HomeMy WebLinkAbout11/13/2018 Item 14, Christen
Christian, Kevin
From:ericchristen <ericdchristen@gmail.com>
Sent:Tuesday,
To:Pease, Andy; Christianson, Carlyn; Rivoire, Dan; Gomez, Aaron; Harmon, Heidi
Cc:White, Kelly; Dietrick, Christine; CityClerk; Johnson, Derek; Grigsby, Daryl;
nwilson@thetribunenews.com; news@ksby.com; letters@newtimesslo.com
Subject:Regarding your vote for a union PLA tonight: You are putting Federal Funds at risk.
Attachments:Berkley Exemption.pdf; Federal Open Bid Regulation.pdf
Importance:High
Council Members.
Among the myriad of reasons a divisive and discriminatory Project Labor Agreement (PLA) is bad for the City of
San Luis Obispo is the one having to do with Federal funding.
Contained in the staff report is the following:
Paragraph 3.5 (b) and 3.8 Federal funds (Packet Page 361)
Attached as exhibit 'G' is the requirement for Davis-Bacon wages.
The requirement of Davis-Bacon wages signifies that there will be Federal funding.
I have attached the City of Berkley attorney's opinion stating that a project needs to be exempted from that
City’s PLA for the inclusion of the 30% local workforce clause or the city could not receive Federal funds. I have
also attached the Federal regulation.
The proposed PLA for SLO in section 3.5.2 (packet page 406) specifically mentions a goal of 30%, same goal
that Berkley uses. My opinion is that of the Berkley city attorney that Federal monies cannot be used or it
would be a violation of Federal statute (CFR 200.319 (b)). I did not see this issue addressed in the City
presentation. Under Rational For Recommendation by Berkley, "The Applying the CWA to this project would
make it ineligible to receive Federal Aid".
Should you pursue a PLA on this project we will seek to hold you accountable with regards to federal funding.
1
Set aside this desire to reward your political donors and show that you value all the members of your
community equally, not just those with deep pockets.
Eric Christen
Executive Director
Coalition for Fair Employment in Construction
www.opencompca.com
2
120
2 CFR Ch. II (1–1–15 Edition) §200.319
(ii) Direct labor hours charged at
fixed hourly rates that reflect wages,
general and administrative expenses,
and profit.
(2) Since this formula generates an
open-ended contract price, a time-and-
materials contract provides no positive
profit incentive to the contractor for
cost control or labor efficiency. There-
fore, each contract must set a ceiling
price that the contractor exceeds at its
own risk. Further, the non-Federal en-
tity awarding such a contract must as-
sert a high degree of oversight in order
to obtain reasonable assurance that
the contractor is using efficient meth-
ods and effective cost controls.
(k) The non-Federal entity alone
must be responsible, in accordance
with good administrative practice and
sound business judgment, for the set-
tlement of all contractual and adminis-
trative issues arising out of procure-
ments. These issues include, but are
not limited to, source evaluation, pro-
tests, disputes, and claims. These
standards do not relieve the non-Fed-
eral entity of any contractual respon-
sibilities under its contracts. The Fed-
eral awarding agency will not sub-
stitute its judgment for that of the
non-Federal entity unless the matter is
primarily a Federal concern. Viola-
tions of law will be referred to the
local, state, or Federal authority hav-
ing proper jurisdiction.
[78 FR 78608, Dec. 26, 2013, as amended at 79
FR 75884, Dec. 19, 2014]
§200.319 Competition.
(a) All procurement transactions
must be conducted in a manner pro-
viding full and open competition con-
sistent with the standards of this sec-
tion. In order to ensure objective con-
tractor performance and eliminate un-
fair competitive advantage, contrac-
tors that develop or draft specifica-
tions, requirements, statements of
work, or invitations for bids or re-
quests for proposals must be excluded
from competing for such procurements.
