Loading...
HomeMy WebLinkAbout05/07/1991, 3 - WASTEWATER MANAGEMENT PLAN IMPLEMENTATION, UNIT 3 WASTEWATER TREATMENT PLANT IMPROVEMENTS PROJECT - CITY PLAN NO. R-28S, STATE REVOLVING FUND (SRF) LOAN NO. C-06-4031-130, AWARD OF CONSTRUCTION CONTRACT. IIIN��yllll�lllllll�l III MEETING DATE: tl �`II� CiV7 of San Llys OBISpO Ma 7 1991 COUNCIL AGENDA REPORT MEM NUMBER: FROM: William T. Hetland J� Prepared By: John E. Moss Utilities Director Wastewater Division Manage SUBJECT: Wastewater Management Plan Implementation, Unit 3 Wastewater Treatment Plant Improvements Project - City Plan No. R-28S, State Revolving Fund (SRF) Loan No. C-06-4031-130, Award of Construction Contract. CAO RECOMMENDATION: Adopt a resolution awarding the contract for construction of the Unit 3 Wastewater Treatment Plant Improvements - City Plan No. R-28S - to the second low bidder, Raweah Construction, in the amount of $13,091,807, and reject the bid of Alder Construction, the low bidder, as non- responsive. Award to be made contingent upon receipt of Approval To Award (ATA) from the State Water Resources Control Board (SWRCB) Division of Loans and Grants (DLG) . REPORT IN BRIEF: On August 7, 1990 Council approved plans and specifications and authorized staff to solicit bids for the above mentioned project. Bids were received on November 7, 1990 and subsequently rejected on January 15, 1991 due to the contractor's non-compliance with the bid specifications relating to minority and women owned business (MBE/WBE) procurement. The project was re-advertised on January 19, 1991 and bids were opened on February 21, 1991. Review of the bid documents again revealed complications with the bid submitted by Alder Construction, the low bidder. Again, the requirements relating to MBE/WBE procurement were not - satisfied and an additional violation of section 4104 of the Public Contracts Code relating to the listing of subcontractors was noted. After numerous submittals and amendments by Alder Construction, and extensive review by City Utilities and Attorneys staff, it has become evident that there are numerous irregularities which can not be waived by the City. 3 - 1 ���n�►����IIIII�IIp� I�Ulll city of San tins OBISpo COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 A protest to the award of the contract to Alder Construction has been filed by the second low bidder, Kaweah Construction. The protest is based on some of the same irregularities identified by staff. Review of the bid documents and related submittals provided by Kaweah Construction shows that they have fully complied with the requirements for MBE/WBE procurement and have submitted a responsive bid that will not require any waivers by the City. The State Water Resources Control Board has informed the City that they can not provide the City with an approval to award (ATA) document until the issue of the protest is resolved. They have provided a preliminary review of the City's submittal for this project and have indicated the ATA will be provided upon resolution of the protest. The State has also indicated the City -may award the contract as long as award is made contingent upon receipt of the ATA document. Staff is therefore recommending that the project be awarded to Kaweah Construction and the bid of Alder construction be rejected as non-responsive. This action will in turn, resolve the protest. In addition, staff is recommending that this award be made contingent upon receipt of the ATA from the State. It is necessary to proceed with award of the contract and provision of the notice to proceed as soon as possible in order to avoid violation of the consent decree between the City and the Regional Water Quality Control Board. Total cost of the project is $13,091,807. This project cost is $281, 193 less than that of the first bidding. Including a 5% contingency the project cost will be $13,746, 397. Approved State low interest loan funding for this project is $13,026,807. An additional $2, 235, 079 in State low interest loan funding will be provided as an allowance for design and administration of the project, making the total amount of the low interest loan $15,261,886. In view of the irregularities noted with the bid of Alder construction and the time constraints resulting from the consent decree, staff can not recommend any viable alternatives to the recommended action. 2 � r city of San LUIS OBISPO COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 DISCUSSION: 1. Background: On August 7, 1990, Council approved plans and specifications and authorized staff to solicit bids for the above mentioned project. Bids were received and opened on November 7, 1990. Detailed review of the bids revealed significant non- compliance on the part of the contractors with the State and Federal requirements for Minority and Women Business Enterprise (MBE/WBE) procurement as detailed in the Clean Water Grants (CWG) Bulletin No. 113-A. Based on the above review, staff recommended to Council rejection of all bids and to re-advertise the project. On January 15, 1991, Council approved staff's recommendation and the project was re-advertised on January 19, 1991. A pre-bid conference was held on February 5, 1991 to explain the MBE/WBE requirements to the contractors in detail in order to avoid recurrence of the problems encountered in the first bidding. Bids were received and opened for the second bidding of this project on February 21, 1991. Two bids were received. Alder Construction provided the low bid of $12, 612,147 and Kaweah Construction provided the second low bid of $13,091,807. Both bids received were below the low bid of the first bidding ($13,373,000) by $760,853 and $281, 193 respectively. 2. Chronology A brief chronology of events relating to Alder Construction's bid and subsequent submittals leading to staff's recommendation to reject Alder Construction as non- responsive is as follows: Feb. 21, 1991 - Bids received. MBE/WBE information form (Attachment 1-B) - Listed Burke Construction; Not all MBE/WBE's were listed; Incomplete information provided. Feb. 25, 1991 - Positive effort submittal. Listed MBE/WBE's intending to use (not including Burke) ; List of bid amounts of subcontractors (Burke 2nd low to Alder) . 3 � r �►�n�►�u►(uIIIII�IIi� Il�Ill city of San tins OBispo COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 Mar. 12, 1991 - Amended Attachment 1-B submittal. Listed Burke for two (2) items of work; Listed American Coatings for painting (not low bid, but MBE) . Mar. 16, 1991 - 2nd amended Attachment 1-B submitted. Did not include all MBE/WBEs who were low bidders, just included the three (3) who were listed on the original 1-B plus Santa Maria Electric. Mar.19, 1991 - Submittal regarding subcontractor's bid dates. Apr. 17, 1991 - Staff mailed approval to award (ATA) to State without any amended 1-B. Apr. 18, 1991 - 8:00 am, 3rd amended 1-B submitted, predated to Feb. 21, 1991. (Includes Burke) Apr. 18, 1991 - 10:00 am, corrected signature page of 1- B submitted with pre-date whited out and date corrected. Apr. 18, 1991 - 11: 00 am, Staff FAX'd corrected amended 1-B to State. Apr. 18, 1991 - 2:00 pm, Staff discovers Burke was listed on the 3rd amended 1-B but not listed on the subcontractor listing. 3. MBE/WBE Irregularities in Alder's Bid Review of the bid documents received in the second bidding again revealed an apparent non-compliance with the MBE/WBE procurement requirements on the part of the low bidder, Alder. Construction. Significant effort was expended working with the low bid contractor, Alder Construction, in an effort to demonstrate and verify that all of the requirements as detailed in the CWG Bulletin No. 113-A had been completed in a proper and timely fashion. In attempting to obtain the necessary verification, it has become evident that there are numerous irregularities, many of which can not be waived by the City. 4 -� ��►n�i��i�I�IIIIIIIIIII►��ui����IIU city of san Luis oBispo Nii% COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 Included as attachment 1 to this report is an evaluation of Alder Construction's MBE/WBE positive effort submittal completed by Kaweah Construction in preparation of a formal protest of award. Staff has reviewed this document and feel that most of the points made do have merit. Those items in this evaluation which are most significant and which the City has questionable ability to waive are identified as follows: Item(s) A. 1. , B.4. , B.5. , B.71 B.9. 1 C.2 . , C.4. , and C.6. . 4. Subcontractor Listing Violation in Alder's Bid Additional review of the bid documents also identified a significant problem with the listing of subcontractors. The prime contractor is required under Public Contracts Code section 4104 to list all subcontractors to be utilized on the job if the cost of their participation is greater than 1/2 of 1% of the total project value. As part of its original bid, Alder listed Burke Construction on the MBE/WBE participation form 4700-5, attachment 1-B, as a subcontractor with a total participation of approximately 1% of the project value, yet neglected to include Burke on the official list of subcontractors. Failure to list Burke on the subcontractor listing form is a direct violation of the subcontractor listing law, Public Contracts Code Section 4104. S. Protest and Response Summary Kaweah Construction has filed a letter of protest to the award of the contract to Alder construction based on Alder's failure to submit a completed form 4700-5 (MBE/WBE summary information form) and failure to meet the MBE participation goal. The letter of protest is included as attachment 2. Staff review of the documents does show the form 4700-5, attachment 1-B, submitted by Alder construction was not properly completed. It is clearly stated in the specifications that this form must be submitted with the bid and all positive effort steps must be completed, and that failure to do so will cause the bid to be rejected as non- responsive. This point was further emphasized at