Loading...
HomeMy WebLinkAboutRes2018-077Sponsored by: Administration CITY OF SEWARD, ALASKA RESOLUTION 2018-077 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONSTRUCTION CONTRACT WITH HAMILTON CONSTRUCTION, LLC FOR THE REPLACEMENT OF THE SOUTH HARBOR LAUNCH RAMP WHEREAS, the State of Alaska Department of Fish and Game ("ADF&G") conducted an evaluation of the South Harbor Launch Ramp in 2011 and recommended that the launch ramp be replaced; and WHEREAS, in the first phase of the project which involves planning, design and permitting of the South Harbor Launch Ramp was 100% fully funded by ADF&G; and WHEREAS, the City Council approved Resolution 2017-002 a Cooperative Agreement (17- 068) between the City and ADF&G for Phase H construction with a commitment from the City to appropriate the remaining funds; and WHEREAS, the City of Seward will continue to comply with the ADF&G agreement for the complete renovation of the South Harbor Launch Ramp; and WHEREAS, the City developed a scope of work with the assistant of PND engineering and advertised a competitive bid package according to SCC 6.10.210 and SCC 6.10.215; and WHEREAS, five bids were received by the required deadline of 3:OOpm August 28, 2018; and WHEREAS, the City and PND engineering reviewed all bids and concluded Hamilton Construction, LLC was the lowest, most qualified and responsive bidder with a bid amount of $2,313,154.80; and WHEREAS, ADF&G request a 10% contingency for this project in the amount of $231,315.48; and WHEREAS, the not -to -exceed construction cost will be $2,544,470.28. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA that: Section 1. The City Council hereby authorizes the City Manager to enter into a construction contract with Hamilton Construction, LLC in the not -to -exceed amount of $2,544,470.28 in substantially the form attached hereto for the South Harbor Launch Ramp Renovation project. CITY OF SEWARD, ALASKA RESOLUTION 2018-077 Section 2. This resolution shall take effect immediately upon its adoption. PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 10`h day of September, 2018. THE CITY OF SEWARD, ALASKA David quires, May r AYES: Towsley, Horn, McClure, Keil, Seese, Casagranda, Squires NOES: None ABSENT: None ABSTAIN: None ATTEST: Brenda J. Ballc4Nfmc City Clerk (City Seal) .•••"'%* Vo,o G "ONO., ., Q r • �� i o a SEAL • 4 tigTF OF 1 Agenda Statement Meeting Date: September 10, 2018 To: City Council Through: Eddie Athey, Acting City Manager, From: Norman Regis, Harbormaster Agenda Item: Authorizing the City Manager to enter into a construction contract with Hamilton Construction, LLC the most qualified and responsive bidder, for the purpose of replacing the South Harbor Launch Ramp in the amount of $2,313,154.80 to include a 10% contingency of $231,315.48 for a total of $2,544,470.28. BACKGROUND & JUSTIFICATION: The State of Alaska Department of Fish and Game ("ADF&G") conducted an evaluation of the South Harbor Launch Ramp in 2011 and recommended that the launch ramp be replaced. The ramp requires increasing levels of maintenance and while we are currently able to utilize the ramp, it has become more of a safety issue due to rotting wood, necessitating replacement. Two summers ago one of the concrete planks failed, damaging a customer's trailer. A concrete patch was poured to temporarily repair the slab so the public could continue to use the ramp. In the first phase of the project which involves planning, design and permitting of the South Harbor Launch Ramp was 100% fully funded by ADF&G. The City Council approved Resolution 2017-002 a Cooperative Agreement (17-068) between the City and ADF&G for Phase II construction with a commitment from the City to appropriate the remaining funds. City Council approved Resolutions 2014-094 for $87,500.00, 2016-033 for $299,863.68, 2017-017 for $33,155.42 less $20,168.25 used to replace the high mast lights with LED's at the Northeast Launch Ramp for a total of $400,350.85 respectively toward this project. The City along with ADF&G worked with PND Engineers to draft and finalize a competitive bid package based on the City's standard construction agreement, the scope of work and the availability of funds. This project was advertised according to SCC 6.10.210 and SCC 6.10.215, Five bids were received by the City by the deadline of 3:00 p.m. on August 29, 2018. The City along with ADF&G and PND reviewed all bids and concluded Hamilton Construction, LLC was the lowest, most qualified and responsive bidder with a total bid amount of $2,313,154.80, a 10% contingency is requested by ADF&G to insure the project moves forward without any delays if any unforeseen issues arise. The project consists of replacing concrete, planks, two 220-foot timber boarding floats, moving existing infrastructure, reconstruct storm drain manhole, safety improvements, riprap along both edges of the ramp to reduce erosion, a fender wall to protect a building and removing the creosote treated pilings then replacing them with 10 12.75-inch galvanized steel pilings. 100 The bid tabulation follows: South Harbor Launch Ramp Replacement Project Engineers Hamilton Harris Swalling Pacific Pile South Estimate Construction Sand & General & Marine Central Gravel Contractors Construction Bid $2,335,300 $2,313,154.80 $2,332,788 $2,508,490 $3,074,074 $3,685,422. INTENT: Enter into a construction contract not -to -exceed $2,544,470.28 this includes the 10% contingency with Hamilton Construction, LLC to replace the South Harbor Launch Ramp. CONSISTENCY CHECKLIST: Yes No N/A Comprehensive Plan (3.5.1 page I] 6document source here): Maintain a 1. thriving port of Seward through harbor improvements, infrastructure X expansion, and implementation of management plans. 