MUNICIPALITY OF ANCHORAGE PURCHASING DEPARTMENT PHONE (907) 343-4590 P.O. Box 196650 ANCHORAGE, ALASKA 99519-6650 INVITATION TO BID NO. 2021B013

Buyer Phone Issue Date Time and Date of Opening Buyer Number 3-2-2021 3:00 P.M. Alaska Time, Date, March 23, 2021 Joel Hayenga 907-343-4437 ITB No. 2021B013 – Provide Year-Round Road Maintenance to Girdwood Valley Service Area to the Municipality of Anchorage, Maintenance & Operations, Public Works.

Cover Sheet Page 1 - 2 General Provisions Pages 3 - 4 Special Provisions Pages 4 - 5 Bidders Check List Page 6 Insurance Pages 7 – 9 Bid Proposal Pages 10 – 19 Appendix A Consisting of 14 Pages Exhibit A – Service Area Consisting of 3 Pages Exhibit B – Service Area Map Consisting of 1 Page Exhibit C – Daily Equipment Logs Example Consisting of 1 Page Sample Contract Consisting of 4 Pages Responsible Bidder Questionnaire Consisting of 3 Pages To be considered for award bids shall: • Be submitted on the forms provided with this ITB and signed (either manually, electronically, or digitally) by an authorized representative of the bidder; • Be received by the Purchasing Office, 632 W. 6th Avenue, Suite 520, Anchorage, AK 99501, prior to the time and date set for the bid opening (time and date of bid receipt shall be determined by the time/date stamp in the Purchasing Department); • Be time and date stamped by the Purchasing Office; • Acknowledge all ITB addendums; if any (failure to acknowledge Addenda may result in bid being considered non- responsive.) • Due to COVID-19, the MOA Purchasing Department is limiting the number of people visiting City Hall while maintaining maximum transparency. Please participate via teleconference by calling 1-907-343-6089 for any pre- bid conferences, bid openings, or post bid conferences. You may call in five (5) minutes before any scheduled conference. • We are moving to contactless Pre-Bids, Proposal Conferences, Bid Openings. The MOA will ONLY accept electronic submission of Bids, Proposals, and Quotes. Bids, Proposals, and Quotes shall be submitted to [email protected]. Please send follow up email to confirm the MOA received your bid. Note the receipt time is the date stamp of when the bid is received in the Purchasing Office [email protected] mailbox, regardless of when the bid was sent or received by servers at the MOA, so plan accordingly.

Bids not in compliance with the above requirements may be declared non-responsive and held unopened by the Purchasing Department. The Municipality of Anchorage reserves the right to accept or reject any and all bids. This ITB is available electronically (.pdf) at the Municipality of Anchorage, Purchasing Office’s website; http://www.muni.org/Departments/purchasing/Pages/bidding.aspx. The bidder is responsible for periodically checking the MOA Purchasing website for any addenda.

Questions regarding this ITB shall be submitted in writing via email to [email protected]. Written questions shall be received no later than 5:00 P.M. Alaska Time, March15, 2021. Questions shall include the Buyer’s name, the ITB number and ITB Title. The MOA Purchasing Office is open from 8:00 to 12:00 and 1:00pm to 5:00pm Monday through Friday, excluding MOA Holidays.

MUNCIPALITY OF ANCHORAGE

Joel Hayenga Senior Buyer MUNICIPALITY OF ANCHORAGE Page 2 Sealed ITB No. 2021B013

GENERAL PROVISIONS The attached provisions, as modified by any addendum hereto, shall become a part of any Purchase Order resulting from this Invitation to Bid. The Vendor by his acceptance of this order agrees thereto: 1. No alteration in any of the terms, conditions, delivery, price, quality, quantities or specifications of this order shall be effective without prior consent of the Purchasing Officer. 2. No charges shall be allowed for packing, wrapping, bags, containers, reels, etc., unless otherwise specified. 3. Time of delivery is part of the essence of this contract and the order is subject to cancellation for failure to deliver on time. 4. For any exception to the delivery date as specified on this purchase order, the Vendor shall give prior notification and obtain approval thereto from the Purchasing Officer. 5. Shipping Instructions: Unless otherwise specified, please ship prepaid via cheapest common carrier FOB Destination. The Municipality cannot accept COD Shipments. 6. Materials purchased are subject to the approval of the Municipality and, if rejected, are held subject to the Vendor’s risk and expenses incurred for their return as approved by the Purchasing Officer. 7. Purchase Order number SHALL appear on all invoices, packing lists, packages, shipping notices, instruction manuals, and any correspondence. 8. Memorandum of contents shall be enclosed in each box or package. 9. The vendor agrees to protect the Municipality against all claims for patent or franchise infringement arising from the purchase, installation, or use of the material ordered on this contract, and to assume all expense and damage arising from such claims. 10. If price is not stated on this order, it is agreed that the goods shall be billed at the price last quoted or paid, or the prevailing market price, whichever is lower. 11. It is agreed that the waiver or acceptance of any breach of any of the terms of this order shall not operate to relieve the Vendor of the responsibility herein under for any prior to subsequent breach. 12. All specifications and plans referred to in this order shall form a part of the contract. 13. The Vendor warrants articles supplied under this contract to conform to specifications herein, to be fit and sufficient for the purpose manufactured, merchantable, of good material and workmanship, and free from defect. 14. Cash discount period on all invoices shall commence on the date the shipment is received by the Municipality. If an adjustment or damage occurs on a shipment subject to cash discount, the discount period shall commence on the date the shipment is finally accepted. 15. The Municipality is exempt from Federal Excise and Transportation Taxes. Exemption certificates shall be furnished upon request. 16. Liens: Vendor, by accepting this purchase order, warrants and represents that the goods, wares or merchandise ordered herein are free and clear from all claims and liens of whatsoever nature. 17. Upon opening bid, abstracts shall be posted and available on The Municipality of Anchorage Website: www.muni.org 18. ANTI-DISCRIMINATION: During the performance of this contract the contractor agrees as follows: (A) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status or mental or physical handicap. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to the characteristics listed above. Such action shall include, without limitation, employment, upgrading, demotion or transfer, recruitment or recruiting advertising, lay-off or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. (B) The Contractor shall state, in all solicitations or advertisements for employees to work on contract jobs, that all qualified applicants shall receive consideration for employment without regard to race, color, religion, national origin, ancestry, age, sex, sexual orientation, or gender identity, marital status, or physical or mental handicap. MUNICIPALITY OF ANCHORAGE Page 3 Sealed ITB No. 2021B013

GENERAL PROVISIONS (Continued) (C) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers’ representative of the contractor’s commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, as amended, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (D) The contractor shall comply with all provisions of Executive Order No. 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. (E) The contractor shall furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and shall permit access to his books, records, and accounts by the owner of any one the owner shall designate for purposes of investigation to ascertain compliance with such rules, regulations and orders. (F) In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further contracts. In accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (G) By submitting a bid, the contractor certifies they are an equal opportunity employer and shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status, or physical or mental disability. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. (H) The contractor shall include the provisions of paragraph 18 (A) through (G) in every subcontract or purchase order unless exempted by rules and regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, as amended, so such provisions shall be binding upon each subcontractor or vendor. The contractor shall take such action with respect to any subcontractor or purchase order as the owner may direct as a means of enforcing said provisions, including sanctions for noncompliance. SPECIAL PROVISIONS 1. Any bid not meeting the requirements of this Invitation to Bid may be considered non-responsive. 2. Any bids quoting other than F.O.B. Destination, including freight, shall be considered non-responsive. Destination is: Various Girdwood Service Area locations. 3. Bids shall not be withdrawn for a period of forty-five (45) days from date of bid opening. 4. The Municipality shall not be responsible for any bid preparation costs; including but not limited to costs associated with attending the pre-bid conference. 5. The Municipality shall not be responsible for any costs, including attorney fees (administrative, judicial or otherwise), associated with any challenge as to the determination of the lowest responsive and responsible bidder and/or award of contract, and/or rejection of bids. By submitting a bid, the bidder agrees to be bound in this respect and waives all claims to such costs and fees. 6. The Municipality of Anchorage assumes no responsibility for any interpretations or representations made by any of its officers or agents unless such interpretations or representations are made by Addendum to this Solicitation. 7. ONLY emailed bids are accepted due to COVID-19 and must be sent to [email protected]. 8. At the above indicated time, bids shall be opened publicly and read aloud. Bids received after the scheduled bid opening date and time or bids not containing the Purchasing Office time and date stamp shall not be considered and shall be held unopened by the Purchasing Department. 9. NO RESPONSIBILITY SHALL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. MUNICIPALITY OF ANCHORAGE Page 4 Sealed ITB No. 2021B013

