Loading...
FY2022-26 North Star Siding And Window Upgrades with Wolverine SupplyKODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIA , , ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5 Contractor: Wolverine Supply, Inc. Cost Contract No.: FY2022-26 C Change Order No.: 03 Original Project Budget: $ 502,039.00 Original Contract: $ 787,000.00 Previous Budget Changes: $ 867,467.00 Previous Changes: $ 2,243.25 Adjusted Project Budget: $ 1,369,506.00 This Change: $ 0.00 To -Date Project Expenses: $ 450,171.59 % of Original Contract 0.00% To -Date Project Encumbrances: $ 444,541.91 Adjusted Contract: $ 789,243.25 Current Remaining Budget: $ 418,997.15 4 Description of Change Cost Due to delays in receiving materials at the front end of phase 2 Owner and Contractor agree to extend $ 0.00 the final completion date to October 27", 2023. The Contractor agrees that there will be no change in pricing, The time provided for completion of the contract is (❑ unchanged) (N increased) (E] decreased) by 350 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than ave ercent of approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: veK / P7LMY0 Recommended: Engine locto} Approved By: I te: I Borough Manager Mayor and Deputy Presiding Officer Approval (does not ex Approved By: Date:- Borough ate:_Borough Mayor i� Director Date: Date: Ot 115 12-3 Date: � 12,3 Borough Clerk 8&tt �NL of the original contract amount or $50, 000, whichever is lower) Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50, 000, whichever is lower) Approved By: Date: Attest: Borough Manager Borough Clerk Date: Revised 09119 Page I of I Kodiak Island Borough Assembly Newsletter Vol. FY2024, No. 4 September 08, 2023 At Its Regular Meeting Of September 07, 2023, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On September 21, 2023, At 6:30 P.M. In The Borough Assembly Chambers. PROCLAIMED The Week Of September 18-22, 2023, Adult Education And Family Literacy Week Encouraging All Residents To Become Familiar With The Services And Benefits Offered By The Adult Education And Literacy Programs In Kodiak, Alaska And To Support And Participate In These Programs ADOPTED Ordinance No. FY2023-19 Amending Kodiak Island Borough Code Section 17.175.050, Off Street Parking - Location AUTHORIZED The Borough Manager To Approve Contract No. FY2022-26C, Change Order No. 3, For The North Star Siding And Windows Project With Wolverine Supply To Change The Final Completion Date AUTHORIZED The Borough Manager To Approve Contract No. FY2023-47A, Change Order No. 1, For The Peterson Elementary Roof Replacement Project With Friend Contractors, LLC, To Change The Completion Date AUTHORIZED The Borough Manager To Approve Contract No. FY2024-12 For The Purchase Of Microc From Environmental Operating Solutions, Inc. In An Amount Not To Exceed $46,240 ADOPTED Resolution No. FY2024-05 A Joint Resolution Of The Kodiak Island Borough Assembly And City Council Appointing Two Members To The Kodiak Fisheries Development Association's Board Of Directors View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 AIILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5 Contractor: Wolverine Supply, Inc. Contract No.: FY2022-26 B Change Order No.: 02 Original Project Budget: $ 502,039.00 Original Contract: $ 787,000.00 Previous Budget Changes: $ 867,467.00 Previous Changes: $ 2,243.25 Adjusted Project Budget: $ 1,369,506.00 This Change: $ 0.00 To -Date Project Expenses: $ 479,753.06 % of Original Contract 0.00% To -Date Project Encumbrances: $ 712,944.76 Adjusted Contract: $ 789,243.25 Current Remaining Budget: $ 176,808.18 1.4 Description of Change Cost Due to delays in receiving materials Owner and Contractor agree to extend the substantial completion $ 0.00 date to August 15, 2023. Work can commence May 26, 2023. Contractor agrees that there is no change to contract cost due to the delay. The time provided for completion of the contract is (❑ unchanged) (®increased) (D decreased) by 350 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders greater than ave percent qf approved contract amount or $50,000, whichever is lower, require assembly approval. Accepted By: !/ l/ o Contra is Rqpvesen7ive �`SLd///-)��® Recommended: En ' ee g/F ies Dir or ® a irector Approved By: D te: I A� Borough Manager DA D 0 D orough C Mayor and Deputy Presiding Officer Approval (does not excegv�pAfthe original contract amount or $50,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Date: Date: Tl 1 Z(,� 12,E Date: fP%a-�iZ2 Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Borough Manager Borough Cleric Revised 09119 Date: Page 1 of 1 Accurate Dorwin A GLASS8 COMPANY WINDOW COLORS Our 14 standard colors offer a great selection of on -trend darker tones and traditional window and door shades. Split finish (different color outside and inside) and custom colors are also available. If you are looking to match some additional trim to our windows below are the matching Sherwin Williams color codes and names. DorwinAccurate Colors Arctic White SW7004 Snowbound Coastal Blue SW9185 Marea Baja Vanilla SW7049 Nuance Black Mica SW6258 