2. Strategic Plan (page 7): Complete the renovation of the Boat Harbor X 3 Seward Boat Harbor Plan (page 21, 4. 7): Work with ADF&G using X Sports Fish Restoration funds to build or rebuild boat ramps. FISCAL NOTE: Funds have been previously appropriated for this project in Resolutions 2014-094, 2016-033 and 2017-017 appropriating $87,500.00, $299,863.68, $33,155.42 less $20,168.25 for LED's at the North East Harbor Launch Ramp and in the previous resolution 2018- for the amount of $419,119.43 along with the ADF&G Grant in the amount of $1,725,000 and a 10% contingency amount of $231,315.48 for a total cost of $2,544,470.28. Approved by Finance Department: ATTORNEY REVIEW: Yes X No RECOMMENDATION: Council support Resolution 2018- 077 authorizing the City Manager to enter into a construction contract with Hamilton Construction, LLC for $2,544,470.28 which includes a 10% contingency the most qualified, responsive and lowest bidder, to replace the South Harbor Launch Ramp. `uz SECTION 00310 - BID SCHEDULE BASE BD Item Pay I N Pay Them Description Pay Unit Approxr�rrate Quantity Unit Price Amount Dollars & Cents Dollars & Cents 1505.1 Mobilization LS All Re 'd $350,000.00 $350,000.00 1580.1 Protected Species Observer LS All Re 'd $6,000.00 $6,000.00 2060.1 Demolition and Disposal LS All Re 'd $5,000.00 $5,000.00 2201.1 Cleari!% and Grubbing LS All Re 'd $8,000.00 $9,000 00 2202.1 Excavation and Disposal CY 600 $20.00 $12,000.00 2202.2 Underlayer Rock CY 180 $53.33 $9,599.40 2202.3 Granular Fill CY 520 $27.70 $14,404.00 2204.1 Base Course, Grading A CY 630 $26.35 $16,600.50 2204.2 Base Course, Grading D-I CY 220 $38.19 $8,401.80 2205.1 Ri ra , Class II CY 550 $27.28 $15,004.00 2501.1 24-Inch CPEP Sturm Drain Pie LF 170 $123.53 $21,000.10 2501.2 Board Insulation Beard 4 $150.00 $600.00 2502.1 Reconstruct Storm Drain Manhole, T e II ea 1 $5,500.00 $5,500.00 2702.1 Construction Surve in LS All Re 'd $20,000.00 $20,000.00 2708.1 Chain Rail LF 90 $25.00 $2,250.00 2714.1 Filter Cloth, Type B SY 700 $8.58 $6,006.00 2718.1 Signage LS All Re 'd $3,800.00 $3,800.00 2720.1 Painted Traffic Markings LS All Re 'd $5,600.00 $5,600.00 2801.1 A.C. Pavement, Type 11, Class B, 3-Inch Thick Ton 280 $26$•$0 $74,424.00 2893.1 Timber Boarding Float LS All Re 'd $896,000.00 $896,000.00 2894.1 Building Fender LS I All Re 'd $48,901.00 $48,901.00 2896.1 Furnish and Install 12.75" dia. Steel Pipe Pile EA to $6,816.40 $68,164.00 SEWARD SOUTH HARBOR LAUNCH RANW RENOVATION BID SCHEDULE Page 00310-1 SECTION 00310 - BID SCHEDULE BASE BID Pay Item No. Fay Item Description ion Fay Unit Approximate Quantity Unit Price Amount Dollars & Cents Dollars & Cents 2896.2 Furnish and Install 8" dia. Steel Pipe Pile Light Pole Foundation EA 1 $3,000.00 $3,000.00 2920.1 Seedin LS All R 'd $10,000.00 $10,000.00 3301.1 6-Inch Thick Concrete Sidewalk LS All Re 'd $5,000.00 $5,000.00 3303.2 Curb and Gaffer, T 1 LS Ali R 'd $1,500.00 $1,500.00 3303.3 Swale Transition Curb LS All Re 'd $1,500.00 $1,500.00 3305.1 Aron and Abutment LS All R 'd $29,500.00 $29,500.00 3305.2 Precast Concrete Ramp Planks LS All Re 'd $661,000.00 $661,000.00 5120.2 Bollards EA 8 $550.00 $4,400.00 TOTAL BASE BID AMOUNT IN FIGURES: S $2,313,154.50 TOTAL BASE BID AMOUNT IN WORDS: Two Million Three Hundred Thirteen Thousand One Hundred Fifty Four Dollars and Eighty Cents COMPANY NAME: Hamilton Construction, LLC SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION BID SCHEDULE Page 00310-2 SECTION 00320- BID BOND CITY OF SEWARD P.O. BOX 167 SEWARD, ALASKA 99664 BID BOND PRINCIPAL (Legal name and business address) Hamilton Construction, LLC P.O. Box 241952 DATE BOND EXECUTED 8/7/2018 TYPE OF ORGAMZATION j ] Individual [ ] Partnership ( ] Joint. Venture [ ] Corporation Anchorage, AK 99524-1952 [XI LLC SURETY(IES) (Name and business address) Berkley Insurance Company 475 Steamboat Road Greenwich, CT 06830 PENAL SUM OF BOND five Percent (5%) of Amount Bid DATE OF BID 8/2812018 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) if said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected any extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION BID BOND Page 00320-1 ftell I Hamilton Construction, L SECTION 00320- Berkley i ID BOND rance Company �1 Surety eg y A. Firth, Attorney-in�Fact (Seal) SEWARD SOUTH HARBOR BID BOND LAUNCH RAMP RENOVATION Page 00320-2 M111 txo. ni-f �5ru POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILM1NGT0N, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that 13ERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint;. John Drummey, Jr.; Scott C Alderman; Kathleen M. Mitchell; Debbie A. Lindstrom; Peggy A. Firth; Timothy S. Buhhe; Jamie Stroh; or Brand! Nicole Heinbaugh of Usl Insurance Services National, Inc. of Seattle, WA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 001100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its r s =_ principal office in their own proper persons. JThis Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010.- RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are 0 hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or _ = other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner w and to the extent therein stared; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as M = though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any r person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Coing�ny has c sed these presents to be sighed and attested by its appropriate officers and its co€poratc sc l hcreanto affixed this day of_ I� _ - Attest' Berkle , Insurance Cornpan (Seal) By _ By Ira S: Lede an Jef .e fter Executive Vice President & Secretaryy en o i esident v WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. J STATE OF CONNECTICUT ) ss: COUNTY OF F'AIRFIELD } Sworn to before me, a Notary Public in the State or Connecticut, this JiL day of �zw , by Ira S. I,ederrnan and Jeffrey M. Hafter who are sworn to €ne to be the Executive Vice. Pre�dc t and 5ccreta€y, n the Senior Vice President, respectively, of Berkley Insurance Compa€4lA,RIA C. RU NDBAItEN NOTARY PUBLIC i`�f. �(,tv C •._� y—`f��- far' _ MY COMMISSION EXPIRES otaiy Public; State of Connecticut T APRIL30, 2oi9 ' CERTIFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE CONVANY, DO IIEREBY CERTIFY that the'foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that -the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is'in f..111 force and effect as 0` this dato. -aiven.:under my hand and seat of the Company, this day of (Seal) Vincent MW:0%--Z� SECTION 00360 STATEMENT OF QUALIFICATIONS BIDDING & CONTRACT REQUIREMENTS This form will be the basis of establishing the qualifications of the Construction Team for undertaking a construction project for the City of Seward. This questionnaire forms a part of the bid and failure to submit is a basis for rejection of the bid. If space for answering questions is insufficient, attachments are permitted. 1. GENERAL a. Legal Name and Address of Bidding Organization: Hamilton Construction, LLC PO Box 241952 Anchorage, Alaska 99524-1952 b. Name, title, and telephone number of Bidder's representative for project: Jeff Hamilton, Member 907-441-9807 Mobile or 907-334-3910 Office C. Organization Status (Check One): Corporation, Partnership, or X (LLC) Individual d. If Organization is a Corporation: Date of Incorporation: State in which Incorporated. - Principal Officers: Name: Title: Date Assumed 2. FINANCIAL a. Have you ever failed to complete a contract due to insufficient resources? Yes No X If yes, explain: Position SEWARD SOUTH HARBOR STATEMENT OF QUALIFICATIONS LAUNCH RAMP RENOVATION Page 00360 -1 `urA SECTION 00360 - STATEMENT OF QUALIFICATIONS b. Describe any arrangements you have made to finance this work: NONE 3. EQUIPMENT a. Describe in detail the equipment you have available for this work. ITEM QUAN. MAKE MODEL SIZE/CAPACITY PRESENT MARKET 1 1 Manitowoc 4000W Crawler Crane 260 ton $200,000.00 2 Volvo L220 Wheel Loader 69,000 lb $250,000.00 3 1 Ape A200 Pilehammer $200,000.00 4 1 Nichols Brothers "Waynehoe' Barge 130' x 44.9' x 7.4' $750,000.00 5 t Hitachi ZX350LCS6 Excavator 54,000 lb $325,000.00 6 1 Peterbilt 359 Tractor w/Sidedump 30,000 cy $150,000.00 7 1 Hitachi ZX160LC-6 Excavator 35,000lb $150,000.00 8 1 Munson Landing Craft 30'x10' PackMAN $50,000.00 9 1 Not Available Work Skiff 15' x 8' $5,000.00 b. Do you understand that if you are awarded this contract, you may be required to use some or all of the equipment listed above on the work covered by this contract? Yes Do you propose to purchase any equipment for use on this project? Yes No X If yes, describe type, quantity, and approximate cost: d_ Do you propose to rent any equipment for this work? Yes No X If yes, describe type and quantity: e. Is your proposal based on firm offers for all materials necessary for this project? Yes X No f. Do you intend to subcontract any of the work contained in this project? Yes X No If yes, describe: Construction. Survey, Asphalt Paving SEWARD SOUTH HARBOR STATEMENT OF QUALIFICATIONS LAUNCH RAMP RENOVATION Page 00360 -2 108 SECTION 00360 - STATEMENT OF QUALIFICATIONS 4. EXPERIENCE a. Have you had previous construction contracts or subcontracts with the City of Seward? Yes X No Describe the most recent or current contract, completion date, and scope of work; SMIC Harbor Expansion and Improvements - Installation of a new 960r rubblemound_ breakwater, dredging of harbor, fabricated and installed turning dolphin, widened travel lift, installed 360 If of floating dock, piles , ramp and trestle ON GOING b. List all boat launch ramp construction projects within tidally influenced areas that you have completed in the last five years. Skagway Small Boat Harbor Boat Launch Ramp Improvements C. List, as an attachment to this questionnaire, other construction projects you have completed; the dates of completion, scope of work, and total contract amount, for each project completed in the past 12 months. ATTACHED d. List any projects you have failed to complete per the specifications within the contractual timeline. Include an explanation for the missed deadline. NONE SUBCONTRACTORSIMATERIAL SUPPLIERS List below all Subcontractors and major material suppliers. This listing does not fulfill the requirements of paragraph 6.13.1 of the General Conditions of the Construction Contract, and award of a contract does not constitute approval of the Subcontractors. Name/address Subcontractor/Material Supplier Specialty All Points North L7600 E R.,mbling Rd, Subcontractor Construction Surve} ing I Palmer, AK 99645 McKenna Brothers Paving Inc. Subcontractor 6129 Petersburg street Asphalt Paving 2. Ancha e,AK99507 Mathews Lumber 3. 15800 W__„,o0,,1.2A „Sie-Redmnnd Road NE Material Supplier 'Timber Floats Rainer W eld-mg, Inc 4. 19020 NE 84th Street Redmond WA98053 Material Supplier Dolphin P Precast Conrreie 5. 11400 Lang street Anch—e. AK 99535 Material Supplier —.