FY2022-26 Construction Contract For North Star Siding And Window Upgrades With Wolverine Supply Inc.KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER
710 MILL BAY ROAD Project Name: Project Number:
KODIA , , ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5
Contractor: Wolverine Supply, Inc.
Cost
Contract No.: FY2022-26 C
Change Order No.: 03
Original Project Budget:
$
502,039.00
Original Contract:
$
787,000.00
Previous Budget Changes:
$
867,467.00
Previous Changes:
$
2,243.25
Adjusted Project Budget:
$
1,369,506.00
This Change:
$
0.00
To -Date Project Expenses:
$
450,171.59
% of Original Contract
0.00%
To -Date Project Encumbrances:
$
444,541.91
Adjusted Contract:
$
789,243.25
Current Remaining Budget:
$
418,997.15
4
Description of Change
Cost
Due to delays in receiving materials at the front end of phase 2 Owner and Contractor agree to extend
$ 0.00
the final completion date to October 27", 2023. The Contractor agrees that there will be no change in
pricing,
The time provided for completion of the contract is (❑ unchanged) (N increased) (E] decreased) by 350 calendar days. This
document shall become an amendment to the contract and all provisions of the contract will apply thereto.
Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000,
whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the
absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor.
Change orders greater than ave ercent of approved contract amount or $50,000, whichever is lower, require assembly approval.
Accepted By:
veK / P7LMY0
Recommended:
Engine locto}
Approved By: I te: I
Borough Manager
Mayor and Deputy Presiding Officer Approval (does not ex
Approved By: Date:-
Borough
ate:_Borough Mayor
i� Director
Date:
Date: Ot 115 12-3
Date: � 12,3
Borough Clerk
8&tt �NL
of the original contract amount or $50, 000, whichever is lower)
Date:
Deputy Presiding Officer
Borough Assembly Approval (greater than five percent of approved contract amount or $50, 000, whichever is lower)
Approved By: Date: Attest:
Borough Manager Borough Clerk
Date:
Revised 09119 Page I of I
Kodiak Island Borough
Assembly Newsletter
Vol. FY2024, No. 4 September 08, 2023
At Its Regular Meeting Of September 07, 2023, The Kodiak Island Borough Assembly Took The Following
Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On September 21, 2023, At
6:30 P.M. In The Borough Assembly Chambers.
PROCLAIMED The Week Of September 18-22, 2023, Adult Education And Family Literacy Week
Encouraging All Residents To Become Familiar With The Services And Benefits Offered By The Adult
Education And Literacy Programs In Kodiak, Alaska And To Support And Participate In These Programs
ADOPTED Ordinance No. FY2023-19 Amending Kodiak Island Borough Code Section 17.175.050, Off
Street Parking - Location
AUTHORIZED The Borough Manager To Approve Contract No. FY2022-26C, Change Order No. 3, For
The North Star Siding And Windows Project With Wolverine Supply To Change The Final Completion
Date
AUTHORIZED The Borough Manager To Approve Contract No. FY2023-47A, Change Order No. 1, For
The Peterson Elementary Roof Replacement Project With Friend Contractors, LLC, To Change
The Completion Date
AUTHORIZED The Borough Manager To Approve Contract No. FY2024-12 For The Purchase Of Microc
From Environmental Operating Solutions, Inc. In An Amount Not To Exceed $46,240
ADOPTED Resolution No. FY2024-05 A Joint Resolution Of The Kodiak Island Borough Assembly And
City Council Appointing Two Members To The Kodiak Fisheries Development Association's Board Of
Directors
View our website: Visit our Facebook page: � Follow us on
www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter:
@KodiakBorough
KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER
710 AIILL BAY ROAD Project Name: Project Number:
KODIAK, ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5
Contractor: Wolverine Supply, Inc.
Contract No.: FY2022-26 B
Change Order No.: 02
Original Project Budget:
$ 502,039.00
Original Contract:
$ 787,000.00
Previous Budget Changes:
$ 867,467.00
Previous Changes:
$ 2,243.25
Adjusted Project Budget:
$ 1,369,506.00
This Change:
$ 0.00
To -Date Project Expenses:
$ 479,753.06
% of Original Contract
0.00%
To -Date Project Encumbrances:
$ 712,944.76
Adjusted Contract:
$ 789,243.25
Current Remaining Budget:
$ 176,808.18
1.4
Description of Change
Cost
Due to delays in receiving materials Owner and Contractor agree to extend the substantial completion
$ 0.00
date to August 15, 2023. Work can commence May 26, 2023. Contractor agrees that there is no change
to contract cost due to the delay.
The time provided for completion of the contract is (❑ unchanged) (®increased) (D decreased) by 350 calendar days. This
document shall become an amendment to the contract and all provisions of the contract will apply thereto.
Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000,
whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the
absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor.
Change orders greater than ave percent qf approved contract amount or $50,000, whichever is lower, require assembly approval.
Accepted By: !/ l/ o
Contra is Rqpvesen7ive �`SLd///-)��®
Recommended:
En ' ee g/F ies Dir or ® a irector
Approved By: D te: I A�
Borough Manager DA D 0 D orough C
Mayor and Deputy Presiding Officer Approval (does not excegv�pAfthe original contract amount or $50,000, whichever is lower)
Approved By: Date: Date:
Borough Mayor Deputy Presiding Officer
Date:
Date: Tl 1 Z(,� 12,E
Date: fP%a-�iZ2
Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower)
Approved By: Date: Attest:
Borough Manager Borough Cleric
Revised 09119
Date:
Page 1 of 1
Accurate
Dorwin
A GLASS8 COMPANY
WINDOW
COLORS
Our 14 standard colors offer a great selection of on -trend darker tones and traditional
window and door shades. Split finish (different color outside and inside) and custom
colors are also available.
If you are looking to match some additional trim to our windows below are the matching
Sherwin Williams color codes and names.
