HomeMy WebLinkAboutRes2019-080 Sponsored by: Meszaros
Substitute: September 23, 2019
CITY OF SEWARD,ALASKA
RESOLUTION 2019-080
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD,
ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO
AN AGREEMENT WITH HAMILTON CONSTRUCTION FOR
CONSTRUCTION SERVICES FOR THE DECEMBER 4, 2017
SEWARD STORM SURGE DAMAGE REPAIRS PROJECT IN AN
AMOUNT NOT TO EXCEED $3,744,153.90, AND APPROPRIATING
FUNDS
WHEREAS, on December 4, 2017, a winter storm event that combined an ocean
storm surge, exceptionally high winds, and high tides causing extensive shoreline erosion
damages along the Lowell Point Road, and the Alaska SeaLife Center seawall; and
WHEREAS, the City Manager declared an emergency disaster for the Storm Surge
Damage; and
WHEREAS, City Council passed Resolution 2017-091 to support the declaration;
and
WHEREAS,the Kenai Peninsula Borough Mayor, the State of Alaska Governor, and
the President of the United States all signed disaster declarations for this event; and
WHEREAS,those declarations enabled the City to qualify for damage repair funding
from the Alaska Division of Homeland Security and Emergency Management (DHS&EM),
and Federal Emergency Management Agency (FEMA) for assistance for damages; and
WHEREAS, the City will be reimbursed for disaster-related construction services
from FEMA at (75%), and DHS&EM (25%); and
WHEREAS, a bid for construction was advertised and completed, resulting in five
bid submissions from very experienced firms; and
WHEREAS, on August 30, 2019, the submitted bids were opened publicly and
properly recorded; and
WHEREAS, Hamilton Construction, based on their low bid of $2,446,157.20 and
Additive Alternate bid of $1,297,996.70 for mitigation for a total of $3,744,153.90, was
selected and sent a"letter of intent to award' pending City Council approval.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF SEWARD,ALASKA that:
CITY OF SEWARD, ALASKA
RESOLUTION 2019-080 Substitute
Section 1. The City Manager is hereby authorized to enter into a contract with Hamilton
Construction, Inc. in an amount not to exceed $3,744,153.90 for repairs to both the seawall and
Lowell Point Road, in substantial form as attached hereto.
Section 2. Funding is hereby appropriated as follows: 1) $251,108 for repairs to the
seawall, to contracted services account no. 70052-0000-7009; and 2) $3,493,045.90 to contracted
services account no. 70051-0000-7009 for repairs and mitigation to Lowell Point Road.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this
23rd day of September, 2019.
THE CITY OF SEWARD, ALASKA
Sue McClure, Vice Mayor
J
AYES: Horn, Osenga, Lane, Towsley, Seese, McClure
NOES: None
ABSENT: Squires
ABSTAIN: None
ATTEST:
rends J. Ballo , MMC
City Clerk
ey5c ,
(City Seal,'rA
•
? `+.� y
•
.ate... it
n9 P.
�Ow.
Agenda Statement
Meeting Date: September 23, 2019.
To: City Council16
Through: Scott Meszaros, City Manager
From: Doug Schoessler, Public Works Director
Agenda Item: December 2017 Storm Surge Repair Construction Contract
BACKGROUND & JUSTIFICATION:
On December 4,2017 the City of Seward City Manager declared a disaster after experiencing
a powerful storm surge that badly eroded the coastline along the Sea Life Center and Lowell
Point Road. The Kenai Peninsula Borough followed with a declaration and soon thereafter
the Governor of the State of Alaska followed. About six months later the President of the
United States signed a Federal Declaration.Thus,the storm surge qualified for both State and
Federal Disaster funding. The project is under Federal Emergency Management Agency
(FEMA) guidelines for repairs to pre-disaster condition. The cost reimbursement is 75%
Federal funds and 25% State funds.
A bid for construction was advertised and completed. We received bids from live very
experienced firms. Hamilton Construction,based on their low Base Bid of$2,446,157.20,
and Additive Alternate bid of$1,297,996.70 was selected and sent a"letter of intent to
award" pending City Council approval.
Bid submissions received for the December 2017 Storm.Surge Repair Construction Contract
are as follows:
Bidder Base Bid Add Alt 1
ewit Infrastructure West Company $7,232,625.00 $4,518,880.00
Granite Construction Company#2 $3,735,900.00 $3,078,635.00
Tutka General Contractor $3,364,495.00 $2,317,070.00
Brice, Inc $3,342,165.00 $2,017,600.00
Hamilton Construction $2,446,17.20 $1,297,996.70
Ia
To authorize the City Manager to enter into an agreement with Hamilton Construction for
the Construction work for the Seward Storm Surge Damage Repair and Mitigation project.
