Tiense #ABC-10711
698 Laumaka Stroet
Nan Inc sag eS
‘eowimile: (8) 841-8281
April 20, 2015
Office of Administrative Hearings (OAH)
Department of Commerce and Consumer Affairs (DCCA)
335 Merchant Street, Suite 100,
Honolulu, H1 96813
RE: Petition for Administrative Review
‘Honolulu Rail Transit Project - Farrington Highway Station Group Construction
Contract (“Project”)
Dear M:. Karlan:
Pursuant to Hawaii Revised Statutes (“HRS”) § 103D-709 and Hawaii Administrative Rule
CHAR’) § 3-126-42, Nan, Inc. (‘Nan’), 636 Laumaka Stret, Honolulu, Hawaii 96819, through
the undersigned counsel, hereby files this Petition for an Administrative Review ofthe April 14,
2015, Honolulu Authority for Rapid Transportation's (“HART”), denial of Nan's Protest dated
March S, 2015, attached hereto as Exhibits I and 2. Nan further requests a decision by the Office
of Administrative Hearings (“OAH”) to find and conclude the following:
‘A. That Hawaiian Dredging Construction Company (‘HDC’) is not a responsive
‘bidder under the solicitation ofthe subject Project.
B. That Nanis the lowest responsive and responsible bidder, and isto receve the award
of the Project under the Solicitation.
CC. That HART inoretly determined that Nan's Protest as untimely in its letter dated
April 14, 2015, and incorrectly denied the items of relief requested in Nan’s protest
dated March 9, 2015,
1. INTRODUCTION
Standing to File For An Administrative Review
Pursuant to HRS § 103D-709 and HAR § 3-126-42, Nan has standing to initiate this Appeal due
to the following:
1) The subject Request for Sealed Bids (“RFB") was issued pursuant to HRS §
103D.392 Section 103D-303, “Competitive Sealed Bidding.”Nan Ine Page 2of 12
Request for Administrative Hearing
Honolulu Ratt Trans Projet - Farrington Highway Station Group Contraction Contract
‘Ape 20, 2015,
2) Nan submitted a fully responsive bid in the amount of $85,074,478 by the bid
‘opening date specified in HART"s IFB;
3) HDCC’s bid of $78,999,000, the only lower-priced bid under HART’ IFB, was
‘nonresponsive, having failed to propery list licensed subcontractors to pecform
‘work in connection with this Project in violation HRS § 103D-302(b) and having
submitted a materially unbalanced bi, thus rendering HDCC ineligible for award
under the terms of HART's IFB;
4) As the low-priced, responsive, responsible bidder, Nan should be declared the
successful bidder and awarded the Contract fo this Project.
'5) Nan timely fled a protest with HART pursuant to HRS § 103D-701, which was
subsequently denied by HART via letter issued on April 14, 2015. See HRS
{$103D-709 (0).
6) Nan’s March 9, 2015, Protest from which this Appeal is taken, concerns a matter
that i equal to no less than ten percent (10%) of the estimated value of HDCC’s
contract ie, the protest allegations collectively tcl $8,198,187, which greater
than ten per cent (10%) ofthe $78,999,000 value ofthe contract. See HRS §103D-
709 (692).
7) A protest bond in the amount of $10,000 is hereby submitted with this Request
pursuant to HRS §103D-709(e).
‘4 Timeliness of Request For Administrative Review
[Nan's request for administrative review is timely Filed under HRS § 103-712 because iti being
filed within seven (7) calendar days of the issuance of HART's denial of Nan's Protest on April
14, 2015
2. SEATEMENT OF FACTS
HART’s 2FB was issued on December 23, 2014, pursuant to HRS § 103D-302 witha bid openirg
date of March 3, 2015. The purpose of HART’s RFB was to solicit bids for construction of
Farringtoa Highway Station Group Construction Contract of the Honolulu Rail Transit Project
CHRIP),
"a parca, the ses in Nan’s Protest consist of challenges to HDCC"s listing two (2) sept sbcoctrctors to
perform the sme stopeof work ($4,125,187), HDCC'sunbelanced bid for compensble delay eons ($3 800,00),
FDCs faire to iat al subconracers under 1% of he nal bid ($273,00), ad these poke acs a
‘6,198,187, which restr tan 10% of HDOC's bd of $78 999,00Nan Inc Page $0f 12
Request for Adninisrative Heating
“Honolul Ril Trans Project = Farrington Higheay Station Group Construction Contract
‘April 20,2015
[Nan, along with four (4) other bidders submitted bids to HART by the March 3, 2014, due date,
Inthe following amounts:
Hawaiian Na, ne, Watts | _Hensel-Phelps ] Ralph. Inouye
Dredging Constructors, | Construction Co. | Co, Ltd,
(Construction Lic
Co, Ine,
'578,999,000.00 | $85,074,478.00 | $88,803,553.00 | $88,016,525.00 | S117,515,520.00
While HDCC submitted the lowest priced bid, upon closer examination of HDCC’s bid submittal,
Nan discovered that HDCC’s bid contained numerous defects that render it noaresponsive,
Among other, HDCC’s bid failed to comply with HRS § 103D-302(t)'s joint
contractor/subcortractor listing requirements because:
> HDC failed to list a properly licensed subcontractor for Tensioned Fabric Structures
(Specification Section 13 31 23); and
> HDCC listed multiple subcontractors for the same work to be performed under that
Specification section.”
Furthermore, HDCC’s bid shows that HDCC submitted a materially unbalanced bid by
significantly overstating its daily compensable delay costs. The prices proposed by HDCC, in no
way reflect @ reasonablelrealistic cost to the State. As such, HDCC's materially unbalanced
pricing places a significant risk upon the State that would require HART to compensate HDCC for
the inevitable delays that will be experienced under this Project.
‘Based on the foregoing, within five (5) working days ofthe bid opening, Nan submited protest
‘on March 9, 2015, to Mr. Daniel Grabauskas, Executive Director & CEO of HART, which
highlighted several material nonconformities in HDC’ bid,
By letter dated Aorl 14, 2015, HART dismissed and denied Nan's Protest, because HART hd
not issued a notize of award for the subject Protest and that, therefore, the protest was both
“premature and, therefore, untimely.” At the same time, while HART claimed that it had not
“made a decision regarding the contract award,” HART's April 14, 2015, letter went oa to deny
all of Nan's allegations concluding that HDCC’s bid was responsive andior that HART could
waive various of the non-compliances with HRS § 103D-302(b), and that HDCC's proposed
2 addon, Nana Protest abo alleged that HDCC filet lt any subcontractor for Mochanial (C2), lsuation
or Boiler, Hot Water Heating and Stam Fiting (CO4, improperly listed subcontractor to perform “Abed” ven
‘hough the subcontrator listed doos not have an Asbestos C19 Specialy Liens, an incon sta
unlicensed fering entree to perform "Ploering™ eve though o such work i eqied bythe RFS Those
‘nogulities, each of which represents less than 1% of HDCC's bid amount were “waved” by HART. While Nan
‘questions the widomof HART 's decision odo so sine i appears tobe willing to overlook every relay 0
‘hooses to whenever ¢ can icumveat having to respond to the Pots one tig emt ler. DCE"
‘ubeontacior isting replies under Seeuon 13 3123 amount fa more than 19 fi bd. No ater bow
“much HART would undoubtedly ike to evade esponsibility fo following the Hawai Procurement Cole vin soe
‘minisrative fa, tsannot overlook thse deers ia HDCC's bd.Nan Inc Page 40f 12
Regees for Administrative Hearing
Brot Ball rast Project Farrington Higheay Station Group Consirction Contract
‘Apail20, 2015
‘unbalanced pricing was simply something that was “im the province of each bidder, who
presumably considered the risk that the bidder wanted to add into its daily compensable rate.”
