Loading...
HomeMy WebLinkAbout8.a. Receive Bids/Award Contract-East Side Watermain Phase 2, City Project #345CITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION 'CITY COUNCIL MEETING DATE: May 6, 2003 AGENDA ITEM: Receive Bids /Award Contract - Eastside Watermain Phase 2, City Project #345 AGENDA SECTION: Old Business PREPARED BY: Andrew J. Brotzler, P.E., City Engineer AGEN 8 ATTACHMENTS: Resolution APPROVED BY: Bid Tabulation Summary Contractor's Edge, Inc. Letter dated 3/14/03 Leonard, Street and Deinard Letters dated 4/14/03, 4/16/03 and 4/17/03 City Attorney Letter's dated 4/09/03 and 4/30/03 BACKGROUND: At the April 17, 2003 Regular City Council meeting, bids for the above - referenced project were presented to Council for Council consideration. As previously discussed, the low bid submitted for the project by Three Rivers Construction, Inc. in the amount of $935,792.50 included an irregularity in the bid proposal as submitted by failing to acknowledge receipt of an addendum. Following the bid opening on March 14, 2003, the second low bidder, Contractor's Edge, Inc., with a bid amount of $940,738.00, submitted the attached letter to the City requesting that the City acknowledge the irregularity in the bid submitted by Three Rivers Construction by rejecting the bid and awarding the contract to Contractor's Edge, Inc. as the lowest responsible bidder. Based on the letter received from Contractor's Edge, Inc. of their intent to challenge an award of the contract to Three Rivers Construction, Inc., the City Attorney determined as outlined in the attached April 9, 2003 letter, that action by Council to waive the irregularity in the bid submitted by Three Rivers Construction, Inc. and award the contract to Three Rivers Construction could result in a temporary restraining order against the project, essentially delaying the commencement of the project for an indefinite period of time. The City Attorney's April 9, 2003 letter also noted that the rejection of the low bid submitted by Three Rivers Construction, Inc. due to the irregularity and awarding the contract to the second low bidder, Contractor's Edge, Inc. could result in a claim being filed against the City by Three Rivers Construction, Inc., but that the City would be in a defensible position to address this claim. The third alternative available to Council as noted would be the rejection of all bids and re- bidding of the project with the impact of this alternative being a delay in the project schedule and the potential for new bids to be higher. Following a presentation to the Council by Three Rivers Construction, Inc. and their representatives and discussion of this item by Council, Council tabled the item and Staff was directed to prepare estimates of cost associated with each alternative. SUMMARY: As previously directed, Staff and the City Attorney have prepared estimates of costs associated with each alternative action for Council consideration as shown in the attached letter from the City Attorney dated April 30, 2003. Based on this and the previous discussion, following is summary of the alternative actions for Council consideration: 1. Waive the irregularity in the bid submitted by Three Rivers Construction, Inc. in the amount of $935,792.50 and award the contract to Three Rivers Construction, Inc. Council action to approve this alternative may result in a claim being filed against the City by Contractor's Edge, Inc. and a temporary restraining order placed on the project, delaying the commencement of the project for an indefinite period of time. The estimated costs to process a claim is shown in the April 30, 2003 letter from the City Attorney. 2. Reject the low bid submitted by Three Rivers Construction, Inc. due to an irregularity and award the contract to Contractor's Edge, Inc. in the amount of $940,738.00. Council action to approve this alternative would result in an increased contract amount of $4,942.50, the difference between the bids submitted by Three Rivers Construction, Inc. and Contractor's Edge, Inc. As noted in the April 9, 2003 letter from the City Attorney, action by Council to approve this alternative could result in a claim being filed by Three Rivers Construction, Inc. However, it was noted that in the opinion of the City Attorney, the City would be in a position to successfully defend this claim. 3. Reject all bids and authorize re- bidding of the project. Per the bid documents, the City has the legal right to reject all bids and re -bid the project. Council action to approve this alternative will delay the project 4 to 6 weeks and may result in new bids being higher than the current bids but eliminates the potential for a claim being filed against the project. The estimated cost associated with re- bidding the project is $2,500.00 to $3,000.00. Based on the issues associated with Alternatives 1 and 2, Staff is recommending Council consideration of Alternative 3. RECOMMENDED ACTION: MOTION TO ADOPT A RESOLUTION REJECTING ALL BIDS AND AUTHORIZING THE RE- ADVERTISEMENT FOR BIDS FOR EAST SIDE WATERMAIN PHASE 2 IMPROVEMENTS, CITY PROJECT #345. COUNCIL ACTION: CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2003 - A RESOLUTION REJECTING ALL BIDS AND AUTHORIZE READVERTISING THE CONTRACT FOR EAST SIDE WATERMAIN PHASE 2 IMPROVEMENTS CITY PROJECT #345 WHEREAS, the City Council of the City of Rosemount had ordered the Advertisement for Bids for East Side Watermain Phase 2 Improvements, City Project #345 and such bids were opened and read aloud publicly on March 14, 2003; and WHEREAS, because of a discrepancy in the low bid and threatened challenges to the bidding process that could delay the project, the Council has determined that it is in the public interest to reject all bids and readvertise. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota: 1. All bids are hereby rejected 2. The City Clerk shall prepare and cause to be inserted in the official City newspaper and the Construction Bulletin a re- advertisement for bids upon the making of such improvements under such approved plans and specifications for City Project #345. 3. The advertisement shall be published in each of said publications at least once not less than three (3) weeks before the date set for opening bids, shall specify the work to be done, shall state the bids will be publicly opened as soon as possible at the Rosemount City Hall in said City and that no bids will be considered unless sealed and filed with the City Clerk and accompanied by a cash deposit, cashier's check, bid bond or certified check payable to the City Clerk for five (5 %) percent of the amount of such bid. ADOPTED this 6 th day of May, 2003. William H. Droste, Mayor ATTEST: Linda Jentink, City Clerk Motion by: Seconded by: Voted in favor: Voted against: APR -09 -2003 16:35 WSB 8 ASSOCIATES INC. PROJECT: Eastside Watermain Phase II and Appurtenant Work City of Rosemount Project No. 345 LOCATION: Rosemount, MN WSB PROJECT NO(S).: 1402 -00 Bids Opened: Friday, March 10., 2003, 10:00 a.m. 7632877170 P.06i24 Engineer's Opinion of Cost $1 I hereby certify that this is a true and correct tabulation of the bids as r9celved on March 14, 2003. Kevin B. Kav#lewski, P.E., '" Denotes corrected figure Contractor Addendums Aec'd. Bid Security Total Bid 1 Three Rivers Construction, Inc, X $935,792.50 2 Contractors Edge, Inc. X X $940,738.00 3 Redstone Construction Company, Inc. X X $946,930.03 4 Municipal Contracting Services X X $949,397.00'= 5 A -1 Excavating, Inc. X X , $950,079.00 6 Heselton Construction, LLC X X $975,964.00 7 Barbarossa and Sons, Inca X X $983,265.00"' 8 Ryan Contracting Co, X X $998,970.50 9 Surschville Construction, Inc. X X $1,008,577.50 10 Utility Systems of America, Inc. X X $1,015,957.50 11 Northdale Construction Company, Inc. X X $1,024,201.33 12 Park Construction Company X X $1,052,031.96 13 Veit & Company, Inc. X X $1,059,291.00 14 Friedges Contracting Company, LLC X X $1,063,718.37" 15 Owatonna Construction CO., Inc. X - X $1,067,584.50 16 Arcon Construction Company, Inc. X X $1,092,027.70 17 Hydrocon, Inc. X X $1,166,000.00 18 Hoist Excavating, Inc. X X $1,214,180.00 Engineer's Opinion of Cost $1 I hereby certify that this is a true and correct tabulation of the bids as r9celved on March 14, 2003. Kevin B. Kav#lewski, P.E., '" Denotes corrected figure 03/14/2003 FRI 15;48 FAX 15072783650 Contractors Edge, Igc�. �tTaclboIrS 1'6511 563 Avenue ' Good Thunder, MN 58037 E&je (507) 278 -4446 • Fax (507) 278 -3650 www.Contrac;torsEdge.net i March 14, 2003 VIA FACSIMILE & U.S. MAIL Linda Jentink, City Clerk City of Rosemount 2875 145 "' Street West Rosemount, MN 55068 0 RE: Eastside Watermain Phase I! and Appurtenant Work C Y 3 4!5" Dear Linda Jentink: This letter is written requesting that the City of Rosemount award the Eastside Watermain Phase II Project to Contractors Edge,, Inc., the lowest responsive, responsible bidder. The bid opening was today and the apparent low bidder failed to acknowledge an addendum. The. failure to acknowledge an addendum in a public bid deems the bid nonresponsive and, the City of Rosemount should reject the bid. The failure to acknowledge an addendum is not ,a `minor informality that can be waived. See etc ., Duininck Bros.. Inc. v. State' of Minnesota No. C3 =97 -972, 1997 WL .729233 (Minn: App: Nov. 25, 1997). IN Duininck, the Minnesota Court of Appeals allowed the State of Minnesota to reject the apparent low bidder for failure to acknowledge an addendum costing about $13,000 to $14,000 on a project in excess of .$2 million. c Here, like in Duininck the failure to acknowledge an addendum is a material defect that cannot be waived by the City of Rosemount. Also, the cost differential between Contractors Edge, Inc. and the apparent low bidder is minimal. Please -let me know if you will be rejecting the apparent low bidder's bid for the failure to.acknowledge the addendum. If the City of Rosemount chooses to award the project to Three Rivers,' Contractors Edge, Inc. will immediately act to protect its rights under Minnesota law and will submit a bid protest. Please note that my goal is to resolve this matter cooperatively and allow the work to proceed. Because time is of the essence -in this matter, please confirrn today whether you will be rejecting Three Rivers' bid. NO2 /003 03/1,4/2003 FRI 15:48 FAX 15072783650 Contractors Edge, Inc; &03/003 Please do not hesitate to call me if you have any questions or comments with respect to this letter. Thank you for your prompt attention to this important matter. I look forward to hearing from you. Very truly your , John Br►ndley President r 03/1.4/2003 FRI 15:48 FAX 15072783650 Contractors Edge, Inc;, m m 16511 563 Avenue Edso, IfiC. Good Thunder, MN 56037 _ c (50'7) 278 -4446 • Fax (507) 278 -3650 Mm.ContractorsEdge.net FAX COVER SHEET Z001/063 T o: Company: U► �� OC1Y� Fax Number: From: .. I 1 . .a . Number of Pages (including cover sheet):; APP, -14 -2003 13:38 WSB & ASSOCIATES 7635411700 P.01iO4 FROM LEONARD STREET & DEINARD (MON) 4. 