Loading...
91-42 Agreement For Professional Services With Kumin AssociatesKODIAK ISLAND BOROUGH AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES Amendment No. 001** Agreement No. C91-42 Project No. KIB-410-447 THE AGREEMENT BETWEEN THE KODIAK ISLAND BOROUGH HEREAFTER THE CONTRACTING AGENCY, AND KUMIN ASSOCIATES, INC. HEREAFTER THE CONTRACTOR, IS HEREBY AMENDED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. CHANGES TO CONDITIONS OR SERVICES: As according to Article A8 of the original contract dated October 4, 1991 this amends the original agreement. For structural engineering analysis of roof joists and beams impacted by dry rot and for a compensating design for mitigation of any joist or beam deteriation. THE FOLLOWING ATTACHEMENTS TO THIS AMENDMENT ARE INCORPORATED HEREIN: Attachment No. Title Date No. of Pages 3 Rumin Associates Letter RE: Main Elementary Roof AMENDMENT **TO SUBAGREEMENT DATED 2-14-92 PAGE 1 of Z CHANGES TO COMPENSATION: Current Amount(s) Method(s) of Payment Thru Amendment # Reimbursable Services$ 40,524.00 Basic Services 14,580.00 Amount(s) for This Amendment $ 0.00 2,550.00 Revised Amount(s) $ 40,524.00 17,130.00 TOTALS $ 55,104.00 $2,550.00 $ 57,654.00 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED Fifty-seven thousand six hundred fifty-four Dollars ($ 57,654.0• Dollars and 00/100 ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT. (SIGNATURES MUST BE AFFIXED IN ACCORDANCE WITH CONTRACTING AGNECY PROCEDURES.) CONTRACTOR: SIGNATURE: NAME: TITLE: CONTRACTING AGENCY: KUMIN SIGN9LURE: NAME: JERW M. SELBY EIATIt TliL.F: KODrAK ISLAND BOROUGH MAYOR SIGNATURE: O / NAME: STEVE HOIBCIOOD DATE TITLE: DIRECTOR, ENGINEERING/FACILITIES SIGNATURE: NAME: DONNA F. SMITH DATE TITLE: KODIAK ISLAND BOROUGH CLERK AMENDMENT CORPORATE SEAL PAGE 2 of i � f AGREEMENT FOR PROFESSIONAL SERVICES Agreement No. C 9/- ot/7- Date: Z-Iq-92 THIS AGREEMENT BETWEEN THE KODIAK ISLAND BOROUGH, HEREAFTER THE CONTRACTING AGENCY, AND KUMIN ASSOCIATES, INC., ARCHITECTS 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: Jonathan P. 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: IRS Employer Identification Number: CONTRACTING AGENCY'S PROJECT MANAGER: Ray Camardella Engineering/Facilities Director MAILING ADDRESS: 710 Mill Bay Road Kodiak, AK 99615-6398 KODIAK ISLAND BOROUGH ASSEMBLY AWARDED CONTRACT C91-042 (Amendment) 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: Main Elementary Roof Repair PROJECT LOCATION: Kodiak, Alaska ARTICLE 1 SUMMARY OF SERVICES 1.1 PROVIDES ARCHITECTURAL SERVICES FOR THE ABOVE PROJECT SET FORTH IN APPENDIX A TO THE AGREEMENT. SEE OCTOBER 4, 1991 AGREEMENT BETWEEN KODIAK ISLAND BOROUGH, CTA ARCHITECTS/ENGINEERS, INC. AND KUMIN ASSOCIATES INC. - OPTIONAL SERVICES B2.4 THROUGH B2.4.4; B2.5 THROUGH B2.5.5. J 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: Fifty -Five Thousand one hundred four and 00/100 DOLLARS (S 55,104.00) 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 SCOPE OF WORK, APPENDIX D, AND SUCH TIME SCHEDULES INCLUDED THEREIN OR IN OTHER APPENDICES. 3.2 THE CONTRACTOR AGREES THAT IT SHALL NOT BE COMPENSATED FOR ANY COSTS INCURRED PRIOR TO THE RECEIPT OF NOTICES) TO PROCEED. 3.3 THE PERIOD OF PERFORMANCE UNDER THIS AGREEMENT SHALL END; AT THE TERMINATION OF THE CONSTRUCTION OF THESE PROJECTS. ARTICLE 4 4.1 THE CONTRACTOR SHALL PERFORM ALL SERVICES REQUIRED UNDER THIS AGREEMENT EXCEPT AS MAY BE PERFORMED BY THE 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 Not Applicable 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: LIMITS OF LIABILITY TYPE OF INSURANCE EACH OCCURRENCE AGGREGATE (STATUTORY) (STATUTORY) WORKER'S COMPENSATION (FOR STATES IN WHICH EMPLOYEES ARE ENGAGED) $ 1,000,000 $ 1,000,000 EMPLOYER'S GENERAL LIABILITY $ 1,000,000 $ 11000,000 COMPREHENSIVE GENERAL LIABILITY $ 11000,000 COMPREHENSIVE AUTOMOBILE LIABILITY $ 1,000,000 PROFESSIONAL LIABILITY $ 11000,000 $ 1,000,000 ARTICLE 6 APPENDICES 6.1 THE FOLLOWING APPENDICES ARE ATTACHED TO THIS AGREEMENT AND INCORPORATED HEREIN: APPENDIX TITLE DATE NO. PAGES A* General Conditions for 13 Professional Services B* Standard Statement of 14 Services for Architectural and Engineering Design C Basis of Compensation 2 D Scope of Work 1 * SEE 10/4/91 AGREEMENT BETWEEN KODIAK ISLAND BOROUGH, CTA ARCHITECTS/ENGINEERS AND KUMIN ASSOCIATES, INC. IN WITNESS WHEREOF, the parties have executed this Agreement. (Signatures must be affixed in accordance with contracting agency procedures.) CORPORATE SEAL t Signature: bVVVA-,Ll- Name: JThanTiP. tle: - CONTRACTING AGENCY Signature: 2 Name: Jere M. Selby QS D to Title: Kod ak Island Borough Mayor Signature: . / fl -Q,7 Name: Ray Camardella Date Title: Engineering/Facilities Director ATTEST: Signature: ` �'nt}- �,<17i. Off -/y ya Name: Donna Smith Title: Kodiak Island Borough Clerk APPENDIX C 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. BASIC SERVICES BIDDING SERVICES $ 4,260.00 CONSTRUCTION SERVICES $ 6,460.00 RECORD DRAWINGS $ 2,260.00 INSPECTION SERVICES 5 1.600.00 (2 SITE VISITS) TOTAL $14,580.00 REIMBURSABLE SERVICES (NOT TO EXCEED) BIDDING SERVICES $ 1,449.00 CONSTRUCTION SERVICES $ 675.00 INSPECTION SERVICES $ 2,100.00 (2 SITE VISITS) INSPECTION SERVICES $36,300.00 (11 WEEKS FULL TIME AT $3,000/WK X 1.1) TOTAL $40,524 APPENDIX D SCOPE OF WORK DATE: February 12, 1992 THIS PROJECT CONSISTS OF COMPLETE REMOVAL AND RECONSTRUCTION OF MAIN ELEMENTARY ROOF IN ACCORDANCE WITH KUMIN ASSOCIATES, INC. DRAWINGS AND SPECIFICATIONS TITLED MAIN ELEMENTARY ROOF REPAIR, KIB 410 - 447 DATED FEBRUARY 3, 1992. THIS PROJECT MUST BE CONSTRUCTED BETWEEN JUNE 6 AND AUGUST 20 OF 1992. �j C4112 KODIAK ISLAND BOROUGH ,1 z L _ 91 AMENDMENT _ t l TO AMENDMENT NO. 0 0 1 - - AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT NO. C91-42 PROJECT NoKIB-410-447 THE AGREEMENT BETWEEN THE Kodiak Island Borough & CTA Architects Engineers, Inc. g HEREAFTER THE CONTRACTING AGENCY, AND Kumin Associates, Inc. , HEREAFTER THE CONTRACTOR, IS HEREBY AME14DED AND EFFECTIVE THE LAST DATE EXECUTED BY ITS PARTIES. CHANGES TO CONDITIONS OR SERVICES: Analyze roof dry -rot and provide report per attached Kumin Associates, Inc. correspondence dated September 27, 1991 THE FOLLOWING ATTACHMENTS TO THIS AMENOREIlT ARE INCORPORATED HEREIN: ATTCM":ENi f10. TITLE DATE n Associates letter 9-27-91 Main Elementary Roof Repair July 1, 1980 NO. PAGES 1 CHANGES TO COMPENSATION: METHOD(S) OF PAYMENT Basic Services Reimbursable Services CURRENT AMOUNT(S) THRU AMENDMENT S 25,830.00 2,750.00 AMOUNT(S) FOR THIS AMENDMENT S 2,715.00 15.00 REVISED AMOUNT(S) $28,545.00 2,765.00 TOTALS $ 28,580 $ 2,730.00 $ 31,310.00 MAXIMUM AMOUNT PAYABLE TO THE CONTRACTOR FOR ALL SERVICES PERFORMED UNDER THE AGREEMENT, REVISED TO INCLUDE THIS AMENDMENT, SHALL NOT EXCEED Thirty-one thousand three hundred ten and 00/100 DOLLARS ($31,310.00 ) ALL OTHER PROVISIONS OF THE ORIGINAL AGREEMENT REMAIN IN FORCE. IN WITNESS WHEREOF, THE PARTIES RAVE EXECUTED THIS AMENDMENT. (SIGNATURES MST BE AFFIXED IN ACCORDA14CE WITH CONTRACTING AGENCY PROCEDURES.) CONTRACTOR: CORPORATE SEAL i SIGNATURE: ,(� TYPED NAME: JO at qn u lri DATE: TITLE: TYPED NAME: TITLE: CONTRACTING AGENCY: CERTIFYING OFFICER'S SIGNATURE:_ TYPED NAME: Jerome M. $ TITLE: Borough Mayor CERTIFYING OFFICER'S SIGNATURE: TYPED NAME: James P. Wagner TITLE: CTA Architects/En neers, Inc. DATE: DATE: 1 1 September 27, 1991 Ray Camardella Kodiak. Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6340 Re: Main Elementary Roof Repair Dear Ray, [�URdua M P@OOg) Q3O OOH@. architects & planners 3000 "A" street, suite 202 • anchorage, alaska 99503 telephone (907) 563-8877 As requested we have obtained a proposal from a consultant, Chemtrack International, Inc., to analyze the roof dry -rot in the roof. A description of what they propose is enclosed in their letter of September 26, 1991. We are allowing for samples to be taken from three different locations in the roof.. We will need three to four weeks from samples shipped to obtaining results. Our fee is as follows: 1. Consultant testing and.evaluation 1,650.00 X 1.1 = 1,815.00 2. Kumin co-ordination 12 hrs X 75.00 900.00 3. Reimbursibles DHL = 15.00 Total 2,730.00 If you have any questions please call. Sincerely, Thomas Hettich TH/rmu enclosure Agreement No.e-I?/- Date:—October /_Date;October 4, 1991 This Agreement between the Kodiak Island Borough and CTA Architects/Engineers, Inc., jointly referred to as the "contracting agency," andf , architects and planners, hereafter the contractor, oecatte 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: Jonathan P. Kumin Project manager may be changed only upon written consent from the contracting agency. Mailing Address: 3000 A Street, Ste. 202 Anchorage AK 99503 Contractor: Incorporated in the State of Alaska Alaska Business License Number: IRS Employer Identification Number: Contracting Agen^•''s Project Manager: Engineering/Facilities Director Mailing Address: 710 Mill Bay Road Kodiak, Alaska 99615 Kodiak Island Borough Assembly awarded contract authorizing the contracting agency to enter into this agreement. contracting Officer: James P. Wagner Appeals Officer for this Agreement: James P. Wagner Contracting Agency's Project Manager: Ray Camardella Project Title: Repair Main Elementary School Roof, Kodiak, Alaska Project Location: Kodiak Alaska 1.1 Provides architectural services for the above project set forth in Appendix A to the Agreement. :M M to# 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: Twenty- ioht rhn„aanti_ five hundred and P;q�yr r. 00/t0®ollars ($28,580.00 )- M k U71. • a 9Jam' • :.: , �}" 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 scope of work, Appendix D, and such time schedules included therein or in other appendices. 