Loading...
2013-06-27 Work Session Kodiak Island Borough Assembly Work Session Thursday, June 27, 2013, 7:30 p.m., Borough Conference Room Work Sessions are informal meetings of the Assembly where Assembly members review the upcoming regular meeting agenda packet and seek or receive information from staff. Although additional items not listed on the work session agenda are discussed when introduced by the Mayor, Assembly, or staff, no formal action is taken at work sessions and items that require formal Assembly action are placed on regular Assembly meeting agenda.Citizen's comments at work sessions are NOT considered part of the official record. Citizen's comments intended for the"official record"should be made at a regular Assembly meeting. CITIZENS' COMMENTS (Limited to Three Minutes per Speaker) ITEMS FOR DISCUSSION 1. Service Area No. 1 Road Maintenance and Repairs, Snow Removal and Sanding Contract 2. Secondhand Smoke Control Ordinance PACKET REVIEW of Development of Adjacent Rock Source at the PUBLIC HEARING Phase II Site to Be Used as Future Cover State of Alaska Alcoholic Beverage Control Material or Other Rock Product for Landfill Board New Liquor License Application for the Operations. Package Store at the Olds River Inn Contract No. FY2014-07 North Star Elementary (Licensee/Applicant: Circle B LLC). Exterior Painting/Siding Replacement Project. Ordinance No. FY2014-02 Rezoning Lot 21 Contract No. FY2014-08 Agnew Beck for Seaview Subdivision From B-Business Zoning Services Association with the Zoning District To I-Industrial Zoning District (P&Z Case Subdivision and Land Management Code. No. 13-020 Lash Corporation). Contract No. FY2014-09 Lease Agreement for UNFINISHED BUSINESS Borough Copiers. Contract No. FY2013-34 Road Maintenance RESOLUTIONS and Repairs, Snow Removal and Sanding for *Resolution No. FY2014-04 Adopting the Service Area No. 1. NEW BUSINESS Comprehensive Economic Development CONTRACTS Strategy (CEDS) 2013 as Written. Contract No. FY2014-01 Contract Between the ORDINANCES FOR INTRODUCTION Kodiak Island Borough and the Kodiak Chamber Ordinance No. FY2014-03 Submitting the of Commerce of Kodiak, AK for the Economic Question of the Adoption of a Secondhand Planning and Project Development Within the Smoke Control Ordinance to the Voters of the Kodiak Island Borough for FY2014. Borough at the October 1, 2013 Regular Contract No. FY2014-02 Contract Between the Municipal Election. Kodiak Island Borough and the Kodiak Island OTHER ITEMS Convention and Visitors Bureau for Destination *Confirmation of the Appointment to the Marketing and Tourism Development Services Trawl Vessels Seat on the Kodiak Fisheries for FY2014. Advisory Committee (Kent Heligso). Change Order No. 7 to Contract No. FY2012- 21 Landfill Expansion Phase II for the Purpose MANAGER'S COMMENTS CLERK'S COMMENTS MAYOR'S COMMENTS ASSEMBLY MEMBERS COMMENTS Kodiak Island Borough p ee,:y \ Engineering and Facilities Department 1 �, -1 710 Mill Bay Road, Room 223 -- Kodiak, Alaska 99615 <- • Phone (907) 486-9343 Fax (907) 486-9394 DATE: June 24, 2013 MEMO TO: Mayor and Assembly Members FROM: Bob Tucker, Maintenance Coordinator, EIF Department RE: Justification for Service Area No. 1 Road Maintenance Bidder Selection The Engineering and Facilities department advertised the need for labor and equipment to provide for the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area No. 1. A bid opening was held on May 17, 2013 and four bids were received from the following (ranked by bid price): AIM Maintenance, B&R Fish, Brechan Enterprises, and Golden Alaska Excavating. The bid documents are attached for your review. Once the bid price ranking was complete staff reviewed the companies for their responsibility and qualifications. As it was the lowest bidder, staff reviewed AIM Maintenance first. Upon review it was discovered that AIM Maintenance had recently received its Contractors License in March of this year. Upon further review, staff discovered that the company had not previously held a Contractor's License in the State of Alaska (not even a suspended license), nor had the company previously held a Business License to perform construction work in the State of Alaska. The only business license the company held at the time of review was a Service and Parking Lot License, and such a license did not allow for any repair or construction work to be performed. Staff considered the content of the Request for Bids and the services needed for the term of the contract (multi-year contract with two one-year renewal options), and determined that the service area would be facing a substantial amount of repair work during the contract term, more than was necessary in previous years. AIM's bid included separate costs for Maintenance ($188,000) and Repairs ($449,975) for a combined total of $637,975. Directions to bidders within the RFB stipulated that Maintenance and Repair costs would be combined to determine the lowest responsible bidder; therefore, staff did not consider these costs separately for each contractor. Staff could not, in all consciousness, recommend a company of AIM's size and qualifications to take on the maintenance and repairs for the largest service area of the Borough, primarily one that apparently had no experience with repairing roads of its size and especially considering the amount of work that was anticipated over the next year. In determining its recommendation staff considered KIBC 3.30.080 (see below) which allowed for rejection of a bidder based on inexperience or low qualifications of the contractor. As a result, staff recommended B&R Fish as the lowest responsible bidder. KIBC 3.30.080 In determining the lowest responsible bidder, the assembly may consider: A. The bid price; B. The ability, capacity and skill of the bidder to perform the contract within the time specified; C. The character, integrity, reputation, judgment, and experience of the bidder; D. The quality of performance of previous contracts; and E. If more than one bidder is determined to be responsible using the factors described in subsections A, B, and C of this section, then the responsible bidder with the lowest bid price will be considered to be the lowest responsible bidder. Should consideration of this matter delay awarding the contract to a qualified contractor, staff will proceed with the following process set forth in the contract: Section 2. Contract Term B. Any holding over of the Contract beyond any exercised renewal options will be considered a "month-to-month" extension. All terms and conditions as set forth in this Contract shall remain in full force and effect. Each party shall provide the other party with notice of intent to cancel such "month-to-month" extension at least thirty (30) days prior to the desired date of cancellation. KODIAK ISLAND BOROUGH INVITATION FOR BIDS Road Maintenance and Repairs, Sn , ova an . • sing �, '" Service Area's#1 �,^ 0 ,°/;421..:',*- fl° r f,�5b 'Y�ye APli �4p `y k �� k'TT h e 1p ksY '�'�+' " . 14;a I& z A/ y`—.40,....—.40,.... j 4 .y Ce � . � y 5 t/ Mmntk + a ,v - s, " � r / �� _ v3-'' 4- j t a yrI ` f t �Y i � oce` �{ ( a ''4 0.[ fi ftt uµ g y � y1 / f if AV a 'R+ a"{s • t R" F Z ; r -sal,. P, }r4 12,- 1, a . , , fix- ka' t°�� � t 1' e! .• a n* `. {, 11.5>7*. , M t:t s a b , M1A B M 4,,, ' 0 : " u<Gi 44- 4 s s t 1-ki l i , �? S: . fro; 144, i'rk- m*. ti-4 14 rc , , ` „� .,./ teLF 4,x 'Atx {ti ' a � ' . ,' 1Z � . j k > 2�Y>^f> f P `Y MN � `� N `! j 4hKfir ® �ti x tt, om. Kodiak Island Borough *t 710 Mill Bay Road `S:..h : Kodiak, AK 99615 .4 .e,tr ,..me (907) 486-9343 April 2013 I Invitation for Bids The KODIAK ISLAND BOROUGH will accept sealed bids until 3:00 pm (local time), May 17, 2013, for Service Area#1 Road Maintenance and Repairs Services., The term of the contract is July 1, 2013 to June 30, 2015, with the option to extend for two (2) additional one (I) year periods. The Borough Manager may offer an extension based on the best interests of the Kodiak I Island Borough., The Kodiak Island Borough reserves the right to reject or accept any or all bids, to waive irregularities or informalities in the bid or in the bidding, and to give particular attention to the qualifications of the Bidder. Bid Documents are available May 3, 2013 electronically at: http://www.kodiakak.us. Bids & Proposals. Or: Engineering/Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615-6398 Phone: (907)486-9342 Fax: (907)486-9394 Contact Person Robert Tucker, Maintenance Coordinator btucker @kodiakak.us Bud Cassidy Borough Manager Publish: Kodiak Daily Mirror and Anchorage Daily News Date:_May 3, May 10, May 15, 2013 INSTRUCTION TO BIDDERS 1. General The Kodiak Island Borough is concerned that all bids be submitted in a manner that ensures the bidding process is fair and equitable to all Bidders in compliance with the requirements of the bid documents. Particular attention of all Bidders is drawn to the provisions of this solicitation and the resulting contract dealing with pre-bid inquiries,pre-bid and pre-award conferences and the duty of the Bidders to disclose any significant fact or question which will adversely affect the cost or time of completion ofthis project. Bidders are required to register, through the Kodiak Island Borough website or by contacting the Engineering and Facilities Department directly, in order to receive bid packages. Bidders are cautioned that they disregard these provisions at their own risk. Bidders are directed to study and follow these instructions as to the method and form for submitting bids so there will be no reason to reject a bid. Bidders will find all required forms and documents contained within this assembly. Please take notice of Section 8, 'Bidders Checklist", as to which forms and documents are required for your bid to be considered. 2. Explanation to Bidders All Bidders are requested to submit to the Owner written request for explanation, interpretation,or other inquiry prior to the time set for the mandatory pre-bid conference. All such inquiries will be addressed at the pre-bid conference, and official addenda will be issued to all Bidders. CAUTION: These addenda will be the only binding contractual commitment on the Owner. Any other response will be for information only and shall not have contractual significance. 3. Conditions at Site of Work All Bidders are cautioned to read carefully the General Conditions hereof,and Section 00302-Certificate of Attendance, concerning the contractual responsibility of the Bidder for the conditions of the site. 4. Addenda Requirements The bid documents provide for acknowledgement of each of the addenda to the drawings and/or specifications on the bid. All addenda shall be acknowledged on the bid prior to reading or acceptance of bid. If no addenda are received by the Bidder,the word "none" shall be shown. Every effort will be made by the Kodiak Island Borough to ensure that contractors receive all addenda when issued. Addenda will be faxed or sent to the address provided when contract documents were requested. It is unusual for no addenda to be issued. All Bidders are responsible for ensuring that they have received all Y:AEFAService AreaAService Area#1AContractsVContracts\Road Maintenance Contract 17Y2013-15VInstr to Bdrs FY2013.doc Page I OF 6 addenda that have been issued. The cost consequence of all addenda must be included in the bid submitted. 5. Preparation of Bids Bids shall be submitted on the forms furnished,or copies thereof,and must be manually signed in ink. If erasures or other changes appear on the forms, the person signing the bid must initial each erasure or change. The form of bid will provide for quotation of prices as requested on the Bid Schedule. Where required on the "Bid Schedule", bidders must quote on all items. Failure to do so will result in disqualification. The Borough reserves the right to disqualify or refuse to receive a bid if a bidder is in default for any of the following reasons: A. Uncompleted work which, in the judgment of the Borough, might hinder or prevent the prompt completion of additional work if awarded. B. Failure to pay or satisfactorily settle all bills due for labor and material on former contracts in force at the time of issuance of bids. C. Failure to comply with any qualification regulations of the Borough. D. The Kodiak Island Borough will award this Project according to the provisions of the Kodiak Island Borough Municipal Code, including Section 3.30.080, to which your attention is called: In determining the lowest responsible bidder, the assembly shall consider: A. The bid price; B. The ability, capacity and skill of the bidder to perform the contract within the time specified; C. The character, integrity, reputation,judgment and experience of the bidder; and D. The quality of performance of previous contracts. (Ord. 76-6-0 §l(part), 1976.) Alternative bids will not be considered unless solicited. 6. Bidders Check List A. Your bid will be considered nonresponsive and rejected if not properly executed. B. Submittals with Bid Proposals are not required unless specifically identified on the Bidders Checklist and/or on the Bid Schedule. This provision takes precedence over all other submittal requirements. C. For your convenience and assistance in preparation of your bid, the following checklist is offered. 1. Proposal -Completed, signed, dated, addenda acknowledged. 2. Corporate Acknowledgement-Completed and notarized. (When bid is by corporation) Y:\EF\Service Area\Service Area N I\Contracts\Contracts\Road Maintenance Contract FY2013-15\Instr to ndrs FY20I3.doc Page 2 OF 6 3. Bid Schedule - Completed, signed in ink. 4. Alaska Contractor's Certificate of Registration - Copy of Original. 5. Alaska Business License - Copy of Original. Bids not including ALL of the above documents will be REJECTED. Bids will be rejected which contain material alterations or erasures not initialed by the signer of the bid. No Qualified or otherwise Conditioned Bids will be accepted. 