the pre- bid conference and in a letter mailed to all planholders on February 5,, 1991. This letter is included as attachment 3. Alder Construction has had an opportunity to respond to Kaweah's protest. However, they have failed to adequately substantiate compliance with the MBE/WBE procurement 5 3 �� ��� i�i►i�IIIiIIIIII��'�ui►����N city of San tuts OBISp0 i COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 requirements without requiring an unacceptable number of waivers on the part of the City. A protest appeal and a letter of response from Alder's attorney is included as attachment 4 to this report. Review of the documentation submitted by Kaweah Construction shows that they have fully complied with the requirements of the CWG Bulletin No. 113-A in MBE/WBE procurement and have submitted a responsive bid that will not require any waivers by the City. Staff is therefore recommending at this time that Council reject the low bid of Alder Construction as non-responsive and award the contract for construction of the Unit 3 Wastewater Treatment Plant Improvements to the next low responsive/responsible bidder,. Kaweah Construction. This recommendation is being made prior to receipt of the Approval to Award (ATA) from the State Water Resources Control Board. Because of the protest filed by Kaweah Construction and the irregularities surrounding the award of this bid, the State is requiring that the City resolve the protest and the issue of award prior to their providing the ATA. The State has completed a preliminary review by of the documents submitted by the City based on this recommendation and have indicated that the documents are in order and the ATA will be provided upon the City's resolution of the protest. Staff is therefore recommending that this award be made contingent upon receipt of the ATA from the State. FISCAL IMPACT: The City has obtained approval for State low interest loan funding for this project. The interest rate is approximately 3.5%. Based on previous cost projections, on May 8, 1990, Council approved an annual rate increase of $2.00 per month for a single family residence over a four year period and a revenue program sufficient to cover the debt service of the wastewater management plan projects and other operating and CIP program expenses. This project was identified and approved in the 1989-91 Financial Plan and Approved 1989-90 Budget, page E-7, Wastewater Treatment Plant Improvements, at a total estimated cost of $25,364,000. The required improvements are to be completed in two phases, Unit 3 and Unit 4. This project is the first phase, Unit 3. Of the $13,091,807 bid for this project, $13, 026,807 of the work was found to be eligible for SRF loan funding and 6 3 -lv mH�►��►1(ulllllhllp ���pl city of San WIS OBISpo COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 $65,000 was identified as ineligible. The ineligible items include the difference in cost of 22 million gallon per day (mgd) influent pumps versus 12 mgd pumps ($45, 000) , a 54 inch influent pipe versus a 48 inch pipe ($5,000) , and new paving around the three existing anaerobic digesters ($15,000) . The first two items were ineligible as the State will only fund pumping and flow capacity needs for a maximum 12 year expansion. The pumps and influent pipe were designed to facilitate plant expansion, as identified in the wastewater management plan, to the year 2015. It was determined that the 12 mgd pumps and the 48 inch influent pipe would be sufficient to accommodate a 12 year expansion. However, staff feels it would not be cost effective to install the smaller pumps and influent pipe only to have to replace them with larger units in 12 years. The state denied funding for paving around the existing anaerobic digesters as it was previously funded in the Unit 1 expansion in 1983 . A detailed cost breakdown for the project is as follows: Total SRF Eligible Project . . . . . . . . . . . . . $13, 026,807 Total Ineligible . . . . . . . .. S 65. 000 TOTAL CONSTRUCTION COST . . . . . . . . . . . . . . . . $13,091,807 Contingency @ 5$ • S 654 .590 TOTAL INCLUDING CONTINGENCY . . . . . . . . . . . . $13,746, 397 SRF Approved Funding: Eligible Construction Cost . . . . . . . . $13 , 0261807 Design and Administration . . . . . . . . . S 2, 235. 079 LOAN TOTAL . . . . . . . . . . . . . . . . . . . . . . . . $15,2611886 Funding for the debt service and ineligible project costs is from the sewer fund. CONCURRENCES: The City Attorneys Office has been closely involved in the review and evaluation of the documents related to this issue and concur with the recommendations herein. ALTERNATIVES: Council may direct staff to proceed with award of the contract to the low bidder, Alder Construction. Due to the fact that Alder Construction has failed to fully comply with 1'111i11111111lll111011 11 city of San LUIS OBISpo COUNCIL AGENDA REPORT Unit 3 WWTP Improvements, Award Meeting of May 7, 1991 the requirements of the CWG bulletin no. 113-A and Public Contracts Code Section 4104, the City's certification of the contractor's compliance with these requirements to the State may place the low interest loan funds to be used for this project in jeopardy. Therefore, this alternative is not recommended. Council may also direct staff to reject all bids and re- advertise the project. This project has already been re- bid once. The Consent Decree between the City and the State Regional Water Quality Control Board requires the City provide Notice to Proceed for this project no later than May 16, 1991 or pay stipulated penalties. Given this is already a re-bid of the project, the extremely tight time constraints of the consent decree, and that the second low bid is below the low bid of the first bidding and has been determined to be a responsible and responsible bid, this alternative is not recommended. CAO RECOMMENDATION: Adopt a resolution awarding the contract for construction of the Unit 3 Wastewater Treatment Plant Improvements - City Plan No. R-28S - to the second low bidder, Kaweah Construction, in the amount of $13,091,807, and rejecting the bid of Alder Construction, the low bidder, as non- responsive. Award to be made contingent upon receipt of Approval To Award (ATA) from the State Water Resources Control Board (SWRCB) Division of Loans and Grants (DLG) . Attachments: 1. Alder's Submittal Evaluation, by Kaweah 2. Kaweah's Protest Letter 3. City's MBE/WBE Requirements letter 4. Protest Appeal and Alder's Response to Protest Issues 8 3 - g RESOLUTION NO. (1991 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO REJECTING THE LOW BID OF ALDER CONSTRUCTION FOR THE AWARD OF CONTRACT FOR THE UNIT 3 WASTEWATER TREATMENT PLANT IMPROVEMENTS, CITY PLAN NO. R-28S, AS NON-RESPONSIVE AND AWARDING THE CONTRACT TO THE NEXT LOW RESPONSIVE/RESPONSIBLE BIDDER, KAWEAH CONSTRUCTION. WHEREAS, on February 21, 1991 the City received and opened bids for the construction of the Unit 3 Wastewater Treatment Plant Improvements project, City Plan No. R-28S, and WHEREAS, staff has reviewed the documents submitted with the bid and subsequent submittals for compliance with the bid specifications, and WHEREAS, the low bidder, Alder Construction, has failed to fully comply with the requirements of section 00590 of the specifications and subsequent addenda relating to the Clean Water Grants Bulletin 113-A for procurement of minority and women owned business participation, and WHEREAS, the low bidder, Alder Construction, has failed to fully comply with the requirements outlined in section 4104 of the Public Contracts Code for listing of subcontractors, and WHEREAS, the second low bidder, Kaweah Construction, has complied with the requirements of the bid specifications and has been determined to be a responsive/responsible bidder, and WHEREAS, the State Water Resources Control Board requires the City to resolve the protest to the award of this contract prior to granting Approval To Award. NOW, THEREFORE, BE IT RESOLVED, the City Council for the City of San Luis Obispo does hereby reject the low bid of Alder Construction as non-responsive, and awards the contract for construction of the Unit 3 Wastewater Treatment Plant Improvements, City Plan No. R-28S, to the next low responsive/ responsible bidder, Kaweah Construction, in the amount of $13 , 091,807. BE IT FURTHER RESOLVED THAT, award of this contract is contingent upon receipt of the Approval To Award document from the State of California Water Resources Control Board. Upon motion of seconded by and on the following roll call vote: AYES: NOES: 3 -5 Resolution no. tn§i Series,) -_ ABSENT. the foregoing resolution was adopted this _ _ day of - 1991: - Mayor Ron Dunn Attest: Pam Voges, City Clerk ATTACEl+tENT 1 ATTACffi+IENT 1 (Review of Alder's POS'itive Effort Steps Submitted by Raweah;) MEMO TO: Al Perini FROM: Will Lyles DATE: 4/18/91 RE: San Luis Obispo WWTP SUBJECT: Alder' s Positive Effort Documentation A. Revised Attachment 1-B 1 . Original Attachment 1-B must be used for submission with State Water Quality Control Board ( Section 590 , Attach- ment B) . Alder may not substitute a new Attachment 1-B . B . February 26 , 1991 Letter 1 . Alder ' s advertisement in the Dodge Construction News - Green Sheet was on Tuesday, February 19 , 1991, two days prior to the bid. - Positive Effort Step #2 requires notification " . . . at least seven ( 7 ) working days prior to the bid. " 2 . Alder advertised in the Intermountain Constructor on February 18 , 1991 , three ( 3 ) days prior to the bid. - Positive Effort Step #2 requires notification " . . . at least seven ( 7 ) working days prior to the bid. " - An advertisement in a Utah publication cannot be considered relevant to this project. 3 . Alder' s direct mail by the Small Business Exchange was made on February 19 , 1991 , two ( 2 ) days prior to the bid. - Positive Effort Step #2 requires notification " . . . at least seven ( 7 ) working days prior to the bid. " - These advertisements were not sent out certified mail as required by Positive Effort Step #2 . 