Justia Government & Administrative Law Opinion Summaries
Articles Posted in Government Contracts
Los Alamitos Unified etc. v. Howard Contracting
Los Alamitos Unified School District (the District) filed an action to validate its lease-leaseback agreement with a contractor performing improvements on the track and athletic field of the District's high school. Another contractor, Howard Contracting, Inc. (Howard), filed an answer, claiming the lease-leaseback agreement was unconstitutional, illegal, and invalid because the District did not obtain competitive bids for the project. The primary issue presented by this appeal was legal: did Education Code section 17406 exempt school districts from obtaining competitive bids when entering into what are known as "lease-leaseback" agreements to improve school property? After review, the Court of Appeal concluded the answer was yes. "More than 40 years ago, the California Attorney General concluded the language of the statute is plain, unambiguous, and explicit, and does not impose bid requirements on school districts. We agree, and nothing has occurred in the interim that would change our conclusion."View "Los Alamitos Unified etc. v. Howard Contracting" on Justia Law
City of Newport v. Village of Derby Center
In 1997, the Village of Derby Center and the City of Newport entered into a contract whereby the Village would supply 10,000 gallons of water per day to the City. The City claimed that the contract did not authorize the Village to adopt a new rate schedule in 2006 that included a ready-to-serve fee on top of actual water usage charges. The Village counterclaimed, alleging that the City connected customers who were not authorized under the contract, and that the City’s water use was chronically underreported due to equipment malfunction. After a trial, the superior court ruled for the City on its contract claim, holding that the ready-to-serve fee was not authorized by either contract or statute. As to the Village’s counterclaims, the court found that there was insufficient evidence to support the unauthorized-connection claim, and referred the water-usage-reconstruction claim to mediation. The Village appealed on all counts. The Supreme Court found: the plain language of the agreement authorized the use of a ready-to-serve fee to support the Village’s maintenance of its facilities. "The court erred in concluding otherwise." With respect to the Village's counterclaims, the Supreme Court found that the trial court indicated that it was clear, based on the billing periods showing a reading of zero usage by the City, that there were some erroneous readings, but it referred the Village’s claims to mediation without further resolution. After the City brought suit, the Village filed a motion to allow its counterclaim as to the underreported usage, which the trial court granted. The trial court’s decision to refer the Village’s counterclaim to mediation in its order, after it had already granted the Village’s motion to allow the counterclaim at trial, served only to create greater delay and expense to the parties, thus undermining the purpose of the alternative dispute resolution clause. "Even if the trial court would ordinarily have discretion over whether to send a counterclaim to mediation, under these circumstances the trial court could not properly rescind its decision, relied on by the parties, to allow the counterclaim after the trial had already taken place. Therefore, we remand the Village’s counterclaim for resolution by the trial court."
View "City of Newport v. Village of Derby Center" on Justia Law
Devlin v. Office of Pers. Mgmt.
Darlene Devlin had been married for more than 40 years when her husband died, then a civilian federal employee for nearly six years, entitling Darlene to Basic Employee Death Benefits (BEDB), 5 U.S.C. 8442(b)(1)(A), 8466(b). However, Darlene died before she could sign or file an application for BEDB. Her son, Devlin, completed, signed, and filed an application for BEDB on her behalf. The Office of Personnel Management (OPM) denied the application, concluding that Darlene was not entitled to BEDB because she failed to submit an application for those benefits before her death. Devlin argued that his appointment as a co-administrator of his mother’s estate permitted him to sign and file the application for BEDB on her behalf. The e Merit Systems Protection Board and Federal Circuit affirmed the denial.View "Devlin v. Office of Pers. Mgmt." on Justia Law
Kassotis v. Town of Fitzwilliam
Petitioner Wayne Kassotis appealed a Superior Court decision dismissing his complaint, arising from the nonrenewal of his employment contract to remain as the Town of Fitzwilliam's Chief of Police. Petitioner filed a complaint against the Town seeking, among other things, reinstatement as Chief of Police, damages, costs, and attorney’s fees, for the Town’s alleged failure to comply with RSA 105:2-a, which provided procedural protections to appointed chiefs of police who are "dismiss[ed]." The Town moved to dismiss, arguing that, "[b]ecause the Petitioner was not dismissed, RSA 105:2-a does not apply, and he fails to state a claim for relief." The trial court granted the Town’s motion on the basis that "the provisions of RSA 105:2-a are inapplicable to the [Town’s] decision not to renew the employment contract." Finding no reversible error, the Supreme Court affirmed.
