resulting from injuries or damages sustained by any person or persons or property rising from the Contractors negligent performance under this agreement. AE008 - Appendix A Page 3 of 13 ARTICLE A4 A4.1 The Contractor shall not commence work under this agreement until all required insurance has been obtained and such insurance has been approved in accordance with Contracting Agency procedures, nor shall the Contractor allow any subcontractor to commence work on its subcontract until the insurance required has been so obtained and approved. The Contractor shall furnish Certificates of Insurance showing the Contracting Agency as co-insured, in evidence of the requirements of Article 5 and paragraphs A4.2 through A4.3 below. All Certificates must provide a 30 day prior notice to the Contracting Agency of cancellation, nonrenewal or material alteration of such insurance. Failure to furnish satisfactory evidence of insurance or lapse of coverage is grounds for termination of this agreement. A4.2 The Contractor shall purchase and maintain such insurance as will protect it from claims under Worker's Compensation Acts and other employee benefits acts for damages because of bodily injury, including death, to its employees and all others and for damages to property, any or all of which may arise out of or result from the Contractor's operations under this agreement whether such operations be by it or by any subcontractor or anyone directly or indirectly employed by either. Limits for the Insurance listed in paragraphs A4.2.1 through A4.2.4 shall not be less than that specified in Article 5. Contractor shall provide at least the following: A4.2.1 Worker's Compensation Insurance for all states in which employees are engaged in work under this agreement. A4.2.2 Employer's general liability protection. A4.2.3 Comprehensive general liability coverage for premises operations, independent contractors, blanket contractual, broad form property damage and personal injury. A4.2.4 Comprehensive automobile liability coverage for all contractor owned or operated vehicles. A4.3 The Contractor shall pruchase and maintain professional liability insurance coverage with limits not less than that specified in Article 5 for the duration of this agreement plus 1 year following the date of final • payment. Failure to comply with the latter provision may preclude other agreements between the Contractor and Contracting Agency. Such coverage shall provide for all negligent errors or omissions which the Contractor, employees or subcontractors may make which produce loss or liability to the Contracting Agency and for protection against loss which results from reliance on specifications, designs, reports or a combination thereof, produced by the contractor, employees or subcontractors. AE008 - Appendix A Page 4 of 13 ARTICLE A5 OCCUPATIONAL SAFETY AND HEALTH A5.1 The Contractor and its subcontractors shall observe and comply with the Federal Occupational Safety and Health Act of 1970 and with all Safety and Health Standards promulgated by the Secretary of Labor under authority thereof and with all State of Alaska Occupational Safety and Health Laws and Regulations in effect as of the date of this contract. ARTICLE A6 EQUAL EMPLOYMENT OPPORTUNITY A6.1 The Contractor may not discriminate against any employee or applicant for employment because of race, religion, color, national origin, or because of age, physical handicap, sex or marital status, change in marital status, pregnancy or parenthood when the reasonable demands of the position do not require distinction on the basis of age, physical handicap, sex, or marital status, changes in marital status, pregnancy, or parenthood. The Contractor shall take affirmative action to insure that the applicants are employed and that employees are treated during employment without regard to their race, color, religion, national origin, ancestry, age, sex, or marital status. This action must include, but need not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting out the provisions of this paragraph. A6.2 The Contractor shall state, in all solicitations or advertisements for employees to work in performance of this agreement, that it is an equal opportunity employer and that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, age, physical handicap, sex, or marital status. A6.3 The Contractor shall send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the contractor's commitments under this article and post copies of the notice in conspicuous places available to all employees and applicants for employment. A6.4 In the event the Contractor subcontracts any part of the services to be performed under this agreement, the Contractor agrees to make good faith efforts to utilize minority business enterprises. The Contractor further agrees to make direct contact with potential minority business subcontractors and to affirmatively solicit their interest, capability and prices. The Contractor agrees to furnish to the Contracting Agency documentation of the results of all such direct contacts it has with minority business enterprises. AE008 - Appendix A Page 5 of 13 A6.5 The Contractor shall make, keep and preserve such records necessary to determine compliance with equal employment opportunity obligations and shall furnish required information and reports. All records must be retained and made available in accordance with Article A9, audits and records. A6.6 The Contractor shall include the provisions of this article in every contract, and shall require the inclusion of these provisions in every contract entered into by any of its subcontractors, so that these provisions will be binding upon each subcontractor. A6.7 Failure to perform under this article constitutes a material breach of this agreement. ARTICLE A7 PAYMENTS TO THE CONTRACTOR A7.1 Payments shall be made in proportion to services performed, as determined by the Contractor's invoices and as approved by the Contracting Agency, until all services authorized by Notice(s) to Proceed are complete and accepted by the Contracting Agency. The sum of payments shall not exceed the allowable compensation stated in the Notice(s) to Proceed and no payment shall be made in excess of the maximum allowable total for this agreement. A7.2 The Contracting Agency will not pay the Contractor for services or associated reimbursable costs performed outside those which are authorized by a Notice to Proceed. A7.3 Contractor's invoices shall be submitted monthly or bimonthly in a format approved by the Contracting Agency for months during which services are performed. A7.4 In the event items on an invoice are disputed, payment on those items will be held until the dispute is resolved. All undisputed items will be payable as normal and will not be held with the disputed items. A7.5 The Contractor shall submit a final invoice and required documentation for services authorized by each Notice to Proceed within 90 days after final acceptance of the services by the Contracting Agency. The Contracting Agency will not be held liable for payment of invoices submitted after this time unless prior written approval has been given. Satisfactory compliance with Article A22, Taxes, is a condition precedent to final payment. ARTICLE A8 CHANGES A8.1 Changes in the Scope of Work or services to be performed by the Contractor may be made by written amendment only. If such changes cause an increase or a decrease in the Contractor's cost of, or time required for AE006 - Appendix A Page 6 of 13 performance of this agreement, an equitable adjustment shall be negotiated and specified in the amendment. The Contractor shall not perform any extra services prior to receiving a fully executed copy of an amendment and a Notice to Proceed. A8.2 If at any time the Contracting Agency through its authorized representatives, either verbally or in writing, requests or issues insturctions for extra services or otherwise directs actions which conflict with any provisions of this agreement, the Contractor shall, within 30 days of receipt and prior to pursuing such instructions, so notify the Contracting Agency in writing, and to the extent possible, describe the scope and estimated cost of any extra services. The Contracting Agency will then evaluate and if appropriate, negotiate an amendment. Unless so notified by the Contractor, the Contracting