L LOYER CONSTRUCTION CO V DEPARTMENT OF TRANSPORTATION
Annotate this Case
Download PDF
STATE OF MICHIGAN
COURT OF APPEALS
L. LOYER CONSTRUCTION COMPANY,
UNPUBLISHED
September 23, 2010
Plaintiff-Appellant,
v
No. 294067
Court of Claims
LC No. 06-000078-MM
DEPARTMENT OF TRANSPORTATION,
Defendant-Appellee.
Before: BORRELLO, P.J., and JANSEN and BANDSTRA, JJ.
PER CURIAM.
Plaintiff L. Loyer Construction Company appeals as of right the trial court’s order
granting defendant’s motion for summary disposition and dismissing plaintiff’s remaining claims
pursuant to MCR 2.116(C)(7), (8), and (10). We affirm.
I. UNDERLYING FACTS AND PROCEDURAL HISTORY
Plaintiff was awarded a contract to upgrade storm sewers in the city of Ann Arbor
pursuant to a competitive bidding process with defendant Michigan Department of
Transportation.
The contract incorporated by reference the Michigan Department of
Transportation’s 1996 Standard Specifications for Construction. Those standard specifications
allow the project engineer, at any time, to “direct changes in quantities and alterations in the
work as are necessary to satisfactorily complete the project,” and further provide that such
changes “shall not invalidate the contract nor release the surety, and the Contractor shall perform
work as altered.” The standard specifications provide a method for additionally compensating a
contractor where extra work is necessary to complete the contract.
After beginning work on the project, plaintiff discovered that undocumented underground
utility ducts owned by SBC Ameritech were situated in the path of the planned pipeline.
Defendant was unable to make satisfactory arrangements for Ameritech to move the ducts and
ultimately it modified the project to allow it to be completed without moving or disturbing the
utility ducts. Plaintiff submitted several claims for additional compensation through defendant’s
administrative review process and was awarded additional compensation for many of the claims.
In June 2006, plaintiff, apparently dissatisfied with the results of the administrative
review process, filed this action against defendant in the court of claims, alleging that the project
modifications were so substantial that defendant was required to rebid the project, but that
-1-
instead of doing so, defendant had improperly modified the project for the benefit of Ameritech,
resulting in significant financial losses to plaintiff and damage to its business reputation.
Plaintiff’s complaint contained 23 counts that included claims for breach of contract and various
tort-related claims, and claims alleging various statutory and constitutional violations. In
October 2008, the trial court granted defendant’s motion for partial summary disposition and
dismissed 13 of plaintiff’s claims. Later, in August 2009, the trial court granted defendant’s
second motion for summary disposition and dismissed plaintiff’s remaining claims, for
abandonment and termination, breach of contract, violation of “statutory due process,” taking
without due process and without compensation, cardinal change, constitutional violations, illegal
agency, and a claim for damages, pursuant to MCR 2.116(C)(7) (governmental immunity),
(C)(8) (failure to state a claim for which relief could be granted) and (C)(10) (no genuine issue of
material fact).
II. ANALYSIS
On appeal, plaintiff challenges the trial court’s second order granting summary
disposition to defendant on plaintiff’s remaining claims. Plaintiff argues that the trial court erred
by concluding that its due process claims were barred by governmental or sovereign immunity,
that several of its counts failed to state cognizable claims for relief, and that several claims were
subject to dismissal for failure to establish a genuine issue of material fact for trial. 1
This Court reviews a trial court’s summary disposition decision de novo. Reed v Breton,
475 Mich 531, 537; 718 NW2d 770 (2006). Defendant moved for summary disposition under
MCR 2.116(C)(7), (8), and (10), and the trial court relied in part on each of these grounds as
bases for dismissing plaintiff’s various claims.
Summary disposition may be granted under MCR 2.116(C)(7) when a claim is barred by
governmental immunity. Fane v Detroit Library Comm, 465 Mich 68, 74; 631 NW2d 678
(2001). In reviewing a motion under MCR 2.116(C)(7), a court is required to consider “all
documentary evidence submitted by the parties, accepting as true the contents of the complaint
unless affidavits or other appropriate documents specifically contradict them.” Id.
