S90A0570. AMDAHL CORPORATION v. GEORGIA DEPARTMENT OF ADMINISTRATIVE SERVICES et al.
S90A0570
Supreme Court of Georgia
DECIDED DECEMBER 4, 1990
RECONSIDERATION DENIED DECEMBER 20, 1990
398 SE2d 540
BELL, Justice.
Believing the position taken by the majority will visit harm of an enormous magnitude on well-established and time-honored principles of law, I must dissent to an opinion which amounts to a judicial wind-shear that will be sudden in its onset and devastating in its result.
I am authorized to state that Presiding Justice Smith joins in this dissent.
Hatcher, Stubbs, Land, Hollis & Rothschild, Richard Y. Bradley, Robert C. Martin, Jr., for appellant.
Butler, Wooten, Overby & Cheeley, James E. Butler, Jr., C. Frederick Overby, for appellee.
BELL, Justice.
This case raises several issues regarding the rights of appellant Amdahl Corporation (Amdahl), a rejected bidder for a state contract to provide computer equipment to the Georgia Department of Administrative Services (DOAS), to sue DOAS for alleged violations of state procurement laws. One issue is whether Amdahl may seek to have the contract that DOAS entered into with the winning bidder (appellee International Business Machines Corporation (IBM)) cancelled pursuant to
We find that
In November 1988, appellee DOAS issued a Request for Proposal (RFP),2 requesting bids on two new large-scale computer mainframes to provide data-processing services to user agencies served by DOAS. The RFP provided that the DOAS reserved the “right to cancel the RFP at any time, or to reject any or all proposals submitted in response hereto“; that the terms of the Georgia Vendor Manual, which contains rules and regulations adopted by the DOAS, were included within the terms of the RFP; and that the “basis for final selection” would be determined by a price-performance formula, with the performance judged by a “benchmark” — a test simulating the state‘s workload — that each bidder was required to run. The best performance in the benchmark would be determined by which vendor had the fastest “run time,” which would be the period from the start of the first task to the end of the final tаsk, as measured in “wall-clock” time. Under the formula, a faster benchmark time could offset a higher bid.
Three computer vendors, International Business Machines (IBM), National Advanced Services, Inc. (NAS), and Amdahl responded to the RFP.
The benchmarks were run in January 1989. IBM ran the benchmark in the fastest time, with Amdahl second, and NAS third. DOAS
On June 21, 1989, Amdahl filed a four-count complaint against DOAS and its commissioner. IBM was subsequently allowed to intervene as a defendant. Amdahl contended that DOAS violated the benchmark rules by allowing IBM to adjust the User Time Interval (“UTI parameter“) or “wait times” between tasks in the benchmark test. The UTI parameter simulated delays by computer users in resрonding to information on the computer screens and in entering data. Amdahl alleged that IBM, with DOAS’ approval, drastically reduced the wait times, thus enabling IBM to offset the faster processing speed of Amdahl‘s system. Furthermore, Amdahl alleged that under the price-performance formula set forth in the RFP, IBM‘s faster run time offset IBM‘s significantly higher bid. Amdahl thus contended that DOAS’ award to IBM was directly attributable to IBM‘s modification of the benchmark test, in violation of the rules gоverning the benchmark.
In Count One of its complaint, Amdahl sought declaratory relief, alleging that DOAS violated the state procurement laws; the rules and regulations promulgated thereunder; and the terms of the RFP. Amdahl alleged that DOAS acted arbitrarily and capriciously by failing to require IBM to comply strictly with the RFP and the rules applying thereto. Because of these alleged violations, Amdahl contended that DOAS’ contract with IBM was void under either
In Count Two Amdahl sought injunctive relief, seeking to prevent DOAS from proceeding further with its contract with IBM, and requesting that the court order DOAS to re-bid the contract or re-run the benchmark. Amdahl alleged that without injunctive relief it would suffer irreparable harm; that there was a substantial probability that Amdahl would prevail in the lawsuit; and that Amdahl did not have an adequate remedy at law.
In Count Three, Amdahl prayed for damages of not less than $1,000,000.