14' 03 13:36/ST, 13:29/N0, 4261040754 P 1 LUONAR,D, STREET AND DEINARD PROFESSIONAL ANWCIATION 150 SOUTH FIFTH STREET SUITE 2300 MINNEAPOLIS, MINNESOTA 55402 TE1. 612- 335 -1500 FAx 612- 335 -1657 LAW OFFICES IN MINNEAPOLIS, SAINT PAUL, AND MANKATO FACSIMILE TRANSMITTAL LETTER CONFIDENTIALITY NOTE: The information contained in this telecopy message is being transmitted to and is intended only for the use of the individual named below. If the reader of this is not the intended recipient, you are hereby advised that any dissemination, distribution or copy of this telecopy is strictly prohibited, if you have received this telecopy in error, please immediately notify us by telephone and destroy this telecopy message. Date of Transmittal: April W, 2003 Recipients: See Below Name /Company i Facsimile No. Telephone No. Kevin K.awlewski/WSB 7b3 -541 -4800 763 -541 -1700 Sender's Name: Bob Huber 388 Sender's Number: 612- 335 -1714 Client/Matter Numbers: 56148-00001 COMMENTS: IF YOU ARE HAVING PROBLEMS RECEIVING OR TRANSMITTING, PLEASE CALL: 612 - 335 -1760, Return original to: J. Mesenbring/22 Sentby. ......... ... ................... I....... Date: ...................... Time: ........ ....I .......................... Notified sender: ........ ............................... APR -14 -2003 13:38 WSB & ASSOCIATES 7635411700 P.02iO4 FROM LEONARD STREET & DEINARD (MON) 4. 14' 03 13:36/ST, 13:29/NO. 4261040754 P 2 LEONARD, STREET AND DEINARD PROFEsS10NAL ASSOCIATION April 14, 2003 BY FAX ONLY Kevin B. Kawlewski, P.E. WSB & Associates, Inc. 4150 Olson Memorial Highway, Suite 300 Minneapolis, MN 55422 Re. Eastside Watermain Phase Hand Appurtenant Work City of Rosemount City Project No. 345 WSB ,Project No. 1402 -00 Dear Mr. Kawlewski: Robert J. Huber 612 -335 -1714 BobAuber@leonard.com 1 am writing on behalf of Three Rivers Construction to explain why its bid's failure to acknowledge the bid addendum was a minor, waivable irregularity. 1. The Addendum On March 7, you faxed to all planholders the bid's only addendum, Addendum No. 1. The addendum did three things. First, it corrected two typographical errors in Section 02622. Here is the corrected provision (red. -lined to show the changes): 4 -inch Rm port pressure reducing and pressure sustaining valve (Cla Val Model 692- 29 or Golden Anderson Valve 4700). It shall be a "I 50 -pound flanged globe valve with stainless steel rim material including seat, guide bearing and disc guide and the following adjustment range options:...." Both revisions are technical, no -cost changes and were undoubtedly included in the addendum in response to remarks from Cla Val valve distributor, who simply wanted to make sure that you were properly describing the valve and so eliminate any remote possible challenge to the use of the Cla Val 92 -29 valve. The second part of the addendum is also a technical, no -cost change. It simply stated a performance characteristic that the two specified models already had (or they would not have been named): "Valve control for the 16 -inch and 4 -inch valve shall be capable of converting to future remote electric operation for both pressure reducing and sustaining and remote indication of valve position." This allowed other valve manufacturers to know what performance requirements a proposed substitute must meet. 150 SOUTH FIFTH STREET SUITE 2300 MINNEAPOLIS, M1NNUSOTA 55302 TEL 612 - 1500 rAx 612 -335 -1657 LAW OFFICES IN MINNEAPOLIS, SAINT PAUL, MANKATO. SAINT CLOUD AND WASHINGTON. u,C• APR -14 -2003 13:39 FROM i i i LEONARD STREET & DEINARD April 14, 2003 Page 2 WSB & ASSOCIATES 7635411700 P.03iO4 (MON) 4. 14' 03 13: 37 /ST. 13: 29 /NO. 4261040754 P 3 The third part of the addendum is yet another technical, no -cost change. The landscaping work was already required by the plans, and the project manual included a landscaping specification (referenced in the addendum). The bid also included prices for the landscaping. Though it was already clear that landscaping was part of the contract's scope of work, the addendum was simply to make sure that no one could even try to argue otherwise. 2. Three Rivers Acknowledged Receipt of the Addendum Beforiz Bidding Importantly, Three Rivers acknowledged receipt of this addendum before submitting its bid. In your fax cover sheet, you asked bidders to "[p]lease acknowledge receipt of this addendum by signing this form and returning via fax immediately after receiving, ...." (Emphasis in original.) Your cover sheet included a signature line for the acknowledgment. Von Bergstrom of Three Rivers signed the acknowledgment line and returned it to you by fax on March 10, four days before bids were opened. There is no question that Three Rivers received the addendum. 