MONTANA CONSTRUCTION CORP. VS. JERSEY CITY MUNICIPAL UTILITIES AUTHORITY RAVI MEHTA VS. JERSEY CITY MUNICIPAL UTILITIES AUTHORITY (L-1687-20 AND L-1895-20, HUDSON COUNTY AND STATEWIDE) (CONSOLIDATED) ( 2021 )


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  •                                 NOT FOR PUBLICATION WITHOUT THE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-3730-19
    A-3754-19
    MONTANA CONSTRUCTION,
    CORP.,
    Plaintiff-Appellant,
    v.
    JERSEY CITY MUNICIPAL
    UTILITIES AUTHORITY and
    SPINIELLO INFRASTRUCTURE
    WORLDWIDE,
    Defendants-Respondents.
    ______________________________
    RAVI MEHTA,
    Plaintiff-Appellant,
    v.
    JERSEY CITY MUNICIPAL
    UTILITIES AUTHORITY and
    SPINIELLO INFRASTRUCTURE
    WORLDWIDE,
    Defendants-Respondents.
    ______________________________
    Argued January 21, 2021 – Decided April 15, 2021
    Before Judges Sumners and Mitterhoff.
    On appeal from the Superior Court of New Jersey, Law
    Division, Hudson County, Docket Nos. L-1687-20 and
    L-1895-20.
    George E. Pallas argued the cause for appellants
    (Cohen, Seglias, Pallas, Greenhall & Furman, PC,
    attorneys; George E. Pallas and Michael F. McKenna
    on the briefs).
    Benjamin Clarke argued the cause for respondent
    Jersey City Municipal Utilities Authority (DeCotiis,
    Fitzpatrick, Cole & Giblin, LLP, attorneys; Benjamin
    Clarke and Gregory J. Hazley, on the brief).
    Edward B. Deutsch argued the cause for respondents
    Spiniello Infrastructure Worldwide (McElroy, Deutsch,
    Mulvaney & Carpenter, LLP, and Lydia K. Deutsch
    (McElroy, Deutsch, Mulvaney & Carpenter, LLP) of
    the New York bar, admitted pro hac vice, attorneys;
    Edward B. Deutsch, Edward J. DePascale, and Lydia K.
    Deutsch, on the brief).
    Adrienne L. Isacoff argued the cause for amicus curiae
    Utility and Transportation Contractors Association of
    New Jersey, Inc. (Florio, Perrucci, Steinhardt, Cappelli,
    Tipton & Taylor, LLC, attorneys; Adrienne L. Isacoff,
    on the brief).
    PER CURIAM
    In these consolidated appeals, we must determine whether the Law
    Division orders of May 26, 2020 and June 1, 2020 correctly upheld the decision
    A-3730-19
    2
    by defendant Jersey City Municipal Utilities Authority (JCMUA or Authority)
    to award a publicly bid contract for repairs and improvements to Jersey City's
    sewer and water lines to defendant Spiniello Infrastructure Worldwide
    (Spiniello). JCMUA rejected the lowest bid by plaintiff Montana Construction
    Corp. (Montana) as non-responsive and awarded the contract to the next lowest
    responsible bidder, Spiniello. We affirm.
    I.
    A. Public Bid Invitation/Specifications
    On March 3, 2020, the JCMUA advertised and solicited bids for the Phase
    1 & 2 Infrastructure Rehabilitation Project (hereinafter "project") of its sewer
    and water lines in accordance with the Local Public Contracts Law, N.J.S.A.
    40A:11-1 to -52. Relevant to this dispute are several provisions of the bid
    specifications.
    In Section 00100 00116A of the bid specifications, JCMUA reserved the
    right to reject all materially unbalanced bids, stating:
    The amount bid for each pay Item in the Bid shall
    reflect the actual cost the Bidder reasonabl[y]
    anticipates that performance of that pay Item will
    entail, together with a proportional share of the cost to
    perform Work for which no separate pay Item is
    provided and a proportional share of the Bidder’s
    anticipated overhead and profit. Bids that are, in the
    A-3730-19
    3
    sole discretion of the Owner, materially unbalanced,
    will be considered unresponsive.
