[¶ 1.] The City of Watertown (City) advertised for bids on a project to replace a portion of its storm sewer. The lowest bidder was Pipestone Concrete, Inc. (Pipe-stone). H & W Contracting, LLC (H & W) was the next lowest bidder. After the contract was awarded to Pipestone, H & W sued City claiming it should have been awarded the contract because of irregularities in Pipestone’s bid. The circuit court granted summary judgment in favor of City. We affirm.
FACTS AND PROCEDURE
,[¶2.] On March 23, 2000, City issued an invitation for bids on a project involving the replacement of a major lift station and a portion of the storm sewer. As part of this process, City hired Allen Erickson, of HDR Engineering, to prepare documents associated with the project as well as review and recommend bids. When preparing bids, each contractor was required to complete a detailed bid sheet, which listed separate prices for various items of work to be performed. For most items, the contractors were required to list a “unit bid price” and an “amount bid,” which was the unit bid price multiplied by the number of units to be used. Several items, however, required the contractors to only list a “lump-sum” or total price. City received five bids on the project, which were opened on April 13, 2000. Pipestone’s bid was $1,863,430.00. The next lowest bid was from H & W, for $1,907,129.65.
[¶ 3.] As part of his responsibility to City, Erickson prepared a “bid tabulation” for each individual bid. A “bid tabulation” checks a bid for errors by using a spreadsheet to compare the number of units and unit bid price for each item comprising the bid. The totals using this comparison were then compared with the total bid amount. When this process was performed on Pipestone’s bid, two discrepancies were found. On item 39, which involved amounts allocated to traffic control devices, Pipestone had inserted $11,000 in the column marked “unit bid price.” It had then carried that number across to the *170 “amount bid” column. When the bid tabulation multiplied the quantity of traffic control devices (5,088) by the $11,000 figure listed as the unit bid price, the total bid amount for the entire project would have increased to $57,820,438.00, or thirty-one times the total indicated on the actual bid. 1 The bid tabulation also indicated a minor error on line 69. 2
[¶ 4.] On April 17, 2000, Erickson informed Pipestone of the errors in its bid. At that time, Pipestone faxed Erickson a quote from Pipestone’s subcontractor for that item. The bid from the subcontractor for item 39 was $10,176 and was dated prior to the bid opening. That figure had been rounded up to $11,000 to account for damage incurred throughout the project. Instead of subdividing the price per unit, Pipestone had entered the total price on the bid sheet. Figuring backward from $11,000, the unit price was $2.16. The unit price of the other four bidders on this item ranged from $2.00 to $3.00. 3 Pipestone also agreed to correct the error on line 69. After these errors were corrected, Erickson created a new bid tabulation. The new bid tabulation totaled Pipestone’s bid at $1,863,438.00, an increase of $8.
[¶ 5.] Erickson explained the discrepancies to Larry Little, City’s Public Works Director. Little agreed with Erickson’s assessment that the $11,000 unit bid price was intended to be the amount bid and any other interpretation would be “ridiculous.” Little recommended the Pipestone bid to the city council, which accepted the bid. The city council forwarded a contract to Pipestone, which was signed on May 18, 2000.
[¶ 6.] On May 10, 2000, H & W filed an application for peremptory writs of prohibition and mandamus. In its application, H & W requested that the circuit court prohibit City from awarding the contract to Pipestone and direct City to award the contract to H & W. H & W’s application was later amended to add a request for declaratory relief. At a hearing on May 19, 2000, Pipestone was allowed to intervene. In addition, Jamie Frentz was joined as a petitioner, based on his standing as a taxpayer and citizen of Water-town. 4 The circuit court ruled that H & W lacked standing, as a disappointed bidder, to challenge the award of the contract. It denied the writs of prohibition and mandamus because Frentz had an adequate legal remedy, namely the declaratory relief that he sought. The parties then moved for summary judgment on Frentz’ request for declaratory relief. The circuit court found Pipestone’s bid contained two obvious clerical errors, and that the errors had not provided any competitive advantage over other bidders. The circuit court decided that the legislative intent of the competitive bidding laws had not been violated by the correction of such errors. Therefore, it granted summary judgment in favor of City. H & W and Frentz appeal, raising three issues:
1. Whether H & W, as a disappointed bidder, has standing to challenge an alleged violation of South Dakota’s competitive bidding laws.
