FY2025-58 Women's Bay Road Service Area Contract With Brechan Construction LLCCONTRACTS TRANSMITTAL FORM
RETENTION SCHEDULE: CL -09 CONTRACTS
Records related to obligations under contracts, leases, and other agreements between the Borough and outside parties,
successful bids, and proposals. Active records are kept by the corresponding department. Apply retention (plus 4 years) once
contract or agreement expires, or once product is procured. Apply retention (plus 25 years) for agreements that involve
real property.
DATE: 06/18/25 TRANSMITTED BY: Patricia Valerlo DEPT: Engineering & Facilitie
CONTRACT NO.: FY 2025- VENDOR OR CONTRACTOR: Brechan Construction LLC
CONTRACT TITLE(Please provide details that are available such as purpose and/or the amount):
Women's Bay Road Service Area
Administrative contracts are contracts approved by the manager that are within the spending
authority allowed by code. Assembly approved contracts are beyond the manager's spending
authority and require approval by the Assembly during a meeting.
APPROVED BY: Assembly
TYPE OF CONTRACT: Contract
DATE OF APPROVAL: 06/06/25
PROVIDE DETAILS FOR ANY AUTOMATIC RENEWALS OR EXTENSIONS BELOW:
Term: 7.1.2025 to 3.31.2027, Options for Ext. two additional 1 -year periods
EXPIRATION OR REVIEW DATE: 04/01/2029 PURGE DATE: 04/01/2033
If there's no expiration date or the contract is open-ended, enter 9999 in the date field and explain when
it should be flagged for review:
Are all relevant attachments, exhibits, referenced documents attached? ❑1
Are the successful bids and proposals incorporated in the attachments? P1
ONLY COMPLETE THIS SECTION IF THE RECORD AMENDS, EXTENDS, IS A
CHANGE ORDER, OR AN ADDENDUM TO AN EXISTING CONTRACT
m7_r N Z
CONTRACT NO.: FY
REQUESTED BY:
CATEGORY: Select One
APPROVED BY: Select One TYPE OF CONTRACT: Select One
PROVIDE DETAILS FOR ANY AUTOMATIC RENEWALS OR EXTENSIONS BELOW:
EXPIRATION DATE:
PURGE DATE:
If there is no expiration/purge date, enter 9999 as the year for open-ended contracts AND explain the
process below on how or when it should be flagged for review.
Rev. 04/09/2025
Page 1 of 34
KODIAK ISLAND BOROUGH
INVITATION TO BID
Women's Bay
Road Service Area Contract
FY2025-58
April 11, 2025
Kodiak Island Borough
710 Mill Bay Road
Kodiak, AK 99615
(907) 486-9341
Page 2 of 34
�a
Kodiak Island Borough
Contract Documents
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
Table of Contents
ContractDocuments...................................................................................................................................... 2
Invitationto Bid............................................................................................................................................
3
Instructionsto Bidders..................................................................................................................................
4
BidderRegistration Form.............................................................................................................................
8
AddendumAcknowledgement......................................................................................................................
9
Finance Department Award Qualification..................................................................................................10
Non -Collusion Affidavit.............................................................................................................................11
BidSchedule...............................................................................................................................................12
Agreement...................................................................................................................................................18
Corporate Acknowledgement.....................................................................................................................
21
Contractor Certificate of Substantial Completion.......................................................................................22
ContractRelease.........................................................................................................................................
23
SpecialConditions......................................................................................................................................
25
SC01 General Statement.................................................................................................................
26
SC02 Scope of Work.......................................................................................................................
26
SC03 Time of Completion..............................................................................................................
27
SC03.1 Contract Extension.................................................................................................................27
SC03.2 Work Response Time.............................................................................................................27
SC04 Termination...........................................................................................................................28
SC05 Disputes.................................................................................................................................28
SC 06 Continuing Obligation of Contractor....................................................................................
28
SC07 Documentation......................................................................................................................
29
SC08 Suitable Materials..................................................................................................................29
SC 09 Special Equipment Requirements.........................................................................................
30
SC10 Labor Rates...........................................................................................................................
30
SC 11 Hazardous Waste Generation................................................................................................30
SC 12 Site Preservation, Restoration, Cleanup and Environmental Reporting ................................
30
SC13 Permits...................................................................................................................................30
SC 14 Order of Award of Alternative Bids......................................................................................
31
SC15 Payment.................................................................................................................................31
SC 16 References to Kodiak Island Borough General Conditions ..................................................
31
SC 17 Road Service Area Specifications.........................................................................................
31
Minimum Prevailing Wage Rates...............................................................................................................32
EXHIBIT A: Women's Bay Service Area Map..........................................................................................
33
EXHIBIT B: Women's Bay Dumpster Locations......................................................................................
34
Date: April 11, 2025
akE
Kodiak Island Borough
Invitation to Bid
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
This project includes, but is not necessarily limited to:
Page 3 of 34
This work includes road maintenance within the Women's Bay Road Service Area of the Kodiak
Island Borough.
1. Women's Bay Service Area Map (See Exhibit A)
2. Women's Bay Dumpster Pad Location Map (See Exhibit B)
Sealed bids will be accepted until 2:00pm local time on May 14, 2025, at the Office of Finance, 710
Mill Bay Road, Kodiak, Alaska, 99615. The bids will be publicly opened and read at that time.
A mandatory pre-bid conference will be held at the Kodiak Island Borough Assembly Chambers, 710
Mill Bay Road, Kodiak, AK, 99615 on April 30, 2025, at 10:00am local time. All interested bidders are
encouraged to attend this pre-bid conference and if attending shall submit a Bidder Registration Form
prior to pre-bid conference to ensure receipt of notifications.
Complete bidding documents for this project are available in electronic form on the Kodiak Island
Borough website, www.kodiakak.us. They may be viewed online and downloaded without charge and
without deposit.
Deadline for questions is 12:OOpm local time May 2, 2025. Questions, clarifications, or interpretations
of the Bidding Documents shall be made through a written request to the Project Manager at
EFprojectsgkodiakak.us. Any required clarification or interpretation of the Bidding Documents will be
made by Addendum, which will be posted on the Kodiak Island Borough website. Only registered bidders
will receive notification that an addendum is available. For further information refer to the Instructions to
Bidders.
The Kodiak Island Borough reserves the right to reject or accept any or all bids, to cancel the
procurement, to waive irregularities or informalities in the bid or in the bidding, to postpone the bid
opening, and to give particular attention to the qualifications of the Bidder.
The current minimum prevailing wage rates as published by the Alaska Department of Labor must be
paid if required by law. If required, certified payrolls must be submitted to the Alaska Department of
Labor. The requirement of the Alaska Employment Preference Act (AS 36.10) must be met. The Kodiak
Island Borough encourages disadvantaged, minority, and women owned firms to respond to this invitation
to bid.
ADDENDUM
KODIAK ISLAND BOROUGH
Kodiak Island Borough
Women's Bay Road Service Area Contract
Kodiak, AK
May 12, 2025.
TO ALL PLAN HOLDERS OF RECORD:
This addendum forms part of and modifies the contract documents as noted below. Bidders must
acknowledge receipt of this addendum in the space provided on the Acknowledgement of Addenda
form. Failure to do so may submit Bidder to disqualification.
This addendum consists of 1 page
QUALIFIED BIDDER LIST
Bidders who attended the mandatory pre-bid meeting in alphabetical order:
AIM Maintenance, LLC
Brechan Construction, LLC
MK Enterprises, LLC
END OF ADDENDUM NO. 2
KODIAK ISLAND BOROUGH ADDENDUM NO. 2
Women's Bay Road Service Area Contract PAGE 1
ADDENDUM1
KODIAK ISLAND BOROUGH
Kodiak Island Borough
Women's Bay Road Service Area Contract
Kodiak, AK
May 9, 2025.
TO ALL PLAN HOLDERS OF RECORD:
This addendum forms part of and modifies the contract documents as noted below. Bidders must
acknowledge receipt of this addendum in the space provided on the Acknowledgement of Addenda
form. Failure to do so may submit Bidder to disqualification.
This addendum consists of 3 pages, and an attachment (4 pages total).
RESPONSES TO BIDDER QUESTIONS:
QUESTION 1: Is there a way to add a table to the bid documents to standardize the pricing and
tracking of traffic control devises similar to the City of Kodiak's pricing schedule?
RESPONSE 1: No, not during this invitation to bid cycle.
QUESTION 2: Will Ashtoware be required for the submittal of the certified payrolls?
RESPONSE 2: No, currently Ashtoware is only required for SOA DOT projects. However, if
the state changes this during the contract period, KIB will be required to enforce the state
regulations and requirements.
QUESTION 3: During the pre-bid meeting there was some confusion regarding the $25,000.00
threshold for the prevailing wage to kick in. Can you please clarify that it is the KIB understanding as
soon as the contract value exceeds $25,000.00 the rest of the contract wages will need to be paid at
prevailing rates, excluding work performed in the 800 spec section?