Tricorn Black Natural Cream SW6134 Netsuke Cayenne Red SW2802 Rockwood Red Sandstorm SW7633 Taupe Tone Boreal Green SW2259 Dense Forest Sage Green SW2851 Sage Green Light Slate Grey SW7019 Gauntlet Gray Midnight Blue SW1245 Embassy Blue Silver Mist Metallic SW9162 African Gray Medium Mocha SW7026 Griffin Espresso SW2140 Sealskin The residential grade paint that is most like the coating we use is Sherwin Williams Duration. Our gloss level is 25 degrees - between flat and satin finish. Please note that due to the substrate and paint of your choice of paint an exact match is not guaranteed. What land of Palnt do we Use? Black Mica Fiberglass picture / casement window Our Accurate Dorwin colorspaint is a low gloss, two -component, acrylic polyurethane providing excellent durability, mar resistance and color retention. Applied on our fiberglass window frames it has excellent adhesion properties - you can expect years of low maintenance enjoyment. In the event of any scratches or chips the surface can be easily touched up, or even repainted if required Our 10 -year warranty provides coverage for any paint cracking, blistering or peeling. Gloss retention and fading is dependent on the elevation and exposure. 0 0 Arctic White Coastal Vanilla ll Natural Cream Cayenne Red Sandstorm Boral Green 0 Sage Slate Midnight Silver Mist Green Grey Blue Metallic 0 0 Medium Mocha Espresso Our Accurate Dorwin colorspaint is a low gloss, two -component, acrylic polyurethane providing excellent durability, mar resistance and color retention. Applied on our fiberglass window frames it has excellent adhesion properties - you can expect years of low maintenance enjoyment. In the event of any scratches or chips the surface can be easily touched up, or even repainted if required Our 10 -year warranty provides coverage for any paint cracking, blistering or peeling. Gloss retention and fading is dependent on the elevation and exposure. U) KODIAK ISLAND BOROUGH KODIAK ISLAND BOROUGH .� 710 MILL BAY ROAD — 710 MILL BAY ROAD KODIAK, AK 99615 p KODIAK, AK 99615 o ATTN: ENGINEERING/FACILITIES DEPT ATTN: FINANCE DEPARTMENT (907) 486-9343 (907) 486-9323 VENDOR 11489 - WOLVERINE SUPPLY, INC C WOLVERINE SUPPLY, INC 5099 E LUPINE DRIVE o� WASILLA, AK 99654 .,—r Purchase Order No. 2022-00000064 DATE 02/11/2022 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES, SHIPPERS, BILL OF LADING AND CORRESPONDENCE DELIVER BY: SHIP VIA: FREIGHT TERMS: io PAGE: 1 of 1 ORIGINATOR: Patricia Valerio tA Contract #/Reference: Contract FY2022-26 Project 20008 • DESCRIPTION • • • 1.0000 Each Construction Service -North Star Siding and Window 787,000.0000 $787,000.00 Upgrades Base Bid Price, KIB Assembly Approved 470-536 452.150 - Construction Service 787,000.00 20008.5 SUBTOTAL $787,000.00 SALES TAX $0.00 TOTAL DUE $787,000.00 Special Instructions 1. Shipment maybe refused 3. Substitutions will not be if the Purchase Order Number accepted without prior is not shown on outside of package. approval. 2. Exempt from State/Local 4. Partial shipment will be and Federal taxes. accepted if invoiced separately. 5. C.O.D or collect shipments will not be accepted. 6. Receiving hours are 6:00 AM to 5:00 PM Monday - Friday. 7. An Equal Opportunity Employer. It is our policy to comply with all applicable State and Federal laws prohibiting discrimination in employment based on race, age, color, sex, religion, national origin, disability or other protected classification. KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 AULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 North Star Siding and Window Upgrades 470-536 452.150 20008.5 Description of Change Cost RFP 01 – Substitute Von Duprin hardware for panic devices in lieu of Precision hardware included in specifications. $ 2,243.25 The time provided for completion of the contract is (® unchanged) (❑increased) (E] decreased) by 0 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Per Borough Code 3.30.100, a change order that does not exceed five percent of the original contract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer, the mayor and one assembly member in the absence of the deputy presiding office, or the deputy presiding officer and one assembly member in the absence of the mayor. Change orders ,greater than_five percent of approved contract amount or $50,000, whichever is lower, requtre assembly approval. Accepted By: f Jr ontracto 's resentati e �N ®�® Reco'!!IMl�FCe$ded: Date: 2S Zv`Z DAVID CO Bering/Facilities Dir c r Fin c ' eclat. �. Approved By: ( Date26—klw.?