Unitec States --
            Environmental Protection Agency
            Agency
            Office of Water
            Program Operations (WH-547)
            Washington DC 20460
                                    June 1978
vvEPA
            Water
Report to Congress •
Waste Water Treatment
Contracting and
Bid Shopping
                                  OOOR78001

-------
         UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C.  20460

                               JUN 2 8 1978
                                                                THE ADMINISTRATOR
Honorable Walter F. Mondale
President of the Senate
Washington, D.C.  20510

Dear Mr. President:

     I am pleased to submit herewith the United States Environmental
Protection Agency Report to the Congress of the United States on
Wastewater Treatment Contracting and Bid Shopping.  This report is
submitted in accordance with the direction of the Joint House of
Representatives-Senate Conference Committee for amendments to the
Federal Water Pollution Control Act.  The direction of the Conference
Committee is contained in the conference report accompanying H.R. 3199
in the section entitled "Water Treatment Contracting and Bid Shopping."

     In that section, the conferees directed me to "review implementation
of Section 204(a)(6) provisions to determine if any modification of
regulation or law may be necessary or appropriate."  In undertaking this
review, I was to focus particularly upon whether or not principal sub-
contractors and equipment suppliers should be named in bid submissions
for treatment works.  I was also to review whether the requirements of
204(a)(6) have been interpreted as requiring low-dollar treatment
equipment in practically all cases.

     In our report, we have sought to define both the scope and context
of these issues, particularly.the extent to which suggested remedial
actions could be utilized under the requirements of the Act and its
implementing regulations; and the advisability of altering such policies
if necessary.  By presenting and considering the comments of other
interested parties, the report reflects the full range of opinions
available to the Agency during our deliberations.
              U.S. Environmental Protection Agency
              Region V,  Library
              230 South Dearborn  Street
              Chicago, Illinois  60604

-------
                                    -2-
     As you will see, the report concluded that neither regulation changes
nor further legislation are necessary or appropriate.  The report spells
out in detail the basis for this conclusion.

     I trust that the report proves fully satisfactory to you and the com-
mittee.  If such is not the case, or if you or any member have additional
questions, please contact me.

                                     Sincerely yours,
                                     Barbara Blum
                                     Acting Administrator
                                     Protec
                                            on

-------
         UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
   &                      WASHINGTON. D.C.  20460

                              JUN 2 9 1978
                                                                THE ADMINISTRATOR


Honorable Thomas P. O'Neill, Or.
Speaker of the House of Representatives
Washington, D.C.  20515

Dear Mr. Speaker:

     I am pleased to submit herewith the United States Environmental
Protection Agency Report to the Congress of the United States  on
Wastewater Treatment Contracting and Bid Shopping.   This report is
submitted in accordance with the direction of the Joint House  of
Representatives-Senate Conference Committee for amendments  to  the
Federal Water Pollution Control Act.  The direction of the  Conference
Committee is contained in the conference report accompanying H.R. 3199
in the section entitled "Water Treatment Contracting and Bid Shopping."

     In that section, the conferees directed me to "review  implementation
of Section 204(a)(6) provisions to determine if any modification of
regulation or law may be necessary or appropriate."  In undertaking this
review, I was to focus particularly upon whether or not principal sub-
contractors and equipment suppliers should be named in bid  submissions
for treatment works.  I was also to review whether the requirements  of
204(a)(6) have been interpreted as requiring low-dollar treatment
equipment in practically all cases.

     In our report, we have sought to define both the scope and context
of these issues, particularly the extent to which suggested remedial
actions could be utilized under the requirements of the Act and its
implementing regulations; and the advisability of altering  such policies
if necessary.  By presenting and considering the comments of other
interested parties, the report reflects the full range of opinions
available to the Agency during our deliberations.

-------
                                    -2-
     As you will see, the report concluded that neither regulation changes
nor further legislation are necessary or appropriate.  The report spells
out in detail the basis for this conclusion.

     I trust that the report proves fully satisfactory to you and the com-
mittee.  If such is not the case, or if you or any member have additional
questions, please contact me.

                                     Sincerely yours,
                                     Barbara Blum
                                     Acting Administrator

-------
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REPORT TO THE CONGRESS OF
THE UNITED STATES ON WASTEWATER TREATMENT CONTRACTING AND BID SHOPPING
                           TABLE OF CONTENTS


Executive Summary                                                     Page

I.   Introduction                                                       1

     A.   Purpose
     B.   Direction of the Conference Committee
     C.   Background
     D.   Definitions
     E.   Scope of EPA's Study

II.  Current Practices                                                  6

     A.   Federal Procurement
     B.   Federal Assistance Programs
     C.   Construction Grants Program
     D.   State and Local Statutes and Procedures

III. Summary of Comments and Recommendations                           12

     A.   The Water and Wastewater Equipment Manufacturers
          Association (WWEMA) Position
     B.   The Associated General Contractors (AGC) Position
     C.   Other Comments on the WWEMA Proposal
     D.   General Comments
     E.   Recommendations of the Joint ACEC/WWEMA/AGC Committee

IV.  Discussions of Issues                                             27

     A.   Nonrestrictive Specifications
     B.   Emphasis on Low-dollar Equipment
     C.   Post Bid-opening Bid Shopping
     E.   Naming in Bid Submissions

V.   Conclusions                                                       33

VI.  Recommendations and Proposed Actions                              36

-------
                         APPENDICES


A.   Direction of the Federal Water Pollution Control
     Act Amendments Conference Committee

B.   Groups, Agencies and Individuals Contacted and
     Providing Input to the EPA Study of Wastewater
     Treatment Contracting and Bid Shopping

C.   Comments and Recommendations submitted to EPA                C-l
     as Input to the Study

     1.   WWEMA Brief                                             C-l
     2.   AGC Position                                            C-80
     3.   Input from MAG members                                  C-104
     4.   Input from other sources                                C-142
     5.   Recommendation of the joint ACEC/WWEMA/AGC              C-162
          Committee

-------
Executive Summary

     This report to Congress is in response to direction  from the Joint
Conference Committee on the 1977 Amendments to the Federal  Water Pollu-
tion Control Act.  The conferees directed the Administrator to review
the implementation of the Section 204 (a)(6) nonrestrictive specification
provision enacted by Public Law 92-500 in 1972, to determine if any
modification of regulation or law may be necessary or appropriate.   The
review was particularly focused to evaluate the emphasis  on low-dollar
treatment equipment and whether principal subcontractors  and equipment
suppliers should be named in bid submissions on construction grant
projects to prevent bid shopping.

     The study by EPA has involved reviews of specifications and bidding
procedures at the Federal state and local levels,  analysis  of substan-
tial input from various interested parties, review of ongoing EPA studies,
and discussion of the issues with groups representing grantees, consulting
engineers, contractors and equipment suppliers.

     The nonrestrictive specification provision of Public Law 92-500
provides:  "that no specifications for bids in connection with such works
shall be written in such a manner as to contain proprietary, exclusion-
ary, or discriminatory requirements other than those based  upon perfor-
mance, unless such requirements are necessary to test or  demonstrate a
specific thing or to provide for necessary interchangeability of parts
and equipment, or at least two brand names of comparable  quality or
utility are listed and are followed by the words 'or equal1.11

     EPA's implementation of this provision interrelates  these statutory
nonrestrictive specification requirements with fundamental  Federal  re-
quirements pertaining to competition and issuance  of specifications.  Cost
effectiveness, including life cycle costs, was established  as an accep-
table procedure for determining performance in support of the use of
restrictive specifications.

     The nonrestrictive specification requirements encourage free and
open competition among subtler bid items which meet the requirements of
the project.  This competition has fostered both technological develop-
ment and a growing marketplace among subcontractors and suppliers.
Such competition is appropriate for public contracting but  can also be a
factor in bid shopping.  The possibility of bid shopping  is affected by
the parties involved in the competition, the timing as to when the
competition takes place and the competitive procedures utilized. Bid
shopping occurs when the prime contractor uses the lowest sub bid as
leverage to achieve even lower bids from competing subcontractors.
Competition appropriate for public contracting can also encourage the
selection of subtier bid items which have a low first cost.  Quality can
be maintained, however, by rigid adherence to the  specifications, the

-------
use of cost effectiveness and life cycle  costing  rather  than  first  cost
in the selection of items and through  the process  of carefully reviewing
bid items proposed by the contractor for  use  in the  project.   The  EPA
and the grantee will  be further assisted  in assuring compliance with
specification requirements through a program  established by  interagency
agreement between EPA and the Corps of Engineers  which will  expand  con-
struction project inspection and monitoring.

     The input to the study has indicated widely  diversified  opinions as
to which are the best procedures to be followed for  bidding  on construc-
tion grant projects.   Only the wastewater equipment  manufacturers  strong-
ly support a mandatory requirement for naming or  listing specific
subtier items in the  prime bids.  The  general contractors and other
groups are opposed to such a requirement  being mandated  by law or  Agency
regulation.  A few commentors could accept a  listing requirement on a
voluntary basis at the discretion of the  grantee.  A joint committee
involving representatives of the consulting engineers,  the equipment
manufacturers, and the contractors jointly proposed  that EPA identify an
acceptable prequalification procedure  that would  meet the nonrestric-
tive specification requirements for competition and  which could be
utilized on a voluntary basis by grantees and their  engineers to prequalify
major items of equipment.  In prequalification the engineer  or the
grantee or both review potential equipment items  through a competitive
process and establish a list of those  which are acceptable for the
project.

     Current statutes and EPA regulations neither prohibit nor require
naming or prequalifying of equipment suppliers in municipal  contracting
for construction grant projects.  In accordance with EPA regulations  on
contracting, grantees may use their own procurement  systems  and proce-
dures which meet state and local law provided minimum Federal require-
ments are met.  This  is consistent with the emphasis on  increased  state
and local decision-making in the FWPCA and its implementing  regulations,
as well as OMB guidance on state and local assistance programs.

     A review of ongoing EPA studies has  indicated several which indirectly
relate to this study.  These deal with subjects such as  factors affecting
the performance and reliability of completed  treatment facilities  and
the economics of the equipment industry.   The preliminary results  of
these other studies are not inconsistent  with the recommendations  of
this study.  The preliminary results of the economic study which focuses
on the views of the equipment industry, indicate  many of the same  conten-
tions raised by the equipment industry in comments and recommendations
furnished as input to this Congressionally directed  study.  Because of the
mix of business from various sources,  the economic verification of these
contentions was not readily discernible.   The preliminary recommendations
of the economic study are for further review  in  this area.

-------
     An extensive body of state and local  laws and regulations exists  in
the area of specification and bidding procedures for public contracts.
These procedures can be applied to contracting under construction
grants to the extent that they do not conflict with minimum Federal
requirements. Some states and local governments have procedures which
control bid shopping to varying degrees through a variety of mechanisms.
The imposition of mandatory Federal requirements in this area would
superimpose such requirements on state and local procedures and may
conflict with state and local statutes or ordinances on bidding.

     In accordance with construction grant requirements, the naming  of
innovative products and processes in the specification may be justified
if required to demonstrate or test a specific thing or if found to be
cost effective.  In the 1977 Amendments to the Federal Water Pollution
Control Act the use of innovative technologies is encouraged by allowing
up to 15% higher life cycle costs in the cost effectiveness analysis
of such technologies and by permitting the Federal grant participation
for such technologies to be increased from 75% to 85% of the eligible
costs.  Modification or replacement grants are also allowed where the
selected innovative technology fails to perform, as long as such failure
is not based on negligence.  The use of innovative technologies would
normally be considered during project planning and design.  However,
the procedures developed to implement these provisions can be used for
prequalification of items prior to bidding or during bidding provided
the documents soliciting proposals clearly indicate the emphasis that
will be placed on innovation and life cycle costs.

     Based on the review and analysis of the comments and proposals
offered regarding bid shopping, equipment listing and prequalification
of major items of equipment, EPA recommends against any Federal direc-
tion in the form of legislation or regulation changes in this area.
Aside from the technical considerations used in arriving at this recom-
mendation, serious thought was given to the desirability of Federal
intrusion into local bidding and contracting procedures where a signi-
ficant body of state and local laws and regulations exists.  Imposing
Federal requirements in this area would be inconsistent with other
goals to increase state and local responsibility and decision-making.

     EPA intends to continue to permit the use of anti-bid shopping
procedures including listing on construction grant projects where such
procedures are established by state and local requirements or preference.

     In order to permit the consulting engineer and the grantee to take
a more active role in the selection of quality equipment items necessary
for the successful operation of the completed facility, and still maintain
the open competition appropriate for public procurements, EPA plans  to
review basic prequalification procedures to identify, for voluntary  use,
the necessary minimum elements for prequalification which would comply
with the nonrestrictive specifications requirements for adequate compe-
tition.
                                m

-------
I.   Introduction

A.   Purpose

     This report is submitted to Congress by the United States Environ-
mental Protection Agency (EPA) in accordance with the direction of the
Joint House of Representatives - Senate Conference Committee for amend-
ments to the Federal Water Pollution Control Act.  The direction of the
conferees is contained in the conference report accompanying H.R.  3199 in
the section entitled "Water Treatment Contracting and Bid Shopping."
This section, which can be found in the House of Representatives Report
No. 95-830, 95th Congress, 1st Session, pages 113-4, are reproduced in
Appendix A of this report.  The amendments were signed by the President
on December 27, 1977 and became Public Law 95-217.

B.   Direction of the Conference Committee

     The conferees directed the Administrator to review the implemen-
tation of the section 204(a)(6) provisions enacted by Public Law 92-500
in 1972 in order to determine if any modifications of regulation or law
may be necessary or appropriate.  The review was particularly focused to
include an evaluation of whether principal subcontractors and equipment
suppliers should be named in bid submissions for treatment works so as
to prevent bid shopping.  Also highlighted for review was the interpre-
tation of section 204(a)(6) nonrestrictive specification provisions as
requiring acceptance of low-dollar treatment equipment proposed for
construction grant contracts.
C.   Background

     This section of the report provides a brief summary of background
issues in order to set the stage for additional discussions.  The items
covered are discussed in more detail in subsequent portions of the
report.

     Section 204(a)(6) of Public Law 92-500 enacted in October 1972
provides that:

     "Section 204(a) Before approving grants for any project for any
     treatment works under section 201(g)(l) the Administrator shall
     determine -- ... (6) that no specification for bids in connection
     with such works shall be written in such a manner as to contain
     proprietary, exclusionary, or discriminatory requirements other
     than those based upon performance, unless such requirements are
     necessary to test or demonstrate a specific thing or to provide
     for necessary interchangeability of parts and equipment, or at
     least two brand names or trade names of comparable quality or
     utility are listed and are followed by the words 'or equal1 ."
                                  -1-

-------
     This statutory provision,  commonly referred  to  as  the  nonre-
strictive specification requirements,  was  implemented  in  Agency  regu-
lations (40 CFR 35.936-13).   These  regulations  interrelate  the
statutory nonrestrictive specification requirements  with  fundamental
Federal requirements pertaining to  competition  and issuance of speci-
fications.  Additional  program  requirements  were  also  furnished  to  the
EPA regions. (Nonrestrictive Specifications, Program Guidance Memo-
randum PG-19A, issued August 8, 1975,  later  renumbered  Program Require-
ment Memorandum PRM 75-5).  The  application of these  nonrestrictive
specification requirements  emphasizes  that maximum free and open
competition must be maintained  in the  preparation of specifications  on
construction grant projects.

     Under prior practices,  the consulting engineer  or  the  municipality
had normally selected the items they considered acceptable  in the  design,
and specified those items,  sometimes by brand name.   Some state  and
local procedures required the words "or equal"  or "or  approved equal"
where brand names were used.  But contractors were generally not en-
couraged to substitute items for those named.  Under the  new requirement
most engineers have chosen  to use "two brand names or  equal" language
in their specifications rather  than to use performance  specifications,
or to use cost effectiveness analyses  to demonstrate life cycle  cost
advantages in support of specifying a  single item.   Competition  has
improved and considerably more  subtler items are  entered  in the  compe-
tition under the new system.  These items  are frequently, but not  always
preapproved by the engineer prior to bid opening. Under  many contracts
"or equal" items can also be approved  by the engineer  or  the grantee
after contract award.

     It is the contention of the equipment suppliers that regardless of
these individual contract variations,  a result  of the  new requirements in
addition to increased competition,  is  that equipment items  incorporated  in
treatment plant construction are now sometimes  selected by  the prime con-
tractors based on low price, rather than by  the consulting  engineers based
on prior experience, design preference, good start-up  and post-construction
services, or other intangible but equally important  factors.

     This is the type of situation  which has caused  the equipment  sup-
pliers to raise objections  and  suggest that  prime bidders should be
required to identify suppliers  in their bids and  not be allowed  to  easily
substitute others after contract award.  On  the other  hand  the prime
contractor must contend with bidding substantial  sums  of  money based
on numerous subtier proposals which may not  have  been  received until
the last minute, may not be finalized or binding  on  the supplier,  may
not meet the technical, timeliness  or warrantee requirements of  the
specifications and may be completely different  and not  comparable
with the other proposals being  evaluated.  More detailed  discussions
of the concerns of equipment suppliers and prime  contractors, as well
                                  -2-

-------
as those of grantees and engineers are provided in subsequent por-
tions of this report.

     In the development of regulations and guidance on bidding, EPA
has taken the view that there is no compelling Federal interest in
mandating specific bidding procedures, so long as the state and local
practices utilized comply with the minimum Federal requirements identi-
fied in EPA regulations.  Accordingly, EPA regulations in general  neither
prohibit nor require the types of procedures for inhibiting bid shopping
that have been suggested by equipment suppliers.  Provided that the min-
imum Federal requirements are met, state and local laws and procedures
govern most questions which arise in the contracting process under the
construction grants program.  This is consistent with the program emphasis
on increased state and local decision-making.  State and local  entities
utilize a wide variety of contracting procedures, some which are consis-
tent and some which are not consistent with the equipment suppliers'  recom-
mendations.  This report indicates some of the wide divergence  of opinion
as to the best procedures for bidding on construction grant projects.

D.   Definitions

     There is no general agreement on a precise definition of "bid shop-
ping." The differences in definition seem to be a question of when bid
shopping occurs rather than what it entails.  The Water and Wastewater
Equipment flanufacturers Association, Inc. (WWEMA) state in a legal brief
on the subject that bid shopping "refers to the prime contractor's
shopping for a lower bid after the prime bids have been opened".  (WWEMA
Briefing, pg 3).  The Comptroller General has identified bid shopping  as
the efforts of a prime contractor to reduce prices quoted by his sub-
contractors, by shopping that bid to other subs, but only after contract
award.  (See e.g. 43 Comptroller General 206(1963)).  Bid shopping has
also been defined by a Commission on Government Procurement, estab-
lished by the Congress in 1969, as the prime contractor's use of the
lowest subcontractor bid, at any time, as leverage to achieve a lower
bid.  For the purpose of this report bid shopping refers to any post
bid-opening efforts by a prime contractor to use the lowest bid received
on a subcontract as leverage to gain an even lower bid.

     The terms "bid shopping" and "bid peddling" have sometimes been
used interchangeably.  However, bid peddling more precisely refers to
post bid-opening action by subcontractors, to undercut a previously low
bid by another subcontractor.  This usually occurs in concert with bid
shopping by a prime contractor.  Accordingly, the term bid shopping as
used in thi's report will also include the parallel practice of bid
peddling to the extent that it occurs.

     In the construction grants program "nonrestrictive specifications"
are specifications which in accordance with Section 204(a)(6) of the
Federal Water Pollution Control Act (FWPCA) do not contain "proprietary,
exclusionary or discriminatory requirements other than those based on
                                  -3-

-------
performance." The use of two brand names  followed by the  words  "or
equal" also complies with the nonrestrictive  specifications  requirements
of the statute.  It should be noted that  restrictive specifications  are
permitted by the FWPCA under certain circumstances such as demonstration
of a particular thing or interchangeability of parts.

     "Prequalification" or "preapproval"  of major equipment  items  refers
to a procedure whereby the engineer or the municipality or both review
potential equipment items through a competitive process and  establish  a
list of those that are acceptable for the project.  If prequalification
is utilized, provisions must be made to assure that free  and open  com-
petition is maintained in the prequalification process consistent  with
the FWPCA and its implementing regulations.

     In the context of this report "naming" or "listing"  refers to a
requirement in the bidding documents that a prime contractor name  a
single subcontractor or supplier for certain items that are  so  speci-
fied.  If established, a listing requirement must be clearly set forth
in the invitation for bids. The actual listing requirement may  take
several forms.  For example the prime bidder may select from a  list  of
prequalified suppliers or under certain defined circumstances may  propose
an equivalent supplier.  Prequalification and listing are discussed  in
more detail in subsequent portions of this report.

E.   Scope of EPA Study

     The conduct of the EPA study involved reviews of Federal,  state,
local and industry specification and bidding practices, analysis of
substantial input from interested parties, review of ongoing EPA
studies, discussion of the issues with the EPA Management Advisory Group
(MAG), and the participation in joint meetings with groups representing
consulting engineers, contractors and equipment suppliers.

     Some groups and individuals submitted detailed recommendations  on the
bidding procedures in the EPA construction program.  WWEMA submitted a
legal brief in support of a regulatory listing requirement.   The Asso-
ciated General Contractors (AGC) submitted arguments opposing any  listing
requirements. In addition to the unsolicited inputs from  various sources,
comments and recommendations were requested from other interest groups,
MAG members and Federal agencies.  Since  many of the basic procurement
issues in the study involve question of law and legal  interpretate the
study was conducted in close coordination with the EPA Office of General
Counsel. The ten EPA Regions were polled  for input on current procedures
and recommendations regarding the issues  covered in the study.   A  list of
groups contacted and those providing input to the study is included  in
Appendix B and copies of comments and recommendations submitted are
included in Appendix C.  Procurement procedures for both  direct Federal
                                    -4-

-------
procurement and Federal assistance programs were reviewed to determine
specification and bidding practices in these areas.  The statutes and
regulations of several states were reviewed to identify contracting and
bidding procedures at state and local levels.

     In addition, EPA participated as an observer in a series of joint
meetings with representatives from AGC, WWEMA and the American Consulting
Engineering Council  (ACEC).  As a result of these meetings a better
understanding of the concerns of the various groups and some joint
recommendations, primarily in the area of prequalification, were devel-
oped.  The recommendations are further discussed in Section III. E. of
this report.

     In the course of the study the comments and recommendations from
the various interest groups were thoroughly reviewed and analyzed.
The issues were identified, researched and analyzed, conclusions were
reached and recommendations were formulated.
                                   -5-

-------
II.  Current Practices

     A.   Federal Procurement

          Extensive regulations and procedures  exist in  direct  Federal
procurement for specifications and bidding on Federal  construction
contracts.  Construction contracts in Federal procurement like  other
contracts for public work are usually awarded based on formal advertise-
ment and competitive bids.  Every effort is made to foster maximum free
and open competition which results in the lowest price to the Government
and fair and reasonable compensation to the contractor.   Proprietary or
sole source specifications are ocasionally used where  a  particular item
is required for a certain justifiable purpose.

     In Federal procurement, obligations to list suppliers or inhibit
bid shopping have not been recognized unless imposed by  agency  reg-
ulations and guidelines or statutes.  However,  despite the detailed
consideration given to procurement procedures by the Federal Government,
prequalification procedures and requirements for naming  of suppliers, or
other requirements inhibiting bid shopping are  almost  non-existent.

     The Department of Interior dropped its listing requirements  in
1975, shortly after losing a United States Court of Claims case in-
volving the Department's refusal to allow a contractor to substitute
another subcontractor for the listed subcontractor.  (40 Federal
Register 17848 (April  28, 1975) and 29722 (July 15, 1975)TT^

     The General Service Administration (GSA),  after publishing notice
of its intent to delete the GSA requirement for prime  bidders to  list
certain subcontractors in their bids, (42 Federal  Register 27966
(June 1, 1977)) has apparently decided to maintain the listing  require-
ment with some modifications.  Under the GSA requirement, prime bidders
must list subcontractors having a certain percentage of  the work  for
heating, ventilation, and air conditioning (HVAC), electrical,  vertical
transportation (elevators/escalators) and other general  categories of
work in the specifications.  The current regulation requires the  listing
of subcontractors when their work comprised more than  3.5% of the total.
An increase in this percentage, possibly to 6%  is  one  of the items being
considered in the revisions and modifications to the GSA procedures.

     Prequalification of equipment items is also generally not  required
or used in Federal contracting.  The procurement of standard items is
usually based on extensive systems of technical and performance speci-
fications which exists in most direct Federal procurement programs.
Specialized items necessary for a particular purpose are usually  pro-
cured directly by the Government for installation  by the contractor.
Direct procurement by the Government usually involves  some type of
competition, even if the specialized item is available from limited
sources.  In the absence of technical or performance specifications
and if time is of the essence, the Government may  specify items by
brand name followed by the words "or equal".  This latter method  is
the least preferred method of Federal procurement.
                                 -6-

-------
     B.   Federal Assistance Programs

          Specification and bidding procedures in Federal  assistance
programs are significantly more diversified than those involved in
direct Federal procurement for a variety of reasons.  First, statutory,
regulatory and Federal agency requirements vary among the  different
programs.  Also a variety of state and local requirements  normally
apply to the contracting efforts since these government entities are
usually doing the contracting under assistance programs.  Moreover, the
programs themselves vary as to the type of assistance provided. Assist-
ance can be in the form of grants, loans, loan guarantees, revenue
sharing, or technical assistance.  For the purpose of this report the
discussion is limited to contracting under grants-in-aid to state and
local governments, which is the type of assistance provided by the EPA
construction grant program.

     The one common element for procurements under grant programs is the
application of Attachment 0 to OMB Circular A-102.  ("Uniform Adminis-
trative Requirements for Grant-In-Aid to State and Local Governments"
recently reissued at 42 Federal Register 45828-91, September 12, 1977)
The purpose of Circular A-102 is to set broad uniform guidance for
Federal grantor agencies to follow in their grant programs.  Attachment
0 of the Circular, which deals specifically with procurement under grant
programs, is currently under revision.  In the area of bidding and
specifications the revisions being considered do not significantly alter
the existing Attachment 0 requirements.  Under Attachment  0, grantees may
use their own procurement regulations which reflect applicable state
and local laws, rules and regulations, provided that procurements made
with Federal grant funds adhere to certain defined standards.  There
are no provisions in Attachment 0 requiring or prohibiting either pre-
qualification or listing in contracting under grants.  The provision of
maximum open and free competition is emphasized, and specifications
containing features which unduly restrict competition are  not per-
mitted.  However, "brand name or equal" descriptions may be used to
define the salient requirements of a procurement.

     Attachment 0 provides broad guidelines upon which Federal grantor
agencies are to base specific program requirements.  Agencies are not to
establish additional requirements unless required by Federal law or
Executive Orders.  Accordingly, state and local procurement procedures
are used to a great extent in Federal grant programs and any prequali-
fication procedures or listing requirements for bidding and contracting
are imposed by the State or the local agencies who are recipients of the
grant funds.
                                -7-

-------
     C.   Construction Grant Program

          The EPA construction grant program is a major Federal  program
established under the Federal  Water Pollution Control  Act (FWPCA) to
provide grant assistance to local  governments for the  purpose of abating
water pollution resulting from municipal wastewaters.   The EPA construc-
tion grant subagreement regulations (40 CFR 35.936 through 35.938) indi-
cate EPA requirements relating to procurement of engineering services
and construction contracts under this program.  Since  Attachment 0 re-
visions were being considered when these subagreement  regulations were
developed, EPA was granted permission to deviate from  the specific
requirements of the existing Attachment 0.  In the construction contract
bidding area there are no significant differences between the broad
guidance of Attachment 0 and the requirements of the EPA regulations.
Construction contracts are normally procured by formal advertisement and
competitive bidding, using state and local procedures  and the Federal
requirements established to implement the provisions of the FWPCA.

     EPA has not imposed any prequal ification procedures, listing re-
quirements, or anti-bid shopping requirements upon its grantees.  Con-
sistent with Attachment 0, as well as the emphasis on  increased state
and local decision-making in the FWPCA and its implementing regulations,
EPA does not prohibit grantees from establishing such  requirements in
their specification and bidding procedures provided minimum Federal re-
quirements for adequate competition are met.

     When properly imposed by the grantee, prequalification procedures,
listing requirements and bid shopping prohibitions are enforceable
under the EPA bid protest procedures described in EPA  regulations at
40 CFR 35.939.  This provision in the EPA regulations  was established
to clearly define expedient procedures for the equitable administrative
resolution of disputes arising out of procurements under construction
grant projects.  The GAO has admonished Federal grantor agencies to
provide for such procedures.  Additionally, the establishment of
such protest procedures is consistent with proposed revisions being
considered for Attachment 0, although not required under the existing
Attachment 0.  In order for the grantee's procurement  requirements
regarding prequalification listing or anti-bid shopping to be upheld
in protest under the EPA regulations, these requirements must not be
contrary to the minimum Federal requirements for adequate competition
and must be clearly identified and defined in the grantee's procure-
ment procedures.

     A poll of the ten EPA regions indicated that a variety of pre-
qualification and listing procedures have been used in local govern-
ment contracting under the construction grants program.  The imposi-
tion of such procedures has depended upon the public contracting
requirements of state and local statutes and regulations.  These
                                  -8-

-------
state and local requirements are discussed further in the following
section of this report.  Although no strong positions were taken,
most regions indicated that prequalification procedures  and to a lesser
extent listing requirements could probably improve project performance
and reduce delays, even considering the additional time  that might be
required for such procedures.   However, only one response suggested tnac
these procedures should be mandatorily required by regulation.  The
majority position was that the use of these procedures should continue
to be permitted as they currently are under the existing regulations
with a possible clarification  which would clearly indicate the accep-
tability of such procedures in the construction grant program.

     D.   State and Local Statutes and Procedures
          An extensive body of state and local  laws and regulations
exists which deal with specification and bidding procedures in public
contracts. Grantees may use these procedures for contracting under
construction grant projects to the extent that  they do not conflict
with the minimum requirements of the EPA construction grant regulations.

     Some of these state statutes have provisions dealing with bid
shopping and in accordance with EPA regulations are applicable to
construction contracting under the construction grant program.  Sev-
eral of these statutes were reviewed in the course of the study.

     Although these statutes vary widely in both form and content, they
can be grouped into three general categories:  Subcontractor listing
requirements, subcontractor filing requirements, and multiple prime
contractor bidding.

     Subcontractor listing is the best known and most widely used ap-
proach to solving bid shopping problems.  Under this method of bidding
the general contractors are required to list proposed subcontractors  by-
name in their bids and are not allowed to make  substitutions without
demonstrated justification and the consent of the contracting authority.
When this requirement is employed, any subcontractors who will perform
more than the stated minimum percentage or dollar amount of the total
job must be listed by the general contractor in his bid (e.g., in
California, any subcontractor who will  perform  more than ^ of 1% of  the
total  amount bid must be listed).  Instead of determining applicability
by percentages or dollar amounts some states required the general con-
tractors to list subcontractors who will perform certain specialty work,
(e.g., mechanical, electrical, plumbing, heating and ventilation).

     There are some weaknesses in this  method of controlling bid shopping,
First, because of time constraints the  general  contractor may be required
to list a subcontractor without having  fully evaluated the subtier bid
proposals.  Second, there is no legally binding contract between the
proposed subcontractor and general contractor prior to the award of  the
                                  -9-

-------
prime contract.  This allows the listed subcontractor to  restrict the
scope of work or to seek additional  compensation  prior to entering into
the subcontract.  Finally, since general  contractors  are  not required to
list subcontractors for those portions  of specialty items of the  job
which they will perform themselves,  the listing requirement can  be
circumvented by a general  contractor who  does  not list subcontractors
and "shops" for the best price from  a subcontractor who is then  retained
as an employee of the general contractor.

     The second category of anti-bid shopping  statutes, subcontractor
filing requirements, is used primarily in Massachusetts.   Under  this
method, the specifications for a particular job contain separate  sec-
tions for various classes of work for which the awarding  authority deems
it necessary to review sub-bids.  Subcontractors  then file their  bids
for the various classes before the general  bids are received.  The
prospective general contractors select among the  prequalified subcon-
tractors and name those whom they intend  to use for the job in their
bids.  After being awarded the contract the general contractor cannot
substitute subcontractors without obtaining the approval  of the  awarding
authority.

     The third system employed to protect subcontractors  from bid shop-
ping is the multiple prime contractor bidding  method.  Statutes  which
require this method of bidding generally provide  for the  total job to be
split into subparts and contracts awarded for  each segment of the job.
An example of this method is that employed in  New York where separate
bids are received for the plumbing,  heating and ventilation, electrical,
and mechanical portions of the work.  A variation to this method  is
employed in New Jersey where bids are received for the total job  and
individual segments of the job.  The contract  is  awarded  to the lowest
bidder for each segment or lowest total bidder if his bid is less than
the total of the low bids on the segments.

     This method reduces the opportunity for bid  shopping by elevating
firms who would normally be subcontractors to  the status  of prime con-
tractors.  However, bid shopping below the prime  contractor level is not
eliminated or affected.  The major criticism of this system is the
increased cost of project administration.  A project management firm
must generally be hired to coordinate the work of the different segments.

     The American Bar Association (ABA) is presently developing a Model
Procurement Code for State and Local Governments  which contains  two
provisions of interest to this study.  The current draft of the  Code
includes a provision which would allow prequalification of potential
suppliers of services, supplies, and construction.  The purpose of
this prequalification provision is to reduce the  administrative burden
of making numerous responsibility determinations  during bidding.   Under
the provision as currently drafted,  a prequalified supplier could be
                                   -10-

-------
found nonresponsible after bid opening, or a supplier who  was  not  pre-
qualified could be found responsible.   Therefore,  such a  prequalifica-
tion provision does not preclude a subsequent evaluation  of responsi-
bility which could add or delete suppliers.   The subsequent addition
or deletion of suppliers after prequalification could result in  pro-
tests and other bidding delays.

     Another provision in the current  draft  of the Code deals  with  a
qualified products list.  Under this provision, if time does not permit
post award testing, a specification could include or reference an
appropriate qualified products list.  Preparation of the  qualified
products list would require adequate public  notice and competition.
This provision recognizes the benefits that  can be gained  in public
contracting through a competitive prequalification process.   While  it is
doubtful that an up-to-date qualified  products list could  be maintained
for the constantly changing variety of equipment items in  the  wastewater
treatment industry, certain major items of equipment could be  prequali-
fied for individual projects.

     Although a few jurisdictions are  using  draft provisions of  the Model
Procurement Code, it should be recognized that even after  finalization
and endorsement of the code by the ABA it will be some time before  a
significant number of local governments have adopted it.
                                -11-

-------
III.      Summary of Comments  and  Recommendations

     A.   The Mater and Wastewater Equipment  Manufacturers  Association

          (WWEMA) Proposal

          WWEMA submitted excerpts of a  brief to  the  Administrator  by
letter dated December 2, 1977, and later furnished  the  entire  brief.
(See Appendix C).  The essential  position of  WWEMA  is that  bid shop-
ping/peddling is detrimental  to EPA,  its grantees and the public  in-
terest.  WWEMA submits that these  practices must  be controlled through
Federally imposed listing requirements.   Grantees would impose the
actual sanctions for any failure  of a prime level bidder to conform to
the requirements.  The sanctions would include automatic disqualifi-
cation of a nonconforming bid  as  nonresponsive and  contract termination
or monetary penalities (20% of the relevant subcontract price  Is  sug-
gested) for unauthorized substitution.

     WWEMA presents a number of arguments on  behalf of  their position.
Briefly summarized, these arguments include:

     1,.   Bid shopping is unethical.   The ability to  shop after bid
opening "rewards the ruthless  and  unethical prime and discourages
responsible conduct on the part of the subcontractor."   The low bidding
prime contractor subverts the  competitive process by  having "a chance"
to receive a lower bid, without a  concomitant price decrease to EPA or
the grantee.  The subcontractor is forced to  perform  at a loss or "is
tempted to unethical conduct in the form of doing an  inadequate job."
(WWEMA Brief, pp 4-6, 9 and 12)

     2.   Bid shopping adversely impacts competition  from subcontractors.

          The risk and loss involved in bidding on  an EPA assisted  pro-
ject are accelerated.  Subcontractors are entirely  without  recourse to
bid shopping by the prime contractor with the low bid.   Contract perform-
ance is often only minimally profitable, at best.   Subcontractors may
refuse to bid to "known" bid shoppers or pad  their  initial  offers,  in
expectation of later shopping. (WWEMA Brief,  pg.  8  and  9).

     3.   Bid shopping results in inflated contract prices.  If subcon-
tractors pad their bids, only the prime level bidder  obtains the benefits
of subsequent price reductions resulting from bid shopping.  Accordingly,
the prime bid is artificially high.  Even if  the  prime  lowers  his bid  in
anticipation of being able to bid shop,  the  risk  involved in not know-
ing how much reduction can be achieved adds some  cost to the bid.
                                   -12-

-------
     4.   Bid shopping discourages research and development by equipment
          suppliers.

          Bid shopping reduces profits to waste treatment equipment
suppliers thereby eliminating the justification for research and
development expenses.  This is detrimental to the long-range goals of
cleaning up the Nation's water because new and innovation technologies
will not be developed by private enterprise if it is not profitable.
(WWEMA Brief, pp 10-11).

     5.   Bid shopping may lead to delays in the ordering of equipment.

          If bid shopping is allowed, a subcontractor will  not order
equipment until a firm subcontract is finally negotiated, which may
cause substantial delays.  (WWEMA Brief, pg 11).

     WWEMA suggests that EPA impose a listing requirement and bid shop-
ping prohibition through a formal rulemaking.  The regulation suggested
by WWEMA would apply to any contract having an estimated total  cost in
excess of $150,000.  Under this regulation an EPA grantee would have
several tasks.  First, each Invitation For Bid (IFB) must contain the
listing requirement set forth in the regulation.  Second, the grantee
through its consultant must determine the subtler categories of work  for
which listing is required.  WWEMA suggests application of listing re-
quirements to categories exceeding 3% of the estimated prime contract
cost.  Third, the grantee would review requests for substitutions and
hold hearings, at the request of the affected subcontractors.  Fourth,
the grantee may terminate a prime's contract or impose a sizeable
penalty (20% of the original subcontract price) for an unauthorized
subtler substitution.  (WWEMA Brief, Appendix I).

     EPA also has some responsibilities under the WWEMA proposal.
First, the Agency must determine that each grantee has included the
regulatory clause in its IFB.  Second, the Agency must determine that
the specifications include the appropriate listing form.  Third, the
Agency may be called upon to determine some bid protests regarding the
listing requirement.  According to WWEMA, these would be limited to
instances where the proposed contractor failed to complete  the form,
the grantee failed to include the proper forms, or the prime challenges
the categorization of subcontract work.  WWEMA contends "that no new
grounds for protest are provided under the proposed regulation."
(WWEMA Brief, pg. 17).
                                 -13-

-------
     B.    The Associated General  Contractors  (AGO)  Position

          By letter of January 31,  1978,  the  AGC  submitted  its  comments
to the Administrator on the issues  identified in  the Congressional
Conference Committee Report and the WWEMA brief.   (See  Appendix C for
the AGC submittal). Aside from complete opposition  to the WVIEMA pro-
posal, the AGC comments are of particular interest  with respect to its
assessment of the problem.   AGC contends  that no  bid shopping "problem"
exists in the procurement of equipment under  EPA  construction grants.
Instead it is the bidding practices of equipment  suppliers  which are
responsible for the confusion, the  lack of commitment by prime  con-
tractors and the subsequent need for negotiations complained of by WWEMA.
A clear summary of these AGC conclusions  is provided at the beginning of
Jie AGC comments:

     "It is the view of the Associated General  Contractors  of America
     (hereafter AGC) that the listing of  principal  subcontractors and
     equipment suppliers by bidders for EPA grantee construction con-
     tracts will not serve a useful purpose,  but  would only serve the
     economic self-interest of suppliers  in the negotiation of purchase
     orders.  AGC submits that a bid shopping problem does  not  exist  in
     the market for manufactured water treatment  equipment.   To the
     contrary the major problems present  in this  field today result from
     the failures of the equipment  manufacturers  to substantially meet
     their responsibilities in the  market-place."  (AGC Comments, pg  1).

     AGC presents a number of arguments in opposition to a  listing
requirement.  Briefly summarized these arguments  include:

     1.   Equipment Suppliers Bidding Methodology Necessitates  Subsequent
          Negotiations.  The primary element of AGC's concern is the
manner in which bids are compiled.   AGC's contention is that normal bid-
ding practice among equipment suppliers does  not  provide for assurances
that offered equipment will conform to the specifications of the grantee.
Additionally, prices may not be given to  the  general contractor until a
few hours prior to submission of the prime level  bid, with  frequent
telephonic negotiations.  The conclusion  of this  process is a "gamble,"
in AGC's words:

     "The methods used by equipment suppliers in  submitting quotations
     to prospective prime contractors under the EPA construction program
     is chaotic.  It is a normal pattern  of conduct for the manufacturer
     to offer a product that it will not  assure is  in compliance with
     the owner's plans and specifications.  Moreover, the manufacturer
     will not identify, with specificity, the aspects of the equipment
     that do not meet the owner's requirements.  It is then left to the
     general contractor to make these determinations.  Magnifying the
     burden imposed on the general  contractor, the equipment manufac-
     turers normally do not provide prices covering their proposals
     until short hours before the bid opening.  Even when prices are
                                 -14-

-------
     furnished,  usually 10  to  12  hours  before  bid  opening,  they are not
     firm and salesmen  for  the suppliers  continue  to  telephone price
     reductions, frequently reaching  40 to  60  percent of the  original
     price quotation,  immediately prior to  bid opening.   By that  time,
     it is impossible  for the  general  contractor-bidder  or  his sub-
     contractors to meaningfully evaluate quotations  for the  equipment.
     Instead, the generally contractor must gamble with  the equipment
     prices to be included in  its bid."  (AGC  Comments,  pg  2)

The AGC comments include examples of "typical  proposals" received by
prime bidders.  Based  on these typical  proposals,  AGC argues  that the
prime bidder must assume a number of key burdens:  (a) estimate a  price;
(b) make basic technical evaluation of the  equipment  to  determine its
compliance with specifications; and (c) check  all  exceptions  to  pro-
posals to determine that all tie-in work or interfacing  is  covered by
the estimate.  Most importantly,  notes AGC, these  types  of  bidding
procedures:

     "effectively prevented the finalization of any prospective purchase
     orders before prime contract bidding.   The result had  to be  ne-
     gotiations following bid  opening.   If  not successful with these
     negotiations, the contractor must then go to  another manufacturer."
     (AGC Comments, pg 14).

AGC does not make an argument  in  favor of the  concept of bid  shopping
(which it deems an unwholesome practice, as indicated in the  AGC  Code
of Ethics).  AGC asserts that  "post bid-opening negotiations, "would
not be necessary:

     "if the manufacturers  would  offer equipment meeting the  owner's
     plans and specification,  and if the manufacturers would  provide
     their price quotations to prospective  contractors so that an
     effective evaluation and  negotiation of work  scope  could be
     performed before  bid opening."  (AGC Comments, pg 14).

The equipment suppliers listing requirement proposed  by  WWEMA would,  in
AGC's opinion,

     '"lock-in"  the general contractor to a single supplier,  who  could,
     after bid opening, demand whatever price  it desired to bring its
     non-conforming proposal into compliance with  the owner's specifi-
     cations."  (AGC Comments, pg 14).

     2.   The WWEMA proposal is administratively unworkable.  AGC high-
lights the following problems  it  perceives  if  EPA  adopted the WWEMA
proposal: (a) administrative burden on EPA  and grantees  to  promulgate
and implement new regulations; (b) strain on grantee  resources, and
project efficiency, because of the need to  conduct preaward evaluations
                                 -15-

-------
of contractors'  lists, and review and act upon  substitution  request;  (c)
administrative bid protest would drastically increase because of ques-
tions of bidder responsiveness under a listing  requirement (AGC  presents
ten basic issues from GAO protest cases where questions  could arise and
argues that otherwise responsive low bidders may be discarded resulting
in higher contract costs); and, (d) contract claims and  litigation will
ensue, primarily as a result of decisions on substitutions.   (AGC Com-
ments, pp 14-18).

     3.   No Federal agency requires the listing of equipment suppliers
          bids.   The GSA requirement concerns the listing of certain
principal subcontractors but does not extend this requirement to suppliers
of equipment under prime contracts or to suppliers under subcontracts.
(AGC Comments, pp  18-19).

     4.   No Federal/Ioca! government intervention in these  commercial
          relationships is appropriate.  AGC makes two basic points
in this regard.   First that general contractors:

     "have historically demonstrated their ability to manage their own
     subcontractor and supplier relationships,  and the imposition of
     added governmental interference in that relationship can only
     serve to frustrate that demonstrated ability."  (AGC Comments,
     pg 19).

Second, that governmental regulations and decision-making is inappro-
priate, as a general rule, in this area which so closely involves basic
questions of business and professional judgement.

     C.   Other Comments on the WWEMA Proposal.

     The following comments are representative  of those  received by EPA
on the WWEMA proposals.  These comments were received as a result of
discussion of the  WWEMA proposal with the EPA Management Advisory Group
(MAG) and a request for comments on the proposal.  It is interesting  to
note that other than WWEMA members, all responses except one were opposed
to the mandatory listing requirement proposed by WWEMA.   The one response
from a consulting  engineer that was not opposed was more ambivalent than
supportive and also suggested some changes to the WWEMA  proposal.  (See
Appendix C for copies of actual responses).

     1.   Comments were received from Bart T. Lynam, General Superin-
tendent of the Metropolitan Sanitary District of Greater Chicago (MSDGC),
by letter, dated January 6, 1978.  Mr. Lynam, upon review of the WWEMA
brief, offers the  following recommendations:
                                 -16-

-------
     "The proposal  for a regulation mandating identification  of sub-
     contractors in bid documents for contracts  funded by the U.S.
     EPA should be rejected.   However, we feel  that grantees  should
     be allowed the option of including such requirements in  their
     bid documents in whatever manner they deem  necessary to  either
     comply with State and local  requirements or to mitigate  potential
     effects of bid shopping  and  bid peddling on bid prices  for such
     contracts."

     The basis for Mr. Lynam's recommendations  includes his  observations
and comments in the following areas:

       a. Bidding methodology.  In this respect, Mr. Lynam independently
concurs with the position of  AGC  that post-bid  opening negotiations  are
vital  due to the inability of the general  contractor to determine either
an accurate price or conformance  of listed equipment to the  specifica-
tions  during the bid preparation  period:

     "Experience shows that submittals of bids  by subcontractors gen-
     erally occurs a very short time before the  bid opening.   Prime  con-
     tractors are forced to accept bids at the  last moment with little
     or no opportunity to determine if the low  bidder fully  understands
     the requirements of the  contract documents  or if the equipment  to
     be provided meets the specification.   Given this situation, it  is
     difficult to see how primes  can obtain better competitive sub-
     contract bids before bid opening by the application of  the
     proposed regulation."

     b.   Lower prices.  Mr.  Lynam points out that the WWEMA  proposal
does not prohibit or restrict "puffing" by subtier offerers.   The
essential  argument is that any purportedly excess profits would merely
be shifted from the prime to  the  subcontract level, and not  result in
lower  bid prices.

     c.   Quality control. Mr.  Lynam suggests  that the desire to
reduce costs and increase profits is universal,  as is a grantee's
concern that such efforts do  not  impair adequate performance.  Ac-
cordingly, bid shopping can have  little effect  on job quality, if the
grantee and the consulting engineer are vigilant in preventing com-
pletion of work which fails to conform to the specifications:

     "A major portion of the  construction residency manpower  and expense
     is directed towards prevention of detrimental shortcuts, improper
     procedures, inferior or  non-specification materials, and other
     items which would produce an inferior project.  If this  were not
     the case, then the argument  that bid shopping can result in
     shoddy work may be valid.  Equipment or installations performed
     under a "no bid shopping regulation" will  not provide guarantees
     for the grantee or the U.S.  EPA of the quality of work  to be
     performed or the material to be supplied.   The only such guarantee
     is a rigorous inspection of  work and assurance of complete adher-
     ence to the specification for materials and equipment."
                                 -17-

-------
     d.   Potential  delays.   Administrative  burdens  and  inefficiencies
are additional  factors in Mr.  Lynam's  recommendation against the  WWEMA
proposal:

     "One  other factor which influences  my opposition to the WWEMA
     proposal  is the potential  delays  associated  with awards of
     contract under such constraints.   Prior to formal award of a
     contract,  all  subcontractors  and  equipment to be provided  would
     have  to be reviewed for acceptability.   It would appear that.
     the refusal to accept a subcontractor or equipment  submittal
     could result in a withdrawal  of bid by  the prime contractor
     or at least delays in obtaining an  acceptable substitute.   If
     one assumes that the unacceptability occurred because  of a non-
     specification  subcontract bid,  it must  be assumed that a sub-
     stitute would  result in a cost  increase to the  prime contractor.
     Would the  grantee then be required  to escalate  the  prime's bid
     by that additional cost?"

Mr. Lynam  also  highlights the inevitable delays attributable to
protest, other  disputes and litigation as important  factors in  this
regard.

     e.   Present EPA grantee practice.   Mr. Lynam expresses concern
that the WWEMA  proposal will eliminate the flexibility necessary  for
a grantee  to determine the manner  in which conformance with the speci-
fications  will  be made, with no increase in  the bid  price:

     "Under most contracts administered  by the District  today,  sub-
     contractors need not be identified  until  formal award  of the
     contract has been made.  Subcontractor  must  then be approved
     as the work progresses.  If a subcontractor  is  found unaccep-
     table to the District,  the contractor is forced to  provide a
     substitute, acceptable to the District, within  the  bid price.
     Likewise,  equipment submittals  must meet specifications or a
     substitute provided at no additional cost.  The leverage which
     the District has after award  of the contract is significantly
     greater than that which would exist if  such  determination  were
     made  prior to  formal award."

     "I am aware that a number of AMSA"  (Association of  Metropolitan
     Sewer Agencies)" members require submittal of subcontractors and
     equipment  suppliers with the bid.  In some circumstances,  this
     District may find it to be advantageous also.  In fact, such a
     requirement is placed on prime  contractors to identify minority
     and small  business contractors  and  the  dollar value of the work
     to be subcontracted to each with the initial bid documents.
     This  requirement is intended to assure  compliance with the
     District's Affirmative Action Program in determination of  the
     lowest responsible bidder.  The excercise of such an option
     does, in my opinion, provide ample  opportunity for  flexibility
     by grantees in determining the  mechanisms they will utilize  in
     obtaining  bids for their projects."
                                  -18-

-------
     2.    Comments on the WVIEMA listing proposal  were  received  in  a
letter,  dated January 15, 1988, from Charles  W.  Carry, Assistant
Director, Department of Technical  Services,  County Sanitation Dis-
tricts of Los Angeles County, transmitting a  memorandum from VInee
DePalma, Assistant Office Engineer.   Those comments, due to their
succinct summation of concerns, are  fully set out below:

      "The Districts are required by State Law to have  the contractor
      list on his bid proposal form,  all subcontractors who will  per-
      form work which has a value in  excess of % of 1  percent of the
      project cost.  A subcontractor is defined as a contractor  who
      contracts directly with the prime contractor and  who supplies
      material and labor at the project site.   In California the sta-
      tutory requirements for substitution of subcontractors closely
      parallel the requirements set forth in the proposed regulation.

      We do not feel the need for any additional  regulations in  the
      area of listing of subcontractors or equipment suppliers  and,
      in fact believe that such a regulation could be,  at times,
      counter-productive.  Some of the reasons for this are as
      follows:

      1.    Such a regulation would cause the bid form to be very lengthy.
          In the pre-bid rush to complete the form properly, while
          receiving last-minute sub-bids, the contractor would  be
          exposed to a very high risk of a costly error.

      2.    A mistake or omission on the form would result in the bid
          being declared non-responsive.  Should a low bid be  de-
          clared non-responsive, the agency can either award to the
          2nd low bidder, assuming his bid is in order, or reject
          all bids and readvertise.   The former alternative certainly
          results in higher costs, the latter often has the same re-
          sult, not to mention increased administrative costs.

      3.    The proposed regulation closely parallels California
          Statute regarding listing  of subcontractors  (not includ-
          ing material and equipment suppliers); however, there
          are significant differences in the area of substitution
          of subcontractors.  This would make such a  substitution
          by a California agency confusing, at best.

      4.    The proposed penalty for substitution  without approval,  even
          if legal, would force the  prime contractor  on most construc-
          tion contracts deeply into the red and cause him to  either
          finish the contract while  trying to minimize his losses  or
          to default.  Neither alternative is especially appealing for
          most agencies.
                                   -19-

-------
     5.    The regulation could  be  circumvented  in  the  area  of material
          and equipment suppliers  by the  contractor  intentionally  list-
          ing material  or equipment  which does  not meet  specifications.
          When his bid  is acceptable and  he  is  informed  that he must
          supply specified material  or equipment,  he is  free to shop.

     In  summary it is our recommendation  that control  of bid shopping
     and peddling be left to the local  agencies."

     3.    Comments on the WWEMA listing proposal were  received  from
Billy T. Sumner, Partner in Barge, Waggoner, Sumner  and  Cannon,
Engineers and Planners, by letter  dated January 16,  1978.   Mr.  Sumner
acknowledged that if listing were  established,  preapproval  of equip-
ment would probably be  required in order  to  protect  the  prime con-
tractor.  While he sympathized  with  the problem being  addressed,
Mr. Sumner believed that the WWEMA proposal  would  be unworkable in
practice.  Specific areas of concern mentioned  include:

     a.    Categorization of subcontractor work. Mr. Sumner indicated
that it would be unwise for the consulting engineers or  the grantee
to separate the work into subcontract items, and dictate these  to  the
prime contractor who is normally the expert  in  this  area:

     "Specifications cannot always be written to completely segre-
     gate and categorize each and  every type of work that might be
     subcontracted.  It would be risky to start breaking down the
     contract documents into portions that apply vis-a-vis  those
     that do not apply to a given  operation. A threshold of three
     percent is too low."

     "Most engineers would need counsel of general contractors  to
     completely categorize all  work."

     b.    Twenty percent for unapproved substitutions.  Mr. Sumner
questions the legality of "a pre-set penalty without reference  to  actual
damage."

     c.    Relationship  between  the grantee and  the sub.   Mr. Sumner also
questions the direct relationship between the owner  and  the sub during
the substitution hearing process proposed by WWEMA.

     4.    Comments on the WWEMA listing proposal were  received  from
E.J. Peltier, Consultant with Sverdrup and Parcel, Associates Inc.,
Engineers and Architects.  Except  for problems  with  the  dollar  amount
and percentage for applicability and the  penalty clause, Mr. Peltier
did not  see anything "too drastic" in the WWEMA proposal.   Mr.  Peltier
also furnished an example of listing on a Metropolitan St.  Louis Sewer
District Project.
                                   -20-

-------
     5.   Comments were received from Dr. William J. Katz, Director of
Technical Services, Metropolitan Sewerage District of the County of
Milwaukee, by letter dated January 20, 1978.  Dr. Katz agreed on the
need to more adequately formalize subcontractor selection.  He described
use of a "construction management system" whereby the grantee directly
acquires the major components of the project for installation by the
contractor.  The WWEMA proposal was not specifically addressed except
for the general comment that it has "the potential to decrease the
frequency and magnitude of the incidents" (i.e., subcontract bidding
problems).

     D.   General Comments

          General comments and recommendation to EPA on specification
bidding procedures resulted primarily from a direct questionnaire re-
quest to other Government departments and agencies and interested groups
involved with the construction grants program.  (See Appendix B for a
list of commentors and Appendix C for copies of actual responses).
The input from other Government entities was utilized in the preparation
of Section II of the report dealing with Current Practices and is not
repeated here.  The following summaries are representative of general
comments received:

     1.   The Association of Metropolitan Sewer Agencies (AMSA) whose
members are comprised of relatively large metropolitan sewer agencies
responded to the EPA questionnaire by letter dated March 13, 1978. EPA
had already received responses from several  AMSA members with specific
comments on the WWEMA proposal.  Some of these comments were discussed
in the previous section of this report.

     AMSA is opposed to the imposition of mandatory prequalification or
listing requirements but could accept provisions permitting prequalifi-
cation or listing to be utilized by grantees on a case-by-case basis.
AMSA points out that in some cases, prequalification might be construed
as price fixing.  AMSA further recommends that the nonrestrictive speci-
fications requirements of EPA regulations be modified to allow three or
four models or types of equipment to be specified and eliminate the "or
equal" terminology.

     2.   The EPA Management Advisory Group (MAG) has discussed con-
struction grant bidding and specification procedures on several
occasions.  The MAG is comprised of individuals who have special
expertise in various aspects of wastewater treatment, environmental
concerns and public participation and who are appointed by the
Administrator to advise the Agency on matters involving the con-
struction grants program.  Although many MAG members responded as
individuals to our request for comments on the WWEMA proposal, the
MAG has  not as a group taken a position or provided recommendations
to EPA on the bid  shopping issue in the construction grant program.
                                  -21-

-------
     A MAG subcommittee on bidding has,  however,  developed  a  subcommittee
report which identifies some bidding procedure  issues  and suggests
general solutions and specific recommendations  in this  area.   The  sub-
committee report has not been formally adopted  by the  MAG.  The report
deserves mention however because it is indicative of the diversity of
opinion as to the best procedures to be  followed.  Prequalification is
indicated in the report as unworkable because of  the time and expense
i nvolved:

     "There have been suggestions that all  equipment of all manufac-
     turers desiring to submit bids to be checked by the owner's engineer
     prior to the bid date.  This suggestion is without merit as the
     cost to the owner and taxpayer cannot be justified. Much satis-
     factory equipment would necessarily have to  be checked for com-
     pliance with the probable result that it would never be  selected
     as the lowest and best bid item by the contractor. Because of
     design changes occurring almost constantly,  no blanket approval
     ought to be given even to manufacturers who  have  an established
     reputation for excellent performance.  Present procedure of
     checking the design and details of the apparent low bidder is  the
     most cost-effective means of handling this item of work.  The
     delay that would be occasioned by such preliminary review of
     all equipment is also not acceptable."

     A specific recommendation of the MAG subcommittee report is that
listing requirements be left to the grantee's discretion:

     "Allow the grantee, at his discretion, to  require general con-
     tractor to include in his bid the identification  of all  major
     subcontractors and major equipment suppliers.  Restrict  all
     deviations or changes except where they are  shown to  be, without
     question, in the owner's or public interest."

     Such a listing requirement would seem to require  some  form of pre-
qualification to assure that the items would be acceptable  for the
project.  Also as explained previously prequalification and listing are
not  prohibited by current EPA regulations or program requirements  and
can  be instituted by any grantee who so desires.

     The additional MAG subcommittee recommendation is noteworthy in
that is suggests that provision be made for new equipment  manufacturers'
entry  into the market:

     "In order to provide entry into the market by new equipment
     manufacturers, permit the contractor to name any  major man-
     ufacturer's equipment as a deductible alternative if  he  first
     designates an approved or named item of equipment as  his base
     bid.  Determination of the low bid shall be based on  the base
     bid."
                                  -22-

-------
     3.   The National  Clay Pipe Institute (NCPI)  provided comments
and  recommendations primarily with regard to the  nonrestrictive
specifications requirements, by letter dated March 1, 1978.  The main
thrust of the NCPI recommendations is that EPA withdraw from being
involved in contracting and bidding procedures which they consider to
be a state and local matter.  The NCPI response references the uniform
guidance for procurements under Federal  grant programs found in Attach-
ment 0 to OMB Circular A-102 and in accordance with that guidance
recommends that more responsibility be delegated to state and local
governments. The NCPI also suggests that section 204(a)(6) of the
FWPCA be amended by adding the following language  to the existing pro-
vision:

     "provided, however, that a State agency which has been or may
     be delegated authority by the Administrator to review plans
     and specifications under Section 203(a) and which considers
     that the State laws which govern municipal procurement operate
     substantially to provide the same protection  as provided by
     the limitations of this paragraph may request the Administrator
     to approve, and the Administrator,  if he agrees, shall approve
     the State system of procurement as  used by municipalities in
     such State."

EPA has a regulatory provision similar to this at  40 CFR 35.936-21.
Under this regulatory provision the Administrator  may certify state or
local procurement systems for use in lieu of EPA procurement procedures
if the state and local  procedures provide the same protection as the EPA
requirements.  Compliance with Federal statutory provisions is required
for approval of a state or local procurements system and certification
does not release the grantee from compliance with  statutory require-
ments.  The suggestion by the NCPI unlike the EPA  regulation, would
permit deviation from statutory provisions of the  FWPCA.

     4.   Comments were received from the American Concrete Pipe Asso-
ciation (ACPA) by letters dated December 14, 1977  and January 27, 1978.
The ACPA correspondence supports the existing regulation (40 CFR 35.936-
13(a)) which permits the selection of a  single pipe material for a
particular project.  ACPA recommends that procedures permitting such
selection not be modified as a result of the EPA study.

     E.   Recommendations of the Joint ACEC/IMEMA/AGC Committee

     A joint committee with representation from American Consulting
Engineer Council), WWEMA and AGC was established during the Spring of
1977 to discuss bidding procedures under the EPA construction grants
program.  The purpose of the committee was joint resolution of issues of
mutual concern regarding bidding procedures, and the formulation of
recommendations to EPA where the committee felt improvements were possible,
                                   -23-

-------
     EPA was invited to participate in the four committee  meetings  which
were held over the past year.   The EPA position and  participation  at
these meetings has essentially been as a neutral  observer, with  the
understanding that the Agency  would welcome suggestions  for improvements
that the group as a whole could agree upon.

     A summary of the position of the three groups  involved with the
joint committee follows:

     1.   ACEC could support procedures permitting  prequalification
of major items of equipment provided the engineer's  fee  reflected
the additional engineering work required by the prequalification
process.

     2.   WWEMA strongly supported prequalification  of equipment
ahead of bidding and naming of specific equipment items  by prime
contractors in their bids.

     3.   A6C supported procedures which would permit prequalification
for major items of equipment,  but was strongly opposed to  any listing
or naming requirements.

     The committee in its meeting on February 3, 1977, adopted a joint
proposal on prequalification of equipment.  (See Appendix  C)  The  pro-
posal was offered to correct certain construction bidding  problems
perceived by the committee.  These concerns are expressed  in the pro-
posal adopted by the committee:

     "The objectives of the Federal Water Pollution  Control Act  are
     in jeopardy because of the price-dominated marketing  climate
     that has been prompted by EPA regulations covering  purchase
     of equipment for wastewater treatment plants.   Because of poor
     equipment, some plants do not function as designed.   Once the
     equipment has been delivered, there is little  incentive for
     the manufacturer to assist in making it work.

     Since initial cost is the dominant factor in determining the
     equipment that will be purchased for the next  project, there
     is little reason for an equipment manufacturer to provide
     either design assistance or operation and maintenance support.
     This assistance is essential both during the design of the
     facilities and when the plant is placed in operation."

The Joint Committee further documented the essential concerns of each
party in this regard (underlining added):
                                  -24-

-------
     "From the Contractor's viewpoint, the inability to determine
     whether an equipment manufacturer's offering will meet the
     specifications is a serious shortcoming.  Contractors must
     evaluate a multitude of proposals in a very short period.
     In addition, many Contractors do not have a staff that is
     technically qualified to evaluate the equipment manufacturer's
     offering to determine whether it is equivalent to the equipment
     required by the specifications.

     From the Owner's view,  it is important to obtain high-quality
     equipment that will perform the function required for many
     years in the future.  Minimum maintenance and long life are
     two characteristics that are particularly difficult to obtain
     and evaluate when first cost is the dominant selection factor.
     For some items of process  equipment, the function may be dif-
     ficult and expensive and should be completed before the manu-
     facturer starts manufacture of the equipment required for  a
     particular project.  Life  cycle costs and energy consumption
     must be evaluated as well  as first cost.

     From the Engineer's viewpoint, the review and evaluation of
     equipment, must be performed at some stage in the project.
     If a prequalification approach is used, the Engineer's eval-
     uation is performed early  and the Engineer can be sure that
     equipment purchased meets  the criteria established for the
     project.  However, when prequalification is employed, addi-
     tional engineering effort  will be required to evaluate multiple
     proposals of equipment Manufacturers which must be reflected
     in the Consulting Engineers fee structure.

     from_the Equipment Manufacturer's and the Contractor's viewpoint,
     the ability to obtain an advance determination of whether  equipment
     is acceptable eliminates an element of uncertainty, and makes it
     possible to bid knowing who the competitors will be.   Prequalifi-
     cation provides an opportunity for the equipment manufacturer to
     have his product thoroughly evaluated without the pressure to
     award a contract.  An Equipment Manufacturer who failed to submit
     his equipment for evaluation during prequalification  would be
     precluded from consideration at the time a contract was awarded."

The proposal  adopted by the joint committee reflect their  common support
of procedures which permit prequalification of major items of equipment:

     "Prequalification of major items of equipment can provide  signi-
     ficant improvement in the  quality of equipment and ability of
     treatment plants to function as designed while retaining the
     competition that is mandated by P.L. 92-500."
                                   -25-

-------
     It should be noted that nothing in existing EPA regulation  or
program requirements prohibit prequalification or listing  procedures.
Both in fact, are used by grantees in the construction  grant  program
to varying degrees based on state and local statutes and procedures.

     Basically, the committee recommends that EPA identify procedures
which could be used by grantees and their engineers at  their  discretion
For prequalifl.'ati '>n of :n?,:'o." items of
     "it ; :. t-e^iwrn'.-..^ o . -. ifc-'f , tr.ft E'-V, rav.f.r.-- r.he Korcl,;r:,  oV
     f"a--!9A to perrrit tie of an agreed-up^n p-requar-fl cation  pro-
     cedure for WcStewater treatment equipment.  The requirement
     for inclusion of the criteria he (the engineer) will  use  in
     evaluating (Pcge 2 of PG-19A) can be retained ir the  pre-
     qualificution documents.  It is further recommended that  the
     term "or equal" not be imposed as a requirement in the bid
     specifications for the project when a proper prequalification
     procedure has been employed."

     The joint committee proposal did not recommend that the  equipment
selected by the prime bidder be listed in the bid and no procedure was
suggested to guide post-contract changes among equipment suppliers.
                                 -26-

-------
IV.  Discussion of Issues

     Various aspects of the issues involved in this study of bidding
procedures under construction grants have been covered in previous
sections of this report.  The purpose of this section is to provide
a succinct discussion of these issues based on the review and analy-
sis of current procedures and input to the study in the form of
comments and recommendations from outside "

                               "• '.:<: , i - j ,1 S
          The nonrastrictive specification requirements in Section 204(a)
(6y of the FWPCA were establishes in 1972 by Public Law 92-50').
This provision requires:  "that no specifications for bids in connec-
tion with such works shall be written in such a manner as to conta'*!
proprietary, exclusionary, or discriminatory requirements other than
those based upon performance, unless such requirements are necessary
to test or demonstrate a specific thing or to provide for necessary
interchangeability of parts and equipment, or at least two brand
names of comparable quality or utility are listed and are followed
by the words 'or equal !."

     The requirement for nonrestrictive specifications promotes com-
petition among suppliers who wish to bid on subtier work on construc-
tion grant projects.  It encourages the entry of new equipment suppliers
and innovative items into the bidding market.  Nonrestrictive specifi-
cations are consistent with the provision of maximum open and free
competition required for public procurements.

     While nonrestrictive specifications encourage maximum competition
among subtier items, the grantee and his engineer can still maintain
control over what will be acceptable for the project, through the pre-
paration of the specification and the acceptance or rejection of "or
equal" alternatives proposed by the contractor.  Further, if the engi-
neer believes that, there is no comparable product to the one he is
comptemplating in his design, he may perform a cost effectiveness anal-
ysis including operation, maintenance and other life cycle costs, and
based on adequate written justification he may specify a single item.
Current procedures require this justification to be forwarded and
reviewed together with the project plans and specifications.

     In accordance with construction grant requirements, innovative or
patented products and processes may be named in the specifications if
found to be cost effective or if required to demonstrate or test a
specific thing.  The 1977 amendments to the FWPCA, enacted by Public
Law 95-217 encourage the use of innovative and alternative technologies
on construction grant projects, by allowing up to 15% higher life cycle
costs in the cost effectiveness analyses for such technologies, and by
                                 -27-

-------
permitting the Federal  grant participation  for  innovative  and  alter-
native technologies to  be increased  from 75% to  85% of the eligible
costs.  The amendments  also provide  for 100% modification  or  replacement
grants where innovative or alternative technologies fail to perform,  if
such failure is not based on negligence.  Regulations  implementing these
provisions were proposed in the Federal  Register on April  25,  1978.
(43FR17690-720)  This emphasis  on innovative and alternative  technologies
should further encourage research and development efforts  in  the  waste-
water treatment industry.

     The use of innovative technologies would normally be  considered
during project planning and design.   However, the procedures  devel-
oped to implement these provisions could be used for prequalifi-
cation of items prior to bidding or  during  bidding provided the
requests for proposals  or the bidding documents  soliciting proposals
clearly indicate the extent to  which innovation  and life cycle costs
will be considered in the prequalification  process.

     B.   Emphasis on Low Dollar Equipment

          The nonrestrictive specifications requirements emphasizing
maximum free and open competition, can encourage the selection of
subtier bid items which have a  low cost.  However, cost effectiveness
analyses may be performed to consider the life  cycle costs of specific
items and, as discussed in Section A above, those items which  are
innovative or alternative in accordance with Public Law 95-217,  are
allowed to have up to 15% higher life cycle costs in the cost  effec-
tiveness analysis.  During bidding where specific items have  not  been
identified, quality can be controlled by strict  adherence  to  the  tech-
nical requirements of the specifications and through the process  of
approving bid items for use in  the project.

     Any system of competitive  bidding appropriate for public  pro-
curement necessarily encourages and  indeed  mandates that the  con-
tractor seek out the materials, equipment and construction practices
that will provide the desired end product at the lowest cost.  Such
competitive procedures  have always served the public interest  in
procurements for public facilities.   In order to preclude  the  instal-
lation of low quality equipment, the engineer must either  write  his
specification in such a way as  to assure the installation  of  equipment
which, in the long run, will prove most cost-effective or  he  may  estab-
lish the quality and salient features of the necessary equipment  by  the
naming of two items which meet the requirements  of the design.  As
indicated in Section A. above,  a cost effectiveness analysis  may  be
used during design to consider life cycle costs  including  operation  and
maintenance in selecting and specifying treatment equipment.   Cost.
effectiveness may also  be used  as a  criteria for approving equip-
ment during bidding and contracting.  However,  the emphasis that
will be given to this criteria  in the competition during bidding
must be clearly identified in the bid documents.
                                 -28-

-------
     Except for emphasizing competition and performance and the use of
"two brand names or equal" instead of "one brand name or equal,"  the
nonrestrictive specification requirements of Public Law 92-500  have not
significantly changed public contracting procedures.

     A new Interagency Agreement between EPA and the Corps  of Engineers
dated January 20, 1978 will expand step 3 construction project  inspections
and monitoring by utilizing additional  Corps construction personnel  to
augment current step 3 project reviews.  The basic agreement is currently
being implemented by subagreements at the EPA Regional office and Corps
Division office levels. This program will assist the EPA and the grantees
in preserving the construction integrity and maintaining the quality of
subtler items by helping to assure compliance with specification require-
ments.

     In addition to this joint program with the Corps of Engineers, EPA
has also established a Value Engineering program which involves project
reviews from the standpoint of quality, reliability and costs.   This
program looks at costs in terms of required facility performance and
therefore provides some additional quality and costs controls.

     C.   Post Bid-opening Bid Shopping

          The perceived detrimental  effects of bid shopping have been
extensively documented by WWEMA in their input to this study.  This
input was presented in Section III A of this report and is  not  repeated
here.  Although some of the statements in the WWEMA brief have  been
questioned by other commentors, no arguments have been raised regarding
the undersirability of the practice of bid shopping.   However,  serious
problems were identified with proposals to legislate or regulate bid
shopping out of existence by imposing a mandatory listing requirement.
These comments were also previously presented in Sections III B and C of
this report.

     In states where bid shopping is viewed as a problem, a variety of
bidding procedures have been imposed to control  bid shopping.  These
bidding procedures have met with varying amounts of success, and  all
seem to have certain drawbacks.  However, the states involved have
accepted the drawbacks, in order to control bid shopping which  they
considered a problem.  This is of course within their prerogative.  The
imposition of mandatory anti-bid shopping requirements at the Federal
grant program level  may conflict with existing state requirements in
this area and would be inconsistent with program emphasis on increased
state and local decision-making.
                                 -29-

-------
     Although WWEMA has supplied lists  of construction  grant  projects
where bid shopping has occurred, municipal  grantees  have  not  high-
lighted the effects of bid shopping as  posing a  serious problem to  the
successful completion of their Federally assisted  projects.

     Consulting engineers, while concerned with  the  effects of price
emphasis on the quality of equipment installed,  have likewise not
identified bid shopping as a significant problem.  As explained in  the
subsequent section, many of the concerns regarding quality can be an-
swered with a prequalification procedure.

     AGC and at least one AMSA member have identified a need  to maintain
flexibility in subcontracting and to allow for post-bid negotiations on
some aspects of subtier bid proposals,  which are normally not clearly
defined prior to bidding.

     D.   Prequalification of Major Items of Equipment

          Prequalification of major items of equipment  has been recom-
mended as a procedure which would improve bidding  and contract perform-
ance on EPA construction grant projects.  It was further  recommended
that EPA identify an acceptable prequalification procedure which could
be used at the discretion of EPA grantees.  These  recommendations were
made by a joint committee of ACEC, WWEMA and AGC and were covered  in
detail in Section III E of this report.

     Prequalification is a procedure which results in a list  of quali-
fied equipment items which meet the requirement  of the  design.  Pre-
qualification as a concept is not prohibited by  the  FWPCA or  EPA
regulations, provided adequate competition is maintained  in the pre-
qualification process.  The key to an acceptable prequalification
process is adequate advertisement for equipment  proposals and adequate
time for equipment suppliers to respond.  The information necessary for
consideration and the criteria for determining acceptability  should be
clearly identified.  Adequate time is required so  as to not  limit the
number of firms responding.  If not handled properly, a prequalification
system could have the result of concentrating subtier contract awards  to
a few well known firms that have gained recognition  in  their  respective
fields.  The public interest would not be served by providing a mechanism
to ease subcontractor bidding problems, if at the  same  time,  adequate
competition is reduced.  Furthermore, prequalification  without proper
advertisement and competition may involve anti-trust implications  under
the broad sanctions of anti-trust legislation enacted to  assure free  and
open competition and to prevent price fixing.
                                  -30-

-------
     A properly conducted prequalification process could resolve many of
the bidding issues which have been raised by groups concerned with
bidding on construction grant projects.  The grantee, the engineer, the
state and EPA would have better assurances that quality equipment was
being installed on construction grant projects.  The contractor and the
equipment supplier would know in advance which equipment would meet the
requirements of the specifications.

     Adequate competition can be maintained through the use of pre-
qualification while also permitting the engineer and the grantee to take
a more active role in selecting equipment items which meet the require-
ments of the design and operation of the facility.  Operation and
maintenance costs and procedures may be considered in the development
of criteria for the acceptability of items in the prequalification
process.  However, the extent to which operation and maintenance or
other life cycle factors will be considered should be clearly indicated.
New and innovative products and patents could also be recognized by the
grantee and the engineers in the prequalification process.  As explained
in Section A above, the 1977 amendments to the FWPCA provide for certain
financial incentives for the use of innovative and alternative tech-
nologies in construction grant projects.  Cost effectiveness may also be
considered during prequalification, however, the extent to which cost
effectiveness will be used as a criteria in the prequalification process
must be clearly identified in the documents requesting prequalification
proposals.

     Some protests could result from equipment suppliers not being
prequalified.  However, these could be dealt with, under Agency regula-
tions in an equitable and expeditious manner, provided the engineer has
adequately documented the requirements of the equipment being sought
and the grounds for rejection of those items which did not meet these
requirements.

     While prequalification could result in improvements in bidding on
construction grant projects, a mandatory prequalification requirement
would preempt the grantee's responsibility for bidding and contracting
under the grant and may conflict with state and local laws and regula-
tions on bidding procedures.

     E.   Naming in Bid Submissions

          The advantages and disadvantages of naming or listing of
subcontractors and equipment suppliers in bids by prime contractors
have been discussed extensively in previous sections of this report.
Widely differing views on proper procedures have been presented by
the various groups involved in the construction grant program. WWEMA
alone strongly supports a mandatory listing requirement.  AGC and
other groups are opposed to such a requirement being mandated by
law or Agency regulation.  A few commentors could accept listing on
a voluntary basis.
                                   -31-

-------
     Listing is not prohibited by current EPA regulations,  and  may be
used by EPA grantees as long as adequate competition  is  maintained in
the listing process.  In fact, based on state and  local  requirements,  a
variety of listing procedures are in current use for  bidding on con-
struction grants projects.

     While a listing procedure could eliminate bid shopping on  those
items for which listing is required, other problems have been identified
with such a requirement.  Some of the disadvantages of mandatory listing
requirements have already been discussed.  An important  factor  is the
need to allow flexibility in bidding and contracting  in  order to
avoid contingency bidding by prime bidders.   Since there is no  binding
contract between the contractor and the subcontractor prior to  bidding,
post bid negotiations are frequently necessary to  bring  the scope of
work or other features of a subtier proposal into  compliance with the
specification.  Even with a mandatory listing requirement,  as suggested
by WWEMA, bid shopping would not be prevented in the  lower  tier sub-
contracts.  Perhaps the most compelling disadvantage  of  a mandatory
Federal listing requirement would be the unwarranted  Federal intrusion
into contracting and bidding procedures established by state and local
laws.
                                   -32-

-------
V.   Conclusions

     The construction grants program was established under the Federal
Water Pollution Control Act to aid municipalities in their efforts to
abate pollution from municipal wastewater.   Consistent with a goal of
the Act to increase state and local decision making, grantees are re-
sponsible for the settlement and satisfaction of all contractual  and
administrative issues arising out of procurements under their grants.
Grantees may use their own procurement systems and procedures which meet
applicable requirements of state and local  laws, to the extent that such
systems and procedures do not conflict with the minimum requirements
established by the FWPCA and EPA regulations.  An extensive body  of state
and local laws exists in the area of construction contracting and bidding
procedures.  State and local bidding procedures deal with bid shopping
and subcontractor listing in a variety of ways. The imposition of mandatory
listing requirements on municipal grantees  is inconsistent with the
increased emphasis on delegation of responsibility and decision-making
to state and local governments.  Input to this study from grantees,
municipal associations, consulting engineers and general  contractors has
supported the position that such Federal interference is  inappropriate.

     Although many states have their own anti-bid shopping requirements,
the listing of equipment suppliers and the  prevention of bid shopping
have not generally been recognized as a major item of concern in  Federal
legislation or regulations.  Efforts to promulgate Federal  legislation
which would require listing of equipment suppliers and limit subcon-
tractor substitution have had limited success.  Federal agencies  that
have established regulations in this area have seriously  questioned the
wisdom of such actions and in at least one  agency, the regulation was
dropped.  In the construction grant program, bidding is typically
handled at the local level.  Public interest does not demand the  intru-
sion of the Federal Government in this area, especially when such inter-
jection is not consistent with other objectives of Federal  legislation
to increase state and local responsibility.  Despite the  possible det-
rimental effects of bid shopping there is a demonstrated  need to  main-
tain flexibility in subcontracting to avoid contingency bidding.   Man-
datory listing places a burden on the general contractor  to enter into a
contract with a subcontractor whose proposal may not meet the requirements
of the project.

     Prequalification of major items of equipment is a procedure  which
could result in improvements in bidding and contracting under the con-
struction grants program.  However, mandatory prequalification, as with
mandatory listing requirements, would impose Federal requirements
which should be left to state and local preference.  A joint committee
of ACEC, WWEMA and AGC support a recommendation for a voluntary prequali-
fication process in the construction grant  program.  Uhile prequalification
is not prohibited by current regulations, the joint committee recommended
                                -33-

-------
that EPA go a step further and establish a prequalification  procedure
acceptable to the Agency which could be used by grantees  on  a  voluntary
basis.  In the process envisioned by the joint committee, equipment
could be prequalified during project design by a competitive process.
Adequate competition could be maintained in the prequalification process.
The engineer could assure that the items prequalified would  meet the
requirements of his design.  The contractor in selecting  among the
prequalified items could be assured that the items  selected  would meet the
requirements of the specifications.  The quality of equipment  installed
and the treatment facility performance could be improved  through such a
process.

     Under the FWPCA and its implementing regulations the proprietary
specification of innovative technologies may be. justified if required to
demonstrate or test a specific thing or if found to be cost  effective.
The 1977 Amendments to the FWPCA enacted by Public  Law 95-217  and regu-
lations proposed to implement these amendments further encourage the use
of innovative and alternative technologies on construction grant projects
by allowing up to 15% higher life cycle costs in the cost-effectiveness
analysis for such technologies, and by permitting the Federal  grant parti-
cipation for innovative and alternative technology  to be  increased from
75% to 85% of the eligible costs.

     This study of the bidding process is considered to be conclusive
from the standpoint of bidding procedures utilized  in the construction
grant program. However, EPA has several on-going and planned study
efforts which  involve the design and construction  of publicly owned
treatment works (POTW's) and the wastewater equipment industry to a
certain extent.  These studies are summarized briefly here for infor-
mation purposes.  An operation and maintenance cause and  effect survey
is being conducted to identify, quantify and rank the causative factors
within the broad categories of administration, maintenance,  design and
operation which have resulted in poor plant performance.   The  study is
not complete.  While preliminary results indicate that plant design may
be an important factor influencing operation and maintenance,  they do
not indicate equipment quality as a frequent factor in poor  plant perform-
ance.  A process and mechanical component reliability study  is being
conducted to determine how variability in process and component relia-
bility effects total plant or system performance.  The process relia-
bility phase of the study is currently under way, but the phase dealing
with mechanical component reliability was just recently started and
results are not yet available.  A study of the economic effects of
environmental regulations on the pollution control  equipment industry is
currently under way.  This study is scoped to look  at basic  supply and
demand aspects, and capital and employment requirements in the industry;
and the economic effects of air, water, and resources recovery environ-
mental regulations on these factors.  The preliminary results  of this
economic study which focuses on the views of the equipment industry
                                 -34-

-------
indicate many of the same contentions raised in the WWEMA Brief fur-
nished as input to the Congressionally directed study of contracting  and
bid shopping.  While the lowering of profitability and the resulting
impediment to innovative technology have been cited, the economic verifi-
cation of these problems was not readily discernible because of the mix
of business from various public and private sources.  The results of  the
economics study are expected to be available later in calendar year
1978.  The preliminary recommendations are for further review in this
area.  An additional study involving the quality of equipment installed on
construction grant projects in planned for Fiscal  Year 1979.  These
studies are all part of EPA's efforts to determine the effectiveness  of
Agency programs and to identify the effects such programs might have  on
various elements of the public and private sectors.
                                 -35-

-------
VI.  Recommendations and Proposed Actions

     EPA, upon review and analysis of the  comments  and proposals  offered
regarding bid shopping, equipment listing  and the prequalification of
major items of equipment recommends against Federal  direction  in  the form
of legislation or regulation changes in this  area.   Aside from the purely
technical considerations used in arriving  at  this recommendation, serious
thought was given to the desirability of Federal  intrusion into local
bidding and contracting procedures, where  a significant body of state and
local laws and regulations exists.  Further,  imposing Federal  mandatory
requirement in this area is inconsistent with the goal of the  Act, to
increase state and local decision-making.

     EPA intends to continue to permit the use of anti-bid shopping
procedures, including listing on construction grant projects where such
procedures are established by state and local requirements or preference.

     In order to permit the consulting engineer and the grantee to take
a more active role in the selection of quality equipment items necessary
for the successful operation of the completed facilities, and  still
maintain the open competition appropriate  for public procurements, EPA
plans to review basic prequalification procedures to identify, for
voluntary use, the necessary minimum elements for prequalification which
would comply with the nonrestrictive specifications requirements  for
adequate competition.

     In order to further facilitate the use of innovative technologies
in construction grant projects, EPA plans  to  reemphasize existing guide-
lines which permit the use of proprietary  specifications for innovative
products and processes.
                                    -36-

-------
                         APPENDICES                                Page
A.   Direction of the Federal Water Pollution Control             A-l
     Act Amendments Conference Committee

B.   Groups, Agencies and Individuals Contacted and               B-l
     Providing Input to the EPA Study of Wastewater
     Treatment Contracting and Bid Shopping

C.   Comments and Recommendations submitted to EPA                C-l
     as Input to the Study

     1.   WUEMA Brief                                             C-l
     2.   AGC Position                                            C-80
     3.   Input from MAG members                                  C-104
     4.   Input from other sources                                C-142
     5.   Recommendation of the joint ACEC/WWEMA/AGC              C-162
          Committee

-------
                         APPENDIX A

        DIRECTION OF THE CONFERENCE COMMITTEE

       Conference Report Accompaning H.R.  3199,
95th  Congress,  1st Session,  House of  Representatives
             Report No  95-830, Pages 113-14


           •\VATKU TREATMENT CONTRAOTINO AND KID SHOUTING

    Information was received that section 2(H(a)((>) of the 1972 Act
  which provides that no bids for equipment for treatment works may
  specify particular brand names, lias been interpreted in current regu-
  lations in a way which requires acceptance of the low-dollar treatment
  equipment bid in practically all circumstances. Also, there is concern
  that post-contract bid shopping for lower-tier equipment suppliers by
  successful bidders for grantee, construction contracts  has increased.
    Information on potential problems posed by post bid-shopping and
  the emphasis on low dollar bid, has also been presented to the Environ-
  mental Protection Agency by concerned equipment suppliers. The, con-
  ferees  direct the Administrator to review  implementation of the
  section 204(a)(6)  provisions  to determine if any modifications of
  regulation or law may be, necessary or appropriate. The  Administrator
  is expected to include  in the, review an evaluation of whether or not
  principal subcontractors and equipment suppliers should be named in
  bid submissions for treatment  works. The Administrator shall submit
  this report to Congress within .'] months after enactment of t his Act.
  Tho Adminisl rator should include, an out line of any proposed act ions,
  together  with recommendations for any necessary legislation.
                     A-l

-------
                              APPENDIX B
              Groups, Agencies, and Individuals Contacted
                and Providing Input to the EPA Study of
           Wastewater Treatment Contracting and Bid Shopping


                       Management Advisory Group
Joan S.  Arnold
Vice President, Straco Const.
Camden,  New Jersey

Jeff Brewer
President, Brewer Construction Co.
Oklahoma City, Oklahoma

Charles  W. Carry
Assistant Dept. Head
Tech. Services Dept.
Los Angeles County Sanitation Dists.

Daniel B. Drawbugh
Chief, Bureau of Water Quality
Management
Pa. Dept. of Environmental Resources
William Gibbs
Partner, Black & Veatch
Kansas City, Missouri
Consul  Engrs
Frederick Jordan
President, Jordan Associates
San Francisco, California

Dr. William J. Katz
Director of Technical Services
Metro Sewerage Dist.
County of Milwaukee

Bart T. Lynan
General Superintendent
Metro Sanitary Dist. of
Greater Chicago
Eugene T. Peltier
Consultant, Sverdrup & Parcel
Assoc. Inc.
St. Louis, Missouri

Robert Perry
Assist. Executive Secretary
Water Pollution Control Fed.
Washington, D.C.

Frank P. Sebastian
Sr. Vice Pres., Envirotech
Menlo Park, California

Jacqueline Swigart
Kentuchiana, Regional Planning
and Development Agency
Louisville, Kentucky

Robert Taylor
Director of Water Compliance
and Hazardous Substances
Connecticut Dept. of Environmental
Protection

Donald C. Tillman
City Engineer, City of Los Angeles
Los Angeles, California

Patricia Ann Williams
Representing Public Interest Groups
Associated with the League of Women
Voters
Phoenix, Arizona
                              B-l

-------
                        Associations and  Groups
American Concrete Pipe Association
Washington, D.C.

American Consulting Engineers Council
Washington, D.C.

American Public Works Association
Washington, D.C.

Associated General Contractors
Washington, D.C.

Association of Metropolitan Sewerage Agencies
Washington, D.C.

National Association of Counties
Washington, D.C.

National Clay Pipe Institute
Washington, D.C.

.National League of Cities
Washington, D.C.

Water and Wastewater Equipment Manufacturers
Association
McLean, Virginia

Water Pollution Control Federation
Washington, D.C.


                   Federal Departments and Agencies

Department of Interior                  Naval Facilities Engineering Command

Department of Transportation            US Army Corps of Engineers
 Federal Highway Administration
 Urban Mass Transportation Adm.         US Environmental Protection Agency
 Federal Aviation Administration          Region I through X

General Services Administration
                               B-2

-------
                     Joint ACEC/WWEMA/AGC Committee

              American  Consulting  Engineers  Council  (ACEC)
 Joseph  E.  Hardee
 Moore,  Gardner  &  Associates
 Ashborne,  North Carolina

 William A.  Herrmann
 Zurheide-Herrmann,  Inc.
 St.  Louis,  Missouri

 John  H.  Robinson
 Black & Veatch
 Kansas  City,  Missouri
 Larry  Spiller
 American  Consulting  Engineers  Council
 Washington,  D.C.

 J.  Donald  Stanley
 Stahley Engineering  &  Associates
 Helena, Montana

 Everett Thompson
 William and  Works
 Grand  Rapids,  Michigan
   Water  and Wastewater  Equipment  Manufacturers  Association  (WWEMA)

Thomas  F.  Davy                           Edward Mullinex
Nicholas  Engineering and  Research  Corp   Schander,  Harrison,  Segal  &  Lewis
Belle Mead, New Jersey                   Counsel., WWEMA
                                         Philadelphia, Pennsylvania
,0ren E. Hopkins
Envirotech Corporation                   James E. Robertson
Salt Lake  City, Utah                     Peabody, Wells,  Inc.
                                         Roscoe,  Illinois
W. Jackson Lettes
Fairbanks  Morse Pump Division            George N.  Rufenacht
 Colt Industries                         Ecodyne-Smith '&  Loveless  Division
Kansas  City, Missouri                    Lexena,  Kansas
Don D. Mar pie
Union Carbide Corporation
Tonawanda, New York

Elmer J. Martin
Envirex Corporation
Waukesha, Wisconsin

Richard Millward
Dorr-Oliver, Inc.
Stamford, Connecticut
Frank P. Sebastian
Envirotech, Corporation
Menlo Park, California

Frank E. Si mo
Eaton Corporation
Kenosha, Wisconsin

John H.  Sproule
Envirex Corporation
Waukesha, Wisconsin
                                B-3

-------
              Joint ACEC/1MEMA/AGC Committee (Continued)

                 Associated General Contractors (AGO)
Joseph P. Ashooh
Associated General Contractors
Washington, D.C.

Charles H. Au
Roger J.  Au & Son Inc.
Mansfield, Ohio

Jeff Brewer
Brewer Construction Co.
Oklahoma City, Oklahoma

Marshall  G. Browne
Bay-Con Corporation
Sandusky, Ohio

P. R. Burns, Jr.
Burns Construction, Inc.
Las Cruccs, New Mexico

Joseph F. Cairnes
Perini Corporation
West Palm Beach, Florida

Larry G.  Conner
Aaron J.  Conner General Contractor
Roanoke,  Virginia

M. P. Dumnesnil
Dumnesnil Construction Co.
Lafayette, Louisiana
B. R. Ertell
Stimm Associates
Buffalo, New York

Bruce C. Gilbert
Great Lake Construction Co.
Cleveland, Ohio

Richard J. Halloran
The Conduit & Foundation Corporation
Philadelphia, Pennsylvania

H. C. Heldenfels
Heldenfels Brothers
Corpus Christi, Texas

William F. Lee
Lee Construction Co,
Charlotte, North Carolina

James L. Preston
United Excavator, Inc.
Lexington, Kentucky

F. Michael Swal 1 ing
Swelling Construction Co., Inc.
Anchorage, Alaska

F. Thomas Westcott
Westcott Construction Corporation
N. Attleboro, Massachusetts
                              B-4

-------
                    APPENDIX C                                Page


Comments and Recommendations Submitted to EPA as
Input to the Study

     1.    WWEMA Brief                                         C-l
     2.    AGC Position                                        C-80
     3.    Input from MAG members                              C-104
     4.    Input from other sources                            C-142
     5.    Recommendation of the joint                         C-162
          ACEC/WWEMA/AGC Committee

-------
mw\
Water & Wastowatcr Equipment
Manufacturers Association, Inc.
7900 Wcstpark Drive
Suite 304
McLean. Virginia 22101
703/893-1520
''.COMMII 11 i
i ii k
1 VII.
i ;l V
"''"
S/ / 1/1
l.i If
V*J 1 ,11
.//. h.
lull 1 >
1' 'fl,
If h I '••
I .1 'A 'i
f ll> .|. .
A ',( hi-c
h.m H

//• if
' '
• (/"/ll


'"" 	 "»

                   December  2,  1977
                   Mr.  Douglas  Costle, Administrator
                   United  States  Environmental Protection
                    Agency
                   401  M Street,  S.W.
                   Washington,  D.C.    20460

                   Dear Doug:

                   In further regard  to our correspondence  (your letter of
                   July 8,  1977)  and  discussions regarding  the problems of
                   post bid peddling  and shopping in the Construction Grants
                   Program,  we  understand  that the House/Senate Conference
                   Committee adopted  the language of the Senate report and
                   that, assuming  the  Clean Water Act passes, your office will
                   be asked to  review  implementation of the Section 204(a)(6)
                   provision to determine  if any modification of regulation
                   or law  may be  appropriate.

                   In anticipation of passage of the Act and to facilitate
                   consideration of this matter by the EPA, WWEMA has pre-
                   pared a  brief on anti-bid peddling and shopping and has
                   drafted  a proposed regulation on this subject.

                   Attached  are excerpts from the brief.  We will hand
                   deliver  the  complete brief, together with all appendices,
                   to the  office of Mrs.  Joan Bernstein next week.

                   We appreciate EPA's interest in this severe problem facing
                   the  equipment manufacturing industry and hope this informa-
                   tion  is/6T5 assistance to the Agency in reaching a solution.
                  Frank P. Sebastian
                  President
                  FPS/f
                  Attachment
                  cc:  Mrs. J. Bernstein
                                               C-l

-------
          Before the
Environmental Protection Agency
       In the matter of

     ANTI-BID SHOPPING AND
   BID PEDDLING REGULATIONS
Brief submitted by The "
and Wastewater Equipment
Manufacturers Association, Inc.
advocating the adoption of a
regulation to eliminate bid
  shopping and bid peddling.
     MONTELEONE & McCRORY,
      DARRELL P. IlcCRORY,
       5900 Wilshire Boulevard, Suite 2900,
       Los Angeles, Calif.  90036,
       (213) 937-1533,
         Attorney-for the Association.
          C-2

-------
                         TOPICAL INDEX

                                                           Page

 Introduction 	  ......   1

 Background;  Definitions  	  ......   2

 I.   THE PRACTICES OF BID SHOPPING AND BID  PEDDLING  ARE
     DETRIMENTAL TO GRANTEES, THE EPA, AND  THE  PUBLIC  AND
     SHOULD BE CONTROLLED	   4

     A.   Bid Shopping Controverts Accepted  Competi-
         tive* Bidding Procedures and  is Widely  Con-
         deiuned. as Unethical.	   4

     B.   Cost Reductions Obtained Through the Use  of
         BTcT"Shopping Accrue Only to  the Prime  Con-~
         tractor and Do Not Benefit the Grantee and
         EPA_.,	   6

     C.   Bid Shopping Causes Subcontractors to  Inflate
         oT"71? ad """Their Initial  Bids, Upon  Which the ~
         Price to the Grantee and EPA is Based,  and  to
         Refrain_frgm Bidding Altogether.
     D«,   B_id Shopping Pressures Subcontractors  to  Do
         Shoddy Work or to Work at  a  Loss,_anjl^jLt  Re-
         wards Primes for Unethical and  Ruthless Con-
         duct.
     E.  Bid Chopping is Detrimental  to  the  Long-Ran_ge_
         Interests of the EPA and the Nation in  that
         Rese_arch___and_ Development of  Wastewater  Tecjrr-
         nology is ^Discouraged as a Result of the
         Practice.  . ..........  .  . .~T  ,.
     F.  Equipment May Be Ordered  Sooner  if  Bid  List-
         ing is Required.    ..........    ,

     G .  Sunun ary of the Adverse Effects of Bid S 1 1 op -
             ~    Peddling.    ....... ~  '.  ',~~ .'   .
II.  Mi EFFECTIVE ANTI-BID SHOPPING AND  BID  PEDDLING  REGU-
     LATION CAN BE ADMINISTRATIVELY WORKABLE,  WOULD MINI-
     MIZE PROTESTS, AND WOULD NOT BURDEN THE EPA OR ITS
     GRANTEES.  ..............  .........  12

     A .  The Propojsed Regulation Will  De Ef fecti ve ,
         Easy to Administer, and Fair.   .........   11
                              C-3
                                i

-------
                                                         Page

        1.  The proposed regulation will be ef-
            fective.    	13

        2.  The proposed regulation is easy to
            administer	14

        3.  The proposed regulation fairly se-
            cures the benefits sought while pro-
            viding for those instances when a
            prime contractor must legitimately
            employ an unlisted subcontractor	15

    B.  The Proposed  Regulation Minimizes Delays and
        Protests.  	16

Conclusion	18

APPENDIX I  PROPOSED  REGULATION

APPENDIX II  Comment, Bid Shopping and Peddling in the Sub-
             contract Construction Industry^, 18 U.C.L.A.L.
             Rev. 389 (1970) .
APPENDIX III  Note, Another Look at Construction Bidding and
              Contracts at Formation, 53 Va. L. Rev. 1720  (1967)
                            C-4
                             ii

-------
                        Introduction






          Questions have arisen whether the practices of bid



topping and bid peddlin>, on EPA construction grant projects



are contrary to the public interest and, if so, whether ef-



fective regulations to prohibit such practices can be formu-



lated without creating an undue administrative burden.



          In this brief, it is contended that bid shopping



and peddling are, without question, inimical to the public



interest,  and,  in Part I hereof, some of the detrimental ef-



fects of bid shopping and peddling are discussed.  It is fur-



ther contended that these undesirable practices can be elimi-



nated by regulations which are both effective and simple to



administer.   A copy of such a proposed regulation is attached



hereto as /Appendix A and is discussed in Part II of the



Brief.
                        C-5

-------
                   Background;  Definitions

          On EPA financed construction projects,  subcontract
work is immensely important and often constitutes the great
majority of the work.   Specialized,  sophisticated equipment,
supplied and installed by industry manufacturers, is an inte-
gral component of most wastewater treatment works.  The prime
contractor's role on such projects is in good part that of a
broker of subcontracts.  It is  of considerable interest to
the EPA and the public that the subcontracting process shall
result: in the furnishing of quality equipment at an economi-
cal price to grantees, thereby  giving taxpayers the most for
their tax dollars.
          In theory, subcontracts are procured on the basis
of a widely accepted competitive bidding procedure.  The
prime contractor takes bids from prospective subcontractors
and accepts the bid of the lowest responsible subbidder.  Un-
fortunately, the theory has been undermined by the twin prac-
tices of bid shopping and bid peddling.  The prime contractor
who is awarded the contract finds himself in a vastly im-
proved bargaining position; he  controls the subcontract mar-
ket for that project.   Ke only  has a commitment to do the job
for a set price.  In this position, it is to the prime's ad-
vantage to attempt to reduce his costs.  A major cost is the
amounts he must pay to subcontractors.
          Bid shopping is the practice the prime contractor
employs to reduce his subcontract costs.  The prime takes the
                          C-6
                              2

-------
 low subbid received prior  to  bid  opening  and  asks whether

 other subbidders can beat  this  price.

          If the subcontractors who  were  not  low prior to  bid

 opening  initiate the process  by lowering  their  original bid

 to the prime, the practice is called bid  peddling.   Bid ped-

 dling is simply the reverse side  of  the coin.

          Manufacturers of major  items of specialty  equipment

 are in the same position as are other  subcontractors.   They,

 too, have submitted subbids and may  peddle if they were not

 low subbidders or may be shopped  if  they  were the prime's  low

 subbidder.  Because, on EPA projects,  equipment is a very

 substantial part of the costs,  the prime  has  a  great incen-

 tive to  reduce equipment subcontract costs and  inflate his

 profits  in this area, without any benefit to  the grantee.

          "Bid shopping,"  as  used in the  explication of it

 above, and as used throughout this brief,  refers to  the prime

 contractor's shopping for  a lower bid  after the prime  bids

 have been opened.  This is not  to be confused with the legit-

 imate practice of procuring the lowest possible subbid from

 subcontractors before the  prime contractor submits its bid.

(A regulation prohibiting bid  shopping will actually  enhance

 pre-bid  opening competition and will lead to  a  lower price)

 for the  grantee and EPA and a healthier wastev/ater industry.

          "Subcontractor,"  as here used,  refers not  only to

 those ordinarily considered subcontractors but  also  to major

 equipment suppliers who, on EPA projects,  hold  a position

 similar  to that of ordinary subcontractors.

                              C-7
                              3

-------
I.  THE PRACTICES OF BID SHOPPING AND BID PEDDLING ARE
    DETRIMENTAL TO GRANTEJSS,. THE EPA, AND THE PUBLIC AND
    SHOULD BE CONTROLLED.
    A.  Bid Shopping Controverts Accepted Competi-
        tive Bidding Procedures and is Widely Con-
        demned as Unethical.
          Competitive bidding throughout the construction in-
dustry adheres to the theory that all bidders should submit
their best bid and that the contract should be awarded to the
lowest responsible bidder.  Bid shopping perverts this ac-
cepted practice by allowing the winning prime contractor
(hereinafter, "prime")  a second chance to receive" a lower
bid.  All the benefits of this second chance accrue only to
the prime and not to the grantee and EPA.
          Once the prime uses a subcontractor's or equipment
supplier's (hereinafter, "subcontractor") bid in preparing a
bid for the grantee, a subcontractor is generally bound by
the terms of his bid.  The theory of estoppel protects the
prime.  But the subcontractor is not reciprocally protected.
Even though the subcontractor has incurred costs in preparing
his bid, the courts find no action in reliance on the implic-
it promise by the prime to accept the low subbidder.  The bid
would have been prepared whether the subcontractor was low or
not.  Since the subcontractor has not detrimentally acted in
reliance, estoppel is inapplicable, and the prime is legally
free to shop for a lower subbid.
                             C-8
                              4

-------
          The winning prime is. in a strong position.  First,

his subcontractor is bound to him but he is not reciprocally

bound to the subcontractor.  Second, he has a monopoly over

awards of work on the job.  See Electronic & Missile Facili-

ties, Inc. v. U.S.  for the Uses of H. W. Moseley, 306 F. 2d

554 (1962).  Third,  he knows the amount of his subcontrac-

tor's bid and the amounts of other would-be subcontractors'

initial bids.  He can reveal the bid of his subcontractor to

the others and ask whether they can beat the subcontractor's

price, that is, he can bid shop.

          The prime may be in an even stronger position if he

is privy to select information about the bids.  Perhaps he

required subbidders to reveal equipment or techniques they

planned to use.  The prime can now reveal information provid-

ed by one subbidder to others/ in hopes that the other sub-

contractors will make use of this knowledge to lower their

bids.

          Recognizing the fundamental unfairness inherent in

the bid shopping illustration sketched above, the Associated

General Contractors of America have condemned bid shopping in

their Code of Ethical Conduct (1960 ed.):

     "Ethical conduct with respect to subcontractors and
     those who supply material requires that:

     1.  Proposals should not be invited from anyone who
         is known to be unqualified to perform the pro-
         posed work or to render the proper service.

     2.  The figures of one competitor shall not be made
         known to another before the award of the sub-
         contract,  nor should they be used by the con-
         tractor to secure a lower proposal from another
         bidder.


                              5
                            C-9

-------
     3.  The contract should preferably be awarded to
         the lowest bidder if he is oualified to perform
         the contract but if the av/ard is made to anoth-
         er bidder, it should be at the amount of the
         latter's bid.

     4.  In no case should the low bidder be led to be-
         lieve that a lower bid than his has been re-
         ceived. "
          The American Architect's Handbook similarly disap-

proves of bid shopping.  See American Institute of Archi-

tects, Handbook of Architectural Practice,  Book IV, p. 702

(1958) .

    B.  Cost Reductions Obtained Through the Use of

        Bid Shopping Accrue Only to the Prime Con-

        tractor and Do Not Benefit the Grantee and

        EPA.

          The theory of competitive bidding is that free and

open competition will produce the lowest price for the gran-

tee, and government.  This theory is perverted by the practice

of bid shopping because a large part of the competition goes

on after the price to the grantee and government has been

set.  That price is, therefore, artificially high.

          It might be answered that primes will lower their

profit margins and reduce their initial bids in expectation

of later reductions of their subcontracting costs.  But this

tactic entails a large amount of risk since the prime cannot

know how much of a reduction he can expect.  A price is al-

ways paid for the bearing of a risk; the grantee and EPA pay

this price.
                              6
                             C-10

-------
           On  L'PA wastewater  treatment  grant projects,  subcon-

 tract work constitutes  the majority  of the  work required.

 The amount of risk  a  prime making  such deductions  bears would

 be great indeed.  Primes  should  not  be in the  business of

 bearing  these unnecessary risks  which  can only contribute  to

 the financial insecurity  and insolvency of  many primes.

           Moreover, it  is not clear  that primes actually do

 reduce their  initial  bids in expectation of future reductions

 of subcontracting costs,  perhaps because the risks inherent

 in it are  simply too  great.

     C.   Bid Shopping  Causes  Subcontractors  to  Inflate

         or "Pad" Their  Initial Bids, Upon Which the

         Price  to the  Grantee and EPA is Based,  and to

         Refrain from  Bidding Altogether.

           Subcontractors  have responded to  widespread  bid

 shopping with  tactics of  their own, all of  which are detri-

 mental to  the  interests of the industry and EPA.   One  re-

 sponse is  to refuse to bid to known bid shoppers altogether.

 See Comment, Bid Shopping and Peddling in the  Subcontract

 Construction Industry, 18 UCLA L. Rev. 389,   395  (1970);  Note,

 Another Look at Construction Bidding and Contracts at  Forma-

 tion, 53  Va. L. Rev.  1720 (1967)  .  Competition  is  then re-

 duced.  A second response is to pad the initial price.   See

 Ring Constr. Corp.  v.  Secretary of War. 8 T.C.   1070 (1947);

Comment,  supra, 18  UCLA L. Rev.  389 (1970);  Note,  supra, 53

Va. L. Rev. 1720,  1737  (1967) [reporting a  survey of Virginia
                              7
                            C-ll

-------
subcontractors in which a number indicated that they would


"puff" their bids].  Padding is sensible, given a practice of

bid shopping, since the subcontractor will get a second


chance to submit his lowest bid but would not have the oppor-


tunity to raise his price later if he happens to initially


bid lower than necessary.  Moreover, at the bid shopping


stage, the subcontractor will be fully aware of the price he


must beat.


          When there are few potential subbidders or more


complex bid preparation requirements, more initial paidding


and abstinence from bidding can be expected.  To illustrate,

if there are ten subcontractors, no one is likely, to submit a


bid greatly lower than would have been necessary to secure


the award.  Bidders may be reluctant to pad because the

prime, with so many subbidders to choose from, may bid shop


only lower subbidders.  Blatant bid shopping, such as reso-

liciting from all ten, might be avoided as too detrimental to

the prime's image.  But, if there are only two subbidders,

there is a greater possibility that the competition will bid


well above the low subcontractor's bid.  There is more reason

to pad in hopes that this turns out to be so.

          When bid preparation costs are great, there is good


reason for a subbidder to refrain from bidding entirely, es-


pecially if subcontractors are required to submit work sheets


or other submittals which show how they arrive at their bids.

Competition may utilize these work sheets in preparing its


own costs, cutting its overhead, and pirating ideas.
                              8
                             C-12

-------
          It is apparent that the inhibition on competition

is greatest when competition is already least.  In EPA fi-

nanced jobs, submittals, which reveal bid preparation meth-

ods/ are often required from subcontractors.  Frequently, on-

ly a few subcontractors or suppliers bid due to the highly

technical nature of the work and equipment.  It can be ex-

pected that padding and refraining from bidding are greater

actual or potential problems on EPA financed jobs.

    D.  Bid Shopping Pressures Subcontractors to Do

        Shoddy Work or to Work at a Loss, and it Re-

        wards Primes for Unethical and Ruthless Con-

        duct.

          It is apparent that the prime most willing to bid

shop has the competitive edge.  Bid shopping rewards the un-

ethical and ruthless prime.

          The subcontractor also is tempted to unethical con-

duct in the form of doing an inadequate job.

     "[S]ubcontractors who are forced into post-award
     negotiations with the [prime]  often must reduce
     their sub-bids in order to avoid losing the award.
     Thus they will be faced with a Kobson's choice be-
     tween doing the job at a loss or doing a less than
     adequate job."  Comment, Bid Shopping and Peddling
     in the Subcontract Construction Industry, 18 UCLA
     L.  Rev. 389 (1970).


          The question arises why any subcontractor would do

the job at a loss.   The answer is particularly applicable to

EPA jobs which involve high bid preparation or planning

costs.  It will be advantageous to go ahead with the job if
                            C-13

                              9

-------
the bid price is less than the marginal cost of completing




the job.  For example, if the subcontractor has already in-




curred preparation costs of $10x and can complete the job for



$100x, the subcontractor will reduce its bid down to $101x.




This will minimize its losses.  Only $9x instead of $10x will




be lost by accepting a contract of $101x.



    E.  Bid Shopping is Detrimental to the Long-Range




        Interests of the EPA and the Nation in that




        Research and Development of Wastewater Tech-




        nology is Discouraged as a Result of the




        Practice.



          The Federal Water Pollution Control Act Amendments



of 1972 expressed a national goal of eliminating water pollu-



tion by 1985.  To this end, it and subsequent acts of Con-




gress have authorized the expenditure of billions of dollars,



in what has been called the largest public works project in



history, to clean up our nation's waterways.  In part, these



sums are expended directly for research and development of



the technology necessary to clean our waterways.  Additional-



ly, through the construction grants program, it was expected



that private enterprises would participate in advancing waste




treatment technology to the point where the Nation could at-



tain its national clean water goal.



          It is evident that private enterprise will spend




money for research and development only if an area of invest-



ment is profitable.  Bid shopping unfairly takes profits due
                            C-14



                             10

-------
the suppliers of waste treatment equipment and gives them to

prime contractors.  Bid shopping thus reduces profitability

of those companies who must anticipate profits in order to

justify expenditures for research and development of new

equipment and technology needed if the nation's waters are to

be cleaned.

    F.  Equipment, May Be Ordered Sooner if Bid List-

        ing is Required.

          Demand for specialized components of many EPA fi-

nanced projects is great and has frequently led to delays in

receiving equipment.  Furthermore, much of the equipment used

must be custom-made; this takes time.  If a subcontractor is

the prime's low bidder but may be bid shopped, that subcon-

tractor cannot yet order equipment.  This fact can result in

delays and unexpected increased costs to the subcontractor.

If a bid listing regulation makes use of the subcontractor

mandatory, however, the subcontractor can order equipment im-

mediately and avoid delays and price increases.

    G.  Summary of the Adverse Effects of Bid Shop-

        ping and Peddling.

          Ihe practice of bid shopping and bid peddling is

detrimental to grantees and the Government.  First, contract

prices are higher to both as a result of the practice.  Sub-

contractors pad their bids to the prime to allow room for ne-

gotiation and reduction later.  Subcontractors refuse to bid

to primes with reputations as notorious bid shoppers.  Most
                            C-15
                             11

-------
 importantly,  competition which could and should lower the
 price to the  grantee and government goes on after the prime's
 price to the  grantee and government has  been determined.   On-
 ly the prime  benefits from this competition.  Second, bid
 shopping harms subcontractors and decreases subcontractor
 competition.   It increases the risks and loss involved in
 preparing bids.  It forces upon subcontractors the "Hobsian
 choice" of doing the job at a loss or cutting corners in do-
 ing the work.  It discourages research and development to the
 extent that EPA contract work becomes minimally profitable
 for equipment suppliers.  Delays result  because equipment
 cannot be ordered immediately.  Third, bid shopping is unfair
 and widely recognized as unethical.  The practice- rewards the
 ruthless and unethical prime and discourages responsible con-
 duct on the part of the subcontractor.  Bid shopping perverts
 the accepted competitive bidding practice, forcing upon sub-
 contractors a "second round" of competition.
           A bid listing requirement can  bring fairness, low-
 er costs, and true competitive bidding back to EPA projects.

II.  AN EFFECTIVE ANTI-BID SHOPPING AND BID PEDDLING REGU-
     LATION CAN BE ADMINISTRATIVELY WORKABLE, WOULD MINI-
     MIZE PROTESTS, AND WOULD NOT BURDEN THE EPA OR ITS
     GRANTEES.
           It has been established that bid shopping and ped-
 dling have numerous harmful effects and are practices inimi-
 cal to the public interest.  The question remains whether bid
                              12
                             C-16

-------
shopping and peddling can be eliminated by a practical regu-

lation which does not unduly burden grantees or the EPA.  As

shown below, the answer must be in the affirmative.

          The Waste and Wastewater Equipment Manufacturers

Association, Inc. respectfully proposes that the Administra-

tor adopt a regulation, a copy of which is appended hereto as

Appendix A, to prohibit bid shopping and peddling.

          It is suggested that the regulation be added at 40

CFR §35,938-10.  This addition would require slight modifica-

tion of §35.938-9.

    A.  The Proposed Regulation Will Be Effective,

        Easy to Administer, and Fair.

        1.  The proposed regulation will be ef-

            fective.

          First, the proposed regulation requires primes to •

list subcontractors for certain clearly specified categories

of work.  It requires the grantee to provide a form for this

purpose so that mistakes will be absolutely minimized.  The

prime only needs to fill in clearly marked blanks.

          If the prime fails to complete the listing form,

the bid must be rejected as nonresponsive.

          Second, the proposed regulation requires primes to

employ the listed subcontractor unless clearly specified and

unambiguous grounds for substitution exist.  If the prime in-

sists on bid shopping and fails to obtain substitution as

provided, the grantee terminates the contract or assesses a

penalty of twenty percent (20%) of the subcontract price.  A
                             C-17
                             13

-------
flexible enforcement mechanism is provided.  It is anticipa-

ted that most primes, if they infringe, will be assessed a

penalty.  No disruption of the job will occur.   The possibil-

ity of reduction of the contract price coupled with the pos-

sibility of termination will be adequate to induce compli-

ance.

        2.  The proposed regulation is easy to

            administer.

          The grantee has four (4) simple functions under the

proposed regulation.  First, it copies the contract provi-

sion, set out verbatim in the proposed regulation, into its

Information for Bidders.

          Second, the grantee must determine the categories

of work for which listing is required.  Engineers will have

little difficulty with this requirement as they must be inti-

mately familiar with the job after preparing the specifica- .

tions. /Only categories of work exceeding three percent (3%)

of the estimated cost need be listed,  eliminating the small

items of work.)

          Third, if the prime wishes to substitute an unlist-

ed subcontractor for any one of the enumerated acceptable

reasons, the prime prepares a simple request for substitution

stating his reasons.  The grantee advises the listed subcon-

tractor of the request and holds a hearing on the matter if

necessary.  His determination to allow or disallow the sub-

stitution is final.
                            C-18
                             14

-------
          Fourth, if a prime fails to follow the simple sub-



stitution procedures, the. grantee assesses a penalty or ter-



minates the prime's contract after holding a hearing on the




matter.




          The proposed regulation affects the EPA less than



it affects the grantee.  First, the EPA should determine




whether the grantee has the required clause in its Informa-



tion for Bidders.  This is simple to determine since the




clause is fully set forth in the proposed regulation.



          Second, the EPA determines that the Specifications




include the form entitled List of Subcontractors and Equip-




ment Suppliers.




          Both of these tasks are extremely simple.




          Since the grantee's determination as to the exist-



ence or nonexistence of the grounds for substitution is fi-




nal, the F,FA is not involved.



          Third, the EPA may entertain a small number of pro-




tests if grantees ignore the clear mandate of the proposed



regulation by awarding the contract to a bidder who fails to



complete the prime's own bid listing form.



        3.  The proposed regulation fairly se-



            cures the benefits sought while pro-



            viding for those instances when a



            prime contractor must legitimately




            employ an unlisted subcontractor.




          The proposed regulation recognizes that primes may



legitimately be compelled to employ a subcontractor other
                             15





                             C-19

-------
than the one listed.  In those instances, the prime can sub-
stitute a subcontractor of his choice after requesting per-
mission of the grantee.
          Substitution is to be permitted if the subcontrac-
tor fails to perform his contract, fails to execute a subcon-
tract, becomes insolvent, is not properly licensed, or per-
forms substantially unsatisfactorily in the eyes of the gran-
tee.  The grantee is to provide a hearing on the issue of
substitution if the affected subcontractor requests one.
Thus, the proposed regulation secures the benefits of full
and fair competition without locking the prime into an unac-
ceptable subcontract.
    B.  The Proposed Regulation Minimizes Delays and
        Protests.
          One of the most frequent concerns voiced about
anti-bid shopping regulations is that they will spawn pro-
tests.  Under the proposed regulation, it is believed that
protests will be rare and the issues simple.
          First, primes can protest if the grantee fails to
include the contract clause "Listing of Subcontractors and
Equipment Suppliers" set forth in the proposed regulation or
the List of Subcontractors and Equipment Suppliers form which
the grantee must prepare.  The existence or nonexistence of
these forms is objectively determinable.  Second, a prime
could protest the categorization of subcontract work.  As a
practical matter, primes will not make such protests, which
                             16
                            C-20

-------
must be commenced within one week after the IFB is published,
because the categorization means little or nothing to them.
Furthermore, categorization, done by grantee's engineers,
will conform to accepted trade practice and is unlikely to
engender controversy.  Third, a prime can protest if the
grantee awards the contract to a prime which failed to complete
the listing form.  Again, a failure to complete the form will
be clear from the face of that document.  Either the blanks are
filled in or not.
          It is believed that no new grounds for protest are
provided under the proposed regulation.
          Subcontractors' rights would still be limited by
40 CFR |35.939(j)(6).  Hence, subcontractors would not be pro-
vided any new grounds to protest under the proposed regulation.
          Even if the above protest section were amended to
allow subcontractor protests under the proposed regulation,
the protests would be fully as simple to resolve as prime
contractor protests.  Note that subcontractors will never be
able to protest from an adverse ruling permitting substitution
since protests are limied to contentions that the contract
should not be awarded in a particular way.  Substitution would
occur only after the award of the contract.
          Protests, then, will be an extremely minor problem
under the proposed regulation.
          Delays are, of course, generally a result of
lengthy protests which are not anticipated.  The only other
                             17
                            C-21

-------
possible delay anticipated as a result of the proposed regu-

lation is the possible ten (10) day delay in the event that

substitution is requested and challenged.  This is of little

consequence.

          Additionally,  the project will be expedited in that

subcontractors will be able to order necessary equipment or

begin its manufacture and preparation earlier than is now the

case.  Subcontractors will be sure that the subcontract will

be awarded to them once the award to the prime is made and will

be able to prepare to perform at that time.

          The General Services Administration (GSA),  who is

responsible for direct federal procurements,  has operated for

several years under regulations which require subcontractor

listing.  The avowed purpose of the GSA regulations is to prevent

bid shopping and peddling, which practices the GSA has investi-

gated and found to be contrary to the public interest.  The GSA

has recently reviewed its regulations and reconfirmed their

necessity.  The regulation proposed in the following is simpler

and would be less complex to administer than existing GSA

regulations.

                         Conclusion

          Bid shopping and peddling reduce the effectiveness

of the competitive bidding system and cause numerous ill effects

including higher construction costs to EPA grantees.   The

practices can be effectively controlled in a manner that would

restore fairness to the wastewater treatment works construction

industry.  A regulation can be effective, fair, and e~3y to

administer.

                               18
                               C-22

-------
          The Water and Wastewater Equipment Manufacturers



Association,  Inc.  respectfully requests that a regulation to



control the practices of bid shopping and bid peddling be



adopted by the Environmental Protection Agency.
                               C-23

-------
APPENDIX I
  C-24

-------
                    PROPOSED. REGULATION








§35.938-10  BID SHOPPING AND PEDDLING




           (a)   The EPA finds that the practices of post bid




opening bid shopping and bid peddling deprive the public of




the full benefits of fair and orderly competition among




prime contractors, subcontractors and equipment suppliers.




Grantees shall prohibit such practices in accordance with




this subsection.



           (b)   As used in this subsection, "subcontractor"




shall mean the individual or firm with whom the bidder pro-




poses to enter into a subcontract for manufacturing, fabri-



cating, installing, or otherwise performing work under this



contract.   "Subcontractor" includes any supplier of equip-



ment with whom the bidder  proposes  to  contract if




(1) the equipment supplier performs work, such as installa-




tion, on the project; or  (2)•the equipment supplied is manu-



factured specially for the project; or (3) the equipment



supplied,  although not manufactured specially for the project,



is ordinarily used only for wastewater treatment purposes.



           (c)   For any construction project receiving grant



funds for the construction of wastewater treatment works and



having a total estimated cost of more, than $150,000.00, the




grantee shall determine categories of work for which sub-




contractors'  names must be listed in accordance with the



Listing of Subcontractors and Equipment Suppliers specified
                      C-25

-------
                            — 2—

in paragraph (d).   The grantee shall publish these categories

in the Proposal or a separate form provided to bidders for

the purpose of listing subcontractors.   The grantee shall

make reference to  the specific sections of the Specifications

describing each category of-work for Which subcontractors are

to be listed.   Categories designated shall include those which

the grantee estimates to comprise at least three percent (3%)

of the total estimated cost of the contract.

           (d)   For any construction project receiving grant

funds  for  the construction of wastewater  treatment works

and having an estimated total cost of more than $150,000.00,

the grantee shall  include the following in the Information

for Bidders:

     "Listing of Subcontractors and Equipment Suppliers

                (A)   For each category  in the List of Sub-
     contractors and Equipment Suppliers,  which is included
     as part of the bid forms,  the bidder shall submit the
     name of the individual or firm with whom he proposes
     to contract for performance of such category.  The
     bidder may enter his own name for  any category which
     he will perform.

                (B)   If the bidder intends to subcontract
     with more than one subcontractor for a category or to
     perform a portion of a category with  his own personnel
     and subcontract with one or more subcontactors for the
    • balance of the category, the bidder shall list all such
     individuals or firms (including himself) and state the
     portion (by percentage or narrative description)  of the
     category to be furnished by each.

                (C)   Failure to provide a complete List of
     Subcontractors and Equipment Suppliers shall cause the
     bid to be considered nonresponsive.

                (D)   The work of each category shall be per-
     formed by the listed individual or firm unless substitu-
     tion is permitted by the Owner in accordance with para-
     graph (E) and (F) .  Failure to obtain approval for sub-
     stitution or  failure to proceed with the work by or
     through the named subcontractor or supplier shall be
     grounds for termination of the contract or assessment
     of a penalty  under paragraph (G).

                          C-26

-------
                        -.1"


       (E)  Substitution  shall  be  permitted by  the Owner
only under the following conditions:

           (1)  When the listed subcontractor  or supplier,
after reasonable opportunity to do  so, refuses or fails
to execute a written contract  with  the contractor, when
such written contract based upon  the general terms, con-
ditions, plans, and specifications  for the project in-
volved or the terms of  such subcontractor's bid is pre-
sented to him by the prime contractor; or

           (2)  When the listed subcontractor  or supplier
becomes bankrupt or insolvent; or

           (3)  When the listed subcontractor  or supplier
refuses to perform his  subcontract; or

           (4)  When the subcontractor is not  properly
licensed; or

           (5)  When the Owner determines that the work
performed or equipment offered by the subcontractor is
substantially unsatisfactory and not in accordance with
the plans and specifications or that the subcontactor is
substantially delaying or disrupting the progress of the
work,

       (F)  Prior to approval by the Owner of substitution:

           (1)  The prime shall submit to the  Owner a
written request for substitution, specifying the reasons
for the request.

           (2)  The Owner shall notify the listed sub-
contractor or supplier of its  receipt of said  request
for substitution and shall supply the subcontractor or
supplier with a copy thereof.  The Owner shall further
notify the listed subcontractor or supplier that it shall
have five (5) working days to  object either orally or in
writing to the substitution.

           (3)  If within five working days after receipt
of notice of the request for substitution, the subcon-
tractor objects, the Owner shall on at least five working
days notice,  hold a hearing on the prime contractor's
request.  The Owner's determination as to the  existence
or nonexistence of the grounds for substitution shall be
final.

       (G)  In the event that the prime contractor makes a
substitution of a listed subcontractor or supplier with-
out obtaining prior approval in accordance with para-
graphs (E)  and (F)  above, the  Owner shall,  after holding
a hearing,  in its sole discretion either terminate the
contract or  assess a penalty against the prime contractor
of twenty percent (20%)  of the original subcontract price.'

                  C-?7

-------
                          -4-


       (H)  In a hearing according to paragraph (G) above,
it will be rebuttably presumed that the cost to the prime
contractor of any equipment proposed to be substituted is
less than the equipment named in the specifications and if
the substitution is approved, the contractor's price shall
be reduced by an amount equal to the net savings."
                       C-28

-------
                         APPENDIX II




Comment, Bid Shopping and Peddling in the Subcontract Construction




       Industry,  18 U.C.L.A. L. Rev. 389  (1970).
                         C-29

-------
                   COMMENTS


 BID  SHOPPING AND  PEDDLING IN  THE
 SUBCONTRACT CONSTRUCTION INDUSTRY


                       I.  INTRODUCTION

     At common law both the general contractor and subcontractor
 were left unprotected  in the construction bidding process. Anytime
 prior to the general contractor's  formal "acceptance" of the  sub-
 contractor's "offer" both  parties remained  uncommitted.1 As a
 result, many commercially detrimental practices evolved within this
fbidding process. Modern courts, recognizing some of the problems
.created by the common law approach, have  attempted to afford
some protection— at least to the general contractor — in the subcon-
tract bidding  situation. Led by  the California  Supreme  Court's
 decision in Drennan v. Star Paving  Co.,2 this change in the tradi-
 tional  approach to construction bidding has  eUmioated any  fear
 by the general contractor that  a  subcontractor would; back out of
his sub-bid after it had been relied upon in the preparation of the
 general contractor's own estimate  on a  prime contract. While this
change reduced the injustices that sometimes resulted under the old
approach, it has tended to increase  the  ability of the general  con-
 tractor to engage in post-award negotiations,  a practice which  has
 pervasive  detrimental  effects on the parties involved in the bidding
process.

     This  state of the  law has  resulted  from the inappropriate
 response of the legal system to regular practices of the construction
industry. The law that governs general/subcontractor bidding re-
lations was formed in the context of a factual mistake in the bidding
.process rather than in the context of usual commercial practices.
^Consequently the law affords insufficient protection for  the parties
Fin circumstances more  typical than those of a mistake  in  bid-
Sling. By  framing the law  which regulates subcontract bidding in
[the rarefied air of "offer and acceptance" and "unilateral mistake"
[rather than in the real world of commercial practice, the legal sys-
tem  has fostered unethical  bid shopping and peddling. Recognizing
    evil effects of  these practices, a few courts and commentators
   e 'sought and suggested methods  of controlling them. However,
£*" MA. COMW, COWIN On CONTRACTS §§ 22-94 (rev. ed. 1963) [hereinafter cited
MB* Count],
   * SI CaL 2d 409, 333 PJd 757 (1958)

                              389
                                 C-30

-------
 390                    UCLA LAW REVIEW          [Vol. 18: 389

 since other  courts  to a large  extent continue  to  deal with  these
 problems in a traditional frame  of  reference,  relying upon  cases
 involving  mistake,  attempts  at  control  have  been inadequate.
 Courts should look to the problems—bid shopping and peddling-
 as they exist in practice and form pragmatic solutions to them.

                 n.  THE HISTORICAL FRAMEWORK

      At common law, the seal made offers firm without the necessity
 of consideration.3  The dissolution of this rule left  a void in the
 law  of contract formation,*  particularly within  the typical general
 contractor-to-subcontractor relationship of the construction indus-
 try-  It is common practice for  a general contractor to subcontract
 out part of  the,work  on a prime contract. Typically, the general
 contractor will .receive estimates from  several subcontractors  on a
 particular item of work- The  general will then  usually "take,"
 but  not  contractually- "accept,"  the  lowest  of  these   estimates
 and  use  it in preparing its bid on the  overall contract. From this
 point until a formal acceptance of  the  subcontractor's  offer, the
 absence of contractual liability  has assumed great significance.

      The first major case dealing  with  the general contractor/sub-
 contractor3 relationship was James Baird Co. v. Gimbel Bros.  Inc.6.
 As in many  of the cases which have made the law in this area of
 urn tract formation, Baird deals with  a  mistake in the bid prepara-
 tions and the attempt  of the mistaken party to avoid the result of
 bis error.* In  Board, Judge Learned Hand rejected  the  general's
 contention that the subcontractor  should be held to  his bid under
 t&e doctrine of promissory estoppel.8  That doctrine, which  had
 recently been generalized in section 90  of  the Restatement of  Con-
 tracts,9'was  viewed.by the court, as designed, to avoid the harsh
   '*,St* CatKDr, rapro. note 1, at § 240; Crane, The Magic of the Private Seal, 15'
 Connc L. RJT. 24. (19LS)..  - •    •
    •* CcatBEf, supra, note I, at 5 257; 1 S. WHXETOK, A TREATISE ox TSZ LAW or
 GxrnucTS J  55 (3d ed.' 1957) [hereinafter cited as WHXISTON].
   . B The term, "general contractor" [hereinafter often referred to as "general"] as
 used in this Comment means the party bidding on the prime construction contract.
"The term  "subcontractor" means the  party  bidding on  specific portions  of  the
 construction contract being' bid upon by the general  (first  tier subcontractors). The
 term "awarding authority" refers to  the party, either government or private, which
 lets the prime contract.  -...  .  ^, .v  <•  — •'• |—• • •    '• '      . :
    • 64 F.2d 344 (2d  Or. 1933).     '.'".  ' '".'     '"•'"'   '   '     '
    T In Baird 'the defendant, a linoleum subcontractor, underestimated  by about
 one-half the proper cost of the job. The subcontractor, upon recognizing his mistake,
 refused to perform the job at the  price submitted even  though the general had
 relied upon that estimate in preparing its own bid. Id. at  345. " '
    • Id. at  346.
                 oar CONTRACTS 5 90 (19J2). The  Restatement  does not  use the
                             C-31

-------
       : .;•; .    CONSTRUCTION BID SHOPPING             391

results  of allowing a  donative promisor  to  repudiate  his  promise
after it had been relied upon by the promisee. But, Judge Hand
concluded, the doctrine had no  application in a commercial trans-
action sucz as that involved in Baird, where "an offer for an ex-
change is not meant to become a promise until a consideration has
been received."10
     Thus Baird barred the use of promissory estoppel as a method
of holding the subcontractor to his bid.  In a jurisdiction adhering
to the  Basrd  view,  therefore, both the general and subcontractor
are  left unprotected by the law in the typical bidding situation,
unless of" coarse there has been a formal acceptance of the subcon-
tractor's bid,u The general, under Baird, is  free,  even after the
award  ot-t&e prime contract — based on an  estimate including the
subcontractor's  bid — to negotiate   with other subcontractors for
lower prices. The consequences of  this  freedom depend upon the
nature  of the market  If  the market for  subcontract construction
jobs is  consperitive, the general would prefer to be able to negotiate
for  lower, bids alter the award of  the  prime contract. If, on the
other hand, prices for subcontracting  services are  increasing, the
general woold want to hold  the subcontractor to his original bid.
This uncertainty is incongruous in a commercial  system in which
the  parties are often forced to depend upon  one another.
     la its decision in DreTtnan -a. Star Paving Co.,12 the California
Supreme Ccnrt attempted to alleviate some of the problems created
in the constrncstrc bidding process by the common law. As in Baird,

term ^praoaassiTj- estoppel,™ but that- doctrine and the rules oc section 90 are generally
5 204. Sf* lUkM-iuil-* Boyer, Promissory Estoppel: Riqiurtrr.tnts and Limitations of
Hit DoeirbMvSS. C- PA. L. RET. 459 (19SO).
    10 6+E2±3S-J4*. Although the Raird derision was followed by the majority of
ju"«'i'^';Tt 2^r~^- Hand's view of the. narrow scope  of section 90 was never hilly
accepted, S«i^e- .Sober! Gordon, Inc. v. IngersoU-Rand Co, 117 F.2d 654 (7th Cir.
1941);  Ncrtii-eszrn Eafc Co. v. EHermin, 69 SD. 397,  10 N.WJd 879 (1943).
However, «""•" courts still apply the  Baird rationale, refusing  to apply  section 90
to other t^am -aoo-targaln promises. See, e.g., Wright  v. United States Rubber Co.,
230 F. Supp.61fi (D. Ore. 1967); Tatsch v. Hamiltoo-Ericksoa Mfg. Co, 76 N.M.
729, 413 P.2d 137- (1966).,  -. ......              .      .   •  •  .
    Scholarly caoiment on the Baird approach to the firm offer problem was mLted.
Compart Sharp, Paeta Sunt Seruanda, 41  CotffM, L.  REV. 753  (1941) and CORBIX,
tupra note 1, at J SI -with S. WOJUSTO^, A TRXATISE ON THE LAW  or  CONTRACTS
S 139 n.15  (rev. ed, 1936) and ALI, U^TTORK REVISZD  SAIJCS ACT 123 (proposed final
draft No. 1, 1944).    _,...•  v .-'.._
    11 The general  could protect himself before the  award  of the subcontract by
use of a bid hood or option contract. However, neither these nor other such  devices
are frequently used in the construction industry. See Schultz, The Firm  Offer Puzzle:
A  Sfudy of Biuaiaj  Practice in the Construction Industry, 19 U. CHI. L. REV. 237,
262 (1952) [hereinafter cited as Schultz].
    « SI CaLzd 409, 333 PJd 757 (1958). '
                                   C-32

-------
392                      UCLA LAW REVIEW           [Vol. 18: 389


Drennan arose in the context of a bid mistake by the subcontractor,
resulting in bis attempt to withdraw the sub-bid  subsequent to its
use, but prior to its formal acceptance, by the general. Unlike Balrd
however, Justice Traynor, writing  for the court in  Drennan, found '
a way  to hold the subcontractor to his bid. The court  first found in
the  subcontractor's  offer  an  implied  subsidiary  promise  not  to
revoke for a  reasonable length of  time.13 The court was  then able
to apply the doctrine of promissory estoppel to this implied promise
and hold that  the  general's reliance on the  paving subcontractor's
bid  had  the effect.of. making the  bid  irrevocable. Thus  a general'
contractor would now be  permitted the option of accepting the bid
within a reasonable  time.1*

     By  rejecting the  Baird rationale, Drennan paved the way for
the  application of promissory estoppel in the context of commercial
transactions,1* This  expanded scope  of section 90 offers the general


    13 Once  the court bad  implied the subsidiary promise—a  promise cot supported
in the form of either part performance or consideration—it used the  reference in com-
ment b  of section 45 (the unilateral  contract provision) to section 90 as  a means
of invoking promissory estoppel SI CaL 2d at  414,  333 PJd at 760. See  RESTATE-
HEST or CQWTBACTS § 45, comment  6  at  54 (1932). This subsidiary promise was
necessarily implied in the subcontractor's offer because:  "[reasonable reliance result-
Log in a foreseeable prejudicial  change  La  position affords  a  compelling basis . .  .
for implying a subsidiary promise not to  revoke an offer for a bilateral contract."
SI CaL  2d at 414, 332  PJd at 760.
    It  should t-e  noted that under the Second  Restatement  the court would have
hrm able to t.-ikg a more direct  approach. New  section 89B provides in part:
     (2) An  offer •which  the offerer sbouM reasonably expect to  induce action
    or forebearauee of a substantial  character on the  part of the offeree before
    acceptance mtt which does  induce such action or  forbearance  is binding as
    an option contract to the extent  necessary to avoid  injustice.
/RrsTAiracnrr (SzoBco) or COMTBACTS § 89B  (Tent.  Draft No. 2, 1965). See also id.
5 S9B, ninjtriKoi} A.^"'' •
    *•*  Actual recovery for the general contractor in  Drennan  was  damages  measured
by the •difference- between'the  defendant-subcontractor's bid price and the actual
oat for the subcontract work.
     13 It seems dear that the  real  object of the court in  Drennan was  to  make
promissory estoppel applicable in a commercial  context, albeit by a circuitous route,
and  in effect to overrule Batrd.
    This expansion of  section 90 is signiSont in light of other developments in  the
application of that doctrine to such areas as  pre-agreement negotiations, iee, e.g.,
Hoffman v. Red Owl Stores, Inc., 26  Wis.  2d 683, 133 N.W.2d 267 (1965);  employ-
ment relation contracts, see, e j,  Thomson v. International Alliance of Stage Employes,
232  Cal. App. 2d  446,  42 CaL Rptr.  785 (1965); Pitts v. McGraw-Edison Co., 329
FJd 412'(6th  Cir. 1964); and the  production of goods, see, e.g, Haveg Corp. v.
Cuyer, 226 AJd 231 (Del.  1967). See generally Henderson, Promissory Estoppel and
Traditional Contract Doctrine, 78 YALI LJ. 34J" (1969) [hereinafter cited as Hender-
son].
     However, Justice  Traynor's application'ot the  theory'in Drennan is not so
sweeping an  application of section 90 as it tnay seem at first glance. In reality, the
effect of Drennan is to keep an offer open for a reasonable time after the general
contract is awarded. If the general delays  his acceptance or reopens negotiations h*
will not be able to bind tha subcontractor.
                            C--33

-------
 1970]           CONSTRUCTION BID SHOPPING             393

 full protection against the subcontractor wishing to' back out of his
 sub-bid after the general has justifiably relied thereon. Hence, one
 of the difficulties left by the common law approach, namely, a gen-
 eral committed to do a job at a given price but with no subcontractor
 to perform at the bid estimate, is resolved by the Drenmn decision.
 In a jurisdictioa following the  California doctrine, the  general  is
 thus placed in a stronger position than under the Baird approach.18
 The Drennan holding permits the general to negotiate for lower bids
 if the market is competitive or to choose, instead, to hold the sub-
 contractor  to his bid if  prices  are increasing.11 Under  Baird the
 subcontractor could  be  in  an  advantageous or disadvantageous
 position depending upon the nature of the market Under Drennan,
 however, the general is able to choose whether to hold the subcon-
 tractor to his bid or not depending upon its own market position,
 thereby eliminating any possible advantage to the subcontractor.

     Most of the cases—like Baird and Drennan—which form the
 body of law governing  subcontract bidding deal with a mistake in
 the bidding process.1* The most common  factual situation  is that
 of a computational, error by the  subcontractor and the subsequent
 revocation  oi his bid. Many courts have chosen to deal with this
 problem in traditional contract terms. Unless the subcontractor has
 specifically made Hs offer "firm,"1* the withdrawal of his-bid prior
.to the  formal acceptance by the general  operates as  an effective
 revocation  and frees the subcontractor from any  liability  on the
 proposed contract.  However, it  is dear that in  many  cases  the
 general is put in an unfair  posiima  by this result.  That  is,  the
 general is oomrnittsd to the prime contract but has no subcontractor
 to perform at the sub-bid price he relied upon in the preparation of
 his  Giro f^tzmatE.13* This problem b?.s been  alleviated through the
 application of promissory estoppel by the Drennan  court. •
    19 Severs! sBBz»-!=rre adopted the Drcmtan  doctrine. See, e.?., CM.  Leavell &
 Co. v. Grale 1 •. '  • : / :      v"- ' -f. _ "          -
    19 The turn refers  to an offer  which contains an assurance  against  revocation
 within a reasonable  tim*. Sit Sharp, Potto. Sunt Seroanda, 41 Count. L.  REV. 783,
 793 (1941).
    20 This- would generally occur hi the context of rising  pries for  the type of
                                  C-34

-------
  394                    UCLA LAW REVIEW           [Vol. 18: 389

       A separate problem in the subcontract bidding process is the
  intentional  bid withdrawal by the subcontractor.21 However, the
  Drennan  rationale can apply to an intentional withdrawal  as well
  as to a withdrawal prompted by a mistake in the bidding process.22
       When  neither general  nor subcontractor had engaged in the
  commercially detrimental practices of bid  shopping and peddling,
  Judicial focus on  the issue of a mistake in the bidding process was
  adequate.'. However,  the  widespread  existence  of these  practices
  necessitates a different focus by the courts, one  which is sensitive
  both to the individual needs of the parties and  to the need for  a
  more stable commercial  environment.

                  TTT_fi BID SHOPPING AND PEDDLING

       One  of the principle results of the Baird/Drennan approach"
  to subcontract bidding has been the development of "bid shopping"
  and "bid peddling"  practices. Bid shopping is the use by the gen-
  eral of one subcontractor's low bid as a tool in negotiating lower
  Hds from  other  subcontractors.  Bid  peddling, conversely,  is the
  practice  whereby subcontractors  attempt  to undercut known bid
  prices of  other subcontractors  in  order to  get a job.23  In most cir-
  cumstances, bid peddling is simply a response of competing sub-
  contractors to the bid shopping activity of a general, and  insofar
  ss- a, solution to rhjs problem is concerned,  bid shopping  and ped-
        may  be treated as  one.
       Bid.shopping and peddling have  long been  recognized as un-
          u~y" CGuSufuCuGIi  tlEuc  GfgiuL6
-------
 1970]            CONSTRUCTION BID SHOPPING              395

 but common, practices have several detrimental results. First, as
 bid shopping becomes common within a particular  trade, the  sub-
 contractors  mil pad their initial  bids in order to make  further
 reductions during post-award negotiations.  This  artificial inflation
 of  subcontractors offers makes the bidding process  less  effective.29
 Second, subcontractors who are forced into post-award negotiations
 with the general often must reduce their sub-bids in order to avoid
 losing the award. Thus,  they will be faced with a Hobson's choice
 between doing the job at a loss or doing a less than  adequate job.28
 Third, bid shopping and peddling tend to increase the risk of loss of
 the time and money used  in preparing a bid.  This  occurs because
 generals and subcontractors who  engage in  these practices  use,
 without expense, the bid estimates prepared by others.27  Fourth, it
 is often impossible  for a general to obtain  bids far enough in ad-
 vance to have sufficient  time to  properly  prepare  his own  bid
 because of  the- practice, common among many subcontractors, of
 holding  sub-bids until the last possible moment in  order to avoid
 pre-awardLbid  shopping by the general.2* Fifth,  many  subcon-
 tractors refuse  to submit  bids for jobs on  which they expect bid
 shopping. As a result, competition is  reduced, and, consequently,
 construction prices  are  increased.19 Sixth,  any price  reductions
 gained through, the  use of  post-award bid shopping  by the  general
.will be of no benefit to the awarding authority, to whom these price
 reductions would normally accrue  as  a result  of open competition
    2* Se« Btng Cnirrtr.  Corp. v. Secretary of War, 8 T.C.  1070,  1039  (1947);
HJL Rz?. No. 434. Sjto, Cong, 1st Seas. 5 (1957). la testimony before congressional
committees iwTrr:':'"'r; a Federal  Construction Contract Procedures  Act,  an act
vekinz to odr post-award  negotiations, one notes the  curious circularity of the
bid shopping problem. In oppwiiluu is tis let, vfnr.rzl contractors  have argued
for the Bt'*"-iy at post-award  nsgocariocs to deflate subcontractor's bids which
are inflated ><•«•"" •«•* of such negodatioas. Bearing} on S. 29O7 Bejora a Subcomm. of
the Senate.Cama^ on tht Jiuiiriarj. 82d Cong, 2d Sess. 173-75 (1952).
    2« See, fcjE^^iJS  Constr. Corp. TT_ Secretary of War, 8  T.C.  1070,  1075-76
(1947).
    2T por mecanicii specialty subcontractors (see  note 62  infra)  this risk  is
great because- •"»«iiinarin; with regard to these specialties  is an expensive  process,
requiring  highly trained  technicians  to  estimate the cost  of  various mechanical
specialty work. This expensive process, however, is not the case in calculating and
assembling the rmt of  brickwork, plastering, excavation,  etc. each of  which can be
figured accurately on a  mathematical bash." H.R. REP.  No. 434,  85th Cong., 1st Sess.
10 (19S7)."
    2S Storings on  S. 1644 Before the Subcomm. o/t tke-Senate, Comm. on the
Judiciary, 84th Cong, 1st Sess. 80-112 (1955).
    29 The perversion of the free market system noticed in  the fifth and sbth  items
of the text has been strongly urged as a reason to end bid shopping and peddling by
proponents of a Federal Construction  Contract Act. H  R. RZP.  No. 434, 85th Cong.,
1st-Sess.  S (1957);  S. RZP.  No.. 1119, 84th Cong, 2d Sess. 3 (195S); HJR. REP.
No. 892,  &3d Cong, 1st Sess. 4  (1953); S.  REP..No. 443, 83d Cong, 1st Sess. 2
(1953). St* text accompanying notes. 61-43 infra.
                                 C  36

-------
 396                     UCLA LAW REVIEW           [Vol. 18: 389

 before the award of the prime contract. Free competition in an open
 market is therefore perverted because of tie use of post-award bid
 shopping.30

      It is necessary to distinguish, between bid  shopping  and ped-
 dling that takes place after the prime contract has been awarded
 and that engaged in prior  to the award. Pre-award bid shopping is.
 a form of free competition in an open market. Generals competing
 for the  prime contract will seek  the lowest possible  sub-bids. In
•practice, however, the  often  superior bargaining position of the
 general  makes these  negotiations unfair.31  Yet,  the harmful effects
 of pre-award bid shopping axe not  extensive.33

      In  the case  of post-award bid shopping, however,  the detri-
 mental effects are more pervasive.  Here the  negotiations take  place
 in  a market  completely controlled  by  the  general  who  has  been
 awarded the  prime contract; post-award bid shopping is  therefore
 ranch less like free  competition.  Moreover,  any reduction in  the
 sub-bid will be to the detriment of both the subcontractor and  the
  :   *» Set, «.f. Ring Com.tr. Corp. v. Secretary of War, 8 T.C. 1070, 1076 (1947).
     Subcontractors are faced with the prospect  of cutthroat competition resulting
 in the rmn of many subcontractors, and loss in profits  to others. Generals are often
 injured by some of the practices  of subcontractors—such as last minute submission
 of bios—taken in response to- bid shopping.  Furthermore, a general who does not
 ^T1^;* in bid shopping b at a competitive disadvantage against those who do. That
 is, a «*Tr*T general  may include  a smaller percentage of profit in  his bid and
 thereby  underbid the non-shopping  general with  the expectation  of regaining this
 piuJit fag by shopping for lower sub-bills alter  the award of the prime contract.
 The extent and success of this tactic will depend upon the percentage of subcontract
 cnrh ia the total price of the general contract. The percentage can vary  greatly from
 nahstrr to industry. la some cases the percentage is high;  the general  contractor is'
 EttSemore th*n an overseer who has subcontracted out much  of the  work. Post-award
 b=».5uOypug a la '•*»• "v a potentially lucrative source of  additional profit.
     The party wbo invariably  loses in a post-award bid shopping situation is the
 amxczng authority. When  bid shopping is used by the general after the award of
 the nrane contract,  the awarding authority  is  faced with  the possibility of poor
 workmanship, because subcontractors who are  forced to reduce their price may rely
 mr inferior quality methods and materials in order to  reap some  profit,
  " -  ** Set. Schultz, rjfra note 11, at 270. By disclosing the  bid of  one subcontractor
 to orthea in  an  attempt to obtain lower bids  from them,  the general is using  his
 superior position to  an unfair advantage, both in  terms of relative  size and in terms
 of the general's role as the holder of a  bid prepared at the  cost of another potential
 subcontractor. Subcontractors will still  feel a profit squeeze,  impairing their incentive
 and ability to perform to their best capacity. Southern  California  Acoustics v.
 C.V. Holder, Inc, 71 CaL 2d  719,  726 n.7,  456 P.2d  975, 981 n.7, 79 CaL Rptr.
 319, 325 n.7  (1969).
     32 The subcontractor b not as greatly injured  as be b in the cose of post-award
 negotiations where he  has  relied to his detriment upon the expectation  of being
 awarded a contract. Furthermore, when  the bid shopping takes place before the award
 of the prime contract the general's intent b to  lower bis prime bid in order  to win
 the contract. Therefore, any reduction  in the  sub-bid price will be reflected in  the
 general's bid; the awarding authority  win besent from these negotiations.
                            C-37

-------
400                     UCLA LAW REVIEW          [Vol. 18: 389

     Section  2-205 of  the Codeso is based upon what  the authors
felt  was established  business practice.81 By making all offers firm,
that  section  arguably -eliminates the necessity  for a  showing  of
reasonable reliance by the  offeror  to bind the  offeree.52  Further-
more, it  has  been proposed that section  2-206  of the  Code, by
allowing acceptance "in any manner  and by any medium reasonable
in the circumstances,"53  would place the  point of  reasonable ac-
ceptance  in the construction industry at the time when the general
submits his  prime  bid containing  the subcontractor's offer.64  By
binding both parties when the  general uses the subcontractor's bid,
post-award bid shopping practices  would  be eliminated. At  the
same time, the awarding authority would get a better price for its
job, for now the competition would all  occur before  the prime  con-
tract has  been awarded.

     In the abstract this approach seems to offer  a possible solution
to the bidding problems of the construction industry. However, the
proposition that  the Code places  the time  of  acceptance of a  sub-
contractor's offer at the moment  of  use of  the subcontractor's bid
by the general requires a very strained reading of  these  Code sec-
tions. Article 2  of the  Code,  by its own  terms, applies only  to
transactions in "goods."M Since very few construction contracts  fit
this definition but rather deal only with "services," any application
bei mckta&ev. Oder nifht :ur Perfckten gelangten  Vertragen, 4 Jahrbucher Fur Dri
Dogmatik DCS Hrutigen Romischen Ucd Deutschen Privatrechts 1 (1861). That doc-
trine acrvauoa the theory that contracting parties are under a contractual duty to deal
in good  faith- with  each other  during the negotiation stage or else face liability to
the eztent of reliance by the wronged party. French law, while  not so advanced on
tiis point, also is free of the restraints placed on  the common  law by the bargain
pnDcrple. See "BT^sl^r- £ Fine. Cul&a. fn Contrahendo. Bar^nininr  in. CfnnA Fnitti^ /?>*//
Frtfdon of  Contract: A Comparative Study, 77 HARV. L.  Rzv. 401 (196-t). See also
1 WmiiiVH, supra, note 4, at § 6JA. It is interesting to  compare the different ap-
proaches to this problem in the contact of the emergence of the  reliance principle as an
alternative method  (to  the traditional bargained  for consideration)  of fixing con-
tractual  responsibility. See  Henderson, supra note IS.
    '» «An  offer by  a merchant to buy or sell goods in a signed writing which by its
terms gives assurance that it will be held open is not revocable, for lack  of consider-
ation, during the time stated or if no time is stated for a reasonable time, but in no
event may such period of irrevocability exceed three months^ but  any such term of
assurance on a form supplied by the offeree must be separately signed by  the offeror."
UNIFORM COHMZROAI CODK § 2-205.
    81 See Corbia,  The Uniform Commercial Code—Sales; Should It Be Enacted?,
S9 YAIZ L.J. 821 (1930).
    62 If only this  provision were to become the law  in the bidding process it would
operate to further decrease  the bargaining position of the subcontractor. See Note, The
Uniform Commercial Codt as a Prcm'tie Jar, Judicial Reasoning,  65 Count, L. Rzr.
880,  889 (196S).
    63 Uiraroiiit CoicvoaoAi. CODE 5 2-206(1) (a).
    6* Once Around the Ftag Pole, supra not* 48, at 835.
                          CODE 5 2-102.
                          e-ss

-------
  1970J           CONSTRUCTION BID SHOPPING              401

 of the Code to this area must be effected  through judicial reasoning
 by analogy.5* While the proponents of the Code intended it to be
 ultimately  embodied  in the  general  law,"  the  firm offer sections
 have as yet had little application  outside the area of sales.68 More-
 over, section 2-205 only applies to offers "in a signed writing"  and
 therefore is rather limited in its application  to construction bidding
 where  written  offers  are  not  always  common  practice.09  Most
 important]/, an interpretation of Article 2 that a contract is always
 formed when a general  submits his bid arguably  lacks the flexibility
 necessary in a modem  and widely divergent commercial context hi
 which trade practices vary greatly from one section  of the industry
 to another.*1*

 D. Federal aad State Legislation
      Since,  in most cases, the general contractor does  not need to
 procure sub-bids  for  work other  than  that within  the  mechanical
 specialty fieM^"1 it Is primarily within this subcontracting  area that
 bid shopping problems arise.63 Consequently, mechanical specialty
 contractors  hzve  continually advocated  legislative action to elimi-
 nate  these practices. In the  United States Congress,  mechanical
 specialty contractors' associations have supported the Federal Con-
    88 ""GooAf mmm aD things (grcinffing specially manufactured goods) which are
 movable at tie rm^ of identificuian. to the contract for sal: other than the money
 ia  TvhJdj  six pries a  to be paid, iavesiment securities (Article  8) and  things  in
 action. .. J*TJsnTBU* CosocotcwL Cent 5 2-105(1). In many cases there is no sale
 of goods at all bivrived faj a. construction, subcontract- Frequently,  however,  the sub-
 contractor snppfirt the materials be wiH use oa the job. In  this  sense  an argument
.rnulH h« umie T4*** the subcontractor is selling "goods" under the UCC definition.
 However,  sine? Use- essence of a construction subcontract is  clearly one of service,
 such a rsnit-S-rankeiy. Set WIffiam H. Wts« & Co. v. Rand  McNally 4 Co., 195  F.
 Supp. 6i21 {5-DOO1 1961); Note. Tfit Uniform Commercial Code as a. Premise JOT
 Judicial Rasemf. (a COLT7U. L. Rrv. 880 (1965).
    5T GSQCUC- CcnacncxvL Coc« f 1-102, Comment  1;  Corbin, supra note 51.
 See alto Vokt Contram; ike Uniform Commercial Code: Its Onin Twin Keys:  Uni-
 formity tout Cftnotk, 50 CoK.vtix L.Q. 49 (1964).
    5* See, tjv E.A. Coronis Associates v. M. Cordon Constr. Co.,  90 N.J. Super. 69,
 216 AJd 246 (1366)~S«« alto Wilmington. Trust Co. v. Coulter, 41 Del.  Ch.  548, 200
 AJd 441 (196*)_
    59 Set Note, Another Look  at Construction Bidding and Conlractt at Formation,
 53 VA. L.  Rrr. 1720, 1729 (1967).
    80 It  has been argued that  the Code allows for Eziibility in this area by allow-
 ing a contract to  be formed with open terms. Once Around tkc Flag Pole, supra note
 48, at 837; Uxcro»M COMICESCIAI. CODE § 2-305(1), 2-311(1). However, this provi-
 sion is infrequently used. See Schulti, supra, note 11, at 264. See also Air Tech Corp.
 v. General Elee. Co., 347 Mass. 613, 199 NJE.2d 538 (1964).
    •l S.  Rxf. No, 617, Federal Construction Contnct Act, S4th Cong., 1st  Sess.  10
 (1953).
    83 "Mechanical specialty" subcontracting refers, in  general,   to  such  fields  as
 plumbing, heating, piping, air conditioning, and all  types  of electrical  work. See  S.
 1644, 84U» Cony, 2d Sess. J 3(3) (1956).
                                       C-39

-------
402                    UCLA LAW REVIEW           [Vol.  18:  389

struction Contract  Act  and the Federal Construction Contract
Procedure Act as a means of reducing bid shopping and peddling.63
Various forms of these bills were introduced into Congress as early
as 1932. They  have  always  been  vigorously  opposed  by  general
contractors associations and have never managed  to gain congres-
sional approval.

     In comparison, several states have enacted legislation requiring
prime contractors to list the names and work  to be performed by
their subcontractors  when   bidding  on  public  construction  con-
tracts.5* These statutes act to reduce the amount of post-award bid
shopping to a limited degree because the consent  of the awarding
authority is required  for any change in the listed subcontractor.95
However, it has been held that these statutes confer no  legal rights
on the listed subcontractors. In Klose v. Sequoia Union High School
DrrtTJci8"  the  relevant  sections  of  the  California Government
Code87 were interpreted as not being "aimed at conferring rights on
the subcontractors, but [were]  all aimed at protecting  the public
and the awarding authority."68

E.  Legislative Reform and a New Focus

     On August 5, 1969, the California Supreme Court, the same
ccnrt that decided Dremian, changed  the rule established by Klose
and  evidenced  a  change in  judicial focus in  Southern  California
Acoustics v. C. V.Holder, Inc." The facts in Acoustics were charac-
teristic of the bid shopping problem.70 The Acoustics company (the
    « S. Rz?. No. 617,.84th Cong., 1st Seas. (1955) ; H.R. RIP. No. 434, 85th Cong.,
JtstSea. (1957).,
    ^ Sec, e.g^ CAC- Ckcrr CODE  § 4104 (West 1966); MASS. AJTX. LAWS ch. 149,
§3 44A-E  (1969); NJ.l-.A2rr. STAT. § 52:32-2 (1969); N.Y. STATE FJU. LAW  3 13S
CifidGnney 1940).
    •*5«, «.ff, Cu. Ga+T Coos § 4107 (West  Supp. 1969).
    «* 113 CaL App. 2d 636, 255 PJd 515 (1953).
    « CAT, GoVr CODE 5 4104 (West Supp. 1969).
    « 113 CaL App. 2d at 641, 258 P.Zd at 518.
    w Ca]. 2d 719, 456 P.2d 975, 79 CaL Rptr. 319 (1969).
    TO Southern California  Acoustics, a licensed specialty  subcontractor, submitted
» telephonic bid for the furnishing and installation of acoustical  tile in a school to
be btnlt for the awarding authority. C.V. Holder submitted its  bid  for the  prime
contract listing plaintiff, as required by law, as the acoustical tile subcontractor. Holder
was awarded  the  prime contract and executed a written contract with  the awarding
authority.  A local trade newspaper reported that Holder had been awarded the job-
and included  in its  report  the names  of the subcontractors  listed in  Holder's bid.
The Acoustics company, after reading the report, and acting on the assumption that
its bid bad been accepted, refrained from bidding on any other jobs so as to remain
within its  bonding limits. The general requested  and was granted  the school district's
permission to substitute another subcontractor for the Acoustics company. Although it
is unclear from the trial record, the court stated that the plaintiff had apparently been
listed inadvertently in  the bid in place of the  desired subcontractor. The Acoustics
                           C-40

-------
1970]           CONSTRUCTION BID SHOPPING             403

subcontractor) brought an action  for damages against Holder (the
general) and the school district (the awarding authority) incurred
because Acoustics relied upon being awarded  the subcontract after
Holder iised its bid and was awarded the prime contract.
     The  court of  appeals affirmed dismissal of the complaint in
reliance on the Klose decision.71 Unlike Drennan, where the general
was trying to hold the subcontractor to  a bid, here, the  issue was
whether a subcontractor could justifiably rely on the use of its bid
by a prime contractor and thereby bind  the general.
     The  supreme court,  oa traditional "offer and acceptance"
grounds, predictably rejected any argument  as  to  the existence of
a contract between Holder and the Acoustics company.7- Further-
more,  the court rejected Acoustics' claim that reliance on Holder's
use of its bid and Holder's failure to promptly reject its offer made
the  doctrine  of promissory  estoppel  applicable.   The  Acoustics
company had not relied, said the court, on any implied promise by
the Holder company, but instead only on  a listing of subcontractors
required by law.73 Thus, unlike Drennan, the court found no subsi-
diary premise  and therefore no basis for  the application of promis-
sory estoppeL7*
     Even, though  rejecting the subcontractor's  attempt to apply
the Drenr.cn doctrine in reverse, the court was still able to find for
the  plaintiS. In 1963, the California legislature had adopted the
Subletting- and Subcontracting Fair Practices Act.75 Prior to the
passage or this act in  1963, it was settled by Klose that the pro-
visions of the  Government Code which required the listing  of sub-

on those companies listed. But the 1963 amendments  to the  Gov-
ermnexc  Code were  interpreted  by  the court  in Acoustics  as
eliminating both of the grounds for denying relief in Klose. The pre-
ambie-m. the 1963 Act stated, that  the purpose of the Act was to end
bid shopping practices and protect subcontractors;78 such a state-

company Sxst sought a writ of mandamus  to compel the school  district  to rescind its
contract •aiti Holder and, having lost on demurrer, brought another action for dam-
ag*s against Holder and the school district. Id.
    ""• Southern  California Acoustics v.  C.V. Holder,  Inc., 70 Cal. Rptr. S09 (2d
Dist 1963), vocated,,Jl Cal.  2d:719, 456 P.2d  973,  79  Cal. Rptr. 319 (1969).
     7Z  The court held to the Klose view that the listing of a subcontractor in response
to a statutory command cannot  b« construed as an  expression of acceptance.
     "  71 CaL 2d at 723, 456 P.2d at 979, 79  Cal. Rptr.  at 323. See Drennan v.
Star Paving Co, Si Cal. 2d 409, 414, 333 P.2d 757, 760  (1958). See oho text accom-
panying notes 12-14- supra.
     '*  Set text accompanying notes 13-14 supra.
     n  Ch. 2125,  §3  1-14.  [1963] Cal. Stits. 4410-14,  amending and renumbering
sections 4100-08 of the Government Code.
     78  "The legislature finds that the practices  of bid shopping, and bid peddling
                                    C-41

-------
1970J           CONSTRUCTION  BID SHOPPING             397

awarding authority. The  price on the overall contract having al-
ready been set, the general's purpose here is simply to drive down
his own cost, increasing his profit at'the expense of  the subcon-
tractor."

     It is dear that  contract  is a legal  device primarily designed
to support the market system.34  Yet  in the  area of  subcontract
bidding, the  law  of contract has,  in  reality, perverted the market
system. By allowing, and indeed fostering, the practice  of  bid shop-
ping, particularly after the  award of  the prime contract, the ef-
ficiency of the bidding system  as a means of market competition is
greatly reduced. Instead of supporting market institutions in order-
to promote general economic welfare,33 the law  regulating subcon-
tract bi«irii"5 has  in fact inhibited market functioning.

     IV. AarrziCPTS AT ENDING BID  SHOPPING AND PEDDLING

     Because of the  undesiiability of  bid shopping  and peddling
there have been several varied attempts to  mitigate  their effects
upon the subcontract  bidding process. Common to all the proposed
solutions, however, has been their relative ineffectiveness.39

A. General Industrial Reform

     There have  been some attempts within  the industry itself to
curb such, unfair bidding- practices.37  These intra-industry attempts
have T**^n  directed pnrEarQy  at  the  prevention  of  bid  shopping
tarooza .the  formation of canons  of ethical practice and the  per-
 .--•** Ss£i=r Ci£f=r=ii Ass-stia v. C,V  Hnlder. Inc. 71 CaL 2d 719, 726 n.7,
456~£M-97S, 981  aJ, 79 CaL Ratr. 319, 325 n.7 (1969). "
    3*-CaBttact law is  often, said to reflect the fundamental societal goal  of the
ai'iiW.P II-TTT Q£ the  best possible  balance between  economic freedom  and order.
Scg g~..i»nf Economic Objectives m a Changing World,  ECONOMICS /eT> MATERIALS  1-9 (1953).
    ** It >"«,  for instance, been suggested that the  bid shopping problem in cou-
«!nu Hun bi(iaing can only be solved if Drennan is discarded and courts  return l.o
the ti jiTIriimal  approach of Boird. Note, Construction Contracts—The  Problem of
Offer end Acctptance in the General Contractor-Subcontractor Relationship, 37 U. Cc*.
L> Rzv. 798 (1968). While thb would end  the seeming inequity of a unilaterally
bound subcontractor, it b not a desirable solution. This argument, like much of the
discussion Ln this area of the lav, focuses attention  on the wrong issue. Removing
the protection  which Drtnnan afforded the general against  unethical subcontractor
would cot eliminate—although in some situations it would act to  reduce—the bid
shopping  problem and'would once  again  leave generals  unprotected. Instead ' of
forming on such  issues as' "mutuality," courts should look  at the bid shopping
problem in the context of normal business activities.
    31 These practices have long been considered  unethical by many trade association].
See, *.£, note 24 rupra.
                               C-42

-------
398                   UCLsl LAW, REVIEW          [Vol. 18: 389

suasion of association members to abide by these  canons.  Such
attempts have been, however, largely futile. Ethics in the construc-
tion industry are, it would appear, situational at best. Any attempt
to  penalize violations of these codes  of  ethics  may restrict  price
competition and be an unlawful restraint of trade.38 Other proposals
by the construction trade associations which would  alleviate such
problems as  last  minute bids,39 deliberate vagueness in  bidding,40
and uncertainty  as  to  which subcontractor's  bid was used,41  have
little effect upon  bid shopping itself because  they treat the effects
bat igBore the causes of  that detrimental  practice.

B. Bid Depositories
          creation of "bid depositories"  has been one of the major
responses in those  fields of  the construction industry where bid '
shopping and peddling has "reached great proportions. A bid deposi-
tory is a facility, usually created and operated by a  trade associa-
tion, for the collection of subcontract bids.'12 The sub-bids for any
gives job on which bids have been invited are sent to the depository
a short time prior to the date set by the general for the opening of
bids. Tk»  depository  keeps  the subcontractors' bids  closed  and
confidential Tmtfl the  hour bids are opened  by the general, who
then makes the bid quotations known to all subcontractors partici-
pating in the depository-*3

     Bid depositories have proven, in some cases, to be an effective
m'^Tts of controlling bid shopping. There are, however, some very
serious problems involved  with  their use.  A depository, since  it
    »S«tS
-------
1970}            CONSTRUCTION BID  SHOPPING             399

regulates bidding practices, is subject to the very broad sanctions
of the Sherman Act. Price fixing, bid, comparing, and dividing  of
profits, ail clearly potential antitrust violations, are no less so when
performed through  the vehicle of  a bid  depository.44 It seems cer-
tain that any  unreasonable inhibition  of  competitive bidding will
be held to be  a combination  in  restraint of trade and violative  of
the Sherman Act45 While recent cases  have recognized that many
of the restraints on  competition  caused by bid  depositories were
designed to,  and did  in fact,  eliminate the harmful practice  of bid
shopping/* those decisions have  placed restrictions on  the sanctions
availahlff to bid depositories-which greatly limit the utility of those
institntL0ns.iT •

C.  The Uniform Commercial Code
     The  approach  of  the  Uniform   Commercial   Code   to the
sale of goods has been proposed as a  possible solution to the bid
shopping problem,48  The Code  rejects  the  common  law approach
to contact formation in favor of more realistic rules for construing
an offer to contract.4*
    ** OS TJJSjC. §i 1, 2 (19**). Set, e.g., United StaUs v. Associated Nevada Dairy-
men, Irr^ 1955 Trade Cas, J 63472 (D. Nev. 1955)  (price firing) ;  United States v.
Brcofcrr Eas'r Co, 1940-43  Trade Cas.  I  56,183  (EX). Mich. 1942)  (dividing  of
profits); Uniied States v. Eagiatering  Survey  & Audit Co., 1940-43  Trade  Cas.
I 56,019 (EJD. La. 1940) (ommmiag of bids).
    •u I- **<* eaiBer ra*v<-% mm-tt abolished the entire depository upon finding some
of the pa*-*"* of a bid depositary in  violation of  tie Sherman  Act. Later cases,
huuiciciy izre held that the  hid depository agreement itself was not a  per  se
vioaiiaa o£ the: Srifrman Art eyes though some of  the rules of an agreement  did
•violate the at* St* United States v. Bakersfield Associated Plumbing Contractors, Inc.,
V533 ~;—'- O». i  vZZSX \SJ5. Csi. 1SES), 1159 Trsd: Cos. * £9,256 (S-D. Cal. 1959).
    *• Ser 1S33 Trade Cas.  f 67/37 at 74^05.
    
-------
 40*                    UCLA LAW REVIEW          [Vol.  18:  389

 ment of legislative intent contradicted the  Klose holding that the
 only  aim of  those sections was" to provide an opportunity to the
 awarding authority  for  investigation  and  approval of  any  subcon-
 tractors. Furthermore, the amendments revised the section dealing
 with substitution of subcontractors.77 That section would now allow
 for substitution only  in  those specific  circumstances in which the
 listed  subcontractor was  unwilling or  unable  to  perform.78 Thus,
 no substitution would  be allowed in the case where the general had
 shopped for a lower sub-bid after the award of the prime contract.
 Accordingly, the court held the Klose decision to be no longer viable
 and these sections of  the Government  Code to confer  the right  on
 the listed subcontractor to perform the contract unless valid statu-
 tory grounds for substitution exist.
     Acoustics effectively eliminates the practice of post-award bid
 shopping in California's public construction  jobs;73 but the decision
 is inapplicable to other than public bidding situations. Furthermore,
 since the decision is based upon an interpretation of a section of the
 CaEfornia, Government Code, it will probably carry little weight as
 precedent in other jurisdictions. The listing  statutes of other states
 more closely resemble the  old California statute—interpreted by
 Klose to confer no rights on  the listed subcontractor—rather than
 the statute relied tipon by  the court in Acoustics under which  a
 fmrfmq; of legislative  purpose  to  end  bid  shopping is relatively
 easy.80
     Despite the recovery afforded the  plaintiff-subcontractor,  the
 court in Acoustics, did not fashion a viable  general solution to  the
 hid shopping problem. If this detrimental practice is  to be effec-
; -overy dealt with, it  is  necessary  that  the. courts  recognize  bid
 shopping" and peddling as an  issue  apart  from traditional contract

 in- connection with the construction,  alteration, and  repair of public improvements
 ofSa result in poor quality of material and workmanship  to the detriment  of the
 public, deprive the public of the full  benefits of fair competition among prime con-
 trzctocs and subcontractors,  and lead to insolvencies,  loss of wages  to employees, and
 other evuV CAL. GoVr CODE § 4101  (West Supp. 1969). .   •
    71 Former section 4104  was amended and renumbered section 4107.
    78 The court found significant the fact that all of the situations of subcontractor
 substitution listed by the court in Klose as necessary to efficient construction  of public
 facilities were now covered by the amended statute. 71  Cal. 3d at  726 n.8,  456 PJd
 *t 975  n.8, 79 CaL Rptr. at  319 n.S.
    79 It is post-award bid shopping that was of major concern to  the court.  The
 effects  of post-award bid shopping are more serious than-'those of pre-award bid
 shopping. Sit text accompanying notes 31-33 tuftra. ••''?>'
    w The listing statutes  of the  other states, like  the old California statute, are
 aimed at giving the awarding authority the opportunity to  confirm the capability of
 subcontractors to perform work on  the job. The California legislature is the only one
 which  has professed  any purpose  of protecting  the subcontractor  from  shopping
 gcneralx        '•„       •       •              .  •"•
                           T.-45

-------
 1970]           CONSTRUCTION BID SHOPPING             405

 formation (Baird) or detrimental  reliance by generals on reneging
 subcontractor's  bids  (Drennan).  In a  sense, however,  Acoustics
 may  be a step in that direction. For even  though  the  factual cir-
            in Acoustics  were not  unlike  those in Baird  and Dren-
       the Acoustics court focused upon the problem of bid shopping
 and not upon the issues of contract formation.  That focus, when
 more generally made by courts, and when followed to its logical
 conclusion, is the key to the elimination  of detrimental bid shop-
        V.  PKOMISSOSY ESTOPPEL — A PBOPOSED SOLUTION

     Ones a court has focused on bid shopping  and peddling as an
authentic and separate issue in the subcontract bidding situation, it
should be able to work a practicable solution to this problem. Prom-
issory estoppel, extended beyond Drennan, could be used as a  tool
to effectively inhibit bid shopping practices.

     In Acoustics, the court rejected  the subcontractor's  argument
that section  90 should be  applied in  a Drennan-\ike manner to
bind the general.82 It would seem that  a more realistic approach,
openly applying the reliance principle to a bargain situation, would
have enabled  the court to use the  promissory  estoppel doctrine.83

     la oraer for promissory  estoppel to be applicable, all the re-
quirements of section  90 must  be met.84 Thus,  there must be a
promise t'"^t was relied trpon.8*  In Drennan, the court found  the
              TiVf> R/arif ajuf nremtan, arose in the context of an error in the
    s="71 Cal. Id at 723-24/*S4 ?-2d at 979, 79 Cal. Rptr. at 323.
    S* 5*»-3EJTdersonT cipm note 15.
    o* "A-ommjs* which the promisor should reasonably expect to induce action or
forbeusncron the part of the promisee or a third person and which does induce juch
action or forbearance is binding if injustice can be avoided only by enforcement of
the  promise. The remedy granted for breach may be limited as justice requires." RJE-
STATQCErr (SiCCXD) 07  CONTRACTS § 90  (Tent. Draft No. 2, 196S). This provision
reflects a. cnac^e from the  original Restatement provision which made a finding of
injusiztz  a threshold question; given  such  a  finding, the court would apply the
estoppel. The Second Restatement allows for partial  enforcement of a contract as
juste requires. Partly as a  result  of that change, the requirement  that the action or
forbearance have a "definite and substantial character" has  also been deleted. See
[tneroKy Boyer, Promissory Estoppel: Rcqwcmenls and Limitations  of the Doctrine,
98 U. PA. L, Rzv. 459 (1950).
    All elements of section  90  (promise; reasonable expectation by  the promisor of
reliance by the promisee; reliance  In fact by the promise*; and injustice but  for en-
forcement of the promise) must be satisfied before the doctrine can be invoked. See,
«.g, EjV. Coronii Associates v.  M. Gordon Constr. Co., 90 N.J. Super. 69, 216 A7d
246  (App. Div. 1966); N.  Litterio & Co. v. Classman Constr. Co., 319 F_Zd 736
(D.C Cir. 1963).
    83 Bard v. Kent, 19  CaL 2d 449, 122 P2d  8  (1942). See also  Hilltop Properties,
                                  C-46

-------
406                    UCLA LAW REVIEW   .        [Vol. 18: 389

prerequisite  promise implicit in the subcontractor's bid,  and  that
this  subsidiary promise  not to revoke the sub-bid was necessarily
implied38 in  order "to preclude the injustice that •would result if
the offer could be revoked after the offeree had acted in detrimental
reliance thereon."*7 In Acoustics, however, the court refused to find
an analogous subsidiary promise by the  general  because the  sub-
contractor had failed "to allege facts showing the existence of any
promise by [the general] .  . . upon which [the subcontractor] had
detrimentally relied."88 This finding of an implied promise to award
the contract to the subcontractor whose bid was used in preparing
the estimate which won  the prime contract is  crucial to an applica-
tion of promissory estoppel.  Such  a promise  should be implied in
many cases—to paraphrase Drennan—to preclude the injustice that
•would result if!' the general  contractor could use  the bid of  the
subcontractor in. winning the prime  contract and then be permitted
to shop for  lower sub-bids. Once  that promise has been implied,
the  issue would  then be whether  or  not the promisor  (general)
should  reasonably espect its implied promise  to induce reliance on
tie part of the promisee (subcontractor). This would  be  a factual
determination depending upon the  circumstances of the particular
case  and the common  practices within  the  trade. This solution
allows for a great deal  more flexibility than  those previously  pro-
posed.8* A general contractor would not be bound to a subcontractor
ia every instance where he used that subcontractor's bid. That re-
sult, is unnecessarily broad, too greatly limiting the  general's free-
dom, to  contract-90 Rather, only in  those circumstances where the
general has engaged in post-award bid  shopping, and where there is
e^dence-of .detrimental, reliance  by  the subcontractor, will  the

IOK.T. State, 233 CaJL App. 2d 349, 43 Cal. R?tr. 605 (1963);  CORSE*, luprs note 1,
    3* Set note 13 & accompanying tert supra. •
   ** Drennan r. Star Paving Co., SI Cal. 2d at 414, 333 PJd at 760.
    » 71 CaL 2d at 723, 4S6 P.2d at 979,  79 CaL Rptr. at 323. The court held
thai the  plaintiS-subconiractor had relisd upon the listing  of subcontractors as  re-
qciied by section 4104 of the Government Code and not  upon any promise from.
the general       ..,               ."     '".	         ,•       .
    *? The Uniform Commercial Code and  bid depository approaches  previously
discussed both suffer from the disadvantage of being overbroad. The Uniform Com-
mercial Code approach binds all genemls at th; moment they use a subcontractor's
bid, irrespective of trade practices and whether or not there has been any bid shopping.
The us« of bid depositories effectively eiiminala both pre-award and post-award bid
shopping but does so at the expense of unnecessarily limiting competition. The promis-
sory estoppel approach, while not so effective as an inhibitor of _bid shopping, does ,
not suffer from these weaknesses.,                                     -
   •»o The promissory estoppel approach  would have no  effect on pre-award bid
shopping. That practice, however, is less detrirrsatal than  post-award bid shopping.
Sci text accompanying notes 31-33 supra.
                             C-47

-------
1970]           CONSTRUCTION BID SHOPPING             407

doctrine of promissory estoppel be  used to bind  the general con-
tractor.

     In the Acoustics case, for example,  the subcontractor, upon
reading in a. trade newspaper that the defendant-general had been
awarded the prime contract and  assuming that its  bid  had been
accepted, refrained from bidding on other construction jobs in order
to remain within  its bonding limits. While it is unclear from the
case, it may be reasonably  inferred that  the subcontractor's as-
sumption was based on the common practice in the local  acoustical
tile subcontracting industry, and was reasonably to be expected by
the general,*1 Assuming for the sake of example that the general
was not mistaken  in  his listing of  the  plaintiff but rather felt it
could obtain a lower price by shopping for other sub-bids,  promis-
sory estoppel should be applied  to  bind the  general and  prevent
post-award bid shopping.82

     In WS&zfru -o. Favret,^ the leading case holding that  no con-
tractual relationship is created between the subcontractor and the
general whea the general uses the subcontractor's bid, the applica-
tion of promissory estoppel would have similarly allowed the court
to reach a better  result In that  case, Williams, an electrical sub-
contractor, submitted  his bid  to Favret who used that estimate in
preparing  his bid  on a federal government contract. When sub-
mitting his electrical sub-bid, Williams  advised  Favret: "If  our
estimate used wire us collect prior to June 6 or else same is with-
drawn." The. general, in order  to  protect himself, answered by
telegram;  trWe used  your  bid. for  wiring on  barracks and  dis-
pensary Guifborx.'7** The bid by Favret was accepted by the gov-
ernment ami is. was  awarded the prime contract. Williams, after
learning of the award to the general, ordered supplies and began
making arranssjzeats to  perform  the electrical  subcontract.  How-
ever, after a long  delay, Favret, in answer to a letter of inquiry,
advised wiiiiam^ that he had given the work to someone else. On
   81 Set genfraCy Schnltr, jufra note II. The use of promissory estoppel in this
manner is somewhat analogous to the UCC approach previoiisly discussed. See text
accompanying notes 48-60 ju^ro. The  UCC approach would  hold that reasonable
acceptance in the construction industry would be at the moment the general submits
his bid containing the subcontractor's offer. This result is too gmeral. It would neces-
sarily bind the parties in all circumstances, even where no bid shopping activities had
occurred. The bid shopping problem is  a special one and nrmot be solved by so
general and simple a solution.'
   93 If the general could show that the listing of the subcontractor in the trade
paper had been inadvertent, the general could attempt to rescind the contract on the
basis of mistake.
   " 161 F-Zd 822 (5th Cir. 1947).
   M Id, at 823 n.1.
                                    C-48

-------
40S                .   UCLA LAW REVIEW          [Vol. 18: 389

these facts the court held  for the defendant relying upon tradi-
tional offer and acceptance doctrine.93 This despite  the  fact "that
Favret, after accepting Williams'  bid, shopped  around and  found
he could get someone else to do the work at a lower price."98 Here,
again,  is an instance vrhere  promissory  estoppel should  have been
applied. It seems  clear  that it was necessary to find an implied
promise to accept  the  subcontractor's  bid in the actions of  the
general and the common expectations of the trade.97 The general
could not  reasonably have  believed  the subcontractor  would  not
rely on being awarded the electrical subcontract
     On the other hand, there are instances  where justice would not
be done by binding the general to the  subcontractor  whose bid was
relied  upon in preparing the prime bid.  For  instance, in Klose
there was  clear evidence  that  Basin (the general) had erroneously
listed Klose (the subcontractor) in its bid  on the prime  contract.03
La  fact, the publicly listed  figure for the  electrical  work was not
that submitted by Klose but rather that of  another subcontractor
whose bid was some ?500 lower." When the error was discovered,
the other  subcontractor was substituted for  Klose.  There was no
evidence of any reliance by Klose upon being awarded the  sute
contract, nor  of any bid shopping activities.100 In  these circum-
stances the application of promissory estoppel to bind the general
to a subcontractor who had not submitted the lowest sub-bid and
who was in fact Ested in error would serve no useful purpose.101 If
it had been shown, however, that there had been no mistake, but
rather that the general  had shopped  for lower sub-bids after the
award of the prime contract, the result should be different In  such
a case, the conn should carefully examine  tlic lacLs  Tor any justifi-
able reliance (J-£- ordering of supplies, turning down of other jobs,
hiring of extra workers, etc,) upon which to  base an application of
    »5 Id. at 824 (dissenting opinion).
    94 Id. at 824-25 (dissenting opinion).
    »T See id. at 824.
    •» 118 CaL App. 2d 636, 638, 258 PJd 515, 516 (19S3).
    » Id. ,-.   .'.-.-•  .       •-  .   '     * .  •   • ..
    100 Id. If the circumstances were such that listing the subcontractor was  the
 result ol an  error, but the subcontractor had relied upon th.it listin? in anticipation
 of being awarded the contract, the cose would be more difficult. Under present law
 the subcontractor would simply have to bear the cost of his  reliance, no contract yet
 in existence- Under the promissory estoppel approach  oBered here the result would
 be  the  same, no bid shopping  having taken place. Any discussion of the equities
 involved and the proper allocation of  the burden of risk in this situation  is beyond
 the scope of this Comment
    101 That would, in fact, be the result bj a public construction job under  the
 Acotutia rationale. Sie tat accompanying cotes  75-78 supra.
                          C-49

-------
1970]          CONSTRUCTION BID SHOPPING            409

promissory estoppel to bind the general and prevent him from gain-
ing the fruits of his detrimental  bid shopping.
     By this flexible application of the promissory estoppel doctrine
to the subcontract bidding situation courts would be able to effec-
tively inhibit post-award bid shopping practices while at the same
time allowing for other approaches, such as those used in  the tradi-
tional 1fo» of cases, in non-shopping situations.

                      VL CONCLUSION

     The commercially detrimental  practice of bid shopping  and
peddling ^5 been engendered, in part, by judicial decisions made
in a vacant By creating the law which governs subcontract  bid-
ding  in the context of cases involving a mistake in the bidding
process, courts have formed a legal  system inappropriate for more
typical industry practices. As a  result, bid shopping and peddling
have become common in many areas of the subcontract industry.
These practices—particularly when  in the  form of post-award ne-
gotiations—have extensive  detrimental effects.  Courts faced with
subcontract bid  shopping cases should not rely on the traditional
approach formed by Baxrd  and Drennan but instead should take a
realistic look at  the problems that exist in the bidding process and
fashion practicable solutions to them. The promissory estoppel  doc-
trine can serve as a useful judicial tool in seeking that end.
                                     THOMAS  P. LAMBERT
                               C-50

-------
                        APPENDIX III




Note, Another Look at Construction Bidding and Contracts  at




         Formation, 53 Va. L. Rev. 1720  (1967).
                         C-51

-------
 NOTE

 ANOTHER LOOK AT CONSTRUCTION BIDDING AND
 CONTRACTS AT FORMATION
   From  the time a  general contractor (general)  receives bids from
 contractors (subs) until  he formally accepts one of those bids, the parriesj,
 are  not  adequately  protected  by  the common law. Although they" arev
 forced by the commercial context to rely upon  each  other during '.this4
 period,  ac  common  law  their relationship  cannot  be contractual until the:.
 general responds with the  requisite  promise  of acceptance. To some.ex~i
 tent the  promissory  estoppel doctrine has alleviated the general's problems,
 by binding' the sub to  perform according to  the  terms of his bid. But';
 this protection  is one-sided, and  despite  the view  of  some courts  that!
 promissory estoppel  is a  panacea, it appears that in confining the scope^o5?j
 protection to  the genera],  the  doctrine in fact  raises serious problems.
   The  Uniform Commercial  Code  (UCC), in its attempt  to conform
 commercial law to business practice,  offers new methods of dealing with
 this recurrent problem. At least one commentator has found in the  Code
 what he believes to  be a single and conclusive answer—a contract should
                           ^
 arise as soon as the  general uses a  sub's bid in  preparing his own bid for
 the prime contract. While this answer may be sound  theoretically, one
 apparent danger is that it, like other pervasive answers to complex problems,
 may be no more than an oversimplification.
   An empirical examination of the general-sub puzzle, along the lines of.
 Professor Frankdyn Schultz's  1952  survey, of Indiana contractors, appears'
"to be the mosr suitable way both to test the validity of the above "answer^
 and to find an alternative if that  answer proves  to be  defective. Indeed,
 in its emphasis upon conforming commercial law to business practice, .thec
 UCC seems to dictate that any answer to the problem must be grounded^
 in the facts of the business  world. This Note,  by examining the practices of;-
 over 100 generals and subs  in Virginia, suggests an approach to the general-^
 sub puzzle in  the context of the UCC's acceptance of "commercial reason-)
 ableness" and  "trade usage" as  relevant factors. While variations in business^
 practice necessarily mean that  the particular conclusions  reached cannot be1
 applicable  in  all locations  at  all  times,, neverthele^:; these conclusions i\~.
 lustrate  the inadequacy of  making  determinations in a factual vacuum and'
 illustrate the  importance of looking  to business reality  for  a  solution to
 the puzzle.
                               PRE-UCC.-
   Offers at common law  arc  freely  revocable  prior to  acceptance unless-
                                 [ 1720]
                              C-52

-------
                                                       	1 »irho 1
                                                                  LIBRARY
                           Co7i?tnictio7i Bidding                       1721

            by some special  conbiderauon.1 This  doctrine,  however,  fre-
 quently causes inconvenience for businessmen, who need to be able to pre-
 ict with certainty  the future  conduct of those with whom  they deal. As
 j result, several  mediods of avoiding this  uncertainty have developed. Be-
 stks the opdon  contract2 and the sealed promise,1 some  states have adopted
 written obligation  acts, which provide for the  enforceability  of  written
 promises regardless of consideration.*
   However,  the, promissory  estoppel  doctrine*  is  the  most  significant
 mans of avoiding the common-law rule in the general-sub context. Under
 this doctrine  the general receives limited protection if he uses the sub's bid
 ro compute his own bid to the awarding authority."  Section  90  of the
             of Contracts defines the doctrine as follows:
   ll A. CGMHN, Co^*TJLAC^^ i 38 (rev.  ed.  1963)  [hereinafter cited  as  CORBIN]; G.
 GIU.MORE, Coimutcn  i5  30,  32  (rev.  ed.  1965)  [hereinafter  cited as  GRISMORE};
 RiSTAT£.\u>rr or COXTXACXS, S 41 (1932);  L S. WruosroN, CO.VTRACTS S 55  (3d ed. 1957)
 [hereinafter cited as "WnxmoM].
   = CoRaux S 43; WtLWsro:* SJ 61, 6LA-
   »CoMiN S Z5Z; Woxcmw S 61.
   «£.£, N.Y. Pns. Pao». LAW S  33(5)  CMcKinney 1962);  see  Braucher, The  Cam-
 msu)n and the Lav of Contracts, 40 CoaxEii L.Q. 696, 701  (1955).  See also UNIFORM
 CoMMEKCiAi Coot i  2-705; Corbin,  The Uniform Comrnerciil Code—Sjies; Should It
 B< F.rjcted?, 59  YAI* L.J. 821, 827-29 (1950). See generally  RESTA-TEMJENT  (SECOND)
 <* COXTTLMTTS $  89fb), comment d at 139-40 (Tent. Draft N'o. 2, 1965).
   5 RESTATEMENT  or CONTRACTS $ 90  (1932).  The Restatement does  not  use the term
 promissory estoppel.  C/_ CORSJX 5 204. Toe term was introduced by Professor Willis-
 ten.  WrmsTOfl  S 139 (Isr ed. 1920); see Boyer, Promissory Estoppel: Requirements
 o*l LomtaaoTU of tbf Doctrine,  98  U. Pi. L. Rxv.  459 (1950).
   •Sit N. Li=3=Sv^=--- G!=n= Ca=srr. Co, ?t9 F2d 736 (D.C. Gr. 1963)v  Air
 Cbmiidoning CO.TC.TGenards Constr. Co, 200 F. Supp. 167 (D. Hawaii 1961), affd, 318
 F-d  410 (9tfa Cr. J5»i}): E_\. Coroois Associates T. M. Gordon Constr.  Co., 90 N.J.
' Super. 69, U*. A ?^-7JX CApp. Dir. 1966); Reynolds v. Te-torkina  Constr. Co, 237 Ark.
 JSi. 374 S.\VJd  81» (IS64);  Union Tink dr Co. v. Wheat Bros, 15  Utah 2d 101, 387
 P-'J  1000 (1964)7 Dn-man v. Star Paving Co, 51 Cal. 2d 409,  333 P.2d 757  (1958); Har-
 rif v. Lillis, 24 Sou 2d 689 (La. 1946); Northwestern Eng'r  Co.  v. EUerman, 69  SJD.
 »9T. 10 N.WJd 879 (1943).  But see  James Baird Co. v. Gimbel Bros, 64 F^d 344  (2d
 Gr.  1933), where Judge Learned Hand  rejected  the  applicability  of the promissory
 °w>ppel doctrine ro the general-sub relationship. This decision received immediate and
 «vere criridsm.-  £^, 28 Iu_ L. REV.  419 (1933); 20 VA. L. REV. 214 (1933).  While
 *venl other coara hare refused to apply promissory estoppel in this context, none has
 ]cttpred Judge Hand's rationale. See Robert Gordon, Inc. v. Ingersoll-Rand Co,  117
 F-J  654  (7th Cir- 1941)  (general unable to prove justifiable reliance or irreparable
 d«rinwnc); Tatsch T. Hamilton-Erickson Mfg. Co, 76 NJVL  729, 418 P.2d 187 (1966);
 Southwestern Sales 4 Serv. Co. v. T.T. Watson, Inc, 172 So. 2d 239 (Fla. Dist, Ct. App.
 "*>) (estoppel cannot be predicated on  truthful statement of  future intent); Hedden
 T- Lupinsky,  405 Pa.  609, 176 AJd 406 (1962) (general's letter to sub varied terms of
     and  constituted a counter-offer); R.J.  Daum Conscr. Co. v.  Child, 122"Utah 194,
   ' P.2d 817 (1952) (general's reply a counter-offer).
                                                   SOUTHWEStfeftN  UNlVERSITt
                                                              LllBRARY
                                         C-53

-------
1722                       Virginia Ld'u Review            [Vol. 53:1720

      A  promise which  the  promisor should reasonably  expect  to induce
      action or  forbearance of a  definite and  substantial  character  on  the
      part of the promisee  and which does induce such action or forbear-'
      ance  is binding if injustice  can  be avoided  only by  enforcement of
      the promise.7

Each  of  these  elements  must  be  satisfied  before  a  general  can-^takt
advantage  of the  doctrine to hold a sub to  the terms of his bid.8
  Thus  a  sub's  estimate which  is clearly  not  intended  as an offer can-
not be  considered a  "promise." *  Similarly, the  sub's bid must  actually
mdrcrr  substantial  reliance.111  If  ;he  general  relies  on   the sub's  bid  to

  T Modifications  of  this section are  contemplated. RESTATEMENT (Stcu>D> OF',GON~
T3MC3 > 90 (Tent. Draft No. 2, 1965) provides:
       A promise which the  promisor  should reasonably expect  to induce action or
      forbearance on the pan of  the promises or  a third person and u-hich does induce
      snch action  or forbearance  is binding if injustice can be avoided only by  enforce-
      ment of the promise- The remedy granted  for breach may  be limited as justice
      requires.                                                                ' '•
A proposed  section of the  new  Rertxtsvient has  direct relevance  to the construction
biddiaj process. Section 89(b) (2)  reads:
       (2)  An offer  which the  offerer should reasonably expect  to induce action or
      forbearance is  binding as an option  contract to the extent necessary to avoid
      injustice-                                                                :.";
See ii, illustration 6V sr H2-43.  This provision  is A restatement  of Judge Traynor's
holding in Drtrman v. 5or  Paving  Co, 51  Gil. 2d 409,  353 P.2d 757  (1958). Although
Jciise Travnor did nor consider the sub's bid an option, he found an  implied secondary
promise to keep the ocer open for  a reasonable time. This implied promise became ir-
revocable ones the general relied  on ic by using it  in his bid. Id. at  415, 333 P-2d at  760;
ie*47 CAUT. L- REV.-40J (1959); 59 COLUM. L. REV.  355  (1959);  11  STAN. L. REV-54(5
(1959).
  a  N. Lirrerio 4 Co, v.  GUssman Consrr. Co.,  319 FJd 736, 739 (DC. Cir. 1963)fE-A.
Coronis Associates v. .\L Gordon  Conscr. Co, 90 N.J. Super. 69, 216  A.2d 2+6 (App-.Div!
l%6)u«e Boyer, nrprx noce 5.
  Some courts  trear  promissory  estoppel merely as  a  replacement  for  consideration.
Porrer v. Commissioner. 60 F.2d 673, 675 (2d  Cir. 1932)  ("species of consideration");
Allegheny College v.  National Cruunuqua  County Bank, 246 N.Y.  369, 159  NJE. .173
(1927;; C.H. Leavel] &  Co. v. Grafe 4  Associates, 90 Idaho 502,  414 P.2d S73 \1966)
(dictum). The preferred approach  is to use the  doctrine  as  a  flexible device to reach
equitable results. Thus in N. Litterio i  Co. v. Classman  Constr. Co., supra, the court
held a sub to the terms of his promise although the general's  acceptance had varied the
terms of the offer. Rather  than  relying on technical common-law contract rules, the
court used  promissory estoppel to  mch a sensible result. See Hoffmnn v. Red Owl
Stores, Inc, 26 Wis. 2d 683, 133 N.\V.2d 267  (IW)  (promissory estoppel npplied although
offer too indefinite to be accepted); Boycr, JT/^TJ  note 5,  at 482-91. Co-ntrj, Hcddcn v.
Lupinsky, 405 Pa. 609, 176 A.2d 406 (1962); R.J.  Daum Constr. Co. v. Child, 122 Utah
194, 247 PJd 817 (1952).
  •Leo F. Piazza  Paving Co. v.  Bebek & Brkich, 141  Cal. App. 2d  226, 296 P-2d'36S
(1956). See generally  Boyer, ntfrra note 5, at 4<5i-79.
  10 Lazarus v.  America'n Motors Corp., 21 Wis. 2d  76,  123 NAV.2d 54S  (1963).  Se:
also Robert Gordon,  Inc. v. Ingenoll-Rand Co.,  117 F.2d 654  (7th  Cir. 1941).
                                   C-54

-------
 1967J                    Construction  Bidding                      1723

 compute  his  own COM  of performing  the prime  contract,  this  element
 is satisfied.11  However, the  general  loses  his protection if he  demon-
 strates his lack  of reliance by continuing to bargain  with the sub or
 bv failing  to reply  promptly to the sub's  offer.12  Furthermore,  the
 senerol is not justified in relying  on  mistakes  in the  sub's  bid.  which
 are Lir^e enough-to  put  him; on notice,13-or  mistakes  which he  has
 induced himself.14
   Bwt the critical issue is whether the  sub should reasonably have expected
 the "cnezal to rely  on his bid,  and  whether  the  general's  reliance was
 rc-^^xubifc1* Courts  appear to have  taken  three different approaches  in
 lieciding these fundamental issues.  Only recently one court  stated  that  a
 general's reliance upon  a sub's bid cannot constitute promissory  estoppel.1"
 A second^ more realistic approach was  taken by Judge Traynor in Drermcm
 \\ Stzr Rirrag C0,1T when  he applied  the promissory estoppel doctrine on
 the basis- of what he  believed  to  be normal  commercial expectations.18
 But the danger of this approach is that it can  freeze the  courts into a con-
 clusion winch cannot be justified  by the  facts  since no  consideration is
 given to the-possibility that practices within the particular trade differ from
 normal commercial expectations. Finally, some courts have held  that these
 issues should be  resolved by examining  local custom  within the particular
 trade.1* For  example,  in  N.  LJtterio c> Co.  v.  Classman  Construction

  "S« N~- Uusrio & Co. v.  Classman  Conscr. Co, 319 FJd 736  (D.C. Cir.  1963);
 Schulzz. Tex- t'iim Offer P-uszlc A Study  of Bitsrmsi Practice in the  Ccmrtrufnon
InJus^j, 19 U. Go. L. RET. 237, 248-49  (1951) [hereinafter cited as Schulrz), Contra,
 Robot Gordon. Inc. v. IngersoU-Rand Co,  117 F.2d  654 (7th Cir.  1941); R.J. Daum
 Consg. CQ.T. Oild, 122 Utah 194.247 R2d 817  (1952).
  L*See R-J-Drom Cocstr. Co. T. Child, 122 Utah 194, 247 P.2d  817 (1952); Dreniun
 v. Star P-tvuq: Co, Jl CaL 2d 409, 33i PJd 757 (1958) (dictum); Schulrz at 248-49.
  IS Union Tank Car Co. v. Wheac Bros, 15  Utah 2d 101, 387 P.2d 1000 (1964); see
 Robert Gordon, lac. v. Ingtrsoil-Rand Co,  117 F.2d  654  (7th Cir. 1941); Southeastern
 Sales i Serr. Co. v.  T.T. Watson, Inc, 172 So. 2d 239 (Fla. Dist. Ct. App.  1965) (dictum).
  "Cenrcx Constr. Co. v. James,  374 F.2d 921 (8th  Cir.  1967).
  15 Boyer suggou that this objective test  is  a compromise  measure  adopted  in the
 face of zn isrolerablc dilemma. To enforce the  promise in  all cases would be a hardship
 to the  otferor.  while to deny  enforcement  would result in  hardship  to  the  offeree.
 Boyer. ntprj note 5, at 470-71.
  lsTatsch T. Hamikon-Erickson Mfg. Co!^  76 N-M. 729, 418 P.2d 187 (1966).
  iT5lCal.2d-»09,333PJd757  (1958)..
  13 Id. at 414, 333 PJd  at 761.  Later  California decisions,  however, seem  to con-
sider the question  of reasonableness one of fact  and generally  decide  the question
on the basis  of usage in a particular locality. See,  e.^ Maclsaac  &  Menke  Co. v.
 Freeman, 194 CaL  App.  2d 327, 333, 15 Cal. Rptr. 43,  52  (1961). Judge Traynor
did giTe some consideration to  local usage in making his decision, see 51 Cal. 2d at 416,
 3>3 P.2d at 761,  but he apparently drew inferences from general experience in determin-
 ing reasonableness.
  ™S*r, ?.£, E.A.  Coronis Associates v. At. Gordon Conitr.  Co., 90  N.J. Super. 69, 216
A.2d 24/5 (App. Div. 1966). '
                                     C-55

-------
 172-f                     Virginia Law Review           [Vol.  53:1720

Co.^rhe general informed the sub that its bid was being used, but the sub dis-
covered a mistake in the bid and  refused to sign the subcontract. In re-
versing a summary judgment for the general,  Judge Fahy stated  that be-
cause of the sparse record, the court lacked  the  relevant  facts for deter-
mining whether the general's reliance was justified. The case was remanded
for a decision  as  to whether "by  reason of local  custom  in  the  trade'- -I
the general's reliance was reasonable. Although this approach lacks certainty",
it azJeast ensures a realistic result.
  Bat even when the promissory estoppel  doctrine  is  properly applied,
its  value and adequacy  are  limited  because it protects  only  the general
comrscror.— Although the sub is bound once the general uses  the bid, the
general has the choice of reopening negotiations with  other subs.  This
allows him to  use the low bid  as  a lever to deflate  bids from other  subs
(bid shopping) and encourages other  subs  to undercut the  lo%v  bidder
after tie prime contract has been awarded  (bid  peddling).  The general
can tins enforce  the bid against the sub or,  at his  option,  give up the
bid made firm by promissory estoppel  and shop for lower bids. The sub
has no eqxrivalent power.
  As bid shopping becomes widespread in a  given  area,  subs puff  their
mirial  bids to leave room  for later  negotiations, thus  fictionalizing the
bidding- process.23  Moreover, when a sub  accepts  a  lower price  to avoid
losing  a contract, he may be tempted  to cut comers,  producing a  less
satisfactory job.?4 Additionally, the awarding authority  receives  no bene-
fit- CI'TTC-- irhas already agreed to pay the general  a fixed sum.25 In short,
onlr ibc general benefits in this situation.
   .»     o
  'Ahhoogh  extra] udicai methods have  been  formulated to  meet these'
    s^nie common  law  has  largely ignored  them. Ever  since James Baird
       FJM 736  (D.C dr. 1963). Compare  Hsdden v. Lupinsky, 405 Pa. 609, '612,
175 AJd 406, 407-08 (1962).
  22 A few courts have recognized the one-sided nature of the  protection afforded by
die decline. Williams v. Favret, 161 FJd 822 (5th Cir.  1947);  Milone  & Tucci,
Inc. r. Booa Fide Builders, 49 Wash. 2d 363, 301 P.2d 759  (1956).
  =3&? Ring Consrr. Corp, 8 T.C. 1070,  1075 (1947); H.R. RF.P. No. 434, 85ch Cong.,
1st Sess. 5  (1957) (accompanying H.R. 7163). This tendency to inflate bids generates
a vicious circle. Inflated bids  are one of the  reasons advanced by generals for the
necessity of post award negotiations with subs. Hurrngs on S. 2J07 Before a Subccrrrm.
of the Camrn. on the Judiciiry, Report of the FTC, 82d Cong., 2d Sess. 173-75 (1952);
Joint Hearings  on S. 8J8 Before the Subcanrm. of the Comrn. on  the Judiciary, 83A
Cong, 1st Sess. 154, 168 (195J).
  2*See Ring Constr. Corp., 8 T.C. 1070, 1076 (1947)
  215 For example, some states and the federal government require generals to submit a-
list of proposed subs; this list  can only be altered for good  cause.  E.g., C.u_ GOV'T
CODE S 4104 (West 1966). While  this requirement protects  the  awarding authority
                                   C-56

-------
 1967]                     Construction Bidding                      1725

 Co. v. G'rmbel Brothers-'1 the  courts have uniformly  refused to  treat: the
 general's use of die sub's bid as acceptance which would bind the general.
 Instead,  the sub's bid is treated as an  offer to  form  a bilateral  contract,
 and  the general is bound only if he  accepts by  a  return  promise.28 For
 example, in MUone & Tucci, Inc. v. Bona Fide  Builders^ the general used
 the sub's bid in his proposal  buc later discovered it  was not  the lowest
 bid.  After being awarded the  general contract,  the  general gave the sub-
 contract to  another sub.  Although  the  trial court  had found  that  con-
 struction iittinsay usage dictated  that an implied contract  was  created by
 the general's'-use of the sub's bid in this situation, and  accordingly had
 decided  that :ne general was bound, the  Washington  Supreme  Court  re-
 versed on the ground that there had been no return promise.
  By rejecting nsage as  a valid basis for concluding that the offer had been
accepted, the court adhered to common-law dogma.30  Although a  prior
course of dealing;11 or custom32 has sometimes been  considered  a sufficient

 from substandard wort by untrustworthy subs, it has  been  held to confer no  rights
on the sub. Klose T. School Dist, 118 CaL App. 2d 636, 25S  P.2d 515  (1953). Sie aha
Kiely Corp, T. Gibson, 231 CaL App. 2d 39, 41 Cal. Repcr. 559  (1964); CM- GOV'T CODE §
4103  (West 1966). But see People T. Inland Bid Depository,  233 Cal. App. 2d 851, 44
Cal. Rptr. 206  (19d5).
  Subs  have funned "bid depositories'* as a form of self-regulation, buc these deposi-
tories arguably violate the  antitrust laws.  See Christiansen v. Mechanical  Contractors
Bid Depository; 230 F. Supp. 186 (D. Utah  1964); United  States  v. Arizona Consol.
Masonry  4. Pbscning- Contractors Ass'a, 5  TRADE R£G. RJEP. ([962 Trade Cos.) 1  45,059
 (D. Ariz. 1962>7 Cored States  v.  Bafcersfield Associated  Plumbing Contractors, Inc.,
1958 Trade Cas_ I 69X87 (SIX Cal), modified,  1959 Trade  Cases fl 69,266 (SD. Cal.
iv5S). FurtueiJjfcjre,  the depository cannot control nonmemb«rs and  his  not proven
completely ssBSianty-See generally Schueiler, Bid Depositories, 53 MICH.  L. RJEV. 497
 (1*50).
  " 64 F.2d 3-** Cd Or. 1933).
  2SThe  gl»mii~Lu to which this doctrine can be carried is  illustrated  in WilJiams v.
Favrer, 161 ₯2d SZZ (5th Cir. 1947). The general's bid  was due June 6.  Clearly in-
tending to ftmialgr the negotiations before that date, the sub wrote: " 'If our estimate
used  wire as coCccr prior to June 6 or else same is wichdrast-n.' " Id. at 823 n.l. The
general thereaftsr wired: ** *We used your bid ...."* Id.  The court refused to recog-
nize the existence of a contract-".
  2349  Wash. 2d 363, 301 P.2d 759 (1956).
  s*See Albert T. RP. Famsworth  Co, 176 F.2d 193 (5th Cir. 1949); Robert Gordon,
Inc. v.  Ingersoll-Rand  Co,'117  F.2d 654  (7ch Cir. 1941); O.C.  Kinney,  Inc. v. Paul
Hardeman, Inc^ 151  Colo. 571, 379 P2d 628  (1963). This rule has been criticized ns
"nonsense."  Levie, Trade  Usage  and  Ciutcmt  Under the  Ccmmon  Ltnu and  the
Uniform  Commercial  Code, 40 N.Y.Ui,. Rzv. 1101, 1110 n.40  (1965)
  31 Arnmons  v. Wilson  4 Co,  176  Miss. 645, 170 So. 227  (1936); Colc-Mclnryrc-
Xorfleec Co. v. Holloway,  141 Tenn. 679, 214 S.W. 817  (1919); Hobbs v. Massisoit
Whip Co., 158 Mass. 194, 33 N.E. 495  (1893); COHBIN V 75;  GSISMORE  \ 51; RZSTATE-
ME.NT OF  CO.XTTMCTJ 5 72(1) (c) (1932); WILJUSTON 5 649.
  32T.C.  May Co. v. Menzies Shoe Co.,  184 N.C. 150, 113 S£. 593 (1922); COKBJN
                                        C-57

-------
 1726                      Virghtia Law Review            [Vol.  53:1720

 basis for a court's implying acceptance from an offeree's silence, trade, usaoe
 has generally  been  restricted  to a  constructional  function.''13 Thus  while
 usa^-e may be  examined to  interpret  contract  terms  once  the parties aie
 found to be in a contractual relationship,5* it cannot be  used  to  establish
 thar relationship." The  UCC offers a realistic escape from this limitation!*;;

                                     UCC

   As a threshold problem, Article 2  of the  UCC applies only to "trans-i
 actions in  goods."3*  While some  contracts in  the  construction  indus^
 Cry frc this definition, many do not since  they  involve  transactions for
 "goods sad services."." Even  though not  expressly  applicable,  however,-
 the Cooe-will undoubtedly influence judicial solutions  to bidding problems;
 S  75; Waujsnw  J 649; cf. 'GWSMORE  S  51;  RESTATEMENT OF CONTRACTS \ 72(1)((J
 (1937). Set gmrrallj Levie, ruprj note 30; Note, Custom and Trade  Usage: Its Ap-
 pjcmoii jfl Cermnfrcul Dealing}  and the Common LJW, 55 COLV.M.  L. REV. 1192 (1955-)'j
 Csstom has been  considered a basis  for implying acceptance from  [he  offeree's silence
 less often crtzn has a prior course of dealing.
 :  SOJ«8C* J 54?; GJUSMOM ij 99, 106; WILLISTON >i 648, 651-54; Levie, nipra note 30,
   The gscncnoq berween cnssom and  usage is  often hazy at  best. Courts frequently
 c^ieuvAlcs a crade usage as a cnstom in order to enforce an agreement.  E.g., T.C. Mair
 Co. T_.\L=mes Shoe Co, 134 N.C  150, 113  S.E. 593  (1922). Furthermore, evidence of
 trade osagT s nsually relevant, and sometimes indispensable, in proving a prior course
 of Ar-X**a  Now, Custom jnd Trjde Usage:  Its Application  to Commercial Deal'rngt
 oh* tbe Common LKJ, 55 COLCM.  L. REV.  1192,   1194  (1955).                  -<
   »*Disna=3 Disc. Corp, r^ Sherwood Disdlling Co,  180 FJd 800 (4th Cir.  1950)^
 Fr%32iee=r!iTOornns Co. T. B->LS. Int'l Sules  Corp, 1?0 F. Supp. 116 (S.D.N.Y. 1960);
 Wacc y. Bauuu, 259 S.W^d 677 (Mo. 1954). See sources cited,  supra note 3J; RE-.
 STATEMZCT or CONTRACTS 5> 250, 246 (1932);  9  J. WICMORZ, EVTDENCE  5  2462  (3d ed.
^940>. Some caum forhiii Iciroducdcr. of e»iuence of usage to  vary' or add to the  terms
 of a c"'-''".'. which contains no-  ambiguities on  its  face. See Booher v. Williams, 341
 IIL App-rW-9S N^L2d J13  (1950); Highley v. Phillips,  176 Md. 465. 5 A.2d 324 (1959)'!
   «N«sonal Bankv. Burkhardt;  ICO  U5. 686  (1379); Savings  Bank v. Ward, 100 US.
 195 (ISo»H Tearw=>se« Enamel Mfg. Co. v. Stoves, Inc., 192 F.2d 863 (6rh Cir. 1951)',
 cer^desZe*, 342  US. 946  (1952); Ghiselin v. John Hancock Mut.  Life Ins.  Co, 79
 CaiApp.Zd438. ISO PJd 50 (1947).
   s*U:w>OKM CO.M.NURCI.AL Cooe  J 2-102. "'Goods' means all things  (including specially
 rmraxracmrsi goods) which are  movable at the thne of identification  to the contract
 for sale other rf»an the money in which che price is :o be paid, investment securities
 (Article 8) and things in action." UNIFOAM COMMERCIAL CODE  S  2-105(1)  (emphasis
 added). -                                                            -        .. -;
   •• There is a dearth of authority interpreting the term "goods" under the L'CC.  The
 official comments point our that  "[T]he definition  of  goods is  based on the concept
 of nxrrabiEty and the term 'chatteb personal'  is not  used."  UNIFORM  COMMERCIAL
 Cooe-§ 2-10J, comment 1.  The Statute of Frauds, The Uniform Sales Act, and sales
 tax cases may be the frame of reference. - Where the service aspect predominates and
 the exchange of personal property is only incidental, che contract is not a contract for
 sale. WilHam H.  Wise  Jc Co. v. Rand McNally Sc Co.,  195 F. Supp. 621, 625  (S.D.N.Y.
 1961) • (contract  to princ and bind  books  not a contract of  sale);  York Heating &

-------
 1967J                     Construction  Bidd'mg                       1727

  The UCC refiects a careful and studied  attempt  bv  some of  the  most
 competent  legal minds  to  formulate a  modem  and  workable  scheme
 governing  commercial   transactions.  Although   the  Code  was  initially
 hmited in  scope,  the framers  intended  it ultimately  to  be  assimilated
 into the  general body of law.38 The  Code solutions  to recurring prob-
 lems  can  be profitably  Compared with  judicial  precedents and  can be
 ir>cd as a "bads for reasoning" to allow the common  law  to  mature and
 keep  pace with modern  commerce.33^ The logic  of  such an approach can
 readily be  ddnocsrrated. Assume two transactions  between a  sub and  a
 •jeneral,  taking place  on the same day and concerning  the same job; one
 involves only goods, the other involves goods and  services. There seems to
 be  no reason for the  legal consequences of the  two transactions to differ
 merely because the Code is directly applicable to  one, but  not  to  the
 other/0 If the Code presents a betrer solution, it, b'ke any other precedent,
 should assist the court in reaching a just result.41

 Ventilating Ox T. Fbsnnery,  87 Pa. Super. 19 (1926) (contract to install heating system
 not a contract for sale). Similarly, where goods have been  incorporated into a  building,
 rarhcr than sold  separately,  the  courts have held that  there is  no contract  for sale.
 Unired States v. San Francisco Elec. Contractors Ass'n, 57 F. Supp. 57  (NX). Cal. 1944);
 Cr\btal Recreajdoa Inc. v. Searrle Ass'a of  Credit Men, 34 Wash. 2d  553, 209  P.2d 358
 i IV49)  (contract to conscrucr and install restaurant fixtures  not  within Uniform Sales
 Act;.  In Sai Fcmc-sco the court nomi char "[yjou cannot uke a composite process
 of construction axxL.  - . split ... [irl into . . . component elements . ..." 57  F. Supp.
 it 67. But tfae fu-L rbat  the transactioa between the  general and the owner  is not a
 contract for sale- does noe necessarily mr-irc that there is no contract of  sale  between
 g:neral and  sob  szacrr the  concept  of movability may  be  present in the  hrter cose
 bur nor in the fortocr. The concept or goods under the L'Cu has been broadened to
 cover '"specialty- TnaDtrncrured goods,"  UNIFORM COM_MESCI\L Cone  $ 2-105(1).
  The lack of "powive guidance" as to the scope of article rwo is admitted by Pro-
 fessors Buna, Seeoti ami  SpeideL, who suggest that the  distinction  between a  contract
 tor goods  and > contract for goods and services is less important under the Code than
 under prior  law. C. BUXN, H. S.VEAD & R. SPEIDEI, AN  INTRODUCTION TO THE. UNIFORM
 COMMERCIAL Ccoe 5 2_5 at  34-35 (196+)  [hereinafter cited as BUNN, SNEAD  &  SpEiotL].
  -^ UNIFORM  Co>tMEJia.^i.  CODE 5  1-102, comment, 1.  Professor  Corbin expressed
 similar hopes. Corbin, The Uniform  Carrrmercial Codi—Sales; Should It Be Enacted?,
 59 YAI£ L.J. 321 (1950).
• -9ThJs philosophy is carefully  and fully explored in Note, The Uniform Commtrcijl
 CoJf  as j Premise for Judicial Reasoning,  65 COLUM. L. Rxv. 880  (1965).  For a ca*e-
 notr which urges the application of the Code by analogy, see 73  HAav. L. REV. 895, 898
 (1965).
  There  are  limits, to this philosophy.  Thus  the framers  recognized that the  Code
 should only be applied by analogy  to  those situations where the  justification for the
 Code  provision  would  apply to  the  analogous  area.   UNIFORM COMMERCIAL  CODE
 5 1-102, comment 1.
  40 One  court chose to  ignore the Code even though the transaction appeared to be a
 sale of goods. Tacch v.  Hamilton-F_rickson  Mfg. Co.,  76 N.M. 729, 418  P.2d 137
 < 1966) (sale  of twelve rabies  with benches).
  4' See Schulrz  at 244 n.22 (di'scussinx the Statute of Frauds):
                                          C-59

-------
 1728                     Virginia Law Review           [Vol. 53:1720

  If the Code is applied  to the general-sub  relationship, it would appeal-
to be relevant  in  two  ways. First,  application  of the Code's  firm-offer
provision could alleviate partially  the uncertainty caused by the ability- of
the sub to withdraw his bid. Second, the Code's liberal approach to con-
tract formation offers a  means to restore  mutuality to the bidding process..

Firm Off ay

  Based on what was regarded as an established practice among businessmen.
to make finn otters/2 Section 2-205 of the Code provides:

      An ocer by  a merchant to buy or sell  goods  in a  signed writing
     •which  by its terms  gives  assurance that  ic will  be held  open 'is
      noc  revocable, for lack of  consideration, during the  time  stated or
      if no time is.  stated for a reasonable  time, but in  no event may such;
     period of irrevocability exceed  three months; but. any such term of
      assurance, on a form supplied by the offeree  must be separately signed
      by-the offeror.

Like  •arrirrrn  obligation  statutes,  this section eliminates any need for the
offerer 10 show reasonable reliance.
  Only offers made by  merchants come  within the terms  of  this section.
A "merchant^ is defined as one: who  "by his occupation holds himself out
as having kaowiedge or  skill peculiar to the  practices or goods involved in
the transaction.. . . ." 4S  To the extent that a  merchant has been  character-
ized as a "profzsional" rather than "casual" buyer or seller,41 subs should be
  Althonsi section 2-205 provides that a firm  offer is not revocable- "for
lack of consecration," it does not completely preclude the offerer's with-
drawal of Hs oner. If the offeree has noc accepted within  the stated time
or, 'if no time -was  stated, within  a reasonable rime, the offer  can be with-'
drawn. An offer also is  revocable if the offeree knows  or has  reason. to
know that-ihe offerer has made  a mistake,45 or if  the offeree himself has

       Time  is some authority for the proposition that a bid for  plumbing installa-
     tion ... will be said to differ  from the ordinary contract of sale and  chat the
     Science will be narrowly construed not to apply, but  it is difficult to understand
    . why a sales transaction which is important  enough to require a writing should
     become less important when the sale is coupled with the  work of installation.
The results of the writer's questionnaire  indicate  that contractors generally make no
dJfferennarioa. between the two types  of transactions. See ic.xt  at 1739-40 mfra.    •'  .
  *-See  Corbin,  The U™form Commercial Code—Sale!; Sbmild  It Be Enacted?, 59
YALE L.J. 82 1,827 (1950); Schultz ac 237 n.3.
  *3 UMFOKM COMMERCUL CODE 5 2-104(0.
      NX, SNE.*D 4 SPEIDEL 5 2 j5 ac 37.   •
        framers of article 2  state that: "Safeguards are provided to offer relief in  the
case of material mistake  by  virtue  of  the requirement of good faith and  the  general
law of  mistake." UNIFORM COMMERCIAL CODE  5  2-205, comment 5.
                                    G-60

-------
 1967]                    Construction  Riddjng_                    1729

induced the misTake.18 Furthermore, even if a  mistake is not large enough
to put the offeree  on notice,  but  nevertheless would  impose  an unfair
financial  burden on the offerer, revocation should be allowed if the offeree
has not proceeded so far in the transaction that he cannot be returned to
the status quo/1
  It  has  bcsa argued  that  the  Code's firm-offer provision should  not be
applied lighrJy to the bidding  process since it would only aggravate the
sub's already inferior bargaining position.43 However, this argument  focuses
on the wrong issue.  Rather than remove the general's protection from un-
scrupulous-subs, the  object should be to strengthen the sub's protection; no
regulation is seldom the  answer to  incomplete regulation.48
  Since secuoa 2-205 only applies to written offers, it has limited importance
in the bidding process. A written firm offer has been at issue in only one
reported case,3*  While  Professor  Schultz  indicated  that  approximately
sixty-six  per cent of the  bids submitted  by  subs were "firm bids," 8l it is
not clear ho-w many of these were  in writing. In Virginia only  12 of 45
subs and  only 7 of 67 generals reported that the/ gave or  received written
firm bids.52 Qualified answers in this latter group indicate  that the number
of bids -which can be  classified as  firm  offers is even lo%ver.53 Thus the
promissory estoppel doctrine will continue to be of  major importance in
defining the sub's obligations-

ComractJ?ormaiio7i  Under the  UCC

  The bck of mutuality which results from binding only the sub would
be c!insn=r=d if a  conditional  contract were deemed  to exist from the
momenz-i ^exuiral uses a sub's bid in his  own proposal. Suggested l>y ccrr;-
menara&r'1 this novel approach has not  yet been adopted  by any court.
        C=n« Constr. Co. v. James, 374 F.2d 921 (8th Cir. 1967).
  41 S James Baird Co. v. Gimbel Bros., 64 F.2d 344 (2d Cir. 1933)
  si Schukz at 264.
  K The figures were derived from responses to the writer's questionnaire, which will
be discussed infra.
  53 Apparently, many contractors assumed that a  bid  in  writing  was "firm,"  even
though, hr  did not meet the  other requirements of  5  2-205.  The writer undoubtedly
assumed too much legal knowledge on  the part of the responding parties when  he
drafted this question.
  M Ste Note, Once  Around the Flag Pole:  Cansmiction  Bidding and Contracts at
Formation, 39 N.Y.U.L. REV. 816  (1964); 8 B.C. I.vn. I COM. L. REV. 81  (1966).
                                     C-61

-------
1730                     Virginia La~^  Revietn           [Vol. 53:1720'

  However, the possibility of finding such a contract would be enhanced if
the Code were followed since  its provisions on contract formation  reflect
a broadened conceptual basis  favoring  a  factual  approach.  Rather than
running  the risk  of frustrating the parries' intent by focusing on whetb.ec
certain legally  operative factors are present to form a contract,  the'Codci
gauges legal consequences by looking for an agreement in fact. When such
an agreement exists, the  Code attempts to  give it effect if there " is a reason^
ably certain  basis  for giving  an appropriate remedy."w  Hence Section
2-204(1) of the Code provides that "a contract. . . may be made in any manr-
ner sufficient to show agreement. ..." 38  In  turn, an "agreement" is defined.
as "the bargain of  the  parties in fact as found in  their language  or by
implication from other circumstances including course  of dealing or usage
of mde or course of performance ...." 5T
  An examination of the Code's answer to more specific problems relating
to contract formation also reveals its rejection of  the formalistic  approach
of the common law. Thus the  Code replaces the common-law rule  that' a
variant acceptance ends  the offer with the rule that "[a] definite and season-
able expression of  acceptance . . . operates as an  acceptance  even though
re states terms additional to or  different from  those offered . . . ." M Also,
technical common-la'w  roles pertaining  to  mode  of acceptance, such-as
the requirement thar telegraphic offers  be accepted by  telegraph,  are elimi-
nated by section 2-206r which states  that  "an  offer to make a  contract
shall be-construed as inviting acceptance in any manner  and  by any medium
reasonable in the circumstances . . . ."M  Although arguably this  5ecLJorris
Inroad rn prevmsag a. variant mode  of  expression from barring contract
fotuKiirayit has  been suggested that a court should find that a general's use
of a sofa's bid is an  acceptance  in a "manner . . . reasonable in the circumr
stances." **
  15 (jNIFOftM COMMERCIAL CoOK S 2-204 ( J).
  ^UNWOBM COMMERCIAL CODE 5 2-204.
  S~UNITORM COMMERCIAL CODE S 1-201(3) (emphasis added)
  48 UNIFORM COMMERCIAL CODE ') 2-207 (1).
  59 UNIFORM COMMERCIAL CODE i 2-206(1) (a). Section 2-206 uses two words: "manner?
and "medium."  Yet the official comments seem to  equate  them:
     Former technical rales as to acceptance, such as requiring that telegraphic offers"
     be accepted by telegraphed acceptance, etc.,  are rejected and a criterion  that the,
     acceptance be "in any manner and by any medium reasonable  under the  circum-
     siances," is substituted.  This section is intended to remain flexible and its appli-
     cability to be enlarged as new media  of communication develop or as the more,
     rime-saving presenc day media come into general use.
UNIFORM COMMERCIAL CODE S 2-206, comment 1.
  60 See Note, Once  Around the Fljg Pole: Consmctlon Ridding and Contracts at
Formation, 39 N.Y.U.L. REV. 816, 832-34 (1964); 8  B.C.  [NO. 4 COM.  L. REV. 81 (1965).
The author of the N.Y.U. Note contends that 5  2-206 merely codifies the common law's
"reasonable acceptance" approach, as formulated in the classic cose of  Adams v. Lindsell,
106 Erg.  Rep. 2iO (K.B. 1818). The notion that Adorns v. Lindsell  is the key  is ques-
                                  C-62

-------
 I967J                    Construction Bidding                     1731

  Whether in determining the existence  of a contract one  looks for an
"agreement"1"  under section 2-204 or for an acceptance  "reasonable in the
circumstances" under section 2-206, the approach  \vould  seem not unlike
that of Judge Fahy in Litterio. Under either section resolution of the issue
demands a factual  investigation,  and this  investigation, in turn, demands
an examination of trade usage.
  Trade u^age, as employed by the UCC, is a matter of fact and is grounded
in the practice of a particular industry, market and  locality. It is defined
as a practice that has achieved "such regularity of observance in a  place,
vocation or trade as to justify an expectation that it will be observed with
respect  to zhe transaction  in question."81  However, the  framers of the
Code deliberately omitted use of the word  "custom" with  all its  attendant
common-law limitations. Unanimity is not required  for a usage to be recog-
nized, and in is sufficient that the usage is reasonable and  is observed by the
great majority of reputable contractors.62
  Because the Code gives no more than a  general  definition of the nature
of trade osasc, the  utility of this concept as a basis for  establishing a con-
tractual relationship is problematic. It is left to  the courts  to decide  what
decree  of industry-wide compliance with  a particular practice is  necessary
l)cfore  usage- will  be found to exist.  Although  section  1-205(2)  provides
that trade codes may be considered  as evidence  of usage,83 these  codes
are of litde assistance in the construction industry, and  courts must there-
fore broaden their  inquiry to include  proof from  other sources.  At least
one of  these sources available to  a  court is the  study carried out by Pro-
fessor Schufcz. Since that srudy is somewhat dated  and  limited in  geo-
graphical  scope; however, checking its accuracy by conducting a similar
incjuiry in a uuTczcm geographic.*] locale ?ccrr.cd  desirable. IVhJc the  re-
sults of riie;Scnultz study and the present study will not be conclusive, they
can serve-.as  guides to those  who wish to  explore usage  further.

                    SURVEY OF VIRGINIA CONTRACTORS
  Questionnaires and covering letters explaining their purpose84 were sent to
generals and  subs doing business  in Virginia. Names of the generals  were
tinnable sines the  holding was designed to protect a \villing offeree,  \vherejs,  under
the  circumstances being  considered,  the general  must be  considered  an unwilling
offeree.  Also, the  court merely decided at what point an  acceptance took effecr, noc
whether  certain equivocal conduct constituted an  acceptance. However, this theorv
can serve as a useful cranquilizer for jurists who need ancient authority to bolster their
opinions.
  «i UNIFORM COMMERCIAL Cooe S  1-205 (2).
  62 See UNIFORM COMMERCIAL CODE 5  1-205, comment 5.
  63 UNIFORM COMMERCIAL Cooe 5  1-205(2).
  6* The letter provided in  part: •
       All too frequently the Law has been  out of step with business realities. The
                                      C-63

-------
1732                     Virginia Law Review           [Vol.  53:1720

obtained  from  the membership  roster of  the Virginia Branch,  Associated
General Contractors of America, Incorporated. Subs' names were obtained
from the  1966 roster of Registered Contractors of the Virginia State Registra-
tion Board for Contractors. Many of the questions and the hypothetical situ-
ations posed  in the questionnaire  were similar  to  those used by Professor.
Schultz in his earlier survey. However, since his survey  was directed pri-t
manly to section 2-205, changes, were made  to broaden the inquiry to in-i
elude contract  formation. Fifty-three of  94  subs  and  67 of  100 generals"
responded to  the questionnairei."

Subcontractor Survey

  The subcontractor questionnaire included  a hypothetical  fact  situation
in which the  sub's bid was used by the general in  preparation of  the  gen-
eral's bid for the prime contract. Although similar  to the  hypothetical
posed bv Professor Schultz,  this fact situation was augmented  by  a  new;
twist in that  the  hypothetical general bid shopped and then a\varded the
subcontract to another  sub.68 Following  this introductory  fact situation,
twelve-  questions  were  asked. Several, though  not directly  related  to the
issues of  this  Note, provide useful background information on bidding and
contracting procedures.

     (1)   When do ymisnirmt •your bid. to the general?
  Tne answers given by the subs  to  this question fall into three groups:
twenty-four hoars or more before the general makes his bid  (4), twelve to
twentv-four hours before the general makes his bid (4), one  to  four hours
      reason i am writing my irdcle is to  try to gee the law to reflect what business-
      uKrrr thinlr ir  should be on the basis of  their business experience and  business"
     _a=iis- In order for the law to be in hirmony with business practices and customs,!
      ic is necessary to determine whac these practices  and  customs are. This is where-
     --TUBE, con be of great help to me and ultimately to yourself  and the other mem-
      bers of your  profession.
       I have  selected your company as one of a hundred in  Virginia from which I
      hope to gain some insight into the facts of the  construction industry. The en-
      closed questionnaire  will aid me in  drawing  some  conclusions as to  whac you
      mink and do.                                                          -.
  6>  Trie higher percentage of responses from generals is most likely due to  the fact
      that their names were taken from a professional organization, interested  in matters
      related to the survey. On the other hand,  subs \vere simply taken from a Use of
      registered contractors.
  **The hypothetical situation read  as follows:
       Please assume that you have  been  invited by  a general contractor to  make a
      bid  on  a  portion of the  work on a  private construction  job  for  which
      he is preparing a proposal.  Of  those subs bidding on that portion of the project
      your bid is low and the general uses your bid  in his own bid. This comes to
      your attention. Later,  however, you find  out that the general  has  awarded the
      subcontract to another sub at a price slightly  louer  than your bid price. What
      would you do?
                                 C-64

-------
 1967]                   Construction Bidding                    1733

before  the general makes his bid  (42). Of-those  in the  last  category,  26
sured that they  withheld their bids  until  the last  one  or two hours.
  The  reason  for this late  bidding  is  to  minimize bid  shopping by  the
general. Several subs stated that the  rime of  bid submission varied accord-
ing to  the general with  whom  they were dealing. Eleven subs indicated
that their bids were submitted "immediately  prior  to the time the general
is to bid" or "at  the last possible minute so  the general will  have a mini-
mum amount  of rime to do  his bid shopping." The  clear conclusion is
that most subs exerr time pressure on the  general  by  last-minute bidding,

    (2) Do you usually submit to the general
        [12] a. written bids which  state  that  they will not be  with-
                drawn for a certain time?
        [22] b. oral bids- which state that  they will not be withdrawn
                for a certain rime?
        [20] c. bids which say nothing about whether they will re-
                main open?

  Of the 54 answers  (several subs  gave  more than  one answer to this
question), only 12 indicated that the sub  bid  in such  a  way that section
2-205 might cause his bid to be  firm. However,  2 other subs indicated
that  oral bids submitted immediately  prior to bid  opening were later
confirmed, by  letter.  Apparently specifications  often  mention the  period
of rime bios are to remain open since 2 subs stated that they  bid  ac-
cording' to specifications, and I  stated that "specifications . .  . are part of
the bid."" Although over  50 per  cent make firm bids, less than 25 per cent
make bids-rhar qualify under section 2-205.
    (3) When a general decides to use your bid in his  own bid to the
        awarding authority, does he

        [2]  zu notify you before using it in his own  bid?
        [7J  b. notify you immediately after using it  in  his own bid?
        [I9j c. notify you  as soon as he  has been awarded the prime
                contract?
        [27]  d. notify you at some later rime?

  Few comments were volunteered  on this  question.  One sub stated that
"the better  generals  notify subs as soon as possible."  The great majority,
however, hears nothing until the general has  been awarded  the prime con-
tract.87  •

 , 6? Compare  Schultz at 265-66, where one-fifth of the subs said they were notified
when the general  used their bid in  his proposal. Only 17 reported that  the general
notified them  immediately after the  prime contract was  awarded.
                                 C-65

-------
  1734                    Virg'mia Law Review          [Vol. 53:1720

      (4) // you learn that the general has used your bid in his oi-sn bid
          but you also discover that you made a mistake in your bid, do
          you feel
          [53] a. bound to go ahead and  perform the work at your
                 original bid price?
          [0]  b. free to withdraw?

    The response to this question was only  surprising for the unanimity ex-
  pressed.*8 Of course, it is easy to be magnanimous when answering a ques-1
  tionnaire. Since several generals reported  being faced with a situation such
  as-tnis.Ave must assume that  the subs' responses  are not completely  repre-
  sencmveL Nevertheless, considering the sub bound at this point would seem
  to be conrmerciilly reasonable.
      (5) Would your answer  to the question above depend on whether
          the bid you submitted  ixas a bid that stated it would not be
          Yes: [7] No: [44].

    Insread of feeling bound to the general because they said in writing they
 would be. the decided majority (85 per cent) believe they  are obligated
 norwithsandmg rheir silence as to whether  the bid would remain open.69
 One scb stated that whether or  not a bid is "firm"  is irrelevant.  "Our
 word is onr bond and oar reputation paramount." The response to the next
 quesdoiviiuraber six, suggests it is the relative position of the  parties" rather
j than tne presence of a firm  bid which causes  subs to feel that they  must
 scki  to meir  bids  as  originally submitted. Curiously, however,  7  indir
 cared that their answers to  the instant question, number five, would,  be
 different, depending on  whether  their bid to  the  general   was  "firm,"
 althousn 100 per cent had answered in response to question four that they
 would consider themselves bound if the general relied on their bid.  This
 again indicates that  some subs may  not  have been completely frank  when
 they aiswered question four.

      (6)  Would you feel compelled to do the jab if

          a.  you knew the  general  relied  on your  bid and  you felt
             morally or legally bound to him?
             Yes: [51] No: [0] Sometimes: [1].

   *• Compare Schulcz at 267, where 75 subs felt bound while  13 felt free to withdraw.
''Schnltz's questionnaire  posed a rise in prices rather than a discovered mistake  as the
 reason for the sub's withdrawal.  This may account for the variant response.
   *» Compare Schultz at 269.
                                C-66

-------
 1967]                   Construction Bidding                    1735

         b.  you feared loss of business reputation that would endanger
            future business?
            Yes:  [17] No: [7] Sometimes: [4].
         c.  Some other reason (please comment): [3].

  These answers indicate that it is the precarious position  of  the general
 jfter  he has submitted his own bid  which accounts for the sub's  feeling
 he is  bound to his bid. This is bolstered by the response to  part b of the
 question—only  17 out of  51  indicated  fear of  losing business  reputation
 .is a reason.70 Again, it must be remembered that it is easy to be charitable
 \:\ a  sknolareti situation.  As to part  c  of  the  question, 2  subs  indicated
 that '"pose eioririence with this particular general would be important," and
 1 ma inclined that professional "responsibility"  was the prime  factor.

    (7)  Do you  usually find  that additio?ial negotiations betiveen you
         and the  general  are  necessary  before a  satisfactory working
         agreement is reached?

         Yes: [25] No: [28].
         If y oicr answer is uNo" please explain the circumstances.

    (S)  If you and the general  bargain further after you  have sub-
         mitted your bid  -for the subcontract work, are these negotia-
         tio-iis conducted

         [12}  a. before the general submits his bid to the awarding au-
                thority?
         [SJ   b.after.the gsnsra! submit? his  bid to  the   awarding
                authority but before the  prime contract   h.is  been
                awarded?
         TIZ]  c. after the award of the prime contract?

  These questions suffered  from a lack' of  clarity. It became increasingly
clear  thar in answering, the subs  did  not distinguish between negotiations
about pries and negotiations about other terms. Thus a typical "No" answer
included the comment: "Bid proposals are usually given per plans and specifi-
cations. Why should negotiations  be necessary?" Several mentioned that
the only time  they  negotiated price was either,when the lowest general
exceeded the  amount  allotted for  the  job or  when  specifications  were
changed. Ten  subs ' emphasized  that they did  not tolerate  price  shop-
  ^° Compare  Schulrz at 268, where 70 subs felt bound to perform at the  bidded
price because they knew  "The general  relied on  your bid and you feel morally or
ethically bound to  him." Only 4 indicated they would perform because they felt
legally bound.
                                 C-67

-------
1736                   Virginia Law Review          [Vol. 53:1720

ping. One  seated,  "No  bargaining and no  price  cutting before or  after
bid dme." Another said, "We give only  one price and do not negotiate.7
A third said simply that "if  he [the general]  uses our  price, we  do the
job at that price  or  not  at  all." Yet nearly one-half the  subs admitted
they conducted further  negotiations. And many of these probably would
agree with  the sub who, somewhat resigned  to price shopping, pointed out
that "generals always try to beat the bid down."

     (9) Do you ever  have any  difficulty with a general ijho bid shops
        (in other  words, uses the- low bid ha has received to bargain
        irirA other subs to get them to lo-^sr their o
-------
 1967]                   Construction B'tddhig                    1737

        // so, please describe.

  Sines this question overlapped  the  hypothetical,  the  responses to both
 were combined. By far the largest number (31) indicated they would stop
 submitting bids to a bid-shopping general. Seven reported  they had tried
 a bid  depository, and 6 indicated they would "puff"  their  bids  to that
 TtneraL Four subs said  they would publicize the general's actions to other
 subs. Strangely, only 3 listed late bidding as a  weapon, although the vast
 majority in fact follow this procedure, as is indicated by the response  to
 question one. Other methods  to counteract  bid shopping included "trap-
 pins"' the genera] by first quoting a low price and  then withdrawing.
 One sub said only thac he would "get  griped"; another  said he  would
 "do nodring." At the other extreme, one  sub listed  an arsenal of  weapons
 he employed: "Refuse  to bid,  quote higher  price, quote late, quote only
 •with cocnmitmenr at time of  quoting."  Another  reported that  the best
 method to counteract bid shopping was to submit bids only to honest and
 compereor generals since  "bid shoppers are most always the  poorest con-
 tractors and credit risks," One  harried sub said, "Sorry, don't have time
 to wrire 3 book on this subject. Believe me, I could do  just that." Signifi-
 cantly, no sub mentioned the  possibility of taking  the general to court.

   (12) What objections, if xny, tvould you have if a law court found
        that a contract >cas formed so that  both you  and the con-
        tractor tsere bound, to perform as of the  time  your bid was
        •used, by the general m his owi bid? This contract would only
        take- effect if the general received the prime contract.

  This is me most impororrc question, and  the response was predictable.
 The onhrsurprise was thac complete unanimity was not achieved. Five subs
 registered some disenchantment  with such a result while  48  expressed their
 approval, Many added  comments, such as "Wonderful!" or  "I think this
 is the way ic should be." Of the 5 subs who expressed  reservations  about
finding'z contract at this  point,  none was strongly  opposed. Two felc that
a general should not be forced  to deal with  a sub  he discovers to be un-
satisfactory after bid opening. Another stated that  escalator clauses would
 have to be taken into account. The 2 remaining were not satisfied that such
 a finding alone would stop bid shopping.

 General Contractor Survey
  As a rule, the generals volunteered more information  than the subs, and
 a wealth of information was gathered.. After giving the same instructions
 to the generals as were, given the subs, the following hypothetical situntion
\vasposed:
                               C-69

-------
1738                    Virginh La-ui Rfc'tei?           [Vol. 53rl720

     Please assume that you are preparing to bid as a general  contractor
     on a private construction job in the neighborhood of 5300,000. In the,
     process of preparing your  bid  you solicit bids from  subcontractors
     oa a  ponion  of  the work  (for example, the electrical  work)...You
     select the low bid from among those  submitted by the subs and''use
     it 25 3. basis for computing the price of your own bid. The low bidC
     ding sub  knows  that you used  his bid. Shortly  thereafter  you are,
     awarded the prime  contract,  and on  the same day  the  low biddin^
     sub rcUs vou that he made a mistake in his bid and will have  to'with-
     draw his bid.  If you are unable to find  another sub at approximately-
     the same price, what  do you do?

  A varierv of answers was given to the hypothetical problem. The largest
number (8) sacsd  that they would consider legal  action.  Another group:
(6) said tnev would absorb the loss  and award  the contract to another;
sub. Three  of  these  stated  that they had actually experienced  such'
a siruarioo, thos lending a special credence  to their  answer. Other answers
ranged from ending business relations or  exerting other extralegal pres-
sure to bavins  the "ulcer bottle refilled."  However, a majority of those!'
responding cad not answer this  question, and therefore  no  fully representa-
tive conchsioTjs con be drawn.71 •
     (1) Warn do you normally receive bids frcrrn the subcontractor in
        preparing jour crxm bids?

As  wirii tfaersabs, answers, ta rfiis question fell into three categories^  For.
62 responses* die breakdown was as follows:

        . £411 One to two hours before the general must submit his  bid.
             Within twelve- hoars before- the general must submit hii
             bkL"
             Twenty-four hours or more.
  The-response to  this question coincides with the answers given by-- the:
subs and dramatizes the  pressure under which generals  operate.  As  one
general observed, there is "insufficient  time to enter sub price  and submit:
bids. S ubs gene oil v hold out unril the last minute to minimize bid shopping,?;
Another noted: "The whole- chain  of supply is  suspicious  of someone:
'leaking' bid information to his competitors." This  same general described
preparation of bids in the following terms:

     Preparation of bids is a thoroughly hectic affair when it comes to re-

  11 Compare Schulcz at 261, where 48 genenls  indicated  they would "forget it" if
theiub withdrew, 13  said they would "threaten him with  everything short of a  law-
suit," and 2 said they would "threaten him with suit."
                                 070

-------
1967]                  Construction  Bidding                    1739

     ceipt of subbids. In our office three in-coming telephones are in con-
     tinuous use for rwo or three hours before the bids are due with three
     people  answering  and scribbling down abbreviated notes represent-
     ing subbids as fast as they can.  It  is remarkable that errors and mis-
     understandings are rare.

    (2)  Da subs usually submit
        [7]  a.written bids which state that they will not  be with-
            .   drawn for a certain period of time?
        [14} btoral bids which state  that they will not be withdrawn
             :  fora certain period of time?
        [46] cufaids which say nothing about remaining open?
  The simlhriiy between the responses of  the generals and  subs to  this
ijuestion indicate* that Section Z-205 of  the Code  does not cover the large
majority of subs bids,

    (3)  Do -you. okzjys use the lens bid from among those sub?nitted
        by the subs?

        Yes: [31] No: [35].
        // not, please comment.

  The Yes-Noobuttrion has licdc significance by itself. The  question calls
f»r an absolute answer, and the responses fortunately  tempered the ques-
tion with bosnes-worfd qualifications. Twenty of the  51 answering "Yes"
volunreered Thar they used the low bid unless the low  bidder  had a  poor
reputation or.irxd performed unsatisfactorily  on previous jobs. Three others
qualified a»"Ye$r answer bv stating that they used the lowest solicited bid.
Sine: bids arc oniv. solicited from trusrworthy subs, these three answers can
also be placfd in the last category. Twenty-six of the  35 answering  "No"
qualified their answers by volunteering that  they would not use a low bid
from a sub wrch-a poor reputation or from one who was in financial trouble.
Thus 49 of 66 responding generals volunteered  that they would use the
lowest bid unless the sub was considered untrustworthy.
  The answers to this question yielded an unexpected premium. The num-
ber  of unsolicited  responses indicating  a serious concern  with untrust-
worthy subs gives  added credence to the responses to the key question,
number  twelve, which will be discussed at a later  point.

    (4)  Do your methods of selecting a matmalman differ in  any
        from your methods of choosing a subcontractor?
        Yes: [16] No: [44].
        // so, please comment.
                                    C-71

-------
 1740                    Virginia Law Review          [Vol. 53:1720
                                                                   ':'''*\
  The response to this question further illustra'tes "the desirability of apply-
ing the UCC bv analogy to situations not expressly covered. Even those
who answered "Yes" listed  only minor deviations  from their normal prr>.
cedures, such as the  time at which bids are received. There seems to be no
significant difference between  the formation of contracts for goods  and
contracts  for goods  and services in  the construction industry.

     (5) After using a sub's bid in computing the amount of your own
        bid -price, do you consider that
        [15] a. he is committed to performing the work at the bidded
                price?
        [46] b. chat both  of you are bound to each other as  of the-
                time you used  his bid?
        [5]   c.thar neither of you is bound until there are further
                negotiations or a formal contract is completed?

  The  answers to  this question substantiate  the findings  of Professor
Schultz.75  Of 66 generals who  answered,  46 (70 per cent) felt they were
bound in  some way after using the sub's bid. This strengthens the ar?u-
                  s            v                         O            O
ment that. a. conmcr should b« deemed to exist at this point.

     (6) Would your answer to the question  above be  different if the
        bid -uar a firm bid  (one ^hich states that  it 'will not be viith-
        Yes: [9] No:  [51].
?" •frrc:
                       d'"TfS £?* lifalinv izith firrn  bids differ in any
                        ~"        ~ "   &       i           rt        „
                      methods, of dealing with a bid which is silent as
                3er h will reTnarn open?  '
        Ye- [31 No:  [52].

The responses to this  question demonstrate  the  discrepancy  between sec-
tion 2-205 and reality in the construction industry. Neither subs nor generals
attribute much significance to whether or not the bid is "firm." The im-
portant factor in either case, is the general's exposed position during  the
postbid, preawaxd stage.
    (7)  // the sub  ivithdraius his bid after you have  been
         the prime contract, would you feel that he has been unjust?

         Yes:  [65] No: [2].
  ~'- Compare Schulcz at 260, where 65 generals felc bound to award the job to the sub
whose bid was  used, while only 13 felc free to pick another sub.
                                    C-72

-------
                                              SOUTHWESTERN
                                                        LIBRARY



J967J                   Construction Bidding                    1741

Here, again,  the general's exposed position is  predictably illustrated.

    (S)  Is it ever your practice to use a sutfs bid as an estimate of ivhat
        that portion of the job should cost "with an eye perhaps to do-
        ing that part of the ixork yourself, finding a  better price or
        accepting a lower bid from another sub?
        Yes-. [llJNo:  [54].
        Please comment.

  The wording of  this  question may have  been unfortunate since a "Yes"
answer without, cpilificaaon would have included two  distinct practices
-using bids as  estimates and shopping for bids. The "Yes" answers all in-
cluded comments, and none reveals a general who admitted bid shopping.
Several generals answering "Yes" agreed with the following comment:

    Only in. the case where one  sub-bid is received on a particular por-
    tion of the work and the bid  when compared with our estimate  seems
    to be completely out of reason do we feel justified  in soliciting addi-
    tional bids after the contract award. In this case we would use our esti-
    mated price in preparing the bid.

As one general, agreeing with the above, stated:

    By doing" so,  we  commie  ourselves to the  responsibility  for getting
    this work done  for the price we used. It is normally our custom to
    then aizeutpc to negotiate a contract with the subcontractor by point-
    ing" out the reasons why we feel the wuvk Miuulu Only CO5C so much.
     If wdorE unable to negotiate a contract -with this man, we then pro-
     ceed to- negotiate with another subcontractor.

Several answering "No" stated  that it would be unfair to request  a sub
to expend the time and money to compute a bid, only to have the general
do the work himself. Many reminded the writer that such practices were
unethical under the AGC Code of Ethics.

    (9)  When you determine that a particular sub is loin  bidder and
        that you -will use his bid in computing your oizn bid. price, do
        you notify him
        [0]  a. before you use it in your own bid?
        [14] b. immediately after you have used it?
        [40] c. as soon as you have been awarded the prime contract?
        [11] d. at some later time?

  Despite the moral  obligations which may attach  upon use of the sub's
                                C-73

-------
 1742                    Virginia Law Review          [Vol. 53:1720

 bid, most generals do not notify the subs until  they Icnrn they have been
 awarded the prime contract.73 However, the  reasons given for this delay
 are significant for their lack of uniformity. Four generals stated that the
 delay gave them  dme to evaluate the sub. Three stated that  this was "ac-
 cepted ethical practice." Three others  stated that it would "serve no par-
 pose" to notify the sub earlier, while 2 attributed the  delay  to the "rush"
 of  bidding.  Two generals believed  prompt  notification  to  be unneces^
 sary since,  as one  put it, "subs have a way  of  rinding out  how. they
 stand." One general said the delay allowed him "to 'pin1 down paper work;'^
 while another stated  that  earlier notification was  "impractical from, the!
 mechanics of contacting them." One general cited  the "degree of need to'
 place orders for  key or critical  materials or  scheduling  his place  in the
 order of construction."  Two said that late  notification  helped  prevent
 "mistakes,'* another said it kept "the subs from worrying  us," and still an-
 other said  that earlier notice  was "premature." Yet  12 said  they  would
 tell the sub if he called "anytime after bid opening."
  On the other hand, 7 generals who notify the  sub immediately  after
using his hid volunteered that they believe the sub is "entitled" to know;
as one general put it, "the sub is just  as interested in knowing where  he
stands as we are in knowing where we stand  as prime bidder." Similarly,
 J  others said that  notification  at  this time  "establishes  better relations
with the sub."                                                     •  '•;
  Delay in notification can lead to serious enforcement problems if  a con-
tract is  deemed to exist as of  the rime the general uses the sub's bid. The
effect of a deky will be discussed at a  later  point.

    (10) Do the. subf bids submitted to you  contain enough specificity
        or do ion customarily conduct fztrtber negotiations before c.nn-
             Ttg a SJtisfjcrcrry marking  agreement?
.  This question caused confusion as to whether "negotiations"  referred to
price or orber terms. Of those responding,  25  reported  that they usually
conduct fanner negotiations while 28 reported  they do not. Of those who
do  conduce- further negotiations,  20 indicated that  the  negotiations 'are
undertaken only to clarify terms other than price. For example, one gen-
eral  saidv "At least half the time there must be negotiations to  clear up
possible misunderstandings." Another stated, "We must  explore  the sub-^
contractor's concept of his scope, in terms of  our overall prime contract.'
Very seldom do subcontractors read the special  or general conditions which
are binding on the prime contractor as well as the subcontractor." Another
observed that "negotiations are for interpretation rather than  price change.!'

  W Compare Schultz ac 259, where approximately two-thirds indicated  that they did not
notify the sub until sometime  after bid use.
                                 ~ C-74

-------
 1967J                   Construction Biddmg                    1743

 One general said, "Quite frequently we must clarify bids." Another indicated
 that sales ta_x inclusion and time of delivery frequently had to be discussed.
  Only 2 indicated that they bargained  about price. One flatly declared,
 "We negotiate with the subcontractor after we have been awarded a prime
 contract. Any negotiations  prior to this time arc  not conclusive."
  Although some generals may have been less than candid in their responses,
 it seems probable that the great majority does  not bid shop. This coincides
 with the conclusion of most subs that bid shopping it not a common prac-
 tice among "reputable" generals-

    (11) If j etc negotiate izith  the sub after he has  submitted his bid,
        do joit do so

         [ 19}  a. before you submit your bid?
        [S]   b. after you submit your .bid but before the  award of
               the prime contract?
        [29]  c. after the prime contract has been awarded?

  The largest group indicated they negotiate  after  they have secured  the
 prime contract. Since generals  are under severe time pressure before  bid
 opening, this is probably the only time such clarifications  can be made.

    (12) What abjectiom, if any, tzould you have If a laix court found
        that a contract i:as formed as of the  time you used  the suWs
        bid hi y our bid? This contract would only  take effect on the
        candinon that you receive the prime contract.

        Objections: [28] No objection: [3S].

  This was die key question submitted  to  the general contractors. True
 a majority or the generals did not object seems remarkable in view  of  the
 t'jct that the change in the law posited  by the question would bind  the
general at an-earlier time than  is the case under  present law. Unreserved
 acceptance of che proposal was voiced by  21  generals. Comments ranged
 from "AH for it." "Excellent law"  and "No objections whatever"  to  the
following statement by one general:  "None. We consider  we have a con-
trnct under chose  conditions. If  such a law were in effect it might serve to
eliminate bid shopping-"' However, it  must be noted  that 1  nonobjector
added that half his work was performed as a sub.
  As in question  number three, many generals, both objecting and non-
objecting, commented  that.the reliability of  the sub  was all important.
Thus one objector stated that "a sub's ability to perform is a big cost factor
to the  general contractor." Likewise, a nonobjector said  that  he had  no
objection "so long as we have the right  to use the  second low bid if  for
                                  C-75

-------
1744                    Virginia Law Review           [Vol. 53: 1720"
                                                                      -

some reason we do noc wish to work with the low bidder." Fourteen non-
objectors qn.T iirted  their answers along these  same lines.  Fifteen objectors
listed this  as their primary  reason. Thus if  this single  objection can be
satisfied, and if the votes  are realigned accordingly, the result  would be
13 objecting and 50 not objecting— certainly an overwhelming response,".;'
  Lastly, 9 objected  because they did not have time to check  the items
included in the sub's bid  during the hectic  bid-opening period and  did
noc wane to be bound until after they had had the opportunity to make
such  a  check.  Three  nonobjectors similarly qualified their  answers.

                             CONCLUSIONS

  On the basis of the information obtained from the questionnaire,  several
conclusions cm be drawn.
  First, section. 2-205  has little relevance  to the bidding process. Few bids
fie the requirements of that  section since usually a sub's  bid  either is oral
or says  nothing about being firm. Moreover, neither generals nor subs treat
written firm bids differently from other bids.  Thus the premise underlying
section  2-205— namely, that businessmen distinguish written firm offers from
other offers— is largely inapplicable in  the construction industry.
  Nevertheless, promissory estoppel should be used to bind  the sub.  The
vast majorfrv of both subs and generals agreed that  the  sub should be
bound as of the time the general uses his bid. This  overwhelming concur-
rence should preclude a sub's •withdrawal of  his bid once the general has
used it in corrrpoting:  his own bid for the prime contract. Moreover,  several
subs and many generals treated, the sub's bid as firm for the period of rime
stated'in rbe- specifications.  "While this does  not automatically  make  the.
offer irrevocable under section 2-205, it does supply a  basis for binding-
the sub under- the promissory estoppel doctrine.
  The n-mmt anestion— whether a contract should be found as of the time
               *                                                        •*
the general incorporates the sub's bid into his  own  proposal— cannot be.
given a simple^ categorical  answer. The complexities of the bidding process
render  overty simplistic the "solutions" of earlier  commentators.7''  Under
certain  circumstances a contract could reasonably be  found to arise as of
the time the  general  uses the bid. Under other circumstances,  it would
be unjust to bind a general simply because he uses a sub's bid.
  Although seventy-five per cent  of the generals believed that both parties
were obligated to each other as soon as the general used the sub's  bid, many
of  these objected  to being bound automatically at this point.  Some  of
their objections can  be dismissed  summarily.  Several generals agreed /sub-
stantially with the following:

  74 See  Note, Once  Armmd  the Flag Pole: Construction  Bidding and Ccmtrjcts  at
Formation, 39 N.Y.UJL.  REV. 816 (1964); 8 B.C.  IND. & COM. L. Rev. 81 (1966).
                              C-76

-------
 1967]                   Construction Bidding                     1745

     Many times the general  has to use his  best judgment to fill in the
     gaps between the price quoted by the sub or suppliers and  the  con-
     tract requirements and then if successful negotiate with the low sub
     to have a complete bid.

 In such a.srniition there can be no contract since no sub's bid has been used.
  Another objection raised by both generals  and subs  concerns the diffi-
 culty of proving whose bid was used. This practicality  argument  does not
 address itself to the wisdom of finding a contract. Ic merely adds an ad-
 ministrative difficulty and should not be  allowed to shield unethical  gen-
 erals. Moreover, solutions are available.  As in certain public contract  bid-
 ding, the general could protect himself by posting the names of his  subs
 with his own bid. This procedure has been recommended by at least  one
 trade association.73
  A more substantial objection raised concerns the vagueness of some  bids,
 undoubtedly caused by  time pressures. As one general stated:

     None of them get their final bids to us until shortly before  bid  time
     —when the estimators must, within  about three hours, take (over the
     phone) the sub's bid,  gee from him  what he has covered—and evalu-
     ate all subbids—which entails adding to or  deducting from a subbid,
     whatever tie can  find is  the right price,  for the work not  included
     in some, and  the  extra work included by others.  In a job in which
     there rnzy" be- 35  subbid  items the  estimators may  have  150 to  200
     snbfaids to evaluate, choose one in  each  category,  transfer  the  unit
     prices- (which are part of so  many bids)   onto  our  sheets,  then if
     there are* alternates,  strain  evaluate rh«  bids to  s?e v/hich one Is
     low cur each of the alternates, add  those bids up, add the alternates
     up> pocthem  in our bid, say a prayer, and submit  our bid.

This same general provided a possible solution:

     If all of.  the  sub  bidders send us preliminary letters, outlining  the
     basis of their bids, this last minute  rush is  slightly easier, but most
     of them don't.™
  75 NATIONAL JO«:
-------
1746                    Virginia Lav Review           [Vol. 53:1720;

The extent of this problem is uncertain. If plans and specifications are used,'
the sub's bid must comply with them. The uncertainties in the sub's bid may'
be of several  different kinds.  The sub simply may have failed  to  specify.
all the details, such as delivery and  payment  terms, which would be ex-
pected to be  included in a final  agreement. The responses indicated1 that
this- was generally  the  case. Section  2-204(5)  of the Code provides 'fo£
rhis contingency, and there should be no  objection to binding  the parries
contractually. On the other hand, the sub's bid may be unresponsive to the
general's request. In the hectic period  prior to the submission of the generaTs
biiLir is understandable that the general might inadvertently  use such a bid,:
onlv to discover his error at  some later time. Since the sub has failed' to
complv with the general's plans and specifications,  he should  not  be allowed
to rcao the benefit of the general's error.
     i                  W
  The principal concern of most objecting generals is the spectre of  being
forced to deal with the "unknown" bidder. One general described  his ob-
jections to the bid-use proposal as follows:

     In a few coses I do not  think this would be satisfactory because we
    . have had certain subcontractors  bid on work who were not registered
     and coold  nor. qualify to do the work.  Also, we have had  subcon-
     tractors ,bid on work who do  not have  a sufficient labor force not
     sumcdent office personnel to handle  a job of this size, and in  some
     cases where there is only a couple hundred dollars  difference between
     .thc-two  bids,  we -will then select the one  who is the most capable and
     who will do  the. best job.  In bidding jobs  over the State there are
     rnanxr nm~ \vhcr. ^c rcCrive bids from people we do noc know  or have
     never heard of before, and we feel like they should be investigated be-
     fore- awarding chern the  work. So generally, we  would object to this
     procedure. -

This problem is dramatically illustrated by the comments of a  general who
reported receiving  a bid ten  minutes before his own bid was  due which
was S5.00O dollars  lower than the next lowest  bid. There simply was noc
sufficient rime to investigate the  bid or the bidder, yet since his competitors
most likely  had received the  same bid, he was torn  between  using it or
discarding it.
' Because of competitive pressures, a general cannot be criticized for using
a low bid from  an  unknown sub. Yet it would not be sound to force him
to deal with the sub if he is later found to be unreliable. This so troubled
one  general  that  he drafted  a  model  provision which  provided  that; i
     work and materials  and services  to be supplied and performed by the  specialty
     contractor. The price Tor the work  may  be included ... or it may be tele-
     phoned  or telegraphed in and in any event it  must be given I sic] the prime
    ' contractor not later thm \rnrr hours  prior  to the submission of the  prime bid.
Id. (emphasis added).
                              C-78

-------
1967]                   Construction Bidding                     1747

contract  should be  found  "unless  later investigation revealed financial
or technical incompetence on the part of the subcontractor,  said opinion
registered bv an impartial panel of five or more persons qualified to  make
the decision."
  A possible solution was suggested by  the generals themselves.  Although no
question  dealt  with • this possibility,  12  generals  volunteered  that  they
treated sblicred bids differently than unsolicited bids.  If a general  solicits
bids, he should know in advance the  financial position and  reliability, of the
sub. Thus if a sub's  bid is solicited and is responsive to the specifications,
i: is likely a- trade usage exists that  at the rime a  bid  is  used,  a contract
is formed-  fr is also  likely that this  usage exists if the general  knows the
bub's qualifications in advance.  This  necessarily introduces the problem of
proving the general's prior knowledge,  a task which would not seem overly
burdensome.
  In condnson the results of the questionnaire demonstrate that  a contract
should be deemed to exist as of the time of bid use, subject to the follow-
ing conditions:
  1)  The sub-bid should be responsive to the plans and specifications; and
  2)  The sub should be reliable and capable  of performing his side of the
bargain witnoor unreasonabry complicating  the  general's  position.
  It is not important whether this result is reached by labeling  it a "trade
usage," an acceptance in a. "manner  ,  . . reasonable in  the circumstances"
or an updating of the common law. What is important is to give legal effect
to the  factual realities of the bidding process in  the construction industry,
thereby^ eCmmatin?  the  evils  of bid shopping without unnecessarily re-
                   ; freedom.

                                                         /- C. C, Jr.
                                    C-79

-------
 THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA
          1957 E Street. N.W * Washington. D.C. 20006 • (202) 393-2040
S. PETER VOLPE. President   LAURENCE F ROONEY. Senior Wee President   PAUL N HOWARD. JR , Wee President
          LLOYD BABLER. SR , Treasurer    JAMES M SPROUSE. Executive Wee President
                                  January  31,  1978


Mr. Douglas M.  Costle
Administrator
U.S. Environmental  Protection Agency
Washington, D.  C.   20460

Dear Mr. Costle:

     The Congress,  in  enacting the Clean  Water Act of 1977, directed
that EPA make a study  of bid shopping practices in connection  with
the procurement of  equipment for EPA funded waste treatment projects.
EPA was further directed to make recommendations regarding the need,
if any, for corrective legislation.

     Our letter of  October 6, 1977 to you,  in brief, expressed our
firm opposition to  the listing of suppliers as a proposed solution
to the problem  of bid  shopping.  We have  further reviewed this sub-
ject in great depth with our members.  Their  views are contained in
the enclosed statement, reaffirming our opposition to any legisla-
tive requirement for listing.

     We appreciate  your interest in this  matter and we look forward
to the continuation of our efforts to assist  in the efficient  im-
plementation of the Construction Grants Program.
                                  Sincerely,   ./s
J. M. SPROUSE
Executive//Vice  President
                              /  I Executive//
Enclosure
             THE FULL SERVICE CONSTRUCTION ASSOCIATION TOR FULL SERVICE MLMBERS
                           C-80

-------
                       SUMMARY OF AGC ARGUMENTS
                IN OPPOSITION TO LISTING OF SUPPLIERS


Introduction

     Listing of suppliers serves no-useful purpose.  Bid shopping is not
a problem in the procurement of equipment.  The major problem in this field
is the failure of equipment manufacturers to meet their responsibilities in
the market place.

Bidding Procedures

     The methods used by equipment suppliers in furnishing quotations to
bidders is chaotic and necessitates negotiations after bid opening.

     Compliance with the owner's plans and specifications is not assured
in initial proposals by suppliers.  Prices are provided so close to bid
time that no proper evaluation can be made; even these prices are not firm.
The contractor has to negotiate terms after bid opening.  If not successful
with these negotiations, the contractor then must go to another manufacturer.

     Numerous examples of supplier proposals demonstrate problems created
by the lack of specificity in their proposals: - failure to meet all speci-
fications; no price quotations, until just prior to bid opening; no firm
commitment regarding availability; warranties not consistent with contract
terms imposed on the contractor; proposals made by the supplier to the con-
tractor were still subject to approval by the manufacturers; and require-
ments that contractor pay for equipment when shipped, regardless of the
payment terms in the prime contract.

     These examples demonstrate that negotiations are required after bid
opening to effectively evaluate a supplier's proposal.

     Given the present pattern of marketing waste water equipment, the only
result of requiring general contractors to list equipment suppliers in their
bids to EPA grantees would be to "lock-in" the general contractor to a single
supplier, who could, after bid opening, demand whatever price it desired to
bring its non-conforming proposal into compliance with the owner's specifi-
cations.

Administration of Anti-Bid Shopping and Bid Peddling Would Be Most Difficult

     Grantees are already overburdened by administration of existing EPA
regulations.

     A requirement for listing of suppliers would lead to a rise in bid
protests.

     Failure to comply with the letter of the listing requirement would
cause rejection of bids.   Expensive delays in making contract award will
follow.  This has happened in many cases where listing has been required.
                                   C-81

-------
                                 - 2 -

     Additional regulations will be required to permit substitutions,
with more of the same problems listed above.

     A listing requirement puts EPA and the grantee in the center of the
contractor-subcontractor-supplier relationship.

Summary

     WWEMA's brief provides no justification for supplier listing
regulations, using only the age-old arguments against bid shopping and
bid peddling.  The brief ignores the real problem, - refusal of suppliers
to offer strict compliance of their products with the owner's specifi-
cations, including all terms and conditions as well as techrical specifi-
cations, and refusal to provide prices and scope of work with their initial
proposals.

     AGC recommends requiring suppliers to offer products in strict
compliance with the owner's specifications.  Suppliers should provide
sufficient information to enable the bidder to evaluate a proposal.

     AGC is adamantly opposed to a listing requirement.  The problems
that exist are caused by the failure of suppliers to meet their responsi-
bilities in the free enterprise market place.  Listing would not solve
the problem but would only impose greater regulatory burdens on ETA and
its grantees.
                           C-82

-------
               COMMENTS OF THE ASSOCIATED
            GENERAL CONTRACTORS OF AMERICA TO
           THE ENVIRONMENTAL PROTECTION AGENCY
            REGARDING THE PROPOSED LISTING OF
         PRINCIPAL SUBCONTRACTORS AND EQUIPMENT
         SUPPLIERS IN CONTRACTOR BIDS UNDER THE
             EPA CONSTRUCTION GRANTS PROGRAM
     The Congressional Conference Committee, in its report

on the Federal Water Pollution Control Act Amendments of

1977, requested the Administrator of the Environmental

Protection Agency to study and report to Congress on whether

or not contractors, under the construction grants program,

should be required to list in their bids their intended

principal subcontractors and equipment suppliers.   As stated

in the Committee report, the impetus for this inquiry was

provided by concerned equipment suppliers.

     It is the view of the Associated General Contractors of

America (hereafter AGC) that the listing of principal

subcontrators and equipment suppliers by bidders for EPA

grantee construction contracts will not serve a useful

purpose, but would only serve the economic "self-interest of

suppliers in the negotiation of purchase orders.   AGC submits

that a bid shopping problem does not exist in the market for

manufactured water treatment equipment.  To the contrary,

the major problems present in this field today result from

the failures of the equipment manufactures to substantially

meet their responsibilities in the market-place.
                     C-83

-------
                           - 2 -
               The Methodology Utilized by
            Equipment Suppliers in Furnishing
                Quotations to Prospective
           Bidders is Chaotic and Necessitates
             Negotiations After Bid Opening
     The methods used by equipment suppliers in submitting

quotations to prospective prime contractors under the EPA

construction grants program is chaotic.   It is a normal

pattern of conduct for the manufacturer to offer a product

that it will not assure is in compliance with the owner's

plans and specifications.  Moreover,  the manufacturer will

not identify, with specificity, the aspects of the equipment

that do not meet the owner's requirements.  It is then left

to the general contractor to make these determinations.

Magnifying the burden imposed on the general contractor,  the

equipment manufacturers normally do not provide prices

covering their proposals until short hours before the bid

opening.  Even when prices are furnished, usually 10 to 12

hours before bid opening, they are not firm and salesmen for

the suppliers continue to telephone price reductions,

frequently reaching 40 to 60 percent of the original price

quotation, immediately prior to bid opening.  By that time,

it is impossible for the general contractor-bidder or his

subcontractors to meaningfully evaluate quotations for the

equipment.  Instead, the general contractor must gamble with

the equipment prices to be included in its bid.  The more

experienced general contractors compute a price of their own
                       C-84

-------
for the equipment involved, generally based on a unit price



per pound of steel required for the equipment.  They have



found such a method of pricing to be feasible in the absence



of reliable price quotations from suppliers because the



equipment involved normally is not esoteric, consisting



essentially of a steel framework into which various items of



prefabricated equipment such as pumps are incorporated.



Because of this system, the successful general contractor-



bidder can only negotiate a purchase order for the equipment



after bid opening.  The manufacturers leave no other opportunity



to finalize a prospective purchase order.



     To demonstrate the working of the present system, a



review of typical proposals to furnish equipment for a



treatment facility is illuminating.  The following proposals



for various items of equipment were tendered by equipment



manufacturers to prospective bidders for the treatment



facilities for the Southstown Sewage Treatment Agency:





          Proposal A -- The supplier offered to



     furnish four different items required under the



     contract, including sewage bar screens, screw



     pumps, sludge pumps and scum pumps.  For three



     of the four items of equipment, X's proposal



     provided that the offered equipment would con-



     form to the mechanical specifications of the



     owner's engineer.  The fourth item, the
                       C-85

-------
                      - 4 -







screw pumps, were offered as an alternate to



the specification requirements, and the



offered equipment was clearly not in compliance,



in some unidentified aspects, with the owner's



requirements.  It was therefore necessary for



the prospective bidders to either ignore the



proposal for that fourth item or to attempt



to ascertain those areas in which the offered



equipment was in compliance with the owner's



requirements.



     The proposal, like every other proposal



described herein, was received without prices



with the understanding that prices would be



furnished at a later time, before bid opening.



As a result, there was no way of knowing



whether the offered items were within the



competitive range.



     The proposal was by its terms valid for



a period of 30 days,  even though the invitation



for bids provided the owner with more than



30 days to evaluate bids and award the contract.



As a result, prospective bidders had no way of



knowing whether the proposed equipment would be



available at a time an order would have to be



placed.
                   C-86

-------
                     - 5 -
     Aside from the fact that the proposal
did not include prices, it also  provided that
the prices that were later to be offered would
be subject to escalation measured by changes
in the Metals and Metal Product Index.
Prospective bidders therefore had to
consider the risks of price escalation even
though the prime contract would not provide
for the recovery of escalation costs.
     The fine print of the terms and conditions
portion of the proposal provided for a one
year materials and workmanship warranty
measured from the date of shipment, while the
general contract provisions required the
contractor to warrant the work for a one
year period measured from the date of sub-
stantial completion of the entire contract
work.
     Proposal B -- The manufacturer offered
to provide screw pumps meeting "the
functional requirements of the engineer's
plans and specifications" despite the fact
that the general contractor would have to
furnish equipment meeting the strict
requirements of the owner's plans and
                    C-87

-------
                      - 6 -








specifications.  Again, prospective bidders



were placed in the position of having to



ascertain those requirements that the proposed



equipment could not meet.



     With regard to the price aspect of the



proposal, the proposal provided that the



company's sales representative would contact



prospective general contractors "with full



price information before the opening .  .  ."



     The warranty under this quotation



was also limited to one year from the date



of shipment from the manufacturer.



     Proposal C -- This proposal offered



to furnish bio-clarifier mechanisms,



sludge thickeners and sludge holding tanks



"[i]n accordance with [the manufacturer's]



understanding of the owner's specification



requirements.."  Again, it was necessary for



prospective contractors to evaluate the



offered equipment to attempt to



determine whether the equipment would



meet the owner's requirements.



     This proposal too was limited by its



terms to 30 days even though it was a



practical impossibility for an order to be



placed in that short period of time.
                  C-88

-------
                      - 7 -







     As with the other proposals, the equip-



ment was warranted for one year from the



date of shipment.



     Proposal D -- The prospective supplier



offered to furnish bio-clarifier mechanisms and



air lift pumps.  The equipment offered was "of



the Company's standard design offered to meet



the functional requirements of the Engineer's



specifications ..."  It was again necessary



for the contractors to evaluate the technical



aspects of the proposal to assure compliance



with the owner's actual requirements as set



out in the Invitation for Bids.



     The proposal provided that once prices



were furnished, they would be firm for



30 days from the date of the proposal, which



again would be insufficient time for the



successful contractor to place an order.



     The warranty offered with the proposal



was again for a one year period commencing



with the date of shipment.



     Proposal E -- This proposal offered



to furnish bio-clarifiers, gear lift pumps,



sludge thickeners, a scum system and sludge



holding tanks.  The proposal failed to indicate
                 C-89

-------
                     - 8 -




whether the items were offered in conformance



with the plans and specifications.  It was



therefore necessary for prospective bidders



to review in detail the technical aspects of



the proposed equipment to attempt to make



that determination.



     The General Conditions of the



proposal provided that the proposal would



not result in a binding contract until it



was first accepted by the contractor, and



was then approved by an authorized officer of



the manufacturer.  It provided no assurances



that the manufacturer would be bound to all



of the terms of the proposal.



     The guarantee offered by the manufacturer



was for 18 months after delivery or 12 months



after the equipment was to be put in service,



whichever was earlier.



     Proposal F -- This supplier offered



to provide instrumentation as specified



in the plans and specifications.  The warranty



contained in the proposal was for one year



from shipment.  Payment was required under the



proposal within 30 days from the invoice date.



This quotation was generally in good order
                 C-90

-------
                      - 9 -








from a technical standpoint, but, again,



it was unpriced until shortly before bid opening,



     Proposal G -- This- manufacturer proposed



to furnish the scum system.  The equipment



purportedly was offered in accordance with



the owner's specifications, but also provided



that "[mjinor dimensional and equipment



design changes will undoubtedly occur, depending



upon the final details required for the



[manufacturer's] standard design."



     The proposal provided for a 20 percent



payment at the time of drawing submittal and



a final payment of the remaining 80 percent of



the purchase price upon shipment of the equip-



ment regardless of the payment terms contained



in the prime contract.



     Proposal H -- This proposal offered to



furnish                 pumps, but without



assurance that the pumps would meet the re-



quired plans and specifications.  Again, it was



necessary for prospective bidders to tech-



nically evaluate the equipment to determine



whether the equipment would meet the owner's



requirements.



     The proposal also provided that for any



delay in furnishing the equipment that was
                C-91

-------
                      - 10 -








not the fault of the manufacturer,  the price



would have to be increased one and one-half



percent per month.   This of course, placed



additional risks upon prospective contractors



which could not be evaluated effectively



at the time of bidding.



     The terms and conditions portion of



the proposal provided that the proposal



was not an offer, and that any resulting



contract would be subject to final accept-



ance by an authorized representative of the



manufacturer.



     The proposal offered a warranty for a



maximum period of 18 months from the date



of shipment.



     Proposal I -- This supplier offered



to provide a partial sand filter system.  How-



ever, the proposal explicitly provided that the



specifications of the owner's engineers were



not to be a part of the purchase order and



that any reference to those specifications



was to be considered as a mere convenience



for reference purposes only.



     The proposal provided that the manufac-



turer's representative would contact prospective



bidders "prior to the bid opening to furnish
                  C-92

-------
                      - 11 -

you with pricing and answer any questions you
might have."
     The proposal further provided that the
manufacturer would have the right, at its sole
discretion, to make partial shipments and that
the shipment date contained in the proposal
was subject to revision or postponement at the
discretion of the manufacturer.
     Any contract that might follow from the
proposal was subject to the approval of an
officer of the manufacturer's representative.
     Proposal J -- This corporation offered
to provide the waste activated sludge
pump, vertical turbine pumps and super natant
pumps.  A price escalation provision was
included in the proposal.   The proposal pro-
vided that prices would be telephoned to
bidding contractors a day or two before the
bid opening.
     The warranty provided by the proposal
was for one year from the date of shipment.
     Proposal K -- This proposal offered
to provide incineration equipment purportedly
in accordance with the owner's plans and
                  C-93

-------
                      - 12 -








specifications.  Prices were to be telephoned



to prospective contractors on the morning of



the bid opening.



     Proposal L -- This manufacturer offered to



provide the sludge combustion equipment.   How-



ever, its proposal provided that the information



that was to be submitted with bids would be



furnished at a later date prior to bid opening.



The proposal also provided that the price,



which again was to be furnished later, would



be valid for only 45 days from bid opening,



and it was conditioned upon certain events



including the receipt of notice to proceed



within 14 days of the formal execution of the



contract.



     Proposal M -- This manufacturer offered



to furnish lime feeders, slakers, and lime



slurry storage tanks, process metering pumps



and partial instrumentation.  The proposal



made no reference to the plans and



specifications.  Instead, it contained



13 pages of the manufacturer's descrip-



tion of what it proposed to furnish.



     In addition, the proposal provided 30 days



for acceptance.  It also contained a price



escalation provision.
                  C-94

-------
                           - 13 -





          Proposal N -- This supplier offered to



     furnish lime feeders and slakers, process



     metering pumps and chlorination equipment,



     without assurance that the offered equipment



     would be in compliance with the plans and speci-



     fications.   The proposal provided a 60 day



     acceptance period, and specified that if



     shipment could not be made within 400 days,



     the price would be revised.  Payment terms



     included the requirement for full payment within



     30 days of shipment and title was to remain in



     the seller.








     Each of the above proposals contained technical speci-



fications in varying detail.  Most of these typical proposals



required prospective bidders to make techical evaluations of



the equipment offered, even though it would have been more



appropriate for the manufacturer, as the po.ssessor of the



supposed expertise and the manufacturing knowledge to state



whether its equipment complied with the owner's plans and



specifications.



     None of the proposals contained prices.   Almost every-



one of the proposals included a section describing work that



was not covered by the proposal so that it was also necessary



for prospective bidders to evaluate those exceptions to
                       C-95

-------
                           - 14 -



assure that all interface or tie-in work was covered in its

estimate either through the work of a supplier or someone

else.  All of this placed inordinate burdens upon prospec-

tive contractors.  More importantly, it effectively prevented

the finalization of any prospective purchase orders before

prime contract bidding.  The result had to be negotiations

following bid opening.  If not successful with these negotiations

the contractor must then go to another manufacturer.


     Post bid-opening negotiation would not be necessary if

the manufacturers would offer equipment meeting the owner's

plans and specifications,  and if the manufacturers would

provide their price quotations to prospective contractors so

that an effective evaluation and negotiation of work scope

could be performed before bid opening.

     Given the present pattern of marketing waste water

equipment,  the only result of requiring general contractors

to list equipment suppliers in their bids to EPA grantees

would be to "lock-in" the general contractor to a single

supplier, who could,  after bid opening,  demand whatever

price it desired to bring its non-conforming proposal into

compliance with the owner's specifications.
           Regulations Purporting to Eliminate
             Bid Shopping and Peddling Would
          Create Severe Administrative Problems
     Even assuming, for purposes of argument, the existence

of a real bid shopping problem in the wastewater equipment


                    C-96

-------
                           - 15 -








manufacturing market, the promulgation and application of



regulations to supposedly control such activity would give



rise to far greater problems.than the regulations would



cure.



     First, regulations amenable to implementation by



grantees would have to be prepared.  Such regulations would



have to be added to the lengthy list of existing adminis-



trative burdens imposed on grantees.  Implementation efforts



would have to include special bid invitation preparation



precautions.   Additional pre-award evaluation efforts would



have to be undertaken by grantees to assure the accuracy of



listings made by bidders.  The administration of post-award



substitution requests would also add to the burdens imposed



on grantees.



     The required listing of subcontractors and equipment



suppliers would undoubtedly give rise to bid protests, just



as it has when it has been utilized in the direct federal



procurement arena.   Noncompliance with the letter of the



listing requirements will often result in the rejection of



bids as nonresponsive with the result that otherwise respon-



sive and low bids will have to be discarded in favor of



higher priced bids.   In addition, expensive delays in making



contract awards will inevitably ensue.



     Situations giving rise to bid protests will include



questions of (1) whether a listed subcontractor will perform
                       C-97

-------
                           - 16 -








all of the work for which it is listed (46 Comp. Gen. 194



[1966]); (2) whether there is a clear relation in the invita-



tion for bids between the listed subcontract work classi-



fication and the particular, applicable portion of the



technical specifications in the contract (50 Comp. Gen. 839



[1971]; (3) whether a listed subcontractor is qualified to



perform the work for which it is listed (46 Comp. Gen. 829



[1966]; 45 Comp. Gen. 84 [1965]); (4) whether the listing of



a proposed subcontractor by its common designation or nickname



rather than by its proper name is satisfactory  (51 Comp.



Gen. 831 [1972]; 50 Comp. Gen. 295 [1970]); (5) whether the



listing of two separate subcontractors for one category of



work, where both are to perform a portion of the listed



work, is satisfactory (Comp. Gen. Dec. B-178627  [September 14,



1973]); (6) whether a listed subcontractor can further



subcontract to others a portion of the work for which it is



listed (49 Comp. Gen. 120 [1969]); (7) whether a bidder can



list itself for certain identified subcontract work  (46



Comp. Gen.  156 [1966]);   (8) whether a bidder can list a



subsidiary or a closely related company for certain  listed



subcontract work (47 Comp.  Gen. 644 [1968]); (9) whether the



bidder can list alternative proposed subcontractors with its



bid  (54 Comp. Gen. 159 [1974]); and (10) whether the classi-



fication of work for which a listing of a subcontractor is
                       C-98

-------
                           - 17 -







required meets the cost percentage requirement necessitating



the separate listing (51 Comp.  Gen. 264 [1971]; Comp. Gen.



Dec. B-179947 [April 5, 1974]).



     All of these issues and others have been raised in



federal government contract protests, and many decisions on



those protests have been rendered by the General Accounting



Office.  However, while those decisions may serve as pre-



cedent for grantees in determining protests involving the



listing requirements,  there can be no assurance that grantee



agencies and local courts will follow such decisions.  It



can only be certain that the listing requirements will give



rise to an added multitude of bid protests.  Each bid protest



revolves around its own specific facts, and no two situa-



tions are alike,  with the result that there will inevitably



be a multiplication of administrative proceedings and



litigation if a listing requirement is imposed.



     In addition to bid protests, contract claims and liti-



gation will flow from the criteria permitting substitution



of suppliers that must accompany listing requirements.



Standards for substitution will have to be promulgated, such



as those provided by the General Services Administration



(GSPR 1 5B-2.202-71),  and those standards will have to be



reasonably applied.   Improper application of the substitu-



tion standards will result in the grantee being exposed to



court action and resulting damages.  For example, in Meva Corp
                        C-99

-------
                           - 18 -



v- United States. 206 Ct. Cl. 203 (1975), the United States

Court of Claims dealt with a disastrous situation arising

from the refusal of a contracting agency to permit a general

contractor to substitute another subcontractor for a sub-

contractor originally listed in the general contractor's

bid.  The general contractor ultimately received a recovery

of $600,000 from the Government because of the refusal of

the agency to permit the substitution.   It is instructive

that the agency involved (The Interior Department) thereafter

dropped the listing requirement.
              No Federal Government Agency
          Has Required the Listing of Equipment
           Suppliers With Prime Contract Bids
     While two Federal government agencies have required the

listing of proposed subcontractors in construction contract

bids, no Federal government agency has ever required bidders

to list equipment suppliers.   Today,  the General Services

Administration, which is the only Federal agency presently

requiring a listing of proposed subcontractors requires only

the listing of principal subcontractors, including those for

the "... mechanical, electrical, and elevator and/or

escalator divisions .  .  .", as well as ". .  .  all other

general construction categories of work in the project

specifications .  .  ."  GSPR 11 5B-2.202-70.  The listing
                      C-100

-------
                           - 19 -



requirement is not extended to suppliers of equipment or to

suppliers to subcontractors or to contract levels below the

first tier subcontract level.
             The Imposition of Requirements
              for the Listing of Principal
         Subcontractors and Equipment Suppliers
           Would Impinge Upon the Historic and
           Time-Honored Responsibility of the
            General Contractor to Freely and
           Independently Manage Its Activities
     The imposition of regulations and requirements regarding

the listing of subcontractors and suppliers would place both

EPA and the grantee agency in the center of the contractor-

subcontractor-supplier relationship.  The general contractors

of America have historically demonstrated their ability to

manage their own subcontractor and supplier relationships,

and the imposition of added governmental interference in

that relationship can only serve to frustrate that demon-

strated ability.   Therefore,  general contractors must

adamantly oppose any intervention by a Federal or local

agency in those relationships.
                       C-101

-------
                           - 20 -



               The Brief Submitted by the
             Waste and Wastewater Equipment
          Manufacturers Association Advocating
            the Adoption of Subcontractor and
              Supplier Listing Requirements
              Does Not Justify the Need for
          	Such Requirements	


     The brief submitted by the Waste and Wastewater

Equipment Manufacturers Association does not justify the

need for bid listing regulations.  A large portion of the

brief is devoted to the age-old arguments against bid

shopping and bid peddling.   However, the brief ignores the

real problems that presently exist in the waste equipment

supplier industry.  Those problems, including the refusal of

manufacturers to offer strict compliance of their products

with the requirements of the owner's plans and specifica-

tions,  including all terms  and conditions as well as technical

specifications,  as well as  refusal of the manufacturers  to provide

prices with their quotations within a time frame permitting

some negotiation with prospective suppliers regarding price

and work scope,  are the sole responsibility of the equipment

manufacturers.

     Any problems that now exist in this field could be

easily resolved if waste equipment suppliers would follow

the practices of other nechanical and electrical suppliers

and subcontractors, and give firm quotations for the specific

items required by the owner's specifications sufficiently in

advance of bid opening to permit a meaningful evaluation of

such quotations for use in the general contractors'  bids.
                           C-102

-------
                           -  21 -
           AGC's Recommendation Regarding the
              Proposed Listing of Principal
         Subcontractors and Equipment Suppliers
     AGC recommends that efforts be made to require specialty

equipment manufacturers to offer products in strict compliance

with the owner's required plans and specifications.  Efforts

also should be made to persuade the manufacturers to provide

price quotations sufficiently in advance of bid opening so

that meaningful evaluations of the work scope to be under-

taken by the supplier and its anticipated cost can be made

prior to bid submission.

     The proposed listing of subcontractors and equipment

suppliers does not go to the heart of the problem, and AGC

is adamantly opposed to such a listing requirement.

     In summary, AGC recommends that the Administrator

advise Congress that problems exist in the equipment supplier

market because of practices in the free enterprise market-

place that are the sole responsibility of the equipment

manufacturers and that the listing of subcontractors and

suppliers under the construction grants program would not

solve such problems, but would impose greater burdens and

regulations on the EPA and the state and local government

grantees.

                              Respectfully submitted,

                              Associated General Contractors
                                of America
                            *
                           / James M. Spinzmse
                           x^/Executive Vtce President
                     C-103

-------
NfCHOLAS I. MKLAS

  PRESIDENT
                  /   ,|  [']":'',  ; OB? wisEwsrrasv OMIC/HM& ; i>i irj ;>| j I r.~,
                  '    !       '''i  '  "  •  , • i! i  ,     ; i!- 'ji i'-i  i L!._L
                 100 EASTj ERIE ST, i CHICAGO,;' ILLINOIS 60011! li'. L! j^SI-SC

                                                           BOARD OF COMfillSSIONERS



                                                             JOANNE H ALTER

                                                             JEROME A. COSENTINO

                                                             DELORISM rOSTER

                                                             WILLIAM A JASKULA

                                                             NELLIE L JONES

                                                             JAMES C  KIRIE

                                                             CHESTER P MAJEWSKI

                                                             NICHOLAS J MELAS

                                                             RICHARD J TROY
                                                 January 6, 1978
                                                                . 'J.IS18
Mr. Harold P.  Cahill,  Jr.,  Director
Minicipal Construction Division (WH-547)
U.S. Environmental  Protection Agency
401 ' M" Street, S.W.
Washington, D.C.   20460

Dear Mr. Cahill:

The WWEMA brief on  bid shopping and bid peddling provided  to  the
MAG members at the  December 14th meeting has, i,i response  to  your
request, been  reviewed by my staff and .-.yself.

The proposa] for  a  regulation mandating identification  of  sub-
contractors in bid  documents for contracts funded  by  the U.S.  EPA
should be rejected.  However, we feel that grantees should be
allowed the option  of  including sucli requirement"  in  their bid
documents in whatever  manner they deem necessary to either comply
with State and local requirements or to mitigate potential effects
of bid shopping and bid peddling on bid prices  for such contracts.

The documents  appended to the WWEMA brief present  arguments which
do and do not  support  the need for sucli regulation.   As may be
expected, the WWEMA brief presentr the arguments in support of such
regulation.  Despite the argument that there  is de facto coercion
applied by prime  contractors which forces subcontractors to
respond to the bid  shopping tactics, it is evident that without
their cooperation bid  shopping would not be a problem.   Ci  itentions
expressed by parties in litigation cited in the brief and  in  the
appendices are representations without confirmation.  As prime
contractors and subcontractors report diametrically opposite
experiences, the  proposed regulations could only achieve a re-
duction of alleged  abuses by one group.  We cannot accept  arguments
which place all the blame on the prime contractors.   Thus, we
cannot support a  regulation which presumes that such  is the case.
                                 C-104

-------
Mr. Harold P. Cahill, Jr.       -2-             January 6, 1978

It is difficult to refute the arguments contained in the WWEMA
bricC without seeming to case aspersions on members of that
industry; even though such a refutation may he in a purely hypo-
thetical sense. At the risk of alienation, however, I must poJnt
out what I feel to be relevant factors opposing the industry's
position.

The brief states that a prohibition against bid shopping will
enhance pre-bid competition and lead to lower prices.  Information
submitted with the brief indicates that there is an apparent effort
by at least some members of the industry to prevent bid shopping
before or a_f_ter award to the prime contractors.  Experience shows
that suIrfiiitTals" of bids by subcontractors generally occ-irs a very
short time before the bid opening.  Prime contractors are forced
to accept bids at the last moment with little or no opportunity to
determine if the low bidder fully understands the requirements of
the contract documents or if the equipment to be provided meets
the specifications.  Given this situation, it is difficult to see
h w primes can obtain'better competitive subcontract bids before
bid opening by the application of the proposed regulation.

With respect to lower prices, the brief argues in every possible
direction and frequently contradicts itself in this respect.  For
example, the brief argues that the primes reduce their bids in
anticipation of reducing their costs by bid 'lioppi/g subsequent
to award.  As this is somewhat supportive o,  ; id shopping, it then
argues that it is not clear that primes ac~.     y do reduce their
initial bids in anticipation of lower cost-     be achieved by bid
shopping.  The brief argues that subcontrot      "puff" their bids
to the prime in anticipation of being forc<      reduce their bids
subsequent to award arid that reductions fr<      ir initial bid
can be accommodated while maintaining the I      of profit which
they consider necessary.  They then argue t     the aw-.rJ price is
inflated and the primes, after bid Chopping,  .'chicle a higher
profit figure than they should.  In their regulation, however, they
produce no proposal for preventing "puffing"  of bids if such a
regulation were imposed.  Obviously, if a prime contractor can be
a successful bidder in spite of "r-'Tcd subcontractor's bids", the
same can occur if the regulation -   v adopted and then the sub-
contractors would be making a di:,    jrtionate profit.  The brief
is quite clear that it i:; not on      .atter of higher prices to
the grantee and the U.S. FiP'vf but    >  the present situation allows
prime contractors to get monies t;.   the subcontractors feel should
be theirs.

Another argument is that bid shopping pressures subcontractors to
do substandard work or to work at a loss.   At the risk of being
cynical, reduced costs and, presumably, larger profits seldom
are secondary to any other factor in the prosecution of work in
today's society.  The argument can be made that pressures to in-
crease profits or reduce ]osses--at any point in the project--by
primes or by subcontractors is a problem irrespective of the bidding
                        C-105

-------
Mr. Harold P. Cahill, Jr.        -3-            January 6,  1978

process.  A major portion of the construction residency manpower
and expense is directed towards prevention of detrimental  shortcuts,
improper procedures, inferior or non-specification materials,  and
other items which would produce an inferior project.   If this  were
not the case, then the argument that bid shopping can result in
shoddy work may be valid.  Equipment or installations performed
under a "no bid shopping regulation" will not provide guarantees for
the grantee or the U.S. EPA of the quality of work to be perfoimcd
or the material to be supplied.  The only such guarantee is  a
rigorous inspection of work and assurance of complete adherence to
the specifications for materials and equipment.

For obvious reasons, my response to the VVWEMA brief does not debate,
point by point, the statements therein.  As may be expectcl, they
reflect assumptions which place their position in the best  possible
light.  However, many are not substantiated and reflect that one
viewpoint.  While generally agreeing that the practices of  bid shopping
a id bid peddling are detrimental, the proposed regulation is one-sided
aiuT provides the opportunity for abuses by the nonregulated party in
this two-party activity.

One other factor which influences my opposition to the WWEMA proposal
is the potential delays associated with awards of contracts  under such
constraints.  Prior to formal award of a contract, all subcontractors
and equipment to be provided would have to be reviewed for  acceptabi-
lity.  It would appear that the refusal to accept a subcontractor or
equipment submittal could result in a withdrawal of bid by  the prime
contractor or at least delays in obtaining an acceptable substitute.
If one assumes that the unacceptability occurred because of a  non-
specification subcontract bid, it must be assumed that a substitute
would res alt in a cost increase to the prime contractor. Would the
grantee then be required to escalate the prime's bid by that
additional cost?

Under most contracts administered by tae District today, subcontractors
need not be identiried until formal award of the contract has  been
made.  Subcontractors must then be approved as the work progresses.
If a subcontractor is found unacceptable to the District,  the  con-
tractor is forced to provide a substitute, acceptable to the District,
within the bid price.  Likewise, equipment submittals must  meet
specifications or a substitute provided at no additional cost. The
leverage which the District has after award of the contract is
significantly greater than that which would exist if sue'  determina-
tions were made prior to formal award.

I am aware that a number of AMSA members require submittal  of
subcontractors and equipment suppliers with the bid.   In some  circum-
stances, this District may find it to be advantageous also.   In fact,
such a requirement is placed on prime contractors to identify  minority
and small business contractors and the dollar value of the work to be
subcontracted to each with the initial bid documents.  This requirement
is intended to assure compliance with the District's Affirmative
                       C-106

-------
Mr. Harold P. Cahill, Jr.        -4-             January  6,  1978

Action Program in determination  of  the  lowest  responsible bidder.  The
exercise of such an option  does,  in my  opinion, provide  ample opportu-
nity for flexibility by  grantees  in determining the mechanisms they
will utilize in obtaining bids for  their projects.

Further, addressing the  practical problems which arise out  of the
procurement process, the proposed regulation would promote  delays
and time consuming disputes.  The Metropolitan Sanitary  District's
"Purchasing Act" as well as most other  municipal procurement re-
gulations provide for an award to the lowest responsible, responsive
bidder.  As long as we are  able  to  equaTeTffe proposals  of
contractors on even terms,  that  is  price, we are following  the
letter and spirit of our Purchasing Act.  It is when bidders are re-
quired to submit additional inform?tion  that we have had vime
consuming protests.  This would  be  particularly true if  suppliers
and subcontractors were  able to  file protests, since under  the
Federal Regulations they would have "an adversely affected  direct
-inancial interest" CFR  § 35.939(a).  Just a little imagination is
needed to realize the number of  protests that could be filed,
contrary to the unsupported assurances  set forth on Page 17 of
WWEMA's brief.

Finally, I am told by our legal  strff at the Metropolitan Sanitary
District: that the provisions of  Sect;c,n  (G) of the "Listing of Sub-
contractors Materials and Equipment Suppliers" would most certainly
be contrary to the current  law relating to penalties and be declared
void ami unenforceable.  The assessment of a 20% penalty even to the
most casual observer seems  arbitrary and capricious.

We, therefore, urge the Agency to reject the WWEMA proposal or any
similar attempt to limit grantees'  abilities to establish contract
requirements which would best serve the interests of their  agencies.
                                       Very truly .yours .
                                          -i. ___iVW*'t, • Jf JV  •   '
                                              !. < _l_ , J"T \^ l_ <, .- '  k


                                              IJ^   '
                                              <&;,rt/l#iA
                                              *~s~  
-------
               SVERDRUP & PAHCEL AXD ASSOCIATES, Inc.

                     ENGINEERS -ARCHITECTS

                      8OO N. 12TH BOUXEVARJD

                     ST. LOUIS, MISSOURI 631O1
E J PELTIER
 CONSULTANT
                          January 9,  1978
  Mr. Harold  P. Cahill,  Jr.
  Municipal Construction Division
  U. S. Environmental  Protection Agency
  401 »M» Street, S. W.
  Washington,  D.  C.    20460

  Dear Hal:

            This  is  in reply  to your  request  to comment on
  WWEMA's proposed regulation in regards  to bid shopping.

            Except for the suggested  amount of the  contract and
  percentages  in  the resolution, I  see  nothing too  drastic in
  their suggestions.

            I  question whether paragraph  (G)  is necessary.

            I  am  enclosing actual specifications on what M5D
  in St. Louis has been  doing for over  ten years.   This has
  worked very  well with  perhaps less  than five requests for
  substitution.

            Also  enclosed is  the A&E's  estimate and approved
  equipment list, contractors bid tabulation  with their equipment
  and subcontractor  selections.

            Hope  this  will give you some  help on how to proceed
  on this.

                                Sincerely,
  Enclosures
                                 V


                                                          *• 1979
                           C-108

-------
                       SUBCONTRACTORS



List g_f_Majpr Subcontractors

The undersigned expressly agrees that:

1.   if awarded a contract as a result of this Bid, the major
subcontractors used in the prosecution of the work will be
those listed below, and

2.   the following list includes all subcontractors who will
perform work representing approximately three and one-half
(3-1/2) percent or more of the Total Base Bid.

3.   The Bidder represents that the subcontractors listed below
are financially responsible and are qualified to do the work
required.

Category       Name of Subcontractor         Address
                         1                   Subcontractors
                     C-109

-------
BIDDING SCHEDULE.

1.  unit fcice Construction  items

ITEM NO. 1

650 linear  feet rock anchors, complete  in  place.

at__	_	Dollars  &	^	__Cents
          (in writing)                   (in  writing)

$       	 ^             $		
  (in figures)per  linear  foot        Total(in  figures)

ITLM NO. 2

12 each rock anchor  tests  complete.

at	  	Dollars  &	Cents
     (in writing)                        (in  writing)

$	,	             $	
  Each(in  figures)Total(in  figures)

ITEM NO. 3
220,000 cubic yards of rock excavation.

at	Dollars  &	Cents

$       	per cubic yard   $	1__^___	
  (in figures)Total(in  figures)

2.  Unit Price Items for Foundations, Protection  ana  Backfill

ITEM NO. 4

15 thousand feet board measure of timber  sheeting  and  bracing
ordered left  in place.

at	  	Dollars   &	Cents
     (in writing)                       (in writing)

$         	per MFBM.       $	|	
    (in figures)                     Total (in figures)

1'IE'M NO. 5

10,000 cubic yaras of granular foundation material complete  in
yLace.

at	_	^  	Dollars    &	^	^_^	Cents
      (in writing)                         (in writing)

$         	per C.Y.     $	^	
    (infigures)Total(in  figures)


                          3                        Bid
                        C-110

-------
 ITEM NO.  6

 300  cubic yards of  concrete pipe cradle or encasement complete
 in place.

 at               	Dollars   &	Cents
      (in  writing)(in writing)

                          _per  C.Y.   $
 	(in  figures)                         Total (in figures)

ITEM NO. 7

2,000 cubic yards of sand or gravel backfill

at	Dollars   &     	r__i	Cents
     (in writing)(in writing)

$	per C.Y.   $	    	
 	(in figures)                          Total  (in  figures)

3.   LUMP SUM ITEMS
ITEM NO. 8

Base bid for the balance of all the work included  for  the  con-
struction of the Lemay Wastewater Treatment Plant  - Aeration
Tanks, Service Building and Instrumentation based  on completion of
all work in accordance with the contract documents, the Lump Sum of

	Dollars
                        (in writing)

and                      Cents      $
         (in writing)                         (Th.  figures)

Total Base Bid, Lemay Wastewater Treatment Plant  -
Aeration Tanks, Service Building and Instrumentation


The sum of Items No. 1 through No, 8 inclusive  is

            	_Dollars
                       (in writing)

and	Cents
         (in writing)


Total Base Bid, Lemay Wastewater Treatment Plant  -Aeration Tanks,
Service Building and Instrumentation               $	
                                                     (in  figures)
                             4                          Bid
                           C-lll

-------
Cost Basis for Changes

The following supplementary schedule of unit prices will apply
in the event that the District orders in writing additions tb
or deductions from the work detailed on the Contract Drawings
as covered by Lump Sum Item No. 3 in the Bidding Schedule, Lemay
Wastewater Treatment Plant - Aeration Tanks, Service Building
and Instrumentation.
Supplementary Schedule of Unit Prices
Type of Work

Excavation Earth  (dry)
Excavation Earth  (wet)
Floor Concrete Against Ground
Formed Concrete  (walls, including
  Forms)
Formed Concrete  (Slabs, Beams,
  Columns, etc.  including Forms)
Reinforcing Steel
Extra Cast Iron Pipe and Fittings
Unit

C.Y.
C.Y.
C.Y.

C.Y.

C.Y.
Lbs.
Lbs.
Unit Price

$	
$_  H~~
$
$
$~
$"
It is understood and agreed by the undersigned that the District
reserves the unrestricted privilege to reject any or all of the
foregoing unit prices in this paragraph which it may consider
excessive or unreasonable, or to accept any or all of them,
pursuant to the provisions of the General Conditions, as unit
prices applicable in the event additions to or deductions  from
the work to be performed on Lump Sum Item No. 8, Lemay Waste-
water Treatment Plant - Aeration Tanks, Service Building and
Instrumentation,  are ordered by the District.

Rid Conditions

ft is expressly understood and agreed that the foregoing total
bd.se bid is the basis for establishing the amount of the bid
security on this bid on the Lemay Wastewater Treatment Plant -
Aeration Tanks, F.crvioo Building and Instrumentation and that this
tnt.il  base  b i d  is not  to  be  construed to be a  Lump Sum Bid.   It  is
further understood  that quantities in the bidding schedule for unit
price items are approximate only, and that payment of a contract
will be made only on the actual quantities of work completed
in place, measured  on the basis defined in the General Conditions,
Contract Specifications or other 'Contract Documents.

The undersigned has carefully checked the above bidding schedule
aqainst the Contract Drawings and Specifications and other
Contract Documents  before preparing this bid and accepts the
said quantities to  be substantially correct,  both as to
classification and  amount, and as correctly listing the complete
work to be done in  accordance with the Contract Drawings,
Specifications and  other Contract Documents.
                              5
                           C-112
         Bid

-------
Ma^or Lquipment Items

The total base bid as set torth  in  the bidding  schedule  includes
the cost of major equipment items as supplied by  the  following
manu tacturers .

Centritugal Fans         	

Air Diffusion Equipment  	

Motor Control Centers
Instrumentation and
Computer Equipment
                                                   Bid
                           C-113

-------
'
      M

       «.  j
       *»
       sM
        SS
         !
       5°
       3°
       5
       l s
               -
              ^ {«

                 T
ii
  •
                            a
                             ssa
             y    ,.
          f if *p " , i
              $rt
                             ^ '
                                ?} V
                                                    33>'9 „
                         ^P4
                                                  $<
^
li

                                               *N^

                                               tft
                                                 ."i
                                                 SIS
                                           M
                                                               -U44
                                                                                  00
                                                                                  o
                                     C-114

-------
U
^r
    u
     3S
             &
           .
           ??
                   3:
                        f

                    ttt
-+f
   4iM
                     -+tt
                                             1.4—
                      ]__
                               -I-
                                                    i-
                                                    -U
                                                             4-
            HJ
-4i
fr
I-
        Ml  '
    UlULuli
    11- It
                                                            llii
                                    C-115

-------
X
                                             C-116

-------
C-117

-------
                                                    15042 North 2nd Street
                                                    Phoenix, AZ   85022
                                                    January 10, 1978
Mr. Harold P. Cahill, Jr.
Director
Municipal Construction Division (WH-547)
United States Environmental Protection Agency
401 "M" Street, S.W.
Washington, D. C.   20460

Dear Mr. Cahill:

Here are some comments on WWEMA's Prepared brief on "Anti-Bid
Shopping and Bid Peddling Regulations."

I feel that if P.L.  92-500, Section 204(6) is changed,the grant
projects will be tied up with more bid protests and red tape.

P. L.  92-500, Section 204(6) is adequate as stated.


                                  Sincerely yours,  ,
                            (Mrs.)Patricia A.  Williams
                                  MAG
cc:  Mr.  Eugene Peltier
     Consultant,
     Sverdrup & Parcel  & Assoc., Inc.
     8 Ladue Forest
     St.  Louis, MO   63124
                                 C-118

-------
 "I/I "'•
                                     £== CONTRACTORS =3SS
         1500 PARK BOULEVARD, CAMDEN, NEW JERSEY
                                                       HENRY C
                                                         JOAN S. ARUOI.D
                                                          VIcc-P'. sldenl
                                                           609-829-7784
                                       January 13,  1978
Mr. Harold P. Cahi.ll, Jr., Director
Municipal Construction Division  (WH-547)
U. S0 Environmental Protection  Agency
401 "M" Street, S. W.
Washington, D. Cc    20460

Dear Mr. Cahill:
                              RE:   Request for comment on brief
                                    submitted by the Wpste and Waste-
                                    Water Equipment Manufacturers
                                    Associations ,  Inc.  advocating the
                                    adoption of a regulation to
                                    eliminate bid shopping and bid
                                    peddling.

        I cannot .agree that  an  anti-bid shopping and bid peddling
regulation as put forth in the  brief o^ the WWEM^ can be
administratively workable, would minimize  protests, and would not
burden the EPA or its grantees.    On the contrary, there are many
projects where listing of subcontractors and suppliers has been
required by the contract documents and  these hf;ve given rise to
numerous protests which have delayed award of the project.

        In discussion with other contractors I find firm opposition
to listing in view of the fact;  that in  'iany instances qut nations
received from suppliers arc  not comparable with respect to quality,
delivery date, terms of payment, and degree of shop fabrication to
actual field erection costs.

        I am  told  that often the  equipment manufacturer sends in a
scope letter which  puts all  ti  - performance responsibility basically
on the contractor,  and place-1    
-------
Harold P. CahJ.ll
January 13, 1978
Page Two

        To touch on points listed by WWEMA in proposed regulation -
"Listing of Subcontractors, Materials and Equipment Suppliers"  -
Items A to H (condensed)

(A)  Submitting of name, of firm with whom contractor proposes to
     contract for performance of each category.

COMMENT:  //hen forced co list, owner 5s assigning to the contractor
and shorld take the responsibility for the assignment.  Is the  owner
willing to bear the burden, n Ejtrer contractor submits listing, for
late deliveries and defective materials ?

(13)  Listing of all firms by bidder (including himself) and stating
     the portion (by percentage or narrative description) of the
     category to be furnished by each.

COMMElN i1:  Delays and increased costs are incurred on projects where
unnecessarily complicated break-downs for equipment and sur.-s must
be incorporated into the bid.   The detailed break-downs generate
confUKjon and the potential for errors, which may result 5n unduly
high or low bids and subsequent disputes or litigation.

(C)  Failure to provide complete list shall cause the bid to be
considered nonrespensive.

COMMENT:  W'.iaf: If there are three suppliers available for a certain
type of equip,u?nt.  and only one of uhe three choo-'es to quote a
contractor... .and t''at at an outlandishly high price ?  The contractor
then is forced into a non-responsive position or a risk position.
Does this not leave the unethical supplier in a position of controlling
who will be low bidder arid ac what price ?

(D)   Substitution / Termination

COMMENT:  Included in (E) and (G) below.

(E)  Conditions for Substitution:

COMMENT:  Look at the climate of the bid situation....where sub-
contractors bids are submitted IMMEDIATELY prior to the tirna general
contractor is to bid.
                              C-120

-------
Harold P. Cahi11
January  13, 1978
Page Three


         Referring to  the VA. Law Review attached  to  the WWEMA brief:
(Page 1744):  Often the prime did not have  time to check  the items
included in the sub's bid during the hectic bid opening period and
did not  want  to be bound until after they had had the opportunity
to make  such  a check.
(Page 1745):  Many times the general must use his best judgment  to
fill in  the gaps between the price quoted by the  sub or suppliers
and the  contract requirements and then, if  successful, negotiate with
the low  sub to have a complete bid.
(Page 1746):  Because of competitive pressures., a general cannot be.
criticised for using a low bid from an unknown sub.  Yet  it would not
be sound to lorce him to deal with the sub  if he  is  later found  to be
unreliable.

         Under substitutions, the list would of necessity  have to cover
many more thai'; the five points mentioned in the proposed regulation.
To name  a few.... perhaps the sub cannot or refuses to meet the EEO
standards;   unknown  to the prime, the sub  is in  arrears  in payment
to the union  pension funds, causing work stoppage;   a jurisdictional
dispute  ensues over the suV's work force.   Many  more can be added
to complicate the prime's position with the sub and make  it necessary
for him  to seek out an alternate.

(F)  Prior to approval by Owner on substitution requirerne ts.

COMMENT:  Ten working days to handle substitution and challenges
seems highly optimistic !      Further, will the  subcontractor, who
is not bound by a contract vLi:h the owner, accept the owner's
determination as to the existence or non-existence of the grounds
for substitution as final ?

(G)  Owner's right to terminate the contract or assess a penalty
when prime makes a substitution without obtaining prior approval.

COKIIENT:   Again, this right of owner to terminate the contract or
assess a penalty will lead to u:ore protests....more delays.... possible
litigation.

The EP'A  is justifiably seeking to protect the ownerb interest in order
to keep  its own cost down.    However, is it detrimental to the owner,
once he  has a firm low price reached through competitive bidding,
that the contractor does all in his power to show a profit on the job ?
                              C-121

-------
Harold P. Cahill
January 13, 1978
Page Four
(H)  Reduction of contractor's price if cost of equipment proposed
to be substituted is lower....contractor's price shall be reduced
by an amount equal to the net savings.

COMMENT:   Are we to understand that net savings infers compensation
to the contractor for loss of anticipated profit on this item  ?
        Regarding subcontractor protests, WWEMA .states that protest.::
will be an extremely minor problem under the proposed regulation.
I disagree	I be'.ieve it will spawn protests, causing added dc-
The brief states on Page 18 that GSA has operated for several yet:
under regulations which require subcontractor listing, and has rect-ucly
reviewed its regulations anl reconfirmed their necessity.

I quote from a recent article in the Engineering News Record (June 23,
1977) :
        " GSA QUESTIONS VALUE OF BID SHOPPING RULE

A controversial General Services Administration (GSA) rule that "cquirc-d
bidders on its construction projects to submit a list of their
contractors is under attack again, this time by GSA itself.

Contending that the rule delays contract awards and causes financial
losses, GSA proposed in the J;-ne 1 FEDERAL REGISTER that it be eliminated.

The rule, auopted in 1963, was intended to prevent bid s.   ping by the
low bidder for lower subcontract prices.  It requires bj    s to list
their subcontractors on designated major categories of v.   - and any
other category comprising 3.57» of the
-------
Harold P. Cahill
January  13, 1978
Page F.i ^e

         In conclusion I would suggest  thought be given  to  the
following:

         To alleviate bid protects and  speed up  Lhe EPA  program,
encourage lump a urn bidding, xvith award on  the lump sum  price
without  Lhe listing o If equipment or suppliers,

         If the owner wants competition,  the engineer  has an
obligation to develop a standard of quality ana hold  Lo it.  Terms
and conditions should be complete and  clear in  the contraccual
provision" of the docuinencs GO that competitive bidding provides
for competition .

         Better bidding procedures wculd  reduce  overall  costs.
Preqaallficai'ion prior to bid tins would be desirable inasmuch as
furnishing a list of manufacturers wlvse equipment would be approved
by the engineer would tend to eliminate  the possibility of
manufactaL'e-"s quoting equipment which  did  noc meet specifications,
Prequali 2 Lear ion would stimulate competition whereas  ] it; ting would
stifle it.

         Some contractors with whom I have  spoken stated that listing
of equipment manufacturers might possibly  be acceptable to contractors
when the equipment manufacturer is willing to state in  his proposal
that all equipment will be ir strict accoi dance with  plan;- and
specifications and no F NE FRl'NT.    If  they are to be  listed, they
should £3cu.ne the tespo sibility.   However, since it is extremely
difficult co fill out a jid form and list  everything  conceivable,
something such as the A hour bid plan which has been uueu in the
Carolinas would be necessary.

         In conclusion,  contractors are qualified to judge which of
their potential subs or sun pliers are qualified add competent, and
should have the right as prime contractors to exercise  this judgment...
the right to change either sub or supplier because of reasons lie sees
fit.
                               You]?/s/
JSA/js
CC:  MAG MEMBERS
                                 5an ff. Arnold
                               C-123

-------
Water & Wastewater Equipment
Manufacturers Association, Inc.
7900 Westpark Drive
Suite 304
McLean, Virginia 22101
703/893-1520
                                   EXECUTIVE COMMITTEE
                                   President
                                   Frank P Sebastian, Jr
                                   Env.roiech Corporation
                                   firs! V ce Sres:
-------
                           -2-
need to rectify contractors problems on equipment scoping terms
and conditions and warranties.  This paper also recommends the
listing of manufacturers of equipment in order to prevent bid
shopping and peddling.

Lastly, I would like to invite MAG's support for the WWEMA
brief that was recently submitted to EPA.  However,  we do this
in full recognition of the need to correct the problems
suffered by other members of our industry referred to above,
i.e.,  an effective program of pre-qualification, proper
equipment scoping, and full understanding of supplier terms and
conditions, all in a time frame that removes the hectic last-
minute activities currently focused upon the contractor.   It is
believed that the regulations proposed in the brief will be
effective, fair, and easy to administer.  They will effectively
control the practices of bid shopping and peddling in a manner
that would be in the public interest and restore fairness to
the wastewater treatment works construction industry.

In conclusion, we would like to point out that GSA has recently
re-affirmed the principle of the listing requirement.  We
sincerely hope that WWEMA1s concerns and recommendations will
be given appropriate attention in EPA's report to the Congress.
                              Sincerely yours,
                              Frank P.  Sebastian
                              President
Attachments
cc:     Eugene J.  Peltier
       Members of MAG  (w/o attachments)

       John M. Scheer
                         C-125

-------
                               BIDDING PROCEDURE
                     Submitted by MAG Subcommittee on Bidding
                                 (Final Version)
1.    PROBLEMS RESULTING FROM PRESENT PROCEDURE

     Many problems result from the present procedure which includes  overly
     zealous adherence to the principle  of non-restrictive specifications as
     set forth in the language of Section 204 (a)(6) of  Public Law 92-500.

     a.   Protests and resultant delays  from required investigative,
          justification efforts, and even litigation.

     b.   The general contractor's ability to bubrnit a  fully qualified bid
          without jeopardizing his own position is greatly reduced because
          of the last minute price submittals and  adjustments fay subcon-
          tractors and suppliers who are trying to protect their own posi-
          tions.  Late prices and adjustments are  frequently made on equip-
          ment which is determined subsequently not to  meet the specifica-
          tions .
     c.   There is a failure to recognize basic differences between  con-
          tractors and equipment manufacturers. Competent companies in
          tha latter category usually have  sustained  substantial costs and
          efforts over a period of years in  research  and development,
          organizational support to  owners  and  engineers in advance  of the
          project, in effective bid  preparation, in installation and
          operational check advisory services,  and finally in creating
          adequate field staff for servicing and repairing their products.
          Contractors are particularly vulnerable  to  3ast minute price
          changes where there may be a failure  to  communicate such changes
          to all bidders.
     d.   The consulting engineer's  contribution to the project is reduced
          because he is not permitted to exercise  his professional judgment
          fully, including consideration of latent differences in equipment,
          and differences in operation and  maintenance  costs-
     e.   Extensive postbid shopping and peddling  now occurs after the sub-
          mi ttal of the general contractor's bid.   This is not in the
          owners' interest, the public in most instances, because reduction
          in prices accrues to the  advantage of the general contractor
          rather than of the owner.   The owner loses  the advantage of truly
          competitive bidding.

     f.   There have been suggestions that all equipment of all manufactu-
          rers desiring to submit bids be checked by the owner's engineer
          prior to the bid date.  This suggestion  is  without merit as the
          cost to the owner and taxpayer cannot be justified.  Much  unsatis-
          factory equipment would necessarily have to be  checked for com-
          pliance with the probable  result that it would  never be selected
          as  the lowest and best bid item by the contractor.  Because of
          design changes occurring almost constantly, no  blanket approval
                                  C-126

-------
                                                      (Revised 10/8/197
    EXCERPT OF TESTIMONY PRESENTED TO THE HOUSE COMMITTEE ON
                PUBLIC WORKS AND TRANSPORTATION
                             BY
    WATER & WASTEWATER EQUIPMENT MANUFACTURERS ASSOCIATION,  INC.
2)  Non-Restrictive Specifications, Section 204(a)(6) of PL 92-500 -
EPA interpretation of the current law, under Program Requirement
Memorandum 75-5, is resulting in what WWEMA Members believe to be
an unfavorable trend toward low bid equipment selection, and post-
bid shopping by construction companies.

The unfavorable consequences of Section 204(a)(6) of the Clean Water
Act include:
A)  Reduction in the allowance for technical judgement permitted the
municipal owner and consultant in selecting equipment that best meets
their needs.
B)  Low quality equipment resulting in substandard operating perfor-
mance.
C)  Discouragement of innovative technology.
D)  A tendency to minimize consideration of operating costs, service
life, reliability, and serviceability of equipment, unrelated to
initial capital bid prices.

I7WEMA recommends the elimination of Section 204 (a) (6)? cr prequali-
fication of eligible suppliers; or the Senate report on mandatory
EPA re-evaluation.  As an alternative to eliminating Section 204(a)(6)
we suggest a new subparagraph (7) be added to read as follows:
     "(7) That solicitation for bids in connection with such
     works shall require the bidder to name the principle
     subcontractors (or its own firm when it will perform the
     work) and principle equipment suppliers.  Grantees shall
     determine the catagories of work and equipment for which
     subcontractors' and suppliers' names are to be supplied."
                              C-127

-------
                                    - 2 -
                                                               April  1, 1977
          ought  to be given even to manufacturers who have an established
          reputation for excellent performance.  Present procedure of check-
          ing  the design and details of the apparent low bidder is the most
          cost-effective means of handling this item of work.  The delay
          that would be occasioned by such preliminary review of all equip-
          ment is .also not acceptable.

          Bid  bonds, considered in some quarters to be a remedy for non-
          responsive bidding, are unacceptable as protection for the owner's
          interest.  Attempts to collect on bid bonds nearly always result
          in litigation, with delays and additional expense due to legal
          costs  and inflation.
2.   GENERAL SOLUTIONS

     a.    A greater  demonstration of integrity and responsibility by  all
          parties  is essential.

     b.    Allow the  engineer more latitude in meeting the obvious intent
          of Section 204(a)(6) concerning non-restrictive specifications
          and to utilize his expertise and judgment in determining  the  total
          cost of  equipment bids and his knowledge of a manufacturer's
          experience and past performance in his overall evaluation,

     c.    Eliminate  postbid shopping and peddling.

     d.    Encourage  ethical bidding procedures and discourage revelation  of
          sub-bids by the  contractor as a means of improving his position-

     e.    Allow owner and  engineer some leeway in determining the lowest
          and best bid  even to the point of allowing payment of a premium,
          say 1-5%,  when there are latent differences in equipment  design,
          serviceability,  delivery, or other substantial reasons.
3.   SPECIFIC RECOMMENDATIONS

     a.   Allow the grantee, at his  discretion, to require general contrac-
          tor to include in his bid  the  identification of all major subcon-
          tracts and major equipment suppliers.  Restrict all deviations or
          changes except where they  are  shown to be, without question, in
          the owner's or public's  interest.
     b.   In order to provide  entry  into the market by new equipment manu-
          facturers, permit the contractor  to name any major manufacturer's
          equipment as a deductible  alternative if he first designates an
          approved or named item of  equipment as his base bid.   Determina-
          tion of the low bid  shall  be based on the base bid.
                                C-128

-------
                                MEMORANDUM
                      Anti-Bid Peddling  and Shopping

                          Guidelines/Regulations
     Following are some suggestions regarding bid peddling and shopping
     appropriate for discussion with EPA, AGC, ACEC and WWEMA Joint
     Committee.
                    AMENDMENT OF EPA GUIDELINES/REGULATIONS

The EPA Regulations, at 40 CRF 35,936-3, now read as follows:


                                Competition

         It is the policy of the Environmental Protection Agency to
         encourage free and open competition appropriate to  the type
         of project work to be per formed.

In view of the bid peddling and shopping problem, the  above  regulation might be
amended by adding the following:

         Because the practices of  bid  peddling and  shopping  in connec-
         tion with the construction grants  deprive  the public  of the
         full benefits of fair and orderly  competition among prime
         contractors, subcontractors and suppliers, grantees should
         prohibit such practices v/here appropriate.

The above addition is merely a general, statement in accordance with a California
statute and with similar provisions in the  American Institute  of Architects
"Handbook of Architectural Practice,"  and in the "Code of Ethics" of the
Associated General Contractors of  America.   (The I-7ater and Uastewater Equipment
Manufacturers Association has no document of Terms  and Conditions,)  Bid peddling
and shopping have long been recognized as unethical by those construction trade
organizations.

The term "orderly" in the suggested provision especially relates to the interests
of prinn contractors.  One difficulty  arising out of bid peddling and shopping
is that v/hen subcontractors anticipate that bid  peddling and shopping will occur
on a project, sub-bids are held until  the last possible  moment and thus make it
                                   C-129

-------
Anti-Bid Meddling and Shopping
Guide!ines/Rcgula t ion s	
Page Two
impossible for general contractors .to obtain bids far enough in advance  to
have sufficient time to properly prepare their own bids.  If prohibitions
against bid peddling and shopping are combined with pre-qualification procedures,
prime contractors should be in a position to prepare their bids in an orderly
fashion.

Prevention of bid peddling and shopping is also clearly advantageous to  the EPA
whose interest is to complete as many sewage treatment projects as; possible
with limited funds.   Should bid peddling and shopping become carmen on EPA-
funded proj ects (as  appears to be the trend), subcontractors will pad their
initial bids in order to make further reductions during post-award negotiations.
This artificial inflation of subcontractors' offers make the bidding process
less effective and can cause increased costs uo the EPA.  Further, any price
reductions obtained  through the use of post-award bid peddling and shopping are
of no benefit to the EPA, to whom these price reductions would normally  accrue
as a result of open  competition before the award of the prime contract.  As
stated by the Court  in Ring Construction:

         "The party  who invariably loses in a post-award bid shopping
          situation  is the awarding authority.  When bid shopping is
          used by the general (contractor) after the award of the
          prime contract, the awarding authority is faced with the
          possibility of poor v.orkrnanship, because subcontractors
          who are forced to reduce their price may rely on inferior
          quality methods and materials in order to reap some profit."

Bid peddling and shopping is also contrary to the goals of the EPA in a  less
obvious, but longer  term, respect.  This is so because oneway equipment  suppliers
may attempt to maintain profitability in markets where bid peddling and  shopping
is prevalent is to restrict their efforts in product improvement and development
and concentrate on reductions in product cost.  Such stifling of innovations is
detriirental to the long-term interests of the public.  Also the practice creates
an unfair and competitive situation for manufacturers providing technological
developmants and information during the design stage.

                         SPECIFICATION PROVISIONS
                  PROHIBITING BID PEDDLING AND SHOPPING

The above suggested  regulation and the existing Codes of Ethics are not  self-
executing.

          It would be most helpful to the industry  to have approval
          by the EPA, say, via a Program Requirements Memorandum,
          of a uniform provision which can be used by grantees, when
          writing specifications for projects to be funded by EPA
          grants, to prohibit bid shopping and peddling.  Absenc
          such a uniform provision, there may be disputes regarding
          a grantee's intent on a particular project.  The uncertainty
          of the present situation is aggravated by the fact that  laws
          in many states arc unclear and are in conflict with federal
          case law.

                                  C-T30

-------
Anti-Bid reddling and Shopping
Guideline s/Pegula t ions	
Page Ihree
          For example,  state laws are often unclear as  to the
          effect of a failure to name subcontractors and suppliers
          where a specification calls for a listing of  the names
          of those parties.   Further, there are  conflicts between
          state and federal law as to whether a  failure to list
          subcontractors and suppliers is a matter of responsi-
          bility or responsiveness.   Still further,  state and
          local law is sometimes insufficient to prevent bid
          shopping even where subcontractors and suppliers have
          been named by a prirr.e contractor in his  bid proposal.
          A uniform EPA policy in this area could  do much to pre-
          clude disputes, protests and litigation.
                                 C-131

-------
LISTING OF MANUFACTURERS OF EQUIPMENT


Ea^.h bidder shall enter in the spaces provided below the  names of the
manufacturers of equipment which he proposes  to  furnish,  This require-
ment is to prevent bid shopping and peddling;  failure to  list a manu-
facturer, or the listing of irore than one manufacturer, for any one of
the itars of equipment listed below shall render a bid nonresponsive.
Upon award of a contract, the owner shall direct that the named equip-
ment shall be furnished.  Substitutions will  be  permitted only if the
named equipment does not meet the specifications or the manufacturer is
unable to meet delivery requiranants of the construction  schedule.

Preliminary acceptance of equipment listed  by-manufacturer's nane shall
not in any way constitute a waiver of the specifications  covering such
equipment; final acceptance will be based on  full conformity with the
specifications covering the equipment.

Failure to furnish all information requested  below shall  be cause for
rejection of the bid.
List of Principal Equipment                  Manufacturer
                              C-132

-------
                           COUNTY  SANITATION  DISTRICTS

                                          OF  LOS  ANGELES  COUNTY

1955 Workman Mill Road / Whittier, California
Mailmg Address /P O Box 4998, Whittier, California 90607                            JON D. PARKHURS
Telephone (213) 699-741 1 / From Los Ange'es (213) 685-5217                 Chie1 Engineer and General Manage


                                                     January 15, 1978
   Mr. Harold  P.  Cahill,  Jr.
   Director, Municipal  Construction
    Division
   United States  Environmental
    Protection Agency
   401 M. Street,  S.W.
   Washington, D.C.    20460

   Dear Hal:

         I asked  Mr. Vince  DePalma, our Assistant Office Engineer, to
   review WWEMA's  proposed  regulations on Bid Shopping and Peddling.
   His summary comment  is that efforts in this regard would best be
   left to local  agencies to  include where appropriate, but it is not
   advisable to invoke  a  generalized EPA regulation.

         Mr. DePalma's-detailed comments are attached.  I hope they
   prove of value  in your deliberations.
                                                Very truly yours,
                                                Charles W. Carry
   CWC:ld
   cc:  Eugene J. Peltier
                                                      J Ml 2 3.1978
                               C-133

-------
         PROPOSED REGULATION ON BID SHOPPING AND PEDDLING

      This is to comment on the subject proposed regulation  as  recom-
mended by WWEMA.

      It may be appropriate to review the Districts' policy  and exper-
ience in this area.  Over the past 2^ year,-; the Districts have  awaidcd
23 construction projects under the Clean Water Grant Program totalling
$ftO million.  On construction contracts where large items of equip-
ment are; critical to the design and performance of the project,  th<=
District often purchases such equipment directly from the ma ufacturer.
This procedure obviourly eliminates all bid peddling or  shopp-irg.  Sup-
pliers of certain other items of equipment on construction projects are
required to be listed on the bid proposal form by the contractor..   The
equipment to be listed is selected by the Districts' Engineering staff-
based on its cost and on the basis of its relative importance to the
project.  Mo fixed percentage of project cost is used as a guideline
for inclusion of equipment in this list.  The list is generally brief,
ranging from 2 or J items on a small project, to about a do'/.en  items
on a large project.  An attempt is made to keep the list  brief in the
interest of avoiding mistakes as a result of last-minute changes in
suppliers at bid time.  To the best of our knowledge, this list bar en-
abled the contractors to obtain the lowest prices prior  -_o submitting
his bid and has prevented bid peddling and bid shopping.

      The Districts arc required by Stdite Lav; to have the contractor
list on his bid proposal form, all subcontracted rj who will perform
work which has a value in excess of % of 1 pan.  t of the project cost.
A subcontractor is defined as a contractor who    tracts directly with
the prime contractor and who supplies materia1     labor at  the project
site.  In California the statutory requirement      substitution of
subcontractors closely parallel the reovi'"emer     :t forth in the pro--
posed regulation.

      We do not feel the need for ar y additloiu-'l regulations in the
area of listing of subcontractors or equipment suppliers and, in fact,
believe that such a regulation coul;. be, at times, counter-productive.
Some of the reasons for this are as follows:

      1.  Such a regulation would cause the bid form to  be v^ry
          lengthy.  In the pre-bid rush to complete the  form
          properly, while receiving last-minute sub-bids, the
          contractor would be exposed to a very high risk of a
          costly error.

      2.  A mistake or omission on the form would result in  the
          bid being declared non-responsive.  Should a low bid
          be declared non-responsive, the agency can either
          award to the 2nd low bidder, assuming his bid  is in
          order, or reject all bids and readvertise.  The former
          alternative certainly results in higher costs, the
                             C-134

-------
          latter often has the same result, not to mention in-
          creased administrative costs.

      3.  The proposed regulation closely parallels California
          Statute regarding listing of subcontractors  (not in-
          cluding material and equipment suppliers); however,
          there are significant differences in the area of sub-
          stitution of subcontractors.  This would make such a
          substitution by a California agency confusing, at
          best.

      4.  The proposed penalty for substitution without approval,
          even if legal, would force the prime contractor on most.
          construction contract^ deeply into the red a/id cause him
          to either finish the contract while trying to minimize
          his losses or to defauli .   Neither alternative is es-
          pecially appealing for most agencies.

      5.  The regulation could be circumvented in the area of ma-
          terial and equipment suppliers by the coritractO'  inten-
          tionally listing material  or equipment which does not
          meet specifications.  When his bid is accepted and he
          is informed that he must supply specified material or
          equipment., he is free J.-o shop.

In summary, it is ou/ recommend,    n that control of bid shopping and
peddling be .left to the local a    ies.
                             C-135

-------
BARGE, WAGGONER,  SUMNER AND CANNON          ENGINEERS AND PLANNERS

    THlRTrCMH FLOOR • PARKWAY TOWCTS
                                                                            DAN BARGC, JR
    4O4 _AMFS HOBERTSON PARKWAY                                                W.LIIAM L WAC,' ON>:p
                                                                            OIL LY T  ^USM) uf^
    NAShVILLF, TfMNFSOEl; 37319  • (€ I H) 2M-I5OI                                      WILLIAM H CANNON
                                                                            KL" 11 NLTM N I-'AT c
       i       1 f  1 ^-.O                                                      TMOM Vj D I UL
      January 15, 1978                                                      MMCS ly MU1 Mt.,,
                                                                            D I X O N L N O R i M ' U ; ~\ /• | i">
                                                                            W M  HUNT L ft O v\ ' '.
                                                                            fiC. HARD G ,SA , I C N
                                                                            J£ Mf 7) T RL YNOL :"j
                                                                            JAMLL. A WILG j:>
                                                                            THOf-lA^ WGOn/.M-) A.&
                                                                            JOHN H W R ! O i - f
      Mr.  Harold P.  Cahi 11 , Jr.
      Director,  Municipal  Construction Division
      Environmental  Protection Agency
      -rOI  M Street,  S.W.
      Washington, D.C.  20kGO

                                       Re:  WWEMA  Position  en  Bidding

      Dear Hal:

      Generally, I sympathize with the problem being  addressed.   As  with  most regula-
      tory activity, it is difficult not  to over-kill.   The correction of  a perceived
      ill  frequently creates a cross-fire hazardous  to many that  are innocent of any
      wrongdoing.  My specific comments arc confined  to  the points  that I  deem more
      critical  in Appendix I - Proposed Regulations.

           (a)         Is this factual?  Has i£PA  actually reached  such conclusions?

           (b)         There is ambiguity  in the  use  of  the  word "supplier."
                      Could it incltjd' niunuf acturers' representatives, jobbers,
                      distributors, or dealers,  for  ir.jtancc?

           (c)         Specifications cannot always be written  to  completely
                      segregate  and categorize each  and  every  type  of work that
                      might be subcontracted.  It  would  be  risky  to  start  breaking
                      down the contract documents  into portions  trial apply vis-a-vis
                      those that do not apply  to a given operation.   A threshold of
                      three percent is too  low.  The  bid form  would  be ridiculously
                      long.

           (d)(F)(1)  What is meant by "subcontractor's  bid'"  Who  says he has to
                      bid?  Suppose the prime has  terms  and conditions other  than
                      those prepared by the engineer?

           (d)(E)Ct)  An illegal sub should not  be proposed by a  prime.

           (d) (F)     This is unnecessary if a sub is guilty of  any  of the patently
                      irresponsible conditions under  (E).

           (d) (F) (2)  How does the Owner  get a relationship with  a  sub that warrants
                      direct communi cat i on?,_ .-.-_-  ;-•            Ji
                    ACEC - APVVA - APBA - AUtA - A'
                                       C-136

-------
Mr. Harold P. Cahi11, Jr.
January 16,  1978
Page 2
      (d)(G)     How does the subcontract "price" get into the picture?  This
                is between the prime and his sub.  Is a pre-sct penalty
                without reference to actual damage legal?

      (d)(H;     What doe^ this mean?  How  is "price" determined if not shown
                on the bid form?
 In sum.nary  I would say:

     1.  WWEMA's approach sounds good on the surface but would prove unworkable
         i n pract ice.

     2.  Most engineers would need counsel of general contractors to completely
         categori ze al1 worK

     3.  Pre~npproval  of equipment may be needed to protect prime.

     k.  I am in favor of something, but I d~n't know exactly what.


Sorry, Hal, about this lousy response, but it'r the best I  can do for now.
cc:   MAG Members
                               C-137

-------
                     CITY  OF  Los  ANGELES
                                CALI FORNIA
BOARD OF PUBLIC WORKS
    MEMBERS


  WARREN A HOLLIER
     PRESIDENT

    S M MARCUS
    VICE PRESIDENT

   JAMES W HALL

   DAVID LOZANO
   MAX W STRAUSS

    JOHN PROUD
     SECRETARY
                                                     DEPARTMENT Of
                                                    PUBLIC WORK

                                                     BUREAU OF
                                                    ENGINEER1M
                                                   DONALD C  TILL^
                                                     CITY ENGINEER

                                                   ROOM 8OO, CITY I
                                                   LOS ANGELES 9<
                   TOM BRADLEY

                      MAYOR
                                                       JAN 17
     Mr.  Harold P.  Cahill,  Jr.,  Director
     Municipal Construction Division
     United States  Environmental
       Protection Agency
     Washington, D. C.  20460

     Dear Hal:

               Your memo of January 4,  1978  requested  comments  from
     MAG members concerning bidding problems associated  with the
     construction grants program.

               There is one item that has  caused considerable un-
     necessary work and confusion.   This is  the requirement to  comply
     with the statutory time limits of  the Davis-Bacon Act.

               The  Davis-Bacon Act  requires  that the latest prevailing
     wage determination be  used for all bids.   We have no  objection
     to this requirement, however,  the  Act further stipulates that
     the latest wage determination  published 10 days prior to bid
     opening shall  be included in all bids.

               It is almost an impossibility to comply with the 10-
     day limitation for the following reasons:

               1.  The  wage rates are published on a
                   random basis.

               2.  The  receipt of the Federal Register
                   is not always prompt.

               I, therefore, would  recommend that legislation be
     enacted to amend the Davis-Bacon Act  to either:

               1.  Require  the publication on a regular
                   basis (i.e.,  quarterly  or the first
                   day  of alternate months)  either the
                   new rates or a notice that no changes
                   have been made since the  date of the
                   previous notice.
                                                        JAN 2 3.1979
                        ADDRESS ALL COMMUNICATIONS TO THE CITY ENGINEER
                     C-138
AN EQUAL EMPLOYMENT OPPORTUNITY
                                        AFFIRMATIVE ACTION EMPLOYER

-------
                                                    JAN 11 1978
Harold P. Cahill, Jr.           -2-
         2.  Change the 10-day requirement to 30
             days.  This would allow sufficient
             time to notify all of the prospective
             bidders.

         I would recommend alternative number one as it
would be easier to ascertain the latest prevailing wage
rates.

                                Sincerely,
                                DONALD C. TILLMAN
                                City Engineer
DCT/RSH:kem
cc:  Eugene Peltier
                        C-139

-------
                                        OF THE COUNTY OF MILWAUKEE
                                        P.O. BOX 2079 MILWAUKEE, WISCONSIN 53201
                                        PHONE 271-2403
Sewerage Commission of the City of Milwaukee • Metropolitan Sewerage Commission of the County of Milwaukee
       January 20, 1978
       Mr.  Harold P. Cahill Jr.
       Director of
       Municipal Construction Division
       U.S.  Environmental Protection  Agency
       401  M Street, S. W.
       Washington, D.C  20460

       Subject:  Building Procedures
                 Construction Contracting  in the Construction
                 Grants Program

       Dear Mr. Cahill:

       We have reviewed the proposal  sent  us by Water and Waste-
       water Manufacturers Equipment  Association Inc. regarding
       the  subject bidding problems.  The  proposed procedure has
       the  potential to decrease  the  frequency and magnitude of
       the  incidents.  Several of us  have  utilized a similar
       system wherein the prime bidders  were requested to render
       a breakdown of their quotations on  a  sheet which was a
       part of the bid documents.   Coincident with this, they also
       had  to list and indicate each  subcontractor and his involve-
       ment in the work to be performed.   This method did not
       negate all problems but certainly kept them to a control-
       lable  minimum.

       There are several other methods which have been used more
       frequently in the private  sector  in securing bids and
       managing construction which  eliminates the bid shopping
       and  allows the owner the opportunity  of obtaining the best
       price and job.  Some of these  have  not been totally ac-
       ceptable on projects which are EPA  grant funded.

       A method wherein a prime contractor is not secured and
       bid  packages are bid independent  of one another, resulting
       in a group of contractors  working directly for the owner
       is one way to achieve control. Also  in conjunction with
       this, the owner acquires the major  components.  This places
      1974 Amer. Soc. of Civil Engrs. Landmark Award • 1974 Amer. Soc. of Civ\l Engrs. Wisconsin Engr. Achievement


                                C-140

-------
                              -2-
more responsibility on a management team but tends to maximize
 control and has the potential to reduce overall project costs
and the total time frame from concept to completion.  This
method has developed over the last decade, gaining accept-
ance primarily in the private sector and on a few EPA grant
funded projects.  The management system has been identified
by several terms, one of which is generally referred to as
Construction Management.  Due to the numbers of people on
the owners staff and other routine commitments, the Cons-
truction Management team is usually composed of personnel
contracted by the owner to function on his behalf.  This is
one of the basic approaches to be considered for each pro-
ject in the Milwaukee Pollution Abatement Program during
the project delivery analyses.

This method varies from the traditional approaches.  Current
regulations need to be reconsidered with possible revisions
to allow for a fuller use of the Construction Management
system, where applicable on a project.  Since the end result
is to achieve clean water as quickly and economically as we
can, changes in the bidding systems and procurement proce-
dures should be considered and executed.

Please contact me if we can be of further assistance in this
matter.
Sincerely yours,
Dr. William J. Katz
Director of Technical Services
                         C-141

-------
                United States Department of the Interior
IN REPLY R£FER TO
  BUREAU OF MINES
  2401 E STREET, NW.
WASHINGTON, D.C. 20241
                                                    February 27,  1978
     Mr. James R. Murphy (WH-547)
     U. S. Environmental Protection Agency
     401 M Street, S.W.
     Washington, D.C.  20460

     Dear Mr. Murphy:

     Some time ago Jim Ewing requested my comments on the practice  of  bid

     shopping, etc.  I have completed the enclosed questionnaire which Jim

     sent to me.  I hope it will help in your survey.

                                          Sincerely yours,

                                                        /
                                           I. A. Herickes, Deputy Chief
                                           Division of Procurement
      Enclosure
                                     C-142

-------
in
ui
o
*
X
-*

 o

 i
 u.
 o-

 S
 V)
       •fl
    >
          U
    n
         fl*

         B
      &

                       0

                    u
                    U-g
               fi
               * £

                                  lilt


                                  II

                                    $
1



o
»5
Ul

                                                       •5
           1
           H

           0
                            C-143

-------
      NATIONAL   CLAY   PIPE    INSTITUTE
 Washmo.on Office                                                  Tel (2O2> 296-527O



                                                    March 1, 1978
 Mr.  Douglas M. Cos tie,  Administrator
 Environmental Protection Agency
 401 M. Street,  S.W.
 Washington, D. C.   20460

 Dear Mr.  Costle:

 The National Clay Pipe Institute is composed of nearly all of the U.S..
 manufacturers of Vitrified Clay Pipe (VCP).  Our product is widely spec-
 ified and has been installed on many EPA funded projects since the begin-
 ning  of the federal water pollution control program.  Our members are-
 well  experienced in processing bids under the limitations of the non- restric-
 tive specifications paragraph,  Section 204 (a) (6) of PL 92-500 (FWPCA, 1972).

 We believe that  the cited paragraph has caused unnecessary complexities and
 needless delays in processing contracts under the construction grants program.
 It is for this reason that we offer our comments and recommendation to assist
 the Administrator in compiling his report to the Congress pursuant to the
 "Water Treatment Contracting and Bid Shopping" provision in the Conference
 Report accompanying H.R.  3199,  95th Congress (H. Rept. No. 95-830).

 The comments and recommendation are designed to apply to materials
 procurement only.  They do not include any reference to the bid shopping
 phase of this problem in as  much as this practice is rarely encountered in our
 experience in pipe material procurement.

 We would appreciate receiving, prior to the submission of your report to the
 Congress,  a response to these comments  and recommendation when you have
 formulated a position thereon.
                                                    Sincerely,
                                                   President

Enclosure
                                 C-144
        113O SEVENTEENTH STREET. NW   •   WASHINGTON. DC  2 O 0 3 8

-------
                THE NON-RESTRICTIVE SPECIFICATIONS PARAGRAPH;
                          COMMENTS AND RECOMMENDATION


 Although the legislative history concerning the non-restrictive specifications paragraph

 furnishes no guide to the purpose of the Congress in adopting it,  its function is clear.  It

 is to insure the type of free and open competition which is required on all federal and federally

 assisted construction projects.  Nevertheless, other construction grant programs admin-

 istered by the Economic Development Administration (EDA) and the Farmers Home Ad-

 ministration (FmHA) are not burdened, as is the EPA program, with the detail of admin-

 istration of this or similar sections.


 Consequently, these other agencies are free to pursue the objectives of their programs

under the clear guidance of Attachment O,  OMB Circular No. -A-102 , Procurement

Standards? A pertinent section of that directive is quoted.

          "Grantees.may use^their own procurement regulations which reflect
          applicable State-and  local laws,  rules and regulations "provided that
         procurements made with Federal grant funds adhere to the standards
         set forth as follows.v». (c) (2) Invitations for bids or requests for
         proposals shall be based upon a clear and accurate description of the
         technical requirements for the material, product, or service to be
         procured.  Such  description shall not, in competitive procurements,
         contain features  which unduly restrict competition. 'Brand name or
         equal' description may be used as a means to define the performance
         or other salient requirements of  a procurement,  and when so used the
         specific features of the named brand which must be met by offerers
         should be clearly specified. "
                                        -1-
                                      C-145

-------
  On the other hand, the cumulative effect of the direct obligation laid on the

  Administrator,  EPA by Section 204 (a) (6) (the Section), coupled with the

  protest procedures established by EPA to insure fairness in its implemt-

  atlon, has been negative.'  The results have been: encouragement of protests

  additional delays and the repeated insertion of the Administrator into the

 procurement process at the municipal level.  To what end?  Are the waters

 cleaner for this ?  Is competition on EPA projects so much keener than on

 FmHa projects ?


 It is our contention that there is simply no need for this provision in the

 statute authorizing the EPA construction grant program.  However,  we

 recognize that there may be practical'difficulties in the way of its deletion.

 We recommend,  therefore, that the Section be modified to apply the  general

 rule of procurement under federal grants.  This is to authorize the appli-

 cation of State or local law}: so long as such law effectively provides the

 same fundamental protections as the federal law.  The States and municipal

 corporations have, over many years, developed a strong body of statutory

and case law to provide these safeguards.   Thus,

        "The purpose of the provisions so generally found in constitutions,
        statutes, city charters and ordinances reguiring that contracts
        with public authorities (exceeding  a certain stipulated amount) be
        let only after competitive bidding are to secure economy in the
        construction of public works and the expense of public funds for
        materials and supplies needed by public bodies... and to promote
        actual, honest and effective competition...".
        64 Am. Jur.  2d Public Works and  Contracts,  §37, p. 889.
                                  -2-

                               C-146

-------
   The OMB Circular acknowledges the widespread existence of these local




   controls by authorizing their application to federal grants, while insisting on




   certain standards,  including,  as noted above, the self-same limitations on




   "brand name (s) or equal', " as are imbedded in the Section.  We are unaware




  of any substantial difficulties suffered by-EDA-or~FmHA-in operating4heir con^-




 - struct!on programs under the OMB Circular. We believe that EPA can achieve




  the same degree of release from administrative detail as is enjoyed by these




  other agencies by modifying the  Section to permit the application of the OMB




 principles.







 A large body of what may be termed "protest law" has arisen and will increase -




 inexorably in EPA so long as the Section is left undisturbed and so long as there




 are disappointed contractors and potential suppliers prepared to trod the quick "




 and easy path to"the EPA protest-arena, WefTib ont believe that it is in EPA's




 best-interest to  allow this fiituatton.to continue, -







 The procedure we are recommending would be wholly consistent with the




 delegation section of 40 CFR 35.936-21 (1977) now contained in the EPA




 Regulations.  The States have shown little  disposition to utilize this section.




We believe that its transfer into the statute will increase its visibility and raise




the level of State participation in  this method of procurement.







Moreover, the adoption  of this approach is harmonious with EPA's continuing




effort to delegate to the  States its control over administrative details, where-
                                     -3-
                                  C-147

-------
 ever practicable. Futhennore, the unending EPA search for means to implement




 Section 101 (f) of FWPCA, 1972 would be promptly rewarded, while simultaneously




 encouraging others to join in the universally-expressed desire to minimize paperwork.







                         RECOMMENDATION
 That Section 204 (a) (6) of FWPCA:; 1972 be amended by adding a proviso para-




 graph, the purpose of which would be to grant to the Administrator the authority




 to approve,"on request, the application of State or local procurement law.to EPA




 grants," if the Administrator-is satisfied that such procurement meets the Btandards_-




 of the Section and OMB Circular. AJ02i--^







Draft legislative_language to implement the ^ibove recommendation is attached aa.




Exhibit A.  -
                                  -4-
                                 C-148

-------
                    SUGGESTED LEGISLATIVE CHANGE TO




                     SECTION 204 (a) (6). FWPCA. 1972




 ADD THE FOLLOWING:




 "provided, however, that a State agency which has been or may be delegated




 authority by the Administrator to review plans and specifications under Section




 203 (a) and which considers that the State laws which govern municipal procure-




 ment operate substantially to provide the same protections as provided by the




 limitations of this paragraph may request the Administrator to approve,  and




the Administrator,  if he agrees, shall approve the State system of procurement




as used by municipalities in such State. "
                          EXHIBIT A
                                 C-149

-------
                             ASSOCIATION  OF METROPOLITAN  SEWERAGE  AGENCIES
                             SUITE  200, 1015 18th  ST., N.W., WASHINGTON, D. C. 20036        (202) 659-9161
            MEMBER AGENCIES
                (March, 1974)

 SmttT Anchorite Area Boroufk, AX
            City of Phoenii, AZ
            City if Tycsn, AZ
         City of Itt Anfelet, CA
     Coillty Sanitation Districts of
         Los Anielei County, CA
  East Biy Municipal Utility District
                 Oakland, CA
       County Sanitation District!
          of Onnte County, CA
         City of Sacramento, CA
        County of Sacramento, CA
          City of San  Dieft, CA
 City and County if San Francisco, CA
           City of San Jose, CA
      Metropolitan Denver Sewate
      Disposal District  No. 1, CO
        The Metropolitan District
          (Hartford County), CT
         Miami-Dade  Water and
            Sewer Authority, Fl
            City of Atlanta, SA
   City and County of Honolulu, HI
     Metropolitan Sanitary District
         of Greater Chicafo, IL
         City of Indianapolis, IN
            City of Wichita, XS
    Louisville and Jefferson County
    Metropolitan Sewer District, KY
          City of Baltimore, MD
      Washin|ton (D.C ) Suhurhai
        Sanitary Commission, MD
           Metropolitan District
        Commission (Boston), MA
     Detroit Metro Water  Dept., Ml
          County of Wayne, Ml
        Metropolitan Sewer Board
       (Minneapolis-St.  Paul), MN
        City of Kansas City, MO
          Metropolitan St. Louis
            Sewer District, MO
            City of Omaha, NE
          Berfen County Sewer
                Authority, NJ
             Middlesei County
         Sewerace Authgrity, Nl
        Passaic Valley Seweritn
            Commissioners, NJ
          City of New York, NY
         City of treenskoro, NC
      Metropolitan Sewer District
        of Greater Cincinnati, OH
Cleveland Retional Sewer District, OH
          City of Columhus, DH
            City of Dayton, OH
           City of Portland, OR
       Alleejheiy County Sanitary
                Authority, PA
        City of Philadelphia, PA
         City of PriKideict, III
          City of Memphis, TN
      Metropolitan Government if
  Nashville and Davidson County, TN
            City if Dallas, TX
         City if Fort Worth, TX
           City of Houston, TX
              Hampton Deads
         Sanitation District, VA
              Municipality if
        Metropolitan Seattle, WA
         City of Charleston, WV
      Metropolitan Sewer District
   of the County of Milwaukee, Wl
March  3,  1978
Mr.  James  R.  Murphy
United  States  Environmental
      Protection Agency
401  M Street,  S.  W.
Washington,  D.C.  20460

Dear Mr. Murphy:

Enclosed  is  a  hasty preparation of your  questionnaire  attached
to your letter which  reached  us on  February  24.    Rather  than
take the  time  to  submit  it to  our appropriate committees, we
have made  some assessments and filled  it in  as  best  as possible.

Hope it is  of  assistance.
Sincerely,
Ron  M.  Linton
                                                         C-JSO

-------
in

o

Ul
T:
0

I
0.
JO

I
     it

     !
     A
   -sPf
   liiis
    t
   *
    *

                v.
               5 ?:
                I/I
                      *
                             Vt
                   If!
                   i!
                         Ul-

                         II
                          $
                                ~
                                        01

ni
•x
l-
0
                    C-151

-------
                                                      14 MAR 1978
        MOON LANDRIEU, President

        HARRY McCALL. JR., President Pro-Tern.
   Sewerage  &  Water Board  OF NEW ORLEANS
                                                  C/TY HALL • CIVIC CENTER
    STUAKJ H. BREHM. JR                              /Vfn/ ORLEANS, LA., 70165 • 586-4588
     Executive Director
                              March  9,  1978
Mr. James R.  Murphy
401 "M" Street
Southwest Washington,  DC  20460

Dear Mr. Murphy:

At the request of Mr.  Richard Sullivan,  of  the American Public
Works Association, I am attaching  a  copy of the  survey form
that was submitted to us concerning  specification and bidding
procedures.

Should you need further information  please  do not hestitate to
contact me.
                                    very  truly,
                                    '/~>
                              Stuart H.  Brehm, Jr,
                              I Executive Directc
SHBjr/dmp

Attachment

ccs:  Mr. Joseph Sullivan

      Mr. Richard Sullivan
                           C-152

-------
C-153

-------
                    DEPARTMENT OF THE ARMY
                     OFFICE OF THE CHIEF OF ENGINEERS
                         WASHINGTON, D.C. 20314
                              J978
       REPLY TO
       ATTENTION OF:
DAEN-CCZ-M
                21 March 1978
Mr.  James R.  Murphy
401 M Street, S.  W.
Washington,  D. C.  20460 (WH-547)
Dear Mr. Murphy:

inclosed, pursuant to the recent request of Mr. Cahill, are the replies
of the Corps of Engineers to your questionnaire.

I trust this information will be of  assistance to you in your study of
these problems.

                                 Sincerely yours,
1 Incl
as
J. LANKHORST
Acting Chief Counsel
                               C-154

-------
       1
       fl
ta  u
do this
ence da
no
pe
at
doe
nb e
w
o
2;
                         O
s
Engine
efore, there
hich io base
Co
ther
on w
              rt
           —o-
                                     O
                                      0)
                                      00
                                      rt
                                     O
                                     2
ngjr
Th
C,
                                                c
                                               - O
                                                c
                                               A:
                                                c
                                              _
                                                n!
                                              - - e
                                                >-,
oil wrj
experience da
estimate.
                       O
                      - l-r
                       3
                       O
                      -
-------
FRANCIS T. PURCELL.
                                                                     .a.i«
                                                                 fY/
                                                         MICHAEL R. RENDER, P.E.
                                                             COMMISSIONER
                                                           13 APK 1978
                         COUNTY  OF  NASSAU
                        DEPARTMENT OF PUBLIC WORKS
                            MINEOLA, NEW YORK 1 1501

                                    March 31, 1978
      U.S.  Environmental Protection Agency
      401 "M" Street, S.W.
      Washington, B.C.   20460
      ATT:   Mr. James R. Murphy
                               RE:   Study on Bid Shopping Practices
      Gentlemen:
      The American Public Works Association forwarded a copy of your
      letter to them on the EPA study on bid shopping practices.  Mr.
      Richard H. Sullivan, of APWA, requested my Department's views
      on the subject.

      We have reviewed the relevant information, and are returning
      herewith the filled-in "Specification £ Bidding Procedures"
      questionnaire.

                                    Very truly yours,
                                     ichael  .  Pender, P.E,
                               f    Commissioner
      MRP:FVR:rs
      Enc.
      cc-w/Enc.:
           R. Sullivan
           J. Gillen
           F. Merklin
           F. Flood
                                      C-156

-------
                                                                                                                      ^^ibflri r jr.. Hf ip t*
i
$
           ttl
                              I*
                              ID
                              re K
                              1
                                              "S
                                          n) T) Q)
                                          3 .H J5
                                          4-13    -
                                          •H n o
                                          en 5 -H

                                          £ C 0)
                                          o O >
                                             3*H m
                                             -M ^±
                                                         CJ

                                                        .5

                                                         O  10
                                                        -p  -I-1
                                                            in
                                                        V  0
                                                         c  o
                                                         a)
                                                        4-  4-'
                                                            o
                                                        -c  a;
                                                         r
                                                        rj

                                                         5
                                                         a*

                                                        IJ

                                                        p
         en

         o
      01  v
      cn


4-ff-

      P. HJ

      o
                                                                        01
                                                                       •o
                                                                       •o

                                                                       UH t-i
                                                                        cn •->
                                                                        cn
                                                                        0)
                                                                        u   •
                                                                        o t.
                                                                        p  o
                                                                        w  
-------
                                                                 amencan
                                                                  Concrete
                             December 14,  1977
        Upe
association
Mr. Douglas M. Costle, Administrator
U. S. Environmental Protection Agency
401  M  Street, S. W. ,  Room 1200
Washington, D. C.  20460
     Mr. Cos tie;
In the last section of the EPA Conference Report, House Report No. 95-830,
there is a provision instructing the Administrator of the Environmental Pro-
tection Agency,  within three months, to review the bid and award policy for
equipment as originally outlined in Section 204 (a)  (6) of Public Law 92-500.

This section of the  1972 law deals with EPA's policy on the bid and award
procedure for waste treatment equipment,  but, when this was implemented
into the regulations as paragraph 35.935-26  "Nonrestrictive  Specifications"
the section dealt with the bid and award policy for not only equipment but
for pipe and materials .  Of particular interest to the concrete pipe industry
is the last sentence of that  paragraph which  states:  "With regard to  materials,
if a single material is specified, the grantee must be prepared to  substantiate
the basis for the selection of the materials."

Our industry strongly supports this bid and award policy for pipe and materials,
and I wanted to  bring this to your attention to define the two issues,  so that
your response to the Congress will not affect our coverage in the  regulations
but deal only with the problem identified with regard to equipment.

Thank you very much  for your consideration of these comments, and my very
best personal wishes for the Holiday Season.
                              incerely,/'
                             Richard E.  Barnes
                             President
REB:rs
cc:  Government Relations Committee
           8320 old courthouse road • Vienna Virginia 22180 • (703) 821-1990
                            C-158

-------
                                                                 amencan
                                                               /^Noncn
                                                               Cpipe

                                                               association
                              January 27, 1978
Mr. Walter Brodtman
U.S. Environmental Protection Agency (WH-547)
401 M. Street, S.W., Rm.  1219A
Washington,  D.C.   20460

Dear Mr. Brodtman:

At the  MAG meeting on January 23, we learned that you have the lead
responsibility for the bid shopping provision in P.L. 95-217, and develop-
ing recommendations for Congress.  As imput on this issue, we are attaching
our letter to Doug Costle of December 14, 1977.  We would appreciate your
consideration of the points  made in the attached letter as an official position
of our  industry.  If Questions arise, please call me. We would also appre-
ciate reviewing your draft on this issue.

                              Very truly yours,
                              Cyrijf I.  Malloy
                              Vice President Government Relations
Enclosure
                              C-159
             8320 old courthouse road • Vienna Virginia 22180 • (703) 821-1990

-------
STATEr
       STATE BOARD OF HEALTH
         An Equal Opportunity Employer



        March 20,  1978
                                                            INDIANAPOLIS
   Address Reply to:
Indiana Slate Board of Health
 1330 West Michigan Street
  Indianapolis, IN 46206
     MAR ;5;4
        Mr. James R. Murphy
        401 "M"  Street,  S.W.
        Washington, D.  C.    20A60 (WH-547)

        Dear Mr. Murphy:

                     Re:   Bid Shopping Questionnaire

                  As requested by Mr.  R.  H.  Sullivan's memorandum dated
        March  6, 1978,  I am forwarding the questionnaire pertaining to
        Bid Shopping practices.
                                           Very truly yours,
                                              .ph C. Pickard
                                           Assistant Commissioner
                                             for Environmental Health
         EABohner/jm

         Enclosure

         cc:  Mr. R. H. Sullivan
                                     C-160

-------
0
in
&
o
&-
Ul
0
*5
I
B
-*-
c
i
U--
u
J
a

        <
        ^-
         i
        	»V	
               |
               -V— i
                    X

                    V


                            X
                            z_, ^
                            . X
                            ^s

                             S



                                          _ X
                                      .^_L v
                                       
-------
                             Report of the
                    ACEC-WWEMA-AGC Subcommittee on
                    Prequalification of Equipment
                            October 5, 1977


                    PREQUALIFICATTON OF EQUIPMENT FOR
                     WASTEWATKR TREATMENT FACILITIES

     The objectives of the Federal Water Pollution Control Act are In
jeopardy because of the price-dominated marketing climate that has been
prompted by EP7v regulations cohering purchase of equipment for wcists-
water treatment plants.  Because of poor equipment, some plants do not
function as designed.  Once the equipment has bern delivered, there is
little incentive for the manufacturer to assist in making it work.

     Since initial cost is the dominant factor in determining the equip-
ment that will be purchased for the next project, there is little reason
for "n equipment manufacturer to provide either design assistance or oper-
ation and maintenance support.  This assistance is essential both during
the des.'gn of the facilities and when the plant is placed in operation.

     From the Contractor's viewpoint, the inability to determine whether
an equipment manufacturer's offering will meet the specifications is a
serious shortcoming.  Contractors must evaluate a multitude of proposals
in a very short period.  In addition, many Contractors dr not have a staff
that is technically qualified to evaluate the equipment manufacturer's
offering to determine whether it is equivalent to the equipment required
by the specifications.

     From the Owner's view, it is important to obtain high-quality equip-
ment that wil1 perform the function required for many years in the future.
Minimum maintenance and long life are two characteristics that are parti-
cularly difficult to obtain and evaluate when first cost is the dominant
selection factor.  Life cycle costs and energy consumpticn must be evalu-
ated as well as first cost.

     From the Engineer's viewpoint, the review and evaluation of equipment-
must be performed at some stage in the project.  7f a pro qualification
approach is used, the Engineer's ev?1 vuition is performed early and the
Engi.neer can be sure that equipment purchased meets the criteria estab-
lished for the project.  However, when prequalification is employed, addi-
tional engineering effort will be required to evaluate multiple proposals
of Equipment Manufacturers, which must be reflected in the Consulting Engi-
neer's fee structure.

     From an Equipment Manufacturer's and the Contractor's viewpoint, the
ability to obtain an advance determination of whether equipment is accep-
table eliminates an elemen^ of uncertainty.  Prequalification provides an
opportunity for the equipment manufacturer to have his product thoroughly
evaluated without the pressure to award a contract.  An Equipment. Manufac-
turer who failed to  submit his equipment  for evaluation during prequalifi-
cation would be precluded from consideration at the time a contract was
awarded.

                                 (Over)
                                C-162

-------
                                - 2 -

     Proqualification should be completed early enough in the project so
that designs can be tailored to tho requirements of equipment that is con-
sidered acceptable by the Engineer.  It should be possible to prequalify
equipment manufacturers on the basis of description that describes in a
general fashion the types of equipment and processes that will be required.

     When final project specifications arc prepared, the Engineer must
list those i*-ems of equipment th.it have prequalified and will be considered
acceptablo.

     The call for submission of proqualiLJcation data should be advertised
in the same manner as is required for advertisement: of the pr< ject with a
cut-off fixed for submission of prequalif icati on data.

     If EPA needs documentation that the Engineer has considered the equip-
ment of all manufacturers who respond to the advertisement for prequoJifi-
catioa, a statement will be submitted with the drawing.:- and specifications
listing all manufacturers who respond and indicating those whose products
have been included.

     Prequalification of major items of equipment can provide significant
improvement in the quality of equipment and ability of treatment plants
to function as designed while retaining the competition that is mandated
by PL  92-500.

     The following steps are proposed for prequalification:

        Prequalification documents are prepared by Engineer early in Step  2,
        Prwqualification documents reviewed by Owner, State, and EPA.
        Adver c j semen I" of Prequalif ication.
        Review by Engineer of prcquaJ if icat-i on data and determination of
          acceptability of the equipment of all manufacturer-: who respond
          to  advertisement.
        Engineer required to include at least two acceptable sources for
          each major item of equipment, except where, a single source is
          selected under EPA's PRM 75-5.
        Project drawings and specifications prepared, talcing into account
          all acceptable sources.
        Final specifications list names of Equipment Manufacturers who
          have prequalified.
        Final drawings and specifications reviewed by Owner, ^tate, and EPA.
        Construction contract advertised.
        Bidding Contractor selects equipment  from one of prequalified
          sources.
        Contract awarded to lowest qualified  bidder.
                               C-153

-------
      ADVERT l^MIENT FOR EOUll'HKNT OUAI,i F.ICAT10N


COUNTY OF FUCHHUND
BOX '/)/.
ROOK ING; I AM, N. C. 20^79

Design,operational and inanufac Luring SPECIFICATIONS  for
major i.'i|U i pmen t  I'or tho cons true L ion of WASTEWATER
FACILITIES consisting o L'  Llic following:

A.  Regional Pumping o la Lion of  1.0 MGD Capacity.

13.  Wastewater Treatment  Plant (1.2 MGD) with  following unit:

    1.  Two Aeration Basins  of 600,000 gallons capacity
        each with floating aerators.

    ?..  Two Clarifiers complete  with necessary mechanisms.

    3.  Sludge Drying Beds.

    '4.  Reaeration Basin  with  floating aerator.

    5.  Final Settling Pond  of 1,200,000 gallons  capacity.

    6.  Chlorine Contact  Chamber with  gas  chlorination
        facilities and mixing.

Equipment  qualifications  will  be received  by County of
Richmond,  through their Consulting  Engi r-ocrs for  abc. ")
project,   Moore,  Gardner  & Associates, Inc.  of Ashe1   o,
N.  C., until  the close of business  on  October 31»  1-'. .',
then  analyzed,  reviev/ed and  evaluated  as  tc  cost  effective-
ness  for-  inclusion in construction  of  wastewater  facilities
project for County of Richmond.

The owner,  through  their  engineers,  will  prepare  a list'.ng
of  acceptable  equipment for  use  in  this  project,  said
listing  to become a  part  of  the  bid documents.

Preliminary design data arid  detailed information  on this
project may be  examined,  reviewed  and  discussed with the
Consulting Engineer,  Moore,  Gardner ft  As.sociates, Inc.,
110 West  Walker Avenue,  Asheboro,  N.  C.  27203 (Telephone:
919/625-6.111).
                                 C-164

-------
NON-DLSCHIMJ NATION ifJ EMPLOYMENT:

Potentia.l suppliers of equipment to hi: .incorporated on
this v/ork v/ill be required to comply with  t.he provisions
of the President ' s Executive? Order- No. ll'j'/l;, the  provisions
of Executive Order No. 312/iG. Title VI of  the Civil Rights
Act of 196A (Davis-Bacon Act),  the Anti-Kickback Act,  the
Contract V/ork Hours Standard Act, and-or  the provisions of
any previous Executive Orders dealing with non-discrimination
in federally assisted construction contracts (1111^ or
Potential suppliers must, certify  that  they  do  not  and  will
not, maintain or provide .for  their  employees any facilities
that are segregated on  a basis  of race,  color,  creed or
national origin.

The Board of Commissioners  reserve  the right  to require
only that equipment which v/ill,  in  their judgement,  best
secure the efficient  and most cost  effective operation of
proposed wastewatcr facilities.

                  MIC! 10 LAG  W. DOCKERY
                    CO'INTY  L.JGINEER
                  COUNTY OE RICHMOND
                    NORTH CAROLINA

ENGINEERS:
MOORE, GARDNER & ASSOCIATES,  INC.
CONSU LTIMG ENG INEERS
ASHEBORO, NORTH CAROLINA
                                C-165

-------
                      PREQUALIFICATIi'M OF  EQIMPMKNT
Prcqual If ication data for (equipment  to  bo  considered  for a codpiece-mix
activated .sludge wastcwatcr treatment plant  at  Fort  Mudge, Texas will be
received by AHC Consulting Engineers, 2000 Old  Town  Road, Big City,
Arkansas, until Feb 20, 1984.

The proposed treatment plant  includes a raw  vast rwater pumping station,
gril removal, primary sedjnu'iit.al.ioii, aeration  ba:;in,  final .sed iriontat i on,
aerobic .sludgo digestion, subsnrfar.e sludge  inject, ion, and clicmical feed-
ing facilities lor lime, alum,  ferrous  sulfate,  and  chlorine.

The major items of equipment  contemplated  for  this  project include:

                  Raw Wastewatcr  Pinups
                  Cal)le-()perated  Screens
                  Grit Removal  F<|uipnient
                  Circular  Sludge  Collecting UquJ i ment
                  Svirface Aeration r",(]ui)iment
                  Sludge  Injection I^uiiprient
                  Chemical  Feeding Equipment.

Equipment Manu fee turors  arc  warned that major items of  equipment  will be.
evaluated on  the  oasis of prequalification data.  The equipment  of  a
manufacturer  who  fails  to  submit ciata  during the prcqualificat ion period
niav be excluded  whea  the project is bid.

The Project  Engineer  for this project   is  I,  M. Fp.irguy,  tclephon^
 (501)999-1111.
                                     AbC Consulting  Engineers
                                       C-166

-------
             RECOMMENDATION REGARDING EPA PG-.19A
           )ol.icvod that: a proper prcqualificat.ion procedure,
            leqa.l advertisement for the subinittal of quaiifi-
           :h regard tc wastewater treatment equipment will
     It is believed
including a
cations, v;ith
fulfill the intent of the requircmcnts set forth by EPA in
PC-1.9A for "free and open competition".
     The U. S. Government does, in fact, legally advertise
(with cut--oCC dates for submit'als) for projects, goods and
services and apparently considers that procedure to provide
for "free and open compctition" in its normal course .of pro-
curement.  Prequalification  f equipment by way of legal
advertising with a cut-off date for submittals should be con-
sidered in no different light.

     On Page 2 of PG-19A, the  EPA establirhcs the authority
of the AE by stating that the  AE is "the most qualified to
determine" when discussing acceptability of an "or equal"
product.  It should follow then, that, the AE should be able
and permitted to publish a listing, through a proper pre-
q"ali f: ication procedure, for equipment which would be accept-
able for installation in a project and still fulfill the intent
of PG--9A.

     It is recommended, therefore, that EPA revise the wording
of PG-19A to permit use ol: an  aareed-"pon prcqualification
procedure for waste-water tieatment equipment.  The requirement
for inclusion of "the criteria he will use in evaluating"
(Pago 2 of PG-19A) can be retained in the prcqualification
documents.  It is further recommended that the term  "or equal"
not be  imposed as a requirement in the bid specifications for
the project when a proper prcqualifdcation procedure has been
or ployed.
                          C-167

-------