SPECIAL PROVISIONS (Continued) 10. A bidder may withdraw, modify, or correct their bid after it has been deposited with the Purchasing Department. Requests for withdrawal, modification, or correction shall be in writing and received by the agent responsible for opening bids. Requests for withdrawal, modification, or correction shall be received before the time set for bid opening. Modified or corrected bids shall be signed by an authorized bidder representative. Facsimile or emailed modifications or corrections SHALL NOT be accepted. Modified or corrected bids shall be received prior to the date and time set for bid opening. No bidder shall be permitted to withdraw an offer after the time set for bids to be opened. 11. Whenever a material, article, or piece of equipment is identified on the plans or in the specifications by reference to manufacturer or vendor name, trade name, catalog number, etc., it is intended merely to establish a standard; unless otherwise specified in the Invitation to Bid. Any material, article, or equipment of other manufacturers and vendors which meet the form, fit, and function imposed by the general design shall be considered equally acceptable provided the material, article, or equipment so proposed is, in the opinion of the Municipality of Anchorage, of equal substance in form, fit and function. Any item quoted, as “equal” shall be accompanied by complete data and/or brochures to be used in evaluation. 12. Alternate bids are not encouraged unless specifically requested. However, if an alternate bid is submitted, the Municipality of Anchorage shall have sole discretion in either accepting or rejecting each alternate offered. 13. The Office of the Purchasing Officer is located at 632 W. 6th Avenue, Suite 520, Anchorage, Alaska 99501, and is open for business from 8:00am to 12:00pm and 1:00pm to 5:00pm, Monday – Friday, Excluding Municipal Holidays. Acceptance of special delivery mail is not available Saturday or Sunday. 14. The following shall be held in the MOA Purchasing Office, 632 W. 6th Ave, Suite 520, Anchorage, AK 99501: Bids Opened at: 3:00 P.M. Alaska Time, March 23 2021

15. If more than one bid is offered by any one party for the same product, by or in the name of his clerk, partner, or other person, all such bids shall be rejected. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the work. 16. The Municipality may reject any unbalanced bid if it is in the best interest of the Municipality. A bid is considered unbalanced, when in the opinion of the Purchasing Officer, the bid allocates a disproportionate share of costs to one or more bid items and reduces the costs of another bid item or items, and if there is a reasonable possibility that the bid shall not result in the lowest overall cost to the Municipality. 17. When the Bidding Documents contain a basic bid and additive alternates, the low Bidder shall be determined by the lowest combination of the basic bid and as many additive alternates as may be chosen in the order listed in the Bid. The Purchasing Officer may bypass any additive alternate whose selection would cause the Contract to exceed the funds available. 18. The Purchasing Officer shall use the list of priorities in the bid schedule to determine the low bidder only. After determining the low bidder, an award may be made on any combination of the bid items provided: (1) it is in the best interest of the Municipality; (2) funds are available at the time of award; and (3) the low bidder’s price for the combination to be awarded is less than the price offered by any other responsive, responsible bidder. 19. The Municipality standard payment terms are NET 30. Bidders may offer discounts for prompt payment. The minimum prompt payment terms acceptable to the Municipality is 1% and net 15 days. Prompt payment terms shall be utilized to determine final net price offered. Any prompt payment terms lower than 1% and net 15 shall result in payment terms of NET 30. If bid includes prompt payment terms, bidder shall include payment terms on the Bid Proposal Page. NOTE: The prompt payment period shall commence upon receipt and acceptance of the supply/service or receipt of a valid invoice; whichever occurs last. 20. The Municipality desires to utilize the Municipal Procurement Card (credit card) for purchases made against this ITB. Bidder shall indicate on the Bid Proposal Page if the Municipal Procurement Card is acceptable. MUNICIPALITY OF ANCHORAGE Page 5 Sealed ITB No. 2021B013

BIDDER’S CHECK LIST I. GENERAL Bidders are advised, notwithstanding any instructions or implications elsewhere in this Invitation to Bid, only the documents shown and detailed on this sheet need be submitted with and made part of their bid. Other documents may be required to be submitted after bid opening, but prior to award. Bidders are hereby advised failure to submit all required documents shall be justification for rendering the bid non-responsive. Evaluation of bids for responsiveness shall be accomplished in accordance with Anchorage Municipal Code, Title 7.

II. REQUIRED DOCUMENTS FOR BID A. BID PROPOSAL: Pages 10-19. Page 19 shall be signed by an authorized representative of the Bidder. B. ADDENDA: All addenda issued against this Invitation to Bid shall be acknowledged on the Bid Proposal page or by manually signing the Addenda sheet(s) and submitting the Addenda sheet(s) to the Municipality Purchasing Office prior to the time and date set for bid opening.

NOTE: Erasures or other changes made on the Bid Proposal page or the signature page shall be initialed by the person signing the bid.

III. RESPONSIBLE BIDDER/CONTRACTOR QUESTIONNAIRE A. Per AMC 7.20.030.B. the required certifications or disclosures must be submitted to the Purchasing Officer within five (5) days of the request of Purchasing. The certifications and disclosures will be utilized by the Purchasing Officer to determine vendor responsibility. The required questionnaire is attached for review.

(Remainder of Page Intentionally left Blank)

MUNICIPALITY OF ANCHORAGE Page 6 Sealed ITB No. 2021B013

INSURANCE By submitting a bid, the bidder agrees, if they are the successful bidder, to obtain and maintain the insurance required by this section. The bidder also agrees to provide the Municipality a copy of their Certificate of Liability Insurance prior to signing the contract and prior to commencement of any work under this contract. GENERAL: The Contractor shall not allow any subcontractor to commence work until the subcontractor has obtained insurance as listed in this section. The contractor and each subcontractor shall maintain this insurance throughout the life of this contract, including any maintenance and/or guarantee/warranty period. The contractor shall obtain separate insurance certificates for each contract. ADDITIONAL INSURED: The Municipality of Anchorage shall be listed as an additional insured on all General and Auto Liability policies required by this contract. All policies shall contain a waiver of subrogation against the Municipality, except Professional Liability. All policies shall remain in effect during the life of the contract. The Contractors insurance certificate shall also indicate the Municipality of Anchorage as a certificate holder of the policy. WORKERS COMPENSATION: The Contractor shall purchase and maintain during the life of this contract, workers compensation insurance for all employees working on this project and, if any work is sublet, the Contractor shall require the subcontractor similarly to provide such insurance. Employers’ Liability with a minimum limit of $500,000 shall be maintained and Workers Compensation with minimum limits as required by Alaska State Workers Compensation Statutes. The policy shall contain a waiver of subrogation against the Municipality. NOTICE TO “OUT-OF-STATE” CONTRACTORS WORKING IN ALASKA: The Contractor shall provide evidence of Workers Compensation insurance, either State of Alaska Workers Compensation coverage or an endorsement to the Contractor’s home state Workers Compensation policy, evidencing coverage for “other states” including Alaska, prior to execution of a contract or, if approved, before commencement of contract performance in Alaska. GENERAL LIABILITY: The Contractor shall purchase and maintain, in force, during the life of this contract such general liability insurance as shall protect the Owner and the Contractor against losses which may result from claims for damages for bodily injury, including accidental death, as well as from claims for property damages which may arise from any operations under this contract whether such operations be those of the Contractor, a subcontractor or anyone directly or indirectly employed by either of them. Commercial General Liability Minimum Limits Products/Completed Operations $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $1,000,000 General Aggregate $1,000,000 Medical Payments $5,000

Commercial Auto Liability Minimum Limits Combined single limit (Bodily Injury and Property $500,000 Damage) Including all owned, hired, and non-owned

Workers Compensation and Employers Liability Minimum Limits Per Alaska statute $500,000

Errors and Omissions Minimum Limits Professional Liability (Not required unless limits appear in space provided)

Umbrella Liability Minimum Limits (Not required unless limits appear in space provided)

$ ______S.I.R.

Each insurance policy required by this section shall require the insurer to give advance notice to the MOA/Contract Administrator prior to the cancellation of the policy. IF the insurer does not notify the MOA upon policy cancellation, it shall be the Contractor’s responsibility to notify the MOA of such cancellation.

MUNICIPALITY OF ANCHORAGE Page 7 Sealed ITB No. 2021B013

COMPLIANCE WITH LAWS The Contractor shall observe and abide by all applicable laws, regulations, ordinances and other rules of the State of Alaska and/or any political subdivisions thereof, or any other duly constituted public authority wherein work is done or services performed, and further agrees to indemnify and save the Municipality of Anchorage harmless from any and all liability or penalty which may be imposed or asserted by reason of the Contractor’s failure or alleged failure to observe and abide thereby.

