Aqua-Tech, Inc. v. United States Army Corps of Engineers

564 F. Supp. 773, 31 Cont. Cas. Fed. 71,243
CourtDistrict Court, District of Columbia
DecidedJune 7, 1983
DocketCiv. A. No. 83-1260
StatusPublished

This text of 564 F. Supp. 773 (Aqua-Tech, Inc. v. United States Army Corps of Engineers) is published on Counsel Stack Legal Research, covering District Court, District of Columbia primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Aqua-Tech, Inc. v. United States Army Corps of Engineers, 564 F. Supp. 773, 31 Cont. Cas. Fed. 71,243 (D.D.C. 1983).

Opinion

MEMORANDUM OPINION

BARRINGTON D. PARKER, District Judge:

Plaintiff Aqua-Tech, Incorporated, has filed suit against the United States Army Corps of Engineers and other officials in the Department of the Army alleging that those defendants, in denying plaintiff’s low bid in a formally advertised procurement procedure, failed to comply with the standards of the Administrative Procedure Act, 5 U.S.C. § 706(2)(A), violated the Armed Services Procurement Act of 1947,10 U.S.C. § 2305, and the relevant Defense Acquisition Regulation, 32 C.F.R. § 2-407.1.

Plaintiff contends that it was a responsible bidder whose bid conformed to the advertised procurement standard and that its bid was the most advantageous to the United States, price and other factors considered. Even though its bid was responsible and responsive to the advertised procurement, Aqua-Tech alleges that the contract was unlawfully awarded to another firm.

The plaintiff seeks an order in the nature of mandamus, requiring the Chief, Army Corps of Engineers, to terminate the successful bidder contract because it was awarded arbitrarily, capriciously, and in violation of applicable laws and regulations. Aqua-Tech also seeks permanent injunctive relief and judgment declaring that it should be awarded the contract.

The complaint was filed on May 2, 1983. The parties agreed upon an accelerated briefing schedule and that the matter could be heard on cross motions for summary judgment. The Court has considered the [775]*775various memoranda, affidavits, exhibits and oral argument of counsel for the parties, and concludes that summary judgment should be granted to the defendants and this proceeding be dismissed. The reasons for this determination are set out in the discussion which follows.

BACKGROUND

On December 3, 1982, the United States Army Corps of Engineers issued an Invitation for Bids (IFB), for removal of toxic wastes from the Chem-Dyne Site located in Hamilton, Ohio. The IFB originally provided that bids would be received on January 18, 1983. Pursuant to a series of amendments, the deadline for submission of bids was extended to March 17, 1983.

Hazardous wastes located on the Chem-Dyne Site pose a significant risk to the health and welfare of the public and the environment through contamination of the ground water and from fire. Any delay in the removal of such wastes presents a direct threat to the public health of the community and increases the possibility of additional environmental damage. Delay at this time would be especially critical because failure to complete the clean-up prior to next winter (1983-84) would create substantially greater likelihood of rupture of vessels holding the wastes. Affidavits of David C. Strayer, ¶¶4-6,1 and Stanley Car-lock, ¶18.2

The IFB required, inter alia, transportation of the waste materials directly to an approved disposal site, and disposal of the waste material at that site. Polychlorinat-ed Biphenyls (PCBs) are one of the primary categories of toxic and hazardous waste materials involved in the clean-up of the site. The U.S. Environmental Protection Agency (EPA) requires that waste materials containing PCBs with concentrations exceeding 500 parts per million (ppm) be disposed of only in an incinerator which complies with Annex I of EPA regulations issued pursuant to the Toxic Substances Control Act, 15 U.S.C. § 2605. See 40 C.F.R. §§ 761.60 and 761.70.

Counsel for the parties have agreed that there are only two Annex I Incinerators in the United States which are permitted to burn PCBs exceeding 500 ppm. Those incinerators are operated by ENSCO, Inc. and Rollins, Inc.

Paragraphs 3.1 and 3.2 of Section 1A of the special provisions of the IFB required the bidder to submit certain information and certifications with the bid, and also provided that “[fjailure to submit the information and certification will render the bid nonresponsive, and the bid will not be considered for award.” Note 4 to the bid forms requires that each bidder “[l]ist approved disposal facilities and transporters the bidder proposes to use on the [Bid Form] pages provided.” This requirement was reiterated elsewhere in the IFB.

4.2. The Contractor must supply as part of his bid proposal a list of proposed disposal sites, type of disposal at this site, as well as types of materials and quantities which will be accepted.... The Contractor must also provide at this time a letter from each proposed disposal site agreeing to the acceptance of the proposed quantities and type of materials to be disposed. 4.3..... The Contractor shall act to insure that the wastes will be promptly removed from the site and disposed of at the assigned disposal site immediately.

The IFB included within its bid forms a “Plant and Equipment Schedule” (Schedule) for the designation of the proposed “Annex I Incinerator” facility, its location, the wastes to be disposed of at that facility, and certification that the facility holds valid permits for all activities proposed at that facility. Further, the Schedule required the bidder to “[a]ttach letter of intent/commitment from facility to accept the type, quantity, and concentration of wastes for the duration of the contract as specified.” The purpose of these requirements was to en[776]*776sure “that the wastes will be removed from the [Chem-Dyne] site and disposed of at the assigned disposal site immediately,” and that it be done in accordance with all state and federal requirements. Carlock Aff. ¶ 7.

The IFB also required that waste be hauled directly from the project site to the final disposal site, and prohibited interim transportation to a waste storage facility. This requirement was intended to minimize the risk of spillage or contamination from unnecessary handling and transport of the material. Carlock Aff. ¶ 8.

Seven bids were received in response to the IFB. The bids were opened on March 17, 1983. Aqua-Tech, Inc., submitted the lowest bid ($1.35 million) followed by Sevenson Construction Corp. ($1.53 million), and O.H. Materials Co. (O.H.) ($1.76 million). Carlock Aff. ¶10. On April 5, 1983, the contract was awarded to O.H. Materials Co. and Aqua-Tech was notified that its bid had been disqualified. Aqua-Tech, Inc., did not include with its bid the Schedule pertaining to the Annex I Incinerator which it intended to use for burning PCBs exceeding 500 parts per million. However, Aqua-Tech did submit two forms entitled “Approved Solid Waste Landfill One.” The second form was altered by inserting the word “Incinerator” after the title, and Chemical Waste Management of Alabama, Inc. (“CWM” or “Chemical Waste”) was designated as the facility to be used. Carlock Aff. ¶11.

There is a dispute as to whether Aqua-Tech submitted any letter of intent/commitment to receive wastes containing PCBs in excess of 500 ppm. The official bid file maintained by the Corps does not contain any such document. Carlock Aff. ¶ 11.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
564 F. Supp. 773, 31 Cont. Cas. Fed. 71,243, Counsel Stack Legal Research, https://law.counselstack.com/opinion/aqua-tech-inc-v-united-states-army-corps-of-engineers-dcd-1983.