    [(emphasis added).]
    This same provision defined materially unbalanced as when:
    the Bid is structured on the basis of nominal prices for
    some items and [] inflated prices for other items
    creating, in the sole judgment of the Owner, reasonably
    exercised, the possibility that: 1) progress payments for
    items completed early may result in the unpaid project
    balance being insufficient to complete . . . the Work
    and/or 2) award to the Bidder will not result in the
    lowest ultimate cost to the Owner, taking into
    consideration the reasonable potential for adjustment of
    quantities including, but not limited to, "If and Where
    Directed" items and quantities.
    [(emphasis added).]
    Regarding the listing of subcontractors, the bid specifications provided:
    Before submitting his bid, the Bidder shall completely
    familiarize himself with Section 40A:11-16 of the New
    Jersey Local Public Contracts Law (New Jersey
    Statutes Annotated 40A:11-16). On contracts for the
    erection, alteration or repair of any public building, if
    the Bidder will use subcontractors for the plumbing
    work and gas fitting and all kindred work, steam and
    hot water heating and ventilating apparatus, steam
    power plants and kindred work, electrical work,
    structural steel and ornamental iron work[,] he shall list
    below the name and address of each subcontractor to be
    used for these respective and kindred categories of
    work.
    A-3730-19
    4
    All potential bidders who intend to use "in-house"
    plumbers to perform the plumbing work on the contract
    are required to comply with N.J.S.A. 45:14C-2 and
    N.J.A.C. 13:32-1.3.       These provisions restrict a
    licensed master plumber from being utilized as a
    company employee and applying for a plumbing
    permit, unless that licensed master plumber holds not
    less than 10% of the issued corporate stock, or 10% of
    the partnership capital of a partnership.
    In the event the General Contractor will furnish work
    within the four (4) Specialty Trade Categories listed
    below with his own salaried non-subcontracted work
    force, the General Contractor must complete the
    appropriate space(s) on the Bid form, and submit the
    required information establishing his own or
    employee(s)' qualifications in such specialty trade
    categories.
    B. Bid Award
    On March 18, 2020, JCMUA received three bids for the project: Montana,
    $89,367,053; Spiniello, $114,273,300; and J. Fletcher Creamer & Sons, Inc.,
    $128,738,325.    Spiniello promptly submitted two letters to the JCMUA
    protesting Montana's bid, contending it was non-responsive to the bid
    specifications because it was materially unbalanced due to its nominal bids.
    After JCMUA provided Montana a copy of Spiniello's protest, Montana
    submitted a rebuttal to the Authority.
    JCMUA's project engineer and outside counsel reviewed the protest
    submissions and advised the Authority that they agreed with Spiniello that
    A-3730-19
    5
    Montana's bid should be rejected as materially unbalanced. The engineer gave
    a detailed analysis of Montana's bid, opining that its bid was materially
    unbalanced because it "[wa]s [f]ront [l]oading" and would "create an
    unpredictability of costs[.]" Outside counsel joined the engineer's opinion,
    adding that Montana's bid was "in violation of an express prohibition set forth
    in the bid specifications, [and] has undermined fair and competitive bidding for
    the [p]roject . . . ."
    At its public meeting on April 23, 2020, 1 the JCMUA Board of
    Commissioners (Board) solicited public comment but did not accept the
    invitation by Montana's counsel to question him concerning his client's bid. The
    Board did not publicly discuss Spiniello's protest and went into executive
    session under N.J.S.A. 10:4-12(b)(7), to discuss matters relating to "pending or
    anticipated or contract negation . . . in which the public body is, or may become,
    a party, or matters falling within the attorney-client privilege." While in closed
    session, the Board heard the opinions of the project engineer, and JCMUA's
    general counsel, general consulting engineer, and executive director. Upon
    returning to public session, the Board– without any commissioners stating their
    reasons – unanimously voted to reject Montana's bid as materially unbalanced
    1
    Conducted telephonically due to Covid-19.