DorwinAccurate
Colors
Arctic White
SW7004 Snowbound
Coastal Blue
SW9185 Marea Baja
Vanilla
SW7049 Nuance
Black Mica
SW6258 Tricorn Black
Natural Cream
SW6134 Netsuke
Cayenne Red
SW2802 Rockwood Red
Sandstorm
SW7633 Taupe Tone
Boreal Green
SW2259 Dense Forest
Sage Green
SW2851 Sage Green Light
Slate Grey
SW7019 Gauntlet Gray
Midnight Blue
SW1245 Embassy Blue
Silver Mist Metallic
SW9162 African Gray
Medium Mocha
SW7026 Griffin
Espresso
SW2140 Sealskin
The residential grade paint that is most like the coating we use is
Sherwin Williams Duration. Our gloss level is 25 degrees -
between flat and satin finish.
Please note that due to the substrate and paint of your choice of
paint an exact match is not guaranteed.
What land of Palnt do we Use?
Black Mica
Fiberglass picture /
casement window
Our Accurate Dorwin colorspaint is a low gloss, two -component, acrylic polyurethane providing excellent durability,
mar resistance and color retention. Applied on our fiberglass window frames it has excellent adhesion properties - you
can expect years of low maintenance enjoyment.
In the event of any scratches or chips the surface can be easily touched up, or even repainted if required
Our 10 -year warranty provides coverage for any paint cracking, blistering or peeling. Gloss retention and fading is
dependent on the elevation and exposure.
0
0
Arctic
White
Coastal
Vanilla
ll
Natural
Cream
Cayenne
Red
Sandstorm
Boral
Green
0
Sage
Slate
Midnight
Silver Mist
Green
Grey
Blue
Metallic
0
0
Medium
Mocha
Espresso
Our Accurate Dorwin colorspaint is a low gloss, two -component, acrylic polyurethane providing excellent durability,
mar resistance and color retention. Applied on our fiberglass window frames it has excellent adhesion properties - you
can expect years of low maintenance enjoyment.
In the event of any scratches or chips the surface can be easily touched up, or even repainted if required
Our 10 -year warranty provides coverage for any paint cracking, blistering or peeling. Gloss retention and fading is
dependent on the elevation and exposure.
U) KODIAK ISLAND BOROUGH KODIAK ISLAND BOROUGH
.� 710 MILL BAY ROAD — 710 MILL BAY ROAD
KODIAK, AK 99615 p KODIAK, AK 99615
o ATTN: ENGINEERING/FACILITIES DEPT ATTN: FINANCE DEPARTMENT
(907) 486-9343 (907) 486-9323
VENDOR 11489 - WOLVERINE SUPPLY, INC
C WOLVERINE SUPPLY, INC
5099 E LUPINE DRIVE
o� WASILLA, AK 99654
.,—r
Purchase Order
No. 2022-00000064
DATE 02/11/2022
PURCHASE ORDER NUMBER MUST APPEAR ON
ALL INVOICES, SHIPPERS, BILL OF LADING AND
CORRESPONDENCE
DELIVER BY:
SHIP VIA:
FREIGHT TERMS:
io
PAGE: 1 of 1
ORIGINATOR: Patricia Valerio tA
Contract #/Reference: Contract FY2022-26 Project 20008
• DESCRIPTION •
• •
1.0000
Each
Construction Service -North Star Siding and Window
787,000.0000
$787,000.00
Upgrades
Base Bid Price, KIB Assembly Approved
470-536 452.150 - Construction Service 787,000.00
20008.5
SUBTOTAL
$787,000.00
SALES TAX
$0.00
TOTAL DUE
$787,000.00
Special Instructions
1. Shipment maybe refused 3. Substitutions will not be
if the Purchase Order Number accepted without prior
is not shown on outside of package. approval.
2. Exempt from State/Local 4. Partial shipment will be
and Federal taxes. accepted if invoiced
separately.
5. C.O.D or collect shipments
will not be accepted.
6. Receiving hours are 6:00 AM
to 5:00 PM Monday - Friday.
7. An Equal Opportunity Employer. It is our policy to comply with all
applicable State and Federal laws prohibiting discrimination in
employment based on race, age, color, sex, religion, national origin,
disability or other protected classification.
KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER
710 AULL BAY ROAD Project Name: Project Number:
KODIAK, ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5
Description of Change
Cost
RFP 01 – Substitute Von Duprin hardware for panic devices in lieu of Precision hardware included
in specifications.
$ 2,243.25
The time provided for completion of the contract is (® unchanged) (❑increased) (E] decreased) by 0 calendar days. This document
shall become an amendment to the contract and all provisions of the contract will apply thereto.
Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000,
whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the
absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor.
Change orders ,greater than_five percent of approved contract amount or $50,000, whichever is lower, requtre assembly approval.
Accepted By: f Jr
ontracto 's resentati e �N ®�®
Reco'!!IMl�FCe$ded: Date: 2S Zv`Z
DAVID CO Bering/Facilities Dir c r Fin c ' eclat. �.
Approved By: ( Date26—klw.?� Attes ZE
Borough Manager Boro h Cleric
d q
Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the origins o�t 0,00
Approved By: Date:
Borough Mayor
Deputy Presiding Officer
Date:A940
Date:
Z,S z--•,3
whichever is lower)
Date:
Borough Assembly Approval (greater than five percent ofapproved contract ansount or $50,000, whichever is lower)
Approved By: Date: Attest: Date:
Borough Manager
Borough Cleric
Revised 09/19 'Changed was approved by Engineering, Architects, and Contractor in page 1 of 1
March 2022, Paperwork was not completed - it was discovered in 2023
and fully completed once discovered.
CHANGE ESTIMATE TAKE -OFF
Contractor Wolverine Supply, Inc. Project No: FY2022-26
Project Name: NS ES Siding & Window Replacement RFP # 1
Prepared by: Bruce Van Buskirk - - Date: 3/2/2022
RFP Description: Furnish VonDuprin Exit Devices in
lieu of specified exit devices.
Equipment and Material Cost
Labor Manhours Cost
Totals
Quant.