Some of the situations considered to be
restrictive of competition include but
are not limited to:
(1) Placing unreasonable require-
ments on firms in order for them to
qualify to do business;
(2) Requiring unnecessary experience
and excessive bonding;
(3) Noncompetitive pricing practices
between firms or between affiliated
companies;
(4) Noncompetitive contracts to con-
sultants that are on retainer contracts;
(5) Organizational conflicts of inter-
est;
(6) Specifying only a ‘‘brand name’’
product instead of allowing ‘‘an equal’’
product to be offered and describing
the performance or other relevant re-
quirements of the procurement; and
(7) Any arbitrary action in the pro-
curement process.
(b) The non-Federal entity must con-
duct procurements in a manner that
prohibits the use of statutorily or ad-
ministratively imposed state, local, or
tribal geographical preferences in the
evaluation of bids or proposals, except
in those cases where applicable Federal
statutes expressly mandate or encour-
age geographic preference. Nothing in
this section preempts state licensing
laws. When contracting for architec-
tural and engineering (A/E) services,
geographic location may be a selection
criterion provided its application
leaves an appropriate number of quali-
fied firms, given the nature and size of
the project, to compete for the con-
tract.
(c) The non-Federal entity must have
written procedures for procurement
transactions. These procedures must
ensure that all solicitations:
(1) Incorporate a clear and accurate
description of the technical require-
ments for the material, product, or
service to be procured. Such descrip-
tion must not, in competitive procure-
ments, contain features which unduly
restrict competition. The description
may include a statement of the quali-
tative nature of the material, product
or service to be procured and, when
necessary, must set forth those min-
imum essential characteristics and
standards to which it must conform if
it is to satisfy its intended use. De-
tailed product specifications should be
avoided if at all possible. When it is
impractical or uneconomical to make a
clear and accurate description of the
technical requirements, a ‘‘brand name
or equivalent’’ description may be used
as a means to define the performance
VerDate Sep<11>2014 15:35 Jun 04, 2015 Jkt 235005 PO 00000 Frm 00132 Fmt 8010 Sfmt 8010 Y:\SGML\235005.XXX 235005LHORNE on DSK2VPTVN1PROD with CFR
121
OMB Guidance §200.320
or other salient requirements of pro-
curement. The specific features of the
named brand which must be met by of-
fers must be clearly stated; and
(2) Identify all requirements which
the offerors must fulfill and all other
factors to be used in evaluating bids or
proposals.
(d) The non-Federal entity must en-
sure that all prequalified lists of per-
sons, firms, or products which are used
in acquiring goods and services are cur-
rent and include enough qualified
sources to ensure maximum open and
free competition. Also, the non-Federal
entity must not preclude potential bid-
ders from qualifying during the solici-
tation period.
[78 FR 78608, Dec. 26, 2013, as amended at 79
FR 75885, Dec. 19, 2014]
§200.320 Methods of procurement to
be followed.
The non-Federal entity must use one
of the following methods of procure-
ment.
(a) Procurement by micro-purchases.
Procurement by micro-purchase is the
acquisition of supplies or services, the
aggregate dollar amount of which does
not exceed the micro-purchase thresh-
old (§200.67 Micro-purchase). To the ex-
tent practicable, the non-Federal enti-
ty must distribute micro-purchases eq-
uitably among qualified suppliers.
Micro-purchases may be awarded with-
out soliciting competitive quotations if
the non-Federal entity considers the
price to be reasonable.
(b) Procurement by small purchase
procedures. Small purchase procedures
are those relatively simple and infor-
mal procurement methods for securing
services, supplies, or other property
that do not cost more than the Sim-
plified Acquisition Threshold. If small
purchase procedures are used, price or
rate quotations must be obtained from
an adequate number of qualified
sources.
(c) Procurement by sealed bids (for-
mal advertising). Bids are publicly so-
licited and a firm fixed price contract
(lump sum or unit price) is awarded to
the responsible bidder whose bid, con-
forming with all the material terms
and conditions of the invitation for
bids, is the lowest in price. The sealed
bid method is the preferred method for
procuring construction, if the condi-
tions in paragraph (c)(1) of this section
apply.
(1) In order for sealed bidding to be
feasible, the following conditions
should be present:
(i) A complete, adequate, and real-
istic specification or purchase descrip-
tion is available;
(ii) Two or more responsible bidders
are willing and able to compete effec-
tively for the business; and
(iii) The procurement lends itself to a
firm fixed price contract and the selec-
tion of the successful bidder can be
made principally on the basis of price.