Agency may assume such instructions have not changed any provisions of this agreement nor require additional compensation. No additional payments shall be made to the contractor without such notice. ARTICLE A9 AUDITS AND RECORDS A9.1 The Contractor shall maintain records of all pertinent to this agreement performances, communications, documents, correspondence and costs, and the Contracting or Funding Agency's authorized representatives shall have the right to examine such records and accounting procedures and practices. A9.2 The Contracting Agency shall maintain records of all pertinent to this agreement performances, communications, documents, correspondence and costs for a minimum of three (3) years from the date of final payment to the Contractor under this agreement, and for such longer period, if any, as may be required by applicable statute or ordinance, other provisions of this agreement, or by paragraphs A9.3.1 and A9.3.2. A9.3 The materials described in this article shall be made available at the business office of the Contractor, at all reasonable times, for inspection, audit or reproduction, for a minimum of 3 years from the date of final payment under this agreement and for such longer period, if any, as may be required by applicable statute, other provisions of this agreement, or by paragraphs A9.3.1 and A9.3.2 below: A9.3.1 If this agreement is completely or partially terminated, records relating to the services terminated shall be made available for a period of 3 years from the date of any resulting final settlement. A9.3.2 Records which relate to appeals under article A20, claims and disputes, or litigation or the settlement of claims arising out of the performance of this agreement, shall be made available until such appeals, litigation or claims have been concluded. ARTICLE A10 INSPECTIONS BY CONTRACTING AGENCY AE008 - Appendix A Page 7 of 13 A10.1 The Contracting Agency has the right to inspect, in the manner and at reasonable times it considers appropriate during the period of this agreement, all facilities and activities of the Contractor as may be engaged in the performance of this agreement. ARTICLE All TERMINATION OR SUSPENSION Ali.l This agreement may be terminated by either party upon 10 days written notice if the other party fails substantially to perform in accordance with its terms through no fault of the party initiating the termination (default termination). If the Contracting Agency terminates this agreement, the Contracting Agency will pay the Contractor a sum equal to the percentage of work completed that can be substantiated by the Contractor and the Contracting Agency. If the Contracting Agency becomes aware of any fault or defect in the work products of the Contractor or nonconformance with this agreement, the Contracting Agency will give prompt written notice thereof to the Contractor. Should the Contractor's services remain in nonconformance to this agreement, the percentage of total compensation attributable to the nonconformance item(s) may be withheld. A11.2 The Contracting Agency at any time may terminate (convienence termination) or suspend this agreement for its own needs or convenience. In the event of a convenience termination or suspension for more than 3 months, the Contractor will be compensated for authorized services and authorized expenditures performed to the date of receipt of written notice of termination plus reasonable termination expenses. No fee or other compensation for the uncompleted portion of the services will be paid, except for already incurred indirect costs which the contractor can establish and which would have been compensated for over the life of this agreement, but because of the convenience termination would have to be absorbed by the contractor without further compensation. All.3 If Federal funds support this agreement, settlements in the event of default or convenience termination must be approved by the funding agency and shall be in basic conformance with the principles and practices in 41 CFR, subparts 1-8.604 or 1-8.203 and 1-8.213. A11.4 In the event of termination or suspension, the Contractor shall deliver to the Contracting Agency all work products, reports, estimates, schedules and other documents and data prepared pursuant to this agreement. ARTICLE Al2 OFFICIALS NOT TO BENEFIT Al2.1 No member or delegate to Congress, United States Commissioner or other officials of the Federal, State or Local government shall be admitted to any share or part of this agreement or any benefit to arise therefrom. AE008 - Appendix A Page 8 of 13 ARTICLE A13 INDEPENDENT CONTRACTOR A13.1 The Contractor and any of its agents and employees shall act in an independent capacity and not as officers or agents of the Contracting Agency in the performance of this agreement, except to the extent that the Contractor may function as the Contracting Agency's agent as may be specifically set forth elsewhere in this agreement. A13.2 This agreement will be declared null and void should the Contracting Agency determine that by Internal Revenue Service definitions the Contractor is in fact an employee of the Contracting Agency. ARTICLE A14 PROSELYTIZING A14.1 The Contractor agrees that it will not engage on a full or part time basis, during the period of this agreement, any person or persons who are or have been employed by the Contracting Agency during the period of this agreement or during the 90 days immediately preceding the date of this agreement, except those who have been regularly retired or approved in writing by the Contracting Agency. ARTICLE A15 COVENANT AGAINST CONTINGENT FEES A15.1 The Contractor shall comply with the Copeland "Antikickback" Act (18 USC 874) as supplemented in Federal Department of Labor Regulations (29 CFR, Part 3), which are herein incorporated by reference and made a part of this agreement. A15.2 The Contractor warrants that it has not employed or retained any organization or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement and that it has not paid or agreed to pay any organization or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warranty, the contracting agency has the right to annul this agreement without liability or in its discretion to deduct from the allowable compensation the full amount of such commission, percentage brokerage or contingent fee. A15.3 The Contracting Agency warrants that the Contractor or the Contractor's representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this agreement, to employ or retain any organization or person, or to make a contribution, donation or consideration of any other kind. AE008 - Appendix A Page 9 of 13 ARTICLE A16 PREDOMINANCE OF DOCUMENTS A16.1 If a Request for Proposal (RFP) and/or a Proposal are appended to this agreement, the agreement shall stand and prevail over the Proposal and the Proposal over the RFP. ARTICLE A17 ENDORSEMENT ON DOCUMENTS A17.1 Endorsements and professional seals, if applicable, must be included on all final plans, specifications, estimates and reports prepared by the contractor. Preliminary copies of such documents submitted for review must have seals affixed without endorsement (signature). ARTICLE A18 OWNERSHIP OF WORK PRODUCTS A18.1 Work products produced under this agreement, except items which have pre-existing copyrights, are the property of the Contracting Agency. Payments to the Contractor for services hereunder includes full compensation for all work products produced by the Contractor and its subcontractors pertaining to this agreement. A18.2 Should the Contracting Agency elect to reuse work products provided under this agreement for other than the original and specific project and/or purpose, the Contracting Agency will indemnify the contractor and its subcontractors against any responsibilities or liabilities arising from such reuse. Additionally, any reuse of design drawings or specifications provided under this agreement must be limited to conceptual or preliminary use for adaptation and the original contractor's or subcontractor's signature, professional seals and dates removed. A18.3 Should the Contracting Agency elect reuse work products for conceptual or preliminary use for adaptations provided under this agreement, no royalty for such reuse may be paid to the contractor or its subcontractors. ARTICLE A19 SUCCESSORS AND ASSIGNS A19.1 The Contractor