Loading...
FY2025-43 Multi Facility Elevator Modernization with TK Elevator Corp.KIB Contracts Transmittal Form RETENTION SCHEDULE: CL -09 CONTRACTS Records related to obligations under contracts, leases, and other agreements between the Borough and outside parties, successful bids, and proposals. Active records are kept by the corresponding department. Apply retention (plus 4 years) once contract or agreement expires, or once product is procured. Apply retention (plus 25 years) for agreements that involve real property. Your Name* Patricia Valerio E-mail * pvalerio@kodiakak.us Does this record amend, extend, is a change order, or an addendum to an existing contract?* Yes No Contract Change Category* Change Order Contract Number* Type of contract* This is the number of the contract to be changed. If you don't know Contract the contract number, contact the clerk's office. FY2025-43 Approved By* Administrator Expiration or Review Date* If this contract needs to be renewed or reviewed prior to expiration, please choose the appropriate date: 9000-01-01 Provide details for any automatic renewals or extensions below I Does this contract involve real property?* Yes No Date of Change* 2026-01-23 Open Ended? If there's no expiration date or the contract is open-ended, set the date to 9000-01-01 and explain when it should be flagged for review: When project is complete. Purge Date 9004-01-01 Fiscal Year* The current fiscal year begins July 1 of the previous year and ends June 30 of the current year (i.e. FY2021 Start: 7/1/2020 - End: 6/30/2021) 2026 Your entry should read as 20XX, NOT FY20XX File Upload* Upload the Contract and Supporting Documents 20260116 Contract FY2025-43 CO 1 - Tariff Costs.pdf 468.18KB Are all relevant attachments, exhibits, referenced * Are the successful bids and proposals incorporated in the documents attached? attachments? Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9343 Fax (907) 486-9394 CHANGE ORDER FORM Contractor Name TK Elevator Corp. Contract No. FY2025-43 Change Order No. CO #1 Project Title Multi Facility Elevator Modernization Project No. KMS 24003 & PKIMC 24004 Funding No. of Contract Separate Project Costs: Financial Impact: KMS 24003 Original Project $239,976.00 Amount Proposed Change Order Amount Proposed Change $1,489.46 Order Amount New Total Contract Award Amount Percent (%) Change 0.62% of Contract New Total Project $241,465.46 Amount Total Contract Cost: Financial Impact PKIMC 24004 Original Project $437,828.45 Amount Proposed Change Order Amount Proposed Change $2,813.05 Order Amount New Total Contract Award Amount Percent (%) Change 0.64% of Contract New Total Project $440,641.50 Amount Financial Impact TOTAL CONTRACT Original Contract Award Amount $677,804.45 Proposed Change Order Amount $4,302.51 Percent % Change of Contract 0.63% New Total Contract Award Amount $682,106.96 Schedule Impact Original Final Completion Date Change Order will: 0 No Change ❑ Increase ❑Decrease The contract term by # Days New Final Completion Date Kodiak Island Borough Engineering & Facilities Department 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9343 Fax (907) 486-9394 Reason for Change Order: Tariff charges post shipping of materials. See attached contractor request for change order and break down of tariff costs Minus the OH&P Approval Signatures C�Yfitractor Re sentative 1/23/2026 Date ZS XL4 Date 23(� Date Date Ila Subcontract Change Order Request Date: 01/15/2026 PROJECT NUMBER: 284386 CONTRACT DATE: 3/28/2025 CHANGE ORDER NUMBER: 1 PROJECT NAME: KIB MULTI FACILITY ELEV MOD PROJECT ADDRESS: 710 MILL BAY ROAD KODIAK, AK, 99615-6340 CONTRACTOR NAME: Kodiak Island Borough , 710 Mill Bay Raod, Kodiak, AK 99615 CONTRACTOR ADDRESS: SUBCONTRACTOR NAME: TK ELEVATOR CORPORATION SUBCONTRACTOR ADDRESS: 2000 W International Airport Road, Unit D Anchorage, AK, 99502 This request for a formal Change Order is made for the above -referenced Contractor and specifically intends to modify and amend the work, price and/or terms set forth in above -referenced Subcontract as follows: This request for a formal Change Order is made for the above -referenced Contractor and specifically intends to modify and amend the work, price and/or terms set forth in above -referenced Subcontract as follows: An additional sum of $4,302.51 shall be added to the contract price in connection with import charges passed on to TK Elevator by its suppliers as a consequence of new and/or increased government -mandated tariffs. Kodiak Island Borough acknowledges and agrees to issue a formal, signed change order to TK Elevator covering this additional amount prior to release or procurement of any affected materials. This escalation applies solely to tariff -related increases. Total Amount of this Change Order to be added to the contract price: $4,302.51 In the event of any conflict between the work, price and/or terms and conditions of the above -referenced Subcontract or prior change orders thereto and this Change Order, this Change Order shall be final. Please sign two (2) copies of this Change Order and return two (2) copies to TK Elevator. A fully executed copy of this Change Order will be returned to you for your files. Signed Acceptance: By signing this Change Order where indicated below, the Contractor's signatory hereby acknowledges (a) that the Contractor agrees to all of the terms and conditions contained herein, (b) that the signatory has the authorization necessary to bind the Contractor to agreements of this nature, and (c) that this form is valid and binding notwithstanding any conflicts with procedures and/or forms required by the original Subcontract referenced above which are deemed to have been waived. This change order/notice scope of work requires the anticipated or current project schedule, and associated time frames, to be adjusted commensurate with the time necessary for the engineering, material procurement and additional labor. TK Elevator will provide a revised project schedule on expedited schedule change order/notice scope of work to the purchaser upon request. Subcontractor: TK Elevator Corporation C� �C� I/L Ezra Schulz Title: Mod Superintendent III Contractor: Kodiak Island Borough By Aimee Williams T* Borough Man get Nova M. Javier, Borough Clerk Attest v I & fAW 225 Date i(PIK- Date Tariff Cost Detail 1of1 MM Hydraulic Tariff Cost Breakdown Unit Designations FHJ585 FHJ586 FHJ587 Hydro Totals # of Units 1 PKIMC 1PKIMC 1 KMS Tarriff Charge $ 1,537.37 $ 1,275.68 $ 1,489.46 $ 4,302.51 RO°/6-OH&f' $ 155-3..-74- $ -127-.5-7- $ 1-48.95- $ - 430..-255- Total $ 1,691.11 $ 1,403.25 $ 1,638.41 $ 4,732.76 Section Tariff Application OM Cabin $ 377.19 $ 312.98 $ 365.43 $ 1,055.61 Controllers $ 253.54 $ 210.38 $ 245.64 $ 709.56 Electrical Components $ 237.92 $ 197.42 $ 230.51 $ 665.85 Hoistway Components $ 91.59 $ 76.00 $ 88.73 $ 256.32 Hydro/Traction Components $ 660.35 $ 547.94 $ 639.77 $ 1,848.07 Other Components $ 70.52 $ 58.52 $ 68.32 $ 197.36 Totals $ 1,691.11 $ 1,403.25 $ 1,638.41 $ 4,732.76 1of1 MM KODIAK ISLAND BOROUGH REQUEST FOR PROPOSALS Multi Facility Elevator Modernization KMS 24003 & PKIMC 24004 Contract FY2025-43 January 6, 2025 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907) 486-9341 TABLE OF CONTENTS REQUESTFOR PROPOSALS...................................................................................................... 3 REGISTRATION FORM............................................................................................................... 4 Introduction............................................................................................................................... 5 ImportantDates......................................................................................................................... 5 Scopeof Work.......................................................................................................................... 5 Proposal Documentation........................................................................................................... 7 Submittalinformation............................................................................................................... 8 Evaluation and Selection........................................................................................................... 9 Contract................................................................................................................................... 