Loading...
FY2022-30 Landfill Stage 3 Closure Project With Brechan Construction LLCKODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Cost Contract No.: FY2022-30G Change Order No.: 07 Original Project Budget: $ 100,000.00 Original Contract: $ 1,948,000.00 Previous Budget Changes: $ 2,750,000.00 Previous Changes: $ 0.00 Adjusted Project Budget: $ 2,850,000.00 This Change: $ 35,749.06 To -Date Project Expenses: $ $3,508,778.83 % of Original Contract 1.84% To -Date Project Encumbrances: $ 122,000.51 Adjusted Contract: $ 3,751,484.67 Current Remaining Budget: $ -$794,844.35 4 Description of Change Cost CO #7 • Fixing the sandbags on the existing rain sheet where liner was not damaged but sandbags $4,354.54 broke. The liner company estimated 4 employees for 4 hours to perform this work. • Fix holes on the bottom of the existing rainsheet $1,088.64 • Hydro axe brush not to exceed 40 hours. Equipment and operator $347.77 hourly rate. $13,910.80 • Remove portion of rainsheet from cell 1. This includes the removal of the sandbags along $16,395.09 with cutting and folding removed portions. The time provided for completion of the contract is (M unchanged) (❑increased) (❑decreased) by 365 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 titan the percent of approved contract amount or $50,000, whichever is lower, require assembly approval Accepted Bye tra� 's�pr' ntatv ine� 'I�tij A n Approved By: t zbyVi l 9" 1 Borough Manager I v - Date• 2 � 2 Finance Date Zoll UI -23 Attest: f,,- B Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original Approved By: Date: Borough Mayor Deputy Presiding Date: NV. . � y rpouni or $50, 000, t is lower) Borough Assembly Approval (greater than five percent ofapproved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09 19 Page I of I Brechan Construction, LLC PROJECT Landfill Stage 3 Closure DATE 6/16/2023 WORK ITEM Change Order #06 -Fix Holes in the Existing RainSheet Breakdown of Direct Costs Labor �Description Equipment Materials Subcontract Other Total Item # lQuant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost Total Quant. Unit Cost Total Cost 1 Fix holes in rainsheet NWL used 2 guys for 2 hours to patch the 3 holes in the Rainsheet $ $ $ - $ $ $ $ - $ $ 2 $ 508.00 $ - $ $ 1,016.00 - $ $ $ $ - $ $ 1,016.00 - TOTAL $ $ $ $ 1,016.00 $ $ 1,016.00 15% 15% 15% 5% 5% 5.00% Contractor Fee $ $ $ $ 50.80 $ $ 50.80 Total Cost 50.80 1,066.80 Bonding @ 1.55% $ 16.54 G/L Rate: $4.968 per $1000 contract $ 5.30 Total Quote $ 1,088.64 Labor Crew Breakdown From NWL NWL Crew Labor Rate $ 76.00 NWL Laborer $ 254.00 Housing/Lodging/Insurance/Rental Car $ 100.00 NWL Laborer $ 254.00 Meals/Food $ 45.00 NWL Markup $ 33.00 Hourly Rate per Guy $ 254.00 508.00 - (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - CO - #06 Brechan Construction, LLC PROJECT Landfill Stage 3 Closure DATE 6/16/2023 WORK ITEM Change Order #05 -Fix Sandbags on Existing Rain Sheet Side Slope Breakdown of Direct Costs Labor �Description Equipment Materials Subcontract Other Total Item # lQuant. I Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost Total Quant. Unit Cost Total Cost 1 Fix Sandbags on Rain Sheet Side Slope NWL Estimates 4 hours for 4 guys to fix the sandbags on the rainsheet $ $ $ - $ $ $ $ - $ $ 4 $ 1,016.00 $ - $ $ 4,064.00 - $ $ $ $ - $ $ 4,064.00 - TOTAL $ $ $ $ 4,064.00 $ $ 4,064.00 15% 15% 15% 5% 5% 5.00% Contractor Fee $ $ $ $ 203.20 $ $ 203.20 Total Cost 203.20 4,267.20 Bonding @ 1.55% $ 66.14 G/L Rate: $4.968 per $1000 contract $ 21.20 Total Quote $ 4,354.54 Labor Crew Breakdown From NWL NWL Crew Labor Rate $ 76.00 NWL Laborer $ 254.00 Housing/Lodging/Insurance/Rental Car $ 100.00 NWL Laborer $ 254.00 Meals/Food $ 45.00 NWL Laborer $ 254.00 NWL Markup $ 33.00 1 NWL Laborer $ 254.00 Hourly Rate per Guy $ 254.00 1,016.00 - (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - CO - #05 Brechan Construction, LLC (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - Hydro Axe Breakdown of Direct Costs PROJECT Landfill Stage 3 Closure DATE 7/19/2023 WORK ITEM Hydro Axe Brush W/Excavator Labor �Descnption Equipment Materials Subcontract Other Total Item # lQuant. I Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost ' Total Quant. Unit Cost Total Cost $ $ $ $ 1 Hourly rate for Operator and Hydro Axe 1 $ 86.34$ 86.34 1 $ 210.00 $ 210.00 $ - $ - $ - $ 296.34 TOTAL $ 86.34 $ 210.00 $ $ $ $ 296.34 Contractor Fee $ 15% 12.95 $ 15% 31.50 15% $ $ 5% $ 5% $ 15.00% 44.45 Total Cost $ 99.29 241.50 210.00 340.79 Bonding @ 1.55% $ 5.28 G/L Rate: $4.968 per $1000 contract $ 1.69 Total Quote $ 347.77 Remove Sandbags/ cut Rainsheet Operator Foreman $ 86.34 Cat 320 W/ Axe $ 210.00 86.34 210.00 (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - Hydro Axe Brechan Construction, LLC (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - Rain Sheet Removal Breakdown of Direct Costs PROJECT Landfill Stage 3 Closure DATE 7/19/2023 WORK ITEM Remove a Section of Rain Sheet in Cell 1 Labor Equipment Materials Subcontract Other Total Item # Descri tion lQuant. I Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Quant. Unit Cost I Total Cost 1 Remove Rain Sheet from Cell 1 $ $ $ $ $ $ Need to move sandbags 10 $ 324.49 $ 3,244.90 10 $ 35.00 $ 350.00 $ $ $ $ 3,594.90 Cut Rainsheet- need knives & Gloves 5 $ 324.49 $ 1,622.45 5 $ 35.00 $ 175.00 1 $ 200.00 $ 200.00 $ $ $ 1,997.45 Fold Up Rainsheet in large Sections and Remove 10 $ 492.83 $ 4,928.30 10 $ 345.00 $ 3,450.00 $ $ $ $ 8,378.30 $ $ $ $ $ $ TOTAL $ 9,795.65 $ 3,975.00 $ 200.00 $ $ $ 13,970.65 15% 15% 15% 5% 5% 15.00% Contractor Fee $ 1,469.35 $ 596.25 $ 30.00 $ $ $ 2,095.60 Total Cost 11,265.00 4,571.25 30.00 3,975.00 16,066.25 Bonding @ 1.55% $ 249.03 G/L Rate: $4.968 per $1000 contract $ 79.82 Total Quote $ 16,395.09 Remove Sandbags/ cut Rainsheet Operator G1 $ 82.00 Pickup $ 35.00 Laborer $ 80.83 Laborer $ 80.83 Laborer $ 80.83 324.49 35.00 Fold RainsheetlRemove Foreman Operator G1 $ $ 86.34 Pickup 82.00 Cat 320 $ $ 35.00 180.00 Operator G1 $ 82.00 Cat 938K 1/2 Tim $ 130.00 Laborer $ 80.83 Laborer $ 80.83 Laborer $ 80.83 _ $ 492.83 $ 345.00 Perimiter Berm Crew Foreman _ Operator Operator $ $ $ 86.34 Cat 320 82.00 Cat 938k 82.00 $ $ 180.00 130.00 Laborer $ 80.83 $ 331.17 1 1$ 310.00 (Modified to reflect Contract) Kodiak Landfill Stage 3 Closure Bid Workbook 12-9-2021.xlsx - Rain Sheet Removal KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MULL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Contract No.: FY2022-30 F Change Order No.: 06 Original Project Budget: $ 100,000.00 Original Contract: $ 2,367,000.00 Previous Budget Changes: $ 2,750,000.00 Previous Changes: $ 235,000 Adjusted Project Budget: $ 2,850,000.00 This Change: $ 0.00 To -Date Project Expenses: $ 2,516.825.20 °o of Original Contract 0.0000 To -Date Project Encumbrances: $ 1,111,107.60 Adjusted Contract: $ 3,716,064.44 Current Remaining Budget: $ -777,932.80 4 Description of Change Cost Modify Article 7.01(A)(9) of Contract FY2022-30 to add the following as exhibits to the contract: $ 0.00 d. Alaska Revolving Fund Program Davis Bacon Wage Rate Requirements: Municipal Borrowers e. Davis Bacon Act Wage Determination AK20210001 The above referenced exhibits are attached to this change order. The time provided for completion of the contract is (® unchanged) (0 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, require assembly approval. Accepted By: r Date: Contractor's lRepreseltative Recommended: Date: Date: Engineering/Facilities Director Finance Director Approved By: Date: Attest: Date: Borough Manager Borough Clerk Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amotmt or $50,000, whichever is lower) Approved By: Date: _ Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent ofapproved contract amount or $50,000, whichever is lotiver) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09 19 Page 1 of I Alaska Revolving Fund Program Davis Bacon Wage Rate Requirements: Municipal Borrowers With respect to the Clean Water and Safe Drinking Water State Revolving Funds (CWSRF and DWSRF), EPA provides capitalization grants to each State which in turn provides loans to eligible entities within the State. Although EPA and the State remain responsible for ensuring borrowers' compliance with the wage rate requirements set forth herein, those borrowers shall have the primary responsibility to maintain payroll records and for compliance verification. The following terms and conditions specify how borrowers of the Alaska State Revolving Fund (SRF) Program will meet Davis -Bacon (DB) requirements. Please contact the SRF Program at srf.eng@alaska.gov or 907-269-7502 with any questions related to applying DB to SRF projects. 