binds itself, its partners, its subcontractors, assigns and legal representatives to this agreement and to the successors, assigns and legal representatives of the Contracting Agency with respect to all covenants of this agreement. The Contractor shall not assign, sublet or transfer any interest in this agreement without the prior written consent of the Contracting Agency. AE008 - Appendix A Page 10 of 13 ARTICLE A20 CLAIMS AND DISPUTES A20.1 If the Contractor becomes aware of any act or occurrence which may form the basis of a claim the Contractor shall immediately inform the Contracting Agency's Project Manager. If the matter cannot be resolved within 7 days, the Contractor shall, within the next 14 days, submit written notice of the facts which may form the basis of the claim. In addition, all claims by the Contractor for additional compensation or an extension of the time for performance or any dispute regarding a question of fact or interpretation of this agreement shall be presented in writing by the contractor to the Contracting Agency's project manager within the next 60 days unless the project manager agrees in writing to an extension for time for good cause shown. Good cause shown includes time for the Contractor to prepare the claim and the Contracting Agency's project manager will grant an extension of not more than 60 days for preparations of the claim. The Contractor shall have no entitlement to additional time or compensation for such act, event or condition. The Contractor shall in any case continue diligent performance under this agreement. A20.2 In presenting the claim, the Contractor shall specifically include, to the extent then possible, the following: A20.2.1 The provisions if this agreement which apply to the claim and under which it is made. A20.2.2 The specific relief requested, including any additional compensation claimed and the basis upon which it was calculated and/or the additional time requested and the basis upon which it was calculated. A20.3 The claim will be acknowledged in writing by the Contracting Agency's project manager. If the claim is not disposed of by meeting which will result in agreement within 60 days, provided additional time is not granted in writing by the Contracting Agency's project manager, the claim will be decided by the Contracting Officer. The Contracting Officer reserves the right to make written request to the Contractor at any time for additional information which the Contractor may possess to support the claim(s). The Contractor agrees to provide the Contracting Officer such additional information within 30 days of receipt for such a request. The Contracting Officer will allow a reasonable time extension for good cause if presented in writing prior to the expiration of the 30 days. Failure to furnish such additional information constitutes a waiver of claim. A20.4 The Contractor will be furnished a written signed copy of the Contracting Officer's decision within 90 days of receipt of all necessary information from the Contractor upon which to base the decision. The Contracting Officer's decision is final and conclusive unless fraudulent as to the claim unless, within 30 days of receipt of the decision, the Contractor delivers a notice of appeal to the appeals officer designated on page one of this agreement. The notice of appeal shall include specific exceptions to the Contracting Officer's Decision including specific provisions of this agreement which the contractor intends to rely upon on AE008 - Appendix A Page 11 of 13 appeal. General assertions that the Contracting Officer's Decision is contrary to law or to fact are not sufficient. A20.5 The decision of the appeals officer will be rendered within 120 days of notice of appeal and the decision constitutes the exhaustion of contractual and administrative remedies. A20.6 This article does not preclude consideration of questions of law in connection with decisions provided, and nothing in this agreement shall be construed as making final the decision of any administrative official, representative or board on a question of law. ARTICLE A21 EXTENT OF AGREEMENT A21.1 This agreement including appendices represents the entire and integrated agreement between the Contracting Agency and the Contractor and supersedes all prior negotiations, representations or agreements, either written or oral. A21.2 Nothing contained herein may be deemed to create any contractual relationship between the Contracting Agency and any subcontractors or material suppliers; nor may anything contained herein be deemed to give any third party claim or right of action against the contracting agency or the Contractor which does not otherwise exist without regard to this agreement. A21.3 This agreement may be changed only by written amendment executed by both the Contracting Agency and the Contractor. A21.4 All communications that affect this agreement must be confirmed in writing and must be sent to the addresses designated on page 1 of this agreement. A21.5 The Contractor on receiving final payment will execute a release, if required, in full of all claims against the contracting agency arising out of or by reason of the services and work products furnished by the Contractor or the subcontractor under this agreement. ARTICLE A22 TAXES A22.1 As a condition of performance of this agreement, the Contractor shall pay all Federal, State and Local Taxes incurred by the Contractor and shall require their payment by any subcontractor in the performance of this agreement. AE008 - Appendix A Page 12 of 13 i S S 7 ARTICLE A23 GOVERNING LAWS A23.1 This agreement is governed by the laws such Federal and Local laws and ordinances as are performed in effect at the date of this contract. ARTICLE A24 ADDITIONAL PROVISIONS AE008 - Appendix A Page 13 of 13 of the State of Alaska and applicable to the work APPENDIX B STANDARD STATEMENT OF SERVICES FOR ARCHITECTURAL AND ENGINEERING DESIGN Date: March 8, 1991 INDEX ARTICLE NUMBER TITLE B1 Administrative Requirements B2 Basic Services B3 Optional Services B4 Additional Provisions ARTICLE B1 ADMINISTRATIVE REQUIREMENTS B1.0 The following conditions and actions are administrative requirements of this agreement. B1.1 "Architect", "Architect/Engineer", "A/E", or similar phrases mean the Contractor who is a party to this agreement. B1.2 "User Agency" means the department, division, school district, municipality, etc., that generated the requirement for which services under this agreement are obtained. B1.3 Costs analysis and control is a primary concern of the Contracting Agency and the following provisions are included for such purposes. B1.3.1 The budgeted construction funds are the specified amounts available for construction work and established as a condition of this agreement. The budgeted construction funds do not include the compensation of the Architect/Engineer and his subcontractors, the cost of the land, site investigations, right- of-ways, administrative or other costs which are the responsibility of the Contracting Agency, unless otherwise stated herein. B1.3.2 The total estimated construction cost is the current estimated cost for all construction work to complete the project scope in accordance with the bid documents. Budgeted construction funds and total estimated construction cost are not always equal. B1.3.3 Bid Documents prepared by the Architect/Engineer must consist of a basic bid with an estimated cost equal to approximately 90% of the budgeted more additive alternate bids. The developed in coordination with the contract(s) award of the basic bi AE009 - Standard Statement of Services Page 1 of 16 dconstruction funds and two or alternate bids must be Contracting Agency to enable and alternates with total 1 estimated costs in the amount of approximately 90%, 100% or 110% of the budgeted construction funds. Such alternates must allow for adjustment of the project scope at the time of contract award without rebidding or redesign being required. B1.3.4 The Contracting Agency may, at its option, obtain at the completion of the design development phase and prior to the start of the construction document phase an independent estimate of total construction cost based on the Architect's design. If such estimate varies significantly from the Architect's estimate, then the Contracting Agency and the Architect shall review discrepancies. If