10 BondingRequrements............................................................................................................. 11 Insurance Requrements........................................................................................................... 11 Other Administrative Information.......................................................................................... 11 ATTACHMENT A — PROPOSAL COVER PAGE..................................................................... 14 ATTACHMENT B — PRICE AND BID SCHEDULE................................................................. 15 ATTACHMENT C - AGREEMENT........................................................................................... 16 CorporateAcknowledgement................................................................................................. 19 Labor and Material Payment Bond......................................................................................... 20 PaymentBond......................................................................................................................... 22 PerformanceBond.................................................................................................................. 23 ATTACHMENT D — CLOSING DOCUMENTS........................................................................ 24 Contractor Certificate of Substantial Completion................................................................... 24 ContractRelease..................................................................................................................... 25 REQUEST FOR PROPOSALS [Invitation] Multi Facility Elevator Modernization Proposals will be received until 2:00 pm (local time) on February 4, 2025, by the Kodiak Island Borough (Borough) for Multi Facility Elevator Modernization. Request for Proposal documents are available electronically through our website: www.kodiakak.us. Interested Proposers should complete the online Registration Form when obtaining the Request for Proposal documents from the borough's website, or provide the name, email address, and phone number of the Proposer's representative to the above-named contact. Registration ensures that all interested Proposers receive any addenda or other important updates to this Request for Proposals. Contact information for questions regarding this request for proposals: David Conrad, Director Codi Allen, Project Manager Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9341 Fax: (907) 486-9394 EFproj ects(c�r�,kodiakak.us Proposals will be received until the date and time stated above by delivery in a sealed proposal package in the format requested. Proposals received after the time stated above will be returned unopened. Submit Proposals to: Office of Finance Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Envelopes must be clearly marked: Multi Facility Elevator Modernization. The Kodiak Island Borough reserves the right to reject or accept any or all proposals, to waive irregularities or informalities in the proposals, to cancel the procurement at any time prior to contract signing, and to give particular attention to the qualifications of the proposer. Aimee Williams, Borough Manager January 6, 2025 Publish: Kodiak Daily Mirror January 8, 13, & 20, 2025 IMPORTANT REGISTRATION FORM MANDATORY In order to receive addenda and any other information which may impact or alter the specifics of this Request for Proposals, please fill out the contact information below and return to the Kodiak Island Borough. ONLY REGISTERED PARTIES WILL RECEIVE NOTIFICATIONS. Contact Information Name of Company: TK Elevator Contact Name: Clay Hotchkiss Street Address: 2000 W. International Airport Road, Suite D6 City, State, Zip: Anchorage, AK 99502 Phone Number: 907-522-3002 Fax Number: Email: liz.osorio@tkelevator.com clay.hotchkiss@tkelevator.com Return this form via fax, email, regular mail, or hand delivered to the following location: Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9341 Fax: (907) 486-9394 Email: EFprojects@kodiakak.us INTRODUCTION The Kodiak Island Borough (Borough) is requesting proposals from qualified contractors for elevators modernizations at the Providence Kodiak Island Medical Center (PKIMC) and the Kodiak Middle School (KMS). Registration required. All Proposers must register prior to submitting proposals. Proposals from unregistered respondents will not be accepted. A. Pre -Proposal Meeting: A mandatory preproposal meeting will be held on January 21, 2025, at 10:00am, to start at PKIMC, 1915 E. Rezanof Dr., Kodiak, AK 99615, once walk around complete at PKIMC, then move to KMS at 722 Mill Bay Road, Kodiak, AK 99615 (Meet at Maintenance Shop). providing an opportunity for Proposers to ask questions about the project. B. For questions and clarifications regarding this Request for Proposals, Engineering Projects Office, Kodiak Island Borough, 710 Mill Bay Road, Kodiak, Alaska 99615, telephone 907-486-9341 or email EFprojects(c-r�,kodiakak.us until the question deadline of 2:OOpm local time, January 24, 2025. Individual responses will not be provided, all questions and responses will be released as an addendum. IMPORTANT DATES The following timeline shall apply: Issue Date: Pre -proposal Meeting: Questions Deadline: Proposal Deadline: Proposal Evaluations: Interviews/Negotiations: Notice of Intent to Award: Protest Period: Anticipated Contract Approval: January 6, 2025 January 21, 2025, at 10:00 AM January 24, 2025, at 2:00 PM February 4, 2025 Week of February 10, 2025 Week of February 10, 2025 February 18, 2025 February 18 — 28, 2025 March 6, 2025 The Kodiak Island Borough reserves the right to modify or extend this timeline. SCOPE OF WORK A. Introduction. The Borough desires to contract with an Elevator Modernization Contractor to perform elevator modernization in accordance with State of Alaska Elevator regulations and Elevator Code requirements (ASME A17.1). B. Background. The Kodiak Island Borough owns two facilities with elevators that need modification. The first is the Providence Kodiak Island Medical Center (PKIMC) and the second is the Kodiak Middle School (KMS). To align with the goal of standardizing equipment, controls, and related systems, these efforts will be treated as two distinct projects but managed under a single overarching contract. This unified approach aims to ensure the use of similar equipment and controls across both locations. To ensure clarity and transparency, all schedules of values, billing, and proposals must explicitly delineate the two locations. Each proposal should break down costs, labor, and/or materials separately for each site, reflecting the distinct scope of work at each location. Similarly, the schedule of values should itemize these details per location, ensuring accurate billing and ease of tracking expenses and schedules associated with each site. Both modernizations can occur simultaneously; however, if they are to be completed sequentially, PKIMC is priority one and KMS is priority two. Both modernizations must be completed under the same contract timeline (see Section D. Time to Complete Project). PKIMC has a 1995 dual shaft Dover hydraulic elevator system with two cars. The elevators have been having increasing technical and mechanical difficulties which has been causing a risk to the patients and care takers at the hospital. KMS has a 1984 single shaft Otis hydraulic elevator. The elevator is antiquated and has had many issues with normal operations. C. Scope of the Project. The successful Proposer shall be required to furnish all equipment, machinery, transportation, and other implements necessary to execute the contract. Proposer's Proposal should include an outline of the type of equipment, which the Proposer intends to use to ensure Proposer has sufficient equipment and supplies for the provision of services contemplated in this request for proposals. The Proposer should propose a plan as to how the modernization services and any suggested and/or maintenance services will be performed. The plan should include the number of personnel, which will be used to execute the services and when the services will be performed, and estimated time to complete each service. The Proposer is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract must be approved by the Borough. In the event Proposer plans to subcontract any portion of the work, Proposer shall indicate in its plan the identity of