70
CONSISTENCY CHECKLIST: Yes N /
Comprehensive Plan
2.2.12.1 - Traffic Management
I .4.1 Provide safe and efficient vehicular transportation
3. .1 Promote community safety from natural disasters through
miti ation measures
2. Strategic Plan
Provide safe and efficient vehicular transportation
3. Other X
F A . TF: This contract is 100%funded through FEM (75%)and the Alaska Division
of Homeland Security and Emergency Management (25%).
Approved by Finance Department:
ATTORNEY REVIEW: Yes X No
RECOMMENDATION:
Recommend approval of Resolution 2019- authorizing the city manager to enter into an
agreement with Hamilton Construction Inc. for the Storm Surge Damage Repair and Mitigation
Project.
71
SECTION 00500-CONTRACT
CITY OF SEWARD,ALASKA
2017 Storm Surge Damage Repairs
[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 Constrution, LLC
Company Name
PO Box 241952,Anchorage,Alaska 99524-1952
Company Address(Street or PO Box,City, State,Zip) X-Single Member LLC
a/an M Individual ElPartnership nJoint Venture FISole Proprietorship nCorporation
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
Two Million Four Hundred Forty Six Thousand dollars ($ 2A0,157.20 ) for all base items, additional work,
r
1 Ptft seven Daum 11nu A WMIUy It
affV!lWUrUUr5.
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. Substantial Completion:October 31,2019
2. Final Completion:November 15,2019
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 Five Hundred dollars (J1,500 per day for each
)
calendar day elapsing between the time stipulated for the completion and the actual date of completion in
2017 SEWARD STORM SURGE CONTRACT
DAMAGE REPAIRS Page 00500-1
72
SECTION 00500-CONTRACT
accordance with the terms hereof, such deduction to be made, or Sum to be recovered, not as a penalty but
as 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 uILIst delay furnishing of
materials or the coulpletion 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 tile
Contractor shall become liable for liquidated damages for delays commencing from the (late oil which the
extended period expires.
The bonds given by the Contractor in the surn of$ 2—LKLO 11'aynient Bond,and $ gj�j_j_
Performance Bond, to secure 111C 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 colistrLICti011 will be done under the
administration of and to the complete satisfaction of the City sub*ject 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 ol'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
tile, 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 rneans or any other
person designated by the City Manager.
The Contractor is an independent contractor and not an employee or agent of the City.
Contract DoCUIllentS 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
U IUSL 20
Contract (located at Sections 00700-00930 of the City's� fee(1�6st ib9r Bids), and Su)flernentar�,,
ust 0 9
Conditions,the Technical Specifications (located at Section 010 10-03301 of the City's 1 e4uest
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
Hamilton Construction,/LLC
Conipan, N i-
Signatoile d-Xilthorized Company Representative
Jeff Hamilton - Member
Typed Name and Title
August 30, 2019
Date
2017 SE WARD STORM SURGE CONTRACT
DAMAGE REPAIRS Page 00500-2
73
SECTION 00500-CONTRACT
CITY OF SEW'ARD
Signature of City Manager
Typed Name
Date
City Clerk
(ATTES-1)
2017 SE" ARD STORM SURGE CONTRACT
DAMAGE REPAIRS Page 00500-3
74
CITY OF SEWARD Main Office(907)224-405O
Po kv(907)224-3338
RO. BOX 167 Harbor(907)224-3138
SMARD, ALASKA 9?664,0167 a Fire(907)224-3446
City Clwk(907)2244046
Commurdty Deveoment(907)2244049
Willies(907)224-40SO
Fax(907)2244038
NOTICE OF INTENT TO AWARD
Dear Hamilton Construction,
On behalf of the City of Seward,I am pleased to inform you that based on the City's recent Request
for Bids for the City of Seward 2017 to Surge Repair Construction ContracL, we intend to
award the contract to Hamilton Construction upon City Council approval. Please provide a draft
contract for our attorney to review at your earliest convenience. We will need to have a contract
signed by September 2' in order to make it on the September 9* regular City Council Meeting
Agenda.
If you have any questions, please do not hesitate to contact me at (907) 224-4020 or
hhLckok(&cayot`§ewardstet. We look forward to woddng with your firm.