Unit
Unit Cost
Total Cost
Class
Wage $
Labor
Burden $
Total Hourly
Rate $
Hours
Total
Labor
Total Line
Cost
Indirect Costs
Food & Lodging
0
LS
$0.00
$0.00
$0.00
$0.00
$0.00
0
$0.00
$0.00
Freight
0
LS
$0.00
$0.00
$0.00
$0.00
$0.00
0
$0.00
$0.00
Airfare
0
LS
$0.00
$0.00
$0.00
$0.00
$0.00
0
$0.00
$0.00
Expediting
0
LS
$0.00
$0.00
$30.00
$6.72
$36.72
0
$0.00
$0.00
Fuel
0
LS
$0.00
$0.00
$0.00
$0.00
1 $0.00
0
$0.00
$0.00
0
LS
$0.00
$0.00
$0.00
$0.00
$0.00
0
$0.00
$0.00
0
LS
$0.00
$0.00
$0.00
$0.00
$0.00
0 1
$0.00
$0.00
Direct Costs - Materials, Labor, Equipment
Change Door Hardware - AHS Costs
1
L.S.
$1,892.00
$1,892.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$1,892.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30 1
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Carp
$76.22
$17.08
$93.30
0
$0.00
$0.00
1
L.S.
$0.00
$0.00
Ca
$76.22
$17.08
$93.30
0
$0.00
$0.00
Total G.C. Cost
$1,892.00
Safety Costs (1% Of Total Labor)
$0.00
15% Overhead & Profit
$283.80
Sub Total
$2,175.80
Subcontractors
Sub Contractor:
$0.00
Sub Contractor:
$0.00
$0.00
Subcontractor Totals
$0.00
8% Overhead & Profit on Subcontractor
$0.00
Total Sub Cost with G.C. Markup
$0.00
Sub -Total
$2,175.80
Bond Cost at 1.9%
$41.34
General Liability Insurance - 1.2%
$26.11
Time Ass. with this RFP : 6 Da s
TOTAL COST FOR THIS SHEET
$2,243.25
buitimm hmm bm, Inc.
Opening Solutions and Specialty Building Products
JOB NAME: KODIAK ES DOOR 8t HARDWARE
LOCATION: KODIAK, ALASKA
SUBMITTED TO: WOLVERINE SUPPLY, BRUCE VAN BUSKIRK
CONTRACT REFERENCE:
AHS JOB # 22-045
1200 E. 76T" AVENUE #1205 - ANCHORAGE, AK 99518
PHONE 907.522.0234 FAX 907.522.0236
CO REQUEST # 22-045 CO -1
DATE: 3/1/2022
WE HEREBY PROPOSE TO SUPPLY ALL MATERIALS REQUESTED BY GENERAL CONTRACTOR IN ACCORDANCE WITH ORIGINAL BIDDING DOCUMENTS
ITEM #1 CHANGE EXIT DEVICES
ADD: (2) CD98NLx 990NL 630AM 36"
DELETE: (2) FL2103CD x V1700C 630AM
$1,892.00
CHANGE ORDER #1 REQUEST TOTAL ADD $1,892.00
NOTES
A.) LEAD TIME IS APPROXIMATELY 10-12 WEEKS.
B.) PROPOSAL IS MADE ASSUMING THIS MATERIAL WILL BE ORDERED WITH THE BALANCE OF THE PROJECT. IF ORDERED APART FROM THE
ORIGINAL ORDER, THERE WILL BE ADDED SHIPPING COSTS.
C.) MATERIALS QUOTED ARE ... FOB: SEATTLE DOCK
(-,rniroA1 NInTrc
ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED UNLESS OTHERWISE NOTED. MANUFACTURERS' STANDARD WARRANTIES APPLY. FOB JOBSITE — UNLESS INDICATED
OTHERWISE. NO RETAINAGE ALLOWED FOR SUPPLY ONLY CONTRACTS. PROPOSAL IS VALID FOR 30 DAYS. PAYMENT TO BE MADE AS FOLLOWS: NET 30 DAYS WITH
APPROVED CREDIT. PAYMENTS VIA BANKCARD WILL INCUR A 3% TRANSACTION FEE.
RESPECTFULLY SUBMITTED BY: ARCHITECTURAL HARDWARE SUPPLY, INC
REPRESENTATIVE: ANDI GRIGSBY
TITLE: PRESIDENT
SIGNATURE:
ANDI@AHS-ALASKA.BIZ
ACCEPTANCE OF PROPOSAL
THE ABOVE PRICES, MATERIALS AND CONDITIONS ARE SATISFACTORY AND ARE HEREBY ACCEPTED. YOU ARE AUTHORIZED TO ORDER THE MATERIALS AS QUOTED.
PAYMENT WILL BE MADE AS OUTLINED ABOVE.
ACCEPTED BY: WOLVERINE SUPPLY, BRUCE VAN BUSKIRK
SIGNED
- DBE CERTIFIED -WOMAN OWNED ALASKA CORPORATION -
DATE:
ONE Jensen
®■N Yorba
ENE Wall Transmittal
�;�■ Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com
Re: KIB North Star ES Siding and Window Upgrades Date: 3/30/2022
To: Bruce Van Buskirk
From: Dan Fabrello
CC: Matt Gandel
Via: Email ❑ Mail ❑ Fax ❑ Hand ❑
❑ FOR YOUR INFORMATION CONFORMS TO DESIGN CONCEPT ❑
❑ FOR REVIEW CONFORMS TO DESIGN WITH REVISIONS NOTED
❑ FOR APPROVAL NON CONFORMING REVISE AND RESUBMIT ❑
Qty Date Description
1 03/29/2022 08 71 00.02 - Door Hardware - CwR
Message:
1. See redlines on attached submittal for Rim Exit device.
Legend:
CTD (conforms to design concept)
CwR (conforms with revisions as shown)
NCR (Non Conforming Revise and resubmit)
Jensen Yorba Wall, Inc. Architecture Interior Design Construction Managemen
page 1
TRANSMITTAL OF SUBMITTALS
DATE: 3-29-22
SUBMITTAL NO.: 08 7100 Door Hardware
To:
Matt Gandel
Kodiak island Borough
710 Mill Bay Road
Kodiak, AK 99615-6398
mgandel@kodiakak.us
This is a New submittal X This is a re -submittal
From:
Wolverine Supply, Inc.
