Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
FY2013-11 Kodiak Long Term Care Facility
Contract #2013-11 AIA Document A1,33 - 2009 ,AGREEMENT made as of the day of in the year2soci (In words, indicate day, mon,th and year.) BETWEEN the Owner: (Name, legal status and address) Kodiak Island Borough. 710 Mill Bay Road Kodiak AK 99615-6398 and the Construction Manager: (Name, legal status andaddress) Davis Constructors & En i ,gineers, Inc. 740 Bonanza Avenue Anchorage, AK 99518 for the following Project - ,(Name and address, or location) Kodiak Long Term Care Facility Lot 2A-1, Block 1, Hospital Subdivision Kodiak,,Alaska The Architect: (Name, legalstatus and address) Architects, Alaska 900 W 5th Avenue, Suite 403, Anchorage, AK 99501 The Owner's Designated Representative: (Name, address ani' other infibi-mallion) Charles, E. Cassidy, Jr., Borough Manager Kodiak Island Borough 7 10 Mill, Bay Road Kodiak, AK 99,615-63918 The Construction Manager'sDesignated Representative: Name, address andother information) Joish Pepperd, Davis Constiuctors & Engineers, Inc. 740 Bonanza Avenue Anchorage, AK 99518 The Arcbitect's, Designated Representative-, (Name, address and other, Information) Mark Kneedler Arcb1tects Alaska 900 W 5th Avenue, Suite 403 Anchorage AK '995 1 The Owner and tion ManConstruca. I ger agree as follows. 1 GENERAL PROVISIONS 2 CONSTRUCTION TMANAGERIS RESPONSIBILITIES 3 OWNERS RE SPONSIBILITIES 4 COMPENSATION AND PAYMENTS FOR PRECONSTRUCTION PHASE SERVICES 5, COMPENSATION FOR CONSTRUCTION PHASE SERVICES 6 COST OF THE WORK FOR CONSTRUCTION PHASE 7 PAYMENTS FOR CONSTRUCTION PHASE SERVICES 8 INSURANCE AND BONDS 9 DISPUTE RESOLUTION 10 TERMINATION OR SUSPENSION I I MISCELLANEOUS PROVISIONS 12 SCOPE, OF THE AGREEMENT ARTICLE 1, GENERAL., PROVISIONS Contract Documents and Order of Precedence The Contract Documents, in the order of precedence from most governing. to least governing, consist of this Agreement, Supplementary Conditions, General Conditions, Modifications, issued after execution of this Agreement, Technical Specifications, Drawings, Addenda issued prior to the execution ofthis Agreement, other documents listed in this Agreement including the, accepteld Guaranteed Maximum Price, proposal2 all ofwhich fonn the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein, Upon the Owner's acceptance of the Construction Manager's Guaranteed Maximum Price proposal, the Contract Documents will also include the documents described in Section x.2.3 and, identified in the Guaranteed Maximum, Price Amendment and revisions preparedby the Architect and furnishedby the Owner as described in Section 2.2.8. The Contract represents the entire and Mite ated agreement between the parties hereto and supersedes ri gr p pnor negotiations, representations or agreements, either written or oral. If anything, in, the other Contract Documents,, other than a Modification., is, inconsistent with, this Agreement, this Agreement shall govern. This Section 1,1 amends Section 3.5.,2, of the General Conditions. § 11R.elatlionshiip of the Parties The Construction Manager accepts the relationship of trust and confidence established by this Agreement and covenants with the Owner to cooperate with the Architect and exercise the Construction Manager's skill and J ud u gment in furthering the interests of the Owner'; to f, mish effic ent construction administration, management services and supervision; to fumish at all time an adequate supply of workers andmaterials,: and to perform the Work in an expeditious and economical manner consistent with the Owner's interests. The O,�%,ner agrees to furnish 16 1 1 or approve, in a tilnely manner, information, required I by the Construction Manager and to make payments to the Construction Manager in accordance with the requirements of the Contract, Documents., §1.3 General Conditions The General Conditions of the, Contract shall be as set forth in the Borough's General Conditions of the Construction Contract, which document is incorporated herein 'by reference. The term "Contractor" as used ja the General Conditions shall mean, the Construction Manager. ARTICLE 2, CONSTRUCTION MANAGE, R'S RESPONSIBILITIES The Construction 'Manager's Precionstructin Phase responsibilities are set forth in Sections 2.1 and 2.2. The Construct'lon Mana I ger's Construction Phase responsibilities are set, forth in Section 23. The Owner and Construction Manager may agree, in consultation, with the Architect, for the Construction Phase to colmm,ence prior Page 2 of 15 to, completion of the Preconstruction. Phase, in which case,, both ph,asies will. proceed concurrently. The Construction 6 Manager shaesen ll identify a reprtative authorized to act on, behalf of the Construction Manager with respect to the Project. § 2.1 Preconstructlion, Phase § 2.1.1 The Construction Manager shall provide a preliminary evaluation of the Owner's program, schedule and construction budget requirements, each in terms of the other. § 2.1.2 Consultation The Construction Manager shall schedule and conduct meetings with the Architect and Owner to discuss, such �matters, as procedures, progress, coordination, and scheduling of the Work., The Construction Manager shall advise the Owner and the Architect ori proposed site use and 'improvements,, selection ofmat erials, and, building systems mid equipment. The Construct ion Manager shall also provide recommendations consistent with the Project requirements to the Owner and Architect on constructability-1 availability of materials, and labor; time requirements for procurement, installation and construction; and factors related to construction cost, including, but not limited to, costs of altern, ati ve designs or materials,, preliminary budgets, life -cycle data, and possible cost reductions. § 2.1.3 When Project requirements in. Section 3.1 1 have been sufficiently identified, the Construction Manager, shall prepare and periodically update a Project schedule for the Owner's review and, acceptance. The Construction Manager shall obtain the Archit eet's approval for the portion of the Project schedule relating to the performance of the Architect's services. The Project schedule shall coordinate and integrate the Construction manager's services, the Architect's services,, other Owner consultants' services, and the Owner's, responsibilities and identify items, that could affect the Project's, timely completion. The updated Project schedule shall, include the following,: submission of the Guaranteed Maximum Price proposal; components of the Work- times ofcommencement and completion required, of each Subcontractor; ordering and delivery of products, including, those that must be ordered well, ire advance of construction; and the occupancy requirements of the Owner,. § 2.1.4 Phased Construction TheConstruct'I on Mana h ger shall provide: recommendations with regard, to accelerated or fast-track. scheduling,, procurement, or phased constraction. The Construction Manager shall take into consideration cost reductions, cost 0 information, constructability, provisions for temporary facilities and procurement and construction scheduling issues,, § 2.1.5 Preliminary Cost Estimates § 2A.5.1 Based on the preliminary (195%) design and other design �criteria prepared by the Architect,, the Precon'struiction Phase Service Outline dated November .29, 2012, and the F&E, list included, in the 'Supplementary Conditions, the Construction Manager has prepared estimates of the, Cost of the Work or the cost of program requirements using area, volume or similar conceptual estimating techniques for the Owner's review and approval. If the Owner or Construction Manager suggests alternative materials and, systems, the Construction Manager shall p ride cost evaluations, of those altemative materials and systems. When estimates of the Cost of'the Work exceed om, the latest approved Pr Ject budget, the struc Contion Manager shall make recommendations for corrective action. 01 § 2.1.5.2 Not used. §, 2.1.6 Subcontractors and Suppliers The Construction Manager shall develop bidders' interest in the Project. § 2.1.7 The Construction Manager has prepared, for the Owner's review and, acceptance, a, procurement schedule for hero: that must be ordered well in advanceof construction. The Comstruction Manager shall expedite and coordinate the ordering and delivery of materials that must be ordered well in advance of construction. § 2.1.8 Extent of Responsibility The Construction Manager shall exercise reasonable care in preparing schedules and estimates. The Construction Manager, however, does, not warrant or guarantee estimates and schedules except as may be included as part of the Guaranteed Maximum Price. The Construction Manager is not required to ascertain that the Drawing,s, and Specifications are in accordance with applicable laws, statutes, ordina'aces, codes, rules, and regulations, or lawful orders 'public authorities, but the Construction Manager shall, promptly report to the Architect and Owner any nonconformity discovered by or made known to the Construction Manager as a request for information in such form as the Architect may require, § 2.1.9 Notices and Compiie with Laws The Coiistruction Manager shall ly with applicable laws,, s,tatu,tes,, ordinances, codes, rules and regulations, and lawful orders, of public authorities applicable to its perfonnance under this Contract, and with equal employment opportunity programs, and other programs, as, may be required by governmental and quasi-govemmental authonities for inclusion in the, Contract Documents., § 2.2 Guaranteed Maximum. Price Proposal. and Contract Time § 21.1 The Construction Manager hereby provides, a Guaranteed 'Maximum Price proposal, f6r the Owner's review and acceptance. The Guaranteed Maximum Price shallbe the sum of the Construction, Manager's estimate of the Cost of the Work, including contingencies described 'in Section 2.2.4, and the Construction Manager's Fee. § 2.2.2 To 'die extent that the Drawings and Specifications are anticipated to require further development by the Architect, the Construction Manager shall provide 'in, the Guaranteed Maximum Price 'for such further development consistent with, the Contract Documents and reasonably inf6rable therefrom. Such further development. does not include such things as c, I hanges, in scope, systems, kinds andquality of materials, finishes. or equipment, all of which, if required by the Owner, shall be incorporated by Change Order. § 2.2.3 The Construction Manager has included, With the Guaranteed Maximum Price proposal a written statement of its b,iasis,,,, which includes the, following,!, J A list of the Drawings and, Specifications, including. all. Addenda thereto, and the Conditions of the Contract-, .2 A list of the clarifications and wssumptions, made by the Construction 'Manager in the preparation of the Guaranteed Maximurn Price proposal, including assumptions under Section 2.2.2, to supplement the information provided by the Owner and contained in the Drawings and Specifications; A statement of the proposed Guaranteed Maximum Price, including schedule of values, and, the Construction Manager's,Fee- tic' ted date of Substantial Completion Ic -upon wh * h .14 Schedule for proposed Work incluin the an I 1p the proposed Guaranteed Maximum Price is based. The, date of Substantial Completion shall be no later than March 31, 2014. § 2.2.4 In preparing the Con struction'Manager 's Guaranteed Maxi,m, um Price proposal, the Construction, Manager has included its continaency for the Construction Manager's exclusive use to cover those costs considered reimbursable, as the, Cost of the Work but not, included in a,Chan ge Order. § 2.2.5 Not used. § 2.2.6 If the Owner notifies the Construction Manager that the Owner has accepted the Guaranteed Maximum Price proposal in writing, before the date specified in the Guaranteed Maximum Price proposal, the Guaranteled Maximum price proposal shall be deemed effective without further acceptance from the Construction Manager. Following acceptance ofa, Guaranteed, Maximum Price, the Owner, and Construction Manager shall, execute the Guaranteed Maximum Price Amendment amending this Agreement., a copy of which the Owner shall provide to the Architect., The Guaranteed, Maximum Price Amendment shall set fiorth the agreed upon, Guaranteed'Maximum Price with the information and assumptions upon which it is based,,, including any amendments to, the Supplementary ConditiOns or other proposed changes, to the Contract Documents. § 2.2.7 The Construction Manager shall not 'incur any cost to be! reimbursed as part of the Cost ofthe Work prior to the commencement of the Construction Phase, unless the Owner pes pari or written authoinizahon, for such costs. § 2.2.8 If the Guaranteed Maximum Price is accepted, the, Owner shall authorize the Architect to provide the revisions to the Drawings and Specifications to incorporate the agreed-upon assumptions and, clarifications, contained, in the Guaranteed Maximum Price Amendment., The Owner all promptly furnish those revised Drawings and Specifications to the Construction Manager as they are revised. The Construction Manager shall notify the Owner and Architect of any inconsistencies between the Guaranteed Maximum Price Amendment and the revised Drawings and, Specifications. If the Guar anteedMaximum Price is not accepted, the Owner may terminate this Contract for convenience., Page 4 of 15 § 2.2.9 The Construction Manager has included in the Guaranteed Maximum Price all sales, consumer, use and similar to for the Work provided by the Construction Manager that are legally enacted, whether or not yet effective, at the time the Guaranteed Maximum Price, Amendment is executed., § 23 Constructlion Phase § 2.3.1. General § Not, used. § 2.3.1.2 The Construction Phase shallcommence upon the Owner's acceptance of the Construction Manager -J, S, Guaranteed Maximuan m Price proposal. d the Owner"s issuance of a Notice to Proceed. The Owner may issue a limited Notice to Proceed for Preliminary site work not to exceed $550,000, to be agreed upon by the Construction Manager and the Contracting Officer, prior to 'issuing, a Notice to Proceed for the remainder of the Clonstruction Phase. The Construction Manager acknowledges that the Owner will not issue a Notice to Proceed for the remainder of the Constru, ctin Phase unless and, until funding is, secured. § 2.3.2 AdMinistration § 2.3.2.1 Those portions of the Work that the Construction Manager does not customarily perform with the Construction Mana er's own personnel shall be performed under subcontracts or by oth r a 0 9 re ppropriate agreements with the Construction Manager. The Owner may designatespecific persons from, whom, or, entities from which, the Constru, ti n, Manager shall obtain bids. 'The, Construction 'Manager shall obtain'bids fr, orn Subcontractors and from suppliers of materials or equipment fabrlicated especially for the Work and shall, deliver such bids to the Owner. 'The Owner shall then deternune, with the advice of the Construction Manager and the Axchitect, which bids will be ,accepted. The Construct on Manager shall not be required to, contract with anyone to whom the Construction Manager has reasonable objection. § 2.3.2.2 If the Guaranteed Maximum. Price has been established and when a specific 'bidder (1) ire commended to the :Owner by, the Construction Manager., (2) is, qualified to perform that portion of the Work, and (3) has submitted a bid that conforms to the requirements of the Contract Documents without reservations or exceptions, but the Owner requires that another hid be accepted, then the Construction Manager may require that a Change Order be issued to adjust the Contract Time and the Guaranteed Maximum Price by the difference between the bid of the person or entity recommended to the Owner by the Construction Manager and the am, ount and time requirement of the subcontract or other agreement actually signed with the person or entity designated by the Owner. § x.3.2.3 Subcontracts or other agreements shall conform to the applicable payment provisions, of this Agreement, and shall not be awarded on the basis of cost plus a fee without the prior consent of the Owner. If the Sttbcont,ract is awarded on a cost� lus. a fee basis, the, Construction Manager shall provide in the S, ,P ubicontract for the Owner to receive the sameaudit rights with �regard to the SuconOwner btractor as the Oer receives with regard to the Construction Manager in Section 6.11 below. § 23.2.4 If the Construction Manager recommends a specific bidder that may be considered a "related party" ,according to Section 6.1 0, then the Construction Manager shall promptly notify th+ Owner in writing of'such relationship and notify the Owner of the specific nature of the contemplated transaction, according to Section 16,10.2. § 2.12.5, Thin Construction Manager shall schedule and conduct meetings at least lei -monthly unless oth, erwise agreed, to discuss such matters as procedures, progress, coordination, scheduling, and status, of the Work, The Construction Manager shall prepare and promptly distribute Minutes to the Owner and Architect. Such meetings may be held telephonically. § 23.2.6, Upon the execution of the Guaranteed Maximum Price Amendment,, the Construction Manager shall prepare and submit to the Owner and Architect a constructi(yri schedule for the'Work and submittal schedule., [This supersedes Section 6.6.1 and 61.6.2 of the General Conditions with regard, to the date of submission,.] § 2.3.2.17'The Construction, Manager shall record the progress of theProl*ec,t,. On a twicie-monthly basis,, or otherwise j as, agreed to by the Owner, the Construction Manager shall submit written progress reports to the Owner and Architect, showing percentages of completion and other information required by the Owner. The Construction Manager shall, also keep, and make available to the Owner and Arehit ect, a daily log containin 9 a record for each day of weather, portions off" the Work in progress, number of workers on site categorized by trade and, employer, Page 5 of 15 identification of equipment in use and on site, problems that might affect progress of the work, accidents, injuries, and other information required by the: Owner. § 2.3.2.8 The Construction Manager, shall develop a system of cost control for the Work, including regular in 't rig of actual costs for activities in progress and estimates for uncompleted tasks and pro osed changes. The ont p, Construction Manager shall, identify variances between actual and estimated, costs and report the variances to the Owner and Architect and shall provide this, infon nation in monthly reports to the Owner and Architect, in accordance ith Section 2.3.2.7 above. § 23.2.9 The Construction Manager, shall inform the Owner when the work will be ready for required special inspections with sufficient notice to accommodate travelling inspectors. The Construction Mana, er shall antic' ate 9 1p and coordinate special inspections in a, manner that minimizes undue cost to the Owner due to poor planning. The Construction Manager should, carry the, responsibility of additional special inspector costs required when the Work fails to meet standards required by code: w, id design documents. § 2.4 Professional Services The Construction Manager shall. not 'be required, to provide professional services that constitute the practice of architecture or engineering unless such services, are specifically required by the Contract Documents for a portion of' the Work or unless the Construction Manager needs to provide such services in order to, carry out the Construction Manager's resportsibilities for construction means, methods, techniques, sequences and procedures. The Construction Manager shall not 'be required to provide professional services in violation of applicable law. If professional, design services or certifications by a design, professional related to systems,, materials or equipment are specifically required of the Construction Manager by the Contract Documents, the Owner will specify all performance and design criteria that such services must satisfy. The Construction Manager shall cause such services or clerti, cations to be provided by a properly licensed design, professional, whose signature and seal shall appear on all drawings,, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such, professional. Shop Drawings and other siubmittals, related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's, written approval when. submitted to the Owner., The Owner shall be entitled to rely upon. the adequacy, accuracy and completeness of the services, certifications and approvals perfon,ned or provided by such design prof6ssi.onals. 'The Construction Manager shall not be responsible for the adequacy of the performance and design criteria specified in the Contract Documents. § 2.5 Not used. § 3.1 Information and Services Requilred of the Owner § 3. 1 .1 The Owner shall provide, information with reasonable promptness, regarding requirements for and limitations on theProject, including a written program which shall set forth the Owner's objectives, constraintsan , d efiteria, iincluding schedule, space requrements and relationships, flexibility and expandability, special equipment, systems sustainability and site requirements. § 3.1.2 Prior to, the beginning Construction Phase Work following a Notice to Proceed, the Construction Manager may request in writing that the Owner provide reasonable evidence that the Owner has made financial arrangements to, fulfill the Owner's obligations under the Contract. Thereafter, the :or Manager may only request such evidence if (1) the Owner fails to make payments to the Construction Manager as the Contract Documents require, (2) a changein the Work materially changes the Contract Sum, or 1(3) the Construction Manager Identifies in writing a, reasionabl,e concern regarding the Owner's ability to make payment when due. The Owner shall famish such evidence as a condition precederitto commencement or continuation of the Work or the portion of the Work. affected vi by a material change. After the Owner �famishes the evidenct, the Owner shall not materially vary such financial arrangements without prior notice, to the Construction Manager and Architect'. 6 § 3.1.3 The Owner shall establish and per, Jodically update the Owner's budget for the Prqject, including (1) the budget for the Cost of the Work as defined in Section 6.1.1, (2) the Owner's other costs, and (3) reasonable 4' contingencies related to all of these costs. If the Owner significantly increases, or decreases the Owiier's budget for re"I the Cost of the Work, the Owner shall notify the Construction, Manager. the Owner, in consultation, with. the Construction Manager, shall thereafter agree to a corresponding change it t; Project's scope and quality. § 3.1.4 Strtour and Environmental Tests, Surveys and Reports. During the Preconstraction Phase, the Owner shall furnish, the following information or, services with reasonable promptness,. The Owner shall also ffirnishany other infonnation or services under the Owner's control, and relevant to the Construction Manager's, performance of the 'Work, with reasonable promptness, after receiving the Construction Manager's written request for such infomation or ser\qccs . Except to the extent, Construction Manager knows or should knowof � ossib�le inaccuracy, ,P I I the Construction Manager shall be entitled to rely on the accuracy of information and services furnished by the Owner but shall, exercise proper precautions relating to the safe performance of the 'Work. § 3.1.4.1 T1 Owner shall fumish tests, inspections, and reports required by law and, as otherwise agreed to by the parties, such as structural, mechanical, and chemical tests, tests for air and, water, pollution, and tests for hazardous materials. § 3.1.4.2 The Owner shall fianiish surveys describing physical characteristics, legal limitations and, utility locations, for the site of the Project, and, a legal description of the site. The surve, s and legal information shall incl�ude as i i y applicable, grades and lines, of streets,,, alleys, pavements and, adjoining property and structures; designated wetlands; adjacent drainage, rigbts-of-way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and conto,urs, of the site; locations, dimensions and necessary data with respect to existing, buildings, other improvements and trees; and information concerning available utility services an d lines, both public and private, above and below grade, including inverts and depths. All, the information on, the survey shall, he referenced to a Projectbenchmark. § 3.1.43 The Owner has obtained services of geotechnical engineers. All written reports and appropriate recommendations, shall lie made available to the Construction Manager., § 3.1.4.4 During the Construction Phase, the Owner shallfibmish, information or rvices required of the Owner by the Contract Documents with reasonable promptness,, The Owner, shall also furnish any other infonnation or services, under the Owner's control and relevant to the Construction, Manager's performance of the Work with reasonable promptness, after receiving the Construction, Manager's written request for such information or services,,. § 3.2 Owner"s Designated Representative The Owner shall identify a representative authorized to act on'behalf of the Owner with respect to the Project., The Owner's representative shall render, decisions promptly and furnish information expeditiously, so as, to avoid unreasonable delay In the services or Work of the Construction Manager. The term "Owner" means the Owner or the Owner's authorized representative, § 3.2.1 Not used. § 33 Architect The Owner shall, retain an Architect to provide architectural and engineering services, duties and respy onsibilittes. The Architect shall be Architects Alaska, Inc. ARTICLE 4 COMPENSATIONAND PAYMENTS FOR PRECONSTRUCTION PHASE SERVICES Compensation § 4.1.1 For the Construction, Manager's Preconstruct Ion Phase services, the Owner shall compensate ffie Construction Manager, as fbllows,: § 4-1.2 For the Construction Manager's Preconstruction Phase services described in Sectical 2.1 and 2.2: (Insert amount of, or basisfor, compensation and include a list ofreimbursable cost items, as, applicable.) Lump sum of Forty Thousand Dollars ($40,000.00) § 4.13 Not used. § 4AA Compensation'baced on Direct Personnel Expense includes the direct salaries of the Construction Manager's persormel providing reconstruction Phase services, on the Project and the Constructlon, Manager"s costs for the mandatory and customary contributions and benefits related thereto, such as employment taxes and, other statutory employee benefits, insurance, sick leave, holidays, vacations, employee retirement plans and, similar contributions., Page 7 of 15 § 4.2 Payments § 4.2.1 Unless, otherwise agreed, payments for services shall be made moat hly in proportion to services performed. § 4.2.,2 Payments are due and payable within 30 days after Owner's approval of Construction Manager's invoice, documentingservices perfumed during that period. (Insert rate ofinonthly or annual interest agreed upon) Annual rates, as published monthly by, the Wall, Street Journal prime rate plus ARTICLE 5 COMPENSATION FOR CNS AS SERVICES § 5.1 For the Construction Manager's per r, mance of the'Work as descri"bed in Section -2.3 , the Owner shall pay the Construction Manager the Contract Sum, in current funds. The Contract Sum is, the Cost of the Work as defined in Section 6. 1.1 plus the Construction Manager's Fee. § 5.1.1 The Construction Manager's Fee: (State a lump sum, percentage of Cost of the Work or of provisiterm ining, the Construction Manager's Fee.) $61853510.00 [NOTE: Included 'in Guaranteed Maximum Price, and ,approved. by Kodiak IslandBlorou, gh Assembly.], § 5.1.2 The method ofadjustment of the Construction Manager's Fee for changes in the Work shall be as described in the General Conditions, and will, not .ceed: Self Performed Change Order: 15 % of direct costs. Subcontract Change Order: 8% of subcontractor's direct cost. § 53.3 Limitations, if any, on a Subcontractor's overhead and profit for increases in the cost of its portion of the Work: 15%, of direct costs. § 5.1.,4 Not used. § 5.1.5 Not used. 1§ 5.2 Guaranteed Maxi'murn Price § 5.2.1 The, Construction Manager guarantees that the Contract Sum shall not exceed the Guaranteed Maximum Price set forth in the Guaranteed Maximum Price Amendment, as it is amended from, time to time. To the extent the Cost of the Work exceeds the Guaranteed Maximum Price, the Constiwtiori -Manager Shall bear such costs in excess of` the Guaranteed Maximum Price without reimbursement or additional compensation from the Owner. (Insert specific provisions ifthe Construction Manager 1.'Y to participate in any savings) § 5.2.2 The Guaranteed Maximum Price is subject to additions and deductions, by Change Order as provided in the Contract Documents, and, the Date of Substantial Completion shall be subjeet to adjustment as provided in the Contract Documents. § 5.3 Chani ges n the Work. Adjustments or changes to the scope of Work may only be made as provided in the General Conditions. § 53.1, Not used. § 53.2 Not used. § 5.3.3 Not used* Page 8, of'l 5 § 5.3-4 Not used. § 53-5'Not used, ARTICLE 6 COST OF THE WORK FOR CONSTRUCTION PHASE § 6.1 Costs to'Be'Reimburled § 6.1.1 The Senn Cost of the Work shall mea,11 costs necessarily incurred and paid, by the Construction Manager in the proper perfonnance of the Work. Such costs shallbe at rates not higher than the standard paid at the place of the Project except with prior consent of the Owner. The Cost of the Work shall include only the items set forth in, Sections 6.1, through 6.7. Cost of'Work shall be as set forth, in Section 10-4 of the General Conditions except as otherwise provided in this Agreement, § 6.1.2 Where any cost is subject tothe Owner's prior approval, the Construction Manager shall obtain this approval prior to incurring the cost. The parties shall endeavor to identify any such costs prior to, executing Guaranteed Maximum Price Ainendment. § 6.2.1, Wages, of construction workers directly employed, by the Construction Manager to perform the construction of the Work at the site or, With the Owner's prior approval, at off-site, workshops. § 6.2.2 Wages or salaries of the Construction Manager's superviso,rY and administrative personnel when, stationed either a the site or at the Construction Man,ager's principal office, each with the Owner's prior a roval. I 't pp § 6.2.3 Wages and salaries of' the Construction Manager's supervisory or administrative personnel :t factories, workshops or on the road, in expediting, the production or transportation of materials or equipment required for the Work, but only for that'Portion of their time required, for the Work. § 6.2.4 Costs, paid or 'Incurred, by the Constru, ction Manager for taxes, insurance, contributions, assessments and benefits required by law or collective bargaining agreements and, for personnel not covered by such agreements, customary benefits such as sick, leave, medical andhealthbenefits, holidays, vacations and pensions, provided such costs are based on wages and salaries included in the Cost of the Work under Sections 6.,2.1 through 6.23. § 6.2.5 Not used. § 16.3 Subcontract Costs Payments made by the Construction Manager to, Subcontractors in accordance with the requirements of the subcontracts. § 6.4 Costs aterials and Equipment Incorporatedin the Completed Construction § 6.4.1 Costs, 'Including transportation and storage, of materials and equipment incorporated or to be incorporated in, the completed construction. § 6-4.2 Costs of matenials, described in the preceding Section 6.4. 1 in excess of those actually installed to allow for reasonable waste and spoilage.Unused excess matenials, if any, shall, become the Owner" s property at the 4 completion of the Work, or, at the Ownier's option;, hall be sold by the Construction Manager. Any amounts realized from such sales shall be credited to the Owner as a deduction from the Cost of the Work. § 6.5 Costs of Other Mate rialsand Equipment, Temporary Facilities and Related, Items 0 1 § 6.5.1 Costs oftransportation, storage, mstallation, inaintenance, dismantling and removal of materials, supplies, t�e,orary facilities, machinery, equipment and, hand tools not customarily owned by constructiI on workers that are: yup p ided by the Construction Manager at the site and fully consumed, in the performance of the Work. Costs of rovi. als,sup materi 'I ,supplies, temporaryfacilities, machinery, equipment and tools that are not :illy consumed, shall be based on the, cost or value of the item at the time it is, first used on the Project site less the value of the iter, . when it is no longer used at the Project site. Costs for items not fully consumed by the Construction Manager shall mean fair market value. Page 19 of I S § 6.5.2 Rental charges for temporary facilities, machinery, equipment and hand tools not customarily owned by construction workers that are provided 'by the Construction, Manager at the site and costs of transportation, installation, minor repairs, dismantling and removal. The total rental cost of any Construction Manager -owned item may not exceed the purchase price of any comparable item. Rates of Construction Managier-owned equipment and quantities of equipment shall be subject to the Owner's, prior approval. § 6.53 Costs of removal of debris, from the site of the Work and its proper and, legal, disposal. § 6.5.4 Costs oar document reproductions, fAcsimile transmissions and, long-distance telephone calls, postage and parcel delivery charges, telephone service at the site and reasonable petty cash expenses of the, site officie. § 6-5.5 That portion of the reasonable expenses of the Construction Manager's personnel incurred while traveling in discharge of duties connected, with the Work. § 6.5.6 Costs of materials and equipment suitably stored off the site at a mutually acceptable location, subject to the Owner's prior approval. § 6.6.1 Premiums for that portion of insurance and bonds required by the Contract Documents that can be directly attributed to Us Contract. Self-ffisurance for either full or, partial amounts of the coverages required, by the Contract Documents, with the Owner's prior approval, § 6.6.2 Sales, use or similar taxes imposed by a governmental authority that are related to the Work and for which the Construction Manager is liable. § 6.613 Fees and assessments for th,e building permit and, for other permits, licenses and iffiSpections for which the Construction Manager is required by the Contract, Documents to pay. The Owner will directly pay for special inspections provided that the Construction Manager shall, infonn the Owner when the work will be ready f6r required, special inspections. with sufficient notice to accommodate travelling, inspectors. The Construction Manager shall anticipate and coordinate special inspections in a manner that minimizes undue cost, to, the Owner due to poor planning. The Construction Manager shall pay for additional special inspector costs required when theWore fails to meet standards required by code and design documents. § 6.6.4 Fees, of laboratories for tests required by the Contract Documents,,, except those, related to defective or i i i nonconforming Work for which reimbursement is excluded by provisions of the Contract Documents, and which, do: not fall within the scope of Section, 16,73. § 6.6.5 Royalties and license fees, - aid for the use of a particular design,, process or product required by the Contract p I Documents. § 6.6.6 Costs for electronic equipment and software,, directly, related, to the Work with the Owmer's prior approval. § 16.6.7 Deposits 'lost for causes other than the Construction Manager's negligence or failure to fulfill a specific responsibility in the Contract, Documents. § 6.6.8 Not used. § 6.6.,9 Subject to the Owner's prior approval, expenses incurred in accordance with the Construction Manager"s standard written personnel policy for relocation and temporary living allowances ofthe Construction Manager's personnel required fbr the Work. § 6.7 Other Costs and Emergencies § 6.7.1 Other cost's it caffed in the perf6rmance! of the Work if, and to the extent, approved in, advance in writing by the Owner. § 6.7.2 Costs incurred ft"I taking action to prevent threatened damage, h1jury or loss in case of an emergency affecting the safety of persons and property. Page 10 § 6. 7.3 Costs of repairing or correcting damaged or nonconforming Work executed by the Construction Manager, Subcontractors or suppliers, provided that such damiaged or nonconforming Work was not caused 'by negligence or it it to fulfill, a speciflic responsibility of the Construction Manager and only to the extent that the cost of repair or correction is not recovered by the Construction Manager from insurance, sureties, Subcontractors, Suppliers, or others. § 6.7.4 The costs described in Sections 6.1 through 63 shall be included in the Cost of the Work, unless such costs, are excluded by the provisions of Section 16.8. § 6.8 Costs Not To ]Be Rel"Imbursied 0 § 6.8.1 The Cost of the Work shall not include the items, fisted below: .1 Salaries and, other compensation of the Constraictin , Manager's personnel stationed at the Construction Manager's principal office or offices other than the site office, "cept as, specifically approved by the Owner or as provided in, Section 6.2,- I Expenses of the Construction Manager's principal office and offices other 'than the site office; 03 Overhead, and general expenses, except as may, be exressly included in Sections 16.1 t . o 67; p 1 1 4 The Construction Manager's capital expenses, including interest on the Construction, Manager's capital employed for the Word,; .5 Except as provided in Section 6.73 of this Agreement, costs due to the negligence or failure of the Construction Manager, Subcontractors and, suppliers or anyone directly or indirectly employed bly any of the or for whose acts, any of them may be fiable to fulfill a spelcific responsibility of the Contract, ,6 Any cost not specifically and expressly described, in Sections 6.1 to, 6.7; .17 Costs, other than costs included in Change Orders approved by the Owner, that would cause the Guaranteed Maximum Price to, be exceeded, - .8, Costs for services incurred during the 'recons tructlon Phase:, .9 Cost for required special inspections by out- of -arca inspectors, and .10 Costs for *insurance not specifically required by the Contract Docurnents and, not already in place on the Effective Date of this Agreement. § 6.9 Discounts, Rebates and Refunds § 6.9.1 Cash discounts obtained on payments made by the Construction Manager shall, be allocated as described in Section 10.4.2 of the General Conditions and the Construction Manager shall make good faith efforts to obtain cash discounts. Trade discountsl rebates, refunds, and amounts received, from sales of surplus materials and, equipment shall accrue to the Owner, and the, Construction Manager shallmake provisions, so that they can be obtained. § 6.9.2 Amounts that accrue to the Owner inaccordance with, the provisions of Slection 16.9.1 shall be credited to, the Owner as a deduction, from the Cost of the Work, § 6.10 Related Party Transactions § 6.10.1 For purposes of Section 6. 110, the term "'related party" shall mean a parent, subsidiary, affiliate or other entity having conunon owners,, hip or management with the Construction Manager;, any entity in which any stockholder in, or management employee of, the Construction Manager oN%Ms any interest in excess of ten percent, in, 4, the aggregate; or any person or entity which has the right to control the business or affairs of the Construction Manager. The to "related, party" includes any, member of the immediate family of any person lidentified above. .§ 6.10.2, If any of the costs to 'be reimbursed arise from a transaction between the Construction Manager and a related party, the Construction. Manager shall notify the Owner of the specific nature of the contemplated transaction, including the identity of the related party and the anticipated cost to be 'incurred, before any such transaction is consummated or cost incurred. If the Owner, after such notification, authorizes, the proposed transaction, then the cost incurred shall be included as a cost to be reimbursed, and the Construction Manager shall procure the Work, equipment, goods or service from the related party, as a Subcontractor, according to the terms of Sections 23.2.1, 2.3.2.2 and 2.3.2,.3. If the Owner fails to authorize the transaction, the Construction Manager shall procure the Work, equipment, goods or service from some person or entity other than a related party according to the terms of Sections 2.3.2.1,23.2.2 and 2.3,.2.3., § 6.11 Accounting Records The Construction Manager shall keep full and detailed records and accounts related to the cost of the Work and exercise such controls as may be necessary for proper financial management under this Contract and to substantiate all costs incurred., The accounting and control systems shall be satisfactory to the Owner. The Owner and the Owner" s, auditors shal.1, during regular business hours and upon reasonable notice, be afforded access to, and shall be permitted, to audit and copy, the Construction Manager's records :and accounts, including complete documentation supporting accounting entries, books, correspondence, instructions, drawings, recelpts, subcontracts, Subcontractor' proposals,, purchase orders, vouchers, memoranda and, other data relating to this Contract. The Construction Manager shall, preserve these records for a period of three years after final payment, OTfor such longer, period as may be: required by law. ARTICLE 7 PAYMENTS FOR CONSTRUCTIONPHASE SERVICES § 7.1 Progress Payments § 7.1.1 Based upon Applications for Payment submitted to the Ownerby the Construction, Manager, the Owner shall make progress, payments on account ofthe Contract'hum, to the Construction Manager as provided in the Contract Documents. MENKE= I'S 's wMaj0=1 § 7.1.4 With each Application for Payment, the Construction Manager sh,all submit a detailed accounting report that reflects all costs incurred by the Construction Manager and included in that Application for Payment.. In accordance with, paragraph 6.11 Accounting Record's shall be made available fr audit by the Owner. §7.13 Each Application for Payment shall be based on the most recent schedule of values, submitted by the Construction Manager in accordance with the Contract Documents. The schedule of values shall allocate the entire Guaranteed maximum Price among the various portions ofthe Work, except that the Construction Manager's Fee shall be! shown, as a single separate item, The schedule of values, shall, be prepared in such form and supported by such data to substantiate its accuracy as the Owner a require,. This schedule, unless objected to by the Owner, shall lie used, as a basis for reviewing the Construction Manager's Applications for Payment. § 7.16 Applications for Payment shall show the percentage of completion of each portion of the Work, as l` the end of the period covered by the Application for Payment. The percentage of completion shall be the lesser of (I) the percentage f"' true Work which has actually been completed, or (2) the percentage obtained by dividing, (a) the expense that has, actually been incurred by the Construction Manager on account of the Work for which the Construction Manager has made or intends to make actual paym, ent prior to the next Application for Payment by (b) the share of the Guaranteed Maximum Price, allocated, to the Work in the schedule of values. § 7.1.7 Subject to other provisions of the Contract Documents, the amount of each, progress payment shall be computed as, follows: .1 Take that portion of the Guaranteed Maximum Price properly allocable to completed Work as, determined'by multi plyffig the percentage of completion, of each portion of the Work by the sbare of the Guaranteed, Maximum Price allocated to that portion of the Work, 'in the schedule of values. Pending final determination of cost to, the Owner of changes in the Work, amounts not in dispute shall be included as provided in, Section 13 of the General Conditions; .2 Add that portion of'tbe Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work, or if approved in advance, by the Owner, suitably stored off the site at a location agreed upon in writing, .3 Add, the Construction Manager's Fee, less retainage of Zero percent (0,00%). The Construction Manager's Fee shall be computed upon the, Cost of the Work at the, rate stated in Section 5.1 or, if the Construction Manager's Fee is stated as a fixed sum in that Section., shall be an amount that bears the same ratio to, that fixed -sum. fee as the Cost of the Work bears to a reasonable estimate of the probable Cost of the Work upon its completion,; .4 Not :s d .5 Subtract the aggregate of previous payments made by the Owner; Page 12 of 1, 5 § 9.2 Not used., §93 Not used. ARTICLE 10 TERMINATION OR SUSPENSION § 10.1'Termination Prior, to Notice to Proceed for Construction Phase § 10.1.1 Prior to the execution of a Notice to Proceed, the Owner may terminate this, Agreement for the Owner"s convenience and without cause, in accordance with the General Conditions. § 10.1.2 In the event of termination ofthis Agreement pursuant to Section 10. 1.1, the Construction Manager shall be eq"t ly compensated for Preconstruction Phase services and any site work performed according to a limited ui ab Notice to Proceed prior to receipt of a notice of termination. In no event shall the Construction Manager's compensation under this Section exceed $590,000. § 10.1.3 Not used. § 110.2 Termination Subsequent to Notice to Proceed Following issuance of the Notice to, Proceed, the Contract may be terminated as provided in the Contract Doicuments. § 10-2.1 If the Owner terminates the Contract after issuance of the Notice to Proceed, the amount payable to the Construction Manager, shaft not exceed the amount the Construction Manager would otherwise have received pursuant, to Sections, 10.1.2 and an amount calculated in accordance with the General Conditions for Work performed in the Construction Phase. §1 10.2.2 Not used., § 10.3 Not used. ARTICLE 11 MISCELLANEOUS PROVISIONS § 11 .1, Tenns in th is Agreement shall have the same meaning as those *in the Contract Documents. §11.2 Not used. § 11 1.3 Governing Law 'The laws of the State of Alaska and ordinances of the Kodiak Island Borough shall apply, to both, the PreconstructiOn and Construction Phases., § 11.4 Assignment The, Owner and Construction Manager,, respectively, bind themselves, their aents g successors,,, assigns and legal representatives to this Agreement. Neither, the Owner nor the Construction, Manager shall assign this Agreement without the written consent of the other. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responil e for all obligations under the Contract. ARTICLE 12 SCOPE OF THE, AGREEMENT § 121 This Agreement represents the entire and iritegrated, agreement between the Owner and the Construction Manager and supersedes all prior negotiations, representation s or agreements, either written or oral. This Agreement may be amended only by written instruinctitsigned byboth, Owner and Construction, Manager. § 12.2 The followingdocuments comprise the Agreement, and are listed In. order of precedence: .1 AIA Document A133-2009, as amended, Standard, Form of A,greement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fie with a Guaranteed Maximum'Price, .2 Supplementary Conditions; .3 KodiakIsland. Borough General Conditions of the Construction Contract; Ar Not used, - .5 Other documents: (List other documents, if any, formingpart of the Agreement) o6 PrelmininaryDesign Report, and Drawings dated November 19, 2012, by Architects Alaska, and such other information that is provided by Architects Alaska, subsequew to November '19,2012, .7 Geotecbnlca'l Report dated, Jae 29, 2012,'by Enterprise E, ngineering, Inc. This Agrecmeninto as of the day and year first wriftn above. MURWIM"."P. In Charles E. Cassidy, Jr., MMIIIM�� Snowk DWISION 01 GrENIERAL CONDITIONS 658.212 235,526 227,428 155,905 636,448 11913,519 I DIVIMN 02 WE IMPROVEMENTS 117,8116 -0 160,66 2,3w,151 2,776 11100 2,640,503 DMSJON 03 CONCRETE 120,256 286,445 2,065 - DIVISION 05SWEL Slow- 261"Q - 4,795 38,473 DIVISION 06 WOOD & PLASTICS 513.777 551.947 34,650 79,750 1,190,424 DIVISION 07 TH EWAL & M CHSTURE P ROTE CMON 189A78 190,223 80,640 469,341 DIVISION 08 DOORS & WINDOWS 76,140 270,779 28,880 375,799 DIVISION 09 FINISHES 337,810 227,6" 585,115 - 13.20 -0 7,703 1,171,480 DIVISION 10 SPECIAL CND OILS 32,712 64,772 - - DIVISION 11 E 81039 57,035 284,537 - 350,511 DIVISION 12 FURNISHINGS 88,410 181,77S - 1,461,010 1,701,195 DIVISION 16 MECHANICAL 6,279 3,557 7m!53,765 2,163,601 DIVISION 16 ELECTFUCAL 51233Z37-2 1,950,0flo 1,957,1804 ADD ALT #1 PARKING LOT AILLOWANCE - 105s821 105,821 ConsftctJon Contingency. SUBTOTAL Managor I General Contractor Fee Z141,757 2259.725 7,895,402 206,531 2,102,580 14,605,996 fIi 4.19% 618.3510 ----- �OTAL G`MP PROPOSAL UPDATE lfh3741,346 2013-01.23 KISLTC final GMP.xlsx 16 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 218 of 476 davis constructors di & engineers, Lne, Rodia,k islandl Borough :Kodiak Long Term Care Facility Kodiak, Alaska FiriatGuiaraniteed Maximum Price Proposal - Update rep aDavis Constructors & Engineers red By,,, For - Kodiak Island Borough Engineerng and Facilities, Department Proposal Dated,-. January 23, 2013 1. Guaranteed Maximum Price Summary ,2., Docurnients By Reference 3. Changes, from Schematic, Design to; Permit Design 4. Clarification and Assumptions of Work /Inclusion/ Exclusions / Allowances 5. Proposed Guaranteed Maximum Price 6. Proposed Schedule '7. Owner Acceptance Date Assembly Regular Meeflng Packet February 7, 2013 Page 239 of 476 . ......... . illill 1111 1 plill 1119 illi��illi��iiij 1 1 1411 MM M Permit Set Design Documents — Dated December 1101 2012 M Enterprise Engineering Subsurface Investigation Report — Dald June 29, 2012 a A richit is Al aska P re I im ina ry Design Report — of J u ne 25, 20112 IN Preliminary Specifileations I— Dated IDecernber 10, 2012 No Addendum, Provided at Time of Guaranteed Maximum Price Draft Wic Contract — Dated Diecember 18, 2012 Page 2 Assembly Regular Meeting Packet February 7, 20131 Page 240 of 476 A dk is all, Electrical Deletn of the communications 'and'emergency power duict-ba,nk back to existing, hospital - Addition of exterior generator system - Typical room; filghting layout changed slightly Fixture Schedule miodified' - Overall lighfing plan further developed and shown - Overall power pl further developed and shown - Overall special systems (Fre, Nurse Call, Access Control) further developed and shown, - Nurse Call system detailed further - Addition of CCTV system Kitchen areas detailed further ! I Mechanical area diet afled further Power I -line modified and increased sub -panel quantity lip 1111;�� Work shall include all labor, materials, equipment, and services necessary to perform all tasks and to complete the work as, outlined'in the referenced contract documeits. This estimate has been prepared from less than 100% diesign documents. As such it contains clertain assumptions, inclusions and allowances as �neces,sary, They are as follows-, Thi's Proposal assumes if reasonable to price escalations throuqh summer 2013. It does not iniclucle escalations due 'to abnormal market conditions or price inflation exceeding 5% per year (Base Year = 20rI 3) In order to meet target completion dates, this proposal assumes a Notil e of Award and LimIited NTIP no later than February 115, 21012 Page 4 Assembly Regular Meeting Packet February 7, 2013 Page 242 of 476 Please reference Guaranteed Maximum Price Co�S-tr Estimate for General' Condition i "tems and personnel specifically included in this, proposal., Other Inclusions: Performance and Payment Bonds - Genera,l Liability Insurance - Contractor Fee Necessary General Conditions to support all trades Utility Extension Allowances, Blocking & Backing for all Trades Window Coverings Site Amenities Providence supplied Furniture, Furnishing land Equipment (allowance) Other Exclusions ll der's Risk Insurance - E -builders li�cense - Desi n Fees ,/1-- ' 9 ., N. Eng ins eismic Design Special Inspections and Testing Permits ,Sit- F'ncin9"*'Ni rite e 1 "'R66k BIast1hg 3rd 'Darty Quality Control Program I-laziardous Ma,Wnial Removal Generator Fuel -global besign Standards, Bid Clarifications and Assumptions: Due to lack of Document completeness numerous assumptions have been rnadle to develop the Guaranteed Maximum Price Proposal. The ma i in assumption is that structural design,, finishes, components and systems will remain similar to those inistalledi at the existing Providence Alaska Cottages, Project, located al) Compassion Circle, Anchorage, AK The items listed below were utilized ti; determine Guaranteed Maximum Price Pricing based on the Providence Alaska, Cottages Design: Steel Extents, and Details - Framing and Truss Details, - Interior 'Trim and Finish Carpent - Lap and Board and Batten, Sidind - Door Frarne, Wood Door and Hardware Requirements Interior Glazing Extents t Interior Finish Selectio TolletAccessory, Requirements Commercial Kitchen Extents Residential Appliances Selections Casework Extents, Window Coverings Mechanical Design Sprinkler Desig�n Electrical Design Page 5 Assembly Regular Meeting Packet February 7, 2013 Page, 243 of 476 ,davi,s con-str. uctors & engineers lite. !Flo III] Assembly Regular Meeting Pocket February T, 2013 Page 245 of 476 Final GMP - Update Allowances (included in the Guaranteed Maximum Price),-, Permanent Utility Extensions $ 371500 gn $ 10,000, Monument Si Interior Glazing $ 17,920 Commercial Kitchen $ 2891197 Providence FIFE Package, and Management $1 1 v451 1010 ExpandedParking Lot Option $ 105$812,1 Unit Pricing (In the Guaranteed Maximum Price). - None Please reference SectIon I for the proposed Guaranteed Maximum Price,, including schedulle of' values, and the Consitruction Manager's fee. 21 Please reference Sectillon 2 for the proposed schedule, iincludiring schedule of values and the ISM Manageli s fee., 4 Z I 111!� i I I The owner must accept or reject the proposed Guaranteed Maximum Price by February 15, 2013. Upon notification ofacceptancle of' the Guaranteed Maximum Price in writing before, the speed date the Guaranteed Ma urn Price shall be deeni effective. Page 6 Assembly Regular Mleefing Packet February 17, 2013 Paige 244 of'476 PFoi Ject name KIBLTC Final GMP Update midid- bb' tl n t IS Kodiak AK Estimator LA]3/JMP davIs Labor rate table 2013 Southern 6--10s construe w-rs- Equipment rate table Mass X Equip 0 & engimers iuc. Job size 21,560 sqft Bid date 112412013 Surety Bond Notes Final GMP updated Wth Permit Draming Set, developed with the fbIl informatiow ON - Architects Alaska Permit Dram'ng Set - dated 12.10.2012, Civil 95% Progress Set - dated 12.21.2012 - Initial GMP Review Meeting with KIB ® date 9.10-2012, Revised GMP Discussion, - date 1-08.2013 - Preliminary subcontractor pricing Sitework - Brechen Concrete -1 Belarde Lumber Package _ SBS Roofing - Rainproof Tape & Paint - Arthun Mechanical - SP&H Sprinkler - GMW Electiical - AJcan - Updated subcontractor pricing Sitework - Mass X Lumber Package - SBS Mechanical - SP&H Ellectn'cal - Alcan - Includes FFE package by Providence - dated 1.9-2013 z midid- bb' tl n t IS 4 'Y411", I U DIVISION 01 GENERAL CONDITIONS 01- 1010 Bonds Surety Bond ]surn 5 10S.546 108,546 011-1012 General Liability General Liability Insurance 1.00 1 60,742 60,742 01-1015 Suflders Risk Insurance Builders Risk Insurance - ]sum: - - 01-1-016 S 0 -al insurance . pe - - Equipment Rental Insurance 1.00 11surn 3,200 3,200 Workers Comp Endorsement 1.00 Isum 12,500 12.500 01m 1020 Per-mits Building PermitOwner - Isum - - 01-1021 Bid Expense Bid Expense 1.00 Isum 4,500 4,500 01- 11023 Mail & Speed Packs Mail Speed Packs 11.00 mnth 2,750 2,750 01-1024 Fuel/Maintenance WW"aintenanc 4�0G,--- moth-u-som-was ,r "l 7ff M, 7T7 01- 1040 Project Manager 2013.01.23 KIBLTC Final GMP.xlsx I Of 16 Assembly Regular Meeting Packet February 7, 2013 Page 246 of 476 41 ..0 .. 3 KIBLTC Final GMP.xlsx o f 16 Assembly Regular Meeting Packet February 7, 2013 Page 247 of 476 PmOnV Pi 70 d Project Manager vmk - 1041 Project Engineer \.... \ a -a ., ,., \.. ...,\�. \ 10 ... 000 . veek4 Supe n 0 2 Supedritendent 56.00 week 243,5 _ - 243„536 01-1043 Project Secretary Admin Project Secretary / Admin 49,E week 2 �236 21,236 01-1046 PayrollClerk Payrdl Cly 58.00 week 6,948 _ 6,948 01- 0510 surveying Project Survey 4.00 acre - 34,GOO 34,000 01- 1055 Layout Building 1.00 each 13,468 - 13,468 0-41- 1150 Engineening Structural rgr n uppqrt 1.00Isar - 01-1200 Tvel & Subsistence Travel 100.00 each _ 45,000 45,000 Hotel 55.00 day g E 5.500 5,500 Meals 100.00 randy 3,000 3,000 Subsistence - Room and Board 2,575.00 randy 128#750 128,TSO Automobile Rental 55.00 day _ _ - 4,125 4.125 01-1280 Safety Safety Meetings 1100 mirth 6,958 6,958 First Aid Equip & Safety Supplies 11.00 ninth 5,500 _ 5,500 Drug Testing 50.00 each - e _ 2,500 2,500 1330 Traffic Control Temporary Signage 2.00 each 9 Io200 ,994 T B -®f 10.00 each 331 500 831 01- 1335 Security Security Control 5.00 ninth - - 25,040 25,000 01- 1350 SWWP SWW - Plan 1-00 (sum - 5,440 _ 5,000 SWWP - BMP Measures 35-00 each 5,453 35,ODO- 40,453 0,11-1410 QuaRY Control (Duality Control Systems Manager i week _ _ - Quality Control Systems -week - 01-1420 Testing 4-11-2t 01-1460 Communications E -Sulkier Licenses - b - math r - w - 01-1470 Phone 1 Data Long Distance Charges 11.00 m th _ _ - 4,444 4,444 +1 Phones 11.00 math g 3,340 3.300 01- 1475 Photos job Photographs 1.00 Iain - 2,514 2$540 01-14-8-0 Plans 41 ..0 .. 3 KIBLTC Final GMP.xlsx o f 16 Assembly Regular Meeting Packet February 7, 2013 Page 247 of 476 ....:. .. .. ... ..... .. .... .... \.\ ..:: .. ... ...-._ ,.:_ :. '. .. e.. .kgs ... :. : , .: .... th. Ir Pleas Repmducbon 75.00 each - 10,000 10.000 1- 149 � t Closeout r GCs) M manuals 6.00 each 2,888 1,650 - - 4,538 Video Training Taping 6.00 each - - 6,000 - 6.000 -Bunts 1-0,00 shot _ - - 1,650 i,5 PunchIi t 0,.30 Isum 4,489 3,750 10,500 - 18,73- 01-1500 Temporal Water TemporaryWater 11.00 math 7.281 7,150 14,431 1- Temporary Toilets Temp, T t t I t 33.00 mnth - 11,550 _ - 11,550 01-1520 Temporary Heat 300K Btu S r fiames, 360-00 day 23,828 - 14,400 M000 56228 -'7.00 math - 121250 - - - \ , 1- 15-21 Temporary Electric Temp Electric Installation 1.00 um 2,500 5,000 o .500 Temp Electric Utility Charge. 11.00 rant - - 34,100 34,100 Temp Jobsite, Power/Pole Set 1.00 Isum - 10,00 - 10,00 Temp Lights - Inside Building 40.00 week 13,238 10,87 - - - 24,109 Generator 11400 mnth - - 22,000 36,135 58,135 1- 1530 Temporary u Temp Peace Gate 100 each 1,986 5,000 - - - 6,986` Temp Fent 500M Inft 1.324 - 12,500 13,824 01-1550 Temporary Cover Temporary Cover @ Founder lon 20,000.00 sqft 22 446 5.250 9M0 36,696 01-1-580 job Sign Job Sign(Buy 1 1.00 each 341 1,500 - _ 1,841 Project Office Project Office Trailer - 40' 11.00 mrith 470 393 - 9,900 - 10,763 Crew Trailer - ' 11-00 mnth 470 1 - 6,655 - 7.321 Office Supplies 11-00 mnth 3,300 - 3,300 01-1591 Storage Trailer Storage frailer 11F00 mnth - - 5,500 - 5,500 1-- 1600 Expediting Expeditor 48.00 week 21,600 9 - 21,600 1- 1610 Freight Mise, Freight - ANC � Kodiak 65,000.00 lbs 29,250 - - 29,250 MiscellaneousAir Freight 35.000.DO lbs - 40,250 40,250 01-1616 Offloading / Staging Material Handling 340.00 hour 22,505 - _ 22,505 01 a 1625 Mob Mobilization 1.00 lean 5,986 1,500 7,500 14,986 Demobilization 1.00 lura 8;978 750 1. 0 11,228 01- 1640 Tools $u Stihl Tools & Consumables30,000.00 hour - 30,000 - 30,000 01- '41650 j site Pickups Jute Pickup 96,00 week - 24,000 24,000 2013.01.23 KIBLTC Final GK4P.xjsx Assembly Regular Meefing Packet W, . ....... .. a f k f OF\ U CO a -qU(,p 0 Ai Kn, 01-1651 Forklift Forklift - 8000 # - 401 Squirt Boom 11.00 math - 38,500 5,500 44,000 01- 14652 Platfoirm., Lifts Exterior Platform Lift - 60' 3.00 ninth - 12,000 1,500 13,500 Interior Platform Lift - 31' 9.00 myth - 16,200 - 16.200 01- 1653 Backhoe Backhoe 1,00 math - - 3,000 5100 3,500 01-1655 Cranes Crane 0.50 ninth 625 3,750 1.250 5,625 01-1680 Scaffold Rented Scaffold 2,500.00 sqft - - 6,563 - - 6,563 01-1710 Continuous Cleanup Current Cleanup 48.00 weak 63.5-42 2,400 65,942 01� 1715 Final Cleanup Final CAean up 21,560-010 sqft - - 32.340 321340 01-1725 Dumpster Dempster Fees 1,200M tons- 42,0 4 42.000 01-1850 no Removal Site Snow Removal 5.00 each - - 10,00D 10,000 Roof / Bldg Snow Removal 10,000.00 sqft 6,619 - g 6,619 01-1900 Commissioning -4- -Wmrv'ce 21,560.00 SO 7,497 216 7,713 - by utility - [sum - - Water Line Meter 1,0 each 2,500 2,500 Telephone & Comm Service 1.00 Isum - - - - 35,000 35,000 DIVISION 01 SUBTOTAL GENERAL CONDITIONS 658,212 235,526 227,428 155,905 536,448 11813,519 DIVISION 02 SITE IMPROVEMENTS 02-2001 SH e m-rk Sub Site Demolition 1-00 [sum - - 5,247 - - 5,247 Sitework Mobilization 1.00 [sum 119,551 119.551 Excavate Organic Mat 22,022.00 cuyd 119,60,6 119,606 Mass Excavation 3,300,00 cuyd 13.614 13.614 Excavation - Foundation 18,440.00 sqft - 21.768 21.768 On-site Fill & Compact 4,856.00 uyd - - 21,366 21,366 Dispose Unsuitable Material 22,022..00 cuyd - - 436.252 436,252 Classified lmpcqt 17,780.DO tons - - 487,933 - g 487,933 Storm Drain 41 Oi,00 lnft - 45,647 - 45,647 Sanitary Sewer 9%00 l s 1-11,366 - a 171,366 water system 1200.00 lnft - 238,835 w 238,835 Finish Grade SOG 18,400.00 sqft - 22,006 - 22,OG6 Backfill Foundation 1.00 IM - 17,897 17,897 Geotextile 56,000.00 sqft - 9.591 9.691 Finish Grade Pavement 1 - 38,200= sqft - 14,576 14,576 Finish Grade & Excavate Beds Landscape 66,000-00 sqft - 30,818 30,818 2013.01.23 KIBLTC Final GMP.xlsx Assembly Regular Meeting Packet Page 249 of 476 4o 16 so -1 Oil _ Finish Grade Sidewalks 7.000.00 sqft 11,946 - 11,946 Finish Grade Curb 430.00 Inft - 2,488 2,488 " Rigid Insulation transitions 5.000.00 si qft 4,679 4,923 9,602 02-2025 Paving 7 D-1. " Asphalt Paving 21 5.00 sqft - 145,564 - 145,564 * D-1. 20 Asphalt Paving Q Access Road 13,200.00 sqf - _ 89,100 89,100 Asphalt Patch 2,000.00 sqft 13,500 a 13,500 2036 Pavement Markings Pang Lines 2,160®00 Ind - _ 4,360 4,360 2� Building . Layout Layout Fooling Excavation 866..26 cuyd ,154 - - 3,154 2076 Finegra-de Footings Shape & Grade Footing 6,527,00 sqft 4,024 4,024 02 2076 Fine G rcl Fine Grade 1 ,50 . iD sqft 13,470 _ - - 13,470 02-2087 Backfill Foundation Backfill Footings 672.97 cuyd 2,460 - 2,776 - 5,226 02-2135 Fencing 6'pa-tio screenfence 140.00 left - _ 17,500 - - 17,500 Relocate Chain Link Franc 280.00 In - 12,600 12,600 02-2140 Landscaping Topsoil 337.0 cy _ 67,40 - 67,400 Landscaping Subcontractor 25,000..00 sqft - 25.000 25,000 02-2208 Clearing Grubbing Cir & Grub - Dense land 4.40 acre 60,000 %000 02� 2400 Retaining Wall Retaining Wall Footing; 60.00 cud 33,669 16,696 g - 50,364 6-19 Retaining Wall 266.00 I ft 39,665 46,376: 19,875 - - 105,905 Retaining Wall Excavation tis dill 265.00 I ft - - 11.130 130 2528 Concrete Sidewalks Rigid Insulation for $nom Malt 4,126,00 sqft 3,067 3.630 - 6,697 Utility Pads 500.00 sqft - 2,650 3,250- 6,900 " Sidewalk 3,000.00 sqft 9,93,8 19,500 29,438 6" Sidewalks � Heated 3,750.00 sqft 19,875 24,376 441250 6" Patios - Standard 1,060.00 sqft 6,618 6,890 12,508 02-2600 Concrete Curb Curb Subcontractor Q Building 450.00 lnf _ 6,814 11,250 18.064 Curb Subcontractor @ amass road 650,00 left 12,871 21,260 34,121 Curb Repair 200,00 In - 3,029 6,000 a 8,029 02-2860 Bicycle BlcyrJe, Racks in design development 2300 each 683 2,200 _ 1,100 3,883 02 2870 Site Amenities Sandrae 2,00 each 659 680 1,539 02-2880 Il tal Gates dna. Steel Sollards 8.00 each 2,633 11,000 13,633 02- 230 Dumpster Screening 20 .3,01.23 KIBLTC Final GMP xl Assembly Regular Meeting Packet. Page 250 of 476 d de -W 75 q 5111 11"111 "Silb6d 0 71 Screen Wall 3,150.00 sqft 6,481 8,663 15,144 02-2940 Site Signage Traffic Control Signs 20.00 each 3.292 5,500 - 8.7-92 02-2960 Monument Sign Monument Sign 1.00 each - - 10,000 - - 10,000 DIVISION 02 SUBTOTAL SITE IMPROVE MENTS 117,816 160,680 2,358,151 - 2,776 1,100 2,640,503 DIVISION 03 CONCRETE 03-3001 Concrete G'% -3s, Concrete GCs 3.00 week - - - - 16,500 1U00 03-3040 Foundafion Holddown HDA HD3B, SW anchor bolt, embedded 8" 22-00 each 905 441 - - 1,346 F 6 HD58, SfW anchor batt, embedded 8" 35.00 each 1,440 1,023 - 2,463 H-3 HD', 7/8' anchor bolt, am b edded 8" 37.00 each 3,045 1,552 - 4,597 HD -4 H. 718" anchor bolt, embedded 8" 2.00 each 329 105 433 03-3101 Footing Concrete Footing Cone 4000 psi 309A6 o 12,378 94,717 107,095 03-3105 Footing Forms Foot Form 2x12 Random Length 2,026.00 Inft 16,675 28.376 314" Plywood Forms 3,597.75 scift 29,610 20,777 50,387 03-3116 Set Grade Pins Set Grade Pins at Footing 845.00 In 615 186 - 801 03-3126 Pilaster Forms Pilaster Forms - Patent System 67Z00 sqft 11.062 1,959 - 13,021 03-3127 Pilaster Concrete Pilaster Coni 4000 psi 8.30 cuyd 1,365 2,539 - 3,904 03- 3181 S.O.G, Concrete S.O.G. Conc 4000 psi 342.00 cuyd 12.450 104,678 - - 117,128 03� 1= S.O.G. Bulkheads Bulkhead 2x6 Random Length 125-00 lnft 1.543 361 - 1,904 03-3200 Reinforcing to Sub Rebar #3. Grade 60 1,344.00 lnft 363 291 - 654 Sub Rebar #4, Grade 60 38.244.00 lnft 18,362 14,690 - 33.052 Sub Rebar #5, Grade 60 8,266.00 lnft 6,195 4,956 11,151 WWM Sheets Walks 6x6 616 182.00 sq - 9.555 3,640 13,195 03-3482 Sawcut Stab ints Sawcut Slab Joints 1,370.00 Inft 998 1,507 - 5,275 7,779 03 3755 Pumping Pumping 659.75 cuyd - 32,988 - 32,988 03-3805 Strip/oil Forms Strip/Oil Forms -Footings 3,945.75 sqft 4,871 342 - - 5,213 StrWO11 Forms -Piers 672.00 sqft 1,659 58 - 1,717 StriplOff Forms -Bulkheads 125.00 sqft 206 11 - 217 03-3815 Protect & Cure CS 309 Curing Compound 185.00 sq 2.021 1,283 - 3,303 03-3820 Concrete Finish 201101.23 KIBLTC Final GMP.xlsx 6 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 251 of 476 77 _ _ o Screed & TrowelP 18,500.00 3- 3830 Rub, Cut & Patch Rub, Cut. & Patch 504,00 sqft 2,074 286 - - 2,360 03-3845 Chamfer S16p Chamfer Stip 31e ,008.00 lnft 1,244 292 1,536 3935 Snaptles Pilaster Sn 11 T 10.00 each - 462 - 462 03� 3960 Anchor Bolts Anchor Bolt 314" x 1" 128-00 each 2,107 845 2,951 Anchor Bolt 1 - T9ten ISD 830.00 each 13,662 6,848 - _ - 20,510 DIVISION 03 SUBTOTAL CONCRETE 120,2 286,445 112,065 21,775 540,541 DIVISION 05 STEEL 05- 5 120 Columns X3X114 Tube Steel Column 1,756.00 lbs 1,445 2,897 - 580 4,923 05-5125 Beams W 12 x 40 Steel Beam 2,120.00 lbs 872 3,498 - 7GO 5,070 5175 Misc Structitem Msr. Structural Item based of sqft ( b) 21,560.00 sqft ,5-4 17,787 - 2,372 23,707 05-0-520 Pipe Handrails Pipe Handrails 12,00 Inft 246 990 - 594 1,830 05-5530 Ladders Ladders 1,00 each 246 1, - 550 2, 05-5910 Grout Base Plate Grout Base Plates 8.00 each 329 1 - - 496 DIVISION 05 SUSTOTALSTEEL 6,688 26,990 - 4.795 38,473 DIVISION 06 WOOD & PLASTICS 6001 Carpentry Foreman Carpentry Foreman 60h rs - 112 lime 4.00 week 10,770 g - 10,770 06- 6002 Framing GCs Framing Subcontractor GC!s 1.00 math - 22,000 22,000 Freight 15 00 l - - 57,750 57,750 & 6084 HU Joist Hanger HU 2x14 ,foist H anger 498.00 each 2,562 8,217 z s _ 10,779 06-6100 MISC Lumber& Framing Miscellaneous Lumber 21,560.00 sq 58,049 35,574 - 93,623 06-6106 Prefab Wall Panels Potain Electric Tower Crane 420.00 hr 37,695 - 34,650 72,345 Prefab Framed Panels - Install (21560 1) 21,560.00 sift 1.45,124 - 145,124 Wall Panel Supplier , ( 1560 -sqft) 21,560-00 s - 177.870 177,870 06- 6107 Misc. Blocking Fire Treated R.L.2x4 3.000,00 Inft 6.173 5,198 _ 11,371 Fire Treated RL.2x8 1,004.00 left 2,058 1,733 - s 3,791 6117 Roof Ratter2 Strutt 2 x 14 x 34'R of Rafter 70 -DO each 5,761 6,226 11,987 2413.01.23 K113LTC Final GMP.xlsx 7 of 1 Assembly Regular Meeting Packet February 7, 2013 Page 252 of 476 Str ct 2 x 14 x RL'Roof Rafter 44.00 each 3.621 3,914 7,535 Stnict 2 x 14 R�L. Fire Block 1,191.00 left 4,902 5,289 10,190 06-6124 Wood joist 13011 1" Red-145 all lengths) 3,380.00 lnft 9,76 14,640 - 24.376 1 RTL Blocking 825.00 left 3,395 3.573 - - 6,967 06 6 t26 Trusses Wood Tru(all sizes) - long -span open 241.06 each 79.339 1X5-27 215.8,65 Blocidn _ Panel Edges 928.00 left 2,291 1.340 3.631 Blocking fiat Runs 2.760.06 left 11.111 3,898 s 15,01 06-6150 Wood Columns Column 6 x 6 x 10 21,00each 1,728 1,213 2,941 Y 6180 Glu-Lam Beam 3118"x!T Arch Glu Lam Beam 76.13 bdft 206 865 - 1,070 3116" " Arch Glu Lam Beard 93.76 bdft 2,617 14.715 g - 17,332 5118"x!2" Arch Glu Lam Beam 71,76 bdft1 465 674 51/8"x13112" h Glu Lam Beam 1,522.13 bdft 4,008 9,141 - 13,149 51 "x21' Arch Glu Lam Beam 717ZO bdft 1.772 2.640 - 4,412 118" x 6 h Glu Lim Column 53100 bdft 4#387 6,864 11,251 6200 Finish Carpentry 6* MDF Crown2,166.00 left 10.19 3,146 13,344 MOF Chair Rail 1,280.60 In t 6,626 1,859 s - 7,87 Door Trim 2,840404 lnft 13,356 4J24 - - 17,480 Standing & RunningTrim 1,124}40 left 5,267 1,626 6,893 C-a Stafne Solid Woo d Trim 1,392.60 left 6,546 22,736 29,284 " Clear Stained Base @ Patient Rooms - l -_ - " Clear Stained Baca @ Common Area 500.00 Jnft 2,362 ,168 10,519 MDF Running Trim @ Patient Rooms 1,720.00 lnft 6.089 2,497 - 10.586 6 is 48.00 each 1,976 5,266 - 7,256 6230 Plywood Sheathing Sheathing 3/4 T G 8C Plywood 3,975.00 sqft 4,907 5,876 - 16,763 Sheathing 3/4" Cdx PVwood (sloped roofs) 23,500.0 sqft, 36,682 34,742 - 73,424 Sheathing 314* BC F.l et r (mise) 2.504.40 sqft 3.087 3,696 06� 6615 Soffit Soffit 3,056.00 sqft 15,M 6,723 - 22.5219 06-6820 Nails Nails - 8d common 251,D00.00 each � � - 2, 888 Nails - 16d common 45,600.00 each 8,663 - - 8,663 DIVISION SUBTOTAL WOODS & PLASTICS 513,M 5513947 _ 34,650 79,750 1,180,124 DIVISION 07 THERMALCHS i URE PROTECTION 077110 Vapor BarTier rnl Poly Vapor Bader - Falls - 10,475M sq 2,463 1,210 a - 3,673 mil Poly Val Barrier - Roof - 23,225,00 sqft 5,462 2.683 - 8,144 10 mil Poly Vapor Bauer - Slab 19,000.00 sqft 3,127 3,292 _ _ 6,420 Home Slicker Iglus Typar Barfler 8,675.44 sqft 7,1140 16,620 - � - 17,15 07-7210 Batt insulation 2013.01.2a KIBLTC Final GMP.xlsx 8 of 1 mbl Regular aeon, Packet ry , 201 l 476 ... o .. btaL, Batt Insulation MISC 4.500.00 sqft 1,233 520 1,153 Batt Insulation 3.6r x 15.5" 11 ,430.00 sqft 4,704 3,300 _ 81004 Batt Insulation ." x 15.5" 161.030-00 sqft 6,597 U1 .. g 14,928 Batt Insulation 1} 23.5" _ 2 layers- 37.120.00 sqft 12,220 40.730 52,950 Batt Insulation 12.1)" 2-" $ 1 layer 3,860.00 sqft 1,271 4,235 _ 5,506 07-7215 BoardInsulation f Board under SOG 18,600.00 sqft 3,061 20,409 23,471 .0" Board under FreezerlFridge 170.00 sqft 28 393 - 420 Below grade insulabon m foundation walls 1,630.00 sqft 2,683 1,789 _ - 4,472 Below grade Insulation - perimeter of bldg 3,260v00 sqft 2,683 3,577 - - 6,260 07-7312 Asphalt Shingles Asphalt Shingles 23,225.00 sqft - - 89,640 - - 89,640 _02 Flashing 16" Foundation Rashing 24ga831.00 Inft 3,420 6,719 - - 10,139 Wine & Door Flashing 24ga 690,00 lnft 2,839 3,985 - 6,824 0 .7-7462 Cemenfiffi10Siding Lap Siding - stained 6.,640.00 sqft 40,986 30,677 _ 71,663 Vertical Siding w 2' Battens # pr fini h 2.035-00 f 12,561 9,402 21.963 07 7465 Siding Trim Siding Trim - T Horizontal 00 1nI 16.039 7,035 23,074 Siding Trim - " Vertical 906,00 Inft 5,965 21616 - 8,581 Siding Trim - Doors & Windows 1.300.00 left 8,559 3,754_ - 12,313 dinTrim s Fascia 2 x 12 2.025- Inft 13,333 7 1 m - 20,350 Siding Trim - Fascia 2 x 6 2,025.00 Jnft 6,666 5,848 _ - 12,514 07-7740 Roof Vents Attic Vents - v' ed Detail %00 each 13,168 9,075 - - 22,243 07-7920 Caulk & Sealants Dire Caulking 21,56.00 sqft 3,549 1,305 m - 4,853 Caulk & Sealants (Sqft 1,550,00 sqft 71 - g g 4,260 Board Insulation Adhesive 2,430.00 Inft 800 669 - - m 1,469 Black Death Caulking 1,425,00 Inft 1,564 157 - 1.722 Caulk & Sealants 4,630.00 Inft 3,810 765 - 4,575 DIVISION 07 SUBTOTAL I[S` ECTIO l 189,478 190,223 89,640 469,341 DIVISION 08 DOORS & WINDOWS 8111 Hollow Timely r Jambs 94.00 each 11,605 15.510 27,115 Timely Pocket Door Jarnbs 1,00 each 123 165 288 Timely delft Frames 4.00 each 659 1,100 1,759 Hollow Metal Doors & Frames 24.00 each 5,432 29,700 35,132 08-8200 Wood Doors Wood w/ rimely Frames 102.00 each 12,592 84,150 96.742 Laundry Room Pocket Door 1.00 each 22 825 - 1,052 8360 Overhead Doors Overhead Doors 1.00 each - - 4,750 4,750 08-8490 Aluminum_Glazing Sub 2013.01.23 K/ B LTC Final GIMP;. lsx 9 of 1 Assembly regular Meeting Packet February 7, 2013 254 of 476 2013,01.23 KIBLTC Final GMP.xlsx 10 of 15 Assembly Regular Meeting Palet February 7, 2013 Page 255 of 476 M I Balms Glazing 70-00 sqft - 6,300 6,300 Glass Mirrors 28.00 each - 11,620 - 11,620 08-8515 PVC Windows Type 1 - Sliding Style , -6" x V -01F 26.00 each 4,280 17,6197 - 21,977 Type 2 - Fixed Style : 44x 4-6" 4,00 each 659 2,541 - 3,200 Type 3 - Fixed Style m ` x 4-4' 6.00 each 1,23 4,719 5,953 ._ 5 - Fixed Style B. '-V' x 4'-0" Z00 each 411 1,130 _ _ 1,541 Tyle 6 - Fixed styli` , -o" '-" 4,00 each 1,152 7,315 8,467 Type 7 - Fixed Style B. r -011X 3'-9:" 4-00 each 1,152 6,775 6,927 Tyle 44 - F ixed Style B,. 11-1 4-4" &00 each 1,646 1.923 3,568 Type 48 - Fixed Style 134 '" x 2'-R -each r - 8570 Window Stools Window Stools (Cohan) 46.00 each 3,036 _ 6,210 9,246 8710 Door Hardware Frit Hardware at cottages 118-00 each 29,135 64,900 - m 94,035 Laundry Room Piet Door Hardware 1,00 each 823 330 - - - 1,153 Door Operators 6-00 each 1,976 33,000 _ ffi 34,976 DWISION 08 SUBTOTAL DOORS & WINDOWS 76,140 270,779 28,880 - 375,799 DIVISION 09 FINISHES 09* Q-Koi Metal Stud Foreman Mil Stud Foreman h ` 1 time 8:00 w 54 211 � � � - 21, 0 09- 9002 Metal Stud General Conditions Drywall Small Tools 2,000.00 hour - 4j400 4.400 Drywall Safety 40.00 hour 3,292 - - 3,292 Drw all Forklift 2.00 mnth - - 8,800 1,100 9,900 Drywall Cleanup &00 week 23,299 880 - - 24#179 Drywall Mated Handling 80.00 hour 5,825 - - 5,825 Drywall interior Platform LIR 2,00 mnth - a 4,400 - 4,400 9310 Ceramic`Ile rile 1 - 2x2 patient bathroom floor 1,690..00 sqft 25.350 - - 25,350 Tile 2 $ Floor Tile 470.00 sqft 7,050 - - 7,050 W I I 1 - Patient batty Wall tile 4,536.00 sqf 68.040 - 68.040 Wall dile 1 - Spa Wall the 205.00 sqft 3,075 - 3,075 Wall File 1 � Public Bath Wall file 595..00 sq - - U25 - 8,925 09-9354 Int Stud Framing Pins/Shots (AJ1 Sizes) 11,490-0 each - 5,574 5,574 1 1/T Hat Chan n 1 20ga. @ cei1i ngs 24,562-00 Infl: 10,149 14,243 24,391 1 1 IT Hat Chan not 20 a. @ share SII 6,270.00 Inf 2.581 3.621 - 6,202 Int. Stud RLx358 2 a. @ soffitsbulkheads 10132.58 lnft 31,272 8,777 4U49 Int Frame Std Strad 358x 8'2-2gsoffits & bulkheads 192.00 each 3,950 1,267 5,217 Int, Frame Std Stud 600x8120 @ softs & b lkha dE 463.DO Inft 1,525 484 - 2,009 Int. Frame Std Stud 600x 8"20g _ Its & bulkheads 22.00 each 453 184 - 637 int. Frame Std Stud 600x10'209 @ softs & bulkhead. 30.00 each 617 314 - 931 Int. Frame Std Stud 600xl1' soffits & bulkhead! 38,00 each 938 437 - 1,375 i nt, Frame Std Stud 600xl4' Its 1> I a 77.00 each 2,852 1,126 - - 1979 2013,01.23 KIBLTC Final GMP.xlsx 10 of 15 Assembly Regular Meeting Palet February 7, 2013 Page 255 of 476 RX"""'. 7 117 a u con A'd . . ..... . .. Li p - q Men gap _p nv J" Track- Standard. 20 ga, 6.00 @ soffits & bulkheads 326.00 Inft 939 376 1,316 Track: Standard, 2-2 ga, 3-5/8"' @ soffits & bulkheads 7,334-00 left 21,127 6,05-1 �. 27,178 09-9420 Int, Sheetrack Sheetrock Screws (All Sizes) @Geiling s 22,420.00 sqft - 1,036 1X036 Sheetrock Screws (All Sizes) @ all walls 74,100.00 sqft 3,423 3,423 Sheetrock Screws (AJI Sizes) @ soffits & bulkheads 11,700M sqft - 540 - 540 Scrap Sheetrock ig ceilings 22,420.00 sqft 816 - 987 1,1303 Scrap Sheetrock @ all walls 74,100-00 sqft 2,6-97 a 3,260 5,958 Scrap Sheetrock @ soffirts, & bulkheads 11,700.00 sqft 426 s 15 941 Stock Sheetrock @ ceilings 2,2 sqft 1,088 - 1.088 Stock Sheetrock @ all walls 74,1 MOO siqft 3,597 3.597 Stock Sheetrock @ soffits & bulkheads 11,700.0t) sqft 568 - 568 5/8" U8 Type C @ ceilings 22,420.00 W 30,999 14,243 45,242 Sheetrock Type X -5/8" x 12'@ all walls (less cement 69,500.00 sqft 96,096 44.150 140,246 Sheetrock Type X 5/8" x 12F @ soffits & bulkhead -s 11.700&00 sqft 16,178 7,433 23,610 09-- 9440 Cement Backer Board De-ris-SNeld Tile Backer 5/8' 4,600.00 of 18.930 6,958 - 25,887 09-9510 Acoustic Ceilings Acoustic Ceilings ® 2x4 1.680-00 sqft - - 8,400 8,400 Acoustic Ceilings - 4A 3,400.00 sqft - - 25,500 25.500 09-9860 Res Tile-ICarpet Floor Prep. 18.414.00 sqft 12,188 4,604 1,841 18,633 Sheet Vinyl 3 - Commercial Kitchen Flooring 620.00 -Sqft - - 15..500 15,500 Rubber Base - 1 650,00 lnft 1,300 11300 Rubber Base - 2 3,465.00 Inft .ice 12.128 Cove Base YOM lnft 1.665 1.665 Carpet - 1 11,450.00 sqft 6.975 62,975 Sheet Vinyl I - Wood Look 1,040.00 W - - 6,762 6,62 Sheet Vinyl 2 - BOH 1,045.00 sqft 6,7 95 6,795 Carpet w 2 Walk of mat 181.00 sqft - 2.715 2,716 Sealed Concrete 1.290.00 sqft 1'096 11613 - - 2,709 Painted Mezz- Floor 3,035-00 sqft - 7,588 - 7,588 09-9940 Tape-Paint-VWC Subcontractor Firetape 69,W.00 sqft - 86,955 - 86,955 Tape & Paint @ patient room ceilings 7,690-00 of - 19,225 - 19,,225 Tape & Paint @ patient mom walls 17,640.00 sqft - 44,100 - 44 100 Tape & PAI nt @ patient bath ceilings 1,400-00 sqft - 3,500 3,500 Tape & Paint @ patient bath walls 1,570-00 sqft - 3,925 3,925 Tape & Paint @ walls 23d.130- 00 sqft - 57,825 g 57,825 Tape & Paint @ soffits & ceilings 11,700-00 sqft - 29,250 29,250 1 , posed Ext Glu -lams & T&G Plywood Paint Ex 1.00 [sum i 5,000 15,000 Paint Exterior Trim 8,692.00 Inft 17,384 17,384 Paint Board & Batten 2.035-00 sqft 3,561 3,561 Touch Up Paint 73,85&00 of - - 40,622 40.622 09-9957 Fiberglass ReInf, Panel' IPC Panel vv/Trim 4.000-00 sqft 16,460 69,300 - s 85.760 2013.01.23 KIBLTC Final GMP. xlsx 11 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 256 of 476 2013.01.23 KIBLTC Final GMP.xlsx 12 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 257 of 416 t �e U 7� ""'triic q TdlIat -7, 4 77 2 Y?T 111, R, "777"Umn A 7,375-\ IN ]PC 0 Patient Beds 1,536.00 -C sqft 6.321 26.611 - - - 32,932 DON 09 SUBTOTAL FINISHES 337,818 227,644 585,115 13,200 7,703 1,171,480 DIVISION 10 SPECIAL CONDITIONS 1 O� 10260 Comer Guard 96w S.S. Corner Guards 62.00 each 856 4,576 - - - 5,432 10-10430 Signage Intenior Signage Doors 125.00 each 3,600 10,313 - 13,913 inte6or Signage Safety/Code 10.00 each 288 825 - 1,113 Exterior Signage at Entrances 2.00 each 494 550 - 1,044 Building extenior Identifier Signage 1.00 each 246 2,200 - 2.446 Building Main Directory 1,00 each 83 2,750 - 2,833 I ire Exdnguisher O0,F �522 Fire Ext Cab - Recessed 10.00 each 823 3,850 4,673 10-10810 LS- Toilet Access Double Robe Hook 48.00 each 1,976 1 X320 3.296 Tooth brush Tumbler 24.00 each 9aa 158 1,146 Soap Dish 24.00 each 988 792 1,780 Ferri Napkin Dispenser & Disposal Unit 3.00 each 1 g 1,113 Toilet Seat Gower Dispenser 3.00 each 123 83 - 206 Paper Towel & Waste Receptacle 100 each 149 660 - - 8D9 Stainless Stl Grab Bars Pods 532.00 lnft 10.946 14,630 - - 25.,576 M -op Hook Strip 4.00 each 165 220 - - 385 Towel Hooks 48.00 each 1.976 1,320 - - 3,296 Folding Shower Seat Change 24.00 each 2,963 10,296 13,259 Swing Up Grab Bar 48.00 each 5,926 - 9,240 1 4 5,166 DIVISION 10 SUBTOTAL SPECIAL CONDITIONS 32j712 64,772 97,484 DIVISION 11 EQUIPMENT 11� 11450 Commercial Kitchen Commercial Kitchen 640.00 sqft 4,660 - 4,660 Chrome Shelving I g00 [sum - 3.928 3,928 Combo Walk In (coder. freezer) 1.00 each 36.750 36,750 Walk In Shelving 1.00 each - 8,210 8,210 Blast Chiller 1.00 each - 4,500 4,500 Pan Racks 1.00 each - 1 1,2 off 0 - 1,250 SS 727 Work Table 1.00 each - 987 - 987 SS 72" Shelf 1.00 each - 195 - 195 Food Mixer 1.00 each 9,320 - 9,320 Salad Vegetable Dryer 1.00 each 216 - 215 Produce Soak Systems 1.00 each 10,890 - 10,890 SS Hand Sink 17" x IV' 2.00 each 940 - 940 Prefer Holding Cabinet 1100 each 2,580 - 2,580 SS 96'm Work Table w/ Sink 1.00 each 2,321 - 2,321 SS 96" Shelf 1-00 each 265 - 265 Trash Can 4.00 each E 200 - 200 2013.01.23 KIBLTC Final GMP.xlsx 12 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 257 of 416 � � : :. .: . • a ... .: .... ... .. ,.... ...P rip U , _�.. \.... .... \ _.? \ .. _.. Ice Machine 1,01 each 2,500 2.500 Reach in Freezer 1.G0 each - 4,425 4,425 Plastic Shelving 5400 each - 543 543 L Shaped SS " 6 Work Table 1.00 ea& - 2,387 - 2,387 SS 112" Shelf 1.00 each - - 3 _ 325 SS 960 Work Table mil Sink & drawer 1M each 2,359 - - 2.359 S " Shelf 1 = each - 235 235 Slicer Stand 1.00 each 850 850 Food Slicer 1.00 each - f 6.270 - 6,270 Wally in Coder withfr r t € n 1 AOO each 8,315 8,31 Plastic Shelving 10.00 each 1,112 1,112 Dishtabl (Soiled) 1.00 each m 4,877 _ 4,8T7 Rack Shelves 9.00 each 1A40 - 1,44 Hose Reel Assembly 1-00 each 3,105 - 3,105 Vent Duct 2.00 each s 1,030 - 1,030 Dishwasher (Hobart conveyer) 1.00 each 17,670 - 17,670 S 108* Shelf 1.00 each 275 - 275 Disht til(Clean) 1.00 each - 1,175 0 1,175 Plastic Shelving &00 each 587 587 Dome Storage Cart 2.00 each - 2,410 2,41 Erre Suppression System 1 M each - 7,010 7,010 Wall Flashing 1.00 each _ 1,725 1,725 Faust Hood 1,00 each - 14500 - 14,500 Steamer 1-00 each _ - 6,500 - 6,500 Convection Oven a Gas 1.00 each - - 11,075 - 11,075 Range 48' - Gas 1.00 each - - 6,060 - 61060 Kettle - Electric 1.00 each - 7.320 7.32o Tilting SkillettBralsing Pari 1.00 each - 15.135 a 15,135 Floor Trough 1,00 each - 1.160 1,160 Cook Holder Oven Cabinet _ Electric 1.00 h - - t,50 6 650 Food Transport Cert 2= each - 5,930 5,930 Plastic Shelving 5,00 each - 518 518 Roll In Freezer 100 each - 6,150 6,150 Roll In Refrigerator 1.00 each - - 4,265 - 4,265 SS " Shelf 2,00 each - 450 450 Power Soak Dish Sink 1.00 each - _ 19,200 a 19,200 Grease Interceptor - By Mechanical 1= each - 500 500 SS W Work Table 3.00 each - 3,405 3,405 Dish Heater 1.00 each - - 4$500 4,600 Hot Food S erVing Counter $ Electri c 1M each - - 3,068 - 3,068 Gambro Carts 4.00 each -- 1.000 1,000 Shelving Wire 4.00 each - 280 280 SS 24, Shelf 1.00 each - _ 145 145 Install 1.00 each - 4,200 4,200 Refrigeration Install 1,00 each a - 91350 11- 11452 Appliances & Equipment 2013.01.23 Kl8 LTC FinaI G M P.x 1sx 13 of 16 Assembly Regular lar eefinPacket February 7, 2013 Page 258 of 476 2013.0 .23 KIBLTC Final GIP_14 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 259 of 476 e n Zul SBS GE Monogram Range Top 2.00 each 329 41400 4,72-9 SBS MVP Corp Model 737 Dishwasher 4.00 each 659 M400 - 27,059 SSS GE Warming Drawer 2.00 each 329 3,300 - 3,629 Kenmore Bottom Mount Fridge - SBS 2.00 each 329 4,400 - 4,729 SBS GE Monogram electric vall oven 2.00 each 329 4,400 - 4,729 SBS GE Monogram Microw-ave 2.00 each 329 1,430 1,759 SBS GE Monogram Hood 2.00 each 329 4.400 4,729 Dryer 2.00 each 659 2,200 - 2,859 Appliance Cord 2.00 each Washer 2.00 each 659 2,200 - 2.859 111-1151-5 Fireplace Fireplace 2.00 each 329 3,M - - 4,179 DIVISION 11 SUBTOTAL EQUIPMENT 81939 57,035 294,537 350,511 DIVISION 12 FURNISHINGS 12� 12300 Casework Roorn Closets each - - - - Medicine Cabinets 24.00 each 2,963 19,800 22,763 Bench Seats - each - - - Vanities w/ Solid Surface countertops 24-00 each 7.901 39,600 47,501 Patient Bathroom Uppers 24.00 each 1950 9,240 13,190 Spa Bath Vanity wl Solid Surface countertops 1.00 each - 659 1,815 2.4-4A7A Kitchen Base and Upper Cabinets 76-50 1 nft 12,592 371868 5,0.459 Break Room Cabinets 7.50 Inft 926 3,713 4,639 Adjustable Shelving 1.00 bldg 3,292 8,25-0 11,542 Laundry Plam Cabinet 10.00 Inift 1.234 4,400 5-.634 Hearth Built in 2,00 each 13,168 13.200 26,368 Poplar Handrails and Brackets 400.00 In 6.5-85 11,000 17,585 12- 12510 Blinds Blinds At Punched Windows 172 each 5x5 46-00 each 6,625 32.890 39,515 12-12800 Install Owner IFFE Install owner supplied FF&E - allowance 21,560.00 sqft 8,514 - - 8,514 Contract FF&E package vAth PAMC, 1; Isurn - - c 1,451,010 1,451.010 DIVISION 12 SUBTOTAL FURNISHINGS 68,410 181,775 1,701,195 DI[VISION 15 MECHMICAL -115-15100 Mechanical System Mechanical Subcontract Wt - - 1,957,226 156 15300 Sprinkler System Sprinkler System 21,560.00 sqft - 172.480 172,480 15 15900 Mechanical Exclusions Mechanical Exclusions 21,560.00 sqft 6.279 3,557 9,836 Mechanical Excav- & Backfill - Sitework Sub I M Isurn - - 24,059 24.059 DMSION 15 SUBTOTAL MECHANICAL 61,279 3,557 2,153,765 2,163,601 DIVISION 16 ELECTRICAL 2013.0 .23 KIBLTC Final GIP_14 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 259 of 476 77-7 nit :: 06 imp A\ 16-16100 l l System Electrical Subcontractor 21,560.00 sqft 1,465,000 a g 1,465,000 Site Electrical 1.00 ]sum _ 125.000 125,000 Generator 1.00 each - 360,000 360,000 16-16900 EfectdcalExclusions Electrical Exclusions 21,560.00 sqft 5,233 2,372 - 7,604 DIVISION 16 SUBTOTALELECTRICAL 5,233 2,372 1,950,000 11957$604 ADD ALT #1 PARKING LOT ALLOWANCE 000 Owner Allowances Pang Lot Expansion Allowance 1.00 [sum ADD ALT #1 SUBTOTAL PARKING LOT ALLOWANCE TOTAL CONSTRUCTION COST 2,141,75'f 105.821 105,821 05,821 - 105,821 2,259,725 7,895,402 206,531 2,1021580 14,605,996 2013,01-23 KIBLTC Final GMPxlsx 15 of 1 Assembly Regular Meeting Packet February 7, 2013 Page 260 of 476 Ph'a'"'" script 'on 'Jakeoff, 'Uhit Labor M SU contract Eq, Prn Total "COST BYE DIVISION, LABOR MATERIAL SUB EQUIP OTHER TOTAL DIVISION 01 GENERAL CONDITIONS 658,212 235,526 227,428 155,905 536,448 1,813,519 DIVISION 02 SITE IMPROVEMENTS 117,816 160,660 2,358,151 2,776 1,100 29=640,503 DIVISION 03 CONCRETE, 120,256 286,445 112,065 - 21,775 54D.541 DIVISION 05 STEEL 6,688 26,990 - 4,795 38,473 DIVISION 06 WOOD & PLASTICS 513,777 551,947 - 34,650 79,750 1,180,124 DIVISION 07 THERMAL & MOISTURE PROTECTION 189,478 190,223 89,640 - - 469,341 DIVISION 08 DOORS & WINDOWS 76,140 270,779 28,880 375,799 DIVISION 09 FINISHES 337,818 227,644 585,115 13,200 71,703 1,171,480 DIVISION 10 SPECIAL CONDITIONS 32,712 64,772 - - - 97,484 DIVISION 11 EQUIPMENT 8,939 571,035 284,537 - 350,511 DIVISION 12 FURNISHINGS 68,410 181,775 0 W 1,451,010 1,701,195 DIVISION 15 MECHANICAL 6,279 3,557 2,153,765 2,163,601 DIVISION 16 ELECTRICAL 5,233 2,372 1,950,OOD 1,957,604 ADD ALT #1 ISG LOT ALLOWANCE 0 - 105,821 105,821 TOTAL CONSTRUCTION COST 2,141,757 2,259,725 7,895,402 206,531 2,1102,580 14,605,996 Construct.ion Contingency SUBTOTAL Owner Contingency SUBTOTAL Construction Manager / General Contractor Fee TOTAL GMP PROPOSAL UPDATE 75,000 14,755996 4.19% 618,350 15,374,346 2013.01.23 KIBLTC Final GMP.xisx 16 of 16 Assembly Regular Meeting Packet February 7, 2013 Page 261 of 476 davis colbst ,,r °; &�6�neers inc. AssemblyRegular Meefing Packet February T, 2013 Page 262 of 476 LTC - Updated GMP Pro 1 o ani- �,. ti A LOI� 1 1 A 151.1 Alm ' A.4 , 1€T-Vti�I- ;. 7 aim PM iii"* '. DII _ A Aim II TIC r�fv 1i 01st/ Ka € .1 Rem rwjr I k4 otwc V, -4=y 1 4111*` 141W7 14 1T 14ALPI.T. i i ,r rtw hVI Rr IIII is y1 z #mss ti lit 1 1-J1 6 IIIIIIIIE 1.l -f43. 1 1 14- 13 OTAI AM! CP -Ar. _ ,urk &-t-A&W - fes•< £ 1 1A 13 4r MW43 AIM`, 11 _ 1# 1 s Ail III w -r 13 IN-_ 1 1 ,A --ww'. 1 14 -fob -13 W et -13 �._ A tm r* z. ��. # ; : i 9 ��6,,p��. �e ae 41' 143 Fift = CT 1Y Y � 3k 0 3°� Is AIM: PAd IE - t, FVW AISGO ROGI E -s4 1<;1. .' 1 4f ktr 1., WOW 1 d#�r t.- t6 Av1l��_1 I i gyi ;- : -#. A3��l 01 10-W 1 A ftItM AIIIIII Prnmw ft 1 . _ --::. Aa11�-,s 11 lsre13 21—Ark-113 ._ ..- _ f V� IT V 17 AI 'L , ^jjW CP_ =i i - AliVWNI1 A.13� 3 Duaa a tit I' 313 � � _ � t_ G � _ V 3 1 �_ 1:3 16 1 = b \ \ \1 1_ X118 V Ofto LV%kfqnMr4 VWX 5; s I CIO Al f4 r 1 i- -1' 11- -03 9.11 v 'k - 274 X13 !-=J 13 - --- - --- --- ------------- --- - ---- --- -- - -e _. _ FII 1°133 UAFI 41UfOU7X Al _ tN t An P, - A# �44vrmm a II&II 't- 1 A'e -. W 7 t _ 1_ 1! - ...__ - -- - -------------------- __ - ,_ _,_. , . ...... _ . _ - -------- --- Al 70 WVMFMIts �� _> _ AIM swmm" ions - _ -- — I- pa f- a cket- -m &I P& Da 18±Eg.12 KIB CM= Koko Iff $chad We imp LAB - _ 20 -Sep -1 KIB Final GMP Schedule imp LAB _ - - j -jar -13 K18 Updated GMP$ CON � Assembly Regular Meeting Packet February 7, 2013 Page 265 of 476 Long Term Care Facility Budget 1/25/2013 sudget LTD Exp Obligated Remaining 1 CM by Consultant $ 307,487 $ 7.1865 $ 2991,622 2 CM In House $ 307,487 $ 9,1174 $ $ 298,t313 3 Land $ $ 15j350 $ $ (15 350) 4 Design Services $ 1j229.,948 $ 441j265 $ 250,613 $ 538oO69 5 Constructior,...�- $ 15,374:34& $ $ 15,374,346 6 Equipment $ $ $ $ 9 Ind]r ct Ad min $ 1531743 $ 74.,761 5 $ 781982 11 Contingency $ 768,717 $ - $ 768,717 PROJECTTOT AL $ 18J41F728 548,415 250,613 17,,342.,700 -Fu-ndlng Community Dev. Block Grant $ 90,000 Transfer from General Fund $ 85,000 SOA Leg grant 12 -DC -389 $ 1.0275,000 Revenue Bonds $ 2Q,000,,000 Ir— Not to exceed amount. W1 11 also cover admin costs outside of Total Revenue Funding $ 21y450,000 constru cti o. n costs I 1-ke bond sa I e, d rain of lease, staff time and legal work. Assembly Regular Meeting Packet February 7, 2013 Page 265 of 476 Jw r U ARTICLE . DEFINITIONSI.... hww Y r .. w w' w it w 00m . •h 0 .w.. ww ww T I.L' 4 •4 'a w w w '4 T ww w, w rI� w .' T T'hrIN . rwn ,�.Ni' wa ww ,www ''.�+ ww :a. .r irl a�i TLIMITATIONS.,.,. I a...aa s�'. 'ww ww' ARTICLE ® AUTHORITIES '...... ws- 'wh• .: , J 2.1 Authorities y,+�yn Limitations, w �.M..M.r wa.'...-....Ih............w.w�w.�w...�w.w.4'.-...'..T..T.w.i.......ww.w.....w,w m. w-.. w�.w.. w.••4'•41 .r �...ww. rte, 0 2.2 Evaluations y Contracting Officer......... I....... w. w. . y w 4' 14 1w 4 M a 4r w w w i ..' ...... 4 rr a .' 4 M M M 'w 4 w i .w x M 4 4' T F w w w ........ 4 a. T a' T .. JL 2.3 M '.+" ns & Metho d s iY'. ............ �w it 'F . I....a. ,.� i� �.. i .� w w w w w ..... 14 'w IM 4 .. . '... w'............ w ............... IM ... IN 14 w' w' �W '4, �w a w a i i. y 14 Iw. w 4 w 4'. Is 14 '4r �a a Alb �a w a w 1 . .T". ARTICLE . CONTRACTr DOCUMENTS:-I , S , REUSE I 1 3.1 , . Incomplete C/nttDocuments .T......4.w..awwa.w.........M..h.4..iW ...4IF .44..r. i....w4 ' '. '. 1 2 3.2 CI'M.lr es of .F,r�4f C rl�+bl , Documents... ............. a.. w w w r. w w a: w IF . w .... w w F w F a i. 4 w w 4 M. wa w �r M dN M. w Ie' ....... w , h 4. 4, a 4. 4 w'.. F w............ w. 2 3.133.� Scope JC. Work........ ....I...w.w..ar4.h.4.................www....IF....•................www..........,w 2 3.4 iIntent Contract Documents................... I.......... ........ Iw .:. i r. a, i, I............ w , 2 w3' .. i n Contract DAcue F N Nep AnM cy .. . ww ' ., ,NM ,�M.•. ww w4 ,i4p ' 'iMM , 3 3, . ' Clarifications and Interpat MsFIsJ.!...4w.w....4...wa....... ..:4. rF M. M..M' .4 .MM 3 3.7w .i .4 , rew' ww i. wM M.s 1pandReuse oDocuments ...4...ys r h ..# YF� 'iMb +wW '..�.4.� .F , �.MIw�'. i �w. Ar i�. i. i w r..�w. 15 N .e.nw. LANDS ARTICLE 14 CONDITIONS r PHYSICAL .. i.'. .'. w.'.#".. ;.r �.... w.'.'. M..'...'M'. N... w.. 4 w 4.4. ... wdIljMMwN ��FL 4.1 Availability f Lands........, w.ww.......Mi.....k4...w....h..F.... 4....'..F..w..4.iww..!..ww 15 4.2 Visit Wr.. Site IMl tlW .. ,!F .... 'w' w . tl� M' n9e a �. rw .r 1 . �4.. 6 14 wr . . .h• M. 'M +M' IIA a 'F 4 4 1................................................... 15 4 4 Explorationsand, Reports 'w ................ �. �. IVi A'r IM w 4. w: 4''. 'Y .'4'... w'w'. �..�....'.. wwai a ................. '�Y 4.'Ih Ih .W �h Me .AM. F'M�. w 4 a . 4.4I Utilities ........ I.,, ........., .�.I �.'... }'...�... * . �....... .... ..M 4 i. 4.a 4.y'.'.4.M'. . .... w..... tl...F...I w.... I.'....... ... * ..... ... �.. w... i i.............M w aXU... 6 4.5 D ry aged wP�Mx dY .r .. w . i . i A .' rv. i M w .:. wr ..h... AM w •1. . 'M '. '..' .. T' . '. .............. �w .........'.' .. '4 4 .. a . 4 . w ..... M I.. �.. w i M . w . M .. . T . w �. �4� .. 16 4.6 U F.A i s Not, Shown .Iwa'.,AL I Jr '..N i c ate L." . ,.. ... r... , ........ Iw ...., .... !.I .......................... .�....................... A..... r. M w IN ..................... . I 1.. rN.' AI. Y. w Id. 7 4.7 -N Survey y C V' n 'F rol . a...� w ,w, . ,w ... ., ... Jk 4 .. r. M ..4 a..... iX w F� r..'..., FI '." ..4 i' .h Nh .. 4 ......... r- . Iw w �w .' .. I.................................• : . r , ' ' ' I ..' ..� '.' .. 4' M ..� +. ....' .... e� i' . T .a. �IR ARTICLE 5 - BONDS, INSURANCE, AND INDEMNIFI, 18 . 1 Delivery y '+id. Bonds I ...r.w r9 �..'IM.'. r w, r..'.. 4ri'p rw +M. M IM �w.. �M M �4'... �...' '. ....' *'. I....w rW I. w. * ,w w. w. �.k i'�. w . i. Ia Jb .'a .: h a w w.. Vl' IN SIM'..'. Fr.. w. i,..'�h' 4T .'. T w w �. �..I. ..!.':ylr 4 1..'. 5.2 s.....................i...............,.w Bortid18 . wM 5.3 'Replacement of and and Surety ...........■................. ...w........w....,....w.M.....w..w.w....,....�w...w.ww............ 1 I .4 InsurancRequirements i....... wM.w..... ; w .r....... w . w w .......... ■ ......... ...' ... w .... w . I... w . r .. . w.. 5.5 ' , In i iY..........w.Iw.I.w4a.4...w......I.w............... I...........r.i....., .-III I+....A...1AI... 21 ARTICLE 6 - CONTRACTOR'S .r....�w:..T........rM.,....ww.Iwl. .: . �...�w.... a'.•w.. .. ....4 w.'w. 21 6. A�..�N' Supervision , W '�w..r k .... 4 ................, ........... .....