A motion under MCR 2.116(C)(8) tests the legal sufficiency of a complaint. Adair v
Mich, 470 Mich 105, 119; 680 NW2d 386 (2004). All well-pleaded factual allegations must be
accepted as true and construed in a light most favorable to the non-moving party. Id. The
motion may be granted only when the claim alleged is so clearly unenforceable as a matter of
law that no factual development could possibly justify recovery. Id.
A motion under MCR 2.116(C)(10) tests the factual sufficiency of a complaint. Wilson v
Alpena Co Rd Comm, 474 Mich 161, 166; 713 NW2d 717 (2006). When considering a motion
under MCR 2.116(C)(10), a court must consider the affidavits, pleadings, depositions,
admissions, and other documentary evidence submitted by the parties in a light most favorable to
1
Plaintiff does not challenge the trial court’s dismissal of its claims for “illegal agency” and
“abandonment and termination.”
-2-
the nonmoving party to determine whether there is a genuine issue of material fact for trial and
whether the moving party is entitled to judgment as a matter of law. Id.
We do not fully agree with the trial court’s conclusion that governmental immunity bars
claims against the state or its agencies for monetary damages arising from alleged constitutional
violations. Governmental immunity is not available in a state court action alleging that a state
governmental agency, by custom or policy, violated a right conferred by the Michigan
Constitution. Jones v Powell, 462 Mich 329, 336; 612 NW2d 423 (2000); Smith v Dep’t of Pub
Health, 428 Mich 540, 544; 410 NW2d 749 (1987), aff’d sub nom Will v Mich Dep’t of State
Police, 491 US 58; 109 S Ct 2304; 105 L Ed 2d 45 (1989). “‘A claim for damages against the
state arising from violation by the state of the Michigan Constitution may be recognized in
appropriate cases.’” Jones, 462 Mich at 336, quoting Smith, 428 Mich at 544 (emphasis added
by Jones).
The trial court gave the following explanation in holding that plaintiff’s claims were
barred by governmental immunity:
The Michigan Supreme Court has construed the limits of the state’s
sovereign immunity, stating that, “the state, as sovereign, is immune from suit
unless it consents, and that any relinquishment of sovereign immunity must be
strictly interpreted. Sovereign immunity exists in Michigan because the state
created the courts and so is not subject to them.” Pohutski v City of Allen Park,
465 Mich 675, 681-682 (2002). Historically, the state of Michigan has never
agreed to be sued for damages in a claim such as this one, stating violations of
due process. Although there are some caveats to the state’s sovereign immunity
(a damage remedy against the state may be granted only where the violations of
the Michigan constitution were part of a “custom or policy” of the state and where
other remedies did not exist), Smith v State Dep’t of Public Health, neither the
Michigan courts nor its legislature have ever found an exception to sovereign
immunity for damages in private suits brought under a state’s violation of due
process. 428 Mich 540, 649-652 (1987). As this suit is brought in state court, and
the State of Michigan has not agreed to waive its immunity nor has this cause of
action stemmed from a violation of custom or policy, then claim XI is barred
through sovereign immunity, given that other damage remedies to exist. Under
the Government Tort Liability Act, MDOT is considered a “governmental
agency.” MCL 691.1401(d).
Furthermore, this claim of Taking Without Due Process and Without
Adequate Compensation, Count XI, as well as Plaintiff’s claim of Constitutional
Violations, Count XVI, are barred by governmental immunity. Because both
claims contain declarations of tortuous [sic] conduct (conspiracy to defraud and
fraud in Count XI and fraud in Count XVI), and because MDOT is a
governmental agency, Loyer’s claims are barred pursuant to MCL 691.1401(1).
As MDOT was engaged in a governmental function when through which Loyer’s
claims arise, MDOT is protected by MCL 691.1401.