RESPONSE 3: Kodiak Island Borough expects contractors to follow Section 36.05.005 of the
State of Alaska Pamphlets 400 & 600. For ease of tracking, Kodiak Island Borough would
prefer if prevailing wages were paid from the start of the contract because the contracts will
presumably go over the $25,000 threshold during the course of the two-year contract term.
For work in the 800 spec section, prevailing wages will not be required either before or after
the $25,000 mark.
It should be noted that the non -prevailing wages do get added to the contract total to calculate
when the contract total passes the $25,000 mark.
QUESTION 4: Is it the KIB understanding that all wages that were paid before contract value exceed
$25,000.00 for work performed outside the 800 spec section would then need to be retro paid and
the certified payrolls be resubmitted to DOL if they were paid below the prevailing wage rate?
RESPONSE 4: Yes. This is KIB's understanding, and we will be reviewing certified payroll
documents as appropriate.
QUESTION 5: Will the KIB be standardizing the billing cycle to bimonthly for these projects?
RESPONSE 5: Monthly would be preferred. Certified pay rolls are due by Friday of every
second week. KIB would like to align with this process and receive billing monthly.
KODIAK ISLAND BOROUGH ADDENDUM NO. I
Women's Bay Road Service Area Contract PAGE 1
QUESTION 6: Bid evaluation will be completed using the average of one hour multiplied by the unit
price per unit is this correct?
RESPONSE 6: Correct, with the exception of materials, which are based on the unit of
measurement listed in the base bid. The total Base Bid Amount equals the average of the
totaled average costs of the materials and equipment described in the base bid schedules
listed in the following tables: REQUESTED ROUTINE MAINTENANCE WORK SERVICES
BID table, the MATERIALS REQUESTED PUBLIC CONSTRUCTION WORK SERVICES
BID table, EQUIPMENT RATE TABLE 1 (one), and EQUIPMENT RATE TABLE 2 (two). The
lowest total base bid amount would be considered the lowest bid.
QUESTION 7: Will asphalt materials and recycled asphalt material need to be added to the contracts?
RESPONSE 7: Asphalt materials are covered by Division 400 of the 2025 KIB Road Service
Area Specifications found here: 2025 -Standard -Specifications -for -Local -Road -Maintenance.
If required, by work order, the basis of payment for those materials will be in accordance with
401-5.01 Basis of Payment, and the rates will be negotiated per project.
QUESTION 8: Alt Bid 1 table is used for the tie breaker between two bids, what if one contractor
does not add any equipment to the table would that mean the contractor was low or high?
RESPONSE 8: If no equipment is listed, then the contractor will be viewed as the higher of
the two because there are no equipment rates to quantify an average.
QUESTION 9: Will the KIB enforce the snow gate requirements for the graders in the contracts?
RESPONSE 9: Yes, KIB will enforce snow gate requirements as snow conditions permit their
use.
QUESTION 10: What type of snow chains are allowed on the contract?
RESPONSE 10: No crossbar chains are allowed. Twisted links and cross-links are allowed.
QUESTION 11: What about E-1 material for specific service areas?
RESPONSE 11: The MATERIALS REQUESTED PUBLIC CONSTRUCTION WORK
SERVICES within the base bid shall be updated as follows:
Item No.
Item Description
Quantity
Unit
Unit Price
Total Item Price
301 3-D1
( )
CRUSHED
AGGREGATE D-1
1
TON
3013-E1
( )
CRUSHED
AGGREGATE E-1
1
TON
301 (2)
2" MINUS
1
TON
301 (3)
ROCK CHIPS
1
TON
COST PLUS PROFIT
1
%
Average Total Cost Material Rates Table
$
Average Total Cost Material Rates Table in Word Form:
Dollars Cents
KODIAK ISLAND BOROUGH ADDENDUM NO. I
Women's Bay Road Service Area Contract PAGE 2
QUESTION 12: Could we please see an example of the Work Order Form to be used?
RESPONSE 12: Yes, please see it attached to this addendum:
END OF ADDENDUM NO. 1
KODIAK ISLAND BOROUGH ADDENDUM NO. I
Women's Bay Road Service Area Contract PAGE 3
KODIAK ISLAND BOROUGH
Road Service Area
Work Order Form
SERVICE AREA
SERVICE AREA BOARD or ENGINEERING & FACILITIES REVIEW
Work Completed to Specifications and Description?
DATE (work order submitted)
COMMENTS:
Name (Printed):
DATE/TIME (for desired work to be completed)
Date:
CONTRACTOR RESPONSE (if required)
LOCATION (of work to be completed)
Name (Printed):
Signature:
DESCRIPTION OF WORK TO BE COMPLETED
OTHER CONCERNS (DELAYS, SAFETY ISSUES, DISCUSSIONS, ETC.)
REQUESTED BY:
APPROVED BY:
COMPLETED BY:
Name (Printed):
Name (Printed):
Name (Printed):
Position:
Position:
Position/Contractor:
Signature:
Signature:
Signature:
Date:
Date:
Date:
POST WORK REVIEW
SERVICE AREA BOARD or ENGINEERING & FACILITIES REVIEW
Work Completed to Specifications and Description?
YES / NO
COMMENTS:
Name (Printed):
Signature:
Date:
CONTRACTOR RESPONSE (if required)
COMMENTS:
Name (Printed):
Signature:
Date:
KODIAK ISLAND BOROUGH
Women's Bay Road Service Area Contract
ADDENDUM NO. 1
PAGE 4
«. Page 4 of 34
Kodiak Island Borough
Instructions to Bidders
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
CAUTION:
Your bid may be rejected if it is not properly executed. Check that the following items have been
accomplished to help assure a responsive bid. Please read Sections 6 and 7 carefully.
1. Bidder Registration Form
2. Bid Form/Schedule
A. The Bid Form/Schedule has been executed and signed.
B. Addendum Acknowledgement Form has been executed and signed.
3. Alaska Business License, a of copy your current license must be included.
4. Alaska Contactor Certificate of Registration
A. A copy of your current Alaska Contractor License of Registration in the bidder's name must
be included with the bid.
B. The Contractor is required to verify that the appropriate license(s) is in place prior to
submitting their bid for the project's scope of work.
5. Finance Department Award Qualification Form
6. A bid may be rejected if it contains any alterations or erasures that are not initialed by the signer
of the bid.
1.0 DEFINED TERMS. Terms used in these Instructions to Bidders and the Notice Inviting Bids,
which are defined in the General Conditions, have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid directly to the Kodiak Island Borough (KIB), as distinct
from a sub -bidder, who submits a Bid to a Bidder.
2.0 INTERPRETATIONS AND ADDENDA.
a. INTERPRETATIONS. Clarification or interpretation of the Bidding Documents shall be
made through a written request to the Project Manager at least five days prior to the date
for receipt of bids (12:00pm local time on May 2, 2025). Questions received less than
seven Days prior to the Deadline for Bids may not be answered. Only questions answered
by formal written Addendum will be binding. Oral and other interpretations or
clarifications will be without legal effect.
b. ADDENDA. Interpretations, corrections, and changes of the Bidding Documents will be
made by Addendum. Addenda will be made available through the Kodiak Island Borough
website. Registered Bidders will receive notification that an addendum is available.
Bidders are responsible for downloading the addendum from the Kodiak Island Borough
website.
3.0 FAIR COMPETITION. More than one Bid from an individual, firm, partnership, corporation, or
association under the same or different names will not be considered. If the KIB believes that any Bidder
is interested in more than one Bid for the work contemplated, all Bids in which such Bidder is interested
will be rejected. If the KIB believes that collusion exists among the Bidders, all Bids will be rejected.
4.0 RESPONSIBILITY OF BIDDERS. Only responsive Bids from responsible Bidders will be
considered. A Bid submitted by a Bidder determined to be not responsible may be rejected.
Page 5 of 34
.cze�
Nothing contained in this section deprives the KIB of its discretion in determining the lowest responsible
bidder. Before a Bid is considered for award, a Bidder may be requested to submit information documenting
its ability and competency to perform the work, according to general standards of responsibility and any
special standards which may apply. It is Bidder's responsibility to submit sufficient, relevant, and adequate
information. KIB will make its determination of responsibility and has no obligation to request clarification
or supplementary information.