Regar&,
B Hickok
Assistant City Manager
53
SECTION 300-BID
CITY OF SEWARD,ALASKA
2017 Seward Storm Surge Damage Repairs
BED
NAME: Hamilton Construction, LLC
ADDRESS. PO Box 648 Sk ,�AK 9984O�����
In compliance with your Invitation For Bids dated ..26M2!1St 1 the Undersigned
proposes to furnish all equipment, material and labor required to complete the above project by
Novem,hajL 2019.
The Undersigned hereby agrees to execute the said contract as directed or such her 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 ADDENDA DATE ISSUED
Addendum No. I ust 6, 2019 a QDW MM 5 Gi'u4a 0-&-za I q
Addendum No. 2 August 14, 2019 5 no rt'W(kWV 0AA0 JA,5t ZAP,
V
The Undersigned has read the foregoing bid and hereby agrees to the conditions stated therein by affixing
his signature below:
Bidding pany amilton '.onstruction., C
Jeff Ha mi Ito n,,..,man,ggjgg_MgM§g
Signatui 7, Title
30862 12/31/2020
——------------------
Contractor's License Number Expires
Hamilton Construction, LLC--
. ..........-'-
usincss Address Telephone
PO Box 648
.......................................
§"a y1y, AK 99840
2017 SEWARD STORM SURGE BED
DAMAGE REPAIRS Page 00300-1
54
SECTION 00310-BED SCHEDULE
BED SCHEDULE A-LOWELL POINT ROAD
Pay Item Approximate Unit Price Amount
No. Pay Item Description Pity Unit Quantity Dollars& Dollars&
Cents Cents
1505.1 Mobilization LS All Req'd 2--L4.
1580.1 Protected Species Observer LS All Req'd g7,000.0
2201.1 Clearing and Grubbing LS All Req'd 2-1, -I-C;0.00 Z1,30-00
2202.1 Excavation and Di§Rosal CY 6,150 Gil-S-00-00
2204.1 Base Course,Grading D-1 TON 6,175 43,00 2.6,9,925,00
2205.1 Filter Rock CY 2,285 L47-.00 qar 910.90
2205.2 Riprap,Class IV CY 13,560 %3.01 1 1'26 4 A
2206.1 Armor Rock LS All Req'd 10,17s.00 12.5' 00
2206.2 Reclaimed Armor Rock EA 200 100,00 -10, 000,00
Calcium Chloride for Dust
2210.1 Control TON 1 13.5 1 11500.00 1-1017-50.0---
1
2702.1 Construction Surveying LS All Req'd ]AW0.00
TOTAL BED SCHEDULE A AMOUNT IN FIGURES: $ G (I Lj !2j 0
TOTAL BED SCHEDULE A AMOUNT IN WORDS:
Two n I 1-,o j3 one k Wad rrtA n;al-tA -PV-t--bacusarict Pa du -n*vc +weA4-vA fu"ai
j
2017 SEWARD STORM SURGE BED SCHEDULE
DAMAGE REPAIRS Page 00310-1
SECTION 00310-BED SCHEDULE
BED SCHEDULE B-SEALDFE CENTER
Pay Item Approximate Unit Price Amount
No. Pay Item Description Pay Unit Quantity Dollars& Dollars&
Cents, Cents
1505.1 Mobilization LS All Reg'd 7-C11-1qn.60 19.1
1580.1 Protected S ecies Observer LS n --L3A00'00
2060.1 Demolition and Dis osal LS All Req'd 1-1 195a.09 504-0
i
2201.1 -24120-0- �OO
2205.1 Filter Rock CY 40
2205.2 �gY I,440 110 .00
2702.1 Construction Serve ing LS All Reg'd ?2
3301.1 Concrete Fill LS t All.R;qd
_LSA�. d 00
TOTAL BID SCHEDULE B AMOUNT IN FIGURES:S Z ti Q 0
TOTAL BED SCHEDULE B AMOUNT IN WORDS:
LLJO InlAnArtA E,"1,C4-!4'-0vje +kg�.16oj,,c ant Igunjrec
2017 SEWARD STORM SURGE BID SCHEDULE
DAMAGE REPAIRS(AD 56 Page 00310-2
SECTION 00310-BID SCHEDULE
BED SCHEDULE C—LOWELL POINT ROAD ENHANCEMENTS(ADDITIVE ALTERNATE NO. 1)
Pay Item Approximate Unit Price Amount