1) Applicability of the Davis- Bacon (DB) prevailing wage requirements: a) DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Alaska CWSRF and to any construction project carried out in whole or in part by assistance made available by a Alaska DWSRF. If a borrower encounters a unique situation at a site that presents uncertainties regarding DB applicability, the borrower must discuss the situation with the SRF Program' before authorizing work on that site. 2) Obtaining Wage Determinations: a) Borrowers shall obtain the wage determination at https//:beta.SAM.gov for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. If the borrower is a privately -owned utility, they must submit their wage determinations to the SRF Program for approval prior to including in any solicitation documents. (1) While the solicitation remains open, the borrower shall monitor weekly to ensure that the wage determination contained in the solicitation remains current. The borrowers shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. (2) If the borrower does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the SRF Program, at the request of the borrower, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The borrower shall monitor on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. b) If the borrower carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a ' For the purposes of clarity, this document refers to the State Revolving Fund Program where Federal guidance references the recipient. Revised 2020 solicitation, the borrower shall insert the appropriate DOL wage determination into the ordering instrument. c) Borrowers shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a borrower's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the borrower has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the borrower shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The borrower's contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3) Contract and Subcontract provisions (Full and complete language can be found in 29 CFR 5.5): a) The SRF Program shall insure that the borrower shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds. See Department of Labor Code of Federal Regulations Chapter 29, Subpart A, Section 5.5 (29 CFR 5.5) for additional information. (1) Minimum wages: (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination z For the purposes of clarity, this document refers to the borrower where the Federal guidance refers to sub -recipient. 2 Revised 2020 (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (A) The borrower, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: 1. The work to be performed by the classification requested is not performed by a classification in the wage determination; and 2. The classification is utilized in the area by the construction industry; and 3. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the borrower agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the borrower to the State award official. The State award official will transmit the request to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30 - day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the borrower do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. 3 Revised 2020 (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding: The borrower, shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records: (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 4 Revised 2020 (A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the borrower. Such documentation shall be available on request of the SRF Program or EPA. As to each payroll copy received, the borrower shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the borrower for transmission to the State or EPA if requested by EPA, the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the borrower. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CRF 5.5 (a)(3)(i), and that such information is correct and complete; 2. That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; 3. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. 5 Revised 2020 (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 of the United States Code (18 USC1001) and 18 USC 231. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees: (i) Apprentices: Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the 6 Revised 2020 contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees: Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity: The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act requirements: The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts: The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination and debarment: A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements: All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards: Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set 7 Revised 2020 forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and borrower, State, EPA, the U.S. Department of Labor, or the employees or their representatives. (10)Certification of eligibility: (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. Contract Provision for Contracts in Excess of $100,000: b) Contract Work Hours and Safety Standards Act: The borrower shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3 above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation, liability for unpaid wages and liquidated damages: In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages: The borrower, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor Revised 2020 or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts: The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. c) In addition to the clauses contained in Item 3 above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the borrower shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the borrower shall insert in any such contract a clause providing hat the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Alaska SRF Program and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 4) Compliance Verification a) The borrower shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The borrower must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available on the Alaska SRF webpage (http://dec.alaska.gov/water/technical-assistance-and-financing/state-revolving-fund) or from EPA on request. b) The borrower shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Borrowers must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. c) Borrowers shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence. The borrower shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The borrower shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the borrower should spot check payroll data within two weeks of each contractor or subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Borrowers must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the 9 Revised 2020 examinations the borrower shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions. d) The borrower shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S. Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Items 5(b) and (c) above. e) Borrowers must immediately report potential violations of the DB prevailing wage requirements to the SRF DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at https://www.dol.gov/agencies/whd/contact/local-offices. 10 Revised 2020 "General Decision Number: AK20220001 01/07/2022 Superseded General Decision Number: AK20210001 State: Alaska Construction Types: Building and Heavy Counties: Alaska Statewide. BUILDING AND HEAVY CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/07/2022 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] * ASBE0097-001 06/01/2021 Rates Fringes Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and fnishings to all types of mechanical systems) .........................$ 38.68 21.57 HAZARDOUS MATERIAL HANDLER (includes preparation, wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems) ......... $ 37.38 19.55 * BOIL0502-002 01/01/2021 Rates Fringes BOILERMAKER ......................$ 47.03 30.59 --------------------------------------------------------------- * BRAK0001-002 07/01/2020 Rates Fringes Bricklayer, Blocklayer, Stonemason, Marble Mason, Tile Setter, Terrazzo Worker ..... $ 42.16 19.67 Tile & Terrazzo Finisher ......... $ 35.99 19.67 CARP 1501-001 09/01/2019 Rates Fringes MILLWRIGHT .......................$ 37.64 23.46 -------------------------------------------------------------- CARP2520-003 09/01/2019 Rates Fringes Diver Stand-by ....................$ 42.65 26.51 Tender ......................$ 41.65 26.51 Working .....................$ 82.45 26.51 Piledriver Piledriver; Skiff Operator and Rigger .................. $38.34 26.51 Sheet Stabber ...............$ 38.34 26.51 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] Welder ......................$ 43.90 26.51 DEPTH PAY PREMIUM FOR DIVERS BELOW WATER SURFACE: 50-100 feet $1.00 per foot 101 feet and deeper $2.00 per foot ENCLOSURE PAY PREMIUM WITH NO VERTICAL ASCENT: 5-50 FEET $1.00 PER FOOT/DAY 51-100 FEET $2.00 PER FOOT/DAY 101 FEET AND ABOVE $3.00 PER FOOT/DAY SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ----------------------------------------------------------- CARP405 9-001 09/01/2019 Rates Fringes CARPENTER Including Lather and Drywall Hanging .............$ 38.34 26.51 ---------------------------------------------------------------- ELEC1547-004 04/01/2020 Rates Fringes CABLE SPLICER ....................$ 41.27 3%+27.64 ELECTRICIAN ......................$ 40.94 3%+27.89 ---------------------------------- ELEC1547-005 04/01/2021 Line Construction Rates Fringes CABLE SPLICER ....................$ 57.79 32.04 Linemen (Including Equipment Operators, Technician) ........... $ 56.04 3%+32.04 Powderman ........................$ 54.04 32.04 TREE TRIMMER .....................$ 37.30 3%+25.94 ----------------------------------- ELEV0019-002 01/01/2020 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] Rates Fringes ELEVATOR MECHANIC ................$ 59.11 35.245 FOOTNOTE: a. Employer contributes 8% of the basic hourly rate for over 5 year's service and 6% of the basic hourly rate for 6 months to 5 years' of service as vacation paid credit. b. Eight paid holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday after Thanksgiving, and Christmas Day ---------------------------------- ENGI0302-002 01/01/2021 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 .....................