5099 East Blue Lupine Drive
Wasilla, Alaska 99654
Project Name:
North Star Elementary Siding & Window Upgrade
Item Number
Description of Item Submitted
Number of
Copies
Contract Reference Document
Spec Paragraph
Drawing Sheet #
087100-1
Product Data
Electronic
1.03/C
087100-2
Shop Drawings
Electronic
1.03/D
0 CONFORMS TO DESIGN CONCEPT
® CONFORMS TO DESIGN CONCEPT WITH
REVISIONS AS SHOWN
❑ NOM -CONFORMING, REVISE & RE -SUBMIT
This shop drawing has been reviewed For
general conformance with design concept
only and does not relieve the fabricator
n A— nF .ne.v.nn:h:l:h. f— nnn/--- ..:.h
CONSULTANT
DISAPPROVED
APPROVED
APPROVED AS NOTED
RESUBMIT
Comments:
By: Date:
design drawings and specifications all of
which have p " rit aver p drawing
BY�
DATE Mar 30, 2022 T
JENSEN YORBA WALL, INC.
JUNEAU, ALASKA
Reviewed By:
CONTRACTOR REVIEW:
(signature)
Wolverine Supply, Inc.
Name: Bruce Van Buskirk
Title: Project Manager
Date: 3-29-22
I certify that the above submitted items have been reviewed in detail and are correct and in strict
conformance with the contract drawings and specifications except as otherwise stated.
Job name: Kodiak ES Siding/Window Upgrade
Location: Kodiak, Alaska
FINISH HARDWARE SCHEDULE
HARDWARE GROUP 1
AHS Job # 22-045
Door 117-4 Exterior 3068 LHR 60 min HMDxHMF
Door 117-5 Secondary Exit 3068 RHR 60 min HMDxHMF
A total of 2 doors
Each door to receive: CD99NL 626AM
3 Hinges B179 NRP 4.5 x 4.5 626 St
1 Rim Exit x 990NL 36 VonD
1 Rim Cylinder 12E 72 STD 626 Be
1 Mortise Cylinder 1E 74 STD 626 Be
1 Door Closer QDC111 BF 689 Sth
1 OH Stop 1022 SA Series 630 ABH
1 Gasketing 130 SA 36 Ngp
2 Gasketing 130 SA 84 Ngp
1 Auto Door Bottom 320S 36 Ngp
1 Handicap Threshold 5131/4-20 MS/EA 36 Ngp
END OF FINISH HARDWARE SCHEDULE
1
ANSI BHMA
5 KNUC1<LE FULL MORTISE HINGES A-1— Naflo al Sunda dsln l/lue •
Standard Weight Ball Bearing
FBB179 — (ANSI A8112) Steel — polished and plated or phosphated and prime coated for paintinc
—brass or bronze — polisnecl and plated or painted
FBB191 (32) — (ANSI A5112) Stainless steel — highly polished
FBB191 (32D) — (ANSI A5112) Stainless steel — satin finish
• For medium weight doors of average frequency
• All hinges have template screw hole location for use on either wood or hollow metal doors and frames
• Equipped with two Stanley permanently lubricated non-detachable ball bearings
• Pins in non-ferrous hinges are stainless steel
• Hole in bottom tip for easy pin removal
• Reversible flush tips and pins
• Hinges can be furnished as follows:
with raised barrel (RB)
with electric wires and/or switches (CE and/or CS)
with hospital tips (HT)
with decorative tips
with security studs
with non -removable pins (NRP)
Size Open
Gauge
Flat Head Screws
Quantity
Quantity
Case Weight
Bronze
Lbs. (Kg)
Steel
Lbs. (Kg)
of Metal
Per Piece
Per Box
Per Case
Inches (mm)
Inches (mm)
Machine
Wood
31/2 x 3 (89 x 76)
.123 (3.1)
6 - 10-24 x'/=
6 -10 x 1
3 EA.
90 EA.
58 (26)
54 (24)
Th x Th (89 x 89)
.123 (3.1)
6 - 10-24 x'/=
6 -10 x 1
3 EA.
90 EA.
65 (29)
59 (27)
4 x T/Z (102 x 89)
.130 (3.3)
8 - 12-24 x'/2
8 -12 x 11/4
3 EA.
48 EA.
43 (19)
39 (18)
4 x 4 (102 x 102)
.130 (3.3)
8 - 12-24 x 11
8 -12 x 11/4
3 EA.
48 EA.
45 (20)
42 (19)
4'/Z x 4 (114 x 102)
.134 (3.4)
8 - 12-24 x'/z
8 -12 x 11/4
3 EA.
48 EA.
48 EA.
30 EA.
55 (25)
59 (27)
41 (19)
52 (24)
55 (25)
39 (18)
41/2 x 4'/2 (114 x 114)
.134 (3.4)
8 - 12-24 x 11
8 -12 x 1'/4
3 EA.
5 x 27 x 02
6 3.7
8- 12-24 x 2
2 x 4
3 EA.
5 x 41/2 (127 x 114)
.146 (3.7)
8 - 12-24 x'/=
4 -12 x 11/4
3 EA.
30 EA.
45 (20)
43 (19)
5 x 5 (127 x 127)
.146 (3.7)
8 - 12-24 x'/2
4 -12 x 11/4
3 EA.
30 EA.
50 (23)
46 (21)
"6 x 4'/Z (152 x 114)
.160 (4.1)
10 -1/4-20 x 1/2
5 -14 x 1'/2
3 EA.
24 EA.
43 (19)
36 (16)
'6 x 5 (152 x 127)
.160 (4.1)
10 -1/4-20 x '/Z
5 -14 x 1'/2
3 EA.
24 EA.
47 (21)
40 (18)
'6 x 6 (152 x 152)
.160 (4.1)
10 -'/4-20 x'/2
5 -14 x 11/2
3 EA.
24 EA.
67 (30)
61 (28)
" Available in Steel only
Consult factory for other sizes not listed
5 K N U C K L
Device types
exit device
98 and 99 rim exit devices for all types of single and double doors with mullion, UL listed
for panic exit hardware. Devices are certified to ANSI/BHMA A156.3 2014, Grade 1. The 98
device has a smooth mechanism case and the 99 device has a grooved case. The rim
device is non -handed except when the following device options are used: SD (special
dogging), -2 (double cylinder) or SS (signal switch). Covers stock hollow metal doors
with 86 or 161 cutouts on single doors (may cover cutouts on pairs — consult template).