5.0 NON-RESPONSIVE BIDS. Only responsive Bids will be considered. Bids may be considered
non-responsive and may be rejected. Some of the reasons a Bid may be rejected for being non- responsive
are:
a. If a Bid is received by the KIB after the Deadline for Bids.
b. If the Bid is on a form other than that furnished by the KIB, or legible copies thereof, or if
the form is altered or any part thereof is detached; or if the Bid is improperly signed.
c. If there are unauthorized additions, conditional or alternate Bids, or irregularities of any
kind which may tend to make the bid incomplete, indefinite, ambiguous as to its meaning,
or in conflict with the KIB's Bid document.
d. If the Bidder adds any unauthorized conditions, limitations, or provisions reserving the
right to accept or reject any award, or to enter into a contract pursuant to an award. This
does not exclude a Bid limiting the maximum gross amount of awards acceptable to any
one Bidder at any one Bid opening, provided that any selection of awards will be made by
the KIB.
e. If the Bid does not contain a Unit Price for each pay item listed, except in the case of
authorized alternate pay items.
f. If the Bidder has not acknowledged receipt of each Addendum.
g. If any of the Unit Prices Bid are excessively unbalanced (either above or below the amount
of a reasonable Bid) to the potential detriment of the KIB.
h. If a Bid modification does not conform to Article 10.0 of this Section.
6.0 BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS.
It is the responsibility of each Bidder before submitting a Bid:
a. To examine thoroughly the Contract Documents, and other related data identified in the
Bidding documents (including "technical data" referred to below):
1. To consider federal, state, and local laws and regulations that may affect cost,
progress, or performance of the work,
2. To study and carefully correlate the Bidder's observations with the Contract
Documents, and other related data; and
b. To notify the KIB of all conflicts, errors, or discrepancies in or between the Contract
Documents and such other related data.
c. The submission of a Bid will constitute an incontrovertible representation by the Bidder
that the Bidder has complied with every requirement of Article 6.0, "Bidder's Examination
of Contract Documents " herein, that without exception the Bid is premised upon
performing the work required by the Contract Documents and such means, methods,
techniques, sequences, or procedures of construction as may be indicated in or required by
the Contract Documents, and that the Contract Documents are sufficient in scope and detail
to indicate and convey understanding of all terms and conditions for performance of the
work.
7.0 BID FORM/SCHEDULE.
Page 6 of 34
a. Bids and bidding information shall be submitted on the Bid Form/Schedule and other
documents provided and as stipulated in the Invitation to Bid.
b. All blanks on the Bid Form/Schedule shall be filled out.
c. All requested Alternates shall be bid. If no change in the Base Bid is required, enter "0."
d. The Bidder shall make no stipulations on the bid form nor qualify the Bid in any other
manner.
e. All documents requiring a signature shall be signed by the person or persons legally
authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the
state of incorporation and have the corporate seal affixed. A Bid submitted by an agent
shall have the current power of attorney attached certifying the agent's authority to bind
the Bidder.
8.0 SUBMISSION OF BIDS. All information required for bidding shall be submitted in accordance
with the Invitation to Bid. The Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids. Oral, telephonic, telegraphic, facsimile or other transmitted bids will not be
considered. Alteration of bids by facsimile may be permitted as provided in section 10.0(c).
9.0 DISCREPANCIES IN BIDS. In the event there is more than one Pay Item in a Bid Schedule, the
Bidder shall furnish a price for all Pay Items in the schedule, and failure to do so may render the Bid non-
responsive and cause its rejection. In the event there are Unit Price Pay Items in a Bid Schedule and the
"amount" indicated for a Unit Price Bid Item does not equal the product of the Unit Price and quantity, the
Unit Price shall govern and the amount will be corrected accordingly, and the Bidder shall be bound by said
correction. In the event there is more than one Pay Item in a Bid Schedule and the total indicated for the
schedule does not agree with the sum of the prices Bid on the individual items, the prices Bid on the
individual items shall govern and the total for the schedule will be corrected accordingly, and the Bidder
shall be bound by said correction.
10.0 BID MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS.
a. A Bid may not be modified, withdrawn, or canceled by the Bidder for 90 days following the
time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a
Bid.
b. Prior to the date and time designated for receipt of Bids, a Bid submitted may be modified or
withdrawn by the Bidder.
c. See the Bid Modification form which must be used to modify a bid after it has been submitted.
The bid modification form may be delivered in person, by mail, fax (907-486-9394), or email
to EFprojectsgkodiakak.us . The Bid Modification form must be received by the Contact
Person no later than the deadline for bids. Modifications will be time and date stamped which
will establish the official time of receipt of the Modification. The Modification must not reveal
the bid price but should be in the form of an addition or subtraction or other modification so
that final prices will not be known until the sealed bid is opened. Submittal by the bidder of
any form other than the Bid Modification form included in this section may deem the
modification unacceptable and be cause for the bid to be rejected.
d. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids
provided that they are then fully in conformance with these Instructions to Bidders.
K
11.0 BID PROTESTS
Page 7 of 34
A formal written protest shall be filed by an aggrieved bidder within ten (10) business days after
announcement of the Notice of Intent to Award. Late protests shall not be considered. The written protest
shall, at a minimum, include the following:
• Name, address, and phone number of protesting contractor;
• Authorized signature of the protesting contractor, or the contractor's representative;
• Identification of the proposed award;
• Copies of all relevant documents;
• Reason for the bid protest.
Protests will be evaluated by the BOROUGH MANAGER. The decision of the BOROUGH MANAGER
shall be final.
12.0 AWARD OF CONTRACT.
Award of a contract, if it is awarded, will be based on the average of the totaled average costs of the
materials and equipment described in the base bid schedule tables listed: REQUESTED ROUTINE
MAINTENANCE WORK SERVICES BID table, the MATERIALS REQUESTED PUBLIC
CONSTRUCTION WORK SERVICES BID table, EQUIPMENT RATE TABLE 1 (one), and
EQUIPMENT RATE TABLE 2 (two). Award will be made to the lowest responsive, responsible Bidder
whose Bid complies with all the requirements prescribed. If there is a tie between two bidders, the lowest
average cost of the Alternative Bid 1 will determine the successful bidder.
Unless otherwise specified, any such award will be made within the period stated in the Invitation to Bid
that the Bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid
items in an individual Bid Schedule.
If the KIB has elected to advertise this Project with a Base Bid and Alternates, the KIB may elect to award
the contract for the Base Bid, or the Base Bid in combination with one or more Alternates selected by the
KIB. In either case, award shall be made to the responsive, responsible bidder offering the lowest total Bid
for the work to be awarded.
The KIB reserves the right to cancel the procurement without liability to the bidder, except return of the bid
security (if applicable), at any time before the Agreement has been fully signed by all parties, including the
KIB.
13.0 COMPLIANCE
In the performance of a contract that results from this ITB, the contractor must comply with all applicable
federal, state, borough and other local regulations, codes, and laws, and be responsible for all required
insurance, licenses, permits, and bonds.
14.0 INDEFINITE QUANTITY
The award of this bid shall result in an indefinite quantity contract for the items solicited. Award will be
contingent upon availability of funds. The KIB reserves the right to make additional purchases of
substantially similar units for a period of two (2) years from the date of award. The option to make future
purchases is the unilateral right of the KIB.
i-A
Page 8 of 34
Kodiak Island Borough
Bidder Registration Form
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
In order to receive addenda and any other information which may impact the bid time or quantities, bidder
shall fill out the contact information below and return to the Kodiak Island Borough.
Name of Company: Brechan Construction, LLC
Contact Name: Jascha Zbitnoff
Address: 2705 Mill Bay Rd.
Phone Number: 907-486-3215
Fax Number: 907-486-4889
Email: jascha@brechan.com
Return this form via fax, email, regular mail, or hand delivered to the following location:
Engineering/Facilities Department
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615-6398
Phone: (907) 486-9341
Fax: (907) 486-9394
EFproj ects(2kodiakak. us
9na a
a, Page 9 of 34
Kodiak Island Borough
Addendum Acknowledgement
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
The bidder acknowledges receipt of the following addenda and certifies
that their contents have been
considered in the preparation of this Bid.
If there are no addendums
please state NONE above your name.
Addendum Number 1
Dated 5/9/2025
Initials JZ
Addendum Number 2
Dated 5/12/2025
Initials JZ
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Brechan Construction, LLC Jascha Zbitnoff
Company Name Authorizing Name
5/14/2025
Date
Vice President - Operations Manager
Title
re
a Page 10 of 34
Kodiak Island Borough
Finance Department Award Qualification
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
KIB Code 3.30.115
A. The borough shall not award a contract or purchase order to any person, corporation,
or other business entity who is delinquent in paying
(1) any tax levied by the Borough;
(2) any special assessment levied by the Borough;
(3) any charge for utility or municipal waste services; or
(4) any other borough fee due under the code, unless the person, corporation, or other
business entity cures the delinquency within 30 days after the mailing of written
notice of the delinquency.
B. The borough may terminate any contract or purchase order if the person, corporation,
or other business entity and, in the case of closely held business, their legal principals
or officers, becomes delinquent in payment of any items listed in subsection (A) of
this section, unless the delinquency is cured within 30 days after mailing of written
notice as above.
REVIEW DATE: 5/14=25
BYtAw Z Vice President - Operations Manager
s Signature Position
VENDOR/CONTRACTOR: Brechan Construction, LLC
ADDRESS: 2705 Mill Bay Rd.
