Loading...
FY2026-33 Kodiak Island Borough Facilities Contract for Snow Removal, Ice Control & SweepingCONTRACTS 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: 11/07/25 TRANSMITTED BY: Patricia Valerl0 DEPT: Engineering & Facilitie CONTRACT NO.: FY 2026-33 VENDOR OR CONTRACTOR: MK Enterprises CONTRACT TITLE(Please provide details that are available such as purpose and/or the amount): KIB Facilities Contract for Snow Removal, Ice Control & Sweeping 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: 11/06/25 PROVIDE DETAILS FOR ANY AUTOMATIC RENEWALS OR EXTENSIONS BELOW: No auto renewals. Only option for one 6 month extension (if needed) EXPIRATION OR REVIEW DATE: 06/12/2026 PURGE DATE: 06/12/2030 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 KODIAK ISLAND BOROUGH INVITATION TO BID KIB Facilities Contract Re -Bid Snow Removal, Ice Control & Sweeping FY2026-23 September 18, 2025 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907) 486-9341 Kodiak Island Borough Contract Documents Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Table of Contents Invitationto Bid............................................................................................................................................ 3 Instructionsto Bidders.................................................................................................................................. 4 BidderRegistration Form...........................................................................................................................10 Addendum Acknowledgement.................................................................................................................... l l Non -Collusion Affidavit.............................................................................................................................12 BidSchedule...............................................................................................................................................13 BidModification Form...............................................................................................................................16 Agreement...................................................................................................................................................17 BidBond...................................................................................................................................................19 PerformanceBond...................................................................................................................................... 20 Contractor Certificate of Substantial Completion.......................................................................................21 ContractRelease......................................................................................................................................... 22 SpecialConditions...................................................................................................................................... 24 SCO1 General Statement................................................................................................................. 25 SC02 Scope of Work....................................................................................................................... 25 SC03 Term of Contract...................................................................................................................25 SC03.1 Contract Extension................................................................................................................25 SC03.2 Work Response Time............................................................................................................26 SC04 Termination...........................................................................................................................26 SC05 Disputes.................................................................................................................................27 SC 06 Continuing Obligation of Contractor.................................................................................... 27 SC07 Insurance Requirements........................................................................................................ 27 SC08 Documentation...................................................................................................................... 27 SC09 Suitable Materials..................................................................................................................28 SC 11 Hazardous Waste Generation................................................................................................ 28 SC 12 Site Preservation, Restoration, Cleanup and Environmental Reporting ................................ 28 SC13 Permits...................................................................................................................................28 SC 14 Order of Award of Alternative Bids...................................................................................... 28 SC15 Payment.................................................................................................................................28 SC 16 References to Kodiak Island Borough General Conditions .................................................. 29 SC 17 Finance Department Pre -Award Qualification Form............................................................ 29 SC 18 Road Service Area Specifications......................................................................................... 29 SC 19 Modifications to Road Service Area Specifications..............................................................29 A. Snow Removal..........................................................................................................................29 B. Ice Control................................................................................................................................30 C. Quality Control........................................................................................................................30 SC 20 Historical Contract Data........................................................................................................ 31 Minimum Prevailing Wage Rates...............................................................................................................32 EXHIBITA................................................................................................................................................. 34 EXHIBITB.................................................................................................................................................35 KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 2 of 35 Contract No.FY2026-23 ADDENDUM KODIAK ISLAND BOROUGH KIB Facilities Contract Re -Bid Kodiak, AK October 10, 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 4 pages and 4 -page attachment PLEASE NOTE: Bidders should read this Addendum carefully. Multiple questions covering the same topic were received and have been consolidated by staff to avoid repetition in the questions and answers. SPECIFICATIONS: Adding "Parking Area Consideration" to ITB, Special Conditions, Section 19, Modifications to Road Service Area Specifications, C. Quality Control as written below: Parking Area Consideration: If obstructions or vehicles are present at the time of the initial weather event, the contractor will be responsible for completing snow removal once the obstruction or vehicle has been removed. Should the contractor require assistance with clearing obstructions, they must contact the Engineering and Facilities Director or their designee. RESPONSES TO BIDDER QUESTIONS: QUESTION 1: The bid form asks for a lump sum per occurrence to cover snow and ice. How do we account for mornings that only sanding is needed or only snow is needed? RESPONSE 1: Attached please find the new bid schedule forms which consists of four (4) pages. Three tables and one authorization page. The three tables are; Base Bid Table #1 Snow Removal Lump Sum Per Occurrence, Base Bid Table #2 Ice Control/Sanding Lump Sum Per Occurrence, and Alternative Bid #1 Sanding. Bidders interested in providing a bid submission for this ITB will need to submit the new Bid Schedule Forms in place of the original pages. Reminder: The Total Base Bid Amount will be the totals of Base Bid Table #1 and Base Bid Table #2 added together. KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 1 QUESTION 2: Is a bid and performance bond actually required? RESPONSE 2: Yes, a Bid Bond and a Performance Bond will be required. Bid Bond: All bids shall be accompanied by a bid bond, certified check, cashier check or money order in the amount of not less than five percent (5%) of the total amount bid [In this case it will be 5% of the Historical Average Annual Cost Total]. Bid bonds shall be in a form satisfactory to the Borough. Performance Bond: Based on the historical data for this contract the costs will exceed the waivable dollar amount outlined in KIBC 3.65.010 and 3.65.020, which states the below: KIBC 3.65.010 Bond of Contractors for Public Buildings or Works A. Except as otherwise provided in KIBC 3.65.020, before a construction contract exceeding $2,000 for the construction, alteration, or repair of public buildings or public work of the Borough is awarded to a general or specialty contractor, the contractor shall furnish to the Borough the following bonds which will become binding upon the award to the contractor: 1. A payment bond with a corporate surety qualified to do business in the state, or at least two individuals who shall each qualify in a sum equal to the amount of the bond, for the prosecution of the work provided for in the contract. The payment bond shall be in amounts as follows: a. When the total amount payable by the terms of the contract is not more than $1,000,000, the payment bond shall be in a sum of one-half the total amount payable by the terms of the contract; b. When the total amount payable by the terms of the contract is more than $1,000,000, but not more than $6,250,000, the payment bond shall be in a sum of 40 percent of the total amount payable by the terms of the contract; or c. When the total amount payable by the terms of the contract is more than $6,250,000, the payment bond shall be in a sum of $2,500,000. 