Loading...
FY2013-34 Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1AMENDMENT TO SERVICE AREA NO. 1 OF THE KODIAK ISLAND BOROUGH ROAD MAINTENANCE CONTRACT Contract No. FY2013-34 E This Agreement made and entered into this 10th day of November , 2022, by and between the Kodiak Island Borough, hereinafter 'Borough", a general law municipality and a Borough of the second class, whose address is: 710 Mill Bay Road, Kodiak, Alaska 99615, and AIM Maintenance, whose physical address is: 377 Neva Way, Kodiak, Alaska 99615 and licensed and qualified to do business within the State of Alaska, hereinafter called "Contractor." RECITALS A. The Borough desires the performance, provision, and accomplishment of the work, services and materials described and set forth in this agreement. B. Contractor represents that it is ready, able, and qualified to perform, and will perform, in all respects, all the work, services, and materials, and to otherwise perform all of the terms, covenants, conditions and provisions of the Agreement in the manner, at the times, and for the consideration hereafter provided. Now, therefore, for and in consideration of the terms, covenants, conditions, and provisions contained herein, and/or attached and incorporated herein and made a part hereof, the parties hereto agree as follows. This contract consists of: A. Part I, consisting of five (5) sections of General Provisions of the Amendment to original contract. B. Acknowledgements C. Exhibits: A (Contract FY2013-34) PART I GENERAL PROVISIONS Section 1: Original Contract. The Borough and the Contractor hereby agree that all the provisions outlined in the original contract FY2013-34 and supporting documents will remain in place. The amendments provided in this agreement will take precedence where the original contract overlaps. Section 2: Time for Commencement and for Completion of Work. (a) Commencement. This amendment to the original contract shall commence on the date it is signed ( (date)). (b) Completion. This amendment shall be considered completed when a new contract for the Service Area 1 Road Maintenance Contract has been signed. (c) Term. Term is clarified here as being month-to-month until a new contract has been executed. Amendment to SA1 Road Maintenance Contract - Page 1 of 10 for the Kodiak Island Borough Section 3: Retro Payments (a) Term for Retroactive Payments. The Borough agrees to pay a 15% increase for all labor and equipment usage (no materials) from July 1, 2021, to June 30, 2022. a. Contractor is responsible for providing an invoice for the 15% increase (difference between past invoices) amount for the full-time frame listed above with backup (previous invoicing) to prove the number is correct and they only calculated labor and equipment. b. Borough is responsible for verifying that the 15% increase amount for the above- mentioned time frame is correct. (b) Place Holder. Place holder space if needed. Section 4: Future Invoices (a) Compensation and Payment. The Borough shall pay the Contractor the total price of any new invoice along with a 15% increase on all labor and equipment use (no materials). 1. Contractor will be responsible for providing proper backup documentation and a section or line on the invoice with the calculation for additional 15% to be listed and therefor added to the invoice total. 2. Borough will be responsible for verifying that the 15% to be added is correctly calculated. (b) New Invoice. A new invoice is defined here as being any invoice dated after July 1, 2022. (c) Place Holder. Place holder if space needed. Section 5: Additional Terms and Conditions. This Agreement is subject to the original contract, each of the additional terms, covenants, conditions, and provisions attached hereto as Exhibit A, which are hereby expressly referred to and incorporated herein as though set forth in full. Amendment to SA1 Road Maintenance Contract - Page 2 of 10 for the Kodiak Island Borough Wherefore the parties have entered into this Agreement the date and year first above written at the City of Kodiak, Alaska. Date: d �/ Date: /1/0 %/ F. A 02;2 1)ale J I/o �tlxd�- SERVICE AREA 1 CHAIRMAN: By: Scott Arndt, Service Area 1 Chairman, AT T r Borough Clerk, Nova M. Ja +er CONTRACTOR: � fly:bW A encs or Jeremiamson, AIM Maintenamc Amendment to SAI Road Maintenance Contract - Page 3 of 10 for the Kodiak Island Borough )nrad EXHIBIT A OWNER - GENERAL CONTRACTOR AGREEMENT FOR ROAD MALNUNANCE AND REPAIRS, SNOW REMOVAL AND SANDING FOR SERVICE AREA #1 IN THE KODL4K ISLAND B( ROUGH, KODUI , ALASKA Con+tmcyt No. fl 04 THIS CONTRACT, made this Sth day n(July, 2013, between thtKodiak Island B 1p Nidi Bay Road, Kodiak, Alaska 99615-6398, and Athenas Williamson of AIM Mainten,9nee, Kodiak, Alaska, organized undcrthe haws of tile State of Alaska, iLs successors and assigns party of the second part, hereinafter called the Contractor. This Contract shall consist of the following Contract Dacurnent5: "Contract Documcnts" shall include; Request for Bids, including ali addenda; Appendix A - Sid Schedules; Appcndix B - Ruad Work Lag and Daily Work Report Forms; Appendix C - 2vlap of Road Scrvice Area; Appendix D - State Rates of Fay. The Contractor, for and in consi derazioa of the payment or payrnents herein specified and agreed to by the parties, hereby eovenants and agrees to commence and provide maintenancc and repairs, desr.ribed as follows: 1, DESCRIPTION A. Scone Of 'Work: Roadway ffaintenance and repairs, including grading, ditch cleaning, clearing, culvert installation, snuw and ice removal, and sanding in Service Arca #1. Any damage caused by Contractor to culverts or curbs by ditching, grading and/or p]owing will be repaired n rep] aced by Contractor at " u o cost" to the Borouo. Tho ex isdng system consists of a pp ro min ate ly 12 miles ofgrave Ied and paved roadway and parking areas, as sawn on Appendix C- B. Inspection and Borou ,Supervision: All work will be authorircd and inspected by the Service Arca Board Chair or his/her designce, All road repairs, drainage, ditch maintenance and construction projects roust be approvcd by the Borough Engineering and Facilities Departrtient prior to commencing work. C. Approval to Start Work: Snow removal, sanding and routine maintenance will be st ale dinrction of the Service Area Board Chair or his/her designee_ No reconstruction or upgrade work over S5000_0 shall caomrnerice prior to approval by the 13orough Manager or his/her designee. Amendment to SA1 Road Maintenance Contract - Page 4 of 10 for the Kodiak Island Borough 2. CONT ACT TERM A. The teen of this contract is July 1, 2013 to June 30, 2d 15, The Borough Manager, in this sole discretion, may offer two (2) additional one (l ) yearcxteisien terms. The Borough Majiager may considcrContrm;tor's perfnrmancc and any rcc rnmerldaHons of the Service Arca Board. If [lie Rorough makes such an offer, the Contractor will have thirty (30) days to accept or refuse the offer. B. Any holding overof the Contract beyond any exercised renewal options will be considered a Idmortth-to-month" extunsion_ All to nns and conditions ELS set forth in this Contract shall remain in fuII €orce and effect_ Each party shall provide the other party with notice of intetit to cancel Such "month -rfl-(month'" exten9ion at least thirty (30) days prior try the desired date of cancellation. C. The Borough Manager may terminate this Contract upon thirty (3 0) days Prior nottcei 1f the CuUractor receives rhree letters from the Borough Managerordesignee tbrdoc m6mcd n.on- performancc, v.