RAPID CITY AREA SCHOOL DISTRICT NO. 51-4, Plаintiff and Appellee, v. BLACK HILLS AND WESTERN TOURS, INC., Individually and as Representative of the Class of Taxpayers of the Rapid City Area School District No. 51-4, Defendant and Appellee, and Stagecoach West Leasing, Inc., Defendant and Appellant.
No. 13103
Supreme Court of South Dakota
April 1, 1981
Argued Nov. 19, 1980.
303 N.W.2d 811
James W. Olson of Wilson, Bottum, Olson, Goodsell & Nash, Rapid City, for defendant and appellant.
HENDERSON, Justice.
ACTION
Appellant (Stagecoach West Leasing, Inc.) appeals from the trial court‘s ruling in a declaratory judgment action in favor of appellees (Black Hills & Western Tours, Inc. and Rapid City Area School District No. 51-4). The trial court dеclared that appellee school district‘s retention of a bid security made by appellant is proper, and that appellee school district‘s intent to return the bid security to appellant is not within appelleе school district‘s discretion. Hence, the trial court ruled that the bid security deposited by appellant is the property of, and is to be retained by, appellee school district. We affirm.
FACTS
After advertising, appellee schоol district opened bids for student transportation on February 7, 1979. Appellant and appellee Black Hills had each submitted bids on certain routes to provide bus service for appellee school district. The invitation for bids rеquired a bid security of ten percent of the total amount of the submitted bid. It also required that the successful bidder secure a performance bond for one-hundred percent of the amount of the contract.1
Accompаnying appellant‘s bid was a cashier‘s check for $9,376.50 (representing ten percent of appellant‘s bid for one year of the three-year contract). Appellant‘s total contract bid for the three years was $281,295.00. Apparently, appellant originally believed that the bid documents required ten percent of $93,765.00 as bid security. On February 16, 1979, appellant submitted an additional check to appellee school district for $18,753.00 which, when combined with the first chеck of $9,376.50, totalled $28,129.50, representing ten percent of the total amount for the three-year contract bid. At a meeting on February 27, 1979, appellee school district waived the formality of requiring a ten percent bid security at the time the bids were opened on February 7, 1979.
On March 13, 1979, appellee school district approved the contract (as per appellant‘s bid) and authorized the president of the school board to sign it. Appellant was notified by mail on March 15, 1979, of this approval. This notice stated that appellee school district would sign the contract if appellant posted the performance bond by May 1, 1979. On May 1, 1979, an agent of appellant requestеd a thirty-day extension for filing the performance bond. The performance bond deadline was then extended to June 1, 1979. On June 1, 1979, an agent of appellant requested a meeting with appellee school district for the purpose of trying to modify the performance bond requirements. This meeting was held on June 11, 1979, and appellant‘s request was removed from consideration pending appellee school district‘s consultation with counsel. On June 19, 1979, appellee school district rejected all bids, including appellant‘s, which had been opened on February 7, 1979. Appellant was unable to contract because it could not post the required performance bond. Appellеe school district subsequently readvertised for bids. Appellant did not rebid.
ISSUE
Concerning a bid for student transportation, did the trial court err in ruling that appellee school district‘s retentiоn of appellant‘s bid security was proper and that appellee school district has no legal discretion to return the bid security to appellant? We hold that it did not.
DECISION
With respect to declaratory orders, judgments, and deсrees, appellant bears the burden of showing that the trial court‘s findings are clearly erroneous.
Initially, appellant contends that
Except for purchases made pursuant to chapter 13-34, [dealing with the purchase of textbooks] whenever school facilities are to be built or remodeled, or improvements are to be made to school sites, or when supplies or equipment are to be purchased contracts shall be let in accordance with chapter 5-18 and in accordance with plans and specifications that shall be furnished by the school boаrd.
Appellant maintains that the language of
In Northern Hills Sanitation v. Board of Com‘rs, 272 N.W.2d 835 (S.D.1978), we held that a contract entered into by a municipality for the collection of garbage is subject to the competitive bidding requirements of
“. . . ‘Since they are based upon public economy and are of great importance to the taxpayers, laws requiring cоmpetitive bidding as a condition precedent to the letting of public contracts ought not be frittered away by exceptions, but, on the contrary, should receive a construction always which will fully, fairly, and reasonably effectuаte and advance their true intent and purpose, and which will avoid the likelihood of their being circumvented, evaded, or defeated.‘”
We hold that the competitive bid provisions of
Appellant secondly contends that even if
Appellant, relying upon Schull Construction Co. v. Board of Regents of Ed., 79 S.D. 487, 113 N.W.2d 663 (1962), contends that a public entity may refund a bid security prior to entering into a contract, absent a showing of arbitrary action or fraudulеnt intent. Here, appellee school district had awarded the contract to appellant on March 13, 1979. At this time, appellant had posted a ten percent bid security on the total amount of the bid. Appellant was unable to post a performance bond, however, even after a thirty-day extension. The bid specification pertinent to this issue states:
BID SECURITY: A certified check, cashier‘s check, or bidder‘s bond representing at least 10% (or $1,000.00 which ever is greater) of the maximum proposal is attached. This security is to be left on deposit with the School District. If the undersigned defaults in executing the agreement or in furnishing a satisfactory Performance Bond, the check will become the property of the School District, or the Surety will pay the owner in the amount of the Bond.
It is understood that the bid security may be retained until contracts have been signed or the elapse of the time specified in the instructions tо bidders. (Emphasis supplied.)
In light of this bid specification, the legal persuasiveness of Schull is nil. To make a forfeiture of bid security discretionary when a bidder is unable to contract, in effect, makes the requirement of bid bonds discretionary. The concept of discretionary bid security is contrary to statutory mandate for school districts in South Dakota and the bid specification by which both parties were bound. We hold that the trial court was not clearly erroneous in ruling that appellee school district is required to retain appellant‘s bid security.
Appellant has raised other contentions on appeal that were not submitted or ruled upon by the trial court. Accordingly, these issues are not рroperly subject to review. Estate of Assmus, 254 N.W.2d 159 (S.D.1977); Chipperfield v. Woessner, 84 S.D. 13, 166 N.W.2d 727 (1969); Bottum v. Herr, 83 S.D. 542, 162 N.W.2d 880 (1968).
The judgment of the trial court is affirmed.
MORGAN and FOSHEIM, JJ., concur.
WOLLMAN, C. J., and DUNN, J., dissent.
DUNN, Justice (dissenting).
I dissent.
The school district is required to follow the law as well as the bidders. It asked for bids on a contract for three years, which is beyond its authority. While this issue was not raised in the trial court and thus not considered on aрpeal, it still remains important on other issues. Stagecoach had trouble obtaining a bond for this illegal contract for over one year; otherwise it would have complied with the bid and there would have been no lawsuit.
Further, the school district did not declare a forfeiture of Stagecoach‘s bond as
When it rejected all bids, the security furnished should have been returned to all bidders. I would reverse and remand for the trial court to enter an order returning the security to Stagecoach.
I am authorized to state that WOLLMAN, Chief Justice, joins in this dissent.
