Loading...
SR 04-10-2018 3B City Council Report City Council Meeting: April 10, 2018 Agenda Item: 3.B 1 of 5 To: Mayor and City Council From: Susan Cline, Director, Public Works, Architecture Services Subject: Award Construction Contract for the Big Blue Bus LCNG Fuel System Modification Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2371 to Wyoming NorthStar Incorporated, a Wyoming-based company with local offices in Newport Beach, California; for the Big Blue Bus Liquified-Compressed Natural Gas (LCNG) Fuel System Modification Project; 2. Authorize the City Manager to negotiate and execute a contract with Wyoming NorthStar Incorporated, in an amount not to exceed $1,098,643 (includes a 10% contingency); and 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The Big Blue Bus (BBB) currently operates a fleet of approximately 200 buses fueled by Liquefied-Compressed Natural Gas (LCNG). BBB seeks Council authorization for construction services to provide facilities upgrades to the existing fuel and wash system at the BBB Campus. These upgrades are needed to provide a more efficient and fail- safe fueling system and continue uninterrupted bus service to riders, while improving workplace safety at the BBB Campus. Staff recommends awarding a contract to Wyoming Northstar Incorporated in an amount not to exceed $1,098,643 (including a 10% contingency) for the Big Blue Bus Liquefied Compressed Gas Fuel System Modification Project. Background On January 27, 2015, Council authorized the City Manager to negotiate and execute a professional services agreement #10019 (CCS) with RNL Interplan, Inc. in an amount not to exceed $117,282 to provide design services for the Big Blue Bus (BBB) Fuel and 2 of 5 Wash Upgrades Project (Attachment A). On April 12, 2016, Council authorized the City Manager to negotiate and execute a first modification to professional services agreement #10019 (CCS) with RNL Interplan, Inc. in the amount of $112,419 for design services to expand the Compressed Natural Gas (CNG) fuel system at BBB. This resulted in an amended agreement with a new total amount not to exceed $229,701 (Attachment B). On November 1, 2016, the City Manager executed a second modification to professional services agreement #10019 (CCS) with RNL Interplan, Inc. to provide required design and engineering services previously not included in the first contract modification. The second modification was within the authorized contingency and new budget authority was not requested. On October 10, 2017, Council authorized the City Manager to negotiate and execute a third modification to agreement #10019 (CCS) in the amount of $73,420 (including a 10% contingency) with RNL Interplan, Inc., a California-based company, for additional design services to replace the methane gas-detection systems at two locations in the Big Blue Bus Campus (Attachment C). This will result in an amended agreement with a new total amount not to exceed $303,121. On January 17, 2018, based on the design and detailing provided by RNL Interplan, Inc., the City published Notices Inviting Bids for construction services to provide facilities upgrades to the existing Liquefied-Compressed Natural Gas (LCNG) fuel system at the Big Blue Bus Campus in accordance with City specifications. Discussion The existing Liquefied-Compressed Natural Gas (LCNG) fuel and wash system at the Big Blue Bus (BBB) Campus was installed in 2002. The Big Blue Bus Fuel and Wash Building is operational seven days per week and services approximately 200 buses per night. The existing fueling system is operational; however, the system lacks redundancy, and there is no fail-safe system that safeguards against fueling 3 of 5 interruptions in the event of a fueling system or pump failure. The operational system and software is outdated and needs to be replaced with an up-to-date and more robust system. The upgrades to the BBB LCNG fueling system would provide redundancy in the fuel pumps system to ensure that BBB can fuel its fleet of buses even during the failure of one of their fuel pumps. This project would improve the existing fueling system, including relocating two existing LCNG pumps, installing two new LCNG pumps and related hardware, installing new high-flow LCNG dispensers, and installing a complete replacement of the operations systems with a new master Programmable Logic Controller (PLC) control system and program. The BBB strives to be a leader in sustainable, clean energy public transportation. Looking ahead, the BBB and City Council are working on a plan to replace the existing BBB LCNG fleet with Battery Electric Buses (BEB) fleet. Per Federal requirements, all public transportation buses should have a minimum useful life of 12 years; for example, a new LCNG bus delivered in 2018 would be eligible for replacement in 2030. The BBB Fuel System Modification project would ensure proper fueling capacity at the BBB Campus throughout the fleet’s transition from LCNG to electric. Next Steps If approved, construction would tentatively begin in late May 2018 and would be completed by November 2018. One fueling lane would remain operational at all times and the system switch over would occur on a weekend to minimize impacts to bus fueling schedules. Vendor Selection On January 17, 2018, the City published Notices Inviting Bids for construction services to provide facilities upgrades to the existing Liquefied-Compressed Natural Gas (LCNG) fuel and wash system at the Big Blue Bus Campus in accordance with City specifications. The bid was posted on the City's on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with the City Charter and Municipal Code Section 2.24.071(a). Thirty-nine vendors downloaded the bid. Four bids 4 of 5 were received and publicly opened on February 21, 2018. The bid results are as follows: Vendor Bid Amount GP Strategies Corporation $919,942 Wyoming Northstar Incorporated $998,766 EFS West $1,239,242 Fastech $1,243,982 Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Staff contacted references to review work experience and Wyoming NorthStar Incorporated obtained the most positive reviews and references noted the vendor’s quickness of response and problem-solving skills. All respondents reported that the work by Wyoming NorthStar Incorporated was completed in a timely and cost-efficient manner while maintaining consistent quality. Staff also verified with the Contractors State License Board that W yoming Northstar Incorporated has a license that is current, active, and in good standing. Based on these criteria, Wyoming Northstar Incorporated is recommended as the best bidder. On March 19, 2018, GP Strategies Corporation submitted a bid protest all eging, inter alia, that they are the lowest bidder and the best valued bidder with past LNG/LCNG fuel station design/build experience, and specific experience with the BBB fueling system. In accordance with appeals procedure set forth in the Notice Inviting Bids, the Public Works Director evaluated the bid protest and issued a final determination recommending Wyoming Northstar Incorporated as the best bidder. Copies of the bid protest and the Public Work Director’s final determination are attached (Attachments D and E). Financial Impacts and Budget Actions 5 of 5 The contract to be awarded to Wyoming Northstar Incorporated is for an amount not to exceed $1,098,643 (including 10% contingency). Funds are available in the FY 2017-18 Capital Improvement Program budget in account C410826.589000. Prepared By: William Clerk, Architectural Associate Approved Forwarded to Council Attachments: A. January 27, 2015 Staff Report (Weblink) B. April 12, 2016 Staff Report (Weblink) C. October 10, 2017 Staff Report (Weblink) D. 180319 GP Strategies Corporation Protest of SP2371 Award Decision E. Final Determination of Award Recommendation 3.28.2018 F. Oaks Initiative Disclosure Form - Wyoming Northstar Inc GP-L-SD-135605 March 19, 2018 Ms. Susan Cline Mr. William Clerk Director of Public Works Architectural Associate City of Santa Monica City of Santa Monica 1865 Main St., Room 116 1437 Fourth St., Suite 300 Santa Monica, CA 90401 Santa Monica, CA 90401 (310) 458-2205 Public.works@smgov.net William.Clerk@smgov.net GP Strategies Protest - Big Blue Bus Fuel System Modification SP2371 Recommendation to Award to 2nd Lowest Bidder Dear Ms. Cline. & Mr. Clerk Per Reference 1 paragraph 16 requirements, GP Strategies (GP) is submitting this formal protest of the City of Santa Monica’s intent to award SP 2371 Big Blue Bus Fuel System Modification to the second lowest bidder instead of the lowest bidder GP Strategies. In summary, we believe this protest clearly provides rational that GP Strategies provided the best value bid for this project because: 1. GP Strategies bid was the lowest bid by $78,23.54 (2nd place was 8.6% higher, and 3rd & 4th place was over 34.7% higher); 2. GP Strategies is financially the strongest bidder other 50 years of experience with over $500 million in annual revenue and a strong balance sheet 3. GP Strategies has the experience and resources necessary to complete this projects with over 50 years of experience, over 20 years, has completed 150 LNG/LCNG fuel station projects and was the firm initially built this project and provided upgrades in 2014. We request the City of Santa Monica change their intent and award the Big Blue Bus Fuel System Modification SP2371 to GP Strategies Corporation, the lowest bidder and the best valued bidder with other 20 years of LNG/LCNG fuel station design/build experience, and specific experience with Big Blue Bus’s fueling system. This will save the City of Santa Monica $78,823.54 on this project. The following pages provided details for this position. We look forward to discussing this protest. If you need additional information, please phone or email me. Sincerely, Mike Mackey, PE, Sr. Vice President GP Strategies Corporation 2835 Progress Place, Escondido, CA 92029 Direct: 760 705 3446 Cell: 760 586 7785 Email: mmackey@gpstrategies.com References 1. City of Santa Monica Request for Bids: Construct Big Blue Bus – Fuel System Modifications SP2371 with Addendums 1-5 2. SP2731 Bid Results posted on Planet Bids 3. Sebastian Felbeck, Sr. Construction Manager, City of Santa Monica, Subject: Recommendation for Bib Blue Bus – Fuel System Modification Project (SP2371), March 13, 2018 (posted March 14, 2018) 4. Phone and email conversations between Mike Mackey, GP Strategies and William Clerk, City on Santa Monica, March 14, 2018 (Summarized in Appendix) GP Strategies Corporation Protest of SP2371 Award Recommendation Page 2 of 9 GP-L-SD-135605 March 19, 2018 Bid Protest Procedure Per paragraph 16 of the SP2731 RFP, All parties wishing to file a protest shall comply with the procedures set forth below. Proposer may file a written protest with the Director of Public Works no more than seven calendar days following the posting of award recommendation on the City’s online vendor portal website. The protest must include the name address and telephone number of the protestor and or the person representing the protesting party. The written protest must set forth in detail all grounds for the protest including without limitation all facts supporting documentation legal authorities and arguments in support of the grounds for the protest. All factual contentions must be supported by evidence. Any matters not set forth in the written protest shall be deemed waived. Any protest not conforming to the requirements of this Section may be rejected as invalid. Once a protest has been filed with the Director of Public Works no contract shall be awarded until the Director of Public Works has issued his or her final determination on the protest. The Director of Public Works shall review the merits and timeliness of the protest and issue a written decision to the protestor within ten calendar days of receipt of the protest. The Director of Public Works shall have final authority to sustain or deny a protest. The Director of Public Works decision shall constitute the City’s final determination on the protest. Protests received after the deadline will not be accepted. On the day the City of Santa Monica announced the intent to award, GP Strategies requested information from City so we could submit a protest that included evidence of factual contentions to support this written protest as stated above. Unfortunately, the City of Santa Monica would not provide any of the requested information, including the scoring of GP’s Strategies bid proposal (Reference 4). Thus, if this protest lacks specific details on the City of Santa Monica’s bid evaluation rationale, it is because we were not provide sufficient details to make specific claims. However, we believe based on the information available at the time of this protest submittal, GP has made sufficient claims in this protest that the City of Santa Monica should award the Big Blue Bus Fuel System Modification SP2371 to GP Strategies Corporation, the lowest bidder and the best valued bidder with other 20 years of LNG/LCNG fuel station design/build experience, and specific experience with Big Blue Bus’s fueling system. GP Strategies Corporation Protest of SP2371 Award Recommendation Page 3 of 9 GP-L-SD-135605 March 19, 2018 Bid Evaluation Criteria City of Santa Monica Municipal Code Section 2.24.072 Best Bidder states the City shall consider all of the following criteria which are relevant to the bid: (a) Price; As indicated in the table below based on Reference 2, GP Strategies Corporation was the lowest bidder by over $78 thousand dollars. We believe we were able to submit the lowest bid because of our familiarity with the Big Blue Bus LNG/LCNG fueling system since we were the subcontractor that was awarded the design and construction of this fueling system in 2001, the subcontractor that provide the system upgraded in 2014 and maintained this system for 5 years. FIRM BID Rank $ Higher % Higher GP Strategies Corporation $ 919,942.00 1 N/A N/A Wyoming NorthStar Incorporated $ 998,765.54 2 $ 78,823.54 8.6% EFS West $1,239,242.00 3 $ 319,300.00 34.7% Fastech $1,243,982.00 4 $ 324,040.00 35.2% As indicated in the table above, GP Strategies was the lowest bidder by $78,823.54 or 8.6%. Please note that GP Strategies base bid included the cost for a 24 hr 120VAC uninterruptible power supply (UPS) which was not clearly defined in the RFP worth $11,680 which was clearly indicated in our bid forms. (b) The quality of the material or services offered; GP Strategies was the original design and construction subcontractor for this fueling system in 2001, the subcontractor that provide the system upgraded in 2014 and maintained this system for 5 years. Mike Mackey, PE, GP Strategies, was the engineering of record for the original system and the system upgrade and had been a voting member of NFPA 52, the national code for this system since 2002 and will be leading GP Strategies team on the SP2371 Fuel System Upgrade project. We are the only bidding that can claim to have a California Registered Professional Mechanical Engineer (Mike Mackey, PE), and California Registered Electrical Engineer (Larry Coleman, PE) that were involved in the original system design, the system upgrade, system maintenance and will be a part of the SP2371 Fuel System Upgrade project. Our bid was based on the manufacturer part numbers specified in the referenced RFP. These part numbers are identical to the equipment GP Strategies provided during the original construction and system upgrade. (c) The ability, capacity and skill of the bidder to perform or provide the material or services; GP Strategies Alternative Fuels Division is located in Escondido, CA. 100% of the engineering, design, and shop fabrication will be performed with in-house at our Escondido, CA facility with is 2 hours from the Big Blue Bus fueling system. This facility is a certified ASME Boiler and Pressure Vessel fabrication and repair facility and a UL-508 control panel fabrication facility. 100% of all construction and startup services will be formed with in-house personnel based out of our Escondido, CA facility. There will be no subcontractors required as was the case when GP Strategies performed the Fuel System Upgraded in 2014. For additional information, please see response to (b) (d) The capacity of the bidder to perform the contract or provide the service promptly, within the time specified, and without delay or interference; As indicated above, 100% of the engineering, design, fabrication and installation will be performed with in-house personnel. In our bid, GP Strategies provided outline of the installation phased approach that will keep Big Blue GP Strategies Corporation Protest of SP2371 Award Recommendation Page 4 of 9 GP-L-SD-135605 March 19, 2018 Bus’ fueled during the upgraded based on our 20+ years of LNG/LCNG fuel system history and the 2014 Big Blue Bus fuel system upgrade GP Strategies performed successfully in 2014. (e) The sufficiency of the bidder’s financial resources; GP Strategies is a 51 year old publically traded company (NYSE: GPX) with over $500 million of profitable revenue in 2018. We believe that financially, GP Strategies is significantly stronger than of any of the 4 bidders and significantly stronger to the 2nd lowest bidder. (f) The character, integrity, reputation, judgment, training, experience and efficiency of the bidder; GP’s Strategies fabrication and construction safety program has an Grade A with ISNETWORLD, the highest grade available. ISNETWORLD is a third party agency ……… GP w/ NorthStar as subcontractor build this facility in 2002. GP upgraded facility 4 years ago which was very similar scope as this work. Can’t see loosing because of this. (g) The ability of the bidder to provide such future maintenance or service as may be needed; GP and NorthStar have had maintenance contracts for this site. NorthStar current has contract. (h) Any other factor which will further the intent set forth in Section 608 of the City Charter. Unknown GP Strategies Corporation Protest of SP2371 Award Recommendation Page 5 of 9 GP-L-SD-135605 March 19, 2018 Appendix: Summary of Reference 4 Summary of phone conversation between Mike Mackey, GP Strategies and William Clerk, City on Santa Monica, March 14, 2018 around 3 PM GP Strategies appreciates Mr. Clerk’s time and effort to answer GP Strategies questions during this phone conversation. We understand Mr. Clerk was following the City of Santa Monica guidelines and rules and was unable to immediately answer GP’s questions. The purpose of this summary is to provide documentation of this phone call for this protest letter. Throughout this call, Mr. Clerk was extremely professional and we believe provided responses to the best of his ability while following the City of Santa Monica’s protocols. 1. According the Mr. Clerk, the City of Santa Monica evaluated bids based on the following: “60% price, 40% response from references” Rating for each item is 0-5 with “5 being the max”. When asked, if the City also evaluated company project history, financial strength, technical approach, and past projects with Big Blue Bus, Mr. Clerk again referred to the 60% price / 40% references evaluation criteria. a. Price (60%) According to Mr. Clerk, GP Strategies received the maximum 5 points for price and Wyoming NorthStar received 5x(1.0 – 8.6%) = 4.57 points b. References (40%) According to Mr. Clerk, GP Strategies received “3ish” out of 5 points for references and Wyoming NorthStar received “4ish” out of 5 points for references Based on this limited and vague information, the table below indicates the possible range of weighted average scores for GP Strategies and Wyoming NorthStar GP Strategies LOW HIGH Price 5.00 5.00 5.00 5.00 5.00 5.00 5.00 5.00 5.00 5.00 “3ish” Reference 3.00 3.10 3.20 3.30 3.40 3.50 3.60 3.70 3.80 3.90 Weighted Total 4.20 4.24 4.28 4.32 4.36 4.40 4.44 4.48 4.52 4.56 Wyoming NorthStar LOW HIGH Price 4.57 4.57 4.57 4.57 4.57 4.57 4.57 4.57 4.57 4.57 “4ish” Reference 4.00 4.10 4.20 4.30 4.40 4.50 4.60 4.70 4.80 4.90 Weighted Total 4.34 4.38 4.42 4.46 4.50 4.54 4.58 4.62 4.66 4.70 2. I repeatedly asked Mr. Clerk during our phone conversation if the City of Santa Monica used any other information other than 60% price and 40% references in the City’s bid evaluation criteria. Mr. Clerk never of the decision. 3. Mr. Clerk was very reluctant to provide any details of the phone conversations the City of Santa Monica had with GP Strategies’ references. From my understanding, the City did not ask that GP’s references in writing or email. for written a. GP’s Yukon reference was stellar. b. GP’s Ryder reference (Moe Donnelly) was good. GP subsequently contacted Ms. Moe Donnelly from Ryder about providing an open written letter that stated she would highly recommend GP to companies considering hiring GP for a design/build LNG/LCNG project. At the time of this submittal, we have not received Ms. Donnelly’s written recommendation. We can forward when we receive. c. GP’s UPS reference did not return their call. d. GP’s Omnitrans reference complained about a CNG compressor oil carry-over concern Omnitrans has for the recently completed pipeline based CNG projects design and built by GP Strategies for Omnitrans. Mr. Clerk could not provide the name of the person the City of Santa Monica spoke to at Omnitrans. i. I asked Mr. Clerk that since this one reference appeared to be the deciding factor for the City of Santa Monica not to award the project to GP Strategies, I asked Mr. Clerk why the City of Santa Monica did not give GP Strategies the opportunity to provide GP’s side of the story, Mr. Clerk did not respond. ii. I reminded Mr. Clerk that GP Strategies was the low bidder by 8.6%, GP Strategies has over 20 years of LNG/LCNG project experience, and was the subcontractor for the original fuel system and the fuel system’s upgrade in 2014. Mr. Clerk did not respond. GP Strategies Corporation Protest of SP2371 Award Recommendation Page 6 of 9 GP-L-SD-135605 March 19, 2018 iii. I explained to Mr. Clerk that CNG compressor oil carry-over was not possible for SP2371 because the Big Blue Bus system uses LCNG pumps not pipeline CNG compressors. Mr. Clerk did not respond. iv. I explained to Mr. Clerk that Omnitrans’ pervious CNG station was an LCNG system design and build by GP Strategies and Omnitrans was not use to having to drain the primary filter on their buses even though their manufacturer recommends daily draining because CNG from LNG (LCNG) does not have any oil carry-over. I also explained that GP’s system meets Omnitrans specification and industry standards for oil carry-over,that GP performed a test at no cost to Omnitrans that proved we were meeting specs and standards, and Omnitrans’ consultant hired to review the system performance and 2 weeks of testing also stated GP’s system meets the specification and industry standards. Mr. Clerk did not respond. v. Attached below is email from Mr. Bob Bach, the Omnitrans consultant that states the CNG system GP design and built for Omnitrans meets Omnitrans specification and industry standards. This was not provided to Mr. Clerk during our phone conversation. Based on this phone conversation, GP believes bid award was based 100% on the references which was arbitrary. At no point did they take into account GP’s past history with BBB. I asked William that since the decision to award to the 2nd lowest bidder appears to be entirely based on references and the low bidder was never asked for their side of the story, did he believe the City did proper due diligence. Mr. Clerk did not respond. From: Robert Bach [mailto:rjbachconsulting@gmail.com] Sent: Friday, December 15, 2017 8:53 AM To: 'Scott Graham' Cc: 'Erin Rogers'; 'Oscar Tostado'; 'Omar Bryant'; Mike Bonacio; mmackey@gpstrategies.com; rjbachconsulting@gmail.com; markm@omnitrans.org Subject: Omnitrans CNG Station Oil Carry-Over Test Scott, Oil carry-over testing at the CNG dispensers was completed last night. The results of the test indicate that there is minimal oil getting into the vehicles, Mike Bonacio can supply the actual readings. Based on conversations this morning with Mike, we both agree that the oil entering the vehicle through the fueling process is below the engine manufacturers recommendations (less than ½ ounce per vehicle over a two week period). That being said, my recommendations would be two-fold: 1. Vehicles: At every CII inspection, the fuel filter on the buses should be drained. This pro-active safe guard, will give you early notice in the event that something at the CNG compressors or dispensers fail, this also keeps you in compliance with the Cummins recommendations. 2. CNG Stations: Ensure that the process of draining the filters and maintenance on the compressor stations occurs at its required intervals. Consistency is the key here, with it, Omnitrans should not have any oil carry-over problems with its fleet. Mike Mackey, as discussed in our meeting back on Monday November 27th, the filters at the East Valley location should be changed to the smaller micron to match what is at the West Valley location. This will ensure that the CNG equipment is standardized. Also your idea of adding a timer to automatically purge the oil from the filters to the blow down tanks should be implemented. Mike Bonacio, make sure to update the CII inspection to include the fuel filter draining and also train the staff on this procedure. Safety is number 1. Also work ensure that the fuel filter change out is included on all PM forms. GP Strategies Corporation Protest of SP2371 Award Recommendation Page 7 of 9 GP-L-SD-135605 March 19, 2018 Summary of phone conversation between Mie Mackey, GP Strategies and William Clerk, City on Santa Monica, March 14, 2018 From: William Clerk [mailto:William.Clerk@SMGOV.NET] Sent: Thursday, March 15, 2018 7:57 AM To: Mackey, Mike <MMackey@gpstrategies.com> Cc: Erin Hamant <Erin.Hamant@SMGOV.NET>; Marcelo Serrano <Marcelo.Serrano@SMGOV.NET> Subject: Re: Big Blue Bus Fuel System Modification Project – SP2371 Mike, It is not typical practice to share the evaluations that we do. William Clerk Get Outlook for iOS From: William Clerk [mailto:William.Clerk@SMGOV.NET] Sent: Wednesday, March 14, 2018 4:09 PM To: Mackey, Mike <MMackey@gpstrategies.com> Cc: Erin Hamant <Erin.Hamant@SMGOV.NET>; Marcelo Serrano <Marcelo.Serrano@SMGOV.NET> Subject: RE: Big Blue Bus Fuel System Modification Project – SP2371 Mike, At this moment we cannot release any of that information per City policy. We typically only release that information once we have a fully executed contract with the selected contractor (typically as a Public Record Request). William Clerk Architectural Associate City of Santa Monica | Architecture Services Division 1437 Fourth St, Suite 300 | Santa Monica, CA 90401 (310) 458-2205 x 5288 O | (310) 429-6555 C | (310) 399-1541 F From: Mackey, Mike <MMackey@gpstrategies.com> Sent: Wednesday, March 14, 2018 7:13:19 PM To: William Clerk Cc: Erin Hamant; Marcelo Serrano Subject: Re: Big Blue Bus Fuel System Modification Project – SP2371 William If the city will not release item 1 of of GP Stategies request, are you able to release items 2 and 3? 1. Copy of the proposal submitted by Wyoming NorthStar. 2. City’s evaluation records and ranking of the Wyoming NorthStar proposal 3. City’s evaluation records and ranking of the GP Strategies proposal Mike Mackey GP Strategies C 760 586 7785 William GP Strategies Corporation Protest of SP2371 Award Recommendation Page 8 of 9 GP-L-SD-135605 March 19, 2018 Thanks for your time today. In order to provide a detail written protest are required per RFP #SP2371 item #16, GP requested the three times in our initial response 1. Copy of the proposal submitted by Wyoming NorthStar. 2. City’s evaluation records and ranking of the Wyoming NorthStar proposal 3. City’s evaluation records and ranking of the GP Strategies proposal Regards, Mike Mackey GP Strategies Office: 760 705 3446 Cell: 760 586 7785 Email: mmackey@gpstrategies.com From: William Clerk [mailto:William.Clerk@SMGOV.NET] Sent: Wednesday, March 14, 2018 3:56 PM To: Mackey, Mike <MMackey@gpstrategies.com>; Marcelo Serrano <Marcelo.Serrano@SMGOV.NET> Subject: RE: Big Blue Bus Fuel System Modification Project – SP2371 Mike, The protest procedures are listed on the Instruction to Bidders (copy attached) item #16. William Clerk Architectural Associate City of Santa Monica | Architecture Services Division 1437 Fourth St, Suite 300 | Santa Monica, CA 90401 (310) 458-2205 x 5288 O | (310) 429-6555 C | (310) 399-1541 F From: Mackey, Mike <MMackey@gpstrategies.com> Sent: Wednesday, March 14, 2018 12:26 PM To: Marcelo Serrano <Marcelo.Serrano@SMGOV.NET> Cc: William Clerk <William.Clerk@SMGOV.NET> Subject: RE: Big Blue Bus Fuel System Modification Project – SP2371 Marcelo Serrano & William Clerk GP Strategies is shocked with this decision. We will be submitted a formal protest per the City requirements within 7 calendar days from this notice. In order to provide the required detailed ground from the projects, GP Strategies is the requesting following information within 24 hours of this request. 1. Copy of the proposal submitted by Wyoming NorthStar. 2. City’s evaluation records and ranking of the Wyoming NorthStar proposal 3. City’s evaluation records and ranking of the GP Strategies proposal Thank you for your prompt attention to this request in order for GP to meet the 7 calendar day deadline imposed by the City of Santa Monica Mike Mackey GP Strategies Office: 760 705 3446 Cell: 760 586 7785 GP Strategies Corporation Protest of SP2371 Award Recommendation Page 9 of 9 GP-L-SD-135605 March 19, 2018 Email: mmackey@gpstrategies.com From: Marcelo Serrano [mailto:Marcelo.Serrano@SMGOV.NET] Sent: Wednesday, March 14, 2018 11:25 AM To: Mackey, Mike <MMackey@gpstrategies.com> Cc: William Clerk <William.Clerk@SMGOV.NET> Subject: Big Blue Bus Fuel System Modification Project – SP2371 Hi Ross, Please see attached letter regarding the Big Blue Bus Fuel System Modification Project – SP2371. Best, Marcelo Marcelo Serrano City of Santa Monica | Architecture Services Division 1437 Fourth St, Suite 300 | Santa Monica, CA 90401 (310) 458-2205 x2318 O | (310) 399-1541 F REFERENCE: Agreement No. 10650 (CCS)