(Remainder of Page Initially left Blank)

MUNICIPALITY OF ANCHORAGE Page 8 Sealed ITB No. 2021B013

DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) shall be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX (A/C, No, Ext): (A/C, E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC #

INSURER A : INSURED INSURER B :

INSURER C :

INSURER D :

INSURER E :

INSURER F : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ PRO $ POLICY - LOC COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ ALL SCHEDULE BODILY INJURY (Per accident) $ OWNED D AUTOS PROPERTY DAMAGE AUTOS NON- $ OWNED (Per accident) HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS- AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- TORY LIMITS ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $

N / A E.L. DISEASE - EA $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 1. The Municipality of Anchorage is an additional insured on Auto and General Liability policies. All policies, including workers compensation, contain a WAIVER OF SUBROGATION against the Municipality, except Professional Liability, . 2. CANCELLATION: "Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered in accordance with the Policy Provisions."

CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE SHALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Authorized Representative

MUNICIPALITY OF ANCHORAGE Page 9 Sealed ITB No. 2021B013

BID PROPOSAL

Item Qty Unit Description 1 1 EA 2015 Model or newer Grader, (Articulating Caterpillar 140, equal or better), minimum 40,000 pounds gross weight, with 16 foot (16’) standard 3/4" grading blade, and 5/8" serrated edge, hydraulic snow gate, hydraulic snow wing, rear ripper, six radial all season sipped tires (Bridgestone V-Steel Snow Wedge or equivalent), and six tire chains, “Stay Back 50 Feet” signs, rear backup light (led flood lamp type), amber strobes rear, tow chain/cable/strap and reflectors/flares. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. At the discretion of the Administrator, 5/8" inch serrated cutting edges shall be used and shall be paid at an additional 5% of the bid rate. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Year Round Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 150 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 2 1 EA 2005 Model or newer Grader, (Articulating Caterpillar 140, equal or better), minimum 40,000 pounds gross weight, with 16 foot (16’) standard 3/4 inch grading blade, and 5/8" serrated edge, hydraulic snow gate, hydraulic snow wing, rear ripper, six radial all season sipped tires (Bridgestone V-Steel Snow Wedge or equivalent), and six tire chains, “Stay Back 50 Feet” signs, rear backup light (flood lamp type), amber strobes rear, tow chain/cable/strap and reflectors/flares. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. At the discretion of the Administrator, 5/8"inch serrated cutting edges shall be used and shall be paid at an additional 5% of the bid rate. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Winter Use Only. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 150 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 3 1 EA 2005 Model or newer Front-end Loader, (Volvo L150B, equal or better), rubber tires, 12 foot minimum hydraulic “V” plow (Rylind MDP 12H five way plow or equivalent), four webbed tire chains, minimum 4 cubic yard snow bucket, forks, quick disconnect attachments. “Stay Back 50 Feet” signs, rear back up light (LED flood lamp type), amber strobe rear, tow chain/cable/strap, and reflectors/flares. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Year Round Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 300 = $ Price per hour (Davis & Bacon ST) $ x 75 = $ ST=Straight Time Estimated Total $

Vendor Name: ______

MUNICIPALITY OF ANCHORAGE Page 10 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 4 1 EA 2012 Model Minimum Front-end Loader, (Volvo L90B, equal or better), rubber tires, 12 foot minimum hydraulic “V” plow (Rylind MDP 12H five way plow or equivalent), four webbed tire chains, minimum 4 cubic yard snow bucket, forks, apron box push snow plow, quick disconnect attachments. “Stay Back 50 Feet” signs, rear back up light (led flood lamp type), amber strobe rear, tow chain/cable/strap, and reflectors/flares. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Year Round Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 450 = $ Price per hour (Davis Bacon ST) $ x 75 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 5 1 EA Water/Flusher Truck, 3,000 gallon minimum capacity tank. Flushing capabilities shall include producing between 90-100 lbs of water pressure with minimum of two nozzles in the open position. One flusher and one watering nozzle front, one flusher nozzle side, two rear watering nozzles, rear mounted spray bar and one top mounted adjustable water cannon with cab-mounted remote controls for directional and variable spray nozzle or rear hose reel with 50 feet minimum length of hose for manual watering. Necessary hydrant permits and meters standard. AWWU water-use charges for MOA work shall be reimbursed to the Contractor at cost. “Stay Back 50 Feet” sign, common standard. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Summer use only Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis Bacon ST) $ x 100 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 6 1 EA 10-12 yard Dump Truck (Kenworth C-500 or equivalent). Accessories include standard summer tires, hands-free cell phone, front and rear amber tail light strobes. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Year Round Use Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ X 50 = $ Price Per Hour (Davis Bacon – $ X 50 = $ ST) ST=Straight Time Estimated Total $

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 11 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 7 1 EA 2010 Model minimum 1-ton End Dump Pickup (Ford F550, equal or better) with a minimum 3 yard Dump box. Accessories include standard summer tires, hands-free cell phone, front and rear amber tail light strobes. Additionally, equipment shall meet all State of Alaska Division of Motor Vehicle requirements. Summer Use only. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis-Bacon ST) $ x 400 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 8 1 EA Excavator/hoe (308 CR CAT or similar), 20,000 lbs. gross weight, 70 hp minimum, 15 foot digging depth. Attachments include 1-1/2 yard digging bucket with thumb, minimum 54” wide ditching bucket with thumb, street pads. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Hauling of equipment is incidental to the bid. Year Round Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis-Bacon ST) $ x 100 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 9 1 EA Cat Skid Steer 277C tracked model or equivalent. Skid Steer must be equipped with high flow hydraulics with a minimum of 32 GPM, quick disconnect attachment system, standard bucket, forks, industrial bucket, street sweeper kick broom, amber strobe top and additionally all equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Summer use only. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 50 = $ Price per hour (Davis-Bacon ST) $ x 75 = $ ST=Straight Time Estimated Total $

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 12 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 10 1 EA 2015 Model minimum Pickup, AWD 3/4 ton super-duty, with Laborer/Traffic Control Laborer, with minimum 9 foot2 inch Boss 5 way "V" plow (no castors, wheels, or skis allowed). Standard four studded snow tires and four tire chains, tow chain/cable/strap, beacon, reflectors/flares. Safety gear and trade tools standard, to include but not be limited to: safety vests, hard hats, gloves, boots, rakes, shovels, hand tools, & beacon standard. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Year Round Use Only. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 450 = $ Price per hour (Davis-Bacon ST) $ x 350 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 11 1 EA Chassis mounted, fully enclosed van mounted Steam Boiler with operator & laborer, (Cleaver- Brooks model PS100-50 or Tex Steam 4992-40 HP or equivalent). Boiler shall be capable of maintaining a minimum of 130 psi steam pressure while utilizing two (2) 3/4 inch discharge lines simultaneously. Boiler shall have a minimum capacity of 400 gallons of water and 100 gallons of fuel. Rate shall include boiler operator and one (1) laborer. See Section. 4. for additional equipment, accessories, and tool requirements. Beacons, related safety equipment, exterior flood lights, studded snow tires, tire chains, tow cable/strap standard. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. No additional charge may be included for mounting or dismounting any additional equipment whether or not prescribed. Winter use only. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ ST=Straight Time Estimated Total $

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 13 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 12 1 EA Winter Aggregate (E-Chips, crushed gravel) Spreading Equipment: Trucks with AWD chassis mounted sander, minimum heavy duty 5-yard box/spreader, chains on all wheels, amber strobe, "Stay back 50 Feet" sign. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Winter use only. Winter Aggregate will be provided by the Girdwood Valley Service Area. Specifications: ½ inch 100% 3/8 inch 90 – 100% # 4 10 – 30 % # 8 0 – 8 % # 200 0 - 1 % Description Bid Rate Estimated Hours Total Per cubic yard $ x 900 = $ Estimated Total $

Item Qty Unit Description 13 1 EA Winter Aggregate (E-Chips, crushed gravel) Spreading Equipment: Trucks with AWD chassis mounted sander, minimum heavy duty 1.7-yard box/spreader, chains on all wheels, amber strobe, "Stay back 50 Feet" sign. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Winter use only. Winter Aggregate will be provided by the Girdwood Valley Service Area. Specifications: ½ inch 100% 3/8 inch 90 – 100% # 4 10 – 30 % # 8 0 – 8 % # 200 0 - 1 % Description Bid Rate Estimated Hours Total Per Cubic Yard $ x 500 = $ Estimated Total $