    A-3730-19
    6
    and to award the contract to the "lowest, responsible and complying" bidder,
    Spiniello.
    C. Montana's Litigation
    On May 1, 2020, Montana filed a verified complaint in lieu of prerogative
    writs and order to show cause against defendants seeking to temporarily stay the
    contract award and to overturn the bid award to Spiniello.2 Montana contended
    JCMUA's decision rejecting its bid was arbitrary and capricious and violated the
    Open Public Meetings Act (Sunshine Law), N.J.S.A. 10:4-6 to -21, by
    discussing the project bid award in executive session. JCMUA agreed not to
    award the contract until the litigation was resolved. Spiniello filed a Rule 4:6-
    2(e) motion to dismiss in lieu of answer, or, in the alternative, a Rule 4:46
    motion for summary judgment. JCMUA cross-moved for summary judgment.
    On May 26, Assignment Judge Peter F. Bariso, Jr. entered an order,
    together with a fifty-four-page written decision, denying Montana's application
    for preliminary injunction; granting Spiniello's motion to dismiss; granting
    JCMUA's cross-motion for summary judgment; and dismissing Montana's
    verified complaint with prejudice. The judge found that Section 00100 00116A
    UNBALANCED BIDS of the bid specifications plainly stated: "[t]he amount
    2
    Mehta's motion to intervene was denied on May 22, 2020.
    A-3730-19
    7
    bid for each pay Item in the Bid shall reflect the actual cost the Bidder
    reasonabl[y] anticipates that performance of that pay Item will entail . . . Bids
    that are, in the sole discretion of the Owner, materially unbalanced, will be
    considered unresponsive." (First and third alterations in original). Thus, the
    judge rejected Montana's interpretation that the bid specifications allowed
    bidders "to set bid values as they deemed appropriate based on their business
    judgment, if and where JCMUA did not state minimum required values."
    The judge pointed out JCMUA stressed at oral argument that Montana's
    material deviation from the bid specifications was evidenced where it "used
    nominal bids on, at least, 46 of the 232 pay items[.]" As an example, the judge
    stated:
    Montana bid $1[] on forty-six-unit price items.
    Additionally, Montana bid $500[] on ten manhole
    covers, which is also considered to be a nominal bid for
    this item. For example, the Engineer’s Estimate for bid
    item 4H stated the estimated quantity to be 10,000 with
    a unit price of $225[] for the total amount of
    $2,250,000[]. Montana bid a unit price of $1[] for a
    total amount of $10,000[]. Spiniello bid a unit price of
    $290[] and a total amount of $2,900,000[]. [J. Fletcher
    Creamer & Sons] bid a unit price of $315[] for a total
    amount of $3,150,000[]. Accordingly, Montana bid
    $2,240,000[] less than the lowest estimate for this pay
    item. Montana’s $1[] bids clearly do not reflect the
    actual cost that Montana reasonably anticipated those
    pay items to entail.
    A-3730-19
    8
    Finding Montana's bid "unresponsive," the judge decided it lacked standing to
    challenge the bid award. See William A. Carey & Co. v. Borough of Fair Lawn,
    
    37 N.J. Super. 159
    , 169 (App. Div. 1955).
    Despite finding Montana's bid unresponsive for including nominal bids,
    for the sake of completeness, Judge Bariso determined whether Montana's bid
    was materially unbalanced. The judge noted there were minimal discrepancies
    between the respective analyses by engineers for JCMUA and Montana,3 but
    found there was a substantial difference, $15 million, between the estimated
    actual values of Montana's fifty-six nominal bids and what Montana bid for
    them.4 The judge also noted that Montana's bid included inflated prices for some
    bid items amounting to "at least a $15 [million] difference between the estimated
    3
    The judge recognized that he was not required to consider a certification by
    Montana's independent professional engineer because it was not before the
    JCMUA when it awarded the contract. See Palamar Constr., Inc. v. Pennsauken
    Twp., 
    196 N.J. Super. 241
    , 250 (App. Div. 1983). He considered it, nonetheless.