2. A performance bond in an amount equal to the required payment bond with a corporate surety qualified to do business in the state or at least two individual sureties who shall each qualify for a sum equal to the amount of the bond. KIBC 3.65.020 Qualification In Lieu of Bonding A. The bonds required by KIBC 3.65.010 shall be waived for any project having a total value of less than $50,000 if the contractor qualifies as provided in this section prior to the time for award of the contract and deposits with the borough by cash, postal money order, certified check, or cashier's check a sum equal to five percent of the contract amount in lieu of a performance bond and sum equal to five percent of the contract amount in lieu of a payment bond. B. If the following four criteria apply, a contractor is qualified for a waiver of bond requirements: [Read more at www.kodiakak.us ] KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 2 QUESTION 3: If bonding is required, what amount are we bid bonding? RESPONSE 3: Two bonds are required. Bid Bond and Performance Bond. Both bonds will be made based on the previous historical average annual cost total, which is in the table below: Item Description Average Annual Cost KIB Administration Building Parking $8,635.05 All Schools Including: • Kodiak High School & Auditorium Parking • Kodiak Middle School Parking • Community Pool Parking • Main Elementary Parking • East Elementary Parking • Peterson Elementary Parking • North Star Building Parking & Side Road $63,157.90 Bayside Fire Parking $1,792.50 Women's Bay Fire Parkin *Not able to calculate Kodiak Fisheries Research Center Complex Parking $10,932.00 KIB Mental Health Complex Parkin *Not able to calculate Landfill Complex Parking $4,960.57 Leachate Treatment Plant LTP Complex Parking $2,556.07 Bike Path from East Elem. To Abercrombie $1,691.00 Historical Average Annual Cost Total: $93,725.09 QUESTION 4: Will equipment hours or hourly rates be included or allowed? RESPONSE 4: No, per the Manager's instruction this ITB will be bid as a firm fixed price, per occurrence. QUESTION 5: Will there be a space to provide a cost for hauling snow off-site? RESPONSE 5: No. If conditions permit, this will be negotiated as a change order at that time, with the successful bidder. QUESTION 6: What happens when the school district pushes their sidewalk snow into the driveway/parking area after the contractor has already cleared the area? RESPONSE 6: If this occurs, and the KIBSD is responsible, the Borough will contact the KIBSD to remedy the issue, it will not be contractor's responsibility. KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 3 QUESTION 6: What happens if rework is required? RESPONSE 6: The Borough views re -work and corrective work as the same. Please reference ITB, Special Conditions, Section 19, Modifications to Road Service Area Specifications, C. Quality Control, Corrective Work: "Corrective Work: If, during the course of work at the locations identified in the contract, the Engineering and Facilities Director or their designee determines that the work is incomplete, incorrect, or does not meet the standards of the approved quality control program, the Contractor shall return to correct the deficiencies at no additional cost to the Borough." QUESTION 7: What happens when it snows in the morning, contractor clears it, then it snows in the afternoon? RESPONSE 7: They would be considered two different snow events. If it snows in the morning, that would be one call -out for service to be billed at the lump sum rate. And if it snows again in the afternoon, that would be another call -out for service to be billed at the lump sum rate. QUESTION 8: Is North Star Facility going to be maintained regularly? RESPONSE 8: Yes, it is listed on the bid schedules as Number 8. It will be considered a regular Borough Facility, even though it is not operating as a school building at this time. QUESTION 9: The snow pile location at Peterson has been changed from the north end, if you move it to were indicated on the map the snow will drain into the parking lot requiring more sand when it ices up. RESPONSE 9: Any snow storage location changes will be discussed with the successful bidder. QUESTION 10: Is there anywhere in the contract documents that say this is going to be a Davis Bacon contract? Is snow removal considered Davis Bacon? RESPONSE 10: Davis Bacon is considered prevailing wages. On page three (3) of the invitation to bid package please see the reference to prevailing wages: "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 Borough encourages disadvantaged, minority, and women owned firms to respond to this invitation to bid (ITB)." END OF ADDENDUM 2 KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 4 1� Kodiak Island Borough [Revised] Bid Schedule Page 1 of 4 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Base Bid — Table #1 Snow Removal Item No. Item Description Unit Unit Price I KIB Administration Building Parking Lump Sum Per $250.00 Occurrence LS 2 Kodiak High School & Auditorium LS $325.00 Parkin 3 Kodiak Middle School Parking LS $300.00 4 Community Pool Parking LS $200.00 5 Main Elementary Parking LS $100.00 6 East Elementary Parking LS $180.00 7 Peterson Elementary Parking LS $225.00 8 North Star Building Parking & Side LS $200.00 Road 9 Bayside Fire Parking LS $200.00 10 Women's Bay Fire Parking LS $175.00 11 Kodiak Fisheries Research Center LS $200.00 Complex Parkin 12 KIB Mental Health Complex Parking LS $175.00 13 Landfill Complex Parking LS $200.00 14 Leachate Treatment Plant (LTP) LS $275.00 Complex Parkin 15 Bike Path (from East Elem. To LS $150.00 Abercrombie Total Lump Sum Per Occurrence for All Locations: $3155.00 for Base Bid Snow Removal List Only) KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 5 Kodiak Island Borough [Revised] Bid Schedule Page 2 of 4 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Base Bid — Table #2 Ice Control/Sanding Item No. Item Description Unit Unit Price I KIB Administration Building Parking Lump Sum Per $150.00 Occurrence LS 2 Kodiak High School & Auditorium LS $225.00 Parkin 3 Kodiak Middle School Parking LS $200.00 4 Community Pool Parking LS $100.00 5 Main Elementary Parking LS $100.00 6 East Elementary Parking LS $150.00 7 Peterson Elementary Parking LS 200.00 8 North Star Building Parking & Side LS $150.00 Road 9 Bayside Fire Parking LS $200.00 10 Women's Bay Fire Parking LS $150.00 11 Kodiak Fisheries Research Center LS $150.00 Complex Parkin 12 KIB Mental Health Complex Parking LS $125.00 13 Landfill Complex Parking LS $200.00 14 Leachate Treatment Plant (LTP) LS $200.00 Complex Parkin 15 Bike Path (from East Elem. To LS $150.00 Abercrombie Total Lump Sum Per Occurrence for All Locations: $2450.00 for Base Bid Ice Control/Sanding List Only) )Ae4 KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 6 Kodiak Island Borough [Revised] Bid Schedule Page 3 of 4 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Alternative Bid #1 Sweeping Item No. Item Description Unit Unit Price I KIB Administration Building Parking Lump Sum Per $850.00 Occurrence LS 2 Kodiak High School & Auditorium LS $2400.00 Parkin 3 Kodiak Middle School Parking LS $800.00 4 Community Pool Parking LS $800.00 5 Main Elementary Parking LS $400.00 6 East Elementary Parking LS $500.00 7 Peterson Elementary Parking LS $800.00 8 North Star Building Parking & Side LS $1000.00 Road 9 Bayside Fire Parking LS $500.00 10 Women's Bay Fire Parking LS $400.00 11 Kodiak Fisheries Research Center LS $1200.00 Complex Parkin 12 KIB Mental Health Complex Parking LS $400.00 13 Bike Path (from East Elem. To LS $250.00 Abercrombie Total Lump Sum Per Occurrence for All Locations: $10300.00 for Alternate Bid List Only) �A KODIAK ISLAND BOROUGH ADDENDUM NO. 2 KIB Facilities Contract Re -Bid PAGE 7 Kodiak Island Borough [Revised] Bid Schedule Page 4 of 4 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Total Base Bid Amount (Total Lump Sum Per Occurrence for All Locations in the Base Bid Table #1 and Base Bid Table #2 added together]. The award shall be made to the responsive, responsible bidder offering the lowest total lump sum amounts listed in the Base Bid Tables for the work to be awarded. In the event of a tie, the Borough may elect to award the contract to the bidder with the lowest total lump sum amounts listed in the Alternate Bid Table as the determining factor: FIVe- f IGLt5an� St'y' h(, 4 -e_d "-C, t1 Dollars ZQf 0 Cents rc II f�11I I, KEVIN ARNDT , hereinafter called Bidder, an individual doing business as MK ENTERPRISES LLC (strike out inapplicable words:) a partnership, a corporation incorporated in the State of Alaska, 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/or unit price amounts as set forth in this bid schedule. Respectfully submitted this 4e day of De-� , 202 BIDDER: MK ENTERPRISES LLC Company Name 1816 MILL BAY ROAD KODIAK_AK 99615 Address 907-486-5537 Telephone Number 20-2356912 Federal I.D. or S.S.N. KODIAK ISLAND BOROUGH KIB Facilities Contract Re -Bid KEVIN ARNDT Authorizing Name OWNER/MEMBER Title Signature mkoffice@kevinarndt.net Email Address CORPORATE SEAL/ATTEST: Signature of Corporate Sec. Print Name ADDENDUM NO. 2 PAGE 8 ADDENDUM1 KODIAK ISLAND BOROUGH KIB Facilities Contract Re -Bid Kodiak, AK October 6, 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. QUESTIONS DUE DATE EXTENDED: Questions will now be due at 1:00pm local time October 10th, 2025. Please note all other due dates will remain the same. SPECIFICATIONS: Invitation to Bid, Page 3; the exhibits listed here are mislabeled and should read as follows: 1. Snow Removal & Ice Control Maps of Borough Facilities (Exhibit A) 2. Facility Sweeping List of Borough Facilities (Exhibit B). END OF ADDENDUM NO. 1 KODIAK ISLAND BOROUGH ADDENDUM NO. 1 KIB Facilities Contract Re -Bid PAGE 1 Date: September 18, 2025 Kodiak Island Borough Invitation to Bid Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 This project includes, but is not necessarily limited to: This work includes snow and ice removal, sanding (ice control), and facilities sweeping at the Kodiak Island Borough owned facilities. 1. Facility Sweeping List of Borough Facilities (See Exhibit A) 2. Snow Removal & Ice Control Maps of Borough Facilities (See Exhibit B) The average costs and historical weather data for this contract can be found in SC 20 Historical Contract Data. The Kodiak Island Borough can not guarantee that the historical average costs will reflect future years. Sealed, physical copy, bid packages will be accepted until 2:00pm local time on October 20th, 2025, at the Office of Finance, 710 Mill Bay Road, Kodiak, Alaska, 99615. The bids will be publicly opened and read at that time. Electronic submissions of the bid package will not be accepted. A mandatory pre-bid conference will be held at 10:00am local time on October 6th, 2025, at the Kodiak Island Borough Conference Room 121, 710 Mill Bay Road, Kodiak, AK, 99615. All interested bidders are encouraged to attend this pre-bid conference and if attending submit a 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 will be 1:00pm local time on October 8, 2025. Questions, clarifications, or interpretations of the Bidding Documents shall be made through a written request to the Project Manager at EFprojects(a,kodiakak.us. Any required clarification or interpretation of the Bidding Documents will be made by Addendum, which will be posted on the Borough website. Only registered bidders will receive notification that an addendum is available. For further information refer to the Instructions to Bidders. All bids shall be accompanied by a bid bond, certified check, cashier check or money order in the amount of not less than five percent (5%) of the total amount bid. Bid bonds shall be in a form satisfactory to the Borough. The 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 Borough encourages disadvantaged, minority, and women owned firms to respond to this invitation to bid (ITB). KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 3 of 35 Contract No.FY2026-23 Kodiak Island Borough Instructions to Bidders Project: HIB Facilities Contract Re -Bid Contract Number: FY2026-23 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 submitted. 2. Bid Form/Schedule A. The Bid Form/Schedule has been executed and signed. B. Addendum Acknowledgement Form has been executed and signed. C. Non -Collusion Affidavit Form has been executed and signed. 3. Quality Control Program A. Quality Control Program documentation is to be provided with the bid. See SC 19 Modifications to Road Service Area Specifications, Section F. Quality Control 4. Bid Bond and Performance Bond A. An executed Bid Bond in the amount indicated on the ITB. B. Verify that the Certificate showing the Corporate Principal on the form is executed if applicable. 5. Alaska Business License, a of copy your current license must be included. 6. 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. 7. 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 Borough, as distinct from a sub -bidder, who submits a Bid to a Bidder. The term "Borough" means the Kodiak Island Borough, who is the entity who administers the invitation to bid, manages the contract, and/or owns the facility or property. The term "ITB" means invitation to bid. 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 by 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 Borough website. Registered Bidders will receive notification that an addendum is available. Bidders are responsible for downloading the addendum from the Borough website. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 4 of 35 Contract No.FY2026-23 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 Borough 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 Borough 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. Nothing contained in this section deprives the Borough 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. Borough 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 Borough after the Deadline for Bids. b. If the Bid is on a form other than that furnished by the Borough, 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 Borough'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 Borough. 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 required) If the Bidder fails to furnish an acceptable Bid guaranty with the Bid. h. 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 Borough. i. 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 Borough 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 KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 5 of 35 Contract No.FY2026-23 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. a. Bids and bidding information shall be submitted on the Bid Form/Schedule and other documents provided and as stipulated in the ITB. 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 ITB. 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, by fax (907-486-9394) or email to EFprojects(kkodiakak.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. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 6 of 35 Contract No.FY2026-23 11.0 RIGHT OF REJECTION Bidders must comply with all the terms of the ITB, the Borough Code, applicable provisions of the State Procurement Code (AS 36.30), and all applicable local, state, and federal laws, codes, and regulations. The Borough may reject any bid that does not comply with all the material and substantial terms, conditions, and performance requirements of the ITB. Bidders may not qualify the bid nor restrict the rights of the Borough. If a bidder does so, the procurement officer may determine the bid to be a non-responsive counteroffer and the bid may be rejected. Minor informalities that may be waived by the Engineering & Facilities Director are as follows: a. Do not affect responsiveness, b. Are merely a matter of form or format, c. Do not change the relative standing or otherwise prejudice other bidders, d. Do not change the meaning or scope of the ITB, e. Are trivial, negligible, or immaterial in nature, f. Do not reflect a material change in the work, or g. Do not constitute a substantial reservation against a requirement or provision. The Borough reserves the right to refrain from making an award if it is determined to be in the Borough's best interest. 12.0 BID PROTESTS In the event protest(s) are received, the Borough Manager shall address the protest as provided in the procurement ITB and the Borough Code, as applicable. The protest period shall follow the requirements outlined in this section. In accordance with the Borough's General Conditions 3.1.5 the Protest period will begin on the date of the Notice of Intent to Award. A formal written protest shall be filed by an aggrieved bidder within ten (10) calendar days of the date on 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; • A detailed statement of the legal and factual grounds of the protest; • Copies of all relevant documents. Protests will be evaluated by the Borough Manager within fifteen (15) calendar days of receipt of the protest. The decision of the Borough Manager shall be final. 13.0 KODIAK ISLAND BOROUGH NOT RESPONSIBLE FOR PREPARATION COSTS The Borough will not pay any costs associated with preparation, submittal, presentation, or evaluation of any bid. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 7 of 35 Contract No.FY2026-23 14.0 AWARD OF CONTRACT. Award of a contract, if it is awarded, will be based on a firm -fixed price (lump sum) per occurrence as specified in the total lump sum amounts listed in the Bid Table and will be made to the lowest responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open. If the Borough has elected to advertise this Project with a Base Bid and Alternates, the Borough may elect to award the contract for the Base Bid, or the Base Bid in combination with the Alternate. In either case, award shall be made to the responsive, responsible bidder offering the lowest total lump sum amounts listed in the Base Bid Table for the work to be awarded. In the event of a tie, the Borough may elect to award the contract to the bidder with the lowest total lump sum amounts listed in the Alternate Bid Table as the determining factor. The Borough reserves the right to cancel the procurement without liability to the bidder, except return of the bid security, at any time before the Agreement has been fully signed by all parties, including the Borough. 15.0 DISCLOSURE OF BID CONTENTS This section governs the ownership, return, and disclosure of any offer or other record a bidder submits in response to this ITB. (Herein, any reference to "Record" includes all such records and the offer; any reference to "Law" includes any federal or State of Alaska (State) law, including any court or administrative order or rule.) a. All Records belong to the Borough. b. The Borough has sole discretion regarding whether to return any Record. In exercising this discretion, the Borough will comply with all Laws. c. Unless a notice of intent to award is issued, the Borough will, to the extent permitted by Law, consider all Records confidential and not subject to the Alaska Public Records Act (APRA). d. If, and when a notice of intent to award is issued, the Borough will consider nonconfidential any Record unless, at the time of submission, the bidder undertook the following protective measures: i. Marked information confidential; ii. For any information marked confidential, identified the authority that makes that specific information confidential; and iii. Committed, in writing, to explain in detail, including with affidavits and briefs, why each authority applies in any court or administrative proceeding in which any nondisclosure is challenged. If the bidder did not undertake each protective measure, the Borough will not consider any information in a Record confidential: the Borough will disclose the entire Record without any redaction in response to an APRA or other request or, if it chooses, in the absence of a request and the Borough will disclose the entire Record without notifying the bidder. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 8 of 35 Contract No.FY2026-23 f. If the bidder undertook each protective measure, the Borough will withhold the information marked confidential to the following extent: i. The Borough agrees that the Law protects the information; and ii. If the nondisclosure is challenged, the bidder fulfills its commitment to explain, including with affidavits and briefs, how each authority applies to the information marked confidential. g. The Borough will only notify a bidder of a request for the Record and of a planned release if the bidder undertook each protective measure, but the Borough disagrees that the marked information is protected. If there is such a disagreement, then before releasing the Record, the Borough will, to the extent permitted by Law and practicable, notify the bidder that it will disclose the information unless the bidder convinces the Borough not to or obtains an order prohibiting disclosure. 16.0 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. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 9 of 35 Contract No.FY2026-23 Kodiak Island Borough Bidder Registration Form IMPORTANT: 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 Borough. ONLY REGISTERED BIDDERS WILL RECEIVE NOTIFICATIONS. Bidder's Contact Information Name of Company: MK ENTERPRISES LLC KEVIN ARNDT Contact Name: Address: 1816 MILL BAY ROAD, KODIAK, AK 99615 Phone Number: 907-486-5537 907-486-5553 Fax Number: Email: mkoffice@kevinarndt.net 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 Email: EFprojects(a-,kodiakak.us KIB Facilities Contract Re -Bid: Snow Removal. Ice Control, & Sweeping Page 10 ol'35 Contract No.FY2026-23 MK ENTERPRISES LLC KEVIN ARNDT Company Name Date Authorizing Name OWNER / MEMBER Title Signature KIB Facilities Contract Re -Bill: Snow Removal, lde Control, R Sweeping Page I I ol'35 Contract No.FY2026-23 Kodiak Island Borough Addendum Acknowledgement Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 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 Dated Initials 2 Addendum Number Dated Initials !Q - Addendum Number Dated Initials Addendum Number Dated Initials Addendum Number Dated Initials Addendum Number Dated Initials Addendum Number Dated Initials Addendum Number Dated Initials MK ENTERPRISES LLC KEVIN ARNDT Company Name Date Authorizing Name OWNER / MEMBER Title Signature KIB Facilities Contract Re -Bill: Snow Removal, lde Control, R Sweeping Page I I ol'35 Contract No.FY2026-23 Kodiak Island Borough Non -Collusion Affidavit Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 (to be executed prior to award) UNITED STATES OF AMERICA ) )SS. STATE OF ALASKA ) I, KEVIN ARNDT of MK ENTERPRISES 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: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Located at Kodiak in the State of Alaska, have not, either directly or indirectly, entered into any agreement, participated in an, collusion, or otherwise taken any action in restraint of free competitive bidding in connection with uc C n act. Signature Subscribed and sworn to this f Lol h day of JC -0 6�!<_ , 20 2S I Y�l \� C. - EI A:: � Notary Public My Commission Expires: ct l� KIB Facilities Corin -act Re -Bid: Snow Removal, Ice Control, & Sweeping Page 12 ol'35 Contract No.FY2026-23 Kodiak Island Borough Bid Schedule Replaced b Addendum 2 Page 1 of 3 p y Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Base Bid Snow/Ice Control Item No. Item Description Unit Unit Price KIB Administration Building Parking Lump Sum Per 1 Occurrence (LS) Kodiak High School & Auditorium LS 2 Parking Kodiak Middle School Parking LS 3 Community Pool Parking LS 4 Main Elementary Parking LS 5 East Elementary Parking LS 6 Peterson Elementary Parking LS 7 North Star Building Parking & Side LS 8 Road Bayside Fire Parking LS 9 Women's Bay Fire Parking LS 10 Kodiak Fisheries Research Center LS 11 Complex Parking KIB Mental Health Complex Parking LS 12 Landfill Complex Parking LS 13 Leachate Treatment Plant (LTP) LS 14 Complex Parking Bike Path (from East Elem. To LS 15 Abercrombie) Total Lump Sum Per Occurrence for All Locations: for Base Bid List Only) KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 13 of 35 Contract No.FY2026-23 Bid Schedule Page 2 of 3 Replaced by Addendum 2 Alternate #1 Sweeping Item No. Item Description Unit Unit Price KIB Administration Building Parking Lump Sum Per 1 Occurrence (LS) Kodiak High School & Auditorium LS 2 Parking Kodiak Middle School Parking LS 3 Community Pool Parking LS 4 Main Elementary Parking LS 5 East Elementary Parking LS 6 Peterson Elementary Parking LS 7 North Star Building Parking & Side LS 8 Road Bayside Fire Parking LS 9 Women's Bay Fire Parking LS 10 Kodiak Fisheries Research Center LS 11 Complex Parking KIB Mental Health Complex Parking LS 12 Bike Path (from East Elem. To LS 13 Abercrombie) Total Lump Sum Per Occurrence for All Locations: for Alternate Bid List Only) KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 14 of 35 Contract No.FY2026-23 Kodiak Island Borough Bid Schedule Page 3 of 3 Replaced by Addendum 2 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Total Base Bid Amount [Total Lump Sum Per Occurrence for All Locations in the Base Bid Table]. The award shall be made to the responsive, responsible bidder offering the lowest total lump sum amounts listed in the Base Bid Table for the work to be awarded. In the event of a tie, the Borough may elect to award the contract to the bidder with the lowest total lump sum amounts listed in the Alternate Bid Table as the determining factor: Dollars Cents I, , hereinafter called Bidder, an individual doing business as , (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/or unit price amounts as set forth in this bid schedule. Respectfully submitted this day of , 202 BIDDER: Company Name Address Kodiak Island Borough, State, Zip Code Telephone Number Federal I.D. or S.S.N. Authorizing Name Title Signature Email Address CORPORATE SEAL ATTEST: Signature of Corporate Sec. Print Name KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 15 of 35 Contract No.FY2026-23 Kodiak Island Borough Bid Modification Form Project: HIB Facilities Contract Re -Bid Contract Number: FY2026-23 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified by notice to the Contact Person listed on the ITB. All modifications shall be made to the original bid amount(s). Modifications shall be worded as not to reveal the amount of the original Bid. If more than one Modification form is submitted by any one bidder, changes from all Modification forms submitted will be combined and applied to the original bid. Changes to the modified Bid amounts will be calculated by the Borough. Bidder may use multiple modification pages if required. Circle either Addition or Deduction to indicate your adjustment to each applicable item. Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern. Bid Item (Base Bid, Alternate, etc Addition / Deduction (circle one) Amount in Figures Amount in Words Addition / Deduction $ Addition / Deduction $ Addition / Deduction $ Addition / Deduction $ Addition / Deduction $ Addition / Deduction $ Name of Bidding Firm Responsible Party Signature Date Printed Name (must be authorized signatory for Bidding Firm) KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 16 of 35 Contract No.FY2026-23 Kodiak Island Borough Agreement Page 1 of 2 Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough, acting by and through its Borough Manager, and MK Enterprises, LLC Company Name 1816 Mill Bay Road, Kodiak, AK 99615 Company Address (Street or PO Box, State, Zip) a/an ❑ Individual ❑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. 3. Payment under this Contract shall not exceed the lump sum costs outlined in the bid schedule. 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.] 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 KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 17 of 35 Contract No.FY2026-23 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. The bonds given by the Contractor in the sum of Bid Bond $_4,686.25 and Performance Bond Attached to Contractor's Bid Submission 6. 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. 7. For purposes of this Contract, Contracting Officer means the Borough Manager or any other person designated by the Borough Manager. 8. The Contractor is an independent contractor and not an employee or agent of the Borough. 9. 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 September 18, 2025; (2) Contractor's Bid Submission Dated October 20, 2025. IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. KOIAK ISLAND BOROUGH Sign ure of Borough) Manager Aoy"e- W t L ll a S Printed Name CONTRACTOR MK ENTERPRISES LJ.0 Company N fie (,, Signature of Authorized Repre4entative KEVIN ARNDT Printed Name of Authorized Representative 11/0712025 Date Snow Removal, Ice Control, & Sweeping Page 18 of 35 Kodiak Island Borough Bid Bond Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 KNOW ALL MEN BY THERE PRESENTS, that we MK Enterprises, LLC (Insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and Western National Mutual Insurance Company (Insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Alaska as surety, hereinafter called the Surety, are held and firmly bound unto Kodiak Island Borough. 710 Mill Bay Road, Kodiak, Alaska 99615 as Obligee, hereinafter called the Obligee, in the sum of ***********Five Percent of the Attached Bid5% *************** o ( ) Dollars ($ **Five Percent of Bid (5 /o)*"), For the payment of which sum well and truly to be made, the said Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 NOW, THEREFORE, If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bonds shall be in no way impaired or affected by any extension of the time within which the Borough may accept such Bid, and said Surety does hereby waive notice of any such extension. M WITNESS WHEREOF, The Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by the proper officers, the day and year set forth below. Signed and sealed this4�lay or October 92025 (Witness) (Principal) MK Ent rises LLC (Seal) 1� v (Witness) (Title)) Kevin Arndt, Owner oNP.'M�r� (Surety) Rosando ReyEW Attorney -in -Fact y, SEAL; z Western National Mutual Insurance Company '.��2�2 �•"ESo`°, KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 19 of35 Contract No.FY2026-23 MK Enterprises, LLC PO Box 2338 Kodiak, AK 99615 (907) 486-5537 PAY TO THE Kodiak Island Borough ORDER OF FIRST NATIONAL BANK ALASKA ANCHORAGE, AIC 99503 89-6/1252 9050 79 { e **4,686.25 Four Thousand Six Hundred Eighty -Six and 25/100*********************************************************************�oLLARs 16 PROTECTED AaA�HsT FRAUD Kodiak Island.Borough � z 710 Mill Bay Rd. Kodiak, AK 99615 Z � i 1 � MEMO Bid Bond-fo Re -Bid Facilities 2025 J 11800 90 5011' 1: L 2 5 2000 601: 30 5 9 9 4 2 7113 I` MK Enterprises, LLC Kodiak Island Borough 10/20/2025 Bid Bond for Re -Bid Facilities 2025 (5% of $93,725.0 MK Ent Checking (FN Bid Bond for Re -Bid Facilities 2025 MK Enterprises, LLC Kodiak Island Borough 10/20/2025 Bid Bond for Re -Bid Facilities 2025 (50"1 5° 3,725.0 Pr0D o0 0 0 MK Ent Checking (FN Bid Bond for a -Bid Facilities 2025 >19 105191 9050 4,686.25 4,686.25 9050 4,686.25 4,686.25 0 Rev 6 2 Kodiak Island Borough Performance Bond Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Now, therefore the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Borough. Whenever Contractor shall be, and declared by Borough to be in default under the Contract, the Borough having performed Borough's obligations thereunder, the Surety may promptly remedy the default, or shall promptly comply with one of the following: 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Borough elects, upon determination by the bidder, arrange for contract between such bidder and Borough, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Borough to contractor under the Contract and any amendments thereto, less the amount properly paid by Borough to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Borough named herein or the heirs, executors, administrators or successors of the Borough. Signed and Sealed this y of 20 Ulf C (Witness) (Principa)(Seal) Owo"r lmem�P(- (Title) (Witness) (Surety) (Seal) (Title) KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 20 of 35 Contract No.FY2026-23 W WCSTRRN NATIONAL Ae MaMm ship rmrlp .Ir POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does make, constitute, and appoint: Rosando Reyes AXIO Insurance Its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars ($7,500,000.00) for any single obligation, regardless of the number of instruments issued for the obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case. for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary, or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent, or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December, 2020. Jennifer A. Young, Secretary STATE OF MINNESOTA, COUNTY OF HENNEPIN ,,ON�•MUT(i �'' � Z _ wSEAL Mark S. Hewitt, Vice President, Surety On this 16th day of December, 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say, that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. E DEEMANJAU ENTY"N0TNWPUaUCt(/��V Y�v G �'i°°"""�°"°�""""°�' Deena Anjali Entrikin, Notary Public My commission expires January 31, 2029 CERTIFICATE I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. NAL MUr''•';. : P�nNF04q'l G9l '. . ?. G C'• Z: Lam" / �'r'I'� •`'.�!�s�t0: �2 • ')7 i • ani Signed and sealed at the City of Edina, MN this 14th day of October 2025 Jennifer A. Young, Secretary Kodiak Island Borough Contractor Certificate of Substantial Completion For Future Use Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 CONTRACTOR: MK ENTERPRISES LLC This is to certify that I, KEVIN ARNDT , lam a duly authorized official of the said CONTRACTOR working in the capacity of .4 P C1 /'n 0—M iX-7 �— , 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, 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 Borough 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 Borough 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— CONT (Signature) OWNER / MEMBER (Title) 1Z (( k 5 Date REMARKS: KODIAK ISLAND BOROUGH, Engineering & Facilities Director Date K113 Facilities Contract Re -Bid: Snow Removal, lee Control, & Sweeping Page 21 ol'35 Contract No.FY2026-23 Kodiak Island Borough Contract Release Page 1 of 2 For Future Use Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 The undersigned, MK ENTERRPRISES LLC for itself, its successors in interest, assigns trustees, administrators, subcontractors, suppliers, and laborers do hereby release and forever discharge the Kodiak Island Borough (Borough) a municipal corporation, fi-om 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: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 The undersigned also intends hereby to discharge the 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 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 snake or claim that he could possibly make against the Borough. The undersigned certifies that he has not assigned any amounts payable under this Contract to anyone. The undersigned hereby acknowledges receipt of the amount of $ as full and final payment in consideration for all services, materials and labors rendered in connection with this Contract. 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, 1113 I miIiIie,, CbnU•acl Re- Iiid: ' nJlow i'lCIIIov8I. Ice 0'111roI, & Swecpin!,, I'su;;r 22 n1 35 C onlracl No, Y" 2(120-2 i Kodiak Island Borough Contract Release Page 2 of 2 For Future Use Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 IN WITNESS WHEREOF, I have hereunto set my hand and seal this day of DC�a19P(_ ,203G. MK ENTERPRISES LLC COMPANY SIGNATURE OWNER I MEMBER TITLE STATE OF ALASKA ) )ss. THIRD JUDICIAL DISTRICT 1 THIS IS TO CERTIFY that on this ��day of 20�, befo •e me, otary Public in and for the State of Alaska, personally appeared Pt�j�rr1L)ll of i Pr I 5es known to me to be its —nwa. er_ I 0e_,J1bP'!7 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 lie signed the same freely and voluntarily forthe uses and purposes therein mentioned, and that lie 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 /4;" -'day of oGf'v joe (-, 20�. \\\���tIIIIIIitt����i Notary Public in and for A as a / NNF. K/ iii��My Commission expires: 02�/ �'rZZ : �pTAq •�i�p y' N ' "US 0 G a OF Nv� IU13 Facilities Contact Re -Bid: Snore- Rulnovnl, Ice C'oniroi, K tiweeping Na _-c 23 of 35 Contract No.