Item Qty Unit Description 14 1 EA Laborers/Traffic Control Laborers with safety gear and trade tools standard, to include but not be limited to: safety vests, hard hats, gloves, boots, rakes, shovels, hand tools, chain saws, road work signs & stands, etc. Davis Bacon (DB) laborer shall be paid at the current applicable DB labor rate for labor. Transportation to and from the job site is incidental to the bid. Hauling of bid items will not be charged. Year Round Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis Bacon ST) $ x 300 = $ ST=Straight Time Estimated Total $

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 14 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 15 1 EA 2015 Model minimum Pickup/Flatbed/Tool Truck 1 ton minimum with laborer/traffic control Laborer, with minimum 8 foot 5 way "V" plow (no castors, wheels, or skis allowed). Safety gear and trade tools standard, to include but not be limited to: cutting torch, road work safety signs & stands, safety vests, hard hats, gloves, boots, rakes, shovels, hand tools, chain saws, jumping jack compactors, portable generator, permanently mounted SPILL RESPONSE KIT, etc. Hands free cell phone, amber strobe standard.Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Summer/winter – year round use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis-Bacon-ST) $ x 300 = ST=Straight Time Estimated Total $

Item Qty Unit Description 16 1 EA 2005 Model or newer Gradall® XL3300, or equivalent. Sixty-six (66) inch ditch cleaning bucket and digging bucket standard. Set of winter chains. Hands free cell phone. Amber strobe top and rear standard. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Year round use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 40 = $ Price per hour (Davis-Bacon ST) $ x 150 = $ ST=Straight Time Estimated Total $

Item Qty Unit Description 17 1 EA Plate compactor, (Mikasa MVC88VTHW, equal or better), 19.7” plate, 3372 lbs. force Year Round Use..

Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 50 = $ Price per hour (Davis-Bacon ST) $ x 200 = $ ST=Straight Time Estimated Total $

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 15 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Item Qty Unit Description 18 1 EA Vibratory Compactor (Dynapac CA251D or equivalent). Operating weight 23,600 lbs, 84- inch drum width, high frequency 45,700, low frequency 26,775. Compactor to be certified annually by the manufacturer’s vendor in writing to function at 100% of designed capabilities. All weather sealed cab. Beacon standard. Additionally, equipment shall meet all State of Alaska, Division of Motor Vehicles requirements. Hauling of equipment is incidental to the bid. Hauling of bid items will not be charged. Summer Use. Description Bid Rate Estimated Hours Total Price per hour (Maintenance ST) $ x 100 = $ Price per hour (Davis Bacon ST) $ x 100 = $ ST=Straight Time Estimated Total $

Total Contract Amount (ITEMS 1 through 18) $______

Vendor Name

MUNICIPALITY OF ANCHORAGE Page 16 Sealed ITB No. 2021B013

BID PROPOSAL (CONTINUED)

Payment Terms Offered Addendum Acknowledgement ______% ______Days/Date OR Other:______1% and 15 days is the minimum allowed Number(s) ______is/are hereby acknowledged

The bidder will accept CREDIT CARDS FOR PURCHASES against this ITB.  YES  NO

PERIOD OF PREFORMACE The contract period shall be from May 1, 2021 to April 30, 2022, unless sooner terminated, with an option to extend for four (1) additional one (1) year periods by mutual consent of both parties and the funding is subject to lawful appropriation of funds.

BASIS OF AWARD Award will be made to the lowest responsive and responsible bidder in accordance with Anchorage Municipal Code Sections 7.15.040, 7.20.020, 7.20.030, and 7.20.040, with preference to local bidders applied in accordance with Section 7.20.040. Evaluation for determining the lowest bid shall be made in the aggregate. TO BE CONSIDERED FOR AWARD ALL ITEMS MUST BE BID.

By submitting a bid, the bidder acknowledges that he/she has received all documents listed on the Invitation to Bid Cover Sheet and has carefully reviewed and has full knowledge of those listed documents. **Any bid or quote is considered unbalanced if it allocates an amount of one dollar as a price or another amount which in the opinion of the Purchasing Officer is not a true market value for the work that is being requested**

______Authorized Representative Signature Date

______Printed Name Title

______Printed Vendor Name Phone Number

______Mailing Address Fax Number

______City, State, Zip Code Company Email Address

______Physical Address of Company (if different from above)

______City, State, Zip Code

By signing above the bidder certifies they are an equal opportunity employer and shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status, or physical or mental disability. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code.

APPENDIX A

GIRDWOOD VALLEY SERVICE AREA

SCOPE OF WORK/TECHNICAL SPECIFICATIONS

The Girdwood Valley Service Area consists of approximately 23.5 miles of graveled and paved roads, as depicted in Exhibit A, Street Names/Service Area Boundary and shown in Exhibit B, Girdwood Valley SA Map.

Section 1. Definitions

In this Contract:

A. "Anchorage" means the Municipality of Anchorage, organized and existing under laws of the State of Alaska.

B. "Administrator" means the Anchorage appointed manager responsible for coordination among the Girdwood Service Area Boards of Supervisors, service area contractors and residents, and the overall daily administration of service areas with general and final authority for approval of service area road work, invoices and other road projects within service areas..

C. "Contractor" means the Service Area Contractor.

D. "Service Area" means Girdwood Valley Service Area, as applicable.

E. "Service Area Coordinator" means the Girdwood Service Area Board Manager, their designee, or that member of the Girdwood Board of Supervisors designated, in writing, to direct the Contractor

F. “Working Titles” which are adjectives or have masculine genders such as “workman” and “flagman” or are pronouns such as “he,” “his,” and “him” are utilized in the Contract Documents for the sake of brevity and are intended to refer to persons of either gender.

Section 2. Winter Services--Snow Clearing/Ice Ripping

Snow Clearing/Ice Ripping is defined as the removal of snow/ice from designated areas using motor graders, snow blowers, front loaders, or by other means as designated by the Administrator. Snow clearing is further defined as removal of all such snow accumulation to within two (2) inches of the road surface. The Contractor agrees to provide snow clearing/ice ripping services to the Service Area as follows:

A. The Administrator will direct the Contractor as to number and types of equipment, equipment accessories, techniques, street(s)/area(s) to be cleared, and/or the level of service required. The Administrator may specify that partial clearing be accomplished, such as single lanes in little used areas and the plowing back or blowing back of snow off shoulders before break-up.

B. The Administrator will callout the Contractor when, in his opinion, plowing is necessary. Generally, this will take place as soon as the snowfall has accumulated to four (4) inches or more.

C. Under normal circumstances and in the absence of specific directions, snow clearing during the winter months will be accomplished to clear the traveled way or in accordance with the established snow plan, if applicable. A snow plan is defined as a snow removal arrangement between the contractor and the Administrator which delineates the circumstances for automatic snow removal without a call out and describes the areas and scope of the snow removal. The traveled way is defined as being the entire width of the existing driving surface. It is the sole responsibility of the Contractor and at no expense to Anchorage, to maintain the snow berms far enough back so as not to encroach into the traveled way.

D. The Contractor shall commence snow clearing, as directed by the Administrator or his designee, within two (2) hours of notification.

E. Unless directed otherwise, the Contractor shall make his best efforts to minimize snow berm accumulations across driveways that would normally result from clearing operations. In such cases the Contractor will utilize the snow gate of the motor grader, front loader, or other equipment, as applicable. However, the Contractor is not required to specifically clear driveway entrances unless the Administrator separately requests that work.

F. Snow clearing shall be completed within twelve (12) hours after the end of a snowstorm, unless otherwise determined by the Administrator. This time frame may be extended at the sole discretion of the Administrator.

G. The Contractor agrees to assert his best efforts, at all times, to complete snow removal in a timely fashion. Accumulated snow is to be dealt with so as to reasonably ensure timely access by residents to work and to their homes. Snow removal is usually between the hours of 6 a.m. and 10 p.m., but the Administrator may authorize snow removal prior to 6 a.m. and/or after 10 p.m. if snow storms and winter conditions warrants the need in order to provide timely access to work and homes.

H. Although work under this section is contemplated to be performed exclusively by the Contractor, if the Contractor is unable to perform the work described above, Anchorage may contract out the work until the Contractor is able to perform the work.

Section 3. Winter Services--Sanding

Sanding is defined as the application of chips and/or other such materials to the roads. The Contractor agrees to provide sanding services to the Service Area as follows:

A. The Administrator will direct the Contractor as to the street(s)/area(s) to be sanded. The Administrator may specify that partial sanding be accomplished such as hills, curves, and/or intersections.