The trial court’s application of the law on governmental or sovereign immunity to
plaintiff’s claims is not entirely accurate. Plaintiff’s due process claims, Counts XI and XVI, are
-3-
based on conduct that is not subject to governmental immunity. In Count XI, plaintiff alleged
that defendant forced plaintiff to complete the modified contract without due process and without
compensation for the additional work. In Count XVI, plaintiff alleged that defendant violated
plaintiff’s due process rights by making secret arrangements with Ameritech to plaintiff’s
detriment. Although these claims are related to plaintiff’s allegations that defendant made secret
arrangements for Ameritech’s benefit and to plaintiff’s detriment, the underlying claims that
defendant deprived plaintiff of valuable property (i.e., its contractual rights and the value of its
work on the project), are traditional due process claims that are not barred by governmental
immunity. See K & K Constr, Inc v Dep’t of Environmental Quality, 267 Mich App 523, 526;
705 NW2d 365 (2005) (discussing causes of action for physical and regulatory takings of
property). Plaintiff’s breach of contract claims also are cognizable claims against the state,
which has conferred jurisdiction on the court of claims to hear such claims. MCL 600.6419; see
also Parkwood Ltd Dividend Housing Ass’n v State Housing Dev Auth, 468 Mich 763, 770-772;
664 NW2d 185 (2003) (discussing the court of claim’s exclusive jurisdiction over complaints
seeking monetary damages against the state).
Nonetheless, any error in relying on governmental immunity as a basis for dismissal was
harmless, because, for the reasons hereafter set forth, the trial court properly found that
plaintiff’s claims were subject to dismissal under MCR 2.116(C)(8) and (10). This Court will
not reverse a trial court’s judgment where it reached the right result for the wrong reason. Etefia
v Credit Technologies, Inc, 245 Mich App 466, 470; 628 NW2d 577 (2001).
Initially, we reject plaintiff’s argument that the trial court erroneously accepted
Attachment A to defendant’s brief in support of its motion for summary disposition. Contrary to
plaintiff’s argument, Attachment A was not offered as an affidavit or as documentary evidence to
factually support defendant’s claimed bases for summary disposition. Rather, it was a summary
of relevant background facts, which defendant believed were undisputed, describing the sewer
construction project, the intial bidding process, the formation of the parties’ contract, the
discovery of the Ameritech ducts and the modifications to the project, and plaintiff’s pursuit of
additional compensation through defendant’s administrative review process. The trial court gave
plaintiff the opportunity to identify any facts listed in Attachment A that it believed were
disputed. Further, the trial court relied on the attachment only as “factual background.” We also
note that plaintiff does not challenge the factual content of Attachment A on appeal. Rather, the
substance of plaintiff’s argument is directed at the legal conclusions to be drawn from the facts
identified in Attachment A. Considering the limited purpose for which Attachment A was
intended and used, we find no error.
Plaintiff argues that the trial court erred by dismissing its claims that defendant violated
MCL 247.661c and 23 CFR 635.104 by not reinitiating the bidding procedure when it became
necessary to modify the project after the discovery of the Ameritech ducts. We disagree.
Questions involving the construction or application of a statute are reviewed de novo as a
question of law. Eggleston v Bio-Medical Applications of Detroit, Inc, 468 Mich 29, 32; 658
NW2d 139 (2003). MCL 247.661c provides:
All federal aid construction projects, all other projects of the department
concerning highways, streets, roads, and bridges, whose cost exceeds $100,000.00
for construction or preservation as defined in section 10c, shall be performed by
-4-
contract awarded by competitive bidding unless the department shall affirmatively
find that under the circumstances relating to those projects, some other method is
in the public interest. All of those findings shall be reported to the state
transportation commission 90 days before work is commenced and promptly in
writing to the appropriations committees of the senate and house of
representatives. However, in a case in which the department determines
emergency action is required, the reports need not be filed before work is
commenced but shall be promptly filed. Local road agencies that make a decision
not to perform construction or preservation projects exceeding $100,000.00 shall
contract for this work through competitive bidding.
In addition, 23 CFR 635.104, which is applicable because the sewer project was partly funded by
the federal government, provides, in pertinent part:
(a) Actual construction work shall be performed by contract awarded by
competitive bidding; unless, as provided in § 635.104(b), the STD demonstrates
to the satisfaction of the Division Administrator that some other method is more
cost effective or that an emergency exists. The STD shall assure opportunity for
free, open, and competitive bidding, including adequate publicity of the
advertisements or calls for bids. The advertising or calling for bids and the award
of contracts shall comply with the procedures and requirements set forth in §§
635.112 and 635.114.
