Loading...
93-44 Brechan Enterprises - Mission Road / Spruce Cape Water & Sewer Replacement ProjectKODIAK ISLAND BOROUGH CONTRi,. r CHANGE ORDER 710 MILL BAY ROAD3- KODIAK, ALASKA 99615 Contract No. 9`s-49 Change Order No. Z Project Name, Number & Location Amount of Contract & Change Orders t1issioo-Spruce Ldp_ Rano, Water/Sewer fieplacerient Original Contract 140 145.60 Kiist�ftw7S2 Kouiai., AK 99615 Previous Changes Contractor This Change s 057 u Sr BGtrau Eritier'p rl SeS, lliC. Adjusted Contract IU hull La`. Road, KouiaK, AK 99615 Description of Change Cost inis is the rleL overrun on tnis pro„ec't as a result of U,joitiona-1 pageorent rcquirements unser Bid items 2.111 anu s.U6 cue to changed perwic COLLI t'Ions uy AIUUI ti PF aau due to audiatonal pavel%Ti, replacement un Niissioii Rcau us a resu'l: of weisting eeteriateu pavemernL conditions whiCil trete tmpac4:du j*, 0,Js pruject dnd were requireu 'cc be replace(, under this Project-. 3,U57.uu The time provided for completion of the contract is (unchanged) (ri M661 f iJ66 4!ltrWa by calendar days. This document shall become an amendment to the contract and all provisions the contract will apply thereto Accepted By: Date ---CeMr&ctor's Representative Recommended: Date Facility Coordinator Approved By: Date Contracting Officer Copies: Original to Facility Coordinator ^"'"""K-6;' A;"'"'""""" Canary to Contractor Pink to Project Inspector 9 -.lam .i./ Gupiaa: vnginai Io racirny Voorchnator Canary to Contractor Pink to Project Inspector KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER BOX 1246 KODIAK, ALASKA 99615 `----'* Contract No. Change Order No Project Name, Number & Location Amount of Contract & Change Orders Original Contract H:6VJ -i JC hUv 1Qi�, I\ ..7t71J Previous Changes ` Contractor This Change -Q _ ti C;G i.:i• .CEi'NY1 iicS� th , Adjusted Contract ,•. .f �� rii i i5 is EuaC, nGe- .(:, �-. i. .;Su.$ Description of Change Cost ;bh Ui r:ity si, i9�11. - The time provided for completion of the contract i i laifdi,!11:g!!rll (increased) by i �/ calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto Accepted By:_^�� <-,__ Date ConNaeter's Representative i Recommended: Date i c Facility �ogrdin toY 1 Approved By:Date ✓ f = r' �; 2 Contracting Officer Gupiaa: vnginai Io racirny Voorchnator Canary to Contractor Pink to Project Inspector 00ku-rR.467 N c'. 93 -y11( is«7114ofDI":4ZON THIS AGREEMENT made this -LI day of September, 1993 by Kodiak Island Borough herein called the owner, and Brechan -Enterprises, Inc :-,-hereii.a to called the contractor.._. ARTICLE I. SCOPE OF WORK. The contractor shall perform, within the time stipulated; the contract as herein defined, of which this agreement is a component part, and everything required to be performed and shall provide and furnish any and all utility and transportation services necessary to perform the contract in connection with the owner's Mission Road/Spruce Cape Water & Sewer Replacement Project KIB-550-751 in strict conformity with the plans and specifications, including any and all addenda issued by the owner, with the other contract documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and the contract performed and completed subject to the approval of the owner or its authorized representative. ARTICLE II. LUMP SUM PRICES. The owner shall pay to the contractor as full consideration for the performance of the contract an amount equal to the Lump Sum amounts as set forth in the bid. ARTICLE III. UNIT PRICES. The owner shall pay to the contractor as full consideration for the performance of the contract, an amount computed upon the basis of the quantity of work actually performed at the unit prices as set forth in the bid. It is understood that the quantities stated are approximate only and are subject to either increase or decrease, and should the quantities of any of the items of work be increased, the contractor shall perform the additional work at the unit