Upon review the vendor/contractor's account records indicate (check one)
❑ compliance with KIBC 3.30.115 A. and B. or
❑ a delinquency according to KIB financial records
Please route back to:
Name Department
Requested return date:
Reviewer comments:
Kodiak Island Borough
Non -Collusion Affidavit
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
(to be executed prior to award)
UNITED STATES OF AMERICA
Page 11 of 34
)SS.
STATE OF ALASKA )
I, Jascha Zbitnoff of Brechan Construction, LLC being duly
sworn, do depose and state:
I, or the firm, association, or corporation of which I am a member, a bidder on the Contract to be
awarded, by the Kodiak Island Borough, Alaska, for the construction of that certain construction project
designated as:
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number*
Located at Kodiak in the State of Alaska, have not, either directly or indirectly, entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive
bidding i connectio with such Contract.
Signature
Subscribed and sworn to this 14th day of May 20 25
Notary Public
My Commission Expires:/'1 ►ti �. d-
F
ATE, OF ALASKANOTARY PUBLIC"`Aaron T. Hocum
Commission Expires Aug 16, 2028
x roa Page 12 of 34
Kodiak Island Borough
Bid Schedule
Page 1 of ##
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
Base Bid
REQUESTED ROUTINE MAINTENANCE WORK SERVICES
Spec Item
pay Item Description
Quantity
Unit
Unit Price
Total Item Price
301 (2)
2" MINUS ON
No.
301 (3 -EI)
ROCK CHIPS TON
SNOW REMOVAL W/
COST PLUS PROFIT
age Tota aterial Rates Table
$
803 (2A)
GRADER & CHAINS
Each
HOUR
$263.00
$263.00
SNOW REMOVAL W/
803 (3a)
PLOW TRUCK
Each
HOUR
$188.00
$188.00
HARDPACK REMOVAL
803 (4)
W/ ICE BLADES
Each
HOUR
$263.00
$263.00
SANDING OF ROADWAYS
804(l)
W/ 8YD SANDER
Each
HOUR
$232.00
$232.00
SANDING OF ROADWAYS
804 (1)
W/ 2.5-5YD SANDER
Each
HOUR
$188.00
$188.00
811 (3)
BLADE ROAD
Each
HOUR
$275.00
$275.00
845(l)
MACHINE CLEARING
Each
HOUR
$329.00
$329.00
845 (2)
HAND CLEARING
Each
MAN-
$143.00
$143.00
HOUR
Average Total Cost Routine Maintenance Rates Table
$ 235.13
Average Total Cost Routine Maintenance Rates Table in Word Form:
Two -Hundred -Thirty -Five Dollars Thirteen Cents
MATERIALS RE ED PUBLIC CONSTRUCTIONJ&K SERVICES
Item No.
Item Descn Ouantiky Unit it Price
Total Item Price
301 (3 -EI)
CRUSHED AGGREGA I
GRADING D-1
301 (2)
2" MINUS ON
301 (3 -EI)
ROCK CHIPS TON
COST PLUS PROFIT
age Tota aterial Rates Table
$
Average Total Cost Material Rates ord Form:
D Cents
w IV
QUESTIOA191&d evaluation will be completed using the average of one hour mu
price per correct?
R
Correct, with the exception of materials, which are
mea
in the base bid. The total Base Bid AA
totaled
of the materials and equipment delisted
int
les: REQUESTED ROUTINE MBID
table, t
REQUESTED PUBLIC CONBID
table, EQ
TABLE 1 (one), and EQUI
lowest total base uld be considered the I
QUESTION 7: Will asphalt mat led asphalt
RESPONSE 7: Asphalt mat e
Area Specifications found here.
If required, by work order, the bas
401-5.01 Basis of Payment, and the
QUESTION 8: Alt Bid 1 table is used f
does not add any equipment to the to
unit
Fnit of
f the
dules
CES
RK SERVICES
LE 2 (two). The
added to the contracts?
of the 2025 KIB Road Service
ons -for -Local -Road -Mai ntenance.
materials will be in accordance with
ted per project.
two bids, what if one contractor
actor was low or high?
RESPONSE 8: If no eq then th
the two because ther ent rates to q
QUESTION 9: Will the K now gate requirements
RESPONS ill enforce snow gate requirements
use.
QUESTION of snow chains are allowed on the contract?
be viewed as the higher of
RES -No crossbar chains are allowed. Twisted links and cross-li
the contracts?
6.Pns permit their
QUESTI0I74RPnWhat about E-1 material for specific service areas?
RESPONSE 11: The MATERIALS REQUESTED PUBLIC CONSTRUCTION WORK
SERVICES within the base bid shall be updated as follows:
Item No.
Item Description
Quantity
Unit
Unit Price
Total Item Price
301 (3-D1)
CRUSHED
AGGREGATE D-1
1
TON
$21.00
$21.00
301 (3-E1)
CRUSHED
AGGREGATE E-1
1
TON
$25.00
$25.00
301 (2)
2" MINUS
1
TON
$19.00
$19.00
301 (3)
ROCK CHIPS
1
TON
$30.50
$30.50
COST PLUS PROFIT
1
%
20
20
Average Total Cost Material Rates Table
$23.88
Average Total Cost Material Rates Table in Word Form:
Twenty -Three Dollars Eighty -Eight Cents
KODIAK ISLAND BOROUGH ADDENDUM NO. 1
Women's Bay Road Service Area Contract PAGE 2
9- ... Page 13 of 34
LABOR & EQUIPMENT RATES
In addition to the bid items listed above, supply hourly wage rates for the equipment and labor listed
below. These rates will be used to fulfill Work Orders.
Hourly equipment rates include a competent operator, fuel, insurance, equipment, mobilization,
demobilization, profit, overhead and any other costs incurred by the Contractor in performing
other work.
The Contractor will be paid a minimum of two (2) hours for each piece of equipment responding to call
out. Hourly labor rate includes a competent laborer, travel to and from the work area, small hand and
power tools (i.e. shovels, rakes, chain saw, cut off saw, etc.), insurance, profit, overhead and any other
costs incurred by the Contractor in performing other work. The Contractor will be paid a minimum of
two (2) hours for each laborer responding to call out.
See tables on the following pages.
v« Page 14 of 34
e
Equipment Rate Table 1 FY2025-58
These rates are for all NON -PREVAILING WAGE Work Order quotes and will be used to
determine the contract award.
EQUIPMENT TYPE
155< HP Grader
156> HP Grader
8-10 Cy Sander
3- 5 CY Sander
10-12 CY End Dump
Front End Loader CY
2.5-4.5
Pickup Truck w/Laborer
Dump Truck with Tilt
Deck Trailer
Single Vibratory Drum
84" 10-12 Ton Steel
Roller
Water Truck 2000 Gallon
75 HP > Dozer
Street Sweeper or Skid
Steer with Pickup Broom
or Kickoff Broom
Mini / 6 Ton Excavator
Track Hoe 12 Ton
Steel Track
Track Hoe 20 Ton
Steel Track
Labor Rate
MAKE/DESCRIPTION
Cat 14G/ 730A Champion
Cat 16G
SaltDogg 13.5 CY Sander
SaltDogg 3 CY Sander
Kenworth T800
Komatsu WA320
Ford F150
Kenworth T800/Cross Country Tilt
Hamm 3516
Ford F750
Dresser TD7H
Walden Kickoff Broom
Cat 305.5
Cat 311
Cat 320
MODEL/YEAR
1985/1992
1984
2025
2025
2000-2006
2008
2004-2020
000-2006/2021
HOURLY
EQUIP RATE
$254.00
$296.00
$232.00
$188.00
$198.00
$180.00
$137.00
$224.00
2014
$216.00
2022
$192.00
1999
$174.00
1996
2014
2004
2023
Laborer Group 1 N/A
Average Total Equipment Rate of Table 1 $
Average Total Equipment Rate of Table 1 in Word Form:
One-Hundred-Ninty-One Dollars
$144.00
$162.00
$162.00
$198.00
$101.00
191.13
Thirteen Cents
Equipment Rate Table 2 FY20205-58
Page 15 of 34
These rates are for Title 36 Prevailing Wage Work Order quotes and will be used to determine the
contract award. AS 36.05.010 RATES APPLY
EQUIPMENT TYPE
MAKE/DESCRIPTION
MODELIYEAR
HOURLY
EQUIP RATE
155< HP Grader
Cat 14G/ 730A Champion
1985/1992
$254.00
156> HP Grader
Cat 16G
1984
$296.00
8-10 Cy Sander
SaltDogg 13.5 CY Sander
2025
$232.00
3- 5 CY Sander
SaltDogg 3 CY Sander
2025
$188.00
10-12 CY End Dump
Kenworth T800
2000-2006
$198.00
Front End Loader CY
Komatsu WA320
2008
$180.00
2.5-4.5
Pickup Truckw/Laborer
Ford F150
2004-2020
$137.00
Dump Truck with Tilt
Kenworth T800/Cross Country Tilt
2000-2006/2020
$224.00
Deck Trailer
Single Vibratory Drum
84" 10-12 Ton Steel
Hamm 3516
2014
$216.00
Roller
Water Truck 2000
Ford F750
2022
$192.00
Gallon
75 HP > Dozer
Dresser TD7H
1999
$174.00
Street Sweeper or Skid
Steer with Pickup
Walden Kickoff Broom
1996
$144.00
Broom or Kickoff
Broom
Mini / 6 Ton Excavator
Cat 305.5
2014
$162.00
Track Hoe 12 Ton
Steel Track
Cat 311
2004
$162.00
Track Hoe 20 Ton
Steel Track
Cat 320
2023
$198.00
Labor Rate
Laborer Group 1
N/A
$101.00
Average Total Equipment Rate of Table 2
$ 191.13
Average Total Equipment Rate of Table 2 in Word Form:
One-Hundred-Ninty-One Dollars Thirteen Cents
14
Page 16 of 34
00
ALTERNATE BID 1
Equipment Rate Table 3 FY2025-58
CONTRACTOR: List other equipment and rates that may be of use to this road service area.