No. Pay Item Description Pay Unit Quantity Dollars& Dollars&
Cents Cents
1505.1 Mobilization LS All Req'd zqlano-00 Z&000-00
2202.1 Excavation and Disposal CY 475 lso
2204.2 Selected Material,Type A TON 18,140 13-03 M369.20
2205.1 Filter Rock CY 1,060 91,00 44 ,520.00
2205.2 Riprap,Class IV CY 13,750 Gq 13LI 1 953092.9,
2702.1 Construction Surveying LS All Req'd 5100-on
TOTAL BED SCHEDULE C AMOUNT IN FIGURES: S 1121-7 9q(,o,70
TOTAL BED SCHEDULE C AMOUNT IN WORDS:
nw- rnM,on 4gA)a \1unArrd o,,e)4-LA- Scac-vi lbo,&6an_ ni-ne- h(A-
SCA/,C,+�� cavv4s
2017 SEWARD STORM SURGE BID SCHEDULE
DAMAGE REPAIRS 4A'D. "#�4 57 Page 00310-3
SECTION 00310-BID SCHEDULE
BID SUMMARY AND AUTHORIZATION
TOTAL BASE BED (SUM OF BID SCHEDULE A&B)
AMOUNT IN FIG URES: s 7-, L4 LA 5-1 ,10
TOTAL BASE BID (SUM OF BID SCHEDULE A& B)
AMOUNT IN WORDS:
Two =cgvr 'hwadad P:arviAz sip a ha,&KeL,-iJ Qna 6,Aad mrj E;f-+M::5evetj +wtKAI ccst
TOTAL ADDITIVE ALTERNATE NO. 1 (BID SCHEDULE Q
AMOUNT IN FIGURES: S -9 C-A (0 0
TOTAL ADDITIVE ALTERNATE NO. I (BED SCHEDULE Q AMOUNT IN WORDS:
Qnj
The undersigned represents(check appropriate boxes)that he/she operates as an Individual,
Joint Venture, Partnership,or Corporation, incorporated in the State of,__________ ___
BIDDER:— -
Company(Print)
11 1
07'Ci'vy',
Authorized preMK
uthorize rMK
Authorized Represdritative(Signature)
k
Legsq�"
Title(Print) -'
--tc
Date
z-
Telephone
CORPORATE SEAL(If Corporation)
2017 SEWARD STORM SURGE BID SCHEDULE
DAMAGE REPAIRS (A00 58 Page 003104
SECTION 00320-BID BOND
CITY OF SEWARD
P.O. BOX 167 SEWARD,ALASKA 99664
BED BOND
DATE BOND EXECUTED
August 29,2019
PRINCIPAL(Legal name and business address) TYPE OF ORGANIZATION
Hamilton Construction, LLC [ ]Individual Partnership
PO Box 648 [ ]Joint Venture Corporation
Skagway,AK 99840
SURETY(IES)(Name and business address)
Berkley Insurance Company
475 Steamboat Road
11.--'.-'------------- ...........
Greenwich, CT 06830
PENAL SUM OF BOND Five Percent(5%)of Amount Bid ,GATE OFBID August2g, 2019
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 siped by their proper officers, the day and year first set forth above.
Ha;mll ,Co fion,
Berkley Insurance Company
Pri ipal Surety—p&
(Seal)
2017 SEW ARD STORM SURGE BID BOND
DAMAGE REPAIRS Page 00320-1
59
POWER OF ATTORNEY"
BERKLEY INSURANCE COMPANY
WIILMINGTON,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 BERKLEY 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 Trade,constituted
and appointed, and does by these presents make constitute and appoint: Holly E. Ulfers;Roxuna Palacias; liiatharine Janelle
." Snider; John Drummey, Jr.; Scott C, Alderman; Kathleen Af. Mitchell, .Debbie A. Lindstrom; Peggy A. F"1rxh, Timothy S.
` Buhile;Jamie Stroh;Branldi Nicole Helnbaugh;or Amber Engel of Kibble&Prentice Holding Company dba USI Insurance
-gw Services Northwest rr,,}"'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 00/100 U.S.Dollars (U.S.$SO,000,000. 0),to the same extent
as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office
µ d in their own proper persons.
