TERCO ENTERPRISES, LLC VS. NEW JERSEY DEPARTMENT OF TRANSPORTATION (NEW JERSEY DEPARTMENT OF TREASURY, DIVISION OF PURCHASE AND PROPERTY) ( 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  •                                 NOT FOR PUBLICATION WITHOUT THE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-0578-18T2
    TERCO ENTERPRISES, LLC,
    Appellant,
    v.
    NEW JERSEY DEPARTMENT
    OF TRANSPORTATION and
    NEW JERSEY DEPARTMENT
    OF THE TREASURY, DIVISION
    OF PURCHASE AND PROPERTY,
    Respondents.
    ______________________________
    Argued August 13, 2019 – Decided August 29, 2019
    Before Judges Messano and Natali.
    On appeal from the New Jersey Department of the
    Treasury, Division of Purchase and Property.
    Kashif Taraq Chand argued the cause for appellant
    (Kaplan Williams & Graffeo, LLC, attorneys; Daniel
    G. P. Marchese, of counsel; Kashif Taraq Chand, on the
    briefs).
    George Edward Loeser, Deputy Attorney General,
    argued the cause for respondents (Gurbir S. Grewal,
    Attorney General, attorney; Beth Leigh Mitchell,
    Assistant Attorney General, of counsel; George Edward
    Loeser, on the brief).
    PER CURIAM
    The Division of Purchase and Property, Department of the Treasury
    (DPP), solicited bids "to provide snow plowing and spreading services on all
    State interstates and highways under the jurisdiction of [New Jersey Department
    of Transportation]."1 The request for proposals (RFP) included more than three
    hundred individual "price lines," which generally delineated specific roadways
    in geographical areas throughout the state, and upon which bidders could choose
    to respond selectively by submitting proposed pricing. The RFP indicated the
    "procurement [would] be bid in three consecutive phases," with the DPP
    attempting to award all price lines in "Phase One."
    According to the RFP, after Phase One, the DPP would solicit all
    responsive bidders to submit a Phase Two price sheet for those price lines that
    "remain[ed] un-awarded." The same procedure would be followed in Phase
    Three for those price lines not awarded after the first two phases of the bid.
    Critically, the RFP provided that "[u]nder no circumstances shall any" bidder
    1
    The "base term" of the potential contract was October 1 through April 30 of
    2018 and 2019, with three potential extensions of one-year each.
    A-0578-18T2
    2
    submit a Phase Two or Three price sheet containing "supplemental or additional
    information regarding other aspects of its previously-submitted bid. During
    Phase Two and Phase Three, the State will only consider the price sheets, and
    will not consider any additional or supplemental information or documents."
    Terco Enterprises LLC (Terco) submitted Phase One bids on numerous
    lines, and the DPP issued a preliminary notice of intent (NOI) to award Terco a
    contract for one of the price lines. Although the DPP deemed Terco's bids on
    other price lines to be responsive, it recommended awards to other vendors
    whose bids were "most advantageous to the State, price and other factors
    considered."      N.J.S.A.    52:34-12(a)(g).     The   DPP's    later   released
    recommendation report revealed a determination that Terco's bid was
    nonresponsive as to another forty-two price lines because it failed to include an
    "all-inclusive hourly hauling rate[.]"2
    2
    Terco subsequently complained that because of the DPP's formatting of the
    Excel bid submission sheets, the place to submit this "all-inclusive hourly
    hauling rate" was on a different page. Indeed, in soliciting bids for Phase Two,
    the DPP brought to the attention of all who received the solicitation package ,
    "issues" that occurred during the Phase One bidding process, including multiple
    bidders' failure to include an all-inclusive hourly rate for hauling services. On
    the Phase Two bidding sheets, all the required information was on the same
    page, and the DPP reminded prospective Phase Two bidders to submit the
    information. However, despite Terco's complaint that the location of this
    information item on a separate page unfairly prejudiced its Phase One bid,
    A-0578-18T2
    3
    The DPP solicited Terco to submit Phase Two bids, and Terco did on
    numerous line items, including some on which the DPP had determined Terco's
    earlier bids were nonresponsive for failing to include the all-inclusive hourly
    hauling rate. The DPP issued a Phase Two NOI awarding Terco an additional
    fifteen line items. Terco elected not to bid on any un-awarded sections during
    Phase Three. Although certain sections remained "open" after all three phases
    of the bidding process, the DPP elected to award contracts for most of the
    sections and provided final notice of the awards to Terco and the other
    successful bidders.
    Another bidder, Jer-Car, Inc. (Jer-Car), submitted a protest essentially
    challenging the DPP's earlier decision to exclude it from the Phase Two and
    Three process. The DPP concluded Jer-Car's Phase One bid was unresponsive
    because it failed to include an all-inclusive hauling rate. Jer-Car cited the DPP's
    pre-award recommendation report, which noted that fifteen vendors' bids were
    nonresponsive for the same reason, and others, including Terco, failed to include
    this information but submitted other line-item bids that were fully responsive.
    section 4.4.4.2(A)(2) of the RFP clearly notified bidders of the requirement to
    submit an all-inclusive hourly rate for hauling services.