� ..• ............ �4 �o, 's' r.. r� . �w w w �.:. i� ..........................................1. ', 21 6.2' '.�r'. Sen "hn"" e4s.e by C ".,.a.'ncto . T.......I I* *1 w 041 e. w«w........1 T. w... 4 i..w Mr 01w 4, ai'. ww T..,..... 63 Character oriel.s.............w....ww.w...M....wMT.ww.eN.4.rT...........wM.1.w.lw.w.M...I.4. 64 MIF w. ti.............. CI Furnish.,..,...'w.,w�.,w.w...w.i'Mrw.4..,+..T.......w..•wT..-w...w..'.'.......'.•..a.... ..I..I................,........ .........p.....IF f 2 .5 Materials, andEquipment ..........'..wwl....Ma.ww.ww.w..4..w....w4..M.M.wm wrM..r...w...w. 22 . w Anticipated ScheFwe................. . ... M w M .. Y. . M wM, w Y.. ... .. w. 22 . Finalizing Schedules ................. W,w .Ik.., i..9...'....... ,.vF'...,. ..... i. i. �. �.......�.. w'M.. .. w YW'.. w'F r. �.:. YF �w '.. ....N.'. M �........ a. w .�4 4. I.M *.. w i 6.8 A7,W.W ' s ti ,.. .w Schedules., ......... '. , ........... 4, ......... �. �... w . ,.. '... M �.. �.M, . �. �......... ' ............... 44....wF�'.. •w .r �. M. w w w .... �X' . �.' M' iA w w . i w . al '...' . 24 6.9 * Substitutes or � � -. Equal" � �i.P's ....... I. 1 M, '.. i• Il . I.. .., F .. 4 .. Mh w w w ... w '..., ... '.I '.' '1M .. 464 0. & A .T.x.,........ w. 24 6. Reserved .. w I. w w r....... M.. w' .M . r.' . '4 M IF w w * . a �.:.... a.. w . w Mr 'w 'w w w ................. .., .... 4 .. w ........... M .. w il. 4r ..., ..................... , ' ............. �.I.M 7' 6.11YY .....,.........4i rww.........I....'....'..'..'......w. FrM w.YI.....F.......u.....'.....N.....w .....ww....l....waw....I............ •. MJF �............ '.. 2 7 r ,L. DI 'v*d", 1 1 Lr�TI .g..�, 14,dI1, .�e '4Xrk ....,.....'......i....rww. wr �r..�.:ws..�wrr.Mw..�.4'.a.. �A�w.M•w'�............................................ 27 6.13 S b4ontrac ors........0*..'..A *1.0*w4F.........*..w w...I. w.ww...w....wM... w. w..wMM....Iw..wl.r.IF001 ... .y wl..rwr....T.awq.w#*.* 'w...Ma....a. 2 . Use f Premises.,...,.,,I.........I.....I '........-Www.'......i................'.'......A...I. ..,wow............�.........r.I..'. .rwww.ar. w.a 28 6.15 S dural. .inn 4.........i...�.'�.r..w....'.I..........wr...�.....w.aaw..T....... ...Mww...........,w. wa'waw,w.......wM'wM... ...................,, 28 M 6.116, Record 'W.J'cuments w'......W#.N'Y*«#YYf, �. w'. w. P. 44 r wY.#.#.w.w. W 2 «'�...'.w..'Y'....'«.'...«# #.w..'.. 8 6.17 Safety Protection a'«. .Mw.«.M w... �... .. ..WWi. 'w W'!'Y Y'.Y.Y ,w Y. +IF 'ap W « M w.'k•ww Yp'Y"M•YrM'wwY'w Yw'w w«W.. «';M Y, w.#,M ..w w'w w... iMW. w -.N"........ MwY•##Y# 6.18 Safety Representative..........�M« « w'w .. « ....Y .'........ 219 9 � �� 'w' �'�'+ ��' 'M' 1W M� ....... w rr ....... aw +,. Y . W w w e� ,W Y 'Y rw� +W s Y 'Yb 'ie M « # 'N+ # . ey 9, 6.20 `2 :Shop Drawings 9Samples es 'M #p M� ► W W Nm rN' wn W Y' M w w Y ' w 4 W W' *' « W « W- « +4 W « W �'. � # •W- W �Y'. 'W' . W ... .M.. Y Y Y . r Y . w . « . #'. # w . a 3 w. M. W..' M.'. hop # 2 S ming and S �. ............................... w..w.w.wM1..«#.«YY..W.k..'.YwMs . i...... ...w..31 w Maintenance y" MT- ' ' ywtion .............. :Y i. # Y w '4 Rk' ............. «'M«w.«YY.."WM .w'W.w..w...Y.WY1F 31 6.23 C M i n YwF' i ng the Work ......... IA iM 'Y « w Y 6 ,0 W"P. . NI' 'IF !4 w * Y' w '«' w' Y 0#4-4 M #' !w k Y # N' 6000000 6 # 'w # « « YM' momY M # w W ik 'W 'M I M M M w «• YF 'w i W �' WAN . AN 'Y. �« « 31 6.24 Consent ' Assignment # Y w .. ,Y,. w « . i. Y W M 'M 1M' W M « W IM «Ali iY '.Y Y ' . w . M •! w «' « iM « « .. 4 . « ..: M,..' .. '. M . « ..i . iM ,. ! 0,41 w '... r .. MIN ..' . 'I�W����!/,I' 6.25 U �^ Explosives w 'W AIF M' IY . IM w 'w M CMN M « IM YY W,. �« 'N # iIF Y iY . Y # . Y . Y Y M ... iM # . . .« # « « .. W . M W « « M w w # w' w .. w' Y' «. MN 'Y' 3 2 6.26 C%.d NL .16 Aw M1.Y1. '*y,{ LL rs Records............. '......... 'w W� 'jh' �' 'W M IIF W w «. « # IN 'Y i W YF Y. W W w Y' ........................................ ......... 32 ARTICLE 7 - LAWS :,. :....'«««'w........ 33 4.....4..#' 7. 1 'Laws to "�"' �`.w/ � R'W «: .:. JY 4 �Y.. ib s.wa w iM.1N 33 Permits,, yMw��R�, # 2 AML. ermi t s ,,, Licenses,,, WAiW" tib" e ,,, Taxes ... 'iW 'Y w . ,}' Y M W « M.. a « iW FY w MV 'M w w MN 'Y' r W.F #M' 'iN'w w MB: �W' M �Wr rM w M w r' W INS JM w !M' # « iM «' 3 3I 'M.� .3 P tnte' is s, +M'giMen' als'9w* yes1w^c ssek� r. M« s�M W�f� w «'NWW #«'. Y# Y W' T N�#'SIF.M M M M'IF WM.. M YYw M. wY'W'. M w 40 «M iL 6 «'Ww Y 33 7.4 fC 'M" m pl i a " ce Specifications a Drawings.,....... Y AY .« «' XX #"M ale w #F' « Y . AF ;w « w NF w M ii .. w w 'W W 34 7.5 W5 AS1d; Prevention..........., . F w # .. « YM 4 « Y . #. N' # W' 'YW M M M « w # Y b M . W . M a .M N . w f N « i 9 9' A' '4' 4" b RAF W'Y YW YM Y [ M MN................... 4 7.6 SanitaryProvisions ««YIl'M'"F IY M'MY'IM 'M'W �f '. ..Mer.rYwwY.iW•Wx'««'..«..'W'M««'Y'MW.#.'M'..««'«.MY•.i'Y''. YI 34 7.7 Business Registration.........., ..... 4r r�W M M�.Y M « w «.. w.Y Y,. Y, W, AIS M «'«, �M �w �''Y �« w Y .r Tr•W' w w w w.'w ww�M Y'M �.«;Yw W ww Y w. wF w W «'W f «w .'Y.. r•.e+w'«#«eN �Y w'MFr W N�'� r. �h 'W MAY'34 and . Professional i#ea.lnal Regi t Yan Certification .......... .M. wIN W'Mi.'MYvwww«Yi.r.M ........... 3' Yf . 9 Local Building Cos i f . « . #• w ...... 'IM' iF 'YP 4`. F f' ...................................... ..w«.W.«..«........Y..•W.M'w.w...+.WM M i 3 it r 1 Environmental Quality:Control....,....,,...., ..........WM«' « .. «, « # .. 'Y, Y . 1 !' R' . YM M' W' w '« # w ryN "M . '.e.. W 35 7.1 .A4 Archaeological or Paleontollo"giical DiscMf en,weely ...,Y.Mw'.#'«Y'w..1M'NF1......#'M.......w«........"M..M•.w.. w.I.w#..M....Y 35 7.1,2 Alaska Agricaltural 35 �1...4#...M..;e".#.#.a,,.r.ww..«««.Mw'w~�F'w'iF.w'.fw.IpWYMw 1roW M.Ao.w�F+.�.w"Yk w.iX'.r w.."w..•. 'srwr.IP'' 7-43 Jt', y�"M efere JM i a l Employment MI . M 1. '. Y Y qN rR i .. w . w '. iw Y w' 'Y'.i'r 3, 5 7.14 W ges and F Hours,ofLabor...,, ..W.'M.w.W...«..M..M.R..«.. 'M' .' Y .. M W 4M' Y M M IW . MN w M IIM �M.. .•.. 1... YIY Y M .. W. F 4 «' « J� .... 'Ma . «'. M ....... 35 7.15 Overtime e Work Hoursand, Compensation...., ....................... ..WM...w..Y.......i..wW.................... M w 3 7.16 Covenant Ag$insjContingent FsAt WW...M..i.....e...WMW4.........,.........w.....I.......'........«36 7.17 OfficialsNot J4 'MM AF J.'N.A"�„4 ... w a, ,W .. « .. Y- .. 'W . f AM .......... ............................... . w Mr w. .r. ...... W. rM .'e' w r .. .. M . w .. r ......................................... . , ..... w . . 3 7.8 Personal Liability Public ... w ......"AN M.. M.. 'M' �w �. «.. '.. « . w . # .Y1, .. YF w. �M .. SIM Y� . '.� M JM « A6� NI « .. 1F W' . M �M # '. IN1 W 37 ARTICLE, 8 M..3 OTHER WORK ........... « r f'f �4f « .......'« ..... # f« # # . # .. # .... # w'....'. .. �. +. Mi' .'#, W . 'A' . # W M 'M'Y- w w . iM' . AF•..... # . iY W ... . Y . 8.1Related , Work A Site i....................... . ,Y' w .... ,. ,Y . w r� . « . 41 .. # Y' '•R' NI .. NM 4R' #M Y AN �Y w . w . •« .' # ..I• i. MFW SIN .. Y W ... « .., . iY f: w ..... IM. Y W # 'll .. w W ... NM M . « . MwON YAccess, CF }i#ng, .n Patching....,....,...,., tc I. n.......r,....#MwwM.w.M.#..........M......w.....w. 1....i.w.w...'iF..M...M. Y.«#.r,.. M�. :....�F.w,w.. 3 �1�yry h� 3 Defective Work, s..�...Y............aM.M i.rN..Y:dti''. ..rtlW i.,M«p'IA �M 4.. M�.. .. . „kr JL N�.., � w. IF AF 'W.Mw'...M�W�. ,....;Y ,«A�.".w«#'..3.wMM«�Y Y,Y..a,. x..wa1W.A. w.. Y�.'.'...1MW. 8.4 Coordination . w �4 .� M . ,.1' .. �.. h �F Mr �.. R w .'. « ................... I..................... '....W...r..Ww1.Y.....Y................ ARTIC�LE . :..... ..... lw .. w . « w w « ..Y ..'# ... 9'..... ! w .... f .. # .:. M ... w .... .. '..'...'W W . w .. M w .....! Y... ,# Y ... Y nM . # ... Y .. W'..« ........... 39 9. Borough's ighChange ...............;A .. M w ..,M... W M f,wY.w ................. .« W.......... •Y. ............................ ° y 9 9.2 Authorization of Changes wit the General Scope .............. ............................... A......... 3:9 9�.3 D , e,e ...WM...W'. ..... f. « M... ........... ..'.....�....#.w...... .4. 4... .r .w .... M.,w. iMw.M.' ...... .... «. .. .M ..'... .;. .w, ..1.................................... .........'.«...... .ww.. 39 9.4 Chan ge Order .w..wW..w..................................M..w...#.....Y. 1................ 0 9.5 Shop Drawing Van io 11. dL . •Wi AIY . w . '« M. Y . i. r. i .r . w 'i.' '* YN 'Y '.' •. M I.i ....... wM.W,. iY4 9.6 Changes Outside the General Scope; Supplemental Agreement ........................................ 40 9.7 'Unauthorized �40 9.8' Notification f . . .,..fWr..««.au..w..,..w.M'W.«..'.Y'w+r.wW.«...««w..r. aan,...'.'«.«„s«.#.w,al.r.'F'sw'.w•MM�...'N. I... W'W .X.M.p.AM M.rMWr....w Surety..r..YYw...'�N.w.wM1««M'w..,. Atl. :. w. W'.4.. «y.......Yw..1.W w.. 111,,,�.J" '1 !! ;i' '..' . '....... w .....' .' •. '..... # ;....Y, .....Y.. Y .. ,w .. Y M . '.... # .. 'M. '... 9.9 Differ Site ......." W.'.. R..w...... w. #...... w.. W... .".. #'... Y'. ►'.'w..«....w w.Y «Y .... .. .. ... M 1 C I CONTRACT CHANGE, 41 .�Iww,Il� �.;jwWW 1 w 1 Price., Contract cfie. ,.... PM..RWM.......M'. . M . w ... Al . M M� dIX" MFM W �+w MI W M M 'iw M Mfr ! P MI' '#1' "M' IM iW M M' M IM NF r� i ! 'M �MI T' 1q i W wr w"� wL JF' iF W W wt w� +M W MM 1F' 'Nk N! 'W 41 ' w i. Claim ce Changs ...... . . 41 M Change�e Price ". ete �I i y� 'w.M , 'M �w W !' . w' W Mlk Mh M M +R"T} M, M 'W MI" #! MY iY� +w 'M! W W 'W AY' 'w M, W N� M w w �W W 411' YF M Ii *F W R1 QIP � iW' #V #' Iw W W 'M M w Mill w� 'W Bi I� Yli iIF� � M i. YR, W d6'1� �W iM *Ib iW � NF ��M N' IF' 1w M ! . C i� 'NY "�6.iM' ,www , e Work ...... '11' {Y1 'Ik' �F� MN M w �w w ... a� �w R 'M NF 'M W XF M 'IN' Ai M' �N f� "w' �W'. M 1!' wh M M ii' +M M" M �M N 'w M' Ak MF M W M IM #F Iw M� �W W' wr M w M` M' M. w Mb ;y' �M �1 Ip 'µ M'. 'W iR IV XE 'w T' ti! W ! �!' '1A Xp' M �w i1M lY� W tiw iF wV 'M M W W w 1�W' MM Iw N1' i MIF NF N 2' 106 y� i V' 'w � ExckMl wMRa d' Costs I ........ �M M' 'W rk IIM N11 YM ilY 'INM !i ....... .. f.... T w' 'w w Iw w N1 Ik '9h iIY .NI AF w YA �Y Fk 'W iY' W' NM N! T s1 'qM.. T w' i '.Ti T pP w1 'AN w #' iT1 �!' FII% � iT NI' Ti T �T"M.: !1 IW tlF Wlb w T . �..W . i� 'w Al N s� #� VM ! T. w 'M Mi . W 'M .. w' w' M M . W . W M ... '. ' .. 4' 10.6 Contractor''Fee........ .' ,W nil .... �. �.. '......................... w, . '�r. .M� � "W.� app Vii. W� 'w w1� W W M w, M: >tlw �N' ✓w 'w ,M' W '�� �i� w' '!""'� �' dM �F T... w w w W M w 'M W W' ..i... w W .... w' .. M .. "...! wr W "R, w� ie' W' w� 4 4 .7 � +1 Breakdown eI. ".�wF"'+I`d w �dl� MMX +w". w �'..... M1 . �... W . 'w . M' . w �.................................. .. '' 'M �W nw Mr 'w M..T' M AN MF MFS'............ ' iu M' 'i - I M NM .. �M w 'M - w w - - M� M '*' � MF 1M' .F'M 11 dl'. Y T' W�er� w 8, .............. fw+AM 4 ''A1 r�4 A low W�4�.��.............. 1� w' �I' ,N1' . A�. �Mu �: M1� 1�h M? �! '#i w *� 'W W' M M W W M M' . ' W w ........ ' �w. '! w ,w"nW 'W ' � ........... �w . w' '+w T' 'w M M M� ! pr W ....... ' ' wr 'M W. �1 �r �R w e" '�� w M T' aw.� y.�" "b.' 'M Unit M ce Work SM ................ ......... ......... ......... ........ iw . ,......... ............... 45 . for Determinations 3.F Prices w' w. ............... �....... �'Mti� ......... �iir a. tl.F 'T' "'�". '. a .. +T"SIF '. N! . 1T' iM '..M M M .. �M M ! .. �... w . W M M. 'T . i... ! M . W' . M M Mi . M' .. 6 ,ARTICLE, - ... !' R �" TIME: .. ... : 1 COMPUTATION �' M �T� yY MX i. W �. . f W ... W' 'i i' AI. i'. M . T w. R. a.IF M AND 46 »r 1 '. C'^IW' . I "�. ence m :ens d4 Contract "e ............ ..wF W . W W 1. M #h MF R MP. #M AI' M M' W IW 91 'W Wi'..';M w' M Iw �M 'M M' ........... iM M M . M M. T. W M W ,M iw 1� '11 'w. ....... y:. 'T •.'. +!1 ...... ' A 6 +. 1 'T Starting Work T' WI M M. 4 ... I* ... ! 'M dN MI . W IA W' 'w . M iR Ak #' '!M M MI"+!"'MI1 M Mh'... - . IT w1 .. IR * w1 # M * I . IR !F ! M iM . W !. 4 1.. '! Ik 1111' NM d! iT W1' * . 1f' W' W 6 % M . ! M !'. FYI. M 11' M 0 IM' '.' M . 0 * 46 113 1 �Fw M.' I mpugpati Contract M'e.lpXM'1F.W#*#Mr M'W''i'w.+#:W*4*d lWW'40.+..W IW.woW+w,%##'M9ow1W'.. MFXMw,wM'MFM'..w 1. 1 r.4 Time Change...........,........ .............. ...... .....M..XX'.."ilw.M..........rt.'...M.MI...M..'R'wM.M.'w..'.MMM...nll. ". M.... .'..w........w. iR.M .. �" 11-5 Extension e ' Delays D'w+ y ............... ............ W...IIF..MiW..M..MM.........! .Mh 1Y'M' M.... I. ii, 7 11. 6, Essence fContract.........-..: ' ............ ' 1W . W . M . I...... !......' .' I., .....Y.M..MM..M . wL YW............ . w' . WN .. ! N• 'MI. MI.. M M ....................... 4 11.7 '�. � ......... '.....' ...' .. W'.... i' . MM '. i...' . "... 1! w w ." w . M M .. w .' .. 'W .. w .. !.. W w .. ....... �.'...' ! w w 1. Reasonable Completion 7 elay..... . w .w wM +M.. ...4 a . X . w.. ................. ...I............... a.w ....... l it M P.9..wu T E 2 ,.wi4,r � � �. ar .. w +W ..� aR' . �Xr R .W +. �+W 'w; .. '. ,. w '...6 .'1. X....' w .� �W Tn aX� w . ';! M1 wn M M ,..1 r . w X1' ,. �w w. r: aw 'T� . M . w . �. w 'Iw '�.� W' r. wl M aF w .' .wr . wF 'wl '. r .. A' "'�.mak , �1" ', . '.'.... s.....w"w.W...w'w. .'... M.w.MMM.'M.M....,.'..w...W.....'..W. �...'•...�..'..... ... w., r..MMM.l..'.....'..T �.•w..'..'..rWw. Mw.'. Warranty JAL dk �'w.,�.F' 122 Access, to ........ r ........ . ......... M 8, 12.3 ywM',^W,�p, Testsn".w'�' MScove'W 1. # g Work . wi.. W NF� YW W ti1F..M tiw M 'w,� . W M M M w .+ M/ NP '. '..... $I1 .. AI ! ....... ' F ........ . ....... MTX' M' M W J. w ........ ' "M .. '.' 1M1 MIF %.. pIP W #' M'..'. AF ti11 +YF �. W iM M' . ..... M W k1 W .....' w T T w• ..' ' 12.5 Borough h y Stop, e, rk M............. M... ..wM. M.. W..tl 1.M�MY'.'. wi.'1 4W XN............... M. M...A ................ M......w 5 . � f ea e v rk .. .............. ' . Aq P . W M . P . 4 .. R ........ .. k .. w M ... 11 ...... M .. M. W W . ! #5 .. Correction n o RemovalPeriod.,,........, W5 0 12.7 '� e Year Correction' i. er o . ,, I. T .. M...... 1. 'T M 4. '.. M• . !....!MIM '....... 'M Mi NX Ni' 1.' ............. ..AIF!.M............ 51 -50. . Defect Acceptance f ve JL M '.M W ....w . 4 .. M M.. W '. w, +w M M W M MW. '! W J. ! M1 ..: '!.i Mk i Mr M W dF `M' '. M ;w' MF .Y W #Y W ..., .. !. III% d..... M IA... M ..... M1 ..................... 51 . Borough y Correct .efect ei T .. M. + M. ...MP W ... '...AM o * Mw .. M * M '. I .. Mw w. 4 4 .w ..... w . T . 4• ...Aw * + M M F W MMM W .. ,M M: M M w .. W & M M . . 'X. - , '' COMPLETION..... ..........M .... M<..... ARTICLE 13 TO AND CONTRACTOR 52 13. IW `al Schedule f '. .... ......... ............ M M M'M .' M' ..M w Mi.. M . MF M . R .. M. '.... M' ..P---. . ..'............WW1... kl iw . w '.. ........ MM JW .i w .. .. I. XM,... #Yh . M..i1N M6 .' MI 2. 13.2 Preliminary lig" ary 4yme.ns'52 .. w 4 pM cation For . Ms s Payment ..... wM . W M .. M w !............ MM . ..... M . ti. .: M .......w '..'.....w w 52 3.'. ��Ms..W�WM' �.p.c,�.IM�' M`�rr,.w .rM■,rY��' r Review MJ Application '+,.M'� Progress Payment........., .................................I ...............'IRwW.I.'..............w.........'M.......... .ti- 13,5 Stored,Materials and Equipment. I � I a' M . a. w :.:... ��....' :........: �................. w1. ;Xr. w ...... w. i. !.' �. '. n.. w, w w .� M. i. 'w rW r w M� r .' w r..... w ! 'X6, .' ., * ... •. w s.' 5 3 13.6 C n arc p�l'.,1N�J4 's, Warranty of wN."•' ;DIY tie' . �..:M. M. ! M ..' '..y. 'W aF . '.' � � w' W �w M M: M ............... � N . �! . 1k .' w' . w Ni, .1. W W r.. IWw +M ....... ....k w' .... '.. ,+. '. M '..M w. '.. s• .� �. i....X' au M� .' w M 53 ldin131.7. h'v.,.Pr g of Payments m •Mw. is .. wY,.. .. 'w .w. AX'w W. M'M MW......'T. w.'...'.....Iw.+.....MW .WY.MM�IIN .,M..h 4.. M: .1 a.'.'. ........ .'w.4 M'! wJW MI r!'. M' w. gbMi W1. W F. wdN 'X. .F i'M. 'w' Ae .5'+3 ,. ag... � � w T . w w..... AI..W ... M� ..6 ,. w ... M '.......' wtl M ..' . �... .. '.. '. �'.......' . w . !www ..... w w ... W . W. w +.' ..W w w w w w M' '... W ..... M+T .. w .... '�...'. M w' .' . M .. M . w ......." .... ! w M. w MMI. 3. Request for Release Funds.. .7...w..1...' ...... '.N.............F.1.#.M...'...I........MIF..1,....'V.M.M..-M M.'.WM. 54 13.10 .L.NF s w" al Completion.. l ets .n ......... ....... w ..... ........ ..... na C ' ......... ......: � 5 .J ,CCC ccess Following Substantial .Completion M.M.NMM MM+wWW..I...vIkM.. + 5 w w. 2 Final .......' ...... ' iM'. IX. fIq w".. wI M M M W . ! '."1.. M W ... �.1 A w M. w' V. �... 11h M' . w M. w. M..M ...w iw . do ,w .... M. 4tl M .� ! Mp M 55 113.' 3 Final Completion a Application for Payment....,, ..1.'....rtww.w.+..+I..w.1.'.'d..M...W:.4....r...'. W....w ..F..'M.Mww.'+M.. ...•�W♦ 'w' w�' 13-14 A:, 3 . Final ,Payment...,.,.,..,... ......... wr 'M ! w'•., ..� '.. T 1,3. Final .� �C JI�.�"M.:.y111.Mi.wMr'1..6.'M1...W1.a.d!•.."..N+.'.N wnw R'MMIp.w.WMM,. �FMWM.r'.6.'..1..n.M.. MMM M"1..We....1...'. 1W aIF..Mw.M:..w.'i'.M.'MMIW t.'MWr'.w .... r......�.. .w.w''ww..Ww 1 R 1 i R V . . . ...... Wherever u, sed in the Contract Documents the following terms, or pronouns in. place of them,, are 6, used, the intent or meaning, unless a different'Intent or meaning is clearly indicated, shall be interpreted as set forth below. 0 The titles and headings of the Sections, Subsections and Articles herein are intended for convenience of reference and shall not be considereld as having beafingi on their interpretation. Whenever used In the Sitications: or other Contract Documents the, to wing terms have the, meanings indicated which are applicable to both, the singular and plural thereof. Working titles which have a masculine gender are intended to refer person of either Sex. Addenda - All ckudfications, corrections,, or changes 'Issued graphically or in wfiting, by the Borough after the advertisletnent but, pn'or to the opening of proposals. Advertisement - The public announcement, as required by law, inviting bids for work to be performed, or materials to be, furnished. App,11"cation for Payment - The fonn provided by the Borough which is to be used by 'the 4 Contractor in requesting progress or final payments and which is, to include such stipporting documentation, as is required by the Contract Documents., Approved or Approval - Wn'tten approval by the Contracting Officer or his authorized representative as defined 'in Article 2. L Architect - The person or firm retained by the Borough to provide architectural and, related services., A01S. - Initials which stand for Alaska Statute. Awa,,rd -The acceptance, by the Borough, of the successful bid. Bid Bond - A type ofiProposal Guaranty. Bidder - Any indduaL, finn, corporation or any acceptable combination thereof, or J'oint venture, submitting a bid or proposal for th e advertised Work. 111111111��1111 11qrpq111 rfl) L Change Order - A wrlitten order by the Borough d 'irecting changes to the Contract Documents, within theirgeneral scope. Borough - The Kodiak Island Borough. References, to "Owner" and "'Contracting Agency" mean the'Borougb. Conditions of the Contract - Those portions, of the Contract Documents which define the, rights 0 and responsibilities of the contracting parties and of others involved in, the Work. The Conditions of the Contract include General Conditions, Supplementary Conditions and other conditions. Consultant The person,,, firm, or corporation retained directly by the Borough or its Project 0 Manager to prepare Co ntract Documents, perform construction aa, i,ni,str�ation services, or other Project related services. Contract - 'The written agreement between the Borough and the Contractor setting fortb, the obligations of the parties and coviering the Work to be performed, all as required by the Contract Documents. V Contract Documents - The Construction Contract form., Addenda,, the bidding requirements and Contractor's bid (including all appropriate bid tender -forms), the bonds, the Conditions of the Contract and all other, Contract requirements,, the Specifications, and the Drawings furnished by the Borough, to the Contractor, �together with all Change Orders and documents approved by the Contracting Officer for inclusion, modifications and supplements issued on or after the, Effective Date of the Contract. Contracting Officer - The person authon*zed by the Blorough to adrrliniister the Contract, 0 behalf of the Borough. The Contracting Officer has authority to, make findlings, determinatiom 0 -P and, decisions with respect to the Contract and, when necessary, to modify or terminate th Contract. The Contracting Officer is identified on the Construction Contract form. I Contractor - The individual, firm, corporation or any acceptable combination thereof, contracting with the Borough or perforn-iance of the, Work. Contract Pn*cetotal moneys payable by the Borough to the Contractor under the terms A the Contract Documents. I Contract Ti*mie - The number of Calendar Days or, the day specified in the construction, Contract and, authorized time extensions which identify how much time the Contractor 'is allowed to achieve Final Completion. Cutting - Removal of in-pla,ce construction necessary to permit installation or performance o1i other work. Defecflve - An adjective whi"ch refers to Work that 'is unsatisfactory, faulty or deficient ' or does not confonn to the Contract Documents,, or does TIO'tmeet the requirements of any inspection,, in reference standard, testis or approval referred to in the Contract Documents,, or has been damaged priori to the Borough's approval of final payment. Directive - A written communication to the Contractor from the Contracting Officer *interpreting or enforc'n 1 g a Contract requ*rement, or ordering commencement of an tem of Work. Drawings - The drawings which show the character and scope of the Work to be performed, and which, have furnished by the Borough or the Borough's Consultant and are, by reference made ,part of the Contract Documents. EiMctive Date of the Contract - The date on which the Contract is fully executed by 'both Contractor and the Borough. Final, Acceptance - The Borough's wn'tten acceptance of the Work following Final, Completion and the Plerformance of all Contract requirements by the Contractor. Final Completion - 'The Work (or specified part thereof) has progressed to the point that all, 4, work, is complete as deternuned by the Contracting Officer. IF New Year's Day — JanuaryPresidents Da — Third Mond" in February y 3. Seward" s Day �— Last,Monday in March 4. Memorial Day — Last Monlq,.ay in Ma I 5'. ndependence Day — July 4 . .............. . . . .... . 6. Labor Day —First Monday in September .7. Alaska Day — October '18 8. Veteran's Day — November 1, 1 9. Thanksgiving Day — Foul '11ursday "n L 101. Friday Following Thanksgiving Day — November Fourth Ffiday in November 1 L, Christmas Eve — December 24, V,2Day Off 12. Christmas Da, December 25 13. Every day designated by public Ii I proclamation b i the Borough Assembly,., Y 111111 . If'any Holiday listed �above falls on, a Saturday, Saturday and ;the preceding Friday are both, legal Holidays. If thie Holiday should fall, on, a Sunday, Sunday and the following Monday are both legal I-Iolidays. Install - Means to build into the Work, ready to be used in, complete and operable condition and P in compliance with Contract Documents. Invitation for Bids, - A portion of the bidding documents soliciting 'bids for the Work, to be perfonrned. Notice of Intent to Award - The written notice, by the Borough to all Bidders identifying the apparent successful Bidder andestablishing the Borough's intent to, execute the Contract when all conditions required for execution of the Contract are met. M Notice to Proceed - A wn notice tothe Contractor, to begin the Work and establishing the date on which the Contract Time begins. Patching - Fittiong and, repair work required to restore surfaces to original conditions after ,4, installation of other work. Payment Bond - The secufity furnished by the Contractor and its Surety to, guarantee payment of the debts covered by the bond. Performance Bond - lhe sectifity furnished by the Contractor and its Surety to guarantee performance and completion of the Work in accordance with the Contract. Project, - The total construction, of which, the, Work performed under the Contract Documents is the whole or a part, where, such total construction may 'be performed by more than, on(;� Co nuractor., Project Manageri - Tbe authorized representative of the Contracting Officer who is responsible f6r administration of the Contract. Proposal - 71be offer of a Bidder, on the prescribed form to perform the Work at the prices ,v,uoted. The'Proposal may also be refeirmd to as the Bid. Proposal Guaranty - Ihe security furnished with, a Proposal to guarantee that the blidder will enter, into a Contract if hiis Proposal is accepted by the Borough. V Regulatory Requirements - Laws, rules,, regulations, ordinances, codes and/or orders. RFI, - Request from the Contractor seeking interpretation or clarificatiOn of' the Contra,., Documents. I Schedule of Values - The Borough", s document, subr-Mlitted by the Contractor and reviewed b 0 the Contracting Officer allocating portions of the, Contract Pfice to various portions of the wor which shall serve as, the basis for computing payment and for, establishing the value of separat 6 items of Work of which comprise the Contract Price. Sho,p Drawings,ter, diagrams, illustrations, schedules and other data which ar specially prepared by or for the Contractor to illustrate some portion of the Work, and, al illustrations, brochures, sumdard schedules, performance, charts, instructions, diagrams and othel� information prepared by a Supplier and submitted by the Contractor to illustrate material equipment., fabnication, or erect, ion for some portion of the Work. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of matefials, equipment, construction systems standards and workmanship as applied to the Work and certain, administrative and procedural details applicable thereto. Specifications may also be referred a Project, Manuals. E Subcontractor - An dual, firm, or corporation to whom the Contractor or any other Subcontractor sublets part of the, Contract. Substanfial Complefion - Althoiugh not fully completed,, the'Work (or a specified part thereof) has progressed to the point where, in the opinion of' Borough as evidenced by the Borough's written notice, it is suff iciently complete, in accordance with the Contract Documents so that the Work (or specified part) can be utilized for the purposes for which Ift is, intended. The terms 'I'Substantially Complete" and "Substantially Completed" as applied to any work refer to I S ubstanti al Completion tnereof. Supplemental Agreement - A. written agreement between the Contractor and the Borough covenng work that, is not within the general scope of the Contract. Supplementary Coniditions - The part of the Contract Documents which amends or sq plemenits these General Conditions. p Sppfier - A manufacturer,, fabifiat or, distri"butor, mater alma or vendor of matefials or equipment. M, Suretycorporation, partnership,, or individual, other than the Contractor, executing a bond funil'shedby the Contractor for the benefit. of the Borough. UMt Price Work - Work to be paid for on the basis of unit prices. Work, - Work is the act off, and the result of, performing services, furnishing labor,, furnishing 1% and incorporating maten*als and equipment into the Project and performing other duties and obligations, all as reqw.red by, the Contract Documents. Suich, Work, however incremental, will culminate in the entire completed Projea, or the va,n*ou,s separatelyidentifiable paftsthereof., I Jmllr%� I 1,11111, RIM 2. 1.1 The Contracting Officer alone shall have the power to bind the Borough and to exercise the, rights,, responsibilities, authorities and functions vested the Contracting Officer 'by the Contract, Documents,, except that the Contracting Officer shall have the right to designate in wfiting authofized representatives, to act for him. Wherever any provision of the Contract Documents specifies an individual or organization, whether governmental or Private, to perfonn, any as on behalf of or *in the 'interests of the Borough,, that individual or organization shall be deemed, to be the Contract i"ng Officer's authonized representative under this Contract but, onlyto the extent so specified. The Contracting Officer may, at any, time during the, performance of this Contract, vest in any such authorized representatives additional power and, authority to act for the V 01 0 Contracting Officer or, designate additional representatives, speciiying the extent of their authority, to act for the Contracting Officer; a copy of each document, vesting additional authofity Eff 4 W in or removing that authon'ty from an authorl'zed representative or designating an addi"tional authorized representative shall be furnished to the Contractor. The Borough Manager; reserves the right to appoint a new Contracting Officer without affecting any of the Contractor's obligatio'ns 'to the Borough under tW s Contract. III The Contractor shall perform the Work'in accordance with any written order (including but not firnlfted to instniction., direction, interpretation or deternunation) 'issued by an authorized representative in accordance with the authorized representative"s authority to act, for the Contracting Officer., The Contractor assumes all the fisk and consequences of'performing the Work in accordance with any order (including but not, litm"ted to instruction, direction, interpretation or deterrminati0n) of anyone not, authorized to, issue such order, and of any order not in wfiting. ,2.1.31 Should the Contracting Officer or his authorized representative designate Consultant(s) to act for the Borough, as provided for in Paragraph 2.1.1, the performance or nonperformance of the Consultant under such authority to act, shall not give rise to any contractual obligation or duty of the Consultant to the Contractor, any Subcontractor, any Supplier,; or any other organization performing any of the Work or any Surety representing them. 2.2 Evaluations, by Contracting, Officer: J, 2.2.1 ;The Contract Ing, Officer will decide all questions which may arise as to.* a. Quality and acceptability of maten"als fumishied- b. Quality and acceptability of Work erformed- p C. Compliance with schedule of progress; d. Interpretation of'the schedule of progress-, e. Acceptable fulfillment of the Contract, on, the part of the Contractor. 2.21.2 In order to avoid cumbersome, tenns and confusing repetition oessions inf ex i # prthe Contract Documents the terms, "as required," "' as approved" or terms of like, effect or import are, of used, or the adjectives "reasonable, suitable, acceptable,"' proper or satisfactory or adjectives of' like effect or import are used it shall be understood as if the expression were followed by the wor,Contracting Officer. 11 When such, terms are 'used to describe a requirement, direction, review or judgment of the irement 1 0 Contracting Officer as to the Work,, it is intended that such requ* *rection, review or judgment, will be, solely to evaluate the 'Work for compliance with the Contract Documents, "F%0, (unless, there i's a specific statement, *Indicating otherwise). 2.2.3 The use of any such term or adjective shall not be eftective, to assign to the, Borough any 0 duty or authority to, supervise, or direct the furn,ishing or performance of the Work, or, any duty or authority to undertake responsibility contrary to, the proVisions of paragraphs 2.3 or 2,A. -32 V Means and Metb,ods,- The means, methods, techniques,, sequences or procedures o construction, or safety precautions and the program incident thereto, and the failure to perform ol 11 furnish the Work in, accordance with the Contract Documents are the sole responslibilifty of the Contractor. 24 The Contracting Officer may make visits tothe site and approved rem, ote storage sites, at inter,vals, appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine,, in general if the Work is proceeding in accordance, with the Contract Documents. Such observations or the lack of' such observations shall in no way relieve, the Contractor from his duty to perform, the Work in accordance with the Contract Documents. - - ----- - --- 3.1 Incomplete Contract Documents:, T1 he submission of a bid by the Bidder is considered a representation tbat the Bidder examined the Contract, Documents to make certain that all, sheets and pages were provided and that the, *Bidder 'is satisfied as to the conditions to be, encountered lin performing the Work. The Borough, expressly denies any responsibility or liability for a bid submitted on the basis of an 'incomplete set of ContractDocuments. 3.2 Copies of Contract Documents.# The Borough. will provide electronic copies of Contract Documents,., Contr actor is responsible for furnishing all needed hard copies of Contract Documents at its own expense. C3 Scope of Work-. The Contract Documents comprise the entire Contract between. the Borough and the, Contractor concernin the'Work. The Contract Documents are complementary; wbat is called for by one i'S as binding as ifealled for by all. The Contract Documents will be construed in accordance with the Regulatory Requirements ofthe place of the Project. It is specifically agreed between, the parties executing this Contract that, it 'i's not intended by any of the, proVisions of the Contract to create in the public or any member thereof a third party benefit, or to authorize anyone not a party to this Contract to maintai'n a suit pursuant to the terms or provisions of the Contract. 3.4 Intent, of Contract Documents: 3.4.1, ',It is the intent of the Contract, Documents, to describe a functi*onally complete Project to be constructed in accordance, with the Contract Documents. Any work, materials or equipment i that may reasonably be inferred f kom the Contract Docu ments as 'being required, to produce the intended result, will be supplied, without any adjustment. in Contract Price, or Contract, Time, whether or not specifically called for. 3.4.2 Reference to standard Specifications, manuals or codes of any technical society., organization or assocliation,, or to the, Regulatory Requireme nits, of any governmental authority, 12 W 15 Discrepancy in Contract, Documents.-, oil I F all 3.5.2 Discrepancy - Order of Precedence: 61 'When conflicts, errors,,, or discrepancies within 'the Contract Documents exist, the order precedence from most governing to least governing will, be as follows,: Supplementary Conditions General Conditions Technical Specifications Drawlings, (recorded. dimensions will govern. over scaled dimensions, large scale details over small scale, schedules over plans, structural, drawings and mechanical and electn"Ical, drawings over architectural drawings) 3.6 Clan* fications and Interpretations (RFls)1: The Contracting Officer will issue with reasonable promptness such written, clarifications or interpretations of the requirements of the Contract Documents as the Contracting Officer may determine necessary, w I hi"ch, shall, be consilstent. with or reasonably inferable from the, overall intent ofthe, Contract Documents,. 13 A,. RFIs shall originate with Contractor and be submitted simultaneously to the Contractinig Officer and the Architect. RFIs submitted by entities, other than, Contractor will be returned with no response., Contractor shall coordinate and submit RF1s, in a prompt manner so as to avoid delays ire Clontractore's , work or, work of subcontractors. B1. Each RF1 is to include a detailed, leg1e description of item needing interpretation and the following.: Ll Project name. 2. Date. 3. Name of Contractor,. 4. RF1 number', purnbered sequentially. 5. Specification Section numbler and title and related paragraphs, as appropriate. 6. Drawing number, and detail references, as appropriate. 7. Requested response date if other than, allowed by this Section. 8. Field, dim, en ions and, conditions, s appropriate. 9. Contractor"s, suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Pn*ce,, Contractor shall state impact lin the RFL 10. Name of person preparing RF1 for Contractor. 11. Space for Architect's response. 12. Space for name of'person preparing response for sub consultation. '131. Space for person reviewing response for Architect. 14. Date of Architect's response. 15. Space for listing Architect's, response attachments, if any. 16. Contractor Attachments-., Include drawings, descriptions,, measurements, photos, Product Data,, ShopDrawings, and other information necessary to fully describe items needing interpretatiOri. 17. Architect's Attachments.- Architect may attach drawings, descriptions,, measurements, photos, Product data, Shop Drawings,, and other information necessary to fully, describe items needling, interpretation. C. Architect's Action-, Architect will review each RFI,, determine action required, and return. it to the Contracting Officer,. Allow seven working days for, Architect's response for each RF1. RFIs received after 1:00 P.m. will'be considered as received the following working day. Architect may request additional information, in which case Architect's time for response will start again. receipt of Contracting Officier's action, update the RFI log and 'Immeori distribute, the, RFI response to affected parties. Review response and notify Contracting Officer within 72 hours If Contractor disagrees with, response. The following RFs will be returned without action,. a., Requests for approval of sub`ttals. b. Requests for approval of substitutions. C. Requests for adjustments in the Contract Time or the, Contract Price. M -A -Requests for interpretation of Architect's actions on, submittals. e. Incomplete RFIs or RF1s with numerous effors. In 2. Contracting Officer's actio on RFIs that may result 'in a change to the Contract Time or the Contract Price may be, eligible for Contractor to subrm*t a Change Order request. If Contractor believes the RF1 response warrants change in the Contract Time or the Contract, Price, nouffy Contracting Officer in wfi'ting within 10 days of receipt of the RF1 respOD,Se. ,g Prepare, maintain on-site, a, hard copy tabular log of RF1s, organized by the RF1 III number. Log shall "Include identification of related Contract change document and Proposal Request as appropnate. C7 Ownershlip and Reuse of Documents-, 0 Neither the Contractor nor any Subcontractor, or Supplier or other person or organization 0 performing or furnishing any of the Work under a direct or indirect contract with the Bor ough shall have or acquire any utle to or ownershi*p filights in any of the, Contract, Documents on extensions of the Project or any other, project without wfitten consent of the Contracting Officer. Contract Documents, pre: ared, by the Contractor in connection with the Work shall become the �p property of the Borough. MW Nil .......... ...... ................ ......... ........ 4.2 Visit to Sil%i 0 The subnu*ssi*,on of'a bid by the Contractor is considered a representation that the Contractor ha visited and carefully exami"ned the site and is satisfied as to the conditions to be encountered i performing the Work, and as to the requirements of the Contract Documents. 4.3 Explorations, and Reports-. Reference, "is made to the Supplementary Conditions for Identification, of those reports, of explorations and tests of subsurface conditions at the site that have been utilized by the Borough M in preparation of the Contract Documents. The Contractor may for its purposes rely upon the, accuracy of'the 'factual daita contained in such reports, but, not upon interpretations or opinions drawn from such factual data contained therein or for the completeness or sufficiency thereof. Except as indicated in the immediately preceding sentence and 'in, paragraphs, 4i.4 and 9.9, Contractor shall have full responsibility with respect to surface and subsurface conditions at the site. 4. 4.1 The horizontal and vertical locations of' known underground, utilities as shown or 6 indicated by the Contract Documents are approximate and are, based on information and data, furnished to the Boroughby the owners of such underground, utilities. I MA A a. Reviewing and checking all information and data concerning utilities. b., Locat*nI n t I g all u derground utilities, shown or 'Indica ed, 'n the Contract Documents which are affected by the Work. C. Coordination of the Work with the owners of aJI utilities duri*ng construction. d. Safety and protection of all ut ilities as proviided in paragraph 6.17. e. Repair of any damage to utilities resuit i ing from the Work m' accordance with 4.4.4 and 4.5. 4.4.3 ]FI'T"ork 'is to be performed, by any utility owner, the Contractor shall cooperate with such owners to facilitate the Work. 4.4.4 In the event of Interruption to any utility service as a result, of accidental breakage or as result of being exposed or unsupported, the Contractor shall, promptly notify, the utility owner and the Contracting Officer., Ifservice, is interrupted, repair work shall, be continuous until the service is re,stored. No Work shall, be undertaken around fire hydrants until provisions for continued service, has been approved by the local fire authon'ty. 4.5 Daffiageld Utilitiel&4-1 When tilities are damaged by the, Contractor, the utility owner shallhave the, choice of repairing 0 the utility or having, the Contractor repair the, utility. In the following circumstances, the Contractor shall reimburse the utility owner for repair costs or provide at no cost to the utility owner or the Borough, all materl*als, equipment and labor necessary to complete repair of the darnagel'.: a. When, the utility is shown, or, indicated in the Contract Documents., b. When the, utility has been located by the uglify owner. C. When no locate was requested by, the Contractor for utilities shown orlindirate d In the Contract Documents. d. All visible utilities, a e, When the Contractor could have, otherwise, reasonably been expected to be aware of'such utility. 4.6 Utilities Not Shown or hidicated: MIMMO 1 411 II AL M M a 4.7 Survey Control: 4.8 Responsibility for Damages and Repair by Contractoi The Contractor shall be responsible for all damages to property, injury to persons, and loss, expense, inconvenience, and delay that may be caused by or that may result, from any act, omission, or neglect of the, Contractor, 'Its, Subcontractors,, or its employees in the performance of' the Work. It is, specifically understood between the parties executing the Contract that the Contract Documents, do not make anyone a third -party beneficiary, nor does the Contract autholize anyone not a, party to maintain a lawsuit for personal i'nj*un'*es or property damage,. All damage and injury to property that, is, caused by that results, from the carrying, out/of tht, A, Work, or from any act, ss n, or neglect of the Contractor, its Subcontractors,, or its 17 IMP .......... W LW�P � Mk -A wir % - mL-_ ^ It 'In applying the above provisions, the repain*ng, rebuilding, Or, replacing ot aamaged property 4 shall be understood to, include the providing of any -temporary facilities that may be needed to maintainnormial, service until, the required repaifing, rebuilding or replacing is, accomplished,,,. 5.1 Delivery of Bonds: When the Contractor delilvers, the, executed Contract to the Contracting Officer, the Contractor shall also deliver to the Contracti"ng Officer such, 'bonds as the Contractor may be required to, funish 'in accordance with paragraph 5.2. a MIL 111R, I 111111M III 1 111111 011111118aa= A � I a V W W A 18 An *ndivida ul Sur, ety may be replaced by e a, cor rety during the course of the Contract poratSu penod. If the Surety desires to dispose, of the, collateral posted, the Borough may, at its option, accept substitute collateral. 1t1qV*zz1gMBB= oil sill ri ...... . . . . . 5.4.2 The Contractor shall mai*ntain, the, following policies of insurance with the specified minimurn. coverages and 11mits'in force at all times dun*n,g the perfor mance of the Contract. - Workers' ComiDensation: As required by AS 23.301.04,5j, for, all employees of the Contractor engaged in work under this Contract. T'be Contractor shall be, responsible for Workers' Compensation Insurance for any Subcontractor who performs, work under this Contract., The coverage shall Include': a. Waiver o�f subrogation against, the Borough-, 1P biEmployers Liability Protection at $500,000 each accident/each employee and $500,000i policy 11mi't; IC. United States Longshore and Harbor 'Workers' Act Endorsement, whenever the work, involves activity over or about navigable water; and, d. Maritime, Employer's Liability (Jones Act,) Endorsement, with, a minimulm limit Of' $1,000,000, wheneve ( a' water. 21. Commercial General Liability-., on, an occurrence policy form covering all operati*o-ns with combined S1111glie. limits not less than: a. $1,000,000 Each Occurrence, - b. $1,000,000 Personal Injury; C.; $2,000,000 General Aggregate- and d. $2,000,00O.Products-Completed Operations Aggregate. I Automobile Liability: covering all. vehicles used'in Contract work, with combined single limits not, less than $1,000,000 each occurrence. ED 4. Umbrella Coverage: for Contract amounts over $5,000,000 not less than $5,000,,000 umbrella or excess liability. Umbrella, or excess policy shall include ,products liability completed operations coverage and may be subject to $5,000,000 aggregate limits. Further, the umbrella, or excess, policy shall contain a clause stating that it, takes, effect (drops down) 'in t,he event the primary litmits, are, impaired or exhausted. The Borough shall, be named as, an additional insured on policies, required by paragraphs 2 thru 4 above. All of the above insurance coverages shall beconsidered to be primar� and y 'butory to any other insurance carri-ed by the Borough, whether through self-insurance noncontri or otherwise. f -n any contract or agreement with subcontractors performing work,, the Contractor shall require that all indemnities and waivers of subrogation it obtains, and any stipulation to be named as an, additional insured it obtains, shall also 'be extended to waive fights of subrolgation against the Worough and to add the Borough as an additional named Indem-nitee and as oriditional insured,., !be apparent liowi bidder shall furnish evidence ofinsuran ice to the Borough before award of the Contract. T, he, evidence shall beissued to the Borough and shall be a certificate of insurance the policy declaration page with all required endorsements attached and must: 1. Denote the type, amount, and, class of operations covered; 2. Show the effective (and retroactive) dates of the policy;, 3. Show the ex iratiAlii' the policy - p 4. Include allrequired endorsements, 0 5Be executed by, the carrier Is representative; and 6o If a certificate of insurance, 'Include the following statement: "'This is to certify that the policies described herelin comply wzth all aspect's of the insurance requirements of(proj'ect Name and Number). The insurance carriter agrees that il shall not�)� the Borough,in writing, at least, 60 days before cancellation of any coverage or reduction in anylimits of hahtility., " The -Borough's acceptance of deficient evidence of insurance does not, constitute a walver of' 0 Contract requirements. Failure to maintain 'the speciffied 'insurance or to provide substitute insurance if an insurance carrier becomes i , nsolvent, is placed in receivership, declares bank-ruptcy, or cancels a policy may be groundsfor withholding Contract payments Until substitute insurance is obtained, and mayon the, Borough's discretion, be sufficient grounds, for declaring the Contractor in defa:ult. 5.43 Evidence, consistm of' a certificate of' �* ion plag i ,g insurance or the policy declarat" e w'th,, required, endorsements attached thereto -- all of which e been executed, by the insurer's representative and "issued to the Borough, shall denote the, type, amount, class of operations covered, effective (and retroactive) dates, and dates of ex,piration, of policies. Rol Evidence pertaining to Worker's Compensation, General Liability, or Automobile, Liability is, required for Awards. All, other coverages shall be evidenced prior to commencement of Work. Acceptance by the Borough of deficient evidence, does not constitute a waiver of Contract requirements as providedfor by the Conditions of the Contract. If a certificate is subMI'tted as evidence it shall contain, the following statement: "This is to certify that the policies described hereto comply with all, aspects of the 'insurance r equirementis of (Contract Name and Number and Project Number)." The Contractor shall indenmify, save harmless, and defend the ]Borough and its, agents and, its employees from any and all claims, or actions for injun"es, or damages sustained, by any person, or propert,y ans,ing directly or indirectly from the construction or the Contractor's � erformance of P this Contract, however,, this pI oin has no effect if, but, only if, the sole proximate cause of the . 6 injury or damage i's the Borough's gross negligence, 14 H, Illi All Supervision of Work. - 'Ile Contractor shall supervise and direct the Wbrk competently and, efficiently, devoting such attention thereto and apply such skills and expertise as ma,y be necessary to perform the Work in accordance With the Contract Documents. All Work under this Contract shall be performed 'in a skillful, and workmanlike manner. The Contractor shall be solely, respionsible for the means, methods, techniques,, sequence's and procedures of construction. 6.2 Superintendence by Conti ractor: The Contractor shall keep on the Word at riall times during its progress a competent resident 41 superintendent* The Contracting Officer shall be advised in writing of the superintendent1s name, local address, and telephone number. is written advice'is to be kept current until Final Acceptance by the Borough. The superintendent will be the Contractor's representative at, the site and shall have full authority to act and sign, documents on behalf of the Contractor. All communications given to, the superintendent sball'be asbinding as if , given to the Contractor., be Contractor shall cooperate with the, Contracting Officer in, every way poissible. T ,I he Contractor shall provide a sufficient number of competent, sul"tablty qualified personnel t 0 ,survey and, l,ay out the Work and perform. construction as requiredby the Contract Document The Contractor shall at all times maintain good discipline and order at the site,. The Contractin h - Officer may, in writing, require, the Contractor to remove from the Work, any employee t I MI Contracting Officer deems, incompetent, careless, or otherwise detrimental to the progress of the Work, but the Contracting Officer shIMM llhIMA ve '+A' to exercise thi.s fight. Unless otherwise specified' the General Requirements,,, the Contractor shall furnish and assume full responsibility for all materials, equipment and machineryols, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,, 'tmporar ey facilities and all other facilities and incidentals necessary for the f-urnishing, performance, testing, start-up and, completion of the Work. 6.5 Matenal,s and Equipment: 6.6 Antici,pated Schedules. 6.6.1 Within 10, working SIIwing the Notice to Proceed the Contractor shall subnn*t to the Contracting, Officer for review an anticipated progress schedule indicating the starting and, IISIof the Work. 6.6.2 1-Vithin 10 working days after the date o the -lotice to' submit to the Contracting Officer for review anticipated schedule of Shop Drawing submissions and a S,chedule of Values. 6,63 The Schedule ofValues, ior all of the Work will include quantities and prices of items, aggregating the Contract Price and will, subdivide the Work into, component parts in sufficient detail to serve, as the basis for progress payments during construction. Such prices will include 0 an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by, the Contractor at the time of submi*ssion. Contractor will use the Technical Specifications, -table of contents as a guide to establish line, items for the Schedule of Values. Provide at, least one line item for each Specification ISection. Identification: Include the followi.ing Project identification on the Schedule of Values: a. Prqject name and location,. b. Name of Contracting, Officer. NN c. Project number. d. Contractor's name and address,. e. Date of'submittal. Submit draft of AIA Document G703 Continuation Sheets or document containing such infonnatiOni. Arrange the Schedule of Values in, tabular form with separate columns to indicate the following for each Item listed: Related Specification Section or Division. b. Description of the Work. C. Change Orders (numbers) that affect value. d., Dollar value. I Percentage of the Contract Pn'*ce to nearest, one-hundredth percent, adjusted to total 100 percent., 4. Provide a breakdown of the Contract Price in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Provide Several line item, s for pn'nci',pal subcontract amounts, where appropri" ale., Include, separate, line 0 d mainten items under required pn*ncipal subcontracts for operation anance manuals, punch list activities, Project record documents, and demon strat ion, and JA in the f amount of 10 percent othe Contract Nee. 5. Round amounts to nearest whole dollar, total Shall equal the Contract Pnl*ce. 6. Provide, a separate, line 'item in the, Schedule of Values for each part, of the Wiork where Applications for Payment may include maten" als or equipment purchased or fabricated and stored, but not yet installed. Differentiate between 'items stored on- site, and items stored off-site. If specified, 'include evidence of insurance or bonded warehousing. 7. Provide separate line items in the Schedule of Values for''iniltIal cost of matenials, for each subsequent stage of completion, and for total installed value of that part of the Work, Allowances: Provide a separate, line 'item in the Schedule, of Values for eacb allowance. Show, lineern value ofunit-cost allowances, as a product of the unit clost, multiplied by measured quantity. Use information indicated 'in the, Contract Documents to determine quantities. 9. Each, iltern in the Schedule of Values, and Applications for Payment shall be complete,,., Include total cost, and proportlionate share of general overhead and profit for each item., Temporary facilities and, other major cost items that, are not direct cost of actual work-in- place 0 may be shown either as separate line items in the Schedule of'Valu es or distnbuted as general overhead expense,, at Contractorits option. MI 10. Schedule Updating.- 'Update and resubmit the Schedule oif Values, before the next Applications for Payment when Change Orders result in a change in, the Contract Price. 63 Finalizing Schedules: r'nor to processing the first Application for Payment, the Contracfing Officer; and the Contractor will finalize sichedules required by paragraph 6.6. 6.8, Adjusting Schedules: Upon substantial change to the schedule or upon request, the Contractor shall submit to the Contracting Officer for acceptance (to the extent, indicated 'in par, ag,raph 6.7 and the General, Requirements,), adjustments in the schedules, to reflect, the act,ual present, and anticipated progress *f the'Work. 6.9 Substiltutes or"Or Equal" Iterns.-i 6.9.2 Requests for review of substitute items ofmaterial and equipment will not be accepted by the Contracting Officer from anyone other than the, Contractor. If the Contractor wishes to fumilsh or use a substitute item, of mat,enl*al or equipment, the Contractor shall make written application to the ContractingOfficer ' for acceptance thereof, clertifying that the proposed substitute will perform adequately the functions and, achieve the results called. for by the general. MI design, be similar and of equal, substance, to that specified and be suited to the same use as, the specified. The application will state, that the evaluation and acceptance of the proposed substitute will, notdel,a� the Contractor's achievement of Substantial Completion on time, Y whether or not acceptance of the substitute for use in the Work, will require a change in any of t he Contract Documents 1 (or *n the provisions, of any other direct contract with the Borough or Work on the Project) to adapt the design the proposed substitute and whether not incorporation or use of the substikute in connection with the Work is subject to payment of any license fee or ryalty. In addition the, Contracting Officer will consider whethen. 6.9.3 The Contractor shall subMI't three coples. of each substitution request for consideration, identifying each. product or fabrication or installation method to be replaced and *Including SpecIfication, Section number and tiftle and Contract Drawing numbers and tit�les. Show 6. compliance with requl'rements, for substitutions and the following as applicable: oil W W 411111111111111111 M 6.9.4 All variations, of the p� sed subst-itute from that Specified will be identified in the application and available maintenance, repair and replacement service willbe 'Indicated. The application will. also contain an itenlized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs, of redesign and claims of other contractors affected by the resulting change,, all of which, shall be considered by the Borough in evaluating the proposed, substitute. The Borough may require the Contractor to furnish at the Contractor's expense additional data about the, proposed substitute.. The, Contracting Officer may reject any substitution which the Contracting Officer, detem-lines isnot in the best'inteves t of the Borough. III, Contracting Officer may request, additlonal information or documentation for evaluation within seven, days of receipt of a request for substitution. Contracting Officer will notify Contractor of acceptance or re ection of proposed substitution within, 15 days of receipt of'request, or 7 days of receipt of additional information or documentation, whichever is,later. 'Use product specified'if Contracting Officer cannot make a deci&ion on use of a proposed substitution within time 211tc?,te-d. 0 The Contracting Officer will be the, sole judge of acceptability, and no substitute will'be, ordered, installed or utilized Without the Contracting Offieers prior, 'written, acceptance which will be evidenced by either a Change, Order or a Shop Drawing approvedin accordance with paragraphs 6.20 and 6.21 The Contracting Officer may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other Surety with respect to any substitute. 6.11, Reserved. 612 Dividing the Work: The divisions and section of the Specifications and the identifications of any Drawings shall not control the Contractor In dividing the Work among Subcontractors or Suppliers or delineating the Work to be perform, ed by any specific trade. IMMIRM The Contractor may utilize the service of licensed specialty Subcontractors on those parts, of the Work which, under normal contracting practices, are performed 'by licensed specialty Subcontractors, in accordance with the following clonditions': 6.13.2 All'Work performed for Contractor by a Subcontractor will be pursuant to an appropr1ate written eee aremnt btween Contractor and the, Subcontractor which spee cifically binds th g Subcontractor to the applicable terms and conditions, ofthe Contract, Documents, for the, benefit 1 4 6 of the Borough and, contains waiver, provisions as required, by paragraph 13.17' and termination provisions as requiredby Article 14. M 6.115 The Contractor and, Subcontractors shall coordinate their work and cooperate, with other trades so to facilitate general progress of Work. Each trade shall afford other trades every reasonable opportunity for installation of their work and storage of materials. Ifcooperative work of one, trade, must be altered due to lack of proper supervision or faflure, to make proper provisions in'time by another trade, such, conditions shall, be rernedied by the Contractor with no change in Contract Price or Contract Time. 6.13.6 The Contractor shall include on his own payrolls any person or persons working on this Contract who are not covered by written subcontract, and shall ensure that all Subcontractors, # 'lude on their payrolls I inc all, person performing wor'k under the direction ofthe Subcontractor. �,' 6A 5 Structural Loading,-,, The, Contractor shall not load nor permit any part of any structure to be, loaded in any manner that will endanger the st-ructure, nor shall thie Contractor subject any part of the Work or adjacent property to stresses or: pressures that will endanger I''t. 6.17 Safety and Protectiollo., The Contractor ane. shall be'response for initiating, maintaining and supervising all safety Precautions and programs in connection with the Work. The Contractor shall take all necessary M precautions for the safety , and, shall 'provide the necessary protection to prevent damage,, injury or loss, to: 6. 17.1 All employees, on the, Work and other persons and organizations who maybe affected thereby; 6.17.2 All the Work and materials and equipment to bei`ncorpOrated therein, whether in storage on or of the, site; 6.173 �Other, property at the, site, or adjacent thereto, Including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocafion, or, replacement the course of construction. M at i lerson The Contractor shall designate a responsible safety representati ve tie " e s. 6 te. Th is pshall 4 be the Contractor's supennten unless otherwise designated in writing'by the Contractor to, the Contracting Officer. T he Contractor shall hold weekly safety meetings and shall ,provide reports and minutes of each meeting to the, Contracting Officer prior, to the next meefing, 6,,19 Emergencies'. V W NORM Avg M After checking and veriffying, all field measurements and after complying with appjicable pr edgyres specified 'in the General Requirements, the Contractor, shall submit to the, Contracting Officer for review and approval in accordance with the accepted schedule of Shop Drawing submissions the required number of all ShopDrawin9 s which will bear a, stamp or specific written indication that the Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect, to the review of the sub,nussion. All submissions will be identified as the Contracting Officer may requ ire. The data shown on the Shop Drawings will be identified as, the Contracting Officer may req, ulre. The data shown on the, Shop Drawings will be comete with respect, to quantities, dimensions, specified performance and design criteria,, mat eria.1s, and similar data to enable the Contracting Officer to review the information as required,. 6.20.2 The Contractor shall also submit to the Contracting Officer for review and approval with such promptness as to cause no, delay in Work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written, indication that the Contractor has satisfied Contractor's responsibilities under, the Contract Documents with respect to thiereview of the submission and will beidentilified clearly as to, miaten"al, Supplier, pertinent data such as catalog numbers and the use for which intended,. 6.203 Before submission f' ea Shop Drawing or sample the Clontractior shall have determined and verified all quantities, dimensions, specified performance, efite6a, installation requirements,, matenals, catalog numbers and similar, with respect thereto and reviewed or coordinated each Ship wig or samples with, other Shop Drawings and samples, and with the requirements of the Work and the Contract Documents. 6.20.4 At the time of each sub "scion the Contractor shall give the ContractingOfficer specific written notice of each. variation that the Shop Drawings or samples may have from the requirements, of the Contract, Documents, and in, addition, shall cause a specific notation to be made on each Shop Drawing submitted to the Contracting Officer, for review and approval of' each such variation. ,All variations, of the proposed shop, drawing from that specified will be identified in the sub mi"ssion, and available maintenance, repair and replacement service will be indicated. The submittal will also contain an, itemized estim,ate of all costs that will result directly or indirectly from acceptance of such variation,, including costs of redesign and claims of other Contractors affected by the resultinchInge, all of which shall be considered by the Borough in evaluating the proposed van' ation, If the variation. may result in a chang,e f' Contract Time or Price, or Contract responsibility, and is not minor in nature; the Contractor must subs-t a written request for Change Order with the vaflation to notify the Borough of its intent., The Borough may require the Contractor to furnish at the Contractiorl's expense additional data about the proposed variation. The Contracting Officer may reject any variation request which the If Contracting Of leer determines is not M', the best interest ofthe Borough. IN 6.21 Shop Drawing and Sample Reviewl. 'A, A AL IL VV v 16111 I.M.10 14111,11 6.21.3 Where a Shop, Drawing or sample is required by the Specifications, any related Work Perflormed Prior to the Contracting Officer's review of the pertinent submissillon will be the sole expense and responis'ibility, of the Contractor. The Contractor, shall maintain the Work during construction and until Substantial Completion., at which time the responsibility for main.tenance shall bile established in, acClOTdance with paragraph .3. 10. 6.23 Continuiling the, Worki: The Contractor shall carry on the Work and adhere to the progress schedule during all disputes or, disagreements with the Borough. No Work shall be delayed or postponed Pending resolution of' any disputes, disagreeryients, or claims except as the Contractor and the Contracting Officer -may otherwise agree in wfiting. 31 6.24 Consent to AssignmentU. The Contractor shall obtain the, prl"or written consent, of the Contracting Officer to any proposed assi,gnment of any, interest in,, or part of this Contract. The consent to any as&ignnient or transier shall not operate to refieve the Contractor or his Sureties of any of his or its obligations under this Contract or the Performance Bonds. Nothing herein, contained shall, be construed to hinder, prevent, or affect an assignment of monies due, or to become due hereunder, made, for the benefit of the, Contractor 's creditors pursuant to law. 1.25 Use of Exlo3� r. MAO 4P 111011111 I I 6.26.1 Records of the Contractor, and Subcontractors reiating to personnel, payrolls, invoices of materials, and any and all, other data relevant to the performance of this Contract mustbe kept on a generally recognized accountingsystern. Such records must be available during niorma'l work, hours to the Contracting Officer for purposes, of Investigation to ascertain compliance with Regulatory Requirements and provisions of the Contract Documents. 6.26.2 Payroll records must contain the name and address of each employee, his correct classification, rate of pay, daily and weekly number of hours of'work, deductions made, and actual wages paid. The Contractor and Subcontractor shall make, em loyment records availablie P for inspection by the, Contracting Officer and representatives of the U.S., and/or Alaska Department of' Labor and Workforce Development and will permit such representatives 'to interview employees dufing working hours on the Project. 6,263 Records of all communications between the Borough and the Contractor and other parties,, where such communications affected perfonnancle of this Contract, must, be kept by the Contractor and maintained for a period of three years from Final Acceptance. 'Ile Borough or KM its assigned representative may perform an audit of these records during normal work. hours after written notice to the Contractor. r1111 I F111 il 11L 7.1 Law's to be Observed: wIH Int, IMM In IT T wor 01,10 MW Fh fill up 7.2.1 The Contractor shall procure all permits r rans, pay all. charges, fees and taxes, and give all notices necessary and incidental to the due and, lawful prosecution of the, Work., As a condition of performance of this Contract., the Contractor shall pay all Federal, State and local taxes incurred, by the Contractor, In the performance of th]. s Contract. Proof of payment, of the&P Laxes is a condition precedent to final payment by the Borough under this Contract. 7.2.2 Jhje Contractor's clertilfication that taxes, have been paid (as contained in the Release lo Contract) will be verified with theAlaska Department of'Revenue and Department of Labor an Workforce'Development, prior to final payment. 7.2-3 If any Federala, State or, local, tax is impose d,, charged, or repealed after the date of bit li le to and paid, by the Contractor on the articles or supplies herein opening and is made app "cab INShe Contract shall be increased or decreased ay a Change Order. WK 7.4 Compliance of Specifications and Drawings: 1 ASK 7.5 Accident Prevention: Ile Contractor shall comply with AS 18.60.75 and all pertinent provisions, of the Construction Code Occupational Safety and Health Standards issued by the Alaska Department of'Labor and Workforce, Development. 7.6 Sanitary Provisions: ne Contractor shall provide, and maintain *in a neat and sanitary condition such accommodations, for the use ofits employees and Borough representatives as may be necessaryto, comply with the requirements of the State and local Boards, of Health, or of other bodies or tfibunals having jun"'sdiction. 7.7 Businlesis Registration'. 6 Tbe, Contractor shall comply with all applicable provisions of AS 18.18.01 1. It i's unlawful for a person to submit a bid or work as a contractor until he has been issued a certificate of registration "by the Department of Commerce, Community and Economic Development. A partnership or . w joint venture shall be, considered registered if one of the general partners or venturers whose name appears in the name, under which the partnership or venture does business is registered. 7.8 Professional Regi'stration and Certification: All, craft trades, architects, engineers andland surveyors, electrical adnmnistrators, and explosive handlers employed under the Contract shall specifically comply with applicable provisions of AS 08.18, 08.48,108.40 and 08.52. Provide copies of 'individual licenses within seven days following ori Contracting Officer. 7.9 Local Buildin,(,9.1�4 The, Contractor shall comply with A,S 35.10.025 which requires. construction n accordance with applicable local building codes including the obtaining of required permUs. 01 t -t 'Me Contractor shall comply 'with all applica , we Provisions, of federal environm ental laws, AS Title 46 and regulations, adopted thereunder, as, they pertain to Water, Air,, Energy and Environmental Conservation. .I 7.11 Archaeological or Paleontological Discovenes: 7., 12 Alaska Agricultural Products.- 11 Pursuant to AS 36.15, forestry and agficui , tural products harvested,'in Alaska shall be used State funded, projects when competitively priced, available and of like -quality compared with agricultural projects harvested, outside the, State. 7. 1 13 Preferential Employment: The, Contractor shall comply with all applicable, and, valid laws and regulations regarding the hinng ofAlaska, resiWents, now in effect or that nlight subsequently take effect, idu,n*ng the term of this Contract. In or to ensure that Contractor's subcontractors will comply with all applicable laws and regulations, regarding the hiring of' Alasika residents now in effect or that right subsequently take, effect, the, Contractor shall include in its contracts with subcontractors under this Contract language that is substantially the same as theffirst sentence of this provision. 7.14 Wages and Hours of Labor: IP T. "Vol IR 7 .2 The, ollowf'n provisi 0 .14 11 g Labor ' ons, shall also apply tothis Contract-., III M� MOM 7.16 CInant Againist. Contingent Fees: The Contractor warrants, that no person or selling agent has been employed or retained to soRcit. or secure this Contract upon an agreement or understanding for a commi,ss ill percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established conitnercial or selling agencies maintained b"y the Contractor for thepurpose of secufing business. For breach or violation, of this warrant, the Borough shall have the right, to annul this Contract, without liability or,, in. its discretion, to deduct pn,,ce, of consideration from the Contract or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. M No member of or delegate to the U.S., Congress,, the State Le islature, the Borough Assembly or 91, other elected offici'al shall be admitted to any share or part of this Contract,, nor to any benefit that may arise therefrom., However, this provision shall not be construed to extend to, this Contract if madeee w*th. a cor I I I lability company for its gneral benfit. 1 poradon or limited 1* 7. 18 Personal Liability of'Public Officials-. In carrying out any of the provisions thereof, or in exercising any power or authority granted to the Contracting Officer, by the Contract, there will be no liability upon, the Contracting OtiFficer nor upon Borough employthorized as the Contracting Officer's representatives, either personally or as officials of the Borough, itblemg, always understood that in such matters they act as agents, and representatives of the Borough. 8.1.1 The Borough reserves the right at any time to, contract for and perform other additional work on or near the Work coveredby this Contract. When separate contracts are let within the limits of the 'Project, the Contractor shall conduct 'its Work so as not to interfere with or hinder the work being performed 'bly other contractors. The Contractor when wo�rking on the same Project with other contractors shall cooperate with such other contractors,. The Contractor shall join its work with that of the others in an acceptable manner and shall perform it in proper sequence to, that of others. 8.1.3 Ifthe fact that other; such work is to be performed is identified or shown in the Contract Documents the Contractor shal,l, assume all liability, financial or otherwise, in connection wilth this Contract and inderrmify and save harmless the Borough from any and all darnages, or claims that may arise because of inconvenience,,, delay,, or loss expefienceid by the Contractor because, of the presence and, operations of other contractors,,. 8.1.4 If the fact that such other �work is to be performed was not identified or shown in the Contract Documents, wn'tten notice thereof will be given to the Contractor prior to starting any such other work., Ifthe Contractor belicves that such, performance will, ruire a change in Contract Price or Contract Time, the Contractor shall n,otify the Contracting Officer of such required increase within '15 calendar days following receipt of the Contracting Officer's, notice. Should, the Contracting Officer find such increase(s) to be Justified, a Change Order will. be executed. 82 Access, Cutting, and, Patchingi The Contractor shall afford each utility owner and any other contractor who 'is a. party to such a d b Irect contract with the Borough, (or the i,Borough, 'if the Borough is perforlmling the additional M work with. the Borough's, employees) proper and safe access to the site and a reasonable opportunity for the, introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the work with the work of others. The Contractor shall do, all cutting, fitting and patching of the Work that may be required to make its, several pates come together properly and 'Integrate with such other work, the Contractor Shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter such, other work with, the written consent of the Contracting Officer. Contractor will subrrdt a Cutting and Patching proposal describing procedures at least, 10 days before the time Cutting and Patching will be performed, requesting the approval to proceed. Were Cuttingand Patching involve adding reinforcement to structural elements, subr details and engineering calculations showing, Integration of reinforcement with original structure. Approval doles not waive right tolater require removal and replacement of unsatisfactory work. The Contractor will not Cut and Patch in a manner that could change 'load -carrying capacity or load- ideflection ratl or that results in reducing the capacity of operating elements and related, components to perforin don al or sa'Do as intended or that results in increased maintenance or decreased, operalife f6ty. not, cit and patch clonstruction 'in a manner that results in visual evidence of cutting and patching. Do nit cut ani. patch construction exposed on the exterior or, in occupied spices in a manner that would, in, Owner's opinion, reduce the building's aesthetic qualities. Re mn ove and replacie, construction that has been cut, and patchedin a visually unsatisfactory manner.Remove, replace, patch, and repair materials and surfaces cut or, damaged during cutting and patching operations, by methods and with materials so as not to vollid existing warranties. Use materials identical to place materials. For exposed surfaces, use mat eli'all that visually match in-place adjacen't surfaces to the fullest extent possible,. If identical, materials are unavailable or cannot be used,, use materials that, when installed, will matich, the visual and functional performance of in-place materials. Clean areas and spaces where Cutting and, Patching are performed. Completely remove plaint, mortar,, oils, putty, and similar materials. The duties and resp o nsibilities of the Contractor under this paragraph are for the benefitof other contractors to the extent, that there are comparable provisions for the benefit of the Contractor in said direct contracts between the Borough and other contractors. 8.3 Defective Work By Others: V 0 A M, M 11 W A I 'If the Borough contracts with others, for the performance of other work at the site, the Contracting Officer will have authority and responsibility for colordination of the activities among the van"ous prime contractom. M ARTICLE 9, - CHANGES ,�.l Borough's Right to Change - Without invalidating the Contract and, without notice to any Surety, the Borough may, at any time or from time to tim. e, order additions,, deletions or revisions, in the Work, within the general scope of the Contract, including'1 not lirm'ted to changes-. 9. Ll In, the Contract Documents.-,, 9. 1.2 In the method or manner of perfortnance of the Work; 9.1.3 'In Borough -furnished facilities,,, equipment, matefials, services, or site 9.1.4 Directing acceleration in the 'perfonnance of the, Wor k. 9.2 Authofization of Changes within the General Scope., 0 Additions, deletions, or revisions in the Work. withl"n the general scope of the Contract as peci ied in paragraph 9.1 shall be authofized by one or, mor:e of the following, ways,: 9.2.1 Difective (pursuant to paragraph 9.3). 9.2.3, Boroughl's acceptance of Shop Drawing variations from the Contract Documn ents, asi specifically identified by the Contractor as re,quired by paragraph 6.20A., 9.3 Directive: 9.3.1 The Contracting Officer shall provide wnitten clarification or interpretation of the Contract Documents (pursuant to paragraph, 3.16). 9.12 The Contracting Officer may authofize rm'nor variations, in the Work from the requirements of the Contract Documents which do, not, involve an adjustment in the Contract ,Price or the Contract Time, and are consistent with the overall intent of'the Contract Documents., 9.3.3 The Contracting Officer may order the Contractor to correct De-f6ctive Work or methods which are not in con, 11 with the Contract Documents. 93.4 The Contracting Offi,cer may direct. the commencement or suspension of 'Work or emergency related Work (as provided in paragraph 6.19). 6 9.3.5 Upon the issuance of a Directive to the Contractor by the, Contracting Officer, thE Contractor shall proceed, with the erfbrmancei of the Work as prescribed by such Nrecti,,ve., P ILI !>13.6 If the Contractor beye that the changes noted in a Directive may cause an increase in the Contract Price or an extension of Contract Time, the Contractor shall immediately provide, written notice to the Contracting Officer depicting such increases before proceeding with the Directive, except in the case of an emergency. If the Contracting Officer finds the increase in Contract Price or the extension of Contract Time justified., a Change Order will be issued. If, however, the Contracting Officer does not find that a Change Order is Justified, the, Contracting Officer may direct the Contractor to proceed with the Work. The Contractor shall cooperate with. the Contracting Officer in keeping complete daily records of the cost of such 'Work. If a Change Order is ultimately deterrmned to 'be Justified, in the absence of agreed prices and unit prices, payment for such Work will be made on a cost of the work basis as providedparagraph 10.4. 9A Change Order: A, change in Cointract "Time, Contract Price, or responsibility may, be made for changes, within the Y I scope of the Work only b Change Order. Upon receipt of an executed, Change Order, the Contractor shall promptly proceed with the work in,volved which will, be performed under the applicable conditions of the Contract Documents except as otherwise specifically provided. Changes in Contract Price and Contract 'Time shall, be made in accordance with Article 10 and 11. �.,5 Shop Drawing Variationst VJLAM I M 0 ''Bull 4W �Il�iM111 � The. Contractor shall not be entitled to an increase, in, the Contrae 4 Contract, Time with respect to any work perfonned that, is not required by the Contract 0 Documents as amended, modified and supplemented as provided in this Article 9, exceptin the case of an, emergency as provided 'in paragraph 6.19 and except in the, case of uncovering Work as provided in paragraph 9.8 SIM of Surety: tj If no *ce ofany change affecting the general scope of the Work or the provisions of'the Contract Documents (including, but not limited to, Contract Pri,ce or Contract Tim, e) is requff-ed by the M provisions of any Bond to be given to a Surety,, the giving of any such notice will be the Contractor's responsibility, and the, amount of each applicable Bond willbe, ad " usted accordingly. J 41P 9.9.2 Any claim for additional compensation by the Contractor under this clause shall be made, in accordance with Article '15 and shall not be allowed unless the Contractor has first given the notice required by this, Con -tract. In the event that the Contracting Officer and the Contractor are unable, to reach an agreement concerning an alleged differing site condition, the Contractor will be required to, keep an accurate and, detailed record which will'Indicate the actual cost of the work done under the alleged differing, site condition. Failure to keep such a record shall be a bar to any recovery by reason of such alleged, differing site conditions., The Contracting Officer, shall 'be, given the opportunity to supervise and check the, keeping such records. ii,t I ; 1! q 1 11111111- 11,1111 "Wil The Contract Price constitutes the total compensation (subject to authofized adjustments) payable to the Contractor for performing the Work,. All duties,, responsties ando , assigned to, or undertaken by the Contractor shall be at its expense without change 'in the Contract Pn*ce. The Contract Price may only be changed, by a, Change Order or Supplemental Agreement. 10.2 :Claim For Price Change: Any claim. for an increase or decrease in the Contract Price all be submitted. 'in, accordance with 6 the terms of Article 15, and shall not be allowed unless notilce requirem, ents of this Contract have been met., The value of any; Work covered by a Change Order for an, increase or decreasein, the Contract Price shall be deten-ninedin one of the following ways,:i M SOL Em 1 0 that the Subcontractor Os t be paid on the basis of "'cost of the work" plus a fee, the Subcontractor's "cost of the work."' shal,l be determined 'in the sarne manner as the Contractorl's, "cost of work," as described 'in paragraphs 101.4 and 10.5; and the Subcontractor's fee shall 'be established as providedfor under subparagraph 10.6.2, clause, b.- All subcontracts shall be sub �ect to the other provisions of the Contract Documents insofar as applicable. 10.44 Costs of special consultants (including but not limited, to engineers, architects, testing laboratofies, and surveyors) employed for services necessary for the co m lefion of the Work. P I CH IN Cost of premiums, for Payment and Performance Bonds, and i"nsurance, each as described I*n Article. 5, and additional bonds and 'insurance required because of changes in the Work and prerm*Urns for property insurance co.verag-ye within the 11MI'Ots of the deductible amounts, established by the, Borough in accordance with Article 5. Tbe term "cost of the workshall not include any of the following: 10.5.2 Expenses of Contractor's pfincigal "and branch offices other than Contractor"s office at thie site. 10.5.3 Any part of Contractor's capital expenses incg 'interest on Contractor's capital employed for the Work and, chares against Contractor for delinquent payments., 10.5.4 Cost of premiums for all bonds and for al! insurance whether or not Contractor I*S required, by the Contract, Documents to purchase and maintain the same (except for the cost, of premiums covered, by subparagraph 110.4.5.1, above. 10.5.5 Costs due to the negligence of Contractor, any Subcontr, actor, or anyone directly or indirectly employed by any of them or for whose acts any of them, may be 11"able, *Including but 0, not limited to, the correction, of'Defective Work, disposal of materials or equipment wrongly supplied and making good any damage, to property. 10.5.6 Other overhead or general expensle costs of any kind and the costs of any item, no"i specificaIly and expressly included in, paragraph 10.4. The Contractor's fee allowed, to, Contractor for overhead and prt shall be derrm'*Ued as, follows,-., 10.6.1 A mutually accepitable fixed fee- or: I M 10.6.2 A fee based on the following percentages of the various portions of' the "cost of the work: III W I 0 oil All OP Whenever the coSt. ofany Work is to be deterim-ned pursuant to paragraphs 10.4 and 10.5, the Contractor will submit 'in form, acceptable to the Borough an itemized cost breakdown, together with supporting data. It is, understood that Contractor has included in the Contract Price all. allowances so named 1*n the Contract Documents and shall cause the Work so covered to be done by such, Subcontractors or Suppliers and for such sums, within the limit of the allowances as may be acceptable to the Contracting Officer. Contractor agrees that. 10.8.1 The allowances include the cost to Contractor (less any applicable trade discounts) of matlefials and equipment requi*reld by the allowances to be delivered at the site, and all applicable taxes I- and I 10. 8. 2 Contractor Is cost for unloading and handling on, the site, labor, installation cost overhead, profit and other expenses contemplated for the allowances have been included in th, Contract Price and not in the allowances. No demand for additional payment on, account of an t1tere 10.9.1. 'I"T'here the Contract Documents provide that all or part of the Work isto be Unit Pric Work, initially the Contract Pfice. will be deemed to 'Include fol all, Unit Price, Work an am u. equal to the sum of the established unit prices for each s�parately identified item of Un,it P Oic M Work, t imes the, estimated quantity of each item as *indicated in the, Contract. nie es,timated quantities of items of Unit Price Work are not guaranteed and are solelly for the purpose of companson of bids and deterrnining an al Contract 'Price. Determinations of the actual quantities and classifications of'Unit Pnce Work performed by the Contractor will be made by the Borough in accordance w ith paragraph 10. 10. 'r. 1,01.9.,3 Paym, ent to the Contractor shall be made only for the actual quantities, of Work performed and accepted or materials fumished, in conformance with the Contract Documents. When the Contractor approaches 90 percent of the estimated quantity of a unit price item, Contractor shall notify the Contracting Officer. Such notification, is req,uired prior to any request for an increase in the estimated, quantities, of Work or materials stated in the bid schedule, or, change documents. 10. 10 Determinations fbr'Uit Prices : The Contracting Officer will determine the actual, quantities and classifications of Unit Price Work performed, by the Contractor,. The Contracting Officer will review with the Contractor, preliminary' determinations on such matters before, finalizing the costs and quantities an the Schedule of Values. The Contracting Officer's acknowledgment thereof' will be final and binding, on the Contractor, unless, within 10 days after the date of any chis the Contractor efivers to the Contracting Officer written notice of intention to appeal from such a dects,ion. FIX I L I Commencement of Contract Time: The Contract Time will commence to run on the day 'Indicated in the Notice, to Proceed. 11.2 Starting the Work: Erel Computation of Contract Time: 11.3,1 When the Contract Timie is, specified on a Calendar Days basis, all Work under the, Contract shall be completed within the number of Calendar Days specified. The count of 4 Contract, Time begins on the, day following receipt of the Notice, to Proceed by the Contractor, if no starting day is stipulated, therein . Cale n-dar Days shall continue to be counted against Contract Time until and including the date of Final Completion of the Work. 4i 113.2 IN'then the Contract completion time is specified as, a, fixed calendar date, it shall be the date of Final Completion. 11.4 Time Change: ,,rh,e Contract Time mai only be changed, by a Change Order or Supplemental Agreement. 11.5 Extension Due to Delays: The right of'the Contractor to proceed shall not be terminated no the Contractor charged with liquidated or actual damages because of any delays to 'the completion of the Work due to unforeseeable causes, beyond the control and without the fault or negligence of the Contractor, 4, including, but not restricted to the following: acts I God or of the public enemy, acts of the Borough'in contractual capacity, acts of another contractor "in the perfor mance of a, Contract with, the Borough, floods, fires, epidemics, quarantine restnctions, strikes, freight embargoes, unusually severe weather and delays of Subcontractors or Suppliers due to such, causes. Any delay in receipt of materials on the site, caused by other than one of the specifically mentioned occurrences above, does not of itself Justify a time, extension, provided that the Contractor shall within 24 hours, from the beginning of'any such delay (Unless the Contracting Officer shall grant a farther period of the time: prior to the date of final settlement of the Contract) notify the Contracting Officer in writing of the cause of delay. The Contracting Officer shall ascertain the f acts, and the extent of the delay and extend the time for completing the Work when the findings, of fact Justify such an extension. 11, .5.1 'Delays or disruptions resulting from weight, restrictions imposed on roadways, excessive traffic on roadways, or road construction, and/or repairs shall not be considered unforeseeabl* causes beyond the control of the Contractor. 11.7 Reasonable Completion Time: It is expressly understood and agreed by andbetween the Contractor and the Borough that the, date of beginning and the time for Final Completion of the Work described herein are reasonable times for the completion, of'the Work. M I L8 Delay Damages : Whether or not the Contractor's n*ght to proceed with, the Work is terminated, the Contractor and I its Sureties shall 'be liable, for darna ,ges re,sul,t*ng from the Contractor's refusal or failure to complete the Work within the specified time. 'fhese damages will continue to run both before and after; termination in the event of default terTm*nation. These; liquidated damages do, not cover excess costs of completion or Borough costs, fees, and charges related, to reprocurement., If a default termination occurs, the Contractor 4 or his Surety shiaill pay in addition to these damages, all excess costs and, expenses related to completion, as, provided by paragraph, 114.2.5. . . .. .... . 12.1 Warranty and Guaranty: 'The Contractor warrants and guarantees to the Borough that all Work will be in accordance with the Contract Documents and will not be Defective. Prompt notice, of all defects shall be given to the Contractor. All Defective Work, -whether or not 'in, place, may be �rejecte,d, corrected, or ed accepted as providfor in this Article. Tbe Ilorough and'Its Project Management representatives, testing agencies. and governmental agencies with JurisdIction interests will have access to the 'Work at reasonable times for their observation,, inspecting and, testing. 