3.2 The contractor agrees that it shall not be compensated for any costs incurred prior to the receipt of notices) to proceed. 3.3 The period of performance under this Agreement shall and: at the termination of the construction of these projects. Y�1= •� s►�4" : Yip ' 4.1 The contractor shall perform all services required under this agreement except as may be performed by the 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 5.1 In accordance with the provisions contained in Appendix A, the following minimum limits of insurance coverage required by this Agreement: Worker's compensation (for states in which employees are engaged) Employer's General Liability Comprehensive General Liability Comprehensive Automobile Liability Professional Liability $ 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 $ 1,000,000 1,000,000 1,000,000 6.1 The following appendices are attached to this Agreement and incorporated herein: A General Conditions for Professional Services B Standard Statement of Services for C Basis of Compensation D Scope of Work 13 14 2 1 In witness whereof, the parties have executed this Agreement. (Signatures must be affixed in accordance with contracting agency procedures.) CONTRACTOR: �OPMRnTE SEAL � � f� I � _ / �_ . I Signature: _ Name: Jonath� Title: Signature: _ Name: Jerome M Title: Kod, signature Name: Ray Camardella Title: Engineering/Facilities Director P. Kumin Island Borough Mayor 3 Signature: Name: Donna -,Smith ate Title: Kodiak Island Borough Clerk / Signature: Name: ate Title. CVA Architects/Engineers, Inc. 4 Date: October 4, 1991 APPENDIX A GENERAL CONDITIONS FOR PROFESSIONAL SERVICES bi�L71 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 AS 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 DEFINITIONS A1.1 CONTRACTOR — The firm (meaning a person or any business combination) providing services. Al.2 SUBCONTRACTOR — Contractor engaged through a subcontract with the firm which is a party to this Agreement. Al.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. Al.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. Al.5 CONTRACTING AGENCY'S 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. Al.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. Al.7 APPEALS OFFICER — The individual specifically designated within the Agreement, or a duly appointed successor, whose decisions constitute the exhaustion of contractual 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. Al.9 BASIC SERVICES — The identified work elements set forth in this agreement for which the contractor will receive prime compensation. Al. 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. Al. 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 provision of this Agreement. A1.13 AMENDMENT — A written change to this Agreement such as an amendment to provide for extra services. Al. 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. 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 contractor without charge. 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 date, interpretations, and recommendations to the contractor. The contractor shall review and 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 nonrepresentative and negates any of 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 anv nature nr 1cinA_ inclnAinn 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. 7 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 or cancellation, nonrenewal or material alteration of such insurance. Failure to furnish satisfactory evidence or 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 purchase and maintain professional liability insurance coverage with limits not less th.n 4h=t cnorifinrl in ➢rtinlc 9 fnr tho fillrntinn of thi= Agreement plus one year following the date.of final payment. Failure to comply with the latter provision may preclude other agreements between the contractor and the contracting agency. Such coverage shall provide for all negligent errors or omissions which the contractor, employees or subcontractors may make which produce loss or 1.3 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. 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. Are.'-' T_he contractor shall send to each labor union or representative of workers with which the contractor nas a collective bargaining agreement or other contract or understanding a notice advising the labor union or workers, representative of the contractor's commitments under this Article and post copies of the 9 notice in conspicuous places available to all employees and &pplicants 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. 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. R& 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. 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 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 instructions 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. 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 account 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 11 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 payments 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 sery ices 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 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. piRTiCLE All TERMINATION OR SUSPENSION All -1 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 .jua nremnt written notice thereof to the contractor. Should the �--_ - contractor's services remain in nonconformance to this Agreeme...., the percentage of total compensation attributable to the nonconformance item(s) may be withheld. 12 All.2 The contracting agency at any time may terminate (convenience 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. All.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. 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. 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. 13 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. COVENANT AGAINST CONTINGENT FEES A15.1 The contractor shall comply with the Copeland "Antikickback" Act (18 U.S.C. 874) as supplemented infederal Department of Labor regulations (29 C.F.R., Par 3), 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. PREDOMINANCE OF DOCUMENTS A16.1 If a request for proposal (RFP) and/or a proposal are appended to this Agreement, the Agreement +shhall stand and prevail over the proposal and the proposal ENDORSEMENT ON DOCUMENTS 14 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). 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 desion drawings or svecifications 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. 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. 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, 15 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 preparation of the claim. The contractor agrees that unless these written notices are provided, 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 of 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 officers' decision including specific provisions of this Agreement which the contractor intends to rely upon on 16 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. EXTENT OF A21.1 This Agreement including appendices represents the entire and integrated agreement between the contracting agency and 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 made 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. TAXES is A22. As a caalllfederal performance localhtaxesreement, the incuurred by contractor shall pay the contractor and shall require their payment by any subcontractor in the performance of this Agreement. 17 ARTICLE A23 GOVERNING LAWS A23.1 This Agreement is governed by the of Alaska and such federal and local laws and applicable to the work performed in effect at contract. ARTICLE-UA ADDITIONAL PROVISIONS 18 laws of the state ordinances as are the date of this APPENDIX B STANDARD STATEMENT OF SERVICES FOR ARCHITECTURAL AND ENGINEERING DESIGN Date: October 4, 1991 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 gid Documents prepared by the Architect/Engineer must consist of a basic bid with an estimated cost equal to approximately 90% of the budgeted construction funds and two or more additive alternate bids. The alternate bids must be developed in coordination with the Contracting Agency to enable contract(s) award of the basic bid and alternates with total AE009 - Standard Statement of Services Pepe 1 of 16 estimated costs in the amount of approximately 903, 1003 or 1108 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 schematic design 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 schematic design 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: ___tor ► on schedule, and why; unresolved design, Subcontractors balsa �avw 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 B1.6 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. 81.6.8 Con*ranting 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 AEOOS • Standard Statement of Ssrvices 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 the 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 of 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. The 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) days of receipt of such documents. 