the subcontractor(s) and the role of said subcontractor(s). The Borough is seeking a qualified and experienced individual or firm to: PKIMC Modernize the elevator and all associated components in accordance with the State of Alaska Codes and Elevator Regulations (ASME A17.1) as well as provide special focus on: • Add a sump pump and drain to elevator pit. • Add fourplex GFCI outlets on either side of the elevator pit. • Clean out the elevator pit of spilt hydraulic fluid. *One shaft must always remain operational while modernization is underway. KHS Modernize the elevator and all associated components in accordance with the State of Alaska Codes and Elevator Regulations (ASME A17.1), as well as provide special focus on: • Replacing the door actuator. • Adding lighting above the car. • Adding a sprinkler head and associated piping below the elevator car. • Adding a GFCI outlet in the elevator pit. D. Time to Complete Project. The Kodiak Island Borough is expecting 11 or 12 weeks from start of work to completion of modernization. The Proposer shall complete Attachment B, Price and Schedule, which will outline the proposed timeline for each elevator modernization and a total anticipated downtime. Proposer's schedule should be outlined in -accordance -with Attachment B and reflect a downtime for the modernization at both locations, separately. This schedule should consider the need for one shaft always remaining operational while modernization is underway at the PKIMC location. E. Exhibits. The following exhibits are attached to this solicitation: • Exhibit A - PKIMC Elevator Drawings Exhibit B - KMS Drawings PROPOSAL DOCUMENTATION Proposal Cover Page Signed by a person authorized to bind the respondent. Cover Letter 1 -page suggested maximum Response to Criteria 5 pages suggested maximum Qualifications of Proposer 1 -2 -page suggested maximum Price Proposal Per instructions A. Proposal Cover Page Fill and sign Attachment A, Proposal Cover Page provided and include it in the front of the proposal package. B. Cover Letter In the cover letter, the respondent should: 1. State its understanding of the services to be performed. 2. Explain why the respondent firm is the best qualified to provide those services, Including a description of the Proposer's business activities, and a description of the Proposer's business qualifications, 3. State why the respondent firm is most likely to help the Kodiak Island Borough achieve the goals outlined in the Project Scope of Work portion of this Request for Proposals; and, 4. Provide the name and contact information of the individual who is authorized to make representations and commitments on behalf of the respondent. C. Response to Criteria The narrative response to the Selection Criteria should specifically and accurately address each criterion in the order listed in this proposal. The proposal should reflect the distinct scope of work at each location. Project and individual experience must be verifiable by listed references. It is the responsibility of the Proposer to make certain that contact information is current. Content should include: 1. A summary description of the key components that will be included in the modernization of the elevators based on location. 2. The proposed methodology for addressing the scope of this RFP based on location. 3. A description of any intended use of subcontractors, 4. A description of experience with similar projects, particularly in the public sector in Alaska, and 5. Reference contact information of at least two but no more than four other organizations for work performed on similar projects. D. Qualifications of Proposer The Proposer shall state their qualifications as a professional Elevator Modernization Contractor, by completing and submitting proof of qualifications, licensure, etc. in accordance with the State of Alaska Codes and Elevator Regulations (ASME A17.1). If any services are expected to be subcontracted, the Proposer shall also provide all the above information for the subcontractor(s). E. Price Proposal The proposal should break down costs, labor, and/or materials separately for each site, reflecting the distinct scope of work at each location. The price proposal information shall be included as a separate document clearly marked within the proposal. Lumpsum pricing will be used in the evaluation and selection process in accordance with the evaluation criteria and should be outlined in -accordance -with Attachment B, Price and Schedule, and reflect a lump sum cost for the modernization at both locations, separately. Minimum Prevailing Wage Rates and Title 36 Public Contracts Follows the requirements of AS 36.05.070 and AS 36.05.080, the following provisions are included where applicable. See attached Links: http://labor.state.ak.us/lss/pamp600.htm & h!W:Hlabor.alaska.gov/lss/forms/Pam400.pdf Proposal contents, including price, shall be valid for a period of 90 days from the submission deadline. SUBMITTAL INFORMATION To be considered, respondents must deliver proposals to the address stated herein on or before the deadline. A. Submittal Deadline. Proposals will be accepted until February 4, 2025, 2:00 local time. B. Submittal Address. Hand Delivery, Courier, or U.S. Mail: Proposals shall arrive in a sealed envelope or box including one original and a USB drive with a digital copy, and clearly addressed as follows: Kodiak Island Borough Attn: Finance Department 710 Mill Bay Road Kodiak, Alaska 99615 RE: Sealed Proposal, Multi Facility Elevator Modernization Respondents should allow adequate time for mailing or special delivery of proposals. Kodiak is considered a remote location and, as such, mail and special deliveries by couriers such as UPS or FedEx are commonly delayed beyond the advertised guaranteed arrival of carriers and couriers due to local weather and flight schedules. C. Submittal Amendment and Withdrawal. After depositing a proposal, a Proposer may withdraw, modify, or correct that proposal providing that the designated representative of the Borough receives the request for such withdrawal, modification, or correction before the time set for the submittal deadline. The original proposal, as modified by such written communication, will be considered as the proposal. No changes may be submitted after the deadline unless specifically requested by the Borough. Any proposal not so timely withdrawn shall constitute an irrevocable offer, for a period of 90 days to sell to the Kodiak Island Borough the services described in the attached specifications, or until one or more of the proposals have been approved by the Kodiak Island Borough, whichever occurs first. PROPOSALS OR MODIFICATIONS THAT DO NOT ADHERE TO THE ABOVE INSTRUCTIONS WILL NOT BE ACCEPTED OR OPENED FOR EVALUATION. EVALUATION AND SELECTION Selection of a proposal and execution of any agreement for services will be accomplished in accordance with the Kodiak Island Borough policies and procedures. Proposal contents will remain confidential until a contract is awarded, subject to subsection F of this section permitting limited release of the successful proposal after a Notice of Intent to Award. The Borough will select an individual or firm to provide the services requested according to the following: A. Minimum Qualifications. To be considered for selection, Proposers must meet at least the following minimum qualifications: Alaskan Business License and associated licenses to perform the work (i.e. Elevator Contractor licensure in accordance with the State of Alaska Codes and Elevator Regulations ASME A17.1). A Proposer's failure to meet these minimum requirements shall cause their proposal to be considered non-responsive and their proposal eliminated from further consideration. B. Criteria. Proposals will be evaluated on the following criteria: CRITERIA POSSIBLE POINTS Qualifications 10 Methodology 20 Schedule 30 Price 40 Total Possible 100 points C. Method. Proposals will be reviewed and evaluated by a committee comprised of Borough staff members whose positions include the proper knowledge to evaluate the criteria and the Architectural and Engineering Review Board (ARB) D. Preliminary Selection. Based upon an evaluation of the above criteria, the Borough may select a short list of up to three (3) individuals or firms for a more in-depth evaluation, reference checks and possible interviews. The Borough reserves the right to use interviews for negotiations to clarify and assure full