FY2026-26 Mill Bay Beach Stairs & Picnic Table Replacement with S&S Enterprises dba Kodiak Lawn CareKODIAK ISLAND BOROUGH
INVITATION TO BID
Mill Bay Beach Stairs &
Picnic Table Replacement
Project Number: 25014
Contract Number: FY2026-26
September 25, 2025
Kodiak Island Borough
710 Mill Bay Road
Kodiak, AK 99615
(907) 486-9341
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 1 of 36
i Page 2 of 36
a
Kodiak Island Borough
Contract Documents
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Table of Contents
Invitationto Bid............................................................................................................................................ 3
Instructionsto Bidders..................................................................................................................................
4
BidderRegistration Form...........................................................................................................................10
AddendumAcknowledgement....................................................................................................................
l l
Non -Collusion Affidavit.............................................................................................................................12
BidSchedule...............................................................................................................................................13
BidModification Form...............................................................................................................................15
Agreement...................................................................................................................................................16
CorporateAcknowledgement.....................................................................................................................18
BidBond.....................................................................................................................................................19
Laborand Material Payment Bond.............................................................................................................
20
PaymentBond.............................................................................................................................................
22
PerformanceBond......................................................................................................................................
23
Contractor Certificate of Substantial Completion.......................................................................................24
ContractRelease.........................................................................................................................................
25
SpecialConditions......................................................................................................................................
27
SCO1 General Statement.................................................................................................................
28
SC02 Scope of Work.......................................................................................................................
28
SC03 Time of Completion..............................................................................................................
28
SC04 Documentation......................................................................................................................
28
SC05 Inspection of Work................................................................................................................
29
SC06 Suitable Materials..................................................................................................................29
SC 07 Special Site Conditions.........................................................................................................
29
SC 08 Hazardous Waste Generation................................................................................................29
SC 09 Site Preservation, Restoration, Cleanup and Environmental Reporting ................................
30
SC10 Permits...................................................................................................................................30
SC 11 Order of Award of Alternative Bids......................................................................................
30
SC12 Payment.................................................................................................................................30
SC 13 References to Kodiak Island Borough General Conditions ..................................................
30
SC 14 Finance Department Pre -Award Qualification Form............................................................
31
SC 15 Picnic Table Specifications...................................................................................................
31
Minimum Prevailing Wage Rates...............................................................................................................32
ExhibitA Stairs Drawings.......................................................................................................................
33
Exhibit B — Stairs Specifications................................................................................................................
34
Exhibit C — Map of Installation for Picnic Tables......................................................................................
35
Exhibit D Ultra Site Rectangular Inground Table Specifications & Installation Instructions .................
36
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 2 of 36
ADDENDUM1
KODIAK ISLAND BOROUGH
Mill Bay Beach Stairs and Picnic Table Replacement
Kodiak, AK
October 24, 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.
RESPONSES TO BIDDER QUESTIONS:
QUESTION 1: If we run into limited hot dipped galvanized options, would the Borough consider
substituting aluminum for the stairs and railings?
RESPONSE 1: Depending on the type of aluminum, a substitution may be permitted, except
for the actual stair framing. If substitution is allowed the railings and railing posts may be
thicker or spaced more frequently to meet code requirements. However, the selected
contractor will need to submit a formal substitution request, which will be reviewed after the
award by the architectural and engineering team.
END OF ADDENDUM 1
KODIAK ISLAND BOROUGH ADDENDUM NO. 1
Mill Bay Stairs & Picnic Table Replacement PAGE 1
i
Page 3 of 36
a
Kodiak Island Borough
Invitation to Bid
Date: September 25", 2025
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
This project includes, but is not necessarily limited to:
The base bid covers the removal of the existing stair structure and installation of a new
stair system, including all labor, materials, and related costs per the project specifications.
Alternate Bid #1 includes the installation of up to three Borough -provided picnic tables per
manufacturer's specifications, to be completed concurrently with the base bid.
1. Stairs Drawings (Exhibit A)
2. Stairs Specifications (Exhibit B)
3. Map of Picnic Table Locations (Exhibit C)
4. Picnic Table Manufacturer's Installation Guide (Exhibit D)
Sealed, physical copy, bid packages will be accepted until 2:00pm local time on November 4, 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 20, 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 is 1:00pm local time October 22, 2025. Questions, clarifications, or
interpretations of the Bidding Documents shall be made through a written request to the Project Manager
at EFprojectsnkodiakak.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).
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 3 of 36
,., '" Page 4 of 36
Kodiak Island Borough
Instructions to Bidders
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
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.
Required Documentation:
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. Bid Bond, Labor & Material Bond, Payment Bond, & Performance Bond
A. An executed Bid Security (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.
C. Labor & Material, Payment, & Performance Bonds may not be required at time of bidding,
however the successful bidder must provide them once the contract has been awarded and
signed.
4. Alaska Business License, a of copy your current license must be included.
5. 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.
6. A bid may be rejected if it contains any alterations or erasures that are not initialed by the signer
of the bid.
1.0 DEFINED TERMS. Terms used in these Instructions to Bidders and the Notice Inviting Bids,
which are defined in the General Conditions, have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid directly to the 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 at least five days prior to the date
for receipt of bids (12:00pm local time on December 20, 2024). 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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 4 of 36
Page 5 of 36
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
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 5 of 36
q_ Page Page 6 of 36
that the Bidder has complied with every requirement of Article 6.0, "Bidder's Examination
of Contract Documents " herein, that without exception the Bid is premised upon
performing the work required by the Contract Documents and such means, methods,
techniques, sequences, or procedures of construction as may be indicated in or required by
the Contract Documents, and that the Contract Documents are sufficient in scope and detail
to indicate and convey understanding of all terms and conditions for performance of the
work.
7.0 BID FORM/SCHEDULE.
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 I0.0(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
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 6 of 36
A- Page Page 7 of 36
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.
11.0 RIGHT OF REJECTION
Bidders must comply with all the terms of the ITB, the Borough Code, State Procurement Code (AS 36.30),
and all applicable local, state, and federal laws, codes, and regulations. The procurement officer 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 state. 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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 7 of 36
Page 8 of 36
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.
14.0 AWARD OF CONTRACT.
Award of a contract, if it is awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Technical Specifications 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. Unless otherwise indicated, a single award will be made for all the Bid items in an individual Bid
Schedule.
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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 8 of 36
Page 9 of 36
e. 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.
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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 9 of 36
a
Page 10 of 36
.d
. 0
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:_ LnTU'i�� t
Contact Name:
Address:
Phone Number: q0-7- �— 3 l - I
Fax Number:
Email: J CWQ 4LC/ Ik. i
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@,kodiakak.us
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 10 of 36
CI
�NrQ✓`ti l
a °
°' Page 11 of 36
Kodiak Island Borough
Addendum Acknowledgement
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
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 ad(d�endums please state NONE above your name.
Addendum Number ( Dated Oc+O' ( 6 Initials AA 6
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
Addendum Number
Dated
Initials
0
-5
Fes#,
Company Name
Date
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 11 of 36
Authorizing Name
Title
Signature
iy C
paa p
Page 12 of 36
Kodiak Island Borough
Non -Collusion Affidavit
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
(to be executed prior to award)
UNITED STATES OF AMERICA
)SS CLQ 0 -
STATE OF ALASKA )
I, JI� I �y�
��l'a7l � , of ��� j ll � Yi��e 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: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Located at Kodiak in the State of Alaska, have not, either directly or indirectly, entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive
biddingJAi connection with such Contract.
SigiYature
Subscribed and sworn to this day of & ��' , 20 Z�
asanKOur
qr-1 n I
Notary Public
My Commission Expires: a (0l Z7 f7_ 62'T
TRINITY WASANKARI
Notary Public
State of Alaska
My Commission Expires Jun 27,2029
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 12 of 36
d d
dy�n
Page 13 of 36
Kodiak Island Borough
Bid Schedule
Page 1 of 2
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Base Bid:
Stair Removal, Replacement, & Installation
Item
Item Description
Quantit
Unit
Total Item Price
No.