Uitimately, the April 14, 2015, letter denied Nan’s Protest, advised Nan that that decision was final
‘and conclusive and advised that Nan had a ight to administrative eviow through the OAH,
Based on the foregoing and the direction provided by HART's April 14, 2015, letter, Nan has
‘decided to appeal the subject decision and request a hearing on this matter,
3. DISCUSSION
a Nan's is ie 701,
HART initially stated in its response to Nan’s March 9, 2015, Protest that it considers Nan’s protest
“premature, and therefore, untimely,” since HART has not yet made a decision regarding the
contract award forthe Project. As such, HART contends that Nan hasnot suffered any injury and
isnot an aggrieved party.
How a protest can be both premature and untimely tthe same time, a best, confusing. However,
[HRS § 103D-701 clearly states that any offeror who is agerieved in connection withthe solicitation
‘or award of a contract must submit a protest “within five working days after the aggrieved person
knows or should have known the facts giving rise thereto.” On the day of the bid opening, which
is publicly announced, Nan had learned that HDCC was the apparec low bidder, and had also
‘ound tat it was the second lowest bidder out ofa total of five (5) submitted bid, thereby making
Nan both an irterested and aggrieved party.
In Bnvironmertal Reeycling of Haw. Ld v. County of Hawall, PCH 95-4 (March 20, 1996) cleasly
‘established that the time of which a protest must be fied is not necessary calculated from the date
of an award or the signing of a contract, but rather that “timely protests may be filed well in
advance of ~ or well subsequent to ~ either date, depending upon when the protestor knew or
should have known the facts that provided him or her a reasonable basis for filing a protest.”
Furthermore, in Clinical Laboratories of Hawaii, Inc. v. City & County of Honolulu, Dept. of
Budget & Fiscal Services, PCH 2000-8 (October 17, 2000) it was foune that “the filing of «protest
14 days after the bids were submitted defeats the very purpose for which the statute was intended.”
‘Thus, while there is some suggestion in OAH decisions that, until some action is undertaken by
the State, a protest is premature and the protester isnot an “aggrieved” party (see GMP Assocs,
Ine. ». Board of Water Supply, PCH-2004-11 (Sept. 17, 2004), it would make litte sens to dismiss
"Nan’s Appeal as untimely. Here, the determination of an award was not the governing event that
defined an “aggrieved person,” but when the bids were submitted since itis when the person
“kaown or should have know the facs.” In this case, the facts surounding the numerous defects
HDCC’s becane known to Nan atthe time of bid opening.
In any event, since HART has gone beyond simply dismissing the protest as being both
“premature” and “untimely,” and has actually made a substantive decision on the merits of Nan'sNan Ine Page 5 of 12
Request for Administrative Hearing
“Honolulu Ril Transit Proje ~ FarringionHighosy Station Group Contraction Contract
‘Apel 20,2015
“March 9, 2015, Protest, concluding that DCC + bid is ether responsive and/or that the defects
contained therein are “raivable,” it would make litle sense to await a formal notice of award to
reefile the protest. Having determined that HDCC’s low bid was fair and reasonable and having
rejected all of Nan's arguments that HIDCC’s bid was nonresponsive, itis a foregone conclusion
that HDCC will be named the apparent successful bidder.
4 DCC Failed To List a Properly Licensed Subcontractor for the Tensioned
In Violate 0206) & Must
Nonresponsive.
Hawaii Procurement Code, at HRS § 103D-302(b), states that, in all REBS issued for construction,
the solicitation must specify that all bids include the name of each person/firm to be engaged by
the bidder asa joint contractor or subcontractor in the performance of the contact and the nature
and scope of work to be performed by each. ‘The purpose of this listing requirement isto prevent
‘bid shopping and bid peddling and to preclude replacing a subcontractor ater bid opening by
requiring a contractor to commit, when submitting its bid to utilize a specified subcontractor for 8
particular aspect of the work. See Hawatian Dredging Constr. Co, v. Cty & County of Honolulu,
PCH 99-6 (Aug. 9, 1999). Failure to comply with these listing requirements renders a bid
rnonresponsive. Thus, falure to name a properly licensed subcontractor that will be engaged for
specialty work, is fatal to that bidder's bid.
While listing of second-tier subcontractors is not required, HRS § 103D-302(b) mandates thatthe
‘bidder disclose the nature and scope ofthe work to be performed by its listed subcontractors. Such
disclosures are necessary to prevent a bidder from listing more than one subcontractor forthe same
‘work, then following award, bid shop among those listed firms. See Frank Coluccio Constr, Co.,
». Clty and County of Honolulu, et al, PCH-2002-7 (Aug. 2, 2002). Thus, a bidder's failure to
describe the nature and scope of the subcontractor’s work, which in tum, could lead to an
‘opportunity to bid shop would render that bid nonresponsive. Stoneridge Recoveries, LLC v, City
‘and County of Honolulu, PCH-2003-S (June 26, 2003).
Strict compliance with this statute is nevessary in order to effectuate the legislative intent to
establish a process by which the opportunity to bid shop and/or bid peddle could be
reduced/stopped and, at the sume time, avoid delays and expenses in investigating into the
existence of those practices in any given case. See Frank Coluceio Constr. Co, v. City and County
‘of Honolul, etal, PCH-2002-7 (Aug. 2, 2002). As such, a construction bids thet fail to comply
‘with this requirement must be rejected unless the chief procurement officer determines that:
(1) Acceptance is inthe best interest ofthe State; and
(@) The value ofthe work to be performed by the joint contractor or subcontractor is equal to
of less than one percent of the total bid amount. Thus, the one percent or less threshold
exists forthe purpose of waiving a bidder's failure to comply with the subcontractor listing
requirement under HRS § 103D-302(t).Nan Inc Pago 6 of 12
Request for Administrave Hearing
Honot Rall Tranet Pec Farrington Highay Station Group Contraction Contract
‘Apel 20, 2015,
‘See HRS § 103D-302(b) and HAR 3-122-21(@)8) (emphasis added). This one percent (1%)
ceiling was added to the Statute to, among other things, limit the diseretion of the chief
procurement officer to waive a bidders failure to comply with the foregoing subcontractor isting
requirements See Ckada Trucking Co, v. Board of Water Supply, etal, 9i7 Haw. 544 (App
2001),
In Ground 1 of Nan’s Protest, Nan alleged that HDC listed Structurflex LLC (“Structurflex”) to
perform the “Structural Stee! Tensioned Fabric” work and had erroneously listed Structurflex as
having a C-48 specialty icense. Furthermore, Nan explained that nt only does Structurflex not
possess a C-48 license it also lacks a “B" general building license, which is required to perform
‘contractor work under City & County or State procurements.
HART responded thut, through its responses to Requests for Information (RFI) during the bidding
sage, it was made clear that a specialty license was not required to perform the Tension Fabric
Structures work under the specification Section 13 31 23, Nan is well aware and is not disputing
the fact that a specialty license is not required for this work, and although HDC listed Structurflex
as having a C-48 license when Structurflex made it clear to all bidders that it dd not possess such
1 license, the real isme is its lack of a “B” general building license, which it had also openly
‘announced,
Despite this, HART asserts that Nan’s argument of Structurflex not possessing a “B" license was
somehow untimely since Nan was required to protest this issue prior to the receipt of bids. In
doing so, it had relied on Section 6.3, Paragraph 2 inthe Instructions to Bidders (“IT") as shown
below.
Furthermore, HART has examined the scope of work and determined that the
specialty licenses, listed in the Special Provisions, are required for this Contract.
Bidders shall provide the names of the entities that hold the specialty licenses and
will be providing such services under the resulting Contract. Ifa bidder believes
that other or additional specialty licenses are required or any of the listed
specialty licenses is not required, it must provide its comments to HART by
‘the Deadline for Clarification Requests stated in the Solicitation Timetable
above. The required specialty icenses are a specifications requirement and, 25,
‘such, any dispute as to the required specialty licenses shall be made ina timely
‘manner. (Emphasis in original.)