� Attes ZE Borough Manager Boro h Cleric d q Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the origins o�t 0,00 Approved By: Date: Borough Mayor Deputy Presiding Officer Date:A940 Date: Z,S z--•,3 whichever is lower) Date: Borough Assembly Approval (greater than five percent ofapproved contract ansount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Cleric Revised 09/19 'Changed was approved by Engineering, Architects, and Contractor in page 1 of 1 March 2022, Paperwork was not completed - it was discovered in 2023 and fully completed once discovered. CHANGE ESTIMATE TAKE -OFF Contractor Wolverine Supply, Inc. Project No: FY2022-26 Project Name: NS ES Siding & Window Replacement RFP # 1 Prepared by: Bruce Van Buskirk - - Date: 3/2/2022 RFP Description: Furnish VonDuprin Exit Devices in lieu of specified exit devices. Equipment and Material Cost Labor Manhours Cost Totals Quant. Unit Unit Cost Total Cost Class Wage $ Labor Burden $ Total Hourly Rate $ Hours Total Labor Total Line Cost Indirect Costs Food & Lodging 0 LS $0.00 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 Freight 0 LS $0.00 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 Airfare 0 LS $0.00 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 Expediting 0 LS $0.00 $0.00 $30.00 $6.72 $36.72 0 $0.00 $0.00 Fuel 0 LS $0.00 $0.00 $0.00 $0.00 1 $0.00 0 $0.00 $0.00 0 LS $0.00 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 0 LS $0.00 $0.00 $0.00 $0.00 $0.00 0 1 $0.00 $0.00 Direct Costs - Materials, Labor, Equipment Change Door Hardware - AHS Costs 1 L.S. $1,892.00 $1,892.00 Carp $76.22 $17.08 $93.30 0 $0.00 $1,892.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 1 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Carp $76.22 $17.08 $93.30 0 $0.00 $0.00 1 L.S. $0.00 $0.00 Ca $76.22 $17.08 $93.30 0 $0.00 $0.00 Total G.C. Cost $1,892.00 Safety Costs (1% Of Total Labor) $0.00 15% Overhead & Profit $283.80 Sub Total $2,175.80 Subcontractors Sub Contractor: $0.00 Sub Contractor: $0.00 $0.00 Subcontractor Totals $0.00 8% Overhead & Profit on Subcontractor $0.00 Total Sub Cost with G.C. Markup $0.00 Sub -Total $2,175.80 Bond Cost at 1.9% $41.34 General Liability Insurance - 1.2% $26.11 Time Ass. with this RFP : 6 Da s TOTAL COST FOR THIS SHEET $2,243.25 buitimm hmm bm, Inc. Opening Solutions and Specialty Building Products JOB NAME: KODIAK ES DOOR 8t HARDWARE LOCATION: KODIAK, ALASKA SUBMITTED TO: WOLVERINE SUPPLY, BRUCE VAN BUSKIRK CONTRACT REFERENCE: AHS JOB # 22-045 1200 E. 76T" AVENUE #1205 - ANCHORAGE, AK 99518 PHONE 907.522.0234 FAX 907.522.0236 CO REQUEST # 22-045 CO -1 DATE: 3/1/2022 WE HEREBY PROPOSE TO SUPPLY ALL MATERIALS REQUESTED BY GENERAL CONTRACTOR IN ACCORDANCE WITH ORIGINAL BIDDING DOCUMENTS ITEM #1 CHANGE EXIT DEVICES ADD: (2) CD98NLx 990NL 630AM 36" DELETE: (2) FL2103CD x V1700C 630AM $1,892.00 CHANGE ORDER #1 REQUEST TOTAL ADD $1,892.00 NOTES A.) LEAD TIME IS APPROXIMATELY 10-12 WEEKS. B.) PROPOSAL IS MADE ASSUMING THIS MATERIAL WILL BE ORDERED WITH THE BALANCE OF THE PROJECT. IF ORDERED APART FROM THE ORIGINAL ORDER, THERE WILL BE ADDED SHIPPING COSTS. C.) MATERIALS QUOTED ARE ... FOB: SEATTLE DOCK (-,rniroA1 NInTrc ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED UNLESS OTHERWISE NOTED. MANUFACTURERS' STANDARD WARRANTIES APPLY. FOB JOBSITE — UNLESS INDICATED OTHERWISE. NO RETAINAGE ALLOWED FOR SUPPLY ONLY CONTRACTS. PROPOSAL IS VALID FOR 30 DAYS. PAYMENT TO BE MADE AS FOLLOWS: NET 30 DAYS WITH APPROVED CREDIT. PAYMENTS VIA BANKCARD WILL INCUR A 3% TRANSACTION FEE. RESPECTFULLY SUBMITTED BY: ARCHITECTURAL HARDWARE SUPPLY, INC REPRESENTATIVE: ANDI GRIGSBY TITLE: PRESIDENT SIGNATURE: ANDI@AHS-ALASKA.BIZ ACCEPTANCE OF PROPOSAL THE ABOVE PRICES, MATERIALS AND CONDITIONS ARE SATISFACTORY AND ARE HEREBY ACCEPTED. YOU ARE AUTHORIZED TO ORDER THE MATERIALS AS QUOTED. PAYMENT WILL BE MADE AS OUTLINED ABOVE. ACCEPTED BY: WOLVERINE SUPPLY, BRUCE VAN BUSKIRK SIGNED - DBE CERTIFIED -WOMAN OWNED ALASKA CORPORATION - DATE: ONE Jensen ®■N Yorba ENE Wall Transmittal �;�■ Inc. 522 West 10th Street, Juneau, Alaska 99801 907.586.1070 jensenyorbawall.com Re: KIB North Star ES Siding and Window Upgrades Date: 3/30/2022 To: Bruce Van Buskirk From: Dan Fabrello CC: Matt Gandel Via: Email ❑ Mail ❑ Fax ❑ Hand ❑ ❑ FOR YOUR INFORMATION CONFORMS TO DESIGN CONCEPT ❑ ❑ FOR REVIEW CONFORMS TO DESIGN WITH REVISIONS NOTED ❑ FOR APPROVAL NON CONFORMING REVISE AND RESUBMIT ❑ Qty Date Description 1 03/29/2022 08 71 00.02 - Door Hardware - CwR Message: 1. See redlines on attached submittal for Rim Exit device. Legend: CTD (conforms to design concept) CwR (conforms with revisions as shown) NCR (Non Conforming Revise and resubmit) Jensen Yorba Wall, Inc. Architecture Interior Design Construction Managemen page 1 TRANSMITTAL OF SUBMITTALS DATE: 3-29-22 SUBMITTAL NO.: 08 7100 Door Hardware To: Matt Gandel Kodiak island Borough 710 Mill Bay Road Kodiak, AK 99615-6398 mgandel@kodiakak.us This is a New submittal X This is a re -submittal From: Wolverine Supply, Inc. 5099 East Blue Lupine Drive Wasilla, Alaska 99654 Project Name: North Star Elementary Siding & Window Upgrade Item Number Description of Item Submitted Number of Copies Contract Reference Document Spec Paragraph Drawing Sheet # 087100-1 Product Data Electronic 1.03/C 087100-2 Shop Drawings Electronic 1.03/D 0 CONFORMS TO DESIGN CONCEPT ® CONFORMS TO DESIGN CONCEPT WITH REVISIONS AS SHOWN ❑ NOM -CONFORMING, REVISE & RE -SUBMIT This shop drawing has been reviewed For general conformance with design concept only and does not relieve the fabricator n A— nF .ne.v.nn:h:l:h. f— nnn/--- ..:.h CONSULTANT DISAPPROVED APPROVED APPROVED AS NOTED RESUBMIT Comments: By: Date: design drawings and specifications