Brewer Environmental Industries, Inc. v. A.A.T. Chemical, Inc.

832 P.2d 276, 73 Haw. 344
CourtHawaii Supreme Court
DecidedJuly 14, 1992
DocketNO. 15449
StatusPublished
Cited by2 cases

This text of 832 P.2d 276 (Brewer Environmental Industries, Inc. v. A.A.T. Chemical, Inc.) is published on Counsel Stack Legal Research, covering Hawaii Supreme Court primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Brewer Environmental Industries, Inc. v. A.A.T. Chemical, Inc., 832 P.2d 276, 73 Haw. 344 (haw 1992).

Opinion

*345 OPINION OF THE COURT BY

WAKATSUKI, J.

Defendant-Appellant A.A.T. Chemical, Inc. (AAT), appeals from the trial court order granting Plaintiff-Appellee Brewer Environmental Industries, Inc.’s (Brewer) motion for summary judgment. The trial court granted summary judgment in favor of Brewer, thereby invalidating Defendant-Appellee City and County of Honolulu’s (City) purported contract award to AAT to supply liquid chlorine, and directing the City to rebid the contract upon new specifications and procedures as required by law.

We affirm.

I.

Brewer originally instituted this action in its capacity as a taxpayer and bidder to set aside the City’s attempted contract award to AAT for the furnishing and delivery of liquid chlorine for water and wastewater treatment under City Proposal Document No. 8684. Brewer sought award of the contract to itself as the lowest responsible bidder, or in the alternative, rebidding of the contract on proper contract specifications and terms free of the irregularities and illegalities which allegedly occurred in the initial bidding process.

*346 In September 1990, the City issued a Notice to Bidders soliciting sealed tenders for the furnishing and delivery of liquid chlorine for water and wastewater treatment for an 18-month period commencing November 1, 1990. The Notice further provided that the form of proposal and specifications could be obtained from the Office of the Division of Purchasing upon application for Proposal Document No. 8684.

Brewer, who had been awarded the contract with the City for the supply of liquid chlorine for 17 previous years, timely submitted its bid in accordance with the statutory and administrative requirements on the specified deadline at 2 p.m. on October 15, 1990. Earlier that morning, however, the City notified Brewer that the deadline for the submission of bids was extended until October 26,1990 at the request of another potential bidder who was not yet prepared to submit its bid.

In fact, AAT had requested extension of the bidding deadline because:

The quantity stipulated in the bid document needs clarification as to the number of one-ton cylinders that are most likely going to be required during the contract period. This number has a direct bearing on the number of one-ton cylinders that would be required to service the need____Our supplier requires additional time to resolve the issue of sufficient one-ton cylinders. We seek this extension to permit us to resolve the quantity issue since it directly affects the bid price. The C&C stands to benefit substantially in savings.

Record on Appeal (ROA), Vol. 1, at 227-28 (emphasis added).

Thereafter, City representative O.B. Hayden advised AAT’s President Louis Maurina that AAT could acquire such additional information directly from the City operating personnel at the facilities to be serviced, specifically, the Sand Island sewage treatment plant. AAT subsequently contacted the Sand Island *347 personnel and obtained specific information which enabled it to conclude that fewer one-ton cylinders would be required than the quantity estimates set forth in the contract specifications.

In the meantime, various Brewer representatives inquired of the City about the reason for the bidding extension. The City simply replied that it favored competition, but never provided any specific, additional information modifying the contract specifications to Brewer. According to City representatives, this was pursuant to the City Purchasing Division’s policy of protecting the confidentiality of bidders to promote competitive bidding.

AAT and Brewer were the only bidders for this contract and their bids were opened on October 26, 1990. AAT was the low bidder and was subsequently awarded the contract.

Brewer protested the award of the contract to AAT under the City’s administrative procedures, inter alia, on the ground that AAT was not a qualified or responsible bidder. By letter dated December 20,1990, the City advised Brewer that it had considered and rejected Brewer’s objections of the contract award to AAT.

On December 3, 1990, Brewer instituted the present action seeking injunctive relief and a mandamus declaring any contract award void and directing the City to award the contract to itself or to order a rebid for the contract.

The circuit court granted Brewer’s motion for preliminary injunctive relief, enjoining commencement of the contract award pending a trial on the merits of Brewer’s claims. Upon completion of discovery, on March 25,1991, Brewer filed its summary judgment motion. On June 25, 1991, the order granting Brewer’s motion for summary judgment was filed.

II.

The genesis of much of our State’s competitive bidding law is set forth in the decisions of this court in Lucas v. American-Hawaiian Engineering & Construction Co., 16 Haw. 80 (1904), *348 and Wilson v. Lord-Young Engineering Co., 21 Haw. 87 (1912). In Lucas, this court concluded that any irregularity in the bidding process which permits or contributes to bidders submitting bids on different terms or with unequal information invalidates the bidding and any contract awarded thereon. Moreover, where contract specifications are indefinite or misleading as to prevent real competition between the bidders, no valid contract can exist. Wilson, 21 Haw. at 89; see also Federal Elec. Corp. v. Fasi, 56 Haw. 57, 527 P.2d 1284 (1974).

In Lucas, the court held that the indefiniteness of a quantity requirement (the number of existing pilings which could be incorporated into a new structure) invalidated the bidding process and rendered the award and execution of the contract illegal and void. The court explained:

This tended to prevent competition and to defeat the law requiring the call for tenders. It moreover opened the door to favoritism and fraud by making it possible for the Superintendent of Public Works to give definite assurances to a favored bidder as to the number of old piles which would be permitted to be used in the work; thus enabling him to under bid others who might consider it unsafe to bid on any other basis than that of new piles for the entire work, there being no certainty under the specifications that any old ones could be used.

16 Haw. at 89.

The court concluded that “[g]enuine competition can only result when parties are bidding against each other for precisely the same thing and on precisely the same footing.” Id. at 90. Therefore, although performance on the contract had already begun and there was no evidence of any actual “inside” information provided to any bidder supplementing the indefinite specification, the mere possibility that inside information could be provided and could be

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

Related

Harris v. DeSoto
911 P.2d 60 (Hawaii Supreme Court, 1996)

Cite This Page — Counsel Stack

Bluebook (online)
832 P.2d 276, 73 Haw. 344, Counsel Stack Legal Research, https://law.counselstack.com/opinion/brewer-environmental-industries-inc-v-aat-chemical-inc-haw-1992.