These rates shall be used for Work Order quotes and WILL NOT be used to determine the contract
award, unless there is a tie. If there is a tie between two bidders, the lowest average cost of the
Alternative Bid 1 will determine the successful bidder.
EQUIPMENT
TYPE
MAKE/DESCRIPTION
MODEL/YEAR
HOURLY
EQUIP RATE
Vaccuum Sweeper
Truck
Elgin Whirlwind
Sweeper Truck
2005
$305.00
Skid Steer / No
Attachments
Kubota SVL97-2 Skidsteer
2025
$181.00
Backhoe
John Deer 310
2008
$172.00
Paver
Cat AP655C Paver
2004
$353.00
Milling Machine
Roadtec RX600 Rotomill
2015
$638.00
Double Drum
Roller
Ingersol Rand DD 38 Roller
2002
$184.00
Double Drum
Roller
Ingersol Rand DD90 Roller
1994
$213.00
Large Dozer
Cat D8R Dozer
1997
$282.00
50 Ton Excavator
Cat 349 Excavator
2014
$276.00
Average Total Equipment Rate of Table 3
$ 289.33
Average Total Equipment Rate of Table 3 in Word Form:
Two -Hundred -Eighty -Nine Dollars Thirty -Three Cents
�°�troe� Page 17 of 34
a
Kodiak Island Borough
Bid Schedule
Page 6 of ##
Project: Women's Bay Road Service Area Contract
Contract Number: *Contract Number* FY2025-58
Total Base Bid Amount equals the average of the totaled average costs of the materials and equipment
described in the base bid schedules listed in the following tables: REQUESTED ROUTINE
MAINTENANCE WORK SERVICES BID table, the MATERIALS REQUESTED PUBLIC
CONSTRUCTION WORK SERVICES BID table, EQUIPMENT RATE TABLE 1 (one), and
EQUIPMENT RATE TABLE 2 (two).
TOTAL BASE BID
Two -Hundred -Thirty -Five nnllarc Thirteen
235.13 1 _ �.,ZwJ0 ,ate►% :� 1 ca - 3► c&-
1, Jascha Zbitnoff hereinafter called Bidder, an individual doing business
asBrechan Construction, LLC (strike out inapplicable words:) a partnership, a
corporation incorporated in the State of Alaska, a joint venture, hereby submits this bid and agrees: to
hold this bid open for ninety (90) days, to accept the provisions of the Instruction to Bidders, to
accomplish the work in accordance with the contract documents, plans, specifications, for the lump sum
and unit price amounts as set forth in this bid schedule.
Respectfully submitted this 14th
BIDDER:
Brechan Construction, LLC
Company Name
2705 Mill Bay Rd.
Address
Kodiak, AK 99615
Kodiak Island Borough, State, Zip Code
907-486-3215
Telephone Number
47-1683057
Federal I.D. or S.S.N.
day of May , 202 5
Jascha Zbitnoff
Authorizing Name
Vice President - O,p&rptions Manager
Title
Signature
jascha@brechan.com
Email Address
CORPORATE SEAL
AT
Signature of Corporate Sec.
Aotrc7
Y'�_
Print Name
'o
�i� +''x.;10 I �51
State of Alaska / Commerce / Corporations, Business, and Professional Licensing / Search & Database Download /
Professional Licenses / License Details
LICENSE DETAILS
This serves as primary source verification' of the license. ' w`
Y
License #: CONE39993
Program: Construction Contractors
Type: General Contractor Without Residential Contractor Endorsement
Status: Active
DBA: Brechan Construction, LLC
Issue Date: 01/28/2015
Effective Date: 10/28/2024
Expiration Date: 09/30/2026
Mailing Address: KODIAK, AK, UNITED STATES
'Primary Source verification: License information provided by the
Alaska Division of Corporations, Business and Professional
Licensing, per AS 08 and 12 AAC.
Owners
Brechan Construction, LLC 10004895
Relationships
No Relationships Found
Designations
No Designations Found
Agreements & Actions
No Agreements Or Actions
4/16/2025 8:57:33 AM (Alaskan Daylight Time)
COPYRIGHT@ STATE OF ALASKA -DEPARTMENT OF COMMERCE, COMMUNITY, AND ECONOMIC DEVELOPMENT -
CONTACT US
TU
4+
c
0
E
CL
O
d
m
0
�E
O
c
O
0
W
C
R
C
E
O
ai
L
E
O
O
C
R
CL
d
0
R
Y
H
R
0 0
U
J
J
Z
0
F—
U
ND
vN
''w
!
Z
0
U
Z
TQ
i
U
LUw
CIO
LO
rn
Y
Q
Y
Q
0
0
Q
m
J
J
O
r -
N
m
3
0
U
J
J
Z
O
p
U
V)
Z
O
U
Q
U
w
x
c0
t
0
N
N 0
,.:o
N
m �
E'8
a m
c
004=
0 c
N O
O w
N (D
O
c
0
t5
O
U
cr)
N
m
>�
�m
r�
o�
m
o
3
m�
g
�m
o
y �
h
0 o
m
C O
c
y
N ®
�
C
0
m
m
0-0
H
l0
O;
C m
a
N
20
o
€o
0.
IV
CL
m E
m:5
c_m
cMr
YID
N m
m
as
C
CD
0
m
�a
m's
j 12
`n
v0,3
EU)
He
c
v 0
M
CL
mE
my
m E
S
FL- =
-10
a
CJ
0
LL
� �
mcc
W
a
c�
U
LU
1n�yi�1
Y
l9 m
balm
Y LL
Lr)
N
O
N
c -i
Lr)
O
C
lD
..
LL
ro
4
m
<
O
O
O
c
N
U
G
O
-
N
a�
O
v
m
U
J
J
C
O
U U-)
SP1
c rn
m
c
m
I U Y
Q
lD
00
Ln .10
v 0
p
O
m N Y
a
�A Page 18 of 34
Kodiak Island Borough
Agreement
Page 1 of 3
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough,
acting by and through its Borough Manager, and
Brechan Construction, LLC
Company Name ("Contractor")
2705 Mill Bay Road, Kodiak, AK 99615
Company Address (Street or PO Box, Kodiak Island Borough, State, Zip)
a/an ❑ Individual x❑Partnership ❑Joint Venture ❑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.
2. 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 be based on the prices set forth in the proposal. The
Contractor hereby agrees to receive the prices set forth in the proposals as full compensation
for furnishing all the materials and labor which may be required in the prosecution and
completion of the whole work to be done under this Contract. The Parties acknowledge that
funds for the payment of this contract are subject to the availability of funds lawfully
appropriated for that purpose.
4. 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. [The Borough's signature below shall constitute notice to
proceed.]
«: Page 19 of 34
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 Special Conditions for each calendar day elapsing
between the time stipulated for achieving substantial 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, 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.
5. 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.
6. For purposes of this Contract, Contracting Officer means Engineering & Facilities Director or
designee, or any other person designated by the Borough Manager.
7. The Contractor is an independent contractor and not an employee or agent of the Borough.
8. Contract Documents shall have the meaning ascribed by the General Conditions of the
Construction Contract which can be found at Projects Office I Kodiak Island, AK - Official
Website, and include but are not limited to this Contract, the General Conditions of the
Construction Contract, the Special Conditions, and the following listed documents:
(1) Invitation to Bid, dated 04/11/2025;
(2) Bidder Submission, dated 05/14/2025.
Page 20 of 34
IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and
conditions.
KODIAK ISLAND BOROUGH
Sig-�ylla
nature of Borough Manager
Ai "c V`I tXwl-s
Printed Name
�ob
Date
/�f Borough Clerk(Attest)
ROAD SERVICE AREA CHAIR PERSON
Le qA6
Si/gnatureCha' Pe (on
C
6( e
Printed Nkme of/Chair PLAon
OF/as
Date
CONTRACTOR
�►Z.�iLiAN, li�N�"��1�� L.I,�C .
