Cleveland Construction, Inc. v. Ohio Department of Administrative Services

700 N.E.2d 54, 121 Ohio App. 3d 372
CourtOhio Court of Appeals
DecidedJune 10, 1997
DocketNo. 96APE05-686.
StatusPublished
Cited by18 cases

This text of 700 N.E.2d 54 (Cleveland Construction, Inc. v. Ohio Department of Administrative Services) is published on Counsel Stack Legal Research, covering Ohio Court of Appeals primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Cleveland Construction, Inc. v. Ohio Department of Administrative Services, 700 N.E.2d 54, 121 Ohio App. 3d 372 (Ohio Ct. App. 1997).

Opinion

John C. Young, Judge.

This matter is before this court upon the appeal of Cleveland Construction, Inc. (“Cleveland”), appellant, from the May 7, 1996 judgment entry of the Franklin County Court of Common Pleas. The history of this case is as follows: Cleveland is an Ohio corporation that submitted a bid to complete Phase I of a public works project known as the Max M. Fisher College of Business (“Fisher Project”) at the Ohio State University. The Department of Administrative Services (“DAS”) is an agency for the state of Ohio that acts as the contracting authority for the state on public construction projects. The Ohio State University (“OSU”) is the agency that will occupy the project once it is completed.

In February 1996, DAS sought to procure bids for the Fisher Project. As part of the contract documents which potential bidders received, DAS included its “Standard Conditions of Contract for Construction,” which further contained “Instructions to Bidders.” Sections 3.5.3 and 3.5.4 of the Instructions to Bidders provide information pertinent to the determination of whether a bidder is a “responsible” bidder and lists the factors set forth in R.C. 9.312. R.C. 9.312 provides that a contract will be awarded to the lowest responsive and responsible bidder.

Cleveland submitted a base bid for the “general trades” portion of the project in the amount of $22,898,000. Cleveland further submitted bids for alternates one through fourteen, bringing the total base bid, plus alternates, to $24,421,000. The other apparent low bidders on the project were appellee Danis Building Construction Company (“Danis”) and Dick Construction (“Dick”). The base bid submitted by Danis for the general trades portion of the project was $23,278,000, and the base bid for the general trades portion of the project submitted by Dick was $22,987,000.

*379 At the February 21, 1996 bid opening, both Jill Morelli and Chuck Hamilton, who represented the OSU Architect’s Office at the bid opening, raised concerns about prior work that Cleveland had performed on OSU’s campus. Morelli’s concern stemmed from the work Cleveland performed as the interior packages contractor on the building which is currently occupied by Morelli and the OSU Architect’s Office. The parties dispute whether Cleveland failed to complete several punch list items. Hamilton’s concern stemmed from the fact that he understood Cleveland to be an interior packages construction company, and did not know whether Cleveland had ever performed as the lead contractor on a public works project of the scope and complexity of the Fisher Project. At trial, Tom Poulton, the Project Administrator for the Office of Construction Management of DAS, expressed a similar concern.

Subsequent to the submission of the bids, Morelli recommended to DAS that two apparent low bidders be announced, namely Cleveland and Dick, because the decision as to which alternates to accept had not yet been determined. Thereafter, OSU made its decision to accept all of the general trades contract alternatives. Thus, Cleveland was the apparent low bidder and Danis was the second low bidder.

On or about March 4, 1996, Morelli met with counsel for DAS to discuss conducting a responsibility investigation as contemplated under R.C. 153.08 and 9.312. Morelli sent a letter to Randy Fischer of the office of State Architect/Engineer, requesting that additional information be obtained from each of the prime contractors that had submitted bids for the Fisher Project, including the three lead general contractors. An investigation to determine whether Cleveland, Danis, and Dick were responsible bidders for the project was conducted as set forth below.

