G.D. Womack Trenching, Inc. v. Maitland Water System, Inc.

870 So. 2d 579, 3 La.App. 3 Cir. 1579, 2004 La. App. LEXIS 856, 2004 WL 737374
CourtLouisiana Court of Appeal
DecidedApril 7, 2004
DocketNo. 03-1579
StatusPublished
Cited by3 cases

This text of 870 So. 2d 579 (G.D. Womack Trenching, Inc. v. Maitland Water System, Inc.) is published on Counsel Stack Legal Research, covering Louisiana Court of Appeal primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
G.D. Womack Trenching, Inc. v. Maitland Water System, Inc., 870 So. 2d 579, 3 La.App. 3 Cir. 1579, 2004 La. App. LEXIS 856, 2004 WL 737374 (La. Ct. App. 2004).

Opinion

JjPICKETT, Judge.

Maitland Water System, Inc., appeals the judgment of the trial court which withdrew the award of a public contract to Jabar Corporation and awarded the contract to G.D. Womack Trenching, Inc. Ja-bar also appeals this judgment.

FACTS

Maitland Water Systems, Inc. (Mait-land), a public corporation, was required to move some of its water lines because the Louisiana Department of Transportation and Development (DOTD) planned to widen Louisiana Highway 15 from Sicily Island to the Concordia Parish line. Maitland and DOTD entered into a contract regarding the relocation of the lines. Maitland was responsible for doing the work, DOTD was to pay for the work, and all plans had to be coordinated and approved by DOTD through its project engineer, James Free. Maitland retained McManus Consulting Engineers (McManus) to oversee the preparation for the project, including soliciting bids for work related to the relocation of the water lines. One of the elements of the project involved digging a trench, placing pipe, and backfilling the trench.

McManus advertised the right to bid on the project in September 2002. The Bid Form, which had been sent to DOTD for approval in June 2002, included a Base Bid and an Additive Alternative No. 1. The Base Bid included all phases of the project. The Alternate Bid was included because in the areas within the road’s right of way, it was contemplated that the trenches could not simply be backfilled with the dirt originally removed from the trench but had to be filled with select backfill. The alternate bid form suggested that 3,650 cubic yards of backfill would have to be ^removed, disposed of, and replaced with select back-fill. The bid form asked for a unit price per cubic yard for this work.

The bids were opened on October 8, 2002, by Max Larche of McManus. The total amount of the bids was as follows:

Contractor

Base Bid Alternative No. 1 Total

Womack

KCS Construction

Camo Construction

Jabar

$212,218.00

$235,192.40

$256,018.80

$197,926.71

$21,900.00

$34,675.00

$35,587.50

$87,602.00

$239,118.00

$269,867.40

$291,606.30

$285,528.71

While Jabar had the lowest Base Bid, its bid for Alternative No. 1 was at a rate of $4.00 per cubic yard for disposal of backfill and $20.00 per cubic yard for select fill, Since Womack’s bid for Alternative No. 1 was at a rate of $1.00 for disposal of backfill and $5.00 for select fill, its total bid price was lower.

[581]*581On October 11, 2002, Larche sent the bid tabulation sheet and Jabar’s low Base Bid to John Tyler of DOTD. After reviewing the bid sheets, Tyler called Larche and told him that the project did not require 3,650 cubic yards of backfill to be replaced with select fill because select fill would only have to be used where the water line crossed the road. After speaking with Tyler, Larche reviewed the plans and determined that no more than 140 cubic yards of backfill would have to be disposed of and replaced with select fill. On October 24, 2002, Larche recalculated the total amounts of the bids, changing only the quantity for the Alternative No.l. The result was as follows:

Womack $212,218.00

KCS Construction $235,192.40

Camo Construction $256,018.80

Jabar $197,926.71

$ 890.00 $1330.00 $1365.00 $3360.00

$218,058.00

$236,522.40

$256,383.80

$201,286.71

| ¡¡Following this recalculation, it was determined that Jabar was the lowest bidder. McManus recommended to Maitland that the contract be awarded to Jabar. DOTD approved, and the contract was awarded to Jabar. The other bidders, including Wom-ack, were given notice that Jabar had been awarded the contract on November 18, 2002.

Representatives of Jabar, McManus, and Maitland met to discuss the project on January 9, 2003. On January 14, because DOTD requested that a stop work order issue because of delays in clearing and grubbing, a stop work order was issued by McManus. The letter from Larche to Ja-bar specifically stated that Jabar should continue ordering materials for the project. On April 11, 2003, Jabar sent an invoice to DOTD for pipe that it had purchased for the project and was stockpiling at the Maitland office.

On May 5, 2003, Womack filed a petition against Maitland and Jabar to enjoin performance of the contract between Maitland and Jabar and to declare the contract illegal and void. Womack claimed that its bid was the lowest bid and that Maitland engaged in post-bid manipulation that made Jabar’s bid the lowest bid. Womack also sought an order declaring it to be the lowest bidder and awarding it the contract. The trial court issued a Temporary Restraining Order on May 5, 2003.

Maitland and Jabar answered the petition, asserting that the bid was not manipulated for the purpose of awarding Jabar the bid. Maitland claimed it had the authority by the terms of the bid itself to modify the alternate bid to conform to the work requirements of DOTD. Maitland and Jabar also claimed that Womack’s suit was untimely and that the delay of six months before filing suit constituted waiver of objection. The trial court held a hearing on May 29, 2003, which the parties | ¿stipulated would constitute trial of the preliminary and permanent injunctions and all other issues.

The trial court issued a written ruling on August 23, 2003. The trial court ruled that the reduction of the quantities in the alternate bid was a violation of La.R.S. 38:2212. The trial court further found that the bid form, reserving to Maitland the right to decrease quantities, did not allow Maitland to recalculate the bid using lower quantities for the alternate bid. The trial court further found that Womack’s suit was not untimely. The trial court declared the contract between Maitland and Jabar null and void and ordered Maitland to award the contract to Womack. Finally, [582]*582the trial court authorized Maitland to issue a change order allowing it to purchase the pipe Jabar , had stockpiled and deducting that from the contract awarded to Wom-ack. A judgment to that effect was signed on September 8, 2003. Maitland and Ja-bar now appeal that ruling.

ASSIGNMENTS OF ERROR

Maitland asserts three assignments of error:

1. The Trial Court erred in its conclusion under the undisputed facts that the recalculation of the alternative bids and the award to Jabar violated La.R.S. 38:2212.
2. The Trial Court erred in concluding that the reservation of the right to reduce quantities did not grant Maitland the right to recalculate the bid.
3. Alternatively, the Trial Court erred in ordering that the contract be awarded to Womack.

Jabar Corporation adopts the assignments of error alleged by Maitland and also complains that the trial court erred in refusing to find that Womack’s petition was untimely and, thus, failed to state a cause of action.

DISCUSSION

We will begin by addressing the issue of whether Womack’s complaint was timely.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
870 So. 2d 579, 3 La.App. 3 Cir. 1579, 2004 La. App. LEXIS 856, 2004 WL 737374, Counsel Stack Legal Research, https://law.counselstack.com/opinion/gd-womack-trenching-inc-v-maitland-water-system-inc-lactapp-2004.