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