*171 2. Whether a municipality may correct a clerical error on a bid for a public contract.
3. Whether H & W and/or Frentz were entitled to writs of mandamus and prohibition requiring City to award the contract to H & W.
STANDARD OF REVIEW
[¶ 7.] Our standard of review on a circuit court’s grant of summary judgment is well settled, “we will affirm only if all legal questions have been decided correctly and there are no genuine issues of material fact.”
Estate of Juhrike
v.
Marquardt,
ANALYSIS AND DECISION
[¶ 8.] 1. Whether H & W, as a disappointed bidder, has standing to challenge an alleged violation of South Dakota’s competitive bidding laws.
[¶ 9.] Whether a party has standing is a legal conclusion, which we review under the de novo standard.
City of Deadwood v. Summit, Inc.,
[¶ 10.] H & W claims, in light of the errors on Pipestone’s bid, it was the lowest responsible bidder and is therefore legally entitled to the contract. In
Tri-State Milling Co. v. Board of County Com’rs,
[¶ 11.] However, “a taxpayer need not ... suffer special injury to himself to entitle him to institute an action to protect public rights.” 5 Agar School Dist., 527 *172 N.W.2d at 284. H & W is organized as a limited liability company under the laws of Minnesota and has its principal place of business in Sioux Falls. Therefore, H & W does not have standing as a Watertown taxpayer.
[¶ 12.] Despite this general rule, a large number of jurisdictions have adopted an exception, which allows disappointed bidders to challenge the award of a public contract, acting as private attorneys general on behalf of the public.
6
Standing has been bestowed in cases of “fraud, corruption or acts undermining the objective and integrity of the bidding process.”
Connecticut Associated Builders and Contractors v. City of Hartford,
[¶ 13.] We are mindful of the increased burden this exception could place on governmental agencies forced to defend lawsuits brought by disappointed bidders. Therefore, before a disappointed bidder will be granted standing, it must establish the existence of “favoritism, improvidence, extravagance, fraud [or] corruption.”
Fonder,
[¶ 14.] H & W’s petition sought equitable relief in the form of writs of prohibition and mandamus, as well as declaratory relief requiring City to award the contract to H & W. Under the limited exception herein adopted, the relief sought by disappointed bidders must be limited to such requests. Because a disappointed bidder’s standing is based on the protection of public interests, it extends only to suits for declaratory or equitable relief
*173
seeking to compel compliance with the competitive bid laws.
7
MARTA,
[¶ 15.] H & W fails to fall into this limited standing exception. While it has made veiled accusations of fraud and corruption by City and Pipestone, it has produced no such evidence. Therefore, it does not have standing to protect the public’s interest. In reality H & W seeks an award of the bid which would cost the taxpayers of Watertown an additional $43,699.55, while granting them no additional contractual benefits.
[¶ 16.] 2. Whether a municipality may correct a clerical error on a bid for a public contract.
[¶ 17.] Resolution of this issue involves statutory interpretation, which is a question of law, reviewed under the de novo standard.
Maryott v. First Nat’l Bank of Eden,
[¶ 18.] While we do strictly enforce South Dakota’s competitive bidding laws, we do so to protect the public treasury against “favoritism, improvidence, extravagance, fraud and corruption.”
Fonder,
[¶ 19.] In
Spina Asphalt Paving Excavating Contractors, Inc. v. Borough of Fairview,
[¶ 20.]
Sciaba Constr.
is also factually similar to the present case. In that case, Modern Continental Construction Co. (“MCCC”) mistakenly inserted $15 as the unit price per linear foot of paint, rather than $.15.