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 thereof shall :__ ems........ t the LrrrhiteCt, be given by the Contracting nya=+•-i A E00S - Standard Statement of Services Page 4 of 16 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 Fire Marshal 3. 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 - Stenderd Statement of Services Page 5 of 1S 1. Uniform Building Code, dated 1991 2. National Mechanical Code, dated 1991 3. National Plumbing Code, dated 1991 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. AEOOS - Standard Statement of Services Pepe 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 diagrams 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: Department of Education Division of Educational Facilities B2.3 Construction Document Services shall consist of the preparation, from the approved schematic design 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. 2. 3. 4. 5. 6. 7. a. AEOOS - Standard Steternent of Services Pepe 8 of 16 Department of Education Division of Educational Facilities ---+ s Public Fire Marshal approval from Department of Safetv Kodiak Island Borough (3 copies) Kodiak Island Borough School District - (2 copies) International Conference of Building Officials ICBO 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 Senfcn Pepe 9 of 10 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 Pepe 10 of Is OPTIONAL SERVICES B3.0 The Architect shall provide 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, dECreane 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, AE009 - Standard Statement of Services Pepe 11 of 18 B3.1.3.2 Terminate this agreement for the Contracting Agency's convenience in accordance with the termination or suspension article in Appendix A. 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 pnercv 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 pl-esentations 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 Architect from ethetContracof tingeAgency'�sahall project manager. obtained by the B3.4 Provide detailed est+mates 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 schematic design, 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 AE009 • standard Statement of Services Pepe 12 of 16 shall be separately identified at current market rates including a reasonable allowance for overhead and profit. B3.5 Prepare necessary drawings and/or specifications for any ghance Orders to describe work to be added, deleted or modified because of a chance in scope; 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 myiar 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 oyeratinc manuals in a format approved by the Contracting Agency. B3.10 Provide a*>.rr ttp 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 =-^•- 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 AE009 - Standard Saternent of Services Pape 13 of 16 failures of materials, items or equipment exist. The findings of this inspection will be incorporated into a report and 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. AE009 - Standard Statement of Services Peps 14 of IS B3.15 The Architect shall submit to the Contracting Agency copies of all engineering calculations which establish the size, shape, dimensions and capacity of the work involved and energy calculations in a format approved by the Contracting Agency. B3.16 Pre design and enarM 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, heat pumps, 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. 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, p Po sed 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 "BEDS". AE009 - Standard Statement of Serviees Paps 15 of 16 B4.02 If the data necessary to calculate the "SMSA" according to "BEPS" 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. B4.1 Delete paragraphs: B1.3.3; B2.1.1; B2.2 through B2.2.3.1; B2.3.1.1; B2.3.1.4; B2.3.1.5; B4.0 through B4.0.3. B4.2 The following paragraphs are optional services and are not included in the Basic Design Contract: B2.4 through B2.4.4; B2.5 through B2.5.5. APPENDIX C BASIS OF COMPENSATION Date: October 4, 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 LZAT� Architectural Services: Principal 95.00 Senior Architect 85.00 Architect 70.00 Interior & Landscape Architect NA Senior Draftsman 60.00 Administrative Assistant 40.00 Surveyor: NA Principal NA Drafting NA 3 man Survey Party NA 2 man Survey Party NA Clerical Civil Soils Engineer: NA Principal Engineer NA NA Technician NA Clerical Mechanical and Electrical Engineers: NA Principal Engineer NA Senior Engineer NA Staff Engineer NA Technician NA NA Clerical Structural Engineer: Principal Engineer 105.00 Project Engineer 100.00 Senior Technician 66.00 Technician 57.00 Stenographer 45.00 Cost Estimator: Principal 67.50 Senior Estimator 65.00 Estimator 55.00 Technician Secretary 35.00 Computer Time 47.50 AE010 . Basis of Compensation Peps i of 2 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 3 of the total fee for the project is due and payable. Schematic Design Alternatives Construction Documents Cost Estimate (NOT TO EXCEED) Schematic Design Construction Documents TOTAL REIMBURSABLES AE010 • Basis of Cortpanaation Papa 2 of 2 $ 9,300 15,210 1,320 $25,830 $ 2,190 560 $ 2,750 APVZNDI2 D Date: October 4, 1991 SCOPE OF WORK The project consists of the Main Elementary Roof Repair Project as described in the Kodiak Island Borough Request for Proposal (RFP) for Architectural/Engineering Services dated August 14, 1990, & Kumin Associates, Inc. proposal dated September 3, 1991 Appended hereto. 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 The project schedule in the RFP is revised as follows: A & E Contract Award - October 3, 1991 A & E Notice to Proceed - October 7, 1991 Schematic Alternatives Review - October 28, 1991 Construction Documents Complete - December 30,1991 Advertise for Bids - February 1, 1992 Award Construction Contract - March 20, 1992 Start Construction - June 6, 1992 ��nmrl cfc Onng+riini_i nn - August 20, 1992 AE011 - Seope of Work Page 1 of 1 KODIAK ISLAND BOROUGH AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES Amendment No. Agreement No. Project No. The agreement between the hereafter the Contracting Agency, and , hereafter the Contractor, is hereby amended and effective the last day executed by its parties. Changes to Conditions or Services: The following attachments to this amendment are incorporated herein: INEEME-r-71FT4FT=- AE012 - Amendment to Agreement Pepe 1 of 2 Changes to Compensation: Current Amount(s) Amount(s) for Revised Method(s) of Payment Thru Amendment ¥ This Amendment Amount(s) S S $ Totals $ $ $ 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, the parties have executed this amendment. (Signatures must be affixed in accordance with Contracting Agency procedures.) CORPORATE SEAL Signature: Name: Date Title: a Z aV Z Signature: Name: Jerome M. Selby Date Title: Kodiak Island Borough Mayor Signature: Name: Ray Camardella Date Title: Engineering/Facilities Director ATTEST: Signature: Name: Gaye J Vaughan Date Title: Kodiak Island Borough Clerk AE012 - Amendment to Agreement Page 2 of 2 architects & planners September 3, 1991 Ray Camardella Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6340 Re: Main Elementary Roof Dear Ray: architects & planners 3000 "A" street, suite 202 • anchorage, alaska 99503 telephone (907) 563-8877 Thank you for selecting our firm to submit the enclosed proposal regarding the proposed repair of the Main Elementary roof. Having read the complete EEIS report and gained a better understanding of the situation, we have assembled a team to cover the various disciplines. Our sub -consultants include Clai Porter of NCP Construction / NCP Architects and Bill Smith of Tryck Nyman Hayes. ' Clai Porter, as can be seen from his attached resume, has done a tremendous amount of work repairing roofs damaged by condensation and rot. He is unique in being both a registered architect and a general contractor, and as such does a great deal of design/build work. Clai will have primary responsibility for the field oriented tasks and the cost �:- estimating. He will also participate in establishing the overall design direction. Bill Smith will provide necessary structural engineering. He led TNH's effort on the rot repair at Old Harbor School and has worked with Kumin Associates on many roof designs. Kumin Associates will be the prime consultant, project manager and prepare the necessary plans and specifications. A list of our experience on similar type projects is attached, along with other specific material as requested by your RFP document. If you have any questions, please call. We look forward to meeting with you on the 11th. Sincerely,\�J Jonathan P. Kumin, AIA TABLE OF CONTENTS COVER LETTER TABLE OF CONTENTS STATEMENT OF EXPERIENCE RESUMES REFERENCES MANAGEMENT STRUCTURE AND APPROACH TO THIS PROJECT MINORITY BUSINESS STATUS AND EEO STATEMENT FEE STATEMENT KU1VIIN ASSOCIATES, INC ARCHITECTS AND PLANNERS MAIN ELEMENTARY ROOF REPAIR STATEMENT OF EXPERIENCE ADAK Yakutat Hangar roof replacement AMID Hangar roof replacement VP Hangar roof replacement These three projects included removal of existing substandard materials and replacing