DUTY FREE AIR & SHIP SUPPLY CO./FRANKLIN WILSON AIRPORT CONCESSION, INC. v. CITY OF ATLANTA et al.
S07A0265
Supreme Court of Georgia
May 14, 2007
RECONSIDERATION DENIED JUNE 25, 2007.
282 Ga. 173 | 646 SE2d 48
In April 2002, using a procedure for solicitation of competitive sealed proposals, the City of Atlanta issued a Request for Proposals (RFP) to construct and operate an expanded area of duty free shops in the international concourse at Hartsfield-Jackson International Airport. In response, Duty Free Air & Ship Supply Co. (DFASS) and Atlanta Duty Free, LLC (ADF) submitted proposals. The City’s Chief Procurement Officer selected DFASS, determining at the time that it was the most responsible and responsive proponent. ADF then appealed the selection to an administrative hearing officer who affirmed the selection of DFASS. Thereafter, the superior court reviewed the case on certiorari, reversed the decision of the administrative hearing officer, but determined that it could not grant any award of a contract. DFASS then appealed the superior court’s ruling to the Court of Appeals, which reversed the ruling because ADF failed to file a valid bond with its petition for certiorari. Duty Free Air & Ship Supply v. Atlanta Duty Free, 275 Ga. App. 381 (620 SE2d 616) (2005).
While the case was pending before the Court of Appeals, the City’s Chief Procurement Officer informed DFASS that the City was going to cancel the RFP and conduct a solicitation for proposals in a new, revised RFP. Nonetheless, when the Court of Appeals issued its opinion, DFASS demanded that the City grant it the RFP contract. Instead, the City issued the new RFP, and DFASS filed a petition for writ of mandamus, seeking to compel the City to immediately execute a contract, which it argued had become vested and binding. To the extent that any remaining steps were required prior to execution, DFASS contended that all of these steps were ministerial functions and suitable for a grant of mandamus. The trial court denied the writ of mandamus, and this appeal followed.
The narrow query now before this Court is simply whether mandamus is an appropriate remedy in this case. Based on the Legislature’s explicitly stated intention in the Georgia Local Government Public Works Construction Law,
The Construction Law explicitly contemplates the joint application of its terms with local law and ordinances. It states unequivocally: “Municipalities and consolidated governments shall execute and enter into contracts in the manner provided in applicable local legislation or by ordinance.” (Emphasis supplied.)
With regard to the execution and entry into contracts such as the one in question, the City Code mandates that contracts for construction or services in excess of $100,000 must first be considered and approved by the City Council, City Code Section 2-1140. The City Charter emphasizes the importance of this approval, admonishing that “[c]ontractual work related to any competitive sealed bid or proposal shall not be broken into components or parts so as to avoid the council’s approval of awards of greater than $100,000.00.” City Charter Section 6-402 (e). In addition, the City Code further indicates that any such contract must ultimately be approved and signed by the Mayor. City Code Section 2-176. It is undisputed that neither of these acts has occurred in this case.
The acts of the City Council and the Mayor in approving the alleged contract in question are discretionary. City Code Section 2-176 specifies that the Mayor is to execute a contract within 30 days of the resolution authorizing a contract, or inform the President of the City Council, in writing, the reasons why the Mayor has not executed a contract. Clearly, on its face, the ordinance gives the Mayor a choice to sign or not to sign a prepared contract, and [s]he does not have the specific duty to execute a contract. Accordingly, the failure to execute a contract is not a violation of a ministerial duty, but rather an act of discretion.
In reaching its conclusion, the dissent exceeds the narrow question now before us regarding the propriety of the requested remedy. Instead, the dissent at p. 179 goes so far as to make its own determinations of fact that City officials are guilty of wrongdoing in this case to the level of creating a mockery because “the City . . . arbitrarily refuses to prepare, and the Mayor refuses to sign [the] contract.” These accusations are both inappropriate and wholly unnecessary given the explicit legislative mandate of
Judgment affirmed. All the Justices concur, except Carley and Thompson, JJ., who dissent.
DUTY FREE AIR & SHIP SUPPLY CO./FRANKLIN WILSON AIRPORT CONCESSION, INC. v. CITY OF ATLANTA et al.
S07A0265
Supreme Court of Georgia
CARLEY, Justice, dissenting.
The majority inexplicably treats this case as if it involves an ordinary rejection of competitive bids or proposals. Instead, this case involves the exact opposite: the selection of the best competitive sealed proposal in accordance with governing law by the only official authorized to make that decision. The City published a Request for Proposals (RFP) in April 2002, and two companies submitted proposals four months later. Oral interviews were conducted after passage of another four months. In October 2003, over a year after the submission of proposals, the Chief Procurement Officer, in accordance with the authority granted to him, made and communicated in writing the City’s official determination that DFASS was the most responsible and responsive offeror, and that it proposed the most advantageous terms. The majority admits that this selection occurred. At any time during the 14 months preceding the Chief Procurement Officer’s determination, the City could have instigated further discussions, negotiations, and revisions, but it did not. After its evaluation process was complete, the City could have rejected both
The only provision of the Construction Law,
The majority opinion notwithstanding, the primary law applicable in this case is the Construction Law. Pursuant to that general statute, the City, as a result of its choice to solicit competitive sealed proposals, “shall . . . [m]ake an award to the responsible and responsive offeror whose proposal is determined in writing to be the most advantageous to the governmental entity, taking into consideration the evaluation factors set forth in the [RFP].”