— Concrete Planks SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION STATEMENT OF QUALIFICATIONS Page 00360 -3 109 SECTION 00360 - STATEMENT OF QUALIFICATIONS Dated at Anchorage, Alaska , this 28th day of August , 2018 I hereby certify that the above statements are true and complete. Hamilton Construction, LLC Name of Contractor Member Title of Person Signing SEWARD SOUTH HARBOR STATEMENT OF QUALIFICATIONS LAUNCH RAMP RENOVATION Page 00360 4 `sM HAMILTON CONSTRUCTION, LLC Company Resume -19" thmugh "=a (Excludes all Contracts with Alyeska Pipeline Service Company) Project Title: Upper Salmon Creek Revetment Project Number: W911KB-17-C-0034, SEW017 Location: Seward, Alaska Contract Amount: $2,012,064.00 Project Dates: September 2017 thru December 2018 Scope of Work: Armored revetment approximately 1,500 feet in length. Surveying the alignment of the existing berm, shaping of in -situ materials, placement of 1.5-foot-thick layer of filter rock and placing a 3-foot-thick layer of armor rock on top of core materials. Upgrading a 3,225 feet mud trail with gravel access to project site and a gravel parking lot up to 14,000 square feet. Project Title: Municipality of Skagway Redwood Water Tank Project Number: Location: Skagway, Alaska Contract Amount: $698,287.00 Project Dates: August 2017 thru November 2018 Scope of Work: Site preparation, installing tank foundation and floor slab with NSF61 specifications, CMU block waft extension to existing booster station, installation of associated electrical and mechanical within the building, installing buried ductile iron pipe to existing main and from the building addition to tank foundation, underground electrical, removable bollards. Project Title: SGY: Replace Captain William Henry Moore Bridge Project Number: Z6845900010972016 Location: Skagway, Alaska Contract Amount: $18,907,425.83 Project Dates: May 2017 thru November 2018 Scope of Work: The proposed project consists of replacing the existing Captain William Henry Moore (CWHM) bridge with a Roller Compacted Concrete (RCC) embankment over an arch culvert. The top of the embankment will consist of two 12-foot lanes with 6-foot shoulders on each side of the highway. The new structure will be located approximately 200 feet west of the existing bridge and will require new approaches. The existing bridge will be retained and closed to vehicular and pedestrian traffic. A new wayside will be constructed for viewing the existing bridge and canyon and will provide interpretive panels highlighting the role the bridge has had in connecting Alaska and Canada. Total excavation is estimated at 111,000 cubic yards. Total RCC embankment is estimated at 19,000 cubic yards and shot rock fill estimated at 87,000 cubic yards. "` Project Title: Snow River Emergency Erosion Repairs Location: Seward, Alaska Contract Amount: $1,900,000.00 Project Dates:. September and October 2016 Scope of Work: Building an 1,100 lineal foot dike to protect transmission lines Project Title: State of Alaska, Department of Transportation - D 1 Supply Location: Skagway, Alaska Contract Amount: $10,000.00 Project Dates: September 2016 Scope of Work: Crush and stockpile D1 Aggregates for material pick up Project Title: SMC Jewel Beach Location: Kodiak Island, Alaska Contract Amount: $2,790,000.00 Project Dates: April 2017 through June 2017 Scope of Work: Installation of new 48" outfail line, armor rock, underground piping and utility work Project Title: Alaska Power & Telephone — Fiber Link Cable Location: Skagway, Alaska Contract Amount: $54,700.00 Project Dates: August 2016 Scope of Work: Excavation and installation of conduit for fiber optic cables Project Title: 2016 State of Alaska —Airport and Highway Sand Location: Skagway, Alaska Contract Amount: $181,275,00 Project Dates: August and September 2016 Scope of Work: Crush, stockpile and deliver aggregates to the Skagway DOT Maintenance Station Project Title: KLGO National Park Service — 2" Aggregate Location: Dyea, Alaska Contract Amount: $37,870.00 Project Dates: April and May 2016 Scope of Work: Make to Specification 2" Aggregate material haul to Dyea, Alaska Project Title: Port Gravina — Phase 1 Location: Port Gravina, Alaska Contract Amount: September 2016 — On Going Project Dates: $3,700,000 Scope of Work: Exploratory drilling and construction of a new 280 lineal foot trestle dock Project Title: Snug Harbor Riprap Location: Seward, Alaska Contract Amount: $69,900.00 Project Dates: June 2016 Scope of Work: Make to Specification Armor Rock for the United States Forest Service fff: Project Title: 2016 Holland America Princess Lines — Boomtruck Rental with Operator Location: Skagway, Alaska Contract Amount: $35,250.00 Project Dates: May thru September 2016 Scope of Work: Provide a boomtruck with operator to sling luggage between the cruise ship and the shore Project Title: Skagway Public Safety Facility Location: Skagway, Alaska Contract Amount: $36,825.92 Project Dates: May and June 2016 Scope of Work: Install all ductile plumbing and underground utilities, provided and poured over 1,700 cubic yards of concrete. Project Title: White Pass & Yukon Route -- Railroad Dock Dolphin and Rock Excavation Location: Skagway, Alaska Contract Amount: $1,390,616.00 Project Dates: April and May 2015 Scope of Work: Extension of the railroad dock catwalk and a 250 kip mooring dolphin system for larger capacity cruise ships, Provided all grout and concrete for anchor piling work. Project Title: BP Insulation Repairs Location: Prudhoe Bay, Alaska Contract Amount: $2,149,938.45 Project Dates: July thru September 2016 Scope of Work: Investigation of and reinsulating of feeder pipelines into pump station one Project Title: 2016 Granite Cove Quarry Location: Shakmanof Cover, Kodiak Island, Alaska Contract Amount: $4,056,122.00 Project Dates: February 2016 — On Going Scope of Work: The ongoing development of rock quarry, installation of road, barge docking facility as well as the continuous