(b) Approval by the Division Administrator for construction by a method
other than competitive bidding shall be requested by the State in accordance with
subpart B of part 635 of this chapter. Before such finding is made, the STD shall
determine that the organization to undertake the work is so staffed and equipped
as to perform such work satisfactorily and cost effectively.
(c) In the case of a design-build project, the requirements of 23 CFR part
636 and the appropriate provisions pertaining to design-build contracting in this
part will apply. However, no justification of cost effectiveness is necessary in
selecting projects for the design-build delivery method.
It is undisputed that plaintiff was awarded a contract for the storm sewer upgrade project
pursuant to a competitive bidding process, as required by MCL 247.661c and 23 CFR 635.104.
Neither the statute nor the regulation address project modifications pursuant to a contract
obtained and approved through the bidding process. However, the parties’ contract incorporates
the Michigan Department of Transportation’s 1996 Standard Specifications for Construction,
which provides, in pertinent part:
103.02 Changes in the Work. The Engineer may, at any time, direct
changes in quantities and alterations in the work as are necessary to satisfactorily
complete the project. Such changes in quantities and alterations shall not
invalidate the contract nor release the surety, and the Contractor shall perform
work as altered.
-5-
103.04 Extra Work. The Engineer may, at any time during the progress
of the contract, order extra work necessary to complete the contract. The
Engineer shall furnish the Contractor a work order stating the location, kind and
estimated quantity of the extra work to be performed. The Contractor shall
propose, in writing, unit or lump sum price(s) for which extra work will be
performed. In the event the parties are unable to reach agreement on unit or lump
sum prices, the Engineer may order the work to be performed on a force account
basis according to Subsection 109.07. When the extra work is authorized by the
Engineer of Construction, or a duly authorized representative, the authorization
shall become part of the contract.
109.07 Extra and Force Account Work. When extra work is required,
it shall be performed according to the requirements and provisions of Subsection
103.04. Payment for the work will be on the following basis as directed by the
Engineer in the Authorization:
A. Unit prices agreed upon in the written order authorizing the work;
B. Lump sum amount agreed upon in the work order; and/or
C. If an agreement cannot be reached, the work shall be done on a force
account basis to be compensated in the following manner:
The Engineer will order the work, including any required offsite work, to be done
by force account. Prior to starting the force account work, the Contractor and the
Engineer will work together to develop a work plan. The work plan shall include,
to the extent possible, a progress schedule of controlling items and their duration,
equipment to be used (Contractor owned and rented), labor to be used (number of
people and crafts) and a listing of material. From the work plan the Engineer will
prepare a budget recommended for the force account work. If the conditions
relative to the force account change or if the progress of the work becomes
inconsistent with the original work plan, the Contractor and the Engineer shall
jointly revise the work plan.
The compensation provided in this subsection shall be accepted by the
Contractor as payment for extra work done by force account, and the percentages
shall cover profit, superintendence, general expense, overhead, miscellaneous
unforeseen costs, and the use of small tools and equipment.
Thus, the 1996 specifications expressly allow for alterations to a project as are necessary to
satisfactorily complete the project, and provide that such changes will not invalidate the contract
or release the surety, and that the contractor shall perform work as altered. The specifications
also provide a means for adjusting contract obligations to compensate a contractor for additional
or extra work without starting the bidding process anew. Because it is undisputed that plaintiff
was awarded the contract for the sewer construction project pursuant to a competitive bidding
process and that the contract expressly allows for modifications to the contract as necessary to
complete the project, and because neither MCL 247.661c nor 23 CFR 635.104 address
-6-
modifications to existing contracts, there is no merit to plaintiff’s argument that either the statute
or regulation was violated.
Plaintiff also argues that defendant violated the Department of Transportation’s 1979
Administrative Board Resolution, which provides that the Department of Transportation
“without obtaining the approval of this Board, in connection with any construction or
maintenance contract, may contract for extra work, or labor, or both . . . except that each job for
extra or additional work or labor, or both, in excess of $100,000.00 shall require approval of the
State Administrative Board.” The terms of this resolution were incorporated into the parties’
contract. Plaintiff argues that defendant violated the resolution by failing to obtain the approval
of the State Administrative Board for the modifications to the project, which plaintiff contends
involved additional work and labor in excess of $100,000. However, plaintiff did not raise the
issue of defendant’s compliance with the resolution in the trial court. Therefore, this issue is not
preserved. Accordingly, our review is limited to plain error affecting plaintiff’s substantial
rights. Hilgendorf v St John Hosp & Med Ctr Corp, 245 Mich App 670, 700; 630 NW2d 356
(2001). Because this issue was not raised below, it was not addressed by the trial court or the
parties, and it is not clear from the available record whether the project changes required
administrative board approval. Thus, plaintiff has not shown that appellate relief is warranted.