All labor, materials, tools,
1
Mobilization and demobilization
1
LS
%I Q) WO. oo
All labor, materials, tools,
1
equipment, transportation,
1
EA
, 7O, Qo
2
supervision, and facilities necessary
1
LS
� 7 � vo' CO
to remove, replace, and install
)
new stair structure associated with
Total Alternate Bid Amount [Cost per picnic table]:
the base bid scope of work.
Total Base Bid Amount:
Fq7) 5 00.00
Alternate #1:
Picnic Table Removal & Installation
Item
No.
Item Description
Quantity
Unit
Unit Price
All labor, materials, tools,
equipment, transportation,
supervision, and facilities necessary
1
to remove and install new picnic
table(s) provided by the Borough
1
EA
, 7O, Qo
associated with the alternate bid
%
scope of work. [If awarded, not
more than 3 will be installed]
Total Alternate Bid Amount [Cost per picnic table]:
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 13 of 36
1ofi
. 0 Page 14 of 36
Kodiak Island Borough
Bid Schedule
Page 2 of 2
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Total Base Bid Amount:
Dollars Cents
7, �-00. DO
I 7 e� S- L11W grUL hereinafter rallerl Ritlrler an individual cininv hncinecc
as K:QdL—& L LCL-- Cer ' `(f'r1ke out inapplicable words:) a partnership, a
corporation incorporated in the State of Alaska, a joint venture, hereby submits this bid and agrees: to
hold this bid open for ninety (90) days, to accept the provisions of the Instruction to Bidders, to
accomplish the work in accordance with the contract documents, plans, specifications, for the lump sum
and unit price amounts as set forth in this bid schedule.
Respectfully submitted this day of Iv OJ , 202_
BIDDER: �p �f 12P rno
Jtq—
Company Name Authorizing Name
Address
V) A�- �q 6 15--�
Kodiak Island Borough, State, Zip Code
qO7-;-3g - [ 8-7
Telephone Number
-)- 6 -- ;Q 010 70
Federal I.D. or S.S.N.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 14 of 36
6��m I k��q e -r -
Title
Signature
Email Address
CORPORATE SEAL
ATTEST:
Signature of ro��
Sec.
Print Nam
"* Page 15 of 36
19f CM
Kodiak Island Borough
Bid Modification Form
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
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)
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 15 of 36
1 '° ayda
Page 16 of 36
ao ,
Kodiak Island Borough
Agreement
Page 1 of 2
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough,
acting by and through its Borough Manager, and
S&S Ente1prise DBA Kodiak Lawn Care
Company Name
2522 Selief Lane, Kodiak, AK 99615
Company Address (Street or PO Box, State, Zip)
a/an ❑ Individual ❑Partnership ❑Joint Venture ❑Sole Proprietorship OCorporation
incorporated under the laws of the State of Alaska, its successors and assigns, herein called the Contractor,
is effective the date of the signature of the Borough Manager on this document.
The Contractor, for and in consideration of the payment or payments herein specified and
agreed to by the Borough, hereby covenants and agrees to furnish and deliver all the materials
and to do and perform all the work and labor required in the construction of the above -
referenced project as bid by the Contractor, which bid and prices named, together with the
Contract Documents (as hereinafter defined) are made a part of this Contract and accepted as
such.
2. It is distinctly understood and agreed that no claim for additional work or materials, done or
furnished by the Contractor and not specifically herein provided for, will be allowed by the
Borough, nor shall the Contractor do any work or furnish any material not covered by this
Contract, unless such work or materials is ordered in writing by the Borough. In no event shall
the Borough be liable for any materials furnished or used, or for any work or labor done, unless
the materials, work, or labor are required by the Contract or on written order furnished by the
Borough. Any such work or materials which may be done or furnished by the Contractor
without written order first being given shall be at the Contractor's own risk, cost, and expense
and the Contractor hereby covenants and agrees to make no claim for compensation for work
or materials done or furnished without such written order.
Payment under this Contract shall not exceed BASE BID of Ninety -Seven Thousand Five
Hundred Dollars ($97,500.00) plus two (2) ALTERNATEIVE BIDS at the cost of One
Thousand Seven Hundred Fifty Dollars ($1,750.00) for each picnic table installed for a
CONTRACT TOTAL OF One -Hundred and One Thousand Dollars ($101,000.00). 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, on or before: May 30, 2026. [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
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 16 of 36
Page 17 of 36
become due the Contractor, or if no money shall be due, the Borough shall have the right to
recover Liquidated Damages as described in the Special Conditions for each calendar day
elapsing between the time stipulated for achieving substantial completion of an individual
phase and the actual date of completion of that phase in accordance with the terms hereof; such
deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages.
Provided, however, that upon receipt of written notice from the Contractor of the existence of
causes over which the Contractor has no control and which must delay furnishing of materials
or the completion of the work, the Contracting Officer may, at his or her discretion, extend the
period specified for the furnishing of materials or the completion of the work, and in such case
the Contractor shall become liable for liquidated damages for delays commencing from the
date on which the extended period expires.
5. (If required) The bonds given by the Contractor in the sum of
Bid Bond 5% of bid
Labor and Material Bond $
Payment Bond $
and Performance Bond $
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 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 29, 2025;
(2) Contractor's Bid Submission Dated November 4, 2025.
IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and
conditions.
KO IAK ISLAND BOROUGH
fw-
Signature of Borough Manager
Printed Name
()v2,o
Date
A Borough Clerk (A
Mill Bay Beach Stairs & Picnic
Invitation to Bid
Page 17 of 36
CONTRACTOR
!4S .. -Ori s Q— D db 0 dl'r
Com yName
Sign ature of Authorized Representative
Printed Name of Authorized Representative
Kodiak Island Borough
Corporate Acknowledgement
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
(To be filled in when Contract is executed in behalf of Corporation)
UNITED STATES OF AMERICA )
)SS.
STATE OF ALASKA )
The foregoing instrument was acknowledged before me this oiS" day of NOV, 20 A5-
(Name of Officer)
(Name of Corporation)
Mag tov
(State of Incorporation)
�-
otary Public
My Commission Expires
,r -
b'* V1 e- V- I V\'ko V,
(Title of of Officer)
Corporation, on behalf of said Corporation.
(>al01 0 ao2l0
ROSIE JUHLIN
Notary Public
State of Alaska
My Commission Expires Sep 1, 2026
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 18 of 36
Page 18 of 36
P
. Page 19 of 36
0
Kodiak Island Borough
Bid Bond
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
KNOW ALL MEN BY THERE PRESENTS, that we
S&S Enterprise, Inc. at 2522 Selief Lane, Kodiak, AK 99615
as Principal, hereinafter called the Principal, and
(Western National Mutual Insurance Company at 4700 West 77th Street, Edina, MN 55435)
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 Bid (5%)*************** Dollars (S Five Percent of Bid (5%) )>
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: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014
Contract Number: FY2026-26
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 sball 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.
IN WITNESS WHEREOF, The Principal and the Surety have hereunto set their hands and seals, and such of thein
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 this. day or VO 1/ , 202S
(Witness
(Witness)
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 19 of 36
--z -
S&S EnteiseA Inc. (Seal) (Title)
Rosando Reyes Attorney -In -Fact ,
2P. G0�PORA�R`'9�':
En
w. SEAL. :
W
WESTERN NATIONAL
i.Ksua.,cs
Ae relatimulup w.p-y
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 #9672
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 l=ive 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.
w.SEALa
Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety
STATE OF MINNESOTA. COUNTY OF HENNEPIN
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.
DEFJrAANJALI EMRYON
NOTARY PIAIX.
1101111101111469Mnfs
"°C0A'Ab1eAM""'1"VAU 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.