Specifications
Features and options
Device functions
Device ships EO/DT/NL; Field selectable;
For TP, K or L remove NL drive screw from device
Electrified options
Device lengths
3' 2'4' to 3' (711mm to 914mm) Door size
LX
Latch bolt monitor switch
4' 290" to 4' (864mm to 1219mm) Door size
RX
Request to exit
Device centerline
3913/16" (1011mm)
RX2
Double request to exit
from finished floor 391116" (1008mm) with mullion
E
Electric locking and unlocking trim
EL
Electric latch retraction
Center case
8" X 21/4" x2 3/s" (203mm x 70mm x 60mm)
QEL
Quiet electric latch retraction
Mechanism case
21/4' x 21/4" (57mm x 57mm)
SS
Signal switch
Projection
Pushbar neutral — 313/16" (97mm)
CX
Chexit delayed exit
Pushbar depressed — 31/16" (78mm)
ALK
Alarm exit kit
Latch bolt
Deadlocking, 3/4" (19mm) throw
WP -RX
Waterproof request to exit
Finishes
605, 606, 612, 625, 626/626AM, 628, 710, 711 and 643e
CON
Allegion Connect
(619 and 630 available with 98 Series only)
Fasteners and
Includes screw pack for 1 3/4" (44mm) and 21/4"
Mechanical options
sex bolts (SNB)
(57mm) thick metal or wood doors
-2
Double cylinder
(Optional 425 SNB available, see page 64 for quantities)
-2SI
Double cylinder with security indicator
AX
Accessible device
GBK
Glass bead kit
PN
Pneumatic latch retraction
QM
Quiet mechanical
SNB
Sex bolts
SEC
Security screws
Accessories
WH
Weep holes
XP
Extra protection
299 Strike
Ships standard,
Dogging
feature
optional strikes available.
Hex key dogging standard
CD
Cylinder dogging
E;D-E;xexi
cylinder dogging
CDSI
Cylinder dogging with security indicator
HDSI
Hex dogging with security indicator
4#iMN
Hex key dogging
SD
Special center case dogging
Comes standard on
LD
Less dogging
98/99 rim exit devices.
DI
Dogging indicator
Cl
Cylinder dogging indicator
Strikes
299 — Dull black
5 • Von Duprin • 98/99 Series
Trim options
990 trim
Trim description
Nomenclature
990EO
990DT
Trim function
Exit only plate
Dummy trim
Function description
Exit only plate
Pull when dogg
ANSI function
01
02
■
■
■
990NU
Night latch
d Key retracts
latch bolt
03
E
i
990TP*
990TP-BE'
Thumbpiece
Thumbpiece
blank escutcheon
Key locks
and unlocks
Always operable,
no cylinder
05
15
XP98/XP99 Rim/Rim-F
■
Device compatibility
98/99 Rim/Rim-F
■
■
■
■
■
XP98/XP99 Rim/Rim-F
■
■
■
■
■
98/9927/27-F
■
■
■
■
■
98/9947/47-F
■
■
■
■
■
98/9947WDC/WDC-F
■
■
■
■
■
98/9948/48-F
■
■
■
■
■
98/9949/49-F
■
■
■
■
■
98/9950WDC/50WDC-F
■
■
■
■
■
98/99521
98/9957/57-F
■
■
■
■
■
98/9975/75-F
■
■
■
■
■
Dimensions
Escutcheon plate size
3" x 141/16" V/32" (76
x 360 x 2mm)
Pull center to center
—
51/2" (140mm)
51/2" (140mm)
51/2" (140mm)
51/2" (140mm)
Projection
—
2" (51mm)
2" (51mm)
2" (51mm)
2" (51mm)
Handing
Cylinder type
Rim or vertical device
—
—
Rim
Rim
—
Mortise lock device
—
—
11/4" mortise
1 1/4" mortise
—
-Specify R/V if used for rim and vertical devices, M for mortise device. Example, 990NL-R/V or 99ONL-M
t Default trim Is 252L /L -BE. Must be ordered as EO when paired with other trims (ordered separately).
34 • Von Duprin • 98/99 Series
Mechanical options
Dogging options
Cylinder dogging (CD) -
Cylinder dogging is 1 C
available on all 98/99
Panic exit devices to replace the standard hex key
dogging. Unit requires a standard 1'/4" (32mm)
mortise cylinder with an inverted straight cam.
When ordering, reference Schlage cylinder 20-001,
11/4", XQII-949. This provides the L583-477 cam
inverted at the factory.
To order, specify: Use prefix, CD, example CD99L
Less dogging (LD)
Less dogging is available in all 98/99 Panic exit
devices to remove the dogging option.
To order, specify: Use prefix LD, example LD99L
Special center case dogging (SD)
Special cylinder dogging in the center case is
available for Chexit, EL, QEL, ALK panic devices to
allow for mechanical push/pull operation. With this
option, the latch bolt is held retracted and pushbar
is still operable. Specify handing—RHR or LHR.
SD requires 11/4" (32mm) mortise cylinder with an
inverted straight cam. When ordering, reference
Schlage cylinder 20-001, 11/4", XQII-949. This
provides the L583-477 cam inverted at the factory.
Note: Available on rim and vertical rod panic exit devices only.
To order, specify:
1. Prefix SD, example SD99L and Handing.
2. Not for 98/9975 Devices.
Cylinder dogging kit* (CDK)
For field conversion, from hex key dogging,
conversion kit is available.
To order, specify: 99CDK or 98CDK, specify finish.
*Cannot be added to fire exit hardware.
42 • Von Duprin • 98/99 Series
Hex key dogging kit* (HDK)
For field conversion, from cylinder
dogging, conversion kit is available.
To order, specify: 99HDK or 98HDK, specify finish.
*Cannot be added to fire exit hardware.