In Count Four, Amdahl alleged that DOAS had violated Amdahl‘s civil rights under
Following its answer, DOAS moved for summary judgment on Counts One, Two, and Four of Amdahl‘s complaint. DOAS contended, inter alia, that
On October 16, 1989, the court held a hearing on DOAS’ motion for summary judgment. At the end of the hearing, the court stated that it would grant DOAS’ motion. The court orally ruled that only the state had standing to invoke the provisions of
Amdahl appealed to this court. We now affirm in part and reverse in part.
1. Amdahl first contends that the trial court erred in granting summary judgment to appellees, because, Amdahl argues,
As previously noted,
Whenever any department, institution, or agеncy of the state government required by this part [
OCGA Title 50, Ch. 5, Art. 3, “State Purchasing,” Pt. 1, “General Authority, Duties, and Procedure” ] and the rules and regulations adopted
pursuant thereto applying to the purchase of supplies, materials, or equipment through the Department of Administrative Services shall contract for the purchase of such supplies, materials, or equipment contrary to this part or the rules and regulations made hereunder, such contract shall be void and of no effect. If any such department, institution, or agency purchases any supplies, materials, or equipment contrary to this part or the rules and regulations made hereunder, the executive officer of such department, institution, or agency shall be personally liable for the cost thereof; and, if such supplies, materials, or equipment are so unlawfully purchased and paid for out of the state funds, the amount thereof may be recovered in the namе of the state in an appropriate action instituted therefor.
Amdahl argues that the DOAS is a “department, institution, or agency” of the state, and that the statute thus voids any contract DOAS enters in violation of
We first address whether
Moreover, if we were to construe the statute to apply to DOAS
For the foregoing reasons, we conclude that
2. Amdahl next contends that the trial court erred in granting summary judgment, because Amdahl has standing under general principles of law to sue DOAS for violation of procurement rules. We conclude Amdahl does have standing.
Amdahl relies on lowest-responsible-bidder cases such as Hilton Constr. Co. v. Bd. of Education, 245 Ga. 533 (266 SE2d 157) (1980). In that case, Hilton claimed standing as the low bidder to assert a violation of competitive bidding procedures. We concluded Hilton had standing, finding
it clear beyond peradventure that Hilton has a legally protected interest created by state law which gives it standing to assert this violation. See Association of Data Processing Service Organizations, Inc. v. Camp, 397 U. S. 150 (90 SC 827, 25 LE2d 184) (1970); Funderburg Builders v. Abbeville County Mem. Hosp., 467 FSupp. 821, 824 (D.S.C. 1979). [Hilton Constr. Co., supra, 245 Ga. at 538.]
DOAS argues, however, that the lowest-responsible-bidder cases relied on by Amdahl are inapposite here, because this case involves a competitive sealed proposal under
First, even in lowest-responsible-bidder cases, DOAS has discretion regarding which bidder is the “lowest responsible bidder” and should be awarded the contract. See
Moreover, we find that Amdahl satisfies the two-part test of standing set forth in Assn. of Data Processing Service Organizations,
We first find that Amdahl has standing under the injury-in-fact test. Although DOAS is correct that
We now consider the zone-of-interests test. We conclude Amdahl also has standing under this test.
(3) To ensure openness and accessibility by all qualified vendors to the state‘s purchasing processes so as to achieve the lowest possible costs to the state through effective competition among such vendors;
(5) To ensure the fair and equitable treatment of all persons who deal with the procurement system of the state;
(7) To provide safeguards for the maintenanсe of a procurement system of quality and integrity.
3. Amdahl next asserts that the trial court erred in granting summary judgment on its claims for equitable relief. Amdahl contends that under Georgia law it is entitled to seek equitable relief for violations of procurement laws, and that it does not have an adequate remedy at law and is thus entitled to equitable relief. We conclude the triаl court erred in granting summary judgment to appellees on Amdahl‘s claims for equitable relief.
First, contrary to DOAS’ assertion that the acts of executive officers in awarding bids cannot be enjoined, this Court, as have numerous other courts,7 has recognized that equitable relief is available to frustrated bidders who allege violations of procurement laws. E.g., Hilton Constr. Co., supra, 245 Ga. at 538-540.