(2) If sealed bids are used, the fol-
lowing requirements apply:
(i) Bids must be solicited from an
adequate number of known suppliers,
providing them sufficient response
time prior to the date set for opening
the bids, for state, local, and tribal
governments, the invitation for bids
must be publically advertised;
(ii) The invitation for bids, which
will include any specifications and per-
tinent attachments, must define the
items or services in order for the bidder
to properly respond;
(iii) All bids will be opened at the
time and place prescribed in the invita-
tion for bids, and for local and tribal
governments, the bids must be opened
publicly;
(iv) A firm fixed price contract award
will be made in writing to the lowest
responsive and responsible bidder.
Where specified in bidding documents,
factors such as discounts, transpor-
tation cost, and life cycle costs must
be considered in determining which bid
is lowest. Payment discounts will only
be used to determine the low bid when
prior experience indicates that such
discounts are usually taken advantage
of; and
(v) Any or all bids may be rejected if
there is a sound documented reason.
(d) Procurement by competitive pro-
posals. The technique of competitive
proposals is normally conducted with
more than one source submitting an
offer, and either a fixed price or cost-
reimbursement type contract is award-
ed. It is generally used when conditions
are not appropriate for the use of
sealed bids. If this method is used, the
following requirements apply:
VerDate Sep<11>2014 15:35 Jun 04, 2015 Jkt 235005 PO 00000 Frm 00133 Fmt 8010 Sfmt 8010 Y:\SGML\235005.XXX 235005LHORNE on DSK2VPTVN1PROD with CFR
Office of the City Manager
2180 Milvia Street, Berkeley, CA 94704 ● Tel: (510) 981-7000 ● TDD: (510) 981-6903 ● Fax: (510) 981-7099
E-Mail: manager@ci.berkeley.ca.us Website: http://www.ci.berkeley.ca.us/manager
CONSENT CALENDAR
May 24, 2016
To: Honorable Mayor and Members of the City Council
From: Dee Williams-Ridley, City Manager
Submitted by: Scott Ferris, Director, Department of Parks, Recreation, and Waterfront
Subject: Community Workforce Agreement Exemption - James Kenney Seismic
Retrofit Project
RECOMMENDATION
Adopt a Resolution exempting the James Kenney Seismic Retrofit Project, from the City’s
Community Workforce Agreement requirements in order to use a federal FEMA grant
award of $727,499.
FISCAL IMPACTS OF RECOMMENDATION
Construction funding is available in allocations from the Measure F Parks Tax Fund;
Capital Improvement Fund; and a grant from the Federal Emergency Management Agency
(FEMA).
Budget Codes:
Parks Tax Fund: 450-5850-450.65-70 14CB04.....................................$1,485,240
Capital Improvement Fund: 610-5850-450.65-70 14CB04.......................$600,000
FEMA Grant: 618-5850-450.65-70 14CB04 $727,499
Total Construction Budget $2,812,739
CURRENT SITUATION AND ITS EFFECTS
On January 2, 2015, the City received notification of a federal FEMA grant for the James
Kenney Seismic Retrofit Project in the amount of $727,499 (FY09 Legislative Pre-Disaster
Mitigation Grant #2010-0001, Project #PJ01, FIPS #001-06000, Supplement #2 16-11052-
C). This grant is a key funding component of the project, and without this funding, the City
would not be able to implement the project.
