Judge: Mitchell L. Beckloff, Case: 22STCP03723, Date: 2023-03-24 Tentative Ruling
Case Number: 22STCP03723 Hearing Date: March 24, 2023 Dept: 86
BASHBOY
ENTERPRISES, INC. v. COUNTY OF LOS ANGELES
Case
Number: 22STCP03723
Hearing
Date: March 24, 2023
[Tentative] ORDER OVERRULING
DEMURRER
On
October 12, 2022, Petitioner, Bashboy Enterprises, Inc., filed its Verified
Petition for Writ of Mandate seeking an order setting aside the decision of
Respondent, the County of Los Angeles, to award a contract for janitorial
papers supplies to a vendor other than Petitioner. Petitioner also requests an
order awarding it the contract.
Respondent
demurrers to the petition. Petitioner opposes the demurrer.
The
demurrer is overruled.
Petitioner’s
unopposed request for judicial notice (RJN) of Exhibit 1 is granted. (Evid.
Code,
§
452, subd. (c).)
ALLEGATIONS
IN THE PLEADING:
Petitioner
alleges Respondent’s Internal Services Division (ISD) solicited bids for a
brand specific janitorial paper supplies contract (the Contract) through a
request for bids (RFB). (Pet. ¶¶ 1, 4, Ex. 1.)
The
RFB identified three “private label” products. (Pet., Ex. 1 [RFB, Items 19, 20,
and 25].) A private label product is one made by a manufacturer exclusively for
a specific vendor. (Pet., ¶ 9.) The three private label products included in
the RFB are products made specifically for Aramsco, Inc., a vendor that
submitted a bid in response to the RFB. (Pet., ¶ 9.)[1]
Petitioner,
a certified Local Small Business Enterprise (LSBE), submitted a bid in response
to the RFB.
The
County provided a notice of intent to award the contract to two companies,
Brady and American Sanitary Supply Inc. (American), “awarding each item
separately.” (Pet., ¶ 12.) After, Petitioner questioned the County’s award decision,
the County issued “a new notice of intent to award each line item separately to
Aramsco.” (Pet., ¶ 12.)
On
August 5, 2022, Petitioner submitted a timely protest of the County’s decision.
Petitioner argued an award of the Contract to Aramsco was arbitrary, capricious
and lacking in evidentiary support.[2]
Petitioner suggested the County should have disqualified Aramsco for failing to
comply with the RFB’s requirement that each bidder submit a completed Appendix
A or a required supplier authorization. (Pet., ¶ 18.)
On
September 9, 2022, the County responded to Petitioner’s protest. The County
reported it “made the decision to award to multiple vendors. Agreements will be
awarded to [Petitioner], Aramsco and Brady Industries.” (Pet., ¶ 19.)
The
County’s response confused Petitioner. Petitioner did not understand what Items
each bidder had been selected to supply. (Pet., ¶ 20.) The County clarified that
it awarded the following line items to the following vendors: Petitioner –
1-18, 21-24, and 26; Brady – 1-18, 21-24, and 26; and Aramsco – 1-26. (Pet., ¶
21.)
Petitioner
alleges Brady also failed to submit the required supplier authorization and
registration information. Therefore, according to Petitioner, the County should
have disqualified Brady. (Pet., ¶ 21.)
The
petition alleges the County engaged in arbitrary and capricious conduct in
multiple respects, failed to follow its own regulations and bid solicitation,
and made an award lacking in evidentiary support. Specifically, Petitioner
contends the bid process was improper because neither Aramsco nor Brady complied
with the requirements of the RFB and should have been disqualified. (Pet., ¶ 18,
29.c.-d.) Petitioner claims the County also violated its own ordinances by
failing to give preference to Petitioner as an LSBE over Aramsco and Brady with
the award of the Contract. (See Pet., ¶ 29.a.) Finally, Petitioner alleges
Aramsco was only the lowest bidder on its private label products, yet it
improperly received a contract on all RFB items. (Pet., ¶ 29.e.)
STANDARD OF
REVIEW
A
demurrer tests the sufficiency of a pleading, and the grounds for a demurrer
must appear on the face of the pleading or from judicially noticeable matters.
(Code Civil Proc., § 430.30, subd. (a); Blank
v. Kirwan (1985) 39 Cal.3d 311, 318.) “We assume the truth of the
allegations in the complaint, but do not assume the truth of contentions,
deductions, or conclusions of law.” (California Logistics, Inc. v. State
(2008) 161 Cal.App.4th 242, 247.)
A
demurrer may be sustained without leave to amend when there is no reasonable
possibility that the defect can be cured by amendment. (Blank v. Kirwan, supra, 39 Cal.3d at 318.) Indeed, where the facts
are not in dispute and the nature of the petitioner's claim is clear, but no
liability exists under substantive law and no amendment would change the
result, the sustaining of a demurrer without leave to amend is proper. (City of Ceres v. City of Modesto (1969)
274 Cal.App.2d 545, 554.) The burden is on the petitioner to show how the
complaint might be amended so as to cure the defect. (Association of
Community Organizations for Reform Now v. Department of Industrial Relations (1995)
41 Cal.App.4th 298, 302.)
ANALYSIS
The
County makes several arguments in support of its demurrer. The County’s
arguments seemingly fails to recognize a challenge on demurrer is limited to
the face of the pleadings. That is, the court does not resolve factual disputes
on demurrer.
First,
the County argues the Contract’s award to three vendors, including Petitioner,
was within the County’s discretion and in its best interests. By awarding the Contract
non-exclusively to Petitioner, Brady, and Aramsco, the County asserts it acted in
its best interests. The County notes it “will have access to all agreements and
may purchase from any of the awarded agreement vendors as needed to meet the
department’s operational requirements” based on the manner in awarded the
contract. (Pet., ¶ 23.)