'The Contractor shall provide proper and safe conditions for such access., 12.3 Tests and Inspections. - 12 -3.1 The Contractor shall I give, the Contraefing Officer timely notice ofreadiness. of the Work for all, required inspections, tests or approvals. 4 12.3.2 If Regulatory Requirements of any public body having Jun'sdiction require any Work or part thereI to specifically be *inspected,, tested or approved, the Contractor shall schedule such 'AM ril all A A $ A mill A IL 12.3.31 If'any Work (including the others) that is to be inspected, tested or approved covered without written concurrence of the Contracting Officer, ii t m, ust,, if requested by the Contracting Officer, be uncovered for observat Ion., Such uncovering shafl, be at the Contraictor's expense unless the Contractor has given the, Contracting Officer timely notice of Contraictor's intention to cover the same and the Contracting Officer has not acted with reasonable promptness in response to such notice. 12.3.4 Neither observations nor inspections, tests or, approvals by the Borough or otbers shall relieve the, Contractor 'from the Contractor's, obligations to perform the Work. in accordance with, the Contract Docune:tts. 12.3.5 Within 30 days from the Notice to Proceed, the Contractor shall 'Provide to th 1 161 1 Contracting Officer a Schedule of Tests and Inspecti.ons, prepared, in tabular forni an(i inic, I Min, the following: 'I. Specification Section number and title., 2. Description of test andinspection. 3. Identification of applicable, standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections, required. 6. Time schedule or time span Irl tests and inspections. 7'. Entity responsiblefor performing tests and Inspection, 8. Requirements for obtaining samples. 9.1 Unique, chVIN racterisacs of each qpallty-control service, 12.3.6 The Contractor shall maintain a teist and, inspection, log at the Project site, allowing acces to the Contracting Officer and Project Manager during working hours,. The Contractor shal prepare, and submit to the Contracting Officer ciertlified written, reports, that include the following Date of *issue. 21. Project title and, number. 3. Name, address, and telephone number of testing agency. 4,. Dates and locations of samples and tests or inspections., 5. Names ofindividuals making tests and inspections.. 6. Descn*ption of the Work and test, ana inspection method. M 7. Identification of'product and Specification Section. 81. Complete test, or inspection data., 9. Test and inspection results and an interpretation of testresults. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested, or inspected Work complies with the Contract Document requirements. '12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. 12.4 Uncovering Work: 12.4.1 If any Work is covered contrary to the written request of the Contracting Officer, it Must, if requested by the Contracting Officer, be uncovered for the Contracting Officer's observation and replaced at the Contractor's expense. low If the Work is Defective., or the Contractor fails to supply suitable materials or equipment, or fails to furnish or perform, the Work in such a way that the completed Work,, will conform to the Contract Documents, the Contracting Officer may order the Contractor to, stop the Work, or any portion thereof, until the cause for such order has been elirrfin,ated., 10 91 K11 I If wit one year after the date, of Final Completion or such longer pMr of time as may be prescribed by Regulatory Requirements or by the terms of any applicable special guarantee required by the Contract, Documents, any Werk 's found, to be Defective, the Contractor shall promptly, without cost to the Borough and in accordance, with the Contracting Officer's written P instructions either correct such Defective Work, or, if it has been rays c:ted by the Contracting Officer, remove it from the site, and replace it with conforming 'Work. if the Contractor does not, promptly comply with, the terms of such instructions, or 'in an emergency where delay would cause seno�us risk of loss, or damagle., the Borough may have the Defective Work corrected, or the, rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and, replacement (including but not limited to fees and, charges of enlgi'neer, s, architects attorneys and other profess ionals), wl H be pai'dby the Contractor. In specialcircum, stantes where a particular item of equipment is placed in continuous, servi*ce for the benefit of the Borough before Final Completion of all the Work, the correction period for that,ltem may begin on an earlier date 'if so provided In the Specifications or by Change Order. Provisions, of this paragraph, are not intended to shorten the statute oflimit ations , for banging an action. 12.8 Acceptance of Defective Work. - 12.9 Borough May Correct DefectiNe Wor14 If the Contractor falls within a reasonable, time after wn*tten notice from he Contract* ing Officer to proceed to correct Defective Work or to remove, and replace rej"'ected, Work as required by the Contracting Officer In accordance, with paragraph 12.6, or if the Contractor falls to perform the Work'in accordance with the Contract Documents, or if the Contractor all to comply, with any other provision of the Contract Documents, the Borough may, after, seven days' written notice to the Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Borough shall proceed expeditiously. To the extent necessary 'to complete corrective and remedial action., the Contracting Officer may exclude the Contractor from all or part, of' the site, take possession of all, or part of the Work, and suspend the Contractor's services related thereto,, take possession of the Contractor's tools, appliances, constniction equipment and machinery at the site and incorporate in the, or all matefials and equipment, stored at the site or approved remote storage sites or for which the Borough, has paid the Contractor 'but which are stored elsewhere. The Contractor shall, allow the Contracting Officer and his authorized representatives such access to the site, as may be necessary to enable a] dill A I'll �111'119 13.1 Schedule of Values: The Schedule of Values established as provided, in paragraph 6.6 will serve as the, basis, for progress payments and willl, be incorporated into a form of Application for Paynient acceptable to the Contracting Officer. Progress payments on account of Unit Price Wolrk wiIIII be based on the number of units completed. 13.2 preliminary Payments,-., 133 Application for Progress Payment: N will 4, IiIIs M 1.3.4 Review of'Application for Progress Payment-. Contracting Officer (or Project Manager) will either *indicate in wniting a recommendation of 6 payment, or return the Application for Payment to the Contractor indicating in wn'ting the Contracting Officer's reasons, for refusing to recommend payment., In the latter case, the Contractor may make the necessary corrections and resubmit the Application for Payment,. Contractor's Warranty of Tiltlel the Contractor warrants and guarantees that title; to all Work,, matefials and equipment covered by any Application for Payment, whether i'neorporated. 1''n the ProJect or not, will pass to the, Borough no later than the time of payment free and clear of any claims, liens, secunity interest 0 and further oblillgatiOns. 'The Borough may withhold or refusle payment for any of the reasons listed below provided It gives wntten notice of its intent to withhold and of the basi's for withhold* 133A The Work, is Defective, or completed Work. has been damaged requiring correction or replacement, or has been installed without approval of Shop Drawings, or by an unapproved, Subcontractor, or for unsuitable storage of materials and equipment. 13.7.2 The Contract Pfice has been reduced by Change Order. 13.7.3 The Borough has been require,d to correct Defective Work or complete Work in 0 accordance with paragraph 12.9. 133.4 The Borough's actual knowledge. of the occurrence of any of the events enumerated in paragraphs 14.2.La through 14.2.111''niclusive., 1,33.5 Claims have been made agag inst the Borouh or against the funds held by the Borough on,, .?,.ccount of the Contractor's actions or inactions in performing this, Contract.or there are other ,items entitling the, Borough to a set off. M 133.6 Subsequently discovered evidence or the results of subsequent inspections or test, nullify any previous payments for reasons stated 'in subparagraphs 13.7.1 th�rough 133.5. 13.7.7 The Contractor has failed to fulfill oris in violation of any of his obbigations under any provision of this Contract. At any time the Borough finds that satisfactory progress is not being, made it may in addition to the amount wi,thheld, under paragraph 117 retain a maximum amount equal to 10 percent of the total amount earned on, all subsequent progress payments. This retainage may be released at such time as the Contracting OfficeT finds tbiat satisfactory progress iis being made. 13.9 Request -for Release of Funds: The Borough shall'be responsible ifor all Borough costs resulting from, the initial'inspection and the first re -inspection. The at eml-a ey-igi,,k'a 4&11111"1 ffl'euf fe, ften"e-'invee4im-aiW�d�Contractor shall pay all costs incurred by the Borotilgh, resultingfiom. ,a y1yel-Ins,pections, thereafter. MA 13.11 Access Following Substantial Completion: The Borough shall, have the right to exclude the Contractor from the Work, after the date of Substantial Completion,, but the Borough shall allow Contractor reasonable, access, to complete or correct Items on the tentative, liSt'. 13.12 Final Inspection,'. LL=IW ISI III ]UP PA 13.13 Final Completion, and, P r Aficatilon foPay, ent- , p, I 'M 0 MI 0 2, I 1 9 1 3.1 4 Final Payment.* M Payment to the Contractor, indicating in writing the reasons for refusing to process final I "t the final payment, In which case, Co tractor shall make the necessary corrections ana resubnu Application for Payment., 13.15 Final Acceptance-, Following certification of payment', of' payroll and revenue taxes,, and final to the, Contractor, t,he Borough will 'issue a letter of Final Acceptancereleasing the Contractor from fur, ther obligations, under the Contract, except as provided in paragraph 13.16. 13.16 Contractors s Continuing Oblig.ation: The making and acceptance of final payment will, constitute a, waiver of all claims by the Contractor against the, Borough other than, those pnevi* ously made in venting and still unsettled. M 0 requirements of the Contract Documents. Neither the acceptance by the Borough, or any representative of the Borough, nor any payment for or acceptanice of the whole or any part of the Work,, nor any extenslon of the Contract Time, nor any possession taken by the Borough, shall operate as a waiver of any -portion of the Contract or of any power herein reserved, orof any r1ght to damages. A wiaiver by the Rorough of any breach of the Contract �shall not be held to be a waiver of any other subsequent breach. -------- -- all NMI - ISN it] 114.1.2 In case of suspensilon, of Work, the Contractor shall be responsible -for previentIng damage, a to or loss, of any of the Work Iready performed and of all materials whether stored on or off the sitW or approved remote Storage sites. 14.2.1 If the Contractor.: M h. Makes an assignment for the benefit of creditors without the consent of the Contracting Officer, or 1. Disregards Regulatory'Requi.rements of any public body havingJun'sidiction, or, Otherwise violates in any, substantial way any provisions of the Contact Documents, or k. For any cause whatsoilever, fails, to carry on the W'olk in an acceptable manner, the Contracting Officer may give notice in wnting to the Contractor and his Surety of such delay, n,eglect, or default. MM AliI. lob . . . . . . . . . . . . 14.2.,6 If after notice of tenni nation of the Contractor's right to proceed under the provisions of this clause., it is determined for any reason that the Contractor was not in default under the provisions ofthis clause, or that the delay was excusable under the provisions of this clause,, or thatterminatilon was wrongful, ,the fights and obligations r' the parties shall, be determined in accordance with the clause providing for convenience tenm*natio,n. 14.3 Rights or Remedies . Where the Contractor's services have been sio terminatedby the Borough, the termination will not affect any rights or re,medies, of the Borough against the Contractor, then existing or which, may thereafter accrue. Any retention or, payment of moneys due the Contractorby the'Borough will not release the Contractor from liability. 14.4 Convenience Termination'. 144.1 The performance ofthe Work may be terrm"Inated by; the Borough in accordance with thl section in whole or in PaA whenever for any reason the Contracting Officer shall determine, th such termm-atton is 'in the best i I ntere,st of the Borough., Any such termination. shall be effected b, 4 delivery to the Contractor of a "Notice, of Termination," specifying termination, is for th convenience of the Boroughthe extent to whl,ch performance, of Work is terminated, and the dat upon which such termination becomes effective.., Immediately upon recelpt of a "Notice of Termination" and except as otherwise directed by thil Contracting Officer, the Contractor shall: a. Stop Work on the date and t the extent specified in the "'Notice of Termination. b., Place no further orders or subcontracts for materials, services,,, or, facilities exicept as may be necessary for completion of' such portion of the Work as is 110t, terminated; C. Terminate, all orders and subcontracts to the extent that they relate to the performance of Work, terminated by the "Notice of Termination ;7 d. With the written approval of the Contracting Officer, to the extent he may require, re, 4 settle all outstanding liabilities and all claims arising of such tee u'nation of ,orders and subcontracts, the costs which would be reimbursed, in whole, or in part V in accordance with the provisions of the Contract-, M A A, W I A W I The Contractor shall proceed, immediately with, the performance of the above obligations. a A a I I 0 oil Awl is ar V Vi a oil V V! 0 V 3101 14.4.5 The, Contractor shall have the right of appeal, under the Borough's claim procedures, as defined in Article 15, for any detemu'nations made, by the Contracting Officer, excepit, if the Contractor has failed to submit his, claim within the time pMvided and has failed to request, twension of such time, Contractor shall have no such night of appeal,. in aM*vIng at the amount due the Contractor under this sectionthere shall be deducted: 1. All previous payments made to the Contractor for the perfor mance, of Work, under tLe Contract prior to te=-nation; 2. Any claim for which the Borough may have against the Contractor; 3 The agreed, price for, or the proceeds of sale of, any materials,, supplies, or other things acquired by the Contractor or sold pursuant to the prov'spons, of this section and not, otherwise recovered by or credited toi tile B,orough- and Ael. All progress payments made to the Contractor under the provisions of this, section. 14.4. 16 Where the Work has been terminated, by the Borough said termination shall not affect or terminate any of the rights of the'Borough against the Contractor or his Surety then existing or which may thereafter accrue because of'such default. Any retention or payment of monies by the Borough due to the Contractor underthe terms of the Contract shall not release the Contractor or h I is Surety from liability. Unless, otherwise provided for in the Contract Documents, or by aphlicablie. statute, the Contractor., frorn the effective date or terminati , on and for a period of three years after final settlement under thics, Contract, shall preserve and make available to the Borough at all reasonable times at the office of the Contractor, all its books, records, documents, and other evidence, beafing on the cost and expenses of the Contractor under his Contract and relating to the Work terminated hereunder. 15.1 Notification: In addition the notice requirements set out elsewhere 'in this Contract, if the Contractor, 'becomes aware of any act or occurrence which may form, the basis of a claim, by the Contractor for additional compensation or an extension of time, for performance, or'if any dispute an*ses regarding a question of fact or interpretation of 'the Contract, the Contractor shall immediately inform the Project Manager and Contracting Officer. If the, matter cannot be resolved by ath* greement wi in seven days, the Contractor shall, within the next 14, days, submit an "Intent to Clai,M" in writing to the, Project Manager and Contracting Officer. The claim, if not resolved, shall be presented to the, Contracting Officer, in wfiting, within 60 days, following receipt of the "intent to Claim." Receipt of the claim will be acknowledged 'in writing by the Contracting Officer. The Contractor agrees, that unless these written notices are provided, the, Contractor, will have no entitlement to additional time or compensation for such act, event or condition. The Contractor shall in any case continue diligent performance of the Contract. IN 15.2 Presenting Claim*. The claim shall specifically 'Include the follow1n,g,o 15.2.1 The, act,, event or condition giving rise to the claim. 15.2.2 The Contract provi sions which apply to the claim and under which reliefs provided. #,fd d how they are affected. 15.23 Theitem or items of Contract Wo k af ectean 15,2A The specific relief requested including contract time if applicable, and the basis upon which 'it was calculated,. 15.3 Claim Validity., Additionallr1formation, and Contracting officer's Actiorls'o, The, claim, in order to be valid, must not only show that the Contractor, suffered damages Or A, delay but that those conditions, were, actually a result of the act,, event or condition complained of Wes entitlement to, relief to the Contractor, for such act, event, or, and that the Contract pry vi 1 condition., The, Contracting Officer reserves the night to make wn'tten request to the Contractor at any time for additional information ch e, Contractor may possess relative to the claim. The formation within 30 days Contractor agrees to provide the Contracting Officer such, additional in of receipt of such a request,. 'Failure to furnish such additionaJ 'information may be regarded as a waiver of the claim. The claim, if not resolved by agreement withi�n 90 days of' its receipt, Contractor may submit a "Notice of Appeal, III pursuant, to Section 15.14. 15.4, Notice of Appeq j -pt of the decision the Contractor may deliver, a "Notice of Appeal" to the Within 30 days of recel ing ir all include speefflic exceptions to the Contract' Office Borough Manager. The notice sh I pon i ion decision I lncludrig specific PrOV"S' s of the Contract, wh*ch the Contractor intends to rely u " g Officer's decision is contrary to law or t ons thao in the appeal General assertions the Contrac. tin fact are not, sufficient. Borough Manager's, Dee isio The deci&ion of the 'Borough Manager will be rendered Within 120 d,,ays of "Noticie of' Appeal.' This decision constitutes the exaustion of hcontractual and, administi-ative remedies. The time The decision of the, Borough lirm*ts. given above may only be extended by mutual consent. I've unless e ra thContctor commences action in the Alask,2. Manager shall, be final and, conclus' rec * t thereof. in Anchorage, Alaskial within 120 days from e1P court, system, Tblrd Judicial District RN I Ilp Toll ARTICLE- DEFINITIONS ...........w...r,.w.wN......... w.. ..'.ww+ .w.......,.eM'w'M..ww-N.....,w.r.wi,.N..ww.•rww w.r. •.w.... ....►...wwww......M. ARTICLE 2" - AUTHORITIES 8z LIMITATIONS......... ......... ..ww'. .w....+,wii.ww'.w. 10 "' 2.1 Authorities n Limitations 1 2. 2 w.ww..i......wMw.+.OXY �N ... .. M M w �. M w M' M w. w .... i JN i .� i. e F M M� w N w iYi'. �4• w M w w i. .. i i �.. .. w # w w WN'.. Nr 'W' ............... Evaluations y Contracting acting Office � ., w........., +W .W i•w'Y�ww.,wrt,i.w...,....w iw w ww..'....w.... w............................ .r......... 1, 2.3 Means &Methods ..w...-rel.w..ww.........,....w,....................w......,...i,.,....w...w....:....ww,�,......,.:..ww. w.w....w............. ., ..,. . �,. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT11 AMENDING, REUSE .............. ,<�;. 12 3 . i Incomplete C M,A'nac �� �,� . rt• ... w ... M w w 'N,. N .. '... & Y M .' .. 1 2 3.2 .......... I�f, �'��I w C '�✓ pI e s of Contract,Documents....., Ww w . .................. ...wMMwMw.w . 1 . w w, ......:., .. s.. w, ., .... w w w w ., 4• .........: M w . w . '... N ..... w M, w 2 3.3 Scopeof Work.,...,....... .....,...........ww.....w............... .............. .......,..................,... 2 14 tent of In ContractDocuments ...i.....�.,.w•+ww,.w.,.rwMwwww;.��. rt,M+,w.....,......ii ww w�. w+..w.M'www•.r..,........,w. r, +...�M. M...w wwwWN....,... 12 3.5 Discrepancy in C act Documents .w..,......Mw .....,.......w.ww.w •.W,.......M.M.....wwM,rM....i4 P.N.... .....,..,...m 13 3.6 Clarifications : d Interpretations (RFIs).... ...... ......... �....,. w w. w �N ..." w i rt .. 4 w M ..... �. w w� w •+' + ... i. M' w W .. w �w v!, * ....... 13 . Ownership an eine � Documents .+wwww...w.i......'�,w....w.w.ww..,...i,..iMM,+,.i...ww,.r...,......i..,w.wM-.w.,.;..ww.xi... 15 ARTICLE .. . A PHYSICAL N „AWF�, .. ...... Ili . i, ,... w •w .. w i, .. 1M .� . W . w AI M� ..., .. .. w ............. ONS 4. 1„ A v f a i l i.. y of Lands, .w1.........Mw.w �w, w w W w ,. IB,.. w ........ w w, .. M� w . i, .. i. K ae . ............ .wMw..w.w.. 5 .2 Visit,o Site w..,......,...........'..................,....,...i..'.w.w..w..,..,.........w..w...w.+.....•....., i”. ......•. ...........M Explorations and Reports ................... .w..........,... -..w.. .w., .................. w.......... . 5 . Utilities— ...................... ........ ...,.,..w.+W,wM•w,....,..w., ....... m,......N.w. .,....,...........•..www.'.•....,.. ,.. w 16 ..+ .. a e Util i. s ....w........ +... i....w.w.w"w......�.w..ww..,.w...................r.........................,.gym.........., ......•W,.......w.•....... , 4.6 Shown Utilities Not , �Indicated............... ....M.........w...................................,.................... �.... 174.7 IN . 7 S e y Control........... . M' ......., ..W ......, .... ., ...... w ...' ........., .. w' M ...; ................. . w '...• ....• ... ..' w'. .'.... ...'... ..........; .. . 1.7 ARTICLE E 5 - BONDS, INSURANCE, AND INDEMNIFICATION.,,,,,,,,, . M,... . .....' 0 M w . dL. •y„aF�'. 5. ., Delivery o Bonds w..' ...N.... .. ... ..................... ........... w .., ., .. . w .... i. �., . '......� . M w M +. w . '.� .., ...'.... w ..... . 18 .2 Bonds' ................. ........ ................ w. R w M w ............... ..., i, .. .... 5.3 ..w i ...' w ................... ep.eme of Bond a Surety ty w ... w .... M; . i ...... m .,.......... .. w:., ... i.. w w' ....... d 18 .. w ........ a.. . M' ... w .. i'.. ., w ., ......... ....... .., . . Insurance Requirements .....,....w.M..w ,...•.......r w w.........,..M wA'.w w.ww.............,.w .,... w.w... w..w.,.....w. 'w,......e.....i....w... 19 5.5 Indemnification,- .......i•..,.i,... ;..w,. w...i.......w.w.i..............-.....w.w... ..i,.i.......... r........,...w.... w....M'..,...M 21 O ..T .. R'SRESPONSIBILITIES .., ... w, ... M...... w . M. M- w w..i rt......... ............................ ARTICLE ®CONTRACTOR'S 21 6.1 e sdW n JLCWork....., .., ....., . ,. ... w... ... w ....... .... +...'......... ... . . w . .... .... w w: •., .. ,... +....ti w ....... i. i.. w . rt w• ..... w ..• ......!..., .......... a. w 21 6. Superintendence by Contractor............................ ......................................... .. 21 6. Character Workers .M..-„,.,.w.......,.....M. '.•.....,....w,...+w.. w.w... 2 6. r.w.:..,«.....w.l„w,.... «..ii..ww..w...w..«ww Contractor to Furnish JL, .. ,.................. �.. iA,.. w N: �.:M i... ...w .. w .'.05r w.....,..... ... w............. a..,............,...... M. ,c, w w'.w' w..i W..... ti.. w w 22 6.5 ae 1 d E Arne i'6r w..i ...M'.ww.***.. *..... w ws. w.w...........w 1�,..w..ww..XMw................. .f,w Y i.....•.. w.w•........ i..ww ip.. 22•. 6.6 A i.ci to Schedules,....,., ........M ....' ..... ;. '......' .. ., ........w .. - ............... w ....., .. ., ..... w w ... ., .., .....,w., .., 22 6.7 Finalizing Schedules ...•.w. ........ -. .. w' w . w w .. !. i, ... w. M,. w..F . N............ ...T..+. ...... -s.' ........ ... r......w '.. w . i' w, ..... i, .. .' .. •.. w, ........ w ... w• ..' 2 6,81 ✓usi .g Schedules..., . X., ...... .. w. W, .wail w ... w . w ... M. M w w M, .. w.. .......... ........ ., .. .., .. w . 24 6. Or S'.W.b. tiftlt ✓S ” Equal”' em i.,..................,.......w..MM'. ................................ ..,.. 24 6.10 Reserve.... '.. .... .... ...... w . ....., ............,......... . .. w ........,. .......,. ... ... W w .. w.. w +, ...... '.. .. w w . ...., w rt ... w ... . w . w M . w ... ..i ....'i. w...• .... 6.11 rved Rene ......... ........ ,..............w.N. w..... ww......+.,......M .. rw.M.................... ..............Mw.... ......... i............ 2 61.12 i n g e Work ........... w- ..• . ., ..., ., .... ........... ........ ....' ..• ... ........ M ..' ..... i..............., ... '.• .. w• ........ i ....• w......' w ..' ..... 27 613 S Mb'+./on,tract w ,N..... i.....,w...w.... ,. w.....,...... W w..... ..... ........................... 27 . ■ �N ..'.. ..+.... .w... w'.I w.. w + ... i e'. Use f Premises ... w...... 4,...W' .. . w'.. M, .... ,+ . i i .. . ., x w w ..• . w N .....; ,... M. w... N w ... ... i, .... . ......1. w...., ...,.... ... ... ... i . w .w W, N.g, ...' ..' . w . .. vif ......... .... 28 . "�1 Structural, .'IIIj,,��II'. ... o a' i n g ............................ ... k, i......... w ... w ...• ......., . i, ..- .. w .. v............. w, .' w. w ...., . •. w. '.W. w Y. N.. i• Yt i. tlM . M' ...W, i. w w ..•. I.... #, w . .... M. w . rt 2 cord 6 .. 6 Re �„!i„JL w Y Y M.. r M M w r M.. M, r ws ,.. w .. wM wbs, ,., w b �w' w M w• w' w' r w . w ,Y w +.. ......, . * M w ....... * wM w 28 6,.., Safety a , .i.J” MM..M............M-M.,MM.M..M,w......... .: M'...'M.. .w MMM.M•...... .'......'.... .......Y w. .... ,....w.MM.......... w................M. 2 6.18 Sa, ° yRepresentative, ....... ,...... M ................ M .....Y• ..... '.• ...............• ... 'Y' ....... M' ...' ..... . .. M'.................. 2 'yM M6+ '. 9' Erne rg e n :b a Is .... M .. M... M M i..k ........... w w, M ,.- ....b .'..W .- b . . ati w Y. w 4 M. M * * .r M. M M, ..... h ". , '. w.w .' . w w M Y, . . y. w vM w . e. M .' !b . .. w M..Y::. SIF ! Nb .' ...... w' M. w' 2 .yt'�ay y!,'^,Y]e,.{'..Wery', 6.20 � �:. Drawings I� .r1N +,.�.. Samples M w ..�Y„ #M M w w e. M w. a �tlF Y ..� ... w' ,... b . b, w . M . ,XF. M. M M- ..W' ..Y .w ...b M..b Yr� 6.21 S o Drawing anSam,ple e ,i e ... ...... w' w Y, . . .., . M ........ M . a... b .." .i .. �IW...b. w M M' MF NM pM. b ql .• . e ....... li.., M 0 & :P' ,M :... .. 4 w * . * .., . 3 6.22 ' aintennce During �,. '"�wu' Y Y � 14 � � w ., ... . ,IY . AY ,. rt M 1� ..e. b .. M ...b ..- ... w, ... w. M.. w AX # wX M M ,b' .: M' M, .h .� . . . b ...b ., . Y 31 6.23 Continuing e Work.,., .. M. ... .............,.. ............................ .....................MMph,..M ......... M... M ..'M M...,..... M.M . M..V....... w+M i.'.w•.,.. bw.. 1F 31 6.24 Consent o Assignment ..,....,...... w. M..: .rt M.....• ...... M.M..'M�. M....M........ .... M..w w M... w..M.. .. .: •.M. MM M.M MM. ..... .... M. M.M Ms'.. ,.,....'... W,M.... '4x-'^' 2 6.1.25 Use fExplosives Records,.,,., wM.....-.,.......w w *.M,....: ......,...... w *'* b M M.k, k, M., M.. 6...,..'.,.. M'.... M... '. N JF, '* Y'M... i.. M. M ** 4 M,... I.'.... w rt'M.M,.......,., a.. W Mti M. M'. M;M ... 32 . 2 � A C , 'a c Yu"Y,�" r' �L. .e ,. 's, .....w. M ... M, M . M ...., ...., ... ...., .. . M. M M• . ,..... k, .......... .. M ... '!Y . ,.,. w. M M ... M .... ..... M. M, M ....,.... '..... ,Y .... .. ..' ... M .X. M ..'. M. +...' .. 32 ARTICLE, I- AWS A REGULATION'S ............ .......i..... Y, 1F M . M ...... . ... •... M .., ... .. ....., ................1 ... M M. M M..' .AY, ..w . w 33 to 7.1 Laws e Observed .. ,., .. ., ....... M..... ......... ..., ,.w.... ,w. M, M �P...n ......., .............................. , ......,.......... '..MMM .. M .., M M . M.... w' . IF. M...., .. ....... M ,M ...• M ... ......... M..... �mJ 3 "ee its, yes, and Taxes..... M �M ' �. ..., ....., w: w M M M• ............... ........... Y. '. M . 'M M M . M:. M M M .' M...... +.... Ms, . ......... M. M.. ...................... 7.31 Patented De P'c s, Materials 'V."n� "Processes . M,.. M ...... ... . w h . ... .. .... .; M M ..k' M.., .. .... M ..........., ...M, . 33, .' Compliance of'Specifications and, wings J n g s M .. ..M, . ,., .......... . ,.... b ... ... M M . M ... ...................... ........ ... 'M•. M M.. 3 7. Accident r `. en, ..M n....M..M'w.bM M.M........,....M.MM.M.... .,...... .. ..w ..,wM.MM.. M,. M M N.'. .nMM. W........... M...,.....,...,.M..1 F,. M,........M Wl,MM..M.b.... 'w .M 34 7. ta y fes® '']�jl '`.y Provisions, ..... M. M M. M M ., M M . . ..-...... 'M,... .. M.. .......... M M M M'M M M .. M M M . M M, ........................................................ 3 I,' 7.7 Business Registration tion. b M ... b.. ................................... M rt' 'M .... M M .... .. ........... s, M . M Ain . ..... M w M, . i• M M ........... M w' M M M..• .. . e, ....... M 'M... 3 . Professional Registration,M.,b. Certi 3c io ....MM.........w.....w.................A.......MMM..........w.....M.. 3 e . Local Building .......................`...........,....'....•......MM....�......,...,....................................... ......'.M. 7.11 e 7.101 Environmental vuControl . M M M- M . ....... ..... M .. w .. i,.. M . . ,... M ............ M . M' ... M . M . M . #' . M MMM M M .• ..r .... wM. M . . b . M .....' ...MMM M ..... 35' or f . Archaeological aI 6..tln log c .aDiscoveries M #, .. ..... 'i......W' ., MX• M M b 6 . M... ,. ., .' .. M ... M ..., .. . +k. M .. M ... M M ...' . M .. MMM. M ...' . 35 . . 2' A l a k. a, A g� � .` u.^ . a '�.d'.w.^ c M. Ay,.............. M ..Y M. M M .4 ............... ....' .... M +. M AY., M. M M M b a, ih..... ,w rk M ., ..k . ....' a. M ... M; w. M .... ..... w . M q,Y rt . ...... 3 5 Preferential,; 7.1.3 ploy �+e................................ M wM W.. M MM T. M .................. w.M...9 MM MM 4 M .....Y.. M MM... .. M.. . M... 35 7.® ' 1 n es Hours n..d f Labor 'b.r�r ..M MM rt .•..,...,...,.. ... •...Y w M. M. .M....•. M.... ... ,.... M' MMM' W w.. w,MM M..MM.... ...M..... .. M ..'. M MM w M.' ... ... ..'.w M. ..' M. M. .M M.. .. .. ,.• 3Mw�i 7.15 O v erti me Work Hours, and Compensation ., ........ ,..w .' ...............- ... M... .. ,.. ,. M AF ....' ....' ....... ...... .......M' M ..., ., ...' . •.' 3 7.16 Co T e R.plb Against C ni g fiF �� M M M b M. M tlN M ., .... M M .. '. M ... M ,. M'.. tilF .. ..................................................... 3 7.17 fi is N o To Benefit.................................................... . •M. M M M.. M A5• Ab• ....r .....:... ... M M. .., M w M..., ... .. 37 7 . JL Personal Liability f 'L b l i c fi c i a .. s M• M M......, ...... ......... ............... . M M . M F. M M ,M .. M.....:e..............................., ' M M ... n..AV M M 3 ARTICLE RK ..... ...'.............,..... ........ ........ M M M.. ... ,. .................... ..... ...................... M.. M 3 8.1 Related MI.. k A Site...., M, .. ,..., ...... M• ........ ...• ......... W. M . Ax Y IF ,... M .. '{b . .. M -........................ AF Y M '........, ....- .. M, ...w ..... .... M.. M . 3,71 8.. Access,,, C t ing:w. Patching ....... .M.M...,............... M.M......+..... M..M M...k M..M.M....,........•.........I.....M....,.....r, ... s.M...M.....M ...M,... M. 7 Def rk 8.,3' ei, F y, Others......,........M.i. ...... M. ,......W..w Y... M M....M....ab.....,...... ... ... .. ,.. M,y.. y.: ... M MMM. MI. ....., 38" . C rd in t i,,o F SIM . w .......... . M. M .. ..... . w M M ............................................... .MM...r.............MM.a......................... Y........................... M M .................... 3 ARTICLE9 .. CHANGES ... .. ..,.... ... ..,......... . M ... Y.........' .... ....... .. . ...,-............ .. M... M . ,.... ...., ....... .. b.......... M.. ...,... 39 9.1 Borough's Right to Change " ..... * w . M M . M . M .., . M:... '..... M M ...., '. . . M ... ...b ........ M M .- M M .. M M, .. . .. 1 M M '.. M ....... 39 9.2 Au o . z a ti o .V.. :C h..+M41b. dk g e, s within General Scope ...... ., '.. M ... M ....... M M .. '.• M .. ........ M .. N'........ w . M M.... ... A. . 'I 9.3 Directive ......... .MM............w.YMW......,...,M'.......•....,w,.......'......,.............MMM...M.M.,M..M,M................................................. 319 9.4 Change Order....., .....M . M M, M M M . M: AY. M ., W .' . w .. M...w.. Y . Y. M, . •.. M n..... ................. M M, . in .., M .. i ... w. M M......M M . ... ..... 4 9.5 S Drawing Varl a i '. ., M•.....,..,.... a........ M... M....,.......... M....... M.. M.. M..: W........M ... u.,........ M,. M M...... ... r.. M AW, M M .,. '.M'... F.. 40 9.6 . Changes Outside he General, e. 1, Sc.o. pe-S.p.plemM�4l. �gre/eLL...,.,M........, ..M 40, 9..7 Ma n.ze Work,,........, ................. ............ .M.......M........M..M .................................. A)' M M ...... 40 Of 9. Notification, S y ......... .. .' W. MM'...... W,...........M. .....M .........,......... ........ t.... MrM Yk �Y,..M.M..........,40 ..M,MMM..... ....M.1F......M.wM . Differing Sito CO,Dd" ti AM.d.si M......•..M MM:.. f...M ........ i..M.. M.4.M M.,. .'. .. .'. w.....MM.. p wM1`M w.:....M Ik.M..•.;.M.. 41 ... .... rt. ... ... ...s ....MMM.e. AM 'Y'. I ARTICLE FM.CONTRACT PRICE., COMPUTATION ,.CHANGE........................ ,, rt . Contract w- . a- W' a .. ....Fi' w w w . %'.. w • . .M s . .. d, w, . w F w .. M w F w ...... ....... W.......w: .. a .. F .. w F, '. w M .. . e...... .. F' A .. w.......... 41 10.2 Claim For Prig .wFMdiw.MW1 Ww.. Fy.M w.........FF 41 . w Change O er Piic Dete'rMination, w . .. T' .' w... 'F, . W .. 'F' 4 � 'F' •w +b . "y," �w.. w dW IWC M� iir tle . �. �..... Aa. a, . ai .F, w w '. �W:.. '4' iW . .... F •... 'w. 'M, . w 'a . A, :. W b . 9M 4 w di ' M, ;. . . a 41 10.4 C "+" s of the k w .F ..,.......... �F YY� N P . a' .. pN 'a' . IY . �...... ....... .............. 42 . . 5 Excluded w w .; w w . . .. '.' . . M.. w ...• ..... . r• . ......... ,. . .... •. ...., . . a ....... 10.6 Contractor's Fee .,.... .... ... ...........l........,.....F 44 10.7 CostBreakdown ... .... ... w .. M'.. M . * *, M ....... �..... il' .. tli W" MY �XF . w� . w �F F� �F, �.. ryb �M, �. M eb .. Ml� . 'w F . w . 4 . y .. M,. N� DIY AF, . . ,... a Ih a W a, ....... Mew 5 , , .8 (",lashAllowances.........., ............. w..�.w �l. M,,W...,.....s...�.....w'...w...,M.+,..rt... ..... .,. M, ... �'r!. '. �. w.�;.. w....w.w.w...,..........'.'F...�..'....'.� 45 10.9 it n , k'•...�.......,......, �...r,w.w..,w...-..'w,..'r w�. •..w�.'aw.'w.. w. �w �-w �M..rt. s..'...'..:�..a.+.. �Y�wM.w r:w..�rF.•w .. w.. .....,.w,. ...... ,.'Mwr....,.+r'r ,. � 10.10 e VeJI.. . i J4 ,. a ti .o ,,'L ,�I, s for Unit Prices..,.,., w .. M r. . w..• .n .. w ... ....... ....... F ......... w ................. .' ,16 1 . Commencement oContract me... a . F . W . w ..... F .... w .............. .INF .. F .... .. .. ..... M ... ... .. ..... ....... ... .. ... 6 i Starting teW - ................. ,..................................'F..................................A.. 4 1. 1. . Computation . Contract T M..me ... F....,.... F,. .. ., ;..... w a,'..:...,..'.... F.... #•.............................. .............. 4746 ice. "'�I 4, J. 1. "°� Time F-�i Change............... w.•.....,.•..,...,.MMF........... ....w.e,•.,....,..;...a,..................... ...,.,....,...a•r-. 7 11.5 Extension Due Delays......., . ., 9F F .• . F . F ...., . . .... a FI".. F: 4; . F F F �.� �N �.......' M` F .� .... F ti Y ..., ., . ,. w . F ,., F :... tiF Mn., .. ...' MM, 47. 1. 1 . 6 Essence, of Contract Ww..F.. .. ... .. +' ..... F.... . ,.. ;.. ....., ...., ... ..... F .......,.. F F . ,........ F..... .........' a' . a F . F ... M ... .. l . w .... F .... . 47 11.7 Reasonable C m 'l t J, Time F...........+...'....a,..w......i.. a. F ................ ...a.,. 47 11.8 Delay Damages.... . tie .... ., ....... F. F rnF .....: w '' ........ If, ... rt .. 'F .. w .. F .... . .. ,... F F .. F .. F ......' ...... w . I ARTICLE 2 r.. QUALITY ASSURANCE...., .............F.+F.... ...l,.. .... .F..aF F..rt.. ..,...... M.FF .'.. ... r..,F.F rw r'., W r..M. '. 48 2.1 12.1 arJy and Guaranty a 4n y . ... 4' F . N .. x.. . F .................... . .. .. .. M' ......' ... ... a .... W' .. . F 8 12.2 Access o Work ..,..... ........................... ......................... F.,.,., F. w.. w F................... ...,... w .... ' 12.3 , -NW#spec Ron..V.............. a... a .'F a a.. 4,. +. F .�... .M .. ., .. .................. F.. M, •.......,.......,..................... .....,..Y.,.. F... Tests and Inspections..... ............ 2.4 ve ,g Work .................. ,.......... ........... F ..... ....... .......... ,..... .....' ...........' ......................• . ...... .. •. 50 12.5 IWI. May t the"Work....., ............. i..., .. ..... •.• ..W ..... ............, F �.. Mr ...... F F .. F F . w .. w .......... i' F ... F ..... ........ . 5 op 12.6 Crectio a!'rRe "M' of Deec ' � 4 T' e Work . 4......... .. .............. M ............ w' F . ... ...'.., ... F .................... 5 ., 7 One .Y a Correction er d,.. ............................ ............ ......... a, . .. F... Y.N ... ...., .. F .... 51-50 12.8 Acceptance o Defective dM..k .... •.,.....a ..a,... F.,.. Y.. F..rt.,,.............r.. },......N.1....................... ... 5 1 x.2.9 Borough y Correct Defective Work.....................M.........w.......a................................... 51. ARTICLE ..3 -PAYMENTS CONTRACTOR CTO -.. COMPLETION 13.1 Schedule Values....., ................rt...tie..........w....+..r...F.F......s............................a......r.a...wwWF.... r. 52 13.2 Preliminary Payments JL'Vs 'w F. ........F..�. •.. M'F wF.. FF.F... IM..... ., w.,al,....,......,., .. .. a..F..'..........6....�nX w..F�... w......, i,F Mrv... �. .� # �......F..... a�2 13.3 " c a n H�. JL'+� e s Payment ....., ..... ... '.. a ... ... ....., . a W �F 4 .... '. F ....'....' ...' •.' F •F .., .....� ..., . . . a a . •F'. ., W M w F '.• .... F ., ... 5 2 3 Review of Application, for Progress ........ ........................F................. 53-5-2 .15 StoredMaterials andEquipment4 ................ "4, F ., .� . w . F .� . i.... �., .... '... w o . M F . F ....'... a W.... F .. a . F .lN ......... M w ... F w F ...... .. +.. 53 13.6 C � �.c ' Warranty anty. of T� � .. fi, s.. F l• .... ............. ....; .... �. ,..'.. �.... F .. w .. ,.....' . ..... ,.'................... '........ i� rad .... a . a a .. F W� MI .... 13.7 SNA3 .7 'Withholding *af Payments........, ... ...... . M.., ..... N, .....' ..... F .............................. . F .., ... ..... a . . F ., ...... 9, . 5'3 . 3 . Retail& d a,g i.......:..... .. rt ......., ............... F ............ ..... ...... ............. ............................................. 5 13.9 Request ..o. Release of Funds ........ .... k............ i... M ........ .. '...... w ............................ F aIM...W i .. r F . y.... w rt ........ �.. NN X.w F YN 5 13.10, Substantial 4 �� "5 ✓ *91 ..... ... F .. F .. F . F .. w .... w W F ..... F . a M k . # .. F .. M ... ti .. I . fI ... F ...... F ......... w M . w ... W . W .. M F w F . 5 13.11 A ess Following Substantial Completion......, ..........................Fw......................A......FFF. 55 13.12 :final Insection.....'.'.....,...�Mw,�.F...,......w......,..........,...ti................1.....F...F......,..,. MF N'F......... .:. al.w......tix. 13.13 p w F Application Payment., ..... ....., .........' ........ .....,.........w............' .' ........ F ...... 5 Final ietion and 13.14 i al ........ a r .. tlF F .. M .. w F e ..... W. ....... w ... F ............ F F. F 4 ...... .. F F F w ............ F. F. w M 55 .e.. �3. . 5 Final Acceptance . M, M... w ..... F M,.. F .. fN• .'.. .... ale 'IM.. F F . w ...... pM F M '. i .....' .. �....... M'. 4 W .. �.' . F . F F ....... a . w' ... F ....... k .... 'w . M F F .. ..... .." ... 5 11 1116, Contractor's Continuing Obligation....,..........., ........ ... . 56 13.1.7Waiver e f C JA,,, A,. s y Contractor .w,.,.w.....................,ww r 'w' �. ..... ........... '. ..... '..... • ...; .............. w. w ........... .' .. 5 13.,18No, Waiver of Legal ,r,l. Rights.-..,. .. . 4 ................ . M ... w, .. . ..... M.... ..M.. w ....' ....... i. ... w w .., ........ ., .. i..., .. M . w ,w i• .. 56 ARTICLE 14 - SUSPENSIONFAULT AN TERMINATION .............. 57, 4.1 Borough May Suspend Work .....w..............ww...r...rw....ww.......,......w................ w....w w..r.............. 57 14.2 Default o Contract ..... wMM..w........... ...... w.......w....... w... m....ra+ ..�..aw...�. ....... ..w.w.w w....wr...wwr.....w 5 14.3 Rights o Remedies .w.....w�..exw..,.... .... .. ..�,., .�w..ro�w. na w' M,. w �.. w w . '!• ..... �.• i..,... M' .. ......' .. ................................ .w..w,.ww...w............M•.....•. ...., ... 59. 14.4 ConvenienceTermination. ........ .......w....w..F... wq M... w......w...w. i....ww... d M..Y MM.F MMWM Fw. W4.. w...w ww 9 15 ARTICLECLAIMSDISPUTES ....w..w....'r.......w............ww.w..,a....w,...,......w...�..... +..,.. w. a. w.. ,.-r'... w. . 1, 5. 1 Y,�' ws' M, � m �: as .., r w ..., Y, .. MMM r......- ., . w w . �... N 'w .. �.- ..............' '. '... w ..... M' .... ....................... ... ' • ................................., ,. ... i ... M .Yep eM 6 �' . Presenting �Claim.....,... Air * ....... �.• •.:. s.... 4'. ...' +X'. M ... w ., ... ik .... b .,... ...... qY .. M ... M ., 15.3 Clam Validity, Additional Information, and Contracting, Officer's Actions..�...........� 62 1 1 w �I Notice* M+...w M M..... ... ..... .-..,....., wTi .. •.. .... .. .. .., .. ,lr .... w . Y.. .'....'. AM. M..'w.,... #..�..,.. r, w...,. w w. �. '. ...... µ �'..'. MM.. M. M.... JF M. �Decision.,,....,,,,,,,,* 62 . 155 '' Borough Manager's 44�w�" ec I IF...a/ n..4......,... .... .,... ..ih..... ....,rt �'KMM.. M..w... ....... s. �M.ww, W!,..........rt.. w'.4� 4. w.#M ... �.. ". Yw .'ik,... iW ..YW 62 9 Wherever used in the Contract Documents the following terms., or pronouns 'in place of them, are, used, the intent or meaning, unless a different intent or meaning is clearly indicated,, shad be interpreted' as set forth below. The titles and headings of the Sections, Subsections and Articles herein are intended for convenience of'reference and shall not be considered as having bearing on their into retat .. 'Whenever used in the Specifications or other Contract Documents the following terms have the meanings indicated which are applicable to "both the smgular and, plural thereof. Working titles which have a masculine, gender are intended to refer to person of either, sex. Terms not defined below shall. have their ordinary accepted rneanings, within the, context which they are used. "Webster's Third New International 'Dictionary of the English Language,, Unabfidged, Copyright 1,961,," or subsequent revision thereof,: shall provide ordinarily accepted meanings.Words which have a well-known technical or trade meaning when used to describe work, materials, or equipment shall, be interpreted in accordance with such meaning. Words defined, in Article I are capitalized throughout these General. Conditions. Addenda - All clarifications, corrections, or changes i , ss,ued, graphically or in writing by the Borough, after, the advertisement but prior to the opening of proposals. Advertisement - The public announcement, as reqUiTed by law, inviting bids, for work to be performed or materials to be furnished - Application for Payment - The form provided by the Borough, which 'is to be used by the Contractor in requesting progress or final. payments and which is to include such supporting documentation as is required by the Contract Documents. Approved or Approval - Written approval by the Conti -acting Officer or his authorized, representative as defined in Article 2. 1. Architect - The person or firm retained, by the Borough to provide architectural and related servwes. A.S. - Initials which stand for Alaska Statute. Award -The acceptance, by the Borough, of the successful bid. 'Bid Bond - A, type of Proposal Guaranty. Bidder - Any individual, firm, corporation or an,y acceptable combination thereof, or joint venture submitting a hid or proposal for the advertised Work. Calendar Day - Every day shown on, the calendar, begiinning and ending at midni,ght. I Change written order by the Borough directing changes to, the Contract, Documents, b within their general. scope. Borough - The Kodiak Island Borough. References to "Owner" and "Contracting Agency" mean the 'Borough. Conditions of the Contract - Those portions of the Contract Documents which efine the rights, and responsibilities of the contracting parties and of others,In,volved in the Work. The 11, Conditions of the Contract include General Cone_4ditIons, Supplementary Conditions and other conditions. Consultant - The person, firm,, or corporation retained directly by the Borough or its ProJect Manager to prepare Contract Documents, perform construction administration services, or other Project related services. Contract - The written agreement between the, Borough and the Contractor setting forth the obligations of the parties, and covenng the Work to 'be performed, all as requixed by the Contract Documents. Contract Documents - The Construction Contract form, Addenda, the bidding requirements and Contractor's bia (including all. appropriate bid tender forms), the bonds,, the Conditions of the Contract and all other Contract requirements, the Specifications, and the DrawIIIgS furnished by theBorough to the Contractor, together with all Change Orders and documents appved by the Contracting Officer for inclusion, modifications and supplements i , ssued on, or after, the Effective Date of the Contract. Contracting Officer - The person authorized, by the Borough to administer the Contract on. behalf ofthe Borough. The Contracting Officer has, authority to make findings, determinations and decisions with, respect to the Contract and, when necessary, to modify or terminate the Contract. The Contracting Officer is identified, on the Construction Contract form. Contractor - The individual, firm, corporation or any acceptable combination thereofl, contracting with the Borough or perfon-nance of the Work. Contract. Prlice - The total moneys payable by the, Borough to the Contractor under the, terms of' the Contract Documents,. Contract Time - The number of Calendar Days or the day specified in the construction Contract and authorized time extensions, which identify bow much time the Contractor is allowed to achieve Final Completion. Cutting - Removal of in-place construction necessary to permit installation or performance of other work. - 1 Defective - An adjective whi.ch r Bets to, Work that is unsatisiactory'Jaulty or deficient, or does not conform. to the Con -tract Documents, or does not meet the requirements of any inspection, 11 reference standard, tests or approval, referred to in, the Contract Documents, or has been damaged prior to the Borough's approval. of final payment. irective - A written comniunication to the Contractor from the Contracting Officer interpreting or enforcing a Contract �req,u,irement or ordering commencement ot an item, of Work. Drawings - The draw-ings which show the character and scope of the Work to be performed and which havefurnished by the 'Rorough, or the Borough's Consultant and are by reference made a part of the Contract Documents. Effective Date of the Contract - The date on. which the, Contract, is fully, executed by 'both Contractor and the Borough. Final Acceptance - The Borough's written acceptance of the Work following Final Completion 0 and the performance of all Contract requirements 'by the Contractor., Final Completion - The Work (or specified part, thereof) has progressed to the point that all, work is complete as determined by the Contracting Officer. F olidays - In the, Borough,, I Holidays occur on: I L, ChristmasEve December 24, 1/2Day Off 12. Chnistmas Day — December 25 '13�. Every day, designated by publlc roc aeration by the BoroughAsse L-nhly, If any Holiday listed above falls on a Saturday, Saturday and the, preceding Friday are both legal Holidays. If the Holiday should fall, on a, Sunday, Sunday and the -following Monday are, both legal Holidays. Install - Means to build into the Work, ready be usedin complete and operable conditioln and in compliance with Contract, Documents. Invitation for Bids - A portion of the bidding documents soliciting bids, for the Work to be performed . A Notice of intent, to Award - The written, notice by the Borough, to all Bidders identifying the apparent successful'Bidder and establishing the Borough's intent to execute the Contract when all conditions required, for execution of the Contract, are m,_et. 0 Notice to Proceed - A written notice to the Contractor to begin the Work and establishing the date on which the Contract Time begins, Patchi- Fitting and repair work required to restore surfaces to origina i I conditions after installation, of other work. Payment Bond - Thesecufity furnished by the Contractor and its Surety to guarantee payment of the debts covered by the bond. Performance and - r-nie. security furnished, by the Contractor and its, Surety to guarantee perf"ormance and completion of the Work in accordance with the Contract., Project - The total cotrust on, of which the Work performed under the Contract Documents is the whole or a part, where such total construction may be performed by more, than. one Contractor. Pr oJ *ect Manager nth, r* e representative of the Contracting Officer who 'is res po i, ns*ble for administration of the Contract. Proposal - The offer of a Bidder on, the prescn*bed form to; perform the Work. at the prices quoted, The Proposal may also be referred, toas, the Proposal Guaranty - The security furnished with a, Proposal to guarantee that thebidder will enter into a Contract if his Proposal is accepted by the Borough. Regulatory Requirements - Laws, rules, regulations,, ordinance(S',, codes and/or orders. RFI - Request from the Contractor seeking interpretation or clafificatilon of the Contract Documents. Schedule of Values - The Borough's document, submitted by the Contractor and reviewed by the Contracting Officer, allocating portions of the Contract Price to various portions of the work,, which shall, serve as the 'basis, for computing pa,Y 'ment and for establishing the value of separate items, of Work of'which comprise the Contract Price. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specially prepared, by or for the Contractor to illustrate some portion of the, Work and all. illustrations, brochures, standard schedules, performance, charts, instructions, diagrams and other information, prepared by a Supplier and submitted by, the Contractor to illustrate, matefital, eqaipmen'It', fabrication, or erection for some portion of the, Work. Specifications - Those portions of the Contract Documents consisting of written technical desen'ptions of matefials, equipment, construction systems, standards and workmanship as applied to the Work and, certain administrative and procedural :details, applicable thereto. Specifications may also be referred to as Proect Manuals. i 0 Subcontractor - An, individual firm, or corporation to whom, the Contractor or any ;other, Subcontractor sublets part of the Contract. Substantial �Completion - Although, not fully cmpleted, the work or a specified, part, thereo,0 has: progressed to the point where, in the opinion of 'Borough as evidenced by the Boroughis, watt notIce,, it is sufficiently complete, in accordance with the Contract Documents so that the Work (or specified part) can be utilized for the purposes for which, it is intended. The terms "Substantiall� Complete"" and "Substantially Completed"' as applied to any work refer to Y Substantia�l Completion thereof. Supplemental Agreement - A written agreement between, the Contractor and the, Borough covenng work- thatIs not within the general. scope of the Contract. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. Supplier - A manufacturer,, fabricator, distributor, mater man or vendor of materials or equipment,. Surety - The corporation,, partnership, or individual, other than the Contractor,, executing a bond furn.shed, by the Contractor for thebenefilt of the Borough. Unit Price Work - Work to be paid for on the basis of unit prices. Using Agency - The entity who will, occupy or use the, completed Work. Work - Work is the act of-, and the result of, performing services, furnishing labor, fumishing and incorporating materials and equipment into the Project and performing other dutiesand obligations, all as required by the Contract Documents. Such Work, however incremental, will culminate in tie entire completed Project, or the various separately identifiable parts thereof. 2.1 Authorities and Limitations: 2. 1 .1 The Contracting Officer alone shall have the power to bind the Borough and to exercise the rights,, responsibilities, authorities and functions ve-sted in the Contracting Officer by the Contract Documents, except that the Contracting Officer shall, have the right to designate in writing authon*zed representatives to act for him. Wherever any provision of the Contract Documents specifies an individual. or organizatIon, whether governmental or private, to: perform, ,any act on behalf of or in the interests, of the Borough, that individual,, or organiization shall be deemed to be the Contracting Officer's authorized representative under this Contract but onIto Y the extent so: specified,. "rhe Contracting Officer may, at any time during the perfort-nance of this Contract,, vest in anysuch authon*zed representatives additional power and authority to act for the Contracting Officer or designate additional representatives, specifying the extent of their authority to act for the Contracting Officer-, a copy of each document, vesting additional authority IN in or, removing that authority from, an authorized representative or designating an additional authorized representative shall, be furnished to the Contractor. The Borough, Manager reserves, the right to appoint a new Contracting Officer without affecting any, of' the Contractor's obligations to the Borough under this Contract. 24 .2 The Contractor shall perform the Work in accordance with any written order (including but, not limited, to instruction, direction, interpretation or aetermination) iSsued by an authorized representative in accordance with the authofized representative's authority to, act, for the Contracting Officer® The Contractor assumes, all the risk and consequences of performing the, Work in accordance with any order (including but not, limited to instruction, direction, interpretation or determination), of anyone not authorized to issue such order, and, ofany order 'not in writing,. 2.1.3 Should the Contracting Officer or Ills authorized representative designate Consultay o act for the Borou I gh as provided for in, Paragraph 2.1.1, the performance or nonperformance of the Consultant under such, authority to act, shall not, give rise to any contractual obligation or duty of the Consultant to the Contractor, any Subcontractor, any Supplier, or any other organization perforMing any of the Work or any Surety representing them. 2.2 Evaluations by Contracting Officer: 2 .1 The Contracting Officer will, decide all. questions which may arise as to': a.Quality and acceptability of materials f7unnshed, b. Quality and acceptabilityof'Work, performed - c. Compliance with schedu,le of progress; d. In. te rpretation of the schedule of progress,-, e. Acceptable fulfillment of the Contract on the part of the Contractor. 2.2.2 In order to a' d cumbersome terms and confusing repetition of expressions in the, Contract Documents the terms "as required," "as approved" or terms of like effect or import are, used., or the adjectives, "reasonable.,"' "'suitable." acceptablel, ""proper"" or "satiSfactory" or adjectives of like effect or import are used it shall be understood as if the expression were followed by the words "the Contracting Officer." When such terms are used to describe a requirement, direction, review or judgment of' the ContractingOfficer as to the Work, it is 'Intended that Such requirement, direction, review or judgment will be solely to evaluate the, 'Work for compliance, with. the Contract Documents (unless there is a specific statement indicating otherwise). 2.2.3 The use of any Such term or adjective shall notbe effective to assign to the Borough any duty or authority to supervise or direct the furnishing, or performance of the Work or any duty or authority to undertake, responsibility contrary to the provis 'ions of paragraphs 2.3 or 2.4. 2.3 'Means, and Methods-. The means, methods, techniques, sequences or procedures, of construction, or safety precautions and the progra mins ident thereto,, and the, failure to perform or IN furnish the Work in accordance with the Contract Documents, are, the sole res ponsiWIlty of the. Contractor. ,2.4 'ni,e Contracting Officer may make visits to the site and approved remote storage sites at intervals appropriate to the various stages of const,r�uction to observe the progress and quality of the executed Work and to deter nu`ne, ingeneral.,, if the'Work is proceeding in accordance with the Contract Documents., Such observations or the lack of such observations, shall in no, way relieve the Contractor from his duty to perform the Work, in accordance with the Contract Documents. ARTICLE 3 - CONTRACT DOCUMENTS; INTENT2 AMENDING USE MWM-- 3.1 Incomplete Contract Documents : The submission c, -)f abid by, the Bidder is, considered a representation that the Bidder examined the Contract, Documents to make certain that all sheets and pages were provided and that the bidders satisfied as to the conditions to 'be encountered in performing the Work. The Borough expressly denies any responsibility or liability for a bid submitted on the basis of an, incomplete, set of Contract Documents,. 3.2, Copies of Contract Documents,: Th'e Borough will provide electronic copies of Contract Documents. Contractor 'is responsible for furnishing all needed, hard copies ofContract 'Docui-nents at its own expense. 3.3 Scope of Work. - The Contract Documents compn*se the, entire Contract between the Borough and the, Contractor conceming the Work. The Contract Documents, are complementary; what is called, for by one is as, binding as if called for by all. The, Contract Documents will be construed in accordance with the Regulatory Requirements of the place of the Project. It is, specifically agreed between the parties executing this Contract that it is not intended by any. I-- of the provisions of the, Contract to create n the public or any member thereof a third party benefit, or to autho6ze anyone not a party to this, Contract to maintain a suit pursuant to the, terms or provisions of the Contract. 3.4 Intent, of Contract Documents: 3.4.1, It is the intent of the Contract Documents to describe, a functionally complete Project to 'be constructed In accordance, with the Contract, Documents. Any work, materials, or equipment that may reasonably be inferred from. the Contract Documents as 'being required to produce the intended result will be supplied., without any adjustment in Contract, Price or Contract Time, whether or not specifically called for. 3.4.2 Reference to standard, Specifications, manuals or codes of any technical society., organization or association, or to the Regulatory Requirements of any governmental authority,, M whether such reference be specific or by implication, shall mean the editi,on stated in the Contract Documents or if not stated the: latest standard specification, manual, code or Regulatory Requirements in effect at the time,of Advertisement for the Project (or, on the Effective Date of the, Contract if't,here was no Advertisement). However, no provi'sion of any referenced standard, specification, manual or code (whether or not specifically incorporatea by reference in the Contract Documents) shall be effective: to change the duties and responsibilities of the Borough and, the Contractor, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall. it be effective to assign to the Borough or any of the Borough's, Consultants, agents or employees,, any .uty, or authority to supervise or aired the furnishing or performance of the 'Work, or any duty or, authority to undertake responsibility contrary to the, provisions of paragraphs 2.3 or 2. 4,. 3.5 Discrepancy in Contract, Documents. - 3.5.1 Before undertaking the Work,, the, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures, and dimensions shown thereon and all applicable field, measurements., Work in the, area by the Contractor shall imply ven, fication of figures, dimensions and field measurements. If, during the above study or during, the performance of the Work, the Contractor finds a conflict, error, discrepancy or omission in'the Contract Documents and any standard speciffication, manual, code, or Reg uiatory Requirement which affects, the Work, the Contractor shall promptly report suchscrep ancyin Writing to the Contracting Officer. The Contractor shall obtain a written interpretation or clarification, from. the Contracting Officer before proceeding with any Work affected thereby. Any adjustment made by the Contractor without, this determination shall be at its Own risk and expense. However, the, Contractor shall not be liable to the Borough, for failure to report any, conflict, error or dis,er�pancy in, the Contract Documents unless the Contractor had actual knowledge thereof or should, reasonably have known thereof". 3.5.2 Discrepancy - Order of'Precedence'-, When conflicts,, errors., or di'screpanices within the Contract Documents exist, the order precedence froni. mostgoverniing to least, governing will be as, follows.: Supplementary Conditions, General Conditions Technical Specifications Drawings (recorded dimensions will govern over scaled dimensions, large scale details over 0 small scale, schedules over plans,, structural drawings and mechanical and electrical, drawings over architectural drawings) 3.6 Clarifications, and Interpretations (RFIS). The Contracting Officer will issue with reasonable promptness such, written clariffications oil, interpretations of the requirements of the, Contract Documents as the Contracting Officer may determine necessary', 'which, shall be consistent with or reasonably inferable f"rom the overall intent of the Contract Documents. IN A. RFIs shall originate, with Contractor and be submitted, simultaneously to the Contracting Officer and the Architect., RFIs submitted by entities other than Contractor will. be returned with no response,. Contractor sl, coordinate and submit .FIs in a prompt manner so asto avoid delays in Contractor's work or work of subcontractors. B. Each RM is to include a detailed. legible description of 'item needing interpretation and the following-. I . Project name. 2. Date. 3. Name of Contractor. 4. RFI number, numbered sequentially., 5. Specification Section number and title, and related paragraphs, as appropriate. 6. Drawing number and detail, references., as appropriate* -7. Requested response date it other than allowed by this Section. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solutlon(s). If Contractor's solution(s) impact, the Contract Time or the Contract Price, Contractor shall state, impact in, the, R.H. '10. Name of person, preparing RFI for Contractor. 11. Space for Architect's response. 12. Space, for name of person preparing response for subconsultatIon'. 13. Space for,pers,on reviewing response for Architect. 14. Date of Archtea's response. 15. Space for 11'sting Architect's response attachments, If any. 16�. Contractor Attachments: Include drawings, descriptions,, measurements, photos,, Product Data, Shop, Drawings, and, other Information necessary to fully describe items needing interpretati on. IT Architect's Attachments,*, Architect may attach drawm,gs, descriptions, mea surernents, photos, Product data, Shop Drawings, and other information necessary to fully describe items needing interpretation, C. Architect's Action: Architect will rel each, RFL determine action required, I and return it to the Contracting Officer. Allow seven working days for Architect's, response for each RFL R recelved after 1 -.00 p.m. will be considered as received the following working 0 day. Architect may request additional information', in which case Architect's time for response will start again. D. On receipt, of Contracting Officer's action, update the RFI log and immediately distribute the RFI response, to affected parties. Review rep se and notify Contracting Officer within 72 hours if Contractordtisagrecs with response. The following RFIs, will ,be returned without action*, a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for adjustments in the Contract TIS e or the Contract Price. IM d. Requests for interpretaLlon of Architect's actions on submittals. e. Incomplete, RFs or RIFIs with, numerous errors. 2. Contracting Officer's action on RFis that may result in a change to the Contract Time or the Contract Price may be gi,ble for Contractor to submit a Change Order request. If Contractor 'believes the RFI response warrants change in the Contract, Time or the Contract Price., notify Contracting Officer in wfitmg wi.thin 1.0 days of receipt of the RE response., E. RFI Log: Prepare, maintain on-site, a hard copy tabular log of RFI, rganized by the RF1 number., Log shall include identification of related Contract change document and Proposal Request as, appr. 3.7 Ownership and, Reuse of Documents: Neither the Contractor nor any Subcontractor, or Supplier or other person or organization. perfornen g or fumishing any of the Work under a direct or indirect contract with the Borough shall. have or acquire any title to or ownership rights in any of the Contract Documents on extensions of the PrQl*ect or any other project without written, consent, of the Contracting Officer. Contract, Documents prepared by the Contractor in connection, with the Work shall become the property of the Borough. 11 1 11E� OV17lM �� � � � ` 1 � 1 111111 4. 1 Availability of Lands: '11 iI The Borough, shall furnish as inucated in the, Contract Documents, the lands upon which the Work is -to, be, per fon-ned, rights-of-way and easements for access thereto, and, such oth.erlands which are designated for use of the Contractor in connection with the Work. Easements for permanent struictui,,es or permanent changes in, existing facilities will be obtained and paid, for by the Borough, unless otherwise provided in the Contract Documents. The Contractor shall proviae for all, additional, lands and acicess, thereto that may be requIred for temporary construction facilities or storage of materl'als and equipment. 42 'Visit to, Site: The submission of abid by the Contractor is considered, a representation that the Contractor has visited and carefully examined the site, and is, satisfied as to the conditions to be encountered in performing, the Work and as to the requirements of the Contract Documents. 4.3 Explorations and Report�� RefereDce is made to the Supplementary Conditions for identification, of those reports of explorations, and tests of subsurface conditions at the site that have been utilizedby the Borough IR in preparation of the Contract Documents. The Contractor may for its purposes rely upon the accuracy of the factual data contained in such reports,, but not upon interpretations or opinions drawn from such factual data contained therein or for, the completeness or sufficiency thereof. Except as indicated in the immediately preceding sentence and 'in paragraphs 4.4, and, 9.9, Contractor shall have full responsibility with respect to surface and subsurface conditions at the site. 4. 4.1 The horizontal and vertical locations of known underground utilities :as shown or indicated by the Contract Documents, are approximate and, are based on information and data fumished to the Borough by, the owners of such underground utilities. 4.4.2 The Contractor shall, have full respon.sibility f6j, a. Reviewing and checking all information, and data conceming utilities., b. Locating all underground utilities shown or indicated in the Contract Documents which are affected by the Work. C. Coordination of the Work with the owners of all utilities during construction,,. d�. Safety and protection of all utiliti,es as provided in paragraph 6.17. e. Repair of any damage to utilities resulting from the Work in accordance with 4. 4.4 and, 4.5. 4.4.3 if 'Work is to be performed by any utility owner, the Contractor shall cooperate with such owners to facHitate the Work. 4. 4.4 In the event of interruption to any utility service as a result of accidental, breakage or as result of being exposed or unsupported, the Contractor shall promptly notify the utility owner and, the Contracting Officer., 'If Service is interrupted, repair work, shall. be contimlous until the service is restored. No Work shall, be undertaken around fire hydrants until, provisions for continued service has "been, approved by the local fire authority. 4.5 Damaged Utilities: When utiffities are damaged by the Contractor,, the utility owner shall have the choice of repairing the utility or having the Contractor repair the utility. In the following circumstances, the, Contractor shall rein iburse the, utility owner for, repair costs or provide at no cost to the uti , lity owner or the Borough, all materials,eq,t ,u,men t and ecess labor, nary to complete, repair, of the �*p damagle: a. When the utility is shown or indicated in the Contract Documents. b. When the, utility has been located by the utility owner. C. When no locate was requestedby the Contractor for utilitles, shown, or indicated in the Contract Documents. d. All visible utilities. ffel e. When the Contractor could have, otherwise,, reasonably been expected to "be aware of such uti.1,1ty. 4.6 Utilities Not Shown, or Indicated,,-. If, while directly performing the Work, an underground utility is uncovered or revealed at, the site which was not shown, or indicated, in the, Contract Docurnents, and which, the, Contractor could not, reasonably have been expected to be aware of, the Contractor shall, promptly :after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by paragraph 6.19) identify the owner of such underground utility and give, written notice thereof to that owner and to the Contracting Officer, The Contracting Officer will promptly review the underground utility to stet es the extent to which the Contract Documents, and the Work should be modified to reflect the impacts of the discovered utility., The Contract Documents, will be amended or supplemented in accordance with paragraph 9.2 and to the extent necessary through the issuance of a change document by the Contracting Officer. During such time, the Contractor shall be responsible for the safety and protection of such underground utility as provided in paragraph 6. 17. The Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time,, or both,, to the extent that they are directly attributable to the existence of any underground utility that was not shown or indicated in the Contract Documents and is they Contractor could not reasonably havebeen, expected, to be, aware of. 4.7 Survey Control: TheBolrough will Identify sufficient poi zon'tal and, vertlealciontrol data to en to the Contractor to survey and layout -the Work. All survey work shall be performed under the direct supervision of a registered to surveyor who is experienced in, providing,land- surveying'ska services in Ala, of the kind indicated when, required 'by paragraph 7.8. Copies of all survey notes will, be provided theBorou I ug on a, weekly basis 'w'th variations between the Contract Documents and, actual field, conditions, identified., Survey notes are to be in a format acceptable to the Borough. One Mylar copy of the final survey signed by the surveyor and one electronic CAD ,cot will be submitted. 4.8 Responsibility for Damages and Repair by Contractor: The Contractor shall be responsible for all damages to property, injury to persons,:, and loss', expense 7 inconvenience, and delay that may be caused by or that, may result from any act, omission, or neglect of the Contractor.) its Subcontractors,, or, its employees inthe performance of the Work. it Is specifically 'understood 'between the Parties executing the Contract that the Contract Documents do not make anyone a 'thir-party beneficiary, nor does the: Contract, authoe anyone not a party to maintain a, lawsuit for, personal injuries or property damage,. All damage and injury to property that'is caused by that results from the carrying out/of the Work, or from any act, omission, or neglect of the ntractor, its Subcontractors,, or its 1-0 In applying the above provisions, the repairingy, rebuilding, or replacing, of damaged property shall. be understood to 'include the providing of any temporary facilities that may be needed to ma J int ain normal service until the required repairing, rebuilding or replacing, is accomplished. 5.1 Delivery of Bonds. - 'When the Contractor delivers, the executed Contract to the Contract*n 1 g Officer, the Contractor shall. also del.er to, the Contracting Officer such bonds, as the Contractor may be required to furnish in accordance with paragraph 5.2. The Contractor shall furnish Perrmance and Payment Bonds, each 'in an amount as shown. on. the Contract as security for the faithful performance and payment of all Contractor's gat or under the Contract Documents. These bonds :shall remain in effect for one year after the date, of Final Acce�ptance and until all obligations under this Contract, !except special guarantees as, per 12.7, have been met. All bonds shallbefumished on. forms providedby the Blorough (or copies thereof) and, shall be executed by such Sureties as are auti' orized to do business, in the State of Alaska and wh-ose financial rati,n Js accep!able to KIB. The Contracting Officer may at his option copy the Surety with notice of any potential default or liability. At the option of the Contractor, bonds may be provided by, �ind,ivic - iva , i Surety the adequacy of which shallbe determined by the Contracting Officer, Any costs incurred by, the Contractor or individual, Surety shall be, bome by the Contractor. Were individual Sureties are used, two individual Sureties must each provide the Borough with security equal to the, amount ofeacb bond, by an Escrow account in the name of the, Borough for, the duration of the Con -tract. Acceptable securities, would nclude, but not necessarily be limited to: cash,; treasury notes*, bearer instruments, having a, speciffic value, or money market certificates, 111111111111111illillililli I Pill 11111 111 illlli::Il�ill III I III MM If the Surety on any bond furnishen connection with this Contract, is declared bankrupt or b -in aheanpaof the ecomes insolvent or its right to do business is terminated, * ny state wre y rt Project, is located orit ceases to meet the requirements of paragraph .52, or otherwise becomes unacce,ptable to the Borough, or if any such Surety fails to furnish reports as to its financial condition as requested, by the Borough, the Contractor shall within five, days thereafter substitute another bond and, Surety, both, of'which. must be acceptable to Borough. 1,8 An individual Surety may, be replaced by a corporate Surety during the course of the Contract period. If the Surety desires to dispose of the collateral posted, the Borough may, at its option,, accept substitute collateral. 5.4.1. The Contractor shall provide evidence of insurance with an insurance carrier or carriers satisfactory to the Borough covefing injury to persons and property SUffered, by the Borough or by a thlrd party as a result, of operations -under this Contract by the, Contractor or 'by any, 'de protection ,subcontractor. The C�ontractor's insurance shall provi ag a*1 s injuries to all employees, of the Contractor and the employees of any subcontractor engaged in work under this Contract. All, insurance policies shall be issued by insurers that (i) are permitted to transact the business ofinsurance in the Borough, under AS 21 and (11) have a financial rating acceptableto the Borough. The Contractor shall, notify the Borough in wnting, at least 60 days before cancellation of any coverage or reduction in any limits of liability. Additional insurance requirements specific to this contract are contained in the Special Provisions,, when applicable, 5.42 The Contractor shall maintain the following policies of' insurance with the specified Mim , mum coverages and limits in t0orce at all times during the performance of the, Contract: Workers' Cornp!n.sation: As required by AS 23,30.045, for all employees of the Contractor engaged -in work under this Contract,. The Contractor shall 'be responsible for Workers' Compensation Insurance for any subcontractor who performs work under this Contract. The coverage shall, include-. a., Waiver of'subrogation against the Borough, b. Employer's Liability Protection, at $500,000 each acei'dent/each employee and $x`00,000 policy limit', C. United States Longshore and Harbor Workers" Act Endorsement, whenever the work involves activ.ity over or about nav'l,gable water; and d. Maritime Employer's Liability (Jones Act) Endorsement with a minimum limit of' $11,000,000, whenever the work involves activity from. or on a vessel on navigable water. 2. Commercial General, Liability-. on an occurrence policy form, covering all operations with combined, single limits not les,s, than.* a. $ 1 0001,00O.Each Occurrence; b. $1 000,000 Personal Injury,, C. $2,000,000 General Agregate-� and 9 11 d. $2,000,000 Products- Completed Operations Aggregate., 3. Automobile Liability-,, covering all, vehiclesused in Contract work, with combined sIngle limits not less, than $1,000,000 each occurrence. UZ 4. Umbrella Coverage-. for Contract amounts. over $5,000,000 not less than $5,000,000 umbrella or excessliability. Umbrella or excess, policy shall incl dui , ude procts liability completed operatons coverage and may be, subject to $5,000,000 aggregate limits. Further, the 'umbrella or excess policy shall contain a clause staling that it takes effect (drops down) in the event, the primary limits are impaired, or exhausted. The Borough shall, be named as an additionalinsured on policies required, by paragraphs 2 the 4 above. All of the above insurance coverages shall be considered to be primary and noncontributory to any other insurance carried by the ,Borou,gh,, whether through self-insurance or otherwise. In, any contract or agreement with subcontractors performing work, the Contractor shall require that all, indemnities and waivers, of subrogation 'it obtains, and any stipulation. to be, named as an additional insured it, obtains, shall also 'be extended to waive fights of subrogation against the Borouh in gh and to add t e Borough as an additional named ` demnitee and as an additional, insured. The apparent low bidder shall furnish evidence of 'insurance to the Borough before award, of the, Contract. The evidence shall be issued to the Borough and shall be a, certificate of insurance the policy declaration page with all, required endorsements attached and, must,-, I . Denote the type, amount, and class off' operations, covered; 2. Show the effective (and retroactive) dates of the policy. 3. Show the expiration date of the policy; 4. Include all required endorsements; 5., Be, executed b, the carrier's representative; and y 1� 6. If a certificate of insurance, include the fo llowin g statement". tyI'th all aspects of the This is t�o certify that the, policies described herein comply w insurance requirements of (project Name and Number). The insurance carrier agrees shf that *t all' noti I y the Borough, in writing, at least 60 days before cancellation. of any coverage or, reduction in any limits of liability. if The Rorough's acceptance of deficient evidence of insurance does not constitute a waiver of Contract requirements. Failure to maintain the specified insurance or to provide substitute insurance if an insurance carrier becomes insolvent, is placed in, receivership,, declares bankruptcy,, or cancels a policy may 'be grounds for withholding Contract payments until substitute ante is obtained, and may., in the Borough's discretion, be sufficient grounds for declaring the Contractor in default. 5.4.3 Evidence, consisting of a, certificate of insurance or the policy declaration page with required endorsements attached thereto -- all, of' which have been executed by the insurer's representative and, issued to the Borough, shall denote the type, amount, class of operations covered', effective (and retroactive) dates, and dates of expiratmn of policies. WIN Evidence pertaining to Worker's Compensation, General Liability, or Automobile Liability is required for Awards. All other coverages shallbe evidenced prior to commencement, of Work. Acceptance by the Borough of deficient evidence does not constitute a waiver of Contract requirements as provided, for by the Conditions of the Contract. If a certificate, is subrilitted as evidence it shall contain the following statement: "This is, to certify that the policies descri,bed hereto comply with all, aspects of the insurance requirements of (Coarct Name and, Number and Project Number).' I The ContTactor shall indemnify, save harmless, and defend, the, Borough and its agents and its employees -from any and all claims or actions, for iijuries or damages, sustained by any person. or 0, property Wising directly or indirectly from the construction or the Contractor's Performance of this Contract; however, this provision has no effect I,f, but only if, the sole proximate cause of the injury or damage is the Borough's gross negligence,. tagm ........... . . . ..... . ........ 6.1 Supervision of Work: The Contractor shall supervise and direct the Work, competently and efficiently, devoting such attention, thereto and apply such skills and expertise, as may be necessary to perform the Work in accordance wIth the, Contract, Documents. All Work under this Contract shall be performed in a skillful and, workmanlike manner. The Contractor shall be solely responsible for the, means', methods, techniques, sequences and procedures of construction. 6.2 Superintendence by Contractor: The Contractor shall keep on the Work, at, all times during its progress a competent, resident superintendent. The Contracting Officer shall be, advised in. writing, of the, superintendent's name, local address, and telephone number. This written advice is to be kept current until Final, Acceptance by the Borough. The supe nnter derpt will be the Contracto�rl s representative at the site and shall have full, authority to act and sign, documents on. behalf of the Contractor. All, communications given, to the superintendent shall. be, asbinding as, if given to the Contractor. The Contractor shall cooperate with the Contracting Officer in every way possible. The Contractor shall provide a sufficient number of competent,, suitably qualified personnel to survey and lay out the Wok, and perform construction as required, by the Contract Documents. The Contractor shall at all times maintain good discipline and order, at the s�.Ite,., The Contracting Officer may, in writing, require the Contractor to, remove from, the Work any eiployee the M Contracting Officer deems incompetent, careless,, or otherwise detrimental 'to the progress of the 11 1 Work, but the, Contracting Officer shall have no duty to exercise this nign't. 6.4 Contractor to,Fumish: Unless otherwise specified in the General Requirements,,, the, Contractor shall furnish and assume fu , inery, tools appliances, fuel, power, ll res ponsibi1sty for all matefials, equipment and mach' light,, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and * 1 *dentals, necessary for the furnishing,, pe a�nce testing, start-up and completion of the nc,i �rform, Work. All materials and equipment shall be of specified quality and new, except as otherwise provided in the Contract Documents. if required by the Contracting Officer, the Contrac,to�r shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of matefials, and equipment. All, materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided In the Contract Documents. But no provision of any such instructions will be effective to assign to the Borough or, any fthe Borough's Consultants,, agents or employees, any Ity to supervise or direct the, furn*shing or performance of the Work or an� duty or duty or author' I y authority, to undertake responsibility contrary to the provisions of paragraphs 2.3 or 2.4. 6.6 Anticipated Schedules: 6.6.1 Within 10, working days following the Notice to Proceed the Contractor shall submit to A the Contracting Officer for review an anticipated progressschedule, indicating the starting anu, completion dates of the van"ous stages of the Work. 6.6.2 Within 10 working days after the date of the Notice, to Proceed, the Contractor shall submit to the Contracting Officer for review anticipated schedule of Shop Drawing submissions and a Schedule of Values. 6.6.3 The Schedule of Values for all of the, Work will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts, in sufficient detail to serve as the basis, for progress payments during construction. Such prices will include h item of Work, which will, be an appropriate amount of overhead and profit p1 1. to eac confirmed in writing by the Contractor at, the time, of srftl ission. Contractor will use the Technical Specifications table of contents as a guide to establish line items for, the Schedule of 'Values. Provide at least one line item for each Specification Section. 1. Identifi cation: Include the -following Project identification on the Schedule of Values: a. Project name and location. b. Name of Contracting Officer. M, C. Project number. d. Contractor's name and address. e. Date of submittal. 2. Submit draft. of AIA Document G703 Continuation Sheets, or document containing such informatmn. 3. Arrange the Schedule of Values in tabular form with separate, columns to indicate the following for each item listed: a. Related Specification, Section. or Division. b. Description of the Work. C. Change Orders (numbers) that affect value. d. Dollar value. 1) Percentage of the Contract Price to nearest one-hundredth Percent', adjusted to total 100 percent. 4. Provide a breakdown of the Contract Price in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Provide several line items for principal subcontract, aniour tS,where appropnate. Include separate line: items under required principal subcontracts for operation and maintenance man uals, punch list activities, PrQjec-t record documents, and, deer iors tration and training in the amount of 10 percent, of the Contract Pn- ce. 5. Round, amounts to nearest whole dollar; total shall equal. the Contract Price. 6. Provide a separate line itern tn the Schedule of'Values for each part of the Work where Applications for Payment, may include materials or, equipment purchased or fabricated and stored, but not yet installed. Differentiate, between i,tems storn- site and, items stored off-site. If specified,, include evidence of insurance or bonded warehousing. 7. Provide separate line items in the Schedule of Values for initial cost of materials,, for each subsequent stage of completion, and for total. installed value of that part of the Work. 8. Allowances: Provide a separate line item in the Schedule of Values, for each allowance., Show line -item value of unit -cost allowances,, as a product of the unit costtiplied by measured quantity. Use information Indicated mthe Contract Documents to determine quaDtities. 91. Each item in, the Schedule of Values and Applications for Payment shall be complete. Include total cost, and proportionate share of general overhead and profit for each item. Temporary fac:Ifitnd ies aother jar cost items that are not direct cost of actual work -in-place maybe shown eitner as separate line items in the Schedule of Values or distributed as general overhead expense, at Contractor"s 0 option. a 10. Schedule Updating,: Update and resubmit the Schedule, of Values before the next Applications for Payment when Change Orders result in a change in the Contract Price. 6.7 Finalizing Schedules: Prior to processing the first Application for Payment, the Contracting Officer and the Contractor will final l,ze schedules required by paragraph 6.6. The finalized progress schedule, will be acceptable to the, Borough as Providing information related to the orderly progression of the Work to completion within the Contract Time-,, but such acceptance will neitherimpose on the Borough, nor relieve the, Contractor from full responsibility ,for the progress or scheduling of the Work. If accepted, the f-inalized schedule of Shop Drawmgs and other required submissions will be, acceptable to the Borough as providing a workable, arrangement for processing the submissions. If accepted, the finalized Schedule of Values will, be acceptable to, the Borough :as an approximation of anticipated, value of Work, accomplished over the anticipated, Contract Time. Receipt and acceptance of a schedule submitted by the Contractor all not be construed to assign responsibility for performance or contingencies to the, Borough or relieve -the Contractor of'hi's responsibility to adjust his -forces, equipment, and work schedules as may 'be 'necessary to insure completion of the Work within prescribed Contract Time. Should the prosecution of the Work, be discontinued for any reason, the Contractor shall notify the Contracting Officer at least, 24 hours in advance of resuming operations. Adjusting Schedules: Upon substantial change to the schedule or 'upon request, the Contractor shall submit to the Contracting Officer for acceptance (to the extent 'Indicated in paragraph 6.7 and the General Requirements) adjustments in. the schedules to reflect the actual present and anticipated per ogres s of the Work. 6.9 Substitutes or "Or Equal" Iterns,,,. 6.9.1 'Whenever materials or equipment are specified or described in the Contract Documents using the are of a propriety item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words inaicating that no substitution, is permitted,, materials or, equipment, of other Suppliers may be accepted by the Contracting Officer only if sufficient information is submitted by the Contractor which clearly demonstrates totie Contracting Officer that the material or equipment proposed is equivalent or equal in all aspects to that named. The procedure for review by the Contracting Officer will include the following-. 6.9.2 Requests for review of substitute items ofmaterial. and equipment will not be accepted by the Contracting Officer from. anyone other than, .the Contractor. If the Contractor wlisbes to furnish or use, a substitute item of matenial or equipment., the Contractor shall make written application to: the Contracting Officer for acceptance thereof, certifying that the proposed substitute will perfomi, adequately the functions and achieve the results called for by the, general M design, be similar and of equal, substance, to that specified and be suited to the same use as the specified.The application, will, state, 'that the, evaluation and acceptance, of the proposed substitute will, not delay the Contractor's achievement, of Substantial Completion on time, whedier or not acceptance, of the substitute for use in the Work will require a change in any of the Contract 'Documents or in the provisions of any other direct contract with the Borough,. or Work on the Project) to adapt the design to the proposed substitute and whether or not, 0 W incorporation or use of the substitute in connection with the'Work is sub J ect to payment of any license fee or royalty. In addition the Contracting Officer will, consider whether-. 1'. Requested, substitution, offers Owner a substantial advantage in cost,, time, energy conservation, or other considerations, after deducti,ng additional responsibilities Owner must assume.Owner's, additional responsibilities may include, compensation to Consultants for redesign and evaluation services, increased cost, of other construction by Owner, and similar considerations. 2. Requested substitution does not require exteT,,is,0 ive revisions to the Contract Documents. 