[:V2026-13 License #:C 45 State of Alaska Effective: 8/23/20243/2024 Expires: 09/30/2026 Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Construction Contractors and Home Inspectors Licensee: MK ENTERPRISES LLC License Type: General Contractor Without Residential Contractor Endorsement Status: Active Doing Business As: MK CONSTRUCTION Note: Cease & Desist order issued on 6/14/2018 due to cancelled bonding. C&D lifted 7/5/18 with submittal of new bond effective 7/2/18 Relationships No relationships found. MK CONSTRUCTION 1816 MILL BAY RD KODIAK, AK 99615-6238 Commissioner: Julie Sande Designations No designations found. Wallet Card ---------------------------------------------------------------------------- -------------- Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Construction Contractors and Home Inspectors MK ENTERPRISES, LLC P.O. BOX 2338 KODIAK, AK 99615 O 00 o O �Q �CD O N o _g o ccO O E n (D 0-3 Cr CS (D c y (On to N O N 0) T n (D 7 CD C CL Cr (D CL (D -v 3 :3 O n O 7 CL c 0 OT c N 7 (D N O O EF (D -o (D O CL m Z O m Z1 0 (7D _M a F cr m Sn r r 0 1 T m X Z N w m W ODo U) D U) OD r C r a O O x 0 OD O 0) L c CD C D 00 OD O O O 0) 0 O N O .0 pt 3 m rF O h O Q 0 O 3 Q. m n O 0 O v Q CD O 3 m 7 D O N N W 00 O 3 3(' �y 3cn o0 �0 �n v `n• N d (D A a (D v y o CD , g a _. m Qo (D U)S m3 N S CD cy CD °' Q (D O 7 Err 4 N O (D CT y 'O (U o (D O N N (D C D N 1 (Q a= . N O �_ CD_ OT °1 3 ai 2) CD 0 CD o_ D N cno o 3 v 0 c (n 5 y m S 0 O O 0 �. iv a N O O S C (a (D N (D N y (D N c N cn m cn O .yr SD (D ( N (D S (n C A(D N CD3 y CN 0 a :3Cn c o' r ai (D a) y < y (o (o O 00 o O �Q �CD O N o _g o ccO O E n (D 0-3 Cr CS (D c y (On to N O N 0) T n (D 7 CD C CL Cr (D CL (D -v 3 :3 O n O 7 CL c 0 OT c N 7 (D N O O EF (D -o (D O CL m Z O m Z1 0 (7D _M a F cr m Sn r r 0 1 T m X Z N w m W ODo U) D U) OD r C r a O O x 0 OD O 0) L c CD C D 00 OD O O O 0) 0 O N O .0 pt 3 m rF O h O Q 0 O 3 Q. m n O 0 O v Q CD O 3 m 7 D O N N W 00 O MK ENTERPRISES LLC QUALITY CONTROL PROGRAM FOR SNOW PLOWING MAINTENANCE Outline of Program Introduction 1. Preparing for the Snow Plowing Season • Conducting Pre -Season Equipment Inspections • Preparing Vehicles and Equipment for Winter Weather • Developing a Snow Plowing Plan • Scheduling and Crew Management 2. Snow Plowing Safety • Common Accidents and Injuries in Snow Plowing • Proper Training and Certification • Best Practices for Avoiding Accidents and Injuries • Safety Equipment and Gear for Snow Plowing Management 3. Maximizing Efficiency and Minimizing Equipment Wear and Tear • Optimizing Snow Plowing Routes and Techniques • Reducing Fuel Consumption and Emissions • Regular Equipment Inspections and Maintenance • Key Tips for Extending the Life of Snowplow Equipment 4. Snow Plowing Procedures • Snowfall Monitoring • Decision Threshold • Route Dispatch • Equipment Check • Execution of Work • Final Inspection • Post -Storm Wrap -Up 5. Customer Service and Communication • Communicating Effectively with Customers • Providing Exceptional Customer Service • Managing Customer Expectations and Complaints 6. Conclusion Last updated: 12/03/2024 Introduction Snow plowing is a vital service in many areas around the world where severe winter weather can make roads and sidewalks impassable. As a snow plowing professional, we know how important it is to provide timely, efficient, and high-quality services to your clients. However, with so many competitors in the market, it can be challenging to stand out and thrive in the industry. That's why it is essential to adopt the best practices that maximize efficiency, minimize equipment wear and tear, and provide exceptional customer service. In this comprehensive plan, we provide an overview of snow plowing management and share best practices for preparing for the snow plowing season, optimizing safety, maximizing efficiency, managing finance operations, and building strong customer relationships. Our goal is to provide you with guidance and support to help you excel in the snow plowing industry. By adopting the best practices outlined in this plan, we can ensure that our operations are safe, efficient, and profitable while providing the best possible service to our customers. Implementing these best practices can also help us build a strong reputation in the industry, attract new customers, and grow our business over time. In addition, we believe that our guide provides a unique proposition by combining in-depth technology with a practical approach. Our recommendations are not just theoretical but also based on practical experience from experts in the field. We understand that the snow plowing industry is highly competitive, and our goal is to help you stand out by providing comprehensive guidance and support to help you succeed. Whether you are a seasoned snow plower or just starting out, this plan will provide you with the tools and knowledge you need to succeed in this important field. Last updated: 12/03/2024 1. Preparing for the Snow Plowing Season Winter weather can be unpredictable, making it important for our snow plowing business to be well-prepared for the upcoming season. Proper preparation ensures that our business has the equipment, resources, and strategies in place to efficiently and effectively handle snow and ice removal. In this section, we'll discuss key steps our business can take to prepare for the snow plowing season, including conducting pre -season equipment inspections, preparing vehicles and equipment for winter weather, and developing a snow plowing plan. By following these best practices, our business can ensure we are ready to handle whatever winter weather comes our way. 1.1 Conducting Pre -Season Equipment Inspection Before the snow plowing season begins, it is crucial to conduct pre- season equipment inspections to ensure that all equipment is in good working condition. Equipment inspections help identify any issues that may cause breakdowns or equipment failure during the snow season, allowing for repairs or replacements to be made before they become a problem. Key equipment inspection tasks include checking fluid levels, inspecting moving parts, and testing electrical systems. It is important to pay close attention to plow blades, which may need to be replaced if they show signs of excessive wear or damage. In addition, it is important to ensure that all safety equipment, such as backup alarms, lights, and reflective tape, is in good working condition. 1.2 Preparing Vehicles and Equipment for Winter Weather Last updated: 12/03/2024 Winter weather can be harsh on our vehicles and equipment, which is why it is important to prepare them properly before the snow season begins. Here are some key steps to take: Check all fluids: Before the snow season begins, all fluids, including oil, transmission fluid, brake fluid, and coolant, should be checked and topped up or changed as needed to ensure that the equipment can operate effectively in cold temperatures. Inspect tire: Snow plow operators should check the condition of their tires and ensure they have sufficient tread depth. If the tires are worn or damaged, they should be replaced. Snow tires or chains may also be necessary, depending on the severity of winter weather conditions. Test battery and electrical systems: Cold temperatures can be hard on batteries and electrical systems, so snowplow operators should test these components to ensure they are in good working order. A weak or failing battery can cause equipment to malfunction or not start at all, so it's crucial to replace it before the winter season starts. Install winter equipment: Snowplow operators should install winter equipment, such as plows, salt spreaders, and snow blowers, before the first snowfall. Operators should ensure that these attachments are installed correctly and are in good working order to avoid any accidents or equipment failures. Keep equipment clean and dry: Snowplow operators should make an effort to keep their equipment clean and dry throughout the winter season. Salt and other road treatments can be corrosive, so it's important to rinse off the equipment regularly to prevent. Store equipment properly: At the end of the winter season, snowplow operators should take steps to store their equipment properly. This includes draining fluids, lubricating moving parts, and storing the equipment in a dry and secure location. By following these steps, snowplow operators can ensure that their vehicles and equipment are prepared for the winter season and can operate efficiently throughout the snow plowing season. 1.3 Developing a Snow Plowing Plan Last updated: 12/03/2024 Developing a snow plowing plan is crucial for ensuring that our operation runs efficiently and effectively throughout the winter season. A well -thought-out plan helps you avoid confusion, delays, and mistakes, ensuring that our customers receive the highest level of service possible. Here are some key considerations to keep in mind when developing our snow plowing plan. Define our service area: Define the boundaries of our service area, including specific streets, neighborhoods, and commercial properties that we will cover. This will help you determine the number of plow trucks and drivers we need to assign to each area, as well as the type of equipment that will be required. Break down the plan into sub -sections: To make the plan easier to read and more organized, consider breaking it down into sub -sections, such as scheduling, route planning, and equipment management. 2. Snow Plowing Safety Snow plowing is a hazardous job, and proper safety measures must be taken to ensure the well-being of snow plowing professionals. In this section, we will cover the common accidents and injuries that can occur in snow plowing, the importance of proper training and certification, best practices for avoiding accidents and injuries, and the necessary safety equipment and gear. 2.1 Common Accidents and Injuries in Snow Plowing Snow plowing can be a hazardous job due to the harsh winter conditions and heavy equipment involved. There are several common accidents and injuries that can occur during snowplow operations. One of the mostfrequent injuries are slips, trips, and falls. Snow and ice can make surfaces slippery, increasing the risk of accidents. Snowplow operators may also sufferfrom back injuries due to the heavy lifting and repetitive movements involved in plowing snow. Another common type of injury in snow plowing is from accidents involving vehicles and equipment. Accidents can occur due to poor visibility, equipment malfunction, or operator error. Snowplow operators may also be exposed to harmful chemicals such as road salt and de-icers, which can cause skin irritation, eye irritation and respiratory problems. Last updated: 12/03/2024 In addition, snow plow operators are at risk of developing cold stress injuries. This can include frostbite, hypothermia, and trench foot. Cold stress injuries occur when the body loses heat faster than it can generate it, and they can be prevented by wearing appropriate clothing and taking regular breaks to warm up. To maintain safe operations, snow plowing professionals should be aware of the common accidents and take steps to prevent them. The following sections provide tips and advice on how to do so. 2.2 Proper Training and Certification Proper training and certification are crucial for snow plowing professionals to ensure we are equipped with the necessary skills and knowledge to perform their duties safely and effectively. The following are the key benefits to proper training and certification: Increased safety: Snow plowing can be dangerous, and proper training and certification can significantly reduce the risk of accidents and injuries. Snow plowing professionals who are trained and certified are better equipped to operate equipment safely, identify potential hazards, and implement safety measures. Improved efficiency: Proper training and certification can help snow plowing professionals operate equipment more efficiently, reducing the time and resources required for the job. Trained professionals can quickly identify the most efficient snow plowing techniques and implement them to complete the job quickly and efficiently. Compliance with regulations: Many municipalities require snow plowing professionals to have specific certifications and licenses to operate equipment on public roads and highways. Failure to comply with these regulations can result in fines, legal issues, and reputational damage. Enhance credibility: Customers are more likely to trust snow plowing professionals who have received proper training and certification. Certification demonstrates that the snow plowing professional has met certain standards of competency, which can provide peace of mind to customers and enhance the professional's reputation. Last updated: 12/03/2024 Overall proper training and certification are essential for snow plowing professionals to ensure safety, efficiency, compliance, and credibility. Snow plowing professionals should seek out training opportunities and certification programs to enhance their skills and knowledge in the field. 