prices set forth in the bid and should the quantities be decreased, payment will be made on actual quantities installed at the unit prices set forth in the bid and the contractor will make no claim for anticipated profits for any increase or decrease in the quantities. Actual quantities will be determined upon completion of the work. ARTICLE IV. COMPONENT PARTS OF THIS CONTRACT. The contract entered into by the acceptance of the contractor's bid and the signing of this agreement consists of the following documents all of which are component parts of said contract and is fully a part 532H -Agreement Page 1 of 2 thereof as if herein set out in full, and if not attached, as if hereto attached. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. This Agreement Addenda Numbers 1, 2, 3. Supplementary Conditions Specifications (Division Manual) Contract Drawings General Conditions Standard Specifications Information for Bidders. Advertisement for Bids Bid Form 1 through 16 of Project Incorporated by Reference Performance and Payment Bonds Notice of Intent to Award Notice to Proceed In the event of any conflict of inconsistency between any of the foregoing documents, the conflict or inconsistency shall be resolved upon the basis of the numerical order. The document or documents assigned the small number or numbers being controlling over any document having a larger number in the numerical order set forth above. Provided, however, although the supplemental conditions incorporates standard specifications by reference, in case of conflict or inconsistency, these standard specifications have a numerical order as shown above. IN WITNESS WHEREOF, three (3) identical counterparts of this Agreement, each of which shall for all purposes be deemed an original thereof, have been duly executed by the parties hereinabove named, on this day and year first above written. Kodiak Island Borough Corporate By � Seal: 11,11or ATTEST: By7 L7YnG� Borough Clerk Brechan Ente pris s I Corporate By: Seal: Michael C. Brechan Title: praairloni- Fed. ID No. 92-0030431 532H -Agreement Page 2 of 2 ITEM NO. 11.a AGENDA STATEMENT OT: Septemner L, 1"J Contract No. 93-44 ITEM TITLE: Contract Award - Mission Road/Spruce Cape Road Water and Sewer Replacement Project SUMMARY STATEMENT: Bids were received and opened on August 10, 1993 for the Mission Road/Spruce Cape Road Water and Sewer Replacement Project in Service District No. 1. The apparent responsive low bidder was Brechan Enterprises Inc., of Kodiak, AK. Recommend award of the contract for the Mission Road/Spruce Cape Road Water and Sewer Replacement Project to Brechan Enterprises, Inc., of Kodiak, AK at a cost not to exceed $ 146,145.60. FISCAL NOTES ACCOUNT NO. 550-751-452-150-060-005 [ ] N/A Expenditure Amount Required $ 146,145.60 Budgeted $ 150,000.00 APPROVAL FOR AGENDA: M F Z W m W U 3 IL W K al d .y c O O. d C O C d a c c E d O a_ 00 Ln o 0 0 Li N a a M N IL ori OG oD f0 J N N N N Z U O Z J H U 7 w H Z = O ¢ N Fa Gd W U O F W cc 0N Z W Z U U Q o Y W y Q Q m -- RUG -19-'93 16:43 ID:KODIRK PUBLIC WORKS TEL NO:9074868066 #153 P01 CITY OF KODIAK PUBLIC WORKS DEPARTMENT _ FAX_ *-- t9071486-8066 DATE: TRANSMIT TO: TRANSMIT PHONE NUMBER: �j F6 q3 Z,4 Number Of pages transmi%tt{ed' (including cover'sheet): T FROM: CPI I�LCL T NOTES: If any pages are missing or illegible, please call apt�J�-�our y phone # /)0./ � SPECIAL INSTRUCTIONS: 3-01 �a_.T . l l� 'T' I / . _ _ N � . n . _ RECEIVED AUG 191993 KODIAK ISLAND BOROUGr CLERK'S OFFICE AUG -19-'93 16:44 ID:KODIAK PUBLIC WORKS TEL NO:907486eO66 i MEMORANDUM TO: Jerome Selby, Borough Mayor FROM* �Tiolmstfom;—i yEngineer u" U41 - #153 P02 SUBJECP: Mission Road/Spruce Cape Road Water & Sewer Replacement DATE: August 11, 1993 This memo is intended to give you some background on Standard Mechanical, ine._ Standard has 2 projects currently outstanding with the City: 1. Upper Reservoir Fence, PN 92-13, bid amount $109,131. The notice to proceed was issued on 7f27/92 with a 45 -day completion time. 1 2. 