all of which have p " rit aver p drawing BY� DATE Mar 30, 2022 T JENSEN YORBA WALL, INC. JUNEAU, ALASKA Reviewed By: CONTRACTOR REVIEW: (signature) Wolverine Supply, Inc. Name: Bruce Van Buskirk Title: Project Manager Date: 3-29-22 I certify that the above submitted items have been reviewed in detail and are correct and in strict conformance with the contract drawings and specifications except as otherwise stated. Job name: Kodiak ES Siding/Window Upgrade Location: Kodiak, Alaska FINISH HARDWARE SCHEDULE HARDWARE GROUP 1 AHS Job # 22-045 Door 117-4 Exterior 3068 LHR 60 min HMDxHMF Door 117-5 Secondary Exit 3068 RHR 60 min HMDxHMF A total of 2 doors Each door to receive: CD99NL 626AM 3 Hinges B179 NRP 4.5 x 4.5 626 St 1 Rim Exit x 990NL 36 VonD 1 Rim Cylinder 12E 72 STD 626 Be 1 Mortise Cylinder 1E 74 STD 626 Be 1 Door Closer QDC111 BF 689 Sth 1 OH Stop 1022 SA Series 630 ABH 1 Gasketing 130 SA 36 Ngp 2 Gasketing 130 SA 84 Ngp 1 Auto Door Bottom 320S 36 Ngp 1 Handicap Threshold 5131/4-20 MS/EA 36 Ngp END OF FINISH HARDWARE SCHEDULE 1 ANSI BHMA 5 KNUC1<LE FULL MORTISE HINGES A-1— Naflo al Sunda dsln l/lue • Standard Weight Ball Bearing FBB179 — (ANSI A8112) Steel — polished and plated or phosphated and prime coated for paintinc —brass or bronze — polisnecl and plated or painted FBB191 (32) — (ANSI A5112) Stainless steel — highly polished FBB191 (32D) — (ANSI A5112) Stainless steel — satin finish • For medium weight doors of average frequency • All hinges have template screw hole location for use on either wood or hollow metal doors and frames • Equipped with two Stanley permanently lubricated non-detachable ball bearings • Pins in non-ferrous hinges are stainless steel • Hole in bottom tip for easy pin removal • Reversible flush tips and pins • Hinges can be furnished as follows: with raised barrel (RB) with electric wires and/or switches (CE and/or CS) with hospital tips (HT) with decorative tips with security studs with non -removable pins (NRP) Size Open Gauge Flat Head Screws Quantity Quantity Case Weight Bronze Lbs. (Kg) Steel Lbs. (Kg) of Metal Per Piece Per Box Per Case Inches (mm) Inches (mm) Machine Wood 31/2 x 3 (89 x 76) .123 (3.1) 6 - 10-24 x'/= 6 -10 x 1 3 EA. 90 EA. 58 (26) 54 (24) Th x Th (89 x 89) .123 (3.1) 6 - 10-24 x'/= 6 -10 x 1 3 EA. 90 EA. 65 (29) 59 (27) 4 x T/Z (102 x 89) .130 (3.3) 8 - 12-24 x'/2 8 -12 x 11/4 3 EA. 48 EA. 43 (19) 39 (18) 4 x 4 (102 x 102) .130 (3.3) 8 - 12-24 x 11 8 -12 x 11/4 3 EA. 48 EA. 45 (20) 42 (19) 4'/Z x 4 (114 x 102) .134 (3.4) 8 - 12-24 x'/z 8 -12 x 11/4 3 EA. 48 EA. 48 EA. 30 EA. 55 (25) 59 (27) 41 (19) 52 (24) 55 (25) 39 (18) 41/2 x 4'/2 (114 x 114) .134 (3.4) 8 - 12-24 x 11 8 -12 x 1'/4 3 EA. 5 x 27 x 02 6 3.7 8- 12-24 x 2 2 x 4 3 EA. 5 x 41/2 (127 x 114) .146 (3.7) 8 - 12-24 x'/= 4 -12 x 11/4 3 EA. 30 EA. 45 (20) 43 (19) 5 x 5 (127 x 127) .146 (3.7) 8 - 12-24 x'/2 4 -12 x 11/4 3 EA. 30 EA. 50 (23) 46 (21) "6 x 4'/Z (152 x 114) .160 (4.1) 10 -1/4-20 x 1/2 5 -14 x 1'/2 3 EA. 24 EA. 43 (19) 36 (16) '6 x 5 (152 x 127) .160 (4.1) 10 -1/4-20 x '/Z 5 -14 x 1'/2 3 EA. 24 EA. 47 (21) 40 (18) '6 x 6 (152 x 152) .160 (4.1) 10 -'/4-20 x'/2 5 -14 x 11/2 3 EA. 24 EA. 67 (30) 61 (28) " Available in Steel only Consult factory for other sizes not listed 5 K N U C K L Device types exit device 98 and 99 rim exit devices for all types of single and double doors with mullion, UL listed for panic exit hardware. Devices are certified to ANSI/BHMA A156.3 2014, Grade 1. The 98 device has a smooth mechanism case and the 99 device has a grooved case. The rim device is non -handed except when the following device options are used: SD (special dogging), -2 (double cylinder) or SS (signal switch). Covers stock hollow metal doors with 86 or 161 cutouts on single doors (may cover cutouts on pairs — consult template). Specifications Features and options Device functions Device ships EO/DT/NL; Field selectable; For TP, K or L remove NL drive screw from device Electrified options Device lengths 3' 2'4' to 3' (711mm to 914mm) Door size LX Latch bolt monitor switch 4' 290" to 4' (864mm to 1219mm) Door size RX Request to exit Device centerline 3913/16" (1011mm) RX2 Double request to exit from finished floor 391116" (1008mm) with mullion E Electric locking and unlocking trim EL Electric latch retraction Center case 8" X 21/4" x2 3/s" (203mm x 70mm x 60mm) QEL Quiet electric latch retraction Mechanism case 21/4' x 21/4" (57mm x 57mm) SS Signal switch Projection Pushbar neutral — 313/16" (97mm) CX Chexit delayed exit Pushbar depressed — 31/16" (78mm) ALK Alarm exit kit Latch bolt Deadlocking, 3/4" (19mm) throw WP -RX Waterproof request to exit Finishes 605, 606, 612, 625, 626/626AM, 628, 710, 711 and 643e CON Allegion Connect (619 and 630 available with 98 Series only) Fasteners and Includes screw pack for 1 3/4" (44mm) and 21/4" Mechanical options sex bolts (SNB) (57mm) thick metal or wood doors -2 Double cylinder (Optional 425 SNB available, see page 64 for quantities) -2SI Double cylinder with security indicator AX Accessible device GBK Glass bead kit PN Pneumatic latch retraction QM Quiet mechanical SNB Sex bolts SEC Security screws