-hich iris not been amended or resolved in a 6rnely manner, for multiple equipment break downs, or for unavailability of equipment or lahnrneeded to compietethe work as described in theCont-wi_ The Borough rV1 UIRger may rely on any re co nil rseitdaaons made by the Service Area Board, 3. RESPONSE TIME A ti'laultenancc. The Contractor shall begin corrective work no later than 9.00 a.rn_ of the second day ft11low ing receipt of directive for correcnan on non -cmergencyproblcrm and two hours after notification for snow removal/sanding and ether emergency problems. Any equipment warm-up must be completed prior To the start time. R. Repairs: 'I'lic Borough, through tiler Borough Manager ordesignee, may request repairs in accordance with awritten Work Order to be dated and signed by both parties. Tho work order system may also be implemented upon requested through theBorcirgh Manager or designee by the Board Chair or the Contractor to help scrtic disputes between the two parties. C. Non- exc I usive Work: If the Coritracwr does not respond to a non-euuergency work order in a timely niwiner, the Service Area Heard Chair or his./her designee an(vor the Kodiak Island Borough Engineering and Facilities Director or his/her designee may utilize a Contractor from one of the other service areas or a KIB facilities' Contractor t0 respetld tri the work order. In an emergency, or if there is a reasonablepcssi>bility that Contractor may notbe able to timeIy or adequately perform, the borough may contract with the secc,nd bidden on the' hndding list for the purposes of a backup contractor. All contractors shall supply contact numbers for 24 hour service (cell. pager) that will a!1ow the Kodiak Island Borough andlar Lhe Service Area Board Chair to c(mtact the Contracturor his designee aQ),ime during the co=ach period. Amendment to SA1 Road Maintenance Contract - Page 5 of 10 for the Kodiak Island Borough 4. SPECIAL E EfipmENT The Contractor shall furnish equipment suitable for dust abatement and steam generation to thaw euIverts, and two pieces of mw removal equiprneri` (both with blades and Snow gates). As. well as one S -yard sander for spreading DI and l sander with a minimum 2 1 !2 yard capacity for sanr]ing/satting. Snow gates will beengaged an all driveways within the service arca_ If snow gates art not engaged or inol)erablt the Contractor will be responsible for the immediate cleanup of these areas at no charge to the Borough. In cases of heavysnowfall the Contractor would be expected to work together with Service Area Board Chair to open drivuways as soon as passible and would be able to charge for these extraordinary Circumstances with prior approval. Fear to the first snowfall of the season, the Contractor shall install show marke:-s at all critical culverts and drainage areas. These shall be de t ennined by joint decision of the Service Area Board and the Contractor_ 5. COSTS OF MATERIALS, SUPPLIES, AND EQUIPMENT A. Materials; For all Borough approved materials actually used in the work, the Contractor shall be reimbursed at rates set forth in the Bid Schedules. Material transportation costs shall be provided for tmdcr the equipment rental ratty. B. Equipment: 2 Graders shall have a minimum of 14 ft. blades. 1 loaderwitb a mini mum 3 yard huekct for clearing intersections and heavy accutnulated areas, and 1 Loader, ifused for snow removal, can have a minimum o F a 12 ft. blade capableofatngle adjustment orabucket capacity of 3-4 yards. All equipmcnr fisted in the equipment schedule must be in good workingcoadition suitable~ fortllc purpose for which the equipment is to be used. ln6ndual pieces ofequipment ortools having arepiacement value of one hundred) (1 W) dollars or less, whether or not cDnsumed by use, shall be considered lobe srnall tools and no payment will be made therefore. C'._ i.ahnr rates- irrclttde.d in fisted equipment rental rites are s#rai�ht time 'Including fringe benefits. Promium rates for overtime will be paid for work performed tinder this contract above eight (8) hours per day and forty (40) hours per week. This overtime rate will be an incremental amourit to bL f pplied ort talc of the: straight hourly rate included in the Contractor's original labor and equipment ratty in the Bid Schedule. Rent4it time Willnotb-e allowed while equipment is inoperative foranyFeasnt1, ineludingdue to breakdowns, while warming up or installing chains. The rental time to be }paid for equipment on the ,lob shall bt the time the equipment is in operation on work being performed. Il_ Sanding Equipment: TheContractor skull Piave two (2) sanders available with the primary sander having a minimum eight (8) yard capacity; the secoadarysaridermay haveatuinirrium of (2 1!2) yard capacity. The Contractor shall rnjsh sanding equipment suitable for spreading ID 1, ror,k chips, sand and or salt on roadways and parking lots, Amendment to SA1 Road Maintenance Contract - Page 6 of 10 for the Kodiak Island Borough 6. LABOR RATES The Contractor shall furnisb nee cssary additional labor, not ineItided in equiptrlent rental rate;, at the rate specified in the 131d Schedule for straight time including fi-sage berlefits. Premium rates for avertimc will be paid for work performed under this contract above eight (8) hours per day and forty (40) hours per ock. 