SLED Opportunity · ALASKA · KETCHIKAN GATEWAY BOROUGH

    2026 Valley Park Field & Playground Sitework

    Issued by Ketchikan Gateway Borough
    localIFBKetchikan Gateway BoroughSol. 222631
    Closed
    STATUS
    Closed
    due May 12, 2026
    PUBLISHED
    Apr 22, 2026
    Posting date
    JURISDICTION
    Ketchikan Gateway
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Ketchikan Gateway Borough invites bids for sitework at Valley Park Elementary School in Alaska, including playground and field improvements such as fencing, drainage, sidewalks, and safety enhancements. Bids due May 12, 2026.

    Opportunity details

    Solicitation No.
    222631
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 22, 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 contractor to perform sitework at the Valley Park elementary school building at 410 Schoenbar Road. The site work will be conducted at the school playground, and between the Valley Park (Tom Friesen) Field. The improvements will accommodate continuous access to the playground and ballfield, seating area, backstop and first stop, while improving the overall safety and use of all recreational areas. These improvements are also necessary for the upcoming new playground install.

    Project Details

    • Reference ID: 2026-010
    • Department: Public Works
    • Department Head: Morgan Barry (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-29T20:00:00.000Z

    Evaluation Criteria

    • OVERVIEW

      PROJECT SUMMARY

      The Ketchikan Gateway Borough is seeking the services of a qualified contractor to perform sitework at the Valley Park elementary school building at 410 Schoenbar Road. The site work will be conducted at the school playground, and between the Valley Park (Tom Friesen) Field. The improvements will accommodate continuous access to the playground and ballfield, seating area, backstop and first stop, while improving the overall safety and use of all recreational areas. These improvements are also necessary for the upcoming new playground install.

       

      PROJECT SCHEDULE

      Release Project Date:April 22, 2026
      Question Submission Deadline:April 29, 2026, 12:00pm
      Bid Opening:May 12, 2026, 2:00pm
    • 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.

    • DEADLINE

      All Bids must be received by the Borough no later than 2:00 pm on Tuesday, May 12, 2026

    • 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.

    • SCOPE OF WORK

      The Ketchikan Gateway Borough is seeking the services of a qualified contractor to perform sitework at the Valley Park Elementary School building at 410 Schoenbar Road. The site work will be conducted at the school playground, and between the Valley Park (Tom Friesen) Field. The improvements will accommodate continuous access to, and between the Playground, seating area, backstop and first stop.

      The work will take place in advance of playground replacement and along with site accessibility improvements to the Valley Park (Tom Friesen) Field.

      Work will include:

      • Selective field fencing removal and replacement with 10-feet fencing. 
      • Installation of a 14' wide access gate.
      • Demolition of existing playground equipment and wood perimeter containment. 
      • Installation of new storm drainage. 
      • New sidewalks for accessibility to the field seating area.
      • Perimeter containing curb and concrete slab on grade and footings for playground equipment and seating area.
      • All required site controls, traffic controls, coordination, labor and materials required thereto for the successful completion of the project.
    • 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.

    • 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 12:00 pm on Wednesday, April 29, 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.

    • EXCESS LIABILITY INSURANCE

      Excess liability coverage in the amount of $2,000,000.

    • 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 working days after the Notice of Intent to Award the contract is emailed.

    Submission Requirements

    • 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.

    • Subcontractor's List (required)

      Please download the below documents, complete, and upload.

      Bidders must fill out the Subcontractors List indicating the name(s) of any anticipated subcontractors for the proposed project. Use multiple pages if necessary. For portions of the work where a subcontractor will be selected by competitive proposals at a later date enter the type of Work to be subcontracted followed by “To be Determined”. For example: “Electrical – To Be Determined”. If the use of subcontractors is not anticipated, “N/A” or “NONE” is to be written on the form.

    • Corporate Certificate, Partner Acknowledgement, LLC Acknowledgement, or Individual Acknowledgement. (required)

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

    • Price Proposal (required)

      Each price-proposal component must be signed and dated by the person who prepares it. If that person is not authorized to bind the respondent, the price-proposal component must also be signed by a person who is authorized to bind the respondent.

      Failure to properly sign and date the Price Proposal will be grounds for rejection.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Bid Documentation Form (required)

      Please download the below documents, complete, and upload.

      The Bid Documentation Form itself must be signed by a person who is authorized to bind the respondent. Specifically:

      1. A bid by a corporation shall be executed in the corporate name by the president, vice-president, or other corporate officer. Evidence of authority to sign must also be provided. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      2. A bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. Evidence of authority to sign may be in the form of a copy of the partnership agreement or other reliable evidence.
      3. A bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      4. A bid by an individual shall show the bidder’s name and business address.

      Failure to provide evidence of authority to sign on behalf of the respondent will not be grounds for rejection if the Borough is able to confirm the authority of the signer to bind the respondent.

    • 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)
    • Funding Agency: (required)
    • Project Budget (required)
    • Bid protest must be filed within ____ working days (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)

    Key dates

    1. April 22, 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.