7. Submission of Bids All bids, including any amendment or withdrawal, must be received (by mail or hand delivered)at the address shown below prior to the time of bid opening. Any bid,amendment or withdrawal which has not been actually received by the Kodiak Island Borough Manager's Office, prior to the time of the scheduled bid opening, will not be considered and will be returned unopened. Condition qualified bids will be considered nonresponsive. Modifications to bids may be faxed to(907)486-9374 no later than 2:55 p.m.on bid opening day. In the case of inclement weather, the actual bid may also be faxed to the above number, if authorized by the Manager's Office in advance and the original bid package is sent prior to the scheduled bid opening. Bids not received or delivered in this manner WILL NOT BE CONSIDERED and will be returned unopened. BIDS MUST BE IN A SEALED ENVELOPE MARKED AS FOLLOWS: KODIAK ISLAND BOROUGH ATTN: BOROUGH MANAGER, Room 125 710 Mill Bay Road Kodiak,AK. 99615 Bid for: Road Maintenance and Repairs, Snow Removal and Sanding for Service Area 1: 8. Processing of Bids The owner may: A. Reject defective or nonresponsive bids; B. Waive any irregularities in any and all bids; C. Reject all bids; D. Negotiate with two or more of the most responsive bidders, if bid prices are in excess of the money available or authorized, for a reduction in the scope,quality,or quantity of the purchase, service or contract; Y:\EF\Service Area\Service Area#1\Contract.s\Contracts\Road Maintenance Contract FY2013-15\Instr to Bdrs FY2013.doc Page 3 OF 6 E. Re-advertise for bids, with or without making changes in the drawings or specifications. (Ord. 76-6-0 §I(part),1 976.) F. Award alternates in any order. 10. DOL Requirements Attention of the Contractor is directed to the State of Alaska Department of Labor & Workforce Development(DOL)requirements. Work performed under AS 36.05 and AS 36.I 0 is obligated to meet the requirements of the Wage & Hour Administration Public Contracts. Kodiak Island Borough will provide a Notification of Contract Award to the DOL upon award and authorization of the contract. Prior to commencing work on site, it is the responsibility of the Primary Contractor to file a Notice of Work with the DOL Wage & Hour Administration office. All required filing fees will be met by the Contractor. Upon completion of the work,the Primary Contractor will be responsible to file a Notice of Completion with the DOL Wage& Hour Administration office. Final payment on the contract will be released once Kodiak Island Borough has received a copy of the Notice of Completion, signed and authorized by the DOL Wage& Hour Administration office. It is the right of Kodiak Island Borough to hold 10%of the final invoice cost, until all DOL requirements are met by the Primary Contractor. 11. Required Documentation for Award The following documents must be executed within I0 days of Notice of Intent to Award and prior to Notice to Proceed. Contractors are urged to expedite the completion of these requirements so that Notice to Proceed with the work can be made in a timely manner. A. Contract. (In triplicate) B. Non-Collusion Affidavit. C. Proof of Workmen's Compensation Insurance. 12. Indemnification Indemnification: To the fullest extent permitted by law, Contractor agrees to defend, pay on behalf of, indemnify and hold harmless the Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Borough against any and all claims, demands, suits or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from the Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Borough, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. 13. Insurance Requirements Insurance: The Contractor shall not commence work until the Contractor has obtained all the insurance required under this Contract and such insurance has been approved by the Owner,nor shall the Contractor allow any subcontractor to commence work on its subcontract until the insurance required has been so obtained. The Contractor shall maintain such insurance as will Y:\FF\Service Arca\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-I5\Instr to Bdrs FY2013.doc Page 4 OF 6 protect it from claims under Workers' Compensation Acts and other employee benefit acts for damages because of bodily injury, including death,to its employees and all others for damages to property,any or all of which may arise out of or result from the Contractor's operations under the Contract whether such operations be by itself or by any subcontractor or anyone directly or indirectly employed by either of them. Without limiting the Contractor's indemnification, it is agreed that the Contractor will purchase, at its own expense and maintain in force at all times during the term of this Contract, the following policies of insurance. Failure to maintain insurance may,at the option of the Borough Manager,be grounds for default and the Borough Manager may terminate this Contract. Where specific limits are shown, it is understood that they will be the minimum acceptable limits. If the Contractor's policy contains higher limits,the Borough shall be entitled to coverage to the extent of such higher limits. Contractor is responsible for all deductibles. As a condition of award, certificates of insurance,with endorsements,must be furnished to the Borough Engineering and Facilities Department. These certificates must provide thirty (30) day prior notice to the Borough in the event of cancellation, non-renewal or a material change in the policy. Proof of insurance is required of the following: 1. Workers' Compensation Insurance. The Contractor shall provide and maintain,for all employees of the Contractor engaged in work under this Contract, Workers' Compensation Insurance as required by applicable state law (AS 23.30.045) for all employees to be engaged in work at the site of the project under this Contract. This coverage must include statutory coverage for States in which employees are engaging in work and employer's liability protection not less than$1,000,000 per person,$1,000,000 per occurrence. 2. Comprehensive(Commercial)General Liability Insurance with coverage limits not less than two million ($2,000,000) dollars per occurrence and annual aggregates where generally applicable and will include premise operations, independent Contractors, products/completed operations, broad form property damage, blanket contractual and personal injury endorsements. 3. Comprehensive Automobile Liability Insurance covering all owned, hired,and non- owned vehicles and with coverage limits not less than$1,000,000 per person,$1,000,000 per occurrence bodily injury, and $1,000,000 property damage. Additional Insured: The following shall be an Additional Insured:The Kodiak Island Borough, including all elected,and appointed officials,all employees and volunteers,all boards, commissions, and/or authorities and their board members, employees and volunteers. The Additional Insured shall be named on the Contractor's coverage for Commercial General and vehicle liability. Y:\EF\Service Area\Service Area 41\Contracts\Contracts\Road Maintenance Contract FY2013-15\Instr to Bdrs FY2013.doc Page 5 OF 6 14. Payment Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough within thirty [30] days of completion/delivery, acceptance by the Kodiak Island Borough and invoicing by Contractor. Y:AEF\Service AreaAService Area#1A Contracts VContracts\Road Maintenance Contract FY2013-15VInstr to 13drs FY2013.doc Page 6 OF 6 OWNER- GENERAL CONTRACTOR AGREEMENT FOR ROAD MAINTENANCE AND REPAIRS, SNOW REMOVAL AND SANDING FOR SERVICE AREA #1 IN THE KODIAK ISLAND BOROUGH, KODIAK, ALASKA Contract No. THIS CONTRACT, made this day of ,2013,between the Kodiak Island Borough of 710 Mill Bay Road, Kodiak, Alaska 99615-6398 ("Borough"), and of , Kodiak, Alaska, incorporated ]or organized] under the laws of the State of Alaska, its successors and assigns ("Contractor"). This Contract shall consist of the following Contract Documents: "Contract Documents" shall include: Request for Bids, including all addenda; Appendix A - Bid Schedules; Appendix 13 - Road Work Log and Daily Work Report Forms; Appendix C - Map of Road Service Area; Appendix D - State Rates of Pay. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the parties, hereby covenants and agrees to commence and provide maintenance and repairs, described as follows: 1. DESCRIPTION A. Scope of Work: Roadway maintenance and repairs, including grading, ditch cleaning, clearing, culvert installation, snow and ice removal, and sanding in Service Area#I. Any damage caused by Contractor to culverts or curbs by ditching,grading and/or plowing will be repaired or replaced by Contractor at"no cost"to the Borough. The existing system consists of approximately 12 miles of graveled and paved roadway and parking areas, as shown on Appendix C. B. Inspection and Borough Supervision: All work will be authorized and inspected by the Service Area Board Chair or his/her designee.All road repairs,drainage,ditch maintenance and construction projects must be approved by the Borough Engineering and Facilities Department prior to commencing work. C. Approval to Start Work: Snow removal, sanding and routine maintenance will be at the discretion of the Service Area Board Chair or his/her designee.No reconstruction or upgrade work over $5000.00 shall commence prior to approval by the Borough Manager or his/her designee. Y tEF\Service Area\Service Area#I\Contracts\Contracts\Road Maintenmee Contract FY2013-I SAgreement IY2013-FY2015 Final.doc Page I of 7 2. CONTRACT TERM A. The term of this contract is July 1,2013 to June 30,2015. The Borough Manager, in his sole discretion,may offer two(2)additional one(I)year extension terms. The Borough Manager may consider Contractor's performance and any recommendations of the Service Area Board. If the Borough makes such an offer, the Contractor will have thirty (30) days to accept or refuse the offer. B. Any holding over of the Contract beyond any exercised renewal options will be considered a "month-to-month" extension. All terms and conditions as set forth in this Contract shall remain in full force and effect. Each party shall provide the other party with notice of intent to cancel such "month-to-month" extension at least thirty(30)days prior to the desired date of cancellation. C. The Borough Manager may terminate this Contract upon thirty(30) days prior notice if the Contractor receives three letters from the Borough Manager or designee for documented non- performance, which has not been amended or resolved in a timely manner, for multiple equipment break downs, or for unavailability of equipment or labor needed to complete the work as described in the Contract. The Borough Manager may rely on any recommendations made by the Service Area Board. 3. RESPONSE TIME A. Maintenance: The Contractor shall begin corrective work no later than 8:00 a.m. of the second day following receipt of directive for correction on non-emergency problems and two hours after notification for snow removal/sanding and other emergency problems. Any equipment warm-up must be completed prior to the start time. B. Repairs: The Borough, through the Borough Manager or designee, may request repairs in accordance with a written Work Order to be dated and signed by both parties.The work order system may also be implemented upon requested through the Borough Manager or designee by the Board Chair or the Contractor to help settle disputes between the two parties. C. Non-exclusive Work: If the Contractor does not respond to a non-emergency work order in a timely manner,the Service Area Board Chair or his/her designee and/or the Kodiak Island Borough Engineering and Facilities Director or his/her designee may utilize a Contractor from one of the other service areas or a KIB facilities' contractor to respond to the work order. In an emergency,or if there is a reasonable possibility that Contractor may not be able to timely or adequately perform, the Borough may contract with the second bidder on the bidding list for the purposes of a backup contractor. All contractors shall supply contact numbers for 24 hour service(cell, pager) that will allow the Kodiak Island Borough and/or the Service Area Board Chair to contact the Contractor or his designee anytime during the contract period. Y-.AEF\Service AreaAService Area#lAContractsV Contracts\Road Maintenance Contract FY2013-15Wgccment FY2013-FY2015 Final doe Page 2 of7 4. SPECIAL EQUIPMENT The Contractor shall furnish equipment suitable for dust abatement and steam generation to thaw culverts,and two pieces of snow removal equipment(both with blades and snow gates). As well as one 8-yard sander for spreading DI and I sander with a minimum 2 1/2 yard capacity for sanding/salting. Snow gates will be engaged on all driveways within the service area. If snow gates are not engaged or inoperable the Contractor will be responsible for the immediate cleanup of these areas at no charge to the Borough. In cases of heavy snowfall the Contractor would be expected to work together with Service Area Board Chair to open driveways as soon as possible and would be able to charge for these extraordinary circumstances with prior approval. Prior to the first snowfall of the season, the Contractor shall install snow markers at all critical culverts and drainage areas. These shall be determined by joint decision of the Service Area Board and the Contractor. 