Dog keys
Dog key (old style)
23/,6" (56mm)�
7/32" (6mm) hex
Dog key (standard)
23/4" (70mm)�
w
5/32" (4mm) hex
Dogging indicator (CI/Di)
• Red indicator light every 5 seconds, visible from over
75 feet away
• Available in a hex or cylinder dogging format
• Designed for battery life over one year
• Available as a factory option or field retrofit kit
• Designed for device with mechanical dogging built
after 1997
To order, specify:
As device option:
1. D199EO 3'630 (hex dogging)
2. CD198EO 4' 628 (cylinder dogging)
As retrofit kit:
1. DI Retrofit Kit 3'662 (hex dogging)
2. CDI Retrofit Kit 4'613 (cylinder dogging)
1 E Series - Features
1E Mortise Cylinder
Standard mortise applications
require use of BEST's 1 E series
cylinders with standard 1 E -C4
cam. BEST cylinders may be
altered to function with other manufacturers' locks by use of
different cams (see page 8) and different cylinder rings (see page
9). Special cylinder variations are available for most applications (see
pages 4 & 5). BEST cylinders are machined from brass or bronze bar
stock and are available in a variety of finishes. Additional security is
provided by a set screw that mounts diagonally in the cylinder wall
and when tightened, holds the cylinder securely in the housing.
BEST mortise cylinders feature the BEST interchangeable core and
may be master -keyed into any existing BEST system. Contact your
local BEST sales office for information on special cylinder
applications not listed in this catalog.
60„A„— 1E
Specifications
1 E-64 1 lib” 1 5B” to 2 1/4"
1 E-74 1 1/4" 1 7B" to 2 12"
Cylinder diameter — 1 532"
How to order example: 1 E74-C4-RP3-626
Products covered by on or more of the following patents:
5,590,555 5,794,472
1E Series How To Order
12E Rim Cylinder
Standard rim cylinder applications require the use of BEST's 1 E rim
cylinder series. BEST rim cylinders are interchangeable with other
manufacturers' rim cylinders. BEST rim cylinders are machined
from solid bar stock and are available in a variety of finishes. The
standard package for the BEST rim cylinder includes cylinder, RP3
ring package, 1 E -S2 spindle, clamp plate and clamp plate screws.
BEST rim cylinders feature the BEST interchangeable core and may
be masterkeyed into any existing BEST system.
Cylinder Dimension Door
Nomenclature "A" Thickness
® ' to
Cylinder diameter — 1 532"
How to order example: 12E72-S2-RP3-626
1E
Series
See p. 12
7
Core
Housing
0– dummy
4
Function
Code
See p. 12
1
Length Code
(1 E74 only)
1 C4
Cam or
Spindle
C4^ Standard cam
RP3
Rings
626
Finish
RP– Rim cylinder
626 690
6 -6 -pin
Blank–Standard
C181–Adams Rite MS cam
RP1–Tapered cylinder
Satin*
7– 7 pin housing
22-1 3B"
S2– Standard spindle
RP2– 6 pin mortise
606 612 613 619
accepts all Best
24-1 12" up to 6"
RP3– 7 pin mortise
Bright*
cores
RP4-3E mortise
605 611 625
(See page 4-5)
(For special cams see page 8)
(For special rings
see page 9)
*Indicates extra cost ** Must specify keymark and number of keys or designate UC for less core.
Performance Features
...............................................................
Tested to significantly exceed the performance requirements for
Grade 1 certification.
Fully adjustable from 1- 6 allowing for maximum flexibility.
All-weather oil ensures optimal operational performance in multiple
climate conditions.
Certifications y. us � /ANSI
................................................................
ANSI/BHMA A156.4 Series -Grade 1
ANSI A117.1 Accessibility Code (ADA Compliant)
UL/cUL listed (3 hour) for self closing
UL10C Positive Pressure Rated
UL10B Pressure Rated
QDC111
Product Specifications
..............................................................
Cover
• Handing - All QDC100 Series Closers are non -handed (QDC116 arms
are handed).
• Cast-iron construction.
All-weather fluid.
Door Closer Functions
• Stacked valves prevent oil leaks from screws being backed out too far.
................................................
• Cover - plastic cover standard.
: Series
Description
• Arms & brackets - Tri -pack standard, additional arms optional.
QDC111
Tri Packed Arm, Non Hold Open
Arm material - Heat-treated carbon steel.
........_...................................................................................._
..._...
Springs - High -impact hand -drawn steel wires.
QDC112
Hold Open Arm
• Pinions - Heat-treated chrome molybdenum steel.
QDG113
Dead Stop Arm
Cylinder construction - Heat-treated free -cutting carbon steel.
ODC114
..........
Dead Stop Hold Open Arm
......... .......................................
• Fasteners - Wood and machine screws standard; sex nuts and self-
QDC115
Extra Duty Arm (EDA)
tapping screws optional.
QDC116
Hold Open Extra -Duty Arm (HEDA)
•Door weights &sizes:
QDC117
Heavy -Duty with Compression Stop Arm
Door Width Ranges
................................................................................................................................
:
QDC118
Heavy -Duty with Compression Stop and
Size Applicable Door Weight Interior Exterior
Hold Open Arm
1 33 - 55 LBS (15 - 30 Kg) 32" (0.81 m) 28" (0.71 m)
2 56 - 99 LBS (30 - 45 Kg) 36 (0.91 m) 32" (0.81 m)
Finishes
3 99 - 143 LBS (45 - 65 Kg) 42"(1.07m) 36"(0.91 m)
.."""""'•"""""""""""""'
.......... ................. ...._...... ..... ...._....._....._.....
4 143 - 187 LBS (65 - 85 Kg) 48" (1.22m) 42" (1.07m)
BHMA
Description
.... _.... _. ..... ........ ......... ............ ... ....... .........
5 187 264 LBS (85 - 120 Kg) 54' (1.37m) 48" (1.22m)
689
Painted Aluminum
............ ...... ........ .. ......... ....... ....... ........
690
Painted Duranodic Bronze
6* 264 330 LBS (120 - 150 Kg) 58' (1.47m) 54" (1.32m)
-
696
Painted Satin Brass
*50% spring power adjustment over size 6.
Warranty
.'..............................................................