$ 42.53 25.20 GROUP IA ....................$ 44.29 25.20 GROUP 2 .....................$ 41.76 25.20 GROUP 3 .....................$ 41.04 25.20 GROUP 4 .....................$ 34.83 25.20 TUNNEL WORK GROUP 1 ....................$ 46.78 25.20 GROUP IA ...................$ 48.72 25.20 GROUP 2 ....................$ 45.94 25.20 GROUP 3 ....................$ 45.14 25.20 GROUP 4 ....................$ 38.31 25.20 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt Roller: Breakdown, Intermediate, and Finish; Back Filler; Barrier Machine (Zipper); Beltcrete with power pack and similar conveyors; Bending Machine; Boat Coxwains; Bulldozers; Cableways, Highlines and Cablecars; Cleaning Machine; Coating Machine; Concrete Hydro Blaster; Cranes -45 tons and under or 150 foot boom and under (including jib and attachments): (a) Hydralifts or Transporters, all track or truck type,(b) Derricks; Crushers; Deck Winches -Double Drum; Ditching or Trenching Machine (16 inch or over); Drilling Machines, core, cable, rotary and exploration; Finishing Machine Operator, Concrete Paving, Laser Screed, Sidewalk, Curb and Gutter Machine; Helicopters; Hover Craft, Flex Craft, Loadmaster, Air Cushion, All Terrain Vehicle, Rollagon, Bargecable, Nodwell, and Snow Cat; Hydro Ax: Feller Buncher and similar; Loaders (2 1/2 yards through 5 yards, including all attachments): Forklifts with telescopic boom and swing attachment, Overhead and front end, 2 1/2 yards through 5 yards, Loaders with forks or pipe clamps; Loaders, elevating belt type, Euclid and similar types; Mechanics, Bodyman; Micro Tunneling Machine; Mixers: Mobile type w/hoist combination; Motor Patrol Grader; Mucking Machines: file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] Mole, Tunnel Drill, Horizontal/Directional Drill Operator, and/or Shield; Operator on Dredges; Piledriver Engineers, L. B. Foster, Puller or similar Paving Breaker; Power Plant, Turbine Operator, 200 k.w. and over (power plants or combination of power units over 300 k.w.); Scrapers -through 40 yards; Service Oiler/Service Engineer; Sidebooms-under 45 tons; Shot Blast Machine; Shovels, Backhoes, Excavators with all attachments, and Gradealls (3 yards and under), Spreaders, Blaw Knox, Cedarapids, Barber Greene, Slurry Machine; Sub -grader (Gurries, Reclaimer, and similar types); Tack tractor; Truck mounted Concrete Pumps, Conveyor, Creter; Water Kote Machine; Unlicensed off road hauler GROUP IA: Camera/Tool/Video Operator (Slipline), Cranes -over 45 tons or 150 foot (including jib and attachments): (a) Clamshells and Draglines (over 3 yards), (b) Tower cranes; Licensed Water/Waste Water Treatment Operator; Loaders over 5 yds.; Certified Welder, Electrical Mechanic, Camp Maintenance Engineer, Mechanic (over 10,000 hours); Motor Patrol Grader, Dozer, Grade Tractor, Roto-mill/Profiler (finish: when finishing to final grade and/or to hubs, or for asphalt); Power Plants: 1000 k.w. and over; Quad; Screed; Shovels, Backhoes, Excavators with all attachments (over 3 yards), Sidebooms over 45 tons; Slip Form Paver, C.M.I. and similar types; Scrapers over 40 yards; GROUP 2: Boiler -fireman; Cement Hog and Concrete Pump Operator; Conveyors (except as listed in group 1); Hoist on steel erection; Towermobiles and Air Tuggers; Horizontal/Directional Drill Locator;Licensed Grade Technician; Loaders, (i.e., Elevating Grader and Material Transfer Vehicle); Locomotives: rod and geared engines; Mixers; Screening, Washing Plant; Sideboom (cradling rock drill regardless of size); Skidder; Trencing Machine under 16 inches; Waste/ Waste Water Treatment Operator. GROUP 3: ""A"" Frame Trucks, Deck Winches: single power drum; Bombardier (tack or tow rig); Boring Machine; Brooms -power; Bump Cutter; Compressor; Farm tractor; Forklift, industrial type; Gin Truck or Winch Truck with poles when used for hoisting; Grade Checker and Stake Hopper; Hoist, Air Tuggers, Elevators; Loaders: (a) Elevating-Athey, Barber Green and similar types (b) Forklifts or Lumber Carrier (on construction job site) (c) Forklifts with Tower (d) Overhead and Front-end, under 2 1/2 yds. Locomotives:Dinkey (air, steam, gas and electric) Speeders; Mechanics (light duty); Oil, Blower Distribution; Post Hole Diggers, mechanical; Pot Fireman (power agitated); Power Plant, Turbine Operator, under 200 k.w.; Pumps -water; Roller -other than Plantmix; Saws, concrete; Skid Steer with all attachments; Straightening Machine; Tow Tractor file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] GROUP 4: Rig Oiler/Crane Assistant Engineer;Parts and Equipment Coordinator; Swamper (on trenching machines or shovel type equipment); Spotter; Steam Cleaner; Drill Helper. FOOTNOTE: Groups 1-4 receive 10% premium while performing tunnel or underground work. Rig Oiler/Crane Assistant Engineer shall be required on cranes over 85 tons or over 100 feet of boom. * IRON0751-003 07/01/2021 Rates Fringes IRONWORKER BENDER OPERATOR .............$ 40.82 34.99 BRIDGE, STRUCTURAL, ORNAMENTAL, REINFORCING MACHINERY MOVER, RIGGER, SHEETER, STAGE RIGGER, BENDER OPERATOR ........ $ 40.82 34.99 BRIDGE, STRUCTURAL, ORNAMENTAL, REINFORCING MACHINERY MOVER, RIGGER, 31.11 SHEETER, STAGE RIGGER, 31.11 BENDER OPERATOR .............$ 38.75 32.63 FENCE, BARRIER INSTALLER .... $ 37.32 34.99 GUARDRAIL INSTALLERS ........ $ 38.32 34.99 GUARDRAIL LAYOUT MAN ........ $ 38.06 34.99 HELICOPTER, TOWER ........... $ 41.82 34.99 ------------------------------------ * LAB00341-001 04/01/2021 Rates Fringes LABORER (South of the 63rd Parallel & West of Longitude 138 Degrees) GROUP 1 .....................$ 32.00 31.11 GROUP 2 .....................$ 33.00 31.11 GROUP 3 .....................$ 33.90 31.11 GROUP 3A ....................$ 37.18 31.11 GROUP 3B ....................$ 40.97 28.40 GROUP 4 .....................$ 21.57 31.11 TUNNELS, SHAFTS, AND RAISES GROUP 1 ....................$ 35.20 31.11 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] GROUP 2 ............... GROUP 3 ............... GROUP 3A ............... GROUP 3B ............... $ 36.30 31.11 $ 37.29 31.11 ..$40.90 31.11 ..$45.07 28.40 LABORERS CLASSIFICATIONS GROUP 1: Asphalt Workers (shovelman, plant crew); Brush Cutters; Camp Maintenance Laborer; Carpenter Tenders; Choke Setters, Hook Tender, Rigger, Signalman; Concrete Laborer(curb and gutter, chute handler, grouting, curing, screeding); Crusher Plant Laborer; Demolition Laborer; Ditch Diggers; Dump Man; Environmental Laborer (asbestos (limited to nonmechanical systems), hazardous and toxic waste, oil spill); Fence Installer; Fire Watch Laborer; Flagman; Form Strippers; General Laborer; Guardrail Laborer, Bridge Rail Installers; Hydro -Seeder Nozzleman; Laborers (building); Landscape or Planter; Laying of Decorative Block (retaining walls, flowered decorative block 4 feet and below); Material Handlers; Pneumatic or Power Tools; Portable or Chemical Toilet Serviceman; Pump Man or Mixer Man; Railroad Track Laborer; Sandblast, Pot Tender; Saw Tenders; Scaffold Building and Erecting; Slurry Work; Stake Hopper; Steam Point or Water Jet Operator; Steam Cleaner Operator; Tank Cleaning; Utiliwalk, Utilidor Laborer and Conduit Installer; Watchman (construction projects); Window Cleaner GROUP 2: Burning and Cutting Torch; Cement or Lime Dumper or Handler (sack or bulk); Choker Splicer; Chucktender (wagon, airtrack and hydraulic drills); Concrete Laborers (power buggy, concrete saws, pumperete nozzleman, vibratorman); Culvert Pipe Laborer; Cured in place Pipelayer; Environmental Laborer (marine work, oil spill skimmer operator, small boat operator); Foam Gun or Foam Machine Operator; Green Cutter (dam work); Gunnite Operator; Hod Carriers; Jackhammer or Pavement Breakers (more than 45 pounds);Laying of Decorative Block (retaining walls, flowered decorative block above 4 feet); Mason Tender and Mud Mixer (sewer work); Pilot Car; Plasterer, Bricklayer and Cement Finisher Tenders; Power Saw Operator; Railroad Switch Layout Laborer; Sandblaster; Sewer Caulkers; Sewer Plant Maintenance Man; Thermal Plastic Applicator; Timber Faller, chain saw operator, filer; Timberman GROUP 3: Alarm Installer; Bit Grinder; Guardrail Machine Operator; High Rigger and tree topper; High Scaler; Multiplate; Slurry Seal Squeegee Man GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] GROUP 313: Grade checker (setting or transfering of grade marks, line and grade) GROUP 4: Final Building Cleanup TUNNELS, SHAFTS, AND RAISES CLASSIFICATIONS GROUP 1: Brakeman; Muckers; Nippers; Topman and Bull Gang; Tunnel Track Laborer GROUP 2: Burning and Cutting Torch; Concrete Laborers; Jackhammers; Nozzleman, Pumperete or Shotcrete. GROUP 3: Miner; Retimberman GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers. GROUP 313: Grade checker (setting or transfering of grade marks, line and grade) Tunnel shaft and raise rates only apply to workers regularly employed inside a tunnel portal or shaft collar. ----------------------------------- LAB00942-001 04/01/2021 Rates Fringes Laborers: North of the 63rd 35.20 Parallel & East of Longitude GROUP 2 ....................$ 35.98 138 Degrees Group 2 ....................$ GROUP 1 .....................$ 32.00 27.58 GROUP 2 .....................$ 33.00 27.58 GROUP 3 .....................$ 33.90 27.58 GROUP 3A ....................$ 37.18 27.58 GROUP 3B ....................$ 40.97 24.87 GROUP 4 .....................