the Contracting Agency concludes that changes are required, the Architect shall modify the Construction Documents accordingly at no additional cost to the Contracting Agency. B1.3.5 If the Contracting Agency concludes that the Architect's estimated construction cost in the design development phase is acceptable and if the construction document phase estimated construction cost does not increase significantly, the Architect shall be reimbursed for any revisions to the construction documents requested by the Contracting Agency and necessitated by bids over the budgeted construction funds. B1.3.6 If the lowest responsible bid, exceeds the budgeted construction funds established as a condition of this agreement, the Contracting Agency may exercise any option available to it including (1) giving written approval of an increase in the budgeted construction funds (2) authorizing in writing rebidding the project within a reasonable time, or (3) cooperating in revising the project scope and quality as required to reduce the cost. Architect/Engineer efforts to revise project scope, or quality will be considered an extra service and the Architect/Engineer will be reimbursed for cost of revisions. No profit will be charged to the Contracting Agency on Revisions. B1.4 A time schedule containing specific calendar dates for completion of identified services and work elements, and a scheduled bid opening date are requirements of this agreement. If such a schedule is not included hereto, it must be developed by the Architect in coordination with the Contracting Agency. B1.5 The Architect must provide the Contracting Agency with a narrative monthly status report for months during which services are performed and in a format approved by the Contracting Agency. Specifically, the report should address: Subcontractors not on schedule, and why; unresolved design, required information, or other issues; pertinent meetings (place, date, time, participants, subjects); and any unpaid invoices. Additionally, copies of approvals obtained from governmental or private entities having regulatory power over the project must be attached to the monthly reports. AE009 - Standard Statement of Services Page 2 of 16 B7.6 The following procedures are mandatory except as may be specifically modified in writing by the Contracting Agency. B1.6.1 All correspondence, drawings and other documents submitted by the Architect/Engineer must bear the Contracting Agency's project number and title and must be signed or initialed by the Architect's project manager or principal of the Contractor to acknowledge that the submissions have been checked for accuracy. B1.6.2 All drawings and specifications for the project must bear uniform project number and title. B1.6.3 All drawings and specifications submitted for reviews and approvals must be marked "Not for Construction", "Review Set" or with a similar phrase. The original set used to reproduce the bid documents will be marked and issue dated by the Contracting Agency. B1.6.4 All scaled drawings must be sized 24 inches by 36 inches or 8 1/2 inches by 11 inches, including title blocks and borders. B1.6.5 The Architect must allow the Contracting Agency to use original drawings for reproduction of bid documents. Additionally the use of non -heat resistant press type lettering on such drawings is unacceptable. B1.6.6 The Architect shall not subrogate, through the bid documents, any service required of him by this agreement. Specifications addressing third party requirements or instructions such as from a manufacturer, supplier or installer, must also state that the Architect must review and approve all such requirements or instructions before compliance by the construction contractor. Additionally, the specifications must not require performance of any actions by a third party such as a manufacturer supplier or installer. All such performance must be required of the construction contractor. B1.6.7 "Brand name - sole source" or proprietary specifications may not be included in the bid documents except when economically justified by the Architect and specifically approved in writing by the Contracting Agency. "Brand name or equal" descriptions may be used in specifications as a means to define the performance or other salient requirements of an item. B1.6.8 Contracting Agency reviews of construction documents (and significant design development documents, as determined by the Contracting Agency), will include comments in the major design disciplines involved and may be grouped according to the following classifications: Class I comments pertain to real or potential code or regulation violations and require the Architect's response via modification AE009 - Standard Statement of Services Page 3 of 16 of formal written approval or variance from the regulatory agency (copied to the Contracting Agency). Class II comments pertain to errors, omissions or matters of document coordination and must result in the Architect's correction of documents unless satisfactory justification is provided in writing. Class III comments pertain to matters of design judgement and are offered in a positive manner with the intent of bettering the design result. These comments may be provided as qualified opinions of design professionals for consideration as appropriate. Neither revision of the documents nor any form of response is required by them. B1.6.9 Acceptance of the Architect's design and document submissions is not an approval of omissions or oversights by Contracting Agency or of noncompliance with any applicable governmental regulations. The design review process is a monitoring device intended to point out those conflicts and design errors which are identified by the Contracting Agency. The Contracting Agency shall not be liable for failure to identify any conflicts or design errors. All Responsibility this nature is and must remain that of the Architect. B1.6.10 The Contractor will reproduce and distribute bid documents which will be paid for by the Contracting Agency. Contracting Agency will receive and open bids. B1.7.1 The Contracting Agency shall examine documents submitted by the Architect for review or decision and shall render decisions thereto, in writing, within fourteen (14) of receipt of such documents. the of The days B1.7.2 Any structural, mechanical, chemical and other laboratory tests, inspections, and reports (which are required by law or the construction documents), are to be paid for by Contracting Agency directly. B1.7.3 The Contracting Agency shall give the Architect written notice within fourteen (14) days after any modification to the budgeted construction funds. B1.7.4 If the Contracting Agency observes or otherwise becomes aware of any fault or defect in the project or nonconformance with the contract documents, prompt written notice therof shall be given by the Contracting Agency to the Architect. AE009 - Standard Statement of Services Page 4 of 16 ARTICLE B2 BASIC SERVICES B2.0 The Architect shall provide all basic services as described within this Article B2 except as may be modified or deleted in Article B4. B2.1 Schematic Design Services shall consist of the preparation of drawings and other documents which illustrate the general scope, scale and relationship of project components for approval by the Contracting Agency. B2.1.1 The Architect shall review the program furnished by the Contracting Agency to ascertain the requirements of the project and shall review their understanding of such requirements with the Contracting Agency. B2.1.2 The Architect shall develop initial design concepts and options for the project in close coordination with the Contracting Agency. Unusual structural, mechanical, electrical or other features that may impact costs or use must be identified and the systems selected shall be developed in sufficient detail to show coordination among design elements. Preliminary construction materials must also be identified. B2.1.3 The Architect shall submit preliminary documents for preliminary reviews or approvals as required by government or private entities which have regulatory power over the proposed project. B2.1.4 Agencies to which the Architect shall submit are: 1. Department of Education Division of Educational Facilities 2. Fire Marshal 3. Department of Environmental Conservation 4. Kodiak Island Borough (3 