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.