with over 100,000 S.F. of new metal roofing. ALEKNAGIK Aleknagik School Gym Replacement, New Roof and Structural repair $1,800,000.00 After this flat roofed school collapsed under snow load, we redesigned it to incorporate a pitched metal roof. ANCHORAGE Chugach View Apartments roof replacement - This included 40,000 S.F. of new metal roof at a cost of $375,000.00. Chugach Manor Roof Repairs - miscellaneous valley flashing repairs Pioneer Home roof replacement - This $250,000 project replaced a badly corroding metal roof. Other miscellaneous Anchorage roof projects include: School District Administration Building re -roof YMCA roof replacement Alaska Air National Guard wind damage report and roof replacement Kuskokwim Corp. Office Building Re -roof Willow Park Re -roof - 10 apartment buildings owned by ASHA received new asphalt shingle roofs Alpine Meadows Roof Consultation - We analyzed the problems in a complex of apartment building roofs (with non -ventilated fiberglas batt) and provided expert witness services. ANIAK New trussed roof structure and metal roofing over existing flat roofs at the elementary school and regional voc. ed. center ANVIK Anvik School roof repair - helped fix a leaky metal roof. CORDOVA Sunset View Senior Housing Re -roof - replaced the failed metal roof. DILLINGHAM S.W. Regional School District Roof Replacements - Misc. projects at several sites - (Current Work) GRAYLING Grayling School Roof Repair - This involved assisting the school district with repair of a school with non -ventilated fiberglas batt roof insulation and consequent moisture build-up. This situation is currently under litigation; the design architect has left the state. HOLY CROSS Roof replacement - Replaced 8,500 S.F. of failed Zip -Rib metal roof. KETCHIKAN Houghtaling Elementary School re -roof - This $486,020 project replaced a failed dead flat built-up roof. Ketchikan Catholic Church Roof Review - Reviewed the design of a church with non -ventilated fiberglas batt and consequent moisture build-up, June 1991. KING COVE King Cove Roof Repair - This 21,000 S.F. re -roof cost $330,000 and involved covering a failed sprayed -on urethane coating. It was completed in June, 1991. KODIAK East Elementary School - This 24,000 S.F. roof replacement involved replacing a flat built-up roof with a new single ply membrane over sloped rigid insulation. Hangar I energy retrofit and re -roof - This $2,375,000 project included a new roof plus other energy up -grades. Pacific Terrace Housing Upgrade - This $362,115 project included new roofs on the apartment buildings. Kodiak Island Borough - Ouzinlde School Roof - The design work is essentially complete for the replacement of this failing built-up membrane. ARCHITECTS& PLANNERS NCP ARCHITECTS AND PLANNERS NCP CONSTRUCTION LTD. -DESIGN BUILD ANCHORAGE: 1990-1991 Residential Roof Repairs: Todd Dent Earls Hosterman Leake Paul Norsworthy $20,000.00 23,000.00 15,000.00 18,000.00 7,000.00 3,000.00 15,000.00 Commercial Roof Repairs: West Bluff Condo. $250,000.00 Town Chalet Condo. 25,000.00 720 M Street 65,000.00 Clarion Hotel 30,000.00 Consultants: Rain Proof Roofing Anchorage School District Design: SBS Kodiak I N. CLAIBORNE PORTER, Jr., A.I.A.,A.I.C.P., C.S.I. • 118 E. INTERNATIONAL AIRPORT RD. • ANCHORAGE, ALASKA 99502 • (90]) 5622283 TRYCK NYMAN HAYES, INC. STATEMENT OF EXPERIENCE Project: Code Upgrades, Project Management, Construction Location: Administration Anchorage, Alaska Owner: Anchorage School District Contact: Mr. Greg Branch, (907) 348-5121 Project Description: This project required inspections of 86 Anchorage School District Facilities for code upgrades. All priority code violations were recorded and categorized and the facility name, discrepancy, building code reference, remediation cost estimate and priority classification were listed and entered into a computerized data management system to allow selection of the highest priority requirements for remediation. From these investigations, twenty schools were selected for life safety, heating system, energy management and asbestos abatement remediation. Twenty individual architects were selected to complete the completion of the bidding document , based upon preliminary plans prepared by the TNH team. TNH then managed the construction program and designed the structural improvements required for the four largest schools. The program required bidding and managing a 20 million dollar program that included administration of twenty separate construction and materials procurement contracts and 20 subcontracts with A/E firms. Project: Crystal Lake Hatchery Reroof Location: Juneau, Alaska Owner: AK Department of Fish & Game, F.R.E.D. Division 333 Contact: Mr. Bruce McCurtain, (907) 267-2237 Project Description: This project involved constructing a new roof framing system, consisting of pitched wood roof trusses over the existing flat roof. The new roof would present a different profile, for less roof maintenance and longevity of the building. A structural analvsis was required to analyze the effects of the new gravity load and lateral load on the existing walls and foundation. It was found that additional design and construction details were required to rein- force the existing stud walls and accommodate the new roof load. Project: Dillingham High School Roof Repair Location: Dillingham, Alaska Owner/Prime: Valley Adjusters Contact: Mr. Don Graham, (907) 694-9071 Project Description: Tryck Nyman Hayes, luc- was retained by Valley Adjusters to investigate and report on the collapse of the roof over a portion of the Dillingham High School due to snow load. The investigation included a site visit and an in-depth technical analysis of the effect of the snow load on the roof structural elements. The report contained the results of the investigation and the conceptual design and cost of four repair alternatives. Project: Location: Naknek School Reroof Owner: Naknek, Alaska Bristol Bay Borough Contact: Mr. Scott Janke, (907) 246-8223 Project Description: This project consisted of constructing a new roof over the existing flat roof which was leaking and required a high degree of mainte- nance. The new roof was constructed using pitched wood trusses spanning between the outside walls. An analysis of the existing building was required to verify the capacity for the new gravity and lateral loads. The mechanical room near the roof also required re- model and the ducts and roof vents extended through the new roof. Project: Wrangell Community Center Roof Replacement Location: Wrangell, Alaska Owner: City of Wrangell Contact: Mr. Jim Pung, (907) 874-3494 Project Description: This project consisted of alteration of the roof framing to accommodate a new slope to the existing roof of a building containing a gymnasium and office spaces. Existing bearing walls and new glulam beams were utilized to support the newly configurated roof framing system consisting of a combination of wood trusses and pony walls on the existing roof. Project: Skagway City School Roof Replacement Location: Skagway, Alaska Owner: City of Skagway Contact: Mr. Thomas Healey, (907) 983-2297 Project Description: This project involved an analysis of the roof framing system for a 35 year old gymnasium and classroom addition, for the purpose of upgrading the building consistent with the current building code. The design consisted of reinforcing existing members and adding additional roof framing to properly distribute the additional load of the new roofing. In addition, the new framing system had to accommodate the snow drift loads not contemplated in the original design. Project: Marine Technology Building Reroof Location: Juneau, Alaska Owner: University of Alaska Contact: Mr. Jack Wolever, (907) 789-4552 Project Description: This project involved the design of roof framing modifications to accommodate additional loads from new roofing. It was found that the original low roof did not contemplate drift loads which required additional analysis and design. I Project: Ft. Wainwright NCO Club Modifications Location: Ft. Wainwright, Alaska Owner: U. S. Army Project Description: Project structural engineer for a project that commenced as a site investigation of the existing structure, with subsequent gravity and lateral analysis to determine the feasibility of making roof modifications within the capacity of the existing structure. During the site visit, numerous areas of deterioration were detected in the framing member connections and the project was enlarged to include a gravity analysis and a report. The project was also expanded to include development of construction documents for correcting the deteriorated gravity capacity of the roof framing. RESUME - KUMIN ASSOCIATES, INC. JONATHAN P. KUMIN, A.I.A., PRINCIPAL EDUCATION B.S. Environmental Design, University of Michigan, 1970 Master of Architecture, "With Distinction", University of Michigan, 1972 Arctic Engineering, University of Alaska 1976 Numerous continuing education courses REGISTRATION Registered Architect, Alaska/1976 and Michigan/1975 Certified Construction Specifier, CSI National Exam/1987 E.I.T. Exam, Structural Engineering, Michigan/1972 PROFESSIONAL EXPERIENCE Jon Kumin has extensive experience on Kodiak, working with the Kodiak Island Borough and other clients. Much of this work has been in renovations and roof repair project. For example several years ago he performed