3 Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor"s Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitutionis, conapatible with other portions, of the Work. 8. Requested substitution hasrt, coordinated with other portions of the Work. 9. Requested substitution, provides specified,, warranty. P 19 � r, 6.9.3 The Contractor shall, submit three copies m eacn substitution request ior consi,deration, identifying each product or fabrication or installation method, to be replaced and including Specification Section numb�er and title and, Contract Drming numbers and titles. Show compliance with requirements r substitutions and truer lowing as, applicable: a. Statement indicating why specified material or product cannot or should not be provided. b. Coordination information,., including a list, of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate, contractors,, that will be necessary to accommodate proposed substitution. cl.Detailed compares on, of significant qualities of proposed substitution with thole of the Work specified. Significant qualities, may include attributes such as perfori-nance, weight, size, durability, visual effect, and specific features and reqUi,rements indicated, d. Product data, including drawings and, descriptions of products and fabrication, and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. 25 9- Material test reports from a qualified, testing agencyindicating and interpreting test results for compliance, with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for PrQject, from a model code organization acceptable to authorities having jurisdiction. �i. Detailed comparison of CarisConstruction Schedule using proposed substitution with Products specified for the Work, includin9, effect on the overall 1 Contract Time., If specified product or method of construction cannot, be provided within, the Contract Time, inc.iucie letter from Manufacturer, on manufacturer s letterhead, stating lack ofavallability or delays In delivery. Cost information, . including a, proposal of change, if any, in the Contract Price. k. Contractor's certification that proposed substitution complies, with requirernents in the Contract Documents and, i's appropfiate:fir applications mclIca tled. 1. Contractor's waiver of rights to additional payment or time that may subsequently become neciessary because of failure of proposed substitution to, produce indicated results. 6.9.4 All variations of the proposed substitute from that specified, will be identified in. the application andava�,flable maintenance, repair and replacement service will 'be Indicated. The application will also contain an itemized estimate of all costs, that will result directly or Indirectly from acceptance of such, substitute, including costs of redesign and claims of other contractors, affected by the resulting change,, all of which shall be considered by the Borough, in evaluating the proposed substitute. The Borough may require the Contractor to furnish at the Contractor's expense additional. data about, the: proposed substitute. The Contracting Officer may reject any substitution, which the Contracting Officer deters-nines,is not in the best interest of the Borough. 6.9.5 Substitute Technique and Sequence: If a specific technique, sequence or procedure of construction is "indicated, in or required by the Contract Documents, the Contractor may furn.ish or utilize a, substitute sequence, technique or procedure of construction acceptable, to the Contracting Officer, if the Contractor submits sufficient' information to allow the Contracting Officer to determine that the substitute proposed equivalent tothat indicated or required by the Contract Documents. The, procedure, for review by the Contracting Officer will, be similar to that provided in paragraph 6.9 as apphed by -the, Contracting, Officer and, as may be supplemented in the General Requirements., Contracting Officer may, request additional 'Information or documentatl ,o for evaluation within seven, days of receipt of a request for substitution. Contracting Officer will notify Contractor of acceptance or rejection of proposed substitution within. 15 days of receipt of request, or 7 days of receipt of additional information, or documentation, whichever is later.Use product specified if Contracting Officer cannot make a decision on use of a proposed substitution. within time allocated,. NN The Contracting Officer will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized without the Contracting Officer's prior wntten acceptance which will be evidenced by either a Change Order or a Shop Drawing approved in accordance with paragraphs 6.20 and 6.21. The Contracting Officer may require the Contractor to furnish at the: Contractor's 4 expense a special performance guarantee or other, Surety with respect to, any substitute. 6.10 Reserved. am, 6. 1, i2 Dividing the Work-. The divisi,ons and section of the Specifications and, the identifications of any Drawings shall not control the Contractor in dividing the, Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.13 Su bcontractors *. The Contractor may utilize the service, of licensed specialty Subcontractors on those parts, of the, Work which, under normal, contracting practices, are performed by licensed specialty � -1 0'. Subcontractors, in accordance with the following conaition&: 6 Ill, .1 3. 1 The Contractor shall not award any Wor.1r, to any Subcontractor without prior wntt,en approval of the Contracting Officer. This applrolval w111, notbe given until the Contractor submits to the Contracting Officer a written statement concerning the proposed award to the Subcontractor which shall contain required Equal Employment, Opportunity documents, evidence of insurance whose limits are acceptable to the Contractor, and an executed. copy of the subcontract., All subcontracts submitted, for approval must contain. provis"tonsi for payment for 'Work done by the Subcontractor within seven days, of revert of payment by the Contractor. No acceptance by the, Contracting Officer of any such Subcontractor shall constitute a waiver of any right of the'Borough to reject Defective Work. 6.1.3.2 All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate w,ntten agreement between Contractor and,, the Subcontractor which, specifically blinds the Subcontractor to the applicable terms and, conditions of the Contract Documents for the benefit of the Borough and contains waiver provisions as required by paragraph 13-17 and termination Provisions as required by Article 14. 6. .4 Nothing in the Contract Documents shall create any contractual relationship between the Borough and any such Subcontractor, Supplier or other person, or organi.zati-Ork, nor shall it create any obligation, on the part of the Borough to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except, as may otherwise be h I required by Regulatory Requirements., The Boroug , will, not �undertake to settle any differences between or among the Contractor, Subcontractors, or Suppliers. 27 6.13.5 The Contractor and Subcontractors shall coordinate their work and cooperate with other trades so to facilitate general, progress of Work. Each trade shall afford other trades every reasonable opportunity- for installation of their work and storage of materials. If cooperative work of one trade must, be altered due to lack of proper supervision or ,failure to make groper provisions in time by another, trade, such conditions shall be remedied by, the, Contractor with no change in Contract Price or Contract Time., 6.13.6 The Contractor shall include on his own payrolls any person or- ersons working on, this, p Contract who, are not covered, "by written subcontract, and shall ensure that all Subcontractors 0 include on their payrolls all person perforrning work under the direction of the Subcontractor. 6.14 Use of Premises-. The Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project limits, and, approved, remote, storage sites and I lands and areas 'identified in and permittedby the Contract Drawings,, Regulatory Requirements, rights-of- way., permits and easements, and shall not unreasonably encumber the premises with construction equipment or other matenials or equipment. The Contractor shall not disturb portions of the Project site beyond areas in which, the Work, is indicated. The Contractor shall assumme,full responsibility for any damage to any such land or area, or to the owner, or occupant thereof or of any land areas contiguous thereto, resulting from the per use of the Work. Should any claim, be made against the Borough by any such, owner or occupant because of the performance of the Work, the Contractor shall, hold the Borough harmless. 6. 1 5 Structural Loading: The Contractor shall not load nor permit any part of any stnicture to be loaded in any manner that will endanger the. structure, nor Shall. the Contractor subject any part of the Work or adjacent 0 property to stresses or pressures that willendanger it. 6.16 Record Documents-. The, Contractor shall, maintain in a safe place at the site, one record copy of all Drawings, Specifications, Addenda, Directives, Change Orders, Supplemental Agreements,, and written interpretations and clarifications (Issued pursuant to paragraph 3.6) in good order and annotated to show all changes made during constmction. These record documents to with,. all approved samples and a counterpart of all approved Shop Drawings will, be available to, the Contracting Officer for reference and copying. Upon completion of the Work, the annotated record docurn-ents, samples and Shop Drawings shall, be delivered to the Contracting Officer'. Record documents shall accurately, record variations in the Work which varyfrom requirements shown or indicated in the Contract Documents. 6.17 Safety and, Protectio'no. The Contractor alone shall, 'be responsible forinitliating, mai.ritaining and, supervising all safety precautions and programs in connection with the Work. The Contractor shall, take all necessary M precautions for the safety , and shall provide the necessary protection to prevent damage., iqJury or loss to: 6.1.7. 1. All employees on the Work and other persons and organizations who, may be affected thereby-, 6.1 .2 All the Work, and mat efials, and equipment to be incorporated therein, whether in Storage on or of the site, 6.17.3 Other property at the site or adjacent thereto, i & ncluding trees, shrubs, lawns, walks, pavements, roadways. structures, and utilities not designated for removal, relocation or replacement in, the course of construction. The Contractor shall comply with, all, applicable Regulatory Requirements of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and utility owners w I hen prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement, of their property.All damage, injury or loss to any property caused, directly or indirectly,, in whole or in part,, by the Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to pertorm or fumish any of I them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the Contractor with no, change in Contract Price or Contract Time except as ,stated in paragraph 4.6, except damage or loss attributable to unforeseeable, causes beyond the control of and, without the fault or negli.,gence of the, Contractot, including but not restricted to acts of God, of the public enemy or governmental authorities. The Contractor's duties and ss .hies for the satiety Accept ety and protection of the Work shall. continue until Final Acptance repon (except as otherwise expressly provided in connection with Substantial Completion). 6.18 Safety Representative: The Contractor shall site a responsible safety representative at the site. This person shall be the, Contractor's sulpenintendent unless otherwise, designated in writing by the Contractor to, the Contracting Officer., The, Contractor shall hold weekly safety meetings, and shall provide reports and minutes of each meeting to the Contracting Officer prior to the next meeting. 6.19, Emergencies .: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent, thereto, the Contractor, without special, instru ction orauthorlzation from the Borough I is obliga,ted to act to prevent threatened damage, injury or loss. The Contractor shall give the Contracting Officer prompt written notice if the Contractor believes that any significant changes 6, in the, Work or variations from the Contract Documents have been caused thereby. If the Lne. is required because of the action Borough determines that a change 111 Contract Documents * taken iresponse to an emergency, a change, will be authorized by one of the methods indicated in paragraph 9.2, as determined appropriate by the Contracting Officer. M After checking, and,, verifying all -field measurements and after complying with applicable procedures specified in the General Requirements, the Contractor shall submit, to the Contracting Officer for review and, approval in accordance with the accepted schedule of Shop Drawing submissions the required num'ber of all Shop Drawings', which will bear a stamp or specific written indication that the Contractor has satisfied, Contractor's, responsibilities 'under the Contract Documents with respect to the review of the submission. All submissions will be identified as the Contracting Officer may require. The data shown on the Shop Drawings will be identified as the Contracting Officer may require. The data shown ,on the Shop Drawings, will, be complete with respect to quantities,, dimensions, specified perfonTiance and design criteria, materials and sim.ila,r data to enable the Contracting Officer to, review the information as required. 6.20.2 The Contractor shall, also submit, to the Contracting Officer for review and approval with such P,rornptness as to cause no delay in Work, all samples required by the Contract Documents. All samples will :have been checked by and accompanied by a specific written indication that the Contractor has satisfied Contractor"s responsibilities under the Contract Documents with respect -to the, review of the submissmn and will be identified clearly as to material,' Supplier, pertinent data, such as, catalog numbers and, the use for which intended. I each * 6.20.3 Before submission of Shop Drawing or sample the Contractor shall have determined and verified all quantities, dimensions., specified performance criteria, installation requirements, ma espect thereto and revwwed or coordinated each to rials, catalog numbers and similar with r Shop, Drawing or samples with other Shop Drawings and samples and with the requirements of the 'Work, and the Contract Documents. 6.2 0.4 At the time of each suNilission the Contractor shall give the Contracting Officer specific written notice of each variation, that the Shop Drawings or, samples, may have from. the requirements of the Contract Documents, and in addition,, shall cause a specific notation to be made on, each Shop, Drawing submitted to the Contracting Officer for review and approval of each, such variation,. All variations of the proposed shop drawing from that specified will, be identified, in the submi.ssion and available maintenance, repair, and replacement service, will be indicated.. ndicated. The submittal will also contain an itemized estimate of all. costs that will result directly or indirectly from, acceptance of such variation, including costs of redesign and claims of other Contractors affected, by the resulting change, all of which shall be co�nsidered by the Borough in, evaluating the proposed variation. If the variat�ion may result in a change of Contract thonot Time or Price, or Contract responsibi.iity, and is not minor in nature,, e Ctractr mussubmit a written request, for Change Order with the variation to notify the Borough of its intent,. The Borough may require the Contractor to furnish at the Contractors expense additional data about, the proposed variation. The Contracting Officer may reject any variation request, which the Contracting, Officer determines is not in thebestinterest of the Borough. IN 6.21 Shop Drawing and Sample Revi,eA 6.21 .1 The Contracting Officer will review with reasonable promptness Shop Drawings and samples, but the Contracting Officer's, review will be only for conformance with the design concept of the Project and for compliance with the information given in the ContractDocurrients and shall not extend to means, methods, techniques., sequences or procedures of construction (except where a specific means, method,, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs inci.dent, thereto. The review of a, separate it m, as such will not indicate acceptance of the assembly, in which the item functions. he Contractor shall make corrections required by the Contracting Officer and shall return the required, number of corrected, copies of'Shop Drawings, and submit as required new samples, for review. The Contractor shall direct, specific attention in writing 'to rev�ision.s other than the corrections called, for by the Contracting Officer on previous submittals. 6.21.2 The Contracting Officer's, review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless the Contractor has, in, writing, advised the Contracting Officer of each such variation at the time of submission as required by paragraph 6.20.4. The Contracting Officer if he so determines, may give written approval of each such van*atlon by Change Order, except, that, if the va,i,iation. is minor and no Can rder has been requested, a specific written notation, thereof incorporated in or accompanying th, e Shop Drawing or sample review comments shall suffice as a modil cation. No approval by the Contracting Officer will relieve the Contractor from responsibility for errors or orr issions, in the Shop Drawings or from responsibility for having complied with the provisions of paragraph, 6.20.3. P, 6.21 .3 Where a Shop , Drawing, or sample is required by the Specl-ficate ons, any related Work performed prior to the Contracting Officer's review, of the pertinent submission will be the, sole expense and responsibility of the Contractor. 6 2 Maintenance During, Construction'. The Contractor shall maintain the Work during constrLictIon and until Substantial, Completion, at which ti the respons,lbility for maintenance shall be established in accordance with paragraph 13.10. 6.23, Continuing the Work: The Contractor shall carry on the'Work and, adhere to the progress schedule during all disputes or disagreements with the Borough. No Work shall be delayed or postponed pending, resolution of any disputes, disagreements, or claims except as the Contractor and, the Contracting Officer may otherwise agree in meriting. a] 4 The Contractor shall obtain, the prior written consent of the Contracting Officer to any proposed assignment of any ,int r in, or part, of this Contract. The consent to any assignment or transfer, shall not operate to relieve the Contractor or his Sur ties of any of his or its obligations under this Contract or the Performance Bonds. Nothing herein contained sballbe construed to,hinder, prevent, or affect an assignment, of monies due, or to becorne due hereunder, made for the benefit of the Contractor's creditors pursuant to law. 6.25 Use of Explosives: 6.25.1, When the use of explosives yrs necessary for the prosecution of the Work, the Contractor shall exercise the most care not, to endanger fife or p�roperty, including new Work and shall follow all Regulatory Requirements applicable to the use of'explosivas. , The Contractor shall be responsible for all damage resulting from the use, of explosives. 6.25.2 All. explosives shall be stored in a secure manner in compliance with all Regulatory Requirements,, and all Such storage places shall be clearly marked. Where no Regulatory ,Requirements, apply, safe storage shall be provided no closer than 1,000 feet from any building, camping, area, or place of human occupancy. 6.25.3 The Contractor shall if each,, public utility, owner having structures in. proxir . ity to the site of his intention to use explosives. Such notice shall, 'be given sufficiently in advance to enable utitity owners to take such steps as they may deem necessary to protect their property from, injury. However, the Contractor shallbe responsible, for all damage resulting from the, use of the explosives, whether or not utility owners, act to protect their property. 6.26 Contractor's Records-, 6.26.1 Records of the Contractor and Subcontractors relating to personnel, payrol"Is, invoices of materials, and any and all her data relevant, to the performance of this Contract, mustbe kept on a generally recognized accounting system. Such records mustbe. available dun"ngnog mal work hours to the Contracting Officer for purposes of investigation to ascertain compliance with Regulatory Requirements and provisions of the, Contract Documents, 6.26.2 Payroll records must contain the name and address of each employee, his correct classification., rate of pay, daily and weekly number of hours of work,, deductions, made, and actual wages paid. the Contractor arid. Subcontractor shall make employment records available for inspection 'by the Contracting Officer and representatives of the U.S. anr Alaska Department of Labor and Workforce Development and will permit such representatives to interview employees during working hours on the Project. 6.2:6.,3 Records, of all communicat ions between the Borough and, the Contractor and other parties, where such communications affected performance of this Contract, must be kept by the Contractor and maintained for a period of three years from Final Acceptance. The Borough or 0 its assigned representative may perform an audit of these, reco�rd,s d,un* ng normal work hours after written, notice to the Contractor. ARTICLE 7- LAWS AND REGULATIONS 7.1 Laws to be,Ir The Contractor shall keep fully informed of all Federal and State 'Bag ulatory Requirements and all, orders and decrees of bodies or tribunals having any juris,ai.ction or authority, which m any manner afte�r those, engagedor employed on the Work, or which inany way affea the conduct, of the Work. The Contractor shall at a.11 times observe and comply with all such Regulatory Requirements, orders and decrees and shall protect and indemnify the Borough and its representatives against claim or liability arising from or based on the violation of any such Regulatory Requirement,,, order,: or decree 'whether by the Contractor,, Subcontractor, or any employee of either. 'Except where otherwise expressly required, by applicable Regulatory Requirements, the Borough shall not be responsible for monitofing, Contractor's compliance wi,th any Regulatory Requirements. 7.2 Pen -nits, Licenses and Taxes-. 7.2.1 The Contractor shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary and incidental to the due and lawful. prosecution of the Work. As a condition of performance of this Contract, the Contractor shall pay all Federal, State and locale taxesincurred by the Contractor, in theperformance ofthis Contract. Proof of paynient of these -taxes, is, aconil on precedent to final payment by the B orough 'under, this Contract. 72.2 The Contractor's certification, that taxes have been paid (as contained in the Release of Contract) will be verified with the, Alta, ska Department of Revenue and Department of Labor and Workforce 'Development., prior to final payment. 7.2.3 If any Federa"Ll State or local tax is impoised, charged, or repealed after the at of Hid opening and 'is made applicable to and paid by the Contractor on. the, articles or, supplies herein, contracted, for, then the Contract shall be increased or decreased accordingly by a Change Order. 7.3 Patented Devices, Mate is and Processes: If the Contractor, employs any design, device,, material,, or process covered by letters of patent, tradieniark or copyright, the Contractor shall provide, for such use 'by suitable legal agreement Iry withnd , the patentee or owner. The, Contractor athe Surety shall ladebyand save harmless the, Borough, any affected third party, or political subdivision, frm any and all claims, for infringement'by reason of the use, of any such patented design, device material or process, or any trademark or copyright, and, shall indemnify the Borough for any costs,, expenses., and damages which it may be ob] Igated to pay by reason of any infringement, at any time, during the prosecution or after the completion of the Work.. IN 7.4 Compliance of Specifications and Drawings: If the Contractor observes that the Specifications and Drawings supplied by the Borough. are at variance with any Regulatory Requirements,, Contractor shall give the Contracting Officer p�rompt written notice thereof, and any necessary changes will be autho,ri zed by, one the methods indicated in paragraph 9.2 as, determined appropriate, by the Contracting Officer. If the Contractor perfon-ns any Work knowing or having reason to know that it is contrary, to such Regulatory Requirements,, and, without such notice, to the Contracting Officer, the Contractor shall bear all costs arising therefrom; however, it shall not be the, Contractor's, primary responsibility to make certain that the Specifications and Drawings supplied by the Borough are in accordance with such Regu, . latory Requirements. 7.5 Accident Prevention: The Contractor shall comply with, AS 1.8.60.75 and, all pertinent provisions of the Construction Code Occupational Safety and Health Standards issued by theAlaka Department of Labor and Workforce Development. 7.6 Sanitary Provisions: The Contractor shall', provide and maintain. in a neat and sanitary condition such accommodations for the use of its employees and Borough rep resentati.ves as may be necessary to comply with the requirements of the State and local Boards of Health, or of other bodies or tribunals having Jun' sdiction,. 7.7 Business Registration: The Contractor shall comply with all applicable provisions of AS, 18.1.8.011. It is unlawful, for a person tosubmit a, bid or work as a contractor until he has been issued a certificate of registration by the Department of Commerce, Community and Economic, Development. A partnership or joint venture shall. be, considered registered if one of the general partners or, venturer's whose name appears.in the name under which the partnership or venture does business, is registered. 7.8 Professional RegIstration and Certification All craft trades, architects, engineers and, land, surveyors, electrical administrators, and explosive handlers employed under the Contract shall specifically comply with applicable provisions of AS 08.1 8, 08.48, 08.40 and 08.52. Provide copies of individual licenses, within seven days following ili- a request, from the Contracting O'IT'lcer. 7.,9 Local Building Codes: The Contractor shall comply with AS 35.10.0125 which requires, cionstructioniin accordance with applicable local building codes including the obtaining of required permits. W 7. 10, Environmental Quality Control,: The Contractor shall comply with all applicable provisions of federal environmental laws, AS Title 46 and regulations adopted thereunder, as they pertain to Water, Air, Energy and Environmiental. Conservation. 7, 11 Archaeological or Paleontological Discoveries,*. When, the Contractor T s. operation, encounters prehistoric artifact, burials, remains of dwelling sites, or paleontological remains, such as she,ll, heaps, 'land or seal mammal bones, or tusks, the Contractor shall cease operations immeldiately, and notify the Contracting Officer. No artifacts or specimens shall be further disturbed or removed from the ground and no further operations, shall be peremed. at the site until so directed. Should the Contracting Officer, order suspension of the, Contractor's operations in order to protect an archaeological or historical finding, or, order the Contractor to perform extra Work, such shall be covered by an appropriate Contract change document. 7.12 AlaskaAgricultural Products'. Pursuant to AS 36. 15, forestry and agricultural products harvested in Alaska, shall 'be used, in State funded, projects when competitively priceld, available and of like quality compared with agricuitural projects harves,ted, outside the, State. 7.13 Preferential Employment: The Contractor hall p scom ly w'th all a I plicable and valid laws and, regulations ,regarding the hiring of Alaska residents now in effect or that might subsequently take effect during the to of this, Contract., In order to ensure that Contractor 's subcontractorswill comply with all applicable, laws and regulations, regarding the hiring of Alaska residents now in effect or that might subsequently take effect, the Contractor shall,, include ins contracts with subcontractors under this Contract language that is substantially, the same as the first sentence of this provision. 7.14 'Wages and Hours of Labor: 7. .1 One certified, copy, of all payrolls shall be submitted bl-we&kly to the Alaska Department of Labor and, Workforce Development and to KIB to assure compliance with AS 36.05.0401, Filing Schedule of Employees 'Wages Paid and Other 'Information. The Contractor shall be ible for, the submission I # respon& of cert*fied copies of payrolls of all, Subcontractors. rhe certification shall affirm that the payrolls are current and complete, that the wage rates, contained, therein are not less than the applicable rate referenced in these Contract Documents,, and that, the classification set forth for each laborer or mechanic conforms with the Work he performed. The Contractor and its Subcontractors shall attend all hearings, and conferences and produce such books, papers and, documents all as requested by the, Department, of Labor and Workforce Development. Should Federal funds be involved, t he, ap, p�ropriate Federal Agency shall also receive a copy of the Contractor's certified, payrolls., M . k 7.14.2 The following Labor provislons shall, also apply tothis Contract". a. The Contractor and its Subcontractors shall pay all employees unconditionally in 6 atimel manner; y I b. wages may not be less than those stated in the advertised Specifications, regardl,ess of the contractual relationship between the Contractor or Subcontractors, and laborers, mechan,ics, orfield, surveyors'; C. the scale of wages to be paid shall be posted, by, the, Contractor, in a prominent and a acebe site e psi css*place at, the of thWork- si I I 1 1) d. the Borough shall withhold so much of the accrued payments as is necessary to pay to laborersl mechanics, or field surveyors employed by the, Contractor, or Subcontractors the differencebetween 1. the rate of wages required by the Contract to be paid, laborers, mechanics, or field surveyors on the k, and, 2. the rates of wages "in fact received, by laborers, mechanics or field - surveyors., 7.15 Overtime Wrk, Hours and Compensation: Pursuant to AS 23.10.060, the Contractor shall notrequire nor permit any laborer or mechamc employed, on any Work under this Contract to work excess Iof eight hours in any Calendar Day or in, excess, of' forty hours in any, workweek on Work subject to the provisions of the Contract Work Hours and Safety Standards Act unless such laborer or mechanic receives compensation at a rate not less than one and one half times the basic rate of pay for all such hours worked in excess of eight hours in any Calendar, Day or in excess of forty hours in such workweek, whichever is the greater number of overtime hours. 'in the event of any violation of this provision, the Contractor shall 'be liable to any affected, employee for any amounts due and penalties and, to the Borough for liquidated, damages. Such liqui.ciated damages shall be computed with respect to each individual laborer or mechanic employed in violation of this or, provision in the sum of $ 10.,00 for each Calendar Day on which such employee was required permitted to be employed, on. such Work in, excess of eight hours or in excess, of the standard workweek of forty hours without payment of the overtime 'wages, equired, by this, paragraph. 7'. 16 Covenant Against Contingent Fees: The Contractor warrants that no person or selling agent has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage., or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained 'by the Contractor for the purpose of securing business. For breach or violation, of th,is warrant, the Borough shall have the right to, annul this Contract without liability or, in its ffiscretion, to deduct price of consideration frm the Contract or otherwise recover the full amount of such commission, per centalgel bro�erage, or contingent fee., MI 7.17 Officials Not To Benefit: No, member of or delegate to the'U.S. Congress, the State Legislature, the Borough Assembly or other elected official shall be admitted to, any share or part of this Contract, nor to any benefit, 4 1* that, may arise therefrom. However, this, provision, shall not be construed to extend, to this Contract if made with a or i. or limited liability company for its generalbenefit. 7.1,8 Personal Liability of Public Officials: , I 1, Ti carrying out any or the provisions thereof, or in exerci,si 0 ng, any power or autnority granted to, the Contracting Officer by the Contract, there will. be no liability upon the: Contracting Officer nor upon Borough employees authorized, as, the Contracting Officer's representatives, either personally or as, officials of the Borough,, it being always understood, that in such matters they act as agents and, representatives, of the Borough. ARTICLE 8 - OTHER WORK 8.1, Related Work At &ite.* 8.1 .1 The "Borough reserves the right at any time to, contract for, and perform other additional, workon or near the Work cered by this Contract. 8. 1 .2 When separate contracts are, let within the hinits of the Project, the Contractor shall, conduct, "Its, Work so as not, to, interfere with or binder the work, being perfonned by other contractors. The Contractor when working on the same Project with other contractors shall cooperate with such, other contractors. The. Contractor shall join its work with that, of the others in an acceptable manner and, shall pefform it in, proper sequence to that, of others, 8. 13 If the fact that other such work. is to be performed is identified or shown. in the Contract Documents the Contractor s hall assume all liability, financial or otherwise, in connection with this Contract and indemnify and save harmless the Boroup hfro m any and all damages or, claims that may arise because of 'inconvenience, delay, or loss experienced by the Contr,tor because of the presence and, operations, of othercontractors. &.1.4 If the fact that, such other work is to be performed was, not identified or shown in the Contract rcunients, written, notice thereof will be given to, the Contractor prior to starting any such other work. If t he Contractor believes that such performance will require a change in Contract Price or Contract Time, the Contractor shall notify the Contracting Officer of such required inerease within 1.5 calendar days following receipt of the Contracting Officer's notice. Should the Contracting Officer find such increase(s) to be Justified, a Change Order wiffl, be executed. V d I ing, ad Ptch* 8.2 Access CLIl' na The Contractor shall, afford each utib,',ty owner and any other contractor who is a party to such a, 4 direct contract with the Borough or the Bough or, if the Borough �is performing the additional M work with the Borough's, employees) proper and safe access to the site and a reaso�nab�le opportunity for the introduction and storage of materials and equipment and the execution of' such, work, and shall properly tonne and coordinate the Work with the work of others. The Contractor shall do all cutting, fitting and patching of the Work that, may be, required, to make S several parts come together properly and, integrate with such other work, the Contractor shall not endanger any work of others by cutting,, excavating or otherwise altering their work and will only cut or alter such other work. with the written consent of the, Contracting Officer. Contractor will submit a Cutting and Patching proposal describing procedures, at least, 10 days before the time Cutting and Patching will be performed, requesting the approval. to proceed. Where Cutting and Patching involve adding reinforcement to structural elements, subnu*t details and engineering calculations showing integration of reinforcement with original, structure. Approval does not y I waive right to later requirrein moval and replacement, of unssf atiacr to, work., The Contractor w'll. not Cut and Patch in a manner, that could change load -carrying capacity or load -deflection ratio, or that results, in reducing the capacity of operating elements and related components to perform, as intended or that results in increased maintenance or decreased operational life or safety. Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch, construction exposed on the exterior, or in occupied spaces in a manner, wat would, in Owner's, opinion, reduce the Nflding's aesthetic qualities. Remove and replace construction that has been cut and patched in a visuaiiy unsatisfactory manner. Remove, replace, patch., and repair materials and, surfaces cut or damaged during cutting and patching operations', 'by methods, and with materials so as not to void existing warranties. Use materials identical to in-place materials. For exposed surfaces, use rnaterials that visuallymatch 'in-place cent surfaces to the fullest extent possible. If identical ma fiats are unavailable or cannot be used, use materials that, when installed, will, match the visual and functioiial performance of in-place materials. Clean areas and spaces were Cutting and Patching are performed. Completely remove paint, mortar, its, putty, and similar materials. The duties and responsibilities of the Contractor under this paragraph are for the benefit, of he contractors to the extent that there are comparable provisions for the benefit of' the Contractor in said direct contracts between the Borough and other contractors. 83 Defective Work By Others: If any part ohm the Contractor's Work, depends for, proper execution, or results upon the work of any such other contractor,. utility owner, or the Borough, the Contractor shall inspect and promptly'report to the Contracting Officer in writing any, delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. The Contractor's failure to so, report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent, or non. -apparent defects and deficiencies, in the other work. If the Borough contracts with others for the performance of other work at the site, the Contracting Officer, will have authority" and responsibility for coordination of the activities on the various prinie contractors,. M ARTICLE 9 - CHANGES, 9. 1 Borough" s Right to Change-. I , I 'Withnvaiout imating the Contract and without notice to any, Surety, the Borough may, at any time � from time to time, order additions, deletions or revisions in the Work within the general scope of the Contract, including but not limited to changes: 9.1.1 In the ContractDocuments-, 9. .2 In the method, or manner of performance of the Work,-,,, 9.13InBorough,-ftimis,,hedfacilitli,,,esequip,�t,,maten'oals,sei*ces,,o,rsi*ate , 9. $4 Directing acceleration in the pefformance of the Work. 9.2 Authorization of Changes within the General Scope: i ,@ Additions, deletions, or revisions. ons. n the Work within the general scope of the Contract as specified, in, paragraph 9. 1 shall be authorized by one or n,e off" the following ways:, 9.2. 1 Directive (pursuant to, paragraph 9.3). 9.2.2 A Change Order (pursuant to paragraph 9.4). 9,13 Borough's acceptance of Shop Drawing variations from, the Contract Documents as specifically identified by the Contractor as required by paragraph 6.,20.4. 9.3 Directive: 9.11 The Contracting Officer shall provide written clailfication or Interpretation of the ,Contract Documents (pursuant to, paragraph 3.6). 9.3.2 The Contracting Officer may authorize tenor, variations in the Work, from the reg wrements, of the Contract Documents, which do not involve an adjustment "n the Contract Price or the Contract Time and are consistent with the overall *intent of the Contract Documents. 9.3.3 The Contracting Officer may order the Contractor to correct Defective Work or methods which, are, not, in conformance with the Contract, Documents. T he Contracting Officer may direct the commencement or suspension of Work or emerMency related Work (as provided, in, paragraph. 9.3.5 Upon the issuance of a Directive to the Contractor by the Contracting Officer, the Contractor sball proceed with the performance of the Work as prescribed by such Directive. M '3 .6 If the Contractor believes -that the changes noted in, a Directive may cause an increase in the Contract 'Price, or an extension of :Contract Time, the Contractor shall immediately pmvide written "notice to the Contracting Officer depicting such increases, before proceeding with the Directive, except, in the case of an, emergency. If the Contracting Officer finds the increase in Contract Price or the extension, of Contract Time Justified, a Change, Order will be issued. If-, however, the Contracting Officer does not find that a Change, Order 1,s justified, the Contracting Officer may direct the Contractor to proceed with the Work. The Contractor shall cooperate with the Contracting Officer in keeping, complete daily records of the cost of'suc,h Work. Ifa Change Order is, ultimately determined to be justified, in the absence of agreed prices, and unit prices, payment -for such Work will be made on a cost of the were. basis asprovided in paragraph 10.4. 9.4 Charige Order: A change, ,*in Contract'rime, Contract Price,, or responsibility maybe made for changes within the scope of' the Work only by Change Order. Upon receipt of an executed Change Order, the, Contractor shallpromptly proceed with the work involved which will, be performed under the applicable conditions of the Contract Documents except as otherwise specificallY provided. Changes in Contract Price and Contract Time shall. be made in accordance, with Article 10 and 11. 9.5 Shop: Drawing Varons: Shop drawing variations shall only be eligible for con.&Idera tion under 9.4 when the conditions I in price h bility are identified, by the Contractor in writing and a affect' g t e , time, or resp,o ns" i request for a Change Order is submitted, as per paragraph 6.20.4. 9.6 Changes Outside the General Scope; Supplemental Agreement. Any change, which Is outside the general scope of the Contract, as determined by the Contracting Officer, must be authorized by a Supplemental Agreement signed 'by the appropriate representatives of the Borough' and the Contractor., Prior approval by the Borough Manager or the Borough Assembly may be required. 9.7 Una uthorlized'Work: The Contractor shall not be entitled to an increase in the Contract, Price or an exten,sion of the Contract Time With respect to any work performed that is not required by the Contract A � 0 Documents as amended, modified and supplemvid ented as, prod In this Article 9, except in the case of an emergency as provided in paragraph 6.19, and, except in the, case of uncovering Work as provided in paragraph 12.4-2. 9.8 Notification of Surety"-. If'notice of any change affecting the general scope of the work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the IN provisions of any Rond to be given to, a Surety, the giving of any such notice will be the Contractor's responsibility, and, the amount of each applicable and will be, adjusted accoringly., 9.9 Diff-efing Site Conditions*. 9.9.1 The Contractor shall promptly, and before such conditions are disturbed, (except in an emergency as permitted by paragraph 6. 19), notify the Contracting Officer 'in writing of (1) subsurface or latent physical conditions at the site differing materially from those, indicated in the Contract, and which could not have been discovered by a careful, examination of the site., or unknown physical conditions, at the site, of an unusual nature, differing materially frorn those ordinarily encountered, and generally recognized as inherent in work of the character provided for in this, Contract. The Contracting Officer shall promptly investigate the conditions, and if the Contracting Officer finds, that such conditlons do materially so differ and, cause an increase or decrease in the Contractor's cost, of or time required for, performance of this Contract., an equitable adjustment shall be made and the Contract, modified in writing accordingly. 9.9.2 Any claim. for additional coinpensation by the Contractor under this clause shall be made In accordance with Article 15 and shall. not 'be allowed unless the Contractor has first given the notice required by this Contract. In the event that the Contracting Officer and the, Contractor are unable to reach an agreement concerning an alleged differing site condition, the Contractor will, be required to keep an accurate and detailed record, which will indicate the actual, cost of the work done under the alleged differing site condition. Failure to keep such a record shall be a bar to any recovery by reason of such alleged differing site conditions. The Contracting Officer all be given the opportunity to supervise and check the keeping of such, records. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to the Contractor for perfonning the Work. All duties, respion, sibil.1t s and obligations assigned to, or undertaken by the Contractor shall be at its expense without change, in the Contract Price. The Contract, is may only be changed by a Change, Order or Supplemental Agreement. 101.2 ClaimFor PficeChange: Any clalm for an. increase or decrease in the Contract Price shall be submitted, 'in accordance with the terms of Article 15, and shall, not be allowed unless notice requirements of thi,s Contract have been, met. The value of any Work covered by a Change Order for an increase or decrease in the Contract Price shall be determined in one of the following ways: IN 10.3.1 Where, the Work, involved is covered by unit prices contained in the Contract Documents, by application of'u,nit prices to the quantities of the items involved (subject, to the provisions of paragraphs 10.9.1 through 10.93, inclusive). 10.12 By mutual acceptance of a lump sum price which includes overhead and profit. l.0.3.3 When 10.3.1 and 103.2 are inapplicable, on the basis of the, "cost of the work" (detem-1ined as provided in paragraphs, 10.4 and 10.5) plus a ContractorI's fee for overhead and profit (determined as provided in paragrapb 10.6). 10.3.4 Before a Change Order or Supplemental Agreement is approved,, the Contractor shall submit pricing, data regarding the changed or extra work. The Contractor shall certify that the data submitted :s, to its best knowledge and belief accurate, complete and, current as of a mutually determined specified data and that such data will continueto be accurate and complete during the per ferre ance of the changed or extra work. The term "cost of the, work 11 means the sum of all costs, necessarily incurred and paid by the Contractor in the proper performance of the Work. Except as otherwise may 'be agreed to in writing'by throu e Bogh, such costs shall be inmhig aount. no her than those pre a* *ng *n the, locality of the Project, shall �include only the following, items and shall not include any of the costs itemized in paragraph 10.5.: 10.4.1 Payroll, costs for employees in the, direct employ of the Contractor in the performance of the Work under schedules of job, classifications agreed, upon by the Borough, and, the Contractor. Pyroll costs, for employees not employed full time on the Work shall be apportioned, on the basis of their time spent on the, Work. Payroll costs shall include, but, notbe lirru*ted to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll, taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and, holiday pay applicable thereto. Such employees shall,, include superintendents and foremen at the site. The expenses of performing Work after regular worki.ng hours, on Saturday-, Sunday or legal, holidays,, sheall be included in the above to the, extent authorizedby the Borough. 10.4.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof and Suppliers' field services required in connection therewith. All cash discounts shall accrue to the Contractor unless the Borough deposits funds with, the Contractor with which to m,ake payments, In which, case the cash discounts shall accrue to the Borough. All trade discounts, rebates and, refunds and all returns from sale of surplus materials and equipment shall accrue to the Borough, and the Contractor shall, re provisions so that they maybe obtained. IOA.3, Payments, made by the Contractor to Subcontractors for Work performed by Subcontractors or Suppliers acceptable to, the Contractor,., Contractor shall deliver such, quotes to the Borough who will then deteri.,nIne which quotes will be accepted. If a subcontract, provides IN that the Subcontractor is 'to be paid on the basis of Itcost of the work"' plus a fee, the Subcontractor's "cost of the work" shall,, 'be determined in the same manner as the Contractor's "cost 1- and the Subcontractor's fee, shall be, of work," as described in paragraphs 10.4 and 10.51, established as provided for under subparagraph 10.6.2 clause b. All subcontracts, shall be subject to the other provisions of the Contract Documents insofar as applicable. 10.4.4 Costs of special consultants, (includmg but not limited to engineers, architects, testing laboratories, and surveyors) emp1oyed for services necessary tbr the completion of the Work. 10.4.5 Supplemental costs including tie following-. a. The, proportion of necessary transportation, travel, and subsistence, expenses, of the Contractor's employees incurred in discharge of duties connected with, the Work. b. Cost,, including transpol-tation and maintenance, of all m.ten als., supplies, equipment, machinery, appliatices, office and temporary facilities at the site and hand,, tools not owned by thrkers., which are consumed in the perforrencs of the Work, and cost less Market value of such items used but not consumed which remain the property of the Contractor. c. Rentals of all construction equipment and machinery and the parts thereof' whether rented from the Contractor or others'in accordance with rental, agreements approved by the Borough and the costs of transportation, loading, unloading, installation, di, smantling and removal thereof - all in. accordance with terms ofsalid rental. agreements. The rental. of any such,, equipment, machinery or parts shall cease when the use thereof is no longer necessary for t,he, Work. d. Sales, consumer, use or similar taxes related to the Work, and f, -'or which the Contractor is liable I imposed by Regulatory Requirements. C. Deposits dost for causes other than, negligence of' the Contractor,, and Subcontractor or anyone directly or indirectly employed "by any of them or for whose acts any of them may be liable, and royalty payments and, fees.for permits and licenses. f. Losses and, damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by the Contractor in connecti. on. with, the performance and furnishing of the 'Work, provided they have resulted from causes other than the, negligence of the Contractor, any Subcontractor, or ,anyone directly or indirectly employed by any of the or for whose acts any of them may be liable. Such Iosses shall include settlements made with, the, written consent and approval of the Borough. No such losses, damages and expenses shall be included in the '11cost, of the work," for the purpose of determining the Contractor's fee. If, however, any such loss or damage requires reconstruction and the Contractor *is placed in charge thereof, the Contractor shall be paid for services a fee proportionate to that stated in paragraphs 1,0.6.2.a and 10.6.2,.b. 9- The cost of utit'llies, fuel and sanitary facilities at the site. h. Minor expenses such as telegrams, long distance, telephone calls, telephone service a,t the site, expressage and similar petty cash. iterns in connection with the Work. M uost of prerniurns; for Payment and Performance Bonds and insurance, each, a, described in Article -5, and additional bonds and insurance required because o changes in the Work and, premiums for property insurance coverage within th llrmfts of the deductible amounts established by the Borough in accordance wit Article 5. 1 10. 5 Excluded Costs: The term "cost of the work" shall not include any of the following: 105.1 Payroll costs and other compensation of Contractor's, officers, executi'Ves, principals of 'art rshand sole propnetorship,$), general managers, engineers, architects, estimators, p attornes, auditors,, accountants p urchas,ing and, contracting agency, expediters., timekeepers, Y I clerks and other personnel employed by Contractor whether at the site or in Contractors prinCi,pal, Or abranch office for general administration of the Work and, not specifically lig cluded in the agreed upon schedule of job class iffic ations referred to in paragraph 10.4.1 or specifically covered by paragraph, 10.4.4 - all of which are to be considered administrative costs, covered, by the Contractor's fee. 1 10.5.2, Expenses of Contractor's fincipal and, branch offices other than Contractor's, office at the Site. 10.5.3 Any, part of Contractorls capital expenses including interest on Contractor's capital employed fort he Work" and, charges against Contractor for delinquent payments. 10.5.4 Cost of premiums for all bonds and for all insurance whether or not Contractor is required by the, Contract Documents to purchase and, maintain the same except for the cost Of prerniurns covered by subparagraph 10.4.5.�i above. ic 1,0.5.5 �Costs due to the, negligence of Contractor., any Subcontractor,, or anyone d6re tly or Indirectly employed by any of them. or for whose arts any of them may be liable, including but 0 not limited to, the correction of Defective Work, disposal of materials or equipment wrongly sup:ed and making good any damage tol property. P, 10.5.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 10.4. 10.6 Contractor's Fee: The Contractor's fee allowed to Contractor for overhead and profit shall be, determined as follows: 10.,6.1 A mutually acceptable fixed, fee; or: ME 10-6.2 A fee based on the following percentages of' the various, portions, of the "cost of' the work: ", a. For costs incurred under paragraphs IOAA and 1.0.4.2., the Contractor's fee shal,l not exceed fifteen percent" b. For costs incurred under paragraph 10.4.3, the Contractor's fee, shall not exceed eight percent; and if a subcontract is on the basis, of "cost of the work," plus a fee, the: maximum allowable to, Contractor on account of overhead. and profit of all Subcontractors and multiple tiers thereof shall, not exceed eight percent; c. No fee shah. be payable onthe basis of costs, ItenilIzed under paragraphs 10.4.4, 10.4.5 and '10.5; d. The amount, of credit to, be allowed by the Contractor to the Borough for any such change which results in a net decrease in cost will be the amount of the actual,, net decrease plus a deduction in Contractor"s fee by an amount equal to ten percent of the net decrease; and, When both additions and credits are involved, in any one change, the, adjustment iii Contractor's fee sball be computed on the basis of thenet change in accordance with paragraphs 10.6.2.a through 10.6.2.d, lnclu&ive. Lai M, R, MOMM, � Whenever the cost of any Work is to be determined pursuant to paragraphs 10.4 and 10.5., the Contractor will subrn:it in form acceptable to the Borough an itemized cost breakdown together with supporting data. It is 'understood that Contractor, has included in the Contract Price all, allowances so named in the Contract Documents and shall cause the Work so, covered to be doneby such Subcontractors or Suppliers and for such sums, within the limit of the, allowances as may be acceptable to the ContractIng, Officer. Contractor agrees that-, 10.8.1 The allowances include the cost to Contractor ('less any appItcable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and '10.8.2 Contractor's cost forunloading and handling on the site, labor,, installation costs, overhead, profit and other expenses contemplated for the, allowances, have been included in the on account of any Contract Price and, not in the allowances. No, demand for aiddtional payment thereof will valid,. 10.9 Unit Price'Work: 10.9.1. Where the Contract Documents provide that all or part oftie Work is to be'U Price Work, initially the Contract Price, will be deemed to include, for all Unit Price, Work anamount equal to the sum of the established it prices for each separately 'identified its of 'Unit Price IN Work times the estimated quantity of each item as indicated in the Contract. The estimated quantities of items of Unit Price 'Work are not guaranteed and are solely for the purpose of companson of bids and determining an initial Contract Price. Determinations of the actual quantities and classifications, of Unit Price Work, performed by the Contractor will, be made by the Borough in accordance with paragraph 10. 10. 1.0.9.2 Each unit price will, be deemed to include ana,mount considerd by the Contractor to be adequate to cover the Contractor's overhead and profit for each separately identified item. If the "Basis of Payment," clauses, in the Contract Documents relating to any unit price in the bid schedule requires, that the said unit pnice cover and,be considered compensation for certain work, or material essential to the item, this same, work or material, will, not also be measured or paid for under any other pay item which may appear elsewherein the Contract Documents. 10-93 Payment to the Contractor, shall be made only for the actual quantities of Work". performed a "orm nd accepted or materials furnished in con f . ante with the Contract Documents. When the, Contractor approaches, 90 percent of the estimated quantity of a unit price item, Contractor shall n -f ion is required prior to an request for an increase otffy the Contracting Officer. Such notificat* y in the estimated quantities of Work, or materials stated in the bid schedule, or change documents. 10. 10 Determinations for'Unit Prices: 'nie Contracting Officer will determine the actual quantities and classifications of Unit, Price Work performed by the Contractor. The Contracting Officer will review with the Contractor preliminary, determinations on such matters before finalizing, the costs, and quantities on, the Schedule of Values. The Contracting Officerts acknowledgment thereof' will,, be final and 'binding on the Contractor, unless, 'within 10 days after the date of any such decisions,,, the Contractor delivers to the Contracting Officer written notice ofintention to appeal from such a, decision. ARTICLE 11 - CONTRACT TIME** C0MPUTATION AND CHANGE M- 11.1 Commencement of Contract Time: The Contract Time will commence, to run on the day indicated in the Notice to Proceed. 11.2 Starting the Work - No Work on Contract items shall be performed 'before the effective date of the Notice to Proceed. The Contractor shall notify, the Contracting Officer at least 24 hour's in, advance of the �t time actual construction opera ions will begin. The Contractor may request a limited Notice to 'Proceed after Award gas been ade, to pens-nt it to order long lead materials which could cause delays, in, project complei on. However, granting is within the sole, discretion of the Contracting Officer, and refusal or failure to grant a, limited Notice To Proceed shall not be a basis, for claiming for delay, extension of time, or alterationof price. M 11.3 Computation of Contract Time: 11.3.1 When the Contract Time is specified on a Calendar Days basis,, all 'Work under the Contract shall be completed within the, number, of Calendar Days specified. The count, of Contract Time begins, on the day following receipt of the Notice to Proceed by the Contractor, if' no starting �day i,s stipulated thereinlenou . Cadar Days shall, continue to be, cnted against Contract Time until and including the date of Final Completion of the Work". 113.2 When the Contract completion time, is, specified as a fixed calendar date, it shall be the date of Final Completion, I I A Time, Change-. "rhe Contract Time may only be changed by a Change Order or Supplemental Agreement. 11.5 Extension Due to Delays: T'he Ii,"ght of the Contractor to proceed shall not be terminated nor the Contractor charged with liquidated or actual damages because of any delays to the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to the followmg: acts of God or of the public enemy, acts of the Borough in contractual capacity,, acts of another contractor in the performance of a, Contract with, the Borough., floods, fires, epidemics, quarantine restrictions, strik,es, freight embargoes, unusually severe weather and delays of Subcontractors or Suppliers, due to such :causes. Any delay in receipt of materials on the, site, caused by other than one of the specifically mentioned occurrences above,, does not of itself Justify, a time extension, provided that the Contractor shall within 24hours from the beginning of any such delay (unless, the Contracting Officer shall grant a further Period of the time, prior to the date of final settlement of the Contract), notify the Contracting Officer in writing of the cause of delay. The Contracting Officer shall ascertain the facts and the, extent of the delay and extend, the time for completing the Work when the findings, of fact Justify such, an extension., 11.5.1 Delays or disruptions resulting from. weight restn*ct,ions imposed on roadways, excessive traffic on. roadways or road construction and/or repairs shall not be considered unforeseeable causes, beyond, the control. of the Contractor. 11.6 Essence of Contract: All time limits stated in the Contract Documents are of the essence of the Contract. imc 1. 11.7 Reasonable Completion T' it is, expressly .ers,tood and agreed by and between the Contractor and the Borough that the i� 11 date of beginning and the time -ror r�inal Completion of the Work described herein are reasonable times for the completion of the Work. M 11.8 Delay Damgges.- Whether or not the Contractor"s night to, proceed with the Work" is tenninated, the Contractor and -u its, Sureties shall "be liable for damages resulting from the Contractor s ref sal or ta*lure to complete the Work, within the, specilled time. Liquidated damages for delay shall be paid. by the Contractor or his Surety to the Borough in the amount as specified in the Supplementary Condtions for each Calendar aythecompletion of the Work or any part thereof is delayed beyond the Contract Tirnerequired by the Contract, or any extension thereof. If such amount of liquidated damages is not established by the Contract Documents, they the Contractor and his Surety shall 'be fable, to the Borough for any actual damages occasioned by such, delay. The Contractor acknowledges that the, 11quidate d damages established herein are not a penalty but rather constitute an estimate of damages, that the, Borough will, sustain by reason of delayed completion. These, liquidated damages are *intended as, coens ation for losses difficult to estimate, and include those items enumerated in the Supplementary Conditions. These damages will continue to run, both before and after termination in the event of default termination. These liquidated damages do not cover excess costs, of completion or Borough costs, fees, and charges, related to reprocurement. If a default termination occurs,, the Contractor or his Surety shall'. pay .ddition, to these damages, all. excess costs and expenses related to completion as provided by paragraph, 14.2.5. ARTICLE 2- QUALITY ASSURANCE 12. 1 Warranty and, Guaranty-., The Contractor warrants and guarantees to the' orougb that all Work will bein accordance with the Contract Documents and will not be Def&tive. Prompt notice of all defects shall be given to the, Contractor. All Defective 'Work,,, whether or not in place, may be rejected, corrected or accepted as provided for in this Article. The Borough. and its Project Management representatives, testing agencies and governmental agencies with jurisdiction interests willhave access to the Work at reasonable times for their observation, inspecting and testing. The Contractor shall provide proper and safe conditions for such access. 12.3 Tests and, lns�,-%'� 12.3.1 The Contractor shall give the Contracting Officer timely notice of'readiness of the, Wrk, for all, required, inspections', tests or approvals. 12.3.2 If Regulatory Requirements of any public body having jurisdiction require any Work (or part, thereof) to specificallybe inspected, tested or approved, the Contractor shall, schedule such M 1i as �to an Insi)(z. -nianner suc, inspection., test or approval. `F,estJU�l d ctions shall be schedi,.illed.in a . . . ...... I .......... ,redLice travel es of iini r I es t s., gao � whetiever rea,son able anid w.1hout, adversg b.g ,schedule wY�of work., The Borough shall select the: inspector and pay all costs in connect* ion therewith. The, Contracting Officer shallbe provided with the required certificates, of inspection, testing or approval, 'if compliance wit two or more standards is specilied and the standards eblish diff 1 1. sta erent or confl*c,ting requirements for n-a*nimum quantities or quality levels, the Contractor shall comply with the most stringent requirement. The Contractor will refer uncertaintles, and equirements, that are different, but apparently equal, to Owner for a decision before Proceeding. The Borough may perforn-1 additional 'tests and inspections which it deems, necessary to insure quality control. All such failed tests or inspections shall, be at the Contractorts expense. 12.13 If any Work(including, the, work, of others that, is to be inspected, stedor ap . * proved is covered without written concurrence of the Contracting Officer, it, must,, if requested by the Contracting Officer, be uncovered for observation. Such uncovering shall be at the Contractor's expense unless the Contractor has given, the Contracting Officer timely notice of Contractor's intention to cover the same and the Contracting Officer has, not acted with reas on able promptness in response to such notice 12.3.4 Neither observations nor inspections, tests or approvals by the, Borough or others shall ,relieve, the Contractor from, the Contractor's obligations to perform the Work 'in accordance with the Contract Documents., 12.3.5 Within,, 30 days from the Notice to Proceed, the Contractor shall provide to the 0 Contrasting Officer a, Schedule of Tests and Inspections,,, prepared m tabular form end including the following,. 1'. Specificatlon Section num ber and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspec-tion, methods. 5. Number of tests and inspections required. 6Time schedule or time span for, tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. 'Unique characteri s tics of each qu ality- control service. 12.3.6 The Contractor shall, maintain a test and inspection log at the Project, site, allowing access, to the Contracting Officer and Project Manager during working hours. The Contractor shall ,prepare, and submit to the, Contracting Officer certified written reports, that, include the following. - 1 . Date, of issue. ,2. Project,tit.le and number., 3. Name, address, and telephone number of testing agency. 4. Dates and, locations of samples and tests or inspections. 0, 5. Names of 'individuals making tests and inspections. 6. Description of the Work and, test and inspection method. M 7. Identification of product, and Specificalon Section. 8. Complete test or inspection data. 91. Test and in sail results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing, and inspecting. I L Comments or professional opinion on whether tested, or inspected Work complies wh. the, Contract Docunient requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on, retesting and reinspecting. 12.4 Uncovering Work: 12.4. 1 if any Work is covered contrary to the written request of the, Contracting Officerit must� requested, by the Contracting Officer,, 'be uncovered, for the Contracting Officer's observation and, replaced at the Contractor's expense. 1 .4.2 If' the Contracting Officer considers it necessary or advisable, that covered Work be observed inspected or tested, the Contra"etor, at the Contracting Officer's request shall uncover, expose or otherwise make available for observation,,, inspection or testing as the, Contracting Officer may require,, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found 'that such Work is'Defective, the Contractor shall bear all direct,, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees, and char,ges, of engineers, architects,, attorneys and other professionals) and the Borough shall be entitled to an appropriate decrease in the Contract Price., ",If, however, such Work, is not found to be Defectivel, the Contractor shall be allowed an increase in the, Contract Price, or an extension of the Contract Time, or both directly attribute to such uncovering, exposure, observation,, inspection,, testing and ,reconstruction. 12.5 Borough May Stop the Work: If the Work is Defective, or the Contractor fails to supply suitable materials or equipment, or falls to furnish or perfori-n the Work, in such a way that the completed, Work will conform to the Contract Documents, the Contracting Officer may order the Contractor to stop the, Work, or any portion thereof, until the, cause for such order has, been eliminated. .If req 'uired by the Contracting Officer, the Contractor shall promptly, as directed, either correc all Dt ae-fective'Work, whether or not fabficated, installed or completed,, or, if the Work has been rejected by the Contracting Officer, remove 'it from the site and replace it with Work which conforms to the requirements of the Contract Documents. The Contractor shall bear all d,,trectl, A indirect and consequential costs of such correction removal (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby. RE 12.7 One Year Correction Period: 11 ay be If within one year after the date of Final Completion or such longer period, of time as m, prescribed by Regulatory Requirements or by the terms of any applicable special guarantee required by -the Contract Documents, any Work'is found to be Defective, the Contractor shall. promptly., without cost to the Borough and, in accordance with the Contracting Officer's written instructions, either correct such Defective Work, or, tf it has been rejected by the Contracting Officer, remove it from the site and replace it with con formi n, g 'Work. 'if the Contractor does not, promptly comply with the terms, of such instruction, s,., or in an emergency where delay wou,ld, cause serious risk of loss, or damage, the Boron. may have the Defective Work corrected or the, rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not 11inlited to fees and charges of engjineers, architects, attorneys and other professionals) will be, paid by the Contractor. In special circumstances where a, particit',dar item of equipment iss placed in continuous service for the benefit of'the Borough before Final Completionof all the Work, the correction period for that item may in on an earlier date if' so provided in, the Specifications or by Change Order. Prsions, of this paragraph are not, intended to shorten the statute of limitations -for bringing, an action. 12.8, Acceptance of Defbetive Work: Instead of requiring correction or removal, and replacement of Defective Work, the Contracting Officer may accept Defective Work. The Contractor shall bear all, direct', indirect and consequential, costs attributable to the Contracting Officer's evaluation of and determination, to accept such Defective, Work (costs to Include but not limited to fees charges of engineers, architects,, attom,eys, and other, professionals). If any such acceptance occurs prior to final paymeDt, a Change Order will be issued incorporating the necessary revisions in, the Contract Documents with respect to the Work, and the Borough shall be entitled to an appropriate decrease in the Contract Pfice. If the Borough has already made final payment to the Contractor, an appropriate amount shall be paid, by the Contractor or its Surety to the Borough. 12.9 Borough May Correct Defective Work-: If rails the Contractor rails within a reasonable time, after written notice from. the Contracting Officer to proceed to correct Defective Work, or to remove and replace rejected Work, as required by, the Contracting Officer in, accordance with paragraph 12.6, or if the Contractor fails to perform the Work in accordance with the Contract Documents, or,if the Contractor fails to comply with any other provision of the Contract Documents, the Borougb may, arter seven days written notice to the Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph 'the Borough shall proceed expeditiously. To the extent necessary to complete corrective and, remedial action, the Contracting Officer may exclude the Contractor from. all or part of the site, take possession of all or part of the Work, and suspend, the Contractor's services related thereto, take possession of the, Contractor's appliances, construction equipment and, machinery at, the site and incorporate, in the Work all, materia ls and equipment stored at the site or approved remote storage sites orfor which the Borough has paid the Contractor but, which are stored, elsewhere. The Contractor shall allow the Contracting Officer and his, authorized representatives such access to the, site as may be necessary to, enable W I I the Contracting Officer to, exercise the rights and remedies under this paragraph. All direc�t, indirect and consequential costs of the Borough in exercis,tng such, rights and ref ees will be charged against the Contractor, and a Change Order will be issued, incorporating the necessa�ry revisions, in the Contract Documents with respect to the work; and the Borough shall be entitled to an appropiiate decrease in the Contract Price. Such direct, indirect and consequential costs will. include but not be limited to fees and charges of engineers,, arenitects, attorneys and other prores sl*onals, all court and arbitrati.on costs, and all costs. of repair and replacement of work of others destroyed or damaged by correction., removal or replacement, of the Contractor 1 s, Defective 'Work. The Contractor shall no allowed an extens lion of the Contract Time, because of any CI ffi delay in performance, of the Work attributable to the e,xer ise by, "the Contracting 0, cer of the Borough's fights and remedies hereunder. .... ... . . . . ....... .... . .... . ..... ...... . . ........ . .......... . . . ..... . . . ... . . .................. . . . . . . . . .... - ------ - ---- III Schedule of Values-. The Schedule of Values established as provided in paragraph 6.6 will serve as the basis for progress payments and will be incorp,orated into a f6ri-n of Application for Payment, acceptable to tJ e Contracting Officer. Progress payments on account of Unit, Price Woik will bebased, on the number of units completed. 13.2 Preliminary Payments: Upon, approval of the Schedule of Values the Contractor may be paid for direct costs substantiated, by paid invoices and other, pare qui,,sa"te documents required "by the General Requirements. Direct costs shall include the cost of bonds, insurance, approved materials stored, on the site or at approved remote storage sites, deposits required by a Supplier prior to 1 *10 .fabricating materials,, and other approved direct mom - tization costs substantiated as indicated a . he. These payments shall, be included as a part of the total Contract Price as stated in the, Contract. 13.3 ApplIcation for Progress Payment - The Contractor shall submit to the Contracting Officer (or Project Manager, if designated by the Borough) at least 30 days before the date established for each progress payment, (,but not more than once a month) for review three, signed and notarized original copies, of each completed Application for Payment covering the 'Work completed, as of the date of the Application for Payment and accompanied by such supporting documentation as is required by the Contract Documents, 'which shall 'include the quantity, locat ion and completiondate of the Invoiced wrk. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Updated Schedules and Change Orders issued 'before the last day of the const'ruction period co vered by the, Applit atlon for Payment, will be u sed. Pro gres s payments will be made as the 'Work progres ses on a monthly basis. W 13.4 Review of Application for Progress Payment: Contracting Officer or Project Manager) will either indicate, in wniting a recon nm-endation of payment, or return, the Application for Payment, to the Contractor indicating in writing the Contracting Officer's reasons for refusing to recommend, payment. In the latter case, the, Contractor may make the necessary corrections and, resubmit theApplication for, Payment. 13.5 Stored Materials and, Eq,uipment: tea I f payment is requeste,a on the basis of materials and equipment not incorporated in the Work, but delivered and suitably stored at the site or at another location agreed 'to, in. writing, the Application for Payment shall, also be accompanied, by a bill of sale, paid invoice or other documentatiwarranting that the Borough has received, the materials and equipment free and clear of all arges, security interests and, encumbrances and evidence that the materials and equipment are covered by appropriate property, insurance and other arrangements, to protect the Borough's interest therein, all. of which will be satisfactory to the, Contracting Officer. No pa *11 be made fo�r perishable materials that could be rendered useless because of long' yment, wi storage periods. No progress payment will be made for living plant materials, until pl,anted. 1.3.6 Contractor's Warranty of Title-. The Contractor warrants and guarantees that title to all 'Work, materials and equipment covered by any Application for Payment, whether incoGrp orated in, the Pro pct or not, will pass to the Borough later than the time of payment free and clear of any claims, Hens,, security interest and further obligations. 1.3.7 Withholdihig of Payments: The Borough, may withhold or refuse, payment for any of the reasons listed below provided it gives written notice of its intent to withhold and of the basis for withholding,-. 13.7.1, The, Work is Defective, or completed Work has been damaged requiring correction or replacement, or has been installed without approval. of Shop Drawings, or by an unapproved Subcontractor, or for unsuitable storage of materials and equipment., .13.7.2 The Contract Price has 'been reduced, by Change Order. 13.7.3 The Borough has been required to correct, Defective Work, or complete, Work in accordance with paragraph 12.9. 1 13.7.4 The Borough''s actual knowledge of theoccurrence of any of the events enumerated in paragraphs 14.,2. La through 14.2. Lk inclusive. 13.7.5 Claims have been made against tip 'Borough or against the funds heby the Borough on accOUn't of the Contractor's actions or inactions in performing this Contract, or there are other items entitling the Borough to a set off. M, H )',.,7.,6 Subsequently discovered evidence or the results, of subsequent inspections or test, nullify any previous payments for reasons stated in subparagraphs 13.7.1 through, 1.3.7.5. 13.7.7 The Contractor has ,failed to fulfill or is in violation of any of his obligations, under any provi.&ion, of finis Contract. At any time the Borough finds that satisfactory progress is not being made it �m,ay in addition to 0 the amountwithheldunder paragraph 13.7 retain a, maximum amounequal to 10 percent of the total, amount earned on all subsequent progress payments. This retainage may be released at, such time as the Contracting Officer finds that satisfactory progress is being e. 1 �.9 Request for Release of Funds: If the Contractor believes the basis for withholding i,s invalid or no Ionger exists,, immediate 'Written notice of the facts and Contract provisions, on wh�lch the Contractor relies, shall be given to the Borough, together'with a request for release, of funds and adequate documentary evidence proving that theproblem ha been cured. In the case of withholding which has occurred at the request of the Alaska Department of Labor and Workforce Development, the Contractor shall provide a letter froM the Alaska Department of Labor and Workforce Development stating that withholding is iio longer requested., Following such 'a submittal. by the Contractor, the Boro�u h 2: 9 shall have a reasonable tires to investigate and verify the facts, and seek additional assurances before determining whether release of withheld payments is justified. 13.10, Substantlal Completion: When theCODtractor con&iders the Work ready for its intended, use the Contractor shall, notify #1 the Contractin in writing that the 'Work or a Portion of Work which, has been ,g Officer specifically identified in the Contract, Documents is substantially complete (except for items specifically listed by the Contractor as incomplete) and request that the Borough issue a certificate of Substantial Completion. Within a reasonable time thereafter, the Contracting Officer,. the Con -tractor and appropriate Consultant(s) shal.ake an inspection of the Work to determine the, status of completion. If the Contracting Officer does not consider the Work substantil ally complete, the Contracting Offieer will within 14 days deliver to the Con tractor alist of items to be completed or corrected. At the time of delivery of the certificate of Substantial Completion. the Contracting Officer will deliver to the Contractor a written division, of ibilities e # respons P nd�i ng Final Cornpletion with respect, to security,, operation, safety, maintenance,, heat, utilities,, insurance and warranties which shall. be consistent with the terrns of the Contract Documents. The Borough shall, be responsible for all Borough. costs res,ult"ing from the initial 'inspection and the, first re -inspection. sh.all pay all costs incurred by, the Borough resulting from L'Ip'y I", -Ins pec tions, thereafter. El The Borough shall have the right, to, take posses&lon of and use any completed or partially completed portions of the, Word., prior to the date specified for the date of Substantial Completion,, and such action and use all not be consi"dered. an acceptance, of that Work,. If such use by the Borough causes additional expense to the Contractor andlor delay 'in the Work, the Contractor may be, entitled to, additional cornpensation .ndl I or an extension of time. The Borough shall be responsible for routine maintenance or damages caused by its use of such portions of the Work. 13.11. Access Following Substantial Completion: The Borough, shall have the right to exclude the Contractor from the Work after the date of Substantlal Completion, but the Borough shall 1low Contractor reasonable access, to complete or correct items on the, tentative list. 1, 112 Final Inspection'. Upon written notice from the Contractor that the entire Work, or an. agreed portion thereof is cornplete, the Contracting Officer will make a final inspection with the Contractor and, appropriate Consultants and will notify the Contractor in writing of all particulars in which this, inspection reveahs that the Work is incomplete, or Defective. The Contractor, shall immediately take such. measures as, are necessary to remedy such deficiencies. The Contractor shall pay for all costs incurred by the Borough resulting from re -inspections after fina''I in, mesti on. 1113 Final Completion and A� � scat on for Payment: pp After the Contractor has completed all such corrections to the satisfaction of the Contracting Officer and delivered all, traimncyistruionshedules, at guranees, -maintenance and opei -ating ncts,, c on, certificates of payment to all laborers,, Subcontractors and Suppliers, certificates of inspection,, marked -up record documents and other documents all as required by the Contract Documents, and after the Contracting Officer, has indicated in writing that the Work has met the requirements for Final, Completion, and subject to the provisions of paragraph 13. 17, the Contractor may make application for final, payment following the procedure for progress payments. The final, Application for Payment shall be accompanied by all certificates, warranties, guarantees, releases, affidavits, and other documentation required by the Contract Documents, including evidence of completion of Project closeout requirements and evidence that claims have been resolved. 13,14, Final Paymenc. 3.. .1 If'on the basis of the Contracting Officer's observation of the Work during coast cti n and final inspection, and the Contracting Officer's review of the final Application for'PaMme nt, and accompanying docurn.entation all as required by the, Contract Documents- and the Contracting Officer, is satisfied, that the Work has been completed and the Contractor's other obligations under the Contract Documents have beenfulfilled,, the Borough will process final Application for Payment. Otherwise, the Contracting Officer will return the App fill"cation for M 7" ay .e to the Contractor,, indicating in writing the reasons for refusing to process final, payment, in which case Contractor shall make the necessary corrections and resubmit the final ,Application, for Payment. 1334.2 If, through no fault of the Contractrl, Final Completion of the, Work is significantly delayedl the Contracting Officer sliall, upon receipt of the Contractor's, final Application for Payment, and without, terminating the Contract, make payment, of the balance due for that portion of the Work fully completed and, accepted. If the remaining balance to, be held by the Borough ,,for Work not fully co,MrNleted, or corrected is less than the retainage provided for in p,aragraph .P 13.8, and, *if bonds have been filmished, as, required, in paragraph 5.1, the written consent, of the Surety to, the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Borough with the application for such 4 payment. Such payment, shall um be made nder the ter.s and conditions governing final payment, except that, it shall not constitute a waiver ofelaim.s., 13.15 Final Acceptance: Following certification of payment, of payroll and revenue taXes., and final payment to the Contractor, the Borough will issue a, I letter of Final Acceptance, releaslng the Contractor from further obligations under the Contract,, except as, provided 'in paragraph, 13.16. 13.16 Contractor's Continuing Obligation.* The Contractor t s obligation 'to perform and, complete the or and pay all laborers, Subcontractors, and materialmen in accordance withthe Contract Documents shall be absolute. Neither any progress or final payment by the Borough, nor the issuance, of a, certificate of Substantial Completion, nor any use or occupancy of the Work or any part thereof by the Borough or Using Agency, nor any act of acceptance by the, Borough, nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor any correction of Defective Work by, the Borough wfll constitute an acceptance of Work not in, accordance with. the Contract Documents or a release of the Contractor's obligation to perform the Work in accordance with the Contract Documents. 13.,17 Waiver of Clalms,by Contractor: The making and acceptance of final payment will constitute a waiver of all claims by the Contractor against the, ,Bough other than those previously made in writing and still unsettled. 13.18 No, Waiver of Legal Rights.- The Borough shall not he eel or be estoppedby any payment, measurement., estimate, or, certificate Tnade eitherbefore or after the completion and acceptance of the Work, and, payment I therefor, from showing t , he true amount, and character of the Work performed and, materials furnished 'by the Contractor, nor from showing that any payment, measurement,, estimate or certificate and, payment in accordance therewith, from recovering from the Contractor or his Sureti,es, or both, suach damages as it may sustain by, reason, of his failure to comply with M requirements of the :Contract, Documents. Neither the acceptance by the Borough, or any representative of the Borough, nor any .payment for or acceptance of the whole or any part of the Work-,,, nor any extension of the Contract Time, nor anypossession taken by the, Borough, shall operate as a, waiver of any portion of the Contract or of any power herein reserved,, or, of any right to damages. A waiver by, the Borough of any breach of the Contract shall not be held to be a waiver of any other subsequentbreach. 4.L I The Borough may, at any time, suspienid the Work or any portion thereof 'bynotice, 'in writing to, the Contractor. ',If the Work, is suspended without cause, the Contractor shall be allowed an 'increase iin the Contract Price or an extension of the Co�ntract Time, or both directly attributable to any suspension, if the Contractor makes an approved claim therefor as provided in Article 15. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that suspension is due, to the fault or negligence, of the Contractor, or that suspensijon 1,s necessary for Contract compliance,, or that, performance would have been so, suspended, delayed, or interrupted by any other cause, Including the fault or negligence of the Contractor. 14. L2 In case, of'su,spension of Work, the Contractor shall, be responsible for, preventing damage to or loss ofany of the Work already performed and ofail rnaterials whether stored on. or off the site or approved remote storage sites. 14.2 Default of Contract: 14.2, 1 If the Contractor: a. Falls to begin the Work, under the Contract within the time specified in, the Proposal, or b. Falls to perform the Work in accordance with the Contract Documents (including, but not limited to, f .11 ure, to, supply sufficlent skilled workmen or suitable materials or equipment or failure to adhere to the progress schedule established, under, paragraph 6.6 as revised from time to time), or cl. Performs the Work unsuitably or neglects or refuses to remove, materials, or to correct Defecti,ve Work. d. Discontinues the prosecution of the Work, or e. Fails to resume, Work which has been discontinued wAhin a reasonable time after notice to do so, or f. Becomes insolvent., exclept,that if the Contractor declares bankruptcy terminati0i shall "be in accordance with all I I U.S.C. 362 and/or 11 'U.S.C. 365. In the event ,the Contractor declares bankruptcy the Contractor agrees that the Contract will. be assumed or rejected in a timely manner so that, Contract will be completed by the date specified, in the Contract. 9. Allows any final, judgment to stand against apt unsatisfied for period of 60 days, or M h. Makes an assignment for the benefit of' creditors without the consent, of the Contracting Officer, or 1. Disregards, Regulatory Requirements of any public body having, 'sdiction ' or j. Otherwise violates in any, substantial way any provisions of the Contact Documents,, or k. For any, cause whatsoever, fails to carry on the Work in an acceptable m,anner,,, the Contracting Officer may give notice, in writing to the Contractor and his Surety, of such delay, neglect, or default. 14. 2.2 If the Contractor or Surety,, within the time specified 'in the above notice of default, shall not proceed, in accordance therewith, then the Borough. may, 'upon written notification from the Contracting Officer of the fact of such delay, neglect or default and the Contractor's failure to comply with such, notice, have full power and authority without violating the Contract to, take the prosecution of the Work out of thehands of the Contractor. The Borough may terminate the services of the Contractor, exclude the Contractor from the site and take possession of the Work and of all the Contractor's 'tools., appliances,, construction equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conver�., incorporate in the Work all materials and equipment stored at the site or for ' Borou the which has, paid the Contractor but which are stored I gh elsewhere, andfinish the Work as the, Borough, may deem expedient, 'Fhe Borough may enter into an agreement for the completion of said Contract according to the terms and provisions thereof, or use such other, methods that in the opinion of the Contracting Officer are required for the completion of said Contract in, an acceptable manner. 14.2.3 The Contracting Officer may, by written notice to, the Contractor and its Surety or its representative, transfer the employment of'the Work from the Contractor to, the Surety, or if the Contractor abandons the Work, undertaken under the Contract., the Contracting Officer may,, at his option with written notice to the Surety and without any written. notice 'to, the Contractor,, transfer the employment, for said Work directly to the Surety. The Surety shall submit its plan for completion, to the Borough for approval. prior to 'beginning completion, of the Work, Approval,, of such contracts shall, be in accordance, with all applicable, requirements and procedures for, approval of subcontracts as stated in the Con -tract Documents. 