copies) 5. Kodiak Island Borough School District (2 copies) 6. Others as requested by the Contracting Agency. If these others are not typical to the design process time spent by the Architect in submitting documents and review or approval assistance will be considered an extra service and reimbursed as such. The Architect shall design the project in conformance with the following codes, regulations and standards: AE009 - Standard Statement of Services Page 5 of 16 1. Uniform Building Code, dated 1988 2. National Mechanical Code, dated 1988 3. National Plumbing Code, dated 1988 4. National Electrical Code, dated 1990 5. State of Alaska Regulations for Barrier -free Facilities 6. National Fire Protection Association Code, dated 1988 7. ASHRAE 90-80R B2.1.5 The Architect shall submit to the Contracting Agency a preliminary statement of probable construction cost based on historic area, volume or other unit costs. B2.2 Design development services shall consist of the preparation, from the approved schematic design, for approval by the Contracting Agency, drawings and other documents to fix and describe the size and character of the entire project as to structural, mechanical and electrical systems, materials and such other essentials as may be appropriate. Services include detailed expansion of the architectural design so that the project's size, appearance, form, construction type, and engineering systems are developed by means of drawings and appropriate written material. Major material selections, equipment items, and quality of finishes shall be identified. B2.2.1 Drawings and specifications shall specifically include the following items. B2.2.1.1 Title sheet and site plan with details sufficiently developed to reflect the project's major civil engineering design concepts including on-site utility, drainage and fire protection systems. The legal description of the site must appear on the site plan drawing. B2.2.1.2 Exterior elevations reflecting major construction materials and locations of exterior wall openings. B2.2.1.3 Floor plans for all floors that are not repetitious, reflecting all door and window locations, wall construction, dimensions and room titles. B2.2.1.4 Structural framing plans sufficiently developed to reflect the intended structural system(s). B2.2.1.5 Room finish schedule or narrative sufficiently developed to reflect the intended materials, finishes and ceiling heights for all major rooms and spaces. AE009 - Standard Statement of Services Page 6 of 16 B2.2.1.6 Mechanical drawings, schedules and diagrams or a narrative sufficiently developed to reflect the intended heating, ventilations and plumbing systems and major mechanical elements to include preliminary equipment layouts. B2.2.1.7 Electrical drawings, schedules and diabrams or a narrative sufficiently developed to reflect the specific power service, lighting, telephone, fire detection and alarm, security and electronic communications systems and identification of required equipment areas. B2.2.1.8 Schematic drawing(s) sufficiently developed to reflect compliance with applicable code provisions for fire and life safety to include square footage, type of construction and occupancy, design numbers of fire -rated ceilings/floor and ceiling/roof assemblies, fire zones, paths of egress, capacities, occupant loads, hazard classifications and other pertinent considerations. B2.2.1.8 Narrative outline of specifications which reflect initial materials and systems selections for each section of the specifications which must follow the Construction Specifications Institute (CSI) Masterformat, dated June 1978. B2.2.2 The Architect shall submit to the Contracting Agency a further statement of probable construction cost based on projected availability of materials and labor, construction sequence and scheduling. B2.2.3 The Architect shall submit preliminary documents for preliminary reviews or approvals as required by government or private entities which have regulatory power over the proposed project. B2.2.3.1 Agencies to which the Architect shall submit are: 1. Department of Education Division of Educational Facilities B2.3 Construction Document Services shall consist of the preparation, from the approved design development documents, for approval by the contracting agency, drawings and specifications setting forth in detail the requirements for construction of the entire project. B2.3.1 The Architect shall prepare a complete set of construction documents for the project in accordance with the Construction Specifications Institute Manual of Practice, Volume Two, Formats for Masterformat, Master List of Section Titles and Numbers, dated June 1978, as may be revised and updated the term "Construction Documents" as used in this agreement means the bid documents less the bidding requirement forms, contract forms and general conditions provided by the contracting agency. Drawings AE009 - Standard Statement of Services Page 7 of 16 and specifications shall specifically include the following coordinated items: B2.3.1.1 Civil working drawings to represent graphically on and off-site improvements such as utilities, roadways, bridges, culverts, drainage, grading, excavation, compaction, shoring, underpinning, retaining walls, parking lots and fire extinguisher/water supply systems. B2.3.1.2 Architectural working drawings, plans, elevations, sections and details, plus notes and schedules, illustrating the design, location, size and dimensions of project components for the purpose of construction. B2.3.1.3 Structural working drawings which present graphically the complete structural concept of the project and includes plans, sections details, schedules, notes and information necessary to facilitate construction. B2.3.1.4 Detailed engineering working drawings for heating, ventilating, air conditioning, plumbing work and building fire protections systems and engineering analysis. Mechanical working drawings should include plans, sections, details, schedules, diagrams and notes as necessary to construct the mechanical work. B2.3.1.5 Detailed engineering drawings for electrical work and engineering analysis. Electrical systems may include power acquisition and generation (on and off-site), major power distribution, interior and exterior lighting, telephone and communications systems, low voltage systems, direct current applications and emergency and special effects lighting. Electrical working drawings should include plans, sections, details, schedules, diagrams and notes as necessary to construct the electrical work. B2.3.2 The Architect shall submit final documents for review or approval as required by government or private entities which have regulatory power over the proposed project. B2.3.2.1 Agencies to which the Architect shall submit are: 1. Department of Education Division of Educational Facilities 2. Department of Transportation and Public Facilities, Planning and Research Division 3. Department of Environmental Conservation 4. Fire Marshal approval from Department of Public Safety 5. Archeological clearance from the Division of Parks 6. Kodiak Island Borough (3 copies) 7. Kodiak Island Borough School District - (2 copies) 8. Other. AE009 - Standard Statement of Services Page 8 of 16 B2.3.3 The Architect shall submit to the Contracting Agency an estimate of construction period with a statement of conditions upon which the estimate is based for a basic bid and for each alternate. B2.3.4 The Architect shall submit to the Contracting Agency, when the construction documents are approximately ninety-nine percent complete, a further detailed statement of probable construction cost based on changes in materials, systems or details of construction which occurred following design development approval; known changes in the cost of materials, labor and services since the previous statement; and adjustments for anticipated changes in the bidding market relative to the project. B2.4 Bid service shall consist of the preparation, from the approved construction documents, for approval by the Contracting Agency, bid documents for obtaining bids and awarding contracts for construction. B2.4.1 The Architect shall prepare a complete set of bid documents consisting of the bidding requirements and contract documents. The contract documents include the contract forms, conditions of the contract (general and