March v. Downingtown Area School District

775 A.2d 876, 2000 Pa. Commw. LEXIS 809
CourtCommonwealth Court of Pennsylvania
DecidedDecember 5, 2000
StatusPublished
Cited by1 cases

This text of 775 A.2d 876 (March v. Downingtown Area School District) is published on Counsel Stack Legal Research, covering Commonwealth Court of Pennsylvania primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
March v. Downingtown Area School District, 775 A.2d 876, 2000 Pa. Commw. LEXIS 809 (Pa. Ct. App. 2000).

Opinion

SMITH, Judge.

AND NOW, this 7th day of May, 2001, upon consideration of the Application to Report Unreported Opinion filed by the Downingtown Area School District, this Court’s opinion of December 5, 2000 shall be designated OPINION instead of MEMORANDUM OPINION and shall be reported.

Robert Gary March appeals from the order of the Court of Common Pleas of Chester County denying March’s request for a permanent injunction to order the Downingtown Area School District (School District) to set aside bids and conduct another competitive bidding for a construction contract. March questions whether the trial court erred in determining that the School District properly awarded the contract to the second lowest bidder, John S. McManus, Inc. (McManus), even though McManus failed to comply with explicit bid instructions; whether the court erred in refusing to enjoin the award even though Ernest Bock & Sons, Inc. (Bock) was the apparent low bidder and the School District did not consider its right to waive technical defects in Bock’s bid; and whether the court erred in failing to allow the testimony of March’s expert witness. 1

The School District advertised for bids for four prime contracts for construction of additions and alterations to the Downing-town East High School, including one for general construction and one for heating, ventilation and air conditioning (HVAC). Bids were opened on September 16, 1998 and Bock was the apparent low bidder on *878 the general construction work. Daniel C. Youngman of O’Brien Kreitzberg, the firm hired to be the construction manager, then examined the bids closely. He determined that Bock’s bid did not meet the requirements of the bid documents in that (1) a supplement to the contractor’s qualification statement was not included; (2) Bock stated that there were no suits pending against it when in fact there were, and it failed to provide information relating to lawsuits or requests for arbitration that it had filed; and (3) Bock failed to affix the corporate seal to certain documents. Youngman also raised a concern regarding the bid of Worth & Company, Inc. (Worth) for the HVAC contract.

At a special meeting the school board voted to award the general construction contract to McManus. March filed a complaint in equity seeking to enjoin the School District from entering into the contract with McManus on the ground that McManus was not the “lowest responsible bidder” as required by Section 751 of the Public School Code of 1949 (School Code), Act of March 10, 1949, P.L. 30, as amended, 24 P.S. § 7-751. A similar action was filed seeking to enjoin the award of the HVAC contract to Connectiv Services, Inc. rather than to Worth. The trial court denied March’s petition for a preliminary injunction by order of October 30, 1998. The court issued orders on December 15 and December 30, 1998 preventing the deposition or hearing testimony of Edward E. Kirkbride as an expert witness for March as to practices and customs of school districts in this area and the handling and consideration of bids. By agreement of the parties the court decided the matter upon the briefs of counsel.

The trial court concluded that Kimmel v. Lower Paxton Township, 159 Pa.Cmwlth. 475, 633 A.2d 1271 (1993), was controlling, and it issued an opinion and decree nisi on March 9, 1999 denying the petitions for permanent injunctive relief. March filed exceptions, and the court issued an order July 6, 1999 denying the exceptions and making the decree final. 2 This Court noted in Kimmel that a trial court’s review of the local agency’s action is limited to a determination of whether there was an abuse of discretion or purely arbitrary execution of the agency’s duties or functions, citing American Totalisator Co. v. Seligman, 489 Pa. 568, 414 A.2d 1037 (1980). Further, courts will not review the discretionary acts of governmental bodies in the absence of bad faith, fraud, capricious action or abuse of power. Karp v. Redevelopment Authority of the City of Philadelphia, 129 Pa.Cmwlth. 619, 566 A.2d 649 (1989). It is now well settled that specifications set forth in a bidding document are mandatory and must be strictly followed for the bid to be valid. City of Philadelphia v. Canteen Co., Division of TW Services, Inc., 135 Pa.Cmwlth. 575, 581 A.2d 1009 (1990). 3

March first contends that the trial court erred in determining that the School District properly awarded the contract to Mc-Manus because of two apparent irregularities in McManus’ bid: that it failed to properly bid three alternates and that in *879 the Contractor’s Qualification Statement, § 3.2.3, McManus answered “No” to the question “Has your organization filed any lawsuit or requested arbitration with regard to construction contracts within the last five years?” March asserts that Mc-Manus had filed a complaint with the Department of General Services (DGS). March argues that if the School District rejected the bids of Bock and Worth for lack of strict compliance with bid specifications pursuant to Kimmel, then the same standard should be applied to McManus’ failure to answer § 3.2.3 in full. He maintains that Youngman investigated the claims and lawsuits of Bock and recommended rejection of the bid but that he did not investigate McManus and could not inform the school board that McManus failed to set forth the DGS complaint and incorrectly bid three alternates.

The School District first responds that Youngman testified that the bid documents requested alternates to several specific preferred items so that if the base bids exceeded the estimate for the project the School District could substitute alternates to cut down on costs. On three items, instead of bidding a dollar amount as an “add” or “deduct,” McManus responded “NO BID.” 4 Youngman testified that the School District understood that McManus would not reduce its bid. He stated that alternates would be considered only if the base bids came in over the budget, which had been established at a public meeting earlier. Because the total of the lowest responsible bids was well under the estimate for the entire project, there was no need to consider alternates, and Young-man therefore did not feel it was necessary to raise the subject with the board.

In regard to the § 3.2.3 question of whether McManus had filed any law suits or requested arbitration involving construction contracts, the School District argues that the “claim” that McManus filed was not a “law suit” or an “arbitration.” It asserts that McManus was the general contractor on a project for DGS, that the “claim” was an informal request for additional funds because of delays that were not McManus’ fault and that the matter was settled. Further it asserts that Kimmel

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

Related

Dunbar v. Downington Area School District
901 A.2d 1120 (Commonwealth Court of Pennsylvania, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
775 A.2d 876, 2000 Pa. Commw. LEXIS 809, Counsel Stack Legal Research, https://law.counselstack.com/opinion/march-v-downingtown-area-school-district-pacommwct-2000.