•ONPL•MUrG �'.
= 2: v F:•Z:
9.eitihz%�tJLL�IG�r�' `�;SEALA=
v `� • �NNES�tFf2:
29th October 2025
Signed and sealed at the City of Edina, MN this day of Jennifer Young, Secretary
CD
O
0
Q
E4
C O
O 00
O co
c Y
m 'Q
fn =
c9
N m
C C
U 0
:�
Co co
O
c O
O
n m
O
U 0
0
0
.0
0
LO
0)
Q Z
Y Lj
Q T U)
0 a
liec C�
3 W
ap o F-
00 Z
W
r (n
x U)
0
m
0
d
A
N
N
(00O
Ch c
L fA
Eo
O �
O C
v rn
O C
N 0O
O O
Q L
U �
m
0
C
0
U
2
c
0
U
Cl)
N
O)
C
(0 N
L @
7 U)
O
N � U
w0 m O
w O N
C
C O
Z m
£
°o ° m
N
0 3 Q
c m m
0 m 0
O '' U
O C
N
cn
(n 0 O N
(0 E @ -0
0 o m
M `m 0_ o
r
o
fQ .L N
� L
Vi L
ER m
O Y N C m e
C C c q
v0 tM cn
E
N y N E
H 0H = -5 U
License #:C 58 State of Alaska
Effective: 3/21 1/2025 /2025
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: S&S ENTERPRISE, INC.
License Type: General Contractor Without Residential Contractor Endorsement
Status: Active
Doing Business As: KODIAK LAWN CARE AND SNOW REMOVAL
Relationships
No relationships found.
KODIAK LAWN CARE AND SNOW REMOVA
PO BOX 1388
KODIAK, AK 99615-1388
Commissioner: Julie Sande
Designations
No designations found.
Wallet Card
State of Alaska
Department of Commerce, Community, and Economic Development
Division of Corporations, Business, and Professional Licensing
Regulation of Construction Contractors and Home Inspectors
S&S ENTERPRISE, INC.
DBA: KODIAK LAWN CARE AND SNOW REMOVAL
As
General Contractor Without Residential Contractor Endorsement
License Effective Expires
CONE34858 3/21/2025 09/30/2026
C�-
9 '" Page 20 of 36
Kodiak Island Borough
Labor and Material Payment Bond
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Know all men by these presents that:
as Principal, hereinafter called Principal, and,
(Insert full name and address or legal title of Contractor)
(Here insert full name and address or legal title of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615
as Obligee, hereinafter called Borough, for the use and benefit of claimants as herein below defined, in
the amount of
Dollars ($ ),
(Here insert a sum equal to the contract amount)
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated , 20 , entered into a contract with Borough for
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
in accordance with Drawings and Specifications prepared by
Company
Address
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 20 of 36
9 '" Page 21 of 36
Kodiak Island Borough
Labor and Material Payment Bond
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly
make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required
for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in
full force and effect, subject, however, to the following conditions:
1. A claimant is defined as one having a direct
contract with the Principal or with a Subcontractor of
the Principal for labor, material, or both, used or
reasonably required for use in the performance of the
Contract, labor and material being construed to
include that part of water, gas, power, light, heat, oil,
gasoline, telephone service or rental of equipment
directly applicable to the Contract.
2. The above named Principal and Surety
hereby jointly and severally agree with the Borough
that every claimant as herein defined, who has not
been paid in full before the expirations of a period of
ninety (90) days after the date on which the last of such
claimant's work or labor was done or performed or
materials were furnished by such claimant, may sue on
this bond for the use of such claimant, prosecute the
suit to final judgment for such sum or sums as may be
justly due claimant, and have execution thereon. The
Borough shall not be liable for the payment of any
costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by
any claimant:
a) Unless claimant, other than one having a
direct contract with the Principal, shall have given
written notice to any two of the following: the
Principal, the Borough, or the Surety above named,
within ninety (90) days after such claimant did or
performed the last of the work or labor, or furnished
the last of the materials for which said claim is made,
stating with substantial accuracy the amount claimed
and the name of the party to whom the materials are
Signed and Sealed this , day of
(Witness)
(Witness)
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 21 of 36
furnished, or for whom the work or labor was done or
performed. Such notice shall be served by mailing the
same by registered mail or certified mail, postage
prepaid, in an envelope addressed to the Principal,
Borough or Surety, at any place where an office is
regularly maintained for the transaction of business.
Or served in any manner in which legal process may
be served in the state in which aforesaid project is
located, save that such service need not be made by a
public officer.
b) After the expiration of one (1) year following
the date on which Principal ceased Work on said
Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any
law controlling the construction hereof such limitation
shall be deemed to be amended so as to be equal to the
minimum period of limitation permitted by such law.
C) Other than in a state court of competent
jurisdiction in and for the county of other political
subdivision of the state in which the Project, or any
part thereof is situated, or in the United States District
Court for the district in which the Project, or any part
thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by
and to the extent of any payment of payments made in
good faith hereunder, inclusive of the payment by
Surety or mechanic's liens which may be filed of
record against said improvement, whether or not claim
for the amount of such lien be presented under and
against the bond
202_
(Principal) (Seal)
(Title)
(Surety) (Seal)
(Title)
77
"" Page 22 of 36
Kodiak Island Borough
Payment Bond
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
KNOW ALL MEN BY THESE PRESENTS: that
contractor)
as Principal, hereinafter called Contractor, and,
(Here insert full name and address or legal title of
(Here insert full name and address or legal title Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615
as Obligee, hereinafter called Borough, in the amount of
Dollars ($
for the payment whereof Contractor and Surety bind themselves, their heirs, executor, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated , 20 , entered into a contract with Borough for
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
in accordance with Drawings and Specifications prepared by
Company
Address
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 22 of 36
;s#a♦
Page 23 of 36
Kodiak Island Borough
Performance Bond
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
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 day of , 20
(Witness)
(Witness)
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 23 of 36
(Principal) (Seal)
(Title)
(Surety) (Seal)
(Title)
4A.
Page 24 of 36
Kodiak Island Borough
Contractor Certificate of Substantial Completion
For Future Use
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
CONTRACTOR:
This is to certify that I, am a duly authorized official of the said
CONTRACTOR working in the capacity of , and in my official
capacity Kodiak Island Borough representing said CONTRACTOR do hereby certify as follows:
1. The work of the subject Contract above has been performed, and materials used and installed in
accordance with and in conformity to, the Contract Drawings, Contract Specifications, 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_.
CONTRACTOR
(Signature)
(Title)
Date
REMARKS:
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 24 of 36
KODIAK ISLAND BOROUGH,
Engineering & Facilities Director
Date
Page 25 of 36
Kodiak Island Borough
Contract Release
Page 1 of 2
For Future Use
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
The undersigned,
for itself, its successors in interest, assigns trustees, administrators, subcontractors, suppliers, and laborers
do hereby release and forever discharge the Kodiak Island Borough (Borough) a municipal corporation,
from all actions, causes of actions, suits, controversies, claims, damages and demands of every kind and
nature, mature or to mature in the future, for and by reason of any matter, thing or claim arising out of the
following Contract:
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
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 make 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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 25 of 36
Page 26 of 36
Kodiak Island Borough
Contract Release Page 2 of 2
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
IN WITNESS WHEREOF, I have hereunto set my hand and seal this day of
,20
COMPANY
SIGNATURE
STATE OF ALASKA )
)ss.
THIRD JUDICIAL DISTRICT )
THIS IS TO CERTIFY that on this day of , 20 , before me, Notary Public in and
for the State of Alaska, personally appeared of
, known to me to be its
and acknowledged to me that he has read this foregoing Release
and knew contents thereof to be true and correct to the best of his knowledge and belief, and that he
signed the same freely and voluntarily for the uses and purposes therein mentioned, and that he was duly
authorized to execute the foregoing document according to the Bylaws or by Resolutions of said
corporation.
