Waste Services of Decatur, LLC v. County of Lawrence ( 2012 )


Menu:
  •                 IN THE COURT OF APPEALS OF TENNESSEE
    AT NASHVILLE
    June 29, 2012 Session
    WASTE SERVICES OF DECATUR, LLC V. COUNTY OF LAWRENCE, ET AL.
    Appeal from the Chancery Court for Lawrence County
    No. 1525911    Stella L. Hargrove, Chancellor
    No. M2011-01947-COA-R3-CV - Filed August 14, 2012
    Losing proposer for solid waste management services challenges Lawrence County’s
    decision to contract with another proposer. Because we find that the County acted arbitrarily
    and illegally in making its decision, we reverse the decision of the trial court and remand for
    further proceedings.
    Tenn. R. App. P. 3 Appeal as of Right; Judgment of the Chancery Court Reversed
    and Remanded
    A NDY D. B ENNETT, J., delivered the opinion of the Court, in which F RANK G. C LEMENT, J R.
    and R ICHARD H. D INKINS, JJ., joined.
    James L. Murphy, III, Josh J. Phillips and Peter C. Sales, Nashville, Tennessee, for the
    appellant, Waste Services of Decatur, LLC.
    Darwin A. Hindman, III, and Joshua A. Mullen, Nashville, Tennessee, for the appellee,
    Waste Connections of Mississippi, Inc.; Charles William Holt, Jr., Lawrenceburg, Tennessee,
    for the appellees, County of Lawrence and County Commission of the County of Lawrence.
    OPINION
    F ACTUAL AND P ROCEDURAL B ACKGROUND
    Lawrence County issued a request for proposals (“RFP”) on December 13, 2010
    soliciting proposals for “the loading, transportation and disposal of the county’s solid waste
    for a period of (5) years beginning March 1, 2011.” The RFP included the requirements for
    submitting proposals, eight criteria for the evaluation of proposals, and the procedures to be
    used by the county in selecting a proposal. The County reserved “the right to reject any or
    all proposals and to award a contract based upon the best value for the County.” The RFP
    further stated: “This is a request for proposal, not a competitive proposal process.” The
    contents of the RFP will be described more fully below as relevant to the issues on appeal.
    The County conducted a pre-proposal meeting on January 4, 2011 to allow prospective
    proposers to ask questions. Representatives of Waste Services of Decatur, LLC (“WSD”),
    Waste Connections of Mississippi, Inc. (“WCM”), and others attended the meeting. After
    this meeting, the County issued an addendum to the RFP addressing several topics raised at
    the meeting. The addendum changed the selection process to state: “Final Selection will be
    made by the Lawrence County Solid Waste Committee and the Purchasing Committee.”
    (Amendments in italics). Under the RFP, the selected proposal then went to the county
    commission “for approval and issuance of the contract.”
    The County received proposals from three entities, WSD, WCM, and another
    company. On January 18, 2011, the purchasing committee held an open meeting at which
    the committee announced the pricing provisions of the three proposals. At the end of the
    meeting, the committee stated that it would take a week to ten days to evaluate the proposals
    and would then contact the proposers. On January 18, 2011, the county attorney sent e-mails
    to WSD and WCM to set up meetings regarding their proposals. In one e-mail to WCM, the
    county attorney stated:
    Let me see what I can work out. Got your earlier email. I’m at [the] river
    tonight but will be back in town tomorrow and will try to contact necessary
    parties. Sharpen your pencil. We are looking at $300,000 in repairs to transfer
    station. Would like for someone to build us another. Might entertain a 10 year
    deal if good enough. We will also be discussing with WSD.
    Problems arose at this point. WCM sent an e-mail back to the county attorney
    expressing shock that “WSD would get another opportunity” because WCM’s “bid” was
    lower. The county purchasing agent sought an opinion from the state comptroller’s office
    and was advised that, under the County Purchasing Law of 1957, it was not permissible for
    the County to negotiate price with multiple proposers. The comptroller’s office advised the
    County to “accept the lowest and/or best bid.” On January 28, 2011, the county purchasing
    agent cancelled the meetings set up by the county attorney.
    On February 14, 2011, the purchasing committee met and discussed the proposals.
    The county attorney expressed concerns that the RFP was ambiguous regarding further
    negotiations on price and advised the committee that it could choose one of three options:
    reject all of the proposals and start again, continue to negotiate with the two lower proposers,
    or award the contract to one proposer according to the eight criteria. Representatives from
    WSD and WCM addressed the committee. In response to a question from a committee
    -2-
    member, the county purchasing agent stated: “According to the Comptroller’s office, a
    proposal and a bid are the same thing.” The committee passed a resolution recommending
    that the County approve the agreement with WCM.
