Loading...
FY2026-42 Port Lions School Emergency Fire Alarm Panel Replacement with Taylor Fire Protection, LLCAPage I of 2 Kodiak Island Borough Agreement Page 1 of 2 Project: Port Lions School Emergency Fire Alarm Panel Replacement Project Number: 26007 Contract Number: FY2026-42 This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough, acting by and through its Borough Manager, and Taylor Fire Protection, LLC. Company Name 5887 E. Blue Lupine Dr., Palmer, AK 99645 Company Address (Street or PO Box, State, Zip) a/an ❑ Individual ❑Partnership ❑Joint Venture ❑Sole Proprietorship ®Corporation incorporated under the laws of the State of Alaska, its successors and assigns, herein called the Contractor, is effective the date of the signature of the Borough Manager on this document. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the Borough, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above - referenced project as bid by the Contractor, which bid and prices named, together with the Contract Documents (as hereinafter defined) are made a part of this Contract and accepted as such. 2. It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the Borough, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work or materials is ordered in writing by the Borough. In no event shall the Borough be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the Borough. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order. 3. Payment under this Contract shall not exceed One Hundred Sixty -Nine Thousand Two Hundred Ninety -Two dollars ($169,292.00). 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: March 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 become due the Contractor, or if no money shall be due, the Borough shall have the right to Page 2 of 2 recover Liquidated Damages as described in the Special Conditions for each calendar day elapsing between the time stipulated for achieving substantial completion of an individual phase and the actual date of completion of that phase in accordance with the terms hereof, such deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages. Provided, however, that upon receipt of written notice from the Contractor of the existence of causes over which the Contractor has no control and which must delay furnishing of materials or the completion of the work, the Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials or the completion of the work, and in such case the Contractor shall become liable for liquidated damages for delays commencing from the date on which the extended period expires. 5. The Contractor further covenants and agrees that the entire construction will be done under the administration of and to the complete satisfaction of the Borough subject to the inspection at all times and approval by any regulatory agency, and in accordance with the laws of the State of Alaska and the Borough. 6. For purposes of this Contract, Contracting Officer means the Borough Manager, or any other person designated by the Borough Manager. 7. The Contractor is an independent contractor and not an employee or agent of the Borough. 8. Contract Documents shall have the meaning ascribed by the General Conditions of the Construction Contract which can be found at Projects Office J 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) Request for Proposals Issued November 21, 2025. (2) Taylor Fire Protection Proposal Updated December 2, 2025. IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. KODIAK ISLAND BOROUGH A,t-�- Si aNluur'e' o, f�pBorou�g/h� Manager / Printed Name lei osc2S Clerk (Attest) D 0 CONTRACTOR Company Name -r Signature of Authorized Representative Printed Name of Authorized Representative 42,111 Date Kodiak Island Borough ENGINEERING & FACILITIES DEPT. 