Company Name
ure of Authorized Representative
J A-n� "A-ZZ1ZWDAC
Printed Name of Authorized Representative
(o I I
Date
NWOI
'
Qe�
Kodiak Island Borough
Corporate Acknowledgment
(Not Required)
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
(To be filled in when Contract is executed in behalf of Corporation)
UNITED STATES OF AMERICA )
)SS.
STATE OF ALASKA )
The foregoing instrument was acknowledged before me this _ day of , 20
(Name of Officer)
(Name of Corporation)
(State of Incorporation)
Notary Public
My Commission Expires:
(Title of Officer)
Corporation, on behalf of said Corporation.
Page 21 of 34
f
f*r
*¢ Page 22 of 34
Kodiak Island Borough
Contractor Certificate of Substantial Completion
For Future Use
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
CONTRACTOR:
This is to certify that I, am a duly authorized official of the said
CONTRACTOR working in the capacity of , and in my official
capacity Kodiak Island Borough representing said CONTRACTOR do hereby certify as follows:
1. The work of the subject Contract above has been performed, and materials used and installed in
accordance with and in conformity to, the Contract Drawings, Contract Specifications, Kodiak Island
Borough General Conditions and Special Conditions.
2. The Contract work is now substantially complete in all parts and requirements.
3. I understand that neither the determination by the Engineer --Architect that the work is substantially
complete nor the acceptance thereof by the KIB shall operate as a bar to claim against the Contractor
under the terms of the guarantee provisions of the Contract Documents.
4. The work to which this Certificate applies has been properly inspected and that work is hereby declared
to be substantially complete in accordance with the Contract Documents.
5. The date of Substantial Completion is the date upon which all guarantees and warranties begin.
6. The KIB accepts the Project or specified area as described under "REMARKS," of the Project as
substantially complete and will assume full possession of the Project or specified area of the Project at
(time) on day, , 202_.
CONTRACTOR
(Signature)
(Title)
Date
REMARKS:
KODIAK ISLAND BOROUGH, OWNER
Engineering & Facilities Director
Date
*. Page 23 of 34
Kodiak Island Borough
Contract Release
Page 1 of 2
For Future Use
Project: Women's Bay Road Service Area Contract
Contract Number: FY2025-58
The undersigned,
for itself, its successors in interest, assigns trustees, administrators, subcontractors, suppliers, and laborers
do hereby release and forever discharge the KODIAK ISLAND BOROUGH, ALASKA a municipal
corporation, from all actions, causes of actions, suits, controversies, claims, damages and demands of
every kind and nature, mature or to mature in the future, for and by reason of any matter, thing or claim
arising out of the following Contract:
Project: Women's Bay Road Service Area Contract
Contract Number: FY2025-58
The undersigned also intends hereby to discharge the Kodiak Island Borough from all liability for
any and all damages or injuries presently undiscovered or unanticipated. The undersigned's intention
hereby is to waive any right it may subsequently have to set aside this release under the doctrine of Witt
v. Watkins, 579 P.2d 1065 (Alaska 1978).
The undersigned further agrees to defend, indemnify and hold harmless the Kodiak Island
Borough against any claims, liens, or causes of action arising under or by virtue of this Contract,
including, but not limited to, any claim that the undersigned, any successor in interest, assignee, trustee,
administrator, subcontractor, supplier or laborer of the undersigned or any other person might make or
claim that he could possibly make against the Kodiak Island Borough.
The undersigned certifies that he has not assigned any amounts payable under this Contract to
anyone.
The undersigned hereby declares that the terms of this RELEASE have been completely read and are fully
understood, and said terms are voluntarily accepted for the purpose of making a full and final release of
any and all claims, disputed or otherwise, arising under or by virtue of this Contract.
*. Page 24 of 34
Kodiak Island Borough
Contract Release Page 2 of 2
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
IN WITNESS WHEREOF, I have hereunto set my hand and seal this day of
,20
COMPANY
SIGNATURE
STATE OF ALASKA )
)ss.
THIRD JUDICIAL DISTRICT )
THIS IS TO CERTIFY that on this day of , 20 , before me, Notary Public in and
for the State of Alaska, personally appeared of
, known to me to be its
and acknowledged to me that he has read this foregoing
RELEASE and knew contents thereof to be true and correct to the best of his knowledge and belief, and
that he signed the same freely and voluntarily for the uses and purposes therein mentioned, and that he
was duly authorized to execute the foregoing document according to the Bylaws or by Resolutions of said
corporation.
WITNESS my hand and notarial seal this day of 920
Notary Public in and for Alaska
My Commission expires:
Page 25 of 34
Kodiak Island Borough
Special Conditions
Project: Women's Bay Road Service Area
Contract Contract Number: FY2025-58
Table of Contents
Section Title Pale
ScO1
General Statement.....................................................................................................................
26
SC02
Scope of Work...........................................................................................................................
26
SC03
Time of Completion..................................................................................................................27
SC03.1
Contract Extension.....................................................................................................................27
SC03.2
Work Response Time.................................................................................................................27
SC04
Termination...............................................................................................................................
28
SC05
Disputes.....................................................................................................................................
28
SC 06
Continuing Obligation of Contractor.........................................................................................
28
SC07
Documentation..........................................................................................................................
29
SC08
Suitable Materials......................................................................................................................29
SC 09
Special Equipment Requirements..............................................................................................30
SC10
Labor Rates................................................................................................................................
30
Sc 11
Hazardous Waste Generation....................................................................................................
30
SC 12
Site Preservation, Restoration, Cleanup and Environmental Reporting....................................30
SC13
Permits.......................................................................................................................................30
SC 14
Order of Award of Alternative Bids..........................................................................................
31
SC15
Payment.....................................................................................................................................31
SC 16
References to Kodiak Island Borough General Conditions.......................................................31
SC 17
Road Service Area Specifications.............................................................................................
31
"*.* Page 26 of 34
Kodiak Island Borough
Special Conditions
SC O1 General Statement
The Special conditions set forth conditions and requirements unique to this Project and are supplemental
to, and supersede, the Kodiak Island Borough "General Conditions."
SC 02 Scope of Work
The Scope of Work of the Base Bid of this Contract shall include providing all labor, materials, tools,
equipment, transportation, supervision and facilities necessary to: conduct road maintenance, ice control
and snow removal within the Women's Bay Road Service Area of the Kodiak Island Borough. This work
also includes the locations where dumpsters are located within the service area.
1. Women's Bay Service Area Map (See Exhibit A)
2. Women's Bay Dumpster Pad Location Map (See Exhibit B)
All work completed in the RSA must follow the Road Service Area Specifications, which can be
found in SC 17 Road Service Area Specifications.
Base Bid
Provide all labor, materials, tools, equipment, transportation, supervision, and facilities necessary to
conduct road maintenance, ice control and snow removal within the Women's Bay Road Service Area of
the Kodiak Island Borough Road.
1. Women's Bay Service Area Map (See Exhibit A)
2. Women's Bay Dumpster Pad Location Map (See Exhibit B)
Items include those listed in the following Bid Schedule Tables, REQUESTED ROUTINE
MAINTENANCE WORK SERVICES BID table, the MATERIALS REQUESTED PUBLIC
CONSTRUCTION WORK SERVICES BID table, EQUIPMENT RATE TABLE 1 (one), and
EQUIPMENT RATE TABLE 2 (two). The exhibits attached provide a visual of all the RSA roads
covered by this contract. Contractor is NOT authorized to perform any work on roads not identified in the
Exhibits. The contractor will be notified of any changes in the approved RSA. If any change in the
approved RSA occurs during the life of the contract, the Borough shall provide an updated Exhibit of all
RSA roads covered by the contract.
The RSA Board or the Engineering and Facilities Director will call -out or provide a Work Order for
dumpster pad areas that require snow removal, ice control, maintenance, and repair services. The
successful Bidder for this specific RSA will be the contractor responsible for the Dumpster pad located in
the RSA. However, the funding for dumpster pads will be supplied by the Landfill fund, due to the
dumpster pads being an extension of the Landfill operation.
Alternate Bid(s)
The Scope of Work of the Additive Alternate No. 1, in addition to the bid items listed in the
EQUIPMENT TABLE 3 (three), supply hourly wage rates for the equipment and labor listed below.
These rates will be used to fulfill Work Orders.
Hourly equipment rates include a competent operator, fuel, insurance, equipment, mobilization,
demobilization, profit, overhead and any other costs incurred by the Contractor in performing other work.
The Contractor will be paid a minimum of two (2) hours for each piece of equipment responding to call
out. Hourly labor rate includes a competent laborer, travel to and from the work area, small hand and
*. Page 27 of 34
power tools (i.e. shovels, rakes, chain saw, cut off saw, etc.), insurance, profit, overhead and any other
costs incurred by the Contractor in performing other work. The Contractor will be paid a minimum of two
(2) hours for each laborer responding to a call out.