°m
This 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:.
sP ty y erkley Surety, the Chairman of the Board, Chief
C7LVED that, with respect to the Sure business written b l3
mm: Executive Officer, President or any Vice President of the Company,, in conjunction with the Secretary or any Assistant
Secretary are 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
&mm w attorney-in-fact and revoke any power of attorney previouslygranted;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
m:^ manner and to the extent therein stated;and further
- y„ 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
e: . m other suretyship obligation of'the Company; and such signature and seal when so used shall have the same force and effect as
�wpw. though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
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.
x IN WITNESS WHEREOF, the Corn 9&y has caused these presents to be signed and attested by its appropriate officers and its
15 corporate—seal hereunto affix
this l day of 1
Attest Berl Insurance Company
w
(Seal) By 13y
; I .Lederman
� Je after
a`
Executive Vice President&Secretary Se i e sident
WARNING:THIS POWER,INVALID IF NOT PRIINTED ON BLUE"BERKLEY"SECURITY PAPER.
STATE OF CONNE+CTICUT)
COUNTY OF FA IRFIELD )
r+E
Sworn to before me, a Notary Public in the State of Connecticut, this kl day!of _, ' , by Its S. Ledennan
lj and Jeffrey M. llaRer who are sworn to me to be the Executive Vice President Secretary, and t>q Senior Vice President,
respectively,or Berkley Insurance Company, 0ARIA C riura M
NOTARY PURI IC
CO NdECTICU'r
rltrCIs�s a <pIRES
—AAA
State o Connw°eticut
's CERTIFICATE
I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that-the foregoing is a
" true correct,and complete
i P 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 un 9—which. this Power of
Ammey is at`.ached,is in full farce and effect as of this date,
Given under my hand and seal of the Company,this ° day of, �
(Seal)
60 Vincent Forte
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. 9GENERAL
Legal Name and Address of Bidding Organization:
Hamilton Construction, LLC
PO Box 648
Skagway, AK 99840
b. Name, title,and telephone number of Bidder's representative for project:
Jeff Hamilton, managing member
(907) 983-2702
c. Organization Status(Check One):*
- Corporation, _ Partnership,or Individual
d, If Organization is a Corporation: "None: Limited Liability Company
Date of Incorporation:
State in which Incorporated:
Principal Officers:
Name: Title: Date Assumed Position
2. EMAN-CIAL
a. Have you ever failed to complete a contract due to insufficient resources?
Yes- No X If yes,explain:
2017 SEWARD STORM SURGE STATEMENT OF QUALIFICATIONS
DAMAGE REPAEP.S Page 00360-1
61
SECTION 3 -STATEMENT C S
b. Describe any arrangements you have made,to finance this work.-
E
.
a. Describe:in detail the equipment you have available for this work.
ITEM QUAN. MAKE MODELSI /C C PRESENT MARKET
1 t chi 470LC-3,670LC 5,87OLC-6 3.3y+3,4.2m3,6.1in2 $1,500,000.00
Rock Drill 2 Aflas Copco ECM 590 $250,000.00
Rock Truck 2 Volvo A40 2 .5y3 $330,000.00
Side L7 4SrnithCo 23 3 $200,000.00
Loader 2 Volvo L250 5.1-10.2 I/min $400,000.00
C C Quarry ' g 100-950 $250,000.00
b, Do you understand that if you are warded this contract,you may be required to use some or all
of the equipment listed above on the work covered by this contract? S
C. Do you propose to purchase any equipment for use on this project?
Yes No If yes,describe type,quantity,and approximate cast:
We own and wi.1l mobilize our o
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 n firm offers for all materials necessary for this project?
Yes No
f Do you intend to subcontract any of the work contained in this project?
Yes X No If yes,describe:
7 SEWARD STORM SURGE STATEMENT OF QUALMCATIONS,
Page!DAMAGE REPAIRS 0-
62
SECTION 00360-STATEMENT OF QUALIFICATIONS
Construction surveying, rock placement
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:
Seward South Harbor Boat Launch Renovation, completion date 08/04/19
Replace the existing concrete boat launch and floats with a new concrete ramp
and timber boarding floats supported 01 new galvanized_steel pi
pe
b. 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.
C. List any projects you have failed to complete per the specifications within the contractual timeline.
Include an explanation for the missed deadline.
Seward South Harbor Boat Launch Renovation, long procurement lead times
EM L 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
I All Points North, Palmer AK Subcontractor Construction surveying
2. Polar Supply, Anchorage AK Material Supplier Material supply
3. Metco Inc, Seward AK Subcontractor& Material supplier Concrete/gravel
4.
2017 SEWARD STORM SURGE STATEMENT OF QUALIFICATIONS
DAMAGE REPAIRS Page 00360-3
63
SECTION 00360-STATEMENT OF QUALIFICATIONS
Dated at--.Skaaway, Alaska ,this 26th day of August ,2019
I hereby certify that the above statements are true and complete.
