Case Summary (G.R. No. 252079)
Factual Background
DPWH-NCR undertook the infrastructure project using funds from SARO A-09-09064, with P40,000,000.00 released under Sub-Allotment No. SR2009-12-007232 dated December 22, 2009. On the same date, DPWH-NCR Regional Director Edilberto D. Tayao (Tayao) requested modification of the project into eight (8) phases, each phase to be separately bid out for P5,000,000.00. The request was recommended and approved on December 28, 2009 by DPWH Assistant Secretary Dimas S. Soguilon (Soguilon) and Undersecretary Manuel M. Bonoan (Bonoan). Petitioners asserted that the DPWH-NCR Bids and Awards Committee (BAC) conducted public bidding on December 28, 2009.
Audit findings later described a procurement pattern where only one contractor bid for each phase, and the project was awarded and implemented by four contractors across the eight phases: RNN Construction (Phases I and II), R.M. Nunez Construction (Phases II and IV), RAIN Construction Corporation (Phases V and VI), and AKN Construction Corporation (Phases VII and VIII). After post-audit, Audit Observation Memorandum (AOM) No. 10-09 dated November 9, 2010 was issued, which attributed the lack of competition and alleged procurement anomalies to interlocking interests within the bidding pool. The AOM also stated that two contractors allegedly failed to meet eligibility requirements under Section 23.5.2.5 of the IRR of RA No. 9184 regarding prior experience and its adjusted value. It further cited Section 34.3, Rule X of the IRR requiring that post-qualification verify and ascertain bid documents and statements using non-discretionary criteria. Finally, the AOM invoked Section 54.1 of the IRR-A, stating that contract splitting was not allowed and that splitting of the SARO-approved budget into smaller projects for bidding contravened the rule, with the implication that the modification into small phases had the effect of negating the requirement for wider dissemination through newspaper publication under Section 21.2.3 of the IRR-A.
COA Findings on Structural Defects and Government Loss
The AOM and later COA discussions also addressed the quality of implementation. A physical inspection was conducted on November 9, 2010 by the audit team with COA technical specialists and DPWH-NCR representatives. Only about seven months after completion, the inspection reportedly found major structural defects, including big cracks and a collapsed midsection along the 422-meter structure. COA attributed these conditions to the use of substandard materials and an unacceptable construction method, and it noted that the condition could have been avoided through strict and regular monitoring.
DPWH-NCR Justifications and Petitioners’ Response
On January 14, 2011, DPWH-NCR submitted written justifications in response to the AOM. It maintained that the project title modification into phases was urgent because the infrastructure had been damaged by Typhoons Ondoy and Pepeng, and DPWH claimed it needed to restore priority projects promptly to prevent loss of life and property and to mitigate flooding. DPWH also explained that it divided the work into phases so that multiple contractors could work simultaneously and complete the works sooner.
DPWH further argued that BAC and the technical working group did not fully consider the AOM observation regarding interlocking directors because the evaluation was done phase-by-phase and only one bidder submitted per phase, purportedly leaving no opportunity to compare and validate whether the BOD members in one contractor were likewise BOD members in the other contractors. DPWH also attempted to explain the structural condition found during the November 9, 2010 inspection by stating that what appeared collapsed was actually part of an ongoing repair, including cutting and removal of concrete adjacent to a walkway and installation of tie beam supports. It asserted that the repairs were undertaken without government expense. As to eligibility, DPWH claimed RNN Construction and R.M. Nunez Construction showed prior flood control experience, with computations using NSO consumer price indices reflecting at least fifty percent of the approved budget for the contract to be bid.
Issuance and Effect of ND No. 10-003
Dissatisfied with these explanations, COA issued ND No. 10-003 on May 12, 2011. The ND disallowed payments totaling P36,084,006.06, representing amounts paid to contractors, citing splitting of the SARO and contract for implementing the project “to avoid reversion of funds” received on December 28, 2009, and for other reasons stated in the AOM. COA charged certain DPWH officers with liability to settle the disallowance, including Estrella and Chua, based on their roles in the BAC. The contractors were not held liable in the ND.
COA National Government Section (NGS) Review
Only Estrella joined the appeal to COA National Government Section (NGS) Cluster D, where COA rendered Decision No. 2013-001 on January 11, 2013. COA NGS ruled that there was no illegal splitting because the project’s phasing was justified by urgency and there was no showing that phasing was done to circumvent RA No. 9184. It therefore absolved Bonoan, Soguilon, and Tayao from liability because their involvement related only to recommending and approving the modification.
However, COA NGS upheld the liability of Estrella and BAC members. It emphasized irregularities in the procurement process, stating there was non-compliance with pre-procurement requirements, lack of public bidding, and improper post-qualification evaluation. It also confirmed government loss based on the structural defects discovered during COA inspection.
COA Proper Review and Denial of Reconsideration
On automatic review pursuant to COA rules, COA Proper issued Decision No. 2018-046 dated January 22, 2018. COA Proper affirmed COA NGS in full, sustaining ND No. 10-03, excluding Bonoan, Soguilon, and Tayao as liable persons while maintaining Estrella’s liability. It also directed issuance of a supplemental ND against DPWH inspectors who certified completion despite structural defects.