14.2.4 Upon receipt of the notice terminating the services of the Contractor, the Surety shall enter upon. the premises and, take possession of all materials,, tools, and appliances thereon for the pu,rp,ose of completing the Work, included under the Contract and employ 'by contract or otherwi.se, any person or persons to finish the Work and provide the materials therefor, without 'termination. of the continuing full force and effect of this Contract. In case of such transfer of employment to the Surety, the Surety shall be paid Its own name on estimates covering Work subsequently performed under the terms of the Contract and according to, the terms thereof without any right of the Contractor to make any claim for the same or any part thereof. 14.2.5 If the Contract is terminated for default, the Contractor and, the Surety shall be jointly and severally liable for damages"for delay as provided by paragraph FL8, and for the excess, cost of completion., ,and, all costs, and expenses, incurred by the Borough in completing the Work or arrangingfor completion of the Work, including but not, limited to costs of assessing the, Work, to W61 be done,, costs associated with, advertising, soliciting, or negotiating for bids or proposals for completion, and other reprocire ment costs. Following termination the Contractor shall not be entitled to receive any further balance ofthe amount to be paid under the Contract until the; Work is fully finished and accepted, at which. time if the -unpaid balance exceeds the amount due the Borough and, any amounts, due to persons for whiose benefit the Borough has withheld funds, such excess shall be paid by the Borough to the Contractor. If the damages,, costs,, and expenses due the Borough exceed the unpaid balance, the Contractor and its Surety Shall, pay the difference. 1-4.2.6 If after notice of termination of the, Contractor's right to proceed under, the provisions of this clause, it is, determined for any reason that, the Contractor was, not in default under the proviswns of this clause, or that the delay was excusable under the provisions of this clause, or that termination was wrongful,, the rights, and obligations of the parties, shall 'be determined in accordance with the use providing for convenience termination, Where the Contractor's services have been so terminated by the Roroull, the termination will not affect, any rights or remedies of the Borough against the Contractor then existing or which may thereafter accru,e. Any retention or, payment of moneys due the Contractorby the Borough will,, not release the Contractor fromliability. 14.4 Convenience Termination: 14.4. 1. Tie performance of the Work maybe terminated by the Borough in accordance, with this section in whole or in part whenever for any reason, the Contracting, Officer shall, determine that such terMInation is in the best interest of the, Borough., Any such termination shall be effected by delivery -to the Contractor of a "Notice of Termin,a,tlon,," specifying termination is for the convenience of the Borough the extent to which performance of Word is "terminated, and the date 'upon which such t rmination becomes effective. Immediately upon, receipt of a ""Notice of Terminationil and except as otherwise directed by the Contracting Officer,: the Contractor shall,-. a. Stop Work on the date and to the extent specified in the "'Notice of Terrninauon. -," b. 'Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the Work as, is not terminated; C. Terminate all, orders and subcontracts to the extent that they, relate to the performance, of Work terminated by the, "Notice of Termination-," d. With the written approval of the Contracting Officer., to the extent, he may require, iut f suh rm"Ination of ,settle all outstanding 111abilities and all, claims ar* *sing oocter orders and subcontracts, the costs which would, be reim' bursed, in whole, or in part in accordance with the provisions of the Contract; M C. Submit to the Contracting Officer a list, certified as to quantity, and quality, of any or all items of ternunation inventory exclusive of items the disposition of which had been directed or authon*zed by the Contracting, Officer; f. Transfer to the Contracting Officer the completed or partially completed record drawings, Shop Drawings, informationl, and other property 'which,, if the Contract had been, completed, would be requi,red to be furnished to the Borouh; and 9 11 Take such action as may be necessary, or as the Contracting Off icer m,ay direct, for the protection and preservation of the property related to the Contract which is in the possession of the Contractor and 'in which the, Borough has or may, acquire any interest. 'The, Contractor, shall proceed immediately with the performance, of the above obligations. 1.4.4.2 When the Borough orders termination of the work effective on a certain date, all Work in place as of that date will be paid for in accordance with ArticIle 13 of the Contract Materials, required for completion and on, hand but not inclorporated in the Work, will be paid for at invoice cost plus 15 percent with materials becoming the property of the: Borough - or the Contractor may retain title to the materials and be paid an agreed upon lump su,m, not defined, on. shall be canceled,, and the Borough shall pay, reasonable factory cancellation, charges with. the option of taking delivery of the materials, in lieu of payment ofcancellatillon charges. The Contractor shall be paid 10 percent of the cost, freight not includ' ed, of materials canceled, and direct expenses only for, Contractor chartered, freight transport which. cannot be canceled without charges, to the extent, that the Contractor can, establi.sh, them. The extra costs due to cancellation of bonds and insurances and, that part, of job start-up and phase-out costs not amortized by the amount, of Work accomplished shall be plaid, by the Borough. Charges for loss of profit, or consequential damages shall not he recoverable except as provided above. 14.4.3 The termination cairn shall 'be submitted promptly, but in no event later than 90 days from the effective date of termination, unless one or more extensions in writing are gra ntedby the Contracting Officer upon request of the Contractor made in writing within, the 90 day period., Upon failure of the Contractor to submit its eri in iclaim within, the time allowed, the Contracting Officer may determine,,, on, the basis of information avail able to him the amount,, if any, due to the Contractor by reason of the termination,. and shall thereupon pay to the Contractor by reason, of the termination and, shall pay to the Contractor the, amount determined asfotlows: a. All costs and expenses reimbursable, in accordance with the Contract not previously paid to the Contractor for the performance of the Work pn*O,r, to the effective date of the "Notice of Ten nination," b. So far as not 'included under "a" above,, the cost of settling and paying claims f or orders phi are arising, out of the termination o- the, Work tinder subcontracts properly chargeable to the terminated portions of the Contract; C. The reasonable costs of settlement, with respect to the terminated portion of the Contract heretofore, to the extent, that these costs have not been, covered under the payment, provisions of the Contract. ZE 14.4,.5 The Contractor shall have the, right of app�eal, under the Borough's claimprocedures, as d,efined, in Article 1. 5, for any determinations made by the Contracting Officer, except if the, Contractor has failed to submit his claim, within the time, provided and has failed to request extension of such time,, Contractor shall have no such right of appeal. In am*ving at the amount due the Contractor under this, section, there shall be deducted: L All previous payments made to the Contractor for the performance of Work under the Contract prior totermination,- 2. Any claim for which the Borough may have, against the Contractor; 3. The agreed price for, or the proceeds of sale of, any materials, supplies, or her things acquired by the Contractor or sold pursuant to the provisions of this section and not otherwise recovered by or credited to the Borough; and 4. All progress, payments made to the Contractor under the provisions of this section. 14.4,.6 Where the Work, has been ten-ninated by the Borough said termination shall, not affect or terminate any or the rights of the Borough against, the Contractor or his Surety then xis,ting or which may thereafter accrue because of such default. Any retention or payment of monies by the, Borough due to the Contractor under the terms of the Contract s,hall not release the, Contractor or his Surety from liability. Unless otherwise provided for In the Contract Documents, or by applicable, statute, the Contractor, from the effective to or termination, and for a peri,od of three years after final, settlement under th1s Contract, shall, preserve and make available to the Borough at all reasonable times at the office of' the Contractor, all 'Its, books, records, documents, and other. e *dence bearing on the cost and, expenses of the Contractor under his Contract and relating to vi p the Work tern -ninated hereunder. .......... 1,5.1 Notification: In addition to the notice requirements set out elsewhere in this Contract, if the Contractor becomes aware of any act or occurrence whieb may torn the basis of a, claim, by the Contractor for additional, compensation or an extension of time for perfommiance, or if any d1spute an'ses reg ard,ing a question of fact or interpretation of the Contract,the Contractor shall immediately Inform. the Project Manager and Contracting �Officer. If the matter cannot 'be resolved by agreement within seven days, the Contractor shall, within the next 14 days, submit an "Intent to Cla*rn," in writin 03 n 'I if not resolved, I g to tie ect Manager and Contracting Officer. The claim, shall be presented to the Contracting Officer, in wriffing', within, 60 days following receipt of the "Intent to Claim." Receipt of 'the, claim will be acknowledged in, writing by the Contracting Officer. The Contractor agrees that unless these wn'tten notices are provided, the Contractor will have no entitlement to additional time or compensation for such act, event or condition. The Contractor shall in, any case continue diligent, pearl -nance of the Contract. N 15.2 Presenting Claim*., The claim shall specifically include the following: 15.2.1 The act,, event or condition giving rise to the claim. and under which relief is provided.15.2.2 The Contract provisions which apply to the claim 15.2.3 The item or Items, of Contract Work affected, and how they are, affected. I basis upon 1.5.2.4 The specific relief requested I including contract time, if applocable� and the -1 4. al I ated. whin it was c cu 15.3 Claim Validity, Additional Information, and Contracting Officer's Actions The claim, in order to be valid, must not only show that the Contractor suffered damages or delay, but that those conditions were actually a result of the act, event or condition Complained of and that the Contract provides entitlement to relief to the Contractor for such act, event,, or condiftion. The Contracting Officer reserves the right to make wfitten request to the Contractor at anytime for additional information which the Contractor may possess relative to the claim. The Contractor agrees to provide the Contracting Officer such additional information within 30 days I FaRure -to furnish such additional Information may be, regarded as a of receipt of'such a request. i + r, waiver of ' the claim. The clif not resolved by, agreement withlin, 90 days of its eceipt Contractor may subrnit a "'Notice off: ,Appeal" 'pursuant to Section 15.4. 15.4 Notice of Appeal-. 'Within 30 days of receipt of the, decision the Contractor may deliver a "Notice of Appeal" to the., Borough Manager. The notice shall include specific exceptions to the, Contracting Officer's decision,in, cluding specific provisions of the Contract, which the Contractor intends, to relyupon in the appeal General assertions that the Contracting Officer's decilsion", is contrary to law or to fact, are not cuff .c ent. 15.5 Borough Manager's Decision*. The decision of the Borough Manager will be rendered within 120 days, of "Notice of Appeal." This decision constitutes the exhaustion of contractual and d Mist at e remedies. The time 0tended by mutual consent. The decision of the Borough limits given above may only be ex Manager shall be final. and conclus,,ive unless the Contractor commences action in the Alaska court system, Third Judicial District in Anchorage, Alaska, within 120 days,from receipt thereof. N 9Chan,ges $0 Contractor This Change $0 Davis Constructors and En Eineers Adjusted Contract $ 1524141346.00 J Description of Change # VIM Total cost for all ch, anges to be deducted ftom GMP savingsiconungency. Savm*,gs/contingency summary is attached. There, isno; increase tothe GMP a,s4:1 result ofthese chanaes. �jj IN W1, DiateA-511 Clerk f F� �J�'k�V'(�(Yj1'V't�, Approved By Mayor Revised by MIS 06/14/06 - - - - - ------ ---------- --- Lon allot ,g Term Care Facl 1 y Potential rigs, /Contingency bummary MMMM I Potential GMP Savings Description Origina! Budget Buyout + Clearing & Grubbing $ 60l,000.0,0 $ 3800,00'.00 22jwo.00 Concrete Sidewalks $ 100)7514.00 $ 65,689.29 $ 351�064.71 Concrete Curb and Gutter, $ 66,085.010 $ 61,,772.617 $ 41312.33 Reinforcing Steel $ 5,81051-00 $ 44,,00,9.00 $ 14�O4�2.00 Concrete Pumping $ 3219,88.00, $ 181,780.00 $ 14,,208.00 Concrete Finishing $ 55 500-00 $1 23,750-00 $ 31)750.0lO Commercial Kit,chien $ 284,59 °.00 $ 196�062.001 r535.00 Mechanical System $ 11,966)�976.00 $ 114700,000.00 496,976.00 Electrical System $ 10950,000.00 $ 1,1710,352. 100, $ 23%648.0,0 Roofing $ 8,9,,640.00 $ 115,,200.00 $ (251560.00) Sprinkler System $ 172,4810.00 $ 175�700.00 $ (31220.00) Subtotal Potential Savings $ 9171756.04 Transfer to Contingency $, Total (Potential Savings $ 91,7t75 ----------- ....... Mh Original Contingency $ 75�000.00 Tra n from Savings $ Current Contingency 75jO00,00. 0% st Proposal # 001 - Rev. 1 Clearing & Grubbing - Limits Expanded Project KIB LTC Labor Job Expenses Job No.: 12,-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested 131y:1 Kodiak Island Borough, La, bore r - T 0 Ilan Hour @ $ 61.32 La bore r Fo re man,, - ST 0 Man -Hours @ 58,01 BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @: 63.72 Expand clearing limits to, include: Ca r pe, nte r, - ST 0 Man -Hours @ $ 64-30 $ - Electrical utility easement Carpenter - OT 0 Man -Isar s $ 71.01 $ - City of Kodiak Water and Sewer Utility tie; in point, e' i n po int Iht Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Remove additional trees outside of defined le d' Carpenter Foreman - OT 0 Man -Hours @ 77.20 $ 'a 1 1, i g clearing limits to provide additional natural fight or Subtotal $ and views. Material Expenses, Material 1 01 unit $ Material,2, 0 u rl it $ $ Materiall 3 0 unit $- M to ria 14 0 u n it $ Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight $ Basil Tools of labor $ Material Handling 4.00% of labor $ Safety 1.25%, cif labor $ Equipment 1 E:qullpment. 2 Mob/Dernob Design & Engineering I I Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ T his proposal is based solely on, usual cost elements such as labor, materials, l normal mark-ups, and does not include any amount: the sequence of rk, delays disruptions, I for changes in wo Markup on Self Performed 1 5% $ rescheduling, extended overhead, acceleration and/or irnpact Total Self Performed $ costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to, final settlement: of this contract. Subcontractor Costs $ 91,640.00: Markup on Subcontractor! 8% $ 771.20 Tom ull Subcontractor Costs, $ 10.,411.210 Submitted by: Luke,Blomfield Title: Construction Manager Trt�al Self Perf med 0 0 $ Tota I Su be ntracto r Costs, $ 101411.201 Total Self Performed $ 10�411-20 Approved by: Above priced are subject to change if not accepted wi ,thin 10 days. Title: Date: Time Extension Required of 3 Days B & R FISH BY PRODUCTS, IINIC. 2231', Three, Sisters W,ay KODAK, AK 9961'S 907-486-6,1138 907-4,861-2066 dehart'l Optialaskamet Change Order ADDMONAL SHEETS ATTACHED GL.C.IJ' crn, O ��Q 6 gXer�r/a�a2 5' 2ity �c� o�� r�� v �sG 6oG Du�� y"ee Y ss is/� c, ,hange Orider "Total Previous Contract Total The above changes Nvill add to the original completion date. Days Revised Contract Total Payinentsito be made as follows: ««««« . ........ . ACCEPT ANCE OF'CH,ANGE'ORDER n 0 -n 11'" r4 t 0% ^ r% r"t p A' ^ 40 ^ h�o B & R FISH BY PRODUCTS, 2231 Threp Sisters,'W, ay 'risr KODIA , AK 99615 907-486-6138 907-4-86-2066 dehartil'O ptialaska.net 2fo Change Order Change Order Total The above changes us ntract will, add — / toth�e origlinal completion date., PreviloCo"T'lotal Days Revised Cantract Total Payments to be made as ll s.I— ACCEPTANCE OFCHANGE ORDER 2231 Three Sisters 907-486-6138 dehartl 0 ► Change Order a d' adM"` µ '. Payments to be made , lows:. Cost Proposal # 002 Rev '1 Ship Ladder Option to Replace Standard Ladder P roje ct KIB LTC Labor Job Expenses Job No.: 12-355 Lia borier - ST 0 Man -Hours @ $ 55.95 Requested By: Kodiak Island Borough, Laborer - OT 0 Man -Hours @ $ 61-32 Laborer Foreman - ST 0 Man -Hours @ $ 58-01 1BUDGET'IDE" CRIPTIO N Laborer Foreman - OT 0 Man:. -Hours @ $ 63.72 $ Replace standard wall mounted, metal ]adder with a Carpenter - ST 2.5 Man - Hours @ $1 6430 $1 160 .75 ships ladder and platform,. Ships, ladder to be Carpenter OT 0 Man -Hours @ 71.01, $ appoximately 30" wide with a 3,0"' w'ide platform. Carpenter Foreman - ST 0 Man -Hours @ $ 69.95, Angle of ship ladder to be approximately 65 Carpenter Foreman - OIT 0 Man -Hours @ $ 77.20 $ - degrees. Aluminum ship ladder with mill flnish. Labor, Subtotal $ 160.75 Material Expenses, Original Ladder Credit each $ (1j, 6 5 0. 00) (11,650-00) SHIP Laddler Budget 1 each $ 21920.00 21920.00 Materia 13 0 unit$xw$ Materta 14 0 unit $ $ Mate ria I unit $ Material Subtotal $ L270.00 Other Job Expenses F'reight 1, each $ 350.00 Small Tools 2.50% of labor $ 4.02 Material Handling 4.010%, of labor $ 6.43: Safety 1.25%, of labor $ 2.01 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 3,62.46 Subtotal Direct, Costs - Self Performed 1p793.21 This proposal is based, solely on osual cost elements such as labor, materials, and normal mark-ups, and does not include any arriount Markup on Self Performed 15 % $ 268. 98 for changes, in the sequence of work, delays disruptions, Total Sellf Performed $ 20062.19 rescheduling, extended overhead, acceleration and/or impact costs. ,The right is expressly reserved to make clairn for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractors 8% $ ITitle: iTotal Subcontractor, Costs Submitted by: Luke Blomfield Construction Manager I' Date: 4/10/2013- Tota I S L elf Performed $ 2,062.19 , tal � Yogi , ota, I Subcontractor Costs, $ - Total Cost Proposal $1 2�062.19 Approved by: Above priced are subject to change if not accepted within 10 days. Title: ate: IT'Ime Extension Required of 0 Days ol=",/''/, Kod ia k I s I a n d, Bo roulg Long Term Care Facillit t 1i Cost Proposal # 004 FSD Monitoring through the DDC Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours, @ $ 55.95 $ Requested&y: Kodiak Island Borough Laborer - OT 0 Man -Hours, @ $ 61.32, $ Laborer Foreman -ST 0 Man -Hours, @ $ 58.01 $ BUDGET DESCRIPTION; Laborer Foreman - OT 0 Man -Hours @ $ 63.72 $ Mionitoir 3, fire smoke d'ampers, on the existing DDC C a rp e nte, r, - ST 0 Man -Hours ,syste m Carpenter - OT 0 Man -Hours @ $ 71,01 $ Carpenter Foreman, - ST 0 Man -Hours 69.95 Carpenter Foreman, - OT 0 Man -Hogs @1 $ 7'7,20 Labor Subtotal $ Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3, 0 unit $ Material 4 0 unit � .. ......... _ - Material 5 0 unit $ $ Materilal Subtotal . . . ................ $ Otherjob Expenses Freight $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25,1% of labor $ Equipment 1 Equipment 2 Mob/Dernob Design & Engineering Job Expenses Subtotal $ :Subtotal Direct, Costs -S 1 Performed $ This proposal is based solety, on usual cost elements such as labor, materials, and normal markwups, anddoes not inJude any amount Markup on'self Performed, 15% for changes in the sequence of work, delays disruptions, resich edulin& extended overhead, acceleration and/or impact Total Self Performed $ costs. The right is expressly reserved to make claim for any and all of these related Items ofcost prior to final settlement of this contract. Tundra Plumbing and Heating $ .............................................. Ma rku p cin Su bco ntra,ctor! 8% $ Total Subcontractor Costs Submitted by: Luke Blomfield Title: Construction Manager �Total Self Performed Total Subcontractor, Costs $ Total Cost Proposal $ 'Approved by: Above priced are subject to change if not accepted within 10 days. Title: Date: imam Extension Required of 0 Days IM F raV 11 Q &I dost Proftosal # ON Triple, (Slazed'Window Upgrade Project KIB LTC, Labor Job Expenses, Job No.: 1,2-3155 Laborer - ST 0 Man -Hours @ $ 55.95: $ Requested Bye iak Island Borough Laborer - OT 0 Man-,H!ou,,r,s $ 61-32 $ Laborer Foreman - ST 0 Man -Hours @1 $ 58-01 $ 'B UDGET DESCRIPTION Laborer For OT 01 Man -Hours @1 $ 63.72 $ Option to, upgrade dual glaze low el argon filled Carpenter - ST Man -Hours @1 64.30 $ windows to Alpine 80 series tri l+ lazed Window. Carpenter - OT 0 Man -Hours @1 71 01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69-95 $ Material change only, no, CMGC markup., Carpenter Fo re man - OT 0 Man -Hours @ $ 77.20 $ La bo r Subtotal $ Materiial Expenses, Vinyl Wi'n:d.ows 1 Isum $40 683-810 $ 41683,80 Material 2, 0 unit $ - t ri l 3, 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ Material Subtotal 4j683-80 Other Job, Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering ,Job Expenses, Subitotl Subtotal Direct Costs, - Self Performed $ 4,,683.801 This proposal is based solety on usual cost elements such as labor, materials, and normal mark- s, and does of include any amount for changesin the sequence of work, delays disruptions, Markup on SelfPerformed 0% $ - r h d lirN , extended overhead, acceleration and/or impact Total Self Performed $ 4,683.80 costs. The right is expressly reserved to make claim for any and all, of these related iterns of cost phor to final settlement of this cointract. Subcontractor Costs $ Markup on Subcontractor! 8% $ Total Subcontractor Costs $ Submitted i 'mfield Title: Construction Manager Date: 4/25/2013 Total Self Performed $ 4o683.8,0 Respond By: 4/29/2013 Tota I Subcontractor Costs, $ Total Cost Proposal $ 4,,683.80 Approved by: Above priced are hit change ffnot accepted within days. Title Date: Time Extension Required of Days KOlir IAK ISLAND BOROUGH Al 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Lon S Term Care Center Desi 495-535 452.150 09010.5 Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 Contractor This Change $0 . Davis Constructors and engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost Upgrade two cast iron boilers to Burnham three pass firetube boilers per Davis $ 0 Cost Proposal #5- $21,463.95 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is (N iu document shall become a$ amendment to the contract and Accepted By: Recommended: Approved By: Representative Engineering/Facilities Direct4r Manager (Less Than $10,000 — T*al for all change orders on this contractl\ increased) (LJ decreased) by 0 calendar days. This - )I the contract will ann1v thereto. Date ti Date Date If the change order or orders exceeds tent 0) dollars, it will require the signatures of. - A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Mayor Revised by MIS 06114Y06 Deputy Presiding Officer Date Long Term Care Facillity Potential Savings / Contingency Summary Updated: May 3, 2013 I Potential GMP Savings I I Contingency I Original Contingency $ 75,000.00 Transfer from Savings Subcontractor 22,000.00 Contingency Deductions Description Original Budget E-- Current Contingency Buyout 79,842.811 Asphalt Paving $ 312,844.0,0 $ 288,520.00 $ 24,324.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597,00 $ 196,06100 $ 88,535-00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,31233 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,06431 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976,00 Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Reinforcing Steel 58,051.00 $ 44,009.00 $ 14,042.00 Roofing 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System 172,480.00 $ 175,700.00 $ (3,220.00) Subtotal Potential Savings $ 940,186-04 Transfer to Contingency $ (22,000.00) Total Potential Savings $ 918,186-04 I Contingency I Original Contingency $ 75,000.00 Transfer from Savings $ 22,000.00 Contingency Deductions $ (17,157.19) E-- Current Contingency $ 79,842.811 Kodiak island Borough Long Term Care Facility Cost Proposal # 005 Boiler - Upgrade to Firetube Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 63,72 $ 6430 $ Upgrade HB -1 and HB -2 hot water boilers from cast iron to Burnham three pass firetube boiler, model Carpenter - OT 0 Man -Hours @ �7101 $ CW -40 -0 -IC and Industrial Combustion model VL- Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ 17 forced draft #2 oil fired burner. Carpenter Foreman - OT 0 Man -Hours @ _$ 77.20 $ Labor Subtotal $ Material change only, no CMGC markup. Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3 0 unit $ Material 4 0 unit $ $ Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1,25% of labor $ Equipment 1 Equipment 2 Mob/Demob IDesign & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as lab" o Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed rescheduling, extended overhead, acceGeratlon and/or impact costs. The right is expressly reserved to make claim for any and all ... of these related items of cost prior to final settlement of this contract. Tundra Plumbing and Heating $ 21,463.95 Markup on Subcontractor., 0% Material Change $ - Total Subcontractor Costs $ 21,463.95 Submitted by: -Luke Blomfield Title: Construction Manager Total Self Performed $ - Total Subcontractor Costs $ 21,463.95 Total Cost Proposal $ 21,463.95 Above priced are subject to change if not accepted within IQ days, Approved by: Title: Date: Time Extension Required of 0 Days Al LIM IWIVI:1 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452.150 09010.5 Contractor Davis Constructors and Engineers Contract No. 2013-11 Change Order No. 3 Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 This Change $0 Adjusted Contract $ 15,414,346.00 Description of Change Cost Provide and install new storrn drain manhole to replace existing standpipe and $ 0 provide proper tie in point for storm drain line per response to RFI 045 and Davis Cost Proposal #007 - $10,958.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is (Dg unchanged) (LJ increased) ([ I decreased) by 0 calendar days. This document shall become an amendment to the contract and all prof the contract will ai)t)lv thereto. Accepted By: !S. —11 Date Contractor's representative Recommended: JV�L:a &e=u;r - 111�v& 14L Date Engineering/Facilities Director, ce Director ]v"Y Approved By: Attest Date —2 Manager (Less Than $10,000 for &I change orderson this con Ter`7 If the change order or orders excee #ems ousan 00 dollars, it will require the signatures of The mayor and deputy presidia V B. The mayor and one (1) assembly ao ice of the deputy presiding officer; C. The deputy presiding officer and one y member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By. Mayor Revised by MIS 06114/06 Deputy Presiding Officer IM Long Term Care Facility Updated: May 9, 2013 Potential GMP Savings I Contingency I Original Contingency $ 75,000.00 Transfer from Savings Subcontractor 22,0001.00 Contingency Deductions Description Original Budget Current Contingency Buyout 5,,8—,,3,.'7'8-86 +/ - Asphalt Paving $ 312,844.00 $ 288,520.00 $ 24,324.00 Clearing & Grubbing $ 60,000.00 $ 38,000,00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689,29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976,00 Overhead Door $ 4,750.00 $ 6,644,00 $ (1,894.00) Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480,00 $ 175,700.00 $ (3,220.00) Subtotal Potential Savings $ 940,186.04 Transfer to Contingency $ (22,000.00) Total! Potential Savings 918,28E.0:4] I Contingency I Original Contingency $ 75,000.00 Transfer from Savings $ 22,0001.00 Contingency Deductions $ (38,621.14) Current Contingency 5,,8—,,3,.'7'8-86 Kodiak Island Borough Long Term Care Facility / . . .9F .............. z 0 gg%lw Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ _$_61.32 Laborer Foreman - ST 0 Main -Hours @ 58.01 BUDGET DESCRIPTION Laborer Foreman - CIT 0 Man -Hours @ 63.72 2 $ Response to RFI 045 requires the addition of a new Carpenter - ST 0 Man -Hours @ $ 64.30 storm drain catch basin at the tie in point near Carpenter - CIT 0 Man -Hours @ $ 71,01 Chichenof Dr. work includes the following: Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ - remove existing standpipe Carpenter Foreman - OT 0 Man -Hours @ $ 77,20 - remove additional curb, gutter and asphalt Labor Subtotal - install new storm drain manhole - tie into new storm drain manhole Material Expenses Material 1 0 unit $ Material 2 0 unit $ $ Material 3 0 unit $ - Material 4 0 unit $ Material 5 0 unit $ - - Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Subtotal Direct Costs - Self Performed $ ro This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, M, rkup on Self Performed 15% $ reschedulling, extended overhead, acceleration and/or impact Total Self Performed $ costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this Brechan Additional Asphalt $ 1,230 contract. Mass X - SDMH per RFI 045 $ 8,916 Subcontractor Costs $ 10,146 Markup on Subcontractor! 8% $ 812 Total Subcontractor Costs $ 10,958 Submitted by: Luke Blomfield Title: Construction Manager Date: 5/8/2013 Total Self Performed $ - Respond By: 5/10/2013 Total Subcontractor Costs $ 10,958 Total Cost Proposal $ 10,958 Above priced are subject to change If not accepted within 10 days. Approved by: Title: Date; Time Extension Required of Days M NVA.00%. OR r.- . .. ... Force Account Record Pn)ject: Kodiak Long Term Care Project NO: Cost Code NO: lDat-e:- 5/6/2013 I Sheet NO: Work Deacritpion: Install Extra CBMH, remove and replace 200 sqft of paving, remove and dispose of existing pipe, Employee Name Labor/ Class Total Hrs " Rate Total Labor $ Equipment Total Hrs Rate Total Equip $ Total $ -9perator... ... . 5 T 71.50 $ 357.50 ZX 200 -7— T 125-00 T 6-25.00 T 9-82.50 Pipe leer 5 $70.00 $ 350.00 D52 2 $100.00 $ 200.00 $ 550.00 Pipe layer 5--770.00 $ 350.00 Compactor 2 $ 55.00 $ 110,00 $ 460.00 Line and 2rade 5 $70.00 $ 350,00 -$-75.00 $ - $ 350.00 foreman 1 $76.00 $ - $ 75,00 I $ $ $ $ $ $ Materials & Supplies Unit —Price Qty. Unit Total gravel $ 19.72 60 —tons 1118-3.20 SDMH $ 1,315.00 1 each $ 1,315.00 15", CIVIP $ 16.20 20 Inft 324.00 CMP bands, Jet set, casting $ 980.00 1 Isum 9-80-00 shipping —.111500.001-1 ]sum $ 11.5013-00 Total Labor Total Equip Total Materials Subtotal $ $ $ $ $ 1,482.50 935.00 5,302.20 7,719.70 Comments ----------- Overhead $ 385.99 Subtotal Mark up Total $ $ $ 81105.69 810.57 8,9116.25 �' tM-11, From: Caroline Storm via e -Builder <bounces@e-builder.net> Sent: Friday, May 03, 2013 3:32 PM To: Matt Gandel Subject: FYI - KIB Long Term Care Center - Storm Drain Catch Basin (STA: 68+68.9) - Not as Shown - REPLIED Importance: High To view details or take action on this item, click here Form j Request for Information (RFD- LTC #45 Subject: Storm Drain Catch Basin (STA: 68+683) - Not as Shown Author Luke Blomfield Date Created: 05,012013 11.43,02 AM Alaskan Time Held By: Luke Blomfield Date Due. i 05.03.2013 Contractor. Davis Constructors and Engineers Trades Affected: Civil Project iNumber 12-355 Information We exposed the existing storm drain catch basin at STA: 68+68.9 that is called out Requested: on sheet U300. We have identified it as a drywell or cleanout of some kind that we Potential Solution: Specification Section (if applicable): Drawing Referenced: cannot tie the proposed pipe into. E -builder will not attach the photo so please check email for it. Can we remove the existing vertical pipe and casting and install a new storm drain manhole? We would tie the existing lines and proposed line, into the new SDMH. There will be additional associated costs with this condition. Allow and design requested, 0 Estimated Cost Impact: Estimated Number of Days: THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Response: THIS IS NOT AN AUTH Confirm there is an exisiting horizontal pipe in place and that this is not an isolated dry well. Remove the existing vertical pipe and casting and install a new storm drain manhole. This will also require Approval by KIB. The only other piped storm drain system we are aware of is on the back side of the hospital. There isn't any better information on that system than on the one we are trying to tie into. It would additionally require demolition of a substantial part of the road below the wall, ORIZA71ON TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR 71ME Comments (Newest First) Caroline Storm from Architects Alaska, Inc. held this form for 0.04 days as of 05,03.2013 03:31:38 PM Alaskan Time By: Caroline Storm - Architects Alaska, Inc. To: Luke Blomfield - Davis Constructors & Engineers CC: Matt Gandel Confirm there is an exisiting horizontal pipe in place and that this is not an isolated dry well. Remove the existing vertical pipe and casting and install a new storm drain manhole, This will also require Approval by KI& The only other piped storm drain system we are aware of is on the back slide of the hospital. There isn't any better information on that system than on the one we are trying to tie into. It would additionally require demolition of a substantial part of the road below the wall. Luke Blomfield from Davis Constructors & Engineers filled out this form at 05.03.201311:43:02 AM Alaskan Time To: Caroline Storm - Architects Alaska, Inc. CC: Luke Blomfieldi, Matt Gandel, Ken Parmenter To view details or take action on this item, click _hgre. Please DO NOT reply directly to this email. e -Builder Technical Support phone: 1-888-288-5717 1 fax. 1-800-576-9322 supportOe-Buildecinet P1 KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract $ 15,414,346.00 495-535 452.150 09010,5 Previous Changes $0 Contractor Davis Constructors and Engineers This Change $0 Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Provide and install geotextile fabric under entire building slab per RE O�03 and $ 0 Davis Cost Proposal #011 - $6,549.00 2) Provide and install piped di;ainga system for outdoor per RF1 004 and Davis Cost Proposal #010 - $6,880.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is (M unchanged) (E] increased) Cl decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will Mly thereto, Accepted By: Contractor's Representative N� t" 1 -4 LJ Recommended: i. Engineering/Facilities Direct C) c 141t I Approved By: ftest: Manager (Less Than $10,000— Tota -4.- for all change orders on this contract) � 3 R Date (;o.4S. Z.A-9;, Date 6' 1—,10 13 Date f. If the change order or orders exceeds ten thousand (10,00,0) dollars, it will require t he ,signatures o A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Date Mayor Deputy Presiding Officer Revised by MIS 06(14106 Potential Savings / Contingency Summary Updated: June 3, 2013 Subcontractor Description $ (10/41I.20) Monitor fire/smoke dampers $ - Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ (16,160.00) Asphalt Paving $ 312,84410 $ 288520.00 $ 24,324,00 Casework & Window Sills $ 21I,40180 $ 209'484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing &Grubbing $ 50,080.00 $ 38,008.00 $ 22,080.00 Commercial Kitchen $ 284,597.00 $ 186,062.00 $ 88,53S.00 Concrete Curb and Gutter $ 66,085.00 $ 61'772.67 $ 4'31233 Concrete Finishing $ 55'500-00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ I0,780.00 $ 14,208.00 Concrete Sidewalks $ I00,754.00 $ 65,689.29 $ 35'064.71 Electrical System $ 2,950'000.00 $ 1,710,352.08 $ 239,548O0 Flooring $ 138'768.00 $ 89,884.08 $ 48,784.00 Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Overhead Door $ 4,760.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,05I.80 $ 44,009.00 $ 14,042.00 Roofing $ 89^640.00 $ 115^200�00 $ (25,580.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 32I,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,150809.04 Transfer Contingency $ (322,000.00) Total Potential Savings $ 828,80904 Original Contingency $ 75,000.08 Transfer from Savings $ 322,000.00 Contingency Deductions Expanded clearing limits $ (10/41I.20) Monitor fire/smoke dampers $ - Ship's ladder for mezzanine $ (2,062.19) Upgrade windows totriple glazed $ (4,683.80) Upgrade boilers from cast iron toMretube $ (21,463.95) |mtuU new storm drain: manhole $ (10,958.00) Total Contingency Deductions $ (49,579.14) I Current Contingency $ 347,420.861 Kodiak Island Borough Long Term Care Facility Project KIS LTC Labor Job Expenses Job INo.: 12-355 Laborer -ST 0 Man -Hours @ 55,95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61,32 $ Laborer Foreman - ST 0 Man -Hours @ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 6332 64.30 $ $ - Response to RIFI 004: Carpenter - OT 0 Man -Hours @ $ 71.01 $ A piped system has been added to collect drainage Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ in the rock areas adjacent to the patios. The piped Carpenter Foreman - OT 0 Man -Hours @ $ 7710 $ system will have cleanouts in the drain rock areas Labor Subtotal $ for future maintenance/access. The piping under the patio and drain areas will be perforated to Material Expenses collect the runoff subgrade. The pipes are then Material 1 0 unit $ $ sloped to the south (away from the building) and Material 2 0 unit $ $ will daylight in the sloped area. Rock areas are Material 3 0 unit $ $ required at the two proposed outfalls to help Material 4 0 unit $ $ dissipate the runoff and minimize erosion of the Materjal 5 0 unit $ $ slope before drainage is directed into the existing Material Subtotal $ vegetation. Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ IMaterial Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Mass X Subcontractor Costs $ $ 6,371 6,371 Markup on Subcontractor; 8% $ 510 Total Subcontractor Costs $ 6,880 Submitted by; Luke8jornfield Title: Construction Manager Date: 5/30/2013 Total Self Performed $ - Respond By: .6/4/2013 Total Subcontractor Costs $ 6,880 Total Cost Proposal $ 6,880 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of Days Reauested Work Order Project: Kodiak Long Term Care I Date: 5/30/2013 Project NO:— I , I Cost Code NO: Sheet NO: Work Description: RFI 004 - Install Perf 6° CPEP and 4" CPEP for patio drainage Employee Name Labor/ Class Total Hrs Rate Total Labor$ Equipment Total' Hrs Rate Total �Equip T Total $ Operator 6 $71.50 $ 429.00 ZX 200 —6 $125.00 $ 750.00 $ 1,179.00 .Pi, Le,Laler Line and Grade 6 6 $70.00 $70.00 $ 420.00 $ 420.00 Compactor 6 — $ - $ 55.00 $ 330.00 $ $ 420,00 750.00 Foreman 4 $75.00 $ 300m $ - 300.00 $ $ $ $ $ $ $ $ $ $ $ Materials & Supplies —UnIt Price $ Unit Qty. $ Total Gravel T— 19.72 20 Ton F 3-94,40 6" CPEP Perf Sock $ 1.50 100 LF $ 150.00 6" CPEP Sofid $ 1,50 —9-0— LF $ 90.00- 4" CPEP Perf Sock $ 1.28 100 LF $ 128,00 4" CPEP Solid 1.41 60 LF $ 84,60 Geotextile Fabric $ 450.001 1r, oil $ 450.00 Freight $ 1,570.005 Isom $ $ 1,570.00 Comments Total Labor Total Equip Total Materials Subtotal Overhead $ $ $ $ 1,569.00 1,080.00 2,867.00 5,516,00 275.80 Subtotal Profit $ $ 5,791.80 679.18 Kodiak Island Borough Long Term Care Facility ��Posal # 011 RFl 003 Underslab Geoteytile Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 $ Response to RI'li 003: Carpenter - ST 0 Man -Hours @6-4,30 $ Carpenter - OT 0 Man -Hours @ $ 71.01 $ Lay geotextile underneath all of the slab, per Carpenter Foreman - ST 0 Man -Hours @ 6-9.95 $ special inspection requirement. Carpenter Foreman - OT 0 Man -Hours @ $ 77,20 $ Labor Subtotal Please note work has already been completed. I Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Phis proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include zany amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved tosnake claim for any and all Total Self Performed of these related items of cost prior to final settlement of this contract. Mass X $ 6,064 Subcontractor Costs6,064 Markup on Subcontractor,, 8% $ 485 Total Subcontractor Costs $ 6,549 Submitted by: Luke Blom fteld Title: Construction Manager Date; 5/30/2013 Total Self Performed $ - Respond By: 6/4/2013 Total Subcontractor Costs $ 6,549 Total Cost Proposal $ 6,549 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of Days Reauested Work OrdAr Project: Kodiak Long Term Care Date: 5/3012013 Project NO: Cost, Code NO: Sheet NO: Work [Description. !RFI 003 - Install geotextile fabric underneath the building per special inspector requirements Employee Name Labor/ Class Total Errs Rate Total Labor $ Equipment Total Hrs Mate Total Equip $ Total $ Laborer 15 $ 70.00 $ 105000 $ $ 1,050.00 $ $ $ Materials Supplies Unit Price Qty. 'Unit Tota Geotdxtile Fabric Shipping $ 450.00 $ 1,950.00 5 rolls 1 Isum $ $ 2,250.00 1,950.00 $ Comments Total Labor Total Equip Total Materials Subtotal Overhead $ $ $ $ 1,050.00 - 4,200.00 5,250.00 262,50 Subtotal $ 5,512.50 Profit $ 551,25 'lona! $ 611,063,75 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 L Contract fico. 2013-11 Change Order No. 5 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design 495-535 452.150 09010 .5 Original Contract $ 15,414,346.00 Previous Changes $0 Contractor Davis Constructors and Engineers This Change $0 Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Savings to provide vinyl siding in lieu of cementitious siding - ($4,691.00} $ 0 2) Upgrade interior and exterior door package - $66,643.00 3) Provide and install doors to sunroarns (024 and 124) - $5,907.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is unchanged,increased}( �LA� 11d�ecreas�ellly 0 �calen`darday�s.Thi�s u c r rovisi �o s ofcontract 11ill apply thereto document shall become an amendAnt to the contract and all provisions of the contract will apply thereto. d a e tr(act w a Accepted By: Contractor's Repres&tative Recommended: e Direct Approved By: Att Manalrer(Less Thait $10,0 0 g Clerk for all change orders on this 1co � -41 Date Date 9 — ;Zv-�'qL3 Date If the change order or orders exce s P\Ikahu00) dollars, it will require the signatures of: A. The mayor and deputy pre idin B. The mayor and one(]) assembly m sence of the deputy presiding officer; t C. The deputy presiding officer and one(]) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Mayor Revised by N41S 06114/06 Deputy Presiding Officer MR Long Term Care Facility Potential Savings / Contingency Summary Updated: June 26, 2013 I Potential GMP Savings Subtotal Potential Savings $ 1,133,209,04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209.04 I Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 322,000.00 Contingency Deductions Expanded clearing limits $ (10,411,20) Monitor fire/smoke dampers Subcontractor Ship's ladder for mezzanine Description Original Budget Upgrade windows to triple glazed Buyout (4,683,80) Upgrade boilers from: cast iron to firetube AcousticCeiling $ 33,900.00 $ 50,060.00 $ (16,160,00) Asphalt Paving $ 312,844.00 $ 288,520.00 $ 24,324.00 Casework & Window Sills $ 211,402.00 $ 209,484.00 $ 1,918,00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535,00 Concrete Curb and Gutter $ 66,085.00 $ 61,772-67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689,29 $ 35,064.71 Electrical System $ 1,950,000,00 $ 1,710,352.00 $ 239,648,00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000,00 $ (17,600,00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976,00 Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640,00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347,00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209,04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209.04 I Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 322,000.00 Contingency Deductions Expanded clearing limits $ (10,411,20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683,80) Upgrade boilers from: cast iron to firetube $ (21,463,95) Intall new storm drain manhole $ (10,958.00) Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) Total Contingency Deductions $ (63,008.14) Current Contingency- —$ 333,991.86 Kodiak Island Borough Long Term Care Facility AM -1 11111 1111 i rn: 1111 1 m R.WWWWW. I Irit:,E 111i rE Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough ILaborer - OT 0 Man -Hours @ 61-32 Laborer Foreman - ST 0 Man -Hours @ $ 5&01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 Material savings, to switch from cementitous siding Carpenter - ST 0 Man -Hours @ 64.30 to vinyl siding. Carpenter - OT 0— Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ Subcontractor savings to remove paintgin scope of Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ the exterior field of siding. Labor Subtotal $ Please note the subcontractors savings were Material Expenses recognized via buyout savings, reviewed in the JTD through April forecast, and returned to owner contignency in the May pay applicaiont. It is not included in the sum of the total cost proposal. Vinyl Siding Savings Material 2 Material 3 Material 4 1 0 0 0 Isurn Isurn Isurn unit $ $ $ (4,691) $ $ $ $ (4,691) - Material 5 0 unit $ Material Subtotal $ (4,6E) Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs -Self Performed (4,691) Markup on Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, "rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ (4,691) of these related items of cost prior to final settlement of this contract. Carl's Drywall $ (12,540) Subcontractor Costs $ (12,540) Markup on Subcontractors $ Total Subcontractor Costs $ (12,540) Submitted by: Luke Blorrifteld Title: Construction Manager Date: 5/30/2013 Respond By: 6/7/2013 Total Self Performed Total Subcontractor Costs - not subcontracted for this amount $ (4,691) Total Cost Proposal 4t (4,691) Above priced are subject to change if not accepted within 10 days. Approved by: Title; Date: Time Extension Required of Days Kodiak Island Borough Long Term Care Facility lkmaz =,rX.111mum M -3 M T, MI Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested By: Kodiak Island Borough Laborer- OT 0 Man -Hours @ $ 6132 $ Laborer Foreman - ST 0 Man -Hours @ $ 5&01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ S 6-3,72 64.30 $ $ Upgrade for interior and exterior door package: Carpenter- OT 0 Man -Hours @ 71.01 $ Using raised panel pre -finished hemlock doors at Carpenter Foreman - ST 0 Man -Hours @ $ 69,95 $ ail front of house and common areas except the Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ ;nurse's office, kitchen gates, and double egress Labor Subtotal $ doors at the connecting corridor which are flush pre -finished hemlock, plam and HM doors in the Material Expenses back of house, and using FRP doors and frames for all exterior openings and also the inner vestibule Option I Material 2 I 1 Isum unit $ $ 66,643 - $ $ 66,643 - doors at the two primary entries. Material 3 1 unit $ $ Lump sum change order for material upgrade Material 4 Material 5 0 0 unit unit $ $ Material Subtotal 66,643 Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed 66,643 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ - rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed - $ 66,643 of these related items of cost prior to final settlement of this �contract. Subcontractor Costs $ Markup on Subcontractor! 8% Total Subcontractor Costs Submitted by: Luke Blomfield Title: Construction Manager Date: 6/14/2013 Respond By: 6/21/2013 Total Self Performed Total Subcontractor Costs $ $ 66,643 Total Cost Proposal $ 66,643 Approved by: Above priced are subject to change if not accepted within 10 days, Title: Date: Time Extension Required of 0 Days Kodiak Island Borough Long Term Care Facility Cost Proposal# 017 ASI 011 Den Doors Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55,95 $ Requested By: Kodiak Island Borough Laborer - CIT 0 Man -Hours @ 6132 Laborer Foreman - ST 0 Man -Hours @ $ 58,01 $ ,BUDGET DESCRIPTION Laborer Foreman - CIT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63,72 6430 $ $ ASI 011 adds doors to rooms 024 and 124. Door laddition required framing, drywall, doors and Carpenter - OT 28 Man -Hours @ $ 71.01 $ 1,988 :hardware. Carpenter Foreman -ST 0 Man -Hours @ $ 69,95 $ - Carpenter Foreman - OT 0 Man -Hours @ $ 77,20 $ - Labor Subtotal $ 1,988 Material Expenses Frame, door & hardware 2 each $1,400.00 $ 2,800 Lumber 2x4 14.4 MBF $ 7.50 $ 108 GWB 412 4 each _21,60 $ 86 Material 4 0 unit $ - Material 5 0 unit $ $ - Material Subtotal $ 2,994 Other Job Expenses, Freight lbs $ Small Tools 2.50% of labor $ 49.71 Material Handling 4.00% of labor $ 79.53 Safety 125% of labor $ 24,85 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 154 This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ 5,137 materials, and normal mark-ups, and does not Include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 771 rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and ah Total Self Performed $ 5,907 of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor! 8% $ Total Subcontractor Costs $ Submitted by: Luke Blomfield Title: Construction Manager Date: 6/12/2013 Respond By: 6/21/2013 Total Self Performed Total Subcontractor Costs $ $ 5,907 Total Cost Proposal $ 5,907 Above priced are subject to change if not accepted wfthin 10'days, Approved by: Title; Date: Time Extension Required of 0 Days tre VPOUWTI�WA�� 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452,150 09010.5 Contract No. 2013-11 Change Order No. 6 . . .... ..... Amount of Contract & Change Order I Original Contract $ 15,414,346.00 1 Previous Changes $0 Contractor Davis Constructors and Engineers This Change Adjusted Contract M $ 15,414,346.00 Description of Change Cost 1) Upgrade MDF trim to cherry trim at resident room chair rail, front of house $ 0 door, handrail, column, bulkhead, and resident room TV shelf- $70,856 2) Upgrade protective wall covering at head walls to cherry wood panel wainscot -$44,919 3) Upgrade plastic laminate window sills to solid surface - $7,392 4) Add cherry trim surround at vinyl windows - $32,472 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. 7— IS (M .U..rr—1 - The time provided for completion of the contract 13 l�! dTTt�L El decreased) by 0 calendar days. Phis rovi§k(ns of the contract will aDt)lv thereto. document shall become an amendment to the C J increased) Accepted By: Contractor's Recommended -0 E Approved By: W Manager (less Than $10, for all change orders on this W A Date I XZ n If the change order or orders excee,64-%�1�4�)UuAi?, 0,000) dollars, it will require the signatures of., 2 A. The mayor and deputy presiding o is B. The mayor and one (1) assembly member in the absence of the deputy presiding officer, C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. N�M Mayor Revised by MIS 06114/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Potential GMP Savings Subcontractor Description Original Budget Buyout Acoustic Ceiling Asphalt Paving $ $ 33,900.00: 312,844.00 $ $ 50,060.00 288,520.00 $ $ (16,160.00) 24,324,0'0 Casework & Window Sills $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile Clearing & Grubbing $ $ 112,440.00 60,000.001 $ $ 82,477.00 38,000.00 $ $ 29,963-00 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing Concrete Pumping $ $ 55,500.00 32,988.00 $ $ 23,750.00 18,780.00 $ $ 31,750.00 14,208.00 Concrete Sidewalks $ 10!0,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,9500000.00, $ 1,710,352.00 $ 239,648.00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976,00 Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00! $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00, $ 115,200.00 $ (25,560.00) iSprinkler System $ 172,480.00 $ 175,700.00 $(3 3,220.00) I Tape/Paint $ 321,347,00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209-04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209.04 Page 1 of 2 • Term Care Facility Pntp, tinl �qn " . • , ti -rawrry C% Updated: July 15, 2013 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 322,000,00 Cont,ingencV Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Intall new storm drain manhole $ (10,958-00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ lInstall sunroom doors $ (66,643.00) (5,907.00) Total Contingency Deductions $ (201,723.14) Current Contingency $ - 195,276.86-1 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 5535 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ - Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63,72 $ Option to upgrade MDF trim to cherrytrim, at the Carpenter - ST 0 Man -Hours @ $ 6430 $ following areas: Carpenter- OT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ Resident room chair rail Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Front of house door trim Labor Subtotal $ Handrail 1x6 trim Column trim Material Expenses Bulkhead trim Cherry Trim 1 lot $70,855.85 $ 70,856 Resident room TV shelf material 2 0 unit $ $ - material 3 0 unit $ $ Materia 14 0 unit $ Material 5 0 unit $ Material Subtotal $ 70,856 Other Job Expenses Freight lbs Small Tools 2.50% of labor Material Handling 4.OG% of labor Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ tSt701,856 This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, markup on Self Performed 15% $ - rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make cialm for any and all Total Self Performed $ 70,856 of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor! 8% $ Total Subcontractor Costs $ Submitted by: Luke Blomfield Title: Construction Manager Date: 6/12/2013 Total Self Performed $ 70,856 Respond By: 6/21/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 70,856 Approved by: Above priced are subject to change if not accepted within 10 days. — Title: Date: Time Extension Required of 0 Days Kodiak Island Borough Long Term, Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak island Borough Laborer - OT 0 Man -Hours @ 6132 Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ - Option to upgrade protective wall covering at head walls from IRC to a cherry wood panel wainscot. Carpenter - OT 115.9 Man -Hours @ $ 71,01 $ 8,231 Design of the wainscot is as follows: Carpenter Foreman - ST 0 Man -Hours @ _T 69.95 $ - Carpenter Foreman - OT 115,9 Man-Hou,rs @ $ 77.20 $ 8,949 Cherry veneer plywood to approximately 4'AFF Labor Subtotal $ 17,181 Cherry base (10.25) Cherry vertical trim at 2" OC (1x4) Material Expenses Cherry chair rail and cap (1x4) Cherry lumber package I lot $ 20,548.08 $ 20,548 Material 2 0 unit $ - Material 3 0 unit $ - Material 4 0 unit $ Materials 0 unit $ Material Subtotal $ 20,548 Other Job Expenses Freight lbs $ Small Tools 150% of labor $ 429.51 Material Handling 4.00% of labor $ 687.22 Safety 1.25% of labor $ 214,76 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 1,331 This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ 39,060 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 5,859 Total Self Performed $ 44,919, rescheduling, extended overhead, acceleration and/or impact costs, The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor., 8% $ Total Subcontractor Costs $ - Submitted by: Luke Blornfield Title: Construction Manager Date: 6/12/2013 Total Self Performed 44,919 Respond By: 6/21/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 44,919 Above priced are subject to change if not accepted within 10 days, — Approved by: Title; Date: Time Extension Required of 0 Days Kodiak Island Borough Long Term; Care Facility TV 1111PIUMN.", Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak island Borough Laborer - OT 0 Man -Hours @ 6132 $ - Laborer Foreman -ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - CIT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ Option to upgrade plastic laminate window sills to solid surface sills. Solid surface material to match Carpenter - OT 0 Man -Hours @ $ 71,01 $ resident restroom, solid surface. Carpenter Foreman - ST 0 Man -Hours @ 69.9 $ Carpenter Foreman - OT 0 Man -Hours @ 7720 $ Labor Subtotal $ Material Expenses Cherry Trim 0 unit $ - $ Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ Material Subtotal Other job Expenses Freight lbs $ Small Tools 230% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal Is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs. The right is expressiy reserved to make claim for any and all of these related items of cost prior to final settlement of tho-s contract. Nowka $ 7,392 Subcontractor Costs $ 7,392 Markup on Subcontractor, 0% $ - Total Subcontractor Costs $ 7,392 Submitted by: Luke Blorrifteld Title: Construction Manager Date, 6/12/2013 Total Self Performed $ - Respond By: 6/21/2013 Total Subcontractor Costs $ 7,392 Total Cost Proposal $ 7,392 Above priced are subject to change if not accepted within 10 -days. Approved by: Title: Date: Time Extension Required of 0 Days Nowka Cabinet Company LLC 150 W Dowling Rd. Anchoraghe, AK 99518 Name / Address Davis Constructors & Engineers inc. 740 Binanza Ave. Anchorage AK 99518 Date Estimate # 6/12/2013 314 Project Solid Surface windo... Description Qty Rate Total Change plain sills to solid surface 7,39100 7,392.00 Total $7,392.00 Fax # Web Site 907-562-4378 www.nowkaeabincts.com Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ 55-95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 7 61-32 $ Laborer Foreman - ST 0 Man -Hours @ $ 5&01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 $ Option to add cherry trim surround at vinyl Carpenter - ST 0 Man -Hours @ $ 64-30 $ windows, Carpenter -OT 107 Man -Hours @ $ 71.01 $ 7,598 Carpenter Foreman - ST 0 Man -Hours @ 69-95 $ - Carpenter Foreman - OT 107 Man -Hours @ $ 77.20 $ 8,260 Labor Subtotal $ 15,858 Material Expenses Cherry Trim 2140 Inft $ 5.21 $ 11,149 Material 2 0 unit $ - $ - Material 3 0 unit $ $ Material 4 0 unit $ $ Materials 0 unit $ Material Subtotal $ 11,149 Other Job Expenses Freight lbs $ Small Tools 2,50% of labor $ 396.46 Material Handling 4.00% of labor $ 634.34 Safety 1.25% of labor $ 198.23 Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 1,229- This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ 28,237 materials, and normal mark-ups, and does not include any amount for changes in theqequence of work, delays drsruptions, Markup on Self Performed 15% $ 4,236 Total Self Performed $ 32,472 rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor; 8% $ Total Subcontractor Costs Submitted by: -Luke Blornfield — Title: Construction Manager Date: 6/21/2013 Total Self Performed 32,472 Respond By: 6/28/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 32,472 Approved by: Above priced are subject to change if not accepted within 10 days. Title: Date: Time Time Extension Required of ---- — ----- 0 Days KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 7 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design 495-535 452.150 , 09010.5 Original Contract $ 15,414,346.00 Previous Changes Contractor Davis Constructors and Engineers This Change Adjusted Contract Description of Change 1) Added floor cleanouts and sinks per code requirements - —$3,644.00 2) Provide emergency domestic water connection - $7,927.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GNP, as a result of this change. Ems; $0 $ 15,414,346.00 Cost $ 0 1:1Z The time provided for completion of the contract is decreased) by 0 calendar days. phis I document shall bec2m the contract and the contract will aDvlv thereto. P an amendment to Accepted By: Contractor's actor Recommended: Engineering/Facilities Directo 11 it 0 (D Approved By: ;aTt Manager (Less Than $10,000 - T for all rhange orders on this contract) I ,h2erZ Date W-5 OL- Date Date If the �change order or orders exceeds teni M i i ORQ-40,A00 dollars, it will require the si,..we, of:" A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Potential GMP Savings Subcontractor Description Original Budget Buvout + Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ (16,160.00) Asphalt Paving $ 312,844.00 $ 288,520.00 $ 24,324.00 Casework & Window Sills $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754,00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Flooring Landscaping $ $ 138,768.00 92,400.00 $ $ 89,984.00 110,000.00 $ 48,784.00 (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 496,976.00 Overhead Door $ 4,750,00 $ 6,644.010 $ (1,894.00) Pavement Striping $ 4,360-00 $ 2,900.00 $ 1,460.00 Reinforcing Steel Roofing $ $ 58,051.00 89,640.00 $ $ 44,009.00 115,200.00 $ $ 14,042,00 (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209.04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209.04 Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Construction Contingency I Original Contingency $ 75,000.00 Transferred from Savings $ 322,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits Monitor fire/smoke dampers Ship's ladder for mezzanine $ (10,411.20) (2,062,19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Inta[l new storm drain manhole $ (10,95&00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549,00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643.00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry Window sill material upgrade $ $ (70,856.00) (7,392,00) Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ (32,472.00) Total Contingency Deductions $ (286,506.14) Current Contingency $ 110,493.86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested By: Kodiak Island Borough Laborer- CIT 0 Man -Hours @ $ 6 1.3 2 7— Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 63-72 6430 ASI 008 made the following changes to the drawings: Carpenter- OT 0 Man -Hours @ $ 71z1 $ Carpenter Foreman - ST 0 Man -Hours @ T _6935 $ 1. Sheet M202 — Plumbing Plan East — Level I Carpenter Foreman - OT 0 Man -Hours @ $ 77,20 $ a. ADD floor cleanout adjacent to the floor sink Labor subtotal below the prep sink in room #104, b, ADD floor cleanout adjacent to the water closet Material Expenses in toilet room #135. Material 1 0 unit $ $ 12. Sheet M203—Plumbing Plan West — Level 1 a. ADD floor cleanout adjacent to the floor sink below the prep sink in room #004. Material 2 Material 3 Material 4 Material 5 0 0 0 0 unit unit unit unit $ $ $ $ $ $ $ $ 3. Sheet M501— Mechanical Room Large Scale Material Subtotal $ Plans: #2 Plumbing Large Scale Plan Other Job Expenses a. ADD floor sink FS -3 with associated 4 inch p -trap, 4 inch waste, 2 inch vent, and a connection to the 4 inch waste main running along grid 4.5. Locate the floor sink and associated piping at a point plan south of the water filter WF -1 in mechanical room Freight Small[ Tools Material Handling Safety Equipment 1 2.50% 4.00% 1.25% Ibs of labor of labor of labor $ $ $ #215, near the east wall at approximately grid Equipment 2 4.25/B. Mob/Demob Design & Engineering Job Expenses Subtotal $ this proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prier to final settlement of this contract. Tundra Plumbing and Heating $ 3,374 Subcontractor Costs $ 3,374 Markup on Subcontractor., 8% $ 270 Total Subcontractor Costs $ 3,644 Submitted by: -Luke Blomfield Title: Construction Manager Date: 6/21/2013 Respond By: 6/28/2013 Total Self Performed Total Subcontractor Costs $ $ 3,644 Total Cost Proposal $ 3,644 Approved by: Above priced are subject to change if not accepted within 10 days. Title: Date; Time Extension Required of 0 Days Nam,e:Kodlak Long Term Care Facility Davis Constructors Cost Changes 6/20113 Description Quantity Unit Total ($) Labor Total (hours) 4" Cast Iron drain and Floor Sink 1 300.00 300.00 8.00 8.00 Cast iron pipe 10 8.00 80.00 0.08 0.80 4" p -trap 1 50.00 50.00 0.80 0.80 4 x 2 combo 1 25.00 25.00 0.85 0.85 2" pipe 20 5.20 0.00 0.06 O,OO 2" cleanouts 1 150.00 150.00 1.50 1.50 2' combos 5 20.00 0,00 0.65 3.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 OM 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00, 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O,OO 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,01 0.00 ©.00 0,00 O.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.00 0.00 0.00 0.00 Subtotal 605.00 15.2.0 Description Material Total Major Quotes Subtotal Sales Tax Material Total Major Quotes Subtotal Direct Labor Average Rate Supervision Cartage Test Piping Qualify Welders Engineering and Layout Start Up Equipment Subtotal Field Overhead As Build Drawings Design Fork and Sizzor Lifts Pipe Machine Welding Machine Fuel Submittals O&M Manuals Office Supplies Special Tools Identification Tools/Expendables Guarantee Permit & Inspection Fee Field Office Drinking Water Pickup Telephone/Radio Ref Amou 605.J1 15.20 1.52 Rate 10.00% 0.00% 125.00 135.00 10.00% 2.00% Name: Kodiak Long Term Care Facility Davis Constructors Cost Changes 6/20/13 Amount 605.00 Subtotal I 1 1 242-62 "!U Z, OU1161ING , Subcontracts Balancing Wet and Dry Insulation Temperature Control Excavation Concrete Coring Cutting and Patching Chemical Cleaning Rigging/Hoisting Sterilization Subtotal Profit Job Total + Profit 3,213, Name:Kodiak Long Term Care Facility Davis Constructors Cost Changes 6/20/13 0.00 0.00 0.00 75.00 OM 0.00 OM 0.00 OM 0.00 0.00 3,213,32 5.00% 160.67 3,373.99 ro — I of Bid Total 3,373.99 Kodiak Island Borough Long Term Care Facility Fl� = i 11 -�VITIM I Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55,95 $ Requested By: Kodiak island Borough Laborer - OT 0 Man -Hours @ $ 6132 $ - I Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63,72 $ ASI 007; Carpenter -ST 0 Man -Hours @ $ 64,30 $ Carpenter - OT 0 Man -Hours @ $ 71.01 $ Provide emergency doemstic water connection at Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ the request of Providence. Carpenter Foreman -OT Man -Hours @ $ 77.20 $ Labor Subtotal —0 $ Material Expenses Material 1 0 unit $ - $ Material 2 0 unit $ $ - — Material 3 0 unlit $ $ Material 4 0 unit $ $ - Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 250% of labor Material Handling 4.00% of labor Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal! Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs, The right is expressly reserved to make claim for any and all of these related items cfcost prior to final settlement of this contract. Endeavor Electric Tundra Plumbing and Heating $ $ 3,421 3,918 Subcontractor Costs $ 7,340 Markup on Subcontractor! 8% $ 587 Total Subcontractor Costs $ 7,92-7 Submitted by: Luke Blomfield Title: Construction Manager Date: 6/7/2013 Total Self Performed $ - Respond By: 6/14/2013 Total Subcontractor Costs $ 7,927 Total Cost Proposal $ 7,927 Above priced are subject to change if not accepted within 10 days, — Approved by: Title: Date: Time Extension Required of Days J KODIAK ISLAND BOROUGH X I 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452.150 09010.5 Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 Contractor Davis Constructors and Engineers This Change $0 Adjusted Contract $ 15,414,346,00 Description of Change Cost 1) Provide 216 LF of decorative metal fencing along cemetery retaining wall - $ 0 $27,699.00 2) Provide four ADA planter boxes for outdoor patios - $7,958,00 3) Add cultured stone base treatment at 16 exterior column - $36,411.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The 'me provided for completion of the contract is (Z unchanged) ([:] increased) decreased) by 0 calendar da document shall becoTEw amendment to the contract and all provi§��� contract will apply thereto. days, This OEM=- Contractor's Representative Recommended: AX- Engineering/Facilities 1 t r (D Approved By: Manager (Less Than sioo To for all change orders on this co eq l 0 3 Date -1 . tj Date Clerk 7' If the change order or orders exceeds ten A-o"—usand (10,000) dollars, it will require the signatures of. A, The mayor and deputy presiding officer-, B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Potential GMP Savings Subcontractor Description Original Budget Buyout + Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ (16,160,00) Asphalt Paving $ 312,844.00 $ 288,520.00 $ 24,324.00 Casework & Window Sills Ceramic Tile $ $ 211,402.00 112,440.00 $ $ 209,484.00 $ 82,477.00 $ 1,918,00 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085-00 $ 61,772-67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Flooring $ 138,768,00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400,00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976,00 Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051-00 $ 44,009.00 —$ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220,00) Tape/Paint $ 321,347,00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209-04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209-04 Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 322,000.00 Contingency Deductions CO # Description Arnmint 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683,80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 lntall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643.00) Install suniroom doors $ (5,907M) 6 Upgrade MDF trim to cherry $ (70,856.00) Windowsill material upgrade $ Wood wainscot at head walls $ (7,392,00) (44,919.00) Add cherry trim to windows $ (32,472.00) 7 Add floor cleanouts and sinks Provide domestic water connection $ $ (3,644.00 (7,927.00) Total Contingency Deductions $ (298,077.14) Current Contingency $ 98,922.86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility �Project KIB LTC Labor Job Expenses IJob No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61,32 $ Laborer Foremen - ST 0 Man -Hours @ 58.01 BUDGET DESCRIPTION Laborer Foreman - OT Cal rpe nter - ST 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ - Option to provide 27 panels of decorative of decorative metal fencing totaling approximately Carpenter- OT 18 Man -Hours @ $ 71,01 $ 1,278 216 LF along the cemetery retaining wall. Carpenter Foreman - ST Man -Hours @ _$ 69.95 $ - Carpenter Foreman - OT 18 Man -Hours @ $ 7720 $ 1,390 Decorative metal fencing to match patio design. Labor Subtotal $ 2,668 Fencing only, no gates or gate hardware, Material Expenses Decorative Fencing 216 LF $ 98.20 $ 21,211 Material 2 0 unit $ - $ - Material 3 0 unit $ - $ Mate rW 4 0 unit $ - Materials 0 unit $ - Material Subtotal $ 21,21-1 Other Job Expenses Freight lbs $ - Small Tools 2.50% of labor $ 66,69 Material Handling 4.00% of labor $ 106.71 Safety 1.25% of labor $ 3335 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 207 This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ 24,086 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 3,613 Total Self Performed: $ 27,699 rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all] of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor; 8% $ - I!Tota I Subcontractor Costs $ Submitted by; Luke Blomfield Title: Construction Manager Date: 7/8/2013 Total Self Performed $ 27,699 Respond By, 7/15/2013 Total Subcontractor Costs $ Total Cost Proposal $ 27,699 Approved by: Above priced are subject to change if not accepted within 10 days, Title: Date: Time Extension Required of 0 Days 9"M Kodiak Island Borough Long Term; Care Facility Cost Proposal # 014 ADA Planter Boxes Project KlB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ $ $ 63.72 64,30 $ $ Option to provide a total of 4 ADA planter boxes, Planter boxes will match what was constructed at Carpenter - OT 48 Man -Hours @ $ 71,01 $ 3,408 the Providence Alaska Cottages project. Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ - Labor Subtotal $ 3,408 Material Expenses Planter Box Treated Lumber 4 each $ 811.86 $ 3,247 Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Materials 0 unit $ $ Material: Subtotal 3,2477 Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ 85.21 Material Handling 4.00% of labor $ 136.34 Safety 1.25% of labor $ 4161 Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 264 Subtotal Direct Costs - Self Performed $ 6,920 This proposal is based solely an usual cost elements Such as labor, materials, and normal mark-ups, and does not include.any amount for changes in the sequence of work, delays disruptions, rescheduling, extended overhead, acceleration and/or impact costs, Markup on Self Performed Total Self Performed 15% $ $ 1,038 7,958 The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ - Markup on Subcontractors 8% $ Total Subcontractor Costs $ - Submitted by: Submittedby: Lukeftmfield Title: Construction Manager :Date: 6/12/2013 Total Self Performed 7,958 Respond By: 6/21/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 7,958 Approved by: Above priced are subject to change if not accepted within 10 days. Tide: Date: Time Extension Required of Days Kodiak Island Borough Long Term Care Facility Wm,71U7-T-T*T*TFTW-F= 19ITTEM Project KIB LTC Labor Job Expenses Job No.: 12-355 laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough laborer -OT 0 Man -Hours @ 7 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64 $ $ Option to add cultured stone base treatement to exterior columns. Price includes; Carpenter -OT 70-56 Man -Hours @ 71.01 $ 5,010 Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Framing Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Sheathing Labor Subtotal $ 5,010 Column Wrap: Dal EVOKE Mesa Ledge Stack # MS72 Dapped Shade to be installed tight joint, Material Expenses - Column Caps. �http://www.eldoradostone.com/flashsite/accents/ �accent.php?type=column-caps&accent=chiseled- edge -column -caps Cement Backer Board Treated Lumber Steel ledger Material 4 806 1208 738 0 SF LF lbs unit $ $ $ $ 1.27 1.46 2,05 - $ $ $ $ 1,024 1,764 1,513 - Material 5 0 unit $ $ Material Subtotal 4,300 Other Job Expenses Freight lbs, $ Small Tools 2.50% of labor $ 125.26 Material Handling 4,00% of labor $ 200.42 Safety 125% of labor $ 62.63 Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal 388 This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ 9,699 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 1,455 Total Self Performed $ 11,154 rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Eastside Carpet $ 23,386 Subcontractor Costs $ 23,386 Markup on Subcontractor! 8% $ 1,871 Total Subcontractor Costs $ 25,257 Submitted by: Luke Blomfield Title: Construction Manager Date: 6/20/2013 Total Self Performed $ 11,154 Respond By: .6/28/2013 Total Subcontractor Costs $ 25,257 Total Cost Proposal $ 36,411 Approved by: Above priced are subject to change if not accepted within 10 days. Title: Date: Time Extension Required of 0 Days PROPOSAL SUBMITTED TO: Job: Kodiak LTC Davis Constructors t)ate: 6-20-13 ATTN. Luke Slomfield WePro pose: To supply and install Mesa Ledge Stack Tile and Matching stone caps on requested areas. Authorized Signature: Sean Casagranda This proposal is good for 30 days f rom the date above, This proposal is current for 30 days from date of proposal, A I I material is guaranteed to be a specified. A I I work is to be completed in a workmanlike manner according to standard industry practices. Any alterations to original proposal will executed upon receipt of written change order form client and will result in additional charges to this proposed total amount. All agreements are contingent upon strikes, accidents, delay, or other act of God beyond control. *payment by credit card is subject to additional 3% convenience fee The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Date of Acceptance: - Authorized Signature, (907) 562-7444 Voice > (907) 562-7744 Fwc > sean@eastsidecarpet.com AmM&,cats Alaska, Inc architectsalaska. com 900 W 5th Ave. Suim 403 Awhorage, Alaska 99501-2029 907.272.3567 - 907.277,1732 fax SCALE: 1 1/2" = l' -O'* GLUE LAMINATED TIMBER COLUMN REFER TO STRUCTURAL DRAWNGS THROUGH BOLTS - REFER TO STRUCTURAL DRAWNGS IMAMMI" I I I I Uffili ILI STEEL LEDGER 3" X 2" X 1/4" CONCRETE CURB - REFER TO STRUCTURAL DRAWINGS Project Name: PAC - COTTAGE UNITS Sheet Contents: DETAIL Al Reference sheet: SHEET A5.01 KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452.150 09010.5 Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 Contractor Davis Constructors and Erigineers This Change $0 Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Add 6" the accent band at resident restrooms - $8,308.00 $ 0 2) Upgrade vinyl flooring material at dining areas - $351.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GNP as a result of this change. Thetime provided for completion of the contract is unchanged) (Tlincreased) (L -J decreased) by 0 calendar days. This document shall become p amendment to the contract and all provisions of the contract will apply thereto. ME= Contractor's RDpri Recommende&*- Approved By: Engineering/Facilities Director A4eFt- Manager (Less Than $10,000 — T for WH change orders on this c "S/ FM Date 0JA&t%J Date Date2i�L ��Plor If the change order or orders exceeds t dollars, it will require the signatures of. A. The mayor and deputy presiding office, B. The mayor and one (1) assembly member= in-ffie-sense of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer, WEEM. M0 - Mayor Revised by MIS 06/14/06 Deputy Presiding Officer IM Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Potential GMP Savings I Subcontractor Description Original Budget Buyout + Acoustic Ceiling Asphalt Paving Casework & Window Sills Ceramic Tile Clearing & Grubbing $ $ $ $ $ 33,900.00 312,844.00 211,402.00 112,440,00 60,000.00 $ $ $ $ $ 50,060.00 288,520.00 209,484.00 82,477.00 38,000.00 $ $ $ $ $ (16,160.00) 24,324.00 1,918.00 29,963.00 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 1010,754.00 $ 65,689.29 $ 35,064,71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648,00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Overhead Door Pavement Striping $ $ 4,750,00 4,360,00 $ $ 6,644.00 2,900.00 $ $ (1,894.00) 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560,00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) ITape/Paint $ 321,347.00 $ - 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209-04 Transferred to Contingency $ (322,000.00) Total Potential Savings $ 811,209.04 Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 I Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 322,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411,20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 4 Intall new storm drain manhole Install patio drainage $ $ (10,958.00) (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 6 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,64100) Install sunroom doors $ Upgrade MDF trim to cherry $ Window sill material upgrade $ (5,907.00) (70,856.00) (7,392.00) Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ (32,47100) 7 8 Add floor cleanouts and sinks $ (3,644.00) Provide domestic water connection $ Cemetery retaining wall fencing $ (7,927.00) (27,699.00) Provide ADA planter boxes $ (7,958.00) jAdd cultured stone at columns $ (36,411.00)� Total Contingency Deductions $ (370,145.14) Current Contingency $ 26,854.86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Cost Proposail # 020 Tileb.cceTt Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Requested By; Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 ManHours@ $ 63.72 Option to provide a 6" band of mosaic tile at 5'-0" Carpenter - ST 0 Man -Hours @ $ 64.30 $ to 5'-6" AFF in resident restrooms. Carpenter - OT 0 Man -Hours @ $ 71.01 $ I Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ Material selected is Crossville "ebb & flow" Linear Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Mixed Mosaic, EF02 Moon and Stars, Labor Subtotal $ Material Expenses Material 1 0 unit $ - $ Material 2 0 unit $ - $ . .... . Material 3 0 unit $ - $ Material 4 0 unit $ - $ Materials 0 unit $ - $ Material Subtotal Other Job Expenses Freight lbs $ - Small Tools 2,50% of labor $ - Material Handling 4.00% of labor $ - Safety 1.25% of labor $ - Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact !costs. The right is expressly reserved to make claim for any and all Total Self Performed $ of these related items est cost prior tofinal settlement of this contract. Eastside Carpet Company $ 7,693 Subcontractor Costs $ 7,693 Markup on Subcontractor! 8% 615 Total Subcontractor Costs 8,308 Submitted by: Luke Blomfield Title: Construction Manager Date: 6/19/2013 Total Self Performed $ - Respond By: 6/28/2013 Totai Subcontractor Costs $ 8,308 Total Cost Proposal $ 8,308 Approved by: Above priced are subject to change if riot accepted within 10 days. Title: Date: Time Extension Required of 0 Days . . ............... ........ . ........ . PROPOSAL SUBMITTED TO: Job: Kodiak LTC Luke Blomfield Davis Constructors Date: 6-18-13 ................ -We Propose. To provide and install as an additioni, Moon & Stars Linear Mixed Mosaic, 6" wide , around the Bathrooms according to request. Authorized Signature: Seen Caspgrand This proposal is good for 30 days from the date above, This proposal is current for 30 days from date of proposal. AAI material is guaranteed to be a specified. A I I work is to be completed in a workmanlike manner according to standard industry practices. Any alterations to original proposal will executed upon receipt of written change order form client and will result in additional charges to this proposed total amount. All agreements are contingent upon strikes, accidents, delay, or other act of God beyond control. *payment by credit card is subject to additional 3% convenience fee The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Date of Acceptance: Authorized Signature: (9017) 562-744.4, Voice > (907) 562-7744 `a)c > se an@eastside carpet. com Kodiak Island Borough Long Term Care Facility Cost Proposal # 021 Sheet Vinyl Material Upgrade Project Job No,: Requested By: BUDGET DESCI Option to upgr areas to Armst is proposal is bas Aerials, and norrr count for change: scheduling, eaten sts. The right is m these related iter Submitted by: Title: Date: Respond By: Approved by: Title: Date: KIB LTC Labor Job Expenses 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 UPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 ade the vinyl flooring at the dining Carpenter - ST 0 Man -Hours @ $ 64.30 -ong Abode: Echo Lake, 80818 Spice. Carpenter - OT 0 Man -Hours @ $ 71.01 Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Labor Subtotal $ :Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2,50% of labor $ Material Handling 4.00% of labor $ Safety 1.251 of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ ad solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ ial mark-ups, and does not include any in the sequence of work, delays disruptions, Markup on Self Performed 15% ded overhead, acceleration and/or impact ;pressfy reserved to make claim for any and all Total Self Performed $ ns of cost prior to final settlement of this Commercial Contractors $ 351 Subcontractor Costs $ 351 Markup on Subcontractor! 8% $ - Total Subcontractor Costs $ 351 Luke Blomfield Total Self Performed Total Subcontractor Costs $ $ 351 Construction Manager 6/20/2013 6/28/2013 Total Cost Proposal $ 351 Above priced are subject to change if not accepted within 10 days. Time Extension Required of 0 Days W= .*19 -we & aw 18"k jew, Uommercial Contractors, Inc 492o Fairbanks Street Ancborage AK 99503 Ph. (907)563-1911 Fax (907)562-4714 June 20, 2013 To: Davis Constructors and Engineers Re: Kodiak LTC Sub: Sheet Vinyl I Wood Grain Change Request Luke: This is the cost break down to change SV I from Toli Mature to Armstrong Abode: Thank you for the opportunity to quote this work, we really appreciate it. Sincerely yours, Commercial Contractors, Inc. Jacob K. Petersen President Square Yards Cost Per Yard Total Toli Mature 122 $ (22.32) Armstrong Abode 122 ''$(2,72104) $ 25.20 1 $ 3,074.40 ....Net. Change, Thank you for the opportunity to quote this work, we really appreciate it. Sincerely yours, Commercial Contractors, Inc. Jacob K. Petersen President KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA, 99615 Contract trio. 2013-11 Change Order No. 10 Project Name, Number & Location Amount Of Contract & Change Order Kodiak Lon Team Care Center DesipL_ 495-535 452.150 09010.5 Original Contract $ 15,414,346.00 Previous Changes Contractor - Davis Constructors and Engineers This Change Adjusted Contract Description of Change 1) Add duplex receptacle at hearth area - $1,600.00 2) Provide power to exterior monument sign - $3,896.00 3) Upgrade light fixtures, add sconce lights at entrance, and add LED light bollards at exterior patios - $41,507.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is Nft aniendment"lo the'dontr, $ 15,414,346,00 Cost i1wo ased) (" decreased) by 0 calendar days, -fiis— 004thAtt will -'001�y thereto. Accepted By: Contractor's Represen tive D Recommended: Engineering/Facilifies D Director 0 Approved By: Manager (Less Than $10,00 - Tol oro h Clerk for —alt change orders on this con cW, r -O.), Date t inn Date ulffl�m If the change order or orders exceeds tent o— (10,000) dollars, it will require the signatures of: A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Mayor Revised by MIS 06/14106 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 15, 2013 17--- Potential GIVIP Savings I Subcontractor Description OriRinal Budget Ri nini it Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ (16,160.00) Asphalt Paving $ 312,844.00 $ 288,520.00 , $ 24,324.00 Casework & Window Sills $ 211,402.00 --82,477.00 $ 209,484.00 $1,918.00 1918.00 Ceramic Tile $ 112,440.00 $ 82,477. —$29,963.010 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 221000.00 Commercial Kitchen $ 284,597.00 $ 196,062.05 $ 88,5,35.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 4,-312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780,00— $ 141208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ - 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648,00 Flooring Landscaping Mechanical System $ $ $ 138,768.00 92,400.00 1,966,976.00 $ I'll $ $ 89,984.00 110,000.06- 1,470,000.00 $ $ $ 48,784.00 (17,600.00) 496,976.00 Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,36,01.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 1 $ (3'220.00), Tape/Paint $ 321,347.00 T 176,689.0§]$�144J658.001 Subtotal Potential Savings $ 1,133,209.04 Transferred to Contingency $ (372,000,00) Total Potential Savings $- 761,2�-04 Page 1 of 2 Long Term Care Facility Potential Savings,/ Contingency Summary Updated: July 15, 2013 Construction Contingency I Original Contingency $ 75,000.00 Transferred from Savings $ 372,000.00 Contingency Deductions CO # Description 1 Expanded clearing limits $ r 111vullt (10,411.20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19)' Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463,95) 3 Intall new storm drain manhole $ (101,958,00) 4 Install patio drainage $ Install' geotextile fabric under entire slab $ (6,549.010)1 0) 5 Vinyl siding savings $ 4,691.00 Upgrade interior anexterior door package $ (66,643.00) Install sunroorn doodrs $ (5,907.00) 6 7 Upgrade MDF trim to cherry $ (70,856M) Window sill material upgrade $ (7,392,00) Wood wainscot at head walls $ Add cherry trim to windows $ Add floor cleanouts and sinks $ (44,919.00) (32,472.00) (3,644.00) Provide domestic water connection $ (7,927.00) 8 Cemetery retaining wall fencing $ (271699.00) Provide ADA planter boxes $ (7,958,00) Add cultured stone at columns $ (36,411.00) 9 Add accent the at resident restrooms $ (8,308.00) Upgrade vinyl flooring _$_ (351M) Total Contingency Deductions $ (378,804,14) Current Contingency 68,195-86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Cost Proposal # 019 Rev I Hearth Receiotaclas Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61,32 Laborer Foreman - ST 6 Man -Hours @ 5-8,01 BUDGET DESCRIPTION Laborer Foreman - OT Carpenter- ST 0 0 Man -Hours @ Man -Hours @ $ 6-3,72 64.30 $ $ ASI 012: Add duplex receptacle at 48" AFF centered in the Carpenter - OT 0 Man -Hours @ 71.01 $ area plan north of the fireplace facing the Hearth Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ area, circuit D-16 on sheet E302 and G-4 on sheet Carpenter Foreman - OT 0 Man -Hours @ 77.20 $ E303.!Labor Subtotal $ zm==� Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3 0 unit $ Material 4 0 unit $ Material 5 0 unit $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal This proposal is based solely on usual cost elementssuch as labor, Subtotal Direct Costs - Self Performed materials, and normal mark -tips, and does not include any amount for changes in the sequence of work, delays disruptons, Markup on Self Performeo 15% $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ of these related items of cost prior to final settlement of this contract. Endeavor $ 1,481 Subcontractor Costs $ 1,481 Ma.rkup on Subcontractor! 8% $118 Total Subcontractor Costs $ 1,600 Submitted by: Luke Blomfield Title: Construction Manager Date: 2/10/2013 Total Self Performed $ Respond By; 7/17/2013 Total Subcontractor Costs $ 1,600 Total Cost Proposal $ 1,600 d Approved by: Above priced acre subject to change if not accepted within 10 days. Title: Date: Time Extension Required of 0 Days Qata Comm Indust TSCITPINECA 11 Ibl Ab KODIAK LONG TECARE PAO LIT Bid i ESI -002 Description 1 MATERIAL TOTAL: 2 SUBTOTAL 4 'DIRECT LABOR: 5 AVERAGE RATE > 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ....................... 14 JOB SUBTOTAL 15 ................... 16 "MARKUPS/OVERHEAD: 17 OVERHEAD MARKUP % 16, JOB TOTAL 19 ................... > 20 PROFIT 21 JOB TOTAL * PROFIT 22 .... 0........ I... 0.. ENDEAVOR ELECTRIC DATE PAGE P,0, BOX 102002 07108113 1 ANCHORAGE, ALASKA 09510 — - lik— Phone: (907) 279-1002 FAk (907) 279.1003, 12;54 PM Ref Ref Amount Op Rate Amount Mat Tot 31220 1100 312-20 312.20 Lab Tot 9.57 78,37 750,00 Lab Tot 9.57 % 10,00 0.96< Line 6 0,96 80.05 76.85 620.85 Mak Tot 312.20 % 3.00 917 Cale 9.57 14,00 133.98 145,35 1,282.40 Line 14 1,2$2.40 % 10.00 128.24 1,4110,64 Line 18 1.4110.64 % 5.00 70.53< Line 20 70,53 1.00 1,48117 .............. 1,48117 Kodiak Island Borough Long Term Care Facility Cost Proposal # 026 Monument Sien Electrical Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55,95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 6,1:32_ $ Laborer Foreman -5T 0 Man -Hours @ 58-01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 01 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ Provide power to monument sign per RFI 064, Carpenter - OT 0 Man -Hours @ 7101 $ Carpenter Foreman - ST 0 Mari -Hours @ 69.95 $ Carpenter Foreman - OT 0 Man -Hours @ 77.70 Labor Subtotal Material Expenses Material 1 0 unit $ - $ Material 2 0 unit $ Material 3 0 unit $ Material 4 0 unit $ $ Materials 0 unit $ $ Material Subtotal $ Other Job Expenses Freight Las $ Small Tools 2,50% of labor $ i Material Handling 4,00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal This proposal is based solely on u5wa9 cost elements such, as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performec 15% $ rescheduling, extended overhead, acceieration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ of these related items of cost prior to final settlement of this contract. Endeavor $ 3,607 Subcontractor Costs $ 3,607 Markup on Subcontractor., 8% $ 289 Total Subcontractor Costs $ 3,896 Submitted by: Luke Blomfield Title; Construction Manager Date: 7/10/2013 Total Self Performed Respond By: 7/17/2013 Total Subcontractor Costs $ 3,896 Total Cost Proposal $ 3,896 Approved by: Title: ,Above priced are subject to change if not accepted within io days, Date: Time Extension Required of 0— Days mum mf Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -064 Dear Sir: Attached is a cost breakdown for the above referenced change $3,607.22. Thank you for your continued support. Sincerely, Jesse Hate General Manager Endeavor Electric, LLC 00ta [Comm Indust TSCfTPINECA 11J01 ENDEAVOR ELECTRIC DATE PAGE Job KODIAK LONG TERM CARE FACILIT P.O. BOX 102002 07108113 1 Bid-' EXTERIOR SIGN ANCHORAGE, ALASKA 99510 - TWE Phone: (907) 279-1002 FAX: (907) 279-1003 01:03 PM Description Ref Ref Amount Op Rate Amount 1 MATERIAL TOTAL: Mat Tot 1,029.94 too 1,029,94 2 SUBTOTAL 1,029.94 3 .................... 4 'DIRECT LABOR: 5 AVERAGE RATE Lab Tot 20.55 78,37 1,610.50 6 GENERAL FOREMEN HRS Lab Tot 20.55 % 10.00 7 GENERAL FOREMEN RATE Line 6 105 80.05 164,10 8 SUBTOTAL 1,774.60 10 TOOLS EXPENDABLE Mat Tot 1.029,94 % 100 30.90 11 PER DIEM Calc 20,55 14.00 287,70 12 SUBTOTAL 318-60 13 ........I..........-.. 14 JOB SUBTOTAL 3,123.14 15 16 'MARKUPSIOVERHEAD: 17 OVERHEAD MARKUP % Une 14 3,123.14 % 10.00 312.31 18 JOB TOTAL 3,435.45 19 ......