'This overtime cute wilt be an incremental amount to be app Iiesl on top of the sti-night hourly rate included Irl the B id Scbedule. The State of Alaska DepartnenL of IAbor defines the following types of work for public constniction projects as 'being subject to payTnLV oi= the prevailing wage rates per AS 30.05.010 and AS 36.05.030- 01) Haul ingnow fill or materials to site 02) 14 aul. ing used fill or waterial to ars area located away from the road or group 0 Fstreets. upon which work was currently being perfoinmed. Fill or material will be used on a road in the new area 03) Haul 1ng discarded fill or material to a damp 04) Grading and/or aompatcting oo a road surface which has new or deed fill deposited from ei0ier a supplier, excavated ditches, razids located some distance away from the rv;ci or group of streets currently being worked un 05) Installation of manholes 06) Installation of new or used culverts 07) Filling potholes 08) Making a new road where there was no road 09) Digging a new ditch where no ditch existed previously 10) Removing old black -top; replacing with neW malterial 1 1) Instaiiing of crass culverts 12) lnstaIiirig stoi n drains The listed work is subject to the provisions oFthe State of AIaski Department of Labor, Uihorer's Mechanics lklinimum Rates or Pay_ (5cc Appt:mdix _D) 7. BILLING DEADLINE The Contractor ,shall submit to the Bofmgh at the end of each month invoifes for the services ajid Malcrials supplied during that month. Invoices fortliat mcmth wil3 not be paid if not received by the Borough within thirty (3 0) calendar days f om the and of the month in which the work was performed or materials were supplied. The Contractor shalt prepare and subtnit a "Daily Work Report and Road Work Loo' with signed time sheets for each employee's day during periods when authorized work is in }progress. Copies of all the forms are attached as Appendix B with exception of the time sheets that will he provided by the Contractor_ Amendment to SA1 Road Maintenance Contract - Page 7 of 10 for the Kodiak Island Borough 8. INSURANCE AND INDE1{1NIRCAT10,N A. Indemnification: To the ful Icst extent permitted by lavw+,Contractor agrees to defend, pay on behalf of, indemnify and bold harmless the Borough, its cleGted and appointed officials, etupluyees and volunteers and others working on behalf oftltc Borough against any and all claims, dcrnandS, suits or loss, including all costs connected therewitli, and foranydamages which may lac asserted, claimed or recovered against or from the Borough, its elected and appointed official-,, crnpIoyees and volunteers and others working on behaIfor the Borough. by reason, of personal injury, including bodily injury or death andlor property damage, including lass of use thereof, which arises out of oris in any way connected or associated With this Contract. B. Insuranre; The Contractor small not commence work until the Contractor leas obtaisted a€I the insurance requt red finder this Contract acrd such insurance has been approved by the Owner, nor shall the Contraccor allow any subcontractnr to CCmmtiicc work on its subcoatractuntiI the insurance required has been so obtained. The Cantractorsha11maintnin such insurance as will protect it from claims under WGrkers' CQmppnsatiotn Acts and other employee benefit acts for damages beMu.seofbodily injury, including death. to its employees and all Others fordamagesto property, arty orall ofwhich may arise out oforresult from the C.ontractor's operations under the Contract whether such operativas be by itself or by any suhconlractcr or anyone directly or indirectly ernploycd by either of them. Withoiit hTntting the Contractors indemnification, it is agreed that the Contractor will purchase, at its own expense and maintain in force at all tunes during the term of this Contract, the fallowing policies of insurance. Failure to maintain insurance may, at the option of the: Borough Manager, be grounds for default and the Borough Manager may terminate this Contract. Where specific limits are Shown, it is understood that they will be the minirnurn acceptable limits_ if tile C;ontractods policy containshiglier limits, the Borough shall be enti tied to coverage to the extent of such higher limits. Contractor is resporuiible for all deductible a. Asa cord -It ion oCaward, certificates of insurance, with end Ors ern enn, must be famished to the Borough Engineering and Fac [hties Deparlrrrent. These certificates must provide thirty (30) day prior notice to the Far}rough in die event of cancellation, non -renewal or a rnmeirial change in the policy. Proof of insurance is required of the following: 1. Workers' Compensation Insurance. The Contractor shall provide and maintain, for all employees of the Contractor engaged in work under this Contract, Workc& Compensation Insurance as required by applicable state law (AS 23,30.04 5) for all crnployees to he engaged in work at the site of the project undo- this Contract. This Covera ge roust include statutory coverage for States in which employees are engaging in work and employees liability protection nut less than $1,000,000 per person, $1,000,000 pct occurrence. Amendment to SA1 Road Maintenance Contract - Page 8 of 10 for the Kodiak Island Borough 2. Cornprehensive (Cornmercial) General Liability Insurance with cover&ge lirnits deaf Iess than two million (S 2,DO0,000) dol lars per occurrence and annual aggregates where generally applicable and will include premise operations, Indepen€lent Contractors, products,'completed operatiots, broad farm property damage, blanket contractual and personal injury endorsements. 3. C:omprehens1vc: Autamobile Lfability Insurance covering all owned, hired, and non -owned vch ic les aad wi th coverage limits not less than $1,000,000 perpersnn, 1,000,004 ger occurrence bodily injury, and $1,000,000 property darnacre, Additional insured: The following shall be an Additional Insured: The Kodiak Island Borough, including all elected, and appointed officials, all employees and volunteers, all boards, commissions, and/or authcrities and their bond members, employe= and volunteers. The Additional tenured shall is named on tl3e Contractoes coverage for Comrnercial GencraE and vehicle liability. 9. TECHNICAL SPECIMCATIONS Work- under this contract shall be performed in accordance with State of Alaska Standard Specifications for Highway CLmstruction, dated ? 004 and Title 16. W of the Kodiak Island Borough Code, which describes the Berough's Road Standards. 10. CONTRACTOR'S REPRESENTATIONS AND COVENANTS A. The Contractor covenants arldagrees thatallwork shall be done to thecornplete satisfaction of the Kodiak Island Borough, mbject to inspection at a]l tunes and approval by any participating agency of(he Government of the United S fates of America, and in accordance with the laws of the State of Alaska and rules and reg uladons ofsuch Federal agcncy. B. The C ontracto r further covenants and agrees to (i) perform all work and labor in the best and most workmanlike manner and that all and every ofiaid matenals and labor shall be Irl strict and entire corifonnity in every respect with the Contract I]ocuments; (ii) abide by and perform all stipulations, covenants, and agrcemcn(s specified in the ContractUacurncnts, all ofwhich arc by reference hereby rnade a part ofIhis Ccrttmr-L C. The Contractor hereby agrecs to receive the prices set forth in flre Bid Sche&des as full compensation for furnishing all materials and laborwhich may berequired in the prosecution and completion of the whole work to he done under this ContracI. D. Contractor is an independent contractor, and is not an employee ar agent of the Borough. Amendment to SA1 Road Maintenance Contract - Page 9 of 10 for the Kodiak Island Borough ENTERED INTO AND EFFECTIVE the day and