5. COSTS OF MATERIALS, SUPPLIES, AND EQUIPMENT A. Materials: For all Borough approved materials actually used in the work, the Contractor shall be reimbursed at rates set forth in the Bid Schedules. Material transportation costs shall be provided for under the equipment rental rates. B. Equipment: 2 Graders shall have a minimum of 14 ft. blades. I loader with a minimum 3 yard bucket for clearing intersections and heavy accumulated areas,and I Loader, if used for snow removal,can have a minimum of a 12 ft. blade capable of angle adjustment or a bucket capacity of 3-4 yards. All equipment listed in the equipment schedule must be in good working condition suitable for the purpose for which the equipment is to be used. Individual pieces of equipment or tools having a replacement value of one hundred(100)dollars or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefore. C. Labor rates: Included in listed equipment rental rates are straight time including fringe benefits. Premium rates for overtime will be paid for work performed under this contract above eight(8) hours per day and forty(40) hours per week. This overtime rate will be an incremental amount to be applied on top of the straight hourly rate included in the Contractor's original labor and equipment rate in the Bid Schedule. Rental time will not be allowed while equipment is inoperative for any reason, including due to breakdowns, while warming up or installing chains. The rental time to be paid for equipment on the job shall be the time the equipment is in operation on work being performed. D. Sanding Equipment: The Contractor shall have two(2)sanders available with the primary sander having a minimum eight(8)yard capacity;the secondary sander may have a minimum of (2 1/2) yard capacity. The Contractor shall furnish sanding equipment suitable for spreading DI, rock chips, sand and or salt on roadways and parking lots. Y1EF\Service Area Service Area#IlContracts\Contracts\Read Maintenatce Contract FY2013-I51A greement FY2013-FY2015 Final doe Page 3 of 7 6. LABOR RATES The Contractor shall furnish necessary additional labor, not included in equipment rental rates, at the rate specified in the Bid Schedule for straight time including fringe benefits. Premium rates for overtime will be paid for work performed under this contract above eight (8) hours per day and forty(40) hours per week. This overtime rate will be an incremental amount to be applied on top of the straight hourly rate included in the Bid Schedule. The State of Alaska Department of Labor defines the following types of work for public construction projects as being subject to payment of the prevailing wage rates per AS 36.05.010 and AS 36.05.030: 01) Hauling new fill or materials to site 02) Hauling used fill or material to an area located away from the road or group of streets upon which work was currently being performed. Fill or material will be used on a road in the new area 03) Hauling discarded fill or material to a dump 04) Grading and/or compacting on a road surface which has new or used fill deposited from either a supplier,excavated ditches, roads located some distance away from the road or group of streets currently being worked on 05) Installation of manholes 06) Installation of new or used culverts 07) Filling potholes 08) Making a new road where there was no road 09) Digging a new ditch where no ditch existed previously 10) Removing old blacktop; replacing with new material I I) Installing of cross culverts 12) Installing storm drains The listed work is subject to the provisions of the State of Alaska Department of Labor, Laborer's Mechanics Minimum Rates or Pay. (See Appendix D) 7. BILLING DEADLINE The Contractor shall submit to the Borough at the end of each month invoices for the services and materials supplied during that month. Invoices for that month will not be paid if not received by the Borough within thirty (30) calendar days from the end of the month in which the work was performed or materials were supplied. The Contractor shall prepare and submit a "Daily Work Report and Road Work Log" with signed time sheets for each employee's day during periods when authorized work is in progress. Copies of all the forms are attached as Appendix B with exception of the time sheets that will be provided by the Contractor. Y:AFY\Service Ana\Service Area#IACon0actsVContacts\Road Maintenance Contract FY2013-I SVAgreement FY2013-FY2015 Final.doc Page 4 of 7 8. INSURANCE AND INDEMNIFICATION A. Indemnification: To the fullest extent permitted by law,Contractor agrees to defend,pay on behalf of, indemnify and hold harmless the Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Borough against any and all claims,demands, suits or loss, including all costs connected therewith,and for any damages which may be asserted, claimed or recovered against or from the Borough, its elected and appointed officials,employees and volunteers and others working on behalf of the Borough, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof; which arises out of or is in any way connected or associated with this Contract. B. Insurance: The Contractor shall not commence work until the Contractor has obtained all the insurance required under this Contract and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on its subcontract until the insurance required has been so obtained. The Contractor shall maintain such insurance as will protect it from claims under Workers'Compensation Acts and other employee benefit acts for damages because of bodily injury, including death,to its employees and all others for damages to property,any or all of which may arise out of or result from the Contractor's operations under the Contract whether such operations be by itself or by any subcontractor or anyone directly or indirectly employed by either of them. Without limiting the Contractor's indemnification, it is agreed that the Contractor will purchase, at its own expense and maintain in force at all times during the term of this Contract, the following policies of insurance. Failure to maintain insurance may, at the option of the Borough Manager, be grounds for default and the Borough Manager may terminate this Contract. Where specific limits are shown, it is understood that they will be the minimum acceptable limits. If the Contractor's policy contains higher limits,the Borough shall be entitled to coverage to the extent of such higher limits. Contractor is responsible for all deductibles. As a condition of award,certificates of insurance, with endorsements, must be furnished to the Borough Engineering and Facilities Department. These certificates must provide thirty (30) day prior notice to the Borough in the event of cancellation, non-renewal or a material change in the policy. Proof of insurance is required of the following: 1. Workers' Compensation Insurance. The Contractor shall provide and maintain, for all employees of the Contractor engaged in work under this Contract, Workers' Compensation Insurance as required by applicable state law (AS 23.30.045) for all employees to be engaged in work at the site of the project under this Contract. This coverage must include statutory coverage for States in which employees are engaging in work and employer's liability protection not less than $1,000,000 per person, $1,000,000 per occurrence. Y:\IillService Area\Service Arca#I\Contracts\Contracts\Road Maintenmce Contract FY2013-I5\Agreement I'Y2013-FY2015 Final.doc Page5 of7 2. Comprehensive(Commercial)General Liability Insurance with coverage limits not less than two million($2,000,000)dollars per occurrence and annual aggregates where generally applicable and will include premise operations, independent Contractors, products/completed operations, broad form property damage, blanket contractual and personal injury endorsements. 3. Comprehensive Automobile Liability Insurance covering all owned, hired, and non-owned vehicles and with coverage limits not less than $1,000,000 per person, $1,000,000 per occurrence bodily injury, and $1,000,000 property damage. Additional Insured: The following shall be an Additional Insured: The Kodiak Island Borough, including all elected, and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and their board members, employees and volunteers.The Additional Insured shall be named on the Contractor's coverage for Commercial General and vehicle liability. 9. TECHNICAL SPECIFICATIONS Work under this contract shall be performed in accordance with State of Alaska Standard Specifications for Highway Construction, dated 2004 and Title 16.80 of the Kodiak Island Borough Code, which describes the Borough's Road Standards. 10. CONTRACTOR'S REPRESENTATIONS AND COVENANTS A. The Contractor covenants and agrees that all work shall be done to the complete satisfaction of the Kodiak Island Borough, subject to inspection at all times and approval by any participating agency of the Government of the United States of America,and in accordance with the laws of the State of Alaska and rules and regulations of such Federal agency. B. The Contractor further covenants and agrees to(i)perform all work and labor in the best and most workmanlike manner and that all and every of said materials and labor shall be in strict and entire conformity in every respect with the Contract Documents; (ii) abide by and perform all stipulations,covenants,and agreements specified in the Contract Documents,all of which are by reference hereby made a part of this Contract. C. The Contractor hereby agrees to receive the prices set forth in the Bid Schedules as full compensation for furnishing all materials and labor which may be required in the prosecution and completion of the whole work to be done under this Contract. D. Contractor is an independent contractor, and is not an employee or agent of the Borough. Y:AEh\Service;ArcaAService Area tilAContractsVContracts\Road Maintenmce Contract FY2013-ISAgreement FY20131Y2015 Final doe Page 6 o17 ENTERED INTO AND EFFECTIVE the day and year first above written. KODIAK ISLAND BOROUGH [CONTRACTOR] By By Charles L. Cassidy Printed Name: Borough Manager Title: RECOMMENDED: By Walle W. Koning Engineering/Facilities Director ATTEST: By Nova M. Javier, MMC Borough Clerk V\EFlService Area\Service Area#1\Contracts\Contracts\Road Maintenrnce Contract FY2013-I5W greemeot IY2013EY2015 Final doe Page 7 of 7 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT Type of Labor or Equipment Description, Rental Presently (includes all fuel and one operator) Age, & and/or Owned Condition of Labor Or Rented Equipment Rate/Hour (circle one) 155<HP GRADER 14' Blade O/ R O/ R 156> HP GRADER 14' Blade O/R O/ R 8-10 CY SANDER O/ R O/ R >2 '/z-5 CY SANDER 0/ R O/R 10-12 CY END DUMP/DUMP WITH TILT DECK 0/R 0/ R 10-12 CY END DUMP WITH PUP O/R TRACTOR AND SIDE DUMP 0/ R FRONT END LOADER I 1/2-4 'h CY 0/R PICKUP WITH LABORER 0/R 0/R LOWBOY TRAILER O/R 63+HP BACKHOE O/ R Y:AEFAService AreaAService Area#1AContactsVContracts\Road Maintenance Contract FY2013-15VBid Schedule Maintenance Rates FY2013-2015(2).doc Page 1 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT DD 90/110 DOUBLE DRUM STEEL ROLLER O/ R ICE THAWING EQUIP(STEAM GENERATING) O/ R —1 WATER TRUCK 1000+GAL O/ R VIBRATORY DRUM COMPACTOR (SPECIFY TYPE) 60" _84" O/ R 75> HP DOZER O/ R RIP CAT 340> HP(90,000 LB) O/ R RIP CAT 340< FIP O/ R POWER BROOM O/ R EXCAVATORS TRACK HOE 6TON (APPROX) RUBBER TRACK 0/R TRACK HOE 12 TON (APPROX) STEEL TRACK O/ R TRACK HOE 20 TON (APPROX)STEEL TRACK O/R LABORER RATE O/ R O/ R Y:\ERService Area\Service Area iil\Contracts\Contracts\Road Maintenance Contract FY2013-15\Rid Schedule Maintenance Rates FY2013-2015(2).doc Page 2 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT MISCELLANEOUS EQUIP O/ R O/ R O/ R O/ R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ per hour for work performed above eight(8)hours per day and forty (40)hours per week for work performed under this contract. MATERIALS(includes overhead) $ per Ton 3" Minus per 2012 City Spec section 204.2 Third Party testing to be provided D-I per 2012 City Spec section 205 Third Party testing to be provided Y"-3/8" Rock Chips Sand (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager or designee in accordance with the project specifications at cost plus percent(%)profit. Y:AEF\Service ArcaAService Area#IAContractsV Contracts\Road Maintenance Contract FY2013-15VBid Schedule Maintenance Rates FY2013-2015(2).doc Page 3 of 3 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Type of Labor or Equipment Description, Rental and/or Presently Owned (includes all fuel and one operator) Age, & Labor Rate/Hour Or Rented Condition of (circle one) Equipment 155<HP GRADER 14' Blade O/R O/R 156>HP GRADER 14' Blade O/R O/R 8-10 CY SANDER O/R O/R 2 '/ -5 CY SANDER O/R O/R 10-12 CY END DUMP/DUMP WITH TILT DECK O/R O/R 10-12 CY END DUMP WITH PUP O/R O/R O/R TRACTOR AND SIDE DUMP O/R FRONT END LOADER 1 1/2-4 '/z CY O/ R O/R PICKUP WITH LABORER O/R O/R LOWBOY TRAILER O/R YAEIAService Area\Service Area#IAContractsVContracts\Road Maintenance Contract FY2013-15VBid Schedule Repair Rates FY2013-2015.docx Page 1 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply 63+HP BACKHOE O/R O/ R DD 90/110 DOUBLE DRUM STEEL ROLLER O/ R ICE THAWING EQUIP(STEAM GENERATING) O/ R 0/ R WATER TRUCK 1000+GAL O/R VIBRATORY DRUM COMPACTOR (SPECIFY TYPE) 60"—84" O/R O/ R 75> HP DOZER O/R O/R O/R RIP CAT 340> HP(90,000 LB) O/R POWER BROOM O/ R RIP CAT 340<HP O/R LABORER RATE O/R O/R Y:\EF\Service Area\Service Area N I\Contracts\Contracts\Road Maintenance Contract FY2013-15\3id Schedule Repair Rates FY2013-2015.docx Page 2 of4 • Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply EXCAVATORS TRACK HOE 6TON(APPROX) RUBBER TRACK 0/R TRACK HOE 12 TON(APPROX) STEEL TRACK O/R TRACK HOE 20 TON(APPROX) STEEL TRACK O/R MISCELLANEOUS EQUIPMENT O/R O/R O/R O/R O/R O/R O/R O/R O/ R O/ R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ per hour for work performed above eight (8) hours per day and forty (40)hours per week for work performed under this contract. MATERIALS (includes overhead) $ per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided - D-I per 2012 City Spec section 