‘The problem with HART's selective reading ofthe ITB is that, as the foregoing paragraph clea
states, “ilf a bidder believes that other or additional specialty Hleenses are required,” itis
unmistakably discussing the issue of an offeror solely addressing unstated specialty ieenses, and
not the simple fact that every contractor or subcontractor must hold some type of Contractor's
License to conduct business, whether itis a general license or a specialty license. In fact, this
Section 6.3 that HART points out is entitled “Joint Contractor. Subcontractor Listing: Specialty
Licenses,” As such, HART’s argument that Nan should have submited a protest prior tothe bid
submission is irelevant.Nan Inc Page 7 of 12
Roquet for Adminitrative Hering
“Hpolu Rall Tran Project Farrington Highway Staton Group Contraction Contract
‘Ape20, 2015
As HAR § 16-77-4 ~ Licenses Required, clearly states “{a]o person within the purview of this
chapter shall act, or assume to act, or advertise, as a contractor, general engineering contractor,
‘general building contractor, or specialty contractor without a license previously obtained under
‘and in compliance with this chapter and chapter 444.” Itis also well known that, not only does a
propery issued and active license demonstrate that an entity is qualified to perform the work and.
understands the respective regulations, it also confirms thatthe entity is responsible, financially
sound, and is curent in paying its fees and tax liabilities.
By HART claiming that Nan should have protested that a “B General Building Contractor's
License was required for the Tension Fabric Structures, HART is improperly allowing a
‘completely unlicensed entity to perform this work, and similarly, any other scopes that do not
require a specialty license. This clearly is not acceptable and isa clear and unmistakable violation
oflaw.
‘What is even more disturbing is that HARTT itself attempts to rationalize HDCC’s fal error by
claiming that “HDCC can selfperform this work.” While Nan acknowledges that HRS § 103D-
302(b) would require a general contractor to subcontract any particular work to a particular
‘subcontractor, and ifthe general contractor does not plan to use a subcontractor in performance of
‘some aspect of the work, once HIDCC indicated that it intended to do so under this RFB by listing
‘Structurflex, became bound to use that subcontractor. HDCC obviously had intended to
subcontract the canopy fabric work, and HART does not have the authority to modify HDCC’s
organizational stricture to serve its own interes, as it des not foster fair competition. Indeed,
‘once a bidder nanes a subcontractor, that subcontractor cannot be substituted, unless permitted
‘pursuant to HRS § 103D-302(g): which also applies tothe opposite circumstance where the hidder
does not name a subcontractor for specialty work, and will similarly not be allowed to use a
subcontractor to perform such work ift later wishes to do so. See Okada Trucking Cov, Board
of Water Supply, et Al 97 Hawaii 544 (App. 2001); CC Engineering & Construction Inc, v. Dept
of Budget and Fiscal Services, City and County of Honolulu, PCH-2005-6 (November 1, 2005);
Parsons RCI, Inc. v. DOT, et al, PCH-2007-3 (July 13, 2007); Nan, Inc. v. DOT, FCH-2009-9
(October 2, 2008)
‘Thus, despite HART attempts to put itsef into the mind of what HDCC might be able to do thet,
is irelevant. The mere opportunity to bid shop or bid peddle itself is enough to constitute a
violation of the statute and render a noncompliant bid, like HDCC’s bid, non-responsive.
Stoneridge Recoveries, LLC v, City and County of Honolulu, PCH-2003-5 (June 26, 2007);
Oceanic Cos. Inc, PCH-2003-15 (July 3, 2004); see also New Shawmut Timber Co.,B-286881,
Feb. 26, 2001, 2001 CPD $ 42 (bid was deemed to be non-responsive where blank line item in the
bid “rendered the bid equivocal regarding whether [protestor] intended to obligate itsel'o perform
‘that element ofthe requirement”).
‘eving failed to identify properly licensed subsontractor to perform forthe Tensicned Fabric
‘Structures work associated with this Project in its bid in violation of HRS § 103D-302(), HDCC"s
bid should have bes sive and eliminated from further consideration for award
Similariy, because the value of the Tensioned Fabric Structures work to be performed underNan Inc Page Bf 12
Request for Administaive Hearing
Hopolul Ril Transit Project arringlon Hight Station Group Consrction Contrat
‘Apri 20,2015
‘Strucurflex is $4,125,187 and, thus, far exceeds one percent (1%) of the toll contract value,
HART lacked the abity o waive HDCC’s failure to comply with this statutory mandate,
« ubcont We
‘Tensloned Fabrie Structures.
In addition tothe licensing issues discussed above, Nan also stated in its Protest that HDCC listed
two separate subcontractors to perform the same scope of work under ‘he Tensioned Fabric
Structures, Firstly, as previously stated, HDCC listed Structurflex to perform the Structural Stel
Tensioned Fabric which falls within Section 13 31 23: Teasioned Fabrie Structures ofthe RFBs
specifications. Secondly, HDCC listed another subcontractor, Swanson Steel Erectors, Inc.
(Swanson) to pero the Tensioned Fabric Structures, which also falls within Section 13 31 23
‘The fact that HCC listed two different subcontractors to perform the work covered by Section
13 31.32, without mere, creates an ambiguity and gives rise to an opportunity to bid shop, and
therefore, renders its bid nonresponsive. See Kiewitt Pacific Co. v, Dept. of Land and Natural
Resources, etal, PCit-2008-20 (February 20, 2009); Ludwig Contr, Inc. v. County of Hawai,
‘PCX-2009-6 (Decemter 21, 2009); Frank Colucclo Const. Co. v. Cty & County of Honolul, et
‘al, PCH 2002-7 (August 2, 2002); Ted's Wiring Serv, Lid. v. DOT, PCH-2007-5 (December 12,
2007)
‘Once again, HART’s response does nothing to address the real flaws in HDCC’s bid. Instead,
HART simply claimed that HDCC’s bid was not ambiguous since it listed both subcontractor for
the structural steel work, and since Structurflex does not possess a C-48 licease, it eannot perform
the steel work, leaving only Swanson. However, as Nan explained earlier, it was not under the
structural ste! scope ofthe effort that HDCC listed these two (2) subcontractors, but rather it under
forthe tensioned fabrie work. Again, HDCC listed Structurfex to perform the Structural Steel
Tensioned Fabric, waich is self-explanatory, and HDC also listed Swanson to perform the
‘Tensioned Fabric Structures. “Tension Fabric St "isthe work specifically described under
Section 13 31 23, which outlines “the tensioned fabric canopy roof system” a the section explains,
HART even acknowledged thatthe steel work under the Tension Fabric Structures was covered
bby a completely different Section of the RFB's specifications ~- Sections 05 12.00 ~ Structural
‘Stee! Framing, and 5 12 13 ~ Architecturally Exposed Structural Stel Framing, Therefore, while
DCC may, in fact, have identified Swanson to perform “Structural stee!" uader Section 5-12-00,
it should have also listed Swanson to perform the “Architecturally Exposed Structural Stee}
Framing” It did not, and could not because Swanson did not provide a proposal for the
architectural steel wore related tothe canopy structures.
‘Again, because HCC listed Swanson to perform the “Tension Fabric Structures,” which is the
samme fabric canopy roof system for which FIDCC said Structurflex would be responsible, HDCC’s
‘bid was ambiguous at best and would allow HDCC to bid shop this scope of work, especially since
this scope does not require a specialty license, Once again, because the value of this subcontracted
‘work is $4,125,187 and, thus, exceeds 1% of the value of HDCC's $78,999,000 bid, no waiver ofNan Ine Page 90f 12
Request for Admisistrtve Hearing
Honolul Ral Trost Projet ~ Farrington Highway Staton Group Construction Contract
‘Agr 20,2015,
the HDCC's failure to comply with HRS 103D-302(@) would be possibc HDC bid
nonresponsive und must be rejected by HART.
In a misguided effort to obfuscate the substantive problems with HDCC’s bil, of, HART"s April
14,2015, letter attempts to redirect the infraction back to Nan by claiming that Nan also listed two
steel subcontractors, Swanson Steel and Steeltech, who both have C-48 licenses. Yet, as evidenced
‘in Nan’s subcostractr listing (sce Exhibit 3), Nan clearly dferentiated the two (2) scapes of see]
‘work that would be performed by each subcontractor. Nan’s bid clearly shows that both scopes of
‘work are governed by the separate RFB specification sections, by stating that Swanson Stee! will
be performing the “Structural steel" work, and Steeltech performing the “Structural steel (Tension,
Fabric Canopies)” That isa far ery from the kind of ambiguity created in HDCC’s nonresponsive
bid, and it certainly does not justify HART’ refusal to comply with the requirements of HRS
103D.302(4) by rejecting HDCC’s bid without further consideration.