1992 Sidewalk, Curb & Gutter, PN 92-02, bid amount $52,334. The notice to proceed was issued on 7/23/92 with a 30 day completion time. On both of these jobs we observed the following: 1. Lack of knowledge and a general disreg for plans and specifications. 2. Poor quality workmanship. 3. Untimely performance. 4. Excessive staff hours devoted to inspection & construction administration. A third project, Fillar Creek Fuel 'link, PN 92-23 was just completed on July 20, 1993. Contractor performance was somewhat better on this project compared to the two outstanding projects. The project bid amount was $9,025. A notice to proceed was issued on 11/12/92, with a 30 day completion time. We sincerely hope that you will cousdder this iuformatiou prior to making a bid award dceaslun on the subject project. RUG -19-'93 16:44 1D:KODIRK PUBLIC WORKS August 16, 1993 Mr. Fred Duoolon Standard Mechanical 1851 Alexander Avenue Tacoma, Washington 98421-4107 TEL NO:9074868066 #153 P03 tc •�V� / ✓VT I IVI1� 4410 MILL DAY "D, KOVIAK, AL&KA 99615 TELEPHONE (907) 486.8060 Fax (907) 486-6066 Re: Overall Assessment Contractor Performance of Upper Reservoir Fence Project, PN 92-13 Dear Mr. Ducolon, Now that the City is finally able to olone out the Upper Reservoir Fence job, we believe that it is appropriate to put on record our assessment of Standard Mechanical's performance. While we are closing out the project and releasing the retention, we are dissatisfied with your overall performance. The following is a summary of our main points of dissatisfactions - Standard Mechanical had ohown a markod tendency to cut corners while an inspector is not on site. This is evidenced by the fact that not one of the approximately 124 posts that were pulled out of the approximately 450 posts originally installed, was found to have been placed according to specifications. As you know, we directed the removal of 124 posts because the posts were visibly loose in the ground. Posts were found to have been placed in as little as 12 inches depth. Due to this trend, we are suspicious of 6he remainder of the posts installed off of the dam face. This tendency to cut corners has been noted even up until the final inspection where we found, at a number Of locations, the fence fabric was attached to the top rail with ties pieced together from old broken ties and with old broken ties formed into hooks fastened to the fabric at only one end. This was done rather than use new or old salvageable single piece clips. Due to your performance on the project, we will conduct an inspection of the project within a year of this date. in the event that irregularities are found, we will attach your bond for any failure noted. This is in accordance with Section G5- 06 of the contract general provisions. We are releasing the retention because we agreed to do so after you made RUG -19-193 16:45 ID:KODIRK PUBLIC WORKS TEL NO:9074568066 OorL'ec;Lloaw on we directed. ti153 PO4 - The projeot won bid to be completed within 45 days. it took over a year to comp ete the--worLiquidateda gem�gema were no applied in on effort to work with, rather than against, you. We found that there was an overall lack of diligence to cumplete the work within a timely manner. We found that the Contractor was reluctant to have more than one crew at the same time on-site, and we found that it was a rare day when the Contractor's crew put in as such as 8 hours work in a day. If you have any questions please call me at (907) 486-8060. Sincerely, CITY PF KODIAX I 'WJE Matt Holmstrom City Engineer Linda Freed Community Development Department Kodiak Island Borough 710 Mill Bay Kodiak, AK 99615 Re: Mission Road Water & Sewer Replacement Our File No. 4702.453 Dear Linda ANCHORAGE OFFICE: 1200 1 STREET, SVITE 106 ANCHORAGE. ALASKA 99501 TELEPHONE AND FAX (907H 216'6100 SEAT -LE OFFICE: 300 MUTLAL LIFE BUILOING 605 1D.T