production and sale of Riprap Project Title: Nenana Quarry Location: Nenana, Alaska Contract Amount: $105,000.00 Project Dates: September 2015 Scope of Work: Drilling and Blasting for materials for a Drill Pad Project Title: Dalton Highway MP 401-414 Aggregates Location: MP 312 Dalton Highway, Alaska Contract Amount: $199,375.00 Project Dates: August 2015 Scope of Work: Sale of a byproduct of crushing of aggregates from another project ISM Project Title: White Pass & Yukon Route Concrete Abutments Location: Skagway, Alaska Contract Amount: $239,850.00 Project Dates: September and October 2015 Scope of Work: Formwork and pouring of concrete railroad bridge abutments Project Title: 2015 State of Alaska — Airport and Highway Sand Location: Skagway, Alaska Contract Amount: $91,750.00 Project Dates: August and September 2015 Scope of Work: Crush, stockpile and deliver aggregates to the Skagway DOT Maintenance Station Project Title: Glenn Highway MP 64 Emergency Repairs Location: MP 64 Glenn Highway, Alaska Contract Amount: $752,625.55 Project Dates: August and September 2015 Scope of Work: Purchase and install armor rock to protect Glenn Highway from flooding Project Title: SMIC Breakwater Improvements Location: Seward, Alaska Contract Amount: $16,392,809.80 Project Dates: November 2015 — ON GOING Scope of Work: Dredging, construction of new off shore breakwater, piling installation and various sewer outfall installations Project Title: White Pass & Yukon Route Fender Repairs Location: Skagway, Alaska Contract Amount: $75,800.00 Project Dates: October 2015 Scope of Work: Remove and install new fender system on railroad dock Project Title: Holland America Princess Lines — Boomtruck Rental with Operator Location: Skagway, Alaska Contract Amount: $37,800 Project Dates: May thru September 2015 Scope of Work: Rental of boomtruck with operator to sling baggage between cruise ship and shore Project Title: Port Mackenzie Location: Port Mackenzie, Alaska Contract Amount: $205,707,50 Project Dates: May and June 2015 Scope of Work: Drilling support, unloaded and unloaded barges for Monopod project Project Title: Secon- HECtA Greens. Creek Mine Location: Skagway, Alaska Contract Amount: $937,615.57 Project Dates: May through August 2015 Scope of Work: Make to specification, crushed and stockpile various aggregate materials 101 Project Title: White Pass & Yukon Route Platforms Location: Skagway, Alaska Contract Amount: $315,940.00 Project Dates: April and May 2015 Scope of Work: Installation of new bus parking facility with a loading platform, includes concrete formwork and placement as well as paving, includes form and pouring an 800 cubic yard concrete apron Project Title: Port Gravina Location: Port Gravina, Alaska Contract Amount: $362,496.64 Project Dates: March 2015 Scope of Work: Drilling and blasting exploration for the development of a rock resource for Chugiak Native Corporation Project Title: 2015 Granite Cove Quarry Location: Shakmanof Cove, Kodiak Island, Alaska Contract Amount: $3,315,812.77 Project Dates: January through May 2015 and August through September 2015 Scope of Work: Ongoing development of rock quarry including barge loading facility and road installation as well as the production and sales of Riprap Project Title: Ore Dock Drilling Support Location: Skagway, Alaska Contract Amount: $112,209.78 Project Dates: December 2014 through January 2015 Scope of Work: Provide crew with work boat and barge for use as a drilling platform Project Title: White Pass & Yukon Route Dock Repairs Location: Skagway, Alaska Contract Amount: $241,088.00 Project Dates: January through May 2015 Scope of Work: Repair and replace dolphin and fenders on the railroad dock Project Title: 2014 State of Alaska — Airport and Highway Sand Location: Skagway, Alaska Contract Amount: $99,887.50 Project Dates: October 2014 Scope of Work: Crush, stockpile and deliver aggregates to the Skagway DOT Maintenance Station Project Title: Municipality of Skagway Boat Launch Facilities Location: Skagway, Alaska Contract Amount: $903,909,89 Project Dates: January through April 2015 Scope of Work: Build boat launch floats, installation of floats as well as form and pouring of concrete abutments ffN Project Title: MP 157 and MP 98 Aggregate Crushing Location: MP 157 and MP 98 Dalton Highway Contract Amount: $199,480.00 Project Dates: July and August 2014 Scope of Work: State of Alaska DOT Maintenance Crushing of various aggregate materials Project Title: Municipality of Skagway — Harbor Building Shell Location: Skagway, Alaska Contract Amount: $572,577.37 Project Dates: May thru July 2014 Scope of Work: Instaliation of fully enclosed structural steel shell with reinforced concrete foundation Project Title: BP Exploration Alaska Inc. — SA TAR CGF Civil 2013 Location: Prudhoe Bay, Alaska Contract Amount: $440,000.00 Project Dates: August 2013 Scope of Work: Corrosion Inspection on the Central Gas Facility Fare Lines Project Title: Granite Cove Quarry Location: Shakmanof Cove, Alaska Contract Amount: $2,168,455 Project Dates: June -November 2013, January 2014 to Present Scope of Work: Crush and Stockpile, 18" Minus Shot Rock, 6" Minus Shot Rock, Underlayer Rock, Armor Rock, Riprap - Over 104,700 CY's of materials. Project Title: State of Alaska Highway/Airport Sand Location: Skagway, Alaska Contract Amount: $120,375.00 Project Dates: September and October 2013 Scope of Work: Crush and Stockpile 4,500 CY Highway Sand Project Title: Aggregates, Modified D-1, Glenn, MP 149 & Richardson Highway MP 110 Location: MP 149 Glenn Highway and MP 110 Richardson Highway Contract Amount: $287,500 Project Dates: June 2013 Scope of Work: Crushed