3- 13 January 18 , 1991 Memo (Alder' s Positive Effo� c Documentation) 4 . Alder contacted the Small Business Administration and the Santa Barbara Minority Business Center on February 15 , 1991 , five ( 5 ) working days prior to the bid. - Alder failed to comply with Positive Effort Step #1 which requires the SBA and the OMBE assistance centers be contacted " . . . at least five ( 5 ) working days prior to the need for referrals" . - Alder failed to comply with Positive Effort Step #5 which requires the contractor to make use of the SBA and the OMBE assistance centers. 5 . We are not able to determine who Karen Jones represents or when she was contacted. Attachment 4 appears to be dated February 20 , 1991 , one ( 1 ) day prior to the bid. - Positive Effort Step #2 requires notification " . . . at least seven ( 7 ) working days prior to the bid. " 6 . Alder sent out certified letters soliciting Minority Bids . - Alder has failed to document, as required by Positive Effort Step #2 : a. " . . that invitations were sent to at least three MBE/WBE contractors/suppliers for each item of work referred by the MBE/WBE assistance center. " b. of . . that the invitations must adequately specify the item( s) for which sub-bids were requested. " Alder ' s letter is generic including many items not pertinent to the specific subcontractor/supplier. 7 . Alder failed to include R. Burke on their list of proposed subcontractors . R. Burke was shown on their original 1-B. R. Burke' s Self-Certification was not included. 8 . Alder did not list Simmons Masonry on their proposed list of subcontractors. Simmons ' s Self-Certification was not included. 9 . Alder did not recognize Santa Maria Electric as a minority firm, nor did they list Santa Maria Electric on their proposed list of subcontractors. Santa Maria Electric' s Self-Certification was not included. 3 - Iq January 18 , 1991 MeiL._ (Alder' s Positive Effc,_,. Documentation) 10 . Alder did not offer a comparison of garage door quotes . 11 . Attachment 10 was a regular mailing not in compliance with Positive Effort Step #2 . In summary, Alder' s February 26 , 1991 , letter demonstrates their failure to comply with Positive Effort Steps #1 and #5 . In addition, Alder clearly failed to provide documentation of compliance with Positive Effort Steps #2 , #3 and #4 . C. March 11/12 , 1991 Letters 1 . Alder' s March 11/12 , 1991 letters were not received by the city . . . within ten working days following bid opening . . . " as required by Attachment #1 , require-ment B-1 . 2 . Positive Effort Step #1 a. Alder' s contact with the SBA and OMBE on February 15 , 1991 was too late to comply with Positive Effort Step #1 . b. Page 13 of Brown & Caldwell ' s December 21 , 1991 evaluation of Alder's first bid states that Alder did not contact the Office of Minority Business Enterprises on October 24 , 1990 and also questions whether Alder ever contacted the Santa Barbara Minority Business Development Agency or the Small Business Administration. ( see Attachment #1 ) c. Alder would not have received a Cal-Trans list from the Santa Barbara Minority Business Development Agency. d. Alder' s October contacts with the various agencies were not for the February 21 bid. Additional information from these agencies was available for the February bid, hopwever this information was not obtained by Alder in time to be used. 3 . Positive Effort Step #2 a. The October 26 mailing was not relevant to the February 21 bid, these letters were not sent certified and do not conform with Positive Effort Step #2 requirements. 3- (S January 18 , 1991 Memo (Alder' s Positive EffoLc Documentation) b. Certified mailing dated February 8 , 1991 , does not show that letter were sent " . . . to at least three . . . MBE/WBE contractors/suppliers for each item of work referred by the MBE/WBE center. The invitations did not " . . . specify the item( s) for which the sub-bid was requested. " Many of the letters were not received in time to meet the 7 day requirement. c. The telephone contacts made by Alder were not in response to the assistance centers, are poorly logged, do not show an adequate positive effort. Many calls were made after February 13 and do not meet the 7-day requirement. d. Alder' s advertisements were not placed 7 days prior to the bid. e. The Small Business Exchange was not hired 7 days prior to the bid. 4 . Positive Effort Step #5 a. Alder did not obtain available assistance from the Small Business Administration and the Office of Minority Business Enterprise at an early enough date to comply with Positive Effort Step #5 . ( see Positive Effort Step #1 above) 5 . Alder ' s attachment #7 list of DBE, MBE and WBE firms with which they intend to contract does not include R. Burke, a firm listed on their attachment 1-B form. The percentages listed by Alder are irrelevant as most of these firms were not included on attachment 1-B. 6 . With regard to attachment #8 , switching listed subcon- tractors is a violation of state law. Therefore, Alder may not: 1 ) switch American Coatings for Baily 2 ) switch R. Burke for Whitaker Engr. 7 . Alder cannot be allowed to amend the specification as suggested by attachment 9 prior to the award. 8 . Alder' s March 11/12 letters did not include the list of all sub-bids received as required by Positive Effort Step #2 . January 18 , 1991 Mems- (Alder' s Positive Effo�,. Documentation) In summary, Alder' s March 11/12 letter shows that Alder has failed to comply with Positive Effort Steps #1 , #2 and #5 and failed to submit Positive Effort Documentation within 10 days of the bid. 3- � 1 ATTACM(ENT 2' c� KAWEaa--7 CONSTRUCTION CO. GENERAL ENGINEERING CONTRACTORS POST OFFICE BOX 7780.FRESNO.CALIFORNIA 93747 REPLY TO: SACRAMENTO DIVISION PHONE (209)252.9492 . FAX (209)252.7377 P.O.BOX 28057.SACRAMENTO.CALIF.95828 CALIFORNIA CONTRACTOR'S N0. 13088$ PHONE IS 16)739.6830. FAX (9161739.631 9 February 25, 1991 City of San Luis Obispo Dept. Of Public Works 955 Morro Street .San Luis Obispo, CA 93401 Attention: Mr. John Moss Reference: Project No. R-28-S: San Luis Obispo Wastewater Treatment Plant Unit 3 Improvements Dear Mr. Moss: Reference is made to the opening of bids on February 21, 1991 with respect to the rebidding of the above project. / Upon review of the bid submitted by Alder Construction Company with our attorneys, we herewith notify your office that Kaweah Construction Co. protests any contract award to Alder on the grounds that its bid is incomplete, incorrect, inconsistent and in direct contravention of the specific instructions issued by your office under date of February 05, 1991 with regard to the necessity for accurate completion of Attachment 1-B (Form 4700-5) . Attachment 1-B as submitted by Alder Construction Company is incomplete and clearly states an "MBE Participation Goal" well below the 19.2 percent minimum requirement called for in the contract and emphasized in your letter of February 05, 1991 to all planholders. we have been advised that Alder filed a protest with your office in connection with Kaweah' s original bid of November 7, 1991 on this project which was predicated on alleged errors and omissions in the Attachment 1-B form submitted by Kaweah at that time. We can only assume that such protest by Alder was relied upon as the basis for the rejection of Kaweah' s original bid by your office and accord- ingly, will expect the same standard to be applied to Alder Construction Company. Please contact our Sacramento office if you have any questions. Very truly yours, Albert Perini President AJP/sc 3 I ATTACHMENT 3 Of cI�r $An WIS OBISPO 25 Prado Road • San Luis bbispo, CA 93401 February 5, 1991 Planholders Unit 3 Wastewater Treatment Plant Improvements City Plan No. R-28S SUBJECT: MBE/WBE PROCUREMENT ASSISTANCE To whom it may concern: A pre-bid conference for the above mentioned project was held on February 5, 1991 at 1:00 pm. The conference was primarily held to clarify the requirements of the Clean Water Grants Bulletin No. 113A as contained in section 00590 of the project documents and Addenda No. 3. In order to assist all -potential bidders on this project the City is making available to all planholders a copy of the information which was presented at the conference. This information is not to be considered a part of the project documents and is merely being presented to assist contractors in understanding the . minimum requirements for compliance with the MBE/WBE requirements. Attached you will find a description of the MBE/WBE requirements highlighting issues of concern and/or needing clarification. Also attached is a listing of Minority Business Development Centers currently holding plans and specifications for this project. It is the hope of the City that this information will assist you in complying with the MBE/WBE requirements. In addition you should also note that meeting the goals established for MBE/WBE participation does not relieve the contractor from required full compliance with each of the positive effort steps. If you have any questions regarding this information please don't hesitate to call me at (805) 549-7220. Since ly- John E. Moss Wastewater Division Manager c: Mr. Dick Wasser, SWRCB Mr. Azee Malik, Brown and Caldwell Engineers Mr. Bob Dancoisne, Brown and Caldwell Engineers 3- �l d MBE/WBE REQUIREMENTS 1. GOALS - Are the :same as those listed in the project documents as MBE/WBE Historical Averages in Attachment 3 of Addenda 3. MBE = 19.2 WBE = 3 Also please note that the attachments of section 00590 in the project documents need to be replaced with those contained in Addenda 13. 2. FORMS - Attachment 1B (Form 4700-5) as found in Addenda 13 must be submitted with the Bid. Please be sure this form is completed accurately and signed. Attachment 1C - MBE/WBE Self Certification Form - may be submitted within 10 days of the bid opening. The City is requesting that this form be submitted with the Bid if at all possible. Note - one form per MBE/WBE to. be utilized. Also please note the definitions of MBE/WBE's etc. as defined in Attachment 1 of Attachment A of Addenda 3. Please insure that all listed MBE/WBE's conform to these definitions. 