a detailed inspection of the Kodiak Pacific Terrace Housing for the Alaska State Housing Authority. This inspection discovered significant dry rot problems, and Mr. Kumin headed the design effort to repair the buildings. School design work includes several projects for the Kodiak Island Borough, most recently the new school at Old Harbor. Many of the these school projects have involved re -siding and/or re -roofing, such as the recent jobs at McGrath School and East Elementary. Other recent projects specifically involving dry rot investigations and repair include multi -family housing at English Bay and in Ketchikan. Mr. Kumin has lectured on arctic engineering issues at the University of Alaska, and at symposia in western Canada and the Soviet Union. He maintains an active interest in the technical issues of designing for northern climates and performs numerous technical investigations in the course of a typical year. AWARDS: Projects designed under Mr. Kumin's direction have been recognized by the following: American Institute of Architects (AIA) - Alaska Chapter U.S. Department of Defense AIA (National) and Association of School Administrators RESUME - KUMIN ASSOCIATES, INC. TF .OMAS HETTICH EDUCATION University of Kentucky, Bachelor of Architecture Arctic Engineering, CE603, 1980 Tom Hettikh is an experienced senior architect at Kumin Associates with remodel and roofing projects statewide. Project experience includes the following projects: PROJECT EXPERIENCE East Elementary re -roof at Kodiak, Alaska. Project was to re -roof 24,000 S.F. roof with EPDM membrane and sloped insulation over existing flat roof -deck. King Cove Elementary re -roof at King Cove, Alaska. Project put EPDM membrane on plywood furred onto 2 x 4's screwed to existing foam insulation and metal roof panels. 21,000 S.F. Warehouse re -roof at NSGA - Adak, Alaska. 12,000 S.F. metal roof replacement. Birchwood barracks at NAS -Adak, Alaska. Replaced existing built-up roofing with new sloped metal roofing furring onto flat concrete deck. Roof is about 36,000 S.F. Tin City Composite Building (Dept. of Air Force) at Tin City, Alaska. Project consisted on re -roofing a four level 41,000 S.F. roof. Roof design was EPDM fully adhered and battened onto sloped plywood deck on 2x6 framing with insulation. Air Traffic Control Tower (Department of the Air Force) at Shemya, Alaska. Project was re -roof of 300 S.F. concrete deck with EPDM membrane. UEPH (Department of the Air Force) at Elmendorf Air Force Base in Anchorage, Alaska. Project was re -roofing nine roofs about 15,000 S.F. each. IRMA roof with new slope on top of existing flat concrete deck. Eielson Air Force Base (Department of the Air Force) at Fairbanks, Alaska. Roof maintenance study/report. Participated in study of existing roofs at base. Inventoried roofs and maintenance problems. Helped develop manual and matrix of roof inspection items for maintenance personnel to use. Bristol Bay Borough High School at Naknek, Alaska. Replaced an existing built-up roof with an IRMA roof. 20,000 S.F. Willow Park, Anchorage, Alaska. Replace existing asphalt shingle roofing with new asphalt shingles. Ten units each about 6,000 S.F. N. Claiborne Porter, Jr., AIA, CGR 118 E. )Int9rnatbnal Airport-Rov Anchorage, AK 99518 ' (907) 562-2283 (907) 278-1054 Qualifications: Over 20 years of architectural design and construction of residential, multi- family, and light commercial projects and land development. -Extensive political fund raising and lobbying at local, state, and federal levels. -Strong interpersonal skills interpreting data for clients, sub contractors, and professionals in construction industry. -Registered architect in 14 states with an NCARB Certificate. -Coordinating the Interface with local, state, and federal government laws and regulations pertaining to land development including right of way agreements, leases and fee property. -Excellent negotiation skills in problem solving for interdisciplinary situations. -Ability to interrupt, to analyze and to compose technical material. Education: 1969 -Present: Numerous continuing education courses including CADD Primus/Medusa (90 hrs) 1968: The Catholic University of America, Washington, D.C., Master of Architecture and Urban Design 1963: Auburn University, Auburn, Alabama, Bachelor of Architecture Employment History: 1978 -Present: NCP Construction, Ltd., Anchorage, AK President Directs and supervises sales, marketing, design, planning, & construction management of residential and commercial structures with emphasis on remodeling, renovation, and structural repair. Speculative construction of single family homes and multi -family projects. Accomplish 30-50 remodeling projects annually Developed a home inspection service 1972 -Present: NCP Architects & Planners, Anchorage, AK Sole Pro rip etor Chief architect for residential & multi -family design, land planning, & construction management of projects including single family, 600 unit multi- family projects and commercial projects. Consulted on code review, building inspection, and quality control for large commercial projects. Consulting architect, expert witness, and AAA arbitrator. 1980 -Present: University of Alaska, Anchorage, AK Adjunct Faculty Architectural and Engineering Technology Department instructor for cost control, estimating, construction document interpretation, architectural design, and preparation of working drawings. 19 75 -1978: Pacific Basin Development & Construction Co., Anchorage, AK President and 25% Stockholder Remodeling, rehabilitation, and construction of single & multi -family projects. ($2 - $2.5 million in residential construction annually.) Resume: N. Claiborne Porter, Jrf Page Two 19 72-1 975: CHG International, Tacoma, WA Vice President of Alaska Division Anchorage.Anchorace. AK Established a regional office in Anchorage, Alaska Guided firm for 3 years increasing annual volume in construction of residential and multi -family housing from $1..5 to $12.5 million. 1970-1972: Levitt -United Multi -housing Corporation, Colorado Springs, CO Ama Manager Developed from inception to sale, multi -family housing, completing approxi- mately 1,000 units annually in a 4 state region. 1969-1 970: United Homes Multihousing Division, Tacoma, WA Project Di_e= Packaged and constructed 125 - 400 multi -family housing unit projects in Seattle, WA, SMSA and Portland, OR SMSA. Prepared documentation receiving FHA approval as "Project Rehab" sponsor Proposal preparation for Public Housing Turnkey Projects. 1965.1969: Worked for 4 architectural firms obtaining experience in architectural design, construction documentation, and project supervision. Projects ranged from $60,000 to $5 million. 1963-1965: Army Corps of Engineers, (Active Duty and Active Reserve thru 1979) Commissioned Officer - Major Certifications: National Association of Remodeling Industry - 20 yrs Certified Remodeler National Association of Home Builders - Certified Graduate Remodelor Affiliations: National Association of Homebuilders, Life Director, CGR, Trustee, NRC National Association of the Remodeling Industry, CR American Arbitration Association, Panel of Arbiters American Institute of Architects American Institute of Certified Planners, American Planning Association Construction Specifications Institute American Society of Home Inspectors National Association of Home Inspectors Publications & Awards: 1989: Created and implemented the Certified Graduate Remodelers Program for NAHB 1989: Design -Build Curriculum for Remodeling Contractors 1987: NAHB/NRC Remodeling Industry Quality Standards 1987: Qualified Remodeling Magazine (January cover story) 1984: Builder of the Month, Building Industry Association of Anchorage 1982: Remodeler of the Year, National Association of Homebuilders 1978: Home Magazine (Unique Remodeling Project) 1968: Analysis and New Directions of the r nb It Towns Continuous: Numerous brochures, pamphlets, and newspaper articles on many architectural and remodeling projects. Licenses 7 WILLIAM M. SMITH, P.E., Principal Manager, Structural Engineering -Buildings Washington/Civil Engineering, 1963 - No. 8644 Alaska/Civil Engineering, 1977 - No. 4308 E Washington/Structural Engineering, 1970 - No. 8644 Oregon/Structural Engineering, 1986 - No. 13387 Project Related Experience Mr. Smith has over 30 years experience, 14 years in Alaska, designing structures as a consultant to architects and private clients. He has been Project Manager/Structural Engineer on a multitude of new and renovation projects involving structures of structural steel, reinforced concrete, masonry, and timber. Also, Mr. Smith has been Project Manager/Structural Engineer for investigation, analysis, and design of many projects involving renovation of existing structures in all areas of Alaska. A number of these projects were specifically roofing projects involving investigation, reports, and subsequent design for remedial work. A partial list is shown below. Mr. Smith has been in responsible charge of design projects which have also continued into construction administration. Most recent project was the Anchorage International Airport Office/Observation Deck addition. Extensive field experience as surveillance engineer and design coordinator, assuring follow-through of design intent, has enhanced Mr. Smith's investigative, design and management capabilities. SKAGWAY CITY SCHOOL ROOF REPLACEMENT