    A-0578-18T2
    4
    In his final decision on Jer-Car's protest, the Acting Director cited the
    RFP's express provision that only bidders who submitted "a responsive [q]uote"
    in Phase One would be invited to submit bids in the following phases of the bid
    process. Jer-Car failed to submit a responsive bid in Phase One. However, the
    DPP allowed "partially responsive" bidders, like Terco, which "had a responsive
    price line within its [q]uote," to bid in Phases Two and Three.
    Nevertheless, citing the RFP, which prohibited any bidder from
    "submit[ting] any supplemental or additional information regarding any other
    aspects of its previously-submitted bid," the Acting Director concluded the DPP
    improperly permitted Terco and two other bidders to "cure twenty non[-]
    responsive price lines by resubmitting pricing in a later Phase." The Acting
    Director "rescinded" the NOI as to these twenty line items and modified the NOI
    to reflect an award to the bidder "who would be next in line following the
    disqualification of the initial intended awardee." In the event there was no other
    responsive bidder, the Acting Director determined "the price line would be
    included within a supplemental future bidding opportunity for these services."
    As a result, Terco retained the award made after Phase One and three
    additional line items awarded after Phase Two. Twelve other line items (the
    A-0578-18T2
    5
    disputed line items) were either awarded to other bidders or reserved for future
    bidding.
    Terco filed a protest to the final decision in Jer-Car's protest. It suffices
    to say that after much delay, and Terco's decision in the interim to file suit in
    the Law Division, the DPP issued a final agency decision that essentially
    reaffirmed the Acting Director's reasoning in the Jer-Car protest and denied
    Terco's request for a stay of any award on the disputed line items. 3
    Before us, Terco argues that its Phase Two bid conformed to "the [p]lain
    [l]anguage of the RFP," and the DPP's "retroactive decision" that Terco's Phase
    Two bid "[i]mpermissibly [s]upplemented and [a]mended [i]ts Phase One bid"
    lacked support in the record and disparately treated Phase Two bidders. Terco
    also argues that the DPP's rescission of the intended Phase Two awards was
    "[d]e [f]acto [r]ulemaking."
    Well-known standards guide our review. "The public interest underlies
    the public-bidding process in this State." Barrick v. State, 
    218 N.J. 247
    , 258
    (2014). Therefore, the bidding statutes "are construed as nearly as possible with
    3
    Judge Mary Jacobson issued a stay pending Terco's motion for emergent relief
    to our court. She subsequently granted the DPP's request to transfer the matter
    to our court. See R. 1:13-4(a). We denied Terco's request for a stay pending
    appeal and accelerated the appeal.
    A-0578-18T2
    6
    sole reference to the public good. Their objects are to guard against favoritism,
    improvidence, extravagance and corruption; their aim is to secure for the public
    the benefits of unfettered competition." 
    Ibid. (quoting Keyes Martin
    & Co. v.
    Dir., Div. of Purchase & Prop., 
    99 N.J. 244
    , 256 (1985)). "An agency's choice
    from among responsible bidders under N.J.S.A. 52:34-12(a)(g) is reviewed
    under the gross abuse of discretion standard." 
    Ibid. However, "the discretion
    accorded the Director of the [DPP] to administer the State public bidding
    process, while broad, is not limitless."        In re Request for Proposals
    ##17DPP00144, 
    454 N.J. Super. 527
    , 559 (App. Div. 2018). The agency may
    not make an award to a bidder "whose proposal deviates materially" from the
    bid   specifications   or   requirements.    
    Barrick, 218 N.J. at 258-59
    .
    "[R]equirements that are material . . . are non-waivable; the winning bidder's
    proposal must comply with all material specifications." 
    Id. at 259
    (citing In re
    Jasper Seating Co., 
    406 N.J. Super. 213
    , 219 (App. Div. 2009)).
    "The preliminary inquiry is, of course, whether the bid actually deviated
    from the solicitation for bids." In re Requests for 
    Proposals, 454 N.J. Super. at 560
    (citing Twp. of River Vale v. R. J. Longo Constr. Co., 
    127 N.J. Super. 207
    ,
    215-16 (Law Div. 1974)).       An agency's decision whether a requirement is
    material, or whether a bid conforms to the specifications, "will not [be] upset
    A-0578-18T2
    7
    . . . unless [it] is shown to have been 'arbitrary, capricious, or unreasonable, or
    [] not supported by substantial credible evidence in the record as a whole.'"
    Barrick, 
    218 N.J. 259
    (third alteration in original) (quoting In re Stallworth, 
    208 N.J. 182
    , 194 (2011)). "In applying that standard of review, 'an appellate court
    does not substitute its judgment . . . for that of [the] administrative agency.'" 