3. SBA AND MBDC •CONTACTS AND PHONE NUMBERS - Please note the telephone number change for the SBA as shown in Addenda 01. A listing of MBDC's to whom Plans and Specifications have been sent will be available to contractors after the meeting. 4. POSITIVE EFFORT STEPS - All positive effort steps must be taken prior to bid opening. The number of days prior for each step is specified in Attachment 1 of Attachment A of Addenda 13. - All positive efforts must be fully documented. Please maintain telephone logs of all contacts made pertaining to these provisions. In addition please note that all mailings to MBE/WBE's must be done by certified mail. "Unanswered phone calls and regular mail will not be considered adequate positive effort". - The City will request the low bid contractor to provide a narrative description of the positive efforts made in obtaining MBE/WBE participation. This narrative should be in sufficient detail and be supported by sufficient documentation so as to allow verification of the contractor's positive efforts. Detail is requested on each of the 5 positive effort steps. The city would also like to request that this information be submitted with the bid if 4 at all possible. r Page 2 5. POSITIVE EFFORT STEP DETAIL - 1. Include qualified MBE/WBE businesses on solicitation lists. - Advertisements must specifically solicit MBE/WBE participation. Contractors must be able to document contact with the SBA and OMBE assistance centers. If the assistance centers cannot provide you with a list of qualified MBE/WBE subcontractors, request a letter of explanation as to why. Please be sure to make initial contact with these assistance centers by telephone, as required under item 5 of the requirements. Follow-up contact by mail is recommended. 2. Assure that MBE/WBE businesses are solicited whenever they are potential sources. - Invitations to MBE/WBE's must be made at least 7 days prior to need of a bid response. At least 3 or all if less than 3 MBE/WBE's referred F must be contacted for each item of work to be sub-bid. Invitations must specify the items of work for which sub-bids are being requested. This includes advertisements. - All requests for sub-bids must also require each party to a sub-agreement to follow the 5 positive effort steps in obtaining MBE/wBE participation if second tier subcontracting is done. - Contractors will be required to provide a listing of all sub-bidders for each item of work that MBE/WBE's were solicited. This list shall include the dollar ($) amounts of all sub-bids received. 3. Divide the total requirements of the project into small tasks or quantities to permit maximum participation of MBE/WBE businesses. - Contractors will be required to provide documentation that they gave consideration to doing this. If it can not be done, the contractor must provide documentation as to why. 4. Establish delivery schedules which will encourage MBE/WBE participation. l 3 '23 J Page 3 - Again, provide documentation that consideration was given to this item and if not done, document why it could not be done. 5. Use the services and assistance of the SBA and the OMBE as appropriate. - Document contact with both offices. Note telephone number change of the SBA as included in Addenda 01. Listing of MBDC's currently holding Unit 3 Plans and Specifications is available. - If contact is not made with these offices the bidder must provide documentation as to why, as well as explain what MBE/WBE lists were used. Alternate MBE/WBE lists used must be applicable to this project. Solicitation of firms obviously not interested in performing work in this area is not acceptable positive effort, e.g. using a list from a previous out of state project. In closing, please note Attachment 2 of Attachment A in Addenda 03, Grantee Minority Business Enterprise/Woman Business Enterprise Certification form. Insure that the City will be able to complete this form and certify that the contractor has complied with each of the positive effort steps indicated on this form. �II�II II city of sAn lugs 06iispo,, 25 Prado Road • San Luis Obispo, CA 93401 LISTING OF MINORITY BUSINESS DEVELOPMENT CENTERS CURRENTLY HOLDING PLANS AND SPECIFICATIONS FOR UNIT 3 WASTEWATER TREATMENT PLANT IMPROVEMENTS. Mr. Grant Thornton San Jose Minority Business Development Center 150 Alameda Blvd. P.O. Box 6779 San Jose, CA 95150 Ph.# (408) 275-9000 Santa Barbara Minority Business Development Center Fontaine, Quintanilla and Associates 4141 State Street, Suite B-4 Santa barbara, CA 93110 Ph.# (805) 964-1136 Mr. John F. Inglehart Minority Business Development Agency U. S. Department of Commerce 221 Main Street, Room 1280 C San Francisco, CA 94105 Ph.# (415) 744-3001 Minority Business Development Agency U.S. Department of Commerce 977 North Broadway, Suite 201 Los Angeles, CA 90012 Ph.#'s (213) 894-7157/7158/7159 Mr. Manuel Lerma Bakersfield Minority Business Development Center NEDA - San Joaquin Valley, Inc. 218 South H Street, Suite 103 Bakersfield, CA 93304 Ph.# (805) 837-0291 Mr. Steven Johnson Fresno Minority Business Development Center NEDA - San Joaquin Valley, Inc. 2010 North Fine, Suite 103 Fresno, CA 93727 Ph.# (209) 252-7551 Mr. Cleveland O.Neal Los Angeles Minority Business Development Center II Business Development Center of Southern California 3807 Wilshire Blvd. , Suite 700 Los Angeles, CA 90010 Ph.# (213) 380-9471 MBDC's Page 2 Mr. Victor F. Fontaine Oxnard Minority Business Development Center Fontaine, Quintanilla and Associates 451 West 5Th Street Oxnard, CA 93030 Ph.# (805) 483-1123 C . i ATTACEMENT 4 PROTEST APPEAL Letter, Alder Eng. 8c Const. Mar 26, 1991 Page 1 ALDER ENGINEERING CONSTRUCTION COMPANY 3939 SOUTH 500 WEST SALT LAKE CITY, UTAH 84123 801/266-8856 March 26, 1991 CITY OF SAN LUIS OBISPO P. 0. BOX 81009 990 PALM STREET SAN LUIS OBISPO, CA 93401 Attention: JOHN MOSS We submitted a Proposal, February 21, 1991 for the Construction of Unit 3, Wastewater. Treatment Plant Improvements. This letter is in response to a telephone conversation between John Moss and Bill Herodes, of our office, Thursday, March 21, 19919 stating that the City of San Luis Obispo is planning to reject our bid as non-responsive. If a protest was filed, I am requesting a Protest Appeal, in our behalf, be initiated as provide in the specifications. We made a responsive, responsible, and low bid at bid time. Our bid included the all of the forms, in the SECTION 00300 BID, SECTION 00310 BIDDING SCHEDULE, SECTION 00410 BID GUARANTY BOND, SECTION 00421 NONDISCRIMINATION IN EMPLOYMENT, SECTION 00422 BIDDER'S MANPOWER ESTIMATE, SECTION 00423 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS, SECTION 00430 PROPOSED SUBCONTRACTORS, SECTION 00450 MANUFACTURERS AND SUPPLIERS MAJOR EQUIPMENT AND MATERIAL ITEMS, SECTION 00460 NONCOLLUSION DECLARATION TO BE SUBMITTED WITH BID, required by the contract specifications. All of these forms were filled out as required. These forms were found in the front of the specifications in the vicinity of the INVITATION TO BID and the INSTRUCTIONS TO BIDDERS. We also filled out the MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE INFORMATION, Form No. 4700-59 Attachment 1-B. This form stated -that "FAILURE TO SUBMIT THIS FORM WITH BID WILL CAUSE THE BID TO BE REJECTED AS NONRESPONSIVE" . We did submit this form with our bid. This form was found in SECTION 005890 CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) . . . . . . .IN CALIFORNIA. You have in prior conversations with our office, informally made reference to a protest of our bid and bidding procedures having been filed by Kaweah Construction Company. As of this date we have not been formally advised, in writing, of such a protest. �(7 PROTEST APPEAL Letter, Alder Eng. & Const. Mar 26, 1991 Page 2 Before any action can be taken against us based on this protest we should be advised in writing that the Protest exists. We should be given a specified time . to file a Protest Appeal in accordance with Specification documents SECTION 00585: PROCUREMENT REGULATIONS FOR FEDERALLY ASSISTED (EPA) CONSTRUCTION PROJECTS (40 CFR PART 339 MARCH 28, 1983) . REFER TO FEDERAL REGISTER/VOL.48, NO. 60/ Monday, March 28, 1983/Rules and Regulations, Subpart G - Protests. Sub paragraph 33.1115 Protest Appeal. - (a) A party with a financial interest which is adversely affected by the recipient's decision on the initial protest may file a "protest appeal" with the award office. (b) A "protest appeal" is a written complaint filed with the award official regarding the recipient's determination of a protest. THE CITY OF SAN LUIS OBISPO has requested information from us regarding our bid since the date of the bid opening. We have answered these request assuming that you were attempting to qualify our bid so that you could award the contract to us. In doing this you would save the city of SAN LUIS OBISPO the amount of $4799000.009 which is the difference between Alder's low bid and the bid of Keweah Construction. Our previous experience is that municipal Owners are required by law, and desire. to accept the lowest responsible bid. The information we have supplied you in response to your request shows that our BID was responsive to the intent of the bidding documents. It seems to me that it is the City of San Luis ' Obispo goal and desire to reject our bid, regardless of the additional cost to the city. It also seems that the object of your requests for information has been to see if we ;can possibly prove that we have complied with every letter of the bid documents in order to prevent our bid from being rejected. The bid documents provide a means to adjust the Participation of MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE firms. SECTION 00100 INSTRUCTIONS TO BIDDERS, 1.09 AWARD A CONTRACT, B. PRE-AWARD ACTIONS: para 