Plaintiff next argues that the modifications to the project constitute a “cardinal change” to
the original contract, rendering all contractual remedies inadequate. Plaintiff relies on federal
case law recognizing that a cardinal change “occurs when the government effects an alteration in
the work so drastic that it effectively requires the contractor to perform duties materially
different from those originally bargained for.” Rumsfeld v Freedom NY, Inc, 329 F3d 1320,
1332 (DC 2003) (citations omitted). “By definition . . . a cardinal change is so profound that it is
not redressable under the contract, and thus renders the government in breach.” Allied Materials
& Equip Co v United States, 569 F2d 562, 564 (1978).
The doctrine of cardinal change in a government contract has not been recognized by the
courts of this state. Even were we inclined to recognize it, it is not applicable here. Although
plaintiff asserts that the project modifications were so substantial as to constitute a “cardinal
change,” thereby rendering the administrative process inadequate, the objective evidence does
not support that characterization. The summary of extra work does not qualitatively or
quantitatively amount to a drastic change from the original contract. In Rumsfeld, 329 F3d at
1332-1333, the court found that there was no cardinal change where the government improperly
delayed making progress payments to the contractor, interfered with the contractor’s ability to
obtain financing, delayed delivery of items it was contractually obligated to deliver, and imposed
improper inspections and testing requirements. The court concluded that “the Board could
properly find that these breaches did not constitute ‘an alteration in the work so drastic that it
effectively requires the contractor to perform duties materially different from those originally
bargained for.’” Id. at 1333 (citation omitted). Here, defendant modified the project to
accommodate the Ameritech ducts, but it did not deliberately interfere with plaintiff’s
performance of the contract. More significantly, the parties’ contract anticipated the possibility
of project modifications and provided a method for compensating plaintiff for extra and
additional work necessary to complete the project. Thus, the project modifications were
redressable under the parties’ contract. The circumstances of this case are less compelling than
those in Rumsfeld, which were insufficient to establish a cardinal change. Accordingly, the trial
-7-
court properly granted summary disposition for defendant with respect to plaintiff’s “cardinal
change” claim.
Plaintiff also argues that defendant’s conduct violated the statutes governing construction
performance bonds, MCL 129.201 et seq. Plaintiff appears to argue that by modifying the
project to accommodate the Ameritech ducts, defendant conditioned the bond on performance by
plaintiff that was not based on the terms of the contract, and that defendant used the bond for
Ameritech’s benefit instead of its own protection. We disagree.
MCL 129.202 required plaintiff to provide a performance bond in an amount no less than
25 percent of the contract amount, “conditioned upon the faithful performance of the contract in
accordance with the plans, specifications and terms thereof.” The statute further provides that
the bond “shall be solely for the protection of the governmental unit awarding the contract.” We
fail to see how defendant’s alleged conduct establishes a violation of the bond statute. As
previously indicated, the parties’ contract allowed the project engineer to modify the project as
necessary to complete the work. Thus, defendant was entitled to rely on the performance bond to
assure plaintiff’s faithful performance in accordance with the contemplated modifications.
Further, even if Ameritech may have incidentally benefited by not having to move its ducts, that
benefit did not arise by virtue of the performance bond. Accordingly, we find no merit to
plaintiff’s argument.
Finally, plaintiff argues that defendant violated its constitutional right to due process by
denying it notice and an opportunity to be heard at the time defendant modified the project. The
question whether a party has been afforded due process is a question of law that this Court
reviews de novo. Al-Maliki v LaGrant, 286 Mich App 483, 485; 781 NW2d 853 (2009).