Estrella and Chua later moved for reconsideration, but COA Proper denied the motion through Resolution No. 2020-008 dated November 25, 2019. Petitioners then filed the present petition.
Petitioners’ Contentions
Petitioners insisted that the procurement requirements under RA No. 9184 were complied with and argued that there was no loss on the part of the government because the contractors completed the project and rectified the defects. They thus maintained that the ND should be lifted, contending that COA’s basis for disallowance failed in light of actual completion and subsequent repair.
The Court’s Treatment of COA’s Findings on Procurement Non-Compliance
The Court found the petition partly meritorious. It first addressed the propriety of disallowance by reiterating the policy of RA No. 9184 to promote transparency, competitiveness, and equal opportunity through competitive bidding. The Court cited Section 10, Article IV of RA 9184 as mandating that procurement and infrastructure contracting be done through competitive bidding, subject only to the law’s exceptions. It further explained that competitive public bidding protects public interest by promoting open competition and minimizing suspicions of favoritism and anomalies.
The Court then focused on the procurement rules applicable in 2009. It stressed that a key pre-procurement requirement under the Revised IRR was the posting and advertisement of the Invitation to Bid and related notices. Under Section 21.2.1, Rule VII of the Revised IRR, the Invitation to Bid/Request for Expression of Interest had to be posted continuously on specified websites for seven calendar days and posted conspicuously in the procuring entity’s premises for seven calendar days, where applicable, as certified by the head of BAC Secretariat. Rule VII also required the invitation’s contents, including the approved budget to be bid, source of funding, contract duration, and other procurement details.
The Court further noted the requirement for a pre-bid conference for contracts with an approved budget of P1,000,000.00 or more. Under Rule VII, Section 22.1, the BAC had to convene at least one pre-bid conference, and under Section 22.2, it had to be held at least twelve calendar days before bid submission and receipt deadlines. Minutes of the pre-bid conference had to be recorded and made available within three calendar days and any statement had to be incorporated through a supplemental/bid bulletin to modify the bidding documents.
Applying these rules, the Court held that it saw no reason to deviate from COA’s determination that DPWH-NCR failed to comply with the pre-procurement requirements and did not conduct a public bidding. The Court explained that changes introduced when the project was modified—particularly specifications affecting completion time and the budget allocation—were substantial and required inclusion in the Invitation to Bid. It reasoned that the BAC could not have advertised, complied with pre-procurement requirements, conducted public bidding, and performed eligibility evaluation on the same day approval was granted, especially because the invitation and bidding documents would necessarily have to reflect the modified specifications. The Court adopted COA Proper’s observation that it was improbable for DPWH-NCR to conduct valid public bidding on the very day the modification request was approved without completing the statutory and regulatory BAC activities preceding bidding.
The Court also endorsed COA Proper’s view that even assuming public bidding had been done, Estrella remained liable because the BAC failed in post-qualification evaluation. COA Proper found that evaluation disclosed interlocking directors among winning bidders and that two bidders failed to comply with Section 23.5.2.5 of the IRR regarding prior similar contract experience adjusted to current prices at a minim
...continue reading
Case Syllabus (G.R. No. 252079)
- Petitioners Armando G. Estrella and Lydia G. Chua filed a Petition for Certiorari under Rule 64, in relation to Rule 65 of the Revised Rules of Court, to challenge Decision No. 2018-046 and Resolution No. 2020-008 of the Commission on Audit (COA) Proper.
- The COA Proper sustained petitioners’ liability under Notice of Disallowance (ND) No. 10-003 issued on May 12, 2011.
- The petition specifically sought to nullify the COA Proper’s affirmance of the disallowance against petitioners.
- The Supreme Court partly granted the petition and affirmed with modification the COA rulings insofar as the disallowance stands.
Parties and Procedural Posture
- Petitioners were Estrella, then Assistant Regional Director and Chairman of the DPWH-NCR Bids and Awards Committee (BAC), and Chua, then a BAC Member.
- Respondent was the Commission on Audit (COA) Proper.
- The Audit Team issued Audit Observation Memorandum (AOM) No. 10-09 on November 9, 2010, leading to the issuance of ND No. 10-003 on May 12, 2011.
- Petitioners were required to settle the disallowance amount, while the contractors as payees were not held liable under the ND.
- COA NGS Cluster D ruled in Decision No. 2013-001 dated January 11, 2013 that Bonoan, Soguilon, and Tayao were excluded from liability but Estrella and the BAC Members remained liable.
- The case was elevated to the COA Proper on automatic review under Section 7, Rule V of the 2009 Revised Rules of Procedure of the COA.
- The COA Proper issued Decision No. 2018-046 dated January 22, 2018, which affirmed Cluster D in its entirety, with Estrella remaining liable and a directive for further action against certain inspectors.
- Petitioners moved for reconsideration before the COA Proper, but the motion was denied in Resolution No. 2020-008 dated November 25, 2019.