WITNESS my hand and notarial seal this day of 920
Notary Public in and for Alaska
My Commission expires:
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 26 of 36
,i
Page 27 of 36
a
Kodiak Island Borough
Special Conditions
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Table of Contents
Section Title Page
SCO1
General Statement.....................................................................................................................
28
SC02
Scope of Work...........................................................................................................................
28
SC03
Time of Completion..................................................................................................................
28
SC04
Documentation..........................................................................................................................
28
SC05
Inspection of Work....................................................................................................................
29
SC06
Suitable Materials......................................................................................................................
29
SC 07
Special Site Conditions..............................................................................................................29
SC 08
Hazardous Waste Generation....................................................................................................
29
SC 09
Site Preservation, Restoration, Cleanup and Environmental Reporting....................................30
SC10
Permits.......................................................................................................................................30
SC 11
Order of Award of Alternative Bids..........................................................................................
30
SC12
Payment.....................................................................................................................................30
SC 13
References to Kodiak Island Borough General Conditions.......................................................
30
SC 14
Finance Department Pre -Award Qualification Form................................................................
31
SC 15
Picnic Table Specifications.......................................................................................................
31
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 27 of 36
,i
Page 28 of 36
a
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
The base bid shall include furnishing all labor, materials, tools, equipment, transportation, supervision,
and facilities, as well as all associated mobilization and demobilization costs, required to complete the
work in full compliance with the drawings and specifications provided in Exhibits A and B. The scope of
work encompasses, but is not limited to, the following:
• Procurement of new materials to replace the existing stair components;
• Complete removal and proper disposal of the existing stair structure;
• Installation of the new stair structure, ensuring compliance with the design, construction, and
safety standards outlined in the contract documents.
The Contractor shall perform all work in a professional and workmanlike manner, maintaining the project
schedule, minimizing disruptions, and coordinating with the Borough as necessary to achieve satisfactory
completion.
Alternate Bid(s)
Alternate Bid #1 shall include furnishing all labor, materials, tools, equipment, transportation,
supervision, and facilities, along with mobilization and demobilization costs, to complete the removal and
installation of a Borough -provided picnic table. Installation shall be performed in accordance with the
manufacturer's instructions and specifications included as Exhibit D.
• The Borough will supply the picnic table(s) and the manufacturer's installation guidelines.
• If Alternate Bid #1 is awarded, the Borough may direct the installation of up to three (3) picnic
tables in total.
• All work associated with Alternate Bid #1 shall be coordinated with, and completed concurrently
with, the base bid work, within the same project timeframe and completion requirements.
SC 03 Time of Completion
All work will be completed in accordance with the Contract Documents by May 30, 2026.
SC 04 Documentation
ITB Required Documentation:
1. Bidder Registration
2. Bid Form/Schedule
3. Addendum Acknowledgement
4. Non -Collusion Affidavit
5. Bid Bond
6. Alaska Business License
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 28 of 36
A
Page 29 of 36
aac
7. Alaska Contractor License/Certificate
8. Corporate Acknowledgement
Invoice Documentation: The Contractor shall submit to the Contracting Officer (or Project Manager if
designated by the Owner) a completed Application for Payment covering the Work completed as of the
date of the Application for Payment and accompanied by such supporting documentation as is required by
the Contract Documents and General Conditions.
Closing Documents: The Contractor shall provide the Borough any and all closing documents referenced
in the Contract Documents and General Conditions.
SC 05 Inspection of Work
All inspections will be conducted in accordance with the specifications outlined in Exhibit B. For all
permit required inspections, the contractor will coordinate inspections with the Building Official's office
for any and all inspections needed. Contractor will inform the Borough of any inspections, so they have
the opportunity to be present.
SC 06 Suitable Materials
Contractor will ensure the materials meet or exceed the requirements outlined in the drawings,
specifications, or manufacture's instructions.
SC 07 Special Site Conditions
The location of the project is a public beach access site. The Contractor will take all necessary measures
to protect the public, surrounding environment, and existing infrastructure during construction. At a
minimum, the following requirements apply:
• Establish and maintain a secure work zone with temporary fencing, barricades, or other barriers to
prevent unauthorized entry.
• Post clear signage indicating construction activity, restricted access, and alternate
pedestrian/beach access routes if available.
• Maintain all safety controls in good condition throughout the duration of the project.
• Prevent construction debris, dust, or materials from entering the water, beach sand/rock, or storm
drainage systems.
• Use containment measures (tarps, nets, booms, or silt fencing) as appropriate to control runoff
and debris movement.
• Store all materials and equipment above the high-water line and in designated staging areas as
approved by the Borough.
• All removed stair and picnic table materials, demolition waste, packaging, and unused materials
shall be hauled off-site to the Kodiak Island Borough Landfill at the cost of the Contractor.
SC 08 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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 29 of 36
i
Page 30 of 36
a
SC 09 Site Preservation, Restoration, Cleanup and Environmental Reporting
The Contractor shall be fully responsible for any damage to public or private property resulting from its
operations. Any such damage shall be promptly reported to the Borough, and the Contractor shall, at its
own expense, clean, repair, and restore the affected property to its original condition or better.
In the event of a spill or release of hazardous substances, the Contractor shall immediately notify the
appropriate governmental agencies and the Borough. The Contractor shall bear full responsibility for all
cleanup costs, remediation, and any fines or penalties that may result.
Throughout the duration of the work, the Contractor shall maintain the premises in a clean, safe, and
orderly condition. Upon completion, the Contractor shall repair any damage or disturbed ground caused
by its equipment, remove all waste and excess materials, and leave the project site as close to pre -
construction condition as possible.
SC 10 Permits
The Contractor shall obtain all licenses and permits that are required to do the work.
SC 11 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 12 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.
SC 13 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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 30 of 36
i
Page 31 of 36
a
SC 14 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.
HIB 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 15 Picnic Table Specifications
The Borough has previously purchased Ultra Site Rectangular Inground Picnic tables to distribute to
different sites. Please find specifications for the table and installation instructions in Exhibit D.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 31 of 36
Kodiak Island Borough
Minimum Prevailing Wage Rates
Project: Mill Bay Beach Stairs & Picnic Table Replacement
Project Number: 25014 Contract Number: FY2026-26
Minimum Prevailing Wage Rates and Title 36 Public Contracts Follows
See attached Links:
hqp:Hlabor.state.ak.us/Iss/Tamp6OO.htm
hLtp:Hlabor.alaska.gov/lss/forms/Pam400.pd
Page 32 of 36
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.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 32 of 36
Kodiak Island Borough
Exhibit A — Stairs Drawings
[Following 4 pages]
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 33 of 36
Page 33 of 36
Kodiak Island Borough
Exhibit B — Stairs Specifications
[Following 15 pages]
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 34 of 36
Page 34 of 36
KODIAK MILL BAY STAIRS
100% Construction Documents
SECTION 033000 - CAST -IN-PLACE CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1.
Concrete standards.
2.
Concrete materials.
3.
Admixtures.
4.
Liquid floor treatments.
5.
Curing materials.
6.
Accessories.
7.
Repair materials.
8.
Concrete mixture materials.
9.
Concrete mixture class types.
10.
Concrete mixing.
1.2 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
1.3 ACTION SUBMITTALS
A. Product data.
B. Design Mixtures: For each concrete mixture, include the following:
1. Mixture identification.
2. Compressive strength at 28 days or other age as specified.
3. Durability exposure classes for Exposure Categories F, S, W, and C.
4. Maximum w/cm ratio.
5. Slump limit.
6. Air content.
7. Nominal maximum aggregate size.
8. Intended placement method.
9. Submit adjustments to design mixtures when characteristics of materials, Project
conditions, weather, test results, or other circumstances warrant changes.