supplementary), specifications, drawings and addenda. Bidding requirement forms, contract forms and general conditions will be provided by the contracting agency. Preparation of forms, the bid schedule, supplementary conditions and Division 1 of the specifications shall be accomplished by the Architect in coordination with the Contracting Agency. Specifications, drawings and addenda shall be developed by the Architect and approved by the Contracting Agency. All documents and specifications must be complimentary and compatible with the conditions. items in the specifications which expand or modify the conditions must reference the appropriate section number and subparagraph of the general or supplementary conditions. B2.4.2 The Architect shall prepare responses to questions from bidders concerning clarification or interpretations of bidding documents when requested by the Contracting Agency. The Architect shall not respond directly to any bidder's Questions without specific authorization from the contracting agency. B2.4.3 The Architect shall prepare addenda documents, to be distributed by the Contracting Agency during the bidding period, which may include clarifications or supplementary drawings, specifications, instructions and notices of any changes in bidding procedures. B2.4.4 As requested by the Contracting Agency, the Architect shall participate in pre-bid conferences; bid opening; review and evaluation of bids, and recommendation for award of contract(s). AE009 - Standard Statement of Services Page 9 of 16 1 IN 7 B2.5 Construction services shall consist of providing assistance to the Contracting Agency in its administration of the construction contract commencing with award and terminating following final acceptance of the project and Contracting Agency approval of the Architect's final invoice for all services throughout the construction phase. B2.5.1 As requested by the Contracting Agency, the Architect shall participate in pre -construction conferences with the Contracting Agency and successful bidder. B2.5.2 The Architect shall respond to Contacting Agency or contractor initiated requests approved by the Contracting Agency for clarifications of the construction documents including any inadequacies in the documents. The Architect shall prepare appropriate instructions or modifications to the construction documents for Contracting Agency issue to the Contractor and shall advise the Contracting Agency on those matters which may affect the utilization of the project, extra cost or additional time. services for change orders necessitated by inadequacies in the construction documents must be provided by the Architect at no additional cost to the Contracting Agency. B2.5.3 The Architect shall review, approve or disapprove shop drawings, test results, samples, color selections, and other submissions of the Contractor for conformance with the design concept of the project and for compliance with the information given in the contract documents. The Architect shall coordinate directly with the Contractor to obtain all submittals required by the contract documents and shall promptly notify the Contracting Agency concerning any submittals, or lack of submittals, which may delay construction progress. The Architect's approval of submittals must be in writing to the Contractor and copied to the Contracting Agency, if appropriate, for Contractor substituted items. B2.5.4 The Contractor shall perform site observations of construction as part of basic services at each site as follows: Civil, one per site; during foundation placement; structural one per site at conclusion of framing prior to covering; mechanical and electrical one per site at precover and one final per B2.5.5 below; architectural one per site at precover and one at final per B2.5.5 below. B2.5.5 Upon construction contractor's notice of completion, the Architect shall participate in a detailed final construction inspection with the Contracting Agency's designated representative of all architectural, mechanical and electrical aspects of the project. The Architect shall assist the Contracting Agency's representative in the preparation of a list identifying any deficiencies or items to be accomplished and may be required to participate in final re -inspection of the project as an optional service with the Contracting Agency's Representative to ascertain that the corrections have been made. AE009 - Standard Statement of Services Page 10 of 16 ARTICLE B3 OPTIONAL SERVICES B3.0 The Architect shall prov¢de services described within this Article B3 or as may be modified or supplemented in Article B4 only when: compensation for such services is included in the basis of compensation, Appendix C, and the services are authorized by Notice(s) to proceed. B3.1 Conduct a feasibility study and provide a report which details the appropriateness and adequacy of the total project scope and budgeted construction funds (including any construction and contingency funds identified by the contracting agency). B3.1.1 If the Architect's report concludes that the project scope is appropriate to user agency needs and the budgeted construction funds are more than sufficient for the project the Contracting Agency shall either: B3.1.1.1 Increase the scope of work and negotiate and amendment to this agreement which may include additional compensation to the Architect. Such an amendment, however, must provide that any additional compensation must not be paid until the project with increased scope is successfully bid within the budgeted construction funds; or, B3.1.1.2 Reduce budgeted construction funds and amend this agreement to reflect the reduction with no change in compensation; or, B3.1.1.3 Take no action with respect to the report in which case the compensation under this agreement shall not be changed. B3.1.2 If the Architect's report concludes that the project scope and budgeted construction funds are sufficient, the Contracting Agency may accept the report and take no action with respect to the report. B3.1.3 If the Architect's report concludes that the project scope is inadequate or that budgeted construction funds are insufficient to accomplish the project scope, the Contracting Agency shall either: B3.1.3.1 Increase the budgeted construction funds, decrease the project scope, decrease basic services and increase optional services or take no action with respect to the report. In such cases the total compensation under this agreement shall not be changed but an amendment must be executed to reflect any other changes; or, B3.1.3.2 Terminate this agreement for the Contracting Agency's convenience in accordance with the termination or suspension article in Appendix A. AE009 - Standard Statement of Services Page 11 of 16 B3.1.4 After bid opening, if the lowest responsive basic bid plus all additive alternates is less than 90% of the budgeted construction funds and the Architect's feasibility study resulted in decreasing the project scope (paragraph B3.1.3.1) the Contracting Agency may exercise any option available to it including the following: B3.1.4.1 Award the Contract(s) and reduce the Architect's Compensation under the agreement in an amount not to exceed 10% of the difference between the sum of the contract(s) award and 90% of the budgeted construction funds. B3.1.4.2 Increase the project scope and require the Architect to redesign and/or modify the bid documents for rebid at no additional costs to the Contracting Agency. B3.2 Perform a preliminary energy audit in a format approved by the Contracting Agency. If the preliminary audit discloses opportunities for energy conservation, the Architect shall develop and submit to the Contracting Agency a proposal to perform a detailed audit to identify technical solutions and the economic payback of those solutions. B3.2.1 If the Contracting Agency accepts a proposal submitted in accordance with paragraph B3.2, an amendment to this agreement for performance of a detailed energy audit must be executed. B3.2.2 If a detailed energy audit identifies economical solutions to conserve energy, the Architect and the Contracting Agency may execute an amendment for preparation of the necessary design and inclusion of such design requirements in the bid documents within the basic bid or as additive alternates. B3.3 Attend meetings and make presentations of materials prepared