AVENUE SEATTLE. NASHINGTCN 9610. -ELEPHONE: 1206 622'1639 FACSIMILE: ;206; 623'1521 I am writing with respect to the bid award for the Mission Road/Spruce Cape Road Water and Sewer Replacement, Kodiak Island Borough Project 550-752. I previously provided a letter to Robert Trousil dated August 12, 1993 concerning the failure of Standard Mechanical to provide a bid bond. A copy of that letter is enclosed. After I spoke with the engineering department and the clerk's office, I became concerned that the agenda statement did not provide a complete discussion of the issue. Therefore, for your convenience, I am recommending that you include the following statement in the stats' report concerning this bid award:- Standard ward: Standard Mechanical, Inc. submitted a bid to perform this project for the total price of $105,512. The bid advertisement required a bid bond or deposit in the amount of at least 5`90 of the total amount bid. There was no bid bond or deposit included with the Standard Mechanical bid. Following the bid award, the City of Kodiak provided a memorandum concerning Standard Mechanical's performance on two public projects. The City memorandum observed the following problem with performance of those contracts: 1. lack of knowledge and a general disregard for plans and specifications; 2. poor quality performance; 3. untimely performance; and 4. excessive staff' hours devoted to construction and construction administration. We have received an opinion from the Borough attorney indicating that there is a reasonable basis to conclude that the bid from Standard Mechanical is non-responsive based upon the failure to provide a bid bond. Also, there is a reasonable basis to conclude that Standard Mechanical is not a responsible bidder based upon the memorandum from the City of Kodiak. The staff therefore recommends the award of the contract to Brechan Enterprises, Inc. in the amount of their bid of $146,145. AUG 19 1993 KODIAK ISLAND BOROUGH CLERK'S OFFICE JAMIN, EBELL, BOLGER & GENTRY A RROFESSIONAL CORPORATION .OEL H. BOLGER' ATTORNEYS AT LAW :. WALTER EBELL' DUNCAN S. FIELDS 323 CAROLYN STREET DIANNA R. GENTRY KODIAK, ALASKA 99615 MATTHEW D...AMIN NAI TFR W_NAR� ON' .. -�EpH@N£•. (9071 4815 8024 ALAN L. SCHMITT MICHAEL C. SCIACCA' FACSIMILE: (901).66-6112 O A.ASKA --REPLY TO KODIAK OFFICE EDSOOTTERS BAR August 18, 1993 Linda Freed Community Development Department Kodiak Island Borough 710 Mill Bay Kodiak, AK 99615 Re: Mission Road Water & Sewer Replacement Our File No. 4702.453 Dear Linda ANCHORAGE OFFICE: 1200 1 STREET, SVITE 106 ANCHORAGE. ALASKA 99501 TELEPHONE AND FAX (907H 216'6100 SEAT -LE OFFICE: 300 MUTLAL LIFE BUILOING 605 1D.T AVENUE SEATTLE. NASHINGTCN 9610. -ELEPHONE: 1206 622'1639 FACSIMILE: ;206; 623'1521 I am writing with respect to the bid award for the Mission Road/Spruce Cape Road Water and Sewer Replacement, Kodiak Island Borough Project 550-752. I previously provided a letter to Robert Trousil dated August 12, 1993 concerning the failure of Standard Mechanical to provide a bid bond. A copy of that letter is enclosed. After I spoke with the engineering department and the clerk's office, I became concerned that the agenda statement did not provide a complete discussion of the issue. Therefore, for your convenience, I am recommending that you include the following statement in the stats' report concerning this bid award:- Standard ward: Standard Mechanical, Inc. submitted a bid to perform this project for the total price of $105,512. The bid advertisement required a bid bond or deposit in the amount of at least 5`90 of the total amount bid. There was no bid bond or deposit included with the Standard Mechanical bid. Following the bid award, the City of Kodiak provided a memorandum concerning Standard Mechanical's performance on two public projects. The City memorandum observed the following problem with performance of those contracts: 1. lack of knowledge and a general