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