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