Pittman Const. Co., Inc. v. PARISH OF E. BATON ROUGE

493 So. 2d 178
CourtLouisiana Court of Appeal
DecidedJuly 7, 1986
DocketCA860599
StatusPublished
Cited by18 cases

This text of 493 So. 2d 178 (Pittman Const. Co., Inc. v. PARISH OF E. BATON ROUGE) 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
Pittman Const. Co., Inc. v. PARISH OF E. BATON ROUGE, 493 So. 2d 178 (La. Ct. App. 1986).

Opinion

493 So.2d 178 (1986)

PITTMAN CONSTRUCTION COMPANY, INC.,
v.
PARISH OF EAST BATON ROUGE; City of Baton Rouge; the Metropolitan Council of the Parish of East Baton Rouge and City of Baton Rouge; Mayor President Pat Screen, et al.

No. CA860599.

Court of Appeal of Louisiana, First Circuit.

July 7, 1986.
Writ Denied September 8, 1986.

*179 W.P. Wray, Jr., Jay J. Szuba, Baton Rouge, for plaintiff-appellee Pittman Const. Co., Inc.

Ashton L. Stewart, and Allen R. Boudreaux, Baton Rouge, for defendant-appellant Boh Bros. Const. Co., Inc.

William T. Lowery, Asst. Parish Atty., Baton Rouge, for defendant-appellant Parish of East Baton Rouge, City of Baton Rouge, The Metropolitan Council of the Parish of East Baton Rouge, Mayor-President Pat Screen, President Pro-Tem. Michael G. Roubique, Larry S. Bankston, Gary J. Bergeron, David C. Braud, V.M. Corsentino, Gordon W. Curry, Jr., Pearl George, Melvin Lee Holden, Lynda L. Imes, Thomas E. McHuc, Ben H. Peabody, Jr., and Douglas Welborn.

Gerald J. Gallinghouse, New Orleans, and Steve Marks, Baton Rouge, for plaintiff-appellee Pittman Const. Co., Inc.

Before LOTTINGER, CARTER and LANIER, JJ.

*180 PER CURIAM.

This is an appeal by defendants-appellants contesting the decision by the trial court declaring null and void the award of a public improvements contract by the Parish of East Baton Rouge and the City of Baton Rouge (City-Parish) to defendant, Boh Bros. Construction Co., Inc. (Boh Bros.), permanently enjoining work under said contract and mandamusing the City-Parish to execute a contract with plaintiff, Pittman Construction Co., Inc. (Pittman). The trial court allowed suspensive appeals by all defendants only as to that portion of the trial court judgment ordering the execution and signing of a contract with Pittman. In all other respects, the trial court allowed only a devolutive appeal. Prior to the submission of this appeal in this court, plaintiff-appellee filed a motion to dismiss the suspensive appeal of Boh Bros. for failure to timely file a suspensive appeal bond.

ASSIGNMENTS OF ERROR

In appealing, the defendants-appellants contend the trial court erred:

1. In holding that the City-Parish Council's interpretation of the "contract, plans and specifications as advertised" was arbitrary, capricious and unreasonable in its interpretation that each bidder was required to name the pre-qualified system vendors in its bid proposal (Bid Form) on bid date;

2. In holding that Pittman's failure (refusal) to name the pre-qualified system vendors in the Bid Form on bid date did not give Pittman the possibility of an unfair advantage over the other bidders, and was, therefore, both a material and substantial irregularity, which required its rejection under the Public Works Bid Statute;

3. In not holding that the failure of Pittman to write out the price of each item in the Schedule of its bid proposal in words and figures as required by the contract documents, disqualified its bid for consideration as provided in the contract documents;

4. In holding that the bid of Boh Bros. was irregular by imposing a hypertechnical construction on the "contract, plans and specifications as advertised"; and

5. In refusing to use the standard of review required by the Constitution and jurisprudence relative to the review of a legislative body, that is, such review is limited to whether the legislative body acted arbitrarily, capriciously, or unreasonably.

After a thorough and complete review of the entire record in this matter, and under the facts found and reasons assigned by the trial judge in his excellent reasons for judgment, a copy of which is attached hereto, we are convinced the trial judge reached the correct result.

I

This court is convinced that inasmuch as the "Equipment Questionnaire" included the three "Pre-Qualified System Vendors," and that the addenda amending the "Specifications and Contract Documents" took "precedence over any conflicting part of the original Contract Documents," that any requirement to submit the names of the "Pre-Qualified System Vendors" at the same time as submitting the bid was effectively changed to a submission date later than that of the bid submission.

Appellants argument that the addenda in question only made reference to a specific section is invalid in light of the express language in the addenda that the change took "precedence over any conflicting part of the original Contract Document." Absent the fact that the "Pre-Qualified System Vendors" are also included in the "Equipment Questionnaire," appellants argument may have merit.