- The Supreme Court treated grave abuse of discretion as the controlling question within the certiorari framework.
Key Factual Allegations
- The DPWH-NCR undertook an infrastructure project: Restoration of the Damaged Revetment/Dredging of Flood Control of Meycauayan River (Valenzuela Side), funded under SARO No. A-09-09064 dated December 21, 2009.
- The project received funding release of P40,000,000.00 under Sub-Allotment No. SR2009-12-007232 dated December 22, 2009.
- On the same day, then DPWH-NCR Regional Director Tayao requested modification into eight (8) phases, with each phase to be separately bid out for P5,000,000.00.
- DPWH Assistant Secretary Dimas S. Soguilon and Undersecretary Manuel M. Bonoan recommended and approved the modification on December 28, 2009.
- The BAC allegedly conducted a public bidding on December 28, 2009 for the modified phased project.
- Only one contractor bid per phase, resulting in the following awards and implementations per phase:
- RNN Construction for Phases I and II.
- R.M. Nunez Construction for Phases II and IV.
- RAIN Construction Corporation for Phases V and VI.
- AKN Construction Corporation for Phases VII and VIII.
- Post-audit produced irregularities in the procurement process, including alleged interlocking directors and limited competition, and the BAC’s handling of procurement and post-qualification requirements.
- COA inspection on November 9, 2010 found structural defects, described as large cracks and a collapsed midsection within the 422-meter structure, allegedly revealing substandard materials and unacceptable construction methods.
- The DPWH-NCR submitted justifications asserting urgency due to Typhoons Ondoy and Pepeng, a need to restore priority projects immediately, and claims of repair work being undertaken.
- Petitioners also claimed that pre-existing contractor experiences complied with the relevant experience requirement under the IRR of RA No. 9184, supported by computations using NSO consumer price indices.
- ND No. 10-003 disallowed aggregate payments of P36,084,006.06 due to alleged splitting of the SARO and contract to avoid reversion and other reasons stated in the AOM.
- Petitioners were charged to settle the disallowed amount, while the contractors were not designated liable in the ND.
COA NGS Findings
- In Decision No. 2013-001 dated January 11, 2013, COA NGS held that there was no illegal splitting of contract because the project’s modification into phases was justified by the urgency of completion and there was no showing that it was done to circumvent RA No. 9184.
- COA NGS excluded Bonoan, Soguilon, and Tayao from liability for merely recommending and approving the project modification.
- COA NGS nonetheless upheld the liability of Estrella and other BAC members based on procurement irregularities.
- COA NGS found that the BAC and procurement process suffered from:
- Non-compliance with pre-procurement requirements.
- Absence of public bidding.
- Defective or improper post-qualification evaluation.
- COA NGS concluded that the procurement process’s irregularities, including interlocking directors among winning bidders and failure by two winning contractors to meet the experience requirement under Section 23.5.2.5 of the IRR of RA No. 9184, supported the disallowance.
- COA NGS also confirmed government loss based on the structural defects observed during COA inspection.
- COA NGS affirmed the ND with exclusion of the approving officers and left Estrella and BAC members to face liability.
COA Proper Ruling
- The COA Proper issued Decision No. 2018-046 dated January 22, 2018, approving the Cluster D decision in its entirety.
- The COA Proper excluded Bonoan, Soguilon, and Tayao as persons liable, while Estrella remained liable under ND No. 10-003.
- The COA Proper directed the Audit Team Leader and Supervising Auditor, DPWH to issue a supplemental ND against DPWH inspectors who certified completion of the project despite the presence of structural defects.
- The COA Proper denied reconsideration in Resolution No. 2020-008 dated November 25, 2019.
Petitioners’ Arguments
- Petitioners maintained that the procurement requirements under RA No. 9184 were complied with.
- Petitioners asserted that the disallowance should be lifted because there was no loss to the government since contractors completed the project and rectified the defects.
- Petitioners argued that, given the completion and rectification, continued enforcement of the ND against them was unjust.
- In substance, petitioners challenged both the legality of the procurement findings and the basis for sustaining the ND.
Issue Framed by the Court
- The Supreme Court framed the issue as whether the COA Proper committed grave abuse of discretion in sustaining ND No. 10-003.
Statutory and Regulatory Framework
- The Court emphasized that RA No. 9184 aims to promote transparency, competitiveness, and an equal-opportunity procurement setting through competitive bidding.
- Section 10, Article IV of RA No. 9184 requires that all procurement of goods, consulting services, and infrastructure contracting be done through competitive bidding, subject to statutory exceptions.
- The Court underscored that competitive public bidding guards the public interest by enabling open competition and precluding favoritism and anomalies.
- The Court identified the BAC as responsible for advertising and posting the invitation, conducting pre-procurement and pre-bid conferences, determining eligibility, receiving and evaluating bids, conducting post-qualification, and recommending awards.
- The 2009 Revised IRR of RA No. 9184 required posting of the Invitation to Bid/Request for Expression of Interest for seven calendar days and also prescribed posting at conspicuous places, with specific content requirements in the invitation.
- The IRR also required conducting at lea