understanding of the requirements of the request for proposals and to obtain last and best offers as permitted in KIBC 3.30.110(E) E. Final Selection. The Borough Staff and ARB will select the preferred individual or firm by considering any factors it deems necessary and proper for best value, including price, quality of service, responsiveness to this Request for Proposals, and the general reputation and experience of the respondents. The selected individual's or firm's proposal will be presented to the Borough Assembly for award. The Borough reserves the right to cancel the procurement without liability to any proposer, other than return of any proposal security, at any time before the Agreement has been signed by all parties, including the Borough. F. Notice of Intent to Award. A notice of intent to award will be sent to each Proposer, notifying them of the recommended selection. After a notice of intent to award has been made a Proposer may receive, on written request, the summary rating for their proposal. The proposal recommended for award, and the summary rating for that proposal, will be made available to the public on the Assembly Meeting Agenda for the date it is to be awarded (www.kodiakak.us). may be made available on written request after a contract has been entered into. Information identified in a proposal as confidential proprietary information will be redacted prior to release of that proposal and will not be released. G. Protest. Any Proposer may protest the selection by filing a written protest with the Borough Manager within ten (10) calendar days of the issuance of the notice of intent to award. A protest must identify a material defect in the procurement process. Disagreement with the ratings is not a sufficient basis for a protest. Failure to file a timely protest waives the opportunity to protest an award. If a timely protest is filed, the administrative review process will begin, and a final administrative decision will occur within thirty (30) working days of the receipt of protest. CONTRACT The contract shall be awarded by the Manager or Assembly, as applicable under the Borough Code, based upon the Borough's standard professional services contract form (Attachment C), to the individual or firm which, in the Borough's sole judgment, is best suited to perform the services required. If a protest has been filed, the contract award may be postponed until the protest is resolved. If the time for protest has not yet expired, the contract may be awarded conditioned on either no timely protests or resolution of any protests in a manner which allows the award to stand. Before execution of a contract, the successful Proposer must have a current State of Alaska business license; and must be in good standing in terms of all taxes, fees, and monies due to the Borough. BONDING REQUREMENTS Throughout the term of the Contract, the selected respondent shall maintain in force at their own expense, and provide to the Borough evidence of bonding as follows: • LABOR AND MATERIAL PAYMENT BOND • PAYMENT BOND • PERFORMANCE BOND INSURANCE REQUREMENTS Throughout the term of the Contract, the selected respondent and/or any and all subcontractors retained by the respondent shall maintain in force at their own expense, and provide to the Borough evidence of insurance as follows: Workers' Compensation: As required by AS 23.30.045, for all employees of the Consultant engaged in work under this Contract. The Consultant shall be responsible for Worker's Compensation Insurance for any subconsultant who performs work under this Contract. The coverage shall include: Employer's Liability Protection at $1,000,000 each accident/each employee and a $1,000,000 policy limit. Commercial General Liability: On an occurrence policy form covering all operations with combined single limits not less than: 1. $2,000,000 Each Occurrence; 2. $2,000,000 Personal Injury; 3. $2,000,000 General Aggregate; and 4. $2,000,000 Products -Completed Operations Aggregate. Automobile Liability: Covering all vehicles used in Contract work, with combined single limits not less than: $1,000,000 each occurrence. (If applicable) Professional Liability. The proposer, at his own cost and expense, shall affect and maintain at all times during the life of the Contract with combined single limits not less than: 1. $1,000,000 each occurrence. OTHER ADMINISTRATIVE INFORMATION A. Contact Person Any information required or questions regarding this RFP should be addressed to: David Conrad, Director, and Codi Allen, Projects Manager, and Patricia Valerio, Projects Assistant Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6398 Phone: (907) 486-9341 Fax: (907) 486-9394 Email: EFprojectskkodiakak.us B. Deadline for Receipt of Proposals Proposals may be mailed, or hand delivered and must be physically received by KIB no later than 2:00 pm prevailing time (AK), February 4. 2025. Faxed or emailed proposals are not acceptable, except for modifications to proposals. Proposals received after the above proposal submission deadline will not be considered and will be returned. C. Proposers' Review and Substantive Questions Proposers should carefully review this RFP for errors, questionable or objectionable materials and items requiring clarification. Proposers shall put comments and/or questions in writing and submit them to the contact persons noted above. Please submit questions by January 24, 2025, at 2:00 pm prevailing time (AK). This will allow time for an addendum to the RFP to be issued, if required, to all recipients of the RFP. D. Solicitation Amendments and Cancellation The Kodiak Island Borough reserves the right to amend or cancel this solicitation, without penalty, at its sole discretion. a. KIB reserves the right to issue written addenda, to revise or clarify the RFP, respond to questions, and/or extend or shorten the due date of proposals. b. KIB retains the right to cancel the procurement and the RFP process at any time up until a contract is signed by all parties, including the Borough, if it is in the KIB's best interest to do so. KIB shall not be responsible for costs incurred by proposers for proposal preparation. E. Right to Reject Proposals The Kodiak Island Borough reserves the right to reject any or all proposals and to waive any informality or technicality in the interest of the Borough. a. The KIB reserves the right to request clarification of information submitted, and to request additional information on any proposal. b. The KIB may award a contract on the basis only of written proposals received, without requesting clarification, discussions, or a best and final offer. Therefore, each proposal shall contain the Proposer's best terms from cost/price and technical standpoints. F. Disqualification Factors such as, but not limited to, the following may disqualify a proposal without further consideration: a. Evidence of collusion among respondents. b. Any attempt to improperly influence any member of staff or Assembly. c. A respondent's default under any type of agreement, which resulted in the termination of that agreement. d. Existence of any unresolved litigation between the respondent and the KIB. G. Proposal Withdrawal and Correction A proposal may be corrected or withdrawn by a written request received prior to the deadline for receipt of proposals. H. Retention of Proposals All proposals and other material submitted become KIB property and may be returned only at KIB's option. I. Cost of Proposal Preparation The Borough shall not be responsible for proposal preparation costs, nor for costs including attorney fees associated with any (administrative, judicial, or otherwise) challenge to or protest of the award of contract and/or rejection of proposal. By submitting a proposal each Proposer agrees to be bound in this respect and waives all claims to such costs and fees. J. Delivery of Proposals KIB assumes no responsibility or liability for the transmission, delay, or delivery of proposals by either public or private carriers. K. Compliance with Laws The proposer shall observe and abide by all applicable laws, regulations, ordinances and other rules of the State of Alaska and/or any political subdivisions thereof, or any other duly constituted public authority wherein work is done, or services performed, and further agrees to indemnify and save the Borough harmless from any and all liability or penalty which may be imposed or asserted by reason of the Contractor's