205 Third Party testing to be provided 1/4"-3/8" Rock Chips - Sand (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager in accordance with the project specification at cost plus percent(%)profit. The Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any informalities. Upon receipt of written Notice of Award, the formal Agreement between Owner and Contractor will be executed within ten(10)days. Y:AEF\Service Area\Service Area#1AContractsVContracts\Road Maintenance Contract FY2013-15VBid Schedule Repair Rates FY2013-2015.docx Page 3 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Respectfully Submitted: By: (Seal, if proposal is Title: made by a Corporation) Date: Business Address: Telephone: Alaska Contractor's License Number: Expires: Alaska Business License Number: Expires: Y:AEF\Serviee AreaAService Area#1AContractsVContracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.doex Page 4 of 4 KODIAK ISLAND BOROUGH PROPOSAL of NAME OF CONTRACTOR ADDRESS To the Borough Manager of the Kodiak Island Borough: The Undersigned proposes to furnish all labor and equipment required in the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 located within Kodiak Island Borough, Alaska, according to the contract documents therefore and for the amount and prices named herein as indicated on the Bid Schedule herein contained which is made a part of this Proposal. The Undersigned declares the only person or parties interested in the proposal as principals are those named herein; and the proposal is made without collusion with any person, firm or corporation; that he has carefully examined the General Specifications; and that he has made a personal examination of the site of the work and that he is to furnish all labor and equipment specified in the manner and the time prescribed. The Undersigned hereby agrees to execute all documents required within 10 days or such further time as may be allowed in writing by the Borough Manager after receiving written notification of the Intent to Award, and it is hereby mutually understood and agreed that in case we do not,the said Borough Manager may proceed to award the contract to others. Written notice of Intent to Award will be mailed, or otherwise furnished, within ten (10) calendar days after opening of bids. We hereby agree to commence the work within ten (10) days after receipt of the Notice to Proceed, or such further time as may be allowed in writing by the Borough Manager and to be completed in accordance with the final completion deadline of contract expiration 30 June 2015. The Undersigned proposes to guarantee all work performed under the Drawings, Specifications, and Contract, and repair and maintain the same until the date of acceptance by the Borough Manager and one year thereafter or until the expiration of such other guarantees as may be provided by the Contract Documents. The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications (Give number and date each. If not received, write in the word "NONE"). ADDENDA DATE ISSUED ADDENDA DATE ISSUED Signature: Date: Y:\LF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Proposal FY2013-FY2015.doc Page 1 of 1 PRE-BID CONFERENCE AND CERTIFICATE The pre-bid conference has been scheduled to provide for discussion of potential problems, which might arise during the administration of any subsequent contract. All potential bidders are required to attend this conference. No bid will be received from any bidder who does not attend such conference. Prior to admission to such pre-bid conference any potential bidder will be required to furnish the following certificate: CERTIFICATE 1, hereby certify that as a condition to admission to the pre-bid conference for: Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 I. , intends to file a bid in accordance with this solicitation. 2. That if bids were to be called for at the time of the pre-bid conference, that such bidder has examined the plans and specifications to the degree that the submission of a final bid could be made. 3. That such bidder recognizes that the purpose of the pre-bid conference is to resolve ambiguities, inconsistencies, errors or omissions in such plans or specifications. 4. That if subsequent to the award of any contract,as a result ofa need to interpret,enforce or otherwise resolve any ambiguity, inconsistency,error or omission in the plans and specifications, such interpretation,enforcement or resolution shall be made with a preference to accomplishment of the purpose of the contract, without additional cost to the owner, if by any reasonable inference the basis for such action could have been raised and resolved at the pre-bid conference. 5. That this certificate is a material requirement of the solicitation and shall remain a material covenant of the resulting contract. 6. The bidder has visited the site, become familiar with local conditions under which the work is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents. At the conclusion of the pre-bid conference,all inquiries shall be reduced to writing and shall be published as an addendum to this solicitation, so that all bidders may bid on an equal basis, free from error and with a clear understanding of the requirements of this contract. The parties hereto agree that in the event it becomes necessary to determine the meaning, scope or interrelationship of any of the provisions of this contract, the doctrine of the contra proferentem shall not be Y:\EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Pre bid Conf Cert.doc Page 1 oft used. On the contrary, interpretation shall be based on a reasonable basis consistent with the provisions and intent of the article hereof, entitled Pre-Bid Conference. Date By: Title: Y:AEF\Service AreaAService Area#1AContractsVContracts\Road Maintenance Contract FY2013-15\Pre bid Conf Cerldoe Page 2 of 2 CORPORATE ACKNOWLEDGEMENT (To be filled in when Documents are executed in behalf of a Corporation) UNITED STATES OF AMERICA) ) ss: STATE OF ALASKA ) The foregoing instrument was acknowledged before me this day of , 2013 by (Name of Officer) (Title of Officer) of , Corporation, on behalf of said Corporation. (Name of Corporation) Notary Public My Commission Expires Y:\EF\Service Area\Service Area#1\Contracts\Contracts Road Maintenance Contract FY2013-15\Corporate Acknowledgement FY20I2-2013.doc Page 1 of 1 NON-COLLUSION AFFIDAVIT (To be executed prior to award) UNITED STATES OF AMERICA) )ss STATE OF ALASKA I, of (Firm Name) being duly sworn, do depose and state: I, or the firm, association or corporation of which I am a member, a bidder, on the contract to be awarded, by the Kodiak Island Borough, for the construction of that certain construction project designated as: Road Maintenance and Repairs, Snow Removal and Sanding For Service Area #1 located at Kodiak, in the State of Alaska, have not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding a connection with such contract. Contractor Subscribed and sworn to this day of ,20 13. Notary Public My Commission Expires: Y:AEFService AreaAService Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Non Collusion Affidavit.doc Page 1 of I Service Area Selection Process 4/10/13 1. The estimated quantities on the selection forms are for the sole purposes of selecting a low bidder only and are not in any way the actual amount for the year.These are ESTIMATES. 2. You must have prices on your bid schedule for all the items on the selection form in order to be eligible to bid.You do not have to have a price on all the rest of the items on the bid schedule form to be eligible. 3. The equipment can be rented or owned however this must be shown on the bid schedule. If your company does not own the equipment then it is considered rented and must be mark as such on the bid schedule form. 4. The two bid selection forms(repair and maintenance)will be calculated by the Borough Staff using your bid schedule pricing for repair and Maintenance and then added together for a total selection price. FOR BOROUGH STAFF USE ONLY This form will be filled in from the bid schedule pricing sheets. Service Area Selection Bid Form Repair Rate 4/25/13 One Year Estimated Quantity in Hours Bid Price Selection Price 155<Grader 14' Blade 40 X $0 156>Grader 14' Blade or larger 120 X $0 10-12 CY End Dump 550 X $0 Side Dump X $0 Front End Loader CY 3 100 X $0 DD 90/110 Double Drum Steel Roller 200 X $0 Water Truck 1000 Gallon 40 X $0 Track Hoe 6 Ton 20 X $0 Track Hoe 12 Ton 100 X $0 Track Hoe 20 Ton 100 X $0 3" Minus per Ton 250 X $0 Dl per Ton 15,000 X $0 Laborer Rate 400 X $0 Pickup Truck/Laborer 200 X $0 Total Selection Price $0 Only one price will be put in either 10-12 CY End Dump or Side Dump. If you price a side dump on your bid schedule that is the price that will be used for this calculation. KODIAK ISLAND BOROUGH PROPOSAL of NAME OF CONTRACTOR Pvt.M O\f4&fn II C C ADDRESS 3 -7-74- Ne ur'.t UJ et y Kock i r - J14 9QCo/S To the Borough Manager of the Kodiak Island Borough: The Undersigned proposes to furnish all labor and equipment required in the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 located within Kodiak Island Borough, Alaska, according to the contract documents therefore and for the amount and prices named herein as indicated on the Bid Schedule herein contained which is made a part of this Proposal. The Undersigned declares the only person or parties interested in the proposal as principals are those named herein; and the proposal is made without collusion with any person, firm or corporation; that he has carefully examined the General Specifications; and that he has made a personal examination of the site of the work and that he is to furnish all labor and equipment specified in the manner and the time prescribed. The Undersigned hereby agrees to execute all documents required within 10 days or such further time as may be allowed in writing by the Borough Manager after receiving written notification of the Intent to Award,and it is hereby mutually understood and agreed that in case we do not,the said Borough Manager may proceed to award the contract to others. Written notice of Intent to Award will be mailed, or otherwise furnished, within ten (10) calendar days after opening of bids. We hereby agree to commence the work within ten (10)days after receipt of the Notice to Proceed, or such further time as may be allowed in writing by the Borough Manager and to be completed in accordance with the final completion deadline of contract expiration 30 June 2015. The Undersigned proposes to guarantee all work performed under the Drawings, Specifications,and Contract, and repair and maintain the same until the date of acceptance by the Borough Manager and one year thereafter or until the expiration of such other guarantees as may be provided by the Contract Documents. The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications(Give number and date each. If not received,write in the word"NONE"). ADDENDA DATE ISSUED ADDENDA DATE ISSUED Addei Own Po. 1 t&w(D, &0(3 AAdva1dwrt k o,3 ,McN/50Q0i3 Pdr!tndum tin, Z }4w 03, 12/3 Signature: jasti-l—AA..'v Y:\EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-I5\Proposal FY2013-FY20I5.doc Page 1 of 1 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT Type of Labor or Equipment Description, Rental Presently (includes all fuel and one operator) Age, & and/or Owned Condition of Labor Or Rented Equipment Rate/Hour (circle one) 155<HP GRADER 14' Blade a on• Q/R O/R 4-56>HP GRADER ` f y� 14'Blade QUO Ut71 V0 & rL 6B bar!aC, I5 6/R 0/R 8-10 CY SANDER •. ) t, O/R SIR >/�2 V2-5 CY SANDER ■ IM TM 111101111111S0 R O/R 10-12 CY END DUMP/DUMP WITH TILT DECK n2.0 1 f rieglA IHA. 1r C--oc2 jau O/0 'I'' ' • . ` _ ', I e.` , . le, rm. . L(S- 0/ ' 10-12 CY END DUMP WITH PUP 121WWIN.11111112111S sernlagglE O/3 TRACTOR AND SIDE DUMP WI_ 1, • ..t• Lanni l. grZa/ , ,. ..• . illiF�i�� QG R FRONN3T END LOADER 1 'AA-4 'A CY tq Co* gSor ( Good I 155- ✓ �© PICKUP WITH LABORER [,7r)Ogr CGte.VW?lit AJJr G-cc7 -S (s /R LOWBOY TRAILER IWOFri-C.044Wii7411,345d1; LOO ;h5 I Good I 3020) I 043 63+HP BACKHOE ` � Oka& S10 Case- (cod IBS O/ / Y:\EF\Service Area\Service Area kl\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 1 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT DD 90/110 DOUBLE DRUM STEEL ROLLER QuILThsrz. c?-rird O D ?i C) Gcxn4 U S I O/ ICE THAWING EQUIP(STEAM GENERATING) � rfl : (\koc3 vu�.wv Good I (QC) I (6)R WATER TRUCK 1000+GAL Jul& to Pa-l-ibr'aI It 3,000c, Good I I icS v. O/ t` VIBRATORY DRUM COMPACTOR(SPECIFY TYPE)60" -84" JOU) one 5D 4 I Connd I jos 04RD 75>HP DOZER q9(0 'Salo De-evc SS() CT Geed I faS I OCR1) RIP CAT 340>HP(90,000 LB) I O/R RIP CAT 340<HP Io14-14 [.al- p--3' I Goo 13 00 O/RG1 POWER BROOM grog{' ( (APIWule+ u)1441 weepSi-Pr Gond I I .30 I R EXCAVATORS TRACK HOE ETON(APPROX)RUBBER TRACK I G-ooci i U '- I 0/e) 07o0+. BO bcoir 3_3 _• TRACK HOE 12 TON(APPROX) STEEL TRACK X 1 '3O ? I G-r)( 1 1 1st-) ✓ 0 l6) TRACK HOE 20 TON(APPROX)STEEL TRACK 7 )C I ( oO (rood 1 ,)QC) ( O/n LABORER RATE 1-5- ✓ O/R O/R Y:\EF\Service Area\Service Area Hl\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 2of3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT MISCELLANEOUS EQUIP O/R O/R O/R O/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental$ CCj per hour for work performed above eight(8)hours per day and forty (40)hours per week for work performed under this contract. MATERIALS (includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided 0/50 D-1 per 2012 City Spec section 205 Third Party testing to be provided I C t W ✓ /."