1.4 INFORMATIONAL SUBMITTALS
A. Material certificates.
B. Material test reports.
CAST -IN-PLACE CONCRETE 033000- 1
KODIAK MILL BAY STAIRS
100% Construction Documents
C. Minutes of preinstallation conference.
1.5 QUALITY ASSURANCE
PART 2 -PRODUCTS
2.1 CONCRETE STANDARDS
A. ACI Publications: Comply with ACI 301 unless modified by requirements in the Contract
Documents.
2.2 CONCRETE MATERIALS
A. Cementitious Materials:
1. Portland Cement: ASTM C 150/C 150M, Type I/Type II, gray or white.
2. Blended Hydraulic Cement: ASTM C595/C595M, Type IL, portland-limestone cement.
B. Normal -Weight Aggregates:
1. Coarse Aggregate: ASTM C33/C33M, Class 4S
2. Maximum Coarse -Aggregate Size: 3/4 -inch nominal.
3. Fine Aggregate: ASTM C33/C33M.
2.3 ADMIXTURES
A. Air -Entraining Admixture: ASTM C260/C260M.
B. Chemical Admixtures: Do not use calcium chloride or admixtures containing calcium chloride.
1. Water -Reducing Admixture: ASTM C494/C494M, Type A.
2. Retarding Admixture: ASTM C494/C494M, Type B.
3. Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type D.
4. High -Range, Water -Reducing Admixture: ASTM C494/C494M, Type F.
5. High -Range, Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type G.
6. Admixtures with special properties, with documentation of claimed performance
enhancement, ASTM C494/C494M, Type S.
C. Mixing Water for Concrete Mixtures and Water Used to Make Ice: ASTM C 1 602/C 1 602M.
Include documentation of compliance with limits for alkalis, sulfates, chlorides, or solids
content of mixing water from Table 2 in ASTM C 1602/C 1602M.
CAST -IN-PLACE CONCRETE 033000-2
KODIAK MILL BAY STAIRS
100% Construction Documents
2.4 LIQUID FLOOR TREATMENTS
A. Penetrating Liquid Floor Treatment: Clear, chemically reactive, waterborne solution of
inorganic silicate or siliconate materials and proprietary components; odorless; that penetrates,
hardens, and densifies concrete surfaces.
2.5 CURING MATERIALS
A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing
approximately 9 oz./sq. yd. when dry.
B. Moisture -Retaining Cover: ASTM C171, polyethylene film burlap -polyethylene sheet.
1. Color:
a. Ambient Temperature Below 50 deg F (10 deg C): Black.
b. Ambient Temperature between 50 and 85 deg F (10 and 29 deg C): Any color.
C. Ambient Temperature Above 85 deg F (29 deg C): White.
C. Water: Potable water that does not cause staining of the surface.
2.6 REPAIR MATERIALS
A. Repair Overlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/4 inch and that can be filled in over a scarified surface to match
adjacent floor elevations.
2.7 CONCRETE MIXTURE MATERIALS
A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of
laboratory trial mixture or field test data, or both, in accordance with ACI 301.
1. Use a qualified testing agency for preparing and reporting proposed mixture designs,
based on laboratory trial mixtures.
B. Admixtures: Use admixtures in accordance with manufacturer's written instructions.
2.8 CONCRETE MIXTURE CLASS TYPES
A. Class A: All concrete.
1. Exposure Class: ACI 318 Class F2.
2. Minimum Compressive Strength: 4500 psi at 28 days.
3. Maximum w/cm Ratio: 0.45.
4. Slump Limit: 4 inches, plus or minus 1 inch for concrete.
5. Air Content:
CAST -IN-PLACE CONCRETE 033000-3
KODIAK MILL BAY STAIRS
100% Construction Documents
a. Exposure Classes F2 and F3: 6.0 percent, plus or minus 1.5 percent at point of
delivery for concrete containing 3/4 -inch nominal maximum aggregate size.
2.9 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete in accordance with
ASTM C94/C94M and furnish delivery ticket.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Before placing concrete, verify that installation of concrete forms, accessories, reinforcement,
and embedded items is complete and that required inspections have been performed.
B. Do not proceed until unsatisfactory conditions have been corrected.
3.2 TOLERANCES
A. Comply with ACI 117.
3.3 INSTALLATION OF EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining Work that
is attached to or supported by cast -in-place concrete.
3.4 INSTALLATION OF CAST -IN-PLACE CONCRETE
A. Before placing concrete, verify that installation of formwork, reinforcement, embedded items,
and vapor retarder is complete and that required inspections are completed.
B. Notify Architect and testing and inspection agencies 24 hours prior to commencement of
concrete placement.
C. Water addition in transit or at the Project site must be in accordance with ASTM C94/C94M
and must not exceed the permitted amount indicated on the concrete delivery ticket.
D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new
concrete is placed on concrete that has hardened enough to cause seams or planes of weakness.
3.5 APPLICATION OF FINISHING SLABS
A. Float Finish:
CAST -IN-PLACE CONCRETE 033000-4
KODIAK MILL BAY STAIRS
100% Construction Documents
1. When bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to
permit operation of specific float apparatus, consolidate concrete surface with power -
driven floats or by hand floating if area is small or inaccessible to power -driven floats.
2. Repeat float passes and restraightening until surface is left with a uniform, smooth,
granular texture and complies with ACI 117 tolerances for conventional concrete.
3. Apply float finish to all surfaces.
B. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and locations
indicated on Drawings.
Immediately after float finishing, slightly roughen trafficked surface by brooming with a
fiber -bristle broom perpendicular to main traffic route.
3.6 APPLICATION OF FINISHING FORMED SURFACES
A. As -Cast Surface Finishes:
ACI 301 (ACI 301M) Surface Finish SF -2.0: As -cast concrete texture imparted by form -
facing material, arranged in an orderly and symmetrical manner with a minimum of
seams.
a. Patch voids larger than 3/4 inch wide or 1/2 inch deep.
b. Remove projections larger than 1/4 inch.
C. Patch tie holes.
d. Surface Tolerance: ACI 117, Class B.
e. Locations: Apply to all concrete surfaces.
3.7 INSTALLATION OF MISCELLANEOUS CONCRETE ITEMS
A. Filling in:
1. Fill in holes and openings left in concrete structures after Work of other trades is in place
unless otherwise indicated.
2. Mix, place, and cure concrete, as specified, to match color and texture with in-place
construction exposed to view.
3. Provide other miscellaneous concrete filling indicated or required to complete the Work.
3.8 APPLICATION OF CONCRETE CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures.
1. Comply with ACI 301 for cold weather protection during curing.
2. Comply with ACI 301 and ACI 305.1 for hot -weather protection during curing.
3. Maintain moisture loss no more than 0.2 lb/sq. ft. x h, calculated in accordance with
ACI 305R, before and during finishing operations.
B. Curing Formed Surfaces: Comply with ACI 308.1 as follows:
CAST -IN-PLACE CONCRETE 033000-5
KODIAK MILL BAY STAIRS
100% Construction Documents
1. Cure formed concrete surfaces, including underside of beams, supported slabs, and other
similar surfaces.
2. If forms remain during curing period, moist cure after loosening forms.
3. If removing forms before end of curing period, continue curing for remainder of curing
period as follows:
a. Continuous Fogging: Maintain standing water on concrete surface until final
setting of concrete.
b. Continuous Sprinkling: Maintain concrete surface continuously wet.
C. Absorptive Cover: Pre -dampen absorptive material before application; apply
additional water to absorptive material to maintain concrete surface continuously
wet.
d. Water -Retention Sheeting Materials: Cover exposed concrete surfaces with
sheeting material, taping, or lapping seams.
C. Curing Unformed Surfaces: Comply with ACI 308.1 as follows:
1. Begin curing after finishing concrete.
a. Contractor has option of the following:
1) Absorptive Cover: As soon as concrete has sufficient set to permit
application without marring concrete surface, install prewetted absorptive
cover over entire area of floor.
a) Lap edges and ends of absorptive cover not less than 12 inches.
b) Maintain absorptive cover water saturated, and in place, for duration
of curing period, but not less than seven days.
2) Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -
retaining cover for curing concrete, placed in widest practicable width, with
sides and ends lapped at least 12 inches, and sealed by waterproof tape or
adhesive.
a) Immediately repair any holes or tears during curing period, using
cover material and waterproof tape.
b) Cure for not less than seven days.
3) Ponding or Continuous Sprinkling of Water: Maintain concrete surfaces
continuously wet for not less than seven days, utilizing one, or a
combination of, the following:
a) Water.
b) Continuous water -fog spray.
3.9 APPLICATION OF LIQUID FLOOR TREATMENTS
A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment
in accordance with manufacturer's written instructions.
CAST -IN-PLACE CONCRETE 033000-6
KODIAK MILL BAY STAIRS
100% Construction Documents
1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and
complete surface repairs.
2. Do not apply to concrete that is less than seven days' old.
3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet;
and repeat brooming or scrubbing.
4. Rinse with water; remove excess material until surface is dry.
5. Apply a second coat in a similar manner if surface has received a float finish or abrasive
surface preparation.
B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spray or roller in accordance with manufacturer's written
instructions.
3.10 INSTALLATION OF CONCRETE SURFACE REPAIRS
A. Defective Concrete:
1. Repair and patch defective areas when approved by Architect.
2. Remove and replace concrete that cannot be repaired and patched to meet specification
requirements.
B. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-
1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and
placing.
C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks in
excess of 0.01 inch spalls, air bubbles exceeding surface finish limits, honeycombs, rock
pockets, fins and other projections on the surface exceeding surface finish limits, and stains and
other discolorations that cannot be removed by cleaning.
Immediately after form removal, cut out honeycombs, rock pockets, and voids more than
1/2 inch in any dimension to solid concrete.
a. Limit cut depth to 3/4 inch.
b. Make edges of cuts perpendicular to concrete surface.
C. Clean, dampen with water, and brush -coat holes and voids with bonding agent.
d. Fill and compact with patching mortar before bonding agent has dried.
e. Fill form -tie voids with patching mortar or cone plugs secured in place with
bonding agent.
2. Repair defects on surfaces exposed to view by blending white portland cement and
standard portland cement, so that, when dry, patching mortar matches surrounding color.
a. Patch a test area at inconspicuous locations to verify mixture and color match
before proceeding with patching.
b. Compact mortar in place and match surrounding surface.
3. Repair defects on concealed formed surfaces that will affect concrete's durability and
structural performance, as determined by Architect.
CAST -IN-PLACE CONCRETE 033000-7
KODIAK MILL BAY STAIRS
100% Construction Documents
D. Repairing Unformed Surfaces:
1. Test unformed surfaces, such as floors and slabs, for finish, and verify surface tolerances
specified for each surface.
a. Correct low and high areas.
b. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped
template.
2. Repair finished surfaces containing surface defects, including spalls, popouts,
honeycombs, rock pockets, crazing, and cracks in excess of 0.01 inch wide or that
penetrate to reinforcement or completely through unreinforced sections regardless of
width.
3. After concrete has cured at least 14 days, correct high areas by grinding.
4. Correct localized low areas during, or immediately after, completing surface -finishing
operations by adding patching mortar.
a. Finish repaired areas to blend into adjacent concrete.
5. Correct low areas scheduled to remain exposed with repair topping.
a. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match
adjacent floor elevations.
b. Prepare, mix, and apply repair topping and primer in accordance with
manufacturer's written instructions to produce a smooth, uniform, plane, and level
surface.
6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter,
by cutting out and replacing with fresh concrete.
a. Remove defective areas with clean, square cuts, and expose steel reinforcement
with at least a 3/4 -inch clearance all around.
b. Dampen concrete surfaces in contact with patching concrete and apply bonding
agent.
C. Mix patching concrete of same materials and mixture as original concrete, except
without coarse aggregate.
d. Place, compact, and finish to blend with adjacent finished concrete.
e. Cure in same manner as adjacent concrete.
7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar.
a. Groove top of cracks and cut out holes to sound concrete, and clean off dust, dirt,
and loose particles.
b. Dampen cleaned concrete surfaces and apply bonding agent.
C. Place patching mortar before bonding agent has dried.
d. Compact patching mortar and finish to match adjacent concrete.
C. Keep patched area continuously moist for at least 72 hours.
E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and
patching mortar.
CAST -IN-PLACE CONCRETE 033000-8
KODIAK MILL BAY STAIRS
100% Construction Documents
F. Repair materials and installation not specified above may be used, subject to Architect's
approval.
3.11 FIELD QUALITY CONTROL
A. Special Inspections: Owner will engage a special inspector to perform field tests and inspections
and prepare testing and inspection reports.
B. Testing Agency: Owner will engage a qualified testing and inspecting agency to perform tests
and inspections and to submit reports.
1. Testing agency to be responsible for providing curing facility for initial curing of strength
test specimens on-site and verifying that test specimens are cured in accordance with
standard curing requirements in ASTM C31/C31M.
2. Testing agency to immediately report to Architect, Contractor, and concrete manufacturer
any failure of Work to comply with Contract Documents.
3. Testing agency to report results of tests and inspections, in writing, to Owner, Architect,
Contractor, and concrete manufacturer within 48 hours of inspections and tests.
C. Delivery Tickets: Comply with ASTM C94/C94M.
D. Inspections:
1. Headed bolts and studs.
2. Verification of use of required design mixture.
3. Concrete placement, including conveying and depositing.
4. Curing procedures and maintenance of curing temperature.
E. Concrete Tests: Testing of composite samples of fresh concrete obtained in accordance with
ASTM C 172/C 172M to be performed in accordance with the following requirements:
Testing Frequency: Obtain one composite sample for each day's pour of each concrete
mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional
150 cu. yd. or fraction thereof.
a. When frequency of testing provides fewer than five compressive -strength tests for
each concrete mixture, testing is to be conducted from at least five randomly
selected batches or from each batch if fewer than five are used.
2. Slump: ASTM C143/C143M:
a. One test at point of delivery for each composite sample, but not less than one test
for each day's pour of each concrete mixture.
b. Perform additional tests as needed.
Air Content: ASTM C231/C231M pressure method, for normal -weight concrete.
a. One test for each composite sample when strength test specimens are cast, but not
less than one test for each day's pour of each concrete mixture.
4. Concrete Temperature: ASTM C 1 064/C I 064M:
CAST -IN-PLACE CONCRETE 033000-9
KODIAK MILL BAY STAIRS
100% Construction Documents
a. One test hourly when air temperature is 40 deg F and below or 80 deg F and above,
and one test for each composite sample when strength test specimens are cast.
Concrete Density: ASTM C138/C138M:
One test for each composite sample when strength test specimens are cast.
6. Compression Test Specimens: ASTM C31/C31M:
a. Cast and standard cure two sets of three 6 inches by 12 -inches or 4 -inch by 8 -inch
cylindrical specimens for each composite sample.
7. Compressive -Strength Tests: ASTM C39/C39M.
a. Test one set of three standard cured specimens at seven days and one set of two
specimens at 28 days.
b. A compressive -strength test to be the average compressive strength from a set of
two specimens obtained from same composite sample and tested at age indicated.
8. Strength of each concrete mixture will be satisfactory if every average of any three
consecutive compressive -strength tests of standard cured cylinders equals or exceeds
specified compressive strength, and no compressive -strength test value falls below
specified compressive strength by more than 500 psi if specified compressive strength is
5000 psi, or no compressive strength test value is less than 10 percent of specified
compressive strength if specified compressive strength is greater than 5000 psi.
9. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may
be permitted by Architect but will not be used as sole basis for approval or rejection of
concrete.