The United States and Michigan Constitutions guarantee that no person shall be deprived
of property without due process of law. US Const, Am XIV; Const 1963, art 1, § 17. Due
process is a flexible concept, the essence of which requires fundamental fairness. Plaintiff
contends that defendant deprived it of its property interest in the original contract and its
property interest in the performance bond (which was secured by plaintiff’s assets), by
modifying the project without allowing plaintiff notice and an opportunity to be heard.
In Whispering Pines AFC, Home, Inc v Dep’t of Treasury, 212 Mich App 545; 538
NW2d 452 (1995), the plaintiff operated an adult foster care home that provided services
pursuant to a contract with the state Department of Mental Health (“DMH”). The plaintiff’s
contract authorized the DMH to conduct annual audits and cost settlements of the plaintiff’s
accounts. Id. at 547. The plaintiff had the right to seek review of the audit and cost settlement in
a three-level administrative review process. The agency’s final decision was subject to review
under the Revised Judicature Act (RJA), MCL 600.631, which only permitted review of the issue
whether the DMH was authorized by law to make its decision. Id. at 547-548. The issue was
whether these procedures deprived plaintiff of its property without due process when the
Department of Treasury withheld payments from the plaintiff’s contract as reimbursement of a
$55,180 overpayment uncovered by the audit. The plaintiff argued that the contractual
procedures deprived it of its due process right to an evidentiary hearing before deprivation of its
property interest. Id. at 549. This Court disagreed, holding:
-8-
Petitioner entered into a contractual relationship with the DMH in which
petitioner agreed to provide adult foster care in exchange for payments of certain
amounts of money for certain services. Petitioner also agreed to have those
payments audited and to have an administrative agency determine whether any
overpayment was made. Further, by entering into the agreement, petitioner
acknowledged that these contractual undertakings were subject to a construction
incorporating related statutory requirements. As a result, the RJA must be read into
the contract and is controlling. Accordingly, the parties’ relationship is controlled
by the contract, which incorporates the RJA. However, petitioner argues that this
understanding of the contract ignores its constitutionally protected right not to be
deprived of property without an evidentiary hearing. We disagree for the
fundamental reason that this right, if it exists, can be waived. [Id.]
The Court held that the plaintiff contracted to waive any constitutional rights that might exist in
contested case administrative proceedings by agreeing to the audit process as provided by the
contract. The Court stated:
Further, it has long been recognized that a government contract may validly
provide that a designated officer’s decision regarding charges or payment
obligations under the contract shall be final and conclusive, both on the parties and
a court before which the parties have brought their dispute, and that this in itself
creates no Fourteenth Amendment problem. If the parties are competent to make
the contract in the first instance, they are competent to include such a dispute
resolution clause. United States v Moorman, 338 US 457; 70 S Ct 288; 94 L Ed
256 (1950). The sole limitation would be the implied proviso, derived from
contract law and not as a by-product of constitutional doctrine, that the officer’s
decision not be the product of fraud or tainted with equivalent bad faith. Ripley v
United States, 223 US 695; 32 S Ct 352; 56 L Ed 614 (1912). Because petitioner
has made no claim of fraud or bad faith that would vitiate the contractual audit
process, the limitation is irrelevant to this case. In sum, there is no limitation under
either contract law or the United States Constitution on the parties proceeding
under the contract. [Id. at 551.]
Here, plaintiff similarly entered into a contract that provided a means for defendant to
modify the project that plaintiff contracted to perform and a means for compensating plaintiff for
extra and additional work necessary to complete the project. The contract effectively waives any
right plaintiff might have had to an evidentiary hearing or other due process procedure at the stage
when defendant’s project engineer decided upon the modifications. Accordingly, the trial court
properly dismissed plaintiff’s due process claims.
For the foregoing reasons, we conclude that plaintiff’s challenged claims were properly
dismissed under MCR 2.116(C)(8) and (10). The trial court did not err in granting defendant’s
motion for summary disposition.
We affirm. Defendant, being the prevailing party, may tax costs pursuant to MCR 7.219.
/s/ Stephen L. Borrello
/s/ Kathleen Jansen
/s/ Richard A. Bandstra
-9-
Some case metadata and case summaries were written with the help of AI, which can produce inaccuracies. You should read the full case before relying on it for legal research purposes.
This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.