Lifetime Mechanical and 3 -year finish
1
Stanley Commercial Hardware 63
1000SA Series
Concealed Mount, Heavy Duty,
Slim Line, Adjustable
Standard Features
• Concealed mount
• Heavy duty
• Slim line channel designed for aluminum store front doors
• Stop and hold -open functions available
• Single or double acting doors
• Non -handed
• For interior or exterior use on frequent traffic and heavy
weight doors
• Degree of opening is field -adjustable after installation
from 85° to 110° (5° increments)
• Shock absorbing spring provides 3° to 5° cushion
before dead -stop
• 1-3/4" minimum door thickness
• UL Listed as Miscellaneous Fire Door Accessories for use on
wood fire doors rated up to 90 minutes and metal fire doors
rated up to 3 hours (stop function only)
• Average weight per unit = 5 lbs.
Door Frame Opertini., Model
Hinges or Offset Pivots Hold Open Sto
27" - 29-15/16
1011SA
1021SA
30" - 35-15/16
1012SA
1022SA
36" - 39-15/16
1013SA
1023SA
40" - 43-15/16
1014SA
1024SA
4411-5211
1015SA
1025SA
ANSI Code
C01
C01541
0
AW+1
Innovation, Quality,
Customer Service...
Options Available
(see page B-5 for details)
• SEC - Security fasteners
• LL - For lead -lined door
applications
• LS - Less shock -absorbing
spring for special applications
• N - All stainless steel
(non-ferrous) components for
wet environments to prevent
corrosion (stop function only)
• SPECIAL - Contact ABH if
the dimensions, hardware or
specifications differ from what
is shown on the template or if
additional hardware is being
used at the top of the door.
A custom template and/or unit
may be required.
• If using a closer, please go
to our website and reference
"ABH Overhead Holder &
Stop Compatibility Chart" to
determine possible conflict.
Material
• Stainless steel is the standard
base material for arm and jamb
bracket for all finishes.
Architectural Builders Hardware Manufacturing, Inc. r �
1222 Ardmore Avenue, Itasca, IL 60143
Tel: 630-875-9900 • Fax: 630-875-9918 / 800-932-9224
B-10 2014 ABH Mfg., Inc. Web: www.abhmfg.com • Email: abhinfo@abhmfg.com
1=2
1305
Silicone Closed Cell Sponge Seal
PRODUCT CUT SHEET
Material
Aluminum Alloy 6063, T5 Temper
Synthetic Rubber Polymer: Siloxane Closed Cell Sponge
Silicone Sponge is Gray
O Excellent Flexibility and Memory
O Flame Resistant
O Moisture Resistant
O Temperature Range -100°F to 500°F, Remains Flexible at
Extreme Temperatures
O Excellent Resistance to Ozone, UV and Aging
O Recommended for Areas Using FM200 or Halon Fire
Suppression Systems
O BHMA Certified to ANSI/BHMA A156.22 Performance Tests for
Heat and Cold
O #6 x 3/4" Stainless Steel Sheet Metal Screws Furnished
O Screw Holes Slotted for Adjustment
Finishes
130SA Anodized Aluminum
130SB Gold
130SDKB Dark Bronze
NE MW I. V - -
CERTlFIEO
PROJECT:
SUBMITTED BY:
DATE:
NOTES: Sizes per schedule
N G P -G KT -1305 -PCS -1120-A
NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm
1=2
320S
Silicone Automatic Door Bottom for Hollow Metal Doors
PRODUCT CUT SHEET
Material
Aluminum Alloy 6063, T5 Temper
Synthetic Rubber Polymer: Siloxane
Silicone Is Gray
O Excellent Flexibility And Memory
O Flame Resistant
O Moisture Resistant
O Temperature Range -1001F To 500°F, Remains Flexible at
Extreme Temperatures
O Excellent Resistance to Ozone, UV and Aging
O Recommended for Areas Using FM200 or Halon Fire
Suppression Systems
O Fits in 15/s" x 3/4" Channel. A "Furring Strip" May Be Used to Lower
Automatic Door Bottom When a Deeper Channel is Used
O Furnished 1/2" Shorter Than Ordered to Fit Within Net Door Size.
(i.e. 36" is Furnished 351/2") Length May Be Field Cut Up To 4"
O Fire Ratings Apply to Metal Doors Only
O #4 x 5/a" SMS Furnished
O End Caps Not Available
O Available 24" to 48" in Length
O 1/2" Max Drop
Finish
Mill Aluminum
11,
I
3/4"
1
1/8"
N G P -G KT -3205 -PCS -1220-A
NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm
1=2
513H D
Heavy Duty Threshold
PRODUCT CUT SHEET
Material and Features
Aluminum Alloy 6063, T5 Temper
O 5" Wide x 1/4" Tall
O Fluted Top
O BH MA Certified to ANSI/BHMA A156.21 1,000 Lb. Load Test
O Recommended for Delivery/Storage Doorways Where
Heavier Loads Travel
O For Use Where Forklift or Vehicular Traffic Occurs
O Typical Wall Thickness:.244"
O Weight: 1.4 Lbs./Ft.
O #10 x 11/2" FH Zinc Plated Wood Screws Included. Dark
Bronze Supplied With DKB Thresholds
Finishes
Mill Finish
DKB - Dark Bronze Finish
PROJECT:
SUBMITTED BY:
DATE:
NOTES: Size per schedule
Options
v
Optional Slip Resistant
O SIA Finish
5"
1
iCEPri FIE9
NG P-TH R -513H D -PCS -0321-A
NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm
Contract No. FY2022-26
KODIAK ISLAND BOROUGH, ALASKA
CONSTRUCTION CONTRACT
NORTH STAR SIDING AND WINDOW UPGRADES # 20008
PROJECT NAME AND NUMBER
This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough,
acting by and through its Borough Manager, and
Wolverine Supply, Inc.
Company Name
5099 E. Blue Lupine Dr., Wasilla, AK 99654
Company Address (Street or PO Box, City, State, Zip)
a/an ❑ Individual ❑Partnership ❑Limited Liability Company ❑Sole Proprietorship ®Corporation
incorporated under the laws of the State of Alaska its successors and assigns, herein called the Contractor, is
effective the date of the signature of the Borough Manager on this document.