10. Additional Tests:
a. Testing and inspecting agency to make additional tests of concrete when test
results indicate that slump, air entrainment, compressive strengths, or other
requirements have not been met, as directed by Architect.
b. Testing and inspecting agency may conduct tests to determine adequacy of
concrete by cored cylinders complying with ASTM C42/C42M or by other
methods as directed by Architect.
1) Acceptance criteria for concrete strength to be in accordance with ACI 301,
Section 1.7.6.3.
11. Additional testing and inspecting, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with specified requirements.
12. Correct deficiencies in the Work that test reports and inspections indicate do not comply
with the Contract Documents.
3.12 PROTECTION
A. Protect concrete surfaces.
B. Protect from petroleum stains.
CAST -IN-PLACE CONCRETE 033000- 10
KODIAK MILL BAY STAIRS
100% Construction Documents
C. Prohibit placement of steel items on concrete surfaces.
END OF SECTION 033000
CAST -IN-PLACE CONCRETE 033000-11
KODIAK MILL BAY STAIRS
100% Construction Documents
SECTION 051200 - STRUCTURAL STEEL FRAMING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Structural steel.
2. Shrinkage -resistant grout.
1.2 DEFINITIONS
A. Structural Steel: Elements of the structural frame indicated on Drawings and as described in
ANSI/AISC 303.
1.3 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
1.4 ACTION SUBMITTALS
A. Product Data:
1. Structural -steel materials.
2. High-strength, bolt -nut -washer assemblies.
3. Threaded rods.
4. Shop primer.
5. Etching cleaner.
6. Galvanized repair paint.
7. Shrinkage -resistant grout.
B. Shop Drawings: Show fabrication of structural -steel components.
1.5 INFORMATIONAL SUBMITTALS
A. Welding certificates.
B. Mill test reports for structural -steel materials, including chemical and physical properties.
1.6 QUALITY ASSURANCE
A. Welding Qualifications: Qualify procedures and personnel in accordance with
AWS D1.1/D1.1M.
STRUCTURAL STEEL FRAMING 051200- 1
KODIAK MILL BAY STAIRS
100% Construction Documents
PART 2 - PRODUCTS
2.1 STRUCTURAL -STEEL MATERIALS
A. Channels and Angles: ASTM A36/A36M.
B. Plate and Bar: ASTM A36/A36M.
C. Cold -Formed Hollow Structural Sections: ASTM A500/A500M, Grade B structural tubing.
D. Welding Electrodes: Comply with AWS requirements.
f►�►� :T�]J� I� f.Y:]� I �ZK�I� I� I��1 CEJ 3.y
A. Zinc -Coated High -Strength A325 Bolts, Nuts, and Washers: ASTM F3125/F3125M,
Grade A325, Type 1, heavy -hex steel structural bolts; ASTM A563, Grade DH, heavy -hex
carbon -steel nuts; and ASTM F436/17436M, Type 1, hardened carbon -steel washers.
1. Finish: Hot -dip zinc coating.
2.3 RODS
A. Threaded Rods: ASTM A36/A36M.
1. Finish: Hot -dip zinc coating, ASTM A153/A153M, Class C.
2.4 SHRINKAGE -RESISTANT GROUT
A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1 107/C I 107M, factory -packaged,
nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency
suitable for application and a 30 -minute working time.
1. Minimum grout strength at 28 days shall be 6,000 psi.
2.5 FABRICATION
A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate in
accordance with ANSI/AISC 303 and to ANSI/AISC 360.
2.6 SHOP CONNECTIONS
A. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding
procedure specifications, weld quality, and methods used in correcting welding work.
STRUCTURAL STEEL FRAMING 051200-2
KODIAK MILL BAY STAIRS
100% Construction Documents
2.7 GALVANIZING
A. Hot -Dip Galvanized Finish: Apply zinc coating by the hot -dip process to structural steel in
accordance with ASTM A123/A123M.
1. Fill vent and drain holes that are exposed in the finished Work unless they function as
weep holes, by plugging with zinc solder and filing off smooth.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify, with certified steel erector present, elevations of concrete- and masonry -bearing surfaces
and locations of anchor rods, bearing plates, and other embedments for compliance with
requirements.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 ERECTION
A. Set structural steel accurately in locations and to elevations indicated and in accordance with
ANSI/RISC 303 and ANSI/AISC 360.
B. Baseplates: Clean concrete- and masonry -bearing surfaces of bond -reducing materials, and
roughen surfaces prior to setting plates. Clean bottom surface of plates.
1. Set plates for structural members on wedges, shims, or setting nuts as required.
2. Snug -tighten anchor rods after supported members have been positioned and plumbed.
Do not remove wedges or shims but, if protruding, cut off flush with edge of plate before
packing with grout.
3. Promptly pack shrinkage -resistant grout solidly between bearing surfaces and plates, so
no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply
with manufacturer's written installation instructions for grouting.
C. Maintain erection tolerances of structural steel within ANSI/AISC 303.
3.3 FIELD CONNECTIONS
A. High -Strength Bolts: Install high-strength bolts in accordance with RCSC's "Specification for
Structural Joints Using High -Strength Bolts" for bolt and joint type specified.
1. Joint Type: Snug tightened.
3.4 FIELD QUALITY CONTROL
A. Special Inspections: Owner will engage a special inspector to perform the following special
inspections:
STRUCTURAL STEEL FRAMING 051200-3
KODIAK MILL BAY STAIRS
100% Construction Documents
1. Verify structural -steel materials and inspect steel frame joint details.
2. Verify weld materials and inspect welds.
3. Verify connection materials and inspect high-strength bolted connections.
END OF SECTION 051200
STRUCTURAL STEEL FRAMING 051200-4
Kodiak Island Borough
Exhibit C — Map of Installation for Picnic Tables
Page 35 of 36
The map below identifies the two existing picnic tables designated for possible options of Alternate #1, if
awarded. The tables designated for replacement are marked with red pins and are located up the hill from
the base of the stairs. Please note that the pin locations are approximate and not intended to represent
exact placement.
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 35 of 36
Page 36 of 36
Kodiak Island Borough
Exhibit D — Ultra Site Rectangular Inground Table Specifications & Installation
Instructions
[Following 10 Pages]
Mill Bay Beach Stairs & Picnic Table Replacement
Invitation to Bid
Page 36 of 36
Wtn
W
O
N
O
N
N
U
Q
U
o
70
N
0
O
—0
U
>
O
70
70
cn
m
U)
Q
X
Q
cB
U
L
O
O
i
—00
4%
Uj
N
>+
M
Q
O
Q
Z
ca
_0
cn
Nc
c
O
U)
o
c
o
�
Q
V
cin
Q
c
-
o
Y
o
WU)
Q.
Y
O)
U
c
O
°
N
O
O
N
cn
o
�_
�
Y
Y
o
~
o
7
-0
UU
C:?
a
)
N
O
O
O
E
Q
fn
"—
U)
E
Z
N
i
Q
O
a
_O
U
U
W
°
U
N
0-
>
°
i
N
LY
O
cB
U)
CO
N
c0
O
a
:3O
E
W
E
E
�°
�
o
0
x
C/)
o
c
con
U'
O)
70
_(n
o
Q
>'
E
E
o cn
C
cB
>
N
c0
Q
0
i
(0
N
Q
i
cn
OO
U
0 Q
C
cB
U
N
O
N
Q
O
C
f/j
cB
O
_0
U
0-0
O
O
O+�
N
N
O)
I�
N
O
�
O ca
U)
c
%
E
LL
m
0) Q
O
-oE
+'O
N
c0
U
E
N
Q
o
Cl)
o
U
m
o c
c
c�-
O
o
°)
°
0-70
°
o
cn
U)
E
-0con
°
U
ui
p
7C3
0
_0E
M o
0
0
c
m
cn
�Q
o
U) U)
o m
o
—
°Y
�Oo
o
�,Q
>,
c
E
a�
c�
`t
Q_
o
o
o
E
E
N
o o
E
m 0
U
U)O
��
Q°)
o
0
°
(3)
o
o�
i
o
N
N
U
LU
`~
U
O
p
�0 _��
U
o
_�
O N
(1)
(1)
�
O
O
a) LU
�
.