failure or alleged failure to observe and abide thereby. L. Media Announcements Any and all media announcements pertaining to this solicitation require prior written approval by the Borough Manager. M. Acceptance of Conditions Submission of a proposal indicates acceptance by the individual or firm of the conditions contained in this Request for Proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Kodiak Island Borough and the individual or firm selected. N. Binding Contract This solicitation does not obligate KIB or the selected proposer until a contract is signed and approved by all parties. O. Disposition of Proposals All materials submitted in response to this RFP become the property of the Borough. One copy shall of the submitted material shall be retained for the official files and will become public record after award of the contract. Should a Proposer claim that a Proposal contains confidential proprietary information the proposer shall identify any such information at submission of Proposal and request that it be held as confidential or returned. The Borough is not responsible for release of proprietary information not identified by the Proposer. ADDENDUM1 KODIAK ISLAND BOROUGH Multi Facility Elevator Modernizations Kodiak, AK January 15, 2024 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: Would it be possible to move the mandatory walk-through to Wednesday January 22? RESPONSE 1: Yes, due to consideration of the holiday on Monday January 20th and the available flight times. Mandatory Pre -Proposal Meeting Date & Time Change: January 22, 2025, at 9:00am starting at PKIMC, 1915 E. Rezanof Dr., Kodiak, AK, 99615 END OF ADDENDUM NO. 1 KODIAK ISLAND BOROUGH Multi Facility Elevator Modernizations /_11717110111181► s0[s] Wl PAGE 1 ADDENDUM KODIAK ISLAND BOROUGH Multi Facility Elevator Modernizations Kodiak, AK January 17, 2024 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. NOTICE to all potential proposers regarding the Mandatory Pre -Proposal Meeting: Mandatory Pre -Proposal Meeting is scheduled for Wednesday January 22, 2025: - 9:00 AM - The Pre -Proposal Meeting will begin at Providence Kodiak Island Medical Cetner (PKIMC) 1915 E. Rezanof Dr. Kodiak, AK 99615. All visitors are required to check in at the front desk and obtain a visitor sticker. KIB staff will meet attendees at the front desk area. Once the visit is complete at PKIMC, the group will meet at the Kodiak High School main office, 722 Mill Bay Road, Kodiak, AK 99615. All visitors are required to check in at the front desk at the Kodiak High/Middle School. END OF ADDENDUM NO. 2 KODIAK ISLAND BOROUGH Multi Facility Elevator Modernizations PAGE 1 ATTACHMENT A PROPOSAL COVER PAGE Multi Facility Elevator Modernizations KODIAK ISLAND BOROUGH 710 Mill Bay Road Kodiak, AK 99615 ACKNOWLEDGMENTS I certify that I am a duly authorized representative of the firm listed below and that information and materials enclosed with this proposal accurately represent the capabilities of the office listed below for providing the services indicated. The Borough is hereby authorized to request any owner identified in this proposal to furnish any pertinent information deemed necessary to verify information provided or regarding reputation and capabilities of the firm. AMENDMENTS The Proposer represents to the Borough that it has relied upon no oral representations from the Borough in the preparation ofthis proposal. If any amendments are issued to this RFP, the Proposer must acknowledge the receipt of such amendments in the space provided on the line below. Failure to acknowledge receipt of amendments shall render the proposal non-responsive and it will not be evaluated. Amendment Acknowledgment Number(s): it a ORIGINAL SIGNATURE Acknowledgment sheet must be manually (original signature) signed. A proposal shall be rejected when the proposal is not signed by and. Office address for which this S' , ure of Representative submittal is made: Date: 113117-T f Name: - r.10-. Hfi,:ttGAL s a Title: , aI /'IAIW�(! a Finn: TK Ctcv 4nr Type of Firm (check one) Individual Partnership /� I Corporation in the State of: 1iCl4r✓C�2 Other(Specify): Street: 'QWC) 0 /,, IvnaN (/tJOA/F Qj P.O. Box: �T,1z D/6 ,-( �/ /] P {� City, State, Zip: A,,", FFA - ,75cpa Telephone:_ 907 306 077 5 AK Business Lie. No. a 1 12c) (' t) TK Elevator corporation, Anchorage AK KODIAK ISLAND BOROUGH 710 Mill Bay Road Kodiak, AK 99615 Re: Multi Facility Elevator Modernizations TK Elevator Corporation (hereinafter "TK" or "TK Elevator") is dedicated to delivering Kodiak Island Borough School District (hereinafter "Purchaser") the safest, highest quality vertical transportation solutions. We are one of the largest elevator contractors in the state, performing maintenance, repairs, modernization, as well as new installation. I am pleased to present this customized Proposal (the "Proposal") in response to the Borough's RFP. Our modernization packages are engineered specifically for your elevator systems. Benefits of Modernization include: • Increased durability and reliability • Improved fire and life safety features • Reduced energy consumption • Reduced operational cost • Reduced troubleshooting time • Remote monitoring for more first time fixes when traveling to the island This proposal is a "turn -key" solution to upgrade the existing equipment with a state of the art and reliable elevator modernization. TK is the OEM of the Dover DMC elevators at Providence Medical Center and will be using an engineered modernization solution designed specifically for these elevators for the most reliable and seamless modernization available in the market. TK Elevator is the market leader for modernization throughout the US and in Alaska having successfully completed some of the most difficult and high profilejobs all around the State, such as: Maniilaq Health Center, Robert B. Atwood, Alaska Native Tribal Consortium, Nesbett Courthouse, Brady Building, ConocoPhillips, Peterson Tower and more. Our team is used to working in highly sensitive areas and communicate well with the facilities and contractors to ensure a smooth and successful project. In the event you have any questions regarding the content of this Proposal, please do not hesitate to contact me. We appreciate your consideration. Sincerely, Clay Hotchkiss General Manager, Alaska Branch Clay.hotchkiss@tkelevator.com +1907 3060775 MElererorCOmoreDon,' NW. teleme0onal Agent Rd., Ste D&AnMnmge M 99502 @.•1.907 5223002, aMw,iMlHatq.Wm TIQ Elevator Technology 1/30/2025 page t oft Response to Criteria Key components of each elevator that will be upgraded (For Kodiak Providence and Middle School). The majority of the equipment proposed below is manufactured in our factory in Tennessee. OEM: TK Elevator Controller - TAC 32 Controller (Includes Options listed below) • 24 VDC Signal Voltage - Auto Light and Fan Feature - Car Independent Service - Car Traveling Lantern Circuitry - Door Bypass Operation - Electronic Door Detector Interface - Hoistway Access and Enable - eMax Monitoring Device Provisions - Solid State Starters 208 VAC - Battery Lowering in Controller - Seismic Features - Viscosity Control Power Unit - Submersible Power Unit - Viscosity Control - Seismic Requirements for EP units - 2" Shutoff Valve Kit (Pump) - Overspeed Valve Kits for 2" - Biodegradable Hydraulic Oil Jack - Pipe Stands Car - 21"Toe guard - Fan: Two Speed - 5 Pin Lock with electric contact for Car Top Exit - Cab Wiring Material (200MK1) Hoistway - Hoistway Duct Kit - HN Boxes - TAC 32 Field Friendly Wiring Package - Additional Hoistway Wiring for TAC 32 with Remote Machine Room - Steel Tape with Mounting hardware, Selector and magnets (terminal limits included) Pit - 2" Shutoff Valve Kit (Pit) -Pit Stop Switch Cab - - Reuse existing finishes except for fixtures as described. Add Alternate available for new cab panels and ceilings. Budget additional $22,000 per cab. Door Equipment - Gibs -Closers -Pick Up Rollers -Clutch -Micro Light - LD -16 Plus Drive Only Door Operator (includes Car Top Inspection station) Car Fixtures - Main Car Station Includes Options Below - Vandal Resistant Floor Buttons - Cast Braille Plates for Car Features - Standard Key Switch Package (fan, light, independent, stop, inspection/hw enable) - Emergency Light mounted in COP - 2004 and later Fire Service Phase II Features - Handicap Signal - Position Indicator - ADA Phone System integral with COP - Speaker Pattern for Intercom - Locked Service Cabinet - Certificate Window - GFI Outlet - #4 Stainless Steel Finish (441) - Emergency Light Test Button Hall Fixtures Hoistway Access Switch in Hall Stations - Hoistway Jamb Braille - Car Identification Plate Terminal and Intermediate Hall Stations (Surface Mounted) h ►111110 Methodology —Through our familiarity with the equipment as the current maintenance service provider and in conjunction with a formal Mod survey, we have 1/3012M5 developed a scope of work tailored to the needs and use of the elevators in ft&3/8 question. Most hydraulic elevator modernization packages include a new controller, and power unit (tank). We always recommend replacing door operators as well and in this case all three door operators are obsolete furthering the need from them to be upgraded. In addition, all new wiring and fixtures (in the hall and in the cab) are basic components of a hydraulic modernization. The hydraulic jack assemblies have been entirely rebuilt at the Providence location over the last 8 years and it's not necessary at this time to perform any work on them. The Kodiak Middle School jack assembly is in serviceable condition and will be reused as -is. The majority of elevator shutdowns across the elevator industry are door related, therefore we've added mechanical door work to our scope to ensure a thorough and complete upgrade to the equipment and to ensure reliable operation once the project is complete. Dover DMC (Providence location) — Our factory developed a streamlined base MOD package forthese elevator about 5 years ago. Our current hydraulic elevator equipment is still based on the foundation of the DMC, therefore we have a number of efficiencies during the installation that provide a very clean finish and eliminate days of labor during the project. This is currently our most common MOD as a branch. Otis Hydro —The Kodiak Middle School elevator is a perfect candidate for our Pre- engineered Hpower MOD package. All of the same main components will be replaced with the same equipment as the elevators at Providence. A team of 2 elevator mechanics will plan to do all three elevators in succession, beginning with the hospital. Each of the elevators will take approximately 3 weeks to complete. For an additional $25K per elevator, we could revise our schedule to a 7 day work week and complete the modernizations in about a week and a half each. Main reused components: Jack assemblies, door panels, rails, cabs assemblies, cab sling/frame, cab finishes, slide guide assemblies, buffers and oil line. These components are not necessary in order to extend the service life of an elevator. Door panels, jack packings, oil line, and cab finishes are all options that could be discussed/replaced if the owner desires. Subcontractors -Our primary subcontractor will be Samson Electric. Taylor r/so/zone Fire will do the sprinkler installation in Kodiak Middle School and the fire alarm work PW4/e at Providence. GMW will perform the fire alarm work at Kodiak Middle School and Scott's Heating and Plumbing will perform the sump pump work at Providence. • Selective Electrical and Mechanical Demolition as required for Elevator Modernization. • Temporary Power for TKE as required at start of Modernization Project • Supply and Install Lighting/Branch Power/Disconnects as required for Elevator Modernization. • Supply/Install/Commission/Testing of the Fire Alarm Work required for Elevator Modernization. • Supply and Install Power for Added Sump Pump in Pit @ PKIMC. • Supply and Install Sprinkler Head in Pit @ KMS. • Barricades as required for PKIMC. • Dust Control/Prevention as required. • Travel time (labor) and expenses • Caulking and patching. TIC Recent Jobs and Contact information - Maniilaq Health Center - Kotzebue AK - we modernized Dover hydraulic elevators (very similar to Kodiak Providence). The facilities manager who was there during the/30/1015 rr,5/s MOD is no longer there, but the current contact is John Gilliam 907.412.0334. 1L Hospitality - Anchorage and Seward - Over the last 2 years, we've modernized 6 elevators for 1L Hospitality, 5 of which were Dover Elevators in Anchorage and one US Elevator in Seward. POC - Anton Villacorta 907.717.7919 Anchorage School District - over the last 5 years, we've modernized 6 hydraulic elevators for the school district. POC - Janet Lu 907.348.5174 Alaska Native Tribal Health Consortium - We modernized 12 traction elevators for the Native Hospital here in Anchorage. This was a complexjob that turned out great POC - Lorraine Sambo 907.729.2823 k Qual locations - Provided is our business licence and contractor's license. The State of Alaska does not require elevator technicians to carry any a/so//ws sort of technician license.However, all of our mechanics are trained by the a.&r/s IUEC (International Union of Elevator Constructors) and are amongst the best technicians available in the field. We comply with all State of Alaska Code and Elevator Regulations (ASME A17.1) In addition, our Anchorage branch has gone over 11 years without a recordable accident, something we are very proud of, as nothing Is more important than the safety of everyone around these projects. Warranty/Maintenance 3. Warranty 1/30/3015 P ge5/g TK Elevator warrants any equipment it installs as described in this Proposal against defects in material and workmanship for a period of one (1) year from the date of Purchaser's execution of TK Elevator's "Final Acceptance Form" on the express conditions that all payments made under this Proposal and any mutually agreed -to change orders have been made in full and that such equipment is currently being serviced by TK Elevator. In the event that TK Elevator's work is delayed for a period greater than six (6) months, the warranty shall be reduced by the amount of the delay. This warranty is in lieu of any other warranty or liability for defects. TK Elevator makes no warranty of merchantability and no warranties which extend beyond the description in this Proposal, nor are there any other warranties, expressed or implied, by operation of law or otherwise. Like any piece of fine machinery, the equipment described in this Proposal should be periodically inspected, lubricated, and adjusted by competent personnel. This warranty is not intended to supplant normal maintenance service and shall not be construed to mean that TK Elevator will provide free service for periodic examination, lubrication, or adjustment, nor will TK Elevator correct, without a charge, breakage, maladjustments, or other trouble arising from normal wear and tear or abuse, misuse, improper or inadequate maintenance, or any other causes other than defective material or workmanship. In order to make a warranty claim, Purchaser must give TK Elevator prompt written notice at the address listed on the cover page of this Proposal and provided all payments due under the terms of this Proposal and any mutually agreed to written change orders have been made in full, TK Elevator shall, at its own expense, correct any proven defect by repair or replacement. TK Elevator will not, under any circumstances, reimburse Purchaser for cost of work done by others, nor shall TK Elevator be responsible for the performance of any equipment that has been the subject of service, repair, replacement, revisions or alterations by others. If there is more than one (1) unit which is the subject of work described in this Proposal, this section shall apply separately to each unit as accepted. 