Accessories WH Weep holes XP Extra protection 299 Strike Ships standard, Dogging feature optional strikes available. Hex key dogging standard CD Cylinder dogging E;D-E;xexi cylinder dogging CDSI Cylinder dogging with security indicator HDSI Hex dogging with security indicator 4#iMN Hex key dogging SD Special center case dogging Comes standard on LD Less dogging 98/99 rim exit devices. DI Dogging indicator Cl Cylinder dogging indicator Strikes 299 — Dull black 5 • Von Duprin • 98/99 Series Trim options 990 trim Trim description Nomenclature 990EO 990DT Trim function Exit only plate Dummy trim Function description Exit only plate Pull when dogg ANSI function 01 02 ■ ■ ■ 990NU Night latch d Key retracts latch bolt 03 E i 990TP* 990TP-BE' Thumbpiece Thumbpiece blank escutcheon Key locks and unlocks Always operable, no cylinder 05 15 XP98/XP99 Rim/Rim-F ■ Device compatibility 98/99 Rim/Rim-F ■ ■ ■ ■ ■ XP98/XP99 Rim/Rim-F ■ ■ ■ ■ ■ 98/9927/27-F ■ ■ ■ ■ ■ 98/9947/47-F ■ ■ ■ ■ ■ 98/9947WDC/WDC-F ■ ■ ■ ■ ■ 98/9948/48-F ■ ■ ■ ■ ■ 98/9949/49-F ■ ■ ■ ■ ■ 98/9950WDC/50WDC-F ■ ■ ■ ■ ■ 98/99521 98/9957/57-F ■ ■ ■ ■ ■ 98/9975/75-F ■ ■ ■ ■ ■ Dimensions Escutcheon plate size 3" x 141/16" V/32" (76 x 360 x 2mm) Pull center to center — 51/2" (140mm) 51/2" (140mm) 51/2" (140mm) 51/2" (140mm) Projection — 2" (51mm) 2" (51mm) 2" (51mm) 2" (51mm) Handing Cylinder type Rim or vertical device — — Rim Rim — Mortise lock device — — 11/4" mortise 1 1/4" mortise — -Specify R/V if used for rim and vertical devices, M for mortise device. Example, 990NL-R/V or 99ONL-M t Default trim Is 252L /L -BE. Must be ordered as EO when paired with other trims (ordered separately). 34 • Von Duprin • 98/99 Series Mechanical options Dogging options Cylinder dogging (CD) - Cylinder dogging is 1 C available on all 98/99 Panic exit devices to replace the standard hex key dogging. Unit requires a standard 1'/4" (32mm) mortise cylinder with an inverted straight cam. When ordering, reference Schlage cylinder 20-001, 11/4", XQII-949. This provides the L583-477 cam inverted at the factory. To order, specify: Use prefix, CD, example CD99L Less dogging (LD) Less dogging is available in all 98/99 Panic exit devices to remove the dogging option. To order, specify: Use prefix LD, example LD99L Special center case dogging (SD) Special cylinder dogging in the center case is available for Chexit, EL, QEL, ALK panic devices to allow for mechanical push/pull operation. With this option, the latch bolt is held retracted and pushbar is still operable. Specify handing—RHR or LHR. SD requires 11/4" (32mm) mortise cylinder with an inverted straight cam. When ordering, reference Schlage cylinder 20-001, 11/4", XQII-949. This provides the L583-477 cam inverted at the factory. Note: Available on rim and vertical rod panic exit devices only. To order, specify: 1. Prefix SD, example SD99L and Handing. 2. Not for 98/9975 Devices. Cylinder dogging kit* (CDK) For field conversion, from hex key dogging, conversion kit is available. To order, specify: 99CDK or 98CDK, specify finish. *Cannot be added to fire exit hardware. 42 • Von Duprin • 98/99 Series Hex key dogging kit* (HDK) For field conversion, from cylinder dogging, conversion kit is available. To order, specify: 99HDK or 98HDK, specify finish. *Cannot be added to fire exit hardware. Dog keys Dog key (old style) 23/,6" (56mm)� 7/32" (6mm) hex Dog key (standard) 23/4" (70mm)� w 5/32" (4mm) hex Dogging indicator (CI/Di) • Red indicator light every 5 seconds, visible from over 75 feet away • Available in a hex or cylinder dogging format • Designed for battery life over one year • Available as a factory option or field retrofit kit • Designed for device with mechanical dogging built after 1997 To order, specify: As device option: 1. D199EO 3'630 (hex dogging) 2. CD198EO 4' 628 (cylinder dogging) As retrofit kit: 1. DI Retrofit Kit 3'662 (hex dogging) 2. CDI Retrofit Kit 4'613 (cylinder dogging) 1 E Series - Features 1E Mortise Cylinder Standard mortise applications require use of BEST's 1 E series cylinders with standard 1 E -C4 cam. BEST cylinders may be altered to function with other manufacturers' locks by use of different cams (see page 8) and different cylinder rings (see page 9). Special cylinder variations are available for most applications (see pages 4 & 5). BEST cylinders are machined from brass or bronze bar stock and are available in a variety of finishes. Additional security is provided by a set screw that mounts diagonally in the cylinder wall and when tightened, holds the cylinder securely in the housing. BEST mortise cylinders feature the BEST interchangeable core and may be master -keyed into any existing BEST system. Contact your local BEST sales office for information on special cylinder applications not listed in this catalog. 