year first above written. KODIAK ISLANR BOROUGH By 4,hles_ Cassidy Borough Manager RECOMMENDED: 1 y- 06 Tucker Acting Frigineerin&Tapilities Director ATTEST; BY OltY ovtv_�- Nova M. Javier, MMC Borough Clerk CONTRACTOR 1 B. I;'rinted Name: Ath as Williamson Title- Owner/Sole Pru ricior Amendment to SA1 Road Maintenance Contract - Page 10 of 10 for the Kodiak Island Borough } Kodiak Island Borough Assembly Newsletter Vol. FY2023, No. 2 July 22, 2022 At Its Regular Meeting Of July 21, 2022, The Kodiak Island Borough Assembly Took The Following Action. The Next Regular Meeting Of The Borough Assembly Is Scheduled On August 4, 2022, At 6:30 P.M. In The Borough Assembly Chambers. APPROVED Contract No. FY2013-34E Amending Contract No. FY2013-34D With The Suggested Rate Increases Based On The Cost -Of -Living Index For Service Area No. 1. AMENDED, ADOPTED Resolution No. FY2023-08 Approving The Distribution Of Funds To Local Post - Secondary Education Institutions In Support Of Local Student Tuition. AUTHORIZED The Manager To Fund The Interpretive Specialist/Secretary Position At The Kodiak Fisheries Research Center For A Period Of Six (6) Months Starting August 1, 2022, In An Amount Not To Exceed $8,000. AUTHORIZED The Manager To Award Contract No. FY2023-08 To NC Machinery In The Amount Of $675,000 For The CAT Certified Rebuild Of The 2006 CAT D7 Bulldozer. APPOINTED Mr. Dave Conrad As Interim Kodiak Island Borough Manager Retroactive To June 22, 2022, With Compensation At $140,000 Per Year. View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough June 5, 2019 AIM Maintenance, LLC 377 Neva Way Kodiak, AK 99615 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9357 Fax (907) 486-9394 dconrad@kodiakak.us —T. , JUN 7 1 2019 Re: Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #I Contract No. FY2013-34. Dear Athenas, With this letter the Kodiak Island Borough wishes to extend your existing contract until June 30111, 2020 or until a new contract is awarded. The same provisions of the original contract will remain in effect. It is the Kodiak Island Boroughs intent to develop new service district contracts and have them out prior to the next fiscal year. Please review the following insurance certificates; General liability insurance with the Borough named as additional insured, Worker's Comp insurance, Automobile insurance to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the three documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Kodiak Island Borough Manager AIM Maintenance, LLC 1 FY2013-34D AIM, LLC. 4th Ext. Kodiak Island borough � Engineering &Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9343 Fax (907) 486-9394 t Jclay(a�kodiakak.us July 7, 2017 AIM Maintenance 377 Neva Way Kodiak, AK 99615 Dear Sir, RB: Extension or Road Maintenance and Repairs, Snow Removal and Sanding for Service Area it Contract No. PY2013-34. With this letter the Kodiak Island Borough wishes to extend your existing contract until September 30, 2017 or until a new contract is awarded. 'rhe same provisions of the original contract will remain in effect. Please review the following insurance certificates General liability insurance with the Borough named as additional insured, Worker's Comp insurance, Automobile insurance to make sure th are cunenl with the limits outlined in the original agreement. After review of said documents. please provide the Kodiak Island Borough with a copy of the three documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Nhchae Powe s Kodiak Islafid Borough Ma Lo Athenas Williamson AIM Maintenance 1, IV„,•ty, i Borough l6i)1,7 D to NND e0 at FA March 7, 2016 AIM Maintenance 377 Neva Way Kodiak, AK 99615 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9342 Fax (907) 486-9394 btucker@kodiakak.us RE: Second year Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1. Dear Athenas, With this letter the Kodiak Island Borough wishes to exercise our option for the Second year extension to your existing Road Maintenance and Repairs, Snow Removal and Sanding Contract until June 30, 2017. The same provisions of the original contract will remain in effect. Please review the following insurance certificates: General liability, Worker's Comp, and Automobile Insurance with the Borough named as "additional'insured;" to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. ZBill ....Rerts Acting Manager, Kodiak Island Borough A I M Maintenance M. vier 1ak Island „ O'e'ur- Date March 18, 2015 AIM Maintenance 377 Neva Way Kodiak, AK 99615 FYXWa-&�{Iq- ,F)a - /*rea� --d-1 Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9342 Fax (907) 486-9394 btucker@kodiakak.us RE: First year Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1. Dear Athenas, With this letter the Kodiak Island Borough wishes to exercise our option for the First year extension to your existing Road Maintenance and Repairs, Snow Removal and Sanding Contract until June 30, 2016. The same provisions of the original contract will remain in effect. Please review the following insurance certificates: General liability, Worker's Comp, and Automobile Insurance with the Borough named as "additional insured;" to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Charles Cassidy Manager, Kodiak Island Borough Athenas WOilliamso3 A I M Maintenance arr T r « .x Iv,. : g11 Clerk Kcu;ak IS1a, i j '.3 4 -,,�. j Date Date AIMMA-1 CP ID: BJS '�"K"_ CERTIFICATE OF LIABILITY INSURANCE 004/0712015YI DOCUMENT WITH RESPECT TO 041072015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 907-486-3101 NA�NSEACT Sweeney Insurance Inc. 122 W. ezanof Drive Fax: 907-486-5545 __ ....... _.[�oNN........................... Kodiak, AK 99615 E-MAIL Bonnie Stratman - _ADDRESS: m._..._.. _ _. �....... }X l CLAIMS -MADE OCCUR 1N5URERj51 -COVERAGE ` NAIC N ................_...w_�. ......_..,......__.. .. .., ....W.__ _ —_.. . .............. INSURERA: Scottsdale .... ......._._ ___. _. ...... ... Insurance Corp dbaAthenas & Jeremy Williamson --- . -__._Y --- �._al _ -._ ...... _.-_ ..__ Interstate Ins Co 377 Neva Way iNsuREnc:American ......... ....... ..................... Kodiak, AK 99615INSgRLAD . ........ ..... .. .. .... �._ PRC}- INSURER E: ..._.._.._.. - INSURER F COVERAGES CERTIFICATE NUMBER: PDvicinK1 kit I"M§=D. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRMED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES- LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Bud Cassidy ACCORDANCE WITH THE POLICY PROVISIONS. .......-_,... ..... . . .-- _ - INSR TYPE OF INSURANCE......--...-.-.. 3AOLiSUF3it..-. POLICY YFF POLIGY-EXP. LTR 1 POLICY NUMRi»R friMIDDlYYYYI (MfA1DdlYYYY) LIMITS �._. GENERAL LIABILITY - EACH OCCURRENCE 1. $ 1,000,000 X X COMMERCIAL GENERAL LIABILITY X ' CPS1863080 11115!2014 11! 15!2015 .............. ' oAfIACF To R�NTI u ......._. 100,000 }X l CLAIMS -MADE OCCUR PREMtIS5EapccE onc�a..... .. M£#: EAP (Any aneperson) g W ......... ..,.,,. 