3. EPA CONFERENCE: states "The apparent low bidder, therefore, shall be prepared to attend a meeting that will be scheduled by the Environmental Protection Agency after PROTEST APPEAL Fetter, Alder Eng. & Const. Mar 26, 1991 Page 3 the opening of bids, but before award, he will be requested to specify what affirmative action he has taken or proposes to take to assure- equal employment opportunity on the project. Until a determination has been made by the Environmental Protection Agency that a satisfactory compliance position exists on the part of the prospective contractor, and the determination has been concurred in by the Department of Labor, Office for Equal Opportunity, award of the contract will not be authorized. " Further, SECTION 00590 CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) . . . . . IN CALIFORNIA, states in the CLEAR WATER GRANT PROGRAM BULLETIN 113A, ATTACE29M #1, page -5-, item B. Other Requirements, underlined for emphasis, paragraph 4. If additional MBE/WBE subcontracts become necessary after the award of the prime contract, Attachment 1-B must be provided to the owner/grantee by the Prime Contractor with in ten (10) working days following the award of each new subcontract. This provision provides a means for the Prime Contractor to increase the MBE/WBE participation in the project as required. This part of the contract documents control the bidding process with equal authority to all others cited. needPlease let me know if there is anything further you . 4Sincer y, illiam R. Barton Vice President Copy to: 1. " Bob Dancoisne Brown & Caldwell, Engineers 2. Mullen, Sullaivan & Newton, Attorneys LTR120 3 - 3a ANDRE,✓RE, A PROFESSIONAL LAW CORPORATION MORRIS PETER R.ANDRE-MetM) & BUTTERY MICHAEL.1.MORRIS iAMEs C.BLRTERY - DENNIS A LAW J.TODD MBLOLLA P.TERENCE SCHUBERT SCOTT W.WALL MARY E M••r ISTER 7366 Pa_r_Street April 8, 1991 Post Office Bos Tdo San Luis Obispo Catifomia 9340&Z 6 Telephone 8MI5434M Jeffrey Jorgenson, Esq. HAND DELIVERED Fax NnmberW51543-= City Attorney APRIL 9, 1991 City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 RE: ALDER CONSTRUCTION COMPANY/WASTE WATER TREATMENT PLANT IMPROVEMENTS Dear Mr. Jorgenson: As you know, this firm represents Alder Construction Company ("Alder") . The purpose of this letter is to provide you with Alder' s initial response to the written protest of Kaweah Construction Company ("Kaweah") , filed on February 25, 1991, after Alder was determined to be the lowest bidder by at least $479 , 000 . 00 on the Unit 3 Waste Water Treatment Plant improvements proposed by the City of San Luis Obispo (the "City") as Project No. R-28-S (the "Project") . All parties involved in this matter are familiar with the events leading to the second bid on the Project. We will therefore avoid a detailed analysis of the facts surrounding the initial bid on the Project. There are two facts, however, arising from Alder' s initial bid on the Project that directly relate to Kaweah' s protest filed in connection with our client' s bid of February 21, 1991. First, Alder made an extensive solicitation of qualified MBE/WBE contractors and suppliers for its initial bid on the Project. Alder did a direct mailing to over four hundred fifty (450) subcontractors and suppliers, Alder did a separate, certified mailing to over eighty (80) pre-qualified MBE/WBE contractors and suppliers obtained from the Santa Barbara Minority Business Center, and Alder retained Small Business Exchange of San Francisco to do a direct mailing to specific MBE/WBE contractors and suppliers who would have the potential to participate in the Project. Second, with respect to the first bid on the Project, contrary to Kaweah's letter of February 25 , 1991, our client did not file a protest against Kaweah's original bid on the Project. ' A pmFESMONAL LAW CORPORATION ANDU MORRIS & BLTTTII2Y Jeffrey Jorgenson, Esq. April 8, 1991 Page two With these facts as background, the remainder of this letter will direct itself to the unqualified conclusion that Alder was both a responsible and responsive low bidder on the Project on February 21, 1991. This conclusion can be reached after analyzing Alder's actions leading up to its second Project bid, and the law applicable to these actions. We will therefore segregate our comments, whenever possible, between a factual analysis and legal analysis of Alder' s actions surrounding the second bid on the Project. We recognize that there has been a series of letters between the City and our client since the bid opening on February 21, 1991. There have also been several telephone conversations between John Moss and Bill Barton, the Executive Vice President of Alder. All of the information we present to you in this letter is substantiated by these prior communications, the bid documents submitted by our client on February 21, 1991, and the pre-bid activities of Alder. This letter will summarize this information for you and provide an objective legal analysis of the issues raised by Kaweah. 1. FACTUAL BACKGROUND. All parties agree that Alder is certainly a responsible bidder on the Project. We are aware of no protests by Kaweah or any other interested party that Alder is anything but a responsible contractor, as defined in Section 33 . 220 of the U.S . Environmental Protection Agency ("EPA") Procurement Policy set forth in 48 CFR 33 . 220 and in the California Public Contract Code. We will therefore limit our comments to the issue of whether or not Alder is a "responsive" low bidder on the Project, as this term is defined under the Project bid documents, and applicable California and federal laws. Kaweah has protested the low bid of Alder on the basis that our client did not properly conform to the positive effort requirements for MBE/WBE project contractors and suppliers under Section 00590 of the State Water Resources Control Board ("SWRCB") Contract Provisions for the Utilization of Minority Business Enterprise ("MBE") and Women Business Enterprise ("WBE") on Clean _ Water Grant Construction Contracts in California, as issued in Addendum No. 3 to the Project bid documents. As you know, the SWRCB guidelines are intended to reconcile the standards of EPA grants, as set forth in 48 CFR Section 33 .240, et seq. , with the "good faith effort" standards of California Public Contract Code Section 2000. We will demonstrate how our client has met all of 3 -3Z ANDRE,LRE, A PRCFESSiONAL LACY CORPORATION MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page three these standards as a responsive bidder. Kaweah also suggests that Alder' s bid of February 21, 1991 should be rejected as non-responsive because is does' not meet the Project' s MBE participation goal of 19.2%. First, please note that our client' s bid of February 21, 1991 clearly meets and exceeds the City' s WBE participation goal and the only issue is the MBE participation goal. Second, while it is true that the original Attachment 1-B (Form 4700-5) submitted by our client with the bid documents of February 21, 1991 does not meet the City's stated MBE percentage goal, we must remember that this fact alone is irrelevant with respect to whether or not Alder is a responsive bidder. The stated MBE participation goal of the City is in fact a coal, not a requirement that, if not met, makes a low bidder automatically non-responsive. Indeed, as we will demonstrate, the bid submitted by Alder on February 21, 1991 was responsive and the good faith efforts of Alder to solicit MBE/WBE participation in the Project more than exceeds the actions necessary for the City to find Alder to be a responsive low bidder. The primary means for the City to assure the fact that our client is a responsive low bidder is to verify positive effort documentation, as established by the SWRCB MBE/WBE guidelines. To summarize these guidelines, there are five (5) requirements for positive effort documentation, and seven (7) additional requirements to verify good faith efforts to achieve maximum MBE/WBE participation. To conform to the five (5) requirements for positive documentation, a responsive low bidder must take actions prior to bid opening to assure that minority and women businesses are used whenever possible. These five (5) requirements are: (1) Including qualified MBE/WBE businesses on solicitation lists; (2) Assuring that MBE/WBE businesses are solicited in a timely fashion whenever they are potential sources for bids; (3) Dividing total contract requirements, whenever economically feasible, into smaller tasks or quantities to permit maximum participation of MBE/WBE businesses; (4) Establishing delivery schedules for a project that will encourage MBE/WBE participation; and (5) Utilizing of the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce. The seven (7) additional requirements of the SWRCB guidelines are: , 3 3 A PROFES�iONAL LAW CbRPORATION ANDRE, MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page four (1) A requirement that an apparent successful low bidder submit documentation showing all required positive efforts were made, prior to- bid opening; (2) An explanation of why any low MBE or WBE sub-bidder was rejected or considered as non-responsive; (3) Completion of MBE/WBE self_certification forms (Attachment 1-C) for all qualified MBE/WBE sub-bidders ; (4) Timely completion of amendments to Attachment 1-B, to the extent that additional MBE/WBE subcontracts are involved; (5) Deviations from a bidder's Attachment 1-B shall not result in a reduction of MBE/WBE participation without the City's prior approval; (6) Limitations on MBE/WBE brokerage arrangements counting towards MBE/WBE goals; and (7) A requirement that an apparent low bidder meet all five (5) positive effort steps to maximize MBE/WBE participation. Alder' s pre-bid activities in anticipation of its successful low bid an February 21, 1991 meet all of the requirements of the SWRCB guidelines applied to the Project. We will address each requirement individually. 