Pursuant to Council Resolution No. 67,111-N.S., the City’s Community Workforce
Agreement (CWA) would apply to all City construction projects estimated to exceed
$500,000. However, federal regulations prohibit the “local hire” requirements contained in
the City’s current CWA, and The Alameda County Building and Construction Trades
Council has been advised of this. As a result, Council is being asked to exempt the James
Kenney Seismic Retrofit Project from the City’s Community Workforce Agreement
requirements in order to use a federal FEMA grant award of $727,499.Project.1
1 Current CWA local workforce-hiring goal is 30% of total craft hours worked, on a craft by craft basis.”
Section 200.319 “Competition” of the Electronic Code of Federal Regulations states “The non-Federal entity
Community Workforce Agreement Exemption - CONSENT CALENDAR
James Kenney Seismic Retrofit Project May 24, 2016
Page 2
BACKGROUND
The purpose of the Community Workforce Agreement (CWA) with the Alameda County
Building and Construction Trades Council is to support the efforts of the City to increase
employment opportunities for workers who reside in Berkeley, to help increase training and
employment opportunities for the City's students in the construction trades through
apprenticeship and pre-apprentice programs as the students graduate from the City's
schools, to promote efficiency of construction operations performed for and within the City
of Berkeley and to provide for peaceful settlement of labor disputes and grievances without
strikes or lockouts, thus promoting the public interest in assuring the timely and
economical completion of the projects. The CWA was originally approved on January 18,
2011 for a term of three years, then extended to January 18, 2015. Council Resolution No.
67,111 which was adopted June 23, 2015, authorized the City Manager to further extend
the term of the current CWA for three years from the new effective date of June 30, 2015.
The current CWA shall expire June 30, 2018.
The James Kenney Community Center currently houses day care and after-school children’s
programs, as well as public events during evenings and on weekends. The building is also
a City-designated Care and Shelter facility in the event of a disaster or emergency. The
James Kenney Seismic Retrofit Project is part of the City’s Local Hazard Mitigation Plan to
rehabilitate care and shelter facilities located throughout the City.
The James Kenney Community Center Seismic Retrofit Project includes seismic
strengthening of the Community Center, which includes exterior framing, sheathing, and
siding; as well as new windows and doors; exterior lighting; and ADA accessibility
upgrades.
RATIONALE FOR RECOMMENDATION
Applying the City’s Community Workforce Agreement to this Project would render it
ineligible to receive $727,499 in Federal aid, which would effectively cancel the project at
this time.
ALTERNATIVE ACTIONS CONSIDERED
No alternative action is considered. The Project has already gone through a sequence of
activities necessary for project implementation, including applying for grant funding;
planning; field investigations; surveys; and the completion of the design and engineering
cost estimates.
CONTACT PERSON
Paul Kaushal, Supervising Civil Engineer, 510-981-6396
Taylor Lancelot, Assistant Civil Engineer, 510-981-6421
Attachments:
1: Resolution
must conduct procurements in a manner that prohibits the use of statutorily or administratively imposed
state, local, or tribal geographical preferences in the evaluation of bids or proposals, except in those cases
where applicable Federal statutes expressly mandate or encourage geographic preference.”
RESOLUTION NO. ##,###-N.S.
COMMUNITY WORKFORCE AGREEMENT EXEMPTION FOR THE JAMES KENNEY
SEISMIC RETROFIT PROJECT
WHEREAS, the James Kenney Seismic Retrofit Project is part of the City’s Local Hazard
Mitigation Plan to rehabilitate care and shelter facilities located throughout the City; and
WHEREAS, on January 2, 2015, the City received notification of a federal FEMA grant
for the James Kenney Seismic Retrofit Project in the amount of $727,499 (FY09
Legislative Pre-Disaster Mitigation Grant #2010-0001, Project #PJ01, FIPS #001-06000,
Supplement #2 16-11052-C). This grant is a key funding component of the project, and
without this funding, the City would not be able to implement the project; and
WHEREAS, pursuant to Council Resolution No. 67,111, the City’s Community Workforce
Agreement (CWA) would apply to all City construction projects estimated to exceed
$500,000; and
WHEREAS, federal regulations prohibit the “local hire” requirements contained in the
City’s current CWA, and The Alameda County Building and Construction Trades Council
has been advised of this; and
WHEREAS, the City has neither the in-house staff nor equipment resources required to
undertake the James Kenney Seismic Retrofit Project.
NOW THEREFORE, BE IT RESOLVED by the Council of the City of Berkeley that the
James Kenney Seismic Retrofit Project is exempted from the requirements of the
Community Workforce Agreement authorized by Resolution No. 67,111-N.S.