    4
    The report by JCMUA's engineer stated Montana's fifty-six nominal bids
    totaled $119,672 with actual values of $15,267,950. Montana's engineer
    certification stated these bids totaled $160,928 with actual total of $16,535,500.
    A-3730-19
    9
    value of these items and what Montana bid for them, [thus] it is clear that
    Montana's bid does contain nominal prices for at least fifty-six items." 5
    Due to these inflated prices and because Section 00290 (Scope of
    Contract) of the bid specifications provide that the sequence of work is
    determined by JCMUA, the judge concluded Montana's bid was "front-
    loaded[.]"   For example, he explained that for items related to Blockage
    Removal and Inspection, "some of the earliest work to be performed under the
    Bid Specifications[,]" JCMUA's engineer opined the estimate was $1,414,400
    in contrast with Montana's $3,088,250 bid. Also, for the first five on JCMUA's
    schedule, "Montana bid $19,186,550[] for the five bid items that correspond to
    pipe installation for these streets." JCMUA's engineer found "Montana’s bid for
    those five items was about 21.45 [percent] of the total bid which does not include
    excavation, backfill, paving and manhole structures." Another concern cited by
    the judge was the contract end work related to trees and green infrastructure;
    JCMUA's engineer's estimated cost was $2,170,000, for which Montana only
    bid $423,400.
    5
    The report by JCMUA's engineer stated the inflated bid items in Montana’s
    bid totaled $40,706,500 with an estimated cost of $22,150,050. Montana's
    engineer's certification stated Montana’s bid totaled $34,530,000 with an
    estimated cost of $19,321,250.
    A-3730-19
    10
    The judge next examined Section 00100 00116A (Unbalanced Bids) of
    the Bid Specifications. The first subpart provides that a materially unbalanced
    bid exists where "nominal prices for some items and inflated prices for other
    items" leading to a situation where "progress payments for items completed
    early may result in the unpaid project balance being insufficient to complete
    early [and] may result in the unpaid project balance being insufficient to
    complete [sic] the Work[.]"6 Given his conclusion that Montana's bid was front-
    loaded, the judge found it was materially unbalanced and, thus, non-responsive.
    In sum, because a governmental entity is without discretion to accept a
    non-responsive bid, the judge determined JCMUA was legally obligated to
    reject Montana's bid. See Meadowbrook Carting Co. v. Borough of Island
    Heights, 
    138 N.J. 307
    , 314 (1994).7
    6
    Based on this finding, the judge determined it was not necessary to determine
    the alternative second subpart under Section 00100 00116A defining a
    materially unbalanced bid: if the "award to the Bidder will not result in the
    lowest ultimate cost to the Owner, taking into consideration the reasonable
    potential for adjustment of quantities including, but not limited to, 'If and Where
    Directed' items and quantities."
    7
    The judge denied Montana's motion to stay the order as did this court and our
    Supreme Court, Mont. Constr. Corp. v. Jersey City Mun. Utils. Auth., 
    244 N.J. 287
     (2020).
    A-3730-19
    11
    D. Mehta's Litigation
    On May 21, 2020, Mehta, represented by Montana's attorneys, filed a
    verified complaint in lieu of prerogative writs and order to show cause against
    defendants seeking to temporarily stay the contract award and to overturn the
    bid award to Spiniello. His interest was as a taxpayer and resident of Jersey
    City.     Mehta claimed Spiniello's bid failed to designate a plumbing
    subcontractor as required by the bid specifications.          JCMUA disagreed,
    revealing that its professionals found Spiniello's bid was responsive to the
    specifications. Defendants filed a Rule 4:6-2(e) motion to dismiss in lieu of
    answer, or, in the alternative, a Rule 4:46 motion for summary judgment.