and stockpiled 10,000 CY's of Modified D-1 Project Title: Aggregate, Stockpiled, Multiple Grades, Multiple Locations, Alaska Highway Location: MP 1264 AK Highway, MP 1309 AK Highway, MP 1321 AK Highway Contract Amount $358,350.00 Project Dates: July 2013 Scope of Work: Crushed and Stockpiled Modified D-1—15,000 CY and E Chips — 2,500 CY `NU, Project Tide: Skagway Dyea Road Improvements Location: Skagway, Alaska Contract Amount: $2,559,734.50 Project Dates: January 2013 through May 2014 Scope of Work: Widening narrow sections of the road, installing guardrail, excavation of rock and controlled blasting, install drainage culverts, realign 2,400 lineal feet of roadway Project Title: Skagway Small Boat Harbor Improvements Location: Skagway, Alaska Contract Amount: $9,646,325.00 Project Dates: September 2012 through May 2013 Scope of Work: 80,000 CY Dredging, Timber Float and Ramp, Piling Installation, New Float Lighting, Sheet Pile Wall, poured and install new concrete harbor ramp Project Title: Crushed Aggregate E-1 Stockpile MP 290 Dalton Highway Location: MP 290 Dalton Highway Contract Amount: $930,000.00 Project Dates: May thru September 2013 Scope of Work: Drill, Shoot, Crush and Stockpile 60,000 CY E-1 Project Title: State of Alaska Highway/Airport Sand Location: Skagway, Alaska Contract Amount: $133,750.00 Project Dates: September and October 2012 Scope of Work: Crush 4,500 CY Highway Sand and 500 CY Airport Sand Project Title: MP 228 Richardson Highway/One Mile Creek Bridge Replacement Location: MP 228 Richardson Highway Contract Amount: $125,500.00 Project Dates: April through May 2012 Scope of Work: Drill, Shoot, Sort and Stockpile 5750 CY Class II Riprap Project Title: MP49 Tok Cut -Off Location: MP 49 Tok Cut -Off Highway Contract Amount: $121,005.00 Project Dates: May through June 2012 Scope of Work: Crush and Stockpile 5,378 CY Modified D-1 Project Title: Skagway Sidewalk Repairs Location: Skagway, Alaska Contract Amount: $59,324.00 Project Dates: October 2012 Scope of Work: Remove and Form and Pour 590 SY of 4" and 6" Concrete Sidewalk Project Title: Alaska Railroad Corporation - Curry Quarry Location: MP 269.5 Alaska Railroad - Curry, Alaska Contract Amount: $4,587,500 Project Dates: June 2011 through September 2013 Scope of Work: Crush and Stockpile 190,000 tons of 2" minus and 90,000 ton Riprap MVA Project Title: State of Alaska - High Float Surface Aggregates Location: Alaska Highway Contract Amount $248,500 Project Dates: ,tune - July 2011 Scope of Work: Crush and Stockpile High Float Surface Aggregates Project Title: State of Alaska - Aggregates, Multiple Grades, Stockpiled, Northern Region Location: Glenn Highway, Richardson Highway Contract Amount: $330,110 Project Dates: May 2010 - July 1, 2010 Scope of Work: Crush and Stockpile C-Chips, B-Chips and HFSA Project Title: State of Alaska - Aggregates, D-1, Stockpiled, Alaska and Taylor Highway Location: Alaska Hwy, MP 1321, Taylor Hwy, MP 133, MP 57 Contract Amount: $264,000 Project Dates, May 1, 2010 - July 1, 2010 Scope of Work: Crush and Stockpile D-1 Project Title: State of Alaska - High Float Surface Aggregate, Stockpiled, Multiple Locations, Northern Region Location: Taylor Hwy, Richardson Hwy, Alaska Hwy, Tok Cutoff, Elliott Hwy Contract Amount: $517,750 Project Date: November 2009 - July 1, 2010 Scope of Work: Crushing High Float Surface Aggregates Project Title: State of Alaska - Dalton Highway, Holden Creek Crushing Location: MP 267 Dalton Highway Contract Amount: $410,596.32 Project Dates: June 2009-August 2009 Scope of Work: Provide equipment, manpower and maintenance to produce 22964 CY of HFSA Project Title: State of Alaska - Parks Highway Winter Sand Location: MP 181 Parks Highway & MP 279 Parks Highway Contract Amount: $200,000.00 Project Dates: August 2009-September 2009 Scope of Work: Provide equipment, manpower and maintenance to produce 9,200 CY of Sand, Install a culvert and a commercial driveway. Project Title: Gold Canyon Mining - Heap Leach Pad 2009 Earthworks Location: #1 Fort Knox Road, Fairbanks, AK Contract Amount: $806,284.00 Project Dates: July - August 2009 Scope of Work: Provide equipment, manpower and maintenance to produce 232,000 CY of Subbase Materiai `-] Project Title: State of Alaska - Richardson Highway Flooding Permanent Pipe Repairs Location: MP 34.5 and MP 35.5 Richardson Highways Contract Amount: $1,406,000 Project dates: June 2009 Scope of Work: Repair, Remove and Replace damaged culverts Project Title: State of Alaska - Dalton Highway Deep Culvert Replacement Location: MP 58.3, MP 66.7, MP 71.1 along the Dalton Highway Contract Amount: $1,189,871 Project dates: July -October 2009 Scope of Work: Remove and Replace existing 10' and 8' diameter Multiplate Culverts Project Title: State of Alaska - Steese Highway MP 160 Location: MP 160 Steese Highway Contract Amount: $199,650 Project dates: SpringlSummer 2009 Scope of Work: Mining and Crushing Aggregates Project Title: Location: Contract Amount: Project dates: Scope of Work: Municipality of Skagway - Water Booster Pump Station Skagway, Alaska $781,500 October 2008-April 2009 CMU Building 14" Water Well, 10" Ductile Iron Water Service Project Title: Municipality of Anchorage - Chester Creek Aquatic Restoration Location: Anchorage, Alaska Contract Amount: $5,849,267 Project dates: 2008 Scope of Work: Installation of Fish Box Culvert, Riprap, Piling Driving Project Title: State of Alaska - Elliott Highway MP 11 Location: MP 11 Elliott Highway ContractAmount: $264,000 Project dates: 2008 Scope of Work: Mining and Crushing at MP 11 Elliott Highway Project Title: State of Alaska - Dalton Highway Crushing 2008 Location: Various