«..,...I...... > 20 PROFIT Line 18 3,435.45 % 5.00 171.77< 21 JOB TOTAL + PROFIT Line 20 i 171.77 1,00 3,607.22 22 ........ 23 810 TOTAL .............. 3,607.22 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 718/2013 TIME 1:04:22 PM MATERIAL Primary Pricing LABOR Primary Labor NOTES Item # ISize I Item Dose EXTERIOR SIGN ENDEAVOR ELECTRIC P.O. BOX 102002 ANCHORAGE, ALASKA 99510 (907) 279-1002 UnN Mat ExtLbr 'Unit I Lbr Ext Section: Section 006: EXTERIOR SIGN -.6a 0--- - - -1-11- "I'll" 11-1-1 1 .-- .. ... .. . ....... ate i� , -tW6;;r� 00 : (None) I T GRADE "j--�6k A8.00 0 8.001 Category: Category 003: CONDUIT ------- 120 00 -.&d T— R6,00 0.07� -- 8.401 ........ . . [3Nid 16.40 �Category : Category 005: FITTINGS 5824 1 PLASTICBUSHINGS . ........ . 661 0.411 �41 0.15! 0 9G, J lCace6o�ry bat6'g'or"y--D"I"1'-:"-WIRE 11128 ITH I H I I N SOL. . . . C , U '6�6 bol ............... 0..-51� 227.50T --- ---- .10227.50° 0.0 3.25 �n 10 ._ 2 2 7:&d" 3,25 . ............. . . .... ..- 1,029 .94 --------- �-W. ---4— j20.55 .... . ..... . . . . 11,029 94 126.55 Page 1 of 1 Kodiak isiandi Borough Long Term Care Facility Cost Proposal # 033 LiAtincr t1nornripr. Project KIB LTC Labor Job Expenses Job No.: 12-355 Requested By: Kodiak island Borough Laborer - ST Laborer- OT 0 0 Man -Hours @ Man -Hours @ $ 55.95 61-32 $ $ BUDGET DESCRIPTION' Laborer Foreman - ST Laborer Foreman - OT Carpenter -ST Carpenter- OT 0 0 0 0 Man -Hours @ Man -Hours @ Man -Hours @ Man -Hours @ $ 58,01 63.72 64.30 71,01 Upgrade lighting per AAl and PDC emails, additional information below - Upgrade the FC light fixtures to an LED type. See attached cutsheet. This would be a straight 1 -for -1 replacement. Carpenter Foreman - ST Carpenter Foreman - OT Labor Subtotal 0 0 Man -Hours @ Man -Hours @ $ 69.95 77.20 $ $ Material Expenses - Similarly, we could upgrade the FG task lighting to LED type on a 1 -to -1 basis. See attached cutsheet. Material 1 Material 2 0 0 unit unit $ $ $ - Uplight the main entrance and patio canopies. This would make them seem a lot more open and welcoming, Material 3 Material 4 Material S Material Subtotal 0 0 0 unit unit unit $ $ $ $ $ -Add a downlight or up/down sconce near the front doors and/or to the vertical beams of the main entrance canopy to give the entrance more of a "hospitality" feel. !Other Job Expenses Freight Small Tools Material Handling 2,SO% 4,00% lbs of labor of labor $ $ $ Provide 4 LED bollards and above ground transformers at the patios, Safety Equipment I Equipment 2 1.25% of labor $ Mob/Demob Design & Engineering Job Expenses Subtotal This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and aces not include any amount for changes in the sequence of work, delays disrulaWns, rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Markup on Self Performed 15% $ Total Self Performed $ Endeavor - Material Only Changes Endeavor - Additional Scope 4,694 34,087 Subcontractor Costs $ 38,780 Submitted by: Luke Blomfield Markup on Subcontractor! 8% Total Subcontractor Costs $ .2,727 41,507 Title: Construction Manager Date; 7/12/2013 Respond By: 7/19/2013 Approved by: iTitle: Total Self Performed Total Subcontractor Costs $ 41,507 Total Cost Proposal $ 41,507 Above priced are subject to change if not accepted within 10 days. .................. Date; Time Extension Required of 0 Days on RIN, I HR I L 4-H 11W p '161 U t NO *9 1p, H IN 1 1 �i .a un A C G G 113 G a qSBIV laftjopuv C -i ldlllovj 318VO M31 ONOI ONVISI AMON LU Honomoe aNVISI AMON EHOEAUIOR E L E C T R I C . . ... . . . ........... . . - June 28, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC Pricing Options Breakdown Luke: Below is a cost breakdown for the requested pricing options: ® Fixture type "I'C" ALT = $4,000.44 0 Fixture type "FC -EM" = $693,40 0 Fixture type "FG" = No Cost Change 0 (22) Canopy lights = $23,938.69 a (4) Sconces = $3,278.20 0 1(4) LED 1,ight Rollards Part S,\4 -ST[) wiffi at) above ground transfbriner = $6,869.71 Please not that these price do include the deduction for the "LE" fixture type and are adders to the "FC", "FC -EM", and "FG" fixture types. Please feel free to contact me with any questions. Thank you for your continued support, Sincerely, Jesse Hale General Manager Endeavor Electric, LLC KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 ContractNo. 2013-11 Change Order No. 11 . .. ......... Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract $ 15,414,346-00 495-535 452,150 09010.5 Previous Changes $0 Contractor This Change $0 Davis Constructors and Engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Upgrade closet rod and shelf to adjustable shelving system - $8,502.00 $ 0 2) Install check dams (DEC requirement), topsoil, and seed at swale along access road - $18,900.00 3) Install gutters and downspouts not included in GMP - $7,981.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. Accepted By: Approved By: Director Manager (Less Than $16,000 — Totql for all change orders on this contract)} I 10 Date 14A VS Date -Iloh"va Date �/Olqail V If the change order or orders exceeds I n tai wand' �1166y, 0) d ' flars, it will require the signatures of. 0 cera A. The mayor and deputy presiding B. The mayor and one (1) assembly me 71 _f� AbWn) the deputy presiding officer; ri 0 C. The deputy presiding officer and one (1) er in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2013 I- Potential GIMP Savings Subcontractor Description, Original Budget Buvout Acoustic Ceiling Asphalt Paving Casework & Window Sills Ceramic Tile Clearing & Grubbing $ $ $ $ $ 33,900,00 312,844.00 211,402.00 112,440.00 60,000.00 $ $ $ $ $ 50,060.00 288,520.00 209,484.00 82,477.00 38,000,,00 $ $ $ $ $ (16,160.00) 24,324.00 1,918.00 29,963.00 22,000m Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085,00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks Electrical System $ $ 100,754.00 1,950,000.00 $ $ 65,689.29 1,710,352.00 $ $ 35,064.71 239,648.00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600,00) Mechanical System Overhead Door $ $ 1,966,976.00 4,750.00 $ $ 1,470,000.00 6,644.00 $ $ 496,976.00 (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel Roofing $ $ 58,051.00 89,640.00 $ $ 44,009.00 115,200.00 $ $ 14,042.00 (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209.04 Transferred to Contingency $ (422,000,00) Total Potential Savings $ 711,209.04 j Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2013 Construction Contingency I Original Contingency $ 75,000.00 Transferred from Savings $ 422,000.00 Contingency Deductions CO # Description Amount Total Contingency Deductions $ (425,807.14) I Current Contingency $ 1 711192.86 1 Page 2 of 2 Expanded clearing limits $ (10,411.20) 1 2 Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ Upgrade boilers from cast iron to firetube $ (4,683.80) (21,463.95) 3 Intall new storm drain manhole $ (10,958,00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643,00) Install sunroom doors $ (5,907,00) 6 Upgrade MDF trim to cherry $ (70,856.00) Window sill material upgrade $ Wood wainscot at head wall's $ (7,392,00) (44,919.00) Add cherry trim to windows $ (32,472,00) 7 8 Add floor cleanouts and sinks Provide domestic water connection Cemetery retaining wall fencing $ $ $ (3,644.00) (7,927.00) (27,699,00) Provide ADA planter boxes $ (7,958.00) Add cultured stone at columns $ (36,411.00) 9 Add accent the at resident restrooms $ (8,308.00) Upgrade vinyl flooring $ (351.00) 10 Add hearth receptacle $ (1,600,00) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ (41,507.00)1 Total Contingency Deductions $ (425,807.14) I Current Contingency $ 1 711192.86 1 Page 2 of 2 Kodiak island Borough Long Term Care Facility Cost Proposal# 025 Closet Kit Upgrade Project KIB LTC Labor Job Expenses Job No,: 12-355 Laborer -ST 0 Man -Hours @ 55,95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ 63,72 $ Upgrade closet rod and shelf to an adjustable Carpenter - ST 0 Man -Hours @ 64,30 $ shelivng system with rod. Please reference the Carpenter - OT 0 Man -Hours @ 71.01 $ attached sketch from the design team, Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ Carpenter Foreman - OT 0 Man -Hours @ 77.20 $ Labor Subtotal $ Material Expenses Material 1 0— unit - $ Material 2 0 unit $ Material 3 0 unit $ Material 4 0 unit $ Materials 0 unit $ Material: Subtotal $ :Other Job Expenses Freight lbs Small Tools 2.50% of labor Material Handling 4.00% of labor Safety 1.25% of labor Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs. The right is expressly reserved to make clam for any and all of these related items of cost prior to final settlement of this contract. Nowka $ 7,872 Subcontractor Costs $ 7,872 Markup on Subcontractor= 8% $ 630 Total Subcontractor Costs 8,502 Submitted by: Luke Blornfield Title: Construction Manager Date: 7/9/2013 Total Self Performed $ - Respond By: 7/16/2013 Total Subcontractor Costs $ 8,502 Total Cost Proposal $ 8,502 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date; Time Extension Required of 0— Days Nowka Cabinet Company LLC 150 W Dowling Rd. Anchoraghe, AK 99518 I Name /Address I Davis Constnictors & Engineers inc. 740 Binanza Ave. Anchorage AK 99518 Date Estimate # 6/24/2013 315 Project Closet rod and shelves Description Qty Rate Total Side panels w' closet rod and Adj. shelves 24 328.00 7,872.00 Manuffictured,installation, and shipping 0,00 0.00 Total $7,872.00 Fax # Web Site 907-562-4378 www.nowkaeabincts.com Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No,: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak island Borough Laborer -OT 0 Man -Hours @ 6132 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ 6-3.72 $ ASI 002 changed project swales to incrporate the Carpenter - ST 0 Man -Hours @ $ 6430 $ following: Carpenter - OT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ 69.95 Install check dams in the swale along the access Carpenter Foreman - OT 0 Man -Hours @ $ 77,20 $ road Labor Subtotal $ Space approximately 50 feet on center Material Expenses Materials 0 unit $ - $ Start 50 feet from SDMH #3 (road station 13+35). Material 2 0 unit $ $ Material 3 0 unit $ $ Six check dams will be required. Material 4 0 unit $ $ Material 5 0 unit $ $ Add 4" of topsoil and seed to swale Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed ##### rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. UIVII $ 17,500 Subcontractor Costs $ 17,500 Markup on Subcontractor! 8% $ 1,400 Total Subcontractor Costs $ 18,900 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/18/2013 Total Self Performed Respond By. 7/25/2013 Total Subcontractor Costs $ 18,900 Total Cost Proposal $ 18,900 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days ,V AS Lonq Term Carl Center Architect's Supplemental Instructions : 2 Subject: Rock Check Dams Author: Caroline Storm Held By: Caroline Storm Date Created: 05.13.2013 03:49pm Date Due: 05.24.2013 ASI #: 2 Job #: 11034 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document, Description: Rock check dams for swale at access road, Attached Files: CSI for rock check dams.docx SK2.pdf Form Created To: Luke Blomfield 05.13.2013 03:49pm CC: Matt Gando Forward To: Kelsea Kearns I From: Luke Blomfield 05.13.2013 03:58pm CC: Comment By: Kelsea Kearns 05. 13.2013 04:34pm CC: Form closed and placed back in the author's court with the following comment: Closed per Luke's request SWALE PLAN q SWALE 4' TOPSOIL & SEED 12" 6" DRAIN ROCK MIN 2 1 TOPSOIL & SEED SECTION B SITE ADAPTED FOR: STANDARD DETAL I ... .— owas sommmsm aft aft samm— ROCK CHECK DAM mw am a am owmwowm%qbn. I am a mme so a U014wamom I 5 DEPOT STREET SuffE 23 FREEPORT, ME 04032 TEL (207) 869-8006 FAX (207) 869-8015 ENGINEERING, INC. � 2525 GAMBELL STREET FILE NO, sunt 200 ANCHORAGE, AK 99503 MN 'SK2.DWG TEL (907) 563-3835 FAX (907) 563-3817 DxD REV. 0 A PLATE: MAO 5/13/13 1 SK -2 CSI NO,: 001 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Blomfield DATE: 13 -May -13 JOB NO.: 11034.41 Architects Alavha THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. THIS IS NOTA CHANGE ORDER NOR DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. INSTRUCTIONS: Rock check dams shall be constructed in the Swale along the access road per the attached detail and spaced approximately 50 feet on center starting 50 feet from SDMH ##3 (road station 13+35). Six check dams will be required. ATTACHMENTS: Rock Check Dam Detail BY: Melissa A. Branch, P.E., Enterprise Engineering, Inc. Arch itects, skax, Inc. 900 �V 5th A?q,, =5°a ae, 403 Aaarhorggp, Alaska 99501.2029 ] of 1 rax°chiter'tS d a,4rtxoraa 191 E. Swanson Ave, .Write 203 RletsiC'lra, A/ sha 990 54-7025 Luke Blomfield From: Rex Leath [rleath247@gmail.com] Sent: Wednesday, July 17, 2013 9:06 AM To: Luke Blomfield Subject: ASl #002 Morning Luke, As per ASI #002: 4" topsoil seed entirety of bioswale/construct 6 rock check dams. $17,500. Thanks Luke. Stay safe. Rex UMI, LLC Kodiak island Borough Long Term Care Facility Cost Proposal # 036 RFI 071- Gutters Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ 55.95 Requested By: Kodiak Island Borough Laborer- OT 0 Man -Hours @ $ 6132 $ Laborer Foreman - ST 0 Man -Hours @ $ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ _$_63,72 $ 64,30 $ $ RFI 071 provides the design and specifications for gutters on the (project, Carpenter - OT 0 Man -Hours @ $ 71,01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ Gutters were added to the project after the Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ establishment of the GMP, Labor Subtotal $ Material Expenses Material 1 0 unit $ - $ Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ - Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor Safety 1.25% of labor Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed #tt### $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Rain Proof Roofing $ 7,390 Subcontractor Costs $ 7,390 Markup on Subcontractor! 8% $ 591 Total Subcontractor Costs $ 7,981 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/18/2013 Total Self Performed $ Respond By: .7/25/2013 !Total Subcontractor Costs $ 7,981 :Total Cost Proposal $ 7,981 Approved by: Above priced are subject to change if not accepted within 10 days. Title: Date: Time Extension Required of 0 Days Luke Blomfield From: Steve Wardleigh [swardleigh@rainproofroofing.com] Sent: Wednesday, July 17, 20113 6:26 PM To: Luke Blomfield Cc: Pat Reilly Subject: FW: Kodiak Long Term Care Gutter Bid Attachments: Kodiak Long Term Care Gutter Bid.pdf; Leaf X CAD drawing.pdf; Leaf X Information sheet.pdf; Painted Aluminum Coil Specificatiori Luke, Our price will be $7390 for a change order to have our, subcontractor supply and instali the gutters per the attached scope letter. Please let me Iknow if you need any more information to submit with this for the owner's consideration, Best Regards, Steve ------------- STEVE WARDLEIGH PROJECT ADMINISTRATOR lltAIN PR1001ll ROOFING RPR, INC dba Rioin Proof Roofing 2201 E. 84th Court Anchorage, Alaska 99507 Maim 907-344-5545 1 d! rect: 907-868-7235 M nhobjle: 907-351-5896 1 fax, 907-344-4530 Please be advised that this transmittal may be a =nfidentral communication or may otherwise be privileged or confidential If you are not the intended recipient, please do not read, copy or re -transmit any portion of Phis communication. If you have received this communication un error, please nobly us by responding to this e-mail, or by telephone at (907) 344=5645 and delete this message and any attachments. Thank you in advance for your assistance. From: Pat Reilly Sent: Wednesday, July 17, 2013 3:28 Pli To: Steve Wardleigh Subject: FW: Kodiak Long Term Care Gutter Bid Patrick Reilly 2201 E. 84th Court Anchorage, Alaska 99507 Office: (907) 344-5545 Cell: (9017) 360-1753 Fax: (907) 344-4530 Email: Celebratins. SO Years Of Roofin-W aka From: Jonathan & Shanna Springer[m ilgLtoqk .— -_qutt�grs magcom] Sent: Wednesday, July 17, 2013 11:40 AM To: Pat Reilly Subject: Kodiak Long Term Care Gutter Bid Good Morning Pat, Attached is your bid for the manufacture and installation of Teflon Coated Seamless Aluminum Gutters, Downspouts and Solid Gutter Cover and accesories. Attached are all the profiles and spec sheets. Have a wonderfal day! Sincerely, Jonathan & Shanna Springer Owners I a division oaf Alaska General Contracting, LLC Tel. (907) 868-2646 Fax (907) 8,68-4660 Email: alt gutters (iv2maJI.�Loin WEB: WWW.ALASKAQU5FQMQUTITRi; COM .. . . ........ KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452.150 09010.5 Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 Contractor Davis Constructors and Engineers This Change $ o Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Retaining wall design has changed from pile, driven to poured in place design. $ 0 Davis will complete this work on a T&M basis. GMP included $167,3 99,for this Recommended: work, T&M total will not exceed GMP amount - WOO The time provided for completion of the contract is (Z unchange 4a ed, (0 decreased) by 0 calendar days. i7h� 0 of f7 W document shall become an FEendment to the contract and allproN�1,s P'ns tb ontract will aDDIv thereto. Accepted By: K—.e=h. Contractor's Representative Recommended: Engineering/Fac�ilities Direc 0 Approved By: Manager (Less Than $10,000 – tat for aR change orders on this contrac 0 Date do? Date 7-3,113 Date " L" - If the change order or orders exceeds ten the uwndTT0,000) dollars, it will require the signatures of. - A. The mayor and deputy presiding officer, B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Of Date Kodiak island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ 55.95 Requested By: Kodiak island Borough Laborer- OT 0 Man -Hours @ 61.32 Laborer Foreman - ST 0 Man -Hours @ 58.01 BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 63,72 64.30 $ $ ASI 014 changed the retaining wall design to accommodate a poured in place option. We have Carpenter - OT 0 Man -Hours @ $ 71,01 $ discussed the options available to complete this Carpenter Foreman - ST 0 Man -Hours @ $ 69,95 $ work with the Borough and propose a T&M change Carpenter Foreman - OT 0 Man Hours @ $ 77,20 $ - order for the work scope. Labor Subtotal $ Davis will self perform the work on a T&M basis o. Material Expenses marked up 10.81% (fee on changes less fee on Material 1 0 unit $ - $ 1CM/GC contract). Material 2 0 unit $ $ Material 3 0 unit $ $ �This cost proposal will act as an approval to Material 4 0 unit $ $ proceed with the work scope on a T&M basis. Material 5 0 unit $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4,003 of labor $ Safety 1,25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, markup on Self Performed ##### = 15%- 4.19% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor! 8% $ Total Subcontractor Costs Submitted by: Luke Blomfield Title: Construction Manager Date: 7/12/2013 Total Self Performed $ Respond By: .7/19/2013 Total Subcontractor Costs Total Cost Proposal Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days KODIAK ISLAND BOROUGH i 710 MILL ]IsAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Amount of Contract & Change Order Kodiak Lon 2 Term Care Center Desi 2 — Original Contract $ 15,414,346.00 495-535 452.150 09010.5 Previous Changes $0 Contractor This Change $0 Davis Constructors and Engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Revised structural details required due to plan check review - $7,80-2.00 $ 0 2) Modify breakroom casework, plumbing, and power to accommodate full size refrigerator - $56-00 -, 3) Code required modifications to ductwork for kitchen and pantry - $4,152.00 4) Modify power and data to relocate time clock, add wireless access points, and provide dedicated circuits for IT equipment - $9,241.00 - Total cost to be deducted from GMP savings/contingency. Savings/contingency summM is attached. There is no increase to the GMP as a result of this change. 1 The time provided for com etion of the contract is ((E unchanged) incr��sed) decreased) by 0 calendar days. This document shall become endment to the contract and all provisi 9 0 sof contract will apply thereto. Accepted By: Contractor's Representative LU K C, _) 01 ry D Recommended: f� NN Engineering/Facilities Dire Approved By: eltl Manager (Less Than $10,000 1 for all change orders on this con ct) 1 Date 1 ' aZ4 Date 77-349-(� Date 2�- 3 1 If the change order or orders exceeds* 0 00) dollars, it will require the signatures of.- _ �1 A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2.013 Potential GIVIP Savings Subcontractor Description Original Budget BuVout + Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ I (16,160.00) Asphalt Paving Casework & Window Sills $ $ 312,844.00 $ 211,402.00 $ 288,520.00 209,484.00 $ $ 24,324.00 1,918.00 Ceramic Tile Clearing & Grubbing $ $ 112,440.00 $ 60,000.00 $ 82,477.00 38,000.00 $ $ 29,963.00 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772-67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping Concrete Sidewalks $ $ 32,988.00 $ 100,754.00 $ 18,780.00 65,689.29 $ $ 14,208.00 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Overhead Door Pavement Striping $ $ 4,750.00 4,360.001 $ $ 6,644.00 2,900.00 $ $ (1,894.00) 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing Sprinkler System $ $ 89,640.00 172,480.00 $ $ 115,200.00 175,700.00 $ $ (25,560,00) (3,220.00) Tape/Paint ,347.00 $ 176,689.00 f $ 144,658.00 Subtotal Potential Savings $ 1,133,2091.04 Transferred to Contingency $ (422,000.00) Total Potential Savings $ 711,209-04 Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2013 Construction Contingency I Original Contingency $ 75,000.00 Transferred from Savings $ 422,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from -cast iron to firetube $ (21,463-95) 3 Intall new storm drain manhole $ (10,958.00) 4 5 Install patio drainage $ (6,880.00) Install geotlextile fabric under entire slab $ Vinyl siding savings $ (6,549.00) 4,691.00 Upgrade interior and exterior door package $ (66,643,00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry $ (70,856.00) Windowsill material upgrade $ (7,392.00) 7 Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ Add floor cleaniouts and sinks $ Provide domestic water connection $ (32,472.00) (3,644.00) (7,927.00) 8 Cemetery retaining wall fencing $ (27,699,00) Provide ADA planter boxes $ (7,958.00) Acid cultured stone at columns $ (36,411.00) 9 Add accent tile at resident restrooms $ (8,308.00) j Upgrade vinyl flooring $ (351.00) 10 11 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.001) Upgrade light fixtures and add light bollards $ Upgrade closet to adjustable shelving $ (41,507.00,) (8,502,00) Check dams, topsoil, seed at road swale $ (18,900,00), Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ Total Contingency Deductions $ (461,190.14) I Current Contingency $ 35,8139.86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Cost Proposal # 028 ASI 017 Revised notes on S511&512 Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61,32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64-30 $ $ Per ASI 017, revise the following notes: Carpenter -OT 18 Man -Hours @ $ 71.01 $ 1,278 5511 Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - detail 9., revise nailing to 10d @ 4" OC Carpenter Foreman - OT 18 Man -Hours @ $ 77.20 $ 1,390 Labor Subtotal $ 2,668 5511 - detail 27 revise hardware to simpson LTP4 @ 16" Material Expenses 0C Lumber I lot $ 3,598.00 $ 3,598 - detail 4: revise hardware to simpson H6 @ each Hardware I lot $ 311.70 $ 312 truss Material 3 0 unit - detail 5: revise note "sismic horizontal shear load Material 4 0 unit $ $ in truss to 660LB/FT" (to add the additional load Material 5 0 unit $ - shear walls must be extended from bottom of truss Material Subtotal $ 3,910 to the roof sheathing) Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ 66.69 Material Handling 4.00% of labor $ 106.71 Safety 1.25% of labor $ 33-35 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 207 This proposalt is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed 6,784 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 1,018 rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ 7,802 costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor. 8% $ Total Subcontractor Costs $ Submitted by: Luke Blomfield Title: Construction Manager Date: 2/10/2013 Total Self Performed $ 7,802 Respond By: .7/17/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 7,802 Approved by: Above priced are subject to change if not accepted within 10 days, Title: Date: Time Extension Required of 0 Days LKIISLEIN MATCHW SIMPSDNt SEE PLM WALL OPENING 1 �A•n,� FL 19 ESS% m nctu PLe. nv�rcn EPPmG MECFRON; h. ax kCkm (SEEP.AN) R €FAJUti ma Z�MNGSNm EGT Lk P m TEA21WtTE ATDMR3kRiB OR WAR WALLOP- W MST 1-I'Ve m POST TO W BM 2X•F ISTTY3 FL`JDASHFATi6NG t:hFR 3'C'l4H -- 2-p• R9C� SHEAT1i1NG NARIk,�R 6EN.: F1 N9'Fs' �?'- Rfyg6plID � 3 S$LI4G 1W ,M 'VLING PE��.�.EA-R W€& WALLSCHEP 26 WE FRAkIMG Si1FF N€R f 4 E JMT PER MFR i q sm 44� WV 5 FAENb — mqv STAWERD ; tEe ww d Rk+J EGMT 2-SUPSGN HR EAJQASi ""POSTI6TMn — SR3P wt ..,T$ FAT•Ah'G PEk SfARWW s S.9 1 -101ST TO WALL 1 SDGF ILtil1h'G PERPLAN PERPN PLANNEW �_I-IflLDDOV�IN AT CORNER ( m IY� GL BM TO POST 2.7XOM-5 PL 1f4 EE PL '9 SEAT t` .t la 2-i2.05GLTS - - 6WP? GM EME WILING P„X!f yiEdfib'HG LICISf &-00<M MDWEBSTV�FENER h imn S4fM=LPTS Wh1L S9 EAIILING- g,.01ST @ INTERIOR WALL ffie ,C PUdtiiRAQM EDGE RWFSRE.i"F1LNG N LIW I SHEA9 WNS ECCE MLN, 2s G"W N'AILENEATHm WALL CONN sm EM aTO§iNAaa GLT: rs ALIS � @GCL 5 12 1 Yd'=F'�C' GL BM TO GL BMJ '--�9€s MsTUD ii G3 MR. 1� ]- A KSTM rel GL BM AT ENO OF WALL �� 39 d GLEE POST {� GL �M TO -POST �l va^.;•�P F09 B .7WOBOLTS R NSEAT FL t..Ya Jd1p'@BIXTS I JOIST TOGL BM srs n: w.t�.. sa.vwx vnnz>xti u�. �...t�iat� st'-..% �.-... xrs+a •fib)INA KTNG S1dX,' I ( I&1 Pa d'(iE AsrlsFoau STW. EREa3 EASEiE y®. �cNFban Pale � c[H.&4aNs C�9 tY 935 ;� ptayge l+Y Pal® NFIXSTaxS ¢^,3t1€ floe Jt M' .loE tpa. 1JF[x SF1a9S �6Vf "� Ems'"' Tdi � wo. GL BM POCKET AT WALL 5551 1 J� S«•=ea 2X•F ISTTY3 FL`JDASHFATi6NG t:hFR GEtiM�hTES FLvwroua W€s STE-F€RNSR EA SUE —S s,)KRUS#48 �1XIST E HAiGFi[�Rb<lf $wBk ltts MAN;...9O€LU4, q sm I JOIST TOGL BM srs n: w.t�.. sa.vwx vnnz>xti u�. �...t�iat� st'-..% �.-... xrs+a •fib)INA KTNG S1dX,' I ( I&1 Pa d'(iE AsrlsFoau STW. EREa3 EASEiE y®. �cNFban Pale � c[H.&4aNs C�9 tY 935 ;� ptayge l+Y Pal® NFIXSTaxS ¢^,3t1€ floe Jt M' .loE tpa. 1JF[x SF1a9S �6Vf "� Ems'"' Tdi � wo. GL BM POCKET AT WALL 5551 1 J� S«•=ea fIX TRU b@ BETWEEN TRUSSES h STGCS TYPICAL SAVE W ad.oC� ,wKk $HERS Yfd, scMMLE WR LSH€A &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a :9MPSON H25 VARIES RW SHEAT m r BLOTICKING EXiENU EA43ST lm@4. Lc UNESATTOFASIDEQF aRAGEVW';A@I'UC --7 SMW57sT LATS 1 AN'GL MaJNP.ING 2 I -JOIST TO W BM art �•=TV EA MM SIMPSWf arl ROOF SHEATHES 7a5Et TRUSSES ST3122 FNUSS 1 s<• RcwaT�aTwa+G Tmg TGC S'S'FSQN CRIST Sx S'I€M WRL SCHLO'J' e. ma' RCf teN Row 'EEkANFORSPEE b,Rw >' SHEAr G BRIMM GIMPGCN WMPSUN ABS €Uifi �FP.SRNfk &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a KTEr \q ROOF TRUSS SHEARWALL TO GL 11M SA,Ms M BRACE OCCURS AT EACH IT:RMAL WEB WM3ER OR TRUSS R SS GABLE WALL BLOCKING AB Cheek §y 3�Ma. MaJNP.ING 2 I -JOIST TO W BM art �•=TV YI'R.10 K!F ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES Ka*a•as FNUSS 1 s<• RcwaT�aTwa+G Tmg TGC S'S'FSQN CRIST BORiOd ma' RCf teN Row 'EEkANFORSPEE SHEA7T NG >' SI>vG€R EARfiR' a6m FA 'w SINKER@,OQ; HLY_!F 1RLCi Sid[ aEA e9 R4Y.' R EN Ra TRUSS h59LGGNIW^T6PdaDl`€ CAPP sw?SONY R�€Tea=s 'PI @ PER v ` 8ERLN E �- Px&SIUUWAE @24-M SMEAR WAEL @s'A•tc LFT RAR WEASt6ETRUSS SSNaU WS URRAR tw @,r 4i: TP TRPS$ 1. SEE MdYL'EFUR FURTER @€0 SUFP RTMCKET = � ZSIMSP NESTRAPS WALLSH WALL SCIEWtE LIFT SUPPORTDRAG EATRUSS STRAP r , WRA MAIN ROOF TRUSS �04- iiSTUD WALL -OA€R WALL. SXEATHING SHEAR WALL SEN€JULE. &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a \q ROOF TRUSS SHEARWALL TO GL 11M HOU R SS HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. MaJNP.ING _ALiRYG I -JOIST TO W BM art �•=TV YI'R.10 K!F ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES SHEAIN FNUSS 1 UNISIRVF Pi1aT aBAT�ELSS Tmg TGC S'S'FSQN CRIST BORiOd _HEAMTNG teN Row 'EEkANFORSPEE dtBR@ UNISTR[PPSpL4T SI>vG€R EARfiR' a6m FA 'w SINKER@,OQ; Sid[ aEA e9 R4Y.' R EN f4 2 5EUCK6NG v ` 8ERLN E �- Px&SIUUWAE CEN@iv CR IV THREADED ROD @s'A•tc LFT RAR WS URRAR aEYtL CLR 3x 1. SEE MdYL'EFUR FURTER @€0 SUFP RTMCKET = � 2 ULSIGN BPTIL A Gff 3FPE9R fr�GiS. WALLSH WALL SCIEWtE LIFT SUPPORTDRAG SEE SK 3 STRAP r , .t tvOC'& MAIN ROOF TRUSS \q ROOF TRUSS SHEARWALL TO GL 11M WRE-111 RK HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. _ALiRYG I -JOIST TO W BM art �•=TV YI'R.10 ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES SHEAIN m4a•OC €YM.MRR F Tmg TGC _HEAMTNG ROOFSHEAMNG R EN v ` 8ERLN b3 C„'L•NG -BLO.MG @s'A•tc aEYtL CLR 3x UPERS EAR = � WALLSH WALL SCIEWtE SEE SK 3 SABLE ES: NAtwo .t tvOC'& MAIN ROOF TRUSS �04- iiSTUD WALL 3._,.,. NFILL TYPICAL I ff�-,101ST TOW BM RL w SBMA CS%iT12 rGv�eGr,n PW Aadd&,& ,A7asa. R6 TRUSS 9EAR ON GL mY EA SI:#T ,W [CC§4'OCTO TUT RVS IW@4'X BBFI aaMPt^ EAiRi�.+ t _�fstn inFEsi � Bt Blt \q ROOF TRUSS SHEARWALL TO GL 11M fkaem by Oa! S2i@S PLATE 3$ 3.lA'mffiB RGOR: W aM 14MT HSS CGL SOT @SHEAR PLATE WYALLS�T RC SHEAR WALL STRAP ,W Naai @Trina Imo Sm iHat� 6C NVUD SE, GOND FLOOR 1 -101ST RIMI 1W.AlI SLEAMIM TAB STU S S EAR Wt $011EMIE R&1iQ x45G1i=c€RERG SLVRStm GS STRAP SEE ALAN €ORLOCATKM I r N91ST �'ha 6LOOR SHERF{:TNG /// d ��°� Na raeasriR4en gets r�u.A `. 3wYa S �rs fkaem by Oa! HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. Sheat Ccntsnas I -JOIST TO W BM art �•=TV SheA No. S512 Kodiak Island Borough Long Term Care Facility Cost Proposal # 030 ASI 019 Make un air revisions Project KIB LTC Labor Job Expenses Job No,: 12-355 Laborer - ST 0 Man -Hours @ $ 55-95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter -ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ Per ASN 019, revised the foilowing: Carpenter -OT 0 Man -Hours @ 71.01 $ 1, Sheet M402—Ventilation Plan East— Level I Carpenter Foreman -ST 0 Man -Hours @ $ 69.95 a. CHANGE duct and diffuser layout for AHU-1. See Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 replacement sheet M402. Labor Subtotal b, ADD transfer air between pantry and kitchen. See replacement sheet M402. Material Expenses Material 1 0 unit 2. Sheet M404— Large Scale Ventilation Plan — Material 2 0 unit $ $ Level 2 Material 3 0 unit $ $ a, CHANGE duct layout for AHU-1. See replacement Material 4 0 unit $ $ sheet M404. Material 5 0 unit $ $ Material Subtotal Other Job Expenses Freight lbs Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This propose I is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ of these related items of cost prior to final settlement of this contract, Tundra $ 3,844 Subcontractor Costs $ 3,844 Markup on Subcontractors 8% $ 308 Total Subcontractor Costs $ 4,152 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/11/2013 Total Self Performed $ Respond By: 7/18/2013 Total Subcontractor Costs $ 4,152 Total Cost Proposal $ 4,152 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days XMB Long Term Car J1% 6 Center Architect's Supplemental Instructions -. 19 Subject: Make Up Air Revisions Author: Caroline Storm Held By: Caroline Storm Date Created: 06.28.2013 02:24pm Date Due, 07.01.2013 ASI #- 19 Job #. 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Refer to Attached MSI -05 Attached Files: KLTCF MSI-05.pdf Form Created To: Luke IBlomfield 06.28,2013 02:24pm CC: Matt Gandel Forward To: Matt Gandel I From. Luke Blomfield 07.08.2013 10:21am CC: Matt, please close AS[ 019. Thanks, Luke Comment By: Matt Gandel 07.08.2013 03:07pm CC: Form closed and placed back in the author's court. MECAAit MSI NO.: 05 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DISTRIBUTION: E]OWNER DARCHITECT EICONTRACTOR EIFIELD LOTHER DATE: 27 -June -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. TRIS IS ROT A CAANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. INSTRUCTIONS: Ductwork layout modifications for the makeup air unit CHANGES TO DRAWINGS 1. Sheet M402 —Ventilation Plan East— Level 1 a. CHANGE duct and diffuser layout for AHU-1. See replacement sheet M402. b. ADD transfer air between pantry and kitchen. See replacement sheet M402. 2. Sheet M404 —Large Scale Ventilation Plan —Level 2 a., CHANGE duct layout for AHU-11, See replacement sheet M404. ATTACHMENTS: M402 M404 BY: Aivhiteca Alavka, lyw. W)O W 5M Aue, Suite 40.3,4W-hora4ge, Alaska 99501-2029 1 ofI w(hitedsalaska,ewn 191 E. Swanson Av?, Svite 203 Wasilla, Alaska 99054-7025 i SHEET NOTES Ardritwis p,x�E u, Akuka =7,, Aav , orru5€Ac- § o�saa�Er cov�v.�_ Gfiu�R�Bve JER �E.e FA€ I _ isu Edi' a€494A+ r cg� t 4 }?t I V yuy M U Y 0 m uj < s 4 � Q Q Y Cn Y to 2 peMi5f0915 Ito. Dasc Pian. Dalr Drawn Qy (3N. AYY a/n[,3 Garak lry dobMc. [� 11p4..9i Sheat DontA.Ats vrkmamx v�,w cur - um, 2 rMFeA Q ! ' Y cma, I- Q Un Q EKEI e 2 'H 41A #ri ez' :Tffi'S8 - xs€q sa FA r2��S# Ka iA +89�'S+� CeeJ, #ea,r Ea a �--^ •- sY4 ef3A �tlszFti o»+ c — I e s: cru=_ sscg �I CILLI L" ® € GnE TILATION FLAN - LEVEL 1 EAST j 2 c 3 i SHEET NOTES Ardritwis p,x�E u, Akuka =7,, Aav , orru5€Ac- § o�saa�Er cov�v.�_ Gfiu�R�Bve JER �E.e FA€ I _ isu Edi' a€494A+ r cg� t 4 }?t I V yuy M U Y 0 m uj < s 4 � Q Q Y Cn Y to 2 peMi5f0915 Ito. Dasc Pian. Dalr Drawn Qy (3N. AYY a/n[,3 Garak lry dobMc. [� 11p4..9i Sheat DontA.Ats vrkmamx v�,w cur - um, 2 z a SHEET UaWS tii'€:�[PL@CfS wonu.0 �} r^.x�c nvw+ncw.eecoxa�w,mav<a-Ala&a !' '1 i wunnxc..ENVM � BEY Mda3 zt*Fn rA wau .rctttleGnf3AAa la liv€c€a�§c i = E } - MEC1ihN1CAL 1 _ t rc5 nrnE. 6uwR0.a 5E€sa1�. _ _ i i ex n€ { ( i C ----- i ! i � :ems efrr J I LLL S ' 9 �� 2! cl 8 Y ri- C3 ti EPP f - cnwx cy i'a�ir o� -, IN-- VENTILATION rascVENTILATION PLAN - LEVEL 2 LARGE SCALE 2 7 I 8 M 404 AS[ # 19i Date 7/11 Purchaser: Kodiak Island Borough Job No. 421 Address Attn: Luke Blomfield Purchaser No. Job Name Kodiak Long Term Care Facil Work Complete Yes No X Sheet 1 of—1 QUAN. MATERIAL PRICE EA. AMOUNT DESCRIPTION OF WORK 1 Gf uote $3,268 00 EQUIPMENT & TOOLS Shop Deliveries Hrs. Backhoe Hrs. Welding Machine Hrs, Truck Miles Travel Hrs. Manlift Total Equipment & Tools LABOR, HOURS FRINGES, BURDEN CLASSIFICATION RATE ST OT DT Project Manager Gen. Foreman Foreman Journeyman Operator Laborer Draftsman $75,00 TOTAL LABOR, FRINGES, BURDEN TOTAL MATERIAL & TAXES TOTAL EQUIPMENT & TOOLS DIRECT OVERHEAD SUBTOTAL 10% OVERHEAD 5% PROFIT SUBTOTAL INSURANCE BOND TOTAL THIS CHANGE REQUEST $ 75 $3,268 $3,343 $334 $167 $3,844 $3,844 CONSUMABLES $3,268 00 TOTAL MATERIAL COST PLUS — % TAX TOTAL COST MATERIALS AND TAX $3,268 00 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63,72 $ 64.30 $ $ Per AS] 021, revise the following notes: Carpenter -OT 0 Man -Hours @ $ 71.01 $ Modify Break Room 216 casework to Carpenter Foreman - ST 0 Man -Hours @ $ 69,95 $ accommodate a refrigerator. Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Labor Subtotal $ Provide a fixture shut-off stop valve on the cold water supply below the break room sink with dual Material Expenses stops. One to serve the sink faucet CW connection Material 1 0 unit $ $ and the other to server the icemaker. The stop Material 2 0 unit $ $ serving the icemaker shall use a compression Material 3 0 unit $ connection. Route the ice makers water supply Material 4 0 unit $ $ tubing from the compression stop within the Material 5 0 unit $ casework below the counter, then out from the Material Subtotal counter to the icemaker water connection. Provide enough excess tubing behind the refrigerator to Other Job Expenses permit pulling the refrigerator out for servicing. Freight Ibs $ Small Tools 2.50% of labor Sheet E302 Breakroom 216 - Material Handling 4.00% of labor 1. CHANGE — Quaciplex receptacle in NE corner to Safety 1.25% of labor be duplex receptacle. Receptacle to be located up Equipment 1 48" AFF, Equipment 2 Sheet E802 Panel Schedule B — Mob/Demob 1. CHANGE Circuit 10 — VA to be 1500, Circuit Design & Engineering Description to be "REFRIGERATOR, BREAKROOM Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs. The right is expressly reserved to make claim for any and all Nowka $ (380) of these related items of cost prior to final settlement of thus contract. Tundra $ 432 Subcontractor Costs $ 52 Markup on Subcontractor! 8% $ 4 Total Subcontractor Costs $ 56 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/10/2013 �Total Self Performed $ Respond By: Total Subcontractor Costs 56 Total Cost Proposal $ 56 Above priced are subject to change if not accepted Within 10 dIV5, Approved by: Title: Date: Time Extension Required off 0 Days !IUB Long Term Care Center Subject: Break room 216 Author: Caroline Storm Held By: Caroline Storm Date 07.03.2013 11:17am Date Due: O7.082013 Created: ASI #: 21 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Modify Break Room 216 casework to accommodate a refrigerator. See revised D3/A408 attached See ESI 004 attached for related electrical modifications Provide a fixture shut-off stop valve on the cold water supply below the break room sink with dual stops. One to serve the sink faucet CW connection and the other to server the icemaker. The stop serving the icemaker shall use a compression connection. Route the ice makers 'water supply tubing from the compression stop within the casework below the counter, then out from the counter to the icemaker water connection. Provide enough excess tubing behind the refrigerator to permit pulling the refrigerator out for servicing. Attached A403 for ASI 2 1. pdf Files: ESI -004 - Add power for Breakroorn Refrigerator. pdf Form To. Luke Blomfield Created CC: Matt Gandel 07.012013 11:17am Forward To: Matt Gandel I From: Luke Blomfield 07.08,2013 CC: 10,41 am Matt, please closes A] 021, Thanks, Luke ELECTRICAL SUPPLEMENTAL INSTRUCTION (ESI) P7 Anhitects Akiska ESI NO.: 004 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DATE: 25 -Jun -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. A 1-TORA DESCRIBEEi WETEIIV, INSTRUCTIONS: Provide power for new breakroorn refrigerator. Sheet E302 Breakroorn 216 - 1. 1. CHANGE — Qivadplex receptacle in NE corner to be duplex receptacle, Receptacle to be located up 48" AFF. Sheet E802 Panel Schedule B — 1. CHANGE Circuit 10—VAtobe 1500, Circuit Description to be "REFRIGERATOR, BREAKROOM 2116", ATTACHMENTS: None BY: Eric Bridgman — PDC Arch Weis Altuha, Inc. 900 lij 51h AVP, &uilp 40.3 zberhoragx,, A lasha 9950/-2029 1 of I 197 E. SwansonAve., Suife 203 14,4sillet, AkWio 99654-7025 L wro.. aedia\®��.wmcw....,t++�uu.A;�:.+ry\:a.agy Y++a+tl na -:ac:e f'gil9th .a#P0 lid grhhF exsely oyl ryel4 p � ^7 ryy�r t�,�y,,/r� � g � m coCD g$�y�t^1 �p�-I�+ y,��,�r�7 .y� Ai� IIJ YJ 3G� O M31.. ONO I CIN SI A V 14d®'ll'', s:, k a � Tara HonoHos ONVISI NVIGO r U z ;: ... y{w:• L k L wro.. aedia\®��.wmcw....,t++�uu.A;�:.+ry\:a.agy Y++a+tl na -:ac:e f'gil9th .a#P0 lid Luke Blomfield From: Hans Nowka (hans@nowkacabinets.com] Sent: Thursday, July 11, 2013 10:40 AM To: Luke Blomfield Subject: RE: KIB ASI 21 From: Luke Blomfield Sent: Monday, July 08, 2013 10:46 AM To: Tundra Plumbing & Heating, Inc,; Jesse Hale; Hans Nowka Cc: Ken Parmenter; Samuel Wolfe; Darla (Hall Subject: KIB ASI 21 M1 RM 0MRAMNAMMV49aw Pu F+ ASI ''# 21 Purchaser: Kodiak Island Borough Date 7/10/13 Job No. 421 Job Name Kodiak Lonq Term Address Attn Luke Blomfield ..__________ Work Complete Yes Purchaser No —No X Sheet 1 of 1 QUAN. MATERIAL PRICE EA. AMOUNT DESCRIPTION OF WORT{ Cold Water Angel 1 stop $ 30 00 Ice make extra 1 tubing $ 35 00 EQUIPMENT & TOOLS Shop Deliveries Hrs. Backhoe Hrs. Welding Machine Hrs. Truck Miles Travel Hrs. Manlift Freight @ $ 25 Total E ui ment & Tools LABOR, FRINGES, BURDEN HOURS CLASSIFICATION RATE ST OT DT Project Manager Gen. Foreman Foreman Journeyman Operator Laborer Draftsman 1 $75,00 2 $ 110 TOTAL LABOR, FRINGES, BURDEN TOTAL MATERIAL & TAXES TOTAL EQUIPMENT & TOOLS DIRECT OVERHEAD SUBTOTAL 10% OVERHEAD 5% PROFIT SUBTOTAL INSURANCE BOND TOTAL THIS CHANGE REQUEST $ 295 $ 65 $ 25 $ 375 $38 CONSUMABLES $65 00 TOTAL MATERIAL COST PLUS % TAX TOTAL COST MATERIALS ANIS TAX $65 $19 $ 432 $ 432 Kodiak island Borough Long Term Care Facility Cost Proposal, 032 ASI 020 Modifv Electrical Circuits rs' •• .d ., Project KIB LTC labor Job Expenses Job No.: 12-355 Laborer - ST 0 Klan -Hours @ $ 55.55 $ - Requested By: Kodiak Island Borough Laborer- OT 0 Man -Hours @ $ 61..32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64.3.0 $ $ ASI 020 modifies power and data to Kronos time clocks, add WAPS per providence request, and Carpenter - OT 0 Man -Hours @ $ 71.01 $ provide two 30 amp circuits for IT equipment. Carpenter Foreman - ST 0 Man -Hours @ $ 619.95 $ Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Sheet E302 Breakroom 216 .. ADD —120V power Labor Subtotal $ centered on south wall for OFCI time clock, CKT B- 2.7, Material Expenses Materials 0 unit $ $ Sheet E401—Add WAPS and move data connection Material 2 0 unit $ $ for time clock, See replacement sheet. Material 3 0 unit $ $ Material 0 unit $ $ - Sheet E501 Comm. Closet 301— ADD — (2) Material 5 0 unit $ $ dedicated circuits for 208V, L6 -30R receptacles up Material Subtotal $ - 18°" at base of IT rack on east wall, CKT's H-13,15 & H'17,19. Other Job Expenses Sheet E802 Panel B - CKT 27 -- Modify description to be "KRONOS TIME CLOCK RM 216", 100 VA. Freight Small Tools Material Handling 2.50% 4.00% lbs of labor of labor $ $ $ Sheet E803 Panel H — Safety Equipment 1 1.25% of labor $ 1. CKT 13,15 — Modify description to be "IT (EQUIPMENT, RM 301" 30/2 amp Trip, 1500 VA. Equipment 2 Mob/Demob 2. CKT 17,15 — Modify description to be "IT Design & Engineering EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or Impact costs. The right is expressly reserved to make claim for any and all, of these related items of cost prior to final settlement of this contract. Endeavor $ 8,557 Subcontractor Costs $ 8,557 Markup on Subcontractors SO $ 685 Total Subcontractor Costs $ 9,241 Submitted by: Juke Blomfield Title: Construction Manager Date: 7/12/2013 Total Self Performed Respond By: 7/19/2013 Total Subcontractor Costs $ 5,241 Total Cost Proposal $ 9,241 Above priced are subject to change if not acceptedwithin 10 days. Approved by: Title: Date: Time Extension Required of 0 Days x KIB Long Term Care Cetter Architect's Supplemental Instructions :20 Subject: Electrical Modifications Author: Caroline Storm Held By: Caroline Storm Date Created: 07.02.2013 06:06pm Date Due: OT05.2013 ASI #: 20 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: See ESI # 005 attached. Additional Notes / Comments- Modifications based on PKIMC requested changes. Attached Files: ESI -005 - Modify Electrical circuits and add WADS - Complete,pdf Form Created To: Luke Blomfield 07.02.2013 06:06pm CC: Matt Gandel Forward To: Matt Gandel I From: Luke Blomfield 07.08.2013 110:26am cc: Matt, please close ASV 020. Thanks, Luke Comment By: Matt Gandel 07.08.2013 03:07pm CC: Form closed and placed back in the author's court. ELECTRICAL SUPPLEMENTAL INSTRUCTION (ESI) Architeetv R Almica, ESI NO.: 005 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DATE: 1 -Jul -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WOR RK DESCRIBED HEEIN. INSTRUCTIONS: Modify power and data to Kronos time clocks, add WAPS per providence request, and provide two 30 amp circuits for IT equipment. Sheet E302 Breakroom 216 - 1. ADD — 120V power centered on south wall for OFC1 time clock, CKT B-27. Sheet E401 — 1. Add WAPS and move data connection for time clock, See replacement sheet. Sheet E501 Comm Closet 301- 1. ADD — (2) dedicated circuits for 208V, L6 -30R receptacles up 18" at base of IT rack on east wall, CKT's H-13,15 & H-17,19. Sheet E802 Panel B - 1. CKT 27 —Modify description to be "KRONOS TIMECLOCK RM 216", 100 VA, Sheet E803 Panel H — 1. CKT 13,15 —Modify description to be "IT EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. 2, CKT 17,19 — Modffy description to be "IT EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. Attachments: Sheet E401 BY: Eric Bridgman — PDC AiThilects Alaska, Inc. 900 1V 5th j4ve?, Sn ite 403 /Up rhornAte, .4 lashet 9'9'501-202 9 1 of I com 191 E. Szo(inson Ave, Suit,, 203 i+as X(i, iAla%het 99654-7025 SKEET NOTES ,` rdtitects NAS sa �Qv �j uR »�R Ala vha T cf�x cep nva<„rt�g grana viewrwmm�Nis � - ,,.,�,-,� „,pMAm, ,aEffAgRa A w . R,���,a� a�,.�R�€,�:A�d,�.���€a � �a.,._�,..•, ['F.?6w4'laFiwi0.c,sw.ERwuc t..:a" _ gysnYssi ,rn:rOf LUa5a4TRu ac ccsvvrZesvJ.. o: �..r6gcareew pAwqu, &fi)us� E+cvtnslncH tvS K.�ti'f--.mow-.nG n. Lti .`�[Yt •.,i<. '� •.. -.�.. •.3,•.. 'N RGC� - r er6€ 4oT€L:a-:vfiaPM u+SE.L�W9iEVFA, bmnxrrzame., 3.euityemia -.5--M,1- . r,awewg_ ua: Q :sA taunxurtL`f €tfc'�CN_SrtEA. Nu. I' �.n P.IZ. ca2en - -.. Cyr=ss qli. A9xrs£ TFs wGN @€€ raESf FN:m.N3 a_aA. _„� Rueaf Eaa AncF NG, trSu •, •:u>-• Hpsa AaiD 4SigcIX+NE€ GV Tou3AN iw� [W.cvc%€13!„€Y aa±u, cq wx36A n+.x[asxnriwx de� ah sni:Cr= c€Y�ti.iwiLLL �� tMY:�cT eq.-FR�vec P,.na dA' R� �{� 56e £awilE ID R r� t Elul 9 Am 29 1 C cl Imf E€} Cil �i7 ,. — } p” C�fl II �. .csxsrva ort €7 r CEOar, LM T cm eexxM ELI cm "a 6 , _ s 3 LEVEL 1 -FIRE/SECURITY#IT I'LAIV ctr I rWIW -IIT - c,� eN. E 409 July 10, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -020 Dear Sir: The cost for ASI — 020 will be $8,556.83. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Rate 1.00 78.37 10.00, 80.05 3,00 14.00 10.00 5= 1.00 17 A Tr-- PAGE 07/11113 1 TIME G&I 5 AM Amount 1 5.025,72 5.026.72 1,742.96 2.22e, 177.71 1,920.66 150.77 311.36 462',.13 7,408.51 740,86 8,149,36 40T47e 8'5613.83 8,666,83 Data CornmIndust TSC/TP/NECA11101 ENDEAVOR ELECTRIC J061 KODIAK LONGTERM CARE FACILIT P.O, BOX 102002 Bi"d ASI.020 ANCHORAGE, ALASKA 99510 Phone: (907) 279-1002 FAX: (907) 279-1003 Description j Rat Ref Amount Op I MATERIAL TOTAL: Mal Tot 5,025.72 2 SUBTOTAL 3 ............... I.... 4 AVERAGE RATE Lob Tot 22.24 >5 GENERAL FOREMEN HRS Lab Tot 22,24 % 6 GENERAL FOREMEN RATE Line 5 2,22 7 SUBTOTAL 8 ..................... 9 TOOLS EXPENDABLE Mat Tai 5,025.72 % 10 PER DIEM Cato 22,24 11 SUBTOTAL 12 ........... 13 JOB SUBTOTAL 14 ........ -'. 15 OVERHEAD MARKUP % Line 13 7,408,51 % 16 JOB TOTAL 17 ......... 18 PROFIT Line 16 % 19 JOB TOTAL + PROFIT Line 18 407.47 21 WD TOTAL Rate 1.00 78.37 10.00, 80.05 3,00 14.00 10.00 5= 1.00 17 A Tr-- PAGE 07/11113 1 TIME G&I 5 AM Amount 1 5.025,72 5.026.72 1,742.96 2.22e, 177.71 1,920.66 150.77 311.36 462',.13 7,408.51 740,86 8,149,36 40T47e 8'5613.83 8,666,83 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 7/11/2013 TIME 8:12:14 AM MATERIAL Primary Pricing LABOR Primary Labor NOTES Item #ze Item Desc Section : Section 007: ASI -020 Category 000: (None) Mem ASI -020 ENDEAVOR ELECTRIC P.O. BOX 102002 ANCHORAGE, ALASKA 99510 208V. L6 30R DEDICATED CIRCUIT . ... ... ... Category: Category 003: CONDUIT --TYd-1 1 1112" 1 EMT Category: Category 005: FITTINGS 5339 1/2 MT -- Z§fEE��ddi4N STEEL SS COUP 5295 11/Z; 12T (907) 279-1002 egory: Category 007: HANGERS/STRAPS & MISC HARDWARE 7071 w --- —dbY�-56P dU —MTL St—ub- 7335 CAbbV-356-BOX ---j5t _AE Ml Category: Category 009: BOXES/RINGSIGOVERS E903D0_4 i�261�PLAST� 1 SQ ----------- Category : Category 010: WIRING DEVICES & PLATES Mat Ext Lbr Unit Lbr Ext I 8,001 8.00 4.50 9.DD Page 1 of 1 00D 03 3.00 6.00j.. 3 q0 1.25 12.54 0..D3 fly 0.30' 0� 95 2.331 2.331__ D 0,12 14.43 ......... . ... .......... . ... - - - "-l-.---.,.. 1-k-33, — -11 11 'L "-' ---' (0.23 _ -42 011: WIRE 85,06 0.03 5,025.72 1,09 006 J22.24 0, 12 012 2.67 L4101 0 05 7 —=M Page 1 of 1 1P HUBBEt_L CS12G-1 6.00j.. 0 1�8 10572 1G fly —1,00 1.0 2.331 2.331__ OX5 5 ... . .. ......... . ... .......... . ... - - - "-l-.---.,.. 1-k-33, — -11 11 'L "-' ---' (0.23 _ :Category 011: WIRE 85,06 0.0 36 5,025.72 - 2 J22.24 Page 1 of 1 KODIAK ISLAND BOROUGH i 710 MILL ]IsAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Amount of Contract & Change Order Kodiak Lon 2 Term Care Center Desi 2 — Original Contract $ 15,414,346.00 495-535 452.150 09010.5 Previous Changes $0 Contractor This Change $0 Davis Constructors and Engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Revised structural details required due to plan check review - $7,80-2.00 $ 0 2) Modify breakroom casework, plumbing, and power to accommodate full size refrigerator - $56-00 -, 3) Code required modifications to ductwork for kitchen and pantry - $4,152.00 4) Modify power and data to relocate time clock, add wireless access points, and provide dedicated circuits for IT equipment - $9,241.00 - Total cost to be deducted from GMP savings/contingency. Savings/contingency summM is attached. There is no increase to the GMP as a result of this change. 1 The time provided for com etion of the contract is ((E unchanged) incr��sed) decreased) by 0 calendar days. This document shall become endment to the contract and all provisi 9 0 sof contract will apply thereto. Accepted By: Contractor's Representative LU K C, _) 01 ry D Recommended: f� NN Engineering/Facilities Dire Approved By: eltl Manager (Less Than $10,000 1 for all change orders on this con ct) 1 Date 1 ' aZ4 Date 77-349-(� Date 2�- 3 1 If the change order or orders exceeds* 0 00) dollars, it will require the signatures of.- _ �1 A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2.013 Potential GIVIP Savings Subcontractor Description Original Budget BuVout + Acoustic Ceiling $ 33,900.00 $ 50,060.00 $ I (16,160.00) Asphalt Paving Casework & Window Sills $ $ 312,844.00 $ 211,402.00 $ 288,520.00 209,484.00 $ $ 24,324.00 1,918.00 Ceramic Tile Clearing & Grubbing $ $ 112,440.00 $ 60,000.00 $ 82,477.00 38,000.00 $ $ 29,963.00 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772-67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping Concrete Sidewalks $ $ 32,988.00 $ 100,754.00 $ 18,780.00 65,689.29 $ $ 14,208.00 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Overhead Door Pavement Striping $ $ 4,750.00 4,360.001 $ $ 6,644.00 2,900.00 $ $ (1,894.00) 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing Sprinkler System $ $ 89,640.00 172,480.00 $ $ 115,200.00 175,700.00 $ $ (25,560,00) (3,220.00) Tape/Paint ,347.00 $ 176,689.00 f $ 144,658.00 Subtotal Potential Savings $ 1,133,2091.04 Transferred to Contingency $ (422,000.00) Total Potential Savings $ 711,209-04 Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: July 23, 2013 Construction Contingency I Original Contingency $ 75,000.00 Transferred from Savings $ 422,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from -cast iron to firetube $ (21,463-95) 3 Intall new storm drain manhole $ (10,958.00) 4 5 Install patio drainage $ (6,880.00) Install geotlextile fabric under entire slab $ Vinyl siding savings $ (6,549.00) 4,691.00 Upgrade interior and exterior door package $ (66,643,00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry $ (70,856.00) Windowsill material upgrade $ (7,392.00) 7 Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ Add floor cleaniouts and sinks $ Provide domestic water connection $ (32,472.00) (3,644.00) (7,927.00) 8 Cemetery retaining wall fencing $ (27,699,00) Provide ADA planter boxes $ (7,958.00) Acid cultured stone at columns $ (36,411.00) 9 Add accent tile at resident restrooms $ (8,308.00) j Upgrade vinyl flooring $ (351.00) 10 11 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.001) Upgrade light fixtures and add light bollards $ Upgrade closet to adjustable shelving $ (41,507.00,) (8,502,00) Check dams, topsoil, seed at road swale $ (18,900,00), Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ Total Contingency Deductions $ (461,190.14) I Current Contingency $ 35,8139.86 Page 2 of 2 Kodiak Island Borough Long Term Care Facility Cost Proposal # 028 ASI 017 Revised notes on S511&512 Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61,32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64-30 $ $ Per ASI 017, revise the following notes: Carpenter -OT 18 Man -Hours @ $ 71.01 $ 1,278 5511 Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - detail 9., revise nailing to 10d @ 4" OC Carpenter Foreman - OT 18 Man -Hours @ $ 77.20 $ 1,390 Labor Subtotal $ 2,668 5511 - detail 27 revise hardware to simpson LTP4 @ 16" Material Expenses 0C Lumber I lot $ 3,598.00 $ 3,598 - detail 4: revise hardware to simpson H6 @ each Hardware I lot $ 311.70 $ 312 truss Material 3 0 unit - detail 5: revise note "sismic horizontal shear load Material 4 0 unit $ $ in truss to 660LB/FT" (to add the additional load Material 5 0 unit $ - shear walls must be extended from bottom of truss Material Subtotal $ 3,910 to the roof sheathing) Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ 66.69 Material Handling 4.00% of labor $ 106.71 Safety 1.25% of labor $ 33-35 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 207 This proposalt is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed 6,784 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ 1,018 rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ 7,802 costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ Markup on Subcontractor. 8% $ Total Subcontractor Costs $ Submitted by: Luke Blomfield Title: Construction Manager Date: 2/10/2013 Total Self Performed $ 7,802 Respond By: .7/17/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 7,802 Approved by: Above priced are subject to change if not accepted within 10 days, Title: Date: Time Extension Required of 0 Days LKIISLEIN MATCHW SIMPSDNt SEE PLM WALL OPENING 1 �A•n,� FL 19 ESS% m nctu PLe. nv�rcn EPPmG MECFRON; h. ax kCkm (SEEP.AN) R €FAJUti ma Z�MNGSNm EGT Lk P m TEA21WtTE ATDMR3kRiB OR WAR WALLOP- W MST 1-I'Ve m POST TO W BM 2X•F ISTTY3 FL`JDASHFATi6NG t:hFR 3'C'l4H -- 2-p• R9C� SHEAT1i1NG NARIk,�R 6EN.: F1 N9'Fs' �?'- Rfyg6plID � 3 S$LI4G 1W ,M 'VLING PE��.�.EA-R W€& WALLSCHEP 26 WE FRAkIMG Si1FF N€R f 4 E JMT PER MFR i q sm 44� WV 5 FAENb — mqv STAWERD ; tEe ww d Rk+J EGMT 2-SUPSGN HR EAJQASi ""POSTI6TMn — SR3P wt ..,T$ FAT•Ah'G PEk SfARWW s S.9 1 -101ST TO WALL 1 SDGF ILtil1h'G PERPLAN PERPN PLANNEW �_I-IflLDDOV�IN AT CORNER ( m IY� GL BM TO POST 2.7XOM-5 PL 1f4 EE PL '9 SEAT t` .t la 2-i2.05GLTS - - 6WP? GM EME WILING P„X!f yiEdfib'HG LICISf &-00<M MDWEBSTV�FENER h imn S4fM=LPTS Wh1L S9 EAIILING- g,.01ST @ INTERIOR WALL ffie ,C PUdtiiRAQM EDGE RWFSRE.i"F1LNG N LIW I SHEA9 WNS ECCE MLN, 2s G"W N'AILENEATHm WALL CONN sm EM aTO§iNAaa GLT: rs ALIS � @GCL 5 12 1 Yd'=F'�C' GL BM TO GL BMJ '--�9€s MsTUD ii G3 MR. 1� ]- A KSTM rel GL BM AT ENO OF WALL �� 39 d GLEE POST {� GL �M TO -POST �l va^.;•�P F09 B .7WOBOLTS R NSEAT FL t..Ya Jd1p'@BIXTS I JOIST TOGL BM srs n: w.t�.. sa.vwx vnnz>xti u�. �...t�iat� st'-..% �.-... xrs+a •fib)INA KTNG S1dX,' I ( I&1 Pa d'(iE AsrlsFoau STW. EREa3 EASEiE y®. �cNFban Pale � c[H.&4aNs C�9 tY 935 ;� ptayge l+Y Pal® NFIXSTaxS ¢^,3t1€ floe Jt M' .loE tpa. 1JF[x SF1a9S �6Vf "� Ems'"' Tdi � wo. GL BM POCKET AT WALL 5551 1 J� S«•=ea 2X•F ISTTY3 FL`JDASHFATi6NG t:hFR GEtiM�hTES FLvwroua W€s STE-F€RNSR EA SUE —S s,)KRUS#48 �1XIST E HAiGFi[�Rb<lf $wBk ltts MAN;...9O€LU4, q sm I JOIST TOGL BM srs n: w.t�.. sa.vwx vnnz>xti u�. �...t�iat� st'-..% �.-... xrs+a •fib)INA KTNG S1dX,' I ( I&1 Pa d'(iE AsrlsFoau STW. EREa3 EASEiE y®. �cNFban Pale � c[H.&4aNs C�9 tY 935 ;� ptayge l+Y Pal® NFIXSTaxS ¢^,3t1€ floe Jt M' .loE tpa. 1JF[x SF1a9S �6Vf "� Ems'"' Tdi � wo. GL BM POCKET AT WALL 5551 1 J� S«•=ea fIX TRU b@ BETWEEN TRUSSES h STGCS TYPICAL SAVE W ad.oC� ,wKk $HERS Yfd, scMMLE WR LSH€A &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a :9MPSON H25 VARIES RW SHEAT m r BLOTICKING EXiENU EA43ST lm@4. Lc UNESATTOFASIDEQF aRAGEVW';A@I'UC --7 SMW57sT LATS 1 AN'GL MaJNP.ING 2 I -JOIST TO W BM art �•=TV EA MM SIMPSWf arl ROOF SHEATHES 7a5Et TRUSSES ST3122 FNUSS 1 s<• RcwaT�aTwa+G Tmg TGC S'S'FSQN CRIST Sx S'I€M WRL SCHLO'J' e. ma' RCf teN Row 'EEkANFORSPEE b,Rw >' SHEAr G BRIMM GIMPGCN WMPSUN ABS €Uifi �FP.SRNfk &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a KTEr \q ROOF TRUSS SHEARWALL TO GL 11M SA,Ms M BRACE OCCURS AT EACH IT:RMAL WEB WM3ER OR TRUSS R SS GABLE WALL BLOCKING AB Cheek §y 3�Ma. MaJNP.ING 2 I -JOIST TO W BM art �•=TV YI'R.10 K!F ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES Ka*a•as FNUSS 1 s<• RcwaT�aTwa+G Tmg TGC S'S'FSQN CRIST BORiOd ma' RCf teN Row 'EEkANFORSPEE SHEA7T NG >' SI>vG€R EARfiR' a6m FA 'w SINKER@,OQ; HLY_!F 1RLCi Sid[ aEA e9 R4Y.' R EN Ra TRUSS h59LGGNIW^T6PdaDl`€ CAPP sw?SONY R�€Tea=s 'PI @ PER v ` 8ERLN E �- Px&SIUUWAE @24-M SMEAR WAEL @s'A•tc LFT RAR WEASt6ETRUSS SSNaU WS URRAR tw @,r 4i: TP TRPS$ 1. SEE MdYL'EFUR FURTER @€0 SUFP RTMCKET = � ZSIMSP NESTRAPS WALLSH WALL SCIEWtE LIFT SUPPORTDRAG EATRUSS STRAP r , WRA MAIN ROOF TRUSS �04- iiSTUD WALL -OA€R WALL. SXEATHING SHEAR WALL SEN€JULE. &SIUDWALL LOU •,p5�;'pO W E ;ti4RiZ0ilfAi SHEAR LOPIP IN TRUSS I ROOF TRUSS &S Lo yYaz ROOF TRUSS PARALLEL SHEAR VVALL PERPINDICULAR SHEAt WALL e'c � rr= .•a \q ROOF TRUSS SHEARWALL TO GL 11M HOU R SS HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. MaJNP.ING _ALiRYG I -JOIST TO W BM art �•=TV YI'R.10 K!F ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES SHEAIN FNUSS 1 UNISIRVF Pi1aT aBAT�ELSS Tmg TGC S'S'FSQN CRIST BORiOd _HEAMTNG teN Row 'EEkANFORSPEE dtBR@ UNISTR[PPSpL4T SI>vG€R EARfiR' a6m FA 'w SINKER@,OQ; Sid[ aEA e9 R4Y.' R EN f4 2 5EUCK6NG v ` 8ERLN E �- Px&SIUUWAE CEN@iv CR IV THREADED ROD @s'A•tc LFT RAR WS URRAR aEYtL CLR 3x 1. SEE MdYL'EFUR FURTER @€0 SUFP RTMCKET = � 2 ULSIGN BPTIL A Gff 3FPE9R fr�GiS. WALLSH WALL SCIEWtE LIFT SUPPORTDRAG SEE SK 3 STRAP r , .t tvOC'& MAIN ROOF TRUSS \q ROOF TRUSS SHEARWALL TO GL 11M WRE-111 RK HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. _ALiRYG I -JOIST TO W BM art �•=TV YI'R.10 ALTJNn .INftle.TmSSS � I S il25CREVIS 7a5Et TRUSSES SHEAIN m4a•OC €YM.MRR F Tmg TGC _HEAMTNG ROOFSHEAMNG R EN v ` 8ERLN b3 C„'L•NG -BLO.MG @s'A•tc aEYtL CLR 3x UPERS EAR = � WALLSH WALL SCIEWtE SEE SK 3 SABLE ES: NAtwo .t tvOC'& MAIN ROOF TRUSS �04- iiSTUD WALL 3._,.,. NFILL TYPICAL I ff�-,101ST TOW BM RL w SBMA CS%iT12 rGv�eGr,n PW Aadd&,& ,A7asa. R6 TRUSS 9EAR ON GL mY EA SI:#T ,W [CC§4'OCTO TUT RVS IW@4'X BBFI aaMPt^ EAiRi�.+ t _�fstn inFEsi � Bt Blt \q ROOF TRUSS SHEARWALL TO GL 11M fkaem by Oa! S2i@S PLATE 3$ 3.lA'mffiB RGOR: W aM 14MT HSS CGL SOT @SHEAR PLATE WYALLS�T RC SHEAR WALL STRAP ,W Naai @Trina Imo Sm iHat� 6C NVUD SE, GOND FLOOR 1 -101ST RIMI 1W.AlI SLEAMIM TAB STU S S EAR Wt $011EMIE R&1iQ x45G1i=c€RERG SLVRStm GS STRAP SEE ALAN €ORLOCATKM I r N91ST �'ha 6LOOR SHERF{:TNG /// d ��°� Na raeasriR4en gets r�u.A `. 3wYa S �rs fkaem by Oa! HAtiGER STE ENEREn � SkT=TYP Cheek §y 3�Ma. Sheat Ccntsnas I -JOIST TO W BM art �•=TV SheA No. S512 Kodiak Island Borough Long Term Care Facility Cost Proposal # 030 ASI 019 Make un air revisions Project KIB LTC Labor Job Expenses Job No,: 12-355 Laborer - ST 0 Man -Hours @ $ 55-95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter -ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ Per ASN 019, revised the foilowing: Carpenter -OT 0 Man -Hours @ 71.01 $ 1, Sheet M402—Ventilation Plan East— Level I Carpenter Foreman -ST 0 Man -Hours @ $ 69.95 a. CHANGE duct and diffuser layout for AHU-1. See Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 replacement sheet M402. Labor Subtotal b, ADD transfer air between pantry and kitchen. See replacement sheet M402. Material Expenses Material 1 0 unit 2. Sheet M404— Large Scale Ventilation Plan — Material 2 0 unit $ $ Level 2 Material 3 0 unit $ $ a, CHANGE duct layout for AHU-1. See replacement Material 4 0 unit $ $ sheet M404. Material 5 0 unit $ $ Material Subtotal Other Job Expenses Freight lbs Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This propose I is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ of these related items of cost prior to final settlement of this contract, Tundra $ 3,844 Subcontractor Costs $ 3,844 Markup on Subcontractors 8% $ 308 Total Subcontractor Costs $ 4,152 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/11/2013 Total Self Performed $ Respond By: 7/18/2013 Total Subcontractor Costs $ 4,152 Total Cost Proposal $ 4,152 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days XMB Long Term Car J1% 6 Center Architect's Supplemental Instructions -. 19 Subject: Make Up Air Revisions Author: Caroline Storm Held By: Caroline Storm Date Created: 06.28.2013 02:24pm Date Due, 07.01.2013 ASI #- 19 Job #. 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Refer to Attached MSI -05 Attached Files: KLTCF MSI-05.pdf Form Created To: Luke IBlomfield 06.28,2013 02:24pm CC: Matt Gandel Forward To: Matt Gandel I From. Luke Blomfield 07.08.2013 10:21am CC: Matt, please close AS[ 019. Thanks, Luke Comment By: Matt Gandel 07.08.2013 03:07pm CC: Form closed and placed back in the author's court. MECAAit MSI NO.: 05 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DISTRIBUTION: E]OWNER DARCHITECT EICONTRACTOR EIFIELD LOTHER DATE: 27 -June -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. TRIS IS ROT A CAANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. INSTRUCTIONS: Ductwork layout modifications for the makeup air unit CHANGES TO DRAWINGS 1. Sheet M402 —Ventilation Plan East— Level 1 a. CHANGE duct and diffuser layout for AHU-1. See replacement sheet M402. b. ADD transfer air between pantry and kitchen. See replacement sheet M402. 2. Sheet M404 —Large Scale Ventilation Plan —Level 2 a., CHANGE duct layout for AHU-11, See replacement sheet M404. ATTACHMENTS: M402 M404 BY: Aivhiteca Alavka, lyw. W)O W 5M Aue, Suite 40.3,4W-hora4ge, Alaska 99501-2029 1 ofI w(hitedsalaska,ewn 191 E. Swanson Av?, Svite 203 Wasilla, Alaska 99054-7025 uk HF o W JIM -1 941 E Ma F.- 919RIV 106piopuy CN CD uIIIOVJ 38VO Mai ON01 aNV ISI AVICOM Honows aNVISDIVIGO)l j7- 44 - 7� ... . . .. 219 IS, LU z LLJ Dmij DuvAwa n,I w., m1m I, z a SHEET UaWS tii'€:�[PL@CfS wonu.0 �} r^.x�c nvw+ncw.eecoxa�w,mav<a-Ala&a !' '1 i wunnxc..ENVM � BEY Mda3 zt*Fn rA wau .rctttleGnf3AAa la liv€c€a�§c i = E } - MEC1ihN1CAL 1 _ t rc5 nrnE. 6uwR0.a 5E€sa1�. _ _ i i ex n€ { ( i C ----- i ! i � :ems efrr J I LLL S ' 9 �� 2! cl 8 Y ri- C3 ti EPP f - cnwx cy i'a�ir o� -, IN-- VENTILATION rascVENTILATION PLAN - LEVEL 2 LARGE SCALE 2 7 I 8 M 404 AS[ # 19i Date 7/11 Purchaser: Kodiak Island Borough Job No. 421 Address Attn: Luke Blomfield Purchaser No. Job Name Kodiak Long Term Care Facil Work Complete Yes No X Sheet 1 of—1 QUAN. MATERIAL PRICE EA. AMOUNT DESCRIPTION OF WORK 1 Gf uote $3,268 00 EQUIPMENT & TOOLS Shop Deliveries Hrs. Backhoe Hrs. Welding Machine Hrs, Truck Miles Travel Hrs. Manlift Total Equipment & Tools LABOR, HOURS FRINGES, BURDEN CLASSIFICATION RATE ST OT DT Project Manager Gen. Foreman Foreman Journeyman Operator Laborer Draftsman $75,00 TOTAL LABOR, FRINGES, BURDEN TOTAL MATERIAL & TAXES TOTAL EQUIPMENT & TOOLS DIRECT OVERHEAD SUBTOTAL 10% OVERHEAD 5% PROFIT SUBTOTAL INSURANCE BOND TOTAL THIS CHANGE REQUEST $ 75 $3,268 $3,343 $334 $167 $3,844 $3,844 CONSUMABLES $3,268 00 TOTAL MATERIAL COST PLUS — % TAX TOTAL COST MATERIALS AND TAX $3,268 00 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63,72 $ 64.30 $ $ Per AS] 021, revise the following notes: Carpenter -OT 0 Man -Hours @ $ 71.01 $ Modify Break Room 216 casework to Carpenter Foreman - ST 0 Man -Hours @ $ 69,95 $ accommodate a refrigerator. Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Labor Subtotal $ Provide a fixture shut-off stop valve on the cold water supply below the break room sink with dual Material Expenses stops. One to serve the sink faucet CW connection Material 1 0 unit $ $ and the other to server the icemaker. The stop Material 2 0 unit $ $ serving the icemaker shall use a compression Material 3 0 unit $ connection. Route the ice makers water supply Material 4 0 unit $ $ tubing from the compression stop within the Material 5 0 unit $ casework below the counter, then out from the Material Subtotal counter to the icemaker water connection. Provide enough excess tubing behind the refrigerator to Other Job Expenses permit pulling the refrigerator out for servicing. Freight Ibs $ Small Tools 2.50% of labor Sheet E302 Breakroom 216 - Material Handling 4.00% of labor 1. CHANGE — Quaciplex receptacle in NE corner to Safety 1.25% of labor be duplex receptacle. Receptacle to be located up Equipment 1 48" AFF, Equipment 2 Sheet E802 Panel Schedule B — Mob/Demob 1. CHANGE Circuit 10 — VA to be 1500, Circuit Design & Engineering Description to be "REFRIGERATOR, BREAKROOM Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs. The right is expressly reserved to make claim for any and all Nowka $ (380) of these related items of cost prior to final settlement of thus contract. Tundra $ 432 Subcontractor Costs $ 52 Markup on Subcontractor! 8% $ 4 Total Subcontractor Costs $ 56 Submitted by: Luke Blomfield Title: Construction Manager Date: 7/10/2013 �Total Self Performed $ Respond By: Total Subcontractor Costs 56 Total Cost Proposal $ 56 Above priced are subject to change if not accepted Within 10 dIV5, Approved by: Title: Date: Time Extension Required off 0 Days !IUB Long Term Care Center Subject: Break room 216 Author: Caroline Storm Held By: Caroline Storm Date 07.03.2013 11:17am Date Due: O7.082013 Created: ASI #: 21 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Modify Break Room 216 casework to accommodate a refrigerator. See revised D3/A408 attached See ESI 004 attached for related electrical modifications Provide a fixture shut-off stop valve on the cold water supply below the break room sink with dual stops. One to serve the sink faucet CW connection and the other to server the icemaker. The stop serving the icemaker shall use a compression connection. Route the ice makers 'water supply tubing from the compression stop within the casework below the counter, then out from the counter to the icemaker water connection. Provide enough excess tubing behind the refrigerator to permit pulling the refrigerator out for servicing. Attached A403 for ASI 2 1. pdf Files: ESI -004 - Add power for Breakroorn Refrigerator. pdf Form To. Luke Blomfield Created CC: Matt Gandel 07.012013 11:17am Forward To: Matt Gandel I From: Luke Blomfield 07.08,2013 CC: 10,41 am Matt, please closes A] 021, Thanks, Luke ELECTRICAL SUPPLEMENTAL INSTRUCTION (ESI) P7 Anhitects Akiska ESI NO.: 004 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DATE: 25 -Jun -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. A 1-TORA DESCRIBEEi WETEIIV, INSTRUCTIONS: Provide power for new breakroorn refrigerator. Sheet E302 Breakroorn 216 - 1. 1. CHANGE — Qivadplex receptacle in NE corner to be duplex receptacle, Receptacle to be located up 48" AFF. Sheet E802 Panel Schedule B — 1. CHANGE Circuit 10—VAtobe 1500, Circuit Description to be "REFRIGERATOR, BREAKROOM 2116", ATTACHMENTS: None BY: Eric Bridgman — PDC Arch Weis Altuha, Inc. 900 lij 51h AVP, &uilp 40.3 zberhoragx,, A lasha 9950/-2029 1 of I 197 E. SwansonAve., Suife 203 14,4sillet, AkWio 99654-7025 O-!,A,IUI —71.;�T fml LLU Y VVEST 11A' m jR HREAK ROMI F.11 E, [$I.*] Luke Blomfield From: Hans Nowka (hans@nowkacabinets.com] Sent: Thursday, July 11, 2013 10:40 AM To: Luke Blomfield Subject: RE: KIB ASI 21 From: Luke Blomfield Sent: Monday, July 08, 2013 10:46 AM To: Tundra Plumbing & Heating, Inc,; Jesse Hale; Hans Nowka Cc: Ken Parmenter; Samuel Wolfe; Darla (Hall Subject: KIB ASI 21 M1 RM 0MRAMNAMMV49aw Pu F+ ASI ''# 21 Purchaser: Kodiak Island Borough Date 7/10/13 Job No. 421 Job Name Kodiak Lonq Term Address Attn Luke Blomfield ..__________ Work Complete Yes Purchaser No —No X Sheet 1 of 1 QUAN. MATERIAL PRICE EA. AMOUNT DESCRIPTION OF WORT{ Cold Water Angel 1 stop $ 30 00 Ice make extra 1 tubing $ 35 00 EQUIPMENT & TOOLS Shop Deliveries Hrs. Backhoe Hrs. Welding Machine Hrs. Truck Miles Travel Hrs. Manlift Freight @ $ 25 Total E ui ment & Tools LABOR, FRINGES, BURDEN HOURS CLASSIFICATION RATE ST OT DT Project Manager Gen. Foreman Foreman Journeyman Operator Laborer Draftsman 1 $75,00 2 $ 110 TOTAL LABOR, FRINGES, BURDEN TOTAL MATERIAL & TAXES TOTAL EQUIPMENT & TOOLS DIRECT OVERHEAD SUBTOTAL 10% OVERHEAD 5% PROFIT SUBTOTAL INSURANCE BOND TOTAL THIS CHANGE REQUEST $ 295 $ 65 $ 25 $ 375 $38 CONSUMABLES $65 00 TOTAL MATERIAL COST PLUS % TAX TOTAL COST MATERIALS ANIS TAX $65 $19 $ 432 $ 432 Kodiak island Borough Long Term Care Facility Cost Proposal, 032 ASI 020 Modifv Electrical Circuits rs' •• .d ., Project KIB LTC labor Job Expenses Job No.: 12-355 Laborer - ST 0 Klan -Hours @ $ 55.55 $ - Requested By: Kodiak Island Borough Laborer- OT 0 Man -Hours @ $ 61..32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64.3.0 $ $ ASI 020 modifies power and data to Kronos time clocks, add WAPS per providence request, and Carpenter - OT 0 Man -Hours @ $ 71.01 $ provide two 30 amp circuits for IT equipment. Carpenter Foreman - ST 0 Man -Hours @ $ 619.95 $ Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Sheet E302 Breakroom 216 .. ADD —120V power Labor Subtotal $ centered on south wall for OFCI time clock, CKT B- 2.7, Material Expenses Materials 0 unit $ $ Sheet E401—Add WAPS and move data connection Material 2 0 unit $ $ for time clock, See replacement sheet. Material 3 0 unit $ $ Material 0 unit $ $ - Sheet E501 Comm. Closet 301— ADD — (2) Material 5 0 unit $ $ dedicated circuits for 208V, L6 -30R receptacles up Material Subtotal $ - 18°" at base of IT rack on east wall, CKT's H-13,15 & H'17,19. Other Job Expenses Sheet E802 Panel B - CKT 27 -- Modify description to be "KRONOS TIME CLOCK RM 216", 100 VA. Freight Small Tools Material Handling 2.50% 4.00% lbs of labor of labor $ $ $ Sheet E803 Panel H — Safety Equipment 1 1.25% of labor $ 1. CKT 13,15 — Modify description to be "IT (EQUIPMENT, RM 301" 30/2 amp Trip, 1500 VA. Equipment 2 Mob/Demob 2. CKT 17,15 — Modify description to be "IT Design & Engineering EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed $ materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or Impact costs. The right is expressly reserved to make claim for any and all, of these related items of cost prior to final settlement of this contract. Endeavor $ 8,557 Subcontractor Costs $ 8,557 Markup on Subcontractors SO $ 685 Total Subcontractor Costs $ 9,241 Submitted by: Juke Blomfield Title: Construction Manager Date: 7/12/2013 Total Self Performed Respond By: 7/19/2013 Total Subcontractor Costs $ 5,241 Total Cost Proposal $ 9,241 Above priced are subject to change if not acceptedwithin 10 days. Approved by: Title: Date: Time Extension Required of 0 Days x KIB Long Term Care Cetter Architect's Supplemental Instructions :20 Subject: Electrical Modifications Author: Caroline Storm Held By: Caroline Storm Date Created: 07.02.2013 06:06pm Date Due: OT05.2013 ASI #: 20 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: See ESI # 005 attached. Additional Notes / Comments- Modifications based on PKIMC requested changes. Attached Files: ESI -005 - Modify Electrical circuits and add WADS - Complete,pdf Form Created To: Luke Blomfield 07.02.2013 06:06pm CC: Matt Gandel Forward To: Matt Gandel I From: Luke Blomfield 07.08.2013 110:26am cc: Matt, please close ASV 020. Thanks, Luke Comment By: Matt Gandel 07.08.2013 03:07pm CC: Form closed and placed back in the author's court. ELECTRICAL SUPPLEMENTAL INSTRUCTION (ESI) Architeetv R Almica, ESI NO.: 005 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DATE: 1 -Jul -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WOR RK DESCRIBED HEEIN. INSTRUCTIONS: Modify power and data to Kronos time clocks, add WAPS per providence request, and provide two 30 amp circuits for IT equipment. Sheet E302 Breakroom 216 - 1. ADD — 120V power centered on south wall for OFC1 time clock, CKT B-27. Sheet E401 — 1. Add WAPS and move data connection for time clock, See replacement sheet. Sheet E501 Comm Closet 301- 1. ADD — (2) dedicated circuits for 208V, L6 -30R receptacles up 18" at base of IT rack on east wall, CKT's H-13,15 & H-17,19. Sheet E802 Panel B - 1. CKT 27 —Modify description to be "KRONOS TIMECLOCK RM 216", 100 VA, Sheet E803 Panel H — 1. CKT 13,15 —Modify description to be "IT EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. 2, CKT 17,19 — Modffy description to be "IT EQUIPMENT, RM 301", 30/2 amp Trip, 1500 VA. Attachments: Sheet E401 BY: Eric Bridgman — PDC AiThilects Alaska, Inc. 900 1V 5th j4ve?, Sn ite 403 /Up rhornAte, .4 lashet 9'9'501-202 9 1 of I com 191 E. Szo(inson Ave, Suit,, 203 i+as X(i, iAla%het 99654-7025 SKEET NOTES ,` rdtitects NAS sa �Qv �j uR »�R Ala vha T cf�x cep nva<„rt�g grana viewrwmm�Nis � - ,,.,�,-,� „,pMAm, ,aEffAgRa A w . R,���,a� a�,.�R�€,�:A�d,�.���€a � �a.,._�,..•, ['F.?6w4'laFiwi0.c,sw.ERwuc t..:a" _ gysnYssi ,rn:rOf LUa5a4TRu ac ccsvvrZesvJ.. o: �..r6gcareew pAwqu, &fi)us� E+cvtnslncH tvS K.�ti'f--.mow-.nG n. Lti .`�[Yt •.,i<. '� •.. -.�.. •.3,•.. 'N RGC� - r er6€ 4oT€L:a-:vfiaPM u+SE.L�W9iEVFA, bmnxrrzame., 3.euityemia -.5--M,1- . r,awewg_ ua: Q :sA taunxurtL`f €tfc'�CN_SrtEA. Nu. I' �.n P.IZ. ca2en - -.. Cyr=ss qli. A9xrs£ TFs wGN @€€ raESf FN:m.N3 a_aA. _„� Rueaf Eaa AncF NG, trSu •, •:u>-• Hpsa AaiD 4SigcIX+NE€ GV Tou3AN iw� [W.cvc%€13!„€Y aa±u, cq wx36A n+.x[asxnriwx de� ah sni:Cr= c€Y�ti.iwiLLL �� tMY:�cT eq.-FR�vec P,.na dA' R� �{� 56e £awilE ID R r� t Elul 9 Am 29 1 C cl Imf E€} Cil �i7 ,. — } p” C�fl II �. .csxsrva ort €7 r CEOar, LM T cm eexxM ELI cm "a 6 , _ s 3 LEVEL 1 -FIRE/SECURITY#IT I'LAIV ctr I rWIW -IIT - c,� eN. E 409 July 10, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -020 Dear Sir: The cost for ASI — 020 will be $8,556.83. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Rate 1.00 78.37 10.00, 80.05 3,00 14.00 10.00 5= 1.00 17 A Tr-- PAGE 07/11113 1 TIME G&I 5 AM Amount 1 5.025,72 5.026.72 1,742.96 2.22e, 177.71 1,920.66 150.77 311.36 462',.13 7,408.51 740,86 8,149,36 40T47e 8'5613.83 8,666,83 Data CornmIndust TSC/TP/NECA11101 ENDEAVOR ELECTRIC J061 KODIAK LONGTERM CARE FACILIT P.O, BOX 102002 Bi"d ASI.020 ANCHORAGE, ALASKA 99510 Phone: (907) 279-1002 FAX: (907) 279-1003 Description j Rat Ref Amount Op I MATERIAL TOTAL: Mal Tot 5,025.72 2 SUBTOTAL 3 ............... I.... 4 AVERAGE RATE Lob Tot 22.24 >5 GENERAL FOREMEN HRS Lab Tot 22,24 % 6 GENERAL FOREMEN RATE Line 5 2,22 7 SUBTOTAL 8 ..................... 9 TOOLS EXPENDABLE Mat Tai 5,025.72 % 10 PER DIEM Cato 22,24 11 SUBTOTAL 12 ........... 13 JOB SUBTOTAL 14 ........ -'. 15 OVERHEAD MARKUP % Line 13 7,408,51 % 16 JOB TOTAL 17 ......... 18 PROFIT Line 16 % 19 JOB TOTAL + PROFIT Line 18 407.47 21 WD TOTAL Rate 1.00 78.37 10.00, 80.05 3,00 14.00 10.00 5= 1.00 17 A Tr-- PAGE 07/11113 1 TIME G&I 5 AM Amount 1 5.025,72 5.026.72 1,742.96 2.22e, 177.71 1,920.66 150.77 311.36 462',.13 7,408.51 740,86 8,149,36 40T47e 8'5613.83 8,666,83 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 7/11/2013 TIME 8:12:14 AM MATERIAL Primary Pricing LABOR Primary Labor NOTES Item #ze Item Desc Section : Section 007: ASI -020 Category 000: (None) Mem ASI -020 ENDEAVOR ELECTRIC P.O. BOX 102002 ANCHORAGE, ALASKA 99510 208V. L6 30R DEDICATED CIRCUIT . ... ... ... Category: Category 003: CONDUIT --TYd-1 1 1112" 1 EMT Category: Category 005: FITTINGS 5339 1/2 MT -- Z§fEE��ddi4N STEEL SS COUP 5295 11/Z; 12T (907) 279-1002 egory: Category 007: HANGERS/STRAPS & MISC HARDWARE 7071 w --- —dbY�-56P dU —MTL St—ub- 7335 CAbbV-356-BOX ---j5t _AE Ml Category: Category 009: BOXES/RINGSIGOVERS E903D0_4 i�261�PLAST� 1 SQ ----------- Category : Category 010: WIRING DEVICES & PLATES Mat Ext Lbr Unit Lbr Ext I 8,001 8.00 4.50 9.DD Page 1 of 1 00D 03 3.00 6.00j.. 3 q0 1.25 12.54 0..D3 fly 0.30' 0� 95 2.331 2.331__ D 0,12 14.43 ......... . ... .......... . ... - - - "-l-.---.,.. 1-k-33, — -11 11 'L "-' ---' (0.23 _ -42 011: WIRE 85,06 0.03 5,025.72 1,09 006 J22.24 0, 12 012 2.67 L4101 0 05 7 —=M Page 1 of 1 1P HUBBEt_L CS12G-1 6.00j.. 0 1�8 10572 1G fly —1,00 1.0 2.331 2.331__ OX5 5 ... . .. ......... . ... .......... . ... - - - "-l-.---.,.. 1-k-33, — -11 11 'L "-' ---' (0.23 _ :Category 011: WIRE 85,06 0.0 36 5,025.72 - 2 J22.24 Page 1 of 1 KODIAK ISLAND BOROUGH i f 11, JV 710 MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Long Term Care Center Design 495-535 452.150 09010.5 Contractor Davis Constructors and Engineers Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $0 This Change $0 Adjusted Contract $ 15,414,346,00 Description of Change Cost 1) Upgrade floor base from rubber to cherry - $49,982,00 $ 0 2) Upgrade resident room medicine cabinet doors and light valances to clear stained cherry wood - $16,031.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is (LYJ unchanged) (LJ increased) (H decreased) by 0 calendar days. This document shall become an amendment to the contracjAi:4 all provisions of the contract will apply thereto. I Accepted By: Date Recommended: AV- ig!i:2L &—V-- r Engineering/Facilities Directer pNND & in e Director Approved By-. ftes . rt 9: ( lxa'a K Fanager (Less Than $10, Clerk for all change orders on this If the change order or orders exc As i A. The mayor and deputy presi ' g - B. The mayor and one (1) assemb C. The deputy presiding officer and o D. Any two (2) assembly members in the MIM� Revised by MIS 06/14/06 Date Date O,OYO) dollars, it will require the signatures of. XW cc of the deputy presiding officer; tdember in the absence of the mayor; or of the mayor and deputy presiding officer. Deputy Presiding Officer Date Long Term Care Facility Potential Saivings / Contingency Summary Updated: September 19'30l3 Subcontractor Description Original Budget Buyout + Acoustic Ceiling Asphalt Paving Casework & Window Sills $ $ $ 33,900.00 312,844.00 211,402,00 $ $ $ 50,o60.00 288,520.00 209,484.00 $ $ $ (16,160.00) 24,324.00 1,918,00 Ceramic Tile $ 112,440,00 $ 82,47700 $ 29,963.00 Commercial Kitchen $ 284,597.00 $ 196,06200 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,77267 $ 4,31233 Concrete Finishing $ 55,50000 $ 23,75000 $ 31,750.00 Concrete Pumping $ 32,988,00 $ 18,780.00 $ 14,208.00 Electrical System $ 1,950,000.00 $ 1,710,352,00 $ 239,64&00 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,97600 Pavement Striping 4,360.00 $ 2,900.00 $ 1,46000 Reinforcing Steel Sprinkler System $ 58,05L00 172,480.00 $ $ 44,009.00 175,700.00 $ $ 14,042.00 (3,220,00) Subtotal Potential Savings $ 1,133,209.04 Transferred Contingency $ (622,000.00) Page 1 of 2 Long Term Care Facility Potential Savings / Contingency Summary Updated: September 19, 2013 Construction Contingency . . . ........... Original Contingency $ 75,000.00 Transferred from Savings $ 622,000.00 Contingency Deductions CO ft Desc6ption Amount 1 Expanded clearing limits monitor fire/smoke dampers (10,411,20) Ship's ladder for mezzanine (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463,95) 3 lintall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ Install sunroom doors $ (66,,643.00) (5,907.00) 6 7 8 Upgrade MDF trim to cherry $ (70,856.00) Window sill material upgrade $ (7,392.00) Wood wainscot at head walls $ Add cherry trim to windows $ Add floor cleanouts and sinks $ Provide domestic water connection $ Cemetery retaining wall fencing $ (44,919,00) (32,472.00) (3,644,00) (7,927.00) (27,699.00) Provide ADA planter boxes $ (7,958.00) Add cultured stone at columns $ (36,411.00) 9 Add accent the at resident restrooms $ (8,308,00) Upgrade vinyl flooring $ (351.00) 10 11 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ Upgrade closet to adjustable shelving $ (41,507,00) (8,502.00) Check dams, topsoil, seed at road swale $ (18,900-00) Gutters and downspouts $ (7,981,00) 12 13 Retaining wall T Code required structural details $ $ (7,802.00) Modify breakroom for refrigerator $ (56.00) Code required ductwork modifications $ Modify time clock and add wireless access points $ (4,152.00) (9,241.00)] Total Contingency Deductions $ (482,441,14) �E-- Current Contingency $ 214,558.86 Kodiak Island Borough Long Term Care Facility 0- .0^ INVIR INT17. ".. Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak Isiand Borough Laborer - CIT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ 63.72 64.30 $ $ - Upgrade floor base from rubber option to cherry base per the redlined floor plan from Architects Carpenter- OT 88 Man -Hours @ $ 71.01 $ 6,275 Alaska dated 8-6-2013. Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Carpenter Foreman - Of 88 Man -Hours @ $ 77.20 $ 6,822 Labor Subtotal $ 13,097 Material Expenses Material 1 3047 LF $ 11.07 $ 33,731 Material 2 0 unit $ - $ - Material 3 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ - Material Subtotal $ 33,731 Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ 327.42 Material Handling 4.00% of labor $ 52187 Safety 1.25% of labor $ 16171 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ 1,015 This proposal Is based solely on veva[ cost elements such as labor, Subtotal Direct Costs - Self Performed $ 47,843 materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, markup on Self Performed 15% $ 7,176 Total Self Performed $ 55,020 rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all — of these related items of cost prior to fina..l settlement of this contract. Commercial Contractors $ (5,038] Subcontractor Costs $ (5,038) Markup on Subcontractorp 8% $ - Total.. Subcontractor Costs $ (5,038), Submitted by: Luke Blomfield Title: Construction Manager Date: 9/5/2013 Total Self Performed $ 55,020 Respond By: 9/12/2013 Total Subcontractor Costs $ (5,038) Total Cost Proposal $ 49,982 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days davis constructcirs & ezWneera Inc. .0.0 -We 4 k fo4t j64" o Commercial Contractors, Inc 4920 Fairbanks Street Anchorage AK 99503 Ph. (907)563-1911 Fax (907)562-4714 Date: September 04, 2013 To: Davis Constructors and Engineers Re. Kodiak Long Tenn Care Facility Sub: Rubber Base Deduct Luke: To remove the rubber base in place of wood base by others please deduct $5,038 Sincerely yours, Commercial Contractors, Inc. Jacob K. Petersen President D e a 3 � I -_.. _. ilia - - — �.mv �9 1 f 1 i 4 I � j s r Each Bedlmon f ja'2 I i MV i I I _ a ami w� ( 1 ;P) C i ARq�FF�4K':3 i, II h` lisp 1 � I 1 p E R I � I -_.. _. ilia - - — �.mv �9 1 f 1 i 4 I � j s r Each Bedlmon f ja'2 I i MV i I I _ a ami w� ( 1 ;P) C i ARq�FF�4K':3 i, Kodiak island Borough Long Term Care Facility 11 11113111 pli�ii pill U -:i. 1114711111TIm WiTaTere Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ !BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ $ 6332 6430 $ $ Upgrade resident room light valances from painted !MDF to clear stained cherry wood, Carpenter - OT 0 Man -Hours @ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 Upgrade resident room medicine cabinet doors Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 from plastic laminate to clear stained cherry wood Labor Subtotal $ iraised panel doors. Material Expenses Material 1 0 LF $ 11.07 $ Material 2 0 unit $ - $ Material 3 0 unit $ $ Material 4 0 unit $ $ Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor Equipment I Equipment 2 Mab/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal is based solely an usual cost elements such as labor, materials, and normal mark-ups, and dues not include any amount for changes in the sequence ofwark, delays disruptions, Markup on Self Performed 15% rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ costs, The right Is expressly reserved to make daim, for any and all of these related items of cost prior to final settlement of this contract. Nowka - Valances Nowka - Doors $ $ 8,586 6,258 Subcontractor Costs $ 14,843 Markup on Subcontractor! 8% $ 1,187 Total Subcontractor Costs $ 16,031 Submitted by: Luke Blomfield Title: Construction Manager Date: 9/5/2013 Total Self Performed Respond By: 9/12/2013 Total Subcontractor Costs $ 16,031 Total Cost Proposal $ 16,031 Above priced are subject to change if not accepted within 10 days, Approved by' Title: Date: Time Extension Required of 0 Days Nowka Cabinet Company LLC 150 W Dowling Rd. Anchoraghe, AK 99518 Date Estimate # 9,4/2013 327 Fax # Web Site 907-562-4378 www.tiowkacabinets.coni I . .......... ........ .. KODIAK ISLAND BOROUGH 710 MILL BAY ROAD PCODIAK, ALASKA 99615 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design_ Original Contract 15,414,346.00 495-535 452,150 09010.5 Previous Changes $0 Contractor This Change $0 Davis Constructors and Engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Provide added GFC1 reeptacles for Arjo ceiling lifts - $9,882.00 $ 0 2) Provide separate circuit for PYXIS machine and duplex receptacles for residential kitchen electric ovens - $3,984M 3) Add/relocate power and data drops in rooms 2..06 and 216 - $2,874.00 4) Relocate lighing inverter and cable tray to mechanical mezzanine - $10,116.00 5) Add data and power at room 210 to accomodate future PYXIS - $1,918.00 6) Relocate electrical panels to accommodate two-hour wall - $980.00 7) Provide hot water circulation branch for clothes washers - $1,646.00 8) Provide added smoke/fire dampers per code requirement - $8,114,00 9) Provide duplex receptacle for Aro lift at Spa Room - $475.00 10) Provide power to electronic trap primers - $1,170.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is (2 unchanged) ( increased) (E] decreased) by 0 calendar days. This document shall become an amendment to the colurg-M*d all provisions of the contract will avolv thereto. I Accepted By: Contractor's Representative Recommended-A(r 5UJ_Z"_Z,_ -:u_ I/e Eng eringacilities D' Approved By: All - Manager (Less Than $10 for all change orders on this Director 14EJukli Clerk k, Date lQ�'-1 Date If the change order or orders ecce r s 000) dollars, it will require the, signatures of. A. The mayor and deputypre si din I B. The mayor and one (1) assembly mem er in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised by MIS 06/14/06 Deputy Presiding Officer Date V11 Long Term Care Facility Potential Savings / Contingency Summary Updated: September 19, 2013 Subcontractor Description Original Budget Buyout + Acoustic Ceding $ 33,900.00 50,060.00 (16,160.00) Asphalt Paving Casework & Window Sills $ $ 312,844.00 211,402.00 $ $ 288,520.00 209,484,00 24,324.00 1,918.00 Ceramic Tfle $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062,00 $ 88,535,00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988,00 $ 18,780.00 $ 14,208,00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 35,064.71 Elect6cal System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00_ Flooring $ 138,768-00 $ 89,984.00 $ 48,784.00 Landscaping Mechanical System $ $ 92,400.00 1,966,976.00 $ $ 110,000,00 1,470,000.00 $ $ (17,600,00) 496,976.00 Overhead Door Pavement Striping $ $ 4,750.00 4,360.00 $ $ 6,644,00 2,900.00 $ $ (1,894,00) 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) ISprinkler System $ 172,480.00 $ 175,700,00 $ (3,220,00) Tape/Daunt $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,133,209,04 Transferred to Contingency $ (622,000,00) Total Potenflal Savings $ 511,209.04 Page 1 of 3 Long Term Care Facility Potential Savings / Contingency Surnmary Updated� September 19, 2013 Original Contingency 75,08000 Contingenc Deductions CO # Description Amount !Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boifers from cast iron to firetube $ (21,463.95) 3 Intall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880,00) Install geotextile fabric under entire slab $ (6,549.00) 5 6 7 Vinyl siding savings Upgrade interior and exterior door package $ $ 4,691.0O (66,643.00) .Install sunroorn doors $ Upgrade IVIDF trim to cherr $ Window sill material upgrade $ (5,907,00) (70,856,.00) (7,392.00) Wood wainscot at head walls $ (44,91900) Add cherry trim to windows $ Add floor cleanouts and sinks $ (32,472,00) (3,644.00) Provide domestic water connection $ (7,927,00) 8 Cemetery retaining wall fencing Provide ADA planter boxes $ $ (27,699.00) (7,958.00) [Add cuftured stone at columns $ (36,41L00) 9 Add accent tile at resident restrooms, $ (8,308.00) Upgrade vinyl flooring $ (351.00) 10 Add hearth receptacle $ (1,60000) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ (41,507.00) 11 Upgrade closet to adjustable shelving $ (8,50200) Check dams, topsoil, seed at road swale $ (18,900.00) Gutters and downspouts $ (7,98LOO) 12 Retaining wall T&M $ 13 Code required structural details $ (7,802.00) Modify breakroorn for refrigerator $ (56.00) Code required ductwork modifications $ Nodify time clock and add wireless access points $ (4,152.00) (9,241.00) Long Term Care Facility Potential Savings / Contingency Summary Updated: September 19, 2013 Total Contingency Deductions $ (548,,454.14) Current Contingency $ 148,�-45�86 Page 3 of 3 Upgrade floor base from rubber to cherry wood (49,982,00) Resident room casework upgrades to cherry wood (16,031.00)1 Total Contingency Deductions $ (548,,454.14) Current Contingency $ 148,�-45�86 Page 3 of 3 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55-95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 1,3 2 $ Laborer Foreman -ST 0 Man -Hours @ $ 58-01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 6372 $ 64.30 $ $ RFI 107, provides direction to complete the following work: Carpenter - OT 0 Man -Hours @ 7101 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ E302/Detail 2, Room 014 - Provide GFCi duplex Carpenter Foreman - OT 0 Man -Hours @ 7720 $ receptacle 4" below finished ceiling directly above Labor Subtotal $ shower head at gridline 1.9. Extend circuit from other patient lift receptacle in this room, (circuit D- Material Expenses 6). GFCI may be feed thru type from other patient Material I G unit $ $ lift receptacle. Change is typical of 24 patient toilet Material 2 0 unit $ $ rooms. Material 3 0 unit $ $ - Material 4 0 unit $ $ Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2.50% of labor Material Handling 4.00% of labor Safety 1,25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Subtotal Direct Costs - Self Performed This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor $ 9,150 Subcontractor Costs $ 9,150 Markup on Subcontractor! 8% $ 732 Total Subcontractor Costs $ 9,882 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/22/2013 Total Self Performed $ - Respond By: 8/25/2013 Total Subcontractor Costs $ 9,882 Total Cost Proposal $ 9,882 Above priced are subject to change if not accepted within 10 days, Approved by: Title: Date: Time Extension Required of 0 Days ENDEAU R E L E C T R I C-' August 19, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC Arjo Lift Requirements Dear Sir: The cost for installing the extra GFC1 receptacle in all 24 bathrooms as described in RFI — 107 will be $9,150.39. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Jub I I MNJU Llr- I Mr-WWMr-lVlr-N 1,> ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE P.O. BOX 102002 DATE 8119/2013 ANCHORAGE, ALASKA 99510 TIME 9:11:31 AM (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES -, ...... .... . ... . ...... ... Of j" ... ........... Item # Size Item Desc Qty Mat Unit, Mat Ext; Lbr Unit Section Section 009: ARJO LIFT REQUIREMENTS Category : Category 005: FITTINGS ;5296 3/4" EMT §�ffEl SS CONN 48.00 1 54, 738 4 0,06 73,84 2.88 ;Category: Category 006� GRID RODS -GRD CLAMPS-CADWELD 16 1 057 #12 GRD I PIGTAIL 24.00 0.81 19,54', 0.02 119.54 0.48 ,Category: Category 007: HANGERSISTRAPS & MISC HARDWARE 7001 112T' GRC I HOLD STRAP 60.001 0.25 14,74 0.03, 7341 CADDY FAR SIDE SUPT 24�00 0.49' 11 .$3`^ 0,03 2&57 2.52 Category Category 009: BOXES/RINGS/COVERS 9007 x4 SQ 8.- 2-118D 1/2 & 314 KO ti 24.00" 528 126.61, 0.12 9035 �4 SQ. 1518D 1G PLASTER RiNG 24.00± 1.91 45.73; 0.05 172.33 4.08 Category: Category 010: WIRING DEVICES & PLATES 10,061 120A 'GFC1' DELUXE RECEPT. 24.00 20.05 481,20' 0,40; 481,20 Category Category 011: WIRE 11376 3#12-2/C ! MC CABLE WIGRN GRD 750.00 1.30 975.00 0.05' 11641 !SCOTCH LOCKS -YELLOW 96.00 009 8.39 6 04' ,98339 �4'.34 1,756.88 x60.90 1,75688 160,90 Page 1 of 1 Data Comm Indust TSCITPINECA11/01 Jo'o KODIAK LONGTERM CARE FACILIT Pid ARJO LIFT ENDFAVOR ELECTRIC P.O BOX 102002 ANCHORAGE, ALASKA 99510 Phone; (907) 279-1002 FAX; (907) 279-1003 Ref Rel Arnount Op pate Mat Tot 1,756.88 umo Lab Tot Descripuon 1 MATERIAL TOTAt. 2 SUBTOTAL 3 .............. A *DIRECT LABOR 5 AVERAGE RATE >6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE a SUBTOTAL 9 .................... 110 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ----------- 14 JOB SUBTOTAL 15 ................. 16 *MARKUPSIOVERHEAD: 17 OVERHEAD MARKUP 18 JOB TOTAL 19 > 20 PROFIT 21 JOB TOTAL 4 PROFIT 22 ...... 23 BID TOTAL ENDFAVOR ELECTRIC P.O BOX 102002 ANCHORAGE, ALASKA 99510 Phone; (907) 279-1002 FAX; (907) 279-1003 Ref Rel Arnount Op pate Mat Tot 1,756.88 umo Lab Tot 60.90 1 7837 Lab Tot 60 90 10.00 Line 6 6.09 80.05 Mat Tot 1356.88 3,00 Calc 60.90 14,00 LinL 14 7,922.42 % 1000 Line 18 8,714,66 % 5.00 Line 20 435.73 ' 1.00 DATE PACT 08/19/13 1 TWE W 15 AM Amount 1,75688 1 4.772,73 U-09< 48T50 5,260,23 52.71 852.60 ----------- 7,q22.42 792.24 8,714.66 435.73< 9,1150-39 9,15039 View For Print - Request for Information (RFI)- LTC - 107 Page I of I KIB Long Term Care Center 09010 Request for Information (RFI)- LTC -. 