STERLING CARTING, INC. VS. BOROUGH OF LODI (L-2126-18, BERGEN COUNTY AND STATEWIDE) ( 2019 )


Menu:
  •                                 NOT FOR PUBLICATION WITHOUT THE
    APPROVAL OF THE APPELLATE DIVISION
    This opinion shall not "constitute precedent or be binding upon any court." Although it is posted on the
    internet, this opinion is binding only on the parties in the case and its use in other cases is limited. R. 1:36-3.
    SUPERIOR COURT OF NEW JERSEY
    APPELLATE DIVISION
    DOCKET NO. A-4306-17T4
    STERLING CARTING, INC.,
    and BARBARA ANN MILLER,
    Plaintiffs-Appellants,
    v.
    BOROUGH OF LODI and
    JOSEPH SMENTKOWSKI, INC.,
    Defendants-Respondents.
    _______________________________
    Argued October 31, 2018 - Decided July 31, 2019
    Before Judges Fuentes, Accurso and Moynihan.
    On appeal from the Superior Court of New Jersey, Law
    Division, Bergen County, Docket No. L-2126-18.
    Richard D. Trenk argued the cause for appellants
    (McManimon, Scotland & Baumann, LLC, attorneys;
    Richard D. Trenk, of counsel and on the brief; Mark Y.
    Moon, on the brief).
    Alan P. Spiniello argued the cause for respondent
    Borough of Lodi.
    Thomas S. Cosma argued the cause for respondent
    Joseph Smentkowski, Inc. (Connell Foley LLP,
    attorneys; Thomas S. Cosma, of counsel and on the
    brief; Michael J. Affrunti, on the brief).
    PER CURIAM
    This appeal arises out of a competitive bidding dispute under the Local
    Public Contracts Law, N.J.S.A. 40A:11-1 to -52. Defendant Borough of Lodi
    awarded a one-year solid waste collection contract with the option to extend for
    a second or third year to the lowest responsible bidder, defendant Joseph
    Smentkowski, Inc., in accordance with the bid notice and accompanying
    specifications. Incumbent provider Sterling Carting, Inc., the only other bidder,
    and taxpayer Barbara Ann Miller 1 filed an action in lieu of prerogative writs to
    enjoin the award of the contract based on the theory that Sterling was the lowest
    responsible bidder for the one year contract the Borough awarded. Plaintiffs
    also argued the Borough misinterpreted an addendum requiring bidders to bid a
    separate amount for additional work of waste collection at eight schools by
    adding the amounts it bid to its bid price instead of treating them "as an
    1
    Defendants challenged Miller's standing, and plaintiffs' candor, for failing to
    disclose to the court that Miller is married to a supervisor for Sterling and thus
    is not a disinterested taxpayer. Although "a little concerned" by the failure to
    disclose Miller's interest, the trial court judge declined to address the issue in
    light of its rejection of the bid challenge. We do the same. See Am. Motorists
    Ins. Co. v. L-C-A Sales Co., 
    155 N.J. 29
    , 43 (1998).
    A-4306-17T4
    2
    apportionment." Miller also challenged the specifications themselves, claiming
    the ambiguities and inconsistencies Sterling identified required that both bids be
    rejected and the contract re-bid.
    The trial court temporarily restrained the contract award to permit it the
    opportunity to fully review the bid challenge. After full briefing and oral
    argument, the court denied plaintiffs' request for permanent injunctive relief and
    dismissed the complaint with prejudice. Plaintiffs' applications for emergent
    relief were denied by this court and the Supreme Court, although we agreed to
    accelerate their appeal.     Having now had the opportunity to fully review
    plaintiffs' claims, we find them without sufficient merit to warrant any extended
    discussion in a written opinion. See R. 2:11-3(e)(1)(E).
    The bid specifications in this case were clear and unambiguous. The
    proposal required bidders to bid on nine different service options, divided into
    categories, for one year service periods for a total of three years. Bidders were
    required to bid for all service periods in all categories. The Borough retained
    the right to award the contract based upon the lowest responsible bid for
    whatever option it selected. The specifications stated clearly that the Borough
    could
    award the contract to the bidder whose aggregate bid
    price for a one year contract is the lowest responsible
    A-4306-17T4
    3
    bid, or to award the contract to the bidder whose
    aggregate bid price for a two year contract in the
    categories selected by the Borough for such service
    period is the lowest responsible bid, or to award the
