SLED Opportunity · ALASKA · KETCHIKAN GATEWAY BOROUGH

    2026 Ketchikan High School UST Removal and AST Installation

    Issued by Ketchikan Gateway Borough
    localIFBKetchikan Gateway BoroughSol. 258795
    Closed
    STATUS
    Closed
    due May 12, 2026
    PUBLISHED
    Apr 23, 2026
    Posting date
    JURISDICTION
    Ketchikan Gateway
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Ketchikan Gateway Borough seeks a general contractor to remove an 8,000-gallon underground storage tank and install a 10,000-gallon aboveground storage tank at Ketchikan High School, including demolition, environmental remediation, and site restoration. Bids due May 12, 2026.

    Opportunity details

    Solicitation No.
    258795
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 23, 2026
    Due Date
    May 12, 2026
    NAICS Code
    237310AI guide
    State
    Alaska
    Agency
    Ketchikan Gateway Borough

    Description

    The Ketchikan Gateway Borough is seeking the services of a qualified general contractor to perform the removal of an existing 8,000-gallon Underground Storage Tank (UST) and installation of a new 10,000-gallon Aboveground Storage Tank (AST) serving Ketchikan High School, a 72,205-square foot sprinkled building of Type II Construction, 1-hour rated. Work will include all necessary demolition, environmental mitigation, contaminated soils disposal (where encountered), backfill, driveway road bed restoration, piping, signals, and coordination with building operations.

    Background

    Ketchikan High School was thoroughly renovated from 1991-1995, during which project an older 20,000-gallon UST was taken out of service and a new 8,000-gallon UST installed immediately adjacent. This UST fuels the building's boiler systems located in the boiler room nearby, and is therefore a "tank used for storing heating oil for consumptive use on the premises where stored" pursuant to Alaska Statute (AS) 46.03.365(9)(B) and not required to be registered with the Alaska Department of Environmental Conservation.

    A 2025 examination revealed that one of the two inspection port exhibited discharged fuel, after which ADEC Contaminated Sites Program opened File Number 1516.38.060 for Hazard ID 28125. This project seeks to close the hazard file through elimination and environmental remediation of the UST.

    Project Details

    • Reference ID: 2026-011
    • Department: Public Works
    • Department Head: Morgan Barry (Public Works Director)

    Important Dates

    • Questions Due: 2026-05-09T01:00:00.000Z

    Evaluation Criteria

    • INSURANCE

      Before execution of a contract, and during the entire period of the project, the contractor shall provide the types of insurance listed below. All policies shall have a mandatory 30-day cancellation clause. The Borough shall be named as additional insured on all insurance policies except professional liability policies. Insurance certificates will be required to be submitted for review by the Borough’s Risk Manager before the Borough will issue a notice to proceed.

    • Project Timeline
      Release Project Date:April 23, 2026
      Question Submission Deadline:May 8, 2026, 5:00pm
      Bid Opening:May 12, 2026, 3:00pm
    • SUMMARY

      The Ketchikan Gateway Borough is seeking the services of a qualified general contractor to perform the removal of an existing 8,000-gallon Underground Storage Tank (UST) and installation of a new 10,000-gallon Aboveground Storage Tank (AST) serving Ketchikan High School, a 72,205-square foot sprinkled building of Type II Construction, 1-hour rated. Work will include all necessary demolition, environmental mitigation, contaminated soils disposal (where encountered), backfill, driveway road bed restoration, piping, signals, and coordination with building operations.

    • Project Goals

      The Ketchikan Gateway Borough is seeking the services of a qualified general contractor to perform the removal of an existing 8,000-gallon Underground Storage Tank (UST) and installation of a new 10,000-gallon Aboveground Storage Tank (AST) serving Ketchikan High School, a 72,205-square foot sprinkled building of Type II Construction, 1-hour rated.

    • WORKERS' COMPENSATION LIABILITY INSURANCE

      Workers’ compensation as required by law and employer’s liability coverage at a minimum of $1,000,000. The Workers’ compensation policy shall include a Waiver of Subrogation in favor of the Ketchikan Gateway Borough.

    • BACKGROUND

      Ketchikan High School was thoroughly renovated from 1991-1995, during which project an older 20,000-gallon UST was taken out of service and a new 8,000-gallon UST installed immediately adjacent. This UST fuels the building's boiler systems located in the boiler room nearby, and is therefore a "tank used for storing heating oil for consumptive use on the premises where stored" pursuant to Alaska Statute (AS) 46.03.365(9)(B) and not required to be registered with the Alaska Department of Environmental Conservation.

      A 2025 examination revealed that one of the two inspection port exhibited discharged fuel, after which ADEC Contaminated Sites Program opened File Number 1516.38.060 for Hazard ID 28125. This project seeks to close the hazard file through elimination and environmental remediation of the UST.