4 HDCC's Bid tem No, 7 Compensable Delay Cost is Materally Unbalanced
In Hawaii, as elsewhere, materially unbalanced bids must be rejected as nonresponsive, because
such bids demonstrate that the bidder does not understand the solicitation andor its aeceptance
‘poses a significant risk to the procuring agency. See Road Builders Corp. v. City and County of
Honolulu, Dept of Budget & Fiscal Servs, PCY-2012-13 (Ape. 27, 2012). An unbalanced bid is
‘one, in which “despite an acceptable total evaluated price, a price of one (or] more contact line
items is significantly over or understated as indicated by the application or oost or price analysis
techniques.” Id, at 17 (quoting Al Granim Combined Group Co. v. United States, 6 Fed. C502,
513 (C1.Ct. 2003). A mathematically unbalanced bid must be rejected where there is a reasonable
doubt that acceptance of such bid will result inthe lowest overall cos to the government. Sanford
Cooling, B-242423, Apr. 15, 1991, 91-1 CPD 376, The guiding factor for determining whether
‘mathematically unbalanced bid is also materially unbalanced isthe accuracy of the government's
estimate of the anticipated quantity of work to be performed-~ifthe estimate i easonably accurate,
then a mathematically unbalanced low bid may be accepted. Edward B, Friel, Inc. etal, 55 Comp,
Gen. 488 (1975), 75-2 CPD § 333.
{In addition, ifa bid is deemed to be mathematically unbalanced, the Government must perform a
risk assessment to determine if any potential risk exists, where acceptance cf the bid would not
result in the lowest overall costo the Government. Ifsuch a risk exists, where the overall price is
affected and has the potential to increase, the bid must be determined as materially unbalanced,
and therefore, nonresponsive.
Applying the foregoing principles to this Protest, HDCC proposed an unrcaonsbly high and
‘unrealistic price under Bid item No. 7, “Compenssble Delay Cost,” which rents in its bid being
materially unbalanced and provides HDCC with an unfair competitive advantage. As discussed
in Nan’s March 9, 2015 Protest, compensable delay costs should be directly proportionate wo the
overall jb cost and are generally estimated to be an average ofthe prime contractor's schedule-
based cost over the duration of project, as most compensable delays ar app tothe tal end of
the projet. Since HDCC’s bid i 7.7% lower than Nan’s, ther compensable delay cost should be
proportionately wer. Despite this, the amount of compensable delay est fer each day proposedNan Ine Pago 10 of 12
Rees for Administrative Hearing
Honolulu Bail Trans Projet ~Faringion Highway Staton Group Construction Contract
‘Apel 20, 2015,
by HDCC at $50,000.00 under Bid Tem 7 is more than double that was proposed by Nan at
$12,633.00. Asa result, HDCC’s proposal curiously indicates that, although it casts HDCC more
than double what it costs Nan to manage this project, HDCC's overall project cost will be 7.7%
less. HDCC’s claimed compensable delay cost of $30,000 per day equates to $26,460,000 aver
the duraton of the project. When this amount is deducted from HDCC’s bid amount, it leaves
conly $32,339,000 mallion to perform their direct work, a8 compared to Nan's direst cost of
$74,727,613. See Exhibit 3, Page 2, Lines 58 and 59,
As stated in Nan’s Protest, in the best interest ofthe public, HART must verify HDCC’s claimed
‘compensable delay cost against their submitted escrow documentation, Nan has accurately priced
its compensable delay cost to include only Nan’s schedule-based cost (see Exhibit 3, Page 1, Lines
1 through 49), which may be used as a check against HDCC's cost represented in thet escrow
documens and against ther falsely claimed $30,000 per day bid unit price.
Without conducting the required risk assessment to determine material unbelancing, HART
conveniently dismisses HDCC’s unbalanced bidding practices by claiming thatthe rate proposed
is simply a measure of a bidder's incentive to receive the award, as it direelly affects the
‘contractor's total bid. That, however, is the very kind of gamesmanship that the concept of
‘unbalanced bidding is designed to preclude. It is aot simply a measure ofa bidder's incentive to
‘be awarded a contract based on the overal bid amount. HARTT still has an obligation to the public
‘and the taxpayers to ensure that the claimed compensable delay cost reasonably reflects the
‘operational costs, and instead docs not include an artificial punitive amount that would benefit
HDC disproportionately tothe rest ofits bid items.
Furthermore, because Bid Item No. 7 was arbitrarily set at 30 days its negligible when compared
to the actual delays that have been experienced by the previous related projects, which will also
hhave a direct influence on the delays anticipated for this project. It is well known that the West
(Oahu Farington Highway Guideway and the Kamehameha Guideway contractor may not meet
the platform deliverables set forth in the RFB, as it was questioned in an RFT during the bidding
‘process. Such risks do not accurately reflect the incentive for bidders that HARTT claims, but rather
is the opposite, and creates an opportunity for bidders to take advantage by lowering other direct
costs to make their total bid appear low, while setting an unreasonably high delay cost that wil,
drain vones hens wb 3195430senate annie ent
cae
ee
song
‘ogmNSTaNG I BaT DOCH] WUD
ta TERETE xno woronssHe5 dor von feats] uauNE YAOpity meer dgmonmenrssomnnt Mo E8194
seers dn hg fen en
apo aio ade au openognsereone wo 2X UEC SHY AMET «
29 tno wero]
3a Gowen vaio]
3/8
‘sare wer a unea|
au ep oe guna]
ar Sopa aE ong |
ae
2a SapeLs 1g woRUNG
3)5/3]8/ 2/8] 8/8/23
mond 9 Dog yo sre a ea pas <
‘opener ance
motos erm TPCT <
i
i
soon ng
“Fapar vorsemaooqNS SSDI WUSUAYDEDY]
SLES6L-LAH-EnH 05 woRDnaKuo; dose wonns feauyy woBuuzey E034 1 22H0N)tego pags mer £18
re
Lnpog nan Kynoals ow ooeaangng estes WFP 2! AHR NO SAD AT «
“Sp onas jo FAT .OGHTT USUYENY]
1gs6r-DHb nt nen» voonasu05 dhaxp vones aun! wuz -.14¥0 HON
ag[Notice of Protest Fusigion Highway Suton Group Construction Contac, RFB HRT T9316 Pt
|Attachment 2-Strctufles LLC Bid
oe QO
structurflex
To: Al Bing Contractors
Project: Westside Stations Group Construction Contract, RFB-HRT-708002
Location: Honoll, Ht
Proposal Date: March 3, 2015
PROPOSAL AND GENERAL SCOPE OF WORK
STRUCTURFEK LCi lensed to prove our frm fer to esl, enn, abate ond sway he
[adds engerng of the fic canopies fr the stato, Souci Ste, PFE ‘rhtectural
membrane, wire rope cables clamping and complet ncSTSBon al matel supplied by Stractrfes:
@ sre proposal terms, pring and sched Indeed hein sbased upon the design irate inthe
pretninary design dcaments proved to STRUCTURFLEX by the nme Tis proposal shal be
referenced as a part of any contract/purchase order drafted for this project.
(Our price forthe Base Bid work described within this proposals “See Bid form”
‘The proposal terms, pricing and schedule indcated herein is based upon the design ilustrated inthe bid
‘documents provided to STRUCTURFLEX. This price I vald for thet (6) days from the above date. This
Broposa shall be referenced as apart of any contract/purchase order drafted fortis project.
wt lge
Richard Appleby
North Americs Business Development Manager
BASIS OF DESIGN:
@ ring sued by The tate of Hawa, vison of Purchasing"Notice ot Protest Farangton Highway Sation Group Coosiscion Contract, RFB-FIRT- 798316 P.2
Attachment 2-simenflee LC Rid
structurflex
March 3, 2015
‘To: All Bidding Contractors
HART Farrington Station Group
RO HAT ~ 798316
Regarding: StructurflexSub-contractor use for installation ofthe Structural
Steel assocated withthe tensle membrane fabric canopies
Dear sie: 1
‘Please be advised tat itis the intent of Siructurlex LLC to contrad forthe |
Installation ofthe structural steel support systems associated withthe tensile
‘membrane fabric structures with;
Swanson Steel Erectors
Nimitz Center
11130 North Nimitz Highway
Honolulu, Hawall 96817
Dalis CorBrmad oe be
BDIPol Dy Deskin Searsorn
ty Qrwerr Cle.