These rates shall be used for Work Order quotes and will not be used to determine the contract
award, unless there is a tie. If there is a tie between two bidders, the lowest average cost of the
Alternative Bid 1 will determine the successful bidder.
SC 03 Time of Completion
The Term of the contact is for an initial two-year period from July 1, 2025, until March 31, 2027.
The Borough reserves the option to renew a contract resulting from this solicitation upon written
agreement of both Parties for two (2) additional one-year periods. All renewals are to be for a period of
one year at the same terms, conditions, and price set forth herein. All renewals must reflect the correct
Prevailing Wage Pamphlet rates, for more information please refer to Minimum Prevailing Wage Rates
section. However, the Contractor, at least 90 days prior to the contract anniversary date, may request, in
writing, changes to the terms, conditions, and pricing, other than those based upon the change in CPI.
Approved changes do not constitute substantial changes to the contract and must be supported with
appropriate written documentation. The approval of any change(s) is at the sole determination of the
Borough, the contract administrator.
If the contract is renewed, the yearly contract renewal period unit prices will be adjusted to the percentage
change of the U.S. Department of Labor Consumer Price Index (CPI), Urban Kodiak, for the twelve-
month period preceding the contract renewal date of July 1. However, if the CPI is negative, unit prices
from the current contract period will prevail.
SC 03.1 Contract Extension
If additional extensions are needed outside the renewals outlined in the section above, the Kodiak Island
Borough and the successful bidder agree:
1. That the Borough may extend the term of the contract on a month-to-month basis at the same
rates specified in the contract at the end of the initial performance period, or the end of any
exercised renewal;
2. Any such extension shall not exceed 6 months;
3. All other terms and conditions shall remain in full force and effect; and
4. To provide written notice to the other party of the intent to cancel such month-to-month extension
at least 30 days before the desired date of cancellation.
If the Borough provides a notice of extension, the Contractor shall accept or reject the extension within
thirty (30) days of the date the notice is sent by the Borough. The parties may mutually agree to continue
services after expiration of the final term on a month-to-month basis on the same rates until a new
contract can be awarded or 6 months, whichever comes first.
SC 03.2 Work Response Time
The Contractor is responsible for responding to all RSA or Borough initiated maintenance calls within the
time noted in the specifications. If there is no time response in the specification, the Contractor shall
respond within fourteen (14) days. If the RSA or Borough agrees, the work may be scheduled for a later
time.
A. Maintenance: The Contractor shall begin corrective work no later than 8:00 am. 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 Standard Work Time.
Page 28 of 34
B. Repairs: The RSA or 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 request through the Borough Manager or designee by the
RSA 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 RSA, the Borough, or Borough Manager or 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 RSA, the Borough, or Borough Manager or designee 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 RSA, the Borough, or
Borough Manager or designee, to contact the Contractor or his designee anytime during the
contract period.
SC 04 Termination
Both parties may agree in writing to terminate this agreement at any time. Either party may terminate the
contract if the other party fails to perform in the manner called for in the contract. The Borough may
terminate the contract for its own convenience on thirty (30) days written notice; the agreement will
terminate if the Borough Assembly fails to appropriate necessary funds or repeals all or substantially all
of the appropriations which fund this agreement.
In case of default by the Contractor, for any reason whatsoever, the Borough may procure the goods or
services from another source and hold the Contractor responsible for any resulting excess cost or other
remedies under law or equity.
If this contract is terminated, the Contractor has no further duty to perform other than that work
reasonably necessary to stop work in a safe and workmanlike manner. Likewise, if this contract is
terminated, the Borough has no further duty to pay the Contractor except for the work satisfactorily
completed or goods delivered and accepted, as of the date of termination, and the additional work
completed as being reasonably necessary to stop work in a safe and workmanlike manner.
SC 05 Disputes
Any dispute arising out of a contract resulting from this ITB shall be considered by the Borough
Manager. The Borough Manager retains the right to consult with the Borough Attorney to obtain legal
advice about the issue that arises. Once a decision by the Borough Manager has been made, the Manager
will issue a memorandum of their decision in writing to all the concerned parties.
Any dispute arising out of a contract resulting from this ITB shall be resolved under the laws of Alaska.
Any appeal of an administrative order and any original action to enforce any provision of a contract
resulting from this ITB or to obtain any relief from remedy in connection with said contract may be
brought only in the Superior Court for the [Kodiak] Third Judicial District of Alaska.
SC 06 Continuing Obligation of Contractor
Notwithstanding the expiration date of a contract resulting from this ITB, the Contractor is obligated to
fulfill its responsibilities until warranty, guarantee, maintenance, and parts availability requirements have
completely expired.
Page 29 of 34
cte�
SC 07 Documentation
ITB Required Documentation:
1. Addendum Acknowledgement
2. Non -Collusion Affidavit
3. Bid Form/Schedule
4. Alaska Business License
5. Alaska Contractor License/Certificate
6. Corporate Acknowledgement
Invoice Documentation: Contractor shall keep logs of maintenance performed, including road name;
hours worked; type of work performed, and date of work. The Contractor shall provide documentation
along with the submitted invoice;
1. Invoice detailed listing of work completed,
2. Work Order requesting the work signed by the RSA Chair or designee,
3. Employee's signed time card for work invoiced,
4. Contractor's Daily Logs for the work invoiced,
5. Metered Equipment Hours for work invoiced,
6. Field notes on work completed or in -progress.
Order of Precedence:
1. Work Orders
2. Change Orders
3. Agreement
4. Addenda
5. Special Conditions
6. Road Service Area Specifications
7. General Conditions
8. State of Alaska Standard Specifications for Highway Construction
9. Engineering Specifications
10. Contract Drawings
11. Construction Schedule
12. Invitation to Bid
13. Proposal as Accepted
SC 08 Suitable Materials
Unless otherwise specified, all materials, supplies, or equipment offered by a bidder shall be new, unused,
of recent manufacture, and suitable for the manufacturer's intended purpose. 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 rates.
The bidder warrants all articles, materials, and equipment supplied under a contract resulting from this bid
conform to the specifications of this contract, to be fit and sufficient for the use specified, to be of
merchantable quality, and to be free from defect of materials or workmanship. Equipment, articles, and/or
materials received which do not conform to the above warranties may be held at the bidder's risk of loss or
damages or returned at the bidder's expense at the discretion of the KIB.
Qin
SC 09 Special Equipment Requirements
Page 30 of 34
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.
Women's Bay has special equipment requirements as noted below:
1. The Contractor is required to have a minimum of two (2) graders with a minimum of fourteen
(14) foot blades with snow gates and chains.
2. The Contractor is required to have a minimum of two (2) loaders, which 1 must be a minimum of
2.5 cubic yard capacity and the 1 that must be a minimum of 2.5 cubic yard capacity with an
angle blade attachment.
3. The Contractor is required to have a minimum of two (2) sanders available with the primary
sander having a minimum of 8 -yard capacity; the second sander may have a minimum of a 2 -
yard capacity. The sanders must be suitable for spreading D1 or El, rock chips, sand, and or salt
on the roadways and parking lots.
SC 10 Labor Rates
Included in listed equipment rates are the straight time rates 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.
No rental time will be allowed on this contract. If equipment is down or inoperable, the Contractor is to
notify the RSA, the Borough, or Borough Managers or designee.
SC 11 Hazardous Waste Generation
Every effort to minimize or eliminate the generations of hazardous waste shall be used by the Contractor
in the performance of the work of this Contract. Unless there is no substitute, no hazardous material shall
be used in the performance of the work of this Contract.
SC 12 Site Preservation, Restoration, Cleanup and Environmental Reporting
The Contractor shall be solely responsible for damage to public or private property caused by their
operations. The Contractor shall take all precautions necessary to control dust. The Contractor shall notify
the Borough of any claims of damage and shall clean and restore any property so damaged at the sole
expense of the Contractor. All spills or releases of any hazardous substance shall be reported to the
appropriate governmental agency as well as notice to the Borough. Contractor shall be responsible for all
associated cleanup costs and fines.
At all times during the work, keep the premises clean and orderly. Upon completion of the work, repair all
damage caused by equipment and leave the area free of rubbish and excess materials of any kind.
SC 13 Permits
The Contractor shall obtain all licenses and permits that are required to do the work.
Qe'
SC 14 Order of Award of Alternative Bids
Page 31 of 34
If the KIB has elected to advertise this Project with a Base Bid and Alternates, the KIB may elect to award
the contract for the Base Bid, or the Base Bid in combination with one or more Alternates selected by the
KIB. In either case, award shall be made to the responsive, responsible bidder offering the lowest total Bid
for the work to be awarded.
SC 15 Payment
Payments shall be in accordance with Section 109, Payment Requirements, as outlined in the Road Service
Area Specifications. All invoices for payment must be submitted on and invoice with an accompanying
documentation. Documentation for invoices is listed in SC 07 Documents.