    • COMMERCIAL GENERAL LIABILITY INSURANCE

      Commercial general liability insurance, contractual liability, or product/completed operation liability insurance - $1,000,000 per occurrence and $2,000,000 aggregate.

    • DEADLINE

      All Bids must be received by the Borough no later than 3:00 pm on Tuesday, May 12, 2026

    • Project Site

      Work will be performed in the access roads and alleys along the westerly side of Ketchikan High School, more particularly immediately adjacent the automotive shop and mechanical rooms in the vocational technology wing.

    • INQUIRY DEADLINE

      Questions, objections, or protests relating to defects, errors, omissions regarding the project or this IFB should be submitted through the procurement portal by 5:00 pm on Friday, May 8, 2026.

    • COMPREHENSIVE AUTOMOBILE LIABIILITY INSURANCE

      Comprehensive automobile liability, bodily injury, and property damage, including all owned, hired and non-owned, automobile - $1,000,000 per accident.

    • Scope of Work

      Work under this contract will be performed per the following design drawings and specifications contained herein:

      • General Conditions of the Bid
      • Special Conditions
      • Technical Specifications
      • Bid Set Drawings by Respec Engineering, Inc.
      • Workplan & Environmental Management Plan (EMP) for ADEC Spill #25119933701 by Cox Environmental
    • Project Schedule

      All work will be complete within the time limits set forth in the Special Conditions.

    • EXCESS LIABILITY INSURANCE

      Excess liability coverage in the amount of Pollution Coverage up to $2,000,000 per occurrence..

    • CONTACT INFORMATION

      Amy Briggs
      Procurement & Contracts Officer
      amyb@kgbak.us
      (907) 228-6637

    • BUILDER'S RISK LIABILITY INSURANCE

      Builder’s all risk (course of construction) in the amount of 100% of the total contract amount, including change orders, as well as materials in place and/or stored at the site, whether or not partial payment has been made by the Borough. Deductible to be no more than 10% of the total contract amount.

    • PROFESSIONAL LIABILITY INSURANCE

      Professional liability insurance covering errors and omissions at $1,000,000 per claim.

    • SURETY REQUIREMENTS

      All projects $25,000 and over are subject to surety requirements as outlined below.

    • BID BOND

      Bidder shall submit with their bid or price bid component, a bid bond accompanied by Power of Attorney, or cashier’s check. Bids or price bids between $25,000 and $100,000 require a surety of 10% of the total bid or price bid. Bids or price bids greater than $100,000 require a surety of 5% of the bid or price bid.

    • PERFORMANCE BOND

      Performance Bonds are required on any and all contracts over $100,000. All Performance Bonds will be in the amount of 100% of the contract.

    • PAYMENT BOND

      Payment Bonds are required all construction contracts involving the use of subcontractors, where the total amount of the contract is $100,000 or more. Payment Bonds shall be in the amount of 100% of the contract amount.

    • BONDING INSURANCE

      The Bidder whose bid is accepted shall execute the Contract and furnish the required bonding insurance within ten working days after Notice of Award of the Contract is issued. The Contract shall be considered executed by the successful bidder when two copies of the Contract, signed by an authorized representative of the Contractor, the bond and required insurance are received by the Purchasing Officer. Failure or neglect of the Contractor to execute the Contract within the time specified may result in a forfeiture of the bid Guarantee and award of the Contract to the next lowest prosper.

    • LABOR AND WAGE RATES

      Bidders must comply with all Federal and State of Alaska Department of Labor and Workforce Development Labor Laws and Wage Rates as specified in AS 36.05.010 and AS 36.10 as applicable.

    • LICENSES AND REGISTRATION

      Before execution of a contract, the successful bidder must have a current State of Alaska business license; must have a current sales tax registration on file with the Borough, and must be in good standing in terms of sales tax, property tax, and all other taxes, fees, and monies due to the Borough.

    • COMPLIANCE WITH LAWS

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

    • BIDDER RESPONSIBLE

      It is the responsibility of the Bidder to investigate and acquaint themselves with the conditions relating to the work and labor, including (if required) site visits, soil sampling, or other tests.

    • REJECTION OF BIDS

      The Borough reserves the right to reject any or all bids.  The Borough also reserves the right to reject any bid which is non-responsive, incomplete, obscure or irregular; any bid which omits any one or more items on which the bids are required; any bid in which unit prices are unbalanced in the opinion of the Borough; and any bidder who previously failed to perform properly or to complete on time contracts of any nature.

    • ADDENDA ACKNOWLEDGMENTS

      Addenda must be acknowledged through the procurement portal in order for the bid to be deemed responsive. 