B. The Contractor will commence sanding services, as directed by the Administrator, within two (2) hours of notification.

C. Sanding will be completed within twelve (12) hours after callout, unless otherwise determined by the Administrator or his designee.

D. The Contractor shall ensure that sanding material is distributed on the roadway in a uniform manner. The application of sanding materials shall not exceed the road edge and will be uniformly applied across the road width, unless otherwise directed by the Administrator or his designee.

E. Sanding is only to be done as required to permit use of the roads by properly driven vehicles of the kind customarily required in the accessed area. Sanding shall not be required merely to make road use more convenient for vehicles of uncustomary kind or safer at excessive speed.

F. The Contractor shall work closely with the Administrator to ensure that sanding is neither insufficient nor excessive.

G. Although work under this section is contemplated to be performed exclusively by the Contractor, if the Contractor is unable to perform the work described above, Anchorage may contract out the work until the Contractor is able to perform the work.

Section 4. Winter Services--Steam Thawing

The Contractor agrees to provide steam thawing services to the Service Area as follows:

A. The Administrator will direct the Contractor as to the location of culverts and/or other facilities and areas to be thawed.

B. The type, size, and output of the boiler shall be sufficient for the purpose intended.

C. The Contractor will commence thawing services, as directed by the Administrator, within four (4) hours of notification.

D. Steam thawing shall be accomplished in an expeditious and professional manner. The Contractor will manage personnel, equipment, and supplies in such a way as to promote high productivity.

E. Boiler time shall start when the boiler is off-loaded and/or is ready to perform the work and will terminate when the work is completed. Travel time, maintenance time and repair time will not be allowed. Time will not be allowed for refueling, servicing, or filling with water.

H. Although work under this section is contemplated to be performed exclusively by the Contractor, if the Contractor is unable to perform the work described above, Anchorage may contract out the work until the Contractor is able to perform the work.

F. Clever-Brooks type boilers will be authorized for one (1) payable hour per shift for boiler warm- up and preparation prior to signing in to the Administrator and will report with no less than seventy-five (75) PSI of steam pressure. All steam boilers shall be annually inspected and certified by the State of Alaska. The minimum tools and accessories to be furnished with each steam boiler are:

Three (3) each 100 foot lengths of small diameter ¾ inch ID steam hose. Hose to be in good condition and free of inner wall blisters.

1. One (1) each 8 foot, ¾ inch blow point with handle and quick shut off valve.

2. Two (2) each ¾ inch banjos with handles and shut off valves.

3. Two (2) each copper jet heads.

4. Eighty (80) feet of ½ inch pipe.

5. One (1) each 50 foot sleet snake.

6. One (1) each 8 foot 4-6 inch elbow-lead in pipe with 45-90 degree elbow.

7. One (1) each metal detector with detection range of three feet.

8. Tool box with a minimum of:

a. Two (2) each 18 inch pipe wrenches.

b. One (1) each 12 inch crescent wrench.

c. One (1) each roll of bailing wire.

d. One (1) each roll of duct tape.

e. One (1) each two pound hammer.

f. Assortment of replacement valves and fittings.

g. One (1) each large vice grips or pliers.

10. One (1) each fire extinguisher.

11. One (1) each First Aid Kit.

12. Two (2) each round point shovels.

13. One (1) each ice chipping bar.

14. One (1) each pick ax.

15. All personal safety gear and equipment related to steam thawing operations during extreme winter weather conditions.

All tools and accessories will be of the type and quality for the use and purpose intended.

G. Although work under this section is contemplated to be performed exclusively by the Contractor, if the Contractor is unable to perform the work described above, Anchorage may contract out the work until the Contractor is able to perform the work.

H. The Contractor shall take precautious measures and avoid sediments from entering any storm drain systems, manholes, creeks, streams, rivers or where it leads to any type of body of water, which would violate Alaska Pollutants Discharge Elimination Systems (APDES).

Section 5. Summer Services

The Contractor agrees to provide summer road maintenance services to the Service Area as follows:

A. Grading of roads during the summer months, including the strengthening or reshaping of shoulders, ditch work, and general maintenance of roads shall be accomplished as directed by the Administrator.

B. The Administrator will direct the Contractor as to the number and types of equipment to be used, equipment accessories, and the street(s)/area(s) to be graded. The Administrator may specify that partial grading be accomplished, such as ditch work only.

C. The Contractor shall use his best efforts to effectively and efficiently to the required work. The Contractor shall commence grading, and any summer work, as directed by the Administrator, within forty-eight (48) hours of Notice-to-Proceed.

A. The Contractor shall not unreasonably interfere with the normal service area traffic flow and shall use traffic control methods to avoid unreasonable time delays and/or interference.

E. The Contractor shall take preventative measures to minimize dust.

F. During scheduled trash pick-up days, the contractor shall coordinate with the hauler to avoid delays and minimize an impact to local traffic.

G. The contractor shall take preventative measures to avoid any sediment from encroaching into adjacent properties or any type of drainage systems.

H. In order to comply with Alaska Pollutant Discharge Elimination System (APDES), the Contractor shall not have any illicit discharge run-off into storm drains or that may lead into any type of body of water and effect the wildlife habitat or echo-system.

I. The Contractor shall maintain the jobsite and affected adjacent locations clean by Street Sweeping only the paved roads.

J. During construction work the Contractor must allow access for emergency vehicles at any given time and reasonably accommodate property owners’ access to their driveways during construction hours.

Section 6. Equipment--Proposed

A. The Contractor will list the proposed equipment in Appendix A, Schedules I. All proposed equipment will meet or exceed all the specifications listed/outlined throughout the Contract, be in good working order, and suitable for the purpose intended. The equipment may be owned by the Contractor or controlled through bona fide lease, purchase, or rental agreement.

B. The Contractor may petition Anchorage for an adjustment to the contract based on volatile fuel prices. This adjustment will be based on the index located at “eia.doe.gov” Retail On-Highway Diesel Fuel Prices. The adjustment will be calculated as follows: (a) average fuel usage per hour piece of equipment for each month multiplied by (b) the increase/decrease in the average monthly fuel index compared to $X.XXXX per gallon. The initial rate will be based on the index applicable during the week of the Invitation to Bid opening. Within three (3) days after award, the contractor will provide accurate “burn rates” for all equipment bid. This adjustment will be tracked as a Line Item entitled “Fuel Variance” on invoices for equipment utilized during the billing period. Only equipment with prior submitted and approved burn rates will be eligible for compensation.

C. If, at any time, the list of proposed equipment does not meet the specifications listed/outlined in the Contract, the bidder may be declared "Non-Responsive" to the bid.

D. Any unit of equipment may be temporarily "Down" for repair or awaiting parts. However, it is the responsibility of the Contractor to furnish sufficient documentation to Anchorage, on request, that it is a temporary condition.

B. If, at any time subsequent to bid opening and prior to the Contract being awarded, the bidder wishes to substitute units of proposed equipment, he may do so only for justifiable reasons and after notifying Anchorage and receiving approval, in writing, of the change. Any substituted items will meet or exceed all specifications.

Section 7. Equipment--Inspection

A. Any time after the bid opening, and prior to any Contract award, Anchorage, may, at its discretion, inspect the proposed equipment and/or review the equipment lease, purchase, or rental agreement of any bidder. The Contractor will, immediately, upon request, present his equipment and/or lease, purchase, or rental agreement for inspection by Anchorage. The primary purpose of such an inspection will be to determine the ability of the Contractor to furnish the required equipment.

B. The Contractor must be able to demonstrate, beyond any reasonable doubt, that the equipment meets the specifications listed/outlined throughout the Contract, is in good working order and is suitable for the purpose intended. The Contractor shall be given a reasonable time, not-to-exceed forty-eight (48) hours, to correct any minor discrepancy, as determined by Anchorage.

C. The Contractor, at his own expense, shall keep all equipment supplied by him in good repair throughout the entire Contract. The Contractor shall make his equipment available for inspection at any time during the life of the Contract by Anchorage, the Administrator, and/or their designee. The equipment may, at any time, be inspected under operating conditions to ensure that it is satisfactory for the intended purpose and is in good repair.

Section 8. Equipment-General

A. All equipment shall be provided by the Contractor according to the item, quantity, and description as outlined in, Schedules I. The quantity will be the minimum units of equipment required.