107 Subject: Arjo Lift Electrical Requirements Author: Luke Blomfield Held By: Luke Blomfield Date Created: 08.092013 08:58am Date Due: 0812 2013 Contractor: Arjo Trades Affected: Arjo, Endeavor Project Number: 12355 Information The electrical outlet as installed for the Arjo lift will not allow the Return to Charge Requested: feature to work on the motors. Arjo is installing (2)charging stations per system one over the toilet and one over the shower. This allows when the motor is in the patient room and the care giver can activates the Return to Charge feature it would not mater what track the exchanger has engaged it would go to a charging station. If we only have one charging station the exchanger has to be on that track so the motor can find a charging station. If the exchanger is on a track without a charging station and you use the Return to Charge feature the motor can not find the charging station and with hit the track stopper and keep spinning and could damage the motor and obviously the motor also would no charge. Potential Solution: Since one outlet is installed on the shower wall already there wouGd need to be an additional electrical out installed over the toilet. Drawing Referenced: E 301 and 302 THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER AIE Response: E302/Detail 2, Room 014 - Provide GFCI duplex receptacle 4" below finished ceiling directly above shower head at gridline 1.9. Extend circuit from other patient lift receptacle in this room, (circuit D-6), GFCI may be feed thru type from other patient lift receptacle. Change is typical of 24 patient toilet rooms. THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Caroline Storm 08 09.2013 08!56am CC: Ken. Parmenter Forward To: Luke Blomfield I From: Caroline Storm 08 12.2013 05:04pm CC: Matt Gandei, Ken Parmenter https:llapp.e-builder.ne(Ida2lf'ormsIViewl,'orPrint.aspx?Porta[ID----94ee9e3f-e87c-4ai3-948,,, 8/13/2013 Kodiak Island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 ILaborer - ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak Island Borough ILaborer - OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - CIT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 63,72 64.30 $ $ ASI 026, directed the following scope additions: Carpenter - Of 0 Man -Hours @ 71.01 $ 1, RN 103: Provide separate 20 amp circuit from Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ panel C for two receptacles on North wall for Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ PYXIS, Labor Subtotal $ 2. 2/E5.02 Residential Kitchen West - Provide duplex receptacle up 18" AFP for 1500W electric Material Expenses oven, supply from circuit C-47, coordinate location Material 1 0 unit $ with architectural. Update panel schedule. Material 2 0 unit $ 3/E5,02 Residential Kitchen East - Provide duplex Material 3 0 unit $ $ receptacle up 18" AFF for 1500W electric oven, Material 4 0 unit $ $ supply from circuit F-47, coordinate location with Material S 0 unit $ architectural. Material Subtotal $ Update panel schedule. Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1,25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Subtotal Direct Costs - Self Performed $ This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 1S% $ rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor $ 3,689 Subcontractor Costs $ 3,689 Markup on Subcontractor,, 8% $ 295 Total Subcontractor Costs $ 3,984 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/22/2013 Total Self Performed $ - Respond By: 8/25/2013 Total Subcontractor Costs $ 3,984 Total Cost Proposal $ 3,984 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required ol— 0 Days dayls cat airs & enffineers I= 1POIN lmompn— Alf, ENOEAUO'R July 29, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -026 Dear Sir: The cost for ASI — 026 will be $3,688.87. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC jub I I i%.71 -/-Q ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE P.O. BOX 102002 DATE 812712013 ANCHORAGE, ALASKA 99510 TIME 4:0511 PM (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES gyl"ggr g W� ............. �'/- ... . .... . .... .. ... ...... 5, . Item # Size, Item Desc Mat Onit"""' Mat/Ext Lbr Unit Lbr Ext Section: Section 008: ASI -26 Category, :' Category '000: (None) 1 20 Amp Square D breaker 3,00, 27.70 83.10 1,00 3,00 83.10 3,00 Category: Category 005FITTINGS X5296 314" EMT STEEL SS CONN 8.001 1,54 12,31 0.06' 0A8, 1231 "0,48 Category: Category 006: GRID RODS -GRD CLAMPS-CADWELD I - GTAIL i6057 j 1#12 GRIT I PIGTAIL 4.001 0.811 326 0021 0.08. 1 13 6 1008 Category: Category 007: HANGERS/STRAPS & MIISC HARDWARE 7341' CADDY FAIR SIDE 4.06 200 8.00 0.03 0.12 8.00 10.12 Category : Category 009: BOXES/RINGS/COVERS 9003 4 SQ 13- !1-112D 1/2 & 314 KO 4.00 7.601 30.40 0.12; 0.48 9035 4 §b 15180 I G PEAStEIR RING 4.00 1,91 762 0.05 , 0.20 3&02 0.68 iCategory: Category 010. WIRING DEVICES & PLATES 10023 !20A 5342 125V IVORY REC. 4,00 1,44 6.76 0,18 0.72 6 1G IVORY P 1057- PLATE DUPLEX 4.00 133 5.32 0.10 0.40 11.08 a 1.12 Category: Category 011: MIRE 11376 :#12-21C MC CABLE WIGRN GRID j 375.00 1.25 468.75! 0.05 18,75 11671 I TYRAP'1/16 - 1-1/2" 47.00, 0.12 5.571 0,01 f 0.47 11641 SCOTCHLOCKS-YELLOW 16.001, 0.10 1.601 0 04 0.64 '475.92 X 19.86 631.68 25 34 631,68 125.34 Page 1 of 1 uam uomm inausi 1 OW I VINLUA 11 W"I Jo io KODIAKLONG lERNICARE FACILif Bid A$1-26 Descriptio -i 1 kV,,,TZRW- TOTAL 2 SUBTOTAL 3 4 'DIRECT LABOR - 5 AVERAGE RATE 6 GLNERAL FOREMEN FIRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 10 TOOLS EXPENDABLE .11 PER DIEM 12 SUBTOTAL 13 14 JOB SUBTOTAL is L \ T E '16 17 OVERHEAD r,'.ARKUP ".4) 18 JOB TOTAL 19 ... --.— ...... 1, 20 PROFIT 21 JOB TOTAL + PROFIT 22 .......I.,..».....1. 23 BID TOTAL tNUtAVUK LLtt.; I Klk; L \ T E PAGE P.0, BOX 102002 08127/13 1 ANCHORAGE, ALASKA 99510 Phalle: (907) 279-1002 FAX! (9107) 279-1003 04:05 PM Ref Ref Amount Op Rate Amount Mat Tot 631.69 1.00 %31.69 Ulb Tot 2534 78.37 1,985.90 Lab Tot 25,34 1000 2,53, Line 6 2.53 80.05 202,53 2,188,43 flat Tol 631.69 % 3,00 18.95 Calc 25.34 14.00 354.76 ------------ 373,71 ----------- -- 3.193.83 Line 14 3,193.83 n %.00 319.38 3,613,21 Line 18 3,513,2 1 14 5W 175,6f;< Line 20 175.66 1.00 3,688.87 Kodiak Island Borough Long Term Care Facility Cost Proposal # 040 ASI 029 Power and Data Chanees Project KIB LTC Labor Job Expenses Job No.; 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 ASI 029, directed the following scope Carpenter - ST 0 Man -Hours @ $ 64.30 modifications: Carpenter - OT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ 1. Relocate roughed in power and data and add Carpenter Foreman - OT 0 Man -Hours 77.20 $ data at Break room 216. Labor Subtotal $ 2. Add and relocate data drops in room 206, Material Expenses Material 1 0 unit $ $ Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Materials 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2,50% of labor $ Material Handling 4,00% of labor $ Safety 1,25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. I he right is expreWy reserved to make claim for any and .all of these related items of cost prior to final settlement of this contract, Endeavor $ 2,661 Subcontractor Costs $ 2,661 Markup on Subcontractor! 8% $ 213 Total Subcontractor Costs $ 2,874 Submitted by: Luke 61ornfield Title: Construction Manager Date: 8/22/2013 Total Self Performed $ - Respond' By: 8/25/2,013 Total Subcontractor Costs $ 2,874 Total Cost Proposal $ 2,874 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required oll 0 Days ENDEAUOR E L E C T R I C -" -- August 27, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -029 Dear Sir: The cost for ASI — 029 will be $2,661.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC JOB 11 ASI -029 ID 11 ENDEAVOR ELECTRIC NAME KODiAK LONGTERM CARE P.O. BOX 102002 DATE 8/22/2013 ANCHORAGE, ALASKA 99510 TIME 3:15:40 PM (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES . . ....... .. . ,item # Size Item Desc Section Section 010: ASk029 Category Category 000: (None) 7 I INTEGRITY QUOTE #2 9 RELOCATE POWER DROP 10 'ADDITIONAL DATA DROP �8 'REL6CAtE DATA DROPS Qtyi Mat Unit Mat Ext' 1,00" 1,029.00 1,029.00 2.00� 30.00, 6100 2.001 10,00! 20,00 1 2,00' 5.00i 10.00 12,00 1,119.00 1,119,00 Page 1 of 1 Lbr Unit, Lbr Ext 400 4.00 2.00 4.00 1.00 2.00 1,00 200 12.00 12,00 Data Gomin Indust TS(.'l P/NECA 11101 Joo KODIAK LONG TERM CARE FACILI f Pa ASI -029 Description MATERIAL TOTAL: 2 SUBTOTAL 3 .......1.1-. —, — d 'DRECTLABOR: 5 AVERAGE RATE 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 10 TOOLS EXPENDABLE 11 PER D00 12 SUBTOTAL 13 ..........,.u'-- 14 ........—'-- 14 JOB SUBTOTAL 15 Lab Tot 16 `MARKUP SIOVERHEAD: 17 OVERHEAD MARKUP 18 JOB TOTAL I 3.00 20 PROFIT 21 JOE TOTAL + PRORT 22 ......I......,— .. 23 6 1 D TOTAL ENDEAVOR ELECTRIC P,O. BOX 102002 ANCHORAGE, ALASKA 99510 Phoni.,: {907} 279-1002 FAX: (907) 279-1003 Ref Rel Aniouni Op Rate Mat Tot 1,119.00 1 Lab Tot 12..00 73,87 Lab Tot IZOO 10.00 Line 6 1.20 80.05 Mat Tot i'l 1'9.00 % 3.00 Calc 12.00 ' 14.00 Line 14 2,303,07 Q,�, 10.00 Line 18 2,533-38 % 500 Lire 20 126,67 ' 1 00 LSAT PAGE 08022113 1 TIME 03.19 p 0 Amount 1,119,00 1.'1 886A4 1.20< 96,06 982,50 3367 168.00 201.57 2.303,07 230,31 2.53328 12667-, 2,660,05 2,660.05 Kodiak Island Borough Long Term Care Facility Project KI8 LTC Labor Job Expenses Job No.: 17-355 Laborer -ST 0 Man -Hours @ 55.95 Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61,32 Laborer Foreman - ST 0 Man -Hours @ 58.01 BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ 63-72 6430 ASI 032, directed the following modifications to E501: Carpenter - OT 0 Man -Hours @ 71,01 Carpenter Foreman - ST 0 Man -Hours @ 69.95 1. Re-route cable tray to be inside mezzanine as Carpenter Foreman - OT 0 Man -Hours @ 77.20 shown on attached drawing, Labor Subtotal 2. Relocate central lighting inverter from level 1 Material Expenses mechanical room to mechanical mezzanine as Material 1 0 unit shown on attached drawing. Material 2 0 unit Material 3 0 unit Material 4 0 unit Materials 0 unit Material Subtotal Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal is based solely on usual cost elements such as labor, materials, and normal marl and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impart Total Self Performed $ costs, The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor $ 9,367 !Subcontractor Costs $ 9,367 Markup on Subcontractor, 8% $ 749 Total Subcontractor Costs $ 10,116 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/22/2013 Total Self Performed $ - Respond By: 8/25/2013 Total Subcontractor Costs $ 10,116 Total Cost Proposal $ 10,116 Above priced are subject to change if not accepted within 10 days. Approved by. Title: Date: Time Extension Required of 0 Days 401 ENDEAU R E L E CTR I C August 28, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -032 FUTM The cost for ASI — 032 will be $9,367.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE P,O, BOX 102002 DATE 8/2812013 ANCHORAGE, ALASKA 99510 TIME 11:12:32 AM (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES r . 4,�,..wrd�/ / .,,,rru i O . °moi ✓ �.r,! �.ulL. / ✓ r„�„ ✓„�u F,° J /1�i 'e rd i ,. � re ,»° � �. r °-:,�F � 4 n: a,;,� „w4Gx ,.,. dw ,,,,.� �, „a Item # Size IItem Desc ��/lln, Qty Mat Unit Mat Ext ,,,., Lbr Unit! Lbr Ext Section: Section 011: ASI -032 Category : Category 000: (None) 13 INTEGRITY QUOTE #3 1.00 2,83200 2,832.00 4.00 4.00 11 CABLE TRAY 1 70.00 9.70) 679.00 040 2$.00 12 INVERTER RELOCATION 1,00i 270.001 270.00 10.00 10.00 ........ ...... 3,781 . 00 42,00 13,781,00 42.00 !3,781.00 i42.00 Ulla UQUITIT ICM U[ i[ I Oi,f I I 11V I Job KODIAK LONGTERM CARE FAaLIT Bid ASJ-032 Descripti;)ll 1 MATERIAL TOTAL: 2 SUBTOTAL 3 1............... 4 'DIRECT LABOR. 5 AVERAGE RATE > 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 9 ... --.1-1-1- 10 TOOLS EXPENDABLL 11 PER DIEM 12 SUBTOTAL 1-3 ..... "14 JOB SUBTo'rAL 15 16 'MARKUPSIOVERHEAD: 17 OVERHEAD MARKUP 0,�j 18 JOB TOTAL '19 Lab Tot > 20 PROFIT 21 JOB 'TOTAL + PROFIT 22 mat'rot 23 BID TOTAL tNlJt7AVVK r -Lt-- I Klk, P.O. BOX 102002 ANCHORAGE, ALASKA 99510 Pham: (307) 279.1002 FAX: (907) 273.1003 Ref Ref Amount Op Rzte Mat Tot 3,781.00 * 1.00 Lab Tot 42.00 ' 78,37 Lab Tot 42,00 % 10,00 Une 6 4,20 80.05 mat'rot 3,781,00 100 Calc 42.00 14.00 Line 14 8,110,18 % 10,00 Line 18 8,921.20 % 500 Line 20 446,06 ' 1.00 DATE PAGE 08/28/13 1 TIME 11.15 AM Amount 3.781.00 3,781.00 3,291.54 4,20, 336.21 3,62775 113.43 588.00 701 43 8,110 18 811.02 -------------- 8,92120 446.06< 9,367 26 9,367.2(3 Kodiak Island Borough Long Term Care Facility MOM Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ 55.95 Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 61.32 Laborer Foreman - ST 0 Man -Hours @ .58.01 BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64.30 $ ASI 033, directed the following additions: Carpenter - OT 0 Man -Hours @ $ 71.01 Add a data drop on the North wall of Room 210 to Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ accommodate a supply PYXIS. Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Labor Subtotal $ Relocate Power outlet from East Wall to North wall of Room 210 Material Expenses Material 1 0 unit Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ Material 5 0 unit Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2,50% of labor $ Material Handling 4.00% of labor $ Safety 125% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job, Expenses Subtotal $ This proposal is based soleIy on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor $ 1,776 Subcontractor Costs $ 1,776 Markup on Subcontractor! 8% $ 142 Total Subcontractor Costs $ 1,918 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/30/2013 Total Self Performed $ - Respond By: .9/6/2013 Total Subcontractor Costs $ 1,918 Total Cost Proposal $ 1,918 Above paced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days davis constructors & enginsers inc. II A 111011i Wall 'aiiamm"IM ""m Aw EHOEAU R E L E C T R I C August 30, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC ASI -033 Dear Sir: The cost for ASI — 033 will be $1,776.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC — I I ID 11 NAME KODIAK LONG TERM CARE DATE 8/30/2013 TIME 8:02:58 AM MATERIAL Primary Pricing LABOR Primary Labor NOTES 11— — ENDEAVOR ELECTRIC P,O. BOX 102002 ANCHORAGE, ALASKA 99510 (907) 279-1002 Item # Size PItem Desc Qty' Section : Section 012: ASI -033 Category Category 000: (None) 14 INTEGRITY QUOTE #4 1.001 9 RELOCATE POWER DROP 1,00. Page 1 of 1 Mat Unit' Mat Ext Lbr Unit Lbr Ext 878.00 878.00 4.00 4.00 30.00 30,00 2.00 2.00 16.00 �908.00 16.00 908,00 i6.00 Data Gorn m Indust T SCR-PINEOA 11101 Job KODIAK LONG TERM CARE FAQLIT Bid ASP -033 '12 SUBTOTAL 13 —.......«..,,...... 14 JOB SUBTOTAL 15 .................... 16 'MARKUPSIOVERHEAD 17 OVERHEAD (0ARKUP % 18 Description 19 t,lATERIAL TOTAL; 2 SUBTOTAL 2'1 JOB TOTAL + PROFIT 4 'DIRECT LABOR; 5 AVERAGE RATE >6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE a SUBTOTAL 9 10 TOOLS EXPENDABLE 11 PER DEIM '12 SUBTOTAL 13 —.......«..,,...... 14 JOB SUBTOTAL 15 .................... 16 'MARKUPSIOVERHEAD 17 OVERHEAD (0ARKUP % 18 joB"rOTAL 19 .... — ... > 20 PROFIT 2'1 JOB TOTAL + PROFIT 22 ................ 23 Bin TOTAL ENDEAVOR ELECTRIC P.O BOX 102002 ANCHORAGE, ALASKA 995'10 Phone (907) 279-1002 FAX (007) 279-1003 Ref Amount Op Rate Mat Tot 908.00 1 1,0(i Lab Tot 6,00 1 78,37 Lab Tot 600 % 10.00 Lint, 6 0.60 11 80,05 Mat Tot 908.00 k 3.00 Calc 6.00 1 '14.00 Lin,, 14 1,53749 % 10.00 Line 18 1,C)91°24 % 5.00 Line 20 8 4, ES 6 " 1,00 DATE PAG7 08/30/13 1 TIME 0&09 AM AmOUnt 908.00 90800 470,22 O.60< 48.03 518,25 27.24 84.00 111.24 1,537.49 153,75 1,6 ) 0 1,24 84,56< 1,77580 1,775,80 View For Print - Architect's Supplemental Instructions - 33 Page I of I K18 Long Term Care Center 01010 Architect's Supplemental Instructions Subject: Data Drop in Storage 210 Author-, Caroline Storm Held By: Luke Blomfield Date Created: 03.27.2013 01:21 pm Date Due: 08.28.2013 ASI 4: 33 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Add a data drop on the North wall of Room 210 to accommodate a supply PYXIS. Relocate Plower outlet from East Wall to North wall of Room 210 Form Created To: Luke Blomfield 08 27.2013 01:21 pm CC: Matt Gandel https:llapp,e-builder.net/da2/foriTis/ViewForPrint.aspx?PortatlD=94ce9e3f-e87c-4a]3-948.. 8/27/2013 Kodiak island Borough Long Term Care Facility Cost Proposal # 043 RFI 111 Wall Rating at Electrical Panels in Pantry Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - CIT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ - BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 $ $ The response to RFI 111, directed the following change to completed work: Carpenter - CIT 0 Man -Hours @ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ The adjoining wall between the Pantry and Kitchen Carpenter Foreman - CIT 0 Man -Hours @ $ 77.20 $ is a two hour wall per Sheet G103, Labor Subtotal $ Surface mount the electrical panels in Panty 212, Material Expenses create a simple boxed frame to accommodate the Material 1 0 unit $ - $ panels if required. conduit feed will need to elbow Material 2 0 unit $ $ out of the wall Material 3 0 unit $ $ and fire caulked. Material 4 0 unit $ $ Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2.50% of labor Material Handling 4,00% of labor Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal! Subtotal Direct Costs - Self Performed $ This proposat is based solely can usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ rescheduling, extended overhead, acceleration and/or impact Total Self Performed costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of thls contract, Endeavor $ 907 Subcontractor Costs $ 907 Markup on Subcontractor! 8% $ 73 Total Subcontractor Costs $ 980 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/30/2013 Total Self Performed $ Respond By: 9/6/2013 Total Subcontractor Costs -Cost $ 980 Total Proposal $ 980 Above prated are subject to change if not accepted within 10 days. Approved by. Title: Date: Time Extension Required of 0 Days davis constructors & enonoers Imp, If W/1 ENDEAU R '- E L E C T R I C August 30, 2013 Luke Blomfield Davis Constructors & Engineer Inc. I I'll= 'A a cog to]. 2 a III Dear Sir: The cost for 11;I-1 I I will be $907.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hate General Manager Endeavor Electric, LLC Jun I I [%1 1-1 T I 10 11 ENDEAVOR ELECTRIC NAME KODIAK LONGTERM CARE P.Q. BOX 102002 DATE 813012013 ANCHORAGE, ALASKA 99510 TIME 8:1411 AM (9107) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES . .. . .. . . . . . .. . ...... . ... ...... Item # size Item Desc Section, Section 011 RFI -111 category: category 666 (None) 15 PANEL RELOCATION Page 1 of 1 Qty Mat Unit, Mat Ext 1.04 225.00j 225.00 1225.00 225.44 12 26:a'0 Lbr Unit, Lbr Ext &00 6.00 6,00 6,00 6.00 L n,vo UomM Inaust 1 bUl I FiNtUA 11101 Job KODIAK LONGTERM CARE FACILIT . I RFI -111 DtscripUon 1 t,'A'.-ER AL TOTAL-. 2 SUBTOTAL 4 'DIRECT LABOR, 5 AVERAGE RATE > 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 18 OVERHEAD MARKUP % 10 TOOLS EXPENDABLE 11 PER DIEM 12 JOB TRAILER 13 SUBTOTA!,. 14 ...... 15 JOB SUBTOTAL 16 .................... 17 'MARKUPS/OVERFIEAD: 18 OVERHEAD MARKUP % 10 JOB TOTAL 20 > 21 PROFIT 22 JOB TOTAL + PROFIT 23 ........... ENDEAVOR ELECTRIC CA T E PAGE P.O, BOX 102002 08/30113 1 ANCHORAGE, ALASKA 99510 TIME Phano: (q07) 279-1002 FAX: (907) 279-1003 08,16 AM fief Ref Awount Op Rale Amount Mal Tot 225.00 4.00 225.00 225,00 Lab Tot 6,00 78,37 47022 Lab Tot 6,00 1000 0.60< fvIsc Tol 0.00 80.06 470.22 Mat Tot 225.00 % 3.00 675 Calc 600 14,00 84,00 00.75 785,97 Lina 15 785.97 10.00 78.60 864.57 Linc 1:) 864.57 % 5 00 43.23< Line 21 43,23 1.00 907.80 90780 View For Print - Request for Information (RFI)- LTC - I I I Pap I oft T11 -4M M� Request for Information (RFI)- LTC 111 Subject: Wall Rating at the Electrical Panel Author: Luke Blomfield Held By: Luke Blomfield Date Created: 08.14.2013 04:34pm Date Due: 06.119 20'13 Contractor: Davis Trades Affected: Rough Carpentry, Electrical Project Number: 12-355 Information There are two electrical panels in pantry 212, panels "A" and "J" on the Requested: pantry/kitchen wall. The electrical panels do not have a fire rating, Sheet G103 notes this wall as a 2 hour fire rated wall. Sheet Al 03 notes the wall as W1 3171 or a 1 hours fire wall. Potential Solution: Please verify that the wall is a 1 hour rated wall. If note please provide direction as to how we can achieve the necessary rating. Drawing Referenced, G103,A103,A606,E303 THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Response: The adjoining wall between the Pantry and Kitchen is a two hour wall per Sheet G103. Surface mount the electrical panels in Panty 212, create a simple boxed frame to accommodate the panels if required. conduit feed will need to elbow out of the wall and fire caulked. Easy Path may be required to accommodate panel connection to branch circuits, if the branch circuits were not directly stubbed into the kitchen. THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Caroline Storm 08.14 2013 04:34pm CC: Ken Parmentier Forward To: Luke Blomfield I From: Caroline Storm 08.15,2013 11:40am CC: Matt Gandel Forward To: Caroline Storm From: Luke Blomfield 08.19,2013 07:57am CC: Matt Gandel, Ken Parmenter Caroline, These panels are shown as recessed on teh electrical drawings, These panels have been installed and roughed in. Is there another option besides chaing out the panel? https:llapp,o-bLiilder,rietlda2lformsIViewForPrint.aspx?Porta[ID=94ee9e3f-e87c-4al3-948.., 8/26/2013 View For Print - Request for Information (RF'])- LTC- I I I Luke Forward To: Luke Blomfield I From: Caroline Storm 08,19.2013 10:33am CC: Mail Gande€, Ken Parnienter Forward To: Caroline Storm I From* Luke Blomfield 08.%2013 10:39arn CC-, For -ward To: Luke Blomfield I From. Caroline Storm 08.262013 10:51am CC: Matt Gandel Ori&al directive holds per Site VisR resolution. Page 2 ot'2 94ec9c3f'-c87c-4aI1-949,.- W26/2013 Kodiak Island Borough Long Term Care Facility Cost Proposal # 044 ASI 027 Hot Water Circ Branch to Clothes Washers Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer- ST 0 Man -Hours @ $ 55.95 $ Requested By; Kodiak Island Borough Laborer- OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ 63-72 64,30 $ $ AS 027, directed the following work: Carpenter - OT 0 Man -Hours @ $ 71,01 $ 1. Sheet M202 — Plumbing Plan East — Level 1 Carpenter Foreman - ST 0 Man -Flours @ $ 6935 $ a. ADD a 3/4" HWC connection branch drops and Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ rounting. Labor Subtotal $ �b. ADD isolation valves and 0.5 GPM flow control ivalves at the HWC tee in the ceiling where the Material Expenses branches split to serve each clothes washer wall Material 1 0 unit $ box. Material 2 0 unit $ c. Provide access panel to access these valves. Material 3 0 unit $ d. ADD a tee fitting on the 3/4" HW serving each Material 4 0 unit $ clothes washer. Material 5 0 unit e. Add a 1 GPM flow control valve and isolation Material Subtotal valve on the 3/4" branch serving the dishwashers. Locate immediately downstream of the 3/4" HWC Other Job Expenses branch serving the laundry room. Freight lbs $ Small Tools 2,50% of labor $ 2. Sheet M203 — Plumbing Plan West — Level 1 Material Handling 4,00% of labor $ a. DELETE flow control valves and associated Safety 1,25% of labor $ isolation valves at the 140 deg. HWC branches that Equipment I serve the dishwashers from the HWC main from Equipment 2 the mechanical room. Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs -,Self Performed This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not mcWe any amount for changes in the sequence of work, delays disruptions, Markup on Self Performec 15% $ Total Self Performed rescheduling, extended overhead, acc6eraton and/or impact costs. the right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Tundra $ 1,524 Subcontractor Costs $ 1,524 Markup on Subcontractor! 8% $ 122 Total Subcontractor Costs 1,646 Submitted by: Luke Blomfield Title: Construction Manager Date: 9/3/2013 Total Self Performed $ - Respond By: 9/10/2013 Total Subcontractor Costs $ 1,646 Total Cost Proposal 1,646 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days davits constructors & enoneers 1= Description a) 3/4 HWC connection pipe & fittings b) rerout 3/4" HWC install washer boxes c) ADD 3/4" HWC branch d) ADD isolation valve .5 gpm e) Provide access panel f) ADD 3/4 Tee and Thermometer g) ADD 3/4 flow control valve & iso valve Cre(,Pt: flow control & isolation valves M203 ...... ...... . Quantity I- 20 20 20 11 -250. Total ($) 90.00 90.00 90,00 50.00 50.00 60-00 120.00 0.00 -250.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 MO 0.00 0.00 0.00 0.00 0.00 0.00 0.00 MO MO 0.00 OM 0.00 MO 0,00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Labor 0.12 0.05 0.05 1,00 0.10 3.00 2.00 IN Job Name: KLTCF Davis Constructors ASV 027 8/30/13 Total (hours) 2,40 1.00 1.00 1.00 0.10 3,00 2,00 0.00 -2.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 OM 0.00 0.00 OM 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0,00 0,00 0.00 Subtotal MOM 8.50 Description of Amour Rate Amount Material Total 300.00 135.00 300.00 Major Quotes 0.00 Subtotal 0.00 0,00 Mark Up 0.00 Engineering and Layout Material Total 300.00 10.00% 30.00 Major Quotes 0,00 0,00% 0.00 Subtotal 1,062-50 30.00 Direct Labor Average Rate 8.50 1!25.00 1,062.50 Supervision 0.00 135.00 0.00 Cartage 0.00 Test Piping 0.00 Qualify Welders 0.00 Engineering and Layout 0,00 Start Up Equipment 0,00 Subtotal 1,062-50 Field Overhead As Build Drawings Design 0.00 Fork and Sizzor Lifts 600.00 0.00 Pipe Machine 0.00 Welding Machine 60.00 0.00 Fuel Submittals 0.00 O&M Manuals 0.00 Office Supplies 0.00 Special Tools 0.00 Identification 0.00 Tools/Expendables 1,062..50 5,00% 53.13 Guarantee 300.00 2,00% 6,00 Permit & Inspection Fee 0.00 Field Office 0.00 Drinking Water 0.00 Pickup 60,00 0.00 Telephone/Radio 0.00 Subtotal I 1 1 59.13 Job Name: KLTCF Davis Constructors AS 1027 8/30/13 Subcontracts Balancing Wet and Dry Insulation Temperature Control Excavation Concrete Coring Cutting and Patching Chemical Cleaning Rigging/Hoisting Sterilization Job Total Profit Job Total + Profit MATO irk a 1,451.63 1.524.21 off 75, 0.00 1,451 M 5.00% 72.58 1,524.21 0.00%1 MO 1,524.21 Job Name: KLTCF Davis Constructors ASI 027 8/30/13 KIB Long Term Car Center i Architect's Supplemental Instructions : 27 Subject: Hot Water Circ Branch to Clothes Washers Author: Caroline Storm Held By: Luke Blomfield Date Created: 07.26.2013 04:35pm Date Due: 07.29.2013 ASI M 27 Job M 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: Refer to MSI # 7 attached. This is a compliance item according to PKIMC Attached Files: KLTC F M S 1-07. pdf Form Created To: Luke Blomfield 07.26.2013 04:35pm CC: Matt Gandel ffIECHAr1ICAL SUPPLEMENTALArchitects77 Ahiska MSI NO,: 07 PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Nuke Bomfield DATE, 2F -.duly -13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES INO CHANCE IN PROJECT SCOPE, TIME OR PRICE, IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED, HEREIN. �RIBEJ INSTRUCTIONS: Addition of a hot water circulation branch to serve each clothes washer wall box to accommodate 140 degree hot water supply to the clothes washers CHANGES TO DRAWINGS 1. Sheet M202— Plumbing Plan East— Level 1 a. ADD a 314" HWC connection to the 140 degree HWC line serving the East side dishwashers that is routed past the laundry room. b. Route the 314" HWC adjacent to the 314" HW serving the clothes washer wall boxes. c. ADD 314" HWC branch drops to routed adjacent to each of the 3l4" HW lines serving the clothes washer wall boxes and connecting to the hot water supply immediately ahead of the hot water connection to the clothes washer wall boxes. d. ADD isolation valves and 0.5 GPM flow control valves at the HWC tee in the ceiling where the branches split to serve each clothes washer wall box. e. Provide access panel to access these valves. f. ADD a tee fitting on the 314" HW serving each clothes washer wall box just upstream of the hot water circulation connection, with a branch pipe stubbed out into the room and provide a 3 inch diameter dial thermometer to indicate the temperature of the hot water supply at each of the wall boxes. g. Add a 1 GPM flow control valve and isolation valve on the 314" branch serving the dishwashers, Locate immediately downstream of the 314" HWC branch serving the laundry room. 2. Sheet M203— Plumbing Plan West— Level 1 a. DELETE flow control valves and associated isolation valves at the 140 deg.. HWC branches that serve the dishwashers from the HWC main from the mechanical room. ATTACHMENTS: Architedw Alaska, Ine. 900 IV511//Ive, Suite 403,4orhor"ge, ,A/rr.slrrr 99501-2029 l oft !'dralrrP r't.trrlrr lrrp.rrrrvr 1911.. �,`rrttmson,°vc,,5nife,203 tt'a,sills, <VaAei 99654_7025 i'llECAARICAL StPPLEMENTAL iNSTRUCTION (MSI) Architects MAhskr--- WA None Architects Alaslea, Inc. 900 R' 5th Avc, Snite, 403 Ajl(hf)Yaq(" Alemka 99501-2029 2 of 2 191 E, Swailmm,rive, SOtc 203 Watiilla, A I(tsha 9965-1-7023 Kodiak Island Borough Long Term Care Facility Project KlB LTC Labor Job Expenses Job No,: 12-355 Laborer- ST 0 Man -Hours @ 55.95 Requested By: Kodiak island Borough Laborer- OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ —$-58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 $ ASI 031, directed the following work: Carpenter - ST 0 Man -Hours @ $ 64.30 $ Carpenter - OT 0 Man -Hours @ $ 71.01 $ Sheet M403 — Ventilation Plan West— Level I Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ a. ADD FSD's in AHU-1 20"x16" supply duct and Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ 34"x16" exhaust duct where they cross the smoke Labor Subtotal $ barrier— above double doors into Hall 201. Material Expenses b. ADD a FSD in 14"x12" exhaust duct at smoke Material 1 0 unit $ $ barrier between rooms Spa 204 and Dining 005. Material 2 0 unit $ $ Material 3 0 unit $ Revision 1 proposal changes the FSD quantity to Material 4 0 unit $ three. Material 5 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2.50% of labor Material Handling 4.00% of labor Safety 1.25% of labor Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ This proposal is based solely on usual cost elements such as tabor" materials, and normal mark-ups, and does not include any amount for changes in the sequence ofwork, delays disruptions, Markup on Self Performec IS% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Tundra $ 7,513 Subcontractor Costs $ 7,513 Markup on Subcontractor! 8% $ 601 Total Subcontractor Costs 8,114 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/30/2013 Total Self Performed $ - Respond By: 9/6/2013 Total Subcontractor Costs $ 8,114 Total Cost Proposal $ 8,114 Above priced are subject to change ifnot accepted within 10 days. 'Approved by: Title: Date: Time Extension Required of 0 Days 7�aM>@as suanw+iva a�ae�:n-�u±iu s 1 I GMI eruote FSD'"s I 1 16,830 1 00 II I EQUIPMENT & TOOLS Shop Deliveries Hrs. Backhoe Hrs. Welding Machine Hrs. Truck Miles Travel _ Hrs. Manlift Freiaht Total Equipment & Tools I I LABOR, FRINIGES, BURDEN HOURS CLASSIFICATION RATE Project Manager Gen. Foreman Foreman Journeyman Operator Laborer Draftsman TOTAL LABOR, FRINGES, BURDEN TOTAL MATERIAL & TAXES TOTAL EQUIPMENT & TOOLS DIRECT OVERHEAD SUBTOTAL 10% OVERHEAD 5% PROFIT SUBTOTAL INSURANCE BOND TOTAL THIS CHANGE REQUEST 6,830.00 683.00 7,513.00 $7,513.00 CONSUMABLES 6,830 00 TOTAL MATERIAL COST PLUS % TAX TOTAL COST MATERIALS AND TAX 6,830 00 GeneralMechani'cal IN PO - ATE D CONTRACT CHANGE PROPOSAL CONTRACTOR Tundra Plumbing and Heating SUBCONTRACT# PROJECT Kodiak Long Term Care Facility RFI # ASI -31 GMI # DESCRIPTION Added Fire/Smoke damper per ASI 31 General Mechanical, Inc. 9135 King St. Anchorage, AK 99515 www.amialaska.com P: 907.522.5959 DATE Revised 9/16/2013 MATERIALS SUBCONTRACTS I NA $ 1,994.00 FAB. LABOR HRS 6 RATE $72.50 $ 435.00 SHOP BURDEN* BASIS 6 RATE $27.99 $ 167.94 INSTALL LABOR HRS 26 RATE $74.00 $ 1,924.00 DETAILING HRS 3 RATE $75.00 $ 225.00 CONSUMABLES** RATE 1.50% $ - MAN DAYS DAYS 3.00 RATE 175 $ 525.00 FREIGHT WEIGHT 200 RATE 2.5 $ 500.00 PERMIT FEES $ - DELIVERY CHARGES HRS 3 RATE 65 $ 195.00 SUB TOTAL $ 5,965.94 TEM B ALLOWABLE OVERHEAD & FEE $ 894,89 3UB TOTAL $ 6,860.83 TOTAL ITEM B $ 6,860.83 ITEM C SUBCONTRACTS I NA $ 2 NA $ 3 NA $ 4 NA $ ALLOWABLE MARK-UP $ [TOTAL ITEM C $ TOTAL ITEMS A,B,C $ 6,860.83 ESTIMATED CREW SIZE: 0 EXTENSION OF TIME 21 YES El NO DAYS 2.00 Any alteration or deviation from the contract documents will only be executed upon written orders for same. This proposal is based solely on direct cost elements such as labor, material and allowable mark-ups. No allowance has been made for changes in the sequence of work, delays, disruptions., rescheduling, extended overhead, acceleration and /or impacted costs which cannot be assessed at this time. *Shop burden determined from FY2012 "Consumables calculated as a percent of total Tabor. This proposal firm for 30 days. Subject to change thereafter. SUBMITTED BY; Matt Peterkin Page 1 Stinebaugh & Company 5730 B Street Anchorage, AK 99518 Ph (907) 345-8021 Fax (907) 345-8022 QUOTE TO General Mechanical, Inc. QUOTE #: 13-11066-19 QUOTE DATE: 09/16/2013 PAGES: 1 of 1 Kodiak Island Long Term Care Facility Permit Set drawings dated 12/10/12 Kodiak, Alaska BID DATE: March 18, 2013 ADDENDUMS ACKNOWLEDGED: Add #3 I ITEM I OTY IDESGRIPTION SELL PRICE' I A 1 3 lCorrihination Fire/Smnke Damnpr-. (3) Greenheck Model FSD-211 combination fire/smoke opposed blade damper, UL 5555 Class I leakage rating, UL 555 1 112 hour rating, 3-V style blades, bronze axle bearings, 165°F closure temperature, 16 gauge 16" sleeve, 16 gauge frame, 120 VAC two -position spring -return actuator with aux switches, retaining angles, external actuator mounting. Sizes: (1) 14" wide x 12" high, (1) 34" wide x 16" high, (1) 20" wide x 15" high. Excludes: duct work, fasteners, smoke detector, controls, field wiring, special coating Weight: 190# Production 'Time: 5 -day build Total Net Price: Respectfully Submitted, John Post $1,529 Conditions: Equipment is quoted FOB factory. Freight charges are prepaid and included to Seattle via surface freight unless explicitly stated. Manufacturers' standard one-year parts warranty, packaging and crating are included. Labor warranty is not included. Payment terms are net 30 days from date of invoice, Credit approval is required. Past due accounts are subject to P/2% per month finance charge. All proposed equipment is subject to Engineer's approval. Features not specifically included or described may be excluded. Applicable taxes are not included. Prices are valid for 30 days. Quotation is based on listed quantities and descriptions. All freight claims must be made within seven days from receipt of goods. Retainages do not apply. Production tunes are based on cur -rent factory conditions and are subject to change. Asterisk (*) denotes field -installed accessory. Equipment that ships more than 12 months after the proposal date is subject to price escalation. Fees that result from electronic invoices or credit card purchases are not included in the proposal pricing and will result in additional and separately billed charges, Kodiak Island Borough Long Term Care Facility Cost Proposal # 048 RF1 124 Spa Outlets Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak Island Borough Laborer- OT 0 Man -Hours @ 61,32 $ Laborer Foreman - ST 0 Man -Hours @ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ 63.72 $ RFI 123 directed the following changes to the work' Carpenter - ST Man -Hours @ 64.30 $ scope: Carpenter - OT 0 Man -Hours @ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ 6995 $ Room 205 - Provide duplex receptacle for Arjo Carpenter Foreman - OT 0 Man -Hours @ 77.20 $ patient lift located on west wall directly above Labor Subtotal $ water closet at 4" below finished ceiling. Supply 120V power from circuit C-22, provide feed thru Material Expenses GFCI protection from other GFCI receptacle in this Material 1 0 LF 11.07 $ room and update panel directory. Material 2 0 unit - $ Material 3 0 unit $ Material 4 0 unit $ Material 5 a unit $ Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2,50% of labor Material Handling 4.00% of labor Safety 1.25% of labor Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Subtotal Direct Costs - Self Performed This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, markup on Self Performec 15% $ Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these, related items of cost prior to final settlement of this contract. Endeavor $ 440 Subcontractor Costs $ 440 Markup on Subcontractor! 8% 35 Total Subcontractor Costs 475 Submitted by: Luke Blomfield Title: Construction Manager Date: 9/17/2013 Total Self Performed $ - Respond By: 9/24/2013 Total Subcontractor Costs $ 475 Total Cost Proposal 475 Approved by: Above priced are subiect to change if riot accepted within 10 days. Title: Date: Time Extension Required of 0 Days ... .... .V NUINIIIIIJIMUM Im 0/ 0;' ENDEAU R E L. E C TR I C'-' September 17, 2013 Luke l3fornfield Davis Constructors & Engineer Inc, Re: KLTC RFI -123 Dear Sir: The cost for RFI -123 will be $440.00. Please feel free to contact me with any questions. Thank you for your continued support, Sincerely, Jesse Hale General Manager Endeavor Electric, LLC ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONGTERM CARE P.OBOX 102002 DATE 9117/2013 ANCHORAGE, ALASKA 99510 TIME 10:12:05 AM (907) 279-1002 MATERIAL Primary Pncing LABOR Primary Labor NOTES ,',,'q,7g . ..... ..... . . .. .. . .... .. . .. ... AW Item # Size Item Desc Section Section 01-'7: RFI -123 Category': Category bob: (None) 28 7 ARJ6 LIFT RECEPTACLE...- Page 1 of 1 Qty' Mat Uniti Mat Ext Lbr Unit Lbr Ext 1.00 7100, 73.00 3.00 3,00 �73.00 3.00 73,00 3.00 173.00 3.00 uma ucmm inausr i of i raov x i im M-1=�' t mllc UA I F. FAfii:-' Job KODIAK LONGTERM CARE FACI LIT P.O. BOX 102002 09117113 1 bid RR-123 ANCHORAGE, ALASKA 99510 TIME Phone• (907) 279-1002 F;%X� (907) 279-1003 1014 AM De^cription Ref ReAMQUnt Op RaW Amount I MATERIAL TOTAL, Mat Tot 73.00 1.00 7300 2 SUBTOTAL ----- — ---- 73-00 ,3 4 DIRECT LABOR' 5 AVERAGE RATE Lab Tot 3.00 78.37 235,11 >6 GENERAL F� ljREMEN HRS Lab Tot 3.00 '10.00 0.30< 7 GENERAL FOREMEN RATE Licit; 6 030 8005 24,01 SUBTOTAL -------------- 25912 10 TOOLS EXPENW,,BLE Mat Tot 7100 i 00 219 11 PER DIEM Calc 3.30 14.00 4620 12 SUBTOTAL -------------- 48.39 13 14 JOB SUBTOTAL 18051 16 'MARKUPS/OVFRHEAD. 17 OVERHEAD MARKUP % Line 14 360.51 97 10.00 '48.05 18 JOB TOTAL 418.56 19 > 20 PROFIT Line 18 418.56 5.00 20.93: 21 JOB TOTAL + PROFIT Line 20 20.93 1 00 439,49 22 ...... 23 BID TOTAL 439,49 View For Print - Request for Information (RFI)- 1,,'FC - 123 Page I of I Subject: Electrical Requirements for Spa Lift Author: Luke Blomfield Held By: Luke Blomfield Date Created: 09 06 2013 08:32am Date Due: 09,09.2013 Contractor: Endeavor Trades Affected-, Electrical Project Number. 12-355 Information There is not a location shown on the electrical drawings to provide an electrical outlet Requestecl: for the Arjo lift. Potential Solution: Please provide a location. The electrical can be installed at either end of the track. Referenced: n/a THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER APE Response: Room 205 - Provide duplex receptacle for Arjo patient lift located on west wall directly above water closet at 4" below finished ceiling. Supply 120V power from circuit C-22, provide feed thru GFCI protection from other GFCI receptacle in this room and update panel directory THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Caroline Storm 09.06.2013 08:32am CC: Ken Parmenter Forward To: Luke Blomfield I From: Caroline Storm 09,09.201 3 01 27prn CC: Matt GandeB hittps:llapp,c-builder.netlda2lformsIViewForPrint.aspx?'PortalfD=,94ec9c3f-e87c-4a13-948c-... 9/9/2013 Kodiak Island Borough Long Term Care Facility Cost Proposal # 049 RFl 124 Trap Primer Outlet-� Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55,95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61,32 $ Laborer Foreman - ST 0 Man -Hours @ _$_58'01 $ BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 $ RFI 124 directed the following changes to the work Carpenter - ST Man Hours @ 6430 $ scope: Carpenter - OT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ 6995 $ Provide 120V power to electronic trap primers Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ from nearest un -switched receptacle circuit. Labor Subtotal $ Room 204 - Circuit C-21 Room 211- Circuit A-4 Material Expenses Room 208/212 - Circuit A-9 Material 1 0 LF 11.07 $ Room 215 - Circuit B-3 Material 2 0 unit $ - $ Coordinate locations with plumbing plans, and Material 3 0 unit $ $ update panel directories." Material 4 0 unit $ $ Material 5 0 unit $ $ Material Subtotal $ Other lob Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1,25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ This proposal is based solely on usual cost elements such as labor, Subtotal Direct Costs - Self Performed materials, and normal mark-ups, and does riot include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor $ 1,083 Subcontractor Costs $ 1,083 Markup on Subcontractor! 8% 87 Total Subcontractor Costs 1,170 Submitted by: Luke Blomfield Title: Construction Manager Date: 9/17/2013 Total Self Performed $ - Respond By: .9/24/2013 Total Subcontractor Costs $ 1,170 Total Cost Proposal $ 1,170 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days . . . . . . . . . . vi ENDEAU R E L E C T R I September 17, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -124 Dear Sir: The cost for RFI -124 will be $1,083.00. Please feel free to contact me with any questions. Thank you for your continued Support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC VVV I Y vwaolddwe�' xs.lwvrM ID 11 ENDEAVOR ELECTRIC NAME KODAK LONG TERM CARE P.U. BOX 102002 DATE 9117/2013 ANCHORAGE, ALASKA 99510 TIME 9:53:02 AM MATERIAL Primary Pricing (907) 279-1002 LABOR Primary Labor NOTES i v Item # ?Size Item Desc I city Mat Unit Mat Ext, Lbr Unitµ Lbr Ext Section : Section 016: RFI -124 Category : Category 000. (None) p 27 TRAP PRIMERS 4.00 30.001 120.00' 2,00 8.00 1120.00 b' 8.00 ?;120,00 ..�I 8.00 ,120.00 8.00 Page 1 of 1 KODAK LONGTERM CARE FACILfT bid RFI -124 Description VATER'A. TOTAL 2 SLIBTO7AL 3 4 *DRECT LABOR: 6 AVERAGE RATE 6 GENERAL FOREMEN FIRS 7 GENERAL FOREMEN RATE a SUBTOTAL 12000 3,00 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ................... 14 JOB SUBTOTAL 15 ......«..».,.,»..,.. 16 WARKUPSi'OVERHEAD� 17 OVERHEAD W,,",,,RKUP 18 JOB TOTAL 19 20 PROFIT 2,1 JOB TOTAL + PROFIT 22 ...... ...... 23 BID TOTAL tzNL)t:AVUK tZLM; � KK, P.O. BOX 402002 ANCHORAGE, ALASKA 99510 Phone. (907) 279-1002 FAX: (907) 279-1003 Ref Ref Amount 011 Rate Mal Tot 120 00 1 00 Lab Tot 800 1 78,37 Lab Tot 8,00 % 10,00 Line 6 0.80 80,05 V.al Tot 12000 3,00 Calc 880 1400 Une 14 937.80 4/o 10,00 Line 18 1,031-58 5.00 Line 20 51,58 100 D1111TE PAGE. 09117113 1 TIME 10-cl Al"I AMOUnt 12000 - — --------- — 120.00 626.96 0b< 64.04 691 00 3,60 123,20 126.80 937.80 1.031.56 51,58< 1,093 V! 1,083,16 View For Print - Request for Information (RFI)- LTC - 124 Page I of I KIB Long Term Care enter 0901a Request for Information (RFI)- LT' C .: 124 Subject: Trap Primer Electrical Requirements Author,: Luke Blomfield Held By: Luke Blomfield Date Created: 09.06.2013 03;57pm Date Due: 09.09.2013 Contractor: Endeavor Trades Affected: Electrical Project Number: 12-355 Information There are trap primers shown in four places (rm 215,204,211,208). We believe that Requested: these require 120v power, htips:llapp.e-builder.net/da2/fbrms/ViewForPrint,aspx?Portal[D--94c:e9c3f-eg7c-4a]3-948c-,.. 9/9/2013 See note 15 M501 Potential Solution: Please specify panel and circuit information if an electrical connection is needed, Drawing Referenced: M501 THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Response: Provide 120V power to electronic trap primers from nearest un -switched receptacle circuit. • Room 204 - Circuit C-21 • Room 211 -Circuit A-4 ® Room 208/212 - Circuit A-9 • Room 215 - Circuit B-3 Coordinate iocations with plumbing plans, and update panel directories," THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Caroline Storm 09.06.2013 03:57pm CC: Ken Parmenter Forward To: Luke Blomfield i From: Caroline Storm 09.09 2013 01:04pm CC: Matt Gandel htips:llapp.e-builder.net/da2/fbrms/ViewForPrint,aspx?Portal[D--94c:e9c3f-eg7c-4a]3-948c-,.. 9/9/2013 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 16 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract $ 15,414,346.00 495-535 452.150 09010.5 Previous Changes $ 0 Contractor Davis Constructors and Engineers This Change $ 0 Adjusted Contract $ 15,414,346.00 Description of Change Cost Cost for Davis Constructors to contract, purcase, and install $613,013 of FF&E, $ 0 and manage subcontracts for Arjo ($269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, which has adequate funds to cover this change in scope of work. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is ( unchanged) ( increased) ( decreased) by 0 ealendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: Recommended: Erigineering/Facilides 011M �O Approved By: 001,,/ Manager (Less Than 110,0 for all change orders on this co tre �_ rr Date 1021 X6 IM Date 09e tor y A: Datef If the change order or orders exceeds teed (10, 000) dollars, it will require the signatures of. A. The mayor and deputy presiding officer, B. The mayor and one (1) assembly member in the absence of the deputy presiding officer, C. The deputy presiding officer and one (1) assembly member in the absence of the mayor, or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor Revised y MIS 0&14/06 Date Deputy Presiding Officer Kodiak Island Borough Long Term Care Facility Cost Proposal # 037 Davis Provide FFE Package Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Mart -Hours @ $ 55.95 $ - Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ - Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ - BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 120 Man -Hours @ Man -Hours @ $ 63.72 $ 64.30 $ $ 7,716 The original scope of work has changed from Providence supplying, Installing and coordinating Carpenter- OT 60 Man -Hours @ $ 71.01 $ 4,261 all FFE. The revised scope is for Davis to contract Carpenter Foreman - ST 120 Man -Hours @ $ 69.95 $ 8,394 and purchase all FFE with Providences Carpenter Foreman - OT 60 Man -Hours @ $ 77.20 $ 4,632 recommended suppliers totaling $613,013 and Labor Subtotal $ 25,003 utilize Davis labor for Installation of supplied equipment. Material Expenses Hangers and fasteners 10 each $ 10.98 $ 110 Subcontracts will be issued by Davis for Arjo's Adhesive 2 case $ 59.64 $ 119 {$269,112}and Automated Laundry's ($5,248) work Material 3 0 unit $ - $ - scope. Material 0 unit $ - $ - Material5 0 unit $ - $ - Material Subtotal $ 229 Other Job Expenses Freight lbs $ - Small Tools 2.50% of labor $ 625.07 Material Handling 4.00% of labor $ 1,000.10 Safety 1.25% of labor $ 312.53 Equipment 1 Equlpment 2 Mab/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ 1,938 27,159 This proposal Is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not Include any Markup on Self performed ttfifltl# $ 4,075 amount for changes In the sequence of work, delays disruptions, rescheduling, extended overhead, acceleration and/or impact Total Self Performed $ 31,245 costs. The right Is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ fee for subcontracted wor 8.00% $ 70,990 Total Subcontractor Costs $ 70,990 Submitted by: Luke Blomfield Title: Construction Manager Date: 8/29/2013 Total Self Performed $ 31,245 Respond By: 9/27/2013 Total Subcontractor Costs $ 70,990 Total Cost Proposal $ 102,x35 Above priced are subject to change If not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days GMP FF&E Budget Davis purchase portion of FF&E --- -------------------------------- - - --- - - ------- Davis subcontracts (Arjo and Automated Laundy) �rTZRI.-IIIIIIII Davis FF&E installation cost Davis markup on self -performed work ,Davis markup on subcontracts ------------ �Remaining FF&E Budget ----------------------- - - --------------------- Change order 16 ................ . ....... KODIAK ISLAND BOROUGH 710 MILL BAY ROAD 5CODIAK, ALASKA 99615 Project Name, Number & Location Amount of Contract & Change Order i Kodiak Loo Term Care Center Desi2 495-535 452.150 09010.5 Original Contract $ 15,414,346.00 Previous Changes $0 Contractor -Davis Constructors and 1��meers Change $0 Adjusted Contract $ 15,414,346,00 Description of Change Cost 1) Revise layout to acoustic ceiling including revisions to ceiling tiles, fire 0 sprinkler locations, and light fixtures - $4,444.00 2) Revise access card reader locations, add doorbell at rear entry, and connect doorbells to nurse call system - $17,548.00 3) Revise power to dishwashers, garbage disposals, fan VF -2, and electrical panel shunt trip breaker - $9,201.00 4) Add unit heater to provide heat to mechanical mezzanine - $4,431.00 5) Add sheet vinyl flooring in Storage Room to match other back of house spaces -$2,548.00 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the QMP as a result of this chary e. !!I I The time provided for completion of the contract unchanged) 1 decreased) by 0 calendar document shall become an amendment to the gea ��!i �: i,! go 11 (E] increased) - 3Lact and all provisions of the contract will apply thereto. Accepted By: Approved By: L4VK I Manager (Less Than $10, for _aI] change orders on this Date ILAC.—Iloa— Date 11-7- L Lw L):Y-. Date Clerk If the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of. A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C, The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Date Mayor Deputy Presiding Officer Revised by MIS 06/14/06 Long Term Care Facility Potential Savings / Contingency Summary Updated: November 6, 2013 I HIM -1 Subcontractor Description Original Budget Buyout + Acoustic Ceiling Asphalt Paving Casework & Window Stools 33,900.00 714.00 211,402.00 $ $ 50,060.00 288,520.00 209,484.00 $ $ $ (16,160.00) (22,806.00) 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000,00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 ,Concrete Curb and Gutter $ 66,085,00 $ 61,772.67 $ 4,312.33 Concrete Rnishing $ 55,500.00 $ 23,750,00 $ 31,750.00 Concrete Pumping $ 32,988-00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754,00 $ 65,689.29 $ 35,064-71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Flooring $ 138,768.00 $ 89,984,00 $ 48,784,00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600,00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Monument Sign Overhead Door Pavement Striping $ $ $ 10,000.00 4,750.00 4,360.00 $ $ $ 33,400,00 6,644.00 2,900.00 $ $ $ (23,400.00) (1,894.00) 1,460,00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,062,679,04 Transferred to Contingency $ (622,000,00) Total Potential Savings $ 440,679.04 Page 1 of 3 Long Term Care Facility Potential Savings/ Contingency Summary Updated: October IQ,2Ol3 I Construction Contingency I Original Contingency $ 75,00000 Contingency Deductions CO ft Description Amount Page 2 of 3 Expanded c�earing limits $ (10,411,20) Monitor fire/smoke dampers $ 1 Ship's ladder for mezzanine $ (2,062,19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Intail new storm drain manhole $ (10,958.00) 4 Install patio drainage Install geotextile fabric under entire slab $ $ (6,880.00) (6,549.00) Vinyl siding savings $ 4,69L00 Upgrade interior and exterior door package $ (66,643,00) 5 Install sunroom doors $ (5,907,00) Upgrade MDF trim to cherry $ (70,85600) Window sill material upgrade Wood wainscot at head walls $ $ (7,39200) (44,919.00) 6 Add cherry trim to windows $ (32,472.00) 7 Add floor cleanouts, and sinks $ (3,644.00) Provide domestic water connection $ (7,927,00) Cemetery retaining wall fencing $ (27,699.00) 8 Provide ADA planter boxes $ (7,95&00) Add cultured stone at columns $ (36,411,00) 9 Add accent tile at resident restrooms $ (8,308.00) Upgrade vinyl flooring $ (351.00) Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896,00) 10 Upgrade light fixtures and add light bollards $ (41,507.00) Upgrade closet to adjustable shelving $ (8,50200) Check dams, topsoil, seed at road swale $ (18,90a00) 11 Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ Code required structural details $ (7,802.00) 13 Modify breakroorn for refrigerator Code required ductwork modifications $ $ (56.00) (4,15 2 00) FMOT�fy time clock and add wireless access points $ (9,2 Page 2 of 3 Long Term Care Facility Potential Savings / Contingency Summary Updated� October 18, 2013 14 Upgrade floor base from rubber -to cherry wood $ (49,982M) Resident room casework upgrades to cherry wood $ (16,031M) Provide added GFCI receptacles for Arjo lifts $ (9,882.00) Provide separate circuit for PYXIS $ (3,984M) Add/reiocate power and data in rooms 206 and 216 $ (2,874.00) Relocate lighting inverter and cable tray $ (10,116.00) 15 Add data and power for second PYXIS machine $ (1,918.00) Relocate electrical panels at 2 -hr wall $ (980-00) Provide hot water ciculation for washers $ (1,646,00) Provid added smoke/fire dampers $ (8,114,00) Provide duplex receptacle at Spa Room $ (475M) 1provide power for elettronic trap primers $ (1,170M) Costfor Davis Constructors to contract, purchase, and instaH $ $613,013 of FF&E, and manage subcontracts for Arjo 16 ($269,112) and Automated Launcly ($5,248). Total change is $202,235. This will be deducted from the FF&E budget line, not contingency savings, Total Contingency Deductions $ (589,61114) Current Contingency 107,386.86 Page 3 of 3 Kodiak Island Borough Long Term Care Facility Cost Proposal # 051 ASI 0'41- Ceiling Changes Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man-Hour5 @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ $ $ 63.72 64,30 $ $ ASI 041 made the foilowing changes to the ceiling plan: Carpenter - OT 0 Man -Hours @ _T 71,01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ See revised A104 attached Carpenter Foreman - OT 0 Man -Hours @ 77.20 See revised E202 attached Labor Subtotal Material Expenses Material 1 0 unit $ - Material 2 0 unit $ Material 3 0 unit $ Material 4 0 unit $ Material 5 0— unit $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2,50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ This proposal is based solely on usual cost elements such as labor, materials, and norrnal mark-ups, and does not include any Markup on Self Performed 15% $ amount for changes in the sequence of work, delays disruptions, rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all Total Self Performed $ Elite Acoustics $ 1,875 of these related items of cost prior to final settlement of this GMW $ 1,561 contract. Endeavor $ 679 Subcontractor Costs $ 4,115 Markup on Subcontractor! 8% $ 329 Total Subcontractor Costs $ 4,444 Submitted by: Luke Slorrifield Title: Construction Manager Date: 10/18/2013 Total Self Performed $ - Respond By: 10/25/2013 Total[ Subcontractor Costs $ 4,444 Total Cost Proposal $ 4,444 Approved by: Above priced are subject to change if not accepted ithinlodays. Title: Date: Time Extension Required of 0 Days davis consumctors & engineers bar- 08/16/13 Project:., Mqdjak L. , Term Carp _ Qug General contractor: Davis Constructors. Clarifications: Architect supplemental instruction 041 1. This added 24 W techstyle panels. 2. 4x4 panels where already ordered as per bid drawings. 3. These panels will not be on site at the same time as the 4x4 panels as scheduled. 4. Elite will have to make a special trip after receiving these panels to install. GMW Fire Protection, Inc, 6108 MacKay Street Anchorage, AK, 99518 Ph: (907) 336-5000 Fax: (907) 336-5050 October 18"" , 2013 Luke Blomfield Davis Constructors and Engineer.,; KIBLTC Luke: The breakdown below is for work associated with ASI 4041 Updated Ceiling Plan. Tile additional work reflected here is related to installing pendent coverage in -areas that were to be upright coverage. There were a total number of (15) heads affected and it took 10 hours to complete the changes. T.1111104 Item QtY. $/Unit Total ASI #41 Ceilings Material is 38.72 580.80 Labor 10 77.65 776.50 $1,357.30 Mark-Up 15% $203.60 Total $1,561,00 Please call if you have any questions, Thank You Todd flee ch, P.E. President ENDEAU R E L E C T R I C October 10, 2013 Luke Blornfield Davis Constructors & Engineer Inc. Re: KLTC ASI -041 Dear Sir: The cost for ASI — 041 will be $679.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Mala CotnnitiidutiITSCITP,INE(�AIIIOI Job KODIAK LONGTERM CARE FACI LIT Bid ASI -041 O",,scription 1 MATERIAL TOTAL: 2 SUBTOTAL 3 ............ 4 DIRECT LABOR: 5 AVERAGE RATE > 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 9 .o......w ..... 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ...I—......®....... 14 JOB SUBTOTAL 15 ..................... 16 *MARKUPS,'JVERHEAD. 17 OVERHEAD MARKUP,I,, 18 JOB TOTE;.. 19 ................... > 20 PROFIT 21 JOB TOTAL + PROFIT 22 ... I..,..... I ....... — 23 BID TOTAL ENDEAVOR ELECTRIC P.O.BOX 102002 ANCHORAGE, ALASKA 99510 Phone' (907) 279-1002 FAX- (907) 279-1003 Ref 110 Amount up R,,tc, Neal ,rot 174.78 * 1 00 Lab To( 4,00 1 78,37 Lab Tot 4.00 % 10,00 Line 6 0.40 80,05 Mal Tot 174.78 3,00 Cale 4A0 1*00 Line 14 587.12 1000 Line 18 64583 % 5.00 Line 20 32 29 * 1.00 DATE PAGE 10/10/13 1 TIME 10:17 AM Amount 174.78 174.78 31348 0A0< 32.02 345,50 5.24 61,60 ........... 56.84 587.12 5831 645 83 32 29< 678.12 678.12 JOB 11 ASI -0141 ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERNS CARE P.O. BOX 102002 DATE 1 0/1 01201 3 ANCHORAGE, ALASKA 99510 TIME 10:14:36 AM (007) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES �/� ��m,. �.,./. i//. I..,r�n Item # Sine Item Desc Cty, Mat. Unit Mat Ext Lbr Unit. Lbr Ext Section : Section 018: ASN' -041 iCategory : Category 000: (None) -33 FE LIGHT FNXTURE 2.00 57.39 174.76t 2.010 4.00 174.78 4,00 174 78 14.00 1174.75 4,00 KIB Long Term Care Center Architect's Supplemental Instructions : 041 : 41 Subject: Ceiling Layout Author: Diane Mead Held By. Luke Blomfield Date Created: 10.09.2013 03:43pm Date Due: 10.10.2013 ASI #: 41 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: A104: See revised drawings for ceiling grid layout and light locations, E202-. Storage Room 210 - Replace "FC" fixtures with "FE" fixtures. Attached Files: ASI-041.pdf Form Created To: Luke Blomfield 10.09.2013 03:43pm CC: Matt Garidel, Ken Parmenter Z � a AkzAa. LEGEND d FREEZER r-lFl —al--a sees]Ms,t scx€m.4F E ll D, E VH€ii H ARE DTPR RE Ervsiat«€nT€R€D ou TtL€. f] sos ;ll 1 '. f IS 51 o LL L FIE I Ll LU ® Y u F fi mCD b.F 'd Iz m a ° �$ s' ��._g. ❑ _ - m ,B. m �p- - MERHOR WESt 11RMG ® i v E m B W m �ff T $ p '' v 13 4 xnT44 tr,q uA l >. }F � n S TIB` Y_•i �9€: �� � C} ,aa j km. . t Drawn hX Dab - { Chmck 6X Joh ko. L � a a tB • .R AS.ft i sC`e ED.F..NGF€Ak ---_ -. - Shsot ko. „�-_,�- A 104 Kodiak island Borough Long Term Care Facility Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak island Borough Laborer -OT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58-01 BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ 6372 ASI 030 and 039 directed the following changes to Carpenter - ST Man -Hours @ $ 64.30 the design: Carpenter - OT 0 Man -Hours @ $ 71.01 Carpenter Foreman -ST 0 Man -Hours @ 6995 $ See ESI 006 attached Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 See ESI 006 Rev I attached Labor Subtotal See ESI 007 attached Material Expenses Revision I includes updated subcontractor costs. Material 1 0 LF $ 11.07 $ Materia 12 0 unit - $ Material 3 0 unit _$ $ $ Mate ria 14 0 unit $ $ Materials 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs $ Small Tools 2.50% of labor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal $ Subtotal Direct Costs - Self Performed This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not intrude any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor 16,249 Subcontractor Costs 16,248 Markup on Subcontractor,, 8% $ 1,300 Total Subcontractor Costs $ 17,548 Submitted by: Luke Blomfeld Title: Construction Manager Date: 10/18/2013 Total Self Performed $ - Respond By: 10/25/2013 Total Subcontractor Costs $ 17,548 Total Cost Proposal $ 17,548 Above priced are subject to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days die oaturtrudors & enzineft-S Inc. ENDEAU, R ---ELECT R I C *REVISED* November 5, 2013 Luke Blornfield Davis Constructors & Engineer Inc. Re: KLTC ASI -030 and ASI -39 Dear Sir: The cost for ASI — 030 and ASI -39 will be $16,284.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Data Gomm lndUSITSC./l'P/NECA11/{)l ENOEAVOP ELECTRIC DATE. PAGE Job KODIAK LONGTERM CARE FACILIT P.O, BOX 102002 11105/13 1 7x.8I-30 ANCHORAGE, ALASKA 90510 TWE Phone: (907) 279-1002 FAX: (907) 279-1003 03:12 PM Description Rof Ref Amount Op Rlatc, Amount MATERIAL TOTAL: Mat Tot !1,735.10 1,00 9,735.10 2 SUBTOTAL 9,735,10 3 ....... 4 AVERAGE RATE Lab Tot 40,00 78,37 ;3,134,80 5 GENERAL FOREMEN ilRS Lab Tot 40.00 ly, 1000 4,00< 6 GENERAL FOREMEN RATE Line 5 4.00 80.05 320.20 7 SUBTOTAL 3,456.00 9 TOOLS EXPENDABLE Mat Tot 9,735.10 3.00 292.05 10 PER MEM Calc 44.00 14.00 616,00 11 SUBTOTAL 908,05 12 13 JOB SUBTOTAL 14098,15 14 ........... 15 MARKUPS/OVERHEAD: 16 OVERHEAD MARKUP % Line 13 14,098.15 % 10.00 1,409.82 17 JOB TOTAL 15,507,97 18 > 19 PROFIT Line 17 15,507,97 % 5.00 775.40< 20 JOB TOTAL + PROFIT Line 19 775.40 1.00 16,283.37 21 ........ 22 BID TOTAL 16,283.37 JOB 11 ASI -30 ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE P.Q. BOX 102002 DATE 11/5/2013 ANCHORAGE, ALASKA 99510 TIME 3:13:34 PM' (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES Des��c�i��/c,,,./�v .� br Unit _.. Lbr E�: Section: Section 015: ASI -30 Category : Category 000: (None) __........ _. _. 31 'ATS 6P'.2 1.00 0,897.00 6,897.00 5.00j 5.00 132 JCI DOORBELL PROPOSAL 1.00, 2,538 10 2,538.10 5.00 5.00 I29 ADD CR's 8-00 30.00 240.00 3.00 24,00 130 rDOOR BELL PUSHBUTTON2 .00 30.00 60.00 3.00 6.00, 9,735.10 40.00 d 5, 735.10 I 40.00 J9,73510 40.00 Page 1 of 1 Revised Johnson Proposal Controls TO: Endevour Electric Attn., Johnson Controls, Inc is providing the following proposal: Included in above: JCI Access Control Devices and programming Scope Addition of Card Readers with Relays Upgrading battery backup capacity Johnson Controls, Inc. Controls Group 2000 West Int Airport Road Unit B-1 Anchorage, AK 99502 TeL 907-243-3737 Fax: 907-248-1978 DATE: October 31, 2013 PROJECT: Kodiak Long Term Care AS1030 $2,538.10 Exclusions/Clarifications: • Installation is excluded • Doorbell is excluded from the above proposa • Any work associated with Asbestos or IIAZMAT aboteimrit or removal is specifically EXCLUDED • All work to be done during normal working hours • Painting, Patching, Permits, ceiling tiles not provided by JCI • Johnson Controls, Inc, not responsible for delays due to other trades or cause by weather. • Any labor or material not specifically mentioned herein is not included This proposal is hereby accepted and This Proposal is valid until: November 30, 2013 Johnson Controls is authorized to proceed with the work; subject, however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Title: Company, I Name: Eric L. Franklin Title: Account Executive Materials Quant 'Part No. Part Descri tion Price Extended 2 1-55-605-B-26 6 BAT -1212 2 MR -101/C READER, PROX1 000,26B, BLAC STANDBY POWERJ2 VOLT/12 SPDT RELAY 24-230V TRACKJI $ $ $ 238.70 114.72 32.00 $ $ $ 477.40 688.32 64.00 0 $ _ $ Material Cost $ 1,229.72 Estimated Frei ht $ 122.97 Fast Track Surcharge NIA JCI Labor Hours Description Price Extended 0 Electrical Conduit, Wiring, Installation $ 74.58 $ - 0 Mechanical Conduit, Pneumatics $ 87.17 $ W 4 Technician Functional Checkouts $ 77.64 $ 310.56 0 Commissionin Testing/Re-testing Sequences $ 77.64 $ 4 Engineering Drawin s,Gra hics,Softvware $ 87.23 $ 348.92 2 Project Marta ern Project Oversight $ 92.66 $ 185.32 $ 844.80 Subcontractor Labor/Quotes Quant - Description Price Extended 0 'Electrical EGectrical Quote $ $]A - $ Travel Ex enses Quant Description 0 Nights Lodging 0 Airfare $ $ - $ $ - 0 Vehicle $ - $ - $ - Overhead 10% $ 2:,197.49 $ 219.75 Profit 5% 2,417.24 $ 120.56 Total $.2,538.10 41ftA L AS Proposal for Low-Voltage/Facifity Systems P. I of I Project Name: Kodiak LTCF Nurse Call Date: 10-04-2013 To: Jesse Hale From: ForrestTruemper Company. Endeavor Electric Company: ATS Alaska Phone: 907-279-1002 Phone: 907-375-4121 Fax/E-mail: jesse(&,endeavorak.com I'ax: 907-868-5123 Change Proposal 2: Door Bell Monitoring We propose to add the following additional scope for the above referenced project. Installation will be by electrical contractor. The change in scope will be executed based on the AS[ dated 9/25/2013. ® Nurse Call inputs to be provided for connection to three existing doorbell locations * Programming of nurse call system to illuminate dome light and display doorbell location on nurse console * Excludes text messaging to wireless phones (see change proposal 1, Rev 1). Remarks,- • All Malerial FOB ATS Alaska Warehouse. • LAcludes, wire. • Excludes Acca, s Control and CUIV • Nurse Call System is the Providence Alaska Standard,Telligence. • fiystcrn is capable ol'integrating to wireless phones, pocket paging, AD 1', Stal'I'Locating, etc, but intc,=rated software is not included in this scope. • Fxctudcs nurse call integration to or control equipment for lighting control orTV control. • Excludes wirclQss phone sy,,,tem head -cord, ficid devices, handsets. design, or installation. L, xclusJons (unless soccifically included in the remarks section above, the ,�folowin �Ystqndard exclusions allply): • Wiring, & Installation: All conduit, wire, cable, Fittings and other electrical accessories will be provided and installed by electrical contractor. All device installation and trim will be by electrical contractor. TerrunaLions ol'all wiring and fiber optic cable will be by electrical contractor. Electrical contractor shall label all condurt. and backboxes based on Ul, requirements. • Firc, firc/smoke or smoke dampers, elevator shaft CXIILILISL Vents, and sprinkler monitoring -witches. • Bonds, taxes (unless itemized above with bare bid), fire watch, demolition, asbestos abaternent, providing high lift devices, cu ttin rVpat c 11 ir g1pa in till b" phone line for modern, development, of'auto-cad floor plans (usually available ftora architect or consultant). Generall'Terms & Conditions: • Price valid for 60 days rrorn date Ot'quote. • standard warranty I year parts and labor or as required in specilications. Warranty takes cfl�ct upon substantial completion defined as beneficial use ofthe system. Excludes acts of God or damage caused by others, etc, • PdylneEft 'I'mrs. Net 30e Cf a contract or purchase order will be issued for this scope of work, please reference this proposal in the contract documents Oli! sign fire proposal b,low 6?i4thorizirirtis toproces:d 7tiank>,ori4for yoitreonsidet-ation. Proposal Proposal accepted 'Submitted by (signature). Name: Forrest TrLleMPCL_ Name (print): Title: Sr, EnLineerina SDecialist Title:: Date: 10-04-13 Date: ATS Alaska Ph, 907 868-5100 139 Fl. 51" Ave. Suite 100 Fax: 907 868-5123 Anchorage AK 99503 www.atsalaska.com 139 E. 51st Av Ste 1017., Anchorage, AK 99503 A L 11%S Phone: 907 -US -5_00 / Fax: 907-868-5123 / Web: www,atsalaska.+ )m Cornu- nts ERulr<'k1114II ly Manufacturer Ascorn Ascom Rl B Macromatic Wiepmann Kodiak. Long Term Care Facility - Nurse Call Name Charge; Proposal 2 Door Bell Mcnitoninp Add nu se call inputs to annunciate door bell contact closure. Refer to accompanying Change Proposal document for specific remarks / inclusions / exclusions. LPart Number IDescription HC CL4Four section dome Ight HC-PB7-CALLIN Two button peripheral input station RIBUX 1 Enclosed Relay, 10 Amp 2 SPDT THR-3836U Encapsulated time delay relay ISC080806t iScrew Cover Wall Mount NIEMA 1 Enclosure, 0 $92 p- ping Ship . SUBCONTRACTS rescriptinn DIRECT PROJECT SUPPORT lescrlption mall Tools & Supplies - Consumable & Expendable ravel Costs: Add `,-)nal time in Kodiak (PD, Room & Board) 7b site trailer rent, utilities, etc. Pricing Summary Unitprit!I_ Rate 10/7/2013_ 3 Expires 1/5/201 � 3 ? ATS Job 0 3113523 3 ATS C/Oft 2 Cluantity J Unitprit!I_ TotE 3 $129 $38 3 ? $150 $4& 3 $33 $9' 0 $92 $27 0 3 $55 $1.6 0 0 $D 0 0 Sub -Total _ $1,40 12 16 $22 5% " H;)urly rates are based on 2013 standards a )d are tabor Description Rite Hours $7' subject to change Pro,act Managem,nt S/T Material Total $555 51.59 Total Subcontracts Total Project Support Total 4, FITS LABOR HOURS & COSTS Description PM Hrs. Eng HrsJ Spec, Hrs. Project Management: Coordination, documentation 4 0j D Engineering: Design repeacement solution for mag locks (door hardware, head -end, etc.), As-builts 0 . 12 0 Specialist: Panel termination, checkout of locking mechanism 0 0 16 0 0 0 0 0 0 Total Hours 4q 12 16 " H;)urly rates are based on 2013 standards a )d are tabor Description Rite Hours Cost. subject to change Pro,act Managem,nt S/T $1.39 4 $555 Administrator S/T $50 0 $0 Eng! neenr 9S/T � $13. 12 $1,62G' Engineering O/T $160 0 $0 Spec'al'ist S/T $1.35 16 52,760 Specialist O/T (time over 8 hours/day) $160 0 $0 Specialist ❑/T (Sundays and holidays) 5195 0' S0 Total Labor, $4,336 11!JI:S�] Material+ Subcontracts'+ProjectSupporl $2,21.7 10% Overhead $221.74 Subtotal $2,439 S/ Profit $121.Z Subtotal $2,561 ATS Labor $4,336 Man Days: 0 I Project Totall $6,897 KI B Long Term Care Center Architect's Supplemental Instructions 30 Subject: Access Control Revisions Author: Caroiine Storm Held By: Luke Blomfield Date Created: 08.210.2013 06:24am Date Due: 08.21.2013 ASI 30 Job 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents, If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: See ESI 006 attached See ESI 006 Rev I attached There is no change to Door Hardware as approved Attached Files-, ESI -006 - Access Control Modifications , pdf Form Created To: Luke Blornfield 08.20.2013 06:24am CC: Matt Gandel Comment By: Caroline Storm 09,05 2013 03T0prn CC: A document was attached Attached Files:, ESI -006 Rev I - Access Control Modification s.pd f ELECTRICAL SUPPLEMENTAL INSTRUCT100,( nhitects M' AlaAa ESI NO.: 006 Rev I PROJECT: KIB LTCF CONTRACTOR: Davis Constructors TO: Luke Bomfield DATE: 05 Sep 13 JOB NO.: 11034.01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. INSTRUCTIONS: Modify access control system doors and door bells as described below. A. Delete CRs at patio gates. Gates still to be electrically locked, and failsafe. B. Delete CR at Laundry 203 C. Add CRs at doors 201-1 and 201-2 on the both sides of doors in accordance with door hardware. D. Add CRs to inside of doors 005-1 and 105-1 E. CR required on outside of doors 001-1 and 101-1 F. CR's required on both sides of 001-2 and 101-2. G. Add exterior door bell pushbutton at Door 213-1. SPECIFICATIONS Section 281300 —Access Control. 1. Modify Security sequences as shown in attached revisions to Article 11,11. DRAWINGS Sheet E401 — Fire/Securityl[T Level I 1, Modify doors as indicated on attached replacement sheet. Attachments: Section 281300 Sheet E401 BY: Robert Posma — PDC KIB Long Term Care Center Architect's Supplemental Instructions 39 Subject: ESI 007 - Door Bell monitoring Author: Diane Mead Held By. Luke Blomfield Date Created: 09.25.2013 08:34am Date Due: 09.27.2013 ASI #: 39 Job #: 11034.01 The Work shall be carried out in accordance with the following supplementary instructions issued in accordance with the Contract Documents. If a change in Contract Sum or Contract Time is anticipated, submit a proposal for the work before proceeding with the change. Proposal shall be submitted within 5 days from the date of this document. Description: See attachments for ESI 007, Attached Files: ESI -007 Door Boll,docx RIBU2C,pdf SKE-001,pdf Form Created To: Luke Blomfield 09.25.2013 08:34am CC: Malt Gandel, Ken Parmenter ELECTRICAL SUPPLEMENTAL INSTRUCTION (ESI) At-chitects R, A lasha ESI NO.: 007 PROJECT: KIB LTCF CONTRACTOR., Davis Constructors TO: Luke Bornfield DISTRIBUTION: EOWNER EIARCHITECT 1 `Ifw 1111111%*u 466L. 11*44 EIFIELD LIOTHER DATE: 25 -Sep -13 JOB NO.: 11034,01 THIS COMMUNICATION AUTHORIZES NO CHANGE IN PROJECT SCOPE, TIME OR PRICE. IF COMMUNICATION INVOLVES ANY SUCH CHANGE NOTIFY THE ARCHITECT IMMEDIATELY AND INCLUDE A BREAKDOWN OF ANY COST INVOLVED. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN, INSTRUCTIONS: Provide a door bell for the rear door and provide monitoring of 3 door hells by the nurse call system to provide independent notification of each door bell similar to other nurse call requests, SPECIFICATIONS Section 275223 — Nurse Call/Code Blue Systems a. ADD 2.1.0.10. Control Relays for interface with doorbells. b. ADD 19. '29 Control Relay A. Box mounted control relay shall operate from door bell supplied transformer, 10-30 VAC coil with 2 10 Amp SPDT contacts. B. UL accepted for installation in Plenum. C. Functional Devices RIBU2C or equal. D. Nurse call shall monitor each door bell's control relay contact and provide a non-priority call/notice which will automatically be self cleared after a 60 seconds time or as coordinated with the owner., " DRAWINGS 2. Drawing E0101 Legend, Notes and Abbreviations a, Nurse Call Legend, ADD Dome Light with "DB" subscript with legend "DOOR BELL MONITORING AND CONTROL RELAY, CEILING MOUNTED, 3. Drawing E302 Power Plan West— Level I a. Hall 208, ADD "D -BELL" power connection point at north end of hallway. Connect to circuit B-4. 4. Drawing E401 Fire/Secruity/IT — Level 1 It t7+,Ahmka, Im"'. 901) 1,,,: w7yi 5P J7 , .:,, ,7,1,;,�i _ ','a�50i "')21) 1 of'2 (M �, ;wp 191 11. S)o"w.jj �'o Si ., ''13 V", !.'ii, A ',ai ; 9C-04-7025 ELECTRICAL SUPPLEMENTAL INSTRUCTION (E,SI) M Arddtects Akuka. a. Grid D -3A MOVE Doorbell to Grid D-4. ADD Dome Light with with DB subscript adjacent to the door bell. b. Grid D-5. ADD Dome Light with with DB subscript adjacent to the door bell, c. Hall 208, grid A.346, ADD Doorbell and Dome Light with with DB subscript adjacent to the door belt, 5, Drawing E701 — Details a. ADD detail 2 as attached. 1. Sketch SKE001 for Drawing E701 with added detail 2. 2. Functional Devices RlBU2C Product sheet. L Zlf 2 of 2 ",!4 71c: Ah, 9'-'�;5•r-7(J75 P7 E� Si, ,1 2)3' EXTERIOR DOOR DOOR CHIME POWER PUSHBUTTONS TRANSFORVER EXTERIOR U TE SH 120V F (1116 v L-... L - - -- N -j (DOOR OOR BELL C2 DOOR BELL SCHEMATIC - SKE-001 NOT TO SCALE LOW VOLTAGE 21)TR21- RELAYr- TO C I DOMENURSE LIGHTCALL NOTES: 1 LOCATE CONTROL RELAY ABOVE CEILING NEAR DOOR CHIME 2 ALL WIRING PLENUM RATED LOW VOLTAGE, EXIEPT FOR CONTROL TRANSFORMER POWER SUPPLY. Architects Project Name: KODIAK ISLAND LONG Date: Job. No: Alaska TERM CARE FACILITY L/24/201,5 11034.01 Sheet Contents- DETAILS Drawing Number: A Reference sheet: E 70:1 SKE-001 IIr Functional HE MMUR T 1 Functional Devices, Inc. - p:800A88-5538 . 1`:70.8817505 - www.functionaldevices.com - sales@lunctlonaldevIces,com RlBU2C 7 , A -I 4,�eays 10 Amp'2 54, Y lU-30Vac,-,Jl20Vac Ct,] Y" RlBH2C Lnciu,, ^d kk!lays I I Anip 2 S)T ,,Ath I C-30VicJdc/208-2??Vac Cd] W" V T, -- ", J N I Specifications Polays & Cuntacffype: Tw- SPG: Contiv JrxIs Dl t"C'tC Expected Relay Life: 101 licri cyc: % r) ai-: ernrrnchar A CpetatinjTerllpetatum -7J, M. F HumldRy Range:.5 t', S. (noncon q) Operate Tlmei 2:^'=m,5 Relay Status; LE On Act at—] Dinnenslonsf %: I )J x I th.) N 11 nip, le wires; Vklat' I Approvals: UL r ci,ULW'.,l R64,&UL Cad to Na 5tais F!, tl,r :r ',CE,, -,-5 Housing Rating: UL Act. I,', -,d Dr r U,u in P, intum, N.' 11 Gold plash: Y, , Override Switcht No /7 A 2115! 4- V R' 1 272 Vw tl. fed JP c 211 277V, 1', 10 Amp Pilot Control Relays LISTED Mmdr 11 U.A , , 4 w, C rid Cul-Frrit: % 5c I-' A 1� 11 1C V., COR c'Jt;sg'< If pvl� J" 2.7 ."ac Cr 0 t -1 ic / 2 n - y . I(,/ " VdC Kodiak island Borough Long Term Care Facility Cost Proposal # 053 RFl 132, 136, 137, 139, 141, & 142 Electrical Changes Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By; Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ $ 63.72,$ 64,30 $ Cost proposal is for electrical changes associated �with the attached RFIs. Carpenter -OT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ $ 6995 $ RN 132: No charge Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ RFI 136: $2,211 Labor Subtotal RR 137: $529 RR 139: $5,302 Material Expenses RFj 141: No charge Material 1 0 unit $ $ - RFI 142:$477 Material 2 0 unit $ $ Material 3 0 unit $ $ Material 4 0 unit $ $ Materials 0 unit $ $ Material Subtotal $ Other Job Expenses Freight lbs Small Tools 2.503' of liabor $ Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment I Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal is based solely an usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the Sequence of work, delays disruptions. Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and ail of these related items of cost prior to final settlement of this contract. Endeavor $ 8,519 Subcontractor Costs $ 8,519 Markup on Subcontractor! 8% $ 1682 Total Subcontractor Costs $ 9,201 Submitted by: Luke Blomfield Title: Construction Manager Date: 10/18/2013 Total Self Performed $ - Respond By: 1012512013 Total Subcontractor Costs $ 9,201 Total Cost Proposal $ 9,201 Above priced are subject to change if not accepted within 10 days, Approved by: Title: Date: Time Extension Required of 0 Days rNWAIII'll 101 ENDEAU'; R ---E L E C T R I C October 18, 2013 Luke Blomfield Davis Constructors & EnginCeT Inc. Re: KLTC RFI -132 Dear Sir: The cost for RFI -132 will be a no cost change. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC ENDEAU R C --- October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -136 Dear Sir: The cost for RFI -136 will be $2,211.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Data Comm Indust-iSC/YPlNECA 11101 Job KODIAK LONG TERM CARE FACILIT 4RFI-136 Description I MATERIAL TOTAL 2 SUBTOTAL 3 4 'DIRECT LABOR: 5 AVERAGE RATE 6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 9 ..............".k,.,.. ........... --.- 'to 't0 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 .................... 14 *SUB CONTRACTS: 15 TRENCHING 16 RIGGING 17 TESTING 18 CONCRETE to SUBTOTAL. 20 .........,.v........, 21 JOB SUBTOTAL 2'2 11-1 ..... ...... — 23 'MARKUPS/OVERHEAD: 24 OVERHEAD MARKUP % 25 JOB TOTAL 26 .-- . . ....... 27 PROFIT 28 JOB TOTAL+ PROFIT 29 ... ........ ENDEAVOR ELECTRIC P.O. BOX 102002 ANCHORAGE, ALASKA 99510 Phone. (907) 279-1002 FAX. (907) 279.103 Ref Ref AMCLltq Rate Mat Tot 237.40 Lab Tot 16.40 78.37 Lab Tot 16.40 10.00 Line 6 1.64 60,05 Mat Tot 237.40 1/4 100 Calc 18.04 ' 14.00 Line 21 1,913.63 % 10.00 Line 25 2,104.99 % 500 Line 27 105.25 1.130 DATE PAGE 10/18Y13 1 TV.A7 12,41 PM Anic, int 237,40 23740 1,28527 1.64< '13128 1,416.56 7,12 25Z56 1,913,63 191.36 2,10499 105,25e 2,210,24 30 BID TOTAL 2,210.24 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 1W18013 TIME 1242:39 PM MATERIAL Primary Pricing LABOR Primary Labor NOTES Item # ISIze 11tem Desc Section :'§ection 0'19. 01-136 6tegory: Category , 000: (None} ,35 IDISPOSAL' CONNECTION ,3 . 4 DISPOSAL SWITCH 20 Amp Square bb�reaker .. . ....... RFI -136 ENDEAVOR ELECTRIC RO. BOX 102002 ANCHORAGE, ALASKA 99510 (907) 279-1002 Page 1 of 1 Qty' Mat Unit Mat Ext: Lbr Unit Lbr Ext 2.00 65,00 130,00 3.50 7.00 2.00 30,00 60.W Mo 7,00 2�00 23.70 47.40 1.20 2.40 237.40 16.40 1237.40 16AD [2317.40 1-640 View For Print - Request for Information (RFI)- LTC - 136 Page I oft Request for Information (RFI)- LTC : 136 Subject: Garbage Disposal Electrical Author-, Luke Blomfield Held By: Luke Blomfield Date Created: 10.03.2013 0&45am Date Due: 1 O. 04 2013 Contractor: Endeavor Trades Affected: Electrical, concrete, framing, casework Project Number- 12-355 Information Plumbing shows a garbage disposal in each of the residential kitchens, there are no Requested: provisions on the electrical for a powered disposal. Potential Solution: Please verify if electrical connections are required. If required, please provide design information. Referenced: n/a THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Response: E002/Electrical Equipment Schedule - ADD. DISP, Garbage Disposal - Residential, 8.4 Amps, 120V, 1 PH, Hardwired, provide local control switch located above countertop, E5021 Detail 2 - ADD° DISP power connection underneath sink with control switch located above countertop, Panel C, CKT-26. E5021 Detail 3 - ADD: DISP power connection underneath sink with control switch located above countertop, Panel F, CKT-26, E8021 Panel C - Circuit 26 - Add DISP to description and change VA to be 1188. E803/ Panel F - Circuit 26 - Add DISP to description and change VA to be 1188. Eric Bridgman - PDC - 8OCT2013 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created 10.03.2013 08:46am Comment 10.06,2013 05:06pm To: Diane Mead CC: Ken Pannenter, Matt Gandel By: Diane Mead CC: https:llapp.e-bLiilder.netlda2lfort'nsIViewForPrint,aspx?PortallD=94ec9e3f-e87c-4a] 3-948... 10/8/2013 View For Print - Request for Information (RFI)- LTC - 136 Diane Mead (DMead) requested an external comment via email from: RobertPosma@pdceng,com. EricBridgman@pdceng.com Respond by date is 10,07,2013 Forward To: Luke Blomfield I From. Diane Mead 10.08,2013 G2:44prn CC: Matt Gandel, Ken Parmenter Page 2 of'2 https:llapp.e-builder.net/da2/forms/ViewForPrint,aspx?PortallD=94ee9e3f-e87c-4,a 13-948... 10/8/2013 LYM-1 ON EMDEAU R ---- October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -137 Dear Sir: The cost for R.F1-137 will be $529.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Data CcmnflndU5tTSCtTP/NEGAlld01 J00 KODIAK LONGTERM CARE FACILIT Bid RFI -137 ljescriptun MATERIAL TOTAL. 2 SUBTOTAL 3 — - ". — 1. 1 4 *DIRECT LABOR,. 5 AW- ' RAGE RATE > 6 GENERAL FOREMEN FIRS 7 GENERAL FOREMEN RATE a SUBTOTAL 48,70 % 3.00 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ............ ...... 14 JOB SUBTOTAL 15 ..... —1-1- 116 'FAARKUPSJOVERHEAD: 17 OVERHEAD MARKUP 18 JOB TOTAL 19 > 20 PROFIT 21 JOB TOTAL + PROFIT 22 ,._.,.........y.«.... 23 BID TOTAL ENDEAVOR ELECTRIC P.OBOX 102002 ANCHORAGE, ALASKA 99510 Phone: (907) 279-1002 FAX: (907) 271-1003 Ref Ref Amount Op Rule Mat Tot 4830 1,00 Lab Tot 4,00 ' 78.37 Lab Tot 400 �44 1000 Line 6 0A0 ' 80.05 Mat Tot 48,70 % 3.00 Calc 4.40 ' 14.00 Line 14 45716 % 10.00 Line '18 502,99 % 500 Line 20 25.15 * 1.00 DATE PAGE TIME 12:55 PM Amount 48.70 -- — --- ----- 4870 313,43 0.40< 32.02 345.50 1.40 61 60 63.06 45726 45.73 502.99 25,15< 528.14 528.14 JOB 11 11) 11 NAME KODIAK LONG TERM CARE DATE 10118/2013 TIME 12:52:21 PM MATERIAL Primary Pricing LABOR Primary Labor NOTES RFI -137 ENDEAVOR ELECTRIC P.0, BOX 102002 ANCHORAGE, ALASKA 99510 (907) 279-1002 Item # Size Item Desc City' Mat Unitl Mat Ext Lbr Unit Section : Section 021: RFI -137 Category :Category 000: (None) -6 37 SHUNT TRfP'&6Wff&fldN 1.00 25,00 2.8 1 120 Am -'p Square D breaker 1.00 23.70; 23.70 1.20 148,70 [4.00 48.70 14.00 .70 A 00 Lbr Ext 210 1.20i View For Print - Request for Information (RFI)- L'I'C - 137 Page I of I Request for Information (RFI)- LTC: 137 Subject: Panel "J" Shunt Trip Breaker Author: Luke Blomfield' Held By: Luke Blomfield Date Created, 10,04.2013 03:55pm Date Due* 10-08-2013 Contractor: Endeavor Trades Affected: Electrical Project Number. 12-355 Information What circuit and panel should the power for the Panel "J" shunt trip breaker come Requested: from? Potential Solution: Provide panel information. Drawing Referenced: Electrical THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGIN ER AIE Response: E8.03/Panel J - Circuit 25 - Provide 20/1 Amp circuit breaker for 120V shunt trip control power for panel J THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form, Created To: Diane Mead 10 04.2013 0155pm CC: Ken Parmenter, Matt Gandel Comment By: Diane Mead 10.06.2013 05:05pm CC: Diane Mead (IDMead) requested an external comment via email from: RobertPosma@pdceng.com, EricBridgmar@pdceng.com Respond by date is 110,072013 Forward To: Luke Blomfield I From: Diane Mead 10.09.2013 09:42am CC: Matt Gandel, Ken Parmenter https://app.e-buildcr.net/da2/forms/ViewForPrint.aspx?PortalID=94ee9e3f-e87c-4a1 3-948... 10/9/2013 ENDEAU R E L E C T R I C October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Dear Sir: The cost for RFI -139 will be $5,302.W Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Data COMM IndWStTSC/ iP/NECA11fQ1 Job KODIAK LONGTERM CARE f ACILIT RFI.139 Doscription MATERIAL TOTAL, 2 SUBTOTAL 3 4 *DIRECT LABOR: 5 AVERAGE RATE > 6 GENERAL FOREMEN FIRS 7 GENERAL FOREMEN RATE 8 SUBTOTAL 9 .......«.... ...... 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 ----------- 14 JOB SUBTOTAL '15 ..,«......m.,...,..... is *MARKUPSIOVERHEAD: 17 OVERHEAD MARKUP % is JOB TOTAL. 19 .............. > 20 PROFIT 21 JOB TOTAL + PROFIT 22 �Wkllolm ENDEAVOR ELECTRIC P,O. BOX 102002 ANCHORAGE, ALASKA 99510 Phone.- (907) 279-1002 FAX: (907) 279-1003 Ref Ref Amount Op F'';ltu Mal Tot 820.00 1.04 Lot) Tot 36.80 1 78.37 Lab Tot 36-80 % 10.00 Line 6 3.68 ' 80,05 Mat Tot 820.00 % 3100 Calc 40,48 ' 14.00 Line 14 4,569.92 % 10,00 Line 18 5,048,91 % 5.00 Line 20 252.45 * 1 00 DAJT-- PAGE 10/18113 1 TIME 01:02 Pm ArnoW 820.01, 820,00 2,884,02 3.68< 294,58 ----------- 1-1 3,178,60 24,60 566.72 55'1.3;2 4,589.92 45809 5„04&91 252.45< 5 30136 .......... 5.301.36 JOB 11 RFI -130 ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE P.O. BOX 102002 DATE 10/18/2013 ANCHORAGE, ALASKA 99510 TIME 12:59:29 PM (907) 279-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES ioc,� �i „/.iiiii i� i i� i , r t���/ � i �/ w(�,���.�Gi/,(6���lr�.,,,�u�✓��../,..,/�a./��d,�l/nr �./.i���/�/��,�,.7�i.1 ✓ �i.Ri,,,�//�,.�,,✓,. .,.�., , �,�<,,,.GI//,.,�iu,1,cuu/..����/u/�i�r�/l,/rcuw�.� m lvr/n,,,.l ,i , ,,,r,n. ca��o,..✓Gc� �c„.,�� , .. ,1..,, �.« Item # ISi,ze 'Item Desc Qtyl Mat Unit] 'Mat Ext{ Lbr Unit' Lbr Ext Section : Section 022: RFI -139 Category: Category 000: (None) ?39 35 AMP 4.00; 200.00 800.00 B.OD 32.00 X38 35 AMP 2 POLE BREAKERS 4.00; 5.00 20.00 1.20 4,86' 820,00 136.88 820.00 136.80 820.00 36.Sf� Page 1 of 1 View For Print - Request for Information (RFI)- LTC - 139 Pagel or2 Subject: Dishwasher Electrical Requirements Author: Luke Blomfield Held By, Luke Blomfield Date Created: 10,09.2013 10:12am Date Due: 10,10.2013 Contractor: Endeavor Trades Affected: Electrical Project Number: Casework Information Per SHT E 5102 the dishwashers in both residential kitchen are supposed to be on a Requested: dedicated 20amp 110v circuit. Per the kitchen equipment submittals ITEM #1 R ( under counter dishwasher) these dishwashers are 220v,30 amp, 4 wire. Rough in for these circuits was based on a 20amp , 110v circuit. Potential Solution: Please advise Drawing Referenced: E502 THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Response: E002/Electrical Equipment Schedule - ADD: Dishwasher, 208V/1 PH, 33.5 Amps, Hardwired. E502/Residential Kitchen West - 1. Dishwasher North - CHANGE 120V power connection from CKT C-35 to 208V/1 PH CKT-33,35. 2. Dishwasher South - CHANGE 120V power connection from CKT C-33 to 208V/1 PH CKT-52,54. E502/Residential Kitchen East - 1. Dishwasher North - CHANGE 120V power connection from CKT F-33 to 208V/1 PH CKT-33,35. 2. Dishwasher South - CHANGE 120V power connection from CKT F-35 to 208V/1 PH CKT-43,45. E802/Panel C - 1. CKT-33,35 - CHANGE from two 20/1 amp circuit breakers to a single 35/2 amp circuit breaker. Circuit description "Dishwasher, Kitchen 004", 3500VA per phase. Provide lockable kit able to keep circuit breaker locked in open position. Provide 3- 8 AWG, 1 - 10 AWG GND, 3/4" C. 2. CKT-52.54 - ADD 35/2 amp circuit breaker. Circuit description "Dishwasher, Kitchen 004", 3500VA per phase. Provide lockable kit able to keep circuit breaker locked in open position. Provide 3- 8 AWG„ 1 - 10 AWG GND, 3/4" C. E803/Panel F - 1, CKT-33,35 - CHANGE from two 20/1 amp circuit breakers to a single 35/2 amp circuit breaker. Circuit description "Dishwasher, Kitchen 104", 3500VA per phase. Provide lockable kit able to keep circuit breaker locked in open position. Provide 3- 8 https:Happ.c-builder.net/dal/forms/ViewForPrint, asp x?,Portal [D=94ee9e3f-e87c-4a 13-94... 10/10/2013 View For Print - Request for Infbrmation (RFI)- LTC - 139 Page 2 of 2 AWG, 1 - 10 AWG GND, 314" C. 2, CKT-43,45 - ADD 35/2 amp circuit breaker. Circuit description "Dishwasher, Kitchen 104", 3500VA per phase. Provide lockable kit able to keep circuit breaker locked in open position. Provide 3- 8 AWG, 1 - 10 AWG GND, 3/4" C, -Eric Bridgman, PDC 10/10/13 Note: The dishwasher vendor confirmed that the dishwasher will run down to 198 volts, it will increase the cycle time for washers 15-20%. It will not affect the overall life of the equipment. -Diane Mead, Architects Alaska 10110/13 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Diane Mead 10.09.2013 10:12am CC: Matt Gandel, Ken Parmenter Comment By: Diane Mead 10.09.2013 10:29am CC: Diane Mead (DMead) requested an external comment via email from: Er!cBridgman@pdceng.com, RobertPosma@pdceng.com Forward To: Luke Blomfield I From: Diane Mead 10.10,2013 12;00pm CC. Matt Gandel, Ken Parmentier https:llapp.e-builder.net/da2/forms/ViewForPrint.aspx?PortalID---94ee9e3f-e87c-4a] 3-94.,. 10/10/2013 Offfe ENDEAUOR --- October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -141 Dear Sir: The cost for RFI -141 will be a no cost change. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Im ...... ... �.11111 ENDEAU, R October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Re: KLTC RFI -142 Dear Sir. The cost for RFI -142 will be $477.00. Please feel free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hale General Manager Endeavor Electric, LLC Gam Comm lndusIlSGrTP/NELAlli01 ENDEAVOR ELECTRIC BATF PAGE Job KODIAK LONG TERM CARE FACILIT P,O. BOX 102002 10)18113 1 81c4 RFI -142 ANCHORAGE, ALASKA 09510 TIME Phone. (907) 279-1002 FAX: (907) 279-1003 01:10 PM Description Ref Ref An-ount Rate Amourit I MATERiALTQTAL: Mat Tot 55.00 1.00 5500 2 SUBTOTAL ----------- — 55.00 3 4 `DIRECT LABOR: 5 AVERAGE RATE Lab Tot 150 78.37 27430 >6 GENERAL FOREMEN HRS Lab Tot 150 c1G 10.00 0 35< 7 GENERAL FOREMEN RATE Line 6 0.35 80 05 2802 8 SUBTOTAL 302.32 9 .."........«.....".. 10 TOOLS EXPENDABLE Mat Tot 55,00 % 3.00 1 65 III PER DIEM Calc 3.85 14.00 53-90 12 SUBTOTAL 13 ........... - ...... 14 JOB SUBTOTAL ------------- — 412.87 is 'MARKUPSIOVERHEAD: 17 OVERHEAD MARKUP % Une '14 412.87 %® 10-00 4121 18 JOB TOTAL 45416 > 20 PROFIT Lfne 18 45416 5.00 22 71< 21 JOB TOTAL + PROFIT Line 20 22.71 1,00 476.87 22 23 BID TOTAL 476,,87 JOB 11 RFI -142 ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CAFE P.O. BOX 102002 DATE 10118/2013 ANCHORAGE, ALASKA 99510 TIME 1:06:16 PM (507) 275-1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES ,. �r.��%�r � / r /ti:,� ; ,�a�„cr. L,ll� /U , rst�„v,�,�c, r.a/..,r�I/u/,,,,,�« i, . sti ,,,f, ,;, r, .ru/a .� .rrl�� so „�,,,��; ✓ , r� i a waG 1, r ,.,.,,di r,i;✓�r�,;,,,,,.,, rz Item ffi Slze ltern Dego Qty Mat Unit, Mat Ext Lbr Unit Lbr Ext Section : Section 423: RFI -142 Category ; Category 440: (None) 40 VENT FAN -2 CONNECTION 1.00 55.001 55.04 3.50 3,50 i 155.00 3.50 55.00 3.50 155.00 3.54 Page 1 of 1 View For Print - Request for Information (RFI)- LTC - 142 Page I of 2 Request for Information (RFI)- LTC : 142 Subject: VF -2 Electrical Requirements Author: Luke Blomfield Hold By: Luke Blomfield Date Created: — .. ... — ------ 1 O. 11.2013 01:11 prn Date Due: 10.14.2013 Contractor: Endeavor Trades Affected: Electrical Project Number: 12-355 Information Sheet M 501 shows a vent fan in the fire pump room. I show no circuit or connection Requested: to this fan. The mechanical contractor has provided me with a fan speed control switch but it's unclear if this speed controller is for VF -1 or for VF -2. Potential Solution: What is the circuit for VF -2 and is there to be speed control for either of VF -1 or for VF -2? Drawing Referenced: M501 THIS SECTION TO BE COMPLETED BY THE ARCH I TECT/ENG I NEER AIE Response: Note: Per vendor, both VF -1 & VF -2 are to be provided with speed controllers. E002/Electrical equipment connection schedule - ADD: VF -2 - Vent Fan fire pump room, 1/4HP, 120V, I PH, Hardwired, Speed contra lier/Disconnect provided with unit. E50211-arge Scale Mechanical Room - Room 214, ADD: 120V/1 PH power connection to VF -2 from CKT B-33, E802/ Panel B - CKT 33, modify circuit description to include VF -2, change VA to be 900, Eric Bridgman - PDC 140CT2013 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form Created To: Diane Mead 10,11.2013 01:11prn CC: Ken Parmenter, Matt Gandei Comment By: Diane Mead 10.14,2013 %42arn CC-. Diane Mead (DMead) requested an external comment via email from: EricBridgman@pdceng.com, RobertPosma@pdceng.com Respond by date is 10.14.2013 https:llapp.c-builder.nctlda2lfornisIViewForPrint,aspx'?Poi-ta]ID=94ee9e3f-e87c-4a] 3-94... 10/14/2013 View For Print - Request f'oj- Inflorniation (RH)- - 142 Forward To: Luke Blornfield I From: Diane Mead 10.14,.20'13 03:10p i CC! Matt Gandel, Ken Parmenter Page 2 of'2 litti),�:llapp.e-bL�ildol,.rictlda2lt'ot-i-nsIVic,vi"'orPi-int.aspx'?PortzillD �94cc9e3f-c87c-U3-94... 