    contract to the bidder whose aggregate bid price for a
    three year contract in the categories selected by the
    Borough for such service periods is the lowest
    responsible bid.
    Although Sterling's bid for the first year service period for the service
    options the Borough chose was lower than Smentkowski's, its second and third
    year prices were higher, resulting in Sterling's aggregate bid price exceeding
    Smentkowski's.2 Sterling's theory is that because the Borough awarded a one
    2
    The parties' bids on the options selected by the Borough were as follows:
    Smentkowski                  Sterling
    Option Three Year One          $653,622                     $605,700
    Option Three Year Two          $653,622                     $658,200
    Option Three Year Three        $669,564                     $703,200
    Option Three - Total           $1,976,808                   $1,967,100
    Attachment Five Year One       $18,289                      $42,000
    Attachment Five Year One       $18,289                      $43,500
    Attachment Five Year One       $18,289                      $45,000
    Attachment Five - Total        $54,867                      $130,500
    Grand Total                    $2,031,675                   $2,097,600
    A-4306-17T4
    4
    year contract to Sterling, with only options to award the second and third year
    periods, the contract should have been awarded to Sterling because its first year
    bid price was lower.
    Besides being a thinly-veiled challenge to the specifications prohibited by
    Saturn Construction Company, Inc. v. Board of Chosen Freeholders, 181 N.J.
    Super. 403, 407-08 (App. Div. 1981), Sterling's theory ignores that
    Smentkowski is firmly bound to hold its second and third year bid prices in
    accordance with the specifications. That the Borough left itself free not to
    exercise those options does not change that Sterling and Smentkowski submitted
    bids for a three-year contract as required by the specifications, and the Borough
    chose to award the contract to the bidder whose aggregate bid price for a three-
    year contract constituted the lowest responsible bid, Smentkowski.            See
    Meadowbrook Carting Co., Inc. v. Borough of Island Heights, 
    138 N.J. 307
    , 313
    (1994) (explaining that a contract must be awarded to the lowest bidder that
    complies with the requirements of the bid specifications).
    Sterling argues the Borough could manipulate the bid process by awarding
    the contract based on the three-year aggregate price and then not exercise the
    second or third year options. We acknowledge that this is so. A contracting
    entity could likewise manipulate the process by awarding a three-year contract
    A-4306-17T4
    5
    and cancelling for convenience after the first year. In neither instance are the
    public bidding laws offended because in each case the bidders competed on a
    level playing field. 3 No one contests that a contracting entity can favor a bidder
    through its choice of bid alternatives. As Judge Pressler explained in Seacoast
    Builders Corporation v. Jackson Township Board of Education, 
    363 N.J. Super. 373
    , 380 (App. Div. 2003), however, "whatever manipulation may be possible
    is inherent in the nature of specifying alternates in the first place, a practice
    which is nevertheless accepted as a customary aspect of bidding."             As in
    Seacoast Builders, it does not appear to us that the spectre of the type of potential
    manipulation Sterling envisions by the inclusion of bid alternatives "outweigh[s]
    what we perceive to be the other objectives of public bidding." 
    Ibid. Sterling's other argument,
    that it intended the Borough to understand that
    the price it bid for the "separate amount for the additional work described in
    Attachment 5," which the Borough required by bid modification notice, was
    already subsumed within its aggregate bid price is frivolous.
    3
    This is not to say that a government entity would not otherwise have to answer
    for such conduct if motivated by favoritism or corruption.
    A-4306-17T4
    6
    Miller's challenge to the specifications based on the same arguments
    Sterling raises, and we reject here, was also correctly dismissed by the trial court
    judge.
    Affirmed.
    A-4306-17T4
    7
    

Document Info

Docket Number: A-4306-17T4

Filed Date: 7/31/2019

Precedential Status: Non-Precedential

Modified Date: 8/20/2019