    • WITHDRAWAL OF BIDS

      Bids may be withdrawn up until the submission deadline.

    • BID CANCELLATION

      The Borough reserves the right to cancel the procurement, IFB, or award without liability to the Bidder, except return of the bid security, at any time before the Agreement has been fully signed by all parties, including the Borough.

    • BID PROTEST

      An aggrieved bidder may file a bid protest within NO VALUE days after the Notice of Intent to Award the contract is emailed.

    Submission Requirements

    • Contractor Certifications Document (required)

      Please download the below documents, complete, and upload.

    • Please confirm that you have read and acknowledge the federal clauses pertaining to this solicitation. (required)
    • Respondents must be registered (company name, address, telephone number, and fax number) with the Borough Procurement Officer as indicated in this solicitation. (required)
    • Bidder Certifies: (required)

      The bidder certifies that any and all prices which may be charged under the terms of this bid request do not and will not violate any existing federal, state, or municipal laws or regulations concerning price discrimination and/or price fixing.  The bidder agrees to indemnify, exonerate, and hold harmless the Borough from liability for such violation now and throughout the term of the contract.

    • Do you anticipate utilizing subcontractors for this project? (required)

      Bidders must submit their Subcontractors List indicating the name(s) of any anticipated subcontractors for the proposed project expected to perform more than 5% of the total project work.  

    • Indicate the number of subcontractors anticipated for this project. (required)
    • Provide information for each subcontractor anticipated to perform more than 5% of the project work. (required)

      Subcontractor Information Requirement 

      If you anticipate utilizing subcontractors for this project, you must provide a Subcontractor List using the format provided below. A separate entry must be completed for each subcontractor.

      • List all subcontractors expected to perform more than 5% of the total project work, including their approximate percentage of participation by discipline.
      • If a subcontractor has not yet been selected, indicate the scope of work followed by ‘To Be Determined’ (e.g., ‘Electrical – To Be Determined’).
      • The Contractor may not subcontract more than 50% of the total project value without prior written approval of the Borough.

      Subcontractor Details 

      Provide the following information for each subcontractor using the format below.

      Fields:

      • Company/Firm Name
      • Scope of Work / Discipline
      • Estimated % of Participation
      • Telephone
      • Fax (if required)
      • Business Address
      • Email Address?
    • Corporate Certificate, Partner Acknowledgement, LLC Acknowledgement, or Individual Acknowledgement. (required)

      Please select the applicable document, download the document, complete, and upload.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • General Acknowledgements (required)

      By confirming below, the bidder acknowledges and certifies that they have read and understand the following:

      Bidder’s Certification

      1. The bidder will comply with all insurance requirements in this IFB;
      2. The bidder will comply with all applicable local, state, and federal laws, including but not limited to, wage and hour laws and non-discrimination laws;
      3. The bidder will comply with all terms and conditions set out in this IFB
      4. The bidder’s bid was independently arrived at, without collusion, under penalty of perjury; and 
      5. The bid will remain open and valid for at least 60 days from the closing date of the IFB

      Award of Project
      The Borough shall have the right to reject this bid and such bid shall remain open and may not be withdrawn for a period of sixty (60) days after the date prescribed for its closing.

      Notice of Acceptance
      Notice of acceptance and award of the project or requests for additional information may be addressed to the undersigned bidder at the business address set forth in this bid.

      Minimum Standards
      The required work and/or specifications attached herein shall be considered as the minimum standards acceptable to the Borough. 

    • Name and Title of the Individual Authorized to Bind the Bidder. (required)

      Pursuant to and in compliance with the Invitation for Bids, the undersigned bidder, being fully familiarized with all the terms of the specifications hereby proposes and agrees to deliver, within the time and in the manner stipulated in the bid for the following: 

    • Will you need an electronic pricing table or evaluation criteria? (required)
    • Will you need a separate pricing proposal submission? (required)
    • Will a surety bond be required? (required)
    • Provide project site address: (required)

      Example: 1234 Park Avenue, Ketchikan, AK 99901

    • Is this federally funded? (required)
    • Bid protest must be filed within ____ days (required)
    • Project Budget (required)
    • Will there be a pre-proposal meeting? (required)
    • Will the pre-proposal meeting be mandatory or non-mandatory? (required)
    • Standard Insurance Policies (required)
    • General Liability Minimum Limits (required)
    • Automobile Liability Minimum Limits (required)
    • Workers' Compensation Liability Minimum Limits (required)
    • Additional Insurance Policies (required)
    • Professional Liability Minimum Limits (required)
    • Excess Liability Minimum Limits (required)
    • Will General Condition Apply (required)

    Key dates

    1. April 23, 2026Published
    2. May 12, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.