    On June 1, Judge Bariso granted summary judgment to defendants
    dismissing Mehta's complaint with prejudice. The judge began his legal analysis
    noting that he would not consider certifications by Mehta's experts because their
    opinions were not before JCMUA when it decided to award the contract to
    Spiniello. See Palamar, 
    196 N.J. Super. at 250
    . Given his prior decision
    rejecting Montana's bid as non-responsive, the judge determined that JCMUA
    did not abuse its discretion in waiving clerical errors in Spiniello's bid, thereby
    making it the lowest bidder. See Meadowbrook, 
    138 N.J. at 314
    ; Spina Asphalt
    Paving Excavating Contractors, Inc. v. Borough of Fairview, 304 N.J. Super.
    A-3730-19
    12
    425, 428-30 (App. Div. 1997); Thomas P. Carney, Inc. v. City of Trenton, 
    235 N.J. Super. 372
    , 381 (App. Div. 1988); Pub. Constructors, Inc. v. N.J.
    Expressway Auth., 
    43 N.J. 545
    , 546-548 (1965).
    Next, the judge determined that Spiniello's bid was the lowest responsive
    bid. He rejected Mehta's argument that Spiniello's bid was non-responsive
    because it did not list its subcontractors.      The judge noted that the bid
    specifications' Prefatory Note does not require bidders to list their
    subcontractors but expressly refers to N.J.S.A. 40A:11-16, which requires that
    bidders must list subcontractors if they use them and must be read in conjunction
    with the requirements of N.J.S.A. 40A:11-23.2 that states that bid plans and
    specifications requiring the listing of subcontractors are mandatory items. The
    judge then determined the bid specifications did not require bidders to list
    subcontractors.
    As for plumbing subcontractors, the judge looked at Addendum No. 2 of
    the bid specifications, which indicate that a licensed plumber is possibly needed.
    The Addendum states:
    SC24.00 Item 24, Allowance for Replacement of Land
    Services
    In the event an existing lead service is encountered
    during the course of the replacement of water services.
    This Allowance will cover labor, material, equipment
    A-3730-19
    13
    and profit/overhead that will be required to replace lead
    services from the valve box to the individual water
    meter in accordance with EPA and NJDEP Guidelines.
    This work will be performed on a case by case basis and
    the Contractor will be provided with the scope of work
    accordingly.
    A licensed plumber is only needed when a lead pipe extends beyond JCMUA's
    right-of-way. The judge found this work is "purely speculative" because "the
    bid specifications did not include an identifiable scope" of such work, it would
    be up to "JCMUA [to] exercise[] its discretion to assign the work on a case-by-
    case basis." Because "JCMUA opted to provide a uniform allowance to cover
    this work for all bidders[,]" the judge found "the [b]id [s]pecifications did not
    require the designation of a plumbing subcontractor."
    The judge determined Spiniello's failure to list a plumbing subcontractor
    for speculative work was not a material deviation from the bid specifications as
    it did not deprive JCMUA of any assurances that the contract would not be
    performed in accordance with the bid specifications.        Since there was no
    identifiable scope of plumbing work to be performed and JCMUA would not be
    performing work beyond its right-of-way, the judge reasoned Spiniello would
    not need a licensed plumbing subcontractor to perform the contract.
    A-3730-19
    14
    Similarly, the judge rejected Mehta's contention that Spiniello's bid was
    non-responsive because it failed to list an electrical subcontractor. Declining to
    consider "Mehta's experts['] [certifications] because it was bound to the record
    before . . . JCMUA when it awarded the contract[,]" the judge determined it was
    "speculative [electrical] work pertaining to loop detectors and grounding of
    water service [and thus] . . . bidders [were not required to] designate an electrical
    subcontractor." The judge also dismissed as speculative Mehta's contention that
    a licensed electrician was needed to install a temporary on-site Engineer's Office
    because it may "already have outlets, fixtures, and wiring to code." 8
    II.
