Sayer v. Minnesota Department of Transportation

769 N.W.2d 305, 2009 Minn. App. LEXIS 144, 2009 WL 2225877
CourtCourt of Appeals of Minnesota
DecidedJuly 28, 2009
DocketA08-1584, A08-1994
StatusPublished
Cited by2 cases

This text of 769 N.W.2d 305 (Sayer v. Minnesota Department of Transportation) 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
Sayer v. Minnesota Department of Transportation, 769 N.W.2d 305, 2009 Minn. App. LEXIS 144, 2009 WL 2225877 (Mich. Ct. App. 2009).

Opinion

OPINION

SCHELLHAS, Judge.

This appeal from summary judgment and denial of temporary injunctions arises from the commissioner of transportation’s award of a construction contract. Appellants Scott Sayer and Wendell Anthony Phillippi argue that the contract was awarded illegally because the winning contractor submitted a nonresponsive proposal. We reject appellants’ argument that the common-law definition of responsiveness applies to the design-build best-value method described in Minn.Stat. §§ 161.3410-.3428, and we conclude that under Minn.Stat. § 161.3426, subd. 1(a), the technical review committee (TRC) appointed by the commissioner to review proposals has discretion to determine the responsiveness of proposals. Because appellants fail to show that reversal of the TRC’s findings is warranted, we affirm.

FACTS

The I-35W bridge, which spanned the Mississippi river in Minneapolis, collapsed on August 1, 2007, resulting in the deaths of 13 people and injuries to many others. Three days after the collapse, respondent Minnesota Department of Transportation (MnDOT) began the process of replacing the bridge. The commissioner evaluated proposals for the bridge-construction contract using a design-build best-value procurement process. As required by this process, the commissioner issued a request for qualifications from contractors interested in undertaking the design and construction of the bridge and, after five qualifying contractors were identified, sent each qualifying contractor a request for proposal (RFP). The RFP contained detailed project-specific requirements. The commissioner later issued instructions to proposers (ITP), which stated that the contract would be awarded only to a proposal that met the standards established by MnDOT and described the weighted criteria by which the proposals would be evaluated. The commissioner appointed a six-member TRC to evaluate the proposals.

Four contractors, including respondent Flatiron-Manson, a Joint Venture, submitted proposals to MnDOT. After reviewing the proposals, the TRC submitted to the commissioner the technical scores it assigned to each proposal. The technical scores were accompanied by an itemized list of each proposal’s score on the categories described in the ITP, with detailed comments for each score. Flatiron’s proposal received the highest technical score, 95.30 out of 100 possible points. The next highest score was 71.40 out of 100. The TRC determined the adjusted scores for the proposals by adding the price and the delivery time of each proposal together, multiplying that number by $200,000, and then dividing the result by the proposal’s technical score. Although Flatiron had the highest price and tied with another company for submitting the longest delivery time, its high technical score yielded the lowest adjusted score, constituting the “best value”; thus, Flatiron was awarded the contract on October 8, 2007.

On October 16, 2007, appellants filed a summons and complaint in their capacities as Minnesota taxpayers and private attorneys general against both MnDOT and Flatiron, seeking injunctive and declaratory relief on the ground that the TRC *308 should have rejected Flatiron’s proposal as nonresponsive and that the commissioner therefore awarded the contract to Flatiron illegally. Appellants also moved for a temporary restraining order, and later for a temporary injunction, to prevent MnDOT from incurring additional costs or expenses under the contract. The district court denied each of appellants’ motions in separate orders and awarded summary judgment to MnDOT and Flatiron. Appellants’ separate appeals from the district court’s orders have been consolidated. This appeal follows.

ISSUES

I. Do appellants have standing and present a justiciable case?

II. Does the TRC have discretion, under Minn.Stat. § 161.3426, subd. 1(a), to determine whether a contractor’s proposal responds to the specifications described in the RFP?

III. Did the TRC err in determining that Flatiron’s proposal was responsive?

ANALYSIS

I

Appellants brought the underlying action as Minnesota taxpayers and as private attorneys general. An individual has standing as a taxpayer to maintain an action to restrain a state from spending public money illegally. McKee v. Likins, 261 N.W.2d 566, 571 (Minn.1977). Because appellants allege that MnDOT illegally spent public money in awarding the I-35W bridge contract to Flatiron, we conclude that appellants’ standing as taxpayers in this state is sufficient to bring this action.

When the district court granted summary judgment to MnDOT and Flatiron, it observed that construction of the bridge was nearly complete at that time and determined that appellants’ case was no longer justiciable. A case is moot if there is no longer a justiciable controversy for the court to decide. Kahn v. Griffin, 701 N.W.2d 815, 821 (Minn.2005). But a reviewing court will not deem a ease moot if the case is “capable of repetition, yet likely to evade review.” Id. And a reviewing court has discretion to decide issues that are technically moot when the issue is “functionally justiciable and is an important public issue of statewide significance that should be decided immediately.” Id. at 821-22 (quotation omitted). “A case is functionally justiciable if the record contains the raw material (including effective presentation of both sides of the issues raised) traditionally associated with effective judicial decisionmaking.” State v. Rud, 359 N.W.2d 573, 576 (Minn.1984). The record in this case is substantial and includes effective presentation of both sides of the issues raised. In addition, because the design-build statute is likely to influence the procurement of significant public projects in the future, we determine that the interpretation of Minn.Stat. §§ 161.3410-.3428 is an important issue of statewide significance, and we therefore conclude that appellants’ case is not moot.

II

Central to this appeal and to the district court’s grant of summary judgment is the issue of whether the design-build statute gives the TRC discretion in determining the responsiveness of a proposal. The interpretation of a statute presents a question of law and is reviewed de novo. Harms v. Oak Meadows, 619 N.W.2d 201, 202 (Minn.2000). When interpreting a statute, a reviewing court’s primary objective is to ascertain and effectuate the intent of the legislature. Scott v. Minneapolis Police Relief Ass’n, 615 N.W.2d 66, 71 (Minn.2000). In doing so, *309 we first examine the statute’s language to determine whether its meaning is plain. Kellogg v. Woods, 720 N.W.2d 845, 850 (Minn.App.2006). “If on its face a statute’s meaning is plain, judicial construction is neither necessary nor proper.” Id.;

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

Related

Rochester City Lines, Co. v. City of Rochester
846 N.W.2d 444 (Court of Appeals of Minnesota, 2014)
Sayer v. Minnesota Department of Transportation
790 N.W.2d 151 (Supreme Court of Minnesota, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
769 N.W.2d 305, 2009 Minn. App. LEXIS 144, 2009 WL 2225877, Counsel Stack Legal Research, https://law.counselstack.com/opinion/sayer-v-minnesota-department-of-transportation-minnctapp-2009.