‘Aso, please be advised that although there sno lcense requirement forthe
tensile fabric membrane instalation, Structurflex, LLC has successfully
Bar Dreling, President
Structurfiex, LLCpaacitmot | pemmanavennsnen |
samy
“yon mapas yey pens ns su upesogs poe suopsnie 7 PT
eve ne gpm bai epee sees a Ba NN oe ABE PP
“wero ren'ner9 09
1 we ¥9's9 seen apes Spats. me OREN EN BU FIO
sro Fe Us 9 9169°959 89879 '8C9"RLE LED SED
“wo mia reo ur wo 49169 eaaN MoENNE Gnd 3, oy One ODS) LV, ON PND
re
roe
gg6s-ENET-uny oenDOD uosonnsH0.
spo ued se
Tar DoBeAMORTS UNG THSUNPIENY|
1430 20
nose worms Suns woe 10TD 3} 6 tH greene
Renesas w Sees OF
‘woe PIED
seorwortn|
som
Soopers] WIPRIBIAS 09077 sence
ra 40 ON
“momar 2M Ju} A >)
nner AN 27719 5m7)
ena 2M 7lypal Im 7)
eats i ALK 3 ae
et aN) PAA S77
aay
P10 00. eee
‘renee eps mm en opal
id
ete mim i eas opaag
ees sey ty
Tape ao ONG RURPENY]
91¢864-DIH-4LTY “eRUOS YoRonNsuO, dno voNRS Kemuarp] UOIBUELE-r8910%4 JO SHON]amar] so; RAONRNS UNE TUTUYTENY
S1eR6rLAYy oemv0D vosonns¥0| dnosp ones Keays vorFuaRJasIeNg J 29N0N,|) apceate eee ya 1 298044. <
| Zoo sey Jo 080 spond
| Py aopesyeooqnyss0 e289
en of o aaron ips oq PINOT <
“om og ajdt oy san ssopesyeos Ayepads 2m) 9484 ‘ue pEANaDgas pu s10}>"L NOD Jap PaIEH
20 sepa 2 Ye Pe oferta 0} poxzbassanIesINeOqES Zo s0}2I809 IE Jo BaRSH P=a}dmD Bq) HOARE IPP
sara pee ayo ze
29 59 sag opens Gypsies) 2am GENOME HODENEED ., HPENA Pees
170 pws 0815-9°980'6r9 tro 80-9 ALE
‘e2'e9 smn anu mde, sm mehr StooeanD w heseooaee SE
Teor avn
sss pao a saan: Kons, smdane ay any sot EY
vet oceans eg amt eons eed 10,¥,)sopom om eren na
pan wo etd -vSiiane nade spn esed e
cds putes Bone syn pe coc aca § gut fa pass eqns oe
‘efi ame PAG ePRaegN 8 tReet DoW eh Seem egy EON PUN 20)
Stones TOCACOTS SHH Sk pee ssopong
7
Tar sooenwogS UNG TUG]
sa S1eS6LEMH-UnH tenveD vompansHe9 dois Yon enn Hoi EEL o =m00cau
nsaonmucg mor —7%8! 100
se Andsnes
sopng oh ba sa os vos Cen vO
ar viooDaH) 201-20 wonaneD Bexsperd TENTH
Ue eee oeyeyavens Pom ieee wy
ee 4
Pa re
o> z a pee ted
si taeda
ie eeecen toto)
Saal oie
ro (pas pumonais =|
cae =
tr ‘Sayoou |
ro ‘im AO) PS rae apa
= Sy
mis | prmmimarrernon pam, | PRIMO Hay Ne Ane Wa see
- ‘metso sae ae
vin
id 916860 LNH ne
Tanir onEMIOORTS NG UTUTYSENY|
1oeniwo9 voronssue5 dees vous Sums wo\Buar. eno2d 70 29NON|pot
onan an sums Cami seo
soc of — cves TOE
ser And soo
euiyoo Rp 2AET =
meds ou 1 sorenoognsaoeeuo of pase aM JENS wesntog
ae (odia 3014 91 259) gL fuanpcens ents)
eS e eee
pLeD WOR EELIONY) FUTON AA 3a] Kyepads 209844 [81d
a | earn mD ee “3 Bapang 221099,
= mal =e
=H seo =e
2 | peemrumsrs| Saree Rema.
i ‘sueping 7 Bong neusey ‘uopesodiey sping proy,
sete | mmeriscemensemd | 75 > pasate cera
‘motyo2mee apes WOO apg‘Notice of Protest Faringion Highway Sation Group Gonstracion Coote, RFE ART T55316
Attachment 4-Nan Compensable Delay Cot emia
Descipaoe Tile
SCHEDULE BASED COR
rg Ma 5
“Gere Sunetede reer
SET $1 0
Wap Speed SE
To Sern 0
Tiss Sar on
‘Office ‘277.1160
Si amr 200
cs $08.50)
Warlack
TCs
Sears
SEF
on Suen
1/2 1 poco
Te 17 To Sate Soaps
Pap 7 Teel re
Cal Pre xe
Tad Lae Fz SRE
Tishose 5 se
Pessald rE
Tans Sot Soar
oT x
Tee nas
PORARY CONSTRUCTION]
de Mache zal
3] TOTAL COMPENSAR F290 am ale
DELAY COS! a[Novice of Prot
angion Fighway Sesion Group CaosTacaon Centra, RED FIRT TO
\Attachment 4.Nan Compensable Delay Cost Htesization
Besengoon Takeo tay Fic]
‘NANS TOTAL HID} ‘BETH Naw Be
Ti] NANS COMPENSABLE! Darin Ome
DELAY COST AS % O
SB] HBeCS TOTAL BID} 99 om ADC
7] COMPENSABLE DELI Bane aga Le
cost AS %OF TOTAL BID|
‘HDCCS THEORETICAL] 182 DY] —SiLTSUR] — wn SRS |ne xe
COMPENSABLE DELAY
cost|
¥ DCC AS-a1D] HEE DY | 0) — BEA Ra DCT
COMPENSABLE DELA
‘COST (EXTENDED)
T]_HBDES DIRECT Cost] Sn ine Tee
NAN'S DIRECT COST]
ase
‘DIRECT[Notice of Protect Farngton Sigheay Suton Group Conntnicion Contact, RFE-TIRE T58516
‘Attachment 5-HDCC's OverSiated Bid Itc Anais
Pot
Delayio] HCC Ba] DCC Aid) Unt (10% of ‘Theoretical
Dare Unit] Adusted Pec ost] Adustod Pr
ql Te
3a] —_sanp00 | ¥00000 | ——sizyan | —sabisa0 | ssaa70
“so —ss0000 | $2800.00] 11.731 | —s703960 | 9.096140
‘of ss0000 | —s2.70q000| ——sui.7ax | $155,790 | —s1e14210
2a] $30000 | $3600000 | siz7ar] —si<07.720| —$2302-200
150] $30,000 | —s4s00000| —six7si | $1759.50 [ 32.740350,
a0] $51,000 | $5400000 | —sin7sx | s2.111500 | —$3.200420
z1o[ $5000 | Sesto] suas] —sanessi0 | —sa050
$721,050‘ovazser80n25)
‘alsa sore espa pe nar aundeg en 99 vp a aL hy
Puig pe, wine ois og Ueno ours ogee nds NSS pm pe ALON CUM
20-0 (patna pol opts 9
toe 76 wow Z |
FO |
Fr aExhibit “2”HART cote
HONOLULU AUTHORITY RAPID TRANSPORTATION Drath Gutcaes
‘evil 24, 2015 oss or omer
Mr. Fooney Freestone, Fresident Semtsse
‘Nan inc. sacle rom
1636 Laumaka Street serene
Honoluly, Hawai! 96819 Saati
se ag
ear Mr. Freestone:
Subject: Honolulu Rall Transit Project - Farrington Highway Station Group Construction Contract
Moreh 9, 2018 Protest of Nan ne.