1. Including qualified MBE/WBE businesses on solicitation lists. All qualified MBE/WBE business were included on the solicitation lists of Alder utilized for its bid of February 21, 1991. Mr. Moss' Memorandum of March 1, 1991 focuses on the fact that Alder contacted the Santa Barbara Minority Business Development Center ("MBDC") four (4) working days prior to February 21, 1991; not five (5) working days prior to February 21, 1991, as required by the SWRCB guidelines. Mr. Moss ' comments do not recognize, however, the fact that Alder had already contacted the Santa Barbara MBDC in connection with its project bid in November, 1990, and had obtained a complete solicitation list at that time. The call to the Santa Barbara MBDC on February 15, 1991, was placed to obtain any updates to the solicitation list previously supplied to Alder. As Mr. Barton indicated to Mr. Moss in his correspondence of February 26, 1991, Karen Jones, of the Santa Barbara MBDC, informed Mr. Barton on February 15, 1991 that the MBE/WBE solicitation list previously supplied in anticipation of the November Project bid was current and no updates were necessary. Indeed, the list supplied to Alder by Ms. Jones on February 20, 1991 is more restrictive than the list previously received by Alder well in advance of the November 71 1990 bids. Alder exercised positive effort in connection with this requirement. 3 -3� ,�}�m��i a PROFESSIONAL LeW CORPORATION A V REI _ MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page five 2 . Assuring that MBE WBE businesses are solicited in a timely fashion whenever they are otential sources forbids. This requirement seems to have caused considerable confusion between Alder and the City in the City's attempts to confirm Alder' s positive effort documentation. We apologize for any confusion that we have caused. We hope that the summary of the following facts, previously supplied to the City in correspondence from Mr. Barton, will serve to eliminate any prior confusion and confirm that we meet this second positive effort requirement. The requirement states that a bidder must document that it has provided bid solicitations to qualified MBE/WBE bidders at least seven (7) working days prior to the bid response date. Further, the documentation must evidence a "real desire for positive response" and provides the example of sending certified letters with return receipts requested. Mr. Moss' Memorandum of March 1, 1991 makes reference to the fact that Alder placed two (2) distinct advertisements in construction newspapers, soliciting Project MBE/WBE participants on February 18 , 1991 and February 19 , 1991, respectively. Mr. Moss notes that these advertisements were not made seven (7) working days prior to the bid response date and therefore these efforts should not satisfy the solicitation requirements. He is correct. Mr. Moss' Memorandumalso notes y that Alder contracted for an MBE/WBE mailing to be p 1991 Small Business Exchange in anticipation of the February 21, bid. This mailing was not done by the Small Business Exchange until February 19 , 1991 and therefore should also be deemed non- responsive. Mr. Moss is also correct. In fact, the Small Business Exchange "was contacted by Alder well in advance of the seven (7) day requirement, but the Small Business Exchange failed to conduct the mailing until February 20 , 1991. It is regrettable that Alder could not control the actions ofthe Small Business Exchange in this instance, even though they were specifically aware of the SWRCB requirements placed upon Alder. Alder' s MBE/WBE positive solicitation efforts listed above do fall short of the specific guidelines of the SWRCB. This limited analysis, however, does not take into account the most significant actions of Alder in anticipation of the February 21, 1991 project bid. First, and most importantly, on February 11, 1991, well in advance of the seven 7 workin da re irement of the SWRCB guidelines, Alder did a Project bid solicitation mailing by certified mail, with return receipts requested, to all certified MBE/WBE contractors and suppliers provided by the Santa Barbara MBDC in October, 1990. As previously indicated, this list was still in effect in February, 1991. As indicated, over eighty (80) � �35 SA V J.J 1RE, A PROFE55TONAL LAa� PO CORRATTON LMORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page six qualified MBE/WBE participants were expressly solicited. Documentation of this solicitation was included as Attachment No. 5 in Mr. Barton's letter to Mr. Moss of February 26, 1991. Second, on February 8 , 1991, Alder mailed bid solicitations to over 450 qualified subcontractors and suppliers throughout the Western United States. Some of these contractors and suppliers are qualified MBE/WBE bidders. To summarize, not only did Alder make a timely solicitation of qualified MBE/WBE contractors and suppliers, but Alder took the additional steps to further solicit qualified MBE/WBE participants by doing a separate mailing to over 450 subcontractors and suppliers, contracting with the Small Business Exchange for an additional MBE/WBE mailing, and by placing two (2) separate advertisements in trade publications. We challenge any bidder to exceed these positive efforts towards soliciting qualified MBE/WBE participants in the Project. 3 . Dividing total contract recuirements, whenever economically feasible into smaller tasks or quantities to permit maximum participation of MBE/WBE businesses. As indicated by Mr. Moss ' Memorandum of March 1, 1991, the solicitations made by Alder to qualified MBE/WBE participants did in fact break out the total work in the Project to allow for maximum MBE/WBE participation. Indeed, Alder' s solicitation letter of February 7, 1991, previously forwarded to Mr. Moss as Attachment No. 5 to Mr. Barton' s letter of February 26, 1991, listed no less than 32 separate bid categories and invited responsible bidders to bid in any number of categories. 4 . Establishing delivery schedules for a prosect that will encourage MBE/WBE participation. Once again, as agreed by Mr. Moss in his Memorandum of March 1, 1991, Alder has clearly met this requirement. A review of Alder's solicitation letter of February 7 , 1991 clearly indicates our client' s intent to allow for full participation by MBE/WBE businesses, with no limitation on project schedules that would inhibit participation by qualified MBE/WBE businesses. 5 . Utilization of the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce. Once again, there can be no question that Alder has met this positive effort requirement. As outlined above,' contact was made with the Santa Barbara MBDC on February 15, 1991. Prior contact was made in October, 1990, regarding Alder's first bid on the Project. Unlike other specified requirements of the SWRCB guidelines, this 3 -3c� A PROFESSIONAL LAW CORPORATION REI MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April S. 1991 Page seven requirement does not have a specified time constraint, contrary to the analysis made by Mr. Moss in his Memorandum of March 1, 1991. Even if the referenced five (5) working day time constraint were applied, recognition of the prior contacts of Alder with the Santa Barbara MBDC clearly meet any standard that might be applied. Documentation of these efforts was provided to the City in Mr. Barton' s letters of February 26, 1991, and March 12, 1991. In addition to meeting all of the required positive effort criteria of the SWRCB guidelines, Alder's bid met all of the seven (7) additional SWRCB criteria prior to the second bid opening on February 21, 1991. 1. A re uirement t oarent successful low bidder submit documentation showing all re ired positive efforts were made prior to bid opening. Extensive documentation has been submitted to the City in response to its original solicitation of February 23 , 1991. We believe Alder' s bid documents and its letters of February 26, 1991, March 11, 1991 and March 12 , 1991 supply the City with Alder' s positive pre-bid opening efforts towards MBE/WBE solicitation. These responses were provided in a timely fashion and were meant to respond to the questions put to Alder by the City. Admittedly, some confusion has arisen in connection with Alder's responses and it is for this reason that we are attempting to summarize our responses in this letter. 2 . Why any low MBE or WBE sub-bidder was refected or considered as non-responsive. Our client' s letter of February 26, 1991 goes into extensive detail on all MBE/WBE bids received in connection with the second bid on the Project. As indicated, no low MBE or WBE sub-bidder was rejected by Alder as being non- responsible and/or non-responsive. 3 . Completion of MBE/WBE self-certification forms (Attachment 1 C) for all qualified MBE/WBE sub- )idders. To our knowledge, all required self-certification forms (Attachment 1-C) from Alder' s proposed MBE/WBE participants in the Project have been provided to the City. 4. Timely completion of amendments to Attachment 1-B to the extent that additional MBE WBE subcontracts are involved. Alder has in fact provided the City with an amended Attachment 1-B, in conformance with this requirement. As more fully detailed below, this amendment to Alder's Attachment 1-B was required once Alder learned that Santa Maria Electric Company was in fact a qualified MBE subcontractor. This requirement was met in a timely ANDRE, - A MOFFcSTONAL LAW C'ORFORAMN MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page eight fashion. 5. Any deviation from a bidder's Attachment 1-B shall not result in a reduction of MBE/WBE participation without the City' s prior approval. No reduction of MBE/WBE participation in the Project is proposed by Alder. 6 . A limitation on MBE/WBE brokerage arrangements counting towards MBE/WBE goals. No brokerage arrangements were utilized by Alder in soliciting MBE/WBE participation for the Project. 