60„A„— 1E Specifications 1 E-64 1 lib” 1 5B” to 2 1/4" 1 E-74 1 1/4" 1 7B" to 2 12" Cylinder diameter — 1 532" How to order example: 1 E74-C4-RP3-626 Products covered by on or more of the following patents: 5,590,555 5,794,472 1E Series How To Order 12E Rim Cylinder Standard rim cylinder applications require the use of BEST's 1 E rim cylinder series. BEST rim cylinders are interchangeable with other manufacturers' rim cylinders. BEST rim cylinders are machined from solid bar stock and are available in a variety of finishes. The standard package for the BEST rim cylinder includes cylinder, RP3 ring package, 1 E -S2 spindle, clamp plate and clamp plate screws. BEST rim cylinders feature the BEST interchangeable core and may be masterkeyed into any existing BEST system. Cylinder Dimension Door Nomenclature "A" Thickness ® ' to Cylinder diameter — 1 532" How to order example: 12E72-S2-RP3-626 1E Series See p. 12 7 Core Housing 0– dummy 4 Function Code See p. 12 1 Length Code (1 E74 only) 1 C4 Cam or Spindle C4^ Standard cam RP3 Rings 626 Finish RP– Rim cylinder 626 690 6 -6 -pin Blank–Standard C181–Adams Rite MS cam RP1–Tapered cylinder Satin* 7– 7 pin housing 22-1 3B" S2– Standard spindle RP2– 6 pin mortise 606 612 613 619 accepts all Best 24-1 12" up to 6" RP3– 7 pin mortise Bright* cores RP4-3E mortise 605 611 625 (See page 4-5) (For special cams see page 8) (For special rings see page 9) *Indicates extra cost ** Must specify keymark and number of keys or designate UC for less core. Performance Features ............................................................... Tested to significantly exceed the performance requirements for Grade 1 certification. Fully adjustable from 1- 6 allowing for maximum flexibility. All-weather oil ensures optimal operational performance in multiple climate conditions. Certifications y. us � /ANSI ................................................................ ANSI/BHMA A156.4 Series -Grade 1 ANSI A117.1 Accessibility Code (ADA Compliant) UL/cUL listed (3 hour) for self closing UL10C Positive Pressure Rated UL10B Pressure Rated QDC111 Product Specifications .............................................................. Cover • Handing - All QDC100 Series Closers are non -handed (QDC116 arms are handed). • Cast-iron construction. All-weather fluid. Door Closer Functions • Stacked valves prevent oil leaks from screws being backed out too far. ................................................ • Cover - plastic cover standard. : Series Description • Arms & brackets - Tri -pack standard, additional arms optional. QDC111 Tri Packed Arm, Non Hold Open Arm material - Heat-treated carbon steel. ........_...................................................................................._ ..._... Springs - High -impact hand -drawn steel wires. QDC112 Hold Open Arm • Pinions - Heat-treated chrome molybdenum steel. QDG113 Dead Stop Arm Cylinder construction - Heat-treated free -cutting carbon steel. ODC114 .......... Dead Stop Hold Open Arm ......... ....................................... • Fasteners - Wood and machine screws standard; sex nuts and self- QDC115 Extra Duty Arm (EDA) tapping screws optional. QDC116 Hold Open Extra -Duty Arm (HEDA) •Door weights &sizes: QDC117 Heavy -Duty with Compression Stop Arm Door Width Ranges ................................................................................................................................ : QDC118 Heavy -Duty with Compression Stop and Size Applicable Door Weight Interior Exterior Hold Open Arm 1 33 - 55 LBS (15 - 30 Kg) 32" (0.81 m) 28" (0.71 m) 2 56 - 99 LBS (30 - 45 Kg) 36 (0.91 m) 32" (0.81 m) Finishes 3 99 - 143 LBS (45 - 65 Kg) 42"(1.07m) 36"(0.91 m) .."""""'•"""""""""""""' .......... ................. ...._...... ..... ...._....._....._..... 4 143 - 187 LBS (65 - 85 Kg) 48" (1.22m) 42" (1.07m) BHMA Description .... _.... _. ..... ........ ......... ............ ... ....... ......... 5 187 264 LBS (85 - 120 Kg) 54' (1.37m) 48" (1.22m) 689 Painted Aluminum ............ ...... ........ .. ......... ....... ....... ........ 690 Painted Duranodic Bronze 6* 264 330 LBS (120 - 150 Kg) 58' (1.47m) 54" (1.32m) - 696 Painted Satin Brass *50% spring power adjustment over size 6. Warranty .'.............................................................. Lifetime Mechanical and 3 -year finish 1 Stanley Commercial Hardware 63 1000SA Series Concealed Mount, Heavy Duty, Slim Line, Adjustable Standard Features • Concealed mount • Heavy duty • Slim line channel designed for aluminum store front doors • Stop and hold -open functions available • Single or double acting doors • Non -handed • For interior or exterior use on frequent traffic and heavy weight doors • Degree of opening is field -adjustable after installation from 85° to 110° (5° increments) • Shock absorbing spring provides 3° to 5° cushion before dead -stop • 1-3/4" minimum door thickness • UL Listed as Miscellaneous Fire Door Accessories for use on wood fire doors rated up to 90 minutes and metal fire doors rated up to 3 hours (stop function only) • Average weight per unit = 5 lbs. Door Frame Opertini., Model Hinges or Offset Pivots Hold Open Sto 27" - 29-15/16 1011SA 1021SA 30" - 35-15/16 1012SA 1022SA 36" - 39-15/16 1013SA 1023SA 40" - 43-15/16 1014SA 1024SA 4411-5211 1015SA 1025SA ANSI Code C01 C01541 0 AW+1 Innovation, Quality, Customer Service... Options Available (see page B-5 for details) • SEC - Security fasteners • LL - For lead -lined door