5,00 IPERSONAL 6ADVINJURY rS .. ,..,.,... 1000,000 , '......-...- ..�_ _,_............ ......... .__.. I ;_GENERALAGGREGAT£ $ ,,.,,.._....._. �._ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER - ........... PRODUCTS - CO PrOP AGG 5 .__..__.... 2,000,000 PRC}- �.._...m..,........................- ..._.._.._.. - PGLECY s LOC 5 AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT F.LE�acc fen11a 1,000,000 X ANY AUTO X j IBA56309934 11110/2014 # 11/1012015 [ BODILY INJURY (Per parson) S _.,-.,. X I ALL OWNED SCHEDULED .,_.._� AUTOS .. _-� AUTOSBGDELY ' INJURY (Par accident) ` 3 VNEO HIRED AUTOS ?AUTOS . . PtOPLITY AMAG..-...... . E ]�2R111 __. ............ UMBRELLA LIAR OCCUR EACH OCCJRFiENCE EXCESS LIAR CAh5 hAD£ ........._._...._..... AG GEGATE DELI RETENTIONg WORKERS COMPENSATION VdCSTATLI• ': -.flTH- AND EMPLOYERS' LIABILITY Y k N X TQIY..I,:IiYiIT ,,,._ ANY PROPMETORIPARTNERIEXFCUT€VE ,RAWCAK2350852015 01109!2015 01!0912016: - pfFICETtlMEMEeR FJSGLilDED? I N d A £ L EA EACH ACGIB -NT S - _....... _ 100,000 fyes.d(Mandatorym Nn '_ I7 yes. desu6e under : EL DISEASE EA EMPLOYEE: $ - ..,.,........ - .._ .�...... m...-. _....- .... 100,000 i. DESCRIPTION OF OPERATIONS belniv EL DISEASE - POLICY LIMIT !S 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (Attach ACORD 101, Additional Ramar" Schedule, If more space Is raqulredl V 1988-2010 ACORD CC=ights reserved. ACORD 25 (2010!05) The ACORD name and logo are registered marks of ACORD KIB1234 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Kodiak Island Borough THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bud Cassidy ACCORDANCE WITH THE POLICY PROVISIONS. 710 Mill Bay Road AUTHORIZED REPRESENT IVE Kodiak, AK 99616 Bonnie Stratman V 1988-2010 ACORD CC=ights reserved. ACORD 25 (2010!05) The ACORD name and logo are registered marks of ACORD OWNER -GENERAL CONTRACTOR DateM D, AGREEMENT FOR ROAD MAINTENANCE AND REPAIRS, SNOW REMOVAL AND SANDING FOR SERVICE AREA #1 IN THE KODIAK ISLAND BOROUGH, KODIAK, ALASKA Contract No. F' aa3-34 THIS CONTRACT, made this 8th day of July, 2013, between the Kodiak Island Borough of 710 Mill Bay Road, Kodiak, Alaska 99615-6398, and Athenas Williamson of AIM Maintenance, Kodiak, Alaska, organized under the laws of the State of Alaska, its successors and assigns party of the second part, hereinafter called the Contractor. This Contract shall consist of the following Contract Documents: "Contract Documents" shall include: Request for Bids, including all addenda; Appendix A - Bid Schedules; Appendix B - Road Work Log and Daily Work Report Forms; Appendix C - Map of Road Service Area; Appendix D - State Rates of Pay. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the parties, hereby covenants and agrees to commence and provide maintenance and repairs, described as follows: 1. DESCRIPTION A. Scope of Work: Roadway maintenance and repairs, including grading, ditch cleaning, clearing, culvert installation, snow and ice removal, and sanding in Service Area #1. Any damage caused by Contractor to culverts or curbs by ditching, grading and/or plowing will be repaired or replaced by Contractor at "no cost" to the Borough. The existing system consists of approximately 12 miles of graveled and paved roadway and parking areas, as shown on Appendix C. B. Inspection and Boroush Supervision: All work will be authorized and inspected by the Service Area Board Chair or his/her designee. All road repairs, drainage, ditch maintenance and construction projects must be approved by the Borough Engineering and Facilities Department prior to commencing work. C. Approval to Start Work: Snow removal, sanding and routine maintenance will be at the discretion of the Service Area Board Chair or his/her designee. No reconstruction or upgrade work over $5000.00 shall commence prior to approval by the Borough Manager or his/her designee. YAEF\Semice Arca\Service Arca #1\Contmcts\Contracts\Road Maintenance Contma FY2013-15\Agmement FY2013-FY2015 Final#2.doc Page 1 of 7 2. CONTRACT TERM A. The term of this contract is July 1, 2013 to June 30, 2015. The Borough Manager, in his sole discretion, may offer two (2) additional one (1) year extension terms. The Borough Manager may consider Contractor's performance and any recommendations of the Service Area Board. If the Borough makes such an offer, the Contractor will have thirty (30) days to accept or refuse the offer. B. Any holding over of the Contract beyond any exercised renewal options will be considered a "month-to-month" extension. All terms and conditions as set forth in this Contract shall remain in full force and effect. Each party shall provide the other party with notice of intent to cancel such "month-to-month" extension at least thirty (30) days prior to the desired date of cancellation. C. The Borough Manager may terminate this Contract upon thirty (30) days prior notice if the Contractor receives three letters from the Borough Manager or designee for documented non- performance, which has not been amended or resolved in a timely manner, for multiple equipment break downs, or for unavailability of equipment or labor needed to complete the work as described in the Contract. The Borough Manager may rely on any recommendations made by the Service Area Board. 3. RESPONSE TIME A. Maintenance: The Contractor shall begin corrective work no later than 8:00 a.m. of the second day following receipt of directive for correction on non -emergency problems and two hours after notification for snow removal/sanding and other emergency problems., Any equipment warm-up must be completed prior to the start time. B. Repairs: The Borough, through the Borough Manager or designee, may request repairs in accordance with a written Work Order to be dated and signed by both parties. The work order system may also be implemented upon requested through the Borough Manager or designee by the Board Chair or the Contractor to help settle disputes between the two parties. C. Non-exclusive Work: If the Contractor does not respond to a non -emergency work order in a timely manner, the Service Area Board Chair or his/her designee and/or the Kodiak Island Borough Engineering and Facilities Director or his/her designee may utilize a Contractor from one of the other service areas or a KIB facilities' contractor to respond to the work order. In an emergency, or if there is a reasonable possibility that Contractor may not be able to timely or adequately perform, the Borough may contract with the second bidder on the bidding list for the purposes of a backup contractor. All contractors shall supply contact numbers for 24 hour service (cell, pager) that will allow the Kodiak Island Borough and/or the Service Area Board Chair to contact the Contractor or his designee anytime during the contract period. YAEF\SeMce Arca\Smicc Arca #1\Contracts\Conlracts\Aoad Maintcnancc