    Id. at 260
    (alteration in original) (quoting In re Young, 
    202 N.J. 50
    , 70, (2010)).
    Section 1.1 of the RFP provided in relevant part:
    Under no circumstances shall any . . . [b]idder[]
    when submitting a Phase Two [] or Phase Three [] price
    sheet after being requested to do so by the State, submit
    any supplemental or additional information regarding
    any other aspects of its previously-submitted bid.
    During Phase Two and Phase Three, the State will only
    consider the price sheets, and will not consider any
    additional or supplemental information or documents.
    [(Emphasis added).]
    Terco argues it complied with the plain language of the RFP by submitting
    conforming Phase Two bids on the disputed line items, and the DPP was
    required to "only consider the price sheets[.]" Terco contends the phrase "any
    additional or supplemental information or documents" means information other
    than the price sheets. Since it supplied only Phase Two price sheets, Terco
    argues the DPP's original Phase Two NOI was correct, and they should be
    awarded the disputed line items. We disagree.
    A-0578-18T2
    8
    Terco's interpretation ignores the first sentence of this section of the RFP,
    which specifically relates to Terco's "previously-submitted bid."             It is
    undisputed that Terco's Phase One bid was nonresponsive as to the disputed line
    items, and, it is beyond question that Terco's Phase Two bid clearly contained
    "additional or supplemental information regarding any other aspects of [Terco's]
    previously-submitted bid" for the same disputed line items. (Emphasis added).
    Terco's interpretation would permit any bidder who submitted a non-responsive
    Phase One bid for a particular line item to cure the defect in Phase Two by
    simply supplying additional or supplemental information in direct contravention
    of the first sentence of this section of the RFP.
    Terco contends that the RFP clearly separated the award process in each
    phase, essentially starting anew.      This interpretation ignores the express
    language of Section 1.1 and other provisions of the RFP that clearly state only
    bidders who submitted a responsive proposal in Phase One could participate in
    Phase Two.
    We also disagree with Terco's contention that its interpretation of the RFP
    is somehow more consonant with sound public policy. Allowing bidders to
    submit additional information in Phase Two, so as to make their original non-
    conforming bid conforming does not support unfettered competition on an even
    A-0578-18T2
    9
    playing field. In re Jasper Seating 
    Co., 406 N.J. Super. at 224
    (citing In re
    Protest of the Award of the On-Line Games Production & Operation Servs.
    Contract, Bid No. 95-X-20175, 
    279 N.J. Super. 566
    , 598-603 (App. Div. 1995)).
    Terco seemingly submits that because the non-conformity in this case, i.e.,
    failure to complete the price sheet because it was on two pages, was the product
    of an innocent mistake, we should overlook the express provisions of the RFP.
    However, under that scenario, bidders invited to submit bids on Phase Two price
    lines, having never bid on them during Phase One, would be clearly
    disadvantaged; and, as the Acting Director noted, partially compliant bidders,
    like Terco, would be advantaged over others, like Jer-Car, who may have only
    filed a non-compliant bid on one line item, for example, and, under the terms of
    the RFP, were barred from bidding in subsequent phases.
    Under these circumstances, we cannot conclude that the DPP's
    construction of the RFP and implementation of the bidding process in its entirety
    was arbitrary, capricious or unreasonable, even though we might conclude a
    different process was preferable or even more likely to result in cost reductions
    to the public. 
    Barrick, 218 N.J. at 260
    .
    We also reject Terco's claim that the final agency decision on its protest
    was unauthorized "rulemaking" in violation of the Administrative Procedure
    A-0578-18T2
    10
    Act, N.J.S.A. 52:14B-1 to -15 (APA). "The APA defines an administrative rule
    as an agency's 'statement of general applicability and continuing effect that
    implements or interprets law or policy, or describes the organization, procedure
    or practice requirements' of the agency." In re Authorization For Freshwater
    Wetlands Statewide Gen. Permit 6, 
    433 N.J. Super. 385
    , 413 (App. Div. 2013)
    (emphasis added) (quoting N.J.S.A. 52:14B-2(e)).            In the seminal case of
    Metromedia, Inc. v. Director, Division of Taxation, the Court identified six
    factors by which to assess whether agency action is actually rulemaking in
    contravention of the APA's requirements. 
    97 N.J. 313
    , 331-32 (1984).
    However, "an agency decision in a contested case is not an administrative
    rule." In re G. & J.K. Enters., Inc. v. Div. of Alcoholic Beverage Control, 
    205 N.J. Super. 77
    , 85 (App. Div. 1985); see also N.J.S.A. 52:14B-2 (the definition
    of "'[a]dministrative rule' or 'rule' . . . does not include . . . agency decisions and
    findings in contested cases"). Terco's argument in this regard requires no further
    comment. R. 2:11-3(e)(1)(E).
    Affirmed.
    A-0578-18T2
    11