4. Preventative Maintenance Program This Proposal does not include any maintenance, service, repair or replacement of the equipment or any other work not expressly described herein due to the fact that there are pre-existing maintenance agreements at each location that shall remain in full force and effect throughout the performance of this scope of work and continue throughout the duration of the stated term in that Agreement. TIC Attachment B Price and Schedule 1/30/2025 Approximate Durations/Lead Times- Similar for all 3 Elevators in Question NOW Contract execution Varies (can run concurrently with layout drawing package preparation and approval) (258/) $59,994.00 Survey and Order of Materials 3 - 6 Weeks Fabrication time (from receipt of all approvals, fully executed contract, Material Release Form and 20 Weeks initial progress payment) - Includes Shipping Modernization of elevator system (Per Unit): 3 - 4 Weeks (Upon completion of all required preparatory work by others) Kodiak Middle School - $239,976.00 - Payment schedule Initial progress payment: (508/) $119,988.00 Material furnished: (258/) $59,994.00 Total of remaining progress (258/) $59,994.00 payments: (Due at turnover) Breakdown: Material - $56,691.61 Labor- $75,111.99 Subcontract - $67,838.32 Expenses - $40,334.08 Kodiak Providence Medical Center - $437,828.45 - Payment Schedule Initial progress payment: (508/) $218,914.23 Material furnished: (258/) $109,457.11 Total of remaining progress (258/) $109,457.11 payments: (Due at turnover) Breakdown: Material - $104,021.52 Labor- $148,055.08 Subcontract - $127,000.00 Expenses - $58,751.85 ATTACHMENT B PRICE AND SCHEDULE Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 *Contract Number* The PROPOSER, in compliance with the request for proposals for the MULTI FACILITY ELEVATOR MODERNIZATION, having examined the scope of work and written specifications, hereby proposes to furnish ELEVATOR MODERNIZATION for the following unit prices. COST AND SCHEDULE FOR MODERNIZATION SERVICES A. The BASE LUMP SUM bid for the 1. Providence Kodiak Island Medical Center Elevator(s) is: $ $437,828.45 2. Kodiak Middle School Elevator is: $ $239,976.00 B. Proposed GUARANTEED SCHEDULING for Project Implementation: 1. Lead time after contract award and selection item confirmations before start of work: 26 (weeks) 2. Providence Kodiak Island Medical Center Elevator(s) out -of -service time: 6 (weeks) 3. Kodiak Middle School Elevator out -of -service time: 3 (weeks) 4. Total out -of -service time: 9 (weeks). The above unit prices listed in the Price and Schedule shall include all labor, materials, removal, overhead, profit, insurance, and any other cost necessary to cover the finished work. PROPOSER agrees that this proposal shall be good and may not be withdrawn for a period of ninety (90) days after the scheduled closing time for receiving proposals. Respectfully submitted, By: ature Clay Hotchkiss General Manager Print Name Print Title License #: EADE771State of Alaska Effective: 11/13/2023 3 Expires: 12/31/2025 Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Electrical and Mechanical Administrators Licensee: MICHAEL SAMSON License Type: Electrical Administrator Status: Active Relationships Relation Type License # License Type Owners/Entities Name/DBA Endorser CONE17214 General Contractor Without Residential Contractor SAMSON SAMSON Endorsement ELECTRIC INC ELECTRIC INC MICHAEL SAMSON 2031 VAN HORN CT FAIRBANKS, AK 99701-7330 Commissioner: Julie Sande Designations Type Group UCW - Unlimited Commercial Wiring Categories RW - Residential Wiring Categories IC - Inside Communications Categories Wallet Card --------------------------------------------------------- State of Alaska Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Electrical and Mechanical Administrators MICHAEL SAMSON As Electrical Administrator License Effective Expires EADE771 11/13/2023 12/31/2025 N co LO Q E Q. _0 7@ 0 V .E 0 C 0 0 W i C E 0 U d V L d E 0 U 0 a+ C d CL 0 Y N m O coO M rn m Y Q 7 a� C O co _O X O co O 0- U ti Z �' Y U_ Y z m U W J o LU z Z Of 0 ° U z ' N Q z v ) C_ M U z U U LU J LU z O Cn Q Cn U N O O U _0 w O ?: _m O_ �cu U) .� D fn � U O Q U O Q O Cc E a) U) L (5 N O C6 O C)- 0 O - — O-0 U) ca UL m E � N a) c c — U) U'Q U O C/) E �E �� a)E O �U License #: CONE17214 State of Alaska Effective: 12/9/2024 Expires: 09/30/2026 Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Construction Contractors and Home Inspectors Licensee: SAMSON ELECTRIC INC License Type: General Contractor Without Residential Contractor Endorsement Status: Active Doing Business As: SAMSON ELECTRIC INC Commissioner: Julie Sande Relationships Designations Relation Type License # License Type Owners/Entities Name/DBA Electrical Administrator Assignee EADE771 Electrical Administrator MICHAEL SAMSON No designations found. SAMSON ELECTRIC INC 3125 N VAN HORN RD FAIRBANKS, AK 99701-7321 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 SAMSON ELECTRIC INC DBA: SAMSON ELECTRIC INC As General Contractor Without Residential Contractor Endorsement License Effective Expires CONE17214 12/9/2024 09/30/2026 Q E Q. _O 7@ 0 V .E O a O 0 W Y E O U V L d E O U O C d CL O Y N m O co co Y Q C O co _O X O co O CL Z co O M 0 M N� V (l0 C: O C: ^ CQ OU-) U I..L U) O w co N O N M N C L '(n Q U � a) � O C: U) a) O O U n3 O 2�O (6 to o fn � U E O Q U Q O cn N cn E ca Y -o .2) L cn cn O L O C6 c o - — m U E a� a)'=cn me mo c — c U) U'Q U O C/) E �E � a)E O �U License #: 177362 State of Alaska Effective: 11/18/2024 Expires: 09/30/2026 Department of Commerce, Community, and Economic Development Division of Corporations, Business, and Professional Licensing Regulation of Construction Contractors and Home Inspectors Licensee: TK Elevator Corporation License Type: General Contractor Without Residential Contractor Endorsement Status: Active Doing Business As: TK Elevator Corporation Note: Held previous license CONE27247. Relationships No relationships found. TK Elevator Corporation 788 CIR 75 PKWY SE STE 500 ATLANTA, GA 30339 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 TK Elevator Corporation DBA: TK Elevator Corporation As General Contractor Without Residential Contractor Endorsement License Effective Expires 177362 11/18/2024 09/30/2026 r z m (D n � rt v m ° v O Z o v cn 0 .� Cl) as m 0 CD z `° o O (/� ocn r �Io _ C7 � v Dcc X D � Z z 0 m 4 'n N X >C:) co t'J m 0 lG CD cD cD rn o h cv CD cn W, D C m (D _ CD v O N m ° v O v o v n 0 .� Cl) as W 0 CD -< >2 o o = F5- (/� ocn 00 OD _n X C) m D C/) cn 0 D z G7 D w 0 w CA) co y 0 s I n O0 Z 0 op m< 3 m ac -0° �( n 0 .� Cl) as CL cn 0 CD >2 o /; = F5- (/� ocn r �Io _ C7 `D Dcc m � Z co �: 0 m 4 M V T Z o (n LO C Z 0) W �U V CL L O O 2 CO 0 O V O O E N E INi � O O Z ti ♦0 I' V T— C C ti T L Q m Y Q c� L ° o U Z (n o c N U z v `-' O .. <Cco _ m U <C a �' a Cl W LL CD E W O z V O C: Q Q co z 4-- O LO N_ Q W M F— LJJ c" N O m N T w N LL 0 cv O Z i CD W W Z 4a d W V Z J W IR r- W O Z L a� C a) r) L- 0 co Q o Z Q LL 0 C� C 0 ♦ 1 �. (D E Q L 0 O E F- a� w Z ❑ O O 0 It V r— O 0) c //�Y� VJ O L cn C L `� U Z Y O U 0 cc .L W .. U z Q 0 - _ a -a U E E U cn ai I - !� U H W E J W n Or_ O V Zz o o U) � Q Z QW M-1 Z LO n0 W U (Y)J Lu LU C° (N 0 m N t1 uir N LL U) �-+ Z F- c� 0 Z ai LU U) Z X as LLJ U Z J a d � w x e y d = U) U) Q Q W^ V h w C J Y Z s O o L6 Q r^ vJ LL O C G G y w H w O a _ O J V V a y 2 ti C7 � w p d � o U LU 00 0 o U N ZH zU 0 U ci '� w— Z0 U s d 1 o a� w o O LJJ 0 = O Q J ch o w v }' v O U~ Z) LL 5 y 3 Q c� �0 00 U Q LLZ O LL LV O O 00o � L g Cl)o� r. O _ �� O o i = D Z U Z O� yYa O w, V E / J (6 y 3 co CO 00 � Z p= w o c " v Z z aw � O� 0— U) cua N c e =Q M Op Q v M N m ~ Z O (/) w U N M c �° o = H U� Z w o m S s >- Q V wW M N LJ.I a y w O ~ } N o w ~ a a y 2 Qe_g Z Q J Cl)Z m 00 M cn �O p w N O U, _+ 0 W Z (n z LL J o Q Sm . O V U U LLO O U W OC 7a ? = J d U Q X w y y vJZ y V t01 42 y ATTACHMENT C AGREEMENT with TK Elevator Corp. Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough, acting by and through its Borough Manager, and TK ELEVATOR CORPORATION Company Name 2000 W. International Airport Road, Suite D6, Anchorage, AK 99502 Company Address (Street or PO Box, Kodiak Island Borough, 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 Six Hundred Seventy -Seven Thousand Eight Hundred Four dollars and Forty -Five cents ($677,804.45). 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 a schedule as mutually agreed to by the Contractor and the Borough. [The Borough's signature below shall constitute notice to proceed.] It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the Borough, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the Borough shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the Borough shall have the right to recover Liquidated Damages as described in the Special Conditions for each calendar day elapsing between the time stipulated for achieving substantial completion of an individual phase and the actual date of completion of that phase in accordance with the terms hereof; such deduction to be made, or 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 bonds given by the Contractor in the sum of $ Payment Bond, and 6. Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof. 7. 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. 8. For purposes of this Contract, Contracting Officer means Aimee Williams, or any other person designated by the Borough Manager. 