-3/8"Rock Chips &C-10() Sand aS 1 00 ✓ (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to famish other materials not listed above when requested by the Borough Manager or designee in accordance with the project specifications at cost plus c percent(%)profit. Y:\EF1Service Area)Service Area#I\Contracts\Contracts\Road Maintenance Contract FY2013-t5\Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 3 of 3 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Type of Labor or Equipment Description, Rental and/or Presently Owned (includes all fuel and one operator) Age, & Labor Rate/Hour Or Rented Condition of (circle one) Equipment 155<HP GRADER 14' Blade ()CD V/Avo C.'-ICI pt (-rood R O/R 156>HP GRADER 14' Blade QeQ Vn�Vv Cr� qo 6- d ' ✓ Q/R O/R 8-10 CY SANDER 00 -n Ietrre-r0na\ u 1 1 tient con fw r C-ond st) C R 2 '/2-5 CY SANDER 3eoc? Ckkeuyn frt & i4-6 Sn I Pe 55 G-nnrl O/R 10-12 CY END DUMP/DUMP WITH TILT DECK lXI Yie !/7 ii/2PA� t' /02O v O 10-12 CY END DUMP WITH PUP /999 !iii.2n,sli vim JnXde ro/trovtt.,24 . keg o O/R TRACTOR AND SIDE DUMP /W() iaiq 44 P 10/P Y h s-1.�/y�,7 1 J t y r I 6019d I /a c ' II R FRONT END LOADER 1 V2-4 'A CY 1qq (o - 2/s l j /3 ✓ t PICKUP WITH LABORER � R OOL? Ch vcN/eA 3cu- (,od dR LOWBOY TRAILER i el L _ !. It t[♦ r Croe - O a Y:\EF\Service Area Service Area ti IlContracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 1 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply 63+HP BACKHOE Joel (afe 5 O (rood 150 0 O/R DD 90/110 DOUBLE DRUM STEEL ROLLER o2UOt 7r 'z// ,Pend DD?() I G-(50 el //5 / O/6-) ICE THAWING EQUIP(STEAM GENERATING) 010/.1 /1ojnnu/ 7 6-6/91 C00 (41R 0/R WATER TRUCK 1000+GAL 0200& ,ThkenaLlrY,Y ild0 30&2yo/ I 600 0/ I /35 ✓ °CJ VIBRATORY DRUM COMPACTOR(SPECIFY TYPE) 60"-84" ,70/O .f�n✓[v. S1) SY (00 " Coat/ /05 o IR 75>HP DOZER /SCI( in Deere- 5sD G 6-0o d id 5T oft O/R O/R RIP CAT 340>HP(90,000 LB) O/R POWER BROOM 07(u) lMnileP[vAli /�LFQDS'/ I 6--orx, I /30 I (9/R RIP CAT 340<HP /9W in "- B-g I (rend I 200 I °c) LABORER RATE /"S ✓ O/R 0/R Y:\EF\Service Area\Service Area 41\Contracts\Contracts\Road Maintenance Contract FY20I3-15\Bid Schedule Repair Rates FY2013-20I5.docx Page 2 of Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply EXCAVATORS TRACK HOE ETON(APPROX)RUBBER TRACK I Cop d I I/0 ✓ O 02 00* Scb«sr 3 3-- TRACK HOE 12 TON(APPROX)STEEL TRACK L /30 B Good /5-0 ✓ I Ol6) TRACK HOE 20 TON(APPROX)STEEL TRACK Z)( /(DC) Good t?U() / O MISCELLANEOUS EQUIPMENT O/R O/R O/R O/R O/R O/R O/R O/R O/R O/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ r2s per hour for work performed above eight (8) hours per day and forty(40)hours per week for work performed under this contract. MATERIALS(includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided 5,50 D-1 per 2012 City Spec section 205 Third Party testing to be provided dat- 1/4"-3/8"Rock Chips p?s,o( Sand Si O() (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager in accordance with the project specification at cost plus /cc percent(%)profit. The Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any informalities. Upon receipt of written Notice of Award,the formal Agreement between Owner and Contractor will be executed within ten(10)days. Y:IEF\Service Area\Service Area#1\Contracts\Contraets\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 3 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Respectfully Submitted: , �M `ti i l\4a" an ce. t�1 By: -helKl L3lIlICkwlsor (Seal, if proposal is Title: ( 5 kV)(°,N made by a Corporation) Date: Vti Q 1 \1- 0‘.3 Business Address: ,- L • Telephone: Rn-} - Lj '(p --c33CRC' Alaska Contractor's License Number: 3Fsto39 Expires: _- I • Alaska B y.sinesss Lice1 se Number: Expires: l a j-3 Y:\EPService Area\Scrvice Area 81\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 4 of 4 No. 38639 Effective: STATE OF ALASKA Effecc tive:03/2 I/2013 Expires: 12/31/2014 DEPARTMENT OF COMMERCE,COMMUNITY&ECONOMIC DEVELOPMENT Division of Corporations,Business and Professional Licensing P.O. Box 110806,Juneau,Alaska 99811-0806 Certifies that AIM MAINTENANCE Is A Registered General Contractor without Residential Contractor Endorsement Commissioner: Susan K. Bell �O Alaska Business License# 978415 Alaska Department of Commerce, Community, and Economic Development Division of Corporations, Business and Professional Licensing P.O. Box 110806,Juneau,Alaska 99811-0806 This is to certify that A I M MAINTENANCE 377 NEVA WAY KODIAK AK 99615 owned by ATHENAS Y WILLIAMSON is licensed by the department to conduct business for the period August 30, 2012 through December 31, 2013 for the following line of business: 81 -Services `, of 1'It This license shall not be taken as permission to do business in the state without 9'P�'-"� S?, having complied with the other requirements of the laws of the State or of the United States. 15' M This license must be posted in a conspicuous place at the business location. 1?1sa e + s t , It is not transferable or assignable. Susan K. Bell Commissioner C)'dLA9:$" �pe' ® p `2 . 1 ^T f t t 2 tks .,. /f,.., ;} PiZtf w• a w ' - f�„ L. '7-........- ,, � L7F . i ✓ C it‘c } . > O • h l J 41- - J .. ( . . .a~' }.,�.1 :fir'•+'.`_� y. 1 5 ' ''� JJJ� .. .l p i 19 . ,' 1 . - i - . . 4 yJ ^ k 7 ;4:4-'... a '' 4 F� „ t j4 4 +k•' Y_� t b ' lY t � �, s.«.. ' Y ?a1,/i'r v i 1IP Q Y v r . • Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT Type of Labor or Equipment Description, Rental Presently (includes all fuel and one operator) Age,& and/or Owned Condition of Labor Or Rented Equipment Rate/Hour (circle one) 155<HP GRADER acyyj vo/✓a 14' Blade E}[GgM 'r 0/R 156>HP GRADER 14' Blade 200 Volvo ,2a?/ /ys'—" ✓' O/1 O/R 8-10 CY SANDER ,g6” n9ranlitnn,,, ( 7400 ?7JA Su•b/i°.e.. / />3" / 1 R ,3.6 Ic 7i'rnt-Y�.�S,.al Caaide,t 1LJc/ 20//1 Svice/1- - O 1 R >2%-5 CY SANDER 7ie9 FXC=/1r.A' „//v y /rule, Wei .3 c c-' fr xcti//�<m 4 Ks se— ✓ (o)/R Pvi/rt4 c ct,t Ser O/R 10-12 CY END DUMP/DUMP WITH TILT DECK earr l7 toel dit;Apir-- $',csn=-,.l (07R pfiL)-(/ 'f,'J?ec,l Kh,r Say/e r O/R 10-12 CY END DUMP WITH PUP Xc-r-.//e,✓v- /999 1Cet/fe G,I/n vy CAttach 3,44de ,.. /?r L$/Sly or, (%R C'Soncrry 26 reams' TRACTOR AND SIDE DUMP 6kC a27-- /?r(,1C. r/w vx 4//?OTZ Cv/s-14-, -7(:41e S^Ve f/SG1 (o)R CA-Azetry it'Y ran-k3 FRONT END LOADER 1 1/2-4 %2 CY /9 W, re r 95vrcrnl-rs Z! 4'1 /97x V"/G1- X R PICKUP WITH LABORER .?,/905/ 644 0 SLY+ yxy 4 Y ✓ (G%/R O/R LOWBOY TRAILER `-r)eel /their AlN5 3,444 1137,c I (6)R 63+HP BACKHOE ,/ / 004 ,5.Q1 rrii/1G ( /YO O Y:\EF\Service ArealService Area II 11Contracts\Contracts\Road Maintenance Contract FY2013-1513id Schedule Maintenance Rates FY2013-2015(2).doc Page 1 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT DD 90/110 DOUBLE DRUM STEEL ROLLER Clod MNfir-rctr! /24..Sc/ /)D 90 1 02000 t;2 ) s I (BY R ICE THAWING EQUIP(STEAM GENERATING) [»`l "tivws y $ssCS I R WATER TRUCK 1000+GAL ����J7 /� /�, ; _ A t—.gene. I FAO' .?ern 1Y'n/7.a✓r /O.T' I V R VIBRATORY DRUM COMPACTOR(SPECIFY TYPE)60" -84" Yc- /4,ah4 ;0 in IA0 .20 1Ah457)-" 0/R 75>HP DOZER Et-Pe.,/,/ 9e/ ac,V A) 00.erH. rci)a-Lr / 9 ri,/, 1/ i?lJ`� I 6).) R RIP CAT 340>HP(90,000 LB) O/R RIP CAT 340<HP Vie(, /97q /)-,4 I /974/ 1$$m I ()R I POWER BROOM rkelleets 7O07 A-sli ,txd .5-7-.ter 1 / /m "° I R EXCAVATORS Alto 4 TRACK HOE 6TON(APPROX)RUBBER TRACK Zeyeig 1,172311-& al R TRACK HOE 12 TON(APPROX) STEEL TRACK £ kJ(e,z7+ !)/G' Ko7M4!T-SLl I AC/0 1 /9/S" ' ()R TRACK HOE 20 TON(APPROX)STEEL TRACK n erllN N Cr,'t -?2T, C' t 2 006 12s'o 9=-,„V 60)/R LABORER RATE • fcr YYIa.0 F k rr2 4/ sr ✓ J R O/R Y:\EPService Area\Serviee Area N 11Contrects\Contracts\Road Maintenance Contract FY2013-1 Said Schedule Maintenance Rates FY2013-2015(2).doc Page 2 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT MISCELLANEOUS EQUIP O/R O/R O/R O/R OVERTIME RATES: The Proposer agrees torovide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ O$- per hour for work performed above eight(8)hours per day and forty (40)hours per week for work performed under this contract. MATERIALS(includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided ,0 3 so D-1 per 2012 City Spec section 205 Third Party testing to be provided 7/' :a /"-3/8"Rock Chips ,2S� ✓ Sand (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager or designee in accordance with the project specifications at cost plus /e) (%)profit. Y:\EF1Service Area\Service Area II l\Cmnracts\Contracts\Road Maintenance Contract FY20I3-15'Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 3 of 3 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Type of Labor or Equipment Description, Rental and/or Presently Owned (includes all fuel and one operator) Age,& Labor Rate/Hour Or Rented Condition of (circle one) Equipment l55<HP GRADER r� 14' Blade 460r 1.16(LJO w//c .9lc ev nle elAar /AY' ✓ 0 6D r2CY.�/ O/R 156>HP GRADER 14' Blade1(1a/ l'-/ t w/y'aide_ cxe/e ier-Ss / Jld J-i lzv 2cr,( O/R 8-10 CY SANDER Died er✓Y- 4' / >5_e&-L_ !al)/R 2di0 7.4e..rirree>,/ Sra.�e-r Mc-Y O/R 2 ''A-5 CY SANDER �y . ()(541. feWc4rR1e 6Hsi ,11 gyar ri ±r - P rQi et�J R 6 r'IC 1,i-no W s' A/,3r lu.= 5tA er _ o/R 10-12 CY END DUMP/DUMP WITH TILT DECK facer•% 777f too r i/2tery mej/r17 3«./. ¢/e J �1 R O/R 10-12 CY END DUMP WITH PUP _eXe�4,eam- /r5f.tn.' 4l//p9> a.rfi er..doe.. r: 1117 ' Arr v Cvi'/R O/R O/R TRACTOR AND SIDE DUMP 1995- Racity.Ar w1/20y2 Smfl%'ee) 34y, I #/in- R SFotn O to Cede-a'Y 7?WS FRONT END LOADER 1 'G-4 G CY Cited/n-1,9' O/R PICKUP WITH LABORER EXe -(/Prat atrC"4 s-sic 2SDO WV 7r',-94/ 'f""5 ✓ CY R O/R LOWBOY TRAILER Breve/ 9S'/ /-('ac/ /C/. 3•z-X/ I 1 r& I O/R I Y:\EFlSmice Area\Service Area ill\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page I of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply 63+HP BACKHOE 0+6']%)/44¢,✓? ;20-6 h :sic &s.4'c . i50 o/ej O/R DD 90/110 DOUBLE DRUM STEEL ROLLER /leg/ r Pty,ari!Srr/ QA 90 :ZOIXi I /o1 r` t C.OI R ICE THAWING EQUIP(STEAM GENERATING) („,at,( Zo 14%r ry S S—< R O/R WATER TRUCK 1000+GAL E_xcc/%62- ;g/,t_5 6 OTOr-er44&4M.y/ Zi/ad I 1 ��c.F. J R 3,arryo VIBRATORY DRUM COMPACTOR(SPECIFY TYPE) 60"-84" 2o o V)In) 7v , Js 2/ seta 52,:te) '' / R O/R 75>HP DOZER/ A )/c /7e>c �97/ :ToAiAJ Awl-ea Arty /if‘ N (WR O/R O/R RIP CAT 340>HP(90,000 LB) O/R POWER BROOM JtC€/lraN- yV s o7 Stec/'. 4/ IPACU 7 / (Y R RIP CAT 340<HP 6-OS l t/ Ca -- n—r"' I /79V ! 3LJ"—e- @I R (2S0M) LABORER RATE /let `T4IO S.J NO"' 4, >la V 0/R O/R Y:\EF'lService Area\Service Area ii I\Contracts\Contracts\Road Maintenance Contract FY2013-I5\Bid Schedule Repair Rates FY2013-2015.docx Page 2 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply EXCAVATORS .,200e ICu/tip `II y ;00-Y ,$ TRACK HOE 6TON(APPROX)RUBBER TRACK I,gc.g//e&r I 42,3-- --)� ,/ t�0 R TRACK HOE 12 TON(APPROX)STEEL TRACK 2rf0 ao/r Kan/Area I Fxct/ltr le/YS - v (0)/R TRACK HOE 20 TON(APPROX)STEEL TRACK 20.06 /{� .2c'Yl(, /'AT .2.2oc I EXee/ove ✓' �yo- I R MISCELLANEOUS EQUIPMENT O/R O/R O/R O/R O/R O/R 0/R 0/R 0/R O/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ 23 per hour for work performed above eight (8) hours per day and forty(40)hours per week for work performed under this contract. MATERIALS(includes overhead) $per Ton SO 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided .X D-I per 2012 City Spec section 205 Third Party testing to be provided / 1,9 1/4"-3/8"Rock Chips J Sand if a; = (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager in accordance with the project specification at cost plus /O % percent(%)profit. The Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any informalities. Upon receipt of written Notice of Award, the formal Agreement between Owner and Contractor will be executed within ten(10)days. Y:\EF\Service Area\Service Area N t\Contracts\Connacls\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 3 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Respectfully Submitted: Rr,-2 F'SA Qy bac/acts e By: Sre2 //-c? (Seal, if proposal is Title: �7/� u l vt!• made by a Corporation) Date: ,S-/i 7/i07 Business Address: ,774tee S}Srs st/r.,.y kc,r-/;c, i1 ,1-/r99 c/r Telephone: 9t# -1/?Y Alaska Contractor's License Number: Expires: /2- 3/- ,2L%/t/ Alaska Business License Number: 0/002-7/ Expires: Dec'. ,q/ - ,26(Y • Y:\EF\Service Area\Service Area#I\Contracts\Contracts\Road Maintenance Contract FY2013-151Bid Schedule Repair Rates FY2013-2015.docx Page 4 of 4 KODIAK ISLAND BOROUGH PROPOSAL / of 74-2_ ice`Sh NAME OF CONTRACTOR � 4, Jave leers Aak ADDRESS e r . A- s. • _ . ..r J r . To the Borough Manager of the Kodiak Island Borough: The Undersigned proposes to furnish all labor and equipment required in the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area 41 located within Kodiak Island Borough, Alaska, according to the contract documents therefore and for the amount and prices named herein as indicated on the Bid Schedule herein contained which is made a part of this Proposal. The Undersigned declares the only person or parties interested in the proposal as principals are those named herein; and the proposal is made without collusion with any person, firm or corporation; that he has carefully examined the General Specifications; and that he has made a personal examination of the site of the work and that he is to furnish all labor and equipment specified in the manner and the time prescribed. The Undersigned hereby agrees to execute all documents required within 10 days or such further time as may be allowed in writing by the Borough Manager after receiving written notification of the Intent to Award,and it is hereby mutually understood and agreed that in case we do not,the said Borough Manager may proceed to award the contract to others. Written notice of Intent to Award will be mailed, or otherwise furnished, within ten (10) calendar days after opening of bids. We hereby agree to commence the work within ten(10)days after receipt of the Notice to Proceed, or such further time as may be allowed in writing by the Borough Manager and to be completed in accordance with the final completion deadline of contract expiration 30 June 2015. The Undersigned proposes to guarantee all work performed under the Drawings, Specifications,and Contract, and repair and maintain the same until the date of acceptance by the Borough Manager and one year thereafter or until the expiration of such other guarantees as may be provided by the Contract Documents. The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications(Give number and date each. If not received,write in the word"NONE"). ADDENDA DATE ISSUED ADDENDA DATE ISSUED l 7YJay Yh� 2 3 3 ,/ As- .20/i #.