$ 21.57 27.58 TUNNELS, SHAFTS, AND RAISES GROUP 3B ...................$ GROUP 1 ....................$ 34.88 28.36 Group 1 ....................$ 35.20 27.58 GROUP 2 ....................$ 35.98 28.36 Group 2 ....................$ 36.30 27.58 GROUP 3 ....................$ 36.97 28.36 Group 3 ....................$ 37.29 27.58 GROUP 3A ...................$ 40.58 28.36 Group 3A ...................$ 40.90 27.58 GROUP 3B ...................$ 44.75 25.65 Group 3B ...................$ 45.07 24.87 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] LABORERS CLASSIFICATIONS GROUP 1: Asphalt Workers (shovelman, plant crew); Brush Cutters; Camp Maintenance Laborer; Carpenter Tenders; Choke Setters, Hook Tender, Rigger, Signalman; Concrete Laborer(curb and gutter, chute handler, grouting, curing, screeding); Crusher Plant Laborer; Demolition Laborer; Ditch Diggers; Dump Man; Environmental Laborer (asbestos (limited to nonmechanical systems), hazardous and toxic waste, oil spill); Fence Installer; Fire Watch Laborer; Flagman; Form Strippers; General Laborer; Guardrail Laborer, Bridge Rail Installers; Hydro -Seeder Nozzleman; Laborers (building); Landscape or Planter; Laying of Decorative Block (retaining walls, flowered decorative block 4 feet and below); Material Handlers; Pneumatic or Power Tools; Portable or Chemical Toilet Serviceman; Pump Man or Mixer Man; Railroad Track Laborer; Sandblast, Pot Tender; Saw Tenders; Scaffold Building and Erecting; Slurry Work; Stake Hopper; Steam Point or Water Jet Operator; Steam Cleaner Operator; Tank Cleaning; Utiliwalk, Utilidor Laborer and Conduit Installer; Watchman (construction projects); Window Cleaner GROUP 2: Burning and Cutting Torch; Cement or Lime Dumper or Handler (sack or bulk); Choker Splicer; Chucktender (wagon, airtrack and hydraulic drills); Concrete Laborers (power buggy, concrete saws, pumperete nozzleman, vibratorman); Culvert Pipe Laborer; Cured in place Pipelayer; Environmental Laborer (marine work, oil spill skimmer operator, small boat operator); Foam Gun or Foam Machine Operator; Green Cutter (dam work); Gunnite Operator; Hod Carriers; Jackhammer or Pavement Breakers (more than 45 pounds);Laying of Decorative Block (retaining walls, flowered decorative block above 4 feet); Mason Tender and Mud Mixer (sewer work); Pilot Car; Plasterer, Bricklayer and Cement Finisher Tenders; Power Saw Operator; Railroad Switch Layout Laborer; Sandblaster; Sewer Caulkers; Sewer Plant Maintenance Man; Thermal Plastic Applicator; Timber Faller, chain saw operator, filer; Timberman GROUP 3: Alarm Installer; Bit Grinder; Guardrail Machine Operator; High Rigger and tree topper; High Scaler; Multiplate; Slurry Seal Squeegee Man GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers GROUP 313: Grade checker (setting or transfering of grade marks, line and grade) GROUP 4: Final Building Cleanup file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] TUNNELS, SHAFTS, AND RAISES CLASSIFICATIONS GROUP 1: Brakeman; Muckers; Nippers; Topman and Bull Gang; Tunnel Track Laborer GROUP 2: Burning and Cutting Torch; Concrete Laborers; Jackhammers; Nozzleman, Pumperete or Shotcrete. GROUP 3: Miner; Retimberman GROUP 3A: Asphalt Raker, Asphalt Belly dump lay down; Drill Doctor (in the field); Drillers (including, but not limited to, wagon drills, air track drills; hydraulic drills); Powderman; Pioneer Drilling and Drilling Off Tugger (all type drills); Pipelayers. GROUP 313: Grade checker (setting or transfering of grade marks, line and grade) Tunnel shaft and raise rates only apply to workers regularly employed inside a tunnel portal or shaft collar. ---------------------------------- PAIN 1959-001 03/01/2021 NORTH OF THE 63RD PARALLEL Rates Fringes PAINTER BRUSH/ROLLER PAINT OR WALL COVERER .....................$ 34.19 24.16 TAPING, TEXTURING, STRUCTURAL PAINTING, SANDBLASTING, POT TENDER, FINISH METAL, SPRAY, BUFFER OPERATOR, RADON MITIGATION, LEAD BASED PAINT ABATEMENT, HAZARDOUS MATERIAL HANDLER ............ $ 34.19 24.16 ---------------------------------- PAIN1959-002 03/01/2021 SOUTH OF THE 63RD PARALLEL Rates Fringes PAINTER General Painter .............$ 31.33 24.94 Industrial Painter .......... $ 32.68 24.94 Taper / Paper & Vinyl Hanger ......................$ 32.58 24.94 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] PAIN1959-003 07/01/2019 NORTH OF THE 63RD PARALLEL Rates Fringes GLAZIER ..........................$ 39.40 24.87 ---------------------------------------------------------------- PAIN1959-004 07/01/2019 Rates Fringes FLOOR LAYER: Carpet .............$ 28.75 14.44 ---------------------------------------------------------------- PAIN1959-006 07/01/2019 SOUTH OF THE 63RD PARALLEL Rates Fringes GLAZIER ..........................$ 39.61 23.94 ---------------------------------------------------------------- * PLUM0262-002 07/01/2021 East of the 141 st Meridian Rates Fringes Plumber; Steamfitter.............$ 39.82 27.52 ---------------------------------------------------------------- * PLUM0367-002 07/01/2021 South of the 63rd Parallel Rates Fringes Plumber; Steamfitter.............$ 41.00 27.95 ---------------------------------------------------------------- * PLUM0375-002 07/01/2021 North of the 63rd Parallel Rates Fringes Plumber; Steamfitter.............$ 42.91 31.25 ---------------------------------------------------------------- PLUM0669-002 04/01/2019 Rates Fringes SPRINKLER FITTER .................$ 47.25 26.49 ---------------------------------------------------------------- ROOF0189-006 04/01/2021 file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] Rates Fringes ROOFER ...........................$ 44.62 17.63 ---------------------------------------------------------------- * SHEE0023-003 07/01/2021 South of the 63rd Parallel Rates Fringes SHEET METAL WORKER ...............$ 43.75 27.92 ---------------------------------------------------------------- * SHEE0023-004 07/01/2021 North of the 63rd Parallel Rates Fringes SHEET METAL WORKER ...............$ 49.04 28.26 ---------------------------------------------------------------- TEAM0959-003 04/01/2021 TRUCK DRIVER GROUP 1........ GROUP IA ..... GROUP 2........ GROUP 3........ GROUP 4........ GROUP 5........ Rates Fringes .............$ 41.94 26.12 ...............$ 43.21 26.12 .............$ 40.68 26.12 .............$ 39.86 26.12 .............$ 39.28 26.12 .............$ 38.52 26.12 GROUP 1: Semi with Double Box Mixer; Dump Trucks (including rockbuggy and trucks with pups) over 40 yards up to and including 60 yards; Deltas, Commanders, Rollogans and similar equipment when pulling sleds, trailers or similar equipment; Boat Coxswain; Lowboys including attached trailers and jeeps, up to and including 12 axles; Ready -mix over 12 yards up to and including 15 yards); Water Wagon (250 Bbls and above); Tireman, Heavy Duty/Fueler GROUP IA: Dump Trucks (including Rockbuggy and Trucks with pups) over 60 yards up to and including 100 yards; Jeeps (driver under load) GROUP 2: Turn -O -Wagon or DW -10 not self -loading; All Deltas, Commanders, Rollogans, and similar equipment; Mechanics; Dump Trucks (including Rockbuggy and Trucks with pups) over 20 yards up to and including 40 yards; Lowboys including attached trailers and jeeps up to and including 8 axles; Super vac truck/cacasco truck/heat stress truck; Ready -mix over 7 yards up to and including 12 yards; Partsman; Stringing Truck file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] GROUP 3: Dump Trucks (including Rockbuggy and Trucks with pups) over 10 yards up to and including 20 yards; batch trucks 8 yards and up; Oil distributor drivers; Oil Distributor Drivers; Trucks/Jeeps (push or pull); Traffic Control Technician GROUP 4: Buggymobile; Semi or Truck and trailer; Dumpster; Tireman (light duty); Dump Trucks (including Rockbuggy and Truck with pups) up to and including 10 yards; Track Truck Equipment; Grease Truck; Flat Beds, dual rear axle; Hyster Operators (handling bulk aggregate); Lumber Carrier; Water Wagon, semi; Water Truck, dual axle; Gin Pole Truck, Winch Truck, Wrecker, Truck Mounted ""A"" Frame manufactured rating over 5 tons; Bull Lifts and Fork Lifts with Power Boom and Swing attachments, over 5 tons; Front End Loader with Forks; Bus Operator over 30 passengers; All Terrain Vehicles; Boom Truck/Knuckle Truck over 5 tons; Foam Distributor Truck/dual axle; Hydro -seeders, dual axle; Vacuum Trucks, Truck Vacuum Sweepers; Loadmaster (air and water); Air Cushion or similar type vehicle; Fire Truck/Ambulance Driver; Combination Truck -fuel and grease; Compactor (when pulled by rubber tired equipment); Rigger (air/water/oilfield); Ready Mix, up to and including 7 yards; GROUP 5: Gravel Spreader Box Operator on Truck; Flat Beds, single rear axle; Boom Truck/Knuckle Truck up to and including 5 tons; Pickups (Pilot Cars and all light duty vehicles); Water Wagon (Below 250 Bbls); Gin Pole Truck, Winch Truck, Wrecker, Truck Mounted ""A"" Frame, manufactured rating 5 tons and under; Bull Lifts and Fork Lifts (fork lifts with power broom and swing attachments up to and including 5 tons); Buffer Truck; Tack Truck; Farm type Rubber Tired Tractor (when material handling or pulling wagons on a construction project); Foam Distributor, single axle; Hydro -Seeders, single axle; Team Drivers (horses, mules and similar equipment); Fuel Handler (station/bulk attendant); Batch Truck, up to and including 7 yards; Gear/Supply Truck; Bus Operator, Up to 30 Passengers; Rigger/Swamper WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union, which prevailed in the survey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0 19 8. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Division National Office Branch of Wage Surveys. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" file:///C/TJsers/jhassinger/Desktop/CO%20DB/akl.rO.txt[7/10/2023 8:10:25 AM] KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Description of Change Cost Additional blasting and processing of shot rock for landfill cover. The contract included 30,000 cubic $235,000 yards of shot rock at a unit price of $23.50 per cubic yard. CO #1 included an additional 28,500 cubic yards and CO # 3 included an additional 32,500 cubic yards at the unit price of $23.50 per cubic yard. After completion of rock processing, it was determined and additional 10,000 cubic yards of rock could be available to the KIB (depending on need for stage 3 closure work). 10,000 x $23.50 = $235,000. The time provided for completion of the contract is (® unchanged) (0 increased) (E] decreased) by 365 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, require assembly approval. Accepted By: ontract 's resent ive113 Recommended: - Date`1 to-Z.3.rN` Engi�n"ee�riin� Dview Finance Approved By: 1 v v wr W Xywk Date:Z(o J VIZ 3kttest: `� Borough Manager 7�2Y13 Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original Approved By: Borough Mayor Date: Date: �3 o �DB I �P G te: Ila(_ v is lower) Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50, 000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Revised 09 19 Borough Clerk Page 1 of 1 From: Jake Spalinger To: Jena Hassinger; Dave Conrad Cc: Jascha Zbitnoff; Louis Rocheleau Subject: Additional Stockpile Rock for the Landfill Stage 3 Closure Date: Friday, June 30, 2023 2:24:32 PM Attachments: image001.ong Jena & Dave, We have crushed a total of 105,923.9 CY of 3" Minus Stockpile Rock. Below are my estimates for what we need to take from that quantity to finish both landfill projects, this gives us a best guess at the final stockpile quantity. We have Crushed — Interim Cover - Final Cover - Access Road - LTP Site Grading - Final Stockpile - 105,923.9 CY -4,540 CY -1,475 CY -1,050 CY -200 CY 98,658.9 CY (Estimated) We should probably do a change order up to 101K or 102K CY just in case any of the estimates are off so we don't have to do another CO at the end. Thanks, recha� c&Rs,nxlion, LW Jake Spalinger Brechan Construction, LLC 907-486-3215 (office) 907-539-1265 (cell) 907-486-4889 (fax) Kodiak Island Borough Assembly Newsletter Vol. FY2024, No. 01 July 21, 2023 At Its Regular Meeting Of July 20, 2023, The Kodiak Island Borough Assembly Took The Following Actions. The Meeting Is Scheduled To Be Continued On July 22, 2023, At 10 A.M. In The Borough Assembly Chambers. The Assembly FOUND That Mr. Michael Dolph Failed To Present Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 326 Plover Way, Kodiak, AK 99615 The Assembly FOUND That Ms. Rebecca Dawn Has Presented Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At NHN Spruce Island, Ouzinkie, AK 99644 The Assembly FOUND That Ms. Bernadette Deplazes Failed To Present Good Cause Under KIBC 3.35.030 (D) For Her Failure To Timely File An Application For Senior Citizen Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 522 Leta Street, Kodiak, AK 99615 The Assembly FOUND That Mr. Walter Sargent Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Senior Citizen Or Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1830 Mission Road, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Bushell Has Presented Good Cause Under KIBC 3.35.030 (D) For His Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Accept The Application As Timely Filed For The Property Located At 1626 Sawmill Circle, Kodiak, AK 99615 The Assembly FOUND That Mr. Robert Coyle Has Failed To Present Good Cause Under KIBC 3.35.030 (D) For (His/Her) Failure To Timely File An Application For Disabled Veteran Exemption, And DIRECTED The Assessor To Reject The Application As Not Timely Filed For The Property Located At 12758 S Russian Creek Road, Kodiak, AK 99615 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10U, Change Order No. 21, Authorization For Architectural And Engineering Services Term Contract For Design For The North Star Elementary School Roof And Skylight Replacement Project In An Amount Not To Exceed $99,423 AUTHORIZED The Borough Manager To Execute Contract No. FY2019-10V, Change Order No. 22, Authorization For Architectural And Engineering Services Term Contract For Design Of The East Elementary School Roof Replacement Project In An Amount Not To Exceed $130,168 View our website: Visit our Facebook page: C) Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: In @KodiakBorough AUTHORIZED The Borough Manager To Execute Contract No. FY2022-30E, Change Order No. 5, For Additional Blasting And Processing Of Shot Rock For The Landfill Stage 3 Closure Project With Brechan Construction LLC In An Amount Not To Exceed $235,000 AUTHORIZED The Borough Manager To Execute Contract No. FY2024-02 Provision Of Destination Marketing And Tourism Development Services With Discover Kodiak In The Amount Of $75,000 AUTHORIZED The Borough Manager To Approve Contract No. FY2024-03, A Memorandum Of Agreement Between The State Of Alaska Department Of Transportation And Public Facilities And The Kodiak Island Borough For A Sargent Creek And Russian Creek Bridges Planning And Environmental Linkages (PEL) Study AUTHORIZED The Borough Manager To Execute Contract No. FY2024-05 Memorandum Of Agreement Between Kodiak Island Borough And The Kodiak Island Borough School District To Redirect Money From Main Elementary Roof Project To Tremco Walking Patch Project And North Star Roof And Skylight Replacement Project RECESSED The Thursday, July 20, 2023, Regular Meeting To 10 A.M. On Saturday, July 22, 2023 View our website: Visit our Facebook page: � Follow us on www.kodiakak.us www.facebook.com/KodiakisIandBorough Twitter: @KodiakBorough KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Cost Contract No.: FY2022-30 D Change Order No.: 04 Original Project Budget: $ 100,000.00 Original Contract: $ 1,948,000.00 Previous Budget Changes: $ 2,750,000.00 Previous Changes: $ 806,115.73 Adjusted Project Budget: $ 2,850,000.00 This Change: $ 31,104.97 To -Date Project Expenses: $ $924,968.58 % of Original Contract 1.60/c To -Date Project Encumbrances: $ $2,668,528.92 Adjusted Contract: $ 3,481,064.44 Current Remaining Budget: $ -$743,497.50 4 Description of Change Cost Additional tree clearing next to baler building parking area. Total of 33 additional trees to be cleared and limbed, removal of stumps, grade overburden, and hydroseed area where trees were cut down. $ $31,104.97 The time provided for completion of the contract is (❑ unchanged) (®increased) (0 decreased) by 365 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 thanfive percent of approved contract amount or $50,000, whichever is lower, require assembly approval Accepted By: ontractot' Representativ Recommended: Engin rin acil�j) ities trec r Approved By. Borough Manager MUM r Mayor and Deputy Presiding Officer Approval (does Approved By: M1 Borough Mayor Date: V.?Z4_ G >'� Date: 1 127 3 Director tt t �n Date: i `7 ba A nn P -s ouch Clerk rrce j o g' final contract amount or $50,000, whichever is lower) 7 Date: Deputy Presiding Officer Borough Assembly Approval (greater than five percent ojapproved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09:19 Page I of I i ..+wawa.. nWecl laRNN SIatSGbwn alt ISYWL MR(IRW O�R� WNw.d TwRYw Yi�YYtIWm aR � 1 as+M�amv-W a�R fOR� mf m \mR Wa >4 \ I NTDR i +Y!!sn IOR WI fN. rl1 Rf 1K f - f WmIT • OnNo.+Nn Nlm s a Y s• 3Nm I f I i•mlt a rytr frW 11 a I a u a �=c mm • - 11•m i mlm ; ; ; Amm I TmY f NEltl Mimm t t f t ia.>OD a W nm a M HmY !slat K•mWs t NRAs t t HfRm f R{ mMAI 4M11stl4WI�WY+•+ f tlltl Tslalpmb 7 311-0 4t+� �+ tw Trm 1 MW mwtl 4� W + s 1 1Yl• t falm T+ YO f WAtl I 1ms �++ 6m M�� • .Y n G WDIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 NULL BAY ROAD Project Name: Project Number: .CODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Cost Contract No.: FY2022-30 C Change Order No.: 03 Original Project Budget: $ 100,000.00 Original Contract: $ 1,948,000.00 Previous Budget Changes: $ 2,750,000.00 Previous Changes: $ 695,843.74 Adjusted Project Budget: $ 2,850,000.00 This Change: $ 806,115.73 To -Date Project Expenses: $ 226,084.94 % of Original Contract 41.38% To -Date Project Encumbrances: $ 21555,027.55 Adjusted Contract: $ 3,449,959.47 Current Remaining Budget: $ 65,848.43 Description of Change Cost Added cost to install a chain link and electrified fence along the State Right of Way above the quarry $ $42,365.73 site. After overburden is removed during blasting project the existing chain link fence will be reinstalled along with electrical fence for vector control. Additional blasting and processing of shot rock for landfill cover. The contract included 30,000 cubic $ $763,750.00 yards of shot rock at a unit price of $23.50 per cubic yard. Change Order No. 1 added an additional 28,500 cubic yards. Making changes to the blasting limits means that an additional 32,500 cubic yards may be available. This change order is for the additional rock at the unit cost (32,500 x $23.50). Payment will be made based on actual quantities. The time provided for completion of the contract is (❑ unchanged) (©increased) (E] decreased) by 365 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, require assembly approval. Digitally signetl