LL
.
wU
.
.
Q
.
Q
.
.
Z
.
.
Z
.
Z
.
U
.
Z
.
.
U
.
Q
.
W
O
N
O
N
E
O
U
(6
0 -
cu (u
L
L
� Z
�ox
00 00
@
M M
O
m
LU X
00 .2
Q M
C) J
Q m z o
2 x o
00
0 (.0
N O
CO
N
X .�
L
L ++
L
�O./��L Z
x� oo � ®Y ,.
(.0 !E - _
U (D (o
LoM
LO Lr)
W
O
M
U
O
IL
0
N
O
N
N
N
�
o
o
��
U)
N
O
(0 U
O
Q
Q p
_
U
L r
x
O
73 N U
O U
N
0
E�UCB
_
O
m
0=
a) —
N
_0
U
0)
O
00-0
�+
U
UU�CB
O
N
Q
N E N
O
Q=
U
N
N
_x O_
_0
CB
U CB
�U��
O
OO
Z
Q
N
O
_ACLU)(
_
V)
N__O�
00
W
U
C)
.2
a U
: ^
T-
x
U:3
�� N�
70
m
_
�
C:
L
� 70U
� (n co
x
0
U_
N
_
0)mN
N
LU
z
ON
Q
)x
x
�
O
U m CN
L
O
U)
OOU
CO
cn
�0O
_
Q
(�
>+
U
cnz
��
�C0
70
�,
J
L U
U
U) (0 cB
N
L
M
MJ
U
(0
-0
7o
U
LO
LO
O
W
(3)
E
N '�
O
Cf)O
O
(�
0\0 a)
p M
N0 0 >+
00
OU>'
U
0)
W
Q
"U
���(
~
'X
U
�i
�70
(1) )6
iCo
CO
W
E W
��
��'� �_Z
m
a)
ti
mc
Q c� o
x E Q
a)
a)
�-
0
L.L
N�
>'O)NU�
�
m
N
X
�Y
� U
Q m
%
_x M X0M
O
U
O
0)
J
M M
- "U)
M
L
m
o
N O)
;t M 0
-00
E
FuU
(a
^X
T) McNO
Q
L
X
O
00-C
X E� u
`~
N O
E
U —
ca _
EM 75
a�
N
�E
raj
AEU
CO
j
0
N�
O)
`�
_0UCD
OU O C��
O
U
O�E�^X`
m
L
U)E
`� O
Q O N o)
_N
w
CO
T)L
0-
� Q
0 0
UO 0 M
U)
U
—
O
H
1
> Q
Q
0
~
�
C6 L
Uo
� ti
x
06
0) �M
�� on c
�n
Q�
�
�'v�
a)
E
3
oM
O CB
O O
mE
L L O
CB
ti
[---o
0 E
LLQ M QQ
�
=
Oce
U)
Z
W
Z
O
n
75G
O
U
-I-tI�I.,I'—ISI.,I.,
0
Z
rL — N M 1-41 c!')
W
H
p O 01 0 O
P-
C:,
c! co
O O
O
p O O O O OO C O
N N N U') CO M — W
p O O O O O O O O
cy MM M M M M M M
cy M M M M M M M M
`I
J
i
O
O
co
W
C)
N
CDN
N
N
H
0
z
=
d
H
CIA
ti
�
Icc V)M
M
ti
�
a
N
>
CO)
n
�
N
0
N
to
N
cn
_
m
N
O
H
y
v)
to
v)
a)
m
N
m
EQ
m
m
R
..
z
z
a
e
ami
C
y
m
-0
CO
N
cam
)
=
Q
x
X
M
cc
Q
T
N
m
N
co
2
d
i
N
W
CL
x
y
>'
CL
x
io
co
m
-
-
U
in
W
0
j
LL
cn
io
io
co
c
t0
0
C
>
co
~
x
x--
--
M
O
M
co
x
n
m
M
c!9
M
co
0
Z
rL — N M 1-41 c!')
W
H
p O 01 0 O
P-
C:,
c! co
O O
O
p O O O O OO C O
N N N U') CO M — W
p O O O O O O O O
cy MM M M M M M M
cy M M M M M M M M
`I
J
i
O
O
co
W
C)
N
CDN
N
N
H
0
z
=
d
H
CIA
ti
�
Icc V)M
M
ti
�
a
N
>
CO)
n
�
0
Z
rL — N M 1-41 c!')
W
H
p O 01 0 O
P-
C:,
c! co
O O
O
p O O O O OO C O
N N N U') CO M — W
p O O O O O O O O
cy MM M M M M M M
cy M M M M M M M M
`I
J
i
O
O
co
W
C)
N
CDN
N
N
E
O
U
0-
0 O
N -I--�
cm U)
• �
Q
�
r/r
LU
�• pq r Q N
�
ti Q _0
co
O a-1 L
v!
}' U
�
Q
cu cn
O)
o E (A
O D
U
Q O
U �
W �
o
L
CO
0 Co
}I
E
O
U
Q
I �
1
I
I
1' (D N
_9_-
4-
-:
C: _0
I c
f �
Q
U) U
LU
JI
I N
J
cnrn
CD
1r co)
It Z3
CD
I 1 O
1
j )
II
co E
co
W
1
I
\ I
\ f I r
I+ 11
\
� I
�
I N
(n
L
E
Qj X
O
U
�
U N
0-
0 O
-0o
�
0-O
ry0)
c�
-m
Q)
mEo
�Lo
LU Ln
N_
V
Z
J
O
LO
O
,
0
LL
o
00
�N77�
131 r
�N
E
s
w
0
L
E
O
U
0-
Cl)
c+) o
z
LU
Q
G
Q
J
J
LO
L6
Q
01—000
W
CD
N
O
w
0
L
J
Kodiak Island Borough
Assembly Newsletter
Vol. FY2026, No. 11 November 21, 2025
At Its Regular Meeting Of November 20, 2025, The Kodiak Island Borough Assembly Took The Following
Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, December
18, 2025, At 6:30 p.m. In The Borough Assembly Chambers.
ADOPTED Ordinance No. FY2026-12, Amending Title 2 Administration And Personnel, Chapter 2.125
Architectural/Engineering Review Board, Section 2.125.030 Qualifications
AUTHORIZED The Borough Manager To Execute Contract No. FY2026-26 For The Mill Bay Beach
Stairs And Picnic Table Replacement With S&S Enterprise DBA Kodiak Lawn Care
APPROVED Resolution No. FY2026-10, Appointing The Borough Attorney
ADVANCED Ordinance No. FY2026-13, Accepting And Appropriating Funds From The 2020 Alaska
Pacific Cod Federal Fishery Disaster Relief Distribution To The Next Regular Meeting Of The Assembly
ADVANCED Ordinance No. FY2026-14, Accepting And Appropriating Funds From The 2021 Chignik
Salmon Federal Fishery Disaster Relief Distribution To The Next Regular Meeting Of The Assembly
CONFIRMED The Appointments Of Ms. Michelle Shuravloff-Nelson, Mr. Mike Tvenge, Ms. Kate
Paulson, Ms. Ellen Simeonoff, Ms. Djuna Davidson, Mr. William Roberts To The Providence Kodiak
Island Medical Center Community Advisory Council For Terms To Expire October 2029
ACCEPTED With Regret The Resignation Of Ms. Andie Wall From An At -Large Seat, Effective December
31, 2025, And The Resignation Of Mr. Douglas Hogen From The Construction Representative Seat,
Effective October 30, 2025, On The Solid Waste Advisory Board, And DIRECTED The Borough Clerk To
Advertise The Vacancies In Accordance With Borough Code
View our website: Visit our Facebook page:
www.kodiakak.us www.facebook.com/KodiakislandBorough