disregard for plans and specifications; 2. poor quality performance; 3. untimely performance; and 4. excessive staff' hours devoted to construction and construction administration. We have received an opinion from the Borough attorney indicating that there is a reasonable basis to conclude that the bid from Standard Mechanical is non-responsive based upon the failure to provide a bid bond. Also, there is a reasonable basis to conclude that Standard Mechanical is not a responsible bidder based upon the memorandum from the City of Kodiak. The staff therefore recommends the award of the contract to Brechan Enterprises, Inc. in the amount of their bid of $146,145. AUG 19 1993 KODIAK ISLAND BOROUGH CLERK'S OFFICE August 18, 1993 Page 2 Feel free to call if you have any questions. SinceL ely yours, JAMIN, EBELL, BOLGER & GENTRY Joel H. Bolger JHB:srp Enclosure cc: Je a Selby jXack McFarland (via fax to Donna Smith, Clerk's Office) 4702\453L.002 ..IAMIN, EBELL, BOLGER & GENTRY A PROFESSIONAL CORPORATION JOEL H. BOLGER' ATTORNEYS AT LAW ANCHORAGE OFFICE: C. WALTER EBELL' STREET SUITE DUNCAN S. FIELDS 323 CAROLYN STREET NCO 99501 ANCHORAGE. 95 R. GENTRY KODIA K, ALASKA 99615 SAND TELEPHONE AND FAX M_ATTFIEW _O. JAMIN MATTHEW WALTER W. N• SCHMIT ALAN L SCI -IM ITT TELEP«ONE: (907) G66'6024 MICHAEL C. SCIACCA' FACSIMILE: (907) 4866112 SEATTLE OFFICE: I-ITTED TO oSKA IND REPLY TO KODIAK CFFICE 300 My -JAL EE BUILD NO ALL ERS AD14TTED TC 605 F.RSTAVENI:E .,A5KA BIR SEATTLE. nXS—NGTON 9904 'ELEPL ONE: l206) 622-7E34 1AC S M I L E: 12 C 61 623 'E2' CONFIDENTIAL ATTORNEY/CLIENT CORRESPONDENCE August 12, 1993 Robert Trousil Environmental Engineer Engineering and Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 Re: Standard Mechanical Bid/Mission Road Water & Sewer Replacement Our File No. 4702-453 Dear Bob: I am writing in response to your telephone questions with respect to the award of a contract for the Mission Road/Spruce Cape Road Water and Sewer Replacement, Kodiak Island Borough Project 550- 752. According to the material you provided, the Borough released a project manual and bid solicitation on July 9, 1993. The project manual required all bids to be accompanied by a bid bond or deposit described as follows: 13. Bid and performance guarantees. A certified check, cashiers check, or bid bond payable as designated in the advertisement for bids in an amount equal to at least 5% of the total amount bid shall accompany each bid, as evidence of good faith and as a guarantee that if awarded the contract the bidder will execute the contract and give bonds as required. The successful bidder's check will be retained until he has executed the contract and furnished a 100% performance bond and a 100% payment bond in the form included in these contract documents with a qualified corporate surety. The owner reserves the right to hold the bid security from the three lowest bidders until the successful bidder has entered into the contract and furnished the performance and payment bond, but in no event longer than the hold period specified in the advertisement for bids. Successful bidders will be required to file a performance bond and a payment bond in the full amount of the contract price, which bonds shall be furnished by a surety company acceptable to the owner. Should the successful bidder fail to enter into a contract and furnish satisfactory bonds within 15 days after his proposal has been accepted, the bid security will be forfeited as liquidated damages. August 13, 1993 Page 2 Standard Mechanical, Inc. submitted a bid to perform the project for the total price of $105,512. There was no bid bond or deposit included with the bid. Other bids were submitted by Brechan Enterprises, Inc. in the among of $146,145, Anderson Construction, 7nc.'in the amount M $168,IJU-and A. K. Construction, Inc. in the amount of $208,231. At the time of the bid opening, Fred Ducolon of Standard Mex omeal indicated that he was