Laserfiche WebLink
After a thorough review of the bids received, we have determined that while Valley Paving, Inc. <br />24 <br />had the low bid, it did not conform with City Specification General Condition 207.0. This <br />25 <br />section of the specifications limits the total mobilization for the project to a maximum of 5% of <br />26 <br />the total bid. The mobilization item is compensation for preparatory work and operations, <br />27 <br />including the movement of personnel, equipment, supplies and incidentals to the Project site. <br />28 <br />Below is a summary of the mobilization percentages for all of the Contractors that bid this <br />29 <br />project. <br />30 <br />BIDDER MOBILIZATION <br />Valley Paving, Inc. 5.33% <br />GF Jedlicki, Inc. 3.53% <br />New Look Contracting, Inc. 4.76% <br />Minnesota Dirt Works, Inc. 4.98% <br />C.W. Houle, Inc. 3.64% <br />Penn Contracting, Inc. 4.76% <br />Northdale Construction Company, Inc. 9.38% <br />31 <br />The City has the right to reject any and all Bids, to waive any and all informalities not involving <br />32 <br />price. We have reviewed the contract and bids with the City Attorney and have been advised <br />33 <br />that since the inconsistency with Mobilization involves price and is a condition of the contract, it <br />34 <br />would not be considered an informality that could be waived. As a result, staff is recommending <br />35 <br />that we reject the lowest bidders, Valley Paving, Inc. because of non-compliance with General <br />36 <br />Condition section 207.0. <br />37 <br />We have reviewed GF Jedlicki, Inc.’s references and confirmed that they are a responsible <br />38 <br />bidder. Staff received positive references from Bloomington City staff, as well as engineering <br />39 <br />consultants Barr Engineering and Bolton & Menk, Inc., who served as project engineers for <br />40 <br />multiple cities, including Bloomington, Eagan, and St. Louis Park. All of these Agencies have <br />41 <br />contracted with GF Jedlicki, Inc. in the last 2 years. Staff recommends that we award the <br />42 <br />Contract to GF Jedlicki, Inc., since they are the lowest responsible bidder whose bid conforms <br />43 <br />with City Specifications. <br />44 <br />Another option available to the city is to reject all bids and re bid this project. This option would <br />45 <br />delay the Council award of bid to September and risk the completion of the project this <br />46 <br />construction season. Another risk is that bids could increase as well. Given the competitiveness <br />47 <br />of the bids received staff does not feel it is likely that bids would decrease. Also, given that this <br />48 <br />project is a flood reduction project, staff does not recommend additional delays to the project <br />49 <br />schedule. <br />50 <br />FI <br />INANCIALMPACTS <br />51 <br />We received seven bids for the Skillman Avenue Drainage Improvements. Bids were received <br />52 <br />on July 25, 2012. The low bid submitted by GF Jedlicki, Inc., $82,211.00, is 22% lower than the <br />53 <br />engineer’s estimate of $104,260 and within the budgeted amount for this project. This work is <br />54 <br />funded in the Storm Sewer Infrastructure Funds, as well as with a cost-share received from the <br />55 <br />Rice Creek Watershed District. <br />56 <br />Page 2 of 3 <br /> <br />