The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the
Borough, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the
work and labor required in the construction of the above -referenced project as bid by the Contractor, which
bid and prices named, together with the Contract Documents (as hereinafter defined) are made a part of this
Contract and accepted as such. It is distinctly understood and agreed that no claim for additional work or
materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by
the Borough, nor shall the Contractor do any work or furnish any material not covered by this Contract,
unless such work or materials is ordered in writing by the Borough. In no event shall the Borough be liable
for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are
required by the Contract or on written order furnished by the Borough. Any such work or materials which
may be done or furnished by the Contractor without written order first being given shall be at the
Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim
for compensation for work or materials done or furnished without such written order.
Payment under this Contract shall not exceed Seven Hundred Eighty -Seven Thousand Dollars and Zero
Cents ($787,000.00) for the Base Bid.
The Contractor further covenants and agrees that all materials shall be furnished and delivered, and all work
and labor shall be done and performed, in every respect, to the satisfaction of the Borough, on or before:
August 30, 2022. It is expressly understood and agreed that in case of the failure on the part of the
Contractor, for any reason, except with the written consent of the Borough, to complete the furnishing and
delivery of materials and the doing and performance of the work before the aforesaid date, the Borough shall
have the right to deduct from any money due or which may become due the Contractor, or if no money shall
be due, the Borough shall have the right to recover Liquidated Damages as described in the General
Conditions for each calendar day elapsing between the time stipulated for achieving completion of an
individual phase and the actual date of completion of that phase in accordance with the terms hereof; such
deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages. Provided,
Kodiak Island Borough Construction Contract Page 1 of 3
Contract No. FY2022-26
however, that upon receipt of written notice from the Contractor of the existence of causes over which the
Contractor has no control and which must delay furnishing of materials or the completion of the work, the
Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials
or the completion of the work, and in such case the Contractor shall become liable for liquidated damages for
delays commencing from the date on which the extended period expires.
The bonds given by the Contractor in the sum of $787,000.00 Payment Bond, and $787,000.00 Performance
Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith
and made a part hereof.
The Contractor further covenants and agrees that the entire construction will be done under the
administration of and to the complete satisfaction of the Borough subject to the inspection at all times and
approval by any regulatory agency, and in accordance with the laws of the State of Alaska and the Borough.
For purposes of this Contract, Contracting Officer means Roxanne Murphy or any other person designated
by the Borough Manager.
The Contractor is an independent contractor and not an employee or agent of the Borough.
Contract Documents shall have the meaning ascribed by the General Conditions of the Construction
Contract, and include but are not limited to this Contract, the General Conditions of the Construction
Contract, the Supplementary Conditions, and the following listed documents:
1) Drawings dated November 19, 2021
2) Project Manual dated November 19, 2021
3) Addendum 1 dated December 7, 2021
4) Addendum 2 dated December 9, 2021
Kodiak Island Borough Construction Contract Page 2 of 3
Contract No. FY2022-26
IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and
conditions.
CONTRACTOR
Wolverine Supply, Inc.
Company Name
G
Sigtnature of AuthorizeRNAeVy Representative
Mi dmlle Com, Viae Preside it
Name and Title
Ja Lazy 14th, 2022
Date
KODIAK ISLAND BOROUGH
Signature of Borough Manager
Roxanne Murphy
Printed Name
ff�
Alise ice
Boroud Clerk
(ATTEST)
Kodiak Island Borough Construction Contract Page 3 of 3
Kodiak Island Borough
Assembly Newsletter
Vol. FY2022, No. 22 January 11, 2022
At Its Regular Meeting Of January 10, 2022, The Kodiak Island Borough Assembly Took The Following
Actions.
The Next Regular Meeting Of The Borough Assembly Is Scheduled On January 20, 2022, At 6:30 p.m.
held via Zoom and livestreamed at www.kodiakak.us
PROCLAIMED January 2022 As Law Enforcement Appreciation Month
ADVANCED Ordinance No. FY2022-07 Amending Section 2.30.060 Assembly Order Of Business And
Agenda, Adding A Statement Of Land Acknowledgement To The Next In -Person Regular Meeting Of
The Assembly
APPROVED Change Order No. 15 Amending Contract No. FY2019-10 With Jensen Yorba Wall For
Design And Services During Construction Fees For The KIBSD Main Elementary School Roof
Replacement In An Amount Not To Exceed $64,560
AUTHORIZED The Borough Manager To Execute Contract No. FY2022-26 North Star Siding And
Window Upgrades
AUTHORIZED The Borough Manager To Execute Contract No. FY2022-28 Kodiak Fisheries Research
Center Saltwater Disinfection System Upgrade Design With CRW Engineering Group, LLC
APPROVED Reconsideration Of Resolution No. FY2021-38 Rescinding Resolution No. FY2018-21
And Documenting The Kodiak Fisheries Work Group's Scope And Authority
ADVANCED Ordinance No. FY2022-01A Amending Ordinance No. FY2022-01, Fiscal Year 2022
Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For
Additional Expenditures And Moving Funds Between Projects To The Next Regular Meeting Of The
Assembly On January 20, 2022
ADVANCED Ordinance No. FY2022-08 Planning And Zoning Commission Case 22-006, Approval Of
Rezone Tract 1 & 2 Of Tract S -5a-1 U.S.S. 3218, 3467, 3469 From Split I -Industrial And B -Business
District To B -Business District To The Next In -Person Regular Meeting Of The Assembly
CONFIRMED Mayoral Appointment Of Kent Cross To The Planning and Zoning Commission City Seat
Expiring December 2022.
CONFIRMED 2022-2024 Annual Mayoral Appointments To The Non -Elect Seats Of Different Boards,
Committees, And The Planning And Zoning Commission.
• Board of Equalization — Mark Anderson
• Architectural/Engineering Review Board — Jon Melin
• Planning and Zoning Commission — Christopher Paulson (City Seat) and Linnea Johnson
(Borough Seat)
• Solid Waste Advisory Board — Katherine Irons, Robert Williams (Retail Business
Representative), and Douglas Hogen (Construction Business Representative)
View our website: Visit our Facebook page: Follow us on
www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter:
1] 0 @KodiakBorough