B. The cost of the equipment shall be bid on an hourly basis (Hourly Rate Per Unit) and will include the operator(s) and/or necessary laborers (where indicated), and the supply of fuels, lubricants, maintenance services and repair parts. On equipment that is hauled to the work area/site, the hourly rate will include transportation of equipment to and from the work area/site. Travel time will not be allowed. Equipment refueling shall be on site within the SA,

C. Travel time will not be paid for equipment located outside of the Service Area. Paid operating hours will begin when units are in transit within the Service Area and will terminate when equipment has reached its designated storage area within the Service Area, or as soon as it leaves the Service Area Boundary. Travel time to and from the designated maintenance area/work site shall be reasonable, as determined by the Administrator.

D. For those units of equipment that are hauled to the work site, and for boilers, the operating hours will begin when the unit is off-loaded and/or is ready to perform the work and will terminate when the work is completed. Hauling of bid items will not be charged. If applicable, any hauling equipment shall be paid separately in accordance with Section 13, Other Goods and Services--Road Maintenance. In such cases, only the actual hauling time to and from the job site will be paid. "Standby" time will not be allowed unless specified by written quote.

E. The Contractor shall use only qualified equipment operators and each such equipment operator shall have a minimum of 400 hours verifiable operating hours using similar equipment within the previous twelve months.

F. The Contractor shall make a conscientious effort to repair/replace bid equipment that is down for four (4) consecutive hours, including stuck equipment.

G. The Contractor shall be fully responsible for repair of damage to his own equipment that may result from his operations under this Contract. No claims will be entertained by Anchorage.

H. The Contractor shall at no time wash out materials, including vehicles or equipment onto the pavement, which would discharge run-off into any drainage systems leading into creeks, rivers, wetlands, lakes, streams or any type of body of water, which would impact the wildlife habitat or echo-system.

I. All vehicles and equipment shall be in good and safe working order and free from any leaks.

J. All equipment shall meet the State of Alaska, Division of Motor Vehicles requirements. All equipment shall be numbered and be furnished with the following accessories, if applicable:

1. Front and rear back-up beacon lights.

2. Rear back-up alarm.

3. "Stay Back 50 Feet" signs.

4. Rear mud flaps.

5. Rear back-up light (flood lamp type).

6. Mud and snow tread tires.

7. Tire chains.

8. Emergency kit to include reflectors and flares.

9. First Aid kit.

10. Absorbent (for hydraulic equipment).

Section 9. Municipality of Anchorage Street Maintenance Facilities

A. Anchorage one Girdwood Street Maintenance Facilities located at the end of Bedrock circle in the Girdwood Industrial Park.

B. It is the intent of Anchorage to only allow the Contractor and sub-contractors use of these facilities for the storage of equipment that is used exclusively for this contract, and any and all access to this facility is to be directly related to Street Maintenance and Construction operations.

C. Anchorage will provide the Contractor with a storage/staging area for equipment and accessories at this site subject to the following:

1. The Administrator shall designate the area to be used; this area may be subject to change at any time.

2. Anchorage assumes no liability for damage to equipment stored at either location and will hold the contractor liable for negligence through improper storage and security of their equipment and the facility.

3. Anchorage will provide electric for head bolt plug-ins

4. The Contractor shall only obtain access to these facilities with prior approval of the Administrator for entry. The Administrator shall develop and approve of all security and access procedures.

Section 10. Working Foreman/Contact Person(s)/Operators

A. The Contractor shall, at the request of the Administrator, provide a working foreman to represent the Contractor and oversee operations at all times.

B. The Contractor shall provide, in writing to the Administrator, name(s) and 24 hour telephone number(s) of a Primary Person(s) for emergency and 24-hour call outs during the period October 1st through April 30th, as well as for normal call outs during all other times. The contractor shall immediately notify the Administrator of any changes to the Primary Person(s) and confirm same in writing.

C. Contractor/Contact Person will remain totally responsible for contacting employees. The Contractor will keep the Administrator advised, in writing, of any changes of the Contact Person(s) at all times during the period of the Contract. Should the Contractor fail to abide by the above, he shall be subject to damages.

D. The Contractor shall, at his own expense, make a tour of the area assigned and familiarize himself and his operators with the locations of all roads, hills, and other obstacles that may be a hazard to him in his operation.

E. It will be the responsibility of the Contractor to notify the Administrator of any unsafe condition or potentially hazardous situation or any task that cannot be accomplished due to operator or equipment limitations.

F. The assigned operators and replacement operators shall be fully qualified and experienced in the effective operation of the equipment. Operators shall be fully alert and shall perform in a safe and skillful manner at all times. The Contractor and operators shall be courteous to the public. Contractor and operators found to be deficient in the above shall be required to correct the deficiency or be replaced.

G. The Contractor/Employee shall not discuss any assigned service area work with residents/homeowners. They will direct homeowners/residents to the Administrator. The Contractor and Contractor’s operators shall not offer opinions, options or advice to homeowners regarding the LRSA Board’s potential remedies.

Section 11. Materials

A. Materials shall be brought from off site only at the request of the Administrator. If requested, materials shall be received and paid for as specified in Section 13, Other Goods and Services- -Road Maintenance.

B. On a windy or wet condition, the Contractor must comply with Best Management Practices (BMP’s) and protect the materials from running-off onto adjacent properties or into any drainage systems.

C. Upon delivery, the Materials shall be placed at a safe location.

Section 12. Reporting

A. After completion of any requested work, the Contractor shall provide all material/subcontract invoices and receipts, and a log of labor and equipment time billable for payment, as requested by the Administrator. Failure to provide requested documentation for invoice verification shall result in extension of receipt of the true and correct invoice date to the Service Area for application of payment terms. The invoice receipt date for application of payment terms shall be adjusted to the date of receipt of requested reporting documentation. B. Whenever equipment covered under this Contract is rendered inoperable for any reason, the Administrator or his designee shall be the primary contact for reporting downed equipment and shall be notified within a reasonable time. The Administrator may investigate downed equipment and determine the loss of total down time. The Contractor will not receive compensation for the time equipment is down, including stuck equipment. C. It shall be the responsibility of the Contractor to have the jobsite inspected, monitored and logged for work being performed, which falls under the APDES Program Coordination Plan. Anchorage may elect a competent third party to perform the required duties but must be approved by the Watershed Management Services (WMS).

Section 13. Damages

A. In the event the equipment and/or personnel are not available within the start time specified in, Schedules I, the Contractor will be assessed liquidated damages in the amount of fifty dollars ($50.00) per hour, and or any fraction of an hour thereof. Liquidated damages start accumulating from the scheduled start time until the time the last piece of equipment is scheduled to complete the job/shift or until such time as when the equipment is available for use. No liquidated damages shall be assessed for equipment failures after the equipment has been checked in for service at the scheduled start time.

B. Failure of the Contractor to respond as required in Sections 2, 3, 4, and 5 of this Contract shall, at the discretion of Anchorage, result in a penalty of one hundred dollars ($100.00) per day being assessed against the Contractor.

C. Failure of the Contractor to invoice not less often than every thirty (30) days for services provided within this Contract may result in a penalty of one hundred dollars ($100.00) per day being assessed against the Contractor at the discretion of the Administrator.

Section 14. Other Goods And Services--Road Maintenance

A. Equipment, labor, materials, and services, other than those bid in Schedule I, which may be required to accomplish any given project may, at the discretion of the Administrator, be provided by others under separate contract, or requested of the Contractor. The Contractor has the right to reject requests. The Administrator may request either a written “hourly equipment and labor quote” or a “fixed price quote” for any given project.

1.Materials Purchased by the Contractor: The Contractor may be requested by the Administrator to provide materials. A written quote may, at the discretion of the Contractor, be provided to the Administrator for approval. All quotes may be accepted or rejected at the discretion of the Administrator. Quotes accepted by the Administrator are subject to administrative charges in accordance with Section 13.D. and will not be subject to prompt payment discounts. B. For all quotes not exceeding $5,000, the Contractor shall provide a written quotation prior to work and shall proceed only upon written notice by the Administrator. For all quotes exceeding $5,000, the contractor shall submit a copy of the written quote to the Administrator, who may or may not approve the work at his/her discretion, and the Service Area Coordinator. No work shall commence unless and until written approval from the Administrator and the Service Area Coordinator is granted. The Contractor shall provide such work at a fair and reasonable price or, if unable to do so, shall subcontract at a fair and reasonable price, as determined by the Administrator. The Administrator and/or the Service Area Coordinator shall have the right to reject any such quotations and to independently contract with a third party to perform the requested work. Anchorage, at its sole discretion, retains the right at all times to accept or reject any and all quotes for goods and/or services from the Contractor. C. The equipment to be furnished by the Contractor under this Section shall be the equipment quoted and charged at the Bid Rate per Unit, unless the requested work requires specialized equipment not quoted. There shall be no administrative charge permitted for this equipment. D. Any goods supplied under this Section by the Contractor will be charged to the Service Area at cost. Subcontracted services may be charged at cost. For any given project, an administrative charge for goods/subcontracted services charged at cost shall be:

15% of the first $3,000 12% from $3,000 through $10,000 8% over $10,000 In no case shall the total charges be greater than the quoted price, as specified in Section 13A or the "Not-to-Exceed" amount, as specified in this Contract. E. Prompt payment discounts will not apply to goods/subcontracted services that are charged at cost plus an administrative charge or to quote project prices if they are specifically identified as exclusions on the invoice. F. After completion of the work, the Contractor shall provide all material/subcontract invoices and receipts and a log of equipment time for payment, as requested by the Administrator. The jobsite must be in good satisfactory condition and meet the approval of the Administrator or Service Area Coordinator.