Project Structural Engineer for a gravity load code upgrade analysis of the roof framing system for a 35 -year old gymnasium and classroom addition. Recommended details were developed for remedial construction to accomplish the code upgrade. MARINE TECHNOLOGY BUILDING REROOF Project Structural Engineer for design of roof framing modifications to accommodate additional loads from new roofing. It was found that the original low roof did not contemplate drift loads which required additional analysis and design. WRANGELL SCHOOL ROOF MODIFICATIONS Project Structural Engineer for alteration of the roof framing to accommodate a new slope to the existing roof of a building containing a gymnasium and office spaces. Existing bearing wall and new glutem beams were utilized to support the newly configurated roof framing system consisting of a combination of wood trusses and pony walls on the existing roof. CRYSTAL LAKE HATCHERY REROOF Project structural engineer for a project involving construction of new sloped roof framing system over the original flat roof. Structural upgrade of the walls was required for additional seismic resistance. ROOF RENOVATION STUDY AND REPORT, SEVEN SAFA SCHOOLS, FT. WAINWRIGHT AND EIELSON AFB, AK Project structural engineer for a project consisting site investigation, analysis and evaluation of seven schools with respect to the gravity capacity of the buildings. Structural framing of the schools varied from wood, concrete to steel framing with CMU walls. A report containing conclusions and recommendations was developed and provided the architect of the Department of Health and Human Services. Construction documents preparation for the remedial work was strongly recommended. Project Related Experience (Cont'd) William M. Smith Page Two FORT WAINWRIGHT NCO CLUB MODIFICATIONS Project structural engineer for a project that commenced as a site investigation of the existing structure, with subsequent gravity and lateral analysis to determine the feasibility of making roof modifications within the capacity of the existing structure. During the site visit, numerous areas of deterioration were detected in the framing member connections and the project was enlarged to include a gravity analysis and a report. The project was also expanded to include development of construction documents for correcting the deteriorated gravity capacity of the roof framing. FORT WAINWRIGHT NURSES QUARTERS RENOVATION, FAIRBANKS, ALASKA This project consisted of a site investigation with subsequent analysis and evaluation of a two-story wood frame building. The work was conducted in order to determine whether the existing gravity load capacity of the building could accept a new roof system. The building construction on this project was consistent with the usual pattern of structures on the local military installations. The original design did not include a lateral force resisting system. In this case only modifications to satisfy gravity load requirements were authorized. Subsequently, specifications and construction documents were prepared for performing the remodel and remedial work required to bring the condition of the building in line with current military and civilian Building Codes. UAF O'NEILL BUILDING STUDY, REPORT AND DESIGN Structural project manager for a project consisting of a site investigation of the existing roof structure. with a subsequent analysis and evaluation relative to the gravity and seismic load capacity, consistent with the current building codes. The building was a 3 -story steel frame structure with concrete bearing and shear walls. During the field review, it was noted that certain areas of the building required remedial work in order to develop its required seismic resistance. A seismic analysis was made and construction documents for remedial work were developed for the University. Additional rehabilitation and renovation projects involving reconstruction of roofing and roof framing systems: • Novatney Building Roof Replacement (Project Structural Engineer), University of Alaska, Juneau, AK, $118,000. • Station Hospital, roof renovation (Project Manager), Adak, AK, $1.2 million. • Kodiak Community College, roof rehabilitation (Project Structural Engineer), Kodiak, AK, $500,000. • U. S. Corps of Engineers Office Building Renovation Study and Report (Project Structural Engineer), Anchorage, Alaska. • Kenai Community College roof rehabilitation (Project Structural Engineer), Soldoma, AK. $500,000. • Anaktuvuk Pass School Roof Damage Study (Structural Consultant), Anakruvuk Pass, AK. • Dillingham High School roof collapse repair (Project Manager), Dillingham, AK. • Warehouse Roof Collapse (Project manager), Anchorage, AK, $300,000. • Police Communications Dispatch Center Addition (Project Structural Engineer), Anchorage, AK, $600,000. • Anchorage Community College Rooftop Mechanical Penthouse (Project Senior Engineer), Anchorage, Alaska • BEQ Modernization (Project Structural Engineer), Adak, AK, $2.2 Million. • Anchorage International Airport Office/ Observation Deck Addition (Project Structural Engineer), Anchorage, Alaska • St. Paul Loran Station Renovation (Project Structural Engineer), St. Paul Island, AK, $2.2 Million. 0 Potlach Condominiums. Roof Renovation (Project Structural Engineer), Anchorage, AK. 1 3 n William M. Smith Page Three Education B.S./1955/Civil Engineering, Purdue University Graduate Studies Certificate/1970/Life Safety Design Graduate Studies Certificate/1976/Arctic Engineering Professional Organizations and Committees National Society of Professional Engineers and Alaska Society Structural Engineers Association of Alaska Structural Engineers Association of Washington American Society of Civil Engineers and Alaska Section Professional Engineers in Private Practice Professional and Technical Committees State Lease Task Force Committee (State of Alaska) Alaska Professional Design Council Ad Hoc Committee for Design -Build -Bid White Paper Report References for Mr. Smith Mr. Dave Forsland Municipality of Anchorage P. O. Box 196650 Anchorage, AK 99519-6650 (907) 786-8255 Mr. Richard Raynor Municipality of Anchorage P. O. Box 196650 Anchorage, AK 99519-6650 (907) 786-8255 Mr. Burke Wick Chugach Electric Association Anchorage, Alaska (907) 564-0779 i ? REFERENCES Kumin Associates has assisted the following school districts with roof repair work in 1991: Southwest Region School District P.O. Box 90 Dillingham, Alaska 99576 Contact: Ben Cherry 842-5287 Sand Point School P.O. Box 269 Sand Point, Alaska 99501 Contact: Tom Ryan 383-5222 Iditarod Area School District P.O. Box 90 McGrath, Alaska 99627 Contact: Terry Chase 524-3033 KUMIN ASSOCIATES, INC. MAIN ELEMENTARY SCHOOL ROOF REPAIR DESCRIPTION OF MANAGEMENT STRUCTURE AND PROJECT APPROACH The Kumin Associates team will be organized to coordinate the respective contributions of team members. As prime consultant, Kumin Associates will be the point of contact between the design team and the Borough. Jon Kumin will be the Project Manager, assisted by Tom Hettich. The project manager for NCP will be Clai Porter and the project manager for TNH will be Bill Smith. Resumes for these individuals are included. The team has been selected for complementary skills to cant' out the various tasks, with an anticipated breakdown of responsibilities as follows: NCP has done a great deal of virtually identical work and has extensive field experience in identifying the extent of rot. They have also done the physical repairs on many of these projects. As such, they are the right choice to take the lead on the field oriented tasks, such as examining the structure. Kumin Associates personnel will also participate in these tasks, with the bulk of the effort coming from NCP. Once the site visitation has gathered the data, schematic design alternatives will be drafted, with associated cost estimates. Kumin Associates will prepare the schematic concepts, with input from NCP and TNH as necessary. NCP will prepare the detailed written cost estimates for each alternative, based on their experience doing similar projects. Jon Kumin and Clai Porter have discussed the EEIS report in some detail, and feel there are plausible repair alternatives which would likely prove significantly less expensive than the current proposal. Once the selected alternate is identified, Kumin Associates will prepare the final Contract Documents, with assisitance from TNH should the solution require structural engineering. NCP will perfom a detailed independent quality control check of the final documents, using their experience as a General Contractor to help develop a complete, thorough set of documents. They will also do the final cost estimate. Should the Borough opt to excercise any of the optional services, Kumin Associates will handle the advertising and bidding phase. During construction, Kumin Assciates will also review submittals and prepare required clarification sketches and the Record Drawings. NCP will provide the bulk of the on-site inspections. - P, o -7 n 7 If the Borough wishes full time field inspection, NCP has experienced personnel available for this task as well. Cost control during construction begins during the site visitation and design phases. The more precise the scope given the General Contractors bidding the project, the better the price. We have some ideas on defining the extent of the rot, such as using