    The county commission met on February 24, 2011 and considered the resolution from
    the purchasing committee. WSD and WCM addressed the county commission, and there was
    significant discussion about the selection process. Several commissioners expressed concern
    with the fairness of the process, and the county attorney stated his opinion that the proposers
    had been led to believe that they would have an opportunity to negotiate price prior to the
    final selection. A motion to reject all proposals and begin the procurement process again
    failed to pass. The county commission then voted to allow the purchasing agent and county
    executive to negotiate terms with WCM.
    WSD filed a petition for writ of certiorari on March 1, 2011 asking the court to
    reverse the County’s decision to award the contract to WCM. After a hearing in August
    2011, the court issued an order denying WSD’s petition, ruling simply that there was
    “material evidence in the record to support the County’s decision and that the County did not
    act illegally, arbitrarily, or fraudulently.”
    On appeal, WSD presents a number of issues and subissues. The three main issues
    are (1) whether the County acted illegally, arbitrarily, and capriciously by failing to follow
    the evaluation procedures set forth in the RFP; (2) whether the County acted illegally,
    arbitrarily, and capriciously by authorizing the county executive and the purchasing agent to
    conduct negotiations with WCM regarding the services to be provided after the award to
    WCM had been approved; and (3) whether the County violated the County Purchasing Law
    of 1957 by issuing an RFP and failing to competitively bid the work.
    S TANDARD OF R EVIEW
    The scope of review with respect to a common law writ of certiorari is limited. Watts
    v. Civil Serv. Bd., 
    606 S.W.2d 274
    , 276 (Tenn.1980); Leonard Plating Co. v. Metro. Gov’t
    of Nashville & Davidson Cnty., 
    213 S.W.3d 898
    , 903 (Tenn. Ct. App. 2006). A reviewing
    court may grant relief only when the board or agency has exceeded its jurisdiction or acted
    illegally, arbitrarily, or fraudulently. Tenn. Code Ann. § 27-8-101; McCallen v. City of
    Memphis, 
    786 S.W.2d 633
    , 638 (Tenn.1990). The scope of review by the appellate courts is
    no broader than that of the chancery court in these cases with respect to evidence presented
    before the board. Watts, 60 S.W.2d at 277.
    Reviewing a common law writ of certiorari “does not extend to a redetermination of
    the facts found by the board or agency whose decision is being reviewed.” Leonard Plating,
    -3-
    213 S.W.3d at 903. Courts are not permitted to “(1) inquire into the intrinsic correctness of
    the decision, (2) reweigh the evidence, or (3) substitute their judgment for that of the board
    or agency.” Id. at 903-04 (citations omitted). Rather, the courts must review the board’s
    decision to determine whether there is any material evidence to support the decision; “a
    decision without evidentiary support is an arbitrary one.” Id. at 904. The determination of
    whether the board’s decision is supported by material evidence is a question of law. Id. To
    support a board’s decision, the material evidence “must exceed a scintilla of evidence but
    may be less than a preponderance of the evidence.” Id.
    A NALYSIS
    1.
    We begin by considering the impact of the County Purchasing Law of 1957, Tenn.
    Code Ann. § 5-14-101 et seq., which has been adopted by the County. WSD argues that the
    County Purchasing Law of 1957 required the County to use competitive bidding rather than
    the RFP process.
    Tennessee Code Annotated § 5-14-108(a)(1) provides, in pertinent part, as follows:
    All purchases of and contracts for purchases of supplies, materials, equipment
    and contractual services, and all contracts for the lease or rental of equipment,
    and all sales of county-owned property that has become surplus, obsolete or
    unusable, shall be based wherever possible on competitive bids.
    (Emphasis added). This provision requires the County to use competitive bidding for certain
    purchases “wherever possible.” Thus, the provision contemplates the use of other
    procurement procedures in situations where competitive bidding is not possible.
    While there is scant caselaw in Tennessee regarding the appropriate uses of the
    request for proposal method of procurement rather than competitive bidding, the following
    general principles are instructive:
    In contrast to bids, a request for proposals (RFP) is used when the public
    authority is incapable of completely defining the scope of work required, when
    the service may be provided in several different ways, when the qualifications
    and quality of service are considered the primary factors instead of price, or
    when responses contain varying levels of service which may require
    subsequent negotiation and specificity. A request for proposals (RFP) is a
    more flexible alternative to competitive bidding for a public contract . . . .