by lazdsa ZbitnoH Jascha Zbitnoff DUS auha ZbfuaH,AWemal AcceptedBy:, D-.22-12 -0.10 ' Date: Recommended: at : • A Date: Nnginee '1 M y" i41 a irector Approved By: te: ^+ 1 �`'L Date: S 2— Iv-M, Borough Manager DAVI Borough Clerk Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50, 000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page 1 of 1 KODIAK ISLAND BOROUGH STAFF REPORT f AUGUST 4, 2022 ASSEMBLY REGULAR MEETING SUBJECT: Contract No. FY2022-30 Change Order No.3 With Brechan Construction LLC For The Landfill Stage 3 Closure Project In An Amount Not To Exceed $806,115.73 ORIGINATOR: Jena Hassinger, Environmental Specialist RECOMMENDATION: Move to authorize the Manager to execute Change Order No. 3 to Contract No. FY2022-30 with Brechan Construction in an amount not to exceed $806,115.73. DISCUSSION: Kodiak Island Borough Code 3.30.100 Change Orders - Manager Authority states that change orders greater than five percent of an approved contract or $50,000, whichever is lower, require Assembly approval. Additional Rock On February 17, 2022, the Assembly approved a contract with Brechan Construction LLC for the Landfill Stage 3 Cover project. Part of the contract included blasting and processing of rock to use as future cover for landfill operations. The contract included a unit price of $23.50 per cubic yard for 30,000 cubic yards of processed rock. One May 5, 2022 the Assembly approved Change Order #1 which allowed for more rock to be processed. After this meeting staff met Brechan on site to inspect the layout of the blasting area. It was found that if design was altered, additional rock could be generated. Following discussions, with Brechan and project engineer Jacobs Engineering, there is the opportunity to substantially increase the amount of processed rock remaining at completion of the project, requiring a change order to the project. Based on new survey information of rock in place, it is estimated that there is approximately 108,500 cubic yards of rock available. Of, that Brechan will need approximately 17,500 cubic yards to complete the cover portion of the project. The contract included 30,000 cubic yards of shot rock at a unit price of $23.50 per cubic yard. Change Order No. 1 added an additional 28,500 cubic yards. Making changes to the blasting limits means that an additional 32,500 cubic yards may be available. This part of change order #3 is for the additional rock at the unit cost (32,500 x $23.50) totaling $763,750.00. Installation of Landfill Fencing With increasing the blasting area, the current landfill fence (chain link and electric) will need to be temporarily moved. There will be an added cost to reinstall the landfill fence along the State Right of Way above the quarry site. After overburden is removed during blasting project, holes will be drilled, and concrete used to secure the chain link fence posts into the rock. The reinforced fence will no longer allow the bears to dig under in that area and enter the Iandfill.90% of the fence materials are to be reused from the Kodiak Island Borough KODIAK ISLAND BOROUGH STAFF REPORT Adak AUGUST 4, 2022 ASSEMBLY REGULAR MEETING i High School project that were saved by the E/F Staff for future use order is for the reinstallation of landfill fencing above the $42,365.73. Additional Rock $763,750.00 Installation of Landfill $42,365.73 Fencing TOTAL $806,115.73 ALTERNATIVES: . This part of change quarry site totaling Take no action or do not approve the change order. Neither of these is recommended as the landfill will need additional cover rock in the future and it is most cost effective to produce rock now when a contractor is mobilized on site. With the additional stability of the reinstalled fence vector control will greatly increase in that area. FISCAL IMPACT: Funding for this work will come from the Solid Waste Enterprise Fund. OTHER INFORMATION: Kodiak Island Borough »»»»»»»»»»»..».... .................... .. »» .................... 8p E gg� Y 3 $ u� d S•. 88 8 8 k - ............... 8 S 6 � .. a 3 fi .. .............e... -------------------- - 8 88888 5 �p J A -x E Ex�4 eaaas d •••.•••e S.... »»»_ ».. i as ?" -------------------- ggs8 Ssm as as ss8 B8aa m8a M aE 888 888E8sx sassa8 s sa§§ s sa a 99 .. as&8 •:� s s8 88 .» a cry ,,,,,,, ,8......,af ' s ?$ s= = a " �a =s� as da3-'o8E x 6as�o�"°_e '�3aaxe E s 3 aasaaxs MA ea 9g? y s` ----------- A3� is S i 33 Mao y X35 SqyA .EEG !!I{ F 3EE iiqSq5 pp saa� Y Ip V Treatment Plant r+ � i f �a . e•;o , ,. Y Y flow", 00 IQ .1 ` J b ti. a t •.� L `4.1 'r�•.� „`A`! • 0•. tom► ryyti' '18l' ye4. ��" r` nllta " [y�� �y„ q , i "'�� `� '�1!4•+nK: �w ��}, t s eh : trti +Y�.� M � C�.�.. -•� �; �#`riLj J L ,,i.'�IY,Q 4 • �Y� Y.i iJ V • �. w J.\ .S �,,{(1:�`:. +G. }ti .+—•tJlft YY.aJ,,,){-1r �.'` +•_i'!''d ,'•�•4 i.4 yn++4��y�y�::i1�•�lq�.^N. '>"� ,"4�y�,J tl , s'. 'r �^!-4•, !�! ... '!e , '•In r.``+.. w.�wb�'y,'1'. I T- u) 6 >S < Tk fit pyj M,iN m ;rl wlkl irTa F -IF 94 vXt, R > ``��1� (` � g� �� �� I D r � 1 m ma°v�' mm oy� I V I lt� 15 lug 14vv tlW io 50 00 ri IN. 0 T OM, Bugni Enterprises Inc. 1424 Baranof St Kodiak, AK 99615 Phone: 907-654-9901/Fax: 907-486-7675 Brechan Enterprises June 14, 2022 Attn: Jake Spalinger Re: Kodiak landfill Fencing Jake, Here is a breakdown of prices for materials and services I foresee for the 2022 installation of electric and chain link fencing at the Kodiak Landfill. Assuming there will be 520' of fencing: Current price for 6' chain link fencing with barbed wire $55.00 per foot is $28,600 Credit for no top rail 520' at $3.00 per foot is $1560 Credit for each post Borough supplies, approx. 30 posts, at $40.00 is $1200 Credit for Borough supplied fabric, 520', at $5.00 is $2600 Credit for drilling holes, 52 holes, at $10.00 is $520 Credit for Brechan supplied concrete mix, 30 holes, at $10 is $300 Price for fence at $28,600 minus the credits of $6180 is $22,420 Electric fencing: Install temporary electric fencing $7800 Install permanent electric fencing on chain link fencing $9880 Electric fencing total is $17,680 Total for both chain link and electric fencing is $40,100 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODLAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Cost Contract No.: FY2022-30 B Change Order No.: 02 Original Project Budget: $ 100,000.00 Original Contract: $ 1,948,000.00 Previous Budget Changes: $ 2,750,000.00 Previous Changes: $ 669,750.00 Adjusted Project Budget: $ 2,850,000.00 This Change: $ 26,093.74 To -Date Project Expenses: $ 109,401.27 % of Original Contract 1.34% To -Date Project Encumbrances: $ 2,650,723.81 Adjusted Contract: $ 2,643,843.74 Current Remaining Budget: $ 89,874.92 Description of Change Cost Additional tree clearing with State Right of Way. Total of 34 additional trees to be cleared and limbed. $ 26,093.74 The time provided for completion of the contract is (© unchanged) (0 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, require assembly approval. Accepted By: Jascha Zbitnoff Recommended Date: &0` Date: L-(8laa cugmccI itU"VI Approved By: at tY�: • Dater! Borough Manager �r ,""-'A Borough Clerk Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Date: Date: Borough Mayor 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 09/19 Page I of I 6 � ' Date: June 6, 2022 Kodiak Island Borough To: Dave Conrad, E/F Director Engineering & Facilities Department Projects Office 710 Mill Bay Road Kodiak, Alaska 99615 Phone (907) 486-9210 Fax(907)486-9347 From: Matt Gandel, Project Manager/Inspector/-f6-- RE: anager/Inspector/-f(f RE: Contract 2022-30 Change Order #02 Attached is change order #02 to contract 2022-03 for Brechan Construction LLC for the Landfill Stage 3 Closure project. This change order is for additional tree clearing within the State of Alaska right of way adjacene to the landfill property. The scope of this project included a certain amount of tree clearing for drilling and blasting operations. Once that tree clearing was complete it was clear there were only a handful of trees remaining and those trees are likely to suffer from blowdown due to the reduced buffer around them. These trees are mainly in the State of Alaska right of way and adjacent to Kodiak Electric Association distribution lines. Both the State and KEA have been contacted and are in support of this additional work. Funds for this change order will be deducted from the Construction line of the budget. There are adequate funds to complete this work. Brechan Corstruchon, LLC Lardril Tree Clearing in ROW workbook.dsx - CO - #02 Breakdown or Direct Costs - ---_- - - - - --- -- -----__ PROJECT �t.�anrlTill $tB9 B 3, Closure I I DATE't2/!fir t J 1_ I WORK ITEM Chan Order #02. Cut Trees in ROW - - ------ i ------I---- -- --- �- ------ -TT- T - - - ---- - -- ---- T= --- {----� --- __ -� --T- -- - -- --- ----- -- ----- -- -- - --T -,j -- --- � a - i Labor Equlpmnt Materials Subcontract OMer Total Item # Description Quant. I U -d Cost I TOWI Quart. UM Cost Total Quant. Unit Cost , Total Quard. Unit Cost Total Qrunt. llydt Cost Total ! Cost 1 CutTrees Down in ROW - 34 Treees 2 D 20 $ I $ 331.17 8 6623.40 Z0 255.00S 5.100.00 I E - _ --airs $ - ;. I $ - E 1t 723.40Cul limbs/buck up and stack n quarry $ - 1= $ - $$_I 2 Maul ott Brush/ Stumps 1 10 $ 331.17 $ 3 311.70 101 s I$ 720.06 T$ - 7 200.00 E 1EErE- - 5 -_ --__ $ -- $ 10 511.70 I� $ s $ _- �$ F.-._ . _ $--ylll- �s _._._ IS s - _ �E $ _ _. $ .._. $ E - =---- - $ 8 --- _ --- I E - ---- ------ I$ S -- _-_ $ -----= $ I --_ I TOTAL $ 9 935.10 $ 12 300.00 I $ - $ - E - $ 22 235.10 -T_- _--_ 15%I 15% �.