[¶ 21.] These decisions are in accord with the test we have adopted for examining bids on public contracts:
It is a general rule that the bid of one proposing to contract for the doing of a public work must, in order to secure the contract, respond or conform substantially to the advertised terms, plans and specifications. After bids have been received and opened, no material change can be made in any bid which may be more favorable to the successful bidder and is in variance with the specifications.
Gridley v. Engelhart,
[¶ 22.] As was the case in Sciaba Constr. and Spina Asphalt, here it is obvious on the face of the bid that Pipestone intended to bid $11,000 for all the work required under item 39. We need only look to the next column on the bid sheet where $11,000 is again entered in the “amount bid” column to support this conclusion. The $11,000 bid for item 39 is consistent with the amounts bid by the four other bidders, which ranged from $10,176 to $16,179.84. In addition, this conclusion is consistent with the total bid for the entire project written in words and figures on Pipestone’s bid sheet. Regarding the error on line 69, $8.00 is clearly not material to a contract of over $1.8 million. These errors were obvious clerical errors in Pipestone’s bid. While we strictly construe public bidding statutes, we will not enforce a strained interpretation when the result is an additional burden of over $43,000 upon the citizens of Watertown. Before the bid was corrected, Pipestone’s bid was $43,699.55 less than H & W’s bid. After the correction, Pipestone’s bid was still $43,691.55 less than H & W’s. An eight-dollar difference cannot be considered a “substantial advantage” under the Gridley test. Therefore, City was entitled to correct the errors and award the contract to Pipestone. 9
[¶ 23.] 3. Whether H&W and/or Frentz were entitled to a writ of mandamus and prohibition awarding the contract to H & W.
[¶24.] Decisions by a circuit court involving mandamus or prohibition are discretionary; therefore, the standard under which we review a trial court’s decision is abuse of discretion.
Sorrels v. Queen of Peace Hosp.,
[¶ 25.] In addition, mandamus and prohibition will only be granted when no other “plain, speedy and adequate remedy in the ordinary course of law” is available to the petitioner.
Cummings v. Mickelson,
[¶ 26.] Judgment is affirmed.
[¶ 28.] Wilbur, Circuit Judge for Konenkamp, Justice, disqualified.
Notes
. Using $11,000 as the unit bid price would apportion 97% of the costs of the project for traffic control.
. The quantity indicated in line 69 was 29 units, the unit bid price being $62. The amount bid, as written, was $1,790. Twenty-nine units multiplied by $62 properly yields a total of $1,798, a difference of $8.
. H & W’s unit price was $2.20.
. Frentz is a cousin to Tom Hurd, one of H & W’s principal owners.
. The circuit court allowed Frentz to join this action based on his status as a citizen and taxpayer of Watertown. That decision has not been appealed.
. Of the 40 states that have addressed this issue, 27 have granted this type of standing to disappointed bidders.
. It should be remembered that to prevail on such a claim, a disappointed bidder must rebut the strong presumption of legitimacy traditionally granted governing bodies. See
Schrank v. Pennington County Bd. of Comm’rs,
. That statute provides as follows:
The sealed bids shall not be opened until the time and place specified in the advertisement therefor, but must be publicly opened and read at said time and place. Any bid may be withdrawn by letter or by telegraphic communications or in person before the time specified in the advertisement therefor. Bids may be modified by mail, telegraphic notice or facsimile notice received at the place designated in the invitation to bid not later than the time set for the opening of bids. Telegraphic or facsimile modification shall not reveal the bid price but shall provide the addition or subtraction or the modification so that the final prices or terms will not be known to the public corporation until the sealed bid is opened. Any telegraphic or facsimile modification may not be withdrawn after the time set for the opening of bids. Telegraphic modifications must be confirmed in writing by the successful bidder before award of the contract. No bid made shall be changed or altered by telephone.
. H&W has not submitted any evidence that City engaged in any “favoritism, improvidence, extravagance, fraud [or] corruption.”
See Fonder,