Having decided that Amdahl is entitled to seek equitable relief, we next consider whether the trial court erred in granting summary judgment on the ground Amdahl has an adequate remedy at law. Amdahl argues that lost profits are not recoverable in frustrated-bidders cases, and that, as it is limited to a damage recovery of only bid preparation costs, its legal remedy is inadequate as a matter of law. Although Amdahl is correct that a frustrated bidder may not recover lost profits, City of Atlanta v. J. A. Jones Constr. Co., 260 Ga. 658 (1) (398 SE2d 369) (1990), we are unwilling to conclude that Amdahl‘s legal remedy is inadequate as a mattеr of law. However, we do conclude that the trial court erred in concluding, by way of summary judgment, that Amdahl‘s legal remedy is adequate.8 We find that the record requires that the trial court address, as a matter of substance, whether equitable relief is appropriate.9 We therefore remand the
4. Regarding Amdahl‘s claim for relief under
Judgment affirmed in part and reversed in part. All the Justices concur, except Hunt, J., who concurs in the judgment only, and Fletcher, J., who dissents as to Division 3.
HUNT, Justice, concurring.
I write separately because I disagree with the implication of the majority holding in Division 3 of the opinion. It implies that, based on Beaulieu of America v. L. T. Dennard &c., 253 Ga. 21 (315 SE2d 889) (1984), a trial court is unable to dispose of issues relating to equitable relief other than by a resolution of questiоns of fact. This arises because the reversal of summary judgment implies the existence of genuine fact issues. The question of whether to grant equitable relief, such as an injunction, is a matter to be resolved by the trial judge in the exercise of his or her discretion. Moreover, there are bars to the grant of equitable relief about which there may be no factual issue.
In Beaulieu, supra, the equitable defense was laches, and concerning its factual charаcteristics, this court said:
“‘... [V]arious things are to be considered, notably the duration of the delay in asserting the claim, and the sufficiency of the excuse offered in extenuation thereof, whether during the delay the evidence of the matters in dispute had been lost or become obscure, whether plaintiff or defendant was in possession of the property in suit during the delay, whether the party charged with laches had an opportunity to have acted sooner, and whether the party charged with laches acted at the first possible opportunity....‘”
Laches is peculiarly a factual defense, the resolution of which will rest in the sound discretion of the trial judge . . .
The bar asserted against the claim for equitable relief in this case, unlike Beaulieu, is not laches, but the availability of an adequate legal remedy. Following our resolution of City of Atlanta v. J. A. Jones Constr. Co., 260 Ga. 658 (398 SE2d 369) (1990), no fact issue remains as to what the legal remedy is. It is the return tо the unsuc-
Decided December 5, 1990 —
Reconsideration denied December 20, 1990.
Sutherland, Asbill & Brennan, Charles T. Lester, Jr., Richard L. Robbins, William R. Wildman, for appellant.
Michael J. Bowers, Attorney General, Lawson & Davis, G. Thomas Davis, King & Spalding, William A. Clineburg, Jr., Michael Eric Ross, for appellees.
Dow, Lohnes & Albertson, Terrence B. Adamson, Peter C. Canfield, Carolyn Y. Forrest, amici curiae.
Notes
Whenever any department, institution, or agency of the state government required by this part [
OCGA Title 50, Ch. 5, Art. 3, “State Purchasing,” Pt. 1, “General Authority, Duties, and Procedure” ] and the rules and regulations adopted pursuant thereto applying to the purchаse of supplies, materials, or equipment through the Department of Administrative Services shall contract for the purchase of such supplies, materials, or equipment contrary to this part or the rules and regulations made hereunder, such contract shall be void and of no effect. If any such department, institution, or agency purchases any supplies, materials, or equipment contrary to this part or the rules and regulations made hereunder, the executive officer of such department, institution, or agency shall be personally liable for the cost thereof; and, if such supplies, materials, or equipment are so unlawfully purchased and paid for out of the state funds, the amount thereof may be recovered in the name of the state in an appropriate action instituted therefor.