Disbursement of money to a person, firm or corporation will be made only after all the various receivable
accounts of the general government and any municipal utility or enterprise have been reviewed for
outstanding balances owed, and the disbursement will be reduced by setting off the amount of any
delinquent indebtedness due the Kodiak Island Borough from such person, firm or corporation.
All contracts to which the Kodiak Island Borough is a party which will or may involve the disbursement
of Kodiak Island Borough funds shall contain the following clause, or its substantial equivalent:
"Disbursement of money by the Kodiak Island Borough hereunder shall subject to set-off pursuant to the
provisions of the Kodiak Island Borough Code." Such contracts include, but are not limited to, oral
contracts, employment contracts, construction contracts, purchasing contracts and contracts of any
municipal utility or enterprise, including customer's deposits.
SC 16 References to Kodiak Island Borough General Conditions
The Kodiak Island Borough General Conditions of the Construction Contract, hereafter referred to as
General Conditions, are incorporated in and become a part of the Contract Documents for the work, The
General Conditions can be downloaded from the Kodiak Island Borough's website at Projects Office
Kodiak Island, AK - Official Website. All work under this Contract shall comply with the latest edition and
addenda to all applicable codes, ordinances, and standards.
It shall be the responsibility of the Bidder to prepare his bid so all materials and/or different arrangements
of connections or fittings shall harmoniously conform with the intent of the Contract Drawings, General
Conditions, and the Special conditions.
SC 17 Road Service Area Specifications
The Specifications for construction of the work of this Project are incorporated into the following pages
and can be downloaded from the Kodiak Island Borough's website at Road Maintenance I Kodiak Island,
AK - Official Website.
EPI
Kodiak Island Borough
Minimum Prevailing Wage Rates
Project: Women's Bay Road Service Area Contract
Contract Number: FY2025-58
Minimum Prevailing Wage Rates and Title 36 Public Contracts Follows
See attached Links:
http://labor.state.ak.us/Iss/pamp6OO.htm
http://labor.alaska.gov/lss/fonns/Pam400.pdf
WAGE RATES, REGULATIONS, AND LABOR STANDARDS REQUIREMENTS
Page 32 of 34
DESCRIPTION. Pay items in Division 800 Maintenance are exempt from the provisions of AS
36.05.010. All other work pay items are subject to provisions of AS 36.05.010, also called Prevailing
Wage work.
PREVAILING WAGES. Before the Contractor starts work on Prevailing Wage pay items, the
Contractor shall provide the Engineering and Facilities Director a copy of the Notice of Work filed to the
DOLWD. During the work, the Contractor shall provide a copy of all certified payrolls submitted to
DOLWD and the Engineering and Facilities Department. When work is completed, provide the
Engineering and Facilities Director a copy of the Notice of Completion filed with DOLWD.
REQUIREMENTS.
In accordance with the requirements of AS 36.05.070 and AS 36.05.080, the following provisions are
included where applicable:
(1) The Contractor or subcontractors of the Contractor shall pay all employees unconditionally and not
less than once a week;
(2) wages may not be less than those stated in the advertised specifications, regardless of the contractual
relationship between the Contractor or subcontractors and laborers, mechanics, or field surveyors;
(3) the scale of wages to be paid shall be posted by the Contractor in a prominent and easily accessible
place at the site of the work;
(4) KIB shall withhold so much of the accrued payments as is necessary to pay to laborers, mechanics, or
field surveyors employed by the Contractor or subcontractors the difference between
(A) the rates of wages required by the contract to be paid laborers, mechanics, or field surveyors
on the work; and
(B) the rates of wages in fact received by laborers, mechanics, or field surveyors.
(5) If it is found that a laborer, mechanic, or field surveyor employed by the Contractor or subcontractor
has been or is being paid a rate of wages less than the rate of wages required by the contract to be paid,
the KIB may, by written notice to the Contractor, terminate the Contractor's right to proceed with the
work or the part of the work for which there is a failure to pay the required wages and to prosecute the
work to completion by contract or otherwise, and the Contractor and the Contractor's sureties are liable to
KIB for excess costs for completing the work.
§§
.A-
Kodiak
Iland Borough
EXHIBIT A
$
§\§ �-
W�%
� 4 �
� @
\
q
Page 3o3
A --
Kodiak Island Borough
EXHIBIT B
Women's Bay Road Service Area Dumpster Pad Locations.
Intersection of South Russian Creek Road and Chiniak Highway.
Page 34 of 34
Intersection of Sargent Creek Road and Middle Bay Dr.
Vol. FY2025, No. 25
Kodiak Island Borough
Assembly Newsletter
June 06, 2025
At Its Regular Meeting Of June 5, 2025, The Kodiak Island Borough Assembly Took The Following
Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, July 3, 2025,
At 6:30 p.m. In The Borough Assembly Chambers.
PROCLAIMED The Week Of June 8-14, 2025, Invasive Species Awareness Week Encourage All
Residents And Visitors To Learn More About And Contribute To The Prevention Of Invasive Species In
Our Borough, And Thereby Support A Broad, Efficient, And Effective Effort To Protect The Health And
Integrity Of Kodiak's Natural Systems And Human Populations
PROCLAIMED The Month Of June As Filipino American Heritage Month In Kodiak Urging All Citizens
To Participate In The Festivities Celebrating The Rich Heritage And Traditions Of The Philippine Islands
VOICED NON -PROTEST To The State Of Alaska Alcohol And Marijuana Control Office
(AMCO) Transfer Of Ownership Application From Kodiak Rendezvous, Inc. DBA The Rendezvous
(License No. 2639) To Rendezvous Roadhouse LLC, And Direct The Clerk To Notify AMCO Of This
Decision
ADOPTED Ordinance No. FY2025-17, An Ordinance Of The Assembly Of The Kodiak Island Borough
Rezoning A Portion Of Tract E, U.S. Survey 4793 From R1 -Single Family Residential District to (-
Industrial District (Zoning Will Correspond To Lot Created By Abbreviated Subdivision S25-007)
ADOPTED Ordinance No. FY2025-18, An Ordinance Of The Assembly Of The Kodiak Island Borough
Rezoning A Portion Of U.S. Survey 4793, Tract E from R1 -Single Family Residential District to B -
Business District (Zoning Will Correspond With Lot Created By Preliminary Subdivision, Case No. S25-
006)
AMENDED/ADOPTED Ordinance No. FY2026-01, Adopting The Budget For Fiscal Year 2026 And
Appropriating From All Borough Funds
AMENDED/ADOPTED Ordinance No. FY2026-02, Receiving The 2025 Certified Real And Personal
Property Tax Roll, Levying Ad Valorem Property Taxes For Tax Year 2025 Consisting Of An Areawide
Tax, Womens Bay Fire Protection Area Tax, A Womens Bay Road Service Area Tax, A Bay View Road
Service Area Tax, A Fire Protection Service Area No. 1, A Monashka Bay Road Service Area Tax, A Tax
In Service Area No. 1 Roads, A Woodland Acres Street Light Service Area, A Service Area No. 2 Tax,
An Airport Fire Protection Service Area, A Trinity Islands Street Light Service Area Tax, And A Tax In
The Mission Lake Tidegate Service Area; Levying Commercial Aircraft Tax; Providing For The Collection
Of Taxes Due In 2025; And Setting The Date When Taxes Become Delinquent
AUTHORIZED The Borough Manager To Award Contract No. FY2025-57 To Jacobs Engineering For
The Regional Solid Waste Management Plan Update
AUTHORIZED The Borough Manager To Execute Contract No. FY2025-58 For Women's Bay Service
Area Contract With Brechan Construction, LLC
View our website: Visit our Facebook page:
www.kodiakak.us www.facebook.com/KodiakislandBorough
AUTHORIZED The Borough Manager To Execute Contract No. FY2025-59 For Service Area No. 1 Road
Service Area Contract With AIM Maintenance LLC
AUTHORIZED The Borough Manager To Execute Contract No. FY2025-60 For Monashka Bay Road
Service Area Contract With Aim Maintenance LLC
AUTHORIZED The Borough Manager To Execute Contract No. FY2025-61 For Bayview Road Service
Area Contract With AIM Maintenance LLC
ADOPTED Resolution No. FY2026-02, Re -Establishing The Fees Of The Kodiak Island Borough
CONVENED INTO EXECUTIVE SESSION Under The Authority Of KIBC 2.30.030 (F)(1)(C) To Discuss
The Borough Clerk's Performance Evaluation, A Subject That Qualifies For Executive Session As A
Matter That May Tend To Prejudice A Character Or Reputation Of Any Person. INVITED The Mayor and
Assembly Members Into Executive Session. The Borough Clerk Was Invited At A Later Time.
ANNOUNCED That The Borough Clerk Had An Excellent Job Performance And Her Salary Should Be
Increased As Stated In Her Contract
View our website: Visit our Facebook page:
www.kodiakak.us www.facebook.com/KodiakislandBorough