II

Appellants argue that plaintiff-appellee received an "unfair advantage" over other bidders by not submitting the names of its proposed "Pre-Qualified System Vendors" in the bid form on bid date.

*181 The "unfair advantage" concept as argued by defendants-appellants is that which allows a successful bidder to re-negotiate a new and lower price with subcontractors. The theory is that subcontractors would be willing to re-negotiate a new and lower price because of the certainty of getting the job inasmuch as the general contractor was the successful bidder. By re-negotiation the general contractor can better his margin of profit, and this gives him an "unfair advantage."

Our research has failed to discover any statutory or jurisprudential rule in this state requiring that bidders on public works contracts list their subcontractors in their bids. Appellants cite several cases upholding such a rule, but they are from other states. In the absence of legislation expressing the need for such a rule, we decline to establish one, leaving the establishment of such a rule to the legislature. Additionally, we are convinced that the evidence in this case does not support the allegation that plaintiff obtained an "unfair advantage."

III

As to assignment of error number three, we agree with the trial judge that the failure to "write out the price" was a matter of form and not one of substance. Thus this assignment of error has no merit.

IV

Inasmuch as we agree with the trial judge in his assessment of the rejection of plaintiff's bid because of the failure to list the "Pre-Qualified System Vendors" in the bid documents submitted on bidding date, and the failure to "write out the price" of a particular item, we pretermit any discussion of this assignment of error.

V

As to assignment of error number five, we are of the opinion that when a legislative body awards a contract on a public works job, it is acting in an executive rather than a legislative capacity. Thus the discretion afforded legislative bodies in the performance of purely legislative functions is not available. Additionally, the defects found in plaintiff's bid as justification for rejection of the low bid were not sufficient as a matter of law. Therefore, the action of the Parish Council was illegal.

Thus this assignment of error is without merit.

SUSPENSIVE APPEAL

Plaintiff-appellee has moved to dismiss the suspensive appeal of the defendant-appellant Boh Bros. for failure to timely file an appeal bond. La.Code Civ.P. arts. 2123 and 2124. Boh Bros. filed the motion for the appeal timely but failed to file the appeal bond. The fact that the other defendant, the City-Parish, is exempt from filing an appeal bond does not relieve Boh Bros. of its obligation. Thus the suspensive appeal of Boh Bros. must be dismissed, however, their appeal will continue as a devolutive appeal.

DECREE

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

Related

HAMP'S CONST. v. City of New Orleans
924 So. 2d 104 (Supreme Court of Louisiana, 2006)
Mickey O'Connor General Contractor, Inc. v. City of Westwego
804 So. 2d 128 (Louisiana Court of Appeal, 2001)
Barriere Const. v. Terrebonne Consol. Gvt.
754 So. 2d 1123 (Louisiana Court of Appeal, 2000)
Opinion Number
Louisiana Attorney General Reports, 1998
Boh Bros. Const. v. DOTD
698 So. 2d 675 (Louisiana Court of Appeal, 1997)
JW Rombach, Inc. v. Parish of Jefferson
670 So. 2d 1305 (Louisiana Court of Appeal, 1996)
New Orleans Rosenbush Claims Service, Inc. v. City of New Orleans
653 So. 2d 538 (Supreme Court of Louisiana, 1995)
New Orleans Rosenbush Claims Service, Inc. v. City of New Orleans
641 So. 2d 545 (Louisiana Court of Appeal, 1994)
Starlight Homes v. Jefferson Parish Coun.
632 So. 2d 3 (Louisiana Court of Appeal, 1994)
C.R. Kirby Contractors, Inc. v. City of Lake Charles
606 So. 2d 952 (Louisiana Court of Appeal, 1992)
Terral Barge Line, Inc. v. Port Com'n
577 So. 2d 787 (Louisiana Court of Appeal, 1991)
TRIAD RES. & SYSTEMS v. Parish of Lafourche
577 So. 2d 86 (Louisiana Court of Appeal, 1990)
Stafford Const. Co. v. Terrebonne Parish School Bd.
560 So. 2d 558 (Louisiana Court of Appeal, 1990)
Barber Bros. Contracting Co. v. DOTD
529 So. 2d 442 (Louisiana Court of Appeal, 1988)
HTW Transp. Co. v. New Orleans Aviation Bd.
527 So. 2d 339 (Louisiana Court of Appeal, 1988)

Cite This Page — Counsel Stack

Bluebook (online)
493 So. 2d 178, Counsel Stack Legal Research, https://law.counselstack.com/opinion/pittman-const-co-inc-v-parish-of-e-baton-rouge-lactapp-1986.