a nuclear densometer and infrared photography to supplement the physical inspection. Another possible technique uses a "pull-out" test meter. Given as good a definition as is practical of the extent of the work, the next critical cost control area is the alternate selected. We believe for example it may be possible to place insulation in the joist spaces rather than completely above the decking as currently anticipated. We also have some ideas to explore on the creation of venting. An example of an alternate approach is the Grayling School Roof Repair. This school also had a "full -pack" fiberglas roof with consequent moisture build-up and rot. A consultant (Tom Smith) had recommended replacing the roof assembly at a cost of many hundred thousand dollars. Kumin Associates came up with an alternate scheme to provide some ventilation, which was installed for a small fraction of the cost. After two years this appears to have arrested the problem. The final cost control area is during construction. We strongly urge full-time representation on the job, to document actual conditions encountered and to provide prompt response for the Contractor. For work which can't be precisely defined we have had good experience with bid alternates on a unit price basis. An example would be for replacing plywood deck sheathing. When using unit prices it is helpful to define a quantity which will be part of the base bid, and to use the unit prices to adjust for deviations from this assumed quantity. There should be no confusion on anyone's part that it is possible to eliminate uncertainty and risk on this type of repair project. It is possible to minimise this risk through a combination of foresight and careful planning. g F '7 17 MINORITY. WOMEN AND EEO BUSINESS ENTERPRISES Kumin Associates have in-place an equal employment opportunities plan and a designated EEO officer. Our 14 licensed architects include four women, among them Sandra Jones, a principal in the firm. Our three interior designers are women, and one architect is of Japanese extraction. In the past our staff has included Alaska Natives and other racial minorities in both professional and administrative positions. We have actively recruited through groups such as the Senior Citizens Action Coalition to fill our employment needs. When seeking new employees, we contact the State of Alaska's Job Service so our needs are fairly represented to a broad segment of the population. Advertisements placed in newspapers state that we are an EEO employer and consultant agreements stipulate that EEO provisions in our Prime Agreement with the Owner also apply to consultants. 04 AFFIRMATIVE ACTION AND EQUAL OPPORTUNITY POLICY It is, and will continue to be, the policy of Kumin Associates, Inc. to provide equal employment opportunity to all qualified persons without regard to their race, color, religion, age, sex, national origin, physical or mental handicap, or because he or she is a disabled veteran or veteran of the Vietnam War. Kumin Associates will continue to promote the realization of equal employment opportunity through a positive continuing program. The firm will assure that qualified applicants which are recruited and hired, and employees at all levels, are not discriminated against because of their race, religion, age, sex, color, national origin, physical or mental handicap, or because he or she is a disabled veteran or veteran of the Vietnam War. Equal opportunity and equal consideration will be afforded to all applicants and employees in personnel actions which include recruiting and hiring. Selection for training, promotion, fixing rates of pay or other compensation, benefits, transfer and layoff, or termination. It is our intention, in the implementation of this policy, to provide full employment opportunities for qualified members of minority groups, women, those with physical or mental handicaps, disabled veterans or veterans of the Vietnam era, and to provide opportunities at all job levels through aggressive upgrading and recruiting actions. Furthermore, it is our policy to coordinate the affirmative action programs directed at seeking qualified personnel from minority groups, women's groups, organizations of and for handicapped persons and organizations of and for disabled veterans and veterans of the Vietnam era, for employment with the firm and to provide encouragement and direction to our staff to t'o aee the limits t Yu"� of each individual's capabilities. P. Kumin, AIA, CCS KUMIN ASSOCIATES, INC. MAIN ELEMENTARY SCHOOL ROOF REPAIR COST PROPOSAL Kumin Associates has prepared an estimate of the cost to perform the scope of work outlined in the RFP. There are certain costs which are testing service at this time; for example whether structural engineering will be required. For your analysis purposes we included an allowance, with final arrangements to be settled during the contract negotiation. Note that an allowance for reimbursable expenses has been included in each category. TASK 1. SITE VISITATION AND PROJECT ORGANIZATION Team Member Labor Markup @ 10% Total Kumin Assoc. $1800 $0 $1800 NCP $1200 $120 $1320 REIMBURSABLES Travel One person for 2 days = $510 One person for 1 day = $255 Two plane tickets = $400 $1,165. x 10% = $1,280.00 TASK 2. SCHEMATIC DESIGN ALTERNATIVES Team Member Labor Markup @ 10% Total Kumin Assoc. $4200 $0 $4200 NCP $1800 $180 $1980 REIMBURSABLES Travel One person for one day = $510 One plane ticket = $200 $710 x 10% _ $780.00 Printing Drawings and Xerox $118 x 10% _ $130.00 TASK 3. CONSTRUCTION DOCUMENTS Team Member Cost Markup @ 10% Kumin Assoc. $14,000 $0 NCP $600 $60 TNH $500 $50 REIMBURSABLES Printing, drawings and Xerox $510 X 10% _ $560.00 TASK 4. FINAL COST ESTIMATE NCP $1200 $120 SUMMARY OF BASIC SERVICES (Tasks one thru four) Labor Cost $25,830.00 Reimbursables $ 2.750.00 Grand Total $28,580.00 Total $14,000 $660 $550 $1320 OPTIONAL SERVICES TASK 5. BIDDING SERVICES Team Member Cost Kumin Assoc $3600 NCP $600 REIMBURSABLES n i 7 Y Markup @ 10% $0 $60 Travel TASK 1 person for 1 day = $225 1 plane ticket = 200 �a r�.7iNG E �FFL $455 x 1.10 -#Igy9 = $500.50 TASK 6. CONSTRUCTION SERVICES Team Member Cost Markup @ 10% Kumin Assoc $5800 $0 NCP $ 600 $ 60 1Ze1u P'Lf . r -t v& 467.f #467S- TASK 7. RECORD DRAWINGS Total $3600 $660 Total $5800 $ 660 Team Member Cost Markup @ 10% Total Kumin Associates $1600 $1600 NCP $ 600 $ 60 $ 660 E TASK 8. INSPECTION SERVICES Option A 8 Site Visits Team Member Kumin Associates 1 visit @ $800.00 = NCP 7 visits @ 600.00 x 1.10 = Travel 1 person for 16 days @ 255 = 8 plane tickets @ $200 = Option B 8 weeks full time Team Member NCP Full time inspector per week 300/wk '8 weeks $4620.00 $4080.00 $1600.00 $5680.00 x 1.1 $6250.00 $21000.00 1.1 $26400.00 Request for Proposals for Architectural/Engineering Services for Main Elementary Roof Repair August 14, 1990 Ray Camardella, Director Engineering/Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615-6398 (907) 486-5736, Ext. 331 TABLE OF CONTENTS Project Purpose Design Funding Scope of Design Work Project Schedule Required Contents of Proposal Selection Process Proposal Submission ATTACHMENTS Insurance Requirements I Evaluation Form II Engineering Evaluation & Investigation Services, Inc. Report III Main Elementary School Project Record Drawings IV AE002 - Contents KODIAK ISLAND BOROUGH PROJECT PURPOSE THE PURPOSE OF THIS PROJECT IS TO CORRECT A ROOF SYSTEM CONDENSATION PROBLEM, PERFORM STRUCTURAL & ROOFING SYSTEM REPAIRS, AND REPAIR DAMAGE TO INTERIOR FINISHES CAUSED BY THE ROOF SYSTEM FAILURE AT MAIN ELEMENTARY SCHOOL IN KODIAK ALASKA. MAIN ELEMENTARY WAS DESIGNED BY CTA ARCHITCETS ENGINEERS, INC., AND CONSTRUCTED BY ROGERS & BABLER AND ITS PARENT COMPANY, MAPCO PETROLEUM, INC.. ROGERS & BABLER HAS BEEN SOLD TO RED SAMM CONSTRUCTION OF REDMOND, WASHINGTON. THE NOTICE TO PROCEED FOR CONSTRUCTION OF MAIN ELEMENTARY WAS ISSUED ON AUGUST 6, 1981 AND SUBSTANTIAL COMPLETION WAS MARCH 4, 1983. DESIGN FUNDING THE DESIGN PORTION OF THIS PROJECT IS BEING JOINTLY FUNDED BY THE KODIAK ISLAND BOROUGH (KIB) AND CTA ARCHITECTS ENGINEERS, INC. (CTA), AND WILL BE HELD IN TRUST BY CTA'S ATTORNEYS, LANE POWELL SPEARS LUBERSKY. PAYMENT FOR WORK PERFORMED UNDER THE DESIGN PORTION OF THIS PROJECT WILL BE JOINTLY APPROVED BY KIB AND CTA REPRESENTATIVES AND BE MADE FROM THE TRUST HELD BY CTA'S ATTORNEYS. SCOPE OF DESIGN WORK THE BUDGETED CONSTRUCTION FUNDS ARE: $750,000 THE SCOPE OF WORK FOR THE DESIGN OF THE MAIN ELEMENTARY ROOF REPAIR IS AS FOLLOWS: 1. PERFORM SITE VISITATION TO REVIEW APPLICABLE PROJECT DOCUMENTS, AS -BUILT DRAWINGS, GATHER INFORMATION FROM SCHOOL DISTRICT AND BOROUGH PERSONELL, AND EVALUATE THE EXTENT OF DETERIORATION OF THE ROOFING SYSTEM. SCHOOL DISTRICT MAINTENANCE PERSONELL WILL BE MADE AVAILABLE TO PROVIDE ASSISTANCE AS REQUIRED. CTA'S PROJECT RECORDS WILL BE MADE AVAILABLE AS REQUIRED AT A DIFFERENT LOCATION WHEN REQUESTED IN WRITING. THE ARCHITECT IS EXPECTED TO FIELD VERIFY AS - BUILT CONDITIONS AND REFLECT APPROPRIATE CHANGES AS REQUIRED. IT IS EXPECTED THIS SITE VISIT WILL TAKE 2-3 DAYS AND WILL INCLUDE AN EXITING MEETING WITH BOROUGH AND SCHOOL DISTRICT PERSONELL TO DISCUSS FINDINGS. 