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9349 Fax (907) 486-9394 E-mail: Callen@kodiakak.us Date: November 20, 2025 Kodiak Island Borough Request For Proposals Project: Port Lions School Fire Alarm Panel Replacement Dear Contractor, The Kodiak Island Borough is soliciting proposals from qualified contractors to provide a complete replacement of the fire alarm system at Port Lions School, located in Port Lions, Alaska. This project has been designated a life -safety priority, and timely completion is essential. The selected contractor will be responsible for delivering a fully operational, code -compliant system, including design, demolition, installation, testing, permitting, and securing final approval from the State of Alaska. Proposal Due Date: Proposals are requested by November 26, 2025, at noon. Due to the urgency of this life -safety issue. Early submission is encouraged. Project Location: Port Lions School in Port Lions, Alaska. This is a remote region accessible via plane or ferry. Site drawings have been combined and provided at the following location: • 00-88 Gym & Voc Ed Addition.pdf • 87 Port Lions School.pdf Scope of Work: The contractor shall provide all labor, materials, equipment, engineering, and services necessary to complete a full in-kind replacement of the school's fire alarm system. The scope of work includes, but is not limited to, the following: Design and Engineering • Provide complete fire alarm system design drawings stamped by a licensed engineer (if required by the AHJ or State of Alaska). • Conduct onsite verification of existing devices, wiring pathways, and circuit configurations. • Ensure all components and devices are compatible with the new fire alarm control panel (FACP). • Prepare battery calculations, sequence of operations, and riser diagrams. Demolition and Removal • Disconnect, remove, and dispose of the existing fire alarm control panel, batteries, annunciators, and associated obsolete equipment. • Remove or replace devices and wiring found to be nonfunctional or noncompliant with current codes. Request for Proposal Dated November 21, 2025 Page 1 of 1 Installation: • Furnish and install a new fire alarm control panel, remote annunciators, power supplies, and required batteries. • Install new initiating and notification devices as needed to meet code and match the current system's layout. • Perform wiring or conduit replacement where existing infrastructure is inadequate. • Label all circuits, panels, and devices per currently adopted applicable building, mechanical, and fire codes in Alaska. • Ensure system meets ADA and accessibility requirements. Integration and Programming: • Program the system in accordance with currently adopted applicable building, mechanical, and fire codes in Alaska, including sequences of operation and supervisory/trouble conditions. • Integrate with existing systems including, but not limited to: o HVAC shutdown o Fire doors and hold -opens o Sprinkler systems o Security or emergency communication systems (if applicable) Testing, Commissioning, and Acceptance: • Conduct 100% functional testing of all devices and system components. • Perform audibility and intelligibility testing per applicable standards. • Prepare full documentation of test results. • Coordinate with the Authority Having Jurisdiction (AHJ) to obtain final State of Alaska acceptance. • Provide punch -list corrections as required. Training and Closeout Documentation: • Provide onsite training for school and district maintenance staff. • Provide final closeout materials including: o As -built drawings o Operation and maintenance manuals o Final programming files o Warranty documentation o Inspection and test reports Warranty: • Provide a minimum one-year warranty on labor, materials, and system performance. Contractor Requirements: • All onsite personnel must pass a background check and be cleared to work around children if work occurs during the school year. • Contractor must comply with all school district safety requirements and maintain a clean and safe work area. • Contractor must be licensed, bonded, and insured as required by Alaska State law. Lodging and Travel- The following lodging options are available: Option 1 — School Lodging (No Cost) • Use of the school gymnasium for sleeping accommodations. • Access to school shower facilities. • Available only if work occurs during Christmas break. Option 2 — Port Lions Lodge (Paid by the Contractor) • Lodge provided by the Native Village of Port Lions. • Cost: $225 per person, per day, including meals. The contractor shall indicate preferred lodging in their proposal Request for Proposal Dated November 21, 2025 Page 2 of 3 Proposal Submission Requirements- Proposals should include, at minimum: 1. Project approach and work plan 2. Schedule including estimated