Section 15. Other Labor--Construction Projects

A. Equipment, labor, materials, and services, other than those bid in Schedule I, which may be required to accomplish any given project may, at the discretion of the Administrator, be provided by others under separate contract, or requested of the Contractor. The Contractor has the right to reject requests. The Administrator may request either a written “hourly equipment and labor quote” or a “fixed price quote” for any given project.

1. Materials Purchased by the Contractor The Contractor may be requested by the Administrator to provide materials. A written quote may, at the discretion of the Contractor, be provided to the Administrator for approval. All quotes may be accepted or rejected at the discretion of the Administrator. Quotes accepted by the Administrator are subject to administrative charges in accordance with Section 13.D. and will not be subject to prompt payment discounts.

B. For all quotes not exceeding a seasonal cumulative per construction season total of $5,000, the Contractor shall provide a written quotation prior to work and shall proceed only upon written notice by the Administrator. For all quotes exceeding a seasonal cumulative total of $5,000, the contractor shall submit a copy of the written quote to the Administrator, who may or may not approve the work at his/her discretion, and the Service Area Coordinator. No work shall commence unless and until written approval from the Administrator and the Service Area Coordinator is granted. The Contractor shall provide such work at a fair and reasonable price or, if unable to do so, shall subcontract at a fair and reasonable price, as determined by the Administrator. The Administrator and/or the Service Area Coordinator shall have the right to reject any such quotations and to independently contract with a third party to perform the requested work. Anchorage, at its sole discretion, retains the right at all times to accept or reject any and all quotes for goods and/or services from the Contractor.

C. The work contemplated by this Section is work considered to fall under the "Little Davis-Bacon" Act (AS Title 36). The Alaska Department of Labor has determined that construction projects (including all labor, equipment, and material) over $25,000 fall under this Act. For purposes of this paragraph, the over $25,000 amount for construction projects is for an annual contract term. Each contract renewal (the exercise of an option) is considered a new contract term by the Municipality of Anchorage and the Alaska Department of Labor. In addition, the State of Alaska has determined that the following tasks are public construction work for the purpose of this Act: 1. Hauling new fill or materials. 2. Hauling used fill or material to an area located away from the road or group of streets upon which work is currently being performed. 3. Hauling discarded fill or material to a dumpsite. 4. Grading and/or compacting a road surface which has new or used fill, (deposited from a supplier, excavated ditches, or roads located some distance away from the road or group of streets currently being worked on), or fill from a source other than existing ditches or roadways in the group of streets upon which the work is being performed. 5. Installation of manholes. 6. Installation of new or used culverts. 7. Filling potholes. 8. Making a new road where there was no road. 9. Digging a new ditch where no ditch existed previously. 10. Removing old blacktop; replacing with new material. 11. Installation of cross culverts. 12. Installing storm drains.

The Alaska Department of Labor has determined that the following tasks are maintenance and not public construction work: 1. Snow removal. 2. Grading existing road surfaces. 3. Strengthening or reshaping of shoulders, slopes, and ditches. 4. Cleaning fill from existing ditches, replacing fill back on road surfaces, and grading/compacting. 5. Cleaning culverts.

(The Contractor should note that the Alaska Department of Labor sets minimum wage rates and benefits for "public construction" and requires certified payrolls to verify the proper wages. However, operations involving "maintenance" do not fall under the minimum wage requirement. Further interpretation of the "Little Davis-Bacon" Act may be obtained from the State of Alaska, Department of Labor, Wage and Hour Administration.)

D. Any labor associated with a construction project in excess of a total cumulative contract term of $25,000 supplied under this Section by the Contractor or by subcontract will be charged to the Service Area at the total cost, as specified in the current issue of the State of Alaska, Department of Labor, Title 36 Public Contracts, Laborers’ & Mechanics' Minimum Rates of Pay, plus that premium percentage bid, as specified in Appendix A, Schedule III. Labor for contract term projects that do not fall under the "Little Davis-Bacon" Act ($25,000 or less) will be charged at a fair and reasonable price, as determined by the Administrator. In no case shall the total charges be greater than the "Not-to-Exceed" amount specified in this Contract.

E. After completion of the work, the Contractor shall provide all invoices and receipts and a log of labor time for payment, and a copy of the certified payroll submitted to the Alaska Department of Labor to the Service Area Coordinator.

F. The equipment to be furnished by the Contractor under this Section shall be the equipment quoted and charged at the Bid Rate Per Unit, unless the requested work requires specialized equipment not quoted. There shall be no administrative charge permitted for this equipment.

G. The equipment to be furnished by the Contractor under this Section under a written “hourly equipment and labor quote” or a “fixed price quote” for any given project that includes equipment also included in Schedule I shall be charged at the applicable Bid Rate Per Unit under Schedule I. There shall be no administrative charge permitted for this equipment.

Section 16. Training

A. Anchorage will provide training to the Contractor on various aspects of the Contract, if requested by the Contractor or the Administrator. The training will be scheduled at the beginning of each term, usually in October. The training will be for one day and for a maximum of six (6) hours on that day. The training site will, if possible, be in, or in the proximity of, the Service Area. The Contractor will furnish a minimum of one operator for each unit of equipment required by the Contract to receive the training. After the training, the Contractor is responsible for insuring that the operator is familiar with all SA roads and road maintenance requirements at no additional costs to the SA.

Section 17. Timekeeping, Invoices And Discounts

A. Daily Time Logs (Exhibit C) for Equipment and/or Labor hours will need to completed daily and approved by Administrator before invoicing. B. Invoicing will be accomplished on a timely basis not less than every thirty (30) days, providing work has been accomplished during the period. At the discretion of the Administrator and/or Anchorage, liquidated damages may be assessed $100 for each day invoice is delinquent beyond 30 days as applicable to Section 12. Damages. Invoices for special project proposals under Section XIV. OTHER LABOR-Construction Projects; may be invoiced upon completion but not more than thirty (30) days from completion. C. Invoices shall include all charges incurred as of the date of invoice. At the discretion of the Administrator, no charges will be allowed or paid for items incurred or accrued prior to the date of the previous invoice. D. The Contractor shall present the original true and correct invoice to the Public Works Department, Service Area Coordinator located at 4700 Elmore Road, Anchorage, AK 99507. At the same time, The Contractor shall present a copy of the invoice to the Administrator for review and approval. E. The prompt payment discount date will start when the Contractor presents a true and correct invoice to the Service Area Coordinator. Prompt payment discounts will be taken on any items not specifically excluded by this Contract or by the Contractor. The time frame for prompt payment discount will end when a manual check is executed or when the computer is instructed to execute a check. F. Prompt payment discounts normally apply to bid items. Discounts will also apply to purchase G. Work outside of routine maintenance permit shall require a specialty permit (See section XVII, B, 3.) No payment will be authorized without evidence of permit prior to invoicing and payment.

Section 18. Permits

A. Contractor shall obtain and keep in force all required governmental permits prior to performing any and all road work under this contract.

B. Required permits include, but not limited thereto, are;

1. Annual (January 1st through December 31st) general Right of Way (ROW) to cover all normal summer and winter road maintenance within Municipality of Anchorage ROW's.

2. Municipality of Anchorage and Alaska Department of Environmental Conservation road oiling permits.

3. Specialty (location/type of work) work permits for such work, but not limited thereto, as:

a. installation of new culvert (other than a replacement culvert). b. laying down of recycled asphalt. c. paving. d. re-aligning, reconstruction or widening, narrowing existing road. e. re-aligning or providing new drainage. f. installation of signs other than traffic signs (traffic signs installations by Traffic Division)

Section 19. Termination

A. Please see Sample Contract page 4, section 14.

Section 20. General

A. The Contractor agrees, at all times, to assert its best efforts to complete snow/ice clearing, sanding, and steam thawing in the Service Area in a timely fashion. Accumulated snow and icing conditions are to be dealt with so as to reasonably ensure timely access by residents to work and to their homes. Also allow access for emergency vehicles at any given time.