3. The City's Attorney Recommended Not To Award to Three Rivers After bids were opened on March 14, you notified Three Rivers that its bid contained an "irregularity," the failure to acknowlc dge receipt of the addendum, and that the City's attorney was reviewing the bids for the purpose of making a recommendation to the City. On April 8, you notified Three Rivers that the City's attorney had recommended award to the second low bidder "because acknowledgment of receipt of Addendum No. 1 was not indicated on the proposal form." 4. A Failure to Acknowledge an Addendum is Waivable if Addendum is Not Material Your April 8 letter also told Three Rivers that it has the opportunity to address the city council at its April 17 meeting. Rather than wait till then to state its position to the City, Three Rivers has asked me to explain why the City his the discretion to award the contract to Three Rivers. In the Instructions to Bidders, the City informed bidders that it would award the contract to "the lowest responsive, responsible bidder" but reserved "the right to waive any and all informalities' in any of the bids. The City, therefore, has the discretion to waive minor irregularities in the bids on this project. Electronics Unlimited, Inc. v. Village of Burnsville, 182 N.W.2d 679 (Minn. 1971). An irregularity is minor if it does not affect price, quality, quantity, manner of performance, or other things that go into the actual determination of the amount of the bid. Griswold v. Ramsey County, 65 N.W.2d 647 (Minn. 1954). The test of an irregularity's materiality is `whether it gives a bidder a substantial advantage or benefit not enjoyed by other bidders." Coller v. City of St. Paul, 26 N.W.2d 835, 840 (Minn. 1947). Not all addenda are material requiring bid rejection if not acknowledged. The failure to acknowledge a bid addendum is a waivable irregularity if the addendum (1) eases performance, (2) increases costs by only a negligible amount, or (3) is purely technical without a cost impact. See Paul Shnitzer, GOVERNMENT CONTRACT BIDDING, at 11 -28 - -11 -31 (Fed. Pub., 3d, ed. 1992) (citing numerous decisions); Richard J. Bedmar, et al, CONSTRUCTION CONTRACTING, at 101 -04 (Geo. Wash. U. 1991); see, e.g., Grade -Way Constr. v. United States, 7 Cl. Ct. 263,268- 233002vi APR -14 -2003 13:39 FROM i i WSB & ASSOCIATES 7635411700 P.04iO4 LEONARD STREET & DEINARD April 14, 2003 Page 3 (MON) 4. 14' 03 13:37/ST. 13:29/N0.4261040754 F 4 70 (1985) (two addenda held non- material; one specified an assumed start date and noted that some rights -of -way would not be immediately available, and the specified that "fat" clay could not be used in embankment); Martel Constr. v. State. 668 P.2d 222 (Mont. 1983) (failure to acknowledge bid addenda held waivable because cost of addenda work was less than the difference between the low bid and the second low bid). 5. The City May Waive Three Rivers' Failure to Acknowledge the Addendum in the Rid Applying these rules to the failure of Three Rivers to acknowledge the addendum in its bid, the City should be convinced that the irregularity is minor and waivable. Addendum No. 1 was purely technical and had no cost impact. Even if one could argue that there was a cost impact, and I cannot imagine that anyone could, that impact is negligible. Additionally, the City has absolute proof that Three Rivers received the addendum and was aware of it, which totally eliminates any argument that Three Rivers had any advantage over other bidders. On top of that, all of the valve manufacturers quoting to Three Rivers and other bidders had certainly received the addendum and were quoting valves that conformed to the bid documents, including the addendum, so there can be no question that the valves in the bid of Three Rivers were as specified in the bid and addendum. Though you cannot give a legal opinion on whether the City should reject the bid of Three Rivers, you certainly can give an opinion on whether the addendum (1) eases performance, (2) increases costs by only a negligible amount, or (3) is purely technical without a cost impact.. This is the factual basis of the legal opinion on whether the City may waive the irregularity in the bid of Three Rivers. Please consider the matter, in consultation with the City's attorney. Perhaps with this information, especially the City's proof of actual receipt of the addendum, the City's attorney may re- consider his recommendation. Enclosed for your convenience is a copy of the pre-bid acknowledgment of the addendum. Thank you. Sincerely, O ;.Huber , STREET AND R` er cc: Andy Brotzler, City of Rosemount (by fax) Charlie Le Fevere, Kennedy & Graven (by fax) Von Bergstrom, Three Rivers Construction (by fax) 2336862YI TOTAL P.04 I ■ FROM LEONARD STREET & DEINARD t■ (WED) 4,16'03 11: 36 /ST. 11; 35/NO. 4261040912 F 1- LEONARD, STREET AND DETNARll PROFESSIONAL