- -r9&/ /3r4 7413 Signature: AV, Date: OA/ /X ,VG/3 Y:\EF\Service Area\Scrvice Area p'Contracts\Contracts\Road Maintenance Contract FY2013-151Proposal FY2013-FY2015.doc Page 1 of 1 CORPORATE ACKNOWLEDGEMENT (To be filled in when Documents are executed in behalf of a Corporation) UNITED STATES OF AMERICA) )ss: STATE OF ALASKA ) The foregoing instrument was acknowledged before me this ?day of �Ja,9, 2013 by . �t-t�.ti/_�/Y-r/O4A -- (Name of Officer) (Title of Officer) of /9 f%Sfj ,'yean npr /,arc ,Corporation,on behalf of said Corporation. (Name of Corporation) .0011119194 J.••.. '°ii _ OF. j !ypwy o Z Nota Public Et COO S = c R � pubN_as 0, 4,4 My Commission Expires 6GI26I20i 6 itfr of f3/41 Y:1EP.Servicc Area\Service Area#11Contracts\Contracts\Road Maintenance Contract FY2013-I5\Corporate Acknowledgement FY2012-2013.doc Page I of I • No. 25900 Effective: 1019/2012 STATE OF ALASKA Expires: 12/3 U2014 DEPARTMENT OF COMMERCE,COMMUNITY 8 ECONOMIC DEVELOPMENT Division of Corporations,Business and Professional Licensing P.O. Box 110806, Juneau,Alaska 99811-0806 Certifies that L-) at R FISH t;Y PRODUCTS INC Is A Registered General Contractor without Residential Contractor Endorsement Commissioner: Susan K. Bell • • • • Alaska Business License# 402571 • Alaska Department of Commerce, Community, and Economic Development Division of Corporations, Business and Professional Licensing P.O.Box 110806,Juneau,Alaska 99811-0806 This is to certify that • B & R FISH BY PRODUCTS INC 2231 THREE SISTERS WAY KODIAK AK 99615 owned by B& R FISH BY PRODUCTS INC is licensed by the department to conduct business for the period October 02, 2012 through December 31,2014 for the following line of business: 23-Construction OF Tit l, This license shall not be taken es permission to do business in the state without 4,'�c 'r°•' having complied with the other requirements of the laws of the State or of the United States. � � " ��'""'" . `,*. This license must be posted in a conspicuous place at the business Iocaflon. • ;$.. � It is not transferable or assignable. • 'otn44"-Av,c.;Y Susan K. Bell \•alt ' / Commissioner • • RCECEIEVE . Pal MAY 17 2013 at\U KODIAK ISLAND BOROUGN • 710 MITI Bay Rd Kodiak AK'99615 • //eco roc ic &/c cizerzic2.77 I7rr/V. ' J3 (77LD •7/e) `// '/Sr&y 404 Ctrvtc 6 I.3tc, KODIAK ISLAND BOROUGH PROPOSAL of NAME OF CONTRACTOR Brechan Enterprises, Inc. ADDRESS 2705 Mill Bay Rd. Kodiak,AK 99815 To the Borough Manager of the Kodiak Island Borough: The Undersigned proposes to furnish all labor and equipment required in the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 located within Kodiak Island Borough, Alaska, according to the contract documents therefore and for the amount and prices named herein as indicated on the Bid Schedule herein contained which is made a part of this Proposal. The Undersigned declares the only person or parties interested in the proposal as principals are those named herein; and the proposal is made without collusion with any person, firm or corporation; that he has carefully examined the General Specifications; and that he has made a personal examination of the site of the work and that he is to furnish all labor and equipment specified in the manner and the time prescribed. The Undersigned hereby agrees to execute all documents required within 10 days or such further time as may be allowed in writing by the Borough Manager after receiving written notification of the Intent to Award, and it is hereby mutually understood and agreed that in case we do not,the said Borough Manager may proceed to award the contract to others. Written notice of intent to Award will be mailed, or otherwise furnished, within ten (10) calendar days after opening of bids. We hereby agree to commence the work within ten (10)days after receipt of the Notice to Proceed, or such further time as may be allowed in writing by the Borough Manager and to be completed in accordance with the final completion deadline of contract expiration 30 June 2015. The Undersigned proposes to guarantee all work performed under the Drawings, Specifications,and Contract, and repair and maintain the same until the date of acceptance by the Borough Manager and one year thereafter or until the expiration of such other guarantees as may be provided by the Contract Documents. The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications(Give number and date each. If not received,write in the word "NONE"). ADDENDA DATE ISSUED ADDENDA DATE ISSUED One 5/06/13 Three 5/15/13 Two 5/13/13 Signature: Date:5/1 7/1 3 Y:Y'flsavice AreaLtiacice Area#1 tContr cteContmcts\Road Maintenance Contract F'Y2013-15V'mposal I"Y21113-PY21115,doc Page I or l CORPORATE ACKNOWLEDGEMENT (To be filled in when Documents are executed in behalf of a Corporation) UNITED STATES OF AMERICA) )ss: STATE OF ALASKA ) The foregoing in, ent was a,%rwledged before me this t�day of May 2013 by James H. Graham �� Vice President (Name of Offi�� (Title of Officer) of Brechan Enterprises, I c. Corporation,on behalf of said Corporation. (Name of Corporation) 1 f ...._ . ......,„..., . Notary Public My Commission Expires9 26/2 �, . . ,.. OFFICIAL SEAL "-� IMELDA RODRIGUEZ j°r mray mnL Emotes��I) Y:1EF\Se vice Anm\Scrvicc Area d 11Contnicu\Contracts\Road Maintenance Contract}Y2013-15\Corpondc Acknowhxlgchnari FY20 12-2013.doc Page 1 of I NON-COLLUSION AFFIDAVIT (To be executed prior to award) UNITED STATES OF AMERICA) )ss STATE OF ALASKA ) I, James H. Graham of Brechan Enterprises, Inc. (Firm Name) being duly sworn, do depose and state: I, or the firm, association or corporation of which I am a member, a bidder, on the contract to be awarded, by the Kodiak Island Borough, for the construction of that certain construction project designated as: Road Maintenance and Repairs,Snow Removal and Sanding For Service Area#1 located at Kodiak, in the State of Alaska, have not, either directly or indirectly, entered into any agreement, participated 'n any collusio1 or otherwise taken any action in restraint of free competitive bidding a co nection with s i.ntract. Brechan Enterprises, Inc �' Contractor Subscribed and sworn to this / 7 day of -7Ai ,2013. -- -..a: .e r�� Notary P 1111 My Commission Expires: /d,,. 0/ 20/ i Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT DD 90/110 DOUBLE DRUM STEEL ROLLER ✓ IR DD 90 I Good I 172.00 I O t R IR DD-110 Good 187.00 ICE THAWING EQUIP(STEAM GENERATING) 3000 PSI Steam Cleaner Very Good I 77.00 I 0 r R WATER TRUCK 1000+GAL KW Water Truck 5000 GAL Very Good 143.00 ✓1 0 R VIBRATORY DRUM COMPACTOR(SPECIFY TYPE)60" -84" IR SD 160 I Very Good I 167.00 I 0 R 75>HP DOZER CAT D-4(80 Hp) Good 137.00 I 0 R RIP CAT 340>HP(90,000 LB) CAT D-9 L I Good 277.00 I 0 R RIP CAT 340<HP CAT D-6 M I Very Good I 172.00 I O 'R POWER BROOM Walden I Good I 132.00 I 0 TRACK HOE 6TON(APPROX)RUBBER TRACK/HR- 32 I Good i 122.00 4 0/R TRACK HOE 12 TON(APPROX) STEEL TRACK Volvo, ECR-88 I Very Good I 137.00 ✓I 0/R TRACK HOE 20 TON(APPROX)STEEL TRACK Komatsu PC 200 Very Good I 202.00 ✓I 0 'R I LABORER RATE Private Rate 70.00 ✓ 0 /R O/R Y:UWI Savic:Anna1Sc vicv Amu#I\Couhnc&Contracts1Roud Mam cnnnec Conuuct FY2013-1 A13id Schaluk Maiutivanc: RaKz FY2013-2015(2).dov ` Page 2 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT Type of Labor or Equipment Description, Rental Presently (includes all fuel and one operator) Age,& and/or Owned Condition of Labor Or Rented Equipment Rate/Hour (circle one) 155<HP GRADER I4' Blade 0 R Champ 730 Good 142.00 r4 0 R 156>HP GRADER 14'Blade 0 R CAT 16G Good 257.00 / O R 8-10 CY SANDER {{{ KW Sander 10 cy Good 153.00 �I 0 R li O R >2 V2-5 CY SANDER Sander 2.5 cy Good 153.00 I 0 R O R 10-12 CY END DUMP/DUMP WITH TILT DECK KW Truck Very Good 148.00 f 0 R KW Truck with Tilt Very Good _ 168.00 0 R 10-12 CY END DUMP WITH PUP Truck and Pup I Very Good I 168.00 I 0 R TRACTOR AND SIDE DUMP Truck and Side Dump I Very Good I 178.00 I 0 'R I FRONT END LOADER l '12-4 %2 CY Komatsu WA 320 I Good I 132.00 ✓I. 0 'R PICKUP WTIH LABORER Pickup with Laborer 67.00 ✓ 0 'R 0 'R LOWBOY TRAILER 80 ton lowboy I Very Good I 353.00 I 0 R I 35 ton step deck Very Good 193.00 63+HP BACKHOE CASE 580 L I Very Good I 122.00 I 0 R Y:lli1'Savia Ma\Saviu:Arca#l\Contracls'e mmcts Road Maintain=Contract l+Y2013-1511iid&hcdule Mtdntaiancc Rate:FY2013-2015(2).cl c Page 1 of 3 Bid Schedule FY2013-2015 • MAINTENANCE RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT MISCELLANEOUS EQUIP -■.-.., CAT 4000#squirt boom forklift Good 167.00 0 R O R O R 0,R OVERTIME RATES: The Proposer agrees grees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental$ 17.00 per hour for work performed above eight(8)hours per day and forty (40)hours per week for work performed under this contract. MATERIALS(includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided 10.25 D-1 per 2012 City Spec section 205 Third Party testing to be provided 12.90 ✓ A"-3/8"Rock Chips 37.20 V. Sand 36.55 ✓ (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager or designee in accordance with the project specifications at cost plus 20 percent(%)profit, Y:Mi1\Savicc ArealScviee Axe#1\ConbucIs1Coutnwts\Roud Main1mau:e Cmante(FY20 t 3-15U1id Schedule Mnintennncc Rate FY2013-2015(2)_duc Page of 3 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Type of Labor or Equipment Description, Rental and/or Presently Owned (includes all fuel and one operator) Age,& Labor Rate/Hour Or Rented Condition of (circle one) Equipment 155<HP GRADER 14' Blade 0/,R Champ 730 Good 155.00 ✓ O/R 156>HP GRADER 14' Blade 0/ CAT 16G Good 270.00 J 0/R 8-10 CY SANDER Sander 10 cy Good 176.00 0/R O/R 2'/:-5 CY SANDER Sander 2.5 cy Good 176.00 0/R O/R 10-12 CY END DUMP/DUMP WITH TILT DECK KW Truck Very Good 171.00 O/R KW Truck with Tilt Very Good 191,00 O/R 10-12 CY END DUMP WITH PUP KW Truck and Pup Very Good 191.00 ✓ 0/R O/R O/R TRACTOR AND SIDE DUMP KW Truck and Side Dump I Very Good I 201.00 ✓ I O/R FRONT END LOADER 1 '/s-4 '/a CY Komatsu WA 320 Good 145.00 ✓ O/R O/R PICKUP WITH LABORER Pickup with Laborer 91.00 ^✓ 0/R o/R LOWBOY TRAILER 80 ton lowboy Very Good 376.00 I 0/R y.1ti4&rvicc ArvaV1 35 ton step deck ilicisidt„d Ma Very Good 216.00 lar kiatt-r• FY2013-2015.doct Page 1 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply 63+HP BACKHOE CASE 580 L Very Good 135.00 0/ 0/R DD 90/110 DOUBLE DRUM STEEL ROLLER IR DD-90 Good l 185.00 ✓ I O/R IR DD-110 Good 200.00 ICE THAWING EQUIP(STEAM GENERATING) 3000 PSI Steam Cleaner Very Good 101.00 0/k O/R WATER TRUCK 1000+GAL KW Water Truck 5000 GAL Very Good 166.00 Ni I 01 R VIBRATORY DRUM COMPACTOR(SPECIFY TYPE) 60"-R4' IRSD160 Very Good 180.00 OIR 0/R 75>HP DOZER CAT D-4(80 Hp) Good 150.00 O/R O/R 0/R RIP CAT 340>HP(90,000 LB) CAT D-9L I Good I 290.00 O/R POWER BROOM Waden I Good I 145.00 I O/R RIP CAT 340<HP CAT D-6M I Very Good I 185.00 I 0/R I LABORER RATE Labor Rate 85.00 ✓ 0/R CIR Y:tu scnia:Ana\S4avice Area#I\Conlnwls\Conlnx:ts\Rouil Maintenance Contract FY2013-15113id Schedule Repair Rates FY2013-2015doce Page 2 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply EXCAVATORS TRACK HOE ETON(APPROX)RUBBER TRACK I I 0/R HR-32 Good 135.00 ✓ TRACK HOE 12 TON(APPROX) STEEL TRACK Volvo, ECR-88 I Very Good I 150.00 ✓ I 0/R TRACK HOE 20 TON(APPROX)STEEL TRACK Komatsu PC 200 I Very Good I 215.00 ✓ I 0/R MISCELLANEOUS EQUIPMENT CAT 4000#squirt boom forklift Good 180.00 0/R 0/R 0/R O/R O/R 0/R 0 0/R 0/R 0/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ 22.00 per hour for work performed above eight (8) hours per day and forty(40)hours per week for work performed trader this contract. MATERIALS(includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided 10.25 V' D-1 per 2012 City Spec section 205 Third Party testing to be provided 12.90 ✓ 1/4"-3/8"Rock Chips 37.20 Sand 36.55 (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager in accordance with the project specification at cost plus 20 percent(%)profit. The Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any informalities. Upon receipt of written Notice of Award, the formal Agreement between Owner and Contractor will be executed within teu(l0)days. Y:111115uvi c An:alSavice Area#1 C ontraets\ContrucIs\Roaad Mainteunuce Contnu:t FY2013-15U3id Sellable Repair Rates FY2013-2015.doc< ['age 3 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Res l lily Submittell fra By:,mes H.Graham (Seal, if proposal is Tide: Vice President made by a Corporation) Date: 5/17/13 Business Address: 2705 Mill Bay Rd. Kodiak,AK 99615 Telephone: (907)486-3215 Alaska Contractor's License Number: 441 Expires: 12/31/14 Alaska Business License Number: 1858 Expires: 12/31/14 Y:\IiF1Scvice Ate\Su vice Area ti I\Contracts Conlructs Ru d tvkaintamwce C.ontna:l FY2013-15113id Sctudhdc Repair Rates FY2013-2015.docs Page 4 of 4 No. 441 STATE OF ALASKA. fr.�rio !]z) ?W4 DEPARTMENT OF COMMERCE,COMMUNITY a ECONOMIC DEVELOPMENT Division of Corporations, Business and Professional Licensing P.O. Box 110806,Juneau,Alaska 99811-0806 Certifies that BRECHAN E TEERP ISES INC Is A. Registered General Contractor without Residential Contractor Endorsement Commissioner: Susan K. Bell • il L._—__4 sri Atostca 2._,, _icensa r' ueEs AA I; a�aska Department of Commerce, Community, and =CO„J t': Develop inept 1 Division of Corporations, Business and Profe ssicnei Licensing n I P.O. Box 110806, Juneau,Alaska 8961'i-0206 This is to certify that I { BRECHAN ENTERPRISES NC.,, , II o II / ■: 2705 DILL BAY ROAD KODAK AK �12�15 , owned by ii, I BRECHAN ENTERFRiSES NO I A • p 1 is licensed by the department lc conduct business for the pe,ied • 7 October 15, 2012 througn Decam;er 31, 2014 I for the following he of brlstras i i Q 22- Constrec`ien . A /t, OF \_ This license shall not be taken as permission to do business in the state without r : '�. S� having complied with the other requirements of the laws of!