under this agreement to groups (including public hearings) and individuals as specified by the Contracting Agency to facilitate review and obtain required approvals. Prior approval of the method of presentation shall be obtained by the Architect from the Contracting Agency's project manager. B3.4 Provide detailed estimates of construction cost in a typed format, acceptable to the Contracting Agency, which consists of estimated costs for design components or functional parts, elements or subsystems. Such estimates shall be revised, updated and provided with design development, construction document and bid document submittals. Estimates must include the costs for all materials, labor, tools, equipment, freight and services needed for the work plus an estimate of the Contractor's overhead and profit. The costs of any labor, materials and equipment furnished by the Contracting Agency for the project shall be separately identified at current market rates including a reasonable allowance for overhead and profit. AE009 - Standard Statement of Services Page 12 of 16 B3.5 Prepare necessary drawings and/or specifications for any Change Orders to describe work to be added, deleted or modified because of a change in scone; review Contractor's proposals and detailed breakdown of quantities of labor and materials and their costs for general accuracy of quotations; review for general validity of any changes in contract completion time; recommend to the Contracting Agency to accept, reject, or question quotations; and prepare appropriate documents to modify construction contract, if requested. B3.6 Provide on-site construction observations beyond those included in basic services paragraph B2.5.4 and B2.5.5 with the Contracting Agency's designated representative and, at mutually determined times during construction, assist Contracting Agency inspectors and determine if work is proceeding in accordance with the contract documents. A written report of each visit must be submitted to the Contracting Agency. The Architect shall endeavor to guard the Contracting Agency against defects and deficiencies in the work of the Contractor(s); however, the Architect shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the work and he shall not be responsible for the Contractor's failure to carry out work in accordance with Contract Documents. B3.7 Prepare a set of reproducible mylar record prints of drawings showing significant changes in the project made during the construction process based on marked -up prints, drawings and other data prepared by the Contractor and subcontractors and furnished by the Contracting Agency. B3.8 Provide the necessary services to balance either or both the air and hydronic mechanical systems. B3.9 Provide maintenance and operating manuals in a format approved by the Contracting Agency. B3.10 Provide start up assistance to include on-site observations; assistance in the operation of building systems during initial occupancy and subsequent periods until proper operations are established and building maintenance and operating personnel are adequately trained and experienced; coordination of Contractors call-backs; accelerated familiarization of building maintenance and operating personnel with complex systems; and in- depth trouble -shooting to establish responsibilities for corrective measures or procedures as may be needed. B3.11 Provide warranty review services to include a detailed inspection in the event that a particular material, item or piece of equipment fails to perform its expected function during the warranty period to ascertain whether any previously undetected failures of materials, items or equipment exist. The findings of this inspection will be incorporated into a report and AE009 - Standard Statement of Services Page 13 of 16 instructions for correction of noted defects presented to the Contracting Agency. B3.12 Serve as a member of an art advisory committee to determine specific sites for work(s) of art and the scale and type of artwork most appropriate for the project. B3.12.1 Coordinate with artist(s) approved by the Contracting Agency to identify installation, structural, utility or other service requirements for selected work(s) of art and assure that all such requirements are integrated into the bid documents. B3.12.2 Work closely with artist(s) approved by the Contracting Agency and provide engineering and technical assistance as required to produce and install work(s) of art. B3.12.3 Select in accordance with procedures approved by the Contracting Agency and engage as a subcontractor under this agreement an artist to produce approved work(s) of art for the project. Supervise the delivery and installation of the work(s) of art in coordination with the Contracting Agency's project manager. B3.13 Determine if an environmental evaluation of the project is required by federal or state laws or regulations. If any such requirement not identified by the Architect causes delays to project completion, all cost resulting from such delays shall be incurred by the Architect. B3.13.1 Prepare an environmental assessment of the project; obtain Federal, State or Local reviews which must be obtained in accordance with the applicable laws or regulations; and, revise as necessary. (If the need for such an assessment is determined in accordance with paragraph B3.13, an amendment must be executed for preparation of the assessment under the provisions of the agreement.) B3.13.2 If an environmental assessment results in a requirement for an environmental impact statement (EIS), the Architect and the Contracting Agency may execute an amendment for preparation of the EIS, the obtaining of approvals required by law and regulation, and the preparation of any necessary design requirements and inclusion of such design requirements in the bid documents within the basic bid or as additive alternatives. B3.14 Determine if the proposed project site is listed or would possibly be eligible for the (Federal) National Historic Register. Obtain written site clearance or a statement of nonconcurrence explaining the reasons therefore, from the State of Alaska Historical Preservation officer. B3.15 The Architect shall submit to the Contracting Agency copies of all engineering calculations which establish the size, AE009 - Standard Statement of Services Page 14 of 16 shape, dimensions and capacity of the work involved and energy calculations in a format approved by the Contracting Agency. B3.16 Predesign and energy analysis will be provided and may include: consulting with the Contracting Agency on the characteristics and viability of alternate sites; analysis of potential for obtaining on-site sources of energy and/or on-site energy systems such as wind, solar, heatpumps, coal, diesel and others; analysis of potential for obtaining off-site sources of energy and/or off-site energy systems such as hydroelectric, geothermal, and others; base data for analysis may be supplied by Contracting Agency from reports and information developed by others; analysis of potential for various energy conservation schemes such as load shedding, generation heat recovery, occupancy detection, power factor control, earth berming, earth covered building, and others; consult with the Contracting Agency, and others concerning facility program, operations and maintenance, and budget, their characteristics and impact on energy systems; consult with the Contracting Agency and others to analyze information developed to arrive at a suitable assemblage of aforementioned concepts and components to be considered in the schematic design phase, concepts and components chosen to be considered in schematic design phase must be viable in terms of available project funds to be established by the Contracting Agency. B3.17 Implementation of energy conserving systems upon selection of the energy conserving concepts and components from B3.16, the Architect will prepare the necessary drawings and specifications to implement these components into the project. All selections of components must be determined prior to the schematic design phase. The Architect's service for these additions will coincide with the basic services and include schematic design, design development, construction documents, bidding and negotiations and construction services. ARTICLE B4 ADDITIONAL PROVISIONS B4.0 At the conclusion