Kokosing Construction Co. v. Dixon

594 N.E.2d 675, 72 Ohio App. 3d 320, 1991 Ohio App. LEXIS 342
CourtOhio Court of Appeals
DecidedJanuary 31, 1991
DocketNo. CA-12168.
StatusPublished
Cited by10 cases

This text of 594 N.E.2d 675 (Kokosing Construction Co. v. Dixon) 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
Kokosing Construction Co. v. Dixon, 594 N.E.2d 675, 72 Ohio App. 3d 320, 1991 Ohio App. LEXIS 342 (Ohio Ct. App. 1991).

Opinion

Grady, Judge.

Plaintiff-Appellant, Kokosing Construction Co. (Kokosing), appeals the trial court’s decision denying it injunctive relief and ordering the city of Dayton to execute a construction contract with Shook, Inc. (Shook). The trial court found that Dayton acted within its discretion in rejecting Kokosing’s bid, but abused its discretion in rejecting Shook’s bid as nonresponsive as its affirmative-action statement was not signed. The court characterized this omission a “clerical oversight” that gave Shook no competitive advantage in the bidding process.

Kokosing appeals this decision, essentially presenting two issues for our consideration. First, did the trial court abuse its discretion in finding that Dayton acted within the scope of its discretion by reletting a construction contract on which Kokosing was allegedly the lowest responsive bidder? Second, did the trial court abuse its discretion in finding that Shook’s failure to sign an affirmative-action statement was a clerical oversight which did not render its bid nonresponsive?

For reasons explained more fully below, we conclude the trial court did not abuse its discretion. The judgment of the trial court will, accordingly, be affirmed.

*323 I

At the heart of this dispute is a series of construction bids submitted to Dayton in response to an invitation to bid for contracts to construct improvements at the Ottawa Water Treatment Facility. In 1989, Dayton invited bids on Contract Nos. 4 and 4A and 5 and 5A. Contract Nos. 4 and 5 were contracts for general construction at the facility while Contract Nos. 4A and 5A were subcontracts for electrical work to be completed in conjunction with the general construction.

The invitation to bid on Contract Nos. 5 and 5A contained the following statement:

“The estimated contract construction costs are presented below. No award shall be made if the lowest bid (total of individual bids) exceeds the total estimate.
“General Construction Contract No. 5: $6,246,000
“Bid Package No. 5A: $1,237,000
“Contract No. 5 Total Estimate: $7,483,000”

Under this bid review and contract-award scheme, applicable to all bids under consideration, no contract would be awarded if the combined bids for the general contract and corresponding subcontract exceeded the engineer’s total estimate for the contract.

The legal notice soliciting bids for Contract Nos. 4 and 4A and 5 and 5A described the improvements to be made to the water treatment facility. It then went on to state:

“GENERAL CONSTRUCTION CONTRACT NO. 4 [5] BID PACKAGE 4A [5A] ELECTRICAL

“Once a successful bidder is identified for Bid Package 4A [5A], the Contract will be assigned to the successful bidder of the General Construction Contract who will execute one single contract with the City of Dayton for all work.

“Each separate proposal shall be complete in all respects as required by the Contract Documents. Combined bids will not be accepted.

it * * *

“Each bidder must ensure that all employees and applicants for employment are not discriminated against because of race, color, religion, sex or national origin.

“No bids will be considered unless the bidder is represented at a pre-bid conference * * *. The purpose of this pre-bid conference is to explain the *324 provisions of Section 35.14 and Sections 35.32 of the Revised Code of General Ordinances regarding equal employment opportunity provisions and minority business enterprises (MBE) certification, and the rules and regulations of the Human Resources Counsel with respect thereto.

“The Director of the Department of Water reserves the right to reject any and all bids." (Emphasis added.)

When Dayton received bids for Contract Nos. 4 and 4A, the combined proposal of the two lowest bidders exceeded the engineer’s total estimate for the contract. Although the bid for Contract No. 4A was under the engineer’s estimate, the corresponding bid for Contract No. 4 substantially exceeded the estimate. The city then discovered that the engineer’s estimate for Contract No. 4 was wholly inadequate. Rather than reject both bids, as was Dayton’s right, the city held the lowest bid for Contract No. 4A and relet Contract No. 4 in light of a revised engineer’s estimate.

Kokosing and Shook submitted competing bids for Contract No. 5. Kokosing’s bid was approximately $23,000 under the engineer’s estimate and Shook’s bid was approximately $332,000 under the estimate. However, the lowest bid on the subcontract, Contract No. 5A, exceeded the engineer’s estimate by approximately $120,000. When Shook’s bid was coupled with the subcontractor’s bid, the combined proposal was below the engineer’s total estimate for the project. However, because Shook did not sign its affirmative-action statement, Dayton rejected the bid as nonresponsive. Kokosing submitted a properly executed affirmative-action statement.

Kokosing’s bid was deemed the lowest responsive bid. However, when its bid was coupled with the lowest bid for Contract No. 5A, the combined proposal exceeded the engineer’s total estimate by approximately $97,000. Under Section 91 of the Dayton City Charter, the city was prohibited from awarding the contract. However, unlike the situation with Contract Nos. 4 and 4A, the city rejected both bids and relet the project as a single contract. Bruce Henkel, chief engineer for the water division, testified that the city took this approach because:

“In this case, this is the last contract [contracts 5 and 5A] of a series of five; the budget for the entire project is basically at its limit, we saw no way that we could rebid the package without adding more money to the electrical portion, if we were to go that way. Since the general portion was under by a very narrow margin, we thought we could take advantage of a combining of the two packages into one and rebid it as one contract versus two.”

By combining Contract Nos. 5 and 5A into a single contract the city hoped to save some $97,000.

*325 On February 7, 1990, Kokosing filed a complaint and motion for a temporary restraining order, preliminary injunction and permanent injunction seeking an order that Dayton award Kokosing bid Contract No. 5. The next day the trial court issued a temporary restraining order forbidding Dayton to relet Contract No. 5. Shortly thereafter, on March 1,1990, Shook filed a motion to intervene pursuant to Civ.R. 24, and a complaint alleging that it had submitted the lowest responsive bid. Shook sought an order that Dayton award it bid Contract No. 5. The matter came for a hearing on March 2, 1990.

Following the hearing, the trial court entered a decision, entry and order granting Shook a permanent injunction prohibiting Dayton from reletting the contract. The court refused to “judicially amend the City of Dayton’s decision and decisionmaking process.” The trial court found Shook’s failure to sign its affirmative action statement was a clerical error that did not render the bid nonresponsive.

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

Related

Walsh Construction Co. v. City of Toledo
53 F. Supp. 3d 1012 (N.D. Ohio, 2014)
Walsh/II in One Joint Venture III v. Metropolitan Water Reclamation District
904 N.E.2d 1158 (Appellate Court of Illinois, 2009)
Monarch Construction Co. v. Ohio School Facilities Commission
2002 Ohio 2955 (Court of Common Pleas of Ohio, Franklin County, Civil Division, 2002)
Miami Valley Contractors, Inc. v. Village of Oak Hill
671 N.E.2d 646 (Ohio Court of Appeals, 1996)
Prime Contractors, Inc. v. City of Girard
655 N.E.2d 411 (Ohio Court of Appeals, 1995)
BFI Waste Systems v. City of Garfield Heights
640 N.E.2d 227 (Ohio Court of Appeals, 1994)

Cite This Page — Counsel Stack

Bluebook (online)
594 N.E.2d 675, 72 Ohio App. 3d 320, 1991 Ohio App. LEXIS 342, Counsel Stack Legal Research, https://law.counselstack.com/opinion/kokosing-construction-co-v-dixon-ohioctapp-1991.