My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
Road Construction Northwest Inc 12/31/2019
>
Contracts
>
Capital Contract
>
Road Construction Northwest Inc 12/31/2019
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
11/30/2020 10:31:05 AM
Creation date
1/7/2020 10:31:03 AM
Metadata
Fields
Template:
Contracts
Contractor's Name
Road Construction Northwest Inc
Approval Date
12/31/2019
Council Approval Date
12/4/2019
Department
Public Works
Department Project Manager
Richard Hefti
Subject / Project Title
Water Replacement U
Public Works WO Number
UP3698
Tracking Number
0002149
Total Compensation
$1,698,632.90
Contract Type
Capital Contract
Retention Period
10 Years Then Transfer to State Archivist
Document Relationships
Road Construction Norrthwest Inc. 11/23/2020 Change Order 1
(Contract)
Path:
\Documents\City Clerk\Contracts\Capital Contract
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
366
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
I <br /> CITY OF EVERETT SPECIAL PROVISIONS <br /> h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or <br /> Women's Business Enterprise Certification, as required in 1-02.6; <br /> i. The Bid Proposal does not constitute a definite and unqualified offer to meet <br /> the material terms of the Bid invitation; or <br /> j. More than one proposal is submitted for the same project from a Bidder under <br /> the same or different names. <br /> 2. A Proposal may be considered irregular and may be rejected if: <br /> a. The Proposal does not include a unit price for every Bid item; <br /> b. Any of the unit prices are excessively unbalanced (either above or below the I <br /> amount of a reasonable Bid) to the potential detriment of the City; <br /> c. Receipt of Addenda is not acknowledged; <br /> d. A member of a joint venture or partnership and the joint venture or partnership <br /> submit Proposals for the same project (in such an instance, both Bids may be <br /> rejected); or <br /> e. If Proposal form entries are not made in ink. <br /> 1-02.14 Disqualification of Bidders <br /> Revise 1-02.14 to read as follows: I <br /> A Bidder will be deemed not responsible if the Bidder does not meet the mandatory <br /> bidder responsibility criteria in RCW 39.04.350(1), as amended, and noted in 1-02.1(1). <br /> The City will verify that the Bidder meets the mandatory bidder responsibility criteria in <br /> RCW 39.04.350(1). To assess bidder responsibility, the City reserves the right to request <br /> documentation as needed from the Bidder and third parties concerning the Bidder's <br /> compliance with the mandatory bidder responsibility criteria. I <br /> If the City determines the Bidder does not meet the mandatory bidder responsibility <br /> criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the City shall <br /> notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees , <br /> with this determination, it may appeal the determination within two business days of the <br /> City's determination by presenting its appeal and any additional information to the City. <br /> The City will consider the appeal and any additional information before issuing its final <br /> 111 <br /> determination. If the final determination affirms that the Bidder is not responsible, the <br /> City will not execute a contract with any other Bidder until at least two business days <br /> after the Bidder determined to be not responsible has received the City's final <br /> determination <br /> 1-02.15 Pre-Award Information <br /> Revise 1-02.15 to read as follows: , <br /> Before awarding any contract, the City may require one or more of these items or actions <br /> of the apparent lowest responsible Bidder: <br /> 1. A complete statement of the origin, composition, and manufacture of any or I <br /> all materials to be used, <br /> 2. Samples of these materials for quality and fitness tests, <br /> 3. A progress schedule, in a form the City requires, showing the order of and <br /> time required for the various phases of the Work, <br /> 4. A breakdown of costs assigned to any bid item, <br /> 5. Attendance at a conference with the Engineer or representatives of the <br /> Engineer, <br /> I <br /> Watermain Replacement"U" Division 1 —GENERAL REQUIREMENTS October 1, 2019 <br /> WO No—UP3698 SP—50 I <br />
The URL can be used to link to this page
Your browser does not support the video tag.