__---1-__--_ 15%I 5%I -__-�- - 5%I 15.00°.5 _ $ 1490.27 i E- 11 425.37 E1 845.00 14145-00 i E I E - $ - 300- E $ - i $ 3335.27 25 570.37 I I __- _-�-- +-- ------ I ------------�12 I GILR x,1.55% I$ ate E4.968 r $1000 comract $_- _ 396.34 127.03 -__T_--_-_-_- f �- 1- �_ ----L+ - - - ---I-- i - i -_1--- -- ! -- Total Quote! 26 093.74 - Equipment - Blue Book Hourly Rate - --- - ---- ----- I - --t -----rt------- -----7 ------ -� - ---- - I 10 tont Excavator 00.00 Icut Tree crew ---L---__-1-- --J-__----J--- --- - --L .-_--- 20 ton xCBVator ton -)hof -_-- --__- 180.00 350.00 --__ --- --- Cat 320 � Foreman -�.$-- 82.00 Chetmaw_ + $ 180.00 - 25.007----- � ---�- -I-----------�' -j--_--_-----------f'_----------------- ---__-_---_ __ - I --- Chaireaw Laborer I $ 80.83 -- t-_ IMisc Tools I E E 25.00 I .-_+-___----y 25.00 - - �}-______- -_ - _1----+--___----- 08 er -_----_-_ Sc�Loader ___-_---- � 130_00 150.00 --_- __- E 331.17 �1- ___--__-_-T--r-_-_- �------ - __ ef 230.00 I Haul Brush) Excavate Overburden - --J_-- I -� ---�---� --'_L--_ _-_ - -- -_-- _ -- --- off - - --------- Foreman man --__ $8634Lt349 _ __---_ $ --350 �/---_- - Case 580 ---- Forkli _--- Chamftion 730 - 55.00 140.00 _---�------__-t --�- --- Operator 8 8200 D6 Dozer _ IL I E 3�� !Rock Truck laborer �- 80.83 Mist Tools -� --�- � I $ 14500 25.00 ---�--- 720.00 ��- -- --- -T----- r- _ Cat 14 G Grader ----- 200.00 ---------r--- --�--- T-- -- -T---- --r _�-- t- - -_ -r----_ Cat 16 G Grader 285.00 I --1_ - Articulated Trucks ---. ----------_ I $ 200.00-_- 35.00 --- ------------ - - ----- -'----- -------- ---- ------ nsigp-- Fi�ed ---- -- _- 25 September 2021 DB 60 hr �. ---1- l l --- UIl n TNCk ------ �i $ 105.00 -_ T--- I -sum - $- 90.00 _---- ErrV�ineer T E 80.00 --T'7-- ---- ' ------ - _ __-__ I t U _ 65.00 35.00 �SWPPP Mgr - 1$ 80.00 - ____---__-_ Foreman 1 $ 88.34 -y__--- ____-I-_- 1-_-_----- _ _ N faCfOf Side Dump Trailer -- -e------- I ____ J5-- 90.00 90.00 _ ----_-J--__-----�L.a� -_Operator _ O rotor Gro�31 �..8 82.00 op,--------- --_- =----------- --- J---- �_______- � -- -� - --1----------L I'- ----- - ---- --------- ---L------- --- Liu bottom trailer borer Gr 3 S 76.46 Traffic Supervbor - --= - 75 ton Lowboy 40'Ste Deck Trailer 40' Flat Trailer $---- - $--_ = I$ 260.00 65.00 65.00 -------- ------ ---_�- ;P er _ l---owi--------- Laborer Group B E 83.87 Grade Checker ITruck Diner I$ 79.311 I I I I �_.______--______-______ I I --___- I - - - - Morcoka Water TNck __ ____ 140.00 -- ------ _L______-_____-___ I I _____- _- - _-__-______-__ i --_________ ! ---___ - - - - ----- _ I ------ .._....____....__. class Dozer _.___ __-___._._._._.________.__.__..__.._.._._._._____..________..___.____.___..__.______._.-._._.-___.__l_._____.-....____.__.11-. -- _ _ D-6 class, LGP Dozer 145.00 I I I I I I _ D-9 class Dozer ,_$_ 5 --_ 390.00 Rock Drill $ - 265.00 ------------------ _ Sin le Drum Roller __ 140.00 DD -32 Roller - $ --- �__- 60.00 ------ -------�----- DD 90 DD 110 I 1 _- I li -I I --� ---- --- _ -- - ------ Hand Compactor _-� -__ - -- $ - -- 10.00 -- ..__ - f - - -------- - I i I - ---- --- - --- �- -- - - -- __ _...._. { ---._T__-__-- -- -- -- Cat AP -655 Paver ._ - - --_ --_J 5.00 -- 43.00---T _ - - I ----- - I -�_ I _ - __- i -------------i -- ---- --- __i -__- Sweeper _ -- Vaccum Sweeper _-_ $ � -I $ 45.00 180.00 I I I _--_____ _ -�-- I I I Road Tec Mill �WAG�_-- - _ I 900.00I-----------T------ ---�--- 'T--- ------�-------------i--- ---- Screen Ail -- -------------- JCI Crusher ------'4-------- -�----- I--� T---------+----+-- ------------ - ---------- --- ---------------- ---- I --------- -- Cone Crusher -------- --- I _ I _ --i----------------- -I------------- -------- --------- ------------- Hartel Crusher -____ Track mounted I �_ ----------_=-F---------+- _ - - - -- - - ----- Electrofusion Machine GPS Auto Grade Conctol - $ ---� $ -----'- 450o 36.00 - - ' - ' -- - ---- -_--�--_ ----- - ._.-..- - ----- _ _ - --- --- -...-- -- -t--�----------1__--t-t-- '�'- - -_-- - -- - --......- - �-- --I-- _ -- _--- ----- --- - -- --- Welder ---J-' -{'-- -1-----=------ L- -�_'- ---- I I ------ 1-----,--- I -- '-------L------- -- Li 3" Pump 20.00 I I I I I I ! I I I ! I ! 6" Pump I$ 75.00 Rock Slinger 135.00 -i-- -------- ---T-'.-- _ H Yd--roseeder $ 155.00 -- --- --Z--T---7----�-T- �'-- Lardril Tree Clearing in ROW workbook.dsx - CO - #02 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Project Name: Project Number: KODIAK, ALASKA 99615 Landfill Stage 3 Closure 490-713 452.150 21009.5 Contractor: Brechan Construction LLC Cost Contract No.: FY2022-30A Change Order No.: 01 Original Project Budget: $ 100,000.00 Original Contract: $ 1,948,000.00 Previous Budget Changes: $ 2,025,000.00 Previous Changes: $ 0.00 Adjusted Project Budget: $ 2,125,000.00 This Change: $ 669,750.00 To -Date Project Expenses: $ 95,497.72 % of Original Contract 33.00% To -Date Project Encumbrances: $ 1,953,276.96 Adjusted Contract: $ 2,617,750.00 Current Remaining Budget: $ 76,225.32 4 Description of Change Cost Additional blasting and processing of shot rock for landfill cover. The contract included 30,000 cubic $ 669,750.00 yards of shot rock at a unit price of $23.50 per cubic yard. This change order includes an additional 28,500 cubic yards at the unit price of $23.50 per cubic yard. Payment will be made based on actual quantities of stockpiled shot rock. The time provided for completion of the contract is (N unchanged) (E] 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 o^&ver!��r, ' tract amount or $50,000, whichever is lower, requires approval by the mayor and deputy presiding officer tde sembly member in the absence of the deputy presiding office, or the deputy presiding officer and on a ` Bence of the mayor. Change orders greater than eve percent o approved contract amount or $50,0 0, r assemblv approval. ® � P Digitally signed by Jascha Zbitnoff r + DN: cn=Jascha Zbitnoff, o, ou, email= ascha@brechan. m, Accepted By: J a s C a Z i t n o cl 1 i Date: tractor' Represegtative Recommended,SaDate: Cp Z ?ay?.� , �� Date: Engineer i0lS�AAr Finance Airector Approved By: Date � Attest: -It Date: Borough Manager Borough Clerk Mayor and Deputy Presiding Officer Approval (does not exceed five percent of the original contract amount or $50,000, whichever is lower) Approved By: Date: Date: Borough Mayor Deputy Presiding Officer Borough Assembly Approval (greater than five percent of approved contract amount or $50,000, whichever is lower) Approved By: Date: Attest: Date: Borough Manager Borough Clerk Revised 09119 Page 1 of I Matt Gandel Subject: FW: Landfill Stage 3 Quarry Attachments: ESTIMATES O4082022.pdf, ESTIMATES PLAN 04082022.pdf From: Jake Spalinger <jake@brechan.com> Sent: Friday, April 15, 2022 3:09 PM To: Dave Conrad <dconrad@kodiakak.us> Cc: Matt Gandel <mgandel@kodiakak.us>; Louis Rocheleau <louis@brechan.com>; Jascha Zbitnoff <jascha@brechan.com>; Jim Graham <jim@brechan.com> Subject: Landfill Stage 3 Quarry Dave & Matt, Based on the 61,017.6 BCY as shown on the latest quarry plan from Tim Willman below is our estimate of Stockpiled Rock. I used 61,000 BCY for simplicity. 61,000 BCY @ 2 tons/CY = 122,000 Tons We Need 28,500 Tons for the Project 122,000 Tons — 28,500 Tons = 93,500 Tons for Stockpile Future Cover Material 93,500 Tons / 1.6T/CY in a Stockpile = 58,437.5 CY of Rock in the Stockpile I Rounded to 58,500 CY for simplicity. 58,500 CY @ $23.50/CY = $1,374,750.00 total cost for stockpiled material. Original Bid for Stockpiled Rock 30,000CY @ $23.50/CY = $705,000.00 Additional value for Change Order $1,374,750.00 - $705,000.00 = $669,750.00 Estimated Thanks, an fo- regh(.'onSttttCttOD, u c Jake Spalinger Brechan Construction, LLC 907-486-3215 (office) 907-539-1265 (cell) 907-486-4889 (fax) s N 0 Flo 00 z M0cc) > Q M CO Z --j > Fn I < m X 0 m m 0 J \....., 0 Z ■ . § | § ! § 7 § § 7 § � ■ ! ■ u @ N 7 ; ; 7 ■ - � � }ki(A � d/ ` /°° � gek=%% .. * §(A\ ( t /\ ■ ` §R ICcco |m§ ( ■ ■ N $=7 § k\§ OD - 0 ik 7/ ® \Pi /\ (�� �CD /\\ \° w % _ /2 71 76 A CD \`| CD/ n M. CD j � � § k § § ; ; ! ■ B ! e ; § § ■ ' § m @ > § § k k 8 § B ■ ■ � ■ ! § § m § § \ ! ! @ ; § § § | k ! ! § § ■ ■ � ■ ! ■ u @ § @ 7 - $G � }ki(A d/ /°° ' gek=%% .. §(A\ ( t /\ ■ ` §R ICcco |m§ ( ■ ■ N $=7 § k\§ OD - 0 ik 7/ ® \Pi /\ (�� �CD /\\ \° w % § E 7 � $G \\ }ki(A d/ /°° 33 & gek=%% .. §(A\ ( t /\ §R ICcco |m§ ( $=7 § k\§ OD - 0 ik 7/ ® \Pi /\ (�� �CD /\\ \° w % _ /2 71 76 A CD \`| CD/ n M. CD j � � § k § § ; ; Kodiak Island Borough � Assembly Newsletter Vol. FY2022, No. 32 May 05, 2022 At Its Regular Meeting Of May 05, 2022, The Kodiak Island Borough Assembly Took The Following Actions. The Next Regular Meeting Of The Borough Assembly Is Scheduled On May 19, 2022, At 6:30 p.m. In The Borough Assembly Chambers. DECLARED May 1 Through May 7, 2022, 53rd Annual Professional Municipal Clerks Week. ADOPTED Ordinance No. FY2022-09 Amending The Kodiak Island Borough Personnel Rules And Regulations. POSTPONED Ordinance No. FY2022-17 Amending Kodiak Island Borough Code Section 2.30.020 General Rules By Removing The Provisions That Pertain To Declaration Of A Disaster Or Emergency To the May 19, 2022, Regular Meeting. AUTHORIZED The Borough Manager To Execute Contract No. FY2022-30 Change Order No.1 With Brechan Construction LLC For The Landfill Stage 3 Closure Project In An Amount Not To Exceed $669,750. ADOPTED Resolution No. FY2022-27 In Support Of Back Funding From The State Of Alaska For The School Bond Debt Reimbursement And State Aid For Construction In Regional Education Attendance Areas. DECLARED A Seat on the Parks and Recreation Committee Vacant (Mr. Gregory Hersh). View our website: Visit our Facebook page: Follow us on www.kodiakak.us www.facebook.com/KodiakislandBorough Twitter: 91 0 @KodiakBorough Contract No. FY2022-30 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) This Agreement is by and between Kodiak Island Borough ("Owner") and Brechan Construction LLC ("Contractor"). Terms used in this Agreement have the meanings stated in the General Conditions and the Supplementary Conditions. Owner and Contractor hereby agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Installation of interim cover, final cover, and rain sheet on the landfill; associated grading and stormwater drainage facilities; gravel access road; and cutting of woody vegetation on select areas of landfill cover surface. ARTICLE 2—THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Kodiak Landfill Stage 3 Closure ARTICLE 3—ENGINEER 3.01 The Owner has retained Jacobs Engineering ("Engineer") to act as Owner's representative, assume all duties and responsibilities of Engineer, and have the rights and authority assigned to Engineer in the Contract. 