Contract FY2013-MAgrccmcnt FY2013.FY2015 Final#2.doc Page 2 of 7 4. SPECIAL EQUIPMENT The Contractor shall furnish equipment suitable for dust abatement and steam generation to thaw culverts, and two pieces of snow removal equipment (both with blades and snow gates). As well as one 8 -yard sander for spreading Dl and 1 sander with a minimum 2 1/2 yard capacity for sanding/salting. Snow gates will be engaged on all driveways within the service area. If snow gates are not engaged or inoperable the Contractor will be responsible for the immediate cleanup of these areas at no charge to the Borough. In cases of heavy snowfall the Contractor would be expected to work together with Service Area Board Chair to open driveways as soon as possible and would be able to charge for these extraordinary circumstances with prior approval. Prior to the first snowfall of the season, the Contractor shall install snow markers at all critical culverts and drainage areas. These shall be determined by joint decision of the Service Area Board and the Contractor. 5. COSTS OF MATERIALS, SUPPLIES, AND EQUIPMENT A. Materials: For all Borough approved materials actually used in the work, the Contractor shall be reimbursed at rates set forth in the Bid Schedules. Material transportation costs shall be provided for under the equipment rental rates. B. Equipment: 2 Graders shall have a minimum of 14 ft. blades. 1 loader with a minimum3 yard bucket for clearing intersections and heavy accumulated areas, and 1 Loader, ifusedfor snow removal, can have a minimum of a 12 ft. blade capable of angle adjustment or a bucket capacity of 3-4 yards. All equipment listed in the equipment schedule must be in good working condition suitable for the purpose for which the equipment is to be used. Individual pieces of equipment or tools having a replacement value of one hundred (100) dollars or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefore. C. Labor rates: Included in listed equipment rental rates are straight time including fringe benefits. Premium rates for overtime will be paid for work performed under this contract above eight (8) hours per day and forty (40) hours per week. This overtime rate will be an incremental amount to be applied on top of the straight hourly rate included in the Contractor's original labor and equipment rate in the Bid Schedule. Rental time will not be allowed while equipment is inoperative for any reason, including due to breakdowns, while warming up or installing chains. The rental time to be paid for equipment on the job shall be the time the equipment is in operation on work being performed. D. Sandine Equipment: The Contractor shall have two (2) sanders available with the primary sander having a minimum eight (8) yard capacity; the secondary sander may have a minimum of (2 1/2) yard capacity. The Contractor shall furnish sanding equipment suitable for spreading Dl, rock chips, sand and or salt on roadways and parking lots. YAEF\Smice Arca\Service Arca #1\Contracts\Contmcts\Road Maintenance Contract FY2013-15\Agrec ncnt FY2013-FY2015 Final#2.doc Page 3 of 7 6. 7. IMIU83crural The Contractor shall furnish necessary additional labor, not included in equipment rental rates, at the rate specified in the Bid Schedule for straight time including fringe benefits. Premium rates for overtime will be paid for work performed under this contract above eight (8) hours per day and forty (40) hours per week. This overtime rate will be an incremental amount to be applied on top of the straight hourly rate included in the Bid Schedule. The State of Alaska Department of Labor defines the following types of work for public construction projects as being subject to payment of the prevailing wage rates per AS 36.05.010 and AS 36.05.030: 01) Hauling new fill or materials to site 02) Hauling used fill or material to an area located away from the road or group of streets upon which work was currently being performed. Fill or material will be used on a road in the new area 03) Hauling discarded fill or material to a dump 04) Grading and/or compacting on a road surface which has new or used fill deposited from either a supplier, excavated ditches, roads located some distance away from the road or group of streets currently being worked on 05) Installation of manholes 06) Installation of new or used culverts 07) Filling potholes 08) Making a new road where there was no road 09) Digging a new ditch where no ditch existed previously 10) Removing old blacktop; replacing with new material 11) Installing of cross culverts 12) Installing storm drains The listed work is subject to the provisions of the State of Alaska Department of Labor, Laborer's Mechanics Minimum Rates or Pay. (See Appendix D) BILLING DEADLINE The Contractor shall submit to the Borough at the end of each month invoices for the services and materials supplied during that month. Invoices for that month will not be paid if not received by the Borough within thirty (30) calendar days from the end of the month in which the work was performed or materials were supplied. The Contractor shall prepare and submit a "Daily Work Report and Road Work Log" with signed time sheets for each employee's day during periods when authorized work is in progress. Copies of all the forms are attached as Appendix B with exception of the time sheets that will be provided by the Contractor. YAEF\Smicc Arca\Smicc Arca #1\Contracts\Contracts\Road Maintcnancc Contract FY2013-15\Agrccmcnt FY2013-FY2015 Final#2.doc Page 4 of 7 8. INSURANCE AND INDEMNIFICATION A. Indemnification: To the fullest extent permitted by law, Contractor agrees to defend, pay on behalf of, indemnify and hold harmless the Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Borough against any and all claims, demands, suits or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from the Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Borough, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. B. Insurance: The Contractor shall not commence work until the Contractor has obtained all the insurance required under this Contract and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on its subcontract until the insurance required has been so obtained. The Contractor shall maintain such insurance as will protect it from claims under Workers' Compensation Acts and other employee benefit acts for damages because ofbodily injury, including death, to its 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 itself or by any subcontractor or anyone directly or indirectly employed by either of them. Without limiting the Contractor's indemnification, it is agreed that the Contractor will purchase, at its own expense and maintain in force at all times during the term of this Contract', the following policies of insurance. Failure to maintain insurance may, at the option of the Borough Manager, be grounds for default