‘The Honolulu Rapid Transit Authory ("HART") acknowledges receipt of, and responds to, Nan Inc's
letter dated and received on Merch 9, 2015 “RE: Notice of Protest ("Protest relating to HART's
Request for Bids, RFE-HT-798346, Farrington Highway Station Group Consuction Contract,
(Project). Nan ine ‘Nan") argues that “[plursuantto Section 2030-701 [sc] ofthe Hawa
Revised Statutes, HOCCS fallures renders ts bid non responsive and requires HART to dlequalty
OCC trom futher consideration for award”?
Pease be advised that HART has not issued notice of award for this the Project. Accordingly, HART
considers the Protest premature and therefore, untimely. As such, Nan lacks standing to protest
because itis not an “aggrieved parson” under HRS § 1030-703, which provides that. a protest
shal be submited in wrtng within ve working days afte the aggreved person knows or should
hhave known ofthe facts ging rise thereto...” An aggrieved person s one who suffered an injuyin
‘fact 35a result ofthe agancy’s decision. HART has not made a decision regarding the contract
‘award forthe Project, thas Nan has not suffered an inuryivfact and isnot a1 agsfieved party.
Consequenty, Nan lacks standing to protest at tis ime. This notwthstanding, and without waiving
‘the above, HART provides its response to each of the allegations ralsed Inthe Protest, as follows:
Protest em
Nan alleges that Hawallen Dredging Construction Company (*HDCC") at not prope lst two
‘subcontractors, Structure LLC ("Structurlex’) ang Swanson Stee Eretor, ne. ("Swanson") 2s
having the “proper licenses” to perform the work related tothe Tensioned Fare Structures.
"nan esses Na raring to Honal Revised Sautes HS") § 1050-701. HRS does nt cortana
eo 2050"
‘one RO TEDELED Fa (8H/TEBSLIO men onaurnst ow teWe Freestone
ar
seat ia 2015
‘The nature of work fr the Tensioned Fabre Svuctues under Section 13:31 23 ofthe
Technical Specifications ofthe Project renuices a bidder to erecta tensioned fabric eanony
‘oof system which includes two distinct types of work: (1 erecting the ste! support
structures which are referenced in sectens 05 12 00 and 05 12 23 and (2) installing the
fabric membrane tothe steel support strictures. AC-AB structural ste! specialty license is
Fequied to perform the work identfied in Sections 05 12 00 and 05 12 33, including the
‘erection ofthe steel support structures fr te installation of the entire tensioned fabric
structures. However, no specialty licenses required for installation of the fabric membrane
tothe steel suppor structures
Ints bid, HOC sted Swanson who possesses a C-48 structural steel speciaty lense, to
perform tne 48 work nacossary in Sectons 05 12 00 and 05 12 13, including the tension
fabric structure's ste! support systems, structural steel, and metal aligs Therefore,
'HDCC met the bid requirements for sting a C-48 structural ste! spectatylicensed
‘subcontractor and forthe subcontractor isting requirement for work relating to erecting the
stool suppor structures.
‘Wah regard tothe Installation of the fabre membrane, a specatylcense Is not required
‘and HART informed al potential bidders ofthis. On February 12, 2015, HART issued
Addendum No.3 for this solitation, andQuestion and Response #52 state:
‘Questions #52
‘Spee 133123 Special Provisions SP8.2). Special Provision Section $P-8.2 does not
Include a speciaty icense clasit-ation for the Tensioned Fabrie Contractor. Does
the required classification fall under one ofthe specialty coracter classfcstion|
listed ori there a ctferentspecityIoense or leenses needed to perform thie,
scope of work which includes perspec section 133123 both PTFE membrane &
cable instalation and structural ste! febication erection (ve. C-48)2
‘Response #52
‘There ls no spevatyllense(s)requlred forthe Tensloned Fabrlo Contractor.
(Goi in origina)
Aliso, on February 18, 2035, HART Issued Addendum No. 4 which proved further clarflstion on
‘isissue. Question and Response #1B states
‘Questions #38
In Addendum #2 addressed speciaty contractor licensing, This has created
Confusion regarding the appropriate licensing forthe installation ofthe tensile
I aon lng a8, HDC ei Sanson as °C ata in lation woking on
‘he "Tenslone Fabs Sere” bt tata ovis pgp er ar Seo ony hls 4 C8
"Metal Raigs” work be perfrod, nd MART has Sarid tht» a8 tcl eel peal
ee readin we ioe res Se HAR Son, Roser,
ing ofthe apecaty ceme croton rerio shy Ising eines dr RS
[S10SD020) See Noe ia.Me Freestone:
Page Sof 7
‘Api 14, 2015
membrane systems. Please clarify what license o licenses are acceptable forthe
instalation of the tensliemembcane systems. Wil the Awnings C-446, stil be
‘ceptable forte instalation of the systems? If thsi Boing replaced with Sheet
Meta C-4, it would note practical to consider that a sheet metal contractor would
have the experience in installing a highly speciaized tensile membrene system.
wing lcense or sma most appropriate.
‘Response #18
‘Ther ls no specialty llcense() required fr the Tensloned Fabre Contractor. Please
refer to Addendum 3, Response 52.
(Gold in orginal)
‘As a specialty license s not roquied for installation ofthe fabric membrane tothe steel support
structures, HOCC wes not requited to identify a specialty licensed subcontractor fr ths work.
‘Therefore, HDCC satisfied its responsive requirements forthe work related tothe Tensioned Fable
structures.
[Atorrativly, Nan asserts ints Protest that a“B" leense fs required to perform the
Tensioned Fabric Structures werk Section 13 31.23 ofthe Teohnial Specifications). As the
addenda were part ofthe solcaton, Nan was requited to protest this issue prior to the
‘receipt of offers, March 3, 2025, pursuant to Hawall Revised Statutes HRS") §1030-704
{and Hawai Administrative Rules HAR") §3-126-3; however, Nan did not protest tissue
Dror tothe date set forthe receipt of offers. See Ludwig Construction, Inc. v. County of
Hows, Department of Public Works, POX-2008-6 (December 21, 2008),
In addition, HAT welcomed potontial bicrs who belleved that specialty licenses were
‘equiod for certain work ut no: identified as such in the eolicsation to inform HART. The
Instructions to Bidders ("TB") of the RFB, Section 6.3, Paragraph 2 provides:
Furthermore, HART has examined the scope of work and determined thatthe
‘peciat lcenses,Isted inthe Special Provisions, are required fortis Contract.
Bidders shal provide thenames ofthe entities that hold the specaty licenses and
wil be providing such services uncer the resulting Contract. ia bidder belleves that
‘ther or addtional speci lenses are required or any of the listed spectaty
‘icenses isnot required, t must provide hs comments to HART by the Deadline for
CGiartcatlon Requests stated in the Soltaton Timetable above. The requted
Speciatyloenses are a specications requlrement anc, as such, any dispute as to
the requlred specialty eenses shall be made ina timely manne.
(Emphasis added)
‘The deadline fr clarification recuests was February 12, 2015. See Addenda Nos. 2 and 6.
Nan didnot inform HART that actions license or specialty icensos were required forthe
Tensioned Fabric Structures work by this deadline. Therefore, Nan's protest thatthe
Tensioned Fabric Structures work required a "8" loenee is untimely
$5 3 ONDA, i at 88,558 Hs i E88
‘Roe omeeta fac oareRSITe. wmateninnt oeec. Freestone
Page 4of 7
‘pi 24, 2015
Notwtnstanding this, HART notes that HOCC holds both an A" and a“B licenses. AS the
Installation of the tension fabric membrane work does not require specaty license, HOC
Can seit perform this work. Nar's assertion that Swanson, in conjunction wth HDCC, does
‘ot have the expertise to instal he tension fabrie membrane is nota respensiveness issue,
DCC listed al require specialty licenses and subcontractors forthe workin Section 13 34
23. Ils the responsibity ofeach bidder to comply with the requtements tthe Contacts
‘compliance with the Contract fs nota matter of responsiveness but contest administration.
(Nan included Nan‘s subcontractor bas with its Protest. Subcontractor bids were nota part
ofthe required submits for HART's Request for Bids, AFE-HRT-7983416 (RFB"). To the
extent that subcontractor bids were not required asa part ofthe RFE submittals andthe
Issue ls responsiveness, Nan’s subcontractor bids are not relevant and wil nat be
‘considered « part ofthe Protest. Furthermore, the subcontractor bas referenced In Nan's
Protest are Nan's subcontractor bids and nat nevessariy HDCC's)
Finally, ART notes thet HOGC lsted Suoturfle's nature of work as “Strucurel Steel
Tensioned Fabric” and ientiied a C48 structural ste! specialty loense, Structuriex isnot
current registered withthe Professional Vocational License (‘PVL") Dion ofthe
Department of Commerce and Consume Afars as a C-48 structural steel Yeense holder ®
{As such ts Istng wl rot be accepted as a C48 structural stool specialty ieensed
subcontractor. However, dlsqualfieation of Stucturlx does not render HOCC's Did
‘onresponsive. As HOCC's bid propose) included a valid C4 structural steel specialty
lloensed subcontractor, ICC's bid proposals responsive. Therefore, HDC prooerly sted
its subcontractor forthe Tensioned Fabric Stuctures work. AS such, HART ntends to waive
‘the listing of Strctutiec as a minor informality®
‘rotestitem 2: Nan asserts that because HOCC listed mutipte subcontractors for
Tensioned Fabric Stuctures, that HOCC's bid is “inacequate and ambiguows,” and that
HOCCs bis shopping.
{As stated above, Swanson’s scope of work includes the structural steel! work ofthe
Tensioned Fabric Structures, which includes the work dented in Sections 5 12 00 and §
1213. As discussed previously, because Structuriex’s isting as 8 C-48 speciaty contactor
was a minor informality and it cannet perform the structural see! work wll not be
considered @ C-48 subcontracor. Thus, bla shopping isnot an issue. (uiugh tructurox
cennot perform the structural steel wor, it could supply the fabric membrave tobe affixed
to te structural ste! installed by Swanson; however since suppliers are nat required to be
listed under the subconractor listing requirement under HRS §1030 302(t), Suucturfiex
was not required to be Isto.) In Klewit Pacific Co. v. Dap. of Land and Nairal Resources,
FFCH-2008:-20 (February 20, 2008), the hearings officer held, Intervenor' isting of two
‘subcontractors to perfoim ‘masonry’ work, wRtNOWA more, is ambiguous an as such, Ives
tise to an opportunty to bia shop. (Emphasis added.) Here, however, the potential forbid
* HART ates hn cof Mach 16,2015, Sour holds a C4 (Aang & Pas Cove speiaty
* Raina mits th dos ot af pre gua, gui, dle of ea
conden wc uy be wate ercomed. See HAR B:1221@AIN).Me Freestone
Page Sof 7
‘Apri 14, 2015
‘shopping between Swanson and Stucturfexs not 8 concer, because HOCC tists diferent
‘scopes of work for each subcontrac‘or and only Swanson nolds a C-48 structural steel
‘peciaylicense.® Consequent, te opportunity to bid shop between the two
‘Subcontractors isnot possible. HART rejects Nan’s assertion that HDCC’s bid i Inadequate
‘and ambiguous and that HOOG engaged in bid shopping between Swarson ang Structure.
HART would tke to note that review of Nan's bid proposal shows that Nan also named two C-
‘4s: Swanson Stel ana Steeltech.n Nam's ease, both Swanson Stee! and Steetech are C-
448 conse holders.
‘Protest tem 3 Nan assorts that HECC's bid tem for compensable delay cst is “materially
unbalanced.”
HART cisagrees with Nan's assertion. Inthe Protest, Nan provides a lengthy argument as to
how HOCC should have calcuated is cay compensable ate; however, the calculations are
the provenance ofeach bidder, who presumably considered the risk tat the bidder wanted
10.44 into ts daly compensable rae. This i a determination each bidder must make on
Is own. As such, the dally compensable rates povided by each ofthe fve (5) bidders were
\widaly varied and dla not folow the methodology posited by Nan.
‘Te daly compensable rates provided by each are as folows:
= Hansel] Ralph
ert li Watts | preiostic | inowe
Day
Compersatie] $20,000 | 12,633 | $85,000 | $19,122.90] $40,000
Rate
‘Ailowance Yor
Compensabie
Ferte* | $900,000 | $378,990 | $2,850,000 | $573,670 | $1,200,000
$78,999,000 | $85,074,478 | $88,803,553 | 88,016,525 | $117,515.520
Percentage
of
‘compensable
Detay
Dey ecto | 213% | 045% 29% 05% 1.02%
Totat
contract
‘Amount
"HART sts that te ol rumen forbes eo iene ame exch ern of oe
tea scape of wort b peformedby enh See HRS FUBD'S020). The Specialy Lice
[senato sot santo rgsrement ad not many
‘40 00 OF NOL Pace, Sat 70, 00 Ain St Hs, a 9S
‘OES ec eneH85I0 mm sonaahemst ogMi Freestone
Page 6of 7
‘pil 14, 2015
‘Aso, the quoted compensable delay ratels applicable only if thece fa dela caused solely
bby HARTs actions or omissions. HART isnot able to predict the numberof days for which
the contractor might be entitled to its qucted dally compensable delay rate. The quoted
dally compensable rate, However, san agreed upon rate for future compensable delays
‘The contractor's bid item tor "Allowance for Compensable Project Delay” direct atfects the
contractor's total bid. Logically, tis creates an incentive for bidders to quote the lowest
Possite rate order to lower Is bi price and inorease the likelihood of being the lowest
[idde. Man's eryumtent at HOCC's niger ually compensable rave acuallyYowered HUUCS
bid price isnot corect. I HOC used a higher compensable delay rate wouls have
Increased HOCC's bid price. Based on itsanalysis, HART determined that HDOC's bi Is fair
‘and reasonable and thatthe bid complied in al material respects tothe instructions an
‘train the Request for Sealed Bis.
Protest tem 4: Nan assers that HOCC ot nat ita jontcontrator/subcontractor for 02
Mechanica Insulation, nor for -04 Bolt, Hot Water Heating, and Steam Fting as required
bythe RFB.
HRS § 1030-302() provides thet “Construction bids that do not comply with this
[subcontractor listing] requirement may be accepted f acceptance isin the best Interest of
the State andthe vlue ofthe work to be performed by the joint contractor or subcontactor
's equal to or les than one percent of te total bid amount.” The C02 Mechanical
Insulation work is estimated at $30,000 and the C04 Boller, Hot Water Heating, and Steam
Fiting wrk is estimated ot $36,000. One percent ofthe total bid amount is $789,000.
Accordingly, Both C-02 and €-04 work arectealy below one percent. HART determined that
itis nits best interest to accept HOCC's tid without te isting ofthe C02 and C04
subcontractors and intends to wave the fale to list those subcontractors.
‘Protest item 5: Nan argues that HDOC Incrrecty ited Pacific Commercial Services, LLC as
36-9 Asbestos spocaty licensed subcontractor, rather than a C-17 Exoavating. Grading
and Trenching specialty licensed subcontvactor.
Inthe RFB Technical Speciicatons, thereis no asbestos work and therefore @ C-19
‘seca licensea subcontractor isnot nesded, However, there fs work for an Excavating,
Grading, and Trenching contractor to excevate, transport and dispose of contaminated oi
material. Pace Commereal Services, LIC holds a C-17 specatyleense. Under HAR § 3-
122.31/6)(2)), “i the mistake is minor informality which shall na affect price, quantity,
‘quality, delvery o contractual conditions the procurement officer may waive the
informalities... Examples of mistakes inc ude: () Typographical errors; (i) Transpostion
lrrors. Hoen, tha ators claaiya miner nfrmaly. The Professional and Vaestona
Llcensing Division shows that Pactic Commercial Services holds @(C-17 specialty leenee,
not 8-19 special license. Furthermora, there is no asbestes work under this Contract. AS
‘30h, HART finds the mistake tobe @ miner informaly which does not affect price, quantity,
‘ualiy, celery or contractual cantons which may be correctable, See Okada Trucking
(Co, Lt. v. Board of Water Supply, 104 Hawaii 68, 780,62 P. 34 631, 642-43 (awall Apo.