3.02 The part of the Project that pertains to the Work has been designed by Engineer. ARTICLE 4—CONTRACT TIMES 4.01 Time is of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Contract Times: Dates A. The Work will be substantially complete on or before November 1, 2022, and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before November 30, 2022. 4.03 Liquidated Damages A. Deleted. There will be no liquidated damages in this contract. EJCDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough 4.04 Special Damages A. Contractor shall reimburse Owner (1) for any fines or penalties imposed on Owner as a direct result of the Contractor's failure to attain Substantial Completion according to the Contract Times, and (2) for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Substantial Completion (as duly adjusted pursuant to the Contract), until the Work is substantially complete. B. After Contractor achieves Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times, Contractor shall reimburse Owner for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Work to be completed and ready for final payment (as duly adjusted pursuant to the Contract), until the Work is completed and ready for final payment. C. The special damages imposed in this paragraph are supplemental to any liquidated damages for delayed completion established in this Agreement. ARTICLE 5—CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents, the amounts that follow, subject to adjustment under the Contract: A. For all Work other than Unit Price Work, a lump sum of $1,243,000. All specific cash allowances are included in the above price in accordance with Paragraph 13.02 of the General Conditions. B. For all Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item). Unit Price Work Item Estimated No. Description Unit Quantity Unit Price Extended Price 1 CY 30,000 $23.50 $705,000 Total of all Extended Prices for Unit Price Work $705,000 (subject to final adjustment based on actual quantities) The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. C. Total of Lump Sum Amount and Unit Price Work (subject to final Unit Price adjustment) $1,948,000. EJCDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough ARTICLE 6—PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments A. Owner shall make progress payments on the basis of Contractor's Applications for Payment on or about the 15th day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract. a. 95 percent of the value of the Work completed (with the balance being retainage). 1) If 50 percent or more of the Work has been completed, as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, then as long as the character and progress of the Work remain satisfactory to Owner and Engineer, there will be no additional retainage. 6.03 Final Payment A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract Price in accordance with Paragraph 15.06 of the General Conditions. 6.04 Consent of Surety A. Owner will not make final payment or return or release retainage at Substantial Completion or any other time, unless Contractor submits written consent of the surety to such payment, return, or release. 6.05 Interest A. All amounts not paid when due will bear interest at the rate of 10 percent per annum. ARTICLE 7—CONTRACT DOCUMENTS 7.01 Contents A. The Contract Documents consist of all of the following: 1. This Agreement. EJCDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright' 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough 2. Bonds: a. Performance bond (together with power of attorney). b. Payment bond (together with power of attorney). 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as listed in the table of contents of the project manual (copy of list attached). 7. Drawings listed on the attached sheet index. 8. Addenda (numbers 1 to 5, inclusive). 9. Exhibits to this Agreement (enumerated as follows): a. Specifications Table of Contents b. Drawings sheet index c. Test pit technical memorandum 10. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. e. Warranty Bond, if any. B. The Contract Documents listed in Paragraph 7.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 7. D. The Contract Documents may only be amended, modified, or supplemented as provided in the Contract. ARTICLE 8—REPRESENTATIONS, CERTIFICATIONS, AND STIPULATIONS 8.01 Contractor's Representations A. In order to induce Owner to enter into this Contract, Contractor makes the following representations: 1. Contractor has examined and carefully studied the Contract Documents, including Addenda. 2. Contractor has visited the Site, conducted a thorough visual examination of the Site and adjacent areas, and become familiar with the general, local, and Site conditions that may affect cost, progress, and performance of the Work. E1CDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough 3. Contractor is familiar with all Laws and Regulations that may affect cost, progress, and performance of the Work. 4. Contractor has carefully studied reports of explorations and tests of subsurface conditions at or adjacent to the Site and the drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, with respect to Technical Data in such reports and drawings. 5. Contractor has carefully studied reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, with respect to Technical Data in such reports and drawings. 6. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (a) the cost, progress, and performance of the Work; (b) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (c) Contractor's safety precautions and programs. 7. Based on information and observations referred to in preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. 8. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 9. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and of discrepancies between Site conditions and the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. 10. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 11. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 8.02 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 8.02: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; E1CDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 8.03 Standard General Conditions A. Owner stipulates that if the General Conditions that are made a part of this Contract are EJCDC° C-700, Standard General Conditions for the Construction Contract (2018), published by the Engineers Joint Contract Documents Committee, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline/strikeout), or in the Supplementary Conditions. EJCDC® C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright' 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 7 Kodiak Landfill Stage 3 Closure Engineering and Facilities Kodiak Island Borough IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on (which is the Effective Date of the Contract). Owner: Kodiak Island Borough (ty ed or printed name of organization) By: IAA AMq individual's signature) Date: %Z2/ (date signed)_ Name: Roxanne Murphy (typed or printe Title: Borough Manager (typed or p tllle Attest: Title: Carolina Cruz (typed or Address forgiving notices: 710 Mill Bay Road Kodiak, AK 99615 Designated Representative: Name: Matt Gandel (typed or printed) Title: Project Manager (typed or printed) Address: 710 Mill Bay Road Kodiak, AK 99615 Phone: 907-486-9211 Contractor: Brechan Construction LLC (typed or inted name anization) By: li�LeJt (individual's signature) Date: 03/02/2022 (date signed) Name: Jascha Zbitnoff ®� (typed or printed) VP of Operations (typed or printed) of Entity) is a corporation, a partnership, or a j 'n ure, attach eviden o thority to sign.) tEs;- 6 e le#&l fi (individual's signature) .r e: Vice President (typed or printed) ��'�_+.�n/�"► Address forgiving notices: 2705 Mill Bay Road Email: mgandel@kodiakak.us (If [Type of Entity] is a corporation, attach evidence of authority to sign. If [Type of Entity] is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.) Kodiak, AK 99615 Designated Representative: Name: Jacob Spalinger (typed or printed) Title: Project Manager (typed or printed) Address: 2705 Mill Bay Road Kodiak, AK 9915 Phone: 907-486-3215 Email: jake@brechan.com License No.: State: (where applicable) EJCOCB C -S20, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 7 of 7