View "Kassotis v. Town of Fitzwilliam" on Justia Law
Stevens & Wilkinson of South Carolina, Inc. v. City of Columbia
The respondents, two developers and an architectural firm, Stevens & Wilkinson of South Carolina, Inc. (S&W), entered into a Memorandum of Understanding (MOU) with the City of Columbia as part of a larger project team to develop a publicly-funded hotel for the Columbia Metropolitan Convention Center. The City eventually abandoned its plan under the MOU, and the respondents brought suit on several causes of action including breach of contract and equitable relief. The City moved for summary judgment arguing the MOU was not a contract and therefore the contract claims failed. The circuit court agreed and, rejecting the equitable claims as well, granted summary judgment in favor of the City. The respondents appealed and the court of appeals affirmed in part and reversed in part. The Supreme Court reversed. Because the MOU was comprised of agreements to execute further agreements, there was no meeting of the minds on numerous material terms which had not yet been defined. Accordingly, the court of appeals was reversed with respect to that portion of the court's judgment; the Supreme Court held the MOU was unenforceable as a matter of law. The Supreme Court agreed with the circuit court and reinstated its judgment in favor of the City.
View "Stevens & Wilkinson of South Carolina, Inc. v. City of Columbia" on Justia Law
Stevens & Wilkinson of South Carolina, Inc. v. City of Columbia
In April 2003, the City of Columbia entered into a Memorandum of Understanding (MOU) with Stevens & Wilkinson of South Carolina, Inc. (S&W) and several other parties, to develop a publicly-funded hotel adjacent to the Columbia Metropolitan Convention Center. As architect, S&W was to complete sufficient preliminary design work to determine a guaranteed maximum price for the project, which would be used by the City to obtain municipal bond funding to cover the cost of the hotel. Pursuant to the MOU, the construction company was to pay S&W directly. On June 26, 2003, the City received a letter stating S&W would complete its preliminary design on July 10, 2003, and would then stop working until the bond financing for the hotel was finalized. Realizing this could delay the start of construction, S&W offered to continue working the remaining ninety days until the anticipated bond closing date of October 13, 2003, but required assurance it would be compensated for the work it performed during this time frame. It provided an estimate requiring $650,000 and $75,000 per week after that. On July 30, the City approved "$650,000 for interim architectural design services for a period of 90 days prior to bond closing." The bond closing did not occur as scheduled, but S&W nevertheless continued to work. S&W submitted an invoice to the City for $697,084.79 for work that took place from July 10 to December 15, 2003. By letter dated December 17, 2003, S&W informed the construction company that the City had voted that day "to advance [$705,000.000] to the design team for design services and expenses. Because under the MOU the construction company was to pay S&W, not the City, the construction company agreed to reimburse the City for the funds paid to S&W after the bond closing. The City paid S&W's invoice. S&W continued to work on the project, but in March 2004, the City abandoned its plans under the MOU and ended its relationship with S&W. S&W received no further compensation and sued the City for breach of contract under the MOU and the July 2003 agreement. The City argued there was no separate agreement and the payment of interim fees was merely an advance on fees under the MOU and furthermore, the MOU provided that S&W was to be paid by the construction company, not the City. The trial court granted partial summary judgment in favor of S&W, finding a contract existed between it and the City. On certiorari, the City conceded a contract exists, but argued the contract terms have been satisfied. The Supreme Court found the City's arguments were unpreserved and affirmed as modified.
View "Stevens & Wilkinson of South Carolina, Inc. v. City of Columbia" on Justia Law
Heath v. WI Bell, Inc.