On March 5, 1996, the deputy director for DAS, George Kaitsa, sent a letter to nine contractors requesting that they submit information on the following criteria:

“(1) experience of the bidder, including a list of recent public projects completed of a similar nature. Mr. Kaitsa asked the contractors to indicate the scope and value of their contracts and the name of an owner representative for a reference;
“(2) financial condition of the bidder, including a certified financial statement;
“(3) conduct and performance of the bidder on previous contracts, including any prevailing wage complaints, EEOC regulation issues or citations from EPA, OSHA or other regulating entities;
“(4) facilities of the bidder; and,
“(5) management skills of the bidder.”

*380 Kaitsa indicated that as to numbers four and five, the bidders could submit any information they deemed relevant to these factors. Cleveland received Kaitsa’s March 5 letter and responded accordingly. Prior to its response, Cleveland did not contact DAS to request any direction or assistance in responding to this letter.

Morelli also formed a committee to review the information submitted in response to Kaitsa’s March 5 letter. The members of the committee were as follows: Greg Honzo, a representative of Gilbane Building Company, the construction manager for the Fisher Project; Dick Carpenter, a representative of Karlsberger & Company, the associate architect for the project; and Hamilton.

Between March 5 and March 18, 1996, the committee conducted an analysis of the bidders that submitted bids for the project using the information submitted by the bidders in response to Kaitsa’s March 5 letter. The committee developed a series of standardized questions to ask the bidders about their experience, financial condition, conduct and performance on prior contracts, facilities and management skills. The committee also conducted a series of reference checks using projects submitted by the various bidders. Honzo performed reference checks for those contractors that bid to serve as the lead contractor oh the Fisher Project. It should be noted that reference checks were also performed for some of the other contractors on the project, even though they would not serve as the' lead contractor.

Honzo contacted representatives of the RTA Bus Garage Project in Cleveland, Ohio, and the Design Architecture and Art Planning Project (“DAAP”) at the University of Cincinnati. Honzo testified that he chose not to contact Cleveland’s private references, simply because those projects were retail in nature and were in no way comparable in scope and complexity to the Fisher Project. It should be noted that several of the references for these private projects were contacted later by Kaitsa when he conducted his independent investigation, after the protest meeting.

As a result of their investigation, the committee and OSU ultimately made a recommendation to DAS that Cleveland be found not responsible and that Danis be awarded the contract. The results of the committee’s investigation are contained in the March 19, 1996 letter to Deputy Director George Kaitsa, which, although signed by Morelli, was drafted by the committee members. On or about March 20, 1996, Morelli and Kaitsa met to discuss the results of the committee’s investigation. Kaitsa reviewed the committee’s results and further reviewed a spreadsheet prepared by the committee.

Kaitsa testified that at that time he did not conduct an independent investigation but, rather, relied on the findings of the committee.

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

Related

Fabrizi Recycling, Inc. v. Cleveland
2022 Ohio 1395 (Ohio Court of Appeals, 2022)
Walsh Construction Co. v. City of Toledo
53 F. Supp. 3d 1012 (N.D. Ohio, 2014)
Swink v. Greater Cleveland Regional Transit Authority
925 N.E.2d 1031 (Ohio Court of Appeals, 2009)
Brakefire, Inc. v. Overbeck
2007 Ohio 6464 (Clermont County Court of Common Pleas, 2007)
Cleveland Construction, Inc. v. City of Cincinnati
169 Ohio App. 3d 627 (Ohio Court of Appeals, 2006)
Sequoia Voting Systems, Inc. v. Ohio Secretary of State
796 N.E.2d 598 (Ohio Court of Claims, 2003)
Monarch Construction Co. v. Ohio School Facilities Commission
779 N.E.2d 844 (Ohio Court of Appeals, 2002)
Monarch Construction Co. v. Ohio School Facilities Commission
2002 Ohio 2955 (Court of Common Pleas of Ohio, Franklin County, Civil Division, 2002)
Rein Construction Co. v. Trumbull County Board of Commissioners
741 N.E.2d 979 (Ohio Court of Appeals, 2000)

Cite This Page — Counsel Stack

Bluebook (online)
700 N.E.2d 54, 121 Ohio App. 3d 372, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cleveland-construction-inc-v-ohio-department-of-administrative-services-ohioctapp-1997.