mobilization and completion timelines 3. Detailed cost proposal (materials, labor, travel, lodging, and any optional costs) 4. Proposed team members and qualifications 5. Proof of licensure, bonding, and insurance 6. Identification of any exceptions or clarifications to the scope Proposals will be accepted until 12:00 pm local time on November 26, 2025. Proposals will be accepted via email at efproiects(a-_)kodaikak.us, fax, mail, or in person at 710 Mill Bay Rd, Kodiak, AK, 99615. Fax number: 907-486-9347. All bidders are encouraged to visit the site and view existing conditions before submitting proposals. The following items must be included within your proposal: 1. Copy of current Alaska Contractor License. 2. Copy of current Alaska Business License. The Kodiak Island Borough reserves the right to waive any irregularities or informalities in a proposal, to reject any and all proposals without cause, and to re -solicit for proposals. The current minimum prevailing wage rates as published by the Alaska Department of Labor must be paid if required by law. The requirement of the Alaska Employment Preference Act (AS 36.10) must be met in performing the work of this Proposal. Certified payrolls must be submitted to the Alaska Department of Labor. Respectfully, Codi Allen I Project Manager Kodiak Island Borough 710 Mill Bay Road I Kodiak, AK 99615 O: 907-486-9349 Email: callen(cD-kodiakak.us Request for Proposal Dated November 21, 2025 Page 3 of 3 ��� �_ o F9rm Prohctton s.rvic�s u�c. 5887 E. Blue Lupine Dr, Palmer, AK 99611 Quote 223567 REV 2 December 2, 2025 Codi Allen Kodiak Island Borough Kodiak, AK 99615 Attn: Codi Re: Port Lions School Dear Codi, Taylor Fire Protection Services is pleased to provide this quote for removal and replacement of the fire alarm signaling system for Port Lions School. This quote includes all devices designated in the bill of materials of the approved drawings that are needed for the fire alarm system, engineering & design, permitting, installation, programming, and final commissioning. Taylor Fire Protection Services will provide services as outlined in "Attachment A - Proposal & Quotation" for the system to be installed at the above referenced facility. If you would like us to proceed with the project as outlined in this quotation, please complete "Attachment B - Notice to Proceed" and return to Taylor Fire Protection Services. On behalf of Taylor Fire Protection Services, I would like to thank you for the opportunity to present this proposal and look forward to collaborating with you on this project. If you have any questions, please contact me at 907-373-1760 or Sebastian@taylorfire.com. Sincerely, Sebastian Gardino Project Manager Sebastian@taylorfire.com 907-373-1760 Taylor Fire Protection Services, LLC. 5887 E Blue Lupine Dr. Palmer, AK 99645 Page 1 of 3 Office: 907-373-1760 Fax: 907-373-5760 www.taylorfire.com 7T�� �_ o Filr4a Prohctton s.rvic�s ILLC. 5887 E. Blue Lupine Dr, Palmer, AK 99611 Attachment A Proposal & Quotation SECTION 1.0 - BASIS This quotation is based on documents provided: 87 Port Lions School.pdf, 00-88 Gym & Voc Ed Addition.pdf, Port Lions Fire Alarm RFP.pdf, and annual inspections done by Taylor Fire Protection SECTION 2.0 - SCOPE OF WORK Taylor Fire Protection will provide: 1. Provide Notifier 320 FACU and associated initiation and notification devices. 2. Provide design and permitting of fire alarm signaling system that meet the requirements of IFC, NFPA 72 and other applicable codes. 3. Demolition of existing fire alarm system. 4. Installation of all conduit and wiring. 5. Installation of fire alarm panel, booster panels, digital voice panel(s) and annunciator panel(s), initiation and notification devices. 6. Programming and testing of fire alarm system. 7. Hard and electronic copies of fire alarm program and record of completion. SECTION 3.0 - PRICE Full breakout in attached narrative Total -$169,292 SECTION 4.0 - EXCLUSIONS This quotation does not include the following: 1) Any work not specifically outlined in this quotation. 2) Re -designs due to changes required by end-user. 3) Painting or patching. 4) Any additional work required by the Fire Marshall or other approving agencies. 