�e State or of the United 3,at:c. • /F� a.1F@ • \ it t. '} ^•1 This license must be posted in a conspicuous place et the business location. • '' '-' "` It is not transferable or assignable. trrlic�... -s _i / Susan K. sell '% Commissioner i ii II' • L __. ...---- • Brechan.Enterprises, Inc 2705 Mill Bay Rd. Kodiak, AK 99615 [ MAY 1 l 2013 I ENGINEERING&KIB FACILITIES DEPT t KODIAK ISLAND BOROUGH ATTN: BOROUGH MANAGER, Room 125 710 Mill Bay Road - .- Kodiak, AK. 99615 Bid for: Road Maintenance and Repairs, Snow Removal and Sanding for Service Area 1 Bid Date: May 17, 2013 at 3:00 pm (local time) 1 '. KODIAK ISLAND BOROUGH PROPOSAL of f ' NAME OF CON ' •CTOR vt� �b1 IUJf ,� v , L�-L, ADDRESS � F I . ._ rg ii To the Borough Manager of the Kodiak Island Borough: The Undersigned proposes to furnish all labor and equipment required in the Road Maintenance and Repairs, Snow Removal and Sanding for Service Area #1 located within Kodiak Island Borough, Alaska, according to the contract documents therefore and for the amount and prices named herein as indicated on the Bid Schedule herein contained which is made a part of this Proposal. The Undersigned declares the only person or parties interested in the proposal as principals are those named herein; and the proposal is made without collusion with any person, firm or corporation; that he has carefully examined the General Specifications; and that he has made a personal examination of the site of the work and that he is to furnish all labor and equipment specified in the manner and the time prescribed. The Undersigned hereby agrees to execute all documents required within 10 days or such further time as may be allowed in writing by the Borough Manager after receiving written notification of the Intent to Award,and it is hereby mutually understood and agreed that in case we do not,the said Borough Manager may proceed to award the contract to others. Written notice of Intent to Award will be mailed, or otherwise furnished, within ten (10) calendar days after opening of bids. We hereby agree to commence the work within ten (10) days after receipt of the Notice to Proceed, or such further time as may be allowed in writing by the Borough Manager and to be completed in accordance with the final completion deadline of contract expiration 30 June 2015. The Undersigned proposes to guarantee all work performed under the Drawings, Specifications,and Contract, and repair and maintain the same until the date of acceptance by the Borough Manager and one year thereafter or until the expiration of such other guarantees as may be provided by the Contract Documents. The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications(Give number and date each. If not received,write in the word"NONE"). ADDENDA DATE ISSUED ADDENDA DATE ISSUED -_ 51✓9//3 3 s/i3 6j)3/13 Signature: l��G/� ay6J C Date: 51i 7/13 Y:\EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-151Proposal FY2013-FY2015.doc Page 1 of 1 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EOUIPMENT TO BE USED ON PROJECT Type of Labor or Equipment Description, Rental Presently (includes all fuel and one operator) Age,& and/or Owned Condition of Labor Or Rented Equipment Rate/Hour (circle one) 155<HP GRADER 14' Blade O/R jam') Dyer 600d a1s oo ✓ op 156>HP GRADER 14' Blade O/R c"zd 3j4, nO ✓ oa) 8-10 CY SANDER hentoccr t-LL Tgoo . grid . i ns.c° ✓I 00 O/R >2'h-5 CY SANDER oa FssD wisczAyTex 6 pDrl I Io5_ ✓ 5 R O/R 10-12 CY END DUMP/DUMP WITH TILT DECK D"} Pe4el l I l- IA Pi)4-(I eck. S4-0Wlbs ADD Ar.tt J ✓ ( R D/R 10-12 CY END DUMP WITH PUP 614- Pe4ertni fl— LJ)Pwf3 I .rz?fa aDb_ iv I CJ R TRACTOR AND SIDE DUMP Ole PI°l-erto 1 I F 023D.") R FRONT END LOADER 1 %-4 '/2 CY D) vain) L'iD SOLod 1 ,7S °- ✓ 0 R PICKUP WITH LABORER pa F590 y- Xa goOd 11D, w ✓ OR O/R LOWBOY TRAILER kcoC Loiao\) 900/31 3ap w I 00 63+HP BACKHOE Gcrri ti o Y:\EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Maintenance Rates FY2013-2015(2),doc Page I of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT DD 90/110 DOUBLE DRUM STEEL ROLLER CAT O(1r1 I� . (0)R ICE THAWING EQUIP(STEAM GENERATING) � gp^�cl is-, G(R1 WATER TRUCK 1000+GAL (15 Ketitoorwt~.. mom pod (-)0 _RV OT VIBRATORY DRUM COMPACTOR(SPECIFY TYPE)60" _84„ 0L1 140 /MITA {Qp r{ U0 ,/! Ipts- GOO ( R 75>HP DOZER i . I • IrT1� 0 R RIP CAT 340>HP(90,000 LB) ( A+ -pgT f3coci 3.;0-u) OI) RIP CAT 340<HP fl1- bc1 Ori 4-1S 1° G POWER BROOM 05 ASV-rimy lwc.1 eA . i4 b oo I Ay\tenkn+ 6 c le13, -"' R EXCAVATORS TRACK HOE 6TON(APPROX)RUBBER TRACK I 5C(0(i c2(:)0.W)/ TRACK HOE 12 TON(APPROX) STEEL TRACK 400/6. tY C- c4w g0Ura 0280_ ✓ DR TRACK HOE 20 TON(APPROX)STEEL TRACK Vati/N r?oo ra-La * �Wc) 3QD-`v ✓ °OR LABORER RATE ` re e Ra l 'Time. Lcl_bar,'Pnr_s 1 S `" ✓ (0)R O/R Y:\EF\Service Area\Service Area 41\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 2 of 3 Bid Schedule FY2013-2015 MAINTENANCE RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT MISCELLANEOUS EQUIP O/R O/R O/R O/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental$ ?lb,I70 per hour for work performed above eight(8)hours per day and forty (40)hours per week for work performed under this contract. MATERIALS(includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided j‘_ D-1 per 2012 City Spec section 205 Third Party testing to be provided la .D /"-3/8"Rock Chips 4D_UD Sand .42)3.00 sz (Proposer: Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager or designee in accordance with the project specifications at cost plus /D percent(%)profit. Y:\EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Maintenance Rates FY2013-2015(2).doc Page 3 of 3 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Type of Labor or Equipment Description, Rental and/or Presently Owned (includes all fuel and one operator) Age, & Labor Rate/Hour Or Rented Condition of (circle one) Equipment 155<HP GRADER 14' Blade n27 s-,013 O/& - & aate as rnatvy nonce., 0/R 156>HP GRADER 14' Blade 335 (X) ✓ OC Same as niOLtv14&nOnee- /ap0A o 8-10 CY SANDER c�JJ �y o2 ..1117 OCR 'Url1Q as Irma AV1t vl t12✓I e (R. 00rl 0/R 2 %z- 5 CY SANDER • Let0 .DD R Savvle Cis vYlCilvtterance 1pod o/R 10-12 CY END DUMP/DUMP WITH TILT DECK 4S0 _ vu / &J/R % , YYl e CtS VYl a I Vt,f&nail(.e Rood O/R cJJ 10-12 CY END DUMP WITH PUP Sa rn e as aL a#e vla In P. FDA �Sro - `� �R O/R TRACTOR AND SIDE DUMP Sag/Pte 1,1-4 (4,1a roc l rR1DL0° ✓ R FRONT END LOADER 1 '/z-4 '/z CY S(.( vYI,e GIs r>la t vp4-e✓la72e e Bood ,R 3D- 1"' OR 0/K PICKUP WITH LABORER S'Clrne its rYIC{ nune O)DDA IAD. UO ✓ �R O/R LOWBOY TRAILER SQ n e as rn ti nJPnanoe. Toot-) 1 35n, (EC) I YAEF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 1 of4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply 63+HP BACKHOE / Same as r4a/njea7o4e, %11Th) 1T1c- OD O/) JJ O/R DD 90/110 DOUBLE DRUM STEEL ROLLER ?n?? G1s rrleinf -r)re 0 00c ins-y/0 ✓ CDR IC(E THAWING EQUIP(STEAM GENERATING) irl� Gds rnainfer/Qnep apoiP 1 OD - i.v G 'R O/R WATER TRUCK 1000+GAL <Srx e is niain47°/Ia_,- 'e_ 50ori aas- as ✓ O6. VIBRATORY DRUM COMPACTOR(SPECIFY TYPE) 60"-84" n .Sa/"Y) l S I YILL/,if�/11L�?fit°. a%2/Xf 9478 'N OR J O/R 75>HP DOZER SG/rY1e RS r JnM,ia—?ee '1QOJ /10 .. O/R O/R RIP CAT 340>HP(90,000 LB) Sy P Ac rri,Linferur.rc,e load say vv si POWER BROOM r� RIP CAT 340c HP l Oro y� c�v e us Yi'/GjjnfL°✓)d-/7/�e �'./©o i �RQrJL I O0 LABORER RATE l `tyrrPe rI4l/ 7ivnP Laiyre✓is /00, au Y (� R O/R Y:\EE\Service Area\Service Area kl\Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015.docx Page 2 of 4 Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply EXCAVATORS TRACK HOE ETON(APPROX)RUBBER TRACK ne4 02,4p UP ✓ (�R TRACK HOE 12 TON(APPROX) STEEL TRACK J /� S GT n� P g S i'YI Ll.Lr 1 rJL7 n P, I L'vond oms-, ✓ �R TRACK HOE 20 TON(APPROX)STEEL TRACK J� -Sgni ,2.'s nit?i .fieriavjc good 35—n. vU ✓ UR MISCELLANEOUS EQUIPMENT O/R O/R O/R O/R O/R O/R O/R O/R O/R O/R OVERTIME RATES: The Proposer agrees to provide labor and/or operated equipment at a rate including the above straight hourly rates plus an incremental $ $,° per hour for work performed above eight (8) hours per day and forty(40)hours per week for work performed under this contract. MATERIALS (includes overhead) $per Ton 3"Minus per 2012 City Spec section 204.2 Third Party testing to be provided P O v D-1 per 2012 City Spec section 205 Third Party testing to be provided /2, Q(J '/"-3/8"Rock Chips /Via cr 3, D (Proposer:Please attach additional pages if necessary) The Proposer hereby agrees to furnish other materials not listed above when requested by the Borough Manager in accordance with the project specification at cost plus ID percent(%)profit. The Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any informalities. Upon receipt of written Notice of Award, the formal Agreement between Owner and Contractor will be executed within ten(10)days. Y:EF\Service Area\Service Area#1\Contracts\Contracts\Road Maintenance Contract FY2013-15\B id Schedule Repair Rates FY2013-2015.docx Page 3 of 4 • Bid Schedule FY2013-2015 REPAIR RATES LABOR AND EQUIPMENT TO BE USED ON PROJECT AS 36.05.010 and AS 36.05.030 rates apply Respectfully Submitted: &c2 By: R P lli/rGC 4-iq Sr r (Seal, if proposal is Title: a _ _ i , at a 2 - ) made by a Corporation) t r Date: / r'1l/ J / 0,W3 Busine Addreske2Dg 'I I In erf� l�/na '1�t / Telephone: qt) e/ — '9'i c 2 —c27"1 7 Alaska Contractor's License Number: 35c>1,0 Expires: /a,13$2,0 i'J Alaska Business License Number: 335-4 Expires: /a .3/`cQO 1?' Y:\EF\Service Area\Service Area 411Contracts\Contracts\Road Maintenance Contract FY2013-15\Bid Schedule Repair Rates FY2013-2015,docx Page 4 of4 No. 3 201 STATE OF ALASKA EEffective:: 12/21/2012 Expires: 12/31/2014 DEPARTMENT OF COMMERCE,COMMUNITY 8 ECONOMIC DEVELOPMENT Division of Corporations, Business and Professional Licensing P.O. Box 110806,Juneau, Alaska 99811-0806 Certifies that GOLDEN ALASKA EXCAVATING. LLC Is A Registered General Contractor without Residential Contractor Endorsement Commissioner: Susan K. Bell Alaska Business License# 938540 • Alaska Department of Commerce, Community, and Economic Development Division of Corporations, Business and Professional Licensing P.O. Box 110806, Juneau, Alaska 99811-0806 This is to certify that GOLDEN ALASKA EXCAVATING, LLC PO BOX 8908 KODIAK AK 99615 owned by GOLDEN ALASKA EXCAVATING, LLC ii is licensed by the department to conduct business for the period • April 19, 2011 through December 31, 2013 I! for the following line of business: CI 23- Construction p8)°F TI This license shall not be taken as permission to do business in the state without having complied with the other requirements of the laws of the State or of the United States. - yFr;�rl !r g � This license must be posted in a conspicuous place at the business location. It is not transferable or assignable. 4 erL Susan K. Bell of $ Commissioner R 1c Hide* ccacxc1, U,C Vt) t.)x a.R \od,t ai-, MC ggW1c-3— ECIEVED Dr\Cim e IAN 17 2013 is% KODIAK ISLAND BOROUG 710 Mill Bay RdKo SAK99615 a>C44\ ' ou k I 1 / kcom ) 5 m. lc v\A-( 1,Cy _ ,iri — ' : cad Ya6Vlte Ape, am: Ycziis ,,SIn(Jlo eewva.l 1-=Scv itoc, ;Eve, Introduced by: KIB Manager Requested by: Assembly Members Griffin and 2 Bonney 3 Drafted by: Assembly Members Griffin, 4 Bonney, and Borough Attorney Introduced: July 2,2013 5 Public 6 Hearing: 7 Adopted: 8 KODIAK ISLAND BOROUGH 9 ORDINANCE NO. FY2014-03 10 11 AN ORDINANCE OF THE ASSEMBLY OF THE KODIAK ISLAND 12 BOROUGH SUBMITTING THE QUESTION OF THE ADOPTION OF A 13 SECONDHAND SMOKE CONTROL ORDINANCE TO THE VOTERS OF 14 THE BOROUGH AT THE OCTOBER 1, 2013 REGULAR MUNICIPAL 15 ELECTION 16 17 WHEREAS, the severe disease-causing and deadly harms of exposure to secondhand 18 smoke have been documented by the U.S. Surgeon General and numerous other 19 recognized scientific authorities; and 20 21 WHEREAS, exposure to secondhand smoke is recognized as a leading cause of 22 preventable death and the U.S. Surgeon General has determined that exposure to 23 secondhand smoke causes approximately 50,000 needless non-smoker deaths from lung 24 cancer and heart disease each year in the United States; and 25 26 WHEREAS, it has been determined by the U.S. Surgeon General that air ventilation 27 systems and filtration/cleaning systems cannot effectively protect health from secondhand 28 smoke and that only completely smoke-free environments can protect health; and 29 30 WHEREAS, workers and members of the public exposed to secondhand smoke for only a 31 short period of time can experience adverse cardiovascular effects and there is no safe level 32 of exposure to the many carcinogens in secondhand smoke. 33 34 NOW, THEREFORE, BE IT ORDAINED BY THE ASSEMBLY OF THE KODIAK ISLAND 35 BOROUGH THAT: 36 37 Section 1: The following ballot measure shall be submitted to the qualified voters of the 38 Kodiak Island Borough at the October 1, 2013 Regular Municipal Election. 39 The question must receive an affirmative vote from a majority of the qualified 40 voters voting on the question to be approved. 41 PROPOSITION NO. 1 42 43 "Shall the Kodiak Island Borough adopt a 44 secondhand smoke control ordinance?" 45 A "yes" vote would authorize an ordinance prohibiting smoking in enclosed public 46 areas and certain outdoor areas. Kodiak Island Borough, Alaska Ordinance No. FY2014-03 ATTORNEY REVIEWED Page 1 of 6 47 Section 2: This ordinance is of a special nature. If approved by the voters, the ordinance 48 becomes effective January 1, 2014; and the Borough code shall be amended 49 to add a new Chapter 8.50 Secondhand Smoke Control in Title 8 Health and 50 Safety of the Borough Code as follows: 51 52 Chapter 8.50 53 SECONDHAND SMOKE CONTROL 54 Sections: 55 8.50.010 Definitions. 