of the design development phase the Architect will calculate the project building's design energy consumption according to the proceeding outlined in Federal Register, Department of Energy, Office of Conservation and Solar Energy, Energy Performance standards and new buildings, proposed rule dated November 28, 1979. B4.0.1 Once the nominal square footage of the building is determined the Architect will calculate the building's design energy budget according to "BEPS". AE009 - Standard Statement of Services Page 15 of 16 B4.0.2 If the data necessary to calculate the ''SMSA" according to "BEPS't is reasonable available the Architect will calculate the "SMSA" for a location as near as possible to the village. If the necessary data is not reasonably available the Architect will use a "SMSA" similar to the village in developing his calculations. B4.0.3 The above mentioned calculations will be done to guide the Contracting Agency and the Architect towards an energy efficient building. However, the results of calculation do not necessarily mandate any action on the part of the Contracting Agency or the Architect. B4.0.4 For Phase I of the project delete the second and third Paragraphs of A2.1 and the stated requirements there in, as Soils Investigations and Survey work are not required, nor included. 84.0.5 Submittal and deli n requipments for B2.1 (Schematic Design) andB2.1 (Design Development) �hallbecombined into one submittal and service, noted as " Preliminary Design" in appendix "C" schedule. AE009 - Standard Statement of Services Page 16 of 16 APPENDIX C BASIS OF COMPENSATION Date: March 8, 1991 HOURLY RATE SCHEDULE C1.1 The following are rates for time directly expended in the execution of basic services described in article B2.3 through B2.3.4 bid services and B2.4 through B2.4.4 construction services and all optional services. For overtime paid to employees, the same fee schedule rates shall apply as for regular hours. HOURLY PERSONNEL RATE Architectural Services: Principal $95.00 Senior Architect 85.00 Architect 70.00 Interior & Landscape Architect n/a Senior Draftsman 60.00 Administrative Assistant 40.00 Surveyor: Principal n/a Drafting n/a 3 man Survey Party n/a 2 man Survey Party n/a Clerical n/a Civil Soils Engineer: Principal Engineer n/a Technician n/a Clerical n/a Mechanical and Electrical Engineers: Principal Engineer $98.50 Senior Engineer 80.00 Staff Engineer 65.00 Technician 50.00 Clerical 40.00 Structural Engineer: Principal Engineer $90.00 Project Engineer 80.00 Senior Technician 70.00 Technician 45.00 Stenographer 30.00 Cost Estimator: Principal $67.50 Senior Estimator 65.00 Estimator 55.00 Technician Secretary 35.00 Computer Time 47.50 AE010 - Basis of Compensation Page 1 of 2 B 2 If the data necessary to calculate the "SMSA" acc ng to "BE is reasonable available the Architect will c ate the "SMSA" a location as near as possible to village. If the necessary da s not reasonably availab a Architect will use a ''SMSA" similar the village in oping his calculations. B4.0.3 The above men ed calcu ns the Contracting Act and the Architect efficient bui g. However, the results necessar' mandate any action on the par Aae or the Architect. AE009 - Standard Statement of Services Page 16 of 16 will be done to rds an energy of c lation do t of the acti guide not FEES FOR SERVICES The following attached amounts are included as a budget estimate only, for each phase of the basic services. It is understood that these amounts may be amalgamated to provide funding for itemizations that may exceed the estimated amounts herein. At closeout 100 % of the total fee for the project is due and payable. Architectural Program Schematic Design Design Development Construction Documents Bid Opening Construction services Final Inspection Closeout BASIC SERVICES Phase I Phase II n/a $15,290.00 Preliminary Design 26,424.00 1,350.00 7,220.00 4,210.00 400.00 Phase III Phase IV Note: Phases II, III and IV to be negotiated later. REIMBURSABLES SERVICES (NOT TO EXCEED) Phase I Phase II Phase III Phase IV For Phase I Only $10,000.00 x x x. Note: The above is based on one architectural trip in preliminary design, one architectural trip in final design, two architectural trips during construction, plus one each of mechanical and electrical consultants' trips during design, and two each of mechanical/electrical during construction. No other trips, such as for the asbestos consultant, are included. Additional trips, if requested will be billed @ $1,400.00 each, including an allowance for tickets, meals and office report writing time. AE010 - Basis of Compensation Page 2 of 2 APPENDIX D Date: March 8, 1991 SCOPE OF WORK The project consists of remodeling of instructional spaces within the existing Kodiak High School Facility to meet changing program needs. It is anticipated that the project will be constructed in four phases over a four year period during the summer recess periods when school is not in session. The work includes remodeling of approximately 30,000 square feet of interior spaces. Kodiak High School is located within the City of Kodiak, Kodiak Island, Alaska. Kodiak is reached by Jet Airline. Most construction Materials are shipped to Kodiak by chartered barge or commercial shipping service. Kodiak has Alaska State Ferry Service to it. SCHEDULING CONSIDERATIONS It is anticipated that Phase I of the project will begin construction in summer of 1991 and that it will require three months to complete. This phase of the project must be planned to be constructed between June 1 and August 20 of 1991. AE011 - Scope of Work Page 1 of 1 FEES FOR SERVLCFS Ilio followin7 att3che-1 amounts ate included as a budget estimate only, for each phase of the basic Services. T.t is ctnderstood that theca amounts may be amalgamated to provide funding for itell, i7.ati:,n^ i.hat may exc:aed the estimated am<�unt herein. At cioseciut too % of the total fee for the project is due and pAyable. Arc.hiter_tural Program Schematic Desir3n Design Development Conatruct.t.r-,n Documents Bid Opening Const ruCt, ton Services Final Inspection closeout BASIC SiRVICFS Pha_s_ a _i Phase II n/a $15,290.00 Preliminary Design 26,424.00 1, 350. On 7,220.00 4,210.00 400.00 F1:149 11Lk phase IV Note: Phases II, ill, and IV to be negotiated later. lj IMHURuAALF.S_SFRViC $ (NOT TO EXCEED) Etase _3 Phase _U _.Et1cr—sek--- r.tt ,_ Phaee—Lv Por Phase I Only $10,000.00 x x x Note: The above is based on arc architectural trip lit preliminary design, one ar•chitectcrral trip in final design, two nrchitechtral trips during construction, plots one each of mechanical anti elecu icai consultants' trips during design, and two each of nnecharni,.al /elect rical during construction. No other trips, such as for the, asbestos consultant, are included. Additional trips, if requested will be billed 0o $i,q0"v.n0 each, including an allowance for tickets, meals and office report writing time. AE010 - 8sn of Cempeneeiion Kodiak Island Borough School District �J MEMO TO: School Board #901-237 FROM: JOHN WITTEVEE Superintendent DATE: February 22, 1991 SUBJECT: KODIAK HIGH SCHOOL RENOVATION PROJECT ARCHITECTURAL SELECTION The Architectural Review Board met on Tuesday, February 19, 1991 to select the firm to provide architectural and engineering services for the Kodiak High School renovation project. I am requesting Board action to approve the selection of Kumin and Associates, Inc. as the architectural and engineering firm for the Kodiak High School renovation project and to forward the recommendation to the Borough Assembly. 3z KODIAK ISLAND BOROUGH SCHOOL DISTRICT 722 Mill Bay Road Kodiak Alaska 99615 (907) 486-3131 MEMO TO: John Witteveen, Supperinntt ndent FROM: Dennis Nich Assistant Superintendent for Instruction DATE: February 20, 1991 SUBJECT: Kodiak High School Alteration Project The Architectural Review Board reviewed proposals by the three firms on the finalist list on February 19, 1991 to provide Architectural and Engineering services for the Kodiak High School project. Kumin and Associates, Inc. was determined to best meet the needs of the borough and school district by the Architectural Review Board. I recommend that Kumin and Associates, Inc. be selected by the School Board for this project. I will be available at the meeting to answer questions the School Board may have regarding this recommendation. sjc 33