5) Delays due to weather or others will be billed out at $195 an hour. SECTION 6.0 PERFORMANCE GUIDELINES Schedule Taylor Fire Protection Services will begin design within two weeks of receiving the signed "Attachment B - Notice to Proceed" or receipt of a PO. After design Taylor Fire Protection Services will submit drawing sets to you for approval. The sequence and timelines for Taylor Fire Protection Services supplied items are listed below. Item Time for Completion System Design 2 Weeks Fire Marshal Review 2 Weeks Equipment Delivery 3-4 Weeks System Install and Programming -3 weeks System Checkout and Certification Report 6 Days after completing programming As Built (after receipt of "Redlines") 2 Weeks Taylor Fire Protection Services, LLC. 5887 E Blue Lupine Dr. Palmer, AK 99645 Attachment B Page 2 of 3 Office: 907-373-1760 Fax: 907-373-5760 www.taylorfire.com 5887 E. Blue Lupine Dr, Palmer, AK 99611 Notice to Proceed I hereby authorize Taylor Fire Protection Services to proceed with the services detailed in for Q223567 Cost for this project: $169,292 Terms & Conditions If this quotation is accepted, you will be invoiced 40% initially, 50% upon completion of acceptance testing, and 10% upon delivery of final documentation. All payments will be due within 30 days of the invoice date. A past due account will be subject to a finance charge of 1.5% per month or the maximum allowed by law and may result in the suspension of work on the project by Taylor Fire Protection Services if the invoice payment is delayed beyond 60 days. These terms are pending approval of credit. All prices are fixed for 30 days. Kodiak Island Borough Company JJw- I,& - Si ature Aimee Williams Name Borough Manager Title Iel DEQ? -5 Date Taylor Fire Protection Services, LLC. 5887 E Blue Lupine Dr. Palmer, AK 99645 Page 3 of 3 Taylor Fire Protection Services, LLC. Company Signature Sebastian Gardino Name Projects Division Manager Title 11/26 Date Office: 907-373-1760 Fax: 907-373-5760 www.taylorfire.com 1. Project Approach and Work Plan Taylor Fire Protection Services (IFPS) will complete the fire alarm system upgrade using a structured, phased approach designed to minimize disruption by performing all intrusive work during nighttime hours. The work plan includes design, permitting, procurement, demolition, installation, and commissioning. a. Design & Permitting (4 Weeks) TFPS will prepare fire alarm design documents in accordance with NFPA 72 (2019), IFC (State of Alaska adoption), and Local AHJ requirements. Drawings, sequence of operations, calculations, and submittals will be developed and submitted for permit review. TFPS will manage the permitting process through the authority having jurisdiction, including responses to comments and revisions as required. b. Mobilization & Material Procurement (3-4 Weeks Following Permit Approval) After permit approval, TFPS will procure all devices, panels, modules, conduit, cable, and accessories. Alaska shipping logistics require a 3-4 week window to ensure all long -lead items arrive prior to field mobilization. • Pre -construction coordination will occur during this phase, including scheduling night -shift access, staging areas, safety planning, and system transition strategies. c. Demolition & Installation (Approximately 2 Weeks) All demo and installation will occur at night to avoid interruptions to building operations. • Demolition will be performed in a controlled manner to maintain life -safety coverage. • New devices—including smoke detectors, heat detectors, pull stations, strobes, speaker -strobes, beam detectors, duct detectors, modules, and panel equipment— will be installed per approved design and code requirements. • Daily progress summaries will be provided each morning to the Owner. d. System Startup, Testing & Commissioning (Approximately 1 Week) • TFPS will complete programming, device mapping, network verification, audio intelligibility testing (if applicable), and end-to-end sequence testing. • Coordination with the AHJ for final acceptance testing will be included. • As -built drawings, device logs, test reports, and O&M binders will be delivered at project closeout. 