Lamar Contractors, L.L.C. v. City of New Orleans and Smith Construction Co.

CourtLouisiana Court of Appeal
DecidedDecember 15, 2021
Docket2021-CA-0489
StatusPublished

This text of Lamar Contractors, L.L.C. v. City of New Orleans and Smith Construction Co. (Lamar Contractors, L.L.C. v. City of New Orleans and Smith Construction Co.) 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
Lamar Contractors, L.L.C. v. City of New Orleans and Smith Construction Co., (La. Ct. App. 2021).

Opinion

LAMAR CONTRACTORS, * NO. 2021-CA-0489 L.L.C. * VERSUS COURT OF APPEAL * CITY OF NEW ORLEANS AND FOURTH CIRCUIT SMITH CONSTRUCTION CO. * STATE OF LOUISIANA *******

APPEAL FROM CIVIL DISTRICT COURT, ORLEANS PARISH NO. 2019-12416, DIVISION “D” Honorable Nakisha Ervin-Knott, Judge ****** Judge Daniel L. Dysart ******

(Court composed of Chief Judge James F. McKay, III, Judge Daniel L. Dysart, Judge Paula A. Brown)

David C. Fleshman BREAZEALE, SACHSE & WILSON, L.L.P. One American Place 23rd Floor P.O. Box 3197 Baton Rouge, LA 70821-3197

Steven B. Loeb BREAZEALE SACHSE & WILSON, L.L.P. One American Place, 23rd Floor P.O. Box 3197 Baton Rouge, LA 70821-3197

COUNSEL FOR PLAINTIFF/APPELLANT Mark Daniel McNamara TRIAL COUNSEL Donesia D. Turner SENIOR CHIEF DEPUTY CITY ATTORNEY Sunni J. LeBeouf CITY ATTORNEY 1300 Perdido Street City Hall - Room 5E03 New Orleans, LA 70112

COUNSEL FOR DEFENDANT/APPELLEE

AFFIRMED DECEMBER 15, 2021 DLD JFM In this Public Bid Law case, the plaintiff, Lamar Contractors, L.L.C., PAB appeals the trial court’s denial of its preliminary injunction and motion for

summary judgment as well as the trail court’s granting of summary judgment in

favor of the defendant, the City of New Orleans. For the reasons that follow, we

affirm.

FACTS AND PROCEDURAL HISTORY

On September 4, 2019, the City of New Orleans issued an invitation to bid

on the EMD Central Maintenance Facility public construction project.

Submissions were due on October 4, 2019. Pursuant to the bid specifications, the

two apparent lowest bidders were required to submit to the City’s Purchasing

Bureau certain documents, including DBE1 Compliance Form-1 (DBE

Responsiveness) and DBE Compliance Form-2 (Documentation of Good Faith

Efforts).

The bid specifications also set forth a disadvantaged business enterprise

contract goal of 35%. The Bid Documents included “DBE Program Information,”

1 Disadvantaged Business Enterprise.

1 with the headings: DBE Program Compliance; DBE Contractor Goal; DBE

Directory; Good Faith Effort Policy; Required DBE Forms for Bids/RFPs/RFQs;

Contractor Cooperation; Post-Award Modification; Monitoring DBE Participation;

and Failure to Comply. Pursuant to the documents, “[i]f a Bidder/Proposer fails to

submit documented Good Faith Efforts as outlined, the bid shall be considered

non-responsive.” Further, the documents stated that “[t]he OSD2 may take into

account the performance of other Bidders/Proposers in meeting the contract DBE

participation goal and may, if deemed advisable, request further information,

explanation or justification from any Bidder/Proposer.”

Lamar, the lowest responsive bidder, submitted post-bid documentation

including DBE Compliance Form-1 and Form-2. Form-2 was required because

Lamar failed to meet the project’s 35% DBE goal. Form-2 required Lamar to

demonstrate the good-faith efforts it took towards trying to achieve the DBE

participation goal.

Lamar’s initial post-bid documentation indicated that it only solicited 10

DBEs to perform work on the project. Due to Lamar’s post-bid submission’s

deficiency, the OSD reached out to Lamar to confirm the number of DBEs

contacted. Lamar informed the OSD that it had contacted more than 10 DBEs.

The OSD requested that Lamar resubmit the section of the post-bid documents

where all contacted DBEs are to be listed as well as any supporting documentation,

thereby giving Lamar an additional opportunity to demonstrate responsibility.

2 Office of Supplier Diversity.

2 Lamar submitted a second, updated DBE form that included a total of 25

DBEs as well as supporting documentation. After review of the second

submission, the OSD still determined that Lamar’s good faith efforts were

insufficient. In concluding its review, the OSD determined that Lamar “did not

demonstrate the minimum good faith efforts required to reach the [DBE] goal and

therefore is not responsible to the bid requirements” as set forth in the bid

solicitation. Lamar was informed of this decision on November 13, 2019.

An informal hearing on Lamar’s responsibility was held pursuant to La. R.S.

38:2212(X), wherein Lamar put forth evidence of its efforts to solicit DBE firms.

Following the hearing, the hearing officer issued a ruling finding that “the City was

successful in proving that Lamar is not a responsible bidder for failing to

demonstrate good faith efforts as required for DBE compliance.

On December 2, 2019, Lamar filed the instant litigation. The trial court

denied Lamar’s petition for preliminary injunction on March 4, 2020. On March

12, 2021, a hearing concerning Lamar’s and the City’s competing motions for

summary judgment took place before the trial court. On May 12, 2021, the trial

court denied Lamar’s motion for summary judgment, granted the City’s motion for

summary judgment, and dismissed Lamar’s claims with prejudice. Lamar now

appeals.

DISCUSSION

On appeal, Lamar raises the following assignments of error: (1) the district

court erred when it granted the motion for summary judgment filed by the City and

3 denied the preliminary injunction and the motion for summary judgment filed by

Lamar; (2) the district court erred by failing to address the uncontested fact that the

evidence presented by Lamar at the administrative hearing was not considered part

of the ruling; (3) the district court erred by granting the City’s summary judgment

which effectively deprived Lamar of its property right to the public contract,

without due process of law, given the undisputed fact that Lamar was the lowest

responsive bidder; and (4) the district court erred by failing to award injunctive

relief and/or damages, and by granting the City’s summary judgment which

effectively deprived Lamar of its property right to the public contract, without due

process of law.

In an appeal of the granting or denial of a preliminary injunction, the

reviewing court must look at “whether the trial court committed an error of law or

made a factual finding which is manifestly erroneous or clearly wrong.” Hamp’s

Const., L.L.C. v. Housing Authority of New Orleans, 2010-0816, p. 3 (La.App. 4

Cir. 12/1/10), 52 So.3d 970, 973 (quoting Saunders v. Stafford, 2005-0205, p. 5

(La.App. 4 Cir. 1/11/06), 923 So.2d 751, 754). The same standard of review is

also applied to the factual findings of an administrative hearing officer. Alexander

v. Pellerin Marble & Granite, 630 So.2d 706, 710 (La. 1/14/94).

Appellate courts review summary judgments de novo, “using the same

criterial applied by the trial court to determine the appropriateness of summary

judgment, i.e., whether there is any genuine issue of material fact and whether the

moving party is entitled to summary judgment as a matter of law.” Madison v.

4 Inter-Cont’l Hotels Corp., 2014-0717 (La.App. 4 Cir. 8/26//15), 173 So.3d 1246,

1250 citing Schroth v. Estate of Samuel, 2011-1385, p. 3 (La.App. 4 Cir. 4/18/12),

90 So.3d 1209, 1211; Schultz v. Guoth, 2010-0343, pp. 5-6 (La. 1/19/11), 57 So.3d

1002, 1005-06.

The Louisiana Public Bid Law (“LPBL”) permits a public body to disqualify

a bidder if it is found to be either “nonresponsive” or “non-responsible.” La. R.S.

38:2212. “Responsiveness” and “responsibility” are distinct legal concepts with

distinct consequences.

The initial determination of whether a bidder is responsive is purely

ministerial.

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

Related

Alexander v. Pellerin Marble & Granite
630 So. 2d 706 (Supreme Court of Louisiana, 1994)
JW Rombach, Inc. v. Parish of Jefferson
670 So. 2d 1305 (Louisiana Court of Appeal, 1996)
Broadmoor, LLC v. ERNEST N. MORIAL EXHIBITION
867 So. 2d 651 (Supreme Court of Louisiana, 2004)
Saunders v. Stafford
923 So. 2d 751 (Louisiana Court of Appeal, 2006)
Lumbermen's Mutual Insurance Co. v. Ruiz
77 So. 2d 84 (Louisiana Court of Appeal, 1954)
A.M.E. Disaster Recovery Services, Inc. v. City of New Orleans
72 So. 3d 454 (Louisiana Court of Appeal, 2011)
Madison v. Inter-Continental Hotels Corp.
173 So. 3d 1246 (Louisiana Court of Appeal, 2015)
Hamp's Construction, L.L.C. v. Housing Authority of New Orleans
52 So. 3d 970 (Louisiana Court of Appeal, 2010)
Schultz v. Guoth
57 So. 3d 1002 (Supreme Court of Louisiana, 2011)
Schroth v. Estate of Samuel
90 So. 3d 1209 (Louisiana Court of Appeal, 2012)

Cite This Page — Counsel Stack

Bluebook (online)
Lamar Contractors, L.L.C. v. City of New Orleans and Smith Construction Co., Counsel Stack Legal Research, https://law.counselstack.com/opinion/lamar-contractors-llc-v-city-of-new-orleans-and-smith-construction-co-lactapp-2021.