and the Borough Manager may terminate this Contract. Where specific limits are shown, it is understood that they will be the minimum acceptable limits. If the Contractor's policy contains higher limits, the Borough shall be entitled to coverage to the extent of such higher limits. Contractor is responsible for all deductibles. As a condition of award, certificates of insurance, with endorsements, must be furnished to the Borough Engineering and Facilities Department. These certificates must provide thirty (30) day prior notice to the Borough in the event of cancellation, non -renewal or a material change in the policy. Proof of insurance is required of the following: Workers' Compensation Insurance. The Contractor shall provide and maintain, for all employees of the Contractor engaged in work under this Contract, Workers' Compensation Insurance as required by applicable state law (AS 23.30.045) for all employees to be engaged in work at the site of the project under this Contract. This coverage must include statutory coverage for States in which employees are engaging in work and employer's liability protection not less than $1,000,000 per person, $1,000,000 per occurrence. YAEF\Scmicc Arca\Scrvicc Arca #1\Contracts\Contracts\Road Maintcnancc Contract FY2013-MAgrcement FY2013-FY2015 Final#2.doc Page 5 of 7 2. Comprehensive (Commercial) General Liability Insurance with coverage limits not less than two million ($2,000,000) dollars per occurrence and annual aggregates where generally applicable and will include premise operations, independent Contractors, products/completed operations, broad form property damage, blanket contractual and personal injury endorsements. 3. Comprehensive Automobile Liability Insurance covering all owned, hired, and non -owned vehicles and with coverage limits not less than $1,000,000 per person, $1,000,000 per occurrence bodily injury, and $1,000,000 property damage. Additional Insured: The following shall be an Additional Insured: The Kodiak Island Borough, including all elected, and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and their board members, employees and volunteers. The Additional Insured shall be named on the Contractor's coverage for Commercial General and vehicle liability. 9. TECHNICAL SPECIFICATIONS Work under this contract shall be performed in accordance with State of Alaska Standard Specifications for Highway Construction, dated 2004 and Title 16.80 of the Kodiak Island Borough Code, which describes the Borough's Road Standards. 10. CONTRACTOR'S REPRESENTATIONS AND COVENANTS A. The Contractor covenants and agrees that all work shall be done to the complete, satisfaction of the Kodiak Island Borough, subject to inspection at all times and approval by any participating agency of the Government of the United States of America, and in accordance with the laws of the State of Alaska and rules and regulations of such Federal agency. B. The Contractor further covenants and agrees to (i) perform all work and labor in the best and most workmanlike manner and that all and every of said materials and labor shall be in strict and entire conformity in every respect with the Contract Documents; (ii) abide by and perform all stipulations, covenants, and agreements specified in the Contract Documents, all of which are by reference hereby made a part of this Contract. C. The Contractor hereby agrees to receive the prices set forth in the Bid Schedules as full compensation for furnishing all materials and labor which may be required in the prosecution and completion of the whole work to be done under this Contract. D. Contractor is an independent contractor, and is not an employee or agent of the Borough. YAERSemice Area\Scmice Area #1\Contracts\Contmcts\Road Maintenance Contract FY2013-15\Agreement FY2013-FY2015 Final#2.doc Page 6 of 7 ENTERED INTO AND EFFECTIVE the day and year first above written. KODIAK ISLAND BOROUGH CONTRACTOR ee By —r_ By Charles L. Cassidy Printed Name: Ath as Williamson Borough Manager Title: Owner/Sole Proprietor RECOMMENDED: BY J c GYJI A�.�GrnaU- ob Tucker Acting Engineering/Facilities Director ATTEST: B `� U '�- -M ' Y QZR�' Nova M. Javier, MMC Borough Clerk YAEF\Scmice Arca\Scmicc Arca Nl\ContmcsTontracts\Road Maintcnancc Contract rY2013-15\Agreemcnt FY2013-FY2015 Finalgldoc Page 7 of 7 A� �® CERTIFICATE OF LIABILITY INSURANCE DATE `roerzo,�a ' THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Levi Seaton Insurance Agency LLC 1227 Mill Bey Rd Kodiak AK 99615 CONTACT NAME: PHONE Eel), FAX No MWI ADDRESS: INSURERS AFFORDING COVERAGE NAIL0 INSURERA: Scottsdale Insurance Co. INSURED Athenes WIliamson DBA AIM MaintenanceINSDRERD: 377 Neva Way Kodiak AK 99615 INSURER B INSURERC: GENERAL LIABILITY INSURERE: 1 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE�UW AUTHORIZED REPRESENTATIVE POLICY NUMBER POLICYIEFF IAMONYYY POLICY MIDDMIYY UNITS GENERAL LIABILITY EACH OCCURRENCE 1 $1,000,000 X COMMERCIAL GENERAL LABILITY CUUMSMAOE EROCCUR PREMISES $100,000 MED EXP (My oneperson) $5,000 PERSONAL B ADV INJURY $1,000,000 A Y CPS1707307 11/152012 11/152013 GENERAL AGGREGATE $2.000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOPAGG $2,000,000 $ X POLICY PRO- OC AUTOMOBS.ELIABILITY This is evidence of ir surance IJ EeemdeN SING LIMB INJURY (Per person) S and develo ed and rthe BODILY INJORY(Per e ade d) $ ALL OWNED SCHEDULED AUTOS ON -0 NNNED HREDAUTOS AUTOS procured Alaska Surplus Line 21.34. It is not covei Law, A ed by t e: Y AMAG P r tl rill UMBRELLA LIAR HOCCUR Alaska Insurance GL aranty EACH OCCURRENCE AGGREGATE EXCESS LIAB CLAIMSWADE Association Act, AS 1.80. C riffin DED I I RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN#8034 UnderI,U I WCSTATU- OTM- E L. EACH ACCIDENT ANY PROPRIETOR,PARTNERIFXECUTIVE ❑ OFFICERNEMBER EXCLUDED? NIA E . DISEASE - EA EMPLOYEE I (Mandatory In NH) If yas, tlasalGa antler DESCRIPTION OF OPERATIONS Gel. E . DISEASE - POLICY LIMIT A Inland Marine Y CPS1707307 11/152012 11/152013 $130,000 Scheduled Equipment (AII Risk -ACV) DESCMPTIONOFOPERATIONS/LOCATIONS/VEHICLES (Ae¢h ACORD 101,Addltlonal Remarks Scheduh, if mon space is required) Certificate holder Is named as additional Insured perform CG2010(04/13). CER71FICATE HOLDER CANCELLATION 01988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Kodiak Island Borough THE EXPIRATION DATE THEREOF, NOTICE WILL SE DELIVERED IN 710 MITI Bay Rd ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Kodiak AK 99615 01988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Alaska Business License # 991031 Alaska Department of Commerce, Community, and Economic Development Division of Corporations, Business and Professional Licensing P.O. Box 110806, Juneau, Alaska 99811-0806 This is to certify that A I M MAINTENANCE 377 NEVA WAY KODIAK AK 99615 owned by ATHENAS WILLIAMSON is licensed by the department to conduct business for the period