    -4-
    10 McQuillin, T HE L AW OF M UNICIPAL C ORPORATIONS § 29.33 (3rd ed. 2012) (footnotes
    omitted). Courts have recognized that “services requiring scientific knowledge and
    professional skill do not call for the performance of work which must be submitted to
    competitive bidding.” Waste Mgmt., Inc. v. Wis. Solid Waste Recycling Auth., 
    267 N.W.2d 659
    , 665 (Wis. 1978). The rationale for this principle is that public bodies must be able to
    “judge the professional qualifications of those who perform services requiring scientific
    knowledge and professional skill.” Id.; see also Emerald Corr. Mgmt. v. Bay Cnty. Bd. of
    Cnty. Comm’rs, 
    955 So. 2d 647
    , 651 (Fla. Dist. Ct. App. 2007). Thus, for some matters, such
    as solid waste disposal, a governmental body must be able to evaluate professional
    qualifications.
    The evaluation criteria set forth in the County’s RFP are:
    1. Prior experience in solid waste services, transfer station management and
    operation, and loading, transportation and disposal of waste.
    2. Specifics of the proposal regarding the Contractor’s financial stability.
    3. Ability to provide the most comprehensive guarantees, performance and
    level of insurance coverage to the County.
    4. Completeness of information requested.
    5. References and reputation of Contractor.
    6. Cost.
    7. Contract terms and conditions.
    8. Overall benefit to the County.
    These criteria allow the County to consider the proposers’ expertise and experience in the
    area of solid waste management, not price only. Based upon the nature of the services being
    procured and the language of Tenn. Code Ann. § 5-14-108(a)(1), we conclude that the
    County did not act illegally, arbitrarily, or fraudulently in opting to use the RFP process.1
    2.
    WSD next asserts that the County acted illegally, arbitrarily, and capriciously by
    failing to follow the procedures announced in the RFP and the pre-proposal meeting. WSD
    puts forth a number of ways in which the County allegedly failed to follow the prescribed
    procedures: by awarding the contract based solely upon the initial price instead of evaluating
    the proposals under the eight criteria in the RFP, by failing to follow through on further
    1
    According to the statements of counsel at oral argument, WSD was awarded its previous contract
    with the County for waste management services pursuant to an RFP process. Moreover, WSD did not object
    to the use of the RFP process here until it learned it was not the winning proposer.
    -5-
    negotiations after the submission of proposals, by failing to have the proposals reviewed by
    the solid waste committee, and by failing to have the purchasing committee review the
    proposals under the criteria set forth in the RFP. These assertions embody two basic
    arguments: that the County erred in failing to follow the procedures set forth in the RFP, and
    that the County’s decision was not supported by any material evidence.
    One of the grounds for relief under the common law writ of certiorari is a
    determination that the administrative body employed an unlawful procedure. Demonbreun
    v. Metro. Bd. of Zoning Appeals, 
    206 S.W.3d 42
    , 46 (Tenn. Ct. App. 2005). Several of
    WSD’s objections focus upon whether the County employed an unlawful procedure in
    making its decision. In RFP cases, the RFP governs the relationship between the parties. See
    generally EnGenius Entm’t, Inc. v. Herenton, 
    971 S.W.2d 12
     (Tenn. Ct. App. 1997); Danis
    Clarkco Landfill Co. v. Clark Cnty. Solid Waste Mgmt. Dist., 
    653 N.E.2d 646
    , 657 (Ohio
    1995). As with competitive bidding, the fairness and public confidence promoted by the RFP
    process requires that all proposers be evaluated in accordance with the same rules. See
    Metro. Air Research Testing Auth., Inc. v. Metro. Gov’t of Nashville & Davidson Cnty., 
    842 S.W.2d 611
    , 616-17 (Tenn. Ct. App. 1992); Computer Shoppe, Inc. v. State, 
    780 S.W.2d 729
    ,
    737 (Tenn. Ct. App. 1989). Thus, as the parties implicitly agree in this case, the propriety
    of the County’s procedure depends upon the terms of the RFP.
    The RFP, as amended, states: “Final selection will be made by the Lawrence County
    Solid Waste Committee and the Purchasing Committee.” It is undisputed that the County did
    not submit the proposals to the solid waste committee, an express requirement of the RFP.