10/ 4/24 13 Kodiak Island Borough; Long Term Care Facility Cost Proposal # 054 Rev 2 RFI 135 Mezzanine, Heat Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer -ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Wand Borough Laborer - OT 0 Man -Hours @ 6132 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ $ 63.72 64.30 RFI 135 directed the following additional work: Carpenter - OT 0 Man -Hours @ $ 71.01 Add a unit heater in the mezzanine . Provide 120V Carpenter Foreman - ST 0 Man -Hours @ 69.95 connection to new UH -2 in mezzanine from panel Carpenter Foreman - OT 0 Man -Hours @ 77.20 H circuit 20. Provide 15/1 amp circuit breaker in Labor Subtotal panel H and thermal overloads if not provided with equipment, Material Expenses Material 1 0 unit $ Add key note 46 to M 304: UNIT HEATER Material 2 0 unit $ $ LOCATION TO BE COORDINATED WITH OTHER Material 3 0 unit $ $ TRADES TO MAINTAIN CLEARANCES. FOR UNIT Material 4 0 unit $ $ HEATER PIPING DIAGRAM SEE 2/M704. UNIT Material 5 0 unit $ $ HEATER IS SIZED TO BE A REPLACEMENT FOR UNIT Material Subtotal $ HEATER IN GARAGE. Other Job Expenses See attached sketch SKM-001. Freight lbs Small Tools 2.50% of labor Rev 1 and 2 include updated pricing from Tundra. Material Handling 4.00% of labor $ Safety 1.25% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Tundra Endeavor $ $ 3,586 517 Subcontractor Costs $ 4,103 Markup on Subcontractors 8% 328 Total Subcontractor Costs 4,431 Submitted by; Luke Blornfield Title: Construction Manager Date: 11/1/2013 Total Self Performed Respond By: 11/4/2013 Total Subcontractor Costs 4,431 Total Cost Proposal $ 4,431 Above priced are sublect to change if not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days I.; , r , 49; )w "'J Description Quantity Unit Total ($) Unit Heater (UH -2) 1 376.54 376.54 3/4" copper pipe 80 2.80 224.00 3/4" copper 90s 8 3.25 26.00 3/4" copper tees 4 3.90 15.60 Copper loop hangers 10 1.25 12,50 hard ware 10 0.25 2.50 0.00 0.00 0.00 0.00 0.00 0,00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 OM 0.00 OM 0.00 0,00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 OM 0,00 0.00 0.00 0.00 Job Name; KLTCF Davis Constructors RFI 135 10/18/13 Total (hours) 4,50 4.80 4.24 3.08 2.10 0,60 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 OM OM OM 0.00 0.00 OM 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0,00 OM 0,00 0.00 0.00 Subtotal 657.14 19.32 Description Material Total Major Quotes Subtotal Mark Up Material Total Major Quotes Subtotal Direct Labor Average Rate Supervision Cartage Test Piping Qualify Welders Engineering and Layout Start Up Equipment Apartment rental Per Diem 2 days Subtotal Field Overhead As Build Drawings Design Fork and Sizzor Lifts Pipe Machine Welding Machine Fuel Submittals O&M Manuals Office Supplies Special Tools Identification Tools/Expendables Guarantee Permit & Inspection Fee Field Office Drinking Water Pickup Telephone/Radio Ref Amount Rate Amount 657.14 657.14 0.00 657.14 0.00 0.00% 0.00% 0.00 0.00 0.00 19.32 81.38 1,572.26 1.93 87.97 169.96 150.00 150.00 0.00 0.00 0.00 90.00 2.00 180.00 80,00 2,00 160,00 2,38212 0.00 600.00 0.00 0.00 60.00 0.00 0.00 0.00 0.00 0.00 0.00 657.14 10.00% 65.71 657,14 2.00% 13.14 0.00 0.00 0.00 60.00 0.00 0.00 Job Name: KLTCF Davis Constructors RFI 135 10/18/13 Subcontracts Balancing Wet and Dry Insulation Temperature Control Excavation Concrete Coring Cutting and Patching Chemical Cleaning Rigging/Hoisting Sterilization Gubb»hs Job Total Profit &Overhead Job Total +Profit Add Bond Bid Total M fim Job Name: KLTCF Davis Constructors RF|13S 10/18/13 .m"'- 0 , ENUEAU' R E- L E C T' R I Co' October 18, 2013 Luke Blomfield Davis Constructors & Engineer Inc. Pffl4WXW4ffRNa= Dear Sir: The cost for RFI -135 will be $517.00. Please feet free to contact me with any questions. Thank you for your continued support. Sincerely, Jesse Hate General Manager Endeavor Electric, LLC Data Comm Indust TSC jTPiNECA 11r01 ENDEAVOR ELECTRIC DATE PAGE Job KODIAK LONG TERM CARE FACILIT P 0, BOX 102002 10118113 1 fid ' FRI-135 ANCHORAGE, ALASKA 99510 Phone- (907) 279-1002 FAX- (907) 279-1003 12:48 PM Des,arlpflon Ref Ref Amount Op Rats: Amount I MATERIAL TOTAL., Mat Tot 88.70 1.00 8870 2 SUBTOTAL 88.70 3 ...... 4 'DIRf;CT LABOR: 5 AVERAGE RATE Lab Tot 3,50 78.37 274.30 6 ,OR- >7 GENERAL FOREMEN HRS Lab Tot 3.50 10.00 0.35< a GENERAL FOREMEN RATE Line 7 0.35 80,05 28.02 9 SUBTOTAL 302.32 10 .............. 11 TOOLS EXPENDABLE Mat Tot 86.70 '/a 3,00 2.66 12 PERMIT & INSPECT FEE Calc 3,85 14,00 53,90 13 SUBTOTAL 5656 14 ... 15 JOB SUBTOTAL, 447.58 16 ...............».. 17 `MARKUPS/ OVERHIEAD: 18 OVERHEAD MARKUP % Line 15 447,58 % 10.00 44.76 19 JOB TOTAL 492.34 20 .................«.. > 21 PROFIT Line 19 492.34 % 5.00 24.62< 22 JOB TOTAL + PROFIT Line 21 24.62 1.00 516,96 23 24 8 ID TOTAL 616.96 JOB 11 RFI -135 ID 11 ENDEAVOR ELECTRIC NAME KODIAK LONGTERM CARE P.O. BOX 102002 DATE 10/18/2013 ANCHORAGE, ALASKA 99510 TIME 12:45:48 PM MATERIAL Primary Pricing (907) 279-1002 LABOR Primary Labor NOTES limb/ Item # Size Item Desc Sectign : Seetion 0'20': -RFI -135 Category: Category 000: (None) 36 UNIT HEATER CONNECTION i 1 120 Amp Square D breaker Page 1 of 1 Qtyi Mat Unit Mat Ext Lbr Unit Lbr Ext 1.00 65.00 65.00 0.00 1.00- 23.70, 23.70. 3.50 3.54 r88.70" 3.50 88.70 3.50 88.70 3.50 KIB Long Term Care Center Request for Information I)® LTC 135 Subject: Mezzanine Heat Author: Luke Blomfield Held By: Luke Blomfield Date 10.02.2013 04°08pm Date Due: 10.02.2013 Created: Contractor: Tundra Trades Affected: Plumbing Project Number: 12-355 Information M304 shows the AHU coils supply and return but doesn't show if there is any heat dedicated Requested: to the mezzanine. Potential Solution: Please clarify how the mezzanine will be heated. Drawing Referenced: Mechanical THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER AIE Upon review we have determined that adding a unit heater in the mezzanine will create a Response: more temperate climate for maintenance personnel. Provide 120V connection to new UH -2 in mezzanine from panel H circuit 20. Provide 15/1 amp circuit breaker in panel H and thermal overloads it not provided with equipment. Add key note #6 to M 304: UNIT HEATER LOCATION TO BE COORDINATED WITH OTHER TRADES TO MAINTAIN CLEARANCES. FOR UNIT HEATER PIPING DIAGRAM SEE 2/M704. UNIT HEATER IS SIZED TO BE A REPLACEMENT FOR UNIT HEATER IN GARAGE. See attached sketch SKM-001. THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Form To., Diane Mead Created CC: Ken Parmenter, Matt Gandel 10M.2013 04:08pm Comment By: Diane Mead 10.06,2013 CC: 05;08pm Diane Mead (!Mead) requested an external comment via email from, RustyWilde@pdcorg-com, craigfredeen@pdceng.com Forward To: Luke Biomfield Q From, Diane Mead 10.09.2013 CC: Matt Gandel, Ken Parmenter 1023am Comment By: Luke Blomfield %092013 CC: Matt Gandel, Diane Mead 10:34am The response to RFl 135 doesn't really answer the question. If there is enough heat for the space then we shouldn't need to add a heater. If there isn't enough heat we need a design to add the unit heater. Please provide a clear answer and direction. Forward To; Diane Mead I From: Luke Blomfield 10-09,2013 CC: 10:35arn Comment By: Diane Mead 10,10,2013 CC- 10:03am A document was attached AttachedFdes: SKM-001 - RFI -135 HEATING PLAN -LEVEL 2 LARGE SCALE.pdf Forward To: Luke Blomfield From: Diane Mead 10.10.2013 CC: Matt Gandel, Ken Parmenter IC:04am f,# g. .. . ." s ,1 UH-2 314" GHR ( 314" GHS 6 k _ MECHANICAL 300 q I 4 1 R HEATING LA _ LEVEL 2 LARGE SCALE kKM-OO; 1'/4" = 1'-0" . rchiteels Project Name: KODIAK ISLAND LONG Date: Jo,b, No: Akuka TERM CARE FACILITY � 1a/:a/2013 11 O7 4.01 u SheetContents: RFI-135 HEATING PLAN - LEVEL 2 Drawing Number- LARGE SCALE . j,�M Reference sheet: M:, 304I — 0 1 SKM U Kodiak Island Borough, Long Term Care Facility Project KIS LTC Labor Job Expenses Job No,: 12-355 Laborer -ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak Island Borough Laborer - CIT 0 Man -Hours @ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ 58,01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 Man -Hours @ Man -Hours @ 6332 64.30 $ $ Add BOH vinyl flooring to storage room. Carpenter -(1T 0 Man -Hours @ 71,01 $ - Carpenter Foreman - ST 0 Man -Hours @ 69.95 $ Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ Labor Subtotal Material Expenses Material 1 0 unit $ Material 2 0 unit $ Material 3 0 unit $ Material 4 0 unit $ Material 5 D unit $ $ Material Subtotal $ Other Job Expenses Freight Obs $ Small Tools 150% of labor $ Material Handling 4.00% of labor $ Safety 115% of labor $ Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ This proposal Is based solely an usual cost etements such as labor, materials, and normal mark-ups, and does not include any amount for changes In the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ rescheduling, extended overhead, acceleration and/or Impact costs. The right is expressly reserved to make claim for any and all ofthese related Items of cost prior to final settlement of this contract. cc] Subcontractor Costs $ $ 2,359 2,359 Markup on Subcontractor! 8% $ 189 Total Subcontractor Costs $ 2,548 Submitted by: Luke Blomfield Title: Construction Manager Date: 10/23/2013 Total Self Performed $ - Respond By: 10/30/2013 Total Subcontractor Costs $ 2,548 Total Cost Proposal $ 2,548 Above priced are subject to change If not accepted within 10 days. Approved by: Title: Date: Time Extension Required of 0 Days Hauls constructors & engincers inc. Luke Blomfield From'. Jacob Petersen Uacobp@akcci.net] Sent'. Wednesday, October 23, 2013 9:58 AM To; Luke Blomfield Subject: Re: LTC - sheet vinyl in Storage Total flooring price including material, labor and upgraded air fright: $2,359 Jacob Petersen I President � Commercial Contractors, Inc. 4 nN h ah'b'I" I k" St I knee ,r '�K 99503 ht112:Wwww.a1askacci.com 1,': 90-50-1911 t ; 9o7-562,4714 I luoring, Coveringi, Ceilings, Ceramic i1cobakqd.n�t Lnet, iqshi(q-,akcci.net,,LUStin0 .net pg� _ _, Qgjgrq� Glass, Stardrcat, Curtainwall, Automatic Doors, Lxt,,,r!,,w Pand,, are t, up leeh&akedmet IX_u �akccixe� _�kea �qakcci.net, wJ]lJ2mqfq On Wed, Oct 23, 2013 at 9:28 AM, Luke Blomfield <lukegdayisqonstructors.com> wrote: Do you know the air freight number? mm, Begin forwarded message: From; Matt Gandel <mgandcl� �kodiq�kak.us> Date: October 23, 2013 at 8:51:10 AM Al DT To: Luke Blomfield duke @ day isconstructors. qom> Subject: RE: LTC - sheet vinyl in Storage So roughly how much is the air freight? From: Luke Blomfield Fmailto.*Iuke@davisc,onstructors.com] Sent: Wednesday, October 23, 2013 8:49 AM To: Matt: Gandel Subject: Re: LTC - sheet vinyl in Storage Not exactly. The $225 is for steamship the air freight would be added in top of that. Luke On Oct 23, 2013, at 8:15 AM, "Matt Gandel" <mgandel@kodiakak.us> wrote: So if we do air freight, their total is $2,059? From: Luke Blomfield rmaiito,.Iuke(&davisconstructors.com] Sent. Tuesday, October 22, 2013 3:59 PM To: Matt Gandel Subject: Fwd: LTC - sheet vinyl in Storage Matt, please see below for the vinyl upgrade. I would air freight is the best option. Can you let me know if you would like us to proceed. If so I will prepare a cost proposal. Luke Begin forwarded message: From: Jacob Petersen <iaccLbp La)gkcci.net> Date: October 22, 2013 at 3:40:01 PM AKDT To: Luke Blomfield <luke@davis constructors. coxm> Cc: Darla Hall <darlaadavisconstructors.com> Subject: Re: FW: LTC - sheet vinyl in Storage ED The total with steamship shipping comes to $1,834. 1 already have enough adhesive and weld rod onsite. The problem is that it will take 3 weeks to make it there. If you give us the go ahead tomorrow, it may make it in time while we are there on site. Otherwise we would need to add another trip charge. Or maybe air freight might be better. I already have $225 in steamship costs that would apply to it. Do you want me to check into that? Jacob Petersen I President I Commercial Contractors, Ine. KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 NULL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 18 Project Name, Number & Location Kodiak Long Term Care Center Desi 495-535 452.150 09010.5 Contractor Davis Constructors and Engineers Amount of Contract & Change Order Original Contract $ 15,414,346.00 Previous Changes $ 0 This Change $ 0 Adjusted Contract $ 15,414,346.00 Description of Change Cost 1) Provide and install decorative signage - $580.00 $ 0 2) Modify power to cooler, walk-in freezer, residential kitchen oven and warming drawer per RFI's 161 and 162 - $5,924.00 Total cost to be deducted from GMP savings/contingency. Savingstcontingency summary is attached. There is no increase to the GMF as a result of this change. The time provided for completion of the contract is document shall become an amendment to the conte Accepted By: Contractor's 0 ••, r.y�m �, increased) (u decreased) by 0 calendar days. This of the contract will avuly thereto. Date Date /3 Approved By: AAnes (tate Manager (Less T�,a$10,000— � S� �� wigh Cler for all change orders on this contract If the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of.- A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: Mayor I,Z;R� [�ifl *�FYrlfi�IiiI+ Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: December 9, 2013 Potential GMP Savings Subcontractor Description Original Budget Buyout Acoustic Ceiling $ 33,900.00 $ 65,060.00 $ (31,160.00) Asphalt Paving $ 265,714.00 $ 288,520.00 $ (22,806.00) Casework & Window Stools $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Final Cleanup $ 32,340.00 $ 17,152.50 $ 15,187.50 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Monument Sign $ 10,000.00 $ 33,400.00 $ (23,400.00) Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,062,866.54 Transferred to Contingency $ (622,000.00) Total Potential Savings $ 440,866.54 Long Term Care Facility Potential Savings / Contingency Summary Updated: December 9, 2013 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 622,000.00 Continizency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ - Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Intall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643.00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry $ (70,856.00) Window sill material upgrade $ (7,392.00) Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ (32,472.00) 7 Add floor cleanouts and sinks $ (3,644.00) Provide domestic water connection $ (7,927.00) 8 Cemetery retaining wall fencing $ (27,699.00) Provide ADA planter boxes $ (7,958.00) Add cultured stone at columns $ (36,411.00) 9 Add accent tile at resident restrooms $ (8,308.00) Upgrade vinyl flooring $ (351.00) 10 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ (41,507.00) 11 Upgrade closet to adjustable shelving $ (8,502.00) Check dams, topsoil, seed at road swale $ (18,900.00) Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ - 13 Code required structural details $ (7,802.00) Modify breakroom for refrigerator $ (56.00) Code required ductwork modifications $ (4,152.00) Modify time clock and add wireless access points $ (9,241.00) Long Term Care Facility Potential Savings / Contingency Summary Updated: December 9, 2013 14 Upgrade floor base from rubber to cherry wood $ (49,982.00) Resident room casework upgrades to cherry wood $ (16,031.00) 15 Provide added GFCI receptacles for Arjo lifts $ (9,882.00) Provide separate circuit for PYXIS $ (3,984.00) Add/relocate power and data in rooms 206 and 216 $ (2,874.00) Relocate lighting inverter and cable tray $ (10,116.00) Add data and power for second PYXIS machine $ (1,918.00) Relocate electrical panels at 2 -hr wall $ (980.00) Provide hot water ciculation for washers $ (1,646.00) Provide added smoke/fire dampers $ (8,114.00) Provide duplex receptacle at Spa Room $ (475.00) Provide power for elettronic trap primers $ (1,170.00) 16 Cost for Davis Constructors to contract, purchase, and install $613,013 of FF&E, and manage subcontracts for Arjo ($269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, not contingency savings. $ - 17 Revise layout to acoustic ceiling including revisions to ceiling tiles, fire sprinkler locations, and light fixtures $ 4,444.00 Revise access card reader locations, add doorbell at rear entry, and connect doorbells to nurse call system $ 17,548.00 Revise power to dishwashers, garbage disposals, fan VF -2, and electrical panel shunt trip breaker $ 9,201.00 Add unit heater to provide heat to mechanical mezzanine $ 4,431.00 Add sheet vinyl flooring in Storage Room to match other back of house spaces $ 2,548.00 18 Provide and install decorative signage $ 580.00 Modify power to cooler, walk-in freezer, residential kitchen oven and warming drawer per RFI's 161 and 162 $ 5,924.00 Total Contingency Deductions $ (544,937.14) Current Contingency $ 152,062.86 Kodiak Island Borough Long Term Care Facility Cost Proposal # 057 Wina Decorative Identification Sianaee Project KIS LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours@ $ 55.95 $ - Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ 5 61.32 S - Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ - BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 1 Man -Hours @ Man -Hours @ $ $ 63.72 64.30 5 $ - 64 Add Identification signage for each side of the LTC. There would be one large sign and one small sign Carpenter - OT 0 Man -Hours @ $ 71.01 $ for each side. A total of 4 signs. Carpenter Foreman - ST 1 Man -Hours @ $ 69.95 $ 70 Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ - The west is named Fireweed and the east is Labor Subtotal $ 134 Salmonberry. Material Expenses Signage - size A 2 unit $ 120.00 $ 240 Signage -sizeB 2 unit $ 60.00 S 120 Material 0 unit $ - $ - Material4 0 unit $ - $ - Material5 0 unit $ - $ - Material Subtotal $ 360 Other Job Expenses Freight lbs $ - Small Tools 2.50% of labor $ 3.36 Material Handling 4.00% of labor $ 5.37 Safety 1.25% of labor 5 1.68 Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ 10 505 This proposal is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not Indude any amount for changes In the sequence of work, delays disruptions, Markup on Self Performed 15% $ 76 Total Self Performed $ S80 rescheduling, extended overhead, acceleration and/or Impact costs. The right is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Subcontractor Costs $ - Markup on Subcontractor: 8% $ - Total Subcontractor Costs $ - Submitted by: Luke Blomfield Title: Construction Manager Date: 11/21/2013 Total Self Performed $ 580 Respond By: 11/28/2013 Total Subcontractor Costs $ - Total Cost Proposal $ 580 Approved by: Above priced are subject to change If not accepted within 10 days Title: Date: Time Extension Required of 0 Days .ong Term Care Facility Cost Proposal # 058 RFl 16i & 162 Electrical Changes Project KIS LTC LaborJob Expenses Job No..' 12-355 Laborer - ST 0 Man -Hours @ 55.95 $ Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61-32 $ Laborer Foreman - ST 0 Man -Hours @ 58.01 $ BUDGET DESCRIPTION 'requi,red Laborer Foreman - OT 0 Man -Hours the following additional work: Carpenter - ST 6 Man -Hours @ $ 64,30 $ 38 Carpenter - OT 0 Man -Hours @ 71.01 snk&;g Carpenter Foreman - ST 6 Man -Hours @ $ 69.95 $ 420 additional (3) phase circuit for the walk in freezer. Carpenter Foreman - OT 0 Man -Hours @ 77.20 $ - Labor Subtotal $ 80 Replace the existing 25 Amp (3) pole breaker with a 20 Am p (3) po le fo r the wa 1k in cooler. Material Expenses Material 1 0 unit :RFI 162 reQuired the following additional work- Material 2 0 Material 3 0 unit $ - $ -Warming Drawer. Provide 120V receptacle up Material 4 0 unit 24" AFF inside adjacent lower cabinet under Material 5 Mi. unit !.. Material Subtotal warming cabinet as shown in Installation instructions, Ckt C-47. Other Job Expenses Freight Oven: Provide J -box up 48" and within 7-3/4" Small Tools 2.50% of labor $ 20.14 from side of cutout in accordance with page 4 of Material Handling 4,00% of labor installation instructions. Provide 3 #12 + #12 GND Safety 1.25% of labor 10.07 WCIW&�' Equipment I hardwired flexible connection to oven. Equipment 2 Mob/Demob Ceiling tile removal and replacement are reauired Design & Engineering for both RFI solutions. Davis labor accommodates Job Expenses Subtotal 62 'Subtotal Direct Costs - Self Performed $ a" This qMosal is based solel? an usual cost elements such as labo -- ------------ --- ---- materials, and normal mark ups, and does not include any amount for changes in the sequence of work, delay& disruptions. --Markup on Self Performed 15% ---------- - ------------------- $ 230 rescheduling, extLnded overhead, acceleration and/or impact Lloq!l Self Performed $ oksts. TYe riqkt it eUreisly resexref, ti, xc,ke claby-fRway "d all Endeavor - RFI 161 __998 2,070 of these related items of cost prior to final settlement of this Endeavor - RFI 162 2,492 contract, Subcontractor Costs 4,562 Markup on Subcontractor- 8% 365 Total Subcontractor Costs --- --------------- $ 4,926 Submitted by. Luke Blornfield Title: Construction Manager Date: Total Self Performed 998 Respond By. 12/10/2013 Total Subcontractor Costs 4,926 'Total Cost Proposal $ 5,924 Approved by- Above priced ate subject to change if not accepted within 10 days Title: Date: Time Extension Required of 0 ---------------------------------- Days -------------- d"In consummm & engto"M 1= WINE . . . . . ....... ....... . . . . . . EHOE'A ll(' -W' T R I fikItroymT, Luke Blomfietd Davis Constructors & Engineer Inc. Re: KLTC RFI -161 N= Jesse Hale General Manager Data Comm Indust TSCITPINECA 11101 Jot)' KODIAK LONG TERM CARE FA ILII '61cl RFI -161 vescdpfion I MATERIAL TOTAL : 4 'DIRECT LABOR 5 AVERAGE RATE 6 GENERAL FOREMEN HIRS 7 GENERAL FOREMEN RATE a SUBTOTAL 9 .................... 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 .............. 14 JOB SUBTOTAL is.................... LebTat 16 'MARKUPSIO11ERI-1EAD 17 OVERHEAD MARKUP % 18 JOB TOTAL 19 .................... 20 PROFIT 21 JOB TOTAL + PROFIT 22 .................... FRINEFO—WiffM ENDEAVOR ELECTRIC PO BOX 102002 ANCHORAGE,, ALASKA 99510 Phone (907) 279-1002 FAX (907) 270,1003 Ref Rel Baas nunt op Rate Mat Tot 627,36 w Lah Tot 1125 ' 7837 LebTat 11,25 OA 1000 Une 6 1,13 ' 80,05 mat'Tol 62736 % 3,00 Cole 12.36 ' 1400 Liria, 14 1,79162 %1 10 01) Une 18 1,97078 % 500 Una 20 9854 ' I Of.) DATE PAGE, 11/29113 1 -- e...----,.._ - . ..... .... . ........... ... TIRE 10.26 AM Amount 627,36 62736 88166 1,13< 9045 97212 1882 17332 19214 1,7911 62 179 16 '1170 78 98 54< 2,05932 ................ 2,06932 E 11 RFI-161 1011 ENDEAVOR ELECTRIC NAME KODIAK LONG TERM CARE RD. BOX 102002 DATE 11I29i2013 ANCHORAGE, 99510 TIME 10 23 23 P (907) 279®1002 MATERIAL Primary Pricing LABOR Primary Labor NOTES o �� MINIMIZERS r Item tsm0esc �' Mat Unit xJt. M...a..t.. ' Lbr Jr.dit_ j Lbr Ext _qty _... .... ;Secgon Section 027; &i_'1161 .... ._ .................._._ _..... _.i ..Eti..,, _. .... Calegcry, . Category 000° (None) ., .a. o._ ........o,..,., _ _ 47 20l2 �RE4iI�R 1 00 6559 e 65 59= .150 050 b.e ... .. 50 20 AMP EPD BREAKER ..,,,,.,,,_. ,,, _o,,, ,.o. _............. e.....,.... ._.,.. ;�. i.66: ___, _.. .... 57 59 57.59. 075 0,75 123 16 125 :..C..a, legcry Category 016 PANEL-BKRS-METER ENCL-TRANSFRM ... ..., . r .. ....., ... _,_ - .... ... , .... ,,,,, , ,, , 51 3 POLE 30 AMP BREAKER 1 00! 209 59; 20959 1.00 100 ..... _ ,. ,., a.,.._... ... ...... .. 52 3 PALE 20ERE?ICEFt 1 00 209 5J, 20959, 1 00 1,00 „... ........,....o....,.,._..,._.,_.......�, 53 ,3 POLE 30 P CIRCUIT ......._... _ ., .,.., _, 1.00; ........ ._._... as C10 ......... _. 5500' 800, _ ..... _ goo 504 .15 10 00 ......... .... ... ....,..,...,......... _. ., ...., ._ . ....,_.._ ... _. ........... ... ... . ... ... .... ... ... ....... ... ., �,,,, . . ..... , �. . �. . X627.36 11,25 ..... ....._ _.......... 627.36 11.26 View For Print - Request for Information (RFI)- LTC - 161 Page I of I KIB Long Term Care Center09010 Request for Information (RFI)- LTC : 161 Subject: Walk In Power Requirements Author: Luke Blomfield Held By: Luke Blomfield at Created: 11 �20.2013 011 7pm Date Due: 11.2162013 Contractor: Endeavor Trades Affected: electrical Project Number: 12-355 Information The walk in freezer has been installed and requires (1) single pole 20 Amp EPD Requested: breaker, (1) two pole 20 Amp breaker for the evaporator, and (1) three pole 30 Amp breaker for the condenser. The drawings call out (1) 20 Amp single pole and (1) 25 Amp two pole breaker, The Walk in cooler just needs to replace and existing 25 Amp (3) pole breaker with a 20 Amp (3) pole Potential Solution: Change the two existing breakers out and add the additional (3) phase circuit for the walk in freezer. � IT M., OF Referenced: n/a THIS SECTION TO BE COMPLETED BY THE ARCH ITECT/ENGI NEER A/E Response: Proposed solution is acceptable. THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND OR TIME Forward To: Luke Blomfield I From: Diane Mead 11 20.2013 04 11 prn CC: Matt Gandel, Ken Parmenter https:llapp.e-builder.netlda21�formsIViewForPrint.aspx?PortailD=�94ee9e3f-e87c-4a] 3-94... 11121/20 1 II Mlrerrlmir ............ . ... ENDEA R ............... ............... - [E�!!'.' �L E C "IF R 1 1( - uke Blomfield 1'0 23� =� 2mim Jesse Hale General Manager Endeavor Electric, LLC Dala :Comm IndusITSCri'PINECA. 11101 Jct KOMAK LONGTERM CARE FAC111T RId RR -162 Desc0pt6on I MATERIAL TOTAL - 4 *DIRECT LABOR„ 5 AVERAGE RATE 6 GE-04ERAL FOREMEN HRS 7 GENERAL FOREMEN RATE a SUBTOTAL 9 .................... lu TOOLS EXPENDABLE 11 PER DEM 12 SUBTOTAL 13 .................... 14 JOB SUBTOTAL 15 .................... 16 'MARKUPSIOVERHEAD. 17 OVERHEAD MARKUP % 18 JOB TOTAL 19 ................ 20 PROFIT 21 JOB TOTAL -o PROFIT 22 .................... ENDEAVOR ELECTRIC P 0 BOX 102002 ANCHORAGE, ALASKA 99510 Phone 1907) 279-1002 FAX, (907) 279-1003 Ref Ref Amount Op Rate Mat Tat 314 56 ' im Lab Tol, 1800 1 7837 Lab Tol '1600 % 1000 Une 6 .180 . 8005 Mal tot 31456 % 300 we 1980 , 1400 01e, 14 2,155 95 9% 1;4100 Lme, 18 2,37165 'V, 5100 Une 20: 111858 1 '1100 DATE PAGE 11126/13 1 . ... . .......... TIME 0113 PM Amount 31456 31456 1,41066 1 80C 144.09 1,,55475 944 27720 286.64 2,,15595 21560 2,37155 118584 2,49013 ............. 2,49013 JOB 11 ID 11 NAME KODIAK LONG TERM CARE DATE 1112612013 TIME 1:09:59 PM MATERIAL Primary Pricing LABOR Primary Labor NOTES RFI -162 ENDEAVOR ELECTR�'C P 0 BOX 102002 ANCHORAGE, ALASKA 99510 (W) 279-1002 M Lbr Ext !category: Category 000: (None) ............... 149 OVENCIRCUF . .......... .... �47 BREAKER ....... ..... .. . ...... . ............... . ....... KIB Long Term Care Center 1 rd Subject: T1,all Oven Power Requirements Author: Luke Blomfield Held By: Luke Blomfie[i Date 11 21.2013 0744am Date Due: 11 222013 Created: Contractor: Endeavor Trades Affected: Electrical, Finishes Project Number: 12-355 Potential Solution: Please advise. Drawing Referenced., N/A THIS SECTION TO BE COMPLETED BY THE ARCHITECT/ENGINEER A/E Revise electrical drawings as follows to supply the ovens and warming drawers as follow& Response: Drawing E502 - Large Scale Plans Detail 2/E502 - Residential Kitchen - West 1. Warming Drawer: Provide 120V receptacle up 24" AFF inside adjacent lower cabinet under microwave (similar to Detail C31A402) or on side of warming cabinet as shown in installation instructions, Ckt C-47 (Previously supplied for oven) See attached installation instructions, page 2. Oven: a. Provide J -box up 48" and within 7-3/4" from side of cutout in accordance with page 4 of installation instructions. b. Provide 3 #12 +1 GND to Circuit C-51,53 at junction box for connection of hardwired flexible connection to oven. 0 us PA'N[4JTF-TJJ&'frJ In F IN (OR: I $J Wfl K $I I M I 116 i= K!M EEM�- -. - and 42 if not already provided - Drawing EB03 - Panel Schecules 1 . Panel F. Circuit 10 12 - Add 2012 am ' gi circuit breaker for wall oven. 3.9 handle padlock attachment Q02PAF installed on this circuit breaker and range circuit 36, 40 2nd 42 if not already provided. 'LOT Arl A1TAyam; 1JtTlOi1;;1;;!C5 PROCEED TrrP• DDITIONAL COST AND OR TIME Form To: Diane Mead Created CC: Ken Parmenter, Malt Gan 1121.2013 OT44am I Comment By: Diane Mead 11,262013 CC* 09 45a-jT III, M 0 " 1 .. .. 4„M Comment By: Diane Mead 11 26,2013 CC: 09,45am Forward To: Luke Blomfield I From: Diane Mead 11,262013 CC: Matt Gandel, Ken Parmenter 09 46am KODIAK ISLAND BOROUGH 710 MILL BAY ROAD KODIAK, ALASKA 99615 Projcct Name, Number & LwAtion CONTRACT CHANGE ORDER Contract No. 2013-11 Change Order No. 19 Amount of Contract & Kodiak Long Term Care Center Design Original Contract 495-535 452.150 09010.5 Contractor Davis Constructors and Engineers Descripl en of Change Previous Changes This Change Adjusted Contract $ 15,414,346.00 $0 so $ 15,414,346.00 Cast The fire alarm horn/strobes are extremely loud and have the potential to disturb $ 0 the LTC residents during monthly testing. Providence has requested this change to replace the existing horn/strobes with chime/strobes that have a lower decibel level. Total cost to be deducbcd from CYW savittgalcvatmgeuc3r, SavAn ContirrgmMy summary is attached. There is no increase to the GMP as a result of this change. The time Provided for complen m nt the comb act L01mch dacmnent Shall becomeAn ametWanat to the 811 Accepted By: '*-� \ Lk._ '%% Rrcomm , Approved By: 5 Engincerin&Taciiities Director Manager (Less nim slowo far SA ch=W onim on this amLt, I Ord" j increased) {L j d=reasedj by It cMendsr days nig of the cam act will 8tmly dw4o. 0 Director Date S . \ DRtC Date " If the change order or orders excee t 9 0 0) dollars, it will require the signatures of.• A. The mayor and deputy presiding B. The mayor and one (1) assembly mem scnec of the deputy presiding officer, C. The deputy presiding officer and one (1) assembly rnenAw in the absence of the mayor, or D. Any two (2) f ly nm&n in the abmcc of the mayor and deputy presiding officer. Approved By: Mayor mmd by MIS ti6l14M Deputy Presiding Officer Date C D 495-535-09010-1 Construction Management by Consultant $ 7,865.00 $ 7,865.00 $ - $ - 495-535-09010-2 o s ruction Managment In House$ 9j174.00 ! $ 9,343.20 $ - $ (169.20) 495-535-09010-3it Investigation $ 15,350.00 ! $ 15,377.00 $ - (27.00) 495-535-090104 sign CDBG Grant $ 90,000.00 $ 89,999.80 $ 150.20 $ (150.00) 495-535-09010-4A VI Design $ 1,147,148.00 762,824.59 $ 46,943.41 ! 337,380.00 495-535-09010-5 Construction 15,464,346.0 12,375, 2.47 3,067,12 006 $ 21,265.47 495-535-09010-9 Indirect i 607,599.00 $ 144,696-38 - $ 462,902.62 495-535-09010-11 ! Contingency 2,523,518.00 $ - $ - 2,523,518.00 Totals 19,865,000 00 13,406,0 3,114,221.67 3, ,719.89 Long Term Care Facility Potential Savings / Contingency Summary Updated: December 31, 2013 Potential GMP Savings Subcontractor Description Original Budget Buyout Acoustic Ceiling $ 33,900.00 $ 65,060.00 $ (31,160.00) Asphalt Paving $ 265,714.00 $ 288,520.00 $ (22,806.00) Casework & Window Stools $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Final Cleanup $ 32,340.00 $ 17,152.50 $ 15,187.50 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Monument Sign $ 10,000.00 $ 33,400.00 $ (23,400.00) Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 1 $ 176,689.00 $ 144,658.00 Subtotal Potential Savings $ 1,062,866.54 Transferred to Contingency $ (622,000.00) Total Potential Savings $ 440,866.54 Long Term Care Facility Potential Savings / Contingency Summary Updated: December 31, 2013 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 622,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20} Monitor fire/smoke dampers $ - Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Intall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643.00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry $ (70,856.00) Windowsill material upgrade $ (7,392.00) Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ (32,472.00) 7 Add floor cleanouts and sinks $ (3,644.00) Provide domestic water connection $ (7,927.00) 8 Cemetery retaining wall fencing $ (27,699.00) Provide ADA planter boxes $ (7,958.00) Add cultured stone at columns $ (36,411.00) 9 Add accent tile at resident restrooms $ (8,308.00) Upgrade vinyl flooring $ (351.00) 10 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ (41,507.00) 11 Upgrade closet to adjustable shelving $ (8,502.00) Check dams, topsoil, seed at road swale $ (18,900.00) Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ - 13 Code required structural details $ (7,802.00) Modify breakroom for refrigerator $ (56.00) Code required ductwork modifications $ (4,152.00) Modify time clock and add wireless access points $ (9,241.00) Long Term Care Facility Potential Savings / Contingency Summary Updated: December 31, 2013 14 Upgrade floor base from rubber to cherry wood $ (49,982.00) Resident room casework upgrades to cherry wood $ (16,031.00) 15 Provide added GFCI receptacles for Arjo lifts $ (9,882.00) Provide separate circuit for PYXIS $ (3,984.00) Add/relocate power and data in rooms 206 and 216 $ (2,874.00) Relocate lighting inverter and cable tray $ (10,116.00) Add data and power for second PYXIS machine $ (1,918.00) Relocate electrical panels at 2 -hr wall $ (980.00) Provide hot water ciculation for washers $ (1,646.00) Provide added smoke/fire dampers $ (8,114.00) Provide duplex receptacle at Spa Room $ (475.00) Provide power for elettronic trap primers $ (1,170.00) 16 Cost for Davis Constructors to contract, purchase, and install $613,013 of FF&E, and manage subcontracts for Arjo ($269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, not contingency savings. $ - 17 Revise layout to acoustic ceiling including revisions to ceiling tiles, fire sprinkler locations, and light fixtures $ 4,444.00 Revise access card reader locations, add doorbell at rear entry, and connect doorbells to nurse call system $ 17,548.00 Revise power to dishwashers, garbage disposals, fan VF -2, and electrical panel shunt trip breaker $ 9,201.00 Add unit heater to provide heat to mechanical mezzanine $ 4,431.00 Add sheet vinyl flooring in Storage Room to match other back of house spaces $ 2,548.00 18 Provide and install decorative signage $ 580.00 Modify power to cooler, walk-in freezer, residential kitchen oven and warming drawer per RFI's 161 and 162 $ 5,924.00 Total Contingency Deductions $ (544,937.14) Current Contingency $ 152,062.86 Kodiak Island Borough Long Term Care Facility Cost Proposal # 060 Replace Fire Alarm Strobes with Chimes Project KIB LTC Labor lob Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ - Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ - Laborer Foreman - 5T 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64.30 $ $ - Pricing is to replace fire alarm strobes with chimes at the request of the user. Carpenter - OT 0 Man -Hours @ $ 71.01 $ - Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ - Labor Subtotal $ - Material Expenses Material 0 unit $ - $ - Material2 0 unit $ $ - Material3 0 unit- Material4 0 unit $ $ - Material5 0 unit - Material Subtotal 5 - Other lob Expenses Freight lbs $ - Small Tools 2.50% of labor $ - Material Handling 4.00% of labor $ - Safety 1.25% of labor $ - Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ - This proposal Is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15% $ - Total Self Performed $ - rescheduling, extended overhead, acceleration and/or impact costs. The right Is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor Subcontractor Costs $ $ 18,309 18,309 Markup on Subcontractor: 8% $ 1,465 Total Subcontractor Costs $ 19,774 Submitted by: Luke Blomfield Title: Construction Manager Date: 12/23/2013 Total Self Performed $ - Respond By: 12/30/2013 Total Subcontractor Costs $ 19,774 Total Cost Proposal $ 19,774 Above priced are subject to change If not accepted within 10 days. Approved by: Title: Date: Time Extension Required oll 0 Days darts c n>strucons & ealpaees Im o ,ENDEA n Luke Blomfield Re: KLTC Fire Alarm Chime replacement Jesse Hale General Manager Endeavor Electric, LLC Data Comm Indust TSCITPINECA 11101 ENDEAVOR ELECTRIC ji:ab KODIAK LONGTERM CARE FACI LIT P O, BOX 102002 Bid HORN REPLACEMENT ANCHORAGE, ALASKA 99510 Desclpluon I MATERIAL TOTAL, 2 SUBTOTAL 3 .................... 4 'DIRECT LA13OR 5 AVERAGE RATE >6 GENERAL FOREMEN HRS 7 GENERAL FOREMEN RATE a SUB70TAL 0 .................... 10 TOOLS EXPENDABLE 11 PER DIEM 12 SUBTOTAL 13 .................... 14 JOB SUBTOTAL 15 .................... 16 'MARKUP StOVERHEAD 17 OVERHEAD MARKUP % 18 JOB TOTAL 19 .................... 20 PROFIT 211 JOB TOTAL + PROFIT 22 .................... qq�l oximilfAl Phone (907) 279-11002 FAX (907) 279-1003 Rel Amount Op Rate Mat Tot 9,560,00 Lab Tal 5900 Lab Tot 59A0 % Ltne 6 5 90 1 so LIrte, 14 Uni,,i '18 Line 20 0,50.00 6490 15,85t 53 % 17,,43668 % 671.83 * 1,00 1, 3,00 14 DO 0 DO 5,00 100 DATE PAG1�l 12/IB/13 I TIME 0210 PM Amouffl. 9Z60 00 9, 560.00 4,62383 5 90< 47230 5,09613 28680 90660 1.195.40 15,85153 1,585 $5 17,43666 8711 83c 16,30851 .............. 13,30851 NW141 -Al XIMM DATE 12/1812013 TIME 2 27:08 PM LABOR Primary Labor NOTES 13 HORN REPLACEMENT ENDEAVOR ELECTRIC P,O, BOX 102002 z2fliam i M. WOw' I TO: Endeavor Electric- Jesse Hale PROJECT: KIB Fire Strobes MUM= 00=111VITM413 1) Provide 57 chime -strobes 2) Basic re-engineering/calculations 3) System Testing and as-builts 4) Airfare, room, and board 1) Permits 2) Panels and headends 3) Installabon, Wre, conduit, and Installation appurtanances 4) Racks and accessodes 5) Cable 6) Patch and paint 7) Delays due to others 8) Any work not included In this proposal This proposal is hereby accepted and Johnson Controls �s authorlized to proceed with the work; subilect, how ever, IX -M, Milwaukee, Wisconsin. Tltle� Company: Date: Name: Eric L. Fra Lin Title: Aunt Executive 11'IPRMS, AND 'CiO NDIJI dCAYS I accepchrmgp rellnrs pnropac;sarIPl unn.lhaser agrees to be hound dy true tmdlouw hn Ileums and conditions I SCORE 01F INCIR11C 7h,:% pprop:mo'Nai [:s da&ad uuppcpn'the LOW Of s'traIglla Virr uVu IIabor only PP�aalle nn,g, ppatrlhka g and ppailnt,ung we emic u.rdead ""pn line' drnctt I julfrinpg cb^,,4 `e:s. B idliu,tirnq, ItillA not rmrken:d 10 VMveS. ds anprers haurrulidiilPiiers„ Wells Ilapps„'rlboww uvwdrars orlt.cas Mc , r Irerpuu rand Ihereluni[ rear be, TurI dstucpd by Johnson shaN be dhallrnn.urecU amid rnstaillied by otlhneirs arnder but at I adc.itJonat r„rrs't 1110 dirthinSMrr Puurchamr agrees tap p:rrowride Jno rnrron wmrlhr rrrcpunilrrd'rxrnlld wlIPAIes (eilvi UNti,^iireP„ toftts dr.uniki ncg ww tar, IfrruapecA Ihafst. da^rawanu sarrvuln''.sr, elle: ) uditimicrut chlardgs Joh nssai n agrees to Ilc err tlhe job silhw chin are debris arWing Dart of AS cr,wrn rnµ ua'Viiwni ds Puurmi,miseir an'Rwadd matt ILincir; cirloarggo Johnson dor any coals or expenses orthoiu'r Jolhn,c:wns orut'rtwin consirint uIrlitoss sptw ihicallly noted rm1hic sta'ternmonl of thescope are rsr�urrr cr aelrwmces wundenalWen try,J01 a irder tthus wgyraerrraenft JC11's obtligafici s ramdiu f thus �a,gmennenll expreenelhy exidiudic caln'y wdaliz or service or any Inatu irs as'som alled or corrneded wwalNr the iden'rimiucahion, idbaterri cdearn ands, corlar'W, rerrmo'wuwll, lor dcr.,Posai iuIP ervvirannenW II•tazards nom dangparesuu�s'�socs�Ra'�mccrs, the Ilunrrlrade brat runt I. Ifiiffral,:d ttcr asliberilas or Fr'KUBs„ a riaoveread in or oin IIU'mrt!a pprcnmisee, Ntrny Uangpuaige im pprovn,man of tlhr agreement eteewrlhere corltaiined wrhUclhn pray aaurlhorifce Dir eirnpower the Purchaser iIa°u change mnn•.ediittd or radtar tllnue taampae of work or services to on p:rerperlmred lI JC, sin atth nor operate to corr,gmeU JC to, ppedculrrn arry'uwcodr retariirug ria Iiff ands w ill1nou'r diC II's crappre!ss rwirdtllen cramscarot 7 UNDICHOGSPAYMENTS iohirrson may Jrmwralce IP'rumclnus ar mmr anrlhnty for all r n allertalls clfr Iti,,rarrod to the uollu sure or to an off sr% storage rar9riiky and don"allp'waflk partouned cuuni and odd,sd'he p:msv ,t�olfrmscli p all the I dauirrilras�ell s.ipims tlhrds a�greahnemr an aid'wlaimce Ipreampyame n!U eq uall t✓o 10% cif the rountract p:rrliize, which Pamlico ppaylmrmmn'I, shali'G Ilea credited aagahuns!t the R m all IPur,t Imttrand (tau,ud not sunt pnnogrres z p rs!yimnarnt;p rYrae Iirweluimder"ancd plarchascf 29°aea'110 Ipaay.d10hnnsen sd�dV'rfoinad arnrurnts invoiced Iwllperr recerIRrI oIP the Jnw�oiico Wia'rwars� Dry Uiisini wwr be firon4med uupacim rrmutu.pest as tttre wwnurllr, Iprroglres,ses„ to tlhe extant paayrnenlls arm irecellwa,d dd Jorrunso n's n'wcoicmn rs not Iprnniid tdgirtniln 3I@ days or lids Issuance, rt to daU nrpceuent. 3 n ATrAIIAIl„, , )m the uwr�ot�1cnaPs or e lApprmelnt tanr•:durrdecd m this prorrp;POIS r ttseormnna t�ompporsney of pa:rrn'Vrtnonlhy uwnau�otappde for ra�a;s�rvna ruiawy�Mrrd the ccuruduoU and'mediroo'r the fault of Jlormmscn sham lirl the Case od arus;tr ternpnorory uuruanna il:sll:rrqur,!y, the 11ilrne for peirtrarrw ice ortlhma uwrruwd; ehaN Ihue emleimdmrd rcn'the ewreimll Illherea lf, and in the cwa'ao mall Tcinnanemr us�na�valilallpullly, datmnsori s irm1l pap Itre excusim moria munnIshiing said mroalbeiriarlls or erdiulgPrnert, an�d op be rarnnhurusad'Par'Ulhe d iffor'omr,:e Il, , bxicen'rho anent ct'Ultre r laieraa'hs or equipprment Permanently iurnaresiillellpta and t,haa Cost Of a real arraidaWe auldabitrita rlherrltor. at AI@TRNTY.drilhmso n wwaarrarits that the ergceudlpnnnenu manu.urrlcb.rrr;rrd II oil ehad0 Ibie rree'ru'orrn d rmecros in rmotenam and w 000nrarr;slhr o ans.:m!g trai n rrarrmall uus�agC for a ppianod of eme (d)'pPeartrai nn dei' my or rrmd ettiurlpr�mneln't, nor lir .ars!lalllled by „do!hh!to n deur a yrer'ihau'd of lm,�e (T p 'va�o�r r�hnurrn Iinstapll�e"o n »tolhnsom wa urrnuanrs tlhwsr Ii e�quuilp meat 6uurlNished and om vnst'aifeld trwur rct manrullacdrured II Johmsmim Johnston wniirU amterin ii, Sammi wwarraink'pr terlrns arlbrd r;sun ur nms wwrnuclh dolhurn'saan rrsceivres tram 0nc nm21Mulfachoror or said ", uuip mend For aquipamalm; iuos'laHold by Johnson, If Puulrunlhra,ser pplrowNdes w initilrin ncrrcia ma Johnson cl arr'y m.rclhn der�ec.Il ort'Urarn ttlhoirty (Mdays alher tlhrirr appearance or ci;srowery of Iuuurrlha cdetaott .rohllil% ., sllrRrrt +its rnpstaomi repair cir reiPgace ulna dell cIl:Vwe eagi.riprompamll Por ergwipm ent not dnslatlard duty „dornnsurn, if Ifrlurchaser raduurns Alma de'ractrwe equunpyrmemt to ,dohnrocin n Alfrin thiirr^,y pY;bld) days m chscrc va ry e'r �sauclPr 'r�w rdclhm�eonshaud au As r logon irepaiiir or Irrupga�ce t'h�e sdaatactunre agv.uil'parmtamll i r&rrin a«rud orpurilpnnen't'rrr lruumhaser AL r,ansliff inittneR+nn C.hargel Iilnciunad in mrrininectmorn'min Ift warranty Tsar ecpuujimment not irnstladled Idy Jotrmson ornadi be tmmulrnna ihtr rrlurch�imeeir ' himse n arira'ntice do iron Mond to any equip men'f ,whVcdn has been r�elPatirec II alt ars, ialharsed, allt�ererd or nvtsuus ied or Which free nro'l locenIpro�ro,Perlhy and rcasoniaulla'pv inammtauned "1111 XU,SN,'tWTAll llI ARIE rdlwt ��N''6,U'C,T,F Alljf r"9TII Ti'�Rd WAPB'IIPAN rrLrS P'UGIPiRIEI '.m"ag"i p;klP rIIldTall,.11r T, li Ntt1:11 IUD iNWN 9T IL"rl9d l'II"'��P'Ifa'TI V. If d,T'RTrNIr';'d dP BURN', 'CUr II '�hrr,yµ�UR,.IITY PnhNICU FIITII'Nd'rrSS P''%'DUd A SPECIFIC PURPOSE a 1JT , ,roh nson'slhallll not the ifaih@um'hacr any q.xecaraU, unc:dhecil or crormseagauerotllall dim -mages ainsi,rugg in .any rnanni ter drcorn like ergulilp pent or runu.rr ref rinnnislhmed Dir the wsorh IprerWrimed Pursuant to this agraemmranh. IS 11T4rtIE'TG III price of tlhSe,T ir'o,posrall�du.. a num Iiniclu do diurilcrrLime,, mr�xc'�ae, cr othu r srrm rI. uurnllc!:a�s ratgiuoreddy federal, silate or ra usi law IPlUmIia:ser rahaVil pray im adildirari Uri the sllntaid Ilpnape alk mar'xe,s errs Ilorrgrh:'y recriWed la be paid my ,donnson r:ar, allternatiiwery, alhalld prowde Aamdvnsrain ww:rlhr acceelxtalL&a tax emair nlpirl certiirucalas Joihnsori spnrall IProwncde Pluirchisetwolit any tax IPa'prnn iant cautrTmcara upon re quest ancd ahur ortmrp:derrum and acc appmanre rn the'uwork 7 1 01hinison runalllI nor be Il atie fair arrr della'y Err rine Ipnerirvrrmaamce of ilhe wwrai* rrasuhring ti a irn u'.nir adlMlibuted Ito acts or cdrecnrnslarnr rms Irreyaond Johnson a conlild incduu�dilrn!gp tntatt nor trini'tied to. acus cur Ck.wiat I mops datatnr cllmsp:uWa.S carrrmdliriions, or ICtmrr gnromimeq a�ctis or omniswione or rlh ia- Pcumhaseii Oiuu'rner or arllner'C onraactora or rdirllays cnimae d by ,wcuprAimrrr or saut:ruarnrraoturs or Johnson, wrtc a C"DWPII,LANCE MH LAWS. Joll-msalni slhallll c:orrupy wvoth mil'applicable Ifedenad„ scatter and loca�V rawws And regiutatGaru!s II shlaop olw't��shan tnllll t hairy uollV asr rr nrd p„ermn is rcrquillred mmi tlhne prosecution or the wrork LicensesLicenses amid Ip eirmnirs cent a permanentmuanenr na'rlura smmallll !be pxrurcoord and ppard tel by 9 latu'uP�U'TI IS, NIII rosPotes Inw�olhwfiingp rrncrpa than S15 �dgg slhal- k.m re�sartwmnd by mrhhtramdcrm am a�ccordamce rmit'h Ure ru.ulVes cr'the Airnor cnw�m PnrltmIrab'Dn Asaor::faihoin "Tlhe Ilprewnarllirngg pxaity sdnelld rswmyer n !r'egganll oapsrs acid milarmey°s Ifeos me urrsrd as a resudr IhN rllniiruPg utero slhal 16Vunrit any riiglilbt winder conutnurtibon Hein IIsm t d rlrNSt.UIRdUWINCIf; , pn',wiurancio. cr vuprag e in�eacre,ss or dolhrrson's rrnannrdard tirmirhs uw r U Itre turrn $lied wwPnen recpiuested and rey,uifrod ND cf�ecmnp'waellll be ragrwen or pwirounn.0 m ppwdd ICry dchnsrrrn'faii muirarroe afftri led by ct'her's. tt w IIIIWILJIIIrIRA Nll'r'm'". "III Parhiewi heifet'io a!grae to nmdcrnnrnrty asnc'rn rcnd'llnerdram treny ao�nd IWil ti�arx Les, clairms„ ealPaima,ee, rrmsses air dimirvraggas hroctudiingg Attorneys r fic , Ilnirrs�arupnriulP rr a Mlnrvdwininii truDnl Mth dhow eiaeupwtiimcn of the Work hermsn ip rnczt'irtd alnrp'Which ara caused, ara'rwlhrcNe or ilim loan by fine y r by 12 'CACk�UUIu"II"r'CdIPdUWN,.'C P IR''I;"d'P P IWNIfU ttd'rpR; TRme P a",iius Ihrereftc rreppree to immmrrry eaclhr crOncr Urtt irrn rdiiasreBy up:rrvn'raeronrrr !y arowcrrrn csiP' a inspnr rt'irnm i ioir any oregr:,ad violVatio;rr ar„ the OccrupaaGiomsnll „,raPaty Minn HaOl"jI Punt irerahn5 Jun uuin'pv Way to t'ha Il:iiiol 7rt cw pro,oc::t site 13 Elh"rllpt'E AGREEMENT "rhrs prrcop:ransall, uuppcsun ecrcelli slhrnllll rhe eirntnre agirwarttnent IOIX3ttwwllTMer tare parties and supersedes arny pnnor reppresenrations or iuirl dcrvstarrdmnmgs 14 CHANIGIMEI, No Ohninrge or irnadMicaflioli or any o'r'tmre Ileirrnsi and c.nndificns .14ater~d hare -iii slhW ire Ilarrmduinipp upon fOrnsorn orrl ress accepted Iky Johnson in nr,rroW,irg Change Order Price Breakdown Materials Quant Part No. Part Description Price Extended 57 CHSR 0 0 CHIME STROBE,SQUARE,RE $ $ $ 97.41 - - $ $ $ 5,552.09 - - 0 $ - $ - Material Cost $ 5,552,09 Estimated Freight $ 555.21 Fast Track Surcharge NIA JCI Labor Hours Description Price Extended 0 Electrical Conduit, Wiring, Installation $ 74.58 $ - 0 Mechanical Conduit, Pneumatics $ 87.17 $ - 12 Technician Functional Checkouts $ 77.64 $ 931.68 0 Commissioning Testing/Re-testing Sequences $ 77.64 $ - 4 Engineering Drawings, Grahics,Software $ 87.23 $ 348.92 2 Project Managern Manage Project Oversight $ 92.66 $ 185.32 $ i,465�92 Subcontractor Labor/Quotes Quant Description Price Extended 0 Electrical Electrical Quote $ - $ - Travel Expenses Quant Description 1 Nights Lodging $ 137.96 $ 137.96 1 Airfare $ 486.00 $ 486.00 1 Vehicle $ 80.00 $ 80.00 $ 703.96 Overhead 10% $ 8,277.17 $ 827.72 Profit 5% $ 9,104.89 $ 455.24 1 Total $ 9,560.14 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 AIML BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 20 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract $ 15,414,346.00 495-535 452.150 09010.5 Previous Changes $ 0 Contractor Davis Constructors and Engineers This Change $ 0 Adjusted Contract $ 15,414,346.00 Description of Change Cost Provide and install annunciator panel ($5,449) and 75 -gallon day tank ($14,436) $ 0 for generator, per Providence request Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is ;nje-aj increased)decreased by 0 calendar days. This document shall become an amendment to th"ontract and all provisions of the contract will am)ly thereto. Accepted By: Recommended:, Co Approved By: Manager (Less Than for 1ttl change orders on If the change order or orders A. The mayor and deputy B. The mayor and one (1) C. The deputy presiding o D. Any two (2) assembly i Approved By: Mayor Revised by MIS 06/14/06 Date `.'Lo .1 f1��,��if",!rt Tui � i ".r Date ............... Director Finance Director Date �r,� 000) dollars, it will require the signatures ofo ;;ember,i,,)b ce of the deputy presiding officer; mber in the absence of the mayor, or mayor and deputy presiding officer. Deputy Presiding Officer Date Long Term Care Facility Potential Savings / Contingency Summary Updated: January 17, 2014 Potential GMP Savings Subcontractor Description Original Budget Buyout +/- Acoustic Ceiling $ 33,900.00 $ 65,060.00 $ (31,160.00) Asphalt Paving $ 265,714.00 $ 288,520.00 $ (22,806.00) Casework & Window Stools $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Final Cleanup $ 32,340.00 $ 17,152.50 $ 15,187.50 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Monument Sign $ 10,000.00 $ 33,400.00 $ (23,400.00) Overhead Door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 1 $ 175,700.00 1 $ (3,220.00) Tape/Paint $ 321,347.00 1 $ 176,689.00 1 $ 144,658.00 Subtotal Potential Savings $ 1,062,866.54 Transferred to Contingency $ (622,000.00) Total Potential Savings $ 440,866.54 Page 1 of 3 Long Term Care Facility Potential Savings / Contingency Summary Updated: January 17, 2014 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 622,000.00 Contingency Deductions CO # Description Amount 1 Expanded clearing limits $ (10,411.20) Monitor fire/smoke dampers $ - Ship's ladder for mezzanine $ (2,062.19) Upgrade windows to triple glazed $ (4,683.80) 2 Upgrade boilers from cast iron to firetube $ (21,463.95) 3 Intall new storm drain manhole $ (10,958.00) 4 Install patio drainage $ (6,880.00) Install geotextile fabric under entire slab $ (6,549.00) 5 Vinyl siding savings $ 4,691.00 Upgrade interior and exterior door package $ (66,643.00) Install sunroom doors $ (5,907.00) 6 Upgrade MDF trim to cherry $ (70,856.00) Window sill material upgrade $ (7,392.00) Wood wainscot at head walls $ (44,919.00) Add cherry trim to windows $ (32,472.00) 7 Add floor cleanouts and sinks $ (3,644.00) Provide domestic water connection $ (7,927.00) 8 Cemetery retaining wall fencing $ (27,699.00) Provide ADA planter boxes $ (7,958.00) Add cultured stone at columns $ (36,411.00) 9 Add accent tile at resident restrooms $ (8,308.00) Upgrade vinyl flooring $ (351.00) 10 Add hearth receptacle $ (1,600.00) Power for monument sign $ (3,896.00) Upgrade light fixtures and add light bollards $ (41,507.00) 11 Upgrade closet to adjustable shelving $ (8,502.00) Check dams, topsoil, seed at road swale $ (18,900.00) Gutters and downspouts $ (7,981.00) 12 Retaining wall T&M $ - 13 Code required structural details $ (7,802.00) Modify breakroom for refrigerator $ (56.00) Code required ductwork modifications $ (4,152.00) Modify time clock and add wireless access points $ (9,241.00) Page 2 of 3 Long Term Care Facility Potential Savings / Contingency Summary Updated: January 17, 2014 14 Upgrade floor base from rubber to cherry wood $ (49,982.00) Resident room casework upgrades to cherry wood $ (16,031.00) 15 Provide added GFCI receptacles for Arjo lifts $ (9,882.00) Provide separate circuit for PYXIS $ (3,984.00) Add/relocate power and data in rooms 206 and 216 $ (2,874.00) Relocate lighting inverter and cable tray $ (10,116.00) Add data and power for second PYXIS machine $ (1,918.00) Relocate electrical panels at 2 -hr wall $ (980.00) Provide hot water ciculation for washers $ (1,646.00) Provide added smoke/fire dampers $ (8,114.00) Provide duplex receptacle at Spa Room $ (475.00) Provide power for electronic trap primers $ (1,170.00) 16 Cost for Davis Constructors to contract, purchase, and install $613,013 of FF&E, and manage subcontracts for Arjo ($269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, not contingency savings. $ - 17 Revise layout to acoustic ceiling including revisions to ceiling tiles, fire sprinkler locations, and light fixtures $ 4,444.00 Revise access card reader locations, add doorbell at rear entry, and connect doorbells to nurse call system $ 17,548.00 Revise power to dishwashers, garbage disposals, fan VF -2, and electrical panel shunt trip breaker $ 9,201.00 Add unit heater at mechanical mezzanine $ 4,431.00 Add sheet vinyl flooring in Storage Room $ 2,548.00 18 Provide and install decorative signage $ 580.00 Modify power to cooler, walk-in freezer, residential kitchen oven and warming drawer $ 5,924.00 19 Change horn/strobes to chime/strobes 1 $ 19,774.00 Total Contingency Deductions $ (525,163.14) Current Contingency $ 171,836.86 Page 3 of 3 Kodiak Island Borough Long Term Care Facility Cost Proposal # 059 Rev 1 Generator Remote Annunciation Project KIS LTC Labor Job Expenses Job No.: 12-355 Laborer - ST D Man -Hours @ $ 55.95 S Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 $ Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DESCRIPTION Laborer Foreman - OT Carpenter - ST 0 0 Man -Hours @ Man -Hours @ $ $ 63.72 64.30 $ $ Pricing Is to provide remote annunciation for the generator at the nurses station. Carpenter - CIT 0 Man -Hours @ $ 71.01 $ Carpenter Foreman - ST 0 Man -Hours @ S 69.95 $ This proposal does not include the interne to the Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ 5pectralink phone and/or Nurse Call system. it will Labor Subtotal $ be priced in an alternate proposal. Material Expenses Ceiling tile removal and replacement are required Material 1 Material 2 Material 3 0 0 0 unit unit unit $ $ 5 - - - $ $ $ for both RFI solutions. Davis labor accommodates the tile removal and replacement. Material 0 unit $ $ REVISION 1: Material 5 0 unit $ - $ verbal scope deduct of $1,450 from Endeavor for Material Subtotal $ panel. Other Job Expenses Freight lbs $ - Small Tools 2.50% of labor $ - Material Handling 4.00% of labor $ - Safety 1.25% of labor $ - Equipment 1 Equipment 2 Mob/Demob Design & Engineering Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ This proposal Is based solely an usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes In the sequence of work, delays disruptions, Markup on Self Performed 15% $ Total Self Performed $ - rescheduling, extended overhead, acceleration and/or impact costs. The right Is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract. Endeavor - RFI 162 Endeavor- RFI 162 Subcontractor Costs $ $ $ 6,495 (1,450) 5,045 Markup on Subcontractor: 8% $ 404 Total Subcontractor Costs $ 5,449 Submitted by: Luke 8lomheld Title: Construction Manager Date: 1/17/2014 Total Self Performed $ Respond By: 1/24/2014 Total Subcontractor Costs $ 5,449 Total Cost Proposal $ S,449 Above priced are subject to change If not accepted within ]D days. Approved by: Title: Date: Time Extension Required of 0 Days slabs constructors & mummers h= ! • J Cost Proposal r t r Remote Annunciation $ $ 36 506 P ect KIR LTC Labor Job Expenses iterials, and normal mark-ups, and does not include any Job12-355 Laborer - ST 0 Man -Hours @ $ 55.95 Reque d By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ $ 61.32 sts. The right is expressly reserved to make claim f any and all Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ BUDGET DE RIPTION Laborer Foreman - OT 0 Man -Hours @ $ 63.72 - nnunciation for the Pricing is to pro\ses Carpenter- ST 3.5 Man -Hours @ $ 64.30 $ 225 generator at thn. Carpenter- OT 0 Man -Hours @ $ 71.0 $ Carpenter Foreman - ST 3.5 Man -Hours @ $ 6 5 $ 245 This proposal de the intertie to the Carpenter Foreman - OT 0 Man -Hours @ S 7.205pectralink phose Call system. It will Labor Subtotal 7,597 tpr0ve y: Above priced are subject to change If not accepted within 10 days. $ 470 be priced in an alternate prop al. tie: a Time Extension Required of 0 Days l Expenses ilin it r N I nd r� 11 1 r9Jrt. ial l 0 unit $ - $ rial 2 0 u " $ - $ the the removal and replacement ial 3 0 nit $ - $�• al4 0 unit $ $ rials 0 unit $ - $ l Subtotal Vhtlbs $ ob Expenses t lbs 00115 2.50% of labor $ 11.75 rl ' andlin 4.00% of labor $ 18.80 1.25% of labor $ 5.87 ment IfaL tttatoss &amts Inc. w& Engineering FxpensesSubtotal Subtotal Direct Costs - self Pe ed $ $ 36 506 Is proposal is based solely on usual cost elements such as lab , iterials, and normal mark-ups, and does not include any Markup on Self Performed 15% $ 76 iountfor changes Inthe sequenceofwork,delaysdisru ns, scheduling, extended overhead, acceleration and/or act Total Self Performed 582 sts. The right is expressly reserved to make claim f any and all these related Items of cost prior to final settle, t of this Endeavor - RFI 162 $ 6,495 ntract. Subcontractor Costs $ 6,495 Markup on Subcontractor 8% $ 520 Total Subcontractor Costs 7,015 Ibmitted by: Luke 8f meld tie: Con uction Manager ata: 1 /2013 Total Self Performed $ 582 aspond By: 2/12/2013 Total Subcontractor Costs 7,015 Total Cost Proposal 7,597 tpr0ve y: Above priced are subject to change If not accepted within 10 days. tie: a Time Extension Required of 0 Days IfaL tttatoss &amts Inc. it fh /i ENDEAU �R ................................................. . E E Luke Blomfield any questions. I r-� t- Data Comm Indust TSC/TPINECA 11101 ENDEAVOR ELECTRIC Job KODIAK LONGTERM CARE FA ILII P 0 BOX 102002 BW FIN 164 ANCHORAGE, ALASKA 99510 Phone (907) 279-1002 FAX (907) 279-1003 Riot Raf Amunt op Mat Tot 2,59013 " DATE PAGE 12104113 1 TIME 03 21 PM Rate Amount ""no 2,59013 2,590 03 Lab Tot Deswipbon ' MATERIAL TOTAL 2 SUBTOTAL 3 .................. 4 mDIRECT LABOR 5 AVERAGE RATE >6 GENERAL FOREMEN HIRS 7 GENERAL FOREMEN RATE a SUBTOTAL 9 ................ 10 TOOLS EXPENDABLE .11 PER MEM 12 SUBTOTAL 13 ........... '14 JOB SUBTOTAL 15 ...... ......... $9 'MARKUPSIOVERHEAD '17 OVERHEAD MARKUP % 15 JOB TOTAL 19 ........... 20 PR RT 21 JOB TOTAL + PROFTT 22 ..................... 23 BID TOTAL Phone (907) 279-1002 FAX (907) 279-1003 Riot Raf Amunt op Mat Tot 2,59013 " DATE PAGE 12104113 1 TIME 03 21 PM Rate Amount ""no 2,59013 2,590 03 Lab Tot 2904 ' 7837 2,275 86 Lab Tot 2904 % 1000 2 90-c Line 6 290 BID 05 232 15 2,508 01 Mat TSI 2,590 13 % 300 '77 '70 we 3194 '1400 447 16 52486 5,623010 Lftv 114 5 62$ IDf) fig' 110 611) 230 8,18530 Una 16 6 105 30 Irm :5 �0,0 309.27c Lino 20 309.2'7 ' 1 00 6,494 57 6.494 57 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 121412013 TIME 118 42 PM MATERIAL Primary Pricing LABOR Primary Labor NOTES RFI -164 ENDEAVOR ELECTRIC P40 BOX 102002 -nory. Category 007 �'",GEAS16WIVb & 70�2 E STRAP 3800 . . . ....... . 731, 311TOLAStid" ' dk6k . . . . .... ....... 0.31I 1170y 0-03� 114 6" 1 0 3,67, 6.02 0 76' X15,37 J i go' .. .. ... ........ [Category. Category 011 � WIRE ..... i ibi4 ii64d: ItAtkM CABLE 0:40 Kodiak Island Borough Long Term Care Facility Cost Proposal # 061 Replace Fire Alarm Strobes with Chimes Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ SS -95 $ - Requested By: Kodiak Island Borough Laborer - OT 0 Man -Hours @ S 61.32 $ - Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ - BUDGET DESCRIPTION Laborer Foreman - OT Carpenter -ST 0 0 Man -Hours @ Man -Hours @ $ 63.72 $ 64.30 $ $ - - M51 #010 Directed to the following additional work: Carpenter - OT 0 Man -Hours @ $ 71.01 $ - Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - Mechanical Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ - ADD DT -2 to schedule Labor Subtotal $ - Volume: 25 (UPGRADED to 75 GALLON) Manuf.: Simplex Material Expenses Model: SST Material 1 0 unit $ - $ - ADD key nate #7 to sheet notes: DAYTANK DT -2 TO Material 2 0 unit $ - $ BE INSTALLED IN GENERATOR ENCLOSURE AND Material 3 0 unit $ - $ SHALL SERVE THE GENERATOR. LOCATE DAYTANK Material 4 0 unit $ - $ - WHERE IT WILL NOT IMPACT MAINTENANCE OR Material 5 0 unit $ - $ - CLEARANCES OF OTHER EQUIPMENT IN Material Subtotal $ - GENERATOR ENCLOSURE. FOR DAYTANK PIPING DIAGRAM SEE 1/M8.01. Other Job Expenses Freight lbs $ - Electrical Small Tools 2.50% of labor $ - 1. Sheet E002 — ADD DT -2 to Electrical Equipment Material Handling 4.00% of labor S - Schedule Safety 1.25% of labor $ - 2. Sheet E504 — Equipment 1 a. ADD DT -2 motor connection and manual motor Equipment 2 switch to inside generator enclosure Mob/Demob b. ADD 20/1 amp circuit breaker to GEN PANEL and Design & Engineering provide 120V/1PH/20Amp circuit from gen panel to Job Expenses Subtotal Subtotal Direct Costs - Self Performed $ $ - This proposal Is based solely on usual cost elements such as labor, materials, and normal mark-ups, and does not include any amount for changes in the sequence of work, delays disruptions, Markup on Self Performed 15 $ - Total Self Performed $ - reschedurng, extended overhead, acceleration and/or impact costs The right Is expressly reserved to make claim for any and all of these related items of cost prior to final settlement of this contract, Endeavor Subcontractor Costs $ $ 13,367 13,367 Markup on Subcontractor 8" $ 1,069 Total Subcontractor Costs $ 14,436 Submitted by: Luke Blomfield Title: Construction Manager Date: 1/17/2014 Total Self Performed $ - Respond By., 1/24/2014 Total Subcontractor Costs $ 14,436 Total Cost Proposal $ 14,436 Above priced are subiect to change If not acrepted within 10 days. Approved by: Title: Date: Time Extension Required at 21 Days dark conefsuclsm f6 enshi eery im E-. mi rENDEAU R January 1, 2014 BlomfieldLuke 49MRITO me, Jesse Hale General Manager Errdeavor Electric, LLC Revised Dam Comm �ndutITSS rtPINE CA1141 ENDEAVOR ELECTRIC DATE PAGE Jo KWAK LONGTERM CARE FACILff P'OBOX 102002 01114114 1 Bld I ANCHORAGE, ALASKA 99510 TIME Phone (907) 279 1002 FAX, (907) 279-1003 09A6 AM cescpllwl Ref Rel Amount 00 Rate Arnount I MATERIAt TOTAI Mat Tot 8,963 30 1 OQ 6,'4163.30 2 SUBTOTAL 3 ............... 4 '13URECT I.ASOR 5 AVERAGE RATE Lab Tot 23 100 1837 1,8025-1 6 -O 1 7 GENEFW, FOREMP,"N HRS Lab Tot 23 400 % to ola 2L30< 8 GENERAL FOREMEN RATE Une 7 2 30 8005 184$% 9 SUBTOTAL 1,98662 to.................... 11 TOOLS EXPENDABLE Mat Tot 8,N33 30 % 300 268 90 12 PER D111" calc 25.30 1400 35420 13 SUBTOTAL 623'10 14 is JOB SUBTOTAL 11„5.73,02 16 ....... -... .......... 17 *MARKUFSIOVERHRAD is OVERHEAO MARKUP % L,itie 75 11.573 02 'V. 10 00, 1,15.7,30 19 JOB TOTAL 12,73032 20 ..................... 21 PROFIT Une 19 1:2330 32 '% Soo 636524 22 JOB TOTAL � PROFIT I.Jne 21 63652 '100 13,36684 23 ........1....... u. .............. 24 MID TOTAL 13,366 64 JOB 11 ID 11 NAME KODIAK LONGTERM CARE DATE 111412014 TIME 943:01 AM MATERIAL Primary Pricing LABOR Primary Labor NOTES GENERATOR DAY TANK ENDEAVOR ELECTR�C P,O BOX 102002 %_11lxqylf4li�_� (907) 279 1002 I'll, Si Itrn sc Qty� Mat Unit MatExt� Lr Un�tl Lbr Ext - -1111, 1 1 I'll --,"I'll", I I I I --_-1__l l_ I'll, 1-11 1 ''1 .... . .......... an Section 031, GENERATOR DAY TANK .... . a Ca"ieg"a" ry 0,00: (No'ne'), 53go-,ry-,." 'Tundra Mech 1,nstafl W 757 30 757 30], 4.,00 4,00 .. .... .. i00.0 10.00� A 10.00 . .. ... ......... .... ............. . ..... . . ..... . ...... .. . ... ..... Y TANK ..... ... ... P1 , A , C , E - M , E 11 N 11, 7 1 OF DA,Y 0 W . .. .... &W 500 0 AN Dear Jesse Hale: Thank you for the opportunity to provide pricing for the equipment on the above referenced project. We are pleased to quote as follows: A. UL -142 Listed Fuel Tank UL -142 Listed Fuel Tank Model: SB21-75 Useable Gallons Tank Dimensions: 37"H x 34"W x 34"L - 700# • 1 ®W-101 Double Wall Secondary Containment ® 13650 112" Supply/Return Dip Tube Package (2" NPT) • 11000 Low Level Alarm (2" NPT, Set at 500/6) • 14306 Fuel in Basin Alarm (Side Mounted) • 13502 Basin Drain, 112" NPT • 11002 Rochester Fuel Level Gauge (2"NPT, Spiral) • 13005 Locking Manual Fill Cap (2" NPT) ■ 13152 Standard Vent Cap (2" NPT) • 2 3162 Emergency Vent (2" NPT) • 4 8410 Flush Mount Liking Plate (Minimum of 4) • 1 Black -Gloss Paint Color Gloss Black (9638) Options Included: • 12025 Single Pump System ■ 1 1379 Series 400 Controller for Single Pump & Motor Collicutt Energy Services, Inc. 12050 Industry Way #0-10 Anchorage, AK 99515 Phone 907.929.9301 Fax 907.929.0953 collicutt.com COLLICUTT AOF EnorgV • 16020 2 GPM Pump, 114" Parts, 113HP Motor,115/230V • 1 3600 Additional 112" Dip Tube (2" NPT) • 1700.1025 Fuel Strainer, 112" (WyeStyle) • 1700-1096 Solenoid Volvo, 1/2" NPT,120VA , NC • 1700-1065 Spring Check Valve, 1/2" NPT • 13205 Overflow Fitting (Side Mount, l" ) Requires 2" Tank Height Incre a to Keep Gallons Correct • 11099 High/Low, Pump On/Off (2" N - Set Float Level) Tank to be 16" High Minimum Freight: FOB Kodiak TOTAL NET PRICE: $8,106.00 Exceptions/Clarifications unless otherwise noted: 1. There is no off-loading • of this equIpment Included in our proposal. There2. Is no fuel Included In our •.. 3. There are o permits of any kind Included in our proposal. It. We are not including the services of an independent■ agency In our proposal. MEM Energyquoting to verbal specifications, s!nd approval of submittals. Current availability of . -. days after• of purchase order. The submittals•- released r•; receipt of a written purchase, not before. Collicult Energy Services,12050 Ind usiry Way #0-f:Anchorage, AK 99515 Phone 907.929.9301 Fax 907.929.0953 • 1 COLLICUTT CONDITIONS 011P:P E "I"he Ten ns and UxiditionS cr.Salfa 130aw consMute aro Agvem-nent betwem. Wifnift Enei-gy Services (OtillinKT) and Ors'Unig, "nia provisrorm or Ws atireement mppersede all prior agircernerIL5, neqnbafians, verimmenhilons and warrarifics Whether WrIttm, oral or athempi4e, and no wdiver, alteration, or rnodfcatiaro of R144 agreenrierit sIi all be binding un,itmA agreed M In wrltlng and signed by bath i� I[Rcuft and apdorner, nUOTATIONS are valid Pat fi-Eirty (70) days from the date Dif quotation unless agirmad to In whing by Callicum A Ouctatlom Is not a valid accapTarica ail an ogler to sell unless li), a Pum.hrise nMar signed by an authorIzed fapmentalivo of the Cumorrier m resolved by SPECIALORDERS A nonmfundaOe daposil Is requIfed Por aaal spe-dal order riciuipmerd and acceroodos "llmdeposit wilibeapokid agalrml the balance of the actiOrneril invoice and caricMialion thargitis, rl any. CJ IANGES MID MOCII WATIONS - Cwstamer aTimes to pair for any charges In scope, design m worit Man from the, o6demd., Golllirwtt slyan have the OUR to sullhu""tract navy or Wwork covered by themle. SiAe is non ass-IgnaMe by the customer Yvithout Ipdar wilm-n. approval of C6111rum, TERMS - Alt bit Prips are not fifteen (IS) days #mm the data at Ilnvelcaa.. lKirlemldon is viW mccefulable. Custurners not eal-redng to paymmu hirm ogrAo to pay del rquenev Charges UP I Jper month or the rnwdmum rWomobte by law, whichmm is greater, on the unpold lialanco. If COic?.91 Commences an eclion to imOoct mvntumt duo the rmtmnor agrees in irellnuburse ells coVecNon qmsts, aftna-ray fees and court costs, FINAL ACCEPTANCE provided lor. Storago and imormt charges whill, resuH vkMon equIpmwit and acrassafles ready for Oiriment: to the Cmitomer are how in Colilcutt's invenlery due R customer's Ynaba my to accept delivery, WARRAIN't"It' - All knMied ma"aragas inclucl,rig wrkhout limitallon ;m, rchanEabllity and iftnesm for a Particular purpose are excimied Imm Vila Agreenient, CaC cu tt disclaVms ali Uabl,14V for spedaY, in6denlW., and mrisequendat damigai The oNy warranly lov equipment sold to the CoVicull. Start end Trust imust be paid Ira advarim nOURNS] MER.01ANDISF, ., Equirmnarit, accessoties and pan's carmot Im mgwnnd w4hout CdOcull's mlilen mppgoval, EkIuipffnoil, 01commoriies. and parts must be in sagable coridlion. CwVmner must pay transponallon costs and restmking charge of merely -flares percent (25%) ol Invoice arwroarif SIECURITY WrrEREST - Wilcutl retains and Customer heresy grants q.:kVlruH a Smaefty Inlerest in eMilpment moot. including 0 accessions to and relplacoments oP the equipmera, un#4 qP,e Customer has made paymonT n lull ki Rccurdatme oth Rho providom herein. Cu!aarrgur shail coop nratti Up with (:;alficult un exocuUngsuch ckmormnIs as CoNcOl may does a acessary for the tprchm#ion of sucli. Security interest. 'FAXES, LICENSES, PrEAM117, AND INIVIMANCE - Cuslome, v, arl pay to COicwt the amount er way mins, lune, mise, dwly or similar tax obtaining fitinwils a0kerises. ri?hwhan ftsespedlicatly p(ovidmi for Cusloginer shell Wrr-&rse Collcult lorft cast r.9 pravl&g any WrTurance related rights or waivers amdamd Offi Colilcume oxisHrip, immarme palUi as, Where laxas do net app!Iy upern swe or resale, C'uslamer shall provider CQ',kufi with appropriate Bmwipllcin cartificales, Cumorner admowividges lhat he has virt rued on Cdicufi's OJH m judgment In the select,lon of equomerif and thal Tiny techKcai advice or spediffradmis soNclTed regaryjing the equIpmu"I Shall be used at c9marviers 01AM risk, Any noncen1fiect diawfings prmidod nm doncriptive in rmluva and not warmant as W rmftmumm. Except as expressly 1provIded ficroln, the Agreement shait be governed, consIvued, and Weepictcd by the bws of the Slate al COlomia. be LInitea Nations conven'JOR m CMIeUdS for OIG Ir-1119MRSOna; SaIGS OF W -ods (C*G) OW not apply, Coillcull WOCLs to apt mid nl the CISG. Waiver by Corlimil of awry broach of due "Forms and Condilionq of SaW Included heroin or on any aitachment shall net baa cmitstrued as a waiver of any other breis h. Walva by CoCcult of any bremb must be in vrubrfa. C'USFOMER'S mmrF3r5S CofikmtshaH not he in dafuulf and shall not bry liable, For delays loy equipment. uramrvu.sfm dnurrrrs or culropliers Or R.nv whar 6TT.wrnshincas boyand Gobcufi°s rrasonaWo conlrd Cu%tamer'ra exthmme and solo remedy on acmunt or In respect of any broach, or to any expross or Implied wwranty, shaH W to socura my,34mgmarr.t. comecl'on OF any nonconfonnhy shall consStuto rarnpirde lufflftavik of mil OrWilles al CoWcutt CoVicurn.'s aWjrsgato BaUlty =n any cxmoamier cWirn shalt nal, under any circuri-slances, expead the payment received by copicull Oar 0-ni urnhipuriest and mmlces frmft4ed CdMulfts PaWhy4tal be Unified to 6;use diakns arising solely grorn the acts, of the CWtift. CoftIrb" Mall riot bL itablL wherli-mr In con"act ur in tort or under any olhav legi-al theory gar doss of revenue, use, or prolh ar laF the Cofficutt Energy Services, Inc. 12050 Industry Way #0.10 Anchorage, AK 99515 Phone 907,929.93 01 Fax 907.929.0953 collicuft.com 00 10 "1 fA-Otll D111011-AFIN woiE. A= Troy Lockes Systems Sales Engineer Cell: 907-231-9960 by Collicutt Energy Services, to purchase and pay for this equipment, accessories and servic Callicutt E -tar C'n-Fidifin-irs of Sale at -d Sti: Company Name, Purchaser Authorized Signature: Contact Title, Purchase Order., GoIllcutt Energy Serv'ces, Inc. 12050 Industry Way #0- 10 Anchorage, AK 99515 Phone 907.929.9301 Fax 907.929.0953 collicult,com Generator Day TankTPH Jab e: L avis nstruct 119114 Description Quantity Unitl Labor Total j Day Tank for Fuel Generator 0 0.00 0.00 0.00 0.00 miss piping and flftings 1 15.0 15.0 4.00 4.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 0.00 0.00 0.00 0.00 0.00 0,00 0,00 0.00 0..00 0.00 0.00 0,00 0,00 .00 0-00 0.00 0.00 0.00 0.00 0.00 000 0.00 0.00 0.00 OM 0.00 0,00 0.00 0,00 0.00 0.0 0.00 000 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,.00 0.00 0.00 0.00 0:0 0.00 0,00 0.00 0,00 0.001 0.00 Subtotal 150.00 4.00 TUNDRA FEU)MING R 311YFING I. Field Overhead As Drawings Design Fork and Sizzor Lifts .- Machine OfficeWelding Machine Fuel Submittals O&M Manuals Supplies ToolsSpecial Tools/ExpendablesIdentification Guarantee Field Office Ddnking Water Pickup Telephone/Radio ,. Name', KLTCF Generator Day ♦ Davis 1/9/14 Ref Amount Rate Amount 150.00 150.00 0.00 150.00 10.00% 15.00 0.00 0.00% 0.00 1500 4.00 81.38 325,52 0.00 87.97 0.00 40,00 125.00 0,00 0.00 0,00 90.00 0,00 0,00 80.00 0.00 0.00 490.52 0.00 600.00 0.00 0,00 60.00 0.00 0-00 0,00 0.00 0,00 0,00 150.00 0.00% 0.00 150.00 2.00% 3.00 0...00 0.00 0.00 60.00 0.00 0.00 Job Name: KLTCF Generator Day Tank Davis Constructor., TUNVILA FLUM IlIffli & 31 CUM, Subcontracts Insulation Temperature Control Excavation Concrete Coring Cutting and Patching Chemical Cleaning Rigging/Hoisting Sterilization Subtotal Job Total Add Bond 0.00 0.00 0.00 7500 0.00 0.00 000 0.00 0.00 0,00 0,00 658.52 658,52 15.00% 98.78 757.30 757.30 0.00% 0.00 KODIAK ISLAND BOROUGH J, 1", V t 710 MILL BAY ROAD KODIAK, ALASKA 99615 ....... ... .... Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract 15,414,346.00 495-535 452.150 09010.5 Previous Changes $0 Contractor This Change $0 Davis Constructors and Engineers Adjusted Contract $ 15,414,346.00 Description of Change Cost Cost Proposal #063 - Additional clearing, grubbing, landscaping, and installation $ 0 of guardrail along access road - $203,472 Cost Proposal #064 - Revisions to mechanical systems - $186,324 1) Provide cooling in Nurses Office 103 2) Provide exhaust fan at mezzanine area 3) Add mechanical cooling to HRV's 4) Relocate EF -3 for higher garage clearance 5) Install emergency shutoff at generator enclosure 6) Install waterproof membrane on floor between air handlers Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contractis ( hanged) (M in decreased) by 305 calendar days. This document shall become an amendment to the con ;� ptnl provisions of the contract will aoDIV thereto. Accepted By. LLr-, 'V- U of—.r! L— Date Contractor's Represent ND,�? 0 Recommended rt Date kalce Director rN Engineeripg/Faeir Approved By d Date �aRij'er (Lq& I an n d ough Clerk nor exceeding $200,000) br A Jt Per Borough Code 3.30. 100, if the change order is up to five percent (5%) and not: exxeeding two hundred thousand dollars ($200,000) it will require approval of the mayor and dquty presiding officer, if it exceeds 5% or $200, 000, it will require the approval of the Assembly. Please attach Assembly newsletter indicating approval. Revised by FISEC 04/23/14 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 21 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract $ 15,414,346.00 495-535 452.150 09010.5 Previous Changes $ 0 Contractor Davis Constructors and Engineers This Change $ 0 Adjusted Contract S 15,414,346.00 Description of Change Cost Cost Proposal #063 - Additional clearing, grubbing, landscaping, and installation $ 0 of guardrail along access road - $203,472 Cost Proposal #064 - Revisions to mechanical systems - $186,324 l) Provide cooling in Nurses Office 103 2) Provide exhaust fan at mezzanine ares 3) Add mechanical cooling to IiRV's 4) Relocate EF -3 for higher garage clearance 5) Install emergency shutoff at generator enclosure 6) Install waterproof membrane on floor between air handlers Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the contract is ( hanged) ( increased) I -0 decreased) by 305 calendar days. This document shall become an amendment to the can 1 provisions of the contract will apply thereto. Accepted By: ate "t &4 Contractor's Represento '��h, I"w1 Recommended. �•i Date I �l m 1 Enginee 'I aci1' �r e +�"� -� ce Director r � Approved By: �^ Date anager finw, ough Clerk not aoaeedi„g S?OA,A0di Per Borough Code 3.30.100, if the change order is up to five percent (5%) and not exceeding two hundred thousand dollars ($200,000), it will require approval of the mayor and deputy presiding officer; if it exceeds 5% or $200,000, it will require the approval of the Assembly. Please attach Assembly newsletter indicating approval Revised by FISEC 04/23/14 Kodiak Island Borough Engineering & Facilities Department Projects Office 710 Mill Bay "o..' • oaddiakAlaska 99615 Phone (907) 486-9210 Fax(907)486-9347 1--rom- Matt Gandel, Project Manager/lnspector,4- U: Long Term Care Center change order Attached is a change order to contract FY2013-11 for Davis Constructors and Engineers for the Long Tenn Care Center project. As you know, the LTC project was completed substantially under budget. Providence has requested that we use some of the excess funding to complete some additional work outside of the original design scope. This work includes additional clearing, grubbing, and landscaping, and some modifications to the building's mechanical systems. The total of this work is approximately $390,000. There was approximately $3,000,000 remaining in the project budget, and approximately $1,500,000 remaining under Davis' contract. The Finance Director has reserved approximately $650,000 to complete this extra work. Long Term Care Facility Updated: October 6, 2014 GMP Savings Subtotal Savings $ 1,062,866.54 Transferred to Contingency $ (922,000.00) Total Savings 140,866.54 Subcontractor Description Original Budget Buyout +/- Acoustic Ceiling $ 33,900.00 $ 65,060.00 $ (31,160.00) Asphalt Paving $ 265,714.00 $ 288,520.00 $ (22,806.00) Casework & Window Stools $ 211,402.00 $ 209,484.00 $ 1,918.00 Ceramic Tile $ 112,440.00 $ 82,477.00 $ 29,963.00 Clearing & Grubbing $ 60,000.00 $ 38,000.00 $ 22,000.00 Commercial Kitchen $ 284,597.00 $ 196,062.00 $ 88,535.00 Concrete Curb and Gutter $ 66,085.00 $ 61,772.67 $ 4,312.33 Concrete Finishing $ 55,500.00 $ 23,750.00 $ 31,750.00 Concrete Pumping $ 32,988.00 $ 18,780.00 $ 14,208.00 Concrete Sidewalks $ 100,754.00 $ 65,689.29 $ 35,064.71 Electrical System $ 1,950,000.00 $ 1,710,352.00 $ 239,648.00 Final Cleanup $ 32,340.00 $ 17,152.50 $ 15,187.50 Flooring $ 138,768.00 $ 89,984.00 $ 48,784.00 Landscaping $ 92,400.00 $ 110,000.00 $ (17,600.00) Mechanical System $ 1,966,976.00 $ 1,470,000.00 $ 496,976.00 Monument Sign $ 10,000.00 $ 33,400.00 $ (23,400.00) Overhead door $ 4,750.00 $ 6,644.00 $ (1,894.00) Pavement Striping $ 4,360.00 $ 2,900.00 $ 1,460.00 Reinforcing Steel $ 58,051.00 $ 44,009.00 $ 14,042.00 Roofing $ 89,640.00 $ 115,200.00 $ (25,560.00) Sprinkler System $ 172,480.00 $ 175,700.00 $ (3,220.00) Tape/Paint $ 321,347.00 $ 176,689.00 $ 144,658.00 Subtotal Savings $ 1,062,866.54 Transferred to Contingency $ (922,000.00) Total Savings 140,866.54 Long Term Care Facility Updated: October 6, 2014 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 922,000.00 27,!I�M !-ption Amount Expanded clearing limits Monitor fire/sMDke dampers iShip's ladder for mezzanine Upgracle windows to triple glazed Upgrade boilers from cast iron to firetube Intall new storm drain manhole Install patio drainage Install geotextile fabric under entire slab iVinyl siding savings If Upgrade interior and exterior door package Install sunroom doors MDF trim to cherry MUpgrade Window sill material upgrade11 lWood wainscot at head wallsit IAdd cherry trim to windowsfl =Addfloor cleanouts an■sinks d I Provide domestic water connection ra- MINIM IIIIII-W - 1 11.1 Provide ADA planter boxes Add cultured stone at columns EMMM= Add accent tile at resident restrooms Upgrade vinyl flooring Add hearth receptacle Power for monument sign Upgrade closet to adjustable shelving Check dams, topsoil, seed at road swale Gutters and downspouts11 Retaining wall T&M Code required structural details Modify breakroom for refrigerator so Code required ductwork modifications Long Term Care Facility 13SOMMEM= I Current Contingency $ 486,821.86 19.1milp Resident room casework upgrades to cherry wood Provide added G FCI receptacles for Arjo lifts lProvide separate circuit for PYXIS ff, Fj :Relocate lighting inverter and cable tray1 11 Add data and power for second PYXIS machine Relocate electrical panels at 2 -hr wall Provide hot water ciculation for washers Provide added smoke/fire dampers Provide duplex receptacle at Spa Room ------- ------------------------- Provide power for electronic trap primers(11 Cost for Davis Constructors to contract, purchase, and install $613,013 of FF&E, and manage subcontracts for Arjo P269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, not contingency savings. Revise access card reader locations, add doorbell at rear entry, and connect doorbells to nurse call system electrical panel shunt trip breaker Add unit heater at mechanical mezzanine Provide and install decorative signage --------------------------------- IVIV-4ell 7416MAUM- $ 5,924.00 -- Change horn/strobes to chime/strobes 13SOMMEM= I Current Contingency $ 486,821.86 19.1milp Kodiak Island Borough Long Term Care Facility Cost Proeasal rev 1 Additional,[ in , landscape, s r it Project KIB LTC Labor Job Expenses Job No.: 12-355 Laborer - ST 0 Man -Hours @ $ 55.95 $ Requested By: Kodiak Island Borough Laborer -OT 0 Man -Hours @ $ 61.32 $ - Laborer Foreman - ST 0 Man -Hours @ $ 58.01 $ - IBUDGET DESCRIPTIONLaborer Foreman - OT 0 Man -Hours @ $ 63.72 5 - Remove additional trees in the following Carpenter - ST 0 Man -Hours @ $ 64.30 $ - approximate locations: Carpenter- CIT 0 Man -Hours @ 5 71.01 $ - Carpenter Foreman - ST 0 Man -Hours @ $ 69.95 $ - - KEA easement line towards access driveway Carpenter Foreman - OT 0 Man -Hours @ $ 77.20 $ - behind building loading area adjacent to Lot SA -1 Labor Subtotal $ Activities will include clearing the tree area, stump Material Expenses disposal, rough grading, hydroseeding disturbed Material 1 0 unit ground (no topsoil Is Included), an allowance for Material 2 D unit planting (not to exceed $25,000' and 700 LF of Material 3 0 unit along the access drive. Below is a Material 4 0 unit $ - $ - ,guardrail breakdown of proposed costs: Material 5 0 unit $ $ - Material Subtotal $ - Clearing $86,000.00 OtherJob Expenses - Stump disposal fee Freight lbs $ $16,000.00 Small Tools 2.50% of labor $ - - Grading Material Handling 4.00% of labor $ - $18,000.00 Safety 1.25% of labor $ - -Seeding $ Equipment 1 5,000.00 Equipment 2 - Plants not to exceed price Mob/Demob $25,000.00 Design & Engineering - Guard rail 7001f Job Expenses Subtotal $ - Subtotal Dir - Self Performed $ This Proposal is based solely an usual mst elements such as labor, materLah, and normal mark-ups. and dons not indude any amount for changn In the sequence of work, delays disruptions Markup on Self Perfo c 15% $ - rescheduling, extended overhead, ac nal®ration and/or Impact Total Self Performed $ Tcosm he right Is expressly reserved to make claim for any and all B R Fish $ 18$'4 00 oft related Items of cast prior to final settlement of this contract Subcontractor Costs $ 188,400 Markuon Subcontractor. . .. . ....... ........... B ... . $ 15,072 Total Subcontractor Costs $ 203,472 Submitted by: Luke Blom efd Title: Construction Mana er Date: 6/3/2014 Total Self Performed $ - Respond By: 6/6/2014 Total Subcontractor Costs $ 203,472 Total Cost Proposal $ 203,472 Approved by: I Above prked are subject to change 4 not accepted within 10 days. Title: Date: Time ExtensionRequired: to August 31, 14 Luke Blomfield From: Steve DeHart [dehart@alaska.net] Sent: Tuesday, June 03, 2014 6:58 AM To: Luke Blomfield Subject: RE: Clearing Luke, 'This is what we came up with for a price. It will requfire that the trees remain ours to sell. Cleading $86,000.00 Sturnp disposal fee $16,000.00 Grading $18,000z0 Seeding $ 5,000"00 Plants not to exceed price $25,000.00 Guard rail 700f $38,400..00 Total $188,400.00 Steve From: Luke Blomfield Sent: Monday, June 02, 20141:01. PM To: Steve DeHart Cc: Darla Hall Subject: RE: Clearing lllmmf� Sent: Tuesday, May 27, 2014 2: 15 PM To: Luke Blomfield Subject: Clearing - IS - - WV imes. Disposal is getting tougher and everyone down the line has their hand out. Cteve F1 Kodiak Island Long Term Care Facility Cost Proeposal # 064 MEP . closeout W Projectfter Iwlllll Bor xpenses Job Requested By: Kodiak Island Borough Laborer - CIT 0 Man -Hours @ $ 61.32 Laborer Foreman l... Man-Hours1 BUDGET DESCRIPTION Laborer Foreman - OT 0 Man -Hours @ 63.72 $ Or'o,vide, i-cid-itio'n"a'l s-ervices to upgrade MEP Carpenter- ST :1 @ 64.30 ' based on Stan Thompsons requested Carpenter -, OT 20 Man-Hoursservices :7 71.011,420 modifications, Additional Information below&, Carpenter Foreman - ST 80 Man -Hours @ $ 69.95 S 5,596 Carpenter 1 1,544 :1 - Provide cooling in Nurses Office 103. Labor Subtotal $ 15,942 2,, Provide exhaust fan at mezzanine area. 3- Adding Mechanical Cooling to the HRVs. Material Expenses 4 � Relocate EF -3 for higher garage clearance. Framing/GW8 Patches 1 Isurn $ 1,500.0o $ I'SOD S-Anstalleme eng shut off switch to generator. Grace Ice and Water Shieh I lot $ 2,000.00 S 21000 air handlers., , ,:, 1 ,... $ Materialunit ! unit $ Material Subtotal $ 3,500 under the main contract. Other Job Expenses Freight lbs Small Tools 2.50% of labor S 398.56 Material Handling 4.00% o .. w ... Safety 1.25% of labor 199.28 Equipment I Equipment 2 Mob/Demob Design Job Expenses 5 Metal $ 1,236 1.4W�ups, Subtotal Direct Costs - Self Performed $ 20,678 ite"ri*ls, and no�rmwl mark-.. ,.. an�d any amount for char - L" i Markup on Self Performec 15% 3,102 a extended overhead, ., ,.r impact Ii r. ' Endeavor 10,185 of these related items of cost prior to final settlement of this oontracL GMI $ 140,319 Subcontractor Costs $ _10,504 Markup. ntractor. 8% $ ':1 Total Subcontractor Costs $ 162,S44 Submitted by- Luke alornfield Title: Construction Manaiter,,,, Date: 1 2014 r : Performed $ 23,779 Respond :10/7/2014 Total Subcontractor Costs S 162,544 . c'., .:.. >, Approved Date: , n.. Required. Summer2015 101 y�uamwrtrt�m — �. � 1111111 01/0000 .�, .... A 9 E NO EAU 0��*"`in E IIII IIII mmC 1"R III C .. Luke Blomfield Davis Constructors & Engineer Inc, Re: KLTC Requested Changes 7128,2014 Dear Sir: The cost for the requested changes are as follows: Generator dper override. $688.00 AHU-1 and 2 AC Units: $8,635.00 Mechanical Exhaust fan and Stat $652.00 Disconnect and Reconnect of -3 $210.00 Please feel free to contact me with any questions., Jesse Hale General Manager �,� INCORPORATED August 7, 2014 Revised September 19, 2014 .4;$W- -rrr-U-MMU% Luke, I have reviewed PDC Engineersletter concerning modification request and offer the following: that the fan can handle the additional static pressure that the coil is going to introduce and also need to confirm operating cfm of the HRV's during the cooling season. I've sized the coils based on 2500 cfm, possibility of "•coils,r an r r Davis will have some Incidental support work I.e. sheet rock repair, cutting of transfer air hole and other miscellaneous items. I I 7Ge"ne7rja1!Mechan;"ca1 INCORPORATED Fans to be controlled from temperature either through the DDC or stand-alone controls, similar to what Is installed at the hospital 02 room. New opening for fen shutter See standard excluslors below Adding Mechpajgljgali to the� Included: • Install a DX coil in the discharge ducts from each HV. This will require some reducting In the attic and the addition of condensate drains. • Engineering Exclusions: ® See standard exclusions below Other Items Included• • Reduce the length of EF -3 in the garage. Or raise the fan up so that vehicles can be parked in the garage. • New duct route xclusions• • Disoonnecting/reconnecting of power wiring and controls • See standard exclusions below Standard Exclusions: • Plumbing And Piping • Controls And Actuators • All Engineering • Seismic Engineering •Mechanical Insulation • Testing And Balancing • Power Wiring, Starters, VFD'S and Disconnects • Cutting, Patching And Painting • Cost Of and And Builder's Risk Insurance • Utilities, Temporary Heat • Any Items Not Specifically Included Above Please Budget Nurses office 103 ................. ........................................................................ $12,864.00 Please Budget Heat in the Attic ................. ............................................................ ...... ... _ $12,794.00 Please Budget Adding Mechanical Cooling to the HRVs ..................................................... $104,953.00 PleaseBudget Relo EF-3...................................................................................................... $ 9,708.00 Please call with any questions Thanks, Matt Peterkin KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 N19LL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2013-11 Change Order No. 22 Project Name, Number & Location Amount of Contract & Change Order Kodiak Long Term Care Center Design Original Contract S 15,414,346.00 495-535 452.150 09010.5 Previous Changes So Contractor This Change so Davis Constructors and Engineers Adjusted Contract S 15,414,346.00 Description of Change Cost Cost Proposal #064 - Provide soil and hydroseed at hillside on south side of S 0 property and rose bushes at north side access mad, including credit for previous landscaping plan - $20,081 Total cost to be deducted from GMP savings/contingency. Savings/contingency summary is attached. There is no increase to the GMP as a result of this change. The time provided for completion of the Accepted By: Contractor's ichanged) (IN increased) (U d 182 calendar days. This all vrovisions of the contract will annly thereto. Date t Recommended: Mrt ��� Date L d Engineering/Faciliti r / �� °� Director i s Approved By: Owk r Date ` = l Manager as sdon s Clerk s Po not =edicts SM0,000} Per Borough Code 3.30.100, f the ch up to f ive percent (5%) and not exceeding two hundred thousand dollars (x200,000), it will require approval of the mayor and deputy presiding ofjw-icer; if it exceeds 5% or $200,000, it will require the approval of the Assembly. Please attach Assembly newsletter indicating approval, Revised by FISEC 04/23/14 Long Term Care Facility Mn.v-n= I GMP Savings Description Original Budget Subcontractor Buyout Acoustic Ceiling #.ToMIJ Asphalt Paving MI 11 -TO in CeramicTile ILIA Clearing & Grubbi-ng ............ Llilillr.iwi7Toirs Mis IIXIIII Commercial Kitchen 91111111111111 M.: w MI, iConcrete Curb and Gutter Concrete Finishing Concrete Pumping 'Concrete Sidewalks E lectrica I System Final Cleanup a# WA= flooring ----------------------------- Landscaping Mechanical System Monument Sign Overhead Door U-1114113 Pavement Striping MIIIIIIIIEIIITONJ 4.1 M Reinforcing Steel -- ---------- ------------- EBOM Roofing - - -- -------------------------- I if iSprinkler System F.W71411141 Tape/Paint EM Subtotal Savings $ 1,062,866.5 Transferred toContingency $ (1,022,000.0 1 Total Savings $ 40,866.514 Long Term Care Facility Updated: May 18, 2015 Construction Contingency Original Contingency $ 75,000.00 Transferred from Savings $ 1,022,000.00 T-11 rwq 1M17"I- CO # Description Amount Expandedclearing limits �RJIENMD# lzmf ShIp's ladder for mezzanine Im KNUTA W Upgrade windows to triple glazed Upgrade boilers from cast iron to firetube Intall new storm drain manhole 1 nsta 11 patio drainage Install geotextile fabric under entire slab Vinyl siding savings --- - --- ---------------------------- 11 Lu Install sunroom doors Upgrade IVIDF trim to cherry dow sill material upgrade -wainscot Wood at head walls Add cherry trim to windows ENMESH= Add floor cleanouts and sinks Provide domestic water connection11 Provide ADA planter boxes MI I Add cultured stone at columns ----- --- ----------------- Add accent tile at resident restrooms Upgrade vinyl flooring Add hearth receptacle Power for monument sign iff =..r;v M�Check dams, topsoil, seed at road swale'11 11 iGutters and downspouts — - iining wall T&M required structural details ICode Modify b`-. .ofor refrigerator 11 Code required ductwork modifications PIPPMRINNT.r. M. Long Term Care Facility pill 111; � AW I 231111M�M ---------------------- Current Contingency $ 38,I55.86 079�' Provide separate circuit for PYXIS Fro F rim Relocate lighting inverter and cable tray ------------------------------------- Add data and power for second PYXIS machine Relocate electrical pan els at 2 -hr wall ---------- Provide hot water ciculation for washers Provide added smoke/fire dampers Provide duplex receptacle at Spa Room Cost for Davis Constructors to contract, purchase, and install $613,013 of FF&E, and manage subcontracts for Arjo ($269,112) and Automated Laundy ($5,248). Total change is $102,235. This will be deducted from the FF&E budget line, not contingency savings. P - ---- -------------------------- $ (4,444.00) Revise access card reader locations, add doorbell at rear --------------------------------------------------- $ (17,548.00) --------------------------------------------- � - # electrical panel shunt trip breaker Add unit heater at mechanical mezzanine Provide and install decorative signage -------------------------- ModifV power to cooler, walk-in freezer, residential kitchen oven and warming drawer �=Change horn/strobes to chime/strobes Additional clearing, grubbing, landscaping, and installation of $ (203,472.00) guardrail along access road Revisions to mechcnical systems 11 231111M�M ---------------------- Current Contingency $ 38,I55.86 079�' Unitemp Mechanical Insulation, LLC P.O. BOX 9038, Kodiak AK 99615 907-942-0331 cpiftM&m1constructlon.org www.umicanstruction.org May 12, 2015 PROJECT: Landscaping of LTC hillside • Planting of rose bushes as per drawing • Knocking down of any high spots before hydroseeding is applied • Intallation. of Verfl biotic black earth applied at a rate of 351 s per acre with hydroseeder • Installation of Pormatrix Fiber matrix (BFM) at a rate of 3500lbs per acre with hydroseeder • Grass seed blend as specified • Fertilizer will be included in the mix as well as another application applied 30 days after initial hydroseeding. This will be key in obtaining a beautiful end product. • Watering if necessary until 4" tall. Material & Shipping Labor/equipment Rose Bushes & Freight Additional watering (until established)/fertilizer x I P&O