Hamilton Construction, LLC
Name of Contractor
m
Jeff Hamilton, managing member
Sig t e Title of Person Signing
07 SEWARD STORM SURGE STATEMENT OF QUALIFICATIONS
DAMAOE REPAIRS Page 00360 4
64
TON CONSTRUCTION, Lli.k."111
Hamilton Construction Company Resume, COMPLEINED PE PROUS AUGUST 26, 2019
August 2018 -August 2019
Seward South Harbor Boat Launch Renovation Completion date:08/04/2019
Replace the existing concrete boat launch and floats with a new concrete ramp and timber boarding floats
supported by new galvanized steel pipe.The associated scope Includes demolition and disposal of the
existing ramp, cast-place-concrete slabs and abutments,pre-cast concrete panels,timber boarding floats,
fendering,galvanized steel pipe, riprap revetment,excavation,embankment,storm drain,asphalt paving,
bollards, public and private utility relocations,diving inspections,and other miscellaneous improvements.
Elements of the scope require in-water work.
Contract amount:$2,313,154.80
Seward Breakwater(SMIC Harbor Improvements Phase 1) Completion date:05/20/2019
Construct a new 1,009' rubble mound breakwater structure to extend the northerly end of the existing breakwater
structure. The breakwater provides the SMIC basin with Improved protection from swell and wake action, thereby
Improving the functionality and capacity of the SMIC harbor for maritlme operations.
Contract amount:$15,032,101.80
2018 DOT Highway&Maintenance Sand Completion date: 10/01/2018
Produce and deliver 3,000cy of spec 1 highway maintenance sand to AK DOT&PF Skagway maintenance yard for
stockpile.
Contract amount:$154,800.00
Old Harbor Aggregate Processing Completion date:08/01/2018
Provide an experienced operator/foreman and all necessary equipment to run and oversee crushing operations
in Old Harbor,Alaska.
Contract amount: NTE$50,000.00
CL
65
14CL a P.O. Box 648 Skagway,Alaska 99840 p Tele: (907)983.2702 11 I?= (907)983A865
CERTIFICATIONS AND REPRESENTATIONS
(GRANT FUNDS)
1.BYRD ANTI-LOBBYING AMENDMENT COMPLIANCE AND CERTIFICATION
for all orders above the limit prescribed In 2 CI R 215,Appendix A,Section 7(currently 100, d ),the
Offeror must complete and sign the following:
The following certification and disclosure regarding payments to Influence certain federal transactions are made per the
provisions contained In OMB Circular A-110 and 31 U.S.C.1352,the"Byrd Anti-Lobbying Amendment'
The offeror,by signing its offer,hereby certifies to the best of his or her knowledge and belief that:
No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
Influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or
an employee of a Member of Congress on his or her behalf In connection with the awarding of any Federal
contract,the making of any Federal grant,the making of any Federal loan,the entering Into of any cooperative
agreement,and the extension,continuation,renewal,amendment or modiflcation of any Federal contract,
grant,loan,or cooperative agreement,
If any funds other than Federal appropriated funds(including proflt or fee received under a covered Federal
transaction)have been paid,or will be paid,to any person for influencing or attempting to Influence an officer
or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a
Member of Congress on his or her behalf in connection with this solicitation,the offeror shall complete and
submit,with Its offer,OMB standard form LLL,Disclosure of Lobbying Activities,to the Contracting Officer;and
He or she will Include the language of this certification In all subcontract awards at any tier and require that all
recipients of subcontract awards in excess of$100,000 shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance Is placed when this transaction was made or
entered into.Submission of this certiflcation and disclosure is a prerequisite for making or entering into this contract
imposed by section 1352,title 31,United States Code.Any person making an expenditure prohibited under this
provision or who falls to file or amend the disclosure form to a filed or amended by this provision,shall be subject to a
civil penalty of not less than$;, Hton'
and n re than$1, for each such failure.
SIGNATURE: aCOMPANY NAME: instruction, L
DATE: 08/26/2019
66
MOM
0 rsco
I
to
—r
s
a
1 � Z
f qj
-r P tTj
g
r
0
vs
.IF ° r►s
�s
r* '`
Zhl
y�
to
�e
to
� , ►� J
r G cs Cr
is
h �
" .
N m
ems► :�- "`" q, rs
J � * 4A
Of
i
� f f
_ lei. s
IrN
c
gloom Room