9. The Contractor is an independent contractor and not an employee or agent of the Borough. 10. 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) Request for Proposals dated January 6, 2025; (2) Contractors Proposal Submission. IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. THE ATTACHED AMENDMENT NO 1 CONTRACTOR SHALL BE MADE A PART OF THIS AGREEMENT TK ELEVATOR Company Name -� Wal Signature of Authorized Company Representative Mark Mantel Contract Analyst Typed Name and Title 5/1/2025 Date 1) BO KODIAK ISLAND BOROUGH Signature of Borough Manager, + -� Aimee Williams Cid � 6) Borough Manager Typed Name �S'�� 0 2- AAM 25 Date lop BOA'® Clerk (Attest) ATTEST: L na ruz, CMC Deputy Clerk DATE: S z ZS Kodiak Island Borough LABOR AND MATERIAL PAYMENT BOND Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 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 Owner, 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 Owner for Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 in accordance with Drawings and Specifications prepared by TK Elevator Corp. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 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 Owner 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 Owner 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 Owner, 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 parry to whom the materials are 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, Owner or Surety, at Signed and Sealed this , day of (Witness) (Witness) 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) Kodiak Island Borough PAYMENT BOND Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 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 Owner, 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 Owner for Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 in accordance with Drawings and Specifications prepared by TK Elevator Corp. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. Kodiak Island Borough PERFORMANCE BOND Project: Multi Facility Elevator Modernizations Project Number: KMS 24003 & PKIMC 24004 Contract FY2025-43 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 Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner'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 Owner elects, upon determination by the bidder, arrange for contract between such bidder and Owner, 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 Owner to contractor under the Contract and any amendments thereto, less the amount properly paid by Owner 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 Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and Sealed this day of , 20 (Witness) (Witness) (Title) (Principal) (Seal) (Title) (Surety) (Seal) Kodiak Island Borough Assembly Newsletter Vol. FY2025, No. 16 March 07, 2025 At Its Regular Meeting Of March 6, 2025, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On Thursday, March 20, 2025, At 6:30 P.M. In The Borough Assembly Chambers. ADOPTED Ordinance No. FY2025-02A, Amending Ordinance No. FY2025-02, Fiscal Year 2025 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures, And Moving Funds Between Projects AUTHORIZED The Borough Manager To Execute Contract No. FY2025-43 For The Multi Facility Elevator Modernization With TK Elevator Corporation In The Amount Not To Exceed $677,804.45 ADOPTED Resolution No. FY2025-14, Adopting The Kodiak Island Borough Multi -Jurisdictional Multi - Hazard Mitigation Plan Update ADOPTED Resolution No. FY2025-19, Designating The Individual Who Will Serve As The Designated Administrative Official During The Absence Or Disability Of The Kodiak Island Borough Manager POSTPONED Resolution No. FY2025-20, Designating The Individual Who Will Serve As The Temporary Administrative Official During The Absence Or Disability Of The Borough Manager And Designated Administrative Official To The Next Regular Meeting Of The Assembly NO MOTION WAS PRESENTED TO WITHDRAW THE PROTEST TO THE TRANSFER OF OWNERSHIP AND LOCATION After The Abbreviated And Informal Hearing Of The State Of Alaska Alcohol And Marijuana Control Office (Amco) Liquor License Transfer Of Ownership From Sook C Yun, Dba Second Floor Restaurant (License No.3293) To Nuniaq Cafe' And Deli And Transfer Of Location From Current Location Of 116 W Rezanof Drive To 113 Lower Millbay Road Application APPROVED The Nomination Of Mr. Elijah Jackson For The Kodiak Village Mayors Association Seat On The Prince William Sound Regional Citizens' Advisory Council Board Of Directors For A Two -Year Term To Expire In May Of 2027 View our website: Visit our Facebook page: www.kodiakak.us www.facebook.com/KodiakislandBorough Re: KIB MULTI FACILITY ELEV (284386) Amendment Not This Amendment No.1 ("Amendment") shall be made apart of the CONTRACT between Kodiak Island Borough ("OWNER") & TK ELEVATOR CORP ("CONTRACTOR" or "TKE") and in the event of conflict with other articles, exhibits, schedules, terms, conditions or contract documents this Amendment No.I shall be final. In no event shall either party be liable for consequential or liquidated damages. After the execution of this Agreement and in addition to the Agreement price, OWNER is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable taxes, tariffs, duties, permit and/or license fees; (2) charges from its suppliers for any of the applicable materials and/or components and/or (3) charges from TK Elevator's shippers and/or freight forwarders. (PAYMENT): Amend THROUGHOUT CONTRACT DOCUMENTS so that OWNER shall furnish TKE with FIFTY (50%) PERCENT of the contract value for project management, permits, engineering and shop drawings, submittals and raw material procurement. Material will be ordered once this payment is received and Agreement is fully executed. Receipt of payment is required prior to mobilization of labor. An additional TWENTY-FIVE (25%) PERCENT of the contract value shall be due and payable when the material has been received AT THE.SITE. Progress payments shall be made throughout the life of the project. Should payments lag, TKE reserves the right to demobilize until such a time that the payments have been brought up to date and TKE has the available manpower. TKE shall retain exclusive ownership and control over all equipment installed pursuant to this Agreement until such time as OWNER has paid TKE (100%) of the full contract value, including outstanding change orders. • (WARRANTY): Amend so that Guarantee\Warranty covering parts only shall commence upon acceptance ofTKE's work by OWNER and shall continue for a period of ONE (1) YEAR, provided that a manufacturer approved preventative maintenance program is in effect during the Guarantee period. (INSURANCE): Amend THROUGHOUT CONTRACT DOCUMENTS so CONTRACTOR'S certificate of insurance shall govern as to form, language, endorsements and waivers. Amend so that CONTRACTOR will provide Certificate of Insurance in lieu of copies of insurance policies. Amend so Additional Insured coverage and Waiver of Subrogation shall only apply to the extent any damages covered by the policy are caused by Contractor's acts. AMEND SO ALL AGGREGATES ARE PER POLICYAND NOT PER PROJECT. Amend so Completed Operations coverage shall be maintained for ONE (1) YEAR after OWNER 'S acceptance to the Work. CONTRACTOR shall not provide any kinds of insurance coverage not associated with the Work , including but not limited to Professional Liability and Pollution insurance coverage. TKE will meet policy limits as required by contract. • (INDEMNITY): Any TKE obligation to indemnify, defend and hold harmless shall be limited to property damage and bodily injury claims only, and then, only to the extent of TKE `s own acts. • (TERMINATION): Amend so in the event of termination, for any reason, OWNER agrees to pay CONTRACTOR the proportional contract value of work performed including contract value of materials in process of fabrication, in transit, stored at jobsite or in Contractor's possession. Compensation shall be on an equitable basis based on material portion of SOVs. (STORAGE) Amend THROUGHOUT CONTRACT DOCUMENTS so that OWNER shall supply TKE with suitable storage adjacent to the hoist - way at the bottom landing. In the event OWNER is unable to take possession of the equipment and TKE is not at fault, TKE will assess a charge of FIFTY ($50.00) DOLLARS per day. Kodiak Island Borough TK ELEVATOR TEST: Y✓0 AiVd WV :P ova M. Javier, MM O C Borough Cie 0 C) DATE b4LZI 9�gS0