Marshall Construction Co. v. Bigelow

29 Haw. 641, 1927 Haw. LEXIS 36
CourtHawaii Supreme Court
DecidedFebruary 23, 1927
DocketNo. 1711.
StatusPublished
Cited by2 cases

This text of 29 Haw. 641 (Marshall Construction Co. v. Bigelow) is published on Counsel Stack Legal Research, covering Hawaii Supreme Court primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Marshall Construction Co. v. Bigelow, 29 Haw. 641, 1927 Haw. LEXIS 36 (haw 1927).

Opinion

OPINION OF THE COURT BY

PERRY, C. J.

This is a petition for a writ of mandamus to be directed to the members of the board of harbor commissioners of the Territory of Hawaii to compel them to award to the petitioner the contract for the construction of a wharf and approach thereto at Kaunakakai on the Island of Molokai. The allegations of the petition and of the alternative writ are that upon plans and specifications prepared by the board the petitioner and the Hawaiian Dredging Company, Limited, presented bids; that “by virtue of petitioner’s said tender petitioner became and was the lowest responsible bidder” but that, nevertheless, both bids were rejected by the board; and that “pe *642 tition er’s said tender was rejected by said board, not in the exercise of any discretion vested in it, or the members thereof, by law, but arbitrarily and capriciously, and upon the pretext and subterfuge that said tender was not, or might not be, the lowest tender.” A demurrer by the respondents was ordered overruled by this court (29 Haw. 48), the ruling being that the allegation above quoted, to the effect that the board’s action was arbitrary and capricious, was an allegation of fact, susceptible of proof, and not a mere conclusion of law. This court said that mandamus will lie “where there has been a palpable abuse of discretion, that discretion must always be reasonably, fairly and impartially exercised, in good faith, and that whether or not it has been so exercised is a question for the courts”; and it also said that “there can be no doubt that a writ of mandamus will not issue to direct or control the judgment or discretion of public officers.” Thereafter the respondents filed a return or answer to the alternative writ, setting forth the history of the case at some length, denying that the petitioner was the lowest bidder, asserting that the price bid by the petitioner upon certain units “was so large and so disproportionate to the remainder of the bid, that the cost of the improvement under a contract with such bidder would have been greater, or probably greater, than if such contract were awarded to said Hawaiian Dredging Company, Limited,” alleging that the petitioner’s bid was “unbalanced” and that an award of the contract to it “would have been detrimental to the public interest,” that the respondents “by reason of said exorbitant unit prices of said bid” (of the petitioner) “could not be sure that sufficient money had been appropriated by the legislature to complete a contract let in accordance with said bid” and that respondents, “after a full consideration of the bids and of the specifications,” rejected both bids *643 “believing that such action Avas necessary to subserve the public interest and believing that the bids Avere too high.” After hearing evidence the trial judge found the facts to be in accordance AA’ith the allegations of the petitioner’s bill and entered judgment ordering a peremptory mandate to issue as prayed for. From that judgment the respondents appealed to this court.

Plans and specifications for the improvement in question were prepared by the board of harbor commissioners and were furnished to intending bidders as the basis of the bids to be offered. Upon the first call for tenders one bid only was presented, that being by the Hawaiian Dredging Company, Limited, and in the sum of $167,120. The appropriation at that time available for payment of the cost of the project was in the sum of $125,000. Shortly after the presentation and opening of this bid the legislature was in session and increased the appropriation to $175,000. Nevertheless the bid of the dredging company Avas rejected by the board. Bids Avere called for a second time. Two Avere presented, one by the Hawaiian Dredging Company, Limited, in the same sum of $167,120 and one by the Marshall Construction Company, Limited, in the sum of $158,273.50. These were the “lump-sum proposals,” as they have been called in this case; but in each tender there were certain additional prices bid, which aaíII be hereafter referred to. Both of these bids were rejected by the board. Thereupon the present proceeding Avas instituted by the petitioner to compel the acceptance of its bid and the awarding of the contract to it.

An important contention of the petitioner underlying the whole of its position and argument is that the determination of who was the lowest bidder in response to the second call for bids should be based upon a consideration of the lump-sum bids alone and without refer *644 ence to the other prices named in the tenders. Generally speaking, the specifications called for the construction of a concrete wharf, approach thereto and shed in the waters of the harbor at Kaunakakai and provided that “the lengths of reinforced concrete piles, namely, 35 feet for the approach and 50 feet for the main wharf, shall be from the point of the pile to the cut off. These lengths shall be used for bid in item 1 so that all contractors will bid upon the same basis.” The forms of the tenders were likewise prepared by the hoard with blanks merely for the insertion of prices' and the number of days required for the performance of the contract. The call required that bids should be upon those forms and none other, that all of the blanks for prices should he filled in and that failure to do so would constitute sufficient cause for rejection of the whole proposal. In item 1 of the tenders bidders were required to state the sum of money for which they would agree to construct the wharf project, including the furnishing of all labor, materials and equipment, and to state' the time within which performance would be had. It was in response to item 1 and as a part thereof that the so-called lump-sum bids were furnished by the two bidders. In item 2 of the tender bidders were required to state the amount which they were willing to deduct in case a wooden deck should be substituted for the concrete deck for both wharf and approach. In item 3 they were required to state the amount deductible in case a Avooden deck were substituted for the concrete deck on the approach only. Then came the following statement, in the form of tender: “Unit prices required are for the purpose of computing additions, deductions and omissions as provided for in section 3 of the general specifications and shall be applied to any Avork in connection with this project. Any evasion of or failure to comply with the requirements of *645 this paragraph, in so far as it applies to the submitting of data required by this proposal, shall constitute a sufficient cause for the rejection of a proposal.” Following this statement of the purpose of the unit prices and of the penalty for failure to furnish them came items 4 to 15 inclusive.

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

Related

Matter of Application of Air Terminal Services, Inc.
393 P.2d 60 (Hawaii Supreme Court, 1964)

Cite This Page — Counsel Stack

Bluebook (online)
29 Haw. 641, 1927 Haw. LEXIS 36, Counsel Stack Legal Research, https://law.counselstack.com/opinion/marshall-construction-co-v-bigelow-haw-1927.