asking the Borough to withhold his payment on a project related to Peterson Elementary as the bid security in this contract. He said that Steve Hobgood had told him that this procedure was acceptable. The staff has determined that Hobgood may have made the statement in connection with an earlier project which was much smaller, in which the bid security was not especially important. Staff has determined that Hobgood was out of town at the time the Standard Mechanical bid was presented for this project. There is no written agreement authorizing a withdrawal or retention of funds from the Peterson Elementary School project in order to substitute for bid security for the Mission Road project. Following the bid award, the City of Kodiak submitted certain information concerning Standard Mechanical, Inc. to the Borough mayor. The City Engineer, Matt Holmstrom submitted a memo stating that Standard Mechanical currently has two projects outstanding with the city, the Upper Reservoir Fence Project in the amount of $109,131 and the 1992 Sidewallt, Curb and Gutter Project in the amount of $52,334. Mr. Holmstrom stated that the staff had observed the following problems with the performance of those contracts: 1. lack of knowledge and a general disregard for plans and specifications; 2. poor quality performance; 3. untimely performance; and 4. excessive staff hours devoted to construction and construction administration. A estion As I understand it, your question is whether the Standard Mechanical bid should be accepted or ejected. I have concluded that you have a reasonable basis for rejection of the bid on the grounds that the bid is not responsive and the bidder is not responsible. B. Discussion. There are three sections of the Kodiak Island Borough Code which are relevant. 3.16.040 Advertising for bids ... a The purchase contract shall be awarded to the lowest responsitile bidder, or in the case of a sale, to the highest responsible bidder. 3.16.050 Processing of bids. Notwithstanding other provisions of this chapter relating to the award after competitive bid for purchases, sales and contracts, the Borough map. A. reject defective or nonresponsive bids; B. waive any irregularities in any and all bids; C. reject all bids.... 3.16.080 Lowest responsible bidder. In determining the lowest responsible bidder, the Assembly shall consider: A. the bid price; B. the ability, capacity and skill of the bidder to perform the contract within the time specified; C. the character, integrity, reputation, judgment and experience of the bidder, D. the quality of performance of previous contracts. The failure of Standard Mechanical to include a bid bond raises the question of whether or not its bid is responsive to the solicitation. The memorandum from the City of Kodiak concerning Standard Me chanicars past performance on city contracts raises questions concerning whether or not the bidder is responsible. August 12, 1993 Page 3 1. Bid Responsiveness. Proposals for public contracts must substantially comply with all requirements contained in the invitation for -proposals.- A "material"_ variance_ftrom the imitation requires rejection of the proposal, but a "minor" variance does not require rejection of the proposaL The variance is said to be material "if it gives the bidder a substantial advantage over other bidders, and thereby restricts or stifles competition."' The purpose of a bid bond is to assure that a bidder, if successful, will in fact, enter into the contract he has bid upon, and to provide a secure fund to compensate the public if he fails to do so. The usual condition of a bid bond is that the bidder must execute further contractual documents and give any performance and payment bonds that may be required by the terms of the bid A bid bond is intended to secure the public from loss occurring from a default by a successful bidder, that is his failure to enter into the contract in accordance with this bid .2 The requirement ..f a bid bond could induce potential bidders to withhold their bids, or it may affect the amount of the bid. 3 A bidder who fails to submit a bid bond gains a competitive advantage, in that he can submit a reckless or aggressive bid without fear of penalty. After the bid opening, he could review the other bids and determine to withdraw his bid if he feels that it is to his advantage to do so. Some cases have allowed a waiver of the requirement of filing a bid bond or security with the bid, when the bond is filed at or near the time of the bid opening.