applications • LS - Less shock -absorbing spring for special applications • N - All stainless steel (non-ferrous) components for wet environments to prevent corrosion (stop function only) • SPECIAL - Contact ABH if the dimensions, hardware or specifications differ from what is shown on the template or if additional hardware is being used at the top of the door. A custom template and/or unit may be required. • If using a closer, please go to our website and reference "ABH Overhead Holder & Stop Compatibility Chart" to determine possible conflict. Material • Stainless steel is the standard base material for arm and jamb bracket for all finishes. Architectural Builders Hardware Manufacturing, Inc. r � 1222 Ardmore Avenue, Itasca, IL 60143 Tel: 630-875-9900 • Fax: 630-875-9918 / 800-932-9224 B-10 2014 ABH Mfg., Inc. Web: www.abhmfg.com • Email: abhinfo@abhmfg.com 1=2 1305 Silicone Closed Cell Sponge Seal PRODUCT CUT SHEET Material Aluminum Alloy 6063, T5 Temper Synthetic Rubber Polymer: Siloxane Closed Cell Sponge Silicone Sponge is Gray O Excellent Flexibility and Memory O Flame Resistant O Moisture Resistant O Temperature Range -100°F to 500°F, Remains Flexible at Extreme Temperatures O Excellent Resistance to Ozone, UV and Aging O Recommended for Areas Using FM200 or Halon Fire Suppression Systems O BHMA Certified to ANSI/BHMA A156.22 Performance Tests for Heat and Cold O #6 x 3/4" Stainless Steel Sheet Metal Screws Furnished O Screw Holes Slotted for Adjustment Finishes 130SA Anodized Aluminum 130SB Gold 130SDKB Dark Bronze NE MW I. V - - CERTlFIEO PROJECT: SUBMITTED BY: DATE: NOTES: Sizes per schedule N G P -G KT -1305 -PCS -1120-A NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm 1=2 320S Silicone Automatic Door Bottom for Hollow Metal Doors PRODUCT CUT SHEET Material Aluminum Alloy 6063, T5 Temper Synthetic Rubber Polymer: Siloxane Silicone Is Gray O Excellent Flexibility And Memory O Flame Resistant O Moisture Resistant O Temperature Range -1001F To 500°F, Remains Flexible at Extreme Temperatures O Excellent Resistance to Ozone, UV and Aging O Recommended for Areas Using FM200 or Halon Fire Suppression Systems O Fits in 15/s" x 3/4" Channel. A "Furring Strip" May Be Used to Lower Automatic Door Bottom When a Deeper Channel is Used O Furnished 1/2" Shorter Than Ordered to Fit Within Net Door Size. (i.e. 36" is Furnished 351/2") Length May Be Field Cut Up To 4" O Fire Ratings Apply to Metal Doors Only O #4 x 5/a" SMS Furnished O End Caps Not Available O Available 24" to 48" in Length O 1/2" Max Drop Finish Mill Aluminum 11, I 3/4" 1 1/8" N G P -G KT -3205 -PCS -1220-A NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm 1=2 513H D Heavy Duty Threshold PRODUCT CUT SHEET Material and Features Aluminum Alloy 6063, T5 Temper O 5" Wide x 1/4" Tall O Fluted Top O BH MA Certified to ANSI/BHMA A156.21 1,000 Lb. Load Test O Recommended for Delivery/Storage Doorways Where Heavier Loads Travel O For Use Where Forklift or Vehicular Traffic Occurs O Typical Wall Thickness:.244" O Weight: 1.4 Lbs./Ft. O #10 x 11/2" FH Zinc Plated Wood Screws Included. Dark Bronze Supplied With DKB Thresholds Finishes Mill Finish DKB - Dark Bronze Finish PROJECT: SUBMITTED BY: DATE: NOTES: Size per schedule Options v Optional Slip Resistant O SIA Finish 5" 1 iCEPri FIE9 NG P-TH R -513H D -PCS -0321-A NATIONAL GUARD PRODUCTS, INC. 4985 East Raines Road I Memphis, TN 38118 1 Phone: (800) 647-7874 1 Fax: (800) 255-7874 ng p.COm Contract No. FY2022-26 KODIAK ISLAND BOROUGH, ALASKA CONSTRUCTION CONTRACT NORTH STAR SIDING AND WINDOW UPGRADES # 20008 PROJECT NAME AND NUMBER This CONTRACT ("Contract"), between the Kodiak Island Borough, Alaska, herein called the Borough, acting by and through its Borough Manager, and Wolverine Supply, Inc. Company Name 5099 E. Blue Lupine Dr., Wasilla, AK 99654 Company Address (Street or PO Box, City, State, Zip) a/an ❑ Individual ❑Partnership ❑Limited Liability Company ❑Sole Proprietorship ®Corporation incorporated under the laws of the State of Alaska its successors and assigns, herein called the Contractor, is effective the date of the signature of the Borough Manager on this document. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the Borough, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above -referenced project as bid by the Contractor, which bid and prices named, together with the Contract Documents (as hereinafter defined) are made a part of this Contract and accepted as such. It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the Borough, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work or materials is ordered in writing by the Borough. In no event shall the Borough be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the Borough. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order. Payment under this Contract shall not exceed Seven Hundred Eighty -Seven Thousand Dollars and Zero Cents ($787,000.00) for the Base Bid. The Contractor further covenants and agrees that all materials shall be furnished and delivered, and all work and labor shall be done and performed, in every respect, to the satisfaction of the Borough, on or before: August 30, 2022. It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the Borough, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the Borough shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the Borough shall have the right to recover Liquidated Damages as described in the General Conditions for each calendar day elapsing between the time stipulated for achieving completion of an individual phase and the actual date of completion of that phase in accordance with the terms hereof; such deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages. Provided, Kodiak Island Borough Construction Contract Page 1 of 3 Contract No. FY2022-26 however, that upon receipt of written notice from the Contractor of the existence of causes over which the Contractor has no control and which must delay furnishing of materials or the completion of the work, the Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials or the completion of the work, and in such case the Contractor shall become liable for liquidated damages for delays commencing from the date on which the extended period expires. The bonds given by the Contractor in the sum of $787,000.00 Payment Bond, and $787,000.00 Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof. The Contractor further covenants and agrees that the entire construction will be done under the administration of and to the complete satisfaction of the Borough subject to the inspection at all times and approval by any regulatory agency, and in accordance with the laws of the State of Alaska and the Borough. For purposes of this Contract, Contracting Officer means Roxanne Murphy or any other person designated by the Borough Manager. The Contractor is an independent contractor and not an employee or agent of the Borough. Contract Documents shall have the meaning ascribed by the General Conditions of the Construction Contract, and include but are not limited to this Contract, the General Conditions of the Construction Contract, the Supplementary Conditions, and the following listed documents: 1) Drawings dated November 19, 2021 2) Project Manual dated November 19, 2021 3) Addendum 1 dated December 7, 2021 4) Addendum 2 dated December 9, 2021 Kodiak Island Borough Construction Contract Page 2 of 3 Contract No. FY2022-26 IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. CONTRACTOR Wolverine Supply, Inc. Company Name G Sigtnature of AuthorizeRNAeVy Representative Mi dmlle Com, Viae Preside it Name and Title Ja Lazy 14th, 2022 Date KODIAK ISLAND BOROUGH Signature of Borough Manager Roxanne Murphy Printed Name ff� Alise ice Boroud Clerk (ATTEST) Kodiak Island Borough Construction Contract Page 3 of 3 Kodiak Island Borough Assembly Newsletter Vol. FY2022, No. 22 January 11, 2022 At Its Regular Meeting Of January 10, 2022, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On January 20, 2022, At 6:30 p.m. held via Zoom and livestreamed at www.kodiakak.us PROCLAIMED January 2022 As Law Enforcement Appreciation Month ADVANCED Ordinance No. FY2022-07 Amending Section 2.30.060 Assembly Order Of Business And Agenda, Adding A Statement Of Land Acknowledgement To The Next In -Person Regular Meeting Of The Assembly APPROVED Change Order No. 15 Amending Contract No. FY2019-10 With Jensen Yorba Wall For Design And Services During Construction Fees For The KIBSD Main Elementary School Roof Replacement In An Amount Not To Exceed $64,560 AUTHORIZED The Borough Manager To Execute Contract No. FY2022-26 North Star Siding And Window Upgrades AUTHORIZED The Borough Manager To Execute Contract No. FY2022-28 Kodiak Fisheries Research Center Saltwater Disinfection System Upgrade Design With CRW Engineering Group, LLC APPROVED Reconsideration Of Resolution No. FY2021-38 Rescinding Resolution No. FY2018-21 And Documenting The Kodiak Fisheries Work Group's Scope And Authority ADVANCED Ordinance No. FY2022-01A Amending Ordinance No. FY2022-01, Fiscal Year 2022 Budget, By Amending Budgets To Account For Various Revenues That Are Over Budget, Providing For Additional Expenditures And Moving Funds Between Projects To The Next Regular Meeting Of The Assembly On January 20, 2022 ADVANCED Ordinance No. FY2022-08 Planning And Zoning Commission Case 22-006, Approval Of Rezone Tract 1 & 2 Of Tract S -5a-1 U.S.S. 3218, 3467, 3469 From Split I -Industrial And B -Business District To B -Business District To The Next In -Person Regular Meeting Of The Assembly CONFIRMED Mayoral Appointment Of Kent Cross To The Planning and Zoning Commission City Seat Expiring December 2022. CONFIRMED 2022-2024 Annual Mayoral Appointments To The Non -Elect Seats Of Different Boards, Committees, And The Planning And Zoning Commission. • Board of Equalization — Mark Anderson • Architectural/Engineering Review Board — Jon Melin • Planning and Zoning Commission — Christopher Paulson (City Seat) and Linnea Johnson (Borough Seat) • Solid Waste Advisory Board — Katherine Irons, Robert Williams (Retail Business Representative), and Douglas Hogen (Construction Business Representative) View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: 1] 0 @KodiakBorough