June 10, 2013 through December 31, 2014 for the following line of business: 23 - Construction This license shall not be taken as permission to do business in the stale without having complied with the other requirements of the laws of the State or of the United States. This license must be posted in a conspicuous place at the business location. It is not transferable or assignable. Susan K. Bell Commissioner March 18, 2015 AIM Maintenance 377 Neva Way Kodiak, AK 99615 IF 9019.3Eel-? f# Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone(907)486-9342 Fax(907)486-9394 btucker@kodiakak.us RE: First year Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1. Dear Athenas, With this letter the Kodiak Island Borough wishes to exercise our option for the First year extension to your existing Road Maintenance and Repairs, Snow Removal and Sanding Contract until June 30, 2016. The same provisions of the original contract will remain in effect. Please review the following insurance certificates: General liability, Worker's Comp, and Automobile Insurance with the Borough named as "additional insured;" to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Charles Cassidy C , Kodiak Island Borough Athenas VriIliamsoi A I M Maintenance ATT T —Ib1 a:_!dr. :.,Cort. gh Clerk Ku: i ik .,:.;,a �i\S C 2 Date Date FY2013-34AAIM, LLC. 1st Ext. AIMMA-1 OF ID: BJS CERTIFICATE OF LIABILITY INSURANCE D04/07/2015 Y) 04/0 712 01 5 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Phone: 907-486-3101 Sweeney Insurance Inc. 122W. Rezanof Drive Fax: 907-486-5545 Kodiak, AK 99615 Bonnie Stratman CONTACT PHONE Ext), aC Ne: EMAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC N GENERAL LIABIUTY X COMMERCIAL GENERAL LIABILITY I X CLAIMS -MADE OCCUR _ INSURER A: Scottsdale _ INSURED AIM Maintenance dbaAthenas & Jeremy Williamson 377 Neva Way INSURER e: Liberty Mutual Insurance Cor INSURER C: Interstate Ins Co — INSURER o: Kodiak, AK 99615 MED EXP (Any one ) S 6,00 INSURER E _ INSURER F: GOVERAGE5 CERTIFICATE NUMBER: OEV!S!ON NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR LTR TYPE OF INSURANCE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Kodiak Island Borough POLICY NUMBER POLICY EFF M YY POLICY EXP LIMITS X GENERAL LIABIUTY X COMMERCIAL GENERAL LIABILITY I X CLAIMS -MADE OCCUR _ X CPS1863060 11N$/2014 ( 1111512015 EACH OCCURRENCE S 1,000,00 DAMAGE TO RENTEU— p ISE$ (Ea mance) $ 100,00 MED EXP (Any one ) S 6,00 PERSONAL S ADV INJURY S 1,000,00 _ GENERAL AGGREGATE $ 2,000,00 MGEN'L AGGREGATE i POLICY LIMIT APPLIES PER PRO- n LOC PRODUCTS-COMPIOP AGO s 2,000,00 $ X AUTOMOBILE I—I X X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS(Peracmdentl X BA56309934 11/1012014 1111012015 COMBINED SINGLE LIMIT • amid m) 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE S UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED ' RETENTIONS $ X WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR PARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, desaibe under DESCRIPTION OF OPERATIONS below NIA RAWCAK2350862015 0110912015 01/0912016 WC STATU• 0TH-! _ E.L. EACH ACCIDENT $ 100,00 _ E, L. DISEASE • EA EMPLOYEE $ 100,00 -- E.L. DISEASE -POLICY LIMIT $ $00,000 I I I DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) PJ3Cf ■ li t.9_\ a a : PI aPl a a KIB1234 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Kodiak Island Borough THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bud Cassidy ACCORDANCE WITH THE POLICY PROVISIONS. 710 Mill Bay Road AUTHORIZED REPRESENTPP IVE Kodiak, AK 99616 Bonnie Stratman ®1988-2010 ACORD C PORATION. rights reserved, ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 17 March 7, 2016 AIM Maintenance 377 Neva Way Kodiak, AK 99615 F y20l3-3qZ Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone(907)486-9342 Fax(907)486-9394 btucker@kodiakak.us SCANNED Date: ILL: Info: '— RE: Second year Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1. Dear Athenas, With this letter the Kodiak Island Borough wishes to exercise our option for the Second year extension to your existing Road Maintenance and Repairs, Snow Removal and Sanding Contract until June 30, 2017. The same provisions of the original contract will remain in effect. Please review the following insurance certificates: General liability, Worker's Comp, and Automobile Insurance with the Borough named as "addifional'insured;" to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Bill R erts Acting Manager, Kodiak Island Borough A I M Maintenance M. vie iak Island Date FY2013-34B AIM, LLC. 2nd Ext r�Zo13-3qC SCANNED Date: 7[djLZ:Init: -V Kodiak Island Borough 8ngineerPng & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 UU j Phone() 907 486-9343 Pax(907)486-9394 (a jelaykodiakak its July 7, 2017 AIM Maintenance 377 Neva Way Kodiak, AK 99615 Dear Sir, RE: Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 Contract No. FY2013-34. With this letter the Kodiak Island Borough wishes to extend your existing contract until September 30, 2017 or until a new contract is awarded. The same provisions of the original contract will remain in effect. Plcuse review the following insurance certificates General liability insurance with the Borough named as additional insured, Worker's Comp insurance, Automobile insurance to make sure th are current with the lintils outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the three documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, Nlichae Powe s Kodiak Ish d 3orough Ma Athenas Williamson AIM Maintenance FY2013-34C AIM, LLC. 3rd Ext. Date June 5, 2019 AIM Maintenance, LLC 377 Neva Way Kodiak, AK 99615 Kodiak Island Borough Ettgineerimg & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone(907)486-9357 Fax(907)496-9394 dconrad t)kodiakak.us .' -:' JUN i 1 2019 Re: Extension of Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 Contract No. FY2013-34. Dear Athenas, With this letter the Kodiak Island Borough wishes to extend your existing contract until June 30"i, 2020 or until a new contract is awarded. The same provisions of the original contract will remain in effect. It is the Kodiak Island Boroughs intent to develop new service district contracts and have them out prior to the next fiscal year. Please review the following insurance certificates; General liability insurance with the Borough named as additional insured, Worker's Comp insurance, Automobile insurance to make sure they are current with the limits outlined in the original agreement. After review of said documents please provide the Kodiak Island Borough with a copy of the three documents for our records. You may acknowledge your acceptance of this renewal by signing at the bottom of this document and returning to our office. Sincerely, `P�ISLAN� t e•L. 6'p GI- Michael Powers Kodiak Island Borough Manager t i Athenas Williamson AIM Maintenance, LLC FY2013-34D AIM, LLC. 4th Ext.