2. PREPARE SCHEMATIC DESIGN ALTERNATIVES AND ASSOCIATED COST ESTIMATES FOR EACH ALTERNATIVE. THE SCHEMATIC DESIGN ALTERNATIVES WILL INCLUDE ENOUGH DETAIL TO JUDGE THE PERFORMANCE OF THE PROPOSED ROOFING SYSTEM AND WILL INCLUDE KODIAK ISLAND BOROUGH' A NARRATIVE FOR EACH ALTERNATIVE SYSTEM DESCRIBING THE ADVANTAGES AND DISADVANTAGES OF EACH SYSTEM. A FORMAL PRESENTATION OF THE SCHEMATIC ALTERNATIVES IN KODIAK AT A NIGHT MEETING TO ONE OR MORE ADVISORY BOARDS WILL BE REQUIRED. PROVIDE 6 SETS OF FULL SIZE PLANS, 3 SETS OF HALF SIZE PLANS, 12 COPIES OF THE SCHEMATIC NARRATIVE AND ASSOCIATED COST ESTIMATES. ONE OF THE SCHEMATIC DESIGN ALTERNATIVES WILL BE SELECTED FOR FORMAL APPROVAL BY THE SCHOOL BOARD AND BOROUGH ASSEMBLY. THE SELECTED SCHEMATIC DESIGN WILL BE REQUIRED TO BE SUBMITTED TO THE STATE OF ALASKA DEPARTMENT OF EDUCATION, FACILITIES SECTION. 3. PREPARE CONSTRUCTION DOCUMENTS INCLUDING PLANS AND SPECIFICATIONS AND ALL REQUIRED DETAILS. KIB WILL FURNISH THE "BOILER PLATE". IT IS ANTICIPATED THAT THE BOROUGH WILL ADOPT THE 1991 UNIFORM BUILDING CODE (UBC) PRIOR TO THE CONSTRUCTION START DATE. PLANS WILL BE DESIGNED TO COMPLY WITH THE 1991 UBC, SIESMIC ZONE 4. DESIGN WILL BE REQUIRED TO MEET A MINIMUM 40 POUNDS PER SQUARE FOOT SNOW LOAD AND 110 MILES PER HOUR BASIC WIND SPEED. WHEN THE CONSTRUCTION DOCUMENTS ARE 90% COMPLETE, THE ARCHITECT WILL BE REQUIRED TO SUBMIT THEM TO THE INTERNATIONAL CONFERENCE OF BUILDING OFFICIALS (ICBG), SEATTLE WASHINGTON OFFICE FOR REVIEW AND COMMENT. THE ARCHITECT WILL BE REQUIRED TO SUBMIT THE ICBO COMMENTS WITH A LETTER TO THE BOROUGH CERTIFYING THAT CORRECTIONS HAVE BEEN MADE TO THE PLANS INCORPORATING ICBO COMMENTS OR RESOLUTION OF THE APPLICABLE CODE INTERPUTATION HAS BEEN ACHIEVED WITH ICBG. COMPLETED CONSTRUCTION DOCUMENTS WILL BE REQUIRED TO BE SUBMITTED AND APPROVED BY THE FOLLOWING AGENCIES: KODIAK ISLAND BOROUGH BUILDING OFFICIAL STATE OF ALASKA FIRE MARSHALL STATE OF ALASKA DEPARTMENT OF EDUCATION, FACILITIES SECTION KODIAK ISLAND BOROUGH ASSEMBLY KODIAK ISLAND BOROUGH SCHOOL DISTRICT. THE ARCHITECT WILL PROVIDE 12 SETS OF PLANS AND SPECIFICATIONS TO THE BOROUGH IN ADDITION TO THE PLANS AND SPECIFICATIONS SENT TO THE REVIEW AGENCIES. 4. THE ARCHITECT WILL BE REQUIRED TO HIRE AN INDEPENDENT COST ESTIMATING FIRM WITH ALASKAN EXPERIENCE TO PRODUCE A DETAILED CONSTRUCTION COST ESTIMATE. 6 COPIES OF THE DETAILED COST ESTIMATE WILL BE SUBMITTED TO THE BOROUGH. THE BASIC CONTRACT WILL INCLUDE THE ABOVE SCOPE OF WORK. THE FOLLOWING SCOPE OF WORK ITEMS ARE OPTIONAL AND MAY BE EXERCISED DURING THE BIDDING AND CONSTRUCTION PHASES OF THE PROJECT. 5. THE ARCHITECT WILL PROVIDE BID SERVICES TO INCLUDE SELLING AND ISSUING PLANS AND SPECIFICATIONS, ANSWERING TECHNICAL QUESTIONS, PREPARING ADDENDUM AS REQUIRED & REVIEW KODIAK ISLAND BOROUGH> BID RESULTS. THE ARCHITECT WILL BE REQUIRED TO ATTEND A MANDATORY PRE-BID CONFERENCE IN KODIAK DURING THE BIDDING PERIOD TO REVIEW THE PLANS AND SPECIFICATIONS AND CONDUCT A SITE VISIT WITH POTENTIAL BIDDERS. THE BOROUGH WILL RECEIVE BIDS AND CONDUCT THE BID OPENING. 6. THE ARCHITECT WILL PROVIDE CONSTRUCTION SERVICES TO INCLUDE SUBMITTAL REVIEWS AND APPROVALS, DESIGN CLARIFICATIONS, REVISED DRAWINGS AND DETAILS AS REQUIRED AND INSPECTION SERVICES. THE ARCHITECT WILL BE REQUIRED TO ATTEND A PRE -CONSTRUCTION MEETING IN KODIAK PRIOR TO THE START OF CONSTRUCTION. 7. AFTER CONSTRUCTION COMPLETION, THE ARCHITECT WILL BE REQUIRED TO PRODUCE AS -BUILT MYLARS FROM MARKED UP BLUEPRINTS PROVIDED BY THE CONTRACTOR SHOWING THE ACTUAL CONSTRUCTION AND PROVIDE THE MYLARS AND ONE SET OF BLUEPRINTS TO THE BOROUGH. PROJECT SCHEDULE THE ANTICIPATED PROJECT SCHEDULE IS AS FOLLOWS: A & E CONTRACT AWARD - SEPTEMBER 20, 1991 A & E NOTICE TO PROCEED - SEPTEMBER 23, 1991 SCHEMATIC ALTERNATIVES REVIEW - OCTOBER 14, 1991 CONSTRUCTION DOCUMENTS COMPLETE - DECEMBER 16, 1991 ADVERTISE FOR BIDS - FEBRUARY 1, 1992 AWARD CONSTRUCTION CONTRACT - MARCH 20, 1992 START CONSTRUCTION - JUNE 6, 1992 COMPLETE CONSTRUCTION - AUGUST 20, 1992 REQUIRED CONTENTS OF PROPOSAL YOU ARE REQUESTED TO SUBMIT A PROPOSAL THAT INCLUDES THE FOLLOWING ELEMENTS: * A LETTER OF INTEREST SHOWING YOUR EXPERIENCE WITH SIMILAR PROJECTS AND DISCUSSING YOUR FIRM'S ABILITY TO PERFORM THE WORK. * STATEMENT OF EXPERIENCE COVERING THE BACKGROUND OF YOUR FIRM AND OF THE CONSULTANTS SELECTED. * RESUME' PROFILE FOR EACH PROFESSIONAL WHO WILL CONTRIBUTE WORK TO THIS PROJECT. * REFERENCES INCLUDING CURRENT CONTACTS, ADDRESSES AND TELEPHONE NUMBERS. * A DESCRIPTION OF YOUR MANAGEMENT STRUCTURE AND THE NAMES OF YOUR PROJECT MANAGER AND YOUR CONSULTANTS PROJECT MANAGERS. NOTE: THE PROJECT MANAGER WILL NOT BE ALLOWED TO BE CHANGED WITHOUT WRITTEN APPROVAL OF THE BOROUGH. KODIAK ISLAND BOROTJGH' * A DESCRIPTION OF YOUR APPROACH TO THIS PROJECT AND HOW YOU INTEND TO CONTROL COSTS DURING CONSTRUCTION BY A RESULT OF YOUR PROJECT APPROACH. * MINORITY BUSINESS STATUS. * EQUAL EMPLOYMENT OPPORTUNITY STATEMENT. * A DETAILED FEE STATEMENT AND REIMBURSIBLE EXPENSE ESTIMATE FOR EACH OF THE 7 ITEMS UNDER DESIGN SCOPE OF WORK INCLUDING OPTIONAL ITEMS. BREAK OUT COSTS FOR EACH ITEM AND INCLUDE TWO OPTIONS FOR INSPECTION SERVICES. OPTION 1 - 8 SITE VISITS; OPTION 2 - FULL TIME INSPECTION SERVICE. SELECTION PROCESS YOU WILL BE ASKED TO FORMALLY PRESENT YOUR PROPOSAL TO THE SELECTION TEAM AT THE ANCHORAGE OFFICE OF CTA'S ATTORNEYS DURING THE WEEK OF SEPTEMBER 9, 1991. THE EXACT DATE AND TIME WILL BE SCHEDULED AND ANNOUNCED BY AUGUST 30, 1991. PROPOSAL SUBMISSION THE PROPOSAL MUST BE RECEIVED BY THE KODIAK ISLAND BOROUGH BY 5:00 P.M. (LOCAL TIME), SEPTEMBER 4, 1991. SEND PROPOSALS IN SEALED ENVELOPES MARKED: KODIAK ISLAND BOROUGH ENGINEERING/FACILITIES DEPARTMENT 710 MILL BAY ROAD KODIAK, ALASKA 99615-6398 "MAIN ELEMENTARY ROOF REPAIR PROPOSAL" ATTACHMENT INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS A. The following language refers to the Consultant as Contractor and Subconsultant as Subcontractor. The Contractor shall not commence work under this contract until he has obtained all the insurance required under this Article and such insurance has been approved by the Kodiak Island Borough, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until the insurance required has been so obtained. The Contractor shall maintain such insurance as will protect him from claims under Workmen's Compensation Acts and other employee benefit acts for damages because of bodily injury, including death, to his employees and all others for damages to property, any or all of which may arise out of or result from the Contractor's operations under the Contract whether such operations be by himself or by any Subcontractor or anyone directly or indirectly employed by either of them. Evidence of the following insurance policies will be furnished to the Kodiak Island Borough prior to award of the Contract. 1. Workmens Compensation. The Contractor shall procure and maintain, during the life of this Contract, Workmens Compensation Insurance as required by applicable State law for all his employees to be engaged in the work. In case of subcontracted work, the Subcontractor shall provide Workmens Compensation Insurance for all of his employees engaged in the work. 2. Contractor's Liabilit a. All Contractors and Subcontractors shall procure and maintain, during the life of this Contract, Public Liability Insurance and Contractual Liability. The minimum acceptable limits of combined single limit coverage shall be in an amount not less than $1.000,000.00. b. Vehicle and Automobile Liability and Property Damage lnsurance: Limits, coverage to be in the same amounts specified in paragraph 2a, above. C. Subcontractor's Public Liability and Property Damage Insurance: the Subcontractors shall ensure the activities of their employees in type and amounts as specified in paragraphs 2a and 2b, above. 3. Professional Liability. The Contractor, at his own cost and expense, shall effect and maintain at all times, during the life of the Contract, a good and sufficient professional liability insurance policy of not less than $1,000,000.00, protecting the Contractor against claims of the Kodiak Island Borough for negligence, errors, mistakes, or omissions in the performance of the services to be performed and furnished by the Contractor. Nothing herein contained shall in any manner create any liability against the Kodiak Island Borough on behalf of any claim for labor, services, or materials, and nothing herein contained shall affect the liability of the Contractor or his sureties to the Kodiak Island Borough or to any workmen or materialmen upon bond given in connection with this Contract. B. The Contractor shall furnish certificates issued to the Kodiak Island Borough showing the type, amount, effective date, and dates of expiration of policies. Such certificates shall contain substantially the following statement: ''The insurance covered by this certificate will not be cancelled or materially altered except after thirty (30) days written notice has been received by the Kodiak Island Borough.'' ATTACHMENT EVALUATION FORM KODIAK ISLAND BOROUGH ' EVALUATION CRITERIA FIRM: EACH OF THE FOLLOWING WILL BE SCORED FROM 0 TO 10. 1. DOES THIS TEAM HAVE EXPERIENCE DESIGNING ROOF REPAIR PROJECTS WITH SIMILAR PROBLEMS? 2. IS THE PROJECT MANAGER A PRINCIPLE IN THE FIRM? HOW LONG HAS THE PROJECT MANAGER BEEN WITH THE FIRM? 3. ADEQUACY OF THE APPROACH TO THE PROJECT INCLUDING COST CONTROL MEASURES. 4. OVERALL QUALIFICATIONS OF THE DESIGN TEAM INCLUDING STRUCTURAL CONSULTANT. 5. OVERALL FEE. TOTAL ATTACHMENT ENGINEERING EVALUATION & INVESTIGATION SERVICES, INC. REPORT