This mandatory, substantive language is not vitiated by the fact that, in
Relying on wholly inapplicable ordinances, the majority claims to respect the discretion given to the Mayor and City Council while completely ignoring the discretion which the Chief Procurement Officer has to accept or reject competitive sealed proposals. The majority incomprehensibly refuses to acknowledge that neither the Mayor nor the City Council has been designated as the City’s purchasing and contracting authority with respect to competitive sealed proposals. Under the plain terms of the City Code, the Chief Procurement Officer is the appropriate official to solicit and enter into construction contracts, and to select the most responsible and responsive offeror. City Code §§ 2-1138 (a), 2-1189 (d). Under
Final approval by the City Council is required prior to an award of contract only if it was not competitively procured in accordance with the Charter and ordinances or if someone other than the most qualified bidder or offeror was selected. City Charter §§ 3-104 (14), 6-402 (f). Other charter provisions, such as § 6-402 (e), cited by the majority, which refer more generally to Council approval must be construed in conjunction with this requirement. See Burkhardt v. Burkhardt, 275 Ga. 142 (2) (561 SE2d 822) (2002); Mayor &c. of Savannah v. Savannah Elec. & Power Co., 205 Ga. 429, 436-437 (54 SE2d 260) (1949). The majority erroneously cites City Code § 2-1140, which is subordinate to the Charter, does not govern which contracts must be approved by the Council, and deals only with the Chief Procurement Officer’s authority to sign certain contracts which have received Council approval. Because competitive procedures have been followed and the best offeror selected, final approval by the City Council is not required prior to the award of contract. Moreover, even if such approval were required, the City Council, like the Mayor, is bound by the applicable statutory provisions and, under the proper interpretation of the Construction Law, the Council’s approval after
In determining that the supposedly necessary acts of the Mayor and City Council in approving the contract are discretionary, and not formalities, the majority relies on City Code § 2-176 and Common Cause/Ga. v. City of Atlanta, 279 Ga. 480, 482-483 (2) (614 SE2d 761) (2005). In that case, however, acceptance of a bid was accomplished by a resolution which “specifically stated that the agreement would not be binding on the City until executed by the Mayor. . . .” Common Cause/Ga. v. City of Atlanta, supra at 480-481. Under that authority, the Mayor was the appropriate official to decide whether to make the award. City Code § 2-176 is simply the general ordinance providing how much time the Mayor has to determine whether to execute a contract for which final approval by the Council is necessary. Common Cause/Ga. correctly held that § 2-176 did not require the Mayor to sign the contract, and thereby make her duty ministerial. Conversely, however, there is absolutely nothing in § 2-176 which makes every signing of a contract by the Mayor discretionary.
Common Cause/Ga. is completely different from this case in every respect and is not, therefore, remotely applicable authority for the majority’s holding. The bidding in Common Cause/Ga. took place in 1999, prior to the enactment of
The majority opinion effectively confuses the distinction between a mere competitive proposal and a legally enforceable contract. “Public contracts traditionally have been held to be formed by public acceptance of bids rather than by subsequent execution of contracts documenting the acceptance. [Cits.]” 1 Bruner & O’Connor, supra at § 2:140. See also City of Merrill v. Wenzel Bros., 277 NW2d 799, 803 (Wis. 1979) (recognizing that this rule has been applied in three opinions of the Supreme Court of the United States). The issue is not whether the City initially could have rejected DFASS’s proposal, but whether DFASS can be deprived of its rights to the completed contract by the City’s purported cancellation. Several provisions of
Under the Construction Law, the City has a responsibility to obtain any revisions in competitive sealed proposals prior to selection of the responsible and responsive proponent with the most advantageous proposal.
The consequences of the majority’s rejection of this statutory scheme are readily apparent in this case. DFASS has spent years complying with the competitive solicitation procedures chosen by the City, being awarded the contract under controlling statutory authority, and defending that award. Appellees admit that the reasons for the purported cancellation were the uncertain duration of the litigation with ADF and improvement of market conditions. Where, as here, a public entity accepts a competitive proposal and later rejects it because of the potential for a better offer or due to legal action by another offeror, that public body “has acted arbitrarily and capriciously and rescission is ineffective. [Cit.]” Northeast Miss. Community College Dist. v. Vanderheyden Constr. Co., supra at 1404. Thus, it is clear that the City arbitrarily refuses to prepare, and the Mayor refuses to sign, a formal written contract. Under these circumstances, “[t]he procedure for the advertising for bids for supplies or
I am authorized to state that Justice Thompson joins in this dissent.
DECIDED MAY 14, 2007 —
RECONSIDERATION DENIED JUNE 25, 2007.
Mary C. Cooney, Bauer & Deitch, Henry R. Bauer, Jr., Bondurant, Mixson & Elmore, Emmet J. Bondurant, Michael B. Terry, for appellant.
Linda K. DiSantis, Robert B. Caput, Michael S. Fineman, for appellees.