The
County also notes Petitioner admits it did not offer the lowest prices—Brady’s
bid prices were lower than those of Petitioner even with consideration of Petitioner’s
status as a LSBE. The County reports Aramsco could supply the exclusive brand
name items other bidders could not offer and offered all 26-line items
identified in the RFB. (The County does not support its argument with a
citation to the petition.)
Those
arguments by the County not appropriate on demurrer. The court cannot make a factual
determination of what is in the County’s best interests on this motion. The
court is required to take Petitioner’s allegations as true when considering a
demurrer. Thus, the court notes and takes as true Petitioner’s allegations the
County intended through its RFP to award the Contract to the lowest responsible
bidder; Petitioner was the lowest responsible bidder (except for three private
label items)—not Brady or Aramsco. (Pet., ¶¶ 1, 5, 12, 29.) The petition
also alleges the County failed to comply with its own RFB specifications by not
disqualifying Brady and Aramsco. (Pet., ¶ 29.) Thus, according to the allegations,
the County had a duty to award the contract to Petitioner—after disqualifying
Brady and Aramsco.
In
the context of competitive bidding and awarding contracts, a public entity's “
‘award of a contract, and all of the acts leading up to the award, are
legislative in character.’ [Citation.]” (Mike Moore's 24–Hour Towing v.
City of San Diego (1996) 45 Cal.App.4th 1294, 1303.) Here, the County’s
award of the Contract to Petitioner and two other bidders amounted to a
legislative determination. Review of “a local entity's legislative determination is
through ordinary mandamus under [Code of Civil Procedure]
section 1085. ‘Such review is limited to an inquiry into whether the
action was arbitrary, capricious or entirely lacking in evidentiary support.
[Citation.]’ . . . ” (Ibid.)
Notwithstanding
the County’s ability to exercise some discretion within public contracts, the
court finds Petitioner’s allegations state a claim under Code of Civil
Procedure section 1085.
The
County also argues it did not owe Petitioner any ministerial duty to equally
allocate a certain minimum quota of orders from the RFB between Petitioner,
Brady and Aramsco. (Demurrer 11:14-16.) While that appears true, Petitioner
does not raise issues related to allocation of items in the RFB between
multiple vendors. Petitioner asserts the County should not have entered into
any contract with Brady and/or Aramsco.
Accordingly,
the County’s discretion and best interest argument are unavailing.
The
County also argues it exercised its discretion to select the most responsive
and responsible vendor. Such discretion, the County contends, cannot be
controlled by the court.
The
court recognizes a traditional writ of mandate will not lie to control
discretion conferred upon a public officer or agency. That is, a writ of
mandate cannot be used control the County’s discretion. (See Venice Town Council,
Inc. v. City of Los Angeles (1996) 47 Cal.App.4th 1547, 1558, citing Lindell
Co. v. Board of Permit Appeals (1943) 23 Cal.2d 303, 315; and Faulkner
v. California Toll Bridge Authority (1953) 40 Cal.2d 317, 326.)
A
writ of mandate is appropriate, however, when discretion is exercised
arbitrarily, capriciously and/or entirely lacking in evidentiary support.
There
is no dispute the County enjoys appropriately exercised discretion to decide the
lowest responsible and responsive bidder in response to a request for bid.[3]
Here, Petitioner’s allegations do not challenge the fact of the County’s
discretion. Instead, Petitioner alleges the County’s exercise of discretion was
arbitrary,
capricious and/or entirely lacking in evidentiary support because the County
deviated from the requirements of the RFB and the award process.
The County also contends
it exercised its discretion by waiving Brady and Aramsco’s failure to include
certain documents in its bid proposal. The County argues the omissions were “minor
technical errors.” (Demurrer 13:11-12.) The County asserts public entities
have the power to waive deviations from specified instructions in a public
contract bid so long as the deviations are inconsequential. (Ghilotti
Construction Co. v. City of Richmond (1996) 45 Cal.App.4th 897, 900.)
Whether the failures of
Brady and Aramsco to provide certain information in their proposals constitutes
“minor
technical errors” is an issue the court cannot resolve on demurrer. (Demurrer
13:11-12.) The court has no factual context to make such a finding. The court
cannot find the failures by Brady and Aramsco were inconsequential as a matter
of law.
Finally,
the County argues Petitioner would have been disqualified but for the County’s
exercise of discretion. The County advises Petitioner’s inability to supply three
line item products would have barred Petitioner from an award of the contract because
its bid proposal was technically nonresponsive to requirements of the RFB.
(Reply 2:14-16.) Such fact—even if true—does not undermine the legal basis of
Petitioner’s claim the County legally erred in awarding a contract to Brady and
Aramsco.
CONCLUSION
For the foregoing reasons, the court will overrule the
demurrer.
The court intend to set the matter for an expedited
trial given the relief sought.
IT IS SO
ORDERED.
March
24, 2023 ________________________________
Hon. Mitchell
Beckloff
Judge of the
Superior Court
[1]
For example, Item 25 in the products sought by the RFB is a toilet seat cover
that includes Aramsco’s branding, “Empire Cleaning Supply,” as well as its logo,
on the product. (Pet., ¶ 9.)
[2]
Petitioner also raised issues about the bid specifications. (Pet., ¶ 16.b. [“If
line items in the RFB have specifications for private label products made by a
manufacturer for one specific vendor, and the County rejects alternatives from
other vendors, then the vendor for whom private label products are made has an
unfair advantage, as Aramsco did under these circumstances.”])
[3]
A “responsible bidder” is a bidder who has demonstrated the attribute of
trustworthiness, as well as quality, fitness, capacity, and experience to
satisfactorily perform the public works contract. (See Pub. Contract Code, §
1103.)