    We find no merit in the County’s argument that this failure is inconsequential since all of the
    solid waste committee members also serve on the county commission, which ultimately
    approved the choice of WCM. The RFP established a process, and the County failed to
    follow it. Without a separate meeting of the solid waste committee, it is impossible to know
    what action that committee would have taken. Not every procedural defect provides a basis
    for judicial relief under the common law writ of certiorari. See Willis v. Tenn. Dep’t of Corr.,
    No. M2000-01397-COA-R3-CV, 
    2002 WL 1189730
    , at *13 (Tenn. Ct. App. 2002). In this
    case, however, we conclude that the County acted illegally and arbitrarily in failing to send
    the proposals to the solid waste committee for review.2
    2
    We find no merit in WSD’s contention that the County was required to conduct further negotiations
    with the proposers. In making this argument, WSD relies upon the following exchange at the pre-proposal
    meeting:
    DP [David Peppers, representative of WSD]: It’s real obvious you won’t be looking at price
    only but there may be a negotiation period.
    (continued...)
    -6-
    Under the common law writ of certiorari, a reviewing court “may review the record
    solely to determine whether it contains any material evidence to support the decision because
    a decision without evidentiary support is an arbitrary one.” Leonard Plating, 213 S.W.3d at
    903 (citing Watts, 606 S.W.2d at 276-77). We have previously stated that “a reviewing court
    cannot determine if there was material evidence to support a decision if the reviewing court
    is unaware of the basis for the decision.” Hoover, Inc. v. Metro Bd. of Zoning Appeals, 
    924 S.W.2d 900
    , 905 (Tenn. Ct. App. 1996). In this case, we are unaware of the basis of the
    decision and, thus, we find no material evidence to support the decision reached by the
    County.
    Under the RFP, the County was to evaluate each proposal under eight criteria. In
    arguing that the County applied the appropriate criteria, the County emphasizes the following
    points:
    •      At the pre-proposal meeting, the county purchasing agent stated:
    “Under Criteria of Evaluation, we’re going to look at everything but
    cost is going to be one of the major things.”
    •      The county purchasing agent reviewed every proposal and completed
    a checklist for each.
    •      The county purchasing agent provided the purchasing committee with
    her file and recommendation.
    •      The purchasing committee voted to send WCM’s proposal to the county
    commission.
    •      The county commission heard comments from representatives from
    WCM and WSD and, after debate, awarded the contract to WCM
    “because it had a significantly lower price.”
    These points fail to constitute material evidence that the County’s decision was based upon
    the RFP criteria. The checklist completed by the county purchasing agent is a list of the
    deadlines and documentary submissions required of each proposer. The final item on the
    checklist references “[a]ll other specified information required by proposal documents.” This
    2
    (...continued)
    Carla [Burden, county purchasing agent]: Right.
    This exchange is consistent with the language of the RFP, which allows but does not require further
    negotiations with proposers. The RFP provides that the County “may request interviews to discuss in detail
    the services to be provided.” Moreover, the “County reserves the right, at its sole discretion, to select as the
    preferred Contractor(s) for negotiations, the individual or entity who in the County’s judgment, is deemed
    to be fully qualified and best suited among those submitting proposals . . . .” The fact that the county
    attorney scheduled meetings with two proposers but these meetings never took place does not establish that
    such meetings were mandatory under the RFP process.
    -7-
    statement hardly constitutes evidence of the basis for the County’s decision.
    Neither this checklist nor any other document in the purchasing agent’s file reflects
    a consideration of any of the RFP criteria. In fact, the purchasing agent did not make a
    recommendation to the purchasing committee; she and the county attorney explained the
    various positions and opinions regarding the appropriate decisionmaking process, including
    the comptroller’s advice that “a proposal and a bid are the same thing.” 3 At the end of the
    meeting, the chair stated: “All in favor of taking the low bid, let me know by saying aye.”
    That motion passed, and the matter was sent to the county commission. Based upon the
    minutes of the purchasing committee and the county commission and the other evidence in
    the record, there is no material evidence to reflect consideration of the eight RFP criteria.
    While we agree with the County’s assertion that public bodies should be accorded
    broad discretion in awarding contracts, the County may not act illegally or arbitrarily in
    making such decisions. We conclude that the County acted illegally and arbitrarily in this
    case by failing to follow the RFP procedures and because the decision is unsupported by
    material evidence.
    In light of this conclusion, we decline to address the remaining issue concerning the
    County’s post-approval negotiations with WCM.
    C ONCLUSION
    We reverse the trial court’s decision, vacate the County Commission’s decision, and
    remand the matter to the trial court with instructions to return the case to the County for
    further action consistent with this opinion. We are not requiring that the County begin the
    process anew with a new RFP, but that is an option that the County may choose. Costs of
    appeal are assessed against the County, and execution may issue if necessary.
    ______________________________
    ANDY D. BENNETT, JUDGE
    3
    As we have previously discussed, a request for proposal and a competitive bid are not the same
    thing. See infra, section 1 of the analysis.
    -8-