United Prison Equipment Co. v. Board of County Commissioners

907 F. Supp. 908, 1995 U.S. Dist. LEXIS 17521, 1995 WL 694818
CourtDistrict Court, D. Maryland
DecidedNovember 15, 1995
DocketCiv. No. K-94-980
StatusPublished
Cited by1 cases

This text of 907 F. Supp. 908 (United Prison Equipment Co. v. Board of County Commissioners) is published on Counsel Stack Legal Research, covering District Court, D. Maryland primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
United Prison Equipment Co. v. Board of County Commissioners, 907 F. Supp. 908, 1995 U.S. Dist. LEXIS 17521, 1995 WL 694818 (D. Md. 1995).

Opinion

FRANK A KAUFMAN, Senior District Judge.

In this case, plaintiff, United Prison Equipment Co., Inc. (“United”), asserts that defendant, Board of County Commissioners of Caroline County, Maryland (“Board”), has unlawfully violated certain rights of plaintiff as a subcontractor in connection with a contract awarded to a prime contract bidder, J. Roland Dashiell & Sons, Inc. (“Dashiell”). The relevant and material facts are apparently not in dispute. Defendant has filed a motion to dismiss, or, in the alternative, a motion for summary judgment. In view of the fact that documents other than pleadings have been filed, this Court will consider defendant’s said pending motion under Federal Civil Rule 56. See Fed.R.Civ.P. 12 and 56.

FACTS

The jail of Caroline County, Maryland, now known as the Detention Center, was originally built in 1906, and was renovated and enlarged about 80 years later.1 When [910]*910the expansion and updating took place in the 1980s, the detention equipment contractor was Jailcraft, Inc. (“Jaileraft”). Thereafter, Jailer aft provided maintenance services to the jail with regard to that equipment.

In 1989, officials of the County started planning for further changes in the Detention Center. United first learned of the contemplated improvements in the Detention Center during the latter part of 1992.2 About a year later, in August or September of 1993, United was contacted by a representative of the architect involved in the planning of those improvements, Ms. Shade, who advised United of the bidding procedures which would be applicable and suggested that United provide prequalification documents. It was the understanding of the president of United when United was so contacted by Ms. Shade that United was being requested to provide necessary checklist type of information for the architect.3 Before the bidding process was completed, United was, in fact, deemed prequalified by the architect.4 In the Autumn of 1998, the County advertised for bids on the project in the “Invitation to Bidders.” In that document, the Board of County Commissioners specifically reserved the right “to reject any and all bids or parts thereof and/or waive any informality or irregularities as it may deem best for its interest.”5 In addition, the bid form used on the project required the following agreement by each bidding contractor:

The undersigned certifies that the Detention Equipment Subcontractor and Security Management System Subcontractor listed above have been approved in writing by the Architect as qualified under Section 11190 and Section 11191. The undersigned acknowledges the right of the Owner to approve or reject the Detention Equipment/Security Management System subcontract(s) and/or to assign the subcontract(s) .for this work.6

Dashiell accepted the terms of the bid form and bid in accordance therewith. In fact, as defendant has noted, “the signature page of Dashiell’s bid indicates Dashiell’s acceptance of these terms.”7 Furthermore, United’s president indicated that she received the bid form before United submitted its bid to Dashiell, although she is not certain that she was aware of the above quoted provision at that time.8

As required by the bid specifications, the detention equipment contractors were pre-qualified, and in accordance therewith, prior to the opening of the bid of Dashiell, the architect had approved either or both of Jail-craft and United as the subcontractor for detention equipment.9 Additionally, the bid process called for the contractor to try to achieve a minimum of 10% bids by certified minority business enterprises. That level of participation by one or more such enterprises was not required, and was set forth suggestively and as a goal to be achieved if reasonably possible.10 The exact language of the bidding document provided in that regard: “The undersigned agrees to attempt to achieve a minimum of Ten Percent (10%) of the total dollar value, directly or indirectly, from certified minority business enterprises.” 11

[911]*911The bids for the project were opened on December 14, 1993, and revealed Dashiell as the low bidder.12 Before the contract was awarded to Dashiell, but after the bids were opened, one or more authorized officials of the County conferred and recommended that Jailcraft be given the detention equipment subcontract.13 Because Jailcraft had performed such subcontract obligations in the 1980s, and since then had handled maintenance of that equipment, one or more of the said County officials apparently strongly indicated confidence in the work performed by Jailcraft. Further, the sheriff of the County and one or more others involved with the use or operation of the jail also took the position that it would be helpful to have as the detention equipment subcontractor for the new work the same company which was familiar with the existing equipment because the new equipment would need to be integrated with the old machinery.14

Against that background, although United’s bid was less than the bid of Jailcraft, the County Commissioners determined, after consultation with the County Administrator and others, to accept the bid of Dashiell but to request Dashiell to change the detention equipment subcontractor.15 Before so doing, the Commissioners sought legal advice from the County Attorney and were apparently advised that they had the legal right to request that change.16

After Dashiell received a written request from a consultant to the County Commissioners asking for the change of detention equipment subcontractor,17 Dashiell advised the County that the change would cost approximately $10,000, or about 0.3% of the total contract price, and thereafter the architect and Dashiell executed a change order document bringing into play the substitution of Jailcraft for United.18 As requested by Dashiell, after the contract documents were so executed, the Commissioners of the County wrote a letter to Dashiell dated March 24, 1994,19 in which, there appeared the following:

As you know, Jailcraft installed all detention equipment in the existing facility in 1981 and has maintained these systems for the County since. Our new project [sic] renovate portions of the existing detention center and construct additions. The end result will be a detention center which contains a mixture of new and old equipment and control systems, all of which will have to function as one fully integrated system. This system, combining new and old elements, must also be reliable in terms of security and economic in terms of future operating and maintenance costs. After reviewing this situation, we felt that Jailcraft was uniquely qualified to perform this work, due to their familiarity with the existing systems.
The factors which caused us to request Jailcraft, Inc. for this job are unique to this particular building and its construction and maintenance history.

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

Related

EBI-Detroit, Inc. v. City of Detroit
279 F. App'x 340 (Sixth Circuit, 2008)

Cite This Page — Counsel Stack

Bluebook (online)
907 F. Supp. 908, 1995 U.S. Dist. LEXIS 17521, 1995 WL 694818, Counsel Stack Legal Research, https://law.counselstack.com/opinion/united-prison-equipment-co-v-board-of-county-commissioners-mdd-1995.