2. Schedule (Estimated Timeline) Phase Duration Notes Design &Permitting 4 weeks Includes development, submittals, and AHJ review Procurement & Mobilization 3-4 weeks Begins after permit approval Demolition & Installation -2 weeks Night work, phased Startup, Testing & Acceptance -1 week Commissioning and AHJ testing Total Duration until substantial 10-11 completion weeks NTP to final acceptance testing Acceptance Report and As-builts 3 weeks This is the closeout documentation 3. Detailed Cost Proposal (Values below will be replaced with the actual amounts from your Excel workbook.) Cost Category Amount FA Materials $23,262 Labor $23,505 Travel / lodging $2,925 Design / Permit $5,600 Cost Category Amount Electrical Sub $114,000 Total Project Cost $169,292 4. Proposed Team Members & Qualifications • Project Manager - NICET III Fire Alarm • Lead Technician - NICET II/III • Programmer/ Commissioning Specialist- NICET II Full certifications can be included upon request. 5. Licensure, Bonding, and Insurance (Included as Attachments) • See attached 6. Exceptions or Clarifications • Proposal assumes night -shift access to all required areas. • Any concealed conditions (blocked conduits, damaged wiring, inaccessible spaces) may result in additional scope. • AHJ comments during permitting may require modifications to the design or device count. • Temporary impairment procedures will be coordinated with the Owner for any required system outages. • Schedule is dependent on timely permit approvals and availability of building access. Vol. FY2026, No. 12 Kodiak Island Borough Assembly Newsletter December 19, 2025 At Its Regular Meeting Of December 18, 2025, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, January 15, 2026, At 6:30 p.m. In The Borough Assembly Chambers. ADOPTED Ordinance No. FY2026-13, Accepting And Appropriating Funds From The 2020 Alaska Pacific Cod Federal Fishery Disaster Relief Distribution ADOPTED Ordinance No. FY2026-14, Accepting And Appropriating Funds From The 2021 Chignik Salmon Federal Fishery Disaster Relief Distribution POSTPONED The Contract No. FY2026-25 For The Landfill Scale Shack Platform Replacement With CCI Industrial Services, LLC To The Next Regular Meeting Of The Assembly On January 15, 2026 AUTHORIZED The Borough Manager To Execute Contract No. FY2026-42, Port Lions School Emergency Fire Alarm Panel Replacement With Taylor Fire Protection In The Amount Of $169,292 AUTHORIZED The Borough Manager To Execute Contract No. FY2026-43, Borough Building Automation Services Agreement With Long Building Technologies AUTHORIZED The Borough Manager To Execute Contract No. FY2026-44, Kodiak Fisheries Research Center Long Building Technologies Building Automation Service Agreement ADVANCED Ordinance No. FY2026-16, Amending Kodiak Island Borough Code Chapter 5.01 Regarding Liquor Licenses To Clarify The Methods And Basis For Borough Protests For Issuance Of A New License, Renewal Of An Existing License, Transfer Of An Existing License, And Review Of The Continued Operation Of A License To Public Hearing At The Next Regular Meeting Of The Assembly CONFIRMED The Mayoral Appointments Of The Following: • Brian Himelbloom And Joseph Mauer For Terms To Expire December 31, 2028 On The Parks And Recreation Committee • Sara Fraser For A Term To Expire December 31, 2028 On The Planning And Zoning Commission Borough Seat • Alicia Flores, Judith Phillips, And Lawrence Van Daele To The At Large Seats For Terms To Expire December 31, 2028 On The Solid Waste Advisory Board And Assembly Appointments Of Randal Ensign And David Zimmerman For Terms To Expire December 31, 2028 On The Mission Lake Tidegate Service Area CONFIRMED The Assembly Appointment Of Mr. Blake Strain To The Womens Bay Service Area Board For A Term To Expire October 2028 View our website: T7 Visit our Facebook page: www.kodiakak.us www.facebook.com/KodiakislandBorough ACCEPTED, With Regret, The Resignation Of Mr. Nick Mangini From The Planning And Zoning Commission, City Seat, Effective December 17, 2025, DECLARED The Seat Vacant, And DIRECTED The Borough Clerk To Advertise The Vacancy In Accordance With Borough Code 2.100.070(D) ACCEPTED With Regret, The Resignation Of Mr. Victor Weaver From The Architectural And Engineering Review Board, Effective December 5, 2025, DECLARED The Seat Vacant, And DIRECTED The Borough Clerk To Advertise The Vacancy In Accordance With Borough Code 2.100.070(D) View our website: Visit our Facebook page: www.kodiakak.us www.facebook.com/KodiakislandBorough