° For example, in King v. Alaska State Housing Authority, a bidder on a public development proposal failed to submit a security deposit with his proposal, because he attempted to qualify for an exemption from the security requirement. He did file the deposit, however, at the time when his exemption was denied, which was prior to the agency's consideration of the proposals. This is not a case where the bidder has missed a technical deadline, but actually provided the bid bond prior to the bid opening. Standard Mechanical has failed to present any bid bond at alL The failure to supply a bid bond should be sufficient grounds to reject the bid. 5 2. Bidder responsibilities. The memorandum from the City of Kodiak states that on two prior public construction projects awarded to Standard Mechanical, Inc., the city staff observed the following. 1. lack of knowledge and a general disregard for plans and specifications; 2. poor quality workmanship; 3. untimely performance; and 4. excessive staff hours devoted to inspection and construction administration. These observations are proper considerations under KIBC 3.16.080 as quoted above. The poor performance by Standard Mechanical, Inc. on prior public construction projects for the City of Kodiak reflects adversely on the bidders ability, capacity and skill to perform the present contract, as well as the general judgment and experience of the bidder. There is a reasonable basis to conclude that the bidder is not responsible based upon the memorandum from the City of Kodiak. 1 King v. Alaska State Housing Authority. 512 P.2nd 887, 892 (Alaska 1973). z Kennedy Temporaries v. Comptroller of the Treasury. 468 A.2nd 1026 (Md. App. 1984). a In the Matter of the Award of the Contract for the Construction of Bavonne Park. etc.. 401 A.2d 705 (N.J. App. 1979). Lorenz v. Plaquemines Parish Commission Council 365 So.2d 27 (La. App. 1978). 5 Lorenz v. Plaquemines Parish Commission Council 365 So.2d 27 (La. App. 1978). August 12,1993 Page 4 C. . There is a reasonable basis to conclude that the bid from Standard Mechanical standard Mechanical is not a responsible bidder. You should consider whether or not the neat lowest bid is a responsive bid submitted by a if you have any questions. Sincerely yours, JAMIN, EBELL, BOLGER & GENTRY Joel H. Bolger JHB:srp_/ cc: 1 rome Selby Jack McFarland 4702\453L.001 to contact me RECEIVED AUG 161993 KODIAK ISLAND BOROUGH CLERK'S OFFICE August 17, 1993 Mr. Fred Ducolon Standard Mechanical 1851 Alexander Avenue Tacoma, Washington 98421-4107 PULLC W4WMAUMeff 2410 MILL W ROAD, KODIAI(. ALAW 99615 TELEPHONE (907) 486-8060 FAX (907) 486-8066 RE: 1993 SIDEWALK, CURB & GUTTER REPAIRS; PN. 93-01 Dear Fred: This letter constitutes final acceptance of your work on the above -referenced project in accordance with the contract documents. Sincerely, Matt Holmstrom City Engineer 181610 (�.ECEIi!! ED July 20, 1993 Mr. Fred Ducolon Standard Mechanical 1851 Alexander Avenue Tacoma, Washington 98421-4107 PUBLIC WORKS DEPARTMENT 4T07'IICCBAY ROAD VOUtAV 9961 TELEPHONE (907) 486-8060 FAX (907) 486-8066 RE: PILLAR CREEK ABOVE GROUND FUEL TANK; PN. 92-23 Dear Fred: This letter constitutes final acceptance of your work on the above -referenced project in accordance with the contract documents. Sincerely, 77IAKO Matt Holmstrom City Engineer MH/ak ? Ali L_ �° AUG 19 1993 KODIaw C" 11 A