56 8.50.020 Enclosed areas where smoking is prohibited. 57 8.50.030 Reasonable distance. 58 8.50.040 Outdoor areas where smoking is prohibited. 59 8.50.050 Declaration of smoke-free area. 60 8.50.060 Exceptions—Areas where smoking is not prohibited. 61 8.50.070 Signage— Obligations of property owners and employers. 62 8.50.080 Violations and penalties. 63 8.50.090 Enforcement. 64 8.50.100 Nonretaliation and nondiscrimination. 65 8.50.110 Public education. 66 67 8.50.010 Definitions. 68 The following definitions pertain to this chapter: 69 A. "Bar" means a business that sells alcoholic beverages for consumption on the premises 70 and in which the serving of food is only incidental to the consumption of those 71 beverages, including but not limited to taverns, nightclubs, cocktail lounges, and 72 cabarets. 73 B. "Business" means any natural person or legal entity (such as a business-for-profit 74 corporation, nonprofit corporation, sole proprietorship, partnership, limited liability 75 company or trust) that undertakes to provide goods or services to the public regardless 76 of whether the business exists or is conducted for the purpose of making a profit. 77 C. "Employee" means any person who is employed by any employer for compensation or 78 volunteers his or her services. 79 D. "Employer" means a person, business, partnership, association, corporation including a 80 municipal corporation, trust, or nonprofit entity that employs the services of one or more 81 individual persons. 82 E. "Enclosed area" means the interior space within a building or other facility between a 83 floor and a ceiling that is enclosed on all sides by walls, windows, or doors, whether the 84 windows or doors are open or closed, the combination of which extend from the floor to 85 the ceiling. 86 F. "Health care facility" means a business, office, or institution that provides care or 87 treatment of diseases or disability, whether physical, mental or emotional. 88 G. "Operator" means an employer and the owner or manager of a business or place of 89 employment. 90 H. "Place of employment" means an area under the control of a public or private employer, 91 including but not limited to work areas, places of business, private offices, employee Kodiak Island Borough, Alaska Ordinance No. FY2014-03 Page 2 of 6 92 lounges, restrooms, conference rooms, classrooms, cafeterias, hallways, and vehicles. 93 A vehicle is not a place of employment if it is assigned to, driven by, and used 94 exclusively by a single individual. A private residence is not a place of employment 95 unless it is used as a child care, adult care or health care facility on a fee for service 96 basis. 97 I. "Private club" means an organization (whether a legal entity or an informal association of 98 persons) that is the owner, lessee, or occupant of a building used for club purposes, 99 which is operated solely for a recreational, fraternal, social, patriotic, political, 100 benevolent, or athletic purpose, but not for pecuniary gain and which has been granted 101 an exemption from the payment of federal income tax as a club under 26 U.S.C. Section 102 501. 103 J. "Public place" means any area into which the public is invited or permitted, including but 104 not limited to educational facilities, health care facilities, hotels and motels, 105 entertainment establishments, restaurants, food and beverage service establishments, 106 bars; offices, retail stores, and transportation facilities and vehicles accessible to the 107 general public. A private club is a public place when being used for a function open to 108 the public. A private residence is not a public place unless it is used as a child care, 109 adult care or health care facility on a fee for service basis. 110 K. "Restaurant" means an eating establishment, including but not limited to a coffee house, 111 cafeteria or sandwich shop that gives or offers for sale food to the public, guests or 112 employees, including the kitchen or food preparation areas. The term "restaurant" 113 includes a bar area within a restaurant. 114 L. "Smoking" means inhaling, exhaling, burning or carrying any lighted or heated tobacco 115 product. 116 8.50.020 Enclosed areas where smoking is prohibited. 117 Smoking is prohibited in the following places: 118 A. Inside an enclosed public area, including a building or vehicle owned or controlled by the 119 borough or borough school district, and including every room, chamber, place of meeting 120 or public assembly under the control of any borough board, assembly, commission, 121 committee, or borough authority. 122 B. Inside an enclosed area that is a public place within the borough, including, but not 123 limited to, every health care facility, transportation facility, retail store, place of business, 124 bus, taxicab, sports arena, or other enclosed area open to the public. 125 C. Inside every enclosed area within a place of employment. 126 D. Inside every enclosed area within a private club licensed under state law for the sale of 127 alcoholic beverages. 128 E. A private residence when used as a child care, adult care, or health service facility on a 129 fee for service basis. 130 F. Rooms that are rented to guests for dwelling, lodging, or sleeping purposes on a non- 131 permanent basis. This includes, but is not limited to hotels, motels, lodges, bed and 132 breakfast establishments, hostels, shelters, or boarding houses. 133 G. Any facility used for the care, housing, or recreation of the elderly, including nursing 134 homes, long term care facilities, assisted living residences with common use corridors. Kodiak Island Borough, Alaska Ordinance No. FY2014-03 Page 3 of 6 135 8.50.030 Reasonable distance. 136 To ensure that smoke does not enter an enclosed area where smoking is prohibited 137 through entrances, windows, ventilation systems or any other means, smoking is permitted 138 only at a reasonable distance outside an enclosed area, public place or place of 139 employment where smoking is prohibited. Unless otherwise stated under this chapter, or 140 increased by the owner, operator, manager, or other person having control of the property, 141 the minimum reasonable distance is 50 feet. 142 8.50.040 Outdoor areas where smoking is prohibited. 143 Smoking is prohibited in the following places: 144 A. Within 50 feet of any entrance to a hospital or medical clinic. 145 B. Within 50 feet of any entrance to an enclosed area on property owned or controlled by 146 the borough or borough school district, including every room, chamber, place of meeting or 147 public assembly under the control of any borough board, assembly, commission, committee, 148 or borough authority. Smoking is allowed only in designated smoking areas. 149 C. Within five feet of the entrance to a premises licensed under state law to sell alcoholic 150 beverages for consumption on the premises. When a licensed premises includes an outdoor 151 area, such as a patio or deck, the minimum reasonable distance shall be five feet. 152 D. An outdoor arena, stadium or amphitheater, except in a designated smoking area, 153 which may be established only in a perimeter area at least 50 feet from bleachers, 154 grandstands, seating areas or concession stands. 155 E. Any municipal operated playground or park. 156 157 8.50.050 Declaration of smoke-free area. 158 Smoking is prohibited on any property (in enclosed or outdoor areas) if the owner, 159 operator, manager, or other person having control of the property chooses to prohibit 160 smoking. Smoking is prohibited in any place in which a sign conforming to the requirements 161 of KIBC 8.50.070 is posted. 162 8.50.060 Exceptions —Areas where smoking is not prohibited. 163 A. Smoking is not prohibited in the following places: 164 1. Designated smoking areas described in KIBC 8.50.030, 8.50.040, or areas on 165 borough property designated by the borough manager or designee as smoking 166 areas. 167 2. A private residence, except when used as a child care, adult care, or health service 168 facility on a fee for service basis. 169 3. A business whose sole enterprise is to sell and cater to the cultural side of cigar 170 smoking. This exception is dependent upon proper structural separation and 171 ventilation so as to restrict smoke to the business occupancy holding the exception. 172 This exception will only be granted after receiving compliance authorization by the 173 manager or the manager's designee following a review of an as-built drawing. 174 B. Nothing in this chapter shall be construed or interpreted to provide any person a right to 175 smoke on premises or property owned, leased or under the legal control of another. 176 Kodiak Island Borough, Alaska Ordinance No. FY2014-03 Page 4 of 6 177 8.50.070 Signage— Obligations of Operators. 178 A. Every operator of a place of employment or a public place must conspicuously post 179 signage sufficient to inform the public and employees that smoking is prohibited in every 180 enclosed place in the premises or vehicle. 181 B. The operator or other person having control of a building, enclosed area or other area 182 where smoking is prohibited by this chapter must remove any ashtrays and other 183 smoking accessories offered for on-premises use. 184 C. An employer must provide a smoke-free workplace, and neither an employer nor 185 operator having legal control of the premises may permit an employee, customer, or 186 other person to smoke inside an enclosed area or place of employment or permit smoke 187 to infiltrate into an area where smoking is prohibited under the provisions of this chapter. 188 D. An operator or employee of an establishment subject to this chapter who observes a 189 person smoking in violation of this chapter must immediately direct the person to stop 190 smoking. If the person violating the chapter does not stop smoking, the operator or 191 employee must direct the person to leave the premises. 192 8.50.080 Violations and penalties. 193 A. It is unlawful for any person to smoke in any area where smoking is prohibited or for any 194 person who owns, manages, operates, or otherwise controls the use of premises subject 195 to this chapter to fail to comply with the provisions of this chapter. 196 B. A person who smokes in an area where smoking is prohibited by the provisions of this 197 chapter is subject to a fine of $100.00. 198 C. An operator who controls a public place, a business, an enclosed area, place of 199 employment or place of child care or other premises in violation of this chapter is subject 200 to KIBC 8.18.090(B) and the following penalties: 201 1. A written warning for a first violation; 202 2. A fine of $100.00 for a second violation; 203 3. A fine of$250.00 for a third violation within a 24-month period; and 204 4. A fine of$300.00 for a fourth or additional violation within a 24-month period. 205 D. Each violation and each and every day that a violation occurs is a separate violation. 206 8.50.090 Enforcement. 207 A. The borough manager or designee is responsible for the active enforcement of this 208 chapter. 209 B. A person who desires to register a complaint hereunder may initiate enforcement 210 consideration with the borough manager or designee. 211 C. Before citing an operator for violation of this chapter, the borough manager must provide 212 the operator with a written warning for the violation. Thereafter, the operator is subject to 213 the penalties set out in KIBC 8.50.080. 214 D. In addition to the remedies provided in this chapter, a person aggrieved by the failure of 215 the operator or other person in control of a public place or place of employment to 216 comply with the provisions of this chapter may apply for injunctive relief to enforce those 217 provisions in a court of competent jurisdiction. Kodiak Island Borough, Alaska Ordinance No. FY2014-03 Page 5 of 6 218 8.50.100 Nonretaliation and nondiscrimination. 219 A. No operator may discharge, refuse to hire, or in any other manner retaliate or 220 discriminate against any employee, applicant for employment, or customer because 221 such employee, applicant for employment or customer insists upon compliance with a 222 requirement of this chapter. Violation of this subsection is punishable by a fine not to 223 exceed $300.00 for each violation. 224 B. An employee who works in a setting where an employer allows smoking does not waive 225 or otherwise surrender any legal rights the employee may have against the employer or 226 any other person. 227 8.50.110 Public education. 228 The borough manager will engage in a continuing effort to educate the public about the 229 requirements of this chapter and to guide owners, operators, and managers of enclosed 230 areas and other areas subject to the provisions of this chapter to ensure compliance. 231 232 8.50.120 Other Applicable Laws 233 This article shall not be interpreted or construed to permit smoking where it is otherwise 234 restricted by other applicable laws. 235 236 Section 3: If approved by the voters at the election on October 1, 2013, the ordinance 237 set forth in Section 2 shall be effective January 1, 2014. 238 239 Section 4: This ordinance shall be effective upon approval. 240 241 ADOPTED BY THE ASSEMBLY OF THE KODIAK ISLAND BOROUGH 242 THIS DAY OF 2014 243 244 KODIAK ISLAND BOROUGH 245 246 247 248 ATTEST: Jerome M. Selby, Borough Mayor 249 250 251 252 Nova M. Javier, MMC, Borough Clerk Kodiak Island Borough, Alaska Ordinance No. FY2014-03 Page 6 of 6 KODIAK ISLAND BOROUGH WORK SESSION Work Session of:cc/04/C °a a073 Please PRINT your name Please PRINT your a e sA ,/ PtAl itYla_LiCW:S 1\ ‘C\W viAZ1 5Q1 feu) (---711 4-e c:\ - � t2, `rn�� � S. L-vv, g Le stele_ C�� v �v . 6L--Gi v v /9A47il -x-9 ,Eike, .5e0z-A,J--n\-/ ee\ter ..vU v \N"