sites along the Dalton Highway Contract Amount: $2,990,205 Project dates: 2008 Scope of Work: Mining and Crushing Modified D-1 Aggregates Project Title: Taylor Highway Stockpile 2008 Location: Taylor Highway Contract Amount: $180,800 Project dates: 2008 Scope of Work: Mining and Crushing at various sites along the Taylor Highway "P-1 Project Title: State of Alaska Stockpiles — Alaska & Taylor Highways Location: Various locations along the Taylor and Alaska Highway Contract Amount: $348,125 Project dates: 2007 Scope of Work: Mining and Crushing Project Title: State of Alaska Taylor Highway MP 83-Stockpile Location: MP 83 Taylor Highway Contract Amount: $172,500 Project dates: 2007 Scope of Work: Mining and Crushing Project Title: AIDEA - Ore Terminal Reactivation Location: Skagway Contract Amount: $9,364,062 Project dates: 2007 Scope of Work: Rebuild ore terminal and install new modules to handle the ore Project Title: State of Alaska - Dalton Highway Crushing Contract Location: Dalton Highway Contract Amount: $2,766,120 Project dates: 2006 Scope of Work: Crushing for State of Alaska Project Title: Municipality of Skagway - Flood Control Location: Skagway, Alaska Contract Amount: $1,976,000 Project dates: 2006 Scope of Work: Build over a mile of dike with 50„000 tons of riprap to control flooding Project Title: Municipality of Skagway - Seawalk /Uplands Project Location: Skagway, Alaska Contract Amount: $2,288,303 Project dates: 2006 Scope of Work: Extensive concrete work and dock repair Project Title: State off Alaska - Dalton Highway High float Contract Location: Dalton Highway Contract Amount: $1,508,000 Project dates: 2006 Scope of Work: Crushing for State of Alaska 120 Project Title: Department of the Interior - National Park Service - Stamgavan Campground Location: Sitka, Alaska Contract size: $1,385,409 Project dates: 2002-2003 Scope of Work: Expand and upgrade existing campground. The project encompasses approximately 33.2 acres. Work elements include clearing and grubbing, excavation, backfilling, construction of structures and infrastructure, grading, landscaping, and re -vegetation of affected areas per plan specifications. 1,500 Cubic Yards D-1, Z300 Cubic Yards E-1- 6,6600 Cubic Yards Shot Subgrade. Project Title: State of Alaska - Sitka-Airport Apron and Taxiway Stage IV 3-02-0268-1101-68039 Location: Sitka Alaska Contract Size: $1,394,121.27 Project Dates: 2002- 2003 Scope of Work: Construct a new taxi lane, general aviation apron new access road to the U.S. Coast Guard Base, realign two existing service roads and install roadway lighting. Work Includes: approximately 17000 cubic meters of muck excavation;12,000 cubic meters of borrow embankment, 10,000 megagrams of subbase course; 4,40 megagrams of crushed aggregate base course; 2,350 megagrams of bituminous mixture; and 141 megagrams of bituminous material. Project Title: Department of the Interior, National Park Service - Upgrade Utilities at Bartlett Cove, GLBA-104 Location: Gustavus, Alaska Contract Size: $2,786,601.68 Project Dates: 2001-2002 Scope of Work: Construction of new water mains and laterals, new water meters and pressure reducing valves, remote meter readers, isolation valves, and additional water storage tank, new fire hydrants with hose houses, new sewer lines, new electrical power and telephone lines and a sewer flow equalization basin. This project also includes the addition on the utility building, generator controls, electrical improvements, new mechanical systems, sound attenuators, plumbing, ventilation, cedar shingle roofing, fire sprinkler system, fuel day tank and hydronic systems. Project Title: Department of the Interior - National Park Service - Bench land Road Location: Sitka, Alaska Contract Size: $1,940,000 Project Date: 2002 Scope of Work: Constructed 1.6 k.m of road including clearing and grubbing, excavation and placement of borrow, sub -base and D-1, finish grading, drainage structures, guardrail, fencing and delineators. Project Title: State of Alaska - Skagway Airport Improvements Project 71835 Location: Skagway, Alaska Contract Amount: $5,476,993 Completion Date: 1999-2001 Scope of Work: The project consists of the construction of a new runway, a new parallel taxiway, a new apron, parking and access road improvements, construction of new steel frame footbridge, airport terminal building, scour and floodway improvements in the Skagway River. 71,000 Tons Aggregate Base Course, 57,000 Tons Subbase Course,1200 Tons Riprap Class 1, 36,000 Tons Riprap Class Ill, 9,300 Tons Riprap Class IV. M Project Title: Municipality of Skagway - 2000 Municipal Improvements Street Paving, Grading and Drainage Location: Skagway, Alaska Contract Size: $2,499,389 Project Dates: 2000-2001 Description: Reconstruct approximately 11,600 lineal feet of existing gravel roadways and miscellaneous parking lot paving areas. The work includes excavating select borrow, base course grading D-1, new asphalt pavement, sidewalks, curb and gutter, storm drain, water and sanitary sewer improvements and miscellaneous items of work. ir►N: SECTION 300 - BID CITY OF SEWARD, ALASKA Seward South Harbor Launch Ramp Renovation BID NAME: Hamilton Construction, LLC ADDRESS: PO Box 241952, Anchorage, Alaska 99524-1952 In compliance with your Invitation For Bids dated July 27 2018 , the Undersigned proposes to furnish all equipment, material and labor required to complete the above project by May 31, 2019. The Undersigned hereby agrees to execute the said contract as directed or such further time as may be allowed in writing by the Contracting Officer after receiving notification of the acceptance of this bid, and it is hereby