2.3 Best Practices for Avoiding Accidents and Injuries To maintain safe operations, snow plowing professionals should follow best practices for avoiding accidents and injuries such as: Conduct a thorough pre -trip inspection: Before heading out to plow, it is important to inspect the vehicle and equipment for any potential issues or hazards. This includes checking the tires, brakes, lights, and any safety equipment such as strobe lights and warning signs. Use proper techniques: Proper techniques for snow plowing include going slow, avoiding sudden movements, and keeping a safe distance from other vehicles and obstacles. It is important to be aware of blind spots and to use mirrors and cameras to monitor the area around the plow. Use personal protective equipment: Snow plowing professionals should wear personal protective equipment such as hard hats, safety glasses, and gloves to protect themselves from potential hazards. Stay hydrated and take breaks: Snow plowing can be physically demanding work, so it is important to stay hydrated and take regular breaks to prevent exhaustion and reduce the risk of accidents, Follow proper snow removal protocols: Different types of snow and ice require different removal techniques. It is important to use proper techniques for each situation to avoid accidents and ensure that the snow and ice are removed safely and effectively. Keep the area well lit: Visibility is crucial when snow plowing, so it's important to keep the work area well -lit to reduce the risk of accidents and improve safety. 2.4 Safety Equipment and Gear for Snow Plowing Professionals Last updated: 12/03/2024 Snow plowing professionals should also be aware of potential hazards on the job site and take steps to mitigate them. This includes identifying potential hazards, such as low -hanging power lines or hidden obstacles, and taking steps to eliminate or reduce them. Snow plowing professionals should also be aware of their surroundings and avoid distractions, such as using their phone while operating equipment. Another important consideration for snow plowing professionals is the importance of ongoing training and education. Snow plowing professionals should stay up-to-date with the latest safety regulations and best practices and seek out training opportunities to improve their skills and knowledge. By following these best practices and staying vigilant about safety on the job site, professionals can reduce the risk of accidents and injuries, ensuring that they provide safe and effective snow removal services to their customers. 3. Maximizing Efficiency and Minimizing Equipment Wear and Tear Maximizing efficiency and minimizing wear and tear is crucial for any snow plowing business. This can be achieved by optimizing snow plowing routes and techniques, reducing fuel consumption and emissions, conducting regular equipment inspections and maintenance, and following key tips for extending the of snow plowing equipment. 3.1 Importance of Optimizing Snow Plowing Routes Optimizing snow plowing routes is an essential part of maximizing efficiency and reducing costs. By planning routes in advance and using GPS technology, our company can minimize travel time and fuel consumption, while ensuring that all areas are properly serviced. To optimize snow plowing routes, our business should prioritize high - traffic areas, such as main roads, highways, and busy commercial areas, and plan routes in advance to minimize travel time and fuel consumption. It is important to consider the size and capabilities of the equipment being used when planning routes, and to regularly evaluate and adjust routes based on feedback from drivers, changes in traffic patterns, and weather conditions. Last updated: 12/03/2024 Optimizing snow plowing routes can help maximize the efficiency of our snow plowing business, while reducing fuel consumption, minimizing wear and tear on equipment, and increasing productivity. 3.2 Best Practices for Reducing Fuel Consumption and Emissions Our snow plowing company can take several steps to reduce fuel consumption and minimize emissions while operating the equipment. By adopting best practices for fuel efficiency and emissions reduction, our company can save money on fuel costs and contribute to a cleaner environment. By adopting these best practices, our snow plowing company can reduce the environmental impact and save money on fuel costs over the long term. 3.3 Importance of Regular Equipment Inspections and Maintenance Regular inspections and maintenance are critical to ensure that our snow plowing equipment functions properly, performs efficiently, and has a long service life. Proper maintenance can also prevent costly breakdowns and repairs during the peak winter seasons. To ensure equipment is operating properly, our business should conduct regular inspections, particularly before and after the winter season, to check for signs of wear and damage, such as worn-out blades or belts, loose bolts or nuts, and hydraulic leaks. Maintenance should also include changing the oil and filters, checking, and maintaining fluid levels, and greasing moving parts. Operators should keep a detailed maintenance log to track the maintenance history of each piece of equipment, which can help identify recurring issues and guide future maintenance needs. Overall, regular inspections and maintenance are essential for the safety, efficiency, and cost-effectiveness of snow plowing operations. Last updated: 12/03/2024 3.2 Key Tips for Extending the Life of Snow Plowing Equipment Snow plowing equipment is a significant investment for any snow removal business. To ensure that our business gets the most out of its investment, it is crucial to take care of our equipment and follow some key tips to extend its lifespan. Some important tips to keep in mind include: • Keeping equipment clean after each use to prevent rust and corrosion. • Storing equipment properly in a dry, climate -controlled area to prevent rust and corrosion. • Conducting regular maintenance. • Following the manufacturer's recommended maintenance schedule. • Replacing work parts promptly to prevent further damage. • It is also important to use high-quality fluids and lubricants and to replace them according to the recommended schedule. In addition, there are many benefits to using technology in snow plowing operations, including increased efficiency, improved accuracy, and better communication among team members. Our company can use a variety of technological tools to optimize routes, monitor weather conditions, and track equipment usage and maintenance. Our company can use weather monitoring software to track incoming storms and prepare accordingly. By staying ahead of weather events, our company can ensure that we have the necessary equipment and/or worker usage to provide alerts when jobs are serviced and documented. By embracing technology, our company can improve efficiency, reduce costs, and provide better service to our customers. It is Last updated: 12/03/2024 important for our company to stay up to date with the latest technological advancements in the industry and invest in the tools and software that can help maximize efficiency and stay ahead of the competition. 4. Snow Plowing Procedures • Snowfall Monitoring - Monitor weather forecasts and check on-site accumulation. Use designated personnel or spot checks to assess snow depth across services areas. • Decision Threshold - 2 inches or less (Sand Only). Apply sand to high -traffic areas, inclines, intersections, and known trouble spots for traction. Over 2 inches (Plow and Sand). Begin plowing operation to remove snow. Apply sand after plowing is complete or as needed during active snowfall. • Route Dispatch - Notify drivers and assign routes based on severity and priority (main roads, hill, critical access points.) Use your manual log to track progress and completion. • Equipment Check - Ensure plows, sanders, and lights are in proper working condition before deployment. Refuel and load sanders with dry clean sand prior to departure. • Execution of Work - (Plowing) Focus first on main routes and high -use areas. Plow with a blade slightly lifted on gravel or soft surfaces to avoid surface damage. Clear curb when possible and safe to do so. (Sanding) Apply sand evenly, focusing on icy patches, intersections, hills, curves, and shaded areas, • Final Inspection - Supervisors inspect completed routes. Address any missed areas or reports of slick conditions. Respond to service requests and site-specific concerns • Post Storm Wrap-up - Clean and inspect equipment. Refill sanders and fuel vehicles. Log time, materials, snow depth, and road conditions. Report any incidents or damages for follow-up. 5. Customer Service and Communication In our snow plowing business, customer service and communication are essential aspects of a successful operation. Effective communication helps build trust with customers, manage their expectations, and ensure they receive the services they need. Exceptional customer service can also help build long - Last updated: 12/03/2024 term relationships with customers, leading to repeat business and positive word -of- mouth referrals. 5.1 Communicating Effectively with Customers Effective communication with customers is critical for our snow plowing business. To communicate effectively, our business must ensure that they have the right tools and procedures in place. Some strategies to consider include: • Providing clear and concise information about services. Ensure that customers have a clear understanding of the services you offer, including pricing, scheduling, and limitations or exceptions. • Utilizing technology to communicate with our customers, such as email or text messaging. This can help keep customers informed about changes or updates to their service. • Providing regular updates. Keep our customers informed about the progress of their service, such as when snow plowing will occur, and provide updates on any delays or other issues that may arise. • Respond to inquiries promptly. Respond promptly to customer inquiries, when by phone, email, or social media. This helps to build trust and shows that the business values the customer's time and concerns. To help our customers better with communication • Email address mkoffice(�,Wkevinarndt.net • Business phone 907-486-5537 • Kevin Arndt 907-539-2500 • Brandon Cox 907-942-0406 5.2 Providing Exceptional Customer Service Providing exceptional customer service is a keyway to differentiate our snow plowing business from our competitors. To provide exceptional customer service, our business must focus on the customer's experience and exceed their expectations. Here are some strategies to consider: Last updated: 12/03/2024 • Hiring and training employees for customer service: Hire employees who have a passion for customer service and are willing to go above and beyond for customers. Train them to manage customer inquiries and complaints with empathy and understanding. • Personalizing customer experience. Personalize the customer experience by addressing customers by name and remembering their preferences. This can help build a connection with the customer and show that our business values their business. 5.3 Managing Customer Expectations and Complaints Managing customer expectations and complaints is a critical aspect of customer service in our snow plowing business. To manage expectations, our business must clearly communicate what services they offer and what customers can expect from those services. Providing upfront information about service limitations; Be upfront with customers about any limitations to our service, such as certain areas that are difficult to access or weather conditions that may affect our ability to complete a job on time. By providing this information upfront, customers can set realistic expectations and avoid misunderstandings. Empower our employees to manage complaints quickly and effectively by providing them with the necessary tools, training, and authority to resolve issues on the spot. This can include offering discounts or other incentives to appease unhappy customers. Follow up with customers after a complaint has been resolved to ensure they are satisfied with the outcome and to build trust. This can also provide an opportunity to gather feedback and make improvements to our service. Conclusion In conclusion, our snow plowing business is a crucial aspect of the winter services industry. Implementing best practices in snow plowing routes and techniques, reducing fuel consumption and emissions, conducting regular equipment inspections and maintenance, providing exceptional customer Last updated: 12/03/2024 service, and managing business and financial record-keeping to our customers. By prioritizing these best practices, our business can improve its efficiency, reduce costs, and ultimately, provide better services to our customers. In conclusion, our business will use best practices for snow plowing management and provide exceptional customer service. MK Enterprises, LLC PO Box 2338 Kodiak, Alaska 99615 Last updated: 12/03/2024 Kodiak Island Borough Special Conditions Project: KIB Facilities Contract Re -Bid Contract Number: FY2026-23 Table of Contents Section Title PaLye SCO1 General Statement........................................................................................................... 