ASSOCIATION 150 SOUTH FIFTH STREET SUITE 2300 MINNEAPOLIS, MINNF_SnTA $5402 TEL 612- 335 -1500 FAX 612- 335 -1657 Law OFFICES 1N MrNNEArol.IS, SAINT PAUL, AND MANKATO FACSIMILE TRANSMITTAL LETTER CONFI.DENTIALIT'Y NOTE: The information contained in this telecopy message is hcing transmitted to and is intended only for the use of the individual named below. If the readcr of this is not the intended recipient, you are hereby advised that any dissemination, distribution or copy of this telecopy is strictly prohibitcd. If you hayc receivrd this telecopy in error, please immediately notify us by tcicphone tend destroy this telecopy message. Date of Transmittal: April 16, 2003 Recipients: See Below Name /Company Fa esimile No. Telephone No. Andy Brotzl.er /City of Rosemount 651 -423 -5203 651- 322 -2025 i Sender's Namc: Bob Huber 388 Sender's Number. 612- 335 -1714 Clicnt/Mattcr Nurnbcrs: 56148 -00001 IF YOU ARE HAVING PROBLEMS RECEIVING OR TRANSMITTING, ,PLEASE CALL: 612 -335 -1760. Return original to: J. Mesenbring/22 Scnt by. .... ........ Date: ....... Time: ..... ............................... Notified sender. .................. FROM LEONARD STREET & DEINARD (WED) 4.16'03 11:36/ST,11:35/NO.4261040912 P 2 LEONARD, STREET AND DEINARD PROFES510NAI. AssOCIATION April 16, 2003 I BY FAX ONLY Kevin B. Kawlews1d, P.E. WSB & Associates, Inc. 4150 Olson Memorial Highway, Suite 300 Minneapolis, MN 55422 Re: Eastside Watermain Phase II anal Appurtenant Work City of Rosemount City Project No. 345 Nt'SB Project No. 1402-00 Dear Mr.. Kawlewski: Rubcrt J. Huber 612- 335 -1714 Bob.Huber@eonard.com Enclosed is a copy of the pre -bid acknowledgment or the addendum which was 111advcrtently ornitted from my letter to you of April 14. Sincerely, i ARD, STREET AND DEINARD rt J. Huber RJH/jm i . Enclosure i cc: Andy Brotzler, City of Rosemount (by fax) Charlie Le Fevere, Kennedy & Graven (by fax) Von Bergstrom, Three Rivers Construction (by fax) 150 SOUTH FIFTH STAHHT SUITE 2300 MINNEAFOLI5, MINNESOTA 55402 TEL 612- 335.1500 FAX 612- 735.1657 2336142v1 LAW OFFICES IN MINNEAPOLIS, SAINT PAUL, MANI:ATO, SAINT CLOUD AND WASHINGTON, D.C. FROM 'LEONARD STREET & DEINARD (WED) 4. 16' 03 11:36/ST. 11:35/N0, 4261040912 P 3 1 JAN.12.1995 7 :55AM NO.175 P.11i12 i AomooJdkks, Ina 4150 01*M AfOMOdd fi►9h"Jn x!'.900 'B r LAY - 041 -17M (IMI ADDENDUM N_ v I To: All Plan Holders Date: March 7, 2003 From: Kevin KawleWsld, P.E. Project Manager AE: Eastside Watermain Phase 11 and Appurtenant Work City of Rosemount Project NO. 345 W313 Project No. 1402-00 Number of pages including this cover page. 3 Please acknowledge receipt of this addendum by slaning this for and returning via fax immediately after receiving, even It you are not bidding on the project. Our fax number ia: (7133) 541 -1700 Addendum No. 1 received by: e. re w Name Company 3 - /D Date i+ IwvvrrAnt�n9lMl�pl7F+7V1�+rwkon 1 Au riv rn iT n• fN7 Tr+. -,- c� urti o ah" oa.rY a ftmv'JZvu.. I■ ;■ FROM LEONARD STREET & DEINARD (THU) 4.17'03 15:01/ST. 15:01/N0, 4261040037 P 1 LEONARD, STREET AND DEINARD PROFESSIONAL ASSOCTATIO14 150 SOUTH FIFTH STREET SUITE 2300 MINNEAPOLIS, MINNESOTA 55402 TEL 612 -335 -1500 FAX 612- 335 -1657 LAW OMCFS IN MINNEAPOLIS, SAINT PAUL, AND MANKATO FACSIMILE TRANSMITTAL LETTER CONFIDENTIALITY NOTE: The information contained in this telecopy message is being transmitted to and is intended only for the use of the individual named below. If the reader of this is not the intended recipient, you are hereby advised that any dissemination, distribution or copy of this telecopy is strictly prohibited. If you have received this telecopy in error, please immediately notify us by telephone and destroy this telecopy message. Date of Transmittal: April 17, 2003 Recipients: See Below Name /Company Facsimile No. 'Telephone No. Andy Brotzler /City of Rosemount 651- 423 -5203 651- 322 -2025 Sender's Name: Bob Huber 388 Sender's Number: 612- 335 -1714 Client/Matter Numb 56148 -00001 COMMENTS. if YOU ARE HAVING PROBLEMS RECEIVING OR TRANSMITTING, PLEASE CALL' 612- 335 -1760. Return original to: J. Mesenbring/22 Sentby: ...... .. . ........ I ........ ............. Date: ...... ............................... Time: ........................ Notified sender: ....................................... FROM I i r LEONARD STREET & DEINARD (THU) 4,17'03 15:02/ST. 15:01/NO. 4261040037 P 2 LEONARD, STREET AND DEINARD PRVFESSIONA6 ASSOCIATION April 17, 2003 BY FAX ONLY Kcvin B. Kawlcwski, P.E. WSB & Associates, Inc. 4150 Olson Memorial Highway, Suite 300 Minneapolis, MN 55422 Re- Eastsrde Waiermlain Please 11 and Appuricawnt Work City of Rosemount City Project No. 345 WSB Project No. 1402 -00 Dear Mr. Kawlewski: Robert J. Huber 612- 335 -1714 Bob - Huber @leonand.com I am writing on behalf of Three Rivers Construction to provide further information after a discussion with the City's attorney yesterday. When 1 wrote my April 14 letter to you, my client was unaware that there was any difference between the two valves. (The City's attorney, Charlie Lefevere, told me that there is a $176 difference between the two models.) My client assumed a typographical error. He