B. In his operations, the Contractor must exercise all due care and caution and attempt not to damage fences, shrubs, banks, walls, hedges, etc., outside the traveled way but within and/or adjacent to the public right of way. However, the Contractor will not be held strictly accountable for private landscaping and other private projects, with the exception of mailboxes, constructed and/or installed in the public right of way.

C. The Contractor will be held responsible for any and all damages to poles, hydrants, mailboxes, utilities and/or other items permitted in the public right of way. The Contractor will be responsible for mailboxes that are constructed and installed in accordance with recommendations of the United States Post Office. Anchorage will be the authority to determine if damaged mailboxes were reasonably constructed and installed.

D. Anchorage reserves the right to provide any and all road maintenance services in case of emergency and/or if the Contractor is unable to furnish the services required.

E. No work shall start if it requires SWPPP’s, it must be approved by the Watershed Management Services (WMS). A third party may be hired to assist with the plans for approval and coordinate with WMS.

Section 21. Special Conditions

A. The Contractor shall submit proof of ownership or control through bona fide lease, purchase, or rental agreement for each piece of bid equipment to the Service Area Coordinator prior to execution of the Contract by the Purchasing Officer.

B. The Contractor shall arrange for inspection of each piece of bid equipment and the Service Area Coordinator shall inspect and approve every piece of equipment prior to execution of the Contract by the Purchasing Officer.

C. POST AWARD: The Contractor shall meet with the SA/SA Board of Supervisors and the Service Area Coordinator to conduct a pre-performance conference to jointly review the terms of the Contract.

EXHIBIT A

GIRDWOOD VALLEY SERVICE AREA

STREET NAMES

STREET NAME GRID FROM TO Agostino Mine Road SE4912 Sproat Road Lot 102 SE4913 Alpina Way SE4915 Alta Drive Timberline Drive Alpine Meadows SE4816 Alyeska Highway Cortina Street Avenue Alpine Meadows SE4915 Timberline Drive Kitzbuhel Road Avenue SE4916 SE4918 Alta Drive SE4915 Timberline Drive Alpina Way Alyeska Highway SE4816 Seward Highway Arlberg Avenue Pedestrian Pathway SE4814 SE4913 SE5013 SE5012 Alyeska View Avenue SE4816 Higher Terrace Road Alyeska Highway SE4916 Alyeska View Avenue SE4816 Alyeska Highway Aspen Road Arlberg Avenue (Paved) SE4816 Alyeska Highway Aspen Road Arlberg Avenue (Paved) SE4717 Aspen Road Alyeska Resort Hotel SE4617 SE4816 Aspen Mountain Road SE4816 Arlberg Road Last Driveway-End Banff Circle SE4816 Donner Road Cul-de-sac Beirne Street SE4913 Alyeska Highway End (20 foot to 15 foot Row Hammerhead) Barren Avenue (Paved) SE4815 Alpina Way Tanner Circle Beirne Street SE4813 Alyeska Highway Cul-del-sac SE4913 Billy’s Alley Road SE5112 Gold Cul-de-sac Brenner Circle SE4813 Alyeska Highway East Cul-de-sac Brenner Circle SE4814 Alyeska Highway West End Brighton Road SE4816 Arlberg Avenue Cul-de-sac Brighton Road SE4816 Arlberg Avenue Crystal Road Brudne Road SE5012 Jewel Mine Road State Maintenance Yard Bursiel Road SE4913 Alyeska Highway Cul-de-sac SE4814 Carlina Drive SE4915 Timberline Drive Cervin Circle SE4916 Vail Road Cul-de-sac Chateau Place SE4915 Timberline Drive Cul-de-sac Christina Place SE4915 Timberline Drive Cul-de-sac Cortina Road SE4816 Donner Loop Arlberg Avenue Cottonwood Street SE4814 Glacier Creek Road South End Crystal Mountain Road SE4816 Verbier Way North of Brighton Road Danish Circle SE4813 Alyeska Highway Cul-de-sac SE4913 Davos Road SE4816 Arlberg Road Lake Tahoe Road SE4815 Dawson Road SE5112 Gold Road AK RR ROW De Ette Circle SE4913 Alyeska Highway Cul-de-sac Donner Loop SE4815 Alyeska Highway Cortina Road Donner Drive SE4816 Alyeska Highway Alpine Meadows Road East Street SE5113 Gold Avenue Cul-de-sac Echo Ridge Drive SE4916 St. Moritz Road Cul-de-sac Egloff Drive SE4814 Alyeska Highway Cul-de-sac SE4815 Fernie Loop SE4815 Davos Road Davos Road Firestation/Library/ SE4815 Access Parking Lot Little Bears Access Garmisch Road SE4816 Alyeska View Avenue Daylodge Parking Lot Girdwood Place SE4815 Alyeska Highway Hightower Road Glacier Creek Road SE4815 Alyeska Highway Cul-de-sac Gold Avenue SE5113 West Street East Street SE5113 Gstaad Road SE4915 Timberline Drive Vail Road Gunnysack Mine Road SE5012 Toadstool Turnpike Alyeska Highway SE5012 Higher Terrace SE4916 Alyeska View Avenue Cul-de-sac Hightower Road SE4815 Alyeska Highway Girdwood Elementary SE4715 School Holmgren Road SE4815 Girdwood Place Lindblad Avenue Hottentot Mine Road SE5012 Alyeska Highway Power Line ROW SE4912 Innsbruck Road SE4816 Alyeska Avenue End Iris Pond Circle SE4816 Alyeska Avenue Cul-de-sac Jewel Mine Road SE5012 Sproat Road West End Juniper Circle SE4913 Alyeska Highway End Karolius Road SE4914 Egloff Road Cul-de-sac SE4913 Kitzbuhel Road SE4816 Alpine Meadows Avenue Alyeska View Avenue Lake Tahoe Road SE4815 Davos Road Cul-de-sac SE4816 Lindblad Road SE4815 Hightower Road Holmgren Road Loveland Road SE4816 Vail Road Alyeska View Avenue Lower Terrace SE4916 Alyeska View Avenue End Main street SE5112 Seward Highway AK RR ROW Megeve Road SE4916 Alpine Meadows Avenue Alyeska View Avenue Monarch Mine Road SE5012 Brudne Road End-Toadstool Turnpike Monarch Mine Road SE5012 Alyeska Highway Sproat Road Mount Hood Drive SE4815 Davos Road 1st Airport Driveway Northland Road SE4916 Alyeska View Avenue Alpine Meadows Avenue Okemo Road SE4916 Alyeska View Avenue Alpine Meadows Avenue Old Dawson SE5113 Gold Avenue End SE5112 Olympic Mountain SE4816 Arlberg Avenue Loop Loop Pedestrian Path SE4816 Alyeska Highway Alyeska Resort Arlberg Ravenwood Circle SE4813 Alyeska Highway End Ruane Road SE4913 Alyeska Highway Solid Waste Facility Gate Sproat Road SE5012 Hottenton Mine Road Agostino Mine Road Sproat Road SE5012 Monarch Mine Road Hottentot Mine Road St. Johann Loop SE4915 Vail Road Loop St. Moritz Road SE4916 Alpine Meadows Avenue Cul-de-sac Stowe Drive SE4916 Vail road Alpine Meadows Road Stowe Circle SE4916 Stowe Drive Cul-de-sac Tanner Circle SE4815 Barren End-Cul-de-sac Toas Road SE4716 Chrystal Mountain Road Fire Gates SE4816 Timberline Drive SE4816 Alyeska Highway End-Cul-de-sac SE4916 SE4815 SE4915 SE5015 Toadstool Turnpike SE5012 Gunnysack Mine Road Monarch Mine Road Treasure Box Mine SE5012 Sproat road Cul-de-sac Road SE4915 Timberline Road End Turin Road Vail Drive SE4816 Timberline Road St. Johann Loop-South SE4916 SE4915 Vail Circle SE4915 Vail Drive Cul-de-sac Verbier SE4816 Arlberg Crystal Mountain SE4817 Virgin Creek Road SE5015 Timberline Road End West Street SE5112 Gold Avenue End West Street (Alley) SE5112 Gold Avenue End

EXHIBIT B

EXHIBIT C DAILY EQUIPMENT/LABOR LOGS D&B AND NON D&B