7. A requirement that an apparent low bidder perform all five (5) positive effort steps to maximize MBE/WBE participation. As clearly shown, Alder did in fact conform to all five (5) positive effort requirements of the SWRCB guidelines implemented for the Project. Alder was the low bidder for the Project by at least $479 , 000 . 00 and all of Alder' s actions prior to the bid opening date indicate that it was in fact a responsive bidder. Not only did Alder seek to conform its actions to the SWRCB guidelines, but Alder required each of its proposed subcontractors and suppliers to conform to these requirements as well. As previously indicated to the City, Alder's February 7, 1991 solicitation letter to MBE/WBE participants specifically requires that all bids be in conformance with the bid documents of the City and therefore requires full compliance with the SWRCB MBE/WBE participation goals. Further, all telephone inquiries of Alder from potential MBE/WBE participants were given a detailed description of the MBE/WBE requirements set forth by the City for the Project. Based on the foregoing facts, we do not see how Kaweah can objectively contend that Alder is a non-responsive bidder on the Project. Alder in fact conformed to every requirement of the stated SWRCB guidelines. The only other issue raised by Kaweah in its written protest focuses on the percent of MBE participation in the Project proposed by Alder, relative to the 19.2% MBE goal set forth by the City. First, it must be recognized that an MBE participation goal is only an objective, not a requirement to make a bidder responsive. If a bidder falls short of the MBE participation goal, as Alder did, one must look to the low bidder's positive effort requirements to certify the bid as responsive. If the City does this in the case of Alder's low bid, there can be no question that the contract 3 -3 $ ANDRE, A PROFESSIONAL LAW CORPORATION MORRIIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page nine should be awarded to our client. Alder does not dispute the fact that its original Attachment 1-B (Form 4700-5) submitted with its bid on February 21, 1991 was in some ways incomplete. This fact is due to the time pressures associated with the bid process (directly related to the receipt of last-minute bids from subcontractors) and the receipt of incomplete information from MBE/WBE sub-bidders. The original Attachment 1-B (Form 4700-5) submitted by Alder lists Vista Steel as a WBE participant, R. Burke Company as a WBE participant and Bolanos Landscaping as an MBE participant. Elsewhere in the bid documents originally submitted to the City on February 21, 1991, Alder documents its intention to issue the electrical subcontract on the Project to Santa Maria Steel Company. Only after the bid opening date did Alder learn that Santa Maria Electric Company is in fact a qualified MBE subcontractor. Upon learning this, Alder contacted the City and submitted an amended Attachment 1-B, in compliance with the SWRCB guidelines. The inclusion of Santa Maria Steel Company as a qualified MBE subcontractor brings Alder' s MBE participation percentage to 15. 8% of the total bid. Alder' s amended Attachment 1-B also included Simmons Masonry, Field Lining Services, American Coatings, and North Bay Garage Doors as additional proposed MBE subcontracts that Alder would award if declared the low, responsive bidder, and these additional MBE subcontracts would be awarded at no additional cost to the City. All of these proposed additional bids were received by Alder prior to February 21, 1991 and documentation has been supplied to the City to substantiate this in Mr. Barton' s letters of March 11 and 12 , 1991. If the City only considers Bolanos Landscaping Company and Santa Maria Electric Company as the MBE participants for use by Alder, Alder' s bid contains a significant (15.8%) MBE participation percentage. This percentage, in combination with the documented positive solicitation efforts of Alder, provide a clear basis for the determination that Alder was a responsive bidder. An objective analysis of the facts associated with Alder' s low bid shows our client to be a responsive bidder, who is well qualified and eager to construct quality waste water treatment facilities for the City. All of the required SWRCB MBE/WBE guidelines were met or exceeded. At a minimum, Alder' s MBE participation percentage is 15.8% of its low bid. Further, in an 3 - 31 ANDRE, A T'ROFESSTONAL LAW CORPORATfO\ MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page ten effort to maximize MBE participation, Alder is prepared to award subcontracts to additional MBE sub-bidders (for bids received prior to February 21, 1991) , even though these sub-bidders were not low bidders, at no additional cost to the City, but a significant additional expense to Alder. We see no way in which our positive efforts towards maximum MBE/WBE participation in the Project could be greater. 2 . LEGAL ANALYSIS . The conclusion that Alder is the lowest responsible and responsive bidder for the Project is also directly supported by the law applicable to the issues raised by Kaweah's protest. Under California Public Contract Code Section 20162, the City is required to let the contract for the Project to the lowest responsible bidder. Regarding the contract currently under consideration, Alder is clearly a responsible bidder, since there is no question that Alder is capable of performing the work set forth in the contract. Under Public Contract Code ("PCC") Section 2000, the City is permitted to require that the Project be awarded to the lowest responsible bidder who meets certain criteria related to participation in the contract process by Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) . Under PCC Section 2000 (a) and the SWRCB guidelines, the City required that Alder either meet the 19.2% minority participation goal, or make a good faith effort to comply with that goal by taking various actions to solicit MBE and WBE participation. As the facts and information provided above clearly demonstrate, Alder gave MBEs and WBEs numerous opportunities to bid on the Project. In response to the efforts taken by Alder, 15. 8% of the contract price bid by Alder was to be performed by MBE subcontractors. While Alder did not meet the 19 . 2% goal established by the City, Alder clearly made a good faith and positive effort, in accordance with the established criteria, to comply with the goals set forth by the City. In its protest letter to the City of February 25, 1991, Kaweah claims that Alder's bid should be rejected because of its failure to reach the 19.2% goal set for the Project. However, neither PCC Section 2000, the SWRCB guidelines, nor the applicable EPA guidelines require strict compliance with this goal. Under PCC Section 2000, the legislature seeks to balance the requirement that a government bid be let to the lowest responsible bidder with the . 3- ANDRE,LRE, A rMFESSIONAL LAW CORrORATTON MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page eleven social goal of involving minority and women business entities in the public contracts arena.. Clearly, under PCC Section 2000 (a) (2) , a bid cannot be deemed non-responsive for its failure to meet the goals set forth by the local agency; rather, a good faith effort to achieve the stated goals is deemed sufficient. This concept of a "good faith effort" is mirrored by the "positive effort" criteria of the SWRCB guidelines outlined above, and were directly met by Alder in its pro-bid activities C Kaweah has also taken issue with Alder' s admitted failure to include certain information, such as the addresses and phone numbers of subcontractors and related information, on Attachment 1-B. In essence, Kaweah claims that Alder' s bid contains an "irregularity" , in that certain information is not set forth where indicated on Alder's Attachment 1-B. In considering this basis for Kaweah' s protest, it is important to note that all of the relevant information requested by the City pursuant to its bid form was provided by Alder on or before the bid opening on February 21, 1991. Certain information, such as addresses and phone numbers, may have been omitted from Attachment 1-B, but this information was clearly provided in other parts of the bid documents. Therefore, the irregularity complained of by Kaweah was merely the failure to provide certain information on Attachment 1-B that had been provided to the City at other places in the bid documents. In support of its position, Kaweah cites the following legal authorities, all from jurisdictions outside of California: Bolander & Sons v City of Minneapolis, 438 N.W. 2d 735 (Minn-APP. 1989) ; Leo Michuda & Son v Metropolitan San itaT-y District of Greater Chicago, 422 N.E. 2d 1078 (I11.App. 1981) , Northeast Construction Company v. Romney, 485 Fed.2d 752 (D.C.Cir. 1973) ; Rossetti Contracting Co v. Brennan, 508 Fed.2d 1039 (7th Cir. 1975) . Kaweah also cites the Konica case discussed in detail below. These cases can be readily distinguished from the legal and factual issues currently under consideration. In Bolander, the court found a bid non-responsive under Minnesota law for its failure to meet a contractual clause that required that a specified percentage of the work be performed by a WBE. In the Project, while an MBE/WBE goal is indicated, Alder' s good faith effort to comply is deemed sufficient under PC_ Section 2000 (a) (2) and the SWRCB guidelines. In fact, the requirement that a specific portion of a project be reserved solely for performance by a minority enterprise was found unconstitutional in Associated General Contractors v. San Francisco, Fed.2d 922 (9th Cir. 1987) ' A PROFFSSTONAC EAtV CORPORATTON ANDRE MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page twelve (cert. denied in 449 U.S. 1061) . Similarly, in the Michuda, Romney and Rossetti cases, the contractual scheme differed significantly from the Project, where the demonstration of good faith efforts to solicit minority participation is equivalent to meeting a hiring goal. In each of those cases, the low bidder also failed to designate minority