    When reviewing an order granting summary judgment, we apply "the
    same standard governing the trial court . . . ." Oyola v. Xing Lan Liu, 
    431 N.J. Super. 493
    , 497 (App. Div. 2013). A trial court should grant summary judgment
    when the record reveals "no genuine issue as to any material fact" and "the
    moving party is entitled to a judgment or order as a matter of law." R. 4:46-
    2(c). The facts are viewed "in the light most favorable to the non-moving party
    [.]" Brill v. Guardian Life Ins. Co. of Am., 
    142 N.J. 520
    , 523 (1995). We accord
    8
    The judge denied Mehta's motion to stay the order as did this court and our
    Supreme Court, Mont. Constr. Corp. v. Jersey City Mun. Utils. Auth., 
    244 N.J. 287
     (2020).
    A-3730-19
    15
    no deference to the trial judge's legal conclusions. Nicholas v. Mynster, 
    213 N.J. 463
    , 478 (2013) (citations omitted). Like the trial court, we must determine
    whether JCMUA's rejection of Montana's bid as non-responsive was arbitrary,
    capricious, or unreasonable and that Spiniello had the lowest responsible bid.
    See In Re Award of the On-Line Games Prod. & Operation Servs. Cont., 
    279 N.J. Super. 566
    , 590 (App. Div. 1995) ("The standard of review on the matter
    of whether a bid on a local public contract conforms to specifications . . . is
    whether the decision was arbitrary, unreasonable or capricious.").
    A. Due Process Claim
    Citing Sellitto v. Cedar Grove Twp., 132 N.J.L 29, 32 (Sup. Ct. 1944),
    plaintiffs argue JMCUA was obligated to hold a hearing before awarding the
    contract to Spiniello. They also contend that under Nachtigall v. N.J. Tpk.
    Auth., 
    302 N.J. Super. 123
    , 143 (App. Div. 1997) and several other earlier
    decisions, the JCMUA was required to give them "adequate notice, a chance to
    know opposing evidence, and the opportunity to present evidence and argument
    in response[.]" 9
    9
    Normally, we would not consider these contentions because they were not
    raised below. However, we choose to do so because the public bidding issue
    involves "a concern matters of great public interest." Zaman v. Felton, 
    219 N.J. 199
    , 226-27 (2014) (quoting Nieder v. Royal Indem. Ins. Co., 
    62 N.J. 229
    , 234
    (1973)).
    A-3730-19
    16
    Montana was not entitled to a "plenary quasi-judicial hearing. . . ." Id. at
    143; see also Entech Corp. v. City of Newark, 
    351 N.J. Super. 440
    , 461 (App.
    Div. 2002), (holding that a bid protestor was not entitled to a trial -type hearing
    and that a "challenge to a bid specification need not be so formal" as long as a
    public entity provides a "fair opportunity" for challenges to be heard, "either
    before or after a bid award"). Montana was given a fair opportunity to be heard.
    After receiving Spiniello's bid protest, Montana submitted its opposition to
    JCMUA.      At JCMUA's public meeting, Montana's counsel was given the
    opportunity to address the body prior to the contract award vote.
    B. Sunshine Law Claim
    Plaintiffs argue JCMUA violated the Sunshine Law because its decision
    and deliberations of the contract award were not made in public but in executive
    session. They point to Oughton v. Bd. of Fire Comm'rs, Fire Dist. No. 1,
    Moorestown Twp. Burlington Cnty., 
    178 N.J. Super. 633
    , 641 (Law Div. 1980),
    aff’d in part, rev’d in part, 
    178 N.J. Super. 565
     (App. Div. 1981), which held
    that N.J.S.A. 10:4-12(b), "requires meetings of public bodies to be open to the
    public at all times, except in certain designated" instances, anticipated litigation
    being one of the exceptions. They argue the judge erred in determining that
    JCMUA could have considered legal issues in executive session as Spiniