City of Inglewood-Los Angeles County Civic Center Authority v. Superior Court

500 P.2d 601, 7 Cal. 3d 861, 103 Cal. Rptr. 689, 1972 Cal. LEXIS 230
CourtCalifornia Supreme Court
DecidedSeptember 6, 1972
DocketL.A. 29919
StatusPublished
Cited by59 cases

This text of 500 P.2d 601 (City of Inglewood-Los Angeles County Civic Center Authority v. Superior Court) is published on Counsel Stack Legal Research, covering California Supreme Court primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
City of Inglewood-Los Angeles County Civic Center Authority v. Superior Court, 500 P.2d 601, 7 Cal. 3d 861, 103 Cal. Rptr. 689, 1972 Cal. LEXIS 230 (Cal. 1972).

Opinions

Opinion

MOSK, J.

Petitioners seek mandate to compel respondent superior court to annul its judgment and a peremptory writ of mandate issued thereon, or, in the alternative, prohibition to prevent the enforcement of its judg[864]*864ment. The respondent court’s judgment restrained petitioner City of Inglewood-Los Angeles County Civic Center Authority (Authority) from executing or performing a contract awarded to Swinerton & Walberg Co. (Swinerton) relating to the construction of a civic center project. The mandate proceeding in respondent court was instituted by real party in interest, Argo Construction Co., Inc. (Argo), to have the contract award annulled and set aside.

Section 25454 of the Government Code1 provides that a contract for a “construction project” exceeding $6,500 must be awarded to the “lowest responsible bidder.” Argo was the lowest bidder and it claims that the contract was improperly issued to Swinerton. The primary issues involved in this proceeding are (1) whether the section is applicable to the type of contract awarded here; (2) whether, if so, the Authority applied the appropriate standard in determining that Swinerton was the lowest responsible bidder, and (3) whether a contractor who has submitted the lowest monetary bid is entitled to a full judicial hearing to determine if he is responsible. The trial court found in Argo’s favor, and it issued a writ of mandate ordering petitioners to refrain from executing or performing the contract awarded to Swinerton unless a hearing is held “of the type described in the Administrative Procedure Act” to evaluate Argo’s responsibility and a contract awarded in accordance with the result of such hearing or, in the alternative, to refrain from paying out any funds for the construction work until the project is again opened for competitive bidding.

Petitioner Authority was constituted pursuant to' a “joint exercise of powers agreement” entered into in February 1970 by the City of Inglewood and the County of Los Angeles, as authorized by section 6500. et seq. The Authority is a separate and distinct public entity (§ 6507). It was established to construct the City of Inglewood-Los Angeles County Civic Center, which was planned to include both city and county buildings. The governing board of the Authority is the five-member Civic Center Authority Commission. As directed by section 6503, the joint agreement creating the Authority provides “for the method by which the purpose [of the Authority] will be accomplished or the manner in which [its] power will be exercised.”2

[865]*865Charles Luckman Associates (Luckman) was retained by the Authority as architects, and prepared preliminary plans for the civic center buildings, a $12,000,000 project. Luckman recommended that the Authority proceed with the construction of the project by means of a management contract. The operation of the management contracting method was summarized by Luckman as follows:

“Under the traditional lump sum method of bidding, contractors enter the project process upon the completion of working drawings. At this point in time they have little opportunity or incentive to contribute to cost reduction.
“The Management Contracting Method . . . differs from this traditional lump sum method in that the contractor is brought into the building project through competitive bidding at or shortly after, the completion of preliminary plans, rather than working drawings. He is then called upon to contribute his practical expertise during the development of the working drawings, and subsequently apply this expertise during construction, in order to achieve maximum economies. He is expected to provide cost estimates from time to time during development of working drawings to determine that the project is within budget so that some of the early phases of construction can proceed prior to completion of all of the drawings. This makes it possible to save a significant amount of time in the' total building process.” The management contractor performs none of the construction itself unless he is awarded a separate contract therefor as the lowest responsible bidder in subsequent bidding under the traditional “lump sum” bidding procedures. 3

[866]*866The management contracting procedure was approved by the Inglewood City Council, and Swinerton was awarded the contract after various proceedings which will be described in detail infra,

I

Petitioners urge that the management contract here at issue was basically a contract for services as a consultant and supervisor-manager rather than a contract for a “construction project” and thus did not fall within the competitive bidding requirements upon which Argo relies. Those requirements are found in the Government Code and in the charter of the City of Inglewood4 as well as in the joint exercise of powers agreement. They provide that public construction of the magnitude here involved shall be accomplished by contract let to the lowest responsible bidder;

It is true that the management contractor was. to perform services and to lend his experience and expertise in the preparation of the final plans, and in that respect may be likened to an engineer or an architect whose services may be procured without strict compliance with competitive bidding requirements. (See Kennedy v. Ross (1946) 28 Cal.2d 569, 581-582 [170 P.2d 904]; San Francisco v. Boyd (1941) 17 Cal.2d 606, 620 [110 P.2d 1036]; Cobb v. Pasadena City Bd. of Education (1955) 134 Cal.App.2d 93, 95 [285 P.2d 41].) However, our review of the other duties and obligations which were required of the management contractor in this case, including his guarantee of the outside price based on the subcontract bids, persuades us that the management contracting procedure as proposed and followed here is too closely akin to traditional lump sum general construction contracting to be held exempt from the statutory competitive bidding requirements. To hold otherwise as a broad principle would open the door to possible favoritism, fraud or corruption in the letting of other public construction contracts.

[867]*867II

The next issue is whether petitioners applied the proper standards in determining that Swinerton was the lowest responsible bidder, as that term is used in section 25454. It bears emphasis that the word “responsible” in the context of the statute is not necessarily employed in the sense of a bidder who is trustworthy so that a finding of nonresponsibility connotes untrustworthiness. Rather, while that term includes the attribute of trustworthiness, it also has reference to the quality, fitness and capacity of the low bidder to satisfactorily perform the proposed work. (See West v. Oakland (1916) 30 Cal.App. 556, 560 [159 P. 202].) Thus, a contract must be awarded to the lowest bidder unless it is found that he is not responsible, i.e., not qualified to do the particular work under consideration. Whether or not an express finding of nonresponsibility is required (see Raymond v. Fresno City Unified Sch. Dist.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Vopak Terminal Los Angeles v. Santich CA2/2
California Court of Appeal, 2023
W. Coast Air Conditioning Co. v. Cal. Dep't of Corr. & Rehab.
230 Cal. Rptr. 3d 458 (California Court of Appeals, 5th District, 2018)
Roy Allan Slurry Seal, Inc. v. Am. Asphalt S., Inc.
388 P.3d 800 (California Supreme Court, 2017)
EEL River Disposal & Resource Recovery Inc. v. County of Humboldt
221 Cal. App. 4th 209 (California Court of Appeal, 2013)
Advanced Real Estate Services Inc. v. Superior Court
196 Cal. App. 4th 338 (California Court of Appeal, 2011)
Great West Contractors, Inc. v. Irvine Unified School District
187 Cal. App. 4th 1425 (California Court of Appeal, 2010)
Attorney General Opinion No.
Kansas Attorney General Reports, 2008
Opinion No. (2007)
California Attorney General Reports, 2007
D.H. Williams Construction, Inc. v. Clovis Unified School District
53 Cal. Rptr. 3d 345 (California Court of Appeal, 2007)
City of Kenai v. Friends of the Recreation Center, Inc.
129 P.3d 452 (Alaska Supreme Court, 2006)
M & B Construction v. Yuba County Water Agency
81 Cal. Rptr. 2d 231 (California Court of Appeal, 1999)
McMaster Construction, Inc. v. Board of Regents
1997 OK 21 (Supreme Court of Oklahoma, 1997)
H. v. Collins Company v. Tarro, 96-6585 (1997)
Superior Court of Rhode Island, 1997
N.E.R.I. Corp. v. New Jersey Highway Authority
686 A.2d 328 (Supreme Court of New Jersey, 1996)
Ghilotti Construction Co. v. City of Richmond
45 Cal. App. 4th 897 (California Court of Appeal, 1996)
Monterey Mechanical Co. v. Sacramento Regional County Sanitation District
44 Cal. App. 4th 1391 (California Court of Appeal, 1996)
Domar Electric, Inc. v. City of Los Angeles
41 Cal. App. 4th 810 (California Court of Appeal, 1995)

Cite This Page — Counsel Stack

Bluebook (online)
500 P.2d 601, 7 Cal. 3d 861, 103 Cal. Rptr. 689, 1972 Cal. LEXIS 230, Counsel Stack Legal Research, https://law.counselstack.com/opinion/city-of-inglewood-los-angeles-county-civic-center-authority-v-superior-cal-1972.