2082).
‘one TOES Tac SD8WBSLED emeryMr. Freestone:
Page 7 of 7
‘pil 14, 2015,
‘Protestitem 6: Nan asserts that HOCC incorrectly listed specialty license for Tile Craft, Inc.
HDCC incorrectly lsted Tile Craft, Inc. as having @ C21 Flooring specialty license. However,
if ther is flooring work, itis a minimal amount (less than 46) required for this Project.
‘Three ofthe five bidders either didnot list a -21 Flooring subcontractor o, in Nan’s case,
Stated “no work" and did not lista 0-24 Flooring subcontractor. As slated above, HRS §
4103D-302(b) provides that “Construction bids that do not comply with this (subcontractor
listing] requirement may be accepted if acceptance is in the best interest ofthe State and
the value ofthe work to be performed by the joint contractor or subcontractor fs equal to or
less than one per cent of the total bid amount.” Here if there is any floring work, it is less
‘than 1% and HART has determined that it may accept HDCC’s bid without the isting of the
€-21 Flooring subcontractor and that doing sos in HART's best interest. See HRS §103D-
302(0).
Protest tem 7: Nan asserts that HDCC did not use the correct Form 1 forthe Apprenticeship
rogram Preference.
'Nan’s argument is unclear. Both Nan’s and HDCC's Form 1 were signed by the same State
‘Administrator and dated March 3, 2015 and March 2, 2015, respectively. HART'S
Investigation into the forms reveaied that Operating Engineers Local Union No. 3 updates
‘columns C and D each time the number of apprentices changes. Accordingly, HART rejects
the assertion that HDCC did not use the correct Form 1. Even if Nan’s assertion were true
{and the Apprenticeship Program Preference did not apply to HDC, but dd apply to Nan's
bid price, HDCC’s bid price would stil be lower. HDCC's evaluated price would be
‘$78,999,000 and Nan’s evaluated price (with the Apprentloeship Program Preference)
would be $80,820,754.10.
For the reasons stated above, Nan's Protest dated March 9, 2025 Is denied. The decision is
final and conclusive. Nan has the right to administrative review ofthis decision pursuant to
HRS §§ 1030-701, 1030-709, and 1030-712, and Hawall Administrative Rules Chapter 3-
£126, Subchapter 5. A request for administrative hearings must be made directly to the
‘State of Hawaii Department of Commerce and Consumer Affars,
Executive Director arf CEO
2 He BUY 08 HELL, an Put 170, 1099 Aan Se, HMO, He
‘one (80a7eeeiss Fax @O8/GBS110 mew hotaExhibit “3”Noize of Protest argon Hihny Sion Groyp Contton Contact RFBAIRT. 798916
Exhibit 3 Nes compemable Det Cott Itemization
Desetpioa Taso Tail Pas] Rema]
SCHEDULE BASED COST]
'STAFP - SUPERVISIO?
Pie Mi Sow] — eee] — a
Tasers Namegc P| T2600 Fegan] ——s53023600
“Genel Soerntndens] 9400 WE[ —$az500[ ——$sra ar
‘Was Lach Sopesatendent] S600 WEL — pisssaol —— 0 6
_ chs Sopecetensens[ —To4an Wee] — $4500] ass
Tce Specstenden] —— s700 We] —4eesco] ——frr2 coe
5 info Supetenent] 6600, Fiss0o] 50 gs
7 ‘Cr epenstenden] ——7aoo we] $50 $38]
a ‘Cie Eager T2400 a5 faa)
Deer] — sont suos50o] —— 13497500
Tl Sebel ez Engine] Ta 00 Wee] — fase vo] —— fe.
“at ‘Cou Easeer{ —iosu0 wx —f2euof 025200
E War ech Fagen] — 8600 $2si8 of 22227001
x ‘Wapahs Fgseed Toxo] —425e500] fase a0}
i ToC Eegseed — sro wT —4ases00] ——— pscsan}
r Phiten Eagoee| es 00 WAT — 425550] ——gros7oa0h
it Patfoen Engineer] cao we] — $2585.00] groban}
‘isl eeeer] 500 Wet —gasescof ——fa01 5040
zi Cir Fagin] 2500 WEL —fosss0of ——fo01 040
Sater Tasa0 wa] —$Ssopaol —— fea a0
“STARE: NON SUPERVISION
PMG Ta wE] — pmo] — po
2 ic aso0 wk] —gsroae] —— parr
Asst] 12600 WK] — arian —— passant
zl insert] 10600 WK] —B.¢7L00] —— 4573501
a STAR VEHICLES!
| Pip 12 Ton Spores] CSOT aa
Sl ie 03 Tos Farnese 25200 Fi S179
ai Pikup 2 Ton Sate] 1200 WAT gues] $1089
‘Qo Pekap 2 Toa] 2520 8650] —— 2179600
st EEAPF EXPENSES
sd ‘al Phose| — DTH NOL —Fiassol —_— FT
|__ Ou OFFICE ErENsES|
sad Lied Lexel 2500 NO] —5z0700] —_— ERT
x “Fiighane Chanel 2.00. MO[ a Es
Teer Ch 09 Mol 200 —— gras
sf Fissses Chagel 2900 MO] Ha ai as
‘ah Talon & Sappe| 2900 NOL 3 fs
rH CRAFT EXPENSES!
c Desig Ved ONO om] ——
Senta Fasten] 2800 MOL 0. was
eY CONSTRUCTION]
‘SILDING SETUP/DI
1b Otte PTET TSE IEE
{IGETTY SETUP DISMANTL
ail Copier Pasi soe} aol —— gaa
“$] TOTAL COMPENSABI B82 DY] —Siz63833) — Bi M295 0 [Sam of ne
DELAY cost| ie 8[Novice of Protest Feng Highy Son Group Consion Cott, RFBHRT T9836
Exhibit 3 ans conpentale Delay Cos tenizaon
DIFFERENCE|
Bescon Tae t Ta]
"NAN'S TOTAL BID} ‘BT aTAAO rom Nea bd
‘AMOUNT
Si] NAN COMPENSADI Birdie Ora
DELAY COST AS % OF|
‘TOTAL BID AMOUN|
HDCCS TOTAL BID] 9 0 eas DOC Be
‘COMPENSABLE DEL Brig aes
cost aS % OF TOTAL BID]
HDCCS THEORETICAL) 2 DY| —siL7aiIa] — a eA ae 3 Le ST
(COMPENSABLE DELAY
‘cost
S TDC. TREY | — STOO HE AION From ADO
COMPENSABLE DELAY|
(COST (EXTENDED)
“al —nippes DinecT cos BS ie “Le
“Sof —NAN'S DIRECT Cost $7477 2-5] 50Line 5
DIRECT COS} 22185625] ie S85Exhibit “4”No of ron Fay igh Suc Gop Casta Conn, RFBHRT- P0316
Exhibit 4 s0cc1 uname Anis
TST
eta Hoce id] Unie 10% of] Theoretical] Unbalances
Daye Adjusted Pre Cost|_Aajusted Pre
a axal
3 $ooo000 | ——sinraa | —sisasa0 | sean
oy 3300000 | 811,734] $703.60 | 3.096140
30 2700000 | ——sti7sx | $1.055.790 | —$1.644210
2 $3,600000 | $11,731] ~sia07.720 | —s2av2200
350 S1500000| sii7ai| —si.7s9.6s0 | 2.740350
i80] 880000 | 5400000 | sin7si | —saaiaseo | — $3,200,420
‘0] s30.000 [$6300.00 | sti7si| —$2.463:10 | —$3936490
$8221050