sub- contractors, but instead "pledged" to meet the contractual goals. It is significant that Alder's bid contains and identifies specific MBE/WBE subcontractors, and as the detailed factual presentation provided above indicates, extensive good faith efforts were made in conformance with PCC Section 2000 (a) (2) and the SWRCB guidelines. Moreover, in each of these cases the contract at issue contained language vastly different from the Project documents. It is also important to note that Alder filed an amended Attachment 1-B following its discovery that Santa Maria Electric Company is a MBE subcontractor. This amended Attachment 1-B is completed in full. The City clearly has the ability to waive irregularities contained in the bid. The bid documents, at page 00020-3 , clearly reserve this right to the City. "The owner also reserves the right to waive any informalities in any bid and to delete certain items listed in the bid as set forth therein. " Moreover, California law is clearly in accordance with the City's right to waive such an irregularity. "If there is an irregularity or clerical error in the bid which does not materially affect the proposal, the awarding official may waive the omission or variance. In determining whether an irregularity is of a substantial nature, the question is whether it affords the bidder an advantage over other bidders and effects one or more of the elements that were contemplated or considered in reaching a price figure so that the result effects the amount of the bid. " Gibbs & Hunt, California Construction Law, (9th ed. ) , page 31 (emphasis supplied) . Further, an opinion by the California Attorney General has summarized the relevant principles in this area: "A basic rule of competitive bidding is that bids must conform to specifications, and that if a bid does not so conform, it may not be accepted. However, it is further well established that a bid which substantially conforms to a call for bids may. though is not 3 -q2Z 4 ' A PROFESSIONAL LAW CORPORAMN ANDRE MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8 , 1991 Page thirteen strictly responsive be accepted if the variance could not have affected the amount of the bid or coven a bidder an advantage or benefit not allowed other bidders or in other words if the variance is inconseQuential. . . ' it is inconceivable that inconsequential departures will not appear . . . , but if the unit in toto, proposed to be erected, generally conforms to the city' s needs and will substantially perform the service, which the city requires, non-conformity between plan and bid does not exist. "' 47 Ops. Cal.Atty. Gen. 129 , 130-131 (1966) , quoting Dougherty v. Folk . (1941) 46 N.E. 2d 307 , 311 (other citations omitted, emphasis supplied. ) As stated in Cyr v. White (1947) 83 Cal.App.2d. 22, 27, "the object of statutes requiring municipal contracts to be awarded on the basis of competitive bidding is to prohibit waste of the public money, corruption and favoritism. " None of these factors or considerations are present in the situation presently before the City. The failure of Alder to supply the information contained in other portions of the bid on Attachment 1-B does not impact any element related to figuring the price of the contract, and did not provide Alder an advantage over other bidders. In such a case, an irregularity of form may be corrected or disregarded. 10 McQuilliri, Law of Municipal Corporations, Section 29.68 (3d. 1981) . Is the omission of addresses and phone numbers on one (1) form, when found elsewhere in Alder' s bid, worth $479, 000 . 00? In Menefee v County of Fresno (1985) 163 Ca1.App. 3d 1175 , the California Court of Appeal affirmed the Fresno County' s decision to waive the lowest bidder' s failure to sign the appropriate line on the bid form, which signature was required by language in the bid documents. In analyzing this issue, the Court noted that there was no express declaration in the bid that stated that an unsigned bid would be rejected. Although the bid form itself contained . mandatory language requiring the missing signature. The Court found that "this mandatory language controls the bidder, not the Board of Supervisors. It requires a bidder to sign his bid, but does not control the Board's discretion to waive the requirement. " Menefee at page 1180. 3 � �3 A*mnL/ A PROFESSIONAL LAW CORFORATTON LM11OlRMS & BLT=Y Jeffrey Jorgenson, Esq. April 8, 1991 Page fourteen The same contractual language that was analyzed by the Menefee court is found in the Project bid documents. Under Section 1. 04 A.4 . , at page 00100.3, the bidding and contract requirements state that "bids which contain omissions, erasures, or irregularities of any kind may be rejected", while at Section 1.04 D. , at page 00100- 5 , the Project bid documents read, " (f]ailure to list subcontractors may render a bid non-responsive and may be grounds for rejection of the bid. " simply put, the Project bid documents do not contain an unequivocal declaration that irregular bids shall be rejected, and the City clearly has retained the discretion to waive minor irregularities, as we have here. The Menefee Court further noted that, under Williams v. Bergin (1900) 129 Cal. 461, a waiver should not be allowed "if the irregularity would give the bidder an unfair advantage by allowing him to withdraw his bid without forfeiting his bid bond . . . . If such relief is not available (the low bidder] did not have an unfair advantage because its bid was unsigned, so the County should be able to waive the signature requirement. " Id. at 1180-1. Based upon this analysis, the Appellate Court found that the failure to sign the bid was not material, that the County did not abuse its discretion in waiving this minor irregularity, and the contract was properly awarded to the low bidder. Similarly, in the present situation, Alder's bid bound it to perform the work set forth in the contract, and its failure to provide information present on Attachment 1-B, which was presented at other places in the bid documents, did not give Alder an unfair advantage over other bidders. Alder' s actions would not have permitted it to withdraw its bid without forfeiting its bid bond, nor did it in any way affect the work that is to be completed under the contract, the materials to be used in performing that work, or the price to be paid for the work to be completed. In conclusion, in the present case, as in the Menefee decision, the City has the power to waive a minor irregularity, and the Project award to Alder as the lowest responsible and responsive bidder. Kaweah cites Konica Business Machines v Regents of University of California (1988) 206 Cal.App. 3d 449 as authority for the rejection of Alder's bid as non-responsive. A review of this decision indicates that Kaweah's position is not well taken. In Konica, the contract required an award "to the lowest responsible bidder meeting specifications, or else reject all bids. " (Konica at page 453-4, emphasis supplied. ) The reference to "specifi- cations" concerned copy machine performance standards, and the contract required that the copiers produce a certain volume of ANDRE, A rR FES SSIONIAL Cffiy CORMUMN MORRIS & BUTTERY Jeffrey Jorgenson, Esq. April 8, 1991 Page fifteen copies per minute. The low bidder's response failed to meet these technical specifications, and evidence was presented to the court which indicated that a machine that could meet these specifications quoted in the contract would cost substantially more than the machines that were to be used by the lowest bidder. The court therefore found that the low bidder, by deviating from the specifications, obtained a competitive advantage over other bidders which was directly related to the price of the contract, and that the bid was therefore deemed non-responsive. Relying upon the Attorney General ' s opinion cited above, the Court found that the deviation in the Konica contract was substantial, since it clearly affected the amount of the bid. These facts are inapplicable here. Alder' s bid meets all specifications and we have shown Alder' s extensive efforts to meet all bid solicitation criteria. It is clearly permissible for the City to waive the minor irregularity complained of by Kaweah, and the courts are bound to uphold the City' s discretionary decision, absent a finding of abuse of discretion. As stated in Diablo Beacon Printing & Publishing Company v City of Concord (1964) 229 Cal.App. 2d 505, 508 : "In determining whether to accept a bid for a public contract, public officers as a rule perform not merely ministerial functions, but duties of a judicial or discretionary nature, and the courts, in the absence of fraud or an abuse of discretion; will not ordinarily interfere, so long as the officers comply with the controlling constitutional or legislative provisions. " The San Luis Obispo city Council clearly is within its powers to waive the minor omission complained of, and as the Diablo Beacon case indicates, the courts will give the Council's decision great weight, if called upon to review this decision. It is in the best interests of the City, especially in light of the $479 , 000. 00 disparity between the amount of the Alder bid and the second lowest bidder, for the City to grant the Project to Alder. This will ensure that the Project is completed by a responsible contractor, who was completely responsive to the SWRCB and MBE/WBE guidelines and used extensive positive efforts to solicit MBE/WBE Project participation under these guidelines. NDANDRE, E, ayg FUc;10NAL LAW OORPOCATfON_ LM�lOLRRI�IS & BUTTERY Jeffrey Jorgenson, Esq. April S . 1991 Page sixteen We will make ourselves available to. you and any other interest City officials to answer any questions or address any comments concerning our client's position. Thank you for your time. You s ve trul , r J. Todd Mirolla JTM:cb cc: Bruce Alder, Alder Construction Company Bill Barton, Alder Construction Company Cindy Clemens, Esq. John Moss 3 -`��