The Educational Rate Program, a subsidy program authorized by the Telecommunications Act of 1996, is implemented by the FCC, which established USAC, a private non-profit corporation, to administer the Program. USAC provides subsidies to eligible school districts for the cost of telecommunication services. FCC regulations require that providers offer schools the “lowest corresponding price” (LCP) for their services: the “lowest price that a service provider charges to non-residential customers who are similarly situated to a particular school, library, or library consortium for similar services.” Heath operates a business that audits telecommunications bills and was retained by Wisconsin school districts. Heath found that certain schools paid much higher rates than others for the same services. As a result, many districts did not receive the benefit of LCP and the government paid subsidies greater than they should have been. Heath informed Wisconsin Bell of the discrepancy, but it refused to provide the more favorable pricing. Heath also learned of an even lower price charged to the Wisconsin Department of Administration (DOA). Heath filed a qui tam lawsuit. The government declined to intervene. The district court dismissed for lack of subject matter jurisdiction, finding that the public disclosure bar applied and that Heath was not saved by the original source exception, because the DOA pricing was on its website. The Seventh Circuit reversed, stating that the claim was not based on the DOA website information and that Heath was not an opportunist plaintiff who did not contribute significant information. View "Heath v. WI Bell, Inc." on Justia Law
Silver Bow Construction v. Alaska Dept. of Administration
The Department of Administration, Division of General Services accepted a 15-page response to a request for proposals for renovations to the Governor's House. The request stated that responses should not exceed 10 pages. Competing bidder Silver Bow Construction Construction argued this variance from the request obligated the Division to reject the 15-page response. Because the Division reasonably concluded that this variance did not give the 15-page response any substantial advantage, the Supreme Court affirmed the superior court’s decision to uphold the Division’s decision to accept this response.View "Silver Bow Construction v. Alaska Dept. of Administration" on Justia Law
Golden State v. Eastern Municipal Water Dist.
The Eastern Municipal Water District (EMWD) hired general contractor S.J. and Burkhardt, Inc. (SJB) for a public works construction project in 2006. Safeco Insurance Company (Safeco) executed performance and payment bonds for the project. Plaintiff Golden State Boring & Pipe Jacking, Inc. (GSB) was a subcontractor for the project, completing its work by September 2006, but it did not receive payment. In March 2008, SJB sent a voluntary default letter to Safeco. In July 2008, GSB sued SJB, EMWD, and Safeco for the unpaid amounts under the contract, separately seeking payment from Safeco under its payment bond. EMWD filed a cross-complaint to interplead retained sums. Safeco made a motion for summary judgment on the cause of action for payment under the bond on the ground that GSB’s claim was untimely. The trial court granted the motion, finding that there had been three cessations of labor that triggered GSB’s duty to file a stop notice in order to secure payment under Safeco's payment bond. At a subsequent court trial on the contract claims, GSB was awarded judgment against SJB, and Safeco was awarded judgment on the interpleader action. GSB appealed the summary judgment ruling, arguing: (1) the trial court erroneously overruled its objections to evidentiary matters presented in support of Safeco’s summary judgment; and (2) the court erred in finding the action was untimely. Finding no reversible error, the Court of Appeal affirmed.
View "Golden State v. Eastern Municipal Water Dist." on Justia Law
Barrick v. New Jersey
Plaintiff-petitioner Matthew Barrick challenged the award of a contract for the lease of office to the lowest bidder by the New Jersey Division of Property Management and Construction. Barrick argued that the winning bidder's (RMD) proposal failed to satisfy the distance-to-public-transportation requirement because its property was located .58 miles from the nearest bus stop. The Division determined that none of the bid properties, including Barrick’s, were located within one-quarter mile of public transit. After consultation with the DOL, the Division decided that the proposals would not be deemed non-conforming based on the distance requirement since it was not imposed by statute or regulation and each property was close enough to public transportation to meet the DOL's needs. Barrick sought reconsideration and to supplement the record. The Division upheld the award to RMD, explaining that, although Barrick's property satisfied the distance requirement, it had determined prior to awarding the lease that the requirement was not outcome-determinative. Barrick appealed without seeking a stay of the agency's decision. The Appellate Division panel reversed the award and remanded the matter to the Division either to award the lease to Barrick or rebid the project. Upon review, the Supreme Court concluded that the Director's determination that the distance requirement was not material to the RFP was unassailably reasonable and the decision awarding the lease contract to RMB was not arbitrary, capricious, or unreasonable.
View "Barrick v. New Jersey" on Justia Law