25 SC02 Scope of Work................................................................................................................ 25 SC03 Term of Contract............................................................................................................. 25 SC03.1 Contract Extension........................................................................................................... 25 SC03.2 Work Response Time....................................................................................................... 26 SC04 Termination.................................................................................................................... 26 SC05 Disputes.......................................................................................................................... 27 SC 06 Continuing Obligation of Contractor................................................................................. 27 SC07 Insurance Requirements................................................................................................... 27 SC08 Documentation................................................................................................................ 27 SC09 Suitable Materials............................................................................................................ 28 SC 11 Hazardous Waste Generation............................................................................................ 28 SC 12 Site Preservation, Restoration, Cleanup and Environmental Reporting ................................ 28 SC13 Permits........................................................................................................................... 28 SC 14 Order of Award of Alternative Bids.................................................................................. 28 SC15 Payment.......................................................................................................................... 28 SC 16 References to Kodiak Island Borough General Conditions .................................................. 29 SC 17 Finance Department Pre -Award Qualification Form........................................................... 29 SC 18 Road Service Area Specifications..................................................................................... 29 SC 19 Modifications to Road Service Area Specifications............................................................ 29 SC 20 Historical Contract Data................................................................................................... 31 KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 24 of 35 Contract No.FY2026-23 Kodiak Island Borough Special Conditions SC 01 General Statement The Special conditions set forth conditions and requirements unique to this Project and are supplemental to, and supersede, the Borough's "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: Base Bid Provide all labor, materials, tools, equipment, transportation, supervision, and facilities necessary to conduct ice control and snow removal around the Borough owned facilities as described in the scope of work. • Snow Removal & Ice Control Maps of Borough Facilities (See Exhibit A). Items include those listed in the Base Bid table at a firm fixed price (lump sum) per occurrence for the duration of the contract. This will be a lump sum fee paid out as services are rendered by location. Alternate Bid(s) Provide all labor, materials, tools, equipment, transportation, supervision, and facilities necessary to conduct sweeping around the Borough owned facilities as described in the scope of work. • Facility Sweeping List of Borough Facilities (See Exhibit B). Items include those listed in the Alternate Bid table at a firm fixed price (lump sum) per occurrence for the duration of the contract. This will be a lump sum fee paid out as services are rendered by location. SC 03 Term of Contract The Term of the contact is from November 6, 2025, until June 12, 2026. SC 03.1 Contract Extension If additional extensions are needed outside the renewals outlined in the section above, the 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. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 25 of 35 Contract No.FY2026-23 SC 03.2 Work Response Time The Contractor shall begin snow removal or sanding within 2 hours of directive notification or as previously scheduled. If the Contractor does not respond in a timely manner, the Engineering/Facilities Director or their designee may utilize another contractor to respond to the work. The Contractor shall supply contact numbers (cell, pager or message machine) that will allow the Borough to contact the Contractor anytime during the contract period. A. Approval to Start Work: Snow removal and sanding will be at the discretion of the Engineering and Facilities Director or their designee. If the Engineering and Facilities Director does not plan to provide a call -out for every weather event the Contractor and Engineering and Facilities Director or designee will come to a written agreement for how the Contractor will respond to weather events. a. Example: Contractor will self -dispatch to all locations for snow removal work in the order of priority if it is forecasted that 2" (two inches) or of snow will fall overnight. This will ensure that snow does not become compacted on the parking lots or walking areas. b. Example: Contractor will self -dispatch to all locations for sanding work in order of priority if it is forecasted to rain and then freeze overnight. This will ensure safety for anyone who arrives at facilities early. B. Non-exclusive Work: If the Contractor does not respond to a call out in a timely manner, the Borough, or Borough Manager or designee may utilize another Contractor to respond. In an emergency, or if there is a reasonable possibility that Contractor may not be able to timely or adequately perform, the Engineering and Facilities Director or Borough Manager or their 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 Engineering and Facilities Director or Borough Manager or their designee, to contact the Contractor or their designee anytime during the contract period. C. Inspection and Supervision: All work will be inspected by the Engineering/Facilities Director or their designee. SC 04 Termination Both parties may agree in writing to terminate this agreement at any time. Either parry 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. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 26 of 35 Contract No.FY2026-23 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. SC 07 Insurance Requirements During the entire period of the project or work, the Contractor shall provide the following types of insurance. The Borough shall be insured as additional insured on all insurance policies except professional liability contracts. All policies shall have a thirty (30) day cancellation clause. 1. Comprehensive automobile liability, bodily injury, and property damage, including all owned, hired and non -owned, automobile - $1,000,000 per each accident 2. Workers' compensation as required by law and employer's liability coverage at a minimum of $1,000,000. 3. Commercial general liability insurance - $1,000,000 per occurrence and $2,000,000 aggregate. Each policy of insurance required by this Section shall provide for no less than thirty (30) days' advance notice to the Borough prior to cancellation. Insurance certificates will be required to be submitted for review by the Borough Manager before the Borough will issue a notice to proceed. Failure to maintain coverage is a material breach and grounds for termination of the contract. Should the Contractor fail to comply with the insurance requirements of this Agreement, the Borough may terminate the Agreement on ten (10) days written notice. SC 08 Documentation ITB Required Documentation: 1. Bidder Registration Form 2. Bid Form/Schedule 3. Addendum Acknowledgement 4. Non -Collusion Affidavit 5. Quality Control Program 6. Bid and Performance Bond 7. Alaska Business License 8. Alaska Contractor License/Certificate KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 27 of 35 Contract No.FY2026-23 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. Contractor's Daily Logs for the work invoiced, 3. Field notes on work completed or in -progress. SC 09 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. 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 locations 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. SC 14 Order of Award of Alternative Bids Additive Alternate and/or Deductive Alternative Bids will be awarded, if any are awarded, in any order determined to be the most advantageous combination by the Borough. SC 15 Payment Payments shall be in accordance with Article 13, Payments to Contractor and Completion, in Section 00710- General Conditions Contract. All invoices for payment must be submitted on and invoice with an accompanying Application for Payment and updated Schedule of Values (if applicable). 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 Borough from such person, firm or corporation. All contracts to which the Borough is a party which will or may involve the disbursement of Borough funds shall contain the following clause, or its substantial equivalent: "Disbursement of money by the Borough hereunder shall subject to set-off pursuant to the provisions of the 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. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 28 of 35 Contract No.FY2026-23 SC 16 References to Kodiak Island Borough General Conditions The 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 Borough's website at Projects Office I 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 Finance Department Pre -Award Qualification Form The Borough Finance Department may request a pre -award qualification form at any time during the bid process. This form is used to verify that the Contractor is in compliance with the Borough Code outlined below. The Finance Department's review can occur at any stage of the bidding process. If, at the time of award, the Contractor is found to be in violation of the code, the bid will be awarded to the next responsive and responsible bidder. 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. SC 18 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 Borough's website at Road Maintenance I Kodiak Island, AK - Official Website. SC 19 Modifications to Road Service Area Specifications A. Snow Removal Requirements shall be performed in accordance with the following response priorities. Priority Road Designation: The contractor will complete the designated Priority 1 areas prior to progressing to any lesser priority roads. Any deviation from the designated priorities as defined on the contact priority must be granted by the Borough Engineering and Facilities Director or their designee prior to the contractor implementing the deviation. Priority 1: Response- Bayside Fire Hall and Women's Bay Fire Department Priority 2: Response — All School District parking areas, Borough Administration Parking areas, Kodiak Fisheries Research Center. Priority 3: Response — Landfill and all other misc. areas such as parking areas and the bike path. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 29 of 35 Contract No.FY2026-23 Special Circumstances: (i.e. unusually severe weather, heavy snow, freezing conditions etc.) may require a change in snow removal priorities. In those instances, a priority change for specific area(s) will be ordered by the Engineering and Facilities Director or his designee. In emergency situations, verbal direction will be given by the Engineering and Facilities Director, his designee. B. Ice Control The Contractor shall spread/apply appropriate material as necessary to ensure that traction is maintained on all roadways, driveways, and parking areas identified in the priority areas. Sand/Deice: Road intersections for a distance of 50 yards in all directions. Sand/deice road curves 50 feet prior to where the radius commences to 50 feet past where the radius ends. Or as directed by the Engineering and Facilities Director or their designee. C. Quality Control Quality Control: The Contractor shall establish a complete quality control program to assure the requirements of the Agreement are provided as specified. One copy of the Contractor's basic quality control program shall be provided with the bid package. If updated a copy must be provided to the Borough Engineering and Facilities Director or their designee before the contract start date for review and approval. Any changes to the plan during the contract period must be brought to the Engineering and Facilities Director or their designee's attention before any changes occur. This document is a required document for submission of your bid. The program will include, but not be limited to the following: (1) An inspection system describing the surveillance methods and frequency covering all the services stated in the performance requirements as stated in the agreement. It must specify areas to be inspected on either a scheduled or unscheduled basis and the individuals who will do the inspections (2) A method of identifying deficiencies in the quality of services performed before the level of performance is unacceptable. (3) A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available when requested to the Borough during the term of the agreement. Quality Assurance: The Borough Engineering and Facilities Director or its designee shall monitor the Contractor's performance under this agreement using the quality assurance procedures specified in the performance requirements as stated in the agreement. Annual Work: Prior to the first snowfall of the season, the Contractor shall install snow markers at all critical culverts and drainage areas. These shall be determined by joint decision of the Engineering and Facilities Director or their designee and the Contractor. The annual condition assessment form must be completed with the Engineering and Facilities Director or their designee and the Contractor prior to the first snow fall. Damages: The contractor or designee must contact the Borough, Engineering and Facilities Director or designee by phone or text as to any damage caused by contractor. At any time, if damage to culverts, curbs, or other Borough infrastructure occurs, these items will be repaired or replaced by the contractor at "no cost" to the Borough. Corrective Work: If, during the course of work at the locations identified in the contract, the Engineering and Facilities Director or their designee determines that the work is incomplete, incorrect, or does not meet the standards of the approved quality control program, the Contractor shall return to correct the deficiencies at no additional cost to the Borough. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 30 of 35 Contract No.FY2026-23 SC 20 Historical Contract Data Historical average annual costs for each facility location for the past seven fiscal years (2019-2025). Item Description Average Annual Cost KIB Administration Building Parking $8,635.05 All Schools Including: • Kodiak High School & Auditorium Parking • Kodiak Middle School Parking • Community Pool Parking • Main Elementary Parking $63,157.90 • East Elementary Parking • Peterson Elementary Parking • North Star Building Parking & Side Road Bayside Fire Parking $1,792.50 Women's Bay Fire Parking *Not able to calculate Kodiak Fisheries Research Center Complex Parking $10,932.00 KIB Mental Health Complex Parking *Not able to calculate Landfill Complex Parking $4,960.57 Leachate Treatment Plant (LTP) Complex Parking $2,556.07 Bike Path from East Elem. To Abercrombie $1,691.00 Historical weather information for Kodiak, AK can be found via the National Centers for Environmental Information (NOAA) with the following link: httys://www.ncei.noaa.aov/cdo-web/ Contractors are strongly encouraged to research historical weather data and use good judgement when forecasting their lump sum costs per location for the defined scope of work. The Kodiak Island Borough can not guarantee that the historical average costs will reflect future years. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 31 of 35 Contract No.FY2026-23 Kodiak Island Borough Minimum Prevailing Wage Rates Project: *Project Title* Project Number: *Project No.*/ Contract Number: *Contract Number* Minimum Prevailing Wage Rates and Title 36 Public Contracts Follows See attached Links: hLtp://Iabor.state.ak.us/Iss/Tamp6OO.htm http://Iabor.alaska. izov/lss/forms/Pam400.pdf 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) Borough 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 Borough 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 Borough for excess costs for completing the work. KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 32 of 35 Contract No.FY2026-23 KODIAK ISLAND BOROUGH Annual Condition Assessment Form DATE ASSESSMENT CONDUCTED Facility Location Type of Damages / Notes Initials REQUESTED BY: COMPLETED BY: APPROVED BY: Name (Printed): Name (Printed): Name (Printed): Position: Position: Position/Contractor: Signature: Signature: Signature: Date: Date: Date: KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 33 of 35 Contract No.FY2026-23 Kodiak Island Borough EXHIBIT A KIB Facility Snow and Ice Control Maps [Following 15 pages] KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 34 of 35 Contract No.FY2026-23 i'; ' �� '�\• `� �__- j,� �,�' �„ - ' . �. �� 1 � t �._. i �,) � �' �` � � ,� i'; ' �� '�\• `� �__- j,� �,�' �„ - ' . �. �� 1 � t �._. i �,) � �' ., . 2 i. .._� , .. � • � , � � J� -- - ! i y J 'f' y �� .. 4 ,B m m ►i�� Z z = v o 0 :3 cn Q O n (D r D O fD D 0 0 r N C cr A V O d UQ ►.ii rn ® m m Z Z O o 0 :3 cn Q c) v r D D O O C N 0- m r� r ® m y� Z o � � O � n CD _0 r D O D Cf. N O O N Q I r� r Oji O m ► � G1 m _ Z z N = v 0 N 0 0 r- 0 0 rD D 0) 0 0 co Lf) '*F .�� `�f. ,, :� / 1 � ,. / �, \y /� �/ A `[� r �r0�r..� _/ df � �K , . , C�,' r O m C) m z Z v Cl) _a O _v n DO -v D o n D cn 0 0 m `� 0- �� m ® m z z = c o 0 � Q 0 0 T r D O D J 0 0 m `" CL r m A S P+ m m a) rh 3 m 3 rF rh n O B 10 X a� Co Kodiak Island Borough EXHIBIT B Facility Sweeping List Locations Est. Sq. Footage KIB Administration Complex Parking 37,227 All Schools: 500,765 total • Kodiak High School & Auditorium Parking • Kodiak Middle School Parking • Public Pool Parking • Main Elementary Parking • North Star Parking & Side Road • Peterson Elementary Parking • • • • • • 153,711 96,425 42,568 22,286 86,321 99,454 Bayside Fire Department Parking 66,214 Women's Bay Fire Department Parking 22,220 Kodiak Fisheries Research Center KFRC Parking 59,112 KIB Mental Health Buildings 14,604 Bike Path from East Elem. To Abercrombie 1.94 Miles KIB Facilities Contract Re -Bid: Snow Removal, Ice Control, & Sweeping Page 35 of 35 Contract No.FY2026-23 Kodiak Island Borough Assembly Newsletter Vol. FY2026, No. 10 November 07, 2025 At Its Regular Meeting Of November 6, 2025, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, November 20, 2025, At 6:30 p.m. In The Borough Assembly Chambers. AMENDED The Agenda To Remove The Following Items Off The Agenda: • Authorization For The Borough Manager To Reimburse Providence Kodiak Island Medical Center To Procure A New Chiller Unit In The Amount Of $1,150,000 • Authorization For The Borough Manager To Reimburse Providence Kodiak Island Medical Center For Chiller Replacement Project Permitting, Construction Administration, And Closeout In The Amount Of $71,436 • Authorization For The Borough Manager To Reimburse Providence Kodiak Island Medical Center For Design Phase To 100% For The Reverse Osmosis And Steam Generator Project To Include Permitting, Construction Administration, And Closeout In The Amount Of $111,454 PROCLAIMED November 4 To 11, 2025 As Operation Green Light A Time To Salute And Honor The Service And Sacrifices Of Those Transitioning From Active Service And Encourage The Community Members To Recognize The Importance Of Honoring All Those Who Made Immeasurable Sacrifices To Preserve Our Freedom By Displaying Green Lights In A Window Of Their Place Of Business Or Residence ADOPTED Ordinance No. FY2026-11, Amending Various Sections Of Kodiak Island Borough Code Title 17 Zoning, Related To Child Care Facilities ELECTED Assembly Member Whiteside As The 2025-2026 Borough Assembly Deputy Presiding Officer AUTHORIZED The Borough Manager To Execute Contract No. FY2026-23 For Kodiak Island Borough Facilities Contract Re -Bid With MK Enterprises, LLC AUTHORIZED The Borough Manager To Execute Contract No. FY2026-34 With Matson Navigation Company, For Recycled Metals Shipping ADOPTED Resolution No. FY2023-20C, Amending Resolution To Add The Borough Project Manager As A Board Member To The Health Facilities Advisory Board (HFAB) ADVANCED Ordinance No. FY2026-12, Amending Title 2 Administration And Personnel, Chapter 2.125 Architectural/Engineering Review Board, Section 2.125.030 Qualifications To Public Hearing At The Next Regular Meeting Of The Assembly VOICED NON -PROTEST To The State Of Alaska Alcohol And Marijuana Control Office (AMCO) Retail Marijuana Store License Renewal Application For High Rise, LLC, And Direct The Clerk To Notify AMCO Of This Decision View our website: Visit our Facebook page: www.kodiakak.us www.facebook.com/KodiakislandBorough AMENDED, CONFIRMED The Mayoral Appointments Of Assembly Member Representatives To Different Boards And Committees As Follows: Architectural Review Board ssembl Member Ames Borough Lands Committee Assembly Member Johnson Assembly Member Whiteside Joint Building Code Review Committee Member Gardner —Assembly Kodiak College Council AssemblyMember Roberts Kodiak Fisheries Work Group Assembly Member Smiley Assembly Member Woods Assembly Member Whiteside Alternate Kodiak Fisheries Advisory Committee Assembly Member Johnson Parks and Recreation Committee Assembly Member Woods Providence Health System Service Area Assembly Member Gardner School District Budget Advisory Committee Member Woods —Assernbly School District Facilities Review Committee Member Ames —Assembly School District Strategic Planning Committee Assembly Member Roberts Solid Waste Advisory Board AssemblyMember Gardner Health Facilities Advisory Board Assembly Member Smiley Assembly Member Johnson Assembly Member Roberts Solid Waste Contract Committee Assembly Member Whiteside Assembly Member Ames Assembly Member Smile ACCEPTED With Regret, The Resignation Of Mr. Craig Dagen, DECLARED The Seat Vacant On The Fire Protection Area No.1 Board Effective October 4, 2025, And DIRECTED The Borough Clerk To Advertise The Vacancy Per Borough Code AUTHORIZED The Borough Manager To Reimburse Providence Kodiak Island Medical Center For The Permitting, Construction, Installation, And Closeout Of Distribution Panel 6 (DP6) Replacement/Expansion In The Amount Of $121,000 CONVENED INTO EXECUTIVE SESSION To Discuss The Evaluation And Scores Of The Legal Counsel Applicants, A Matter Which Might Include A Discussion That Could Potentially Prejudice The Reputation And Character Of The Applicants. INVITED The Borough Mayor, Assembly, Borough Manager, And The Clerk Into Executive Session; And ANNOUNCED That Direction Was Given To The Manager To Enter Into A Contract Negotiation With Landye Bennett Blumstein LLP View our website: Visit our Facebook page: www.kodiakak.us www.facebook.com/KodiakislandBorough