mutually understood and agreed that in case the Undersigned does not, the said Contracting Officer may proceed to award the contract to others. The Undersigned acknowledges receipt of the following addenda to the Bid Documents (give number and date of each). ADDENDA DATE ISSUED One 08/20/2018 TWO 08/22/2018 ADDENDA DATE ISSUED The Undersigned has read the foregoing bid and hereby agrees to the conditions stated therein by affixing his signature below: Bid 'ng Co pang amilton Construction, LLC Member S , n Title CONE30862 Contractor's License Number Business Address PO Box 241952 Anchorage, AK 99524-1952 12/31/2018 Expires 907-334-3910 Telephone SEWARD SOUTH HARBOR BID LAUNCH RAMP RENOVATION Page 00300 -1 123 SECTION 00500 - CONTRACT CITY OF SEWARD, ALASKA Seward South Harbor Launch Ramp Renovation [PROJECT NAME AND NUMBER] CONTRACT ("Contract"), between the City of Seward, Alaska, herein called the City, acting by and through its City Manager, and upon signing; this document shall serve as the notice to proceed, and Hamilton Construction, LLC Company Name PO Box 241952, Anchorage, AK 99524-1952 Company Address (Street or PO Box, City, State, Zip) a/an ❑ Individual ❑Partnership ❑Joint Venture ❑Sole Proprietorship ❑Corporation incorporated under the laws of the State of Alaska , its successors and assigns, herein called the Contractor, is effective the date of the signature of the City Manager on this document. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the City, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above -referenced project as bid by the Contractor, which bid and prices named, together with the Contract Documents (as hereinafter defined) are made a part of this Contract and accepted as such. It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the City, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work or materials is ordered in writing by the City. In no event shall the City be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the City. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order. Notwithstanding the foregoing, payment under this Contract shall not exceed dollars ($ } for all base items, additional work, and change orders. The Contractor further covenants and agrees that all materials shall be furnished and delivered and all work and labor shall be done and performed, in every respect, to the satisfaction of the City, on or before: 1. Interim Utility Completion: October 26', 2018 2. Substantial Completion: May 15"', 2019 3. Final Completion: May 31, 2019. It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the City, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the City shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the City shall have the right to recover One Thousand dollars 1,000 per day for each calendar day elapsing between the time stipulated for the completion and the actual date of completion in accordance with the terms hereof; such deduction to be made, or sum to be recovered, not as a penalty but as SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION 507486\1006\00747397 CONTRACT Page 00500-1 124 SECTION 00500 - CONTRACT liquidated damages. Provided, however, that upon receipt of written notice from the Contractor of the existence of causes over which the Contractor has no control and which must delay furnishing of materials or the completion of the work, the Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials or the completion of the work, and in such case the Contractor shall become liable for liquidated damages for delays commencing from the date on which the extended period expires. The bonds given by the Contractor in the sum of $ Payment Bond, and $ Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof. The Contractor further covenants and agrees that the entire construction will be done under the administration of and to the complete satisfaction of the City subject to the inspection at all times and approval by any regulatory agency of the Local, State, or Federal Government of the United States of America, and in accordance with the laws of the State of Alaska and the City of Seward. Unless otherwise provided in the Contract Documents, this Contract shall be governed by the laws of the State of Alaska. Following exhaustion of the dispute resolution process set forth in Article 15 of the General Conditions of the Contract, any remaining dispute arising from or pertaining to this Contract shall be resolved by litigation in the Superior Court for the State of Alaska, Third Judicial District at Kenai. For purposes of this Contract, Contracting Officer means person designated by the City Manager. The Contractor is an independent contractor and not an employee or agent of the City. or any other Contract Documents shall have the meaning ascribed by the General Conditions of the Construction Contract, and include but are not limited to this Contract, the General Conditions of the Construction Contract (located at Sections 00700-00930 of the City's July 2018 Request for Bids), any Supplementary Conditions, the Technical Specifications located at Sections 01010-09900 of the City's July 2018 Request for Bids), and the following listed documents: (1) ; (2) IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. CONTRACTOR Company Name Signature of Authorized Company Representative Typed Name and Title Date SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION 50748611006100747397 CONTRACT Page 00500-2 IN-1 SECTION 00500 - CONTRACT CITY OF SEWARD Signature of City Manager Typed Name Date City Clerk (ATTEST) SEWARD SOUTH HARBOR LAUNCH RAMP RENOVATION 507486\1006\00747397 CONTRACT Page 00500-3 IWA