reviewed the quotation from Northwestern Power Equipment, which is what he used in his bid, and found that it references Addendum No. 1 Jn addition to this reference, you records should confirm that Northwestern Power Equipment received the addendum (if the addendum was sent to Northern Power and was acknowledged). Mr. Ufevere also said that the addendum added about $100 worth of landscape work, the seeding around the valve. Three Rivers sees this as a clarification of the work, not an addition, as he had assumed that this landscaping was already included. (You always landscape around valves, and the plans and specifications did not indicate otherwise.) As I mentioned in my April 14 letter, the addendum was not material and, as a result, you may waive the failure of Three Rivers to acknowledge it in its bid. The failure to acknowledge a bid addendum is a waivable irregularity if the addendum (1) eases performance, (2) increases costs by only a negligible amount, or (3) is purely technical without a cost impact. See Paul Shnitzer, GOVERNMENT CONTRACT BIDDING, at 11 -28 — 11 -31 (Fed. Pub" 3d. ed. 1992) (citing numerous decisions); Richard J. Bedmar, et al, CONSTRUCTION CONTRACTING, at 101 -04 (Geo. Wash. U. 1991); see, e.g., Grade -Way Constr. v. United States, 7 Cl. Ct. 263, 268 -70 (1985) (two addenda held non - material; one specified an assumed start date and noted that some rights -of- 150 SOUiII FIFTH STREET SUITE 2300 MINNEAPOLIS, MINNESOTA 55402 T> L 612 -335 -1500 FAX 612 -335 -1657 2338995v1 LAO. OPPICES IN MINNEAPOLIS, SAINT PAUL, MANX -ATO, SAINT CLOUD AND WASHINtiTON. D.C. FROM LEONARD STREET & DEINARD (THU) 4.17'03 15:02/ST. 15:01/N0, 4261040037 P 3 April 17, 2003 Page 2 j i way would not be immediately available, and the specified that "fat" clay could not be used in embankment); Martel Constr. v. State, 668 P.2d 222 addenda held waivable because cost of addenda work was less than the differencebetween the low j bid and the second low bid). To the extent the addendum had a cost impact, it was negligible ($276). And again, the City has absolute proof that Three Rivers received the addendum and was aware of it, which totally eliminates any argument that Three Rivers had any advantage over other bidders. On top of that, the addendum was acknowledged in the quotation used by Three Rivers. Please consider the matter, in consultation with the City's attorney. Perhaps with this information, especially the City's proof of actual receipt of the addendum, the City's attorney may re- consider his recommendation. I plan to attend tonight's council meeting with my client. Thank you for your consideration. Thank you. Sincerely, I.E ET AND DEINARD Rob er RTH/jm cc: Andy Brower, City of Rosemount (by fax) Charlie Le Fevere, Kennedy & Graven (by fax) Von Bergstrom, Three Rivers Construction (by fax) 2338995v1 CHARLES L. LEFEVERE Attorney at Law Direct Dial (612) 337 -9215 email: clefevere @kennedy - graven.com May 1, 2003 Jamie Verbrugge, City Administrator City of Rosemount 2875 145 St. W. P.O. Box 510 Rosemount, MN 55068 Re: Eastside Watermain Contract Award Dear Jamie: You have asked for additional information relating to the City Council's options on the award of a contract for the Eastside Watermain Project. As noted in my previous letter, there was an irregularity in the low bid for the project. The low bidder did not acknowledge receipt in its bid of Addendum One. The Council has some limited discretion to waive irregularities. Therefore, the Council must decide whether to waive the irregularity and award the contract to the low bidder, reject the low bid because of the irregularity and award the contract to the second low bidder, or reject all bids and readvertise. 1. Reject All Bids and Readvertise. One option available to the City is to reject all bids and readvertise due to the fact that one bidder made a mistake on the bid, the bidders have threatened legal action that could delay the project, and it is not in the public interest to have this project delayed until the completion of court proceedings. Mr. Brotzler tells me that the City could readvertise and return bids to the City Council by June 3r This would still leave sufficient time for construction of the project this year by a reasonable completion date. It is possible that the bids received on readvertising would be higher than the bids currently available to the City. Whether bids will be higher or lower is not within the City's control. However, because there seems to be substantial interest in doing this project and we are not aware of any changes in the economics of the construction industry that have occurred in the past few weeks, it seems unlikely that the bids would be substantially higher the second time around. Although any course of action chosen by the City Council would be challenged, I believe that this course of action is the least likely of the three options to be challenged. Additionally, if it is challenged, I believe it is the least likely of the three to result in a successful effort to delay the project pending litigation. Mr. Brotzler estimates that the additional costs of rejecting and readvertising, opening bids, tabulating bids, reporting to the Council, etc. would be $2,000 to $3,000. 2. Reject Low Bid and Award Contract to Second Low Bidder. The second option is to reject the low bid on the ground that the bidder did not acknowledge Addendum One. Three advantages of this option over the option of rejecting all bids and readvertising are that (1) the City Council will know the price of the contract ($940,738.00), (2) the City could proceed with the project immediately, and (3) the City would not incur additional engineering costs for rebidding. The disadvantage, of course, is that the project would cost nearly $5,000 more than the low bid. It is possible that the low bidder would sue the City, challenging this award, and attempt to enjoin proceeding with the project until litigation was complete. However, I do not believe that the City Council is legally required to waive an irregularity that has an impact on price, and the attorney for the low bidder has not asserted that the City is legally obligated to waive the irregularity. Therefore, it is less likely that the low bidder would sue than that the second low bidder would sue if the contract were awarded to the low bidder. Additionally, even if the low bidder did sue, I believe that it is much less likely that a court would issue a temporary restraining order or temporary injunction to restrain the City from proceeding with the project pending litigation. 3. Waive Irregularity and Award to Low Bidder. The advantage of waiving the bid and awarding to the low bidder is that the City would receive the lowest bid price, saving just under $5,000 on a project just over $935,000. If the award is successful and is not challenged, or if a challenge is not successful in delaying the project, the City would be able to proceed promptly with the project. The disadvantage in this case is that the second low bidder has indicated that it would challenge waiving the irregularity and awarding the contract to the low bidder. A legal challenge CLL- 231002v 1 2 RS215 -24 would cost the City attorney's fees and engineer's and could delay the project for several weeks, or even a few months. In this case, the facts seem to be relatively uncomplicated, and I would expect that legal fees through the temporary injunction phase would be between $2,000 and $5,000. There will also be other expenses to the City, primarily in the form of time spent by staff and engineering consultants. Challenges to bid awards are now covered under the LMCIT insurance policy. Therefore, the LMCIT would assign an attorney to defend this case. However, it seems likely to me that legal fees in the range of $2,000 to $5,000 would be within the City's deductible. Therefore, the City would wind up paying the attorney's fees. It is typical for a challenge in a case such as this to begin with a request by the challenger to the court for issuance of a temporary restraining order (TRO). This is an order of the court that preserves the status quo by preventing the execution of a contract or construction of the project. TROs may be issued without a hearing and are sometimes issued without giving advance notice to the City. It is not difficult to convince a court to issue a TRO because it preserves the status quo until a more deliberative decision can be made on the legality of the City's actions. TROs usually last only for a few days until a hearing can be scheduled on whether the court should issue a temporary injunction. Like a TRO, a temporary injunction can preserve the status quo by preventing the City from proceeding with the project. However, a temporary injunction is ordinarily in place until the matter is finally resolved in court by a trial on the merits of the case, and therefore could last weeks or months. If the City Council decides to award the contract to the low bidder to find out whether a challenge will be brought by the second low bidder, it is committed to that course and is not free to withdraw its acceptance in the event of a lawsuit and award the contract to the second low bidder (unless the low bidder releases the city from the contract). Therefore, once the Council decides to award the contract to the low bidder, the project may be delayed until the case is finally resolved after a trial on merits. If the City ultimately loses (that is the challenger convinces the court that the City acted CLL- 2310020 3 RS215 -24 in violation of the public bidding law), the City could either readvertise or award the contract to the second low bidder (if the second low bidder is still willing to honor its bid). As I indicated in my letter of April 9 t , in the court's determination whether to issue a TRO or temporary injunction, one of the primary factors is the likelihood that the challenger will succeed on the merits after trial. The challenger is not required to prove at this stage that it will prevail on the merits, only that there is a reasonable likelihood that they will do so. The merits of this case turn on the question whether the defect or irregularity of failure to acknowledge the addendum is sufficiently material that the City Council is not free to waive the irregularity and award the contract to the low bidder. As I understand the facts relating to the addendum, there were two matters that changed the scope or cost of the work. One was that additional area was added to the landscaping to be done by the bidder. The second is that a valve specified as a part of the equipment was changed. In a letter dated April 14, 2003, legal counsel for the low bidder characterized the changes as "typographical errors" and "technical, no -cost changes." However, the information from the City's engineer is that the change to the scope of the landscaping, although small, would probably have resulted in a bid change of $100. Additionally, the cost of the substituted valve would have increased the cost by $176. This has been confirmed by a letter from the valve supplier to the City's consulting engineer dated April 9, 2003. Assuming that the Council agrees that the bid irregularity could result in a difference in price of approximately $276, the question is whether failure to acknowledge the addendum in the bid form is a material defect that the Council is not free to waive. It is well settled in the law that once a bid has been opened, the public entity has no authority to make any material changes or modifications to the bid, even though the public entity may waive irregularities. Therefore, the question is whether an irregularity that would result in a change of approximately $276 in case such as this is "substantial or material." The actual dollar amount of the value of the irregularity is small. And it would seem to make sense that the public authority CLL- 231002v 1 4 RS215 -24 ought to be able to waive an irregularity resulting in such a small change in the amount of the contract, particularly where the low bidder would have been low bidder either with or without the change. However, I would be concerned that a court may not be willing to authorize the City to make a change that does have an effect on price. The general rule is that price, or other things that go into the actual determination of the amount of the bid are all matters involving the substance of a competitive bid. The question, then, is whether irregularities that make a difference in price can be waived if the price difference is sufficiently small. The cases in Minnesota law do not specify a specific percentage of price that is so small that a public entity is entitled to disregard it. One case that would seem to support the position that the City can waive the defect and award to the low bidder where the dollar amount of the prior difference is small is the unreported Court of Appeals case of Madsen - Johnson v. City of Becker 1996 WL 106192 (Minn. App. March 12, 1996). In that case the Court of Appeals ruled that the City could waive a defect having a value of $18,200 on a bid of $6,847,000 (or 27 /100ths of one percent) where the amount of the variance was less than the difference between the low and second low bidders. However, the case was decided by a divided court on a 2 to 1 vote. Additionally, there are other decisions that do not seem to favor giving City Councils so much latitude in waiving irregularities that affect price. For example, in a more recent Minnesota Court of Appeals case, Lovering- Johnson v. City of Prior Lake 558 N.W. 2d 499 (Minn. App. 1997), the court held a defect to be material that changed the price by $21,500 on a contract of $2,625,601 (a variation of 8 /100ths of 1 %). In the case of Duinick Brothers, Inc ., v. State of Minnesota C3 -97 -972 (Minn. App. November 25, 1979) the court affirmed the rejection of a bid for failure to acknowledge an addendum having a value of $13,000 on a contract of $2,364,000 (about one -half of 1 %). Both of these cases have price differences that are slightly higher, expressed as a percentage of the total bid price, than the case currently before the City Council (which is 3 /100ths of 1 %). However, as noted in my letter of April 9, 2003, there is one case in which a federal claims court ruled that the failure to acknowledge receipt of an addendum of a value of $1,500 required rejection of a bid on a contract of $11 million (about 1 /100ths of 1 %). Grade -Way Construction vs. United States 7 Cl. Ct. 263 (1985). CLL- 231002v 1 5 RS215 -24 In my opinion, there is a fairly good chance that the City would eventually be successful in convincing the court that a bid irregularity that could have affected price only in the amount of $276 on a bid of over $935,000 is not material. However, there is enough support in the case law for an argument to the contrary that I believe there is a better than even chance that a challenge by the second low bidder would result in at least a temporary restraining order, and possibly a temporary injunction. Therefore, if the City is concerned about the schedule for proceeding with the project, it should understand that there is a substantial risk that the project could be delayed by litigation if the contract is awarded to the low bidder. Please let me know if you have any further questions. Very truly yours, Charles L. LeFevere CLL:sez CLL- 231002v 1 6 RS215 -24