Lovering-Johnson, Inc. v. City of Prior Lake

558 N.W.2d 499, 1997 Minn. App. LEXIS 54, 1997 WL 10299
CourtCourt of Appeals of Minnesota
DecidedJanuary 14, 1997
DocketC6-96-1331
StatusPublished
Cited by2 cases

This text of 558 N.W.2d 499 (Lovering-Johnson, Inc. v. City of Prior Lake) is published on Counsel Stack Legal Research, covering Court of Appeals of Minnesota primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Lovering-Johnson, Inc. v. City of Prior Lake, 558 N.W.2d 499, 1997 Minn. App. LEXIS 54, 1997 WL 10299 (Mich. Ct. App. 1997).

Opinion

*501 OPINION

HARTEN, Judge.

Respondent City of Prior Lake awarded a contract to Rochon Corporation for construction of a maintenance and storage facility. Appellant Lovering-Johnson, Inc. (LJI), a competing bidder on the project, sought a temporary restraining order, claiming that it was the lowest responsible bidder. The district court denied the restraining order, and subsequently LJI sought reimbursement for its bid preparation costs pursuant to Minn. Stat. § 471.345, subd. 14 (1996). On cross-motions for summary judgment, the district court denied both parties’ motions. After a bench trial, the district court ordered judgment for the city dismissing with prejudice LJI’s claim. We reverse and remand with directions to the district court.

FACTS

The parties submitted this case on stipulated facts, which were adopted by the district court. On August 8, 1995, the city circulated an invitation for bids for a contract to construct a maintenance and storage facility (Project). The bid instructions contained the following provision:

The [city] shall have the right to waive informalities or irregularities in a Bid received and to accept the Bid which, in the [city’s] judgment, is in the [city’s] own best interest.

The bid form required contractors to provide a base bid and eleven alternate bids, written in both words and numbers. The alternates allowed the city to select more or less work and remain within the Project’s budget. The city anticipated that alternates 1 through 4 would be “add” and alternates 5 through 11 would be “deduct”; the pre-printed form labeled the alternates as such.

LJI, Rochon, and twelve other contractors submitted bids. On September 8, 1995, the city’s architect, Jeffrey Oertel, opened and read the bids at a public bid-opening session. Rochon’s bid form had plus signs written in front of the words and numbers for alternates 9,10 and 11, although the form labeled these alternates as “deduct.” Oertel read Roehon’s bid for alternate 11 (the only alternate at issue) as a positive number, that is, plus $21,500. After reading Rochon’s bid, Oertel heard Rochon’s representative, Luann Sawochka, groan and shake her head. After reading all the bids, Sawochka approached Oertel and informed him that Rochon intended alternate 11 to be a deduct.

Three days later, Rochon’s project manager, Jeff Wellman, called Oertel to explain that Rochon intended to bid alternate 11 as a deduct. Wellman sent Oertel a letter enclosing Rochon’s bid worksheet for alternate 11 and the bid from its subcontractor. Wellman informed Oertel that the “ + $21,500” written on Rochon’s alternate 11 bid was the result of human error. Based on this information, Oertel told Wellman that it was apparent to him that Rochon intended alternate 11 to be “ - $21,500” rather than “ + $21,500.”

Oertel and other city employees reviewed Rochon’s materials and claim of human error. The city decided it would accept Rochon’s explanation, waive the mistake as a clerical error, and allow Rochon to change alternate 11 by omitting the plus signs, thereby leaving Roehon’s bid a “deduct,” as pre-printed on the bid form. This change lowered Rochon’s total bid from $2,625,601 to $2,582,601. With LJI’s bid at $2,589,700, Roehon’s modified bid displaced LJI as the lowest bidder by approximately $7,000. Despite protests from LJI, the city council voted to award the Project contract to Rochon.

Subsequently, LJI sought injunctive relief, which was denied. Following completion of the Project, LJI filed an amended complaint seeking a declaratory judgment that the city was obligated to reimburse LJI for all of its bid preparation costs pursuant to Minn.Stat. § 471.345, subd. 14. LJI sought reimbursement of the cost of preparing its unsuccessful bid, including the time spent by its principal, Robert Johnson, estimators, and clerical staff. In determining its costs incurred, LJI multiplied its employees’ hourly rates by three to cover direct personnel and other overhead expenses. LJI claimed approximately $11,000 in bid preparation costs.

Following a bench trial, the district court ordered judgment for the city, dismissed LJI’s claim with prejudice, and denied a *502 damage award. The district court concluded that the city did not violate Minnesota’s competitive bidding law because Rochoris bid for alternate 11 was a minor clerical error or irregularity that the city was permitted to waive, as provided in the bid instructions. In the event it was reversed on appeal, the district court also found that LJI’s preparation costs for the unsuccessful bid were $2,169. This appeal followed.

ISSUES

1. Did the district court err in concluding that Rochoris bid for alternate 11 was a minor clerical error that the city could waive?

2. Was the district court’s finding that LJI’s bid preparation costs were $2,169 clearly erroneous?

ANALYSIS

On appeal from a declaratory judgment, we apply a clearly erroneous standard to factual findings, but review de novo the district court’s determination of questions of law. Rice Lake Contracting Carp. v. Rust Env’t & Infrastructure, Inc., 549 N.W.2d 96, 98-99 (Minn.App.1996), review denied (Minn. Aug. 20,1996). Where the material facts are undisputed, as here, we need not defer to the district court’s application of the law. Hubred v. Control Data Corp., 442 N.W.2d 308, 310 (Minn.1989).

1. LJI challenges the dismissal of its claim that the city violated Minnesota’s competitive bidding laws in letting the Project’s construction contract. Specifically, LJI contends the city had no authority to change Rochoris alternate 11 bid after it had been opened because the modification affected price, thereby constituting a material and substantive change. We agree.

The supreme court has described the essential nature of the competitive bidding process for public contracts:

A fundamental purpose of competitive bidding is to deprive or limit the discretion of contraet-maMng officials in the areas which are susceptible to such abuses as fraud, favoritism, improvidence, and extravagance. Any competitive bidding procedure which defeats this fundamental purpose, even though it be set forth in the initial proposal to all bidders, invalidates the construction contract although subsequent events establish * * * that no actual fraud was present. It is for this reason that no material change may be made in any bid after the bids have been received and opened since to permit such change would be to open the door to fraud and collusion.

Griswold v. County of Ramsey, 242 Minn. 529, 536, 65 N.W.2d 647, 652 (1954) (emphasis added) (footnote omitted); see also Telephone Assocs. v. St. Louis County Bd., 364 N.W.2d 378, 381 (Minn.1985) (citing Griswold,

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

Related

Rochon Corp. v. City of Saint Paul
814 N.W.2d 365 (Court of Appeals of Minnesota, 2012)
Gaeta v. Ridley School District
788 A.2d 363 (Supreme Court of Pennsylvania, 2002)

Cite This Page — Counsel Stack

Bluebook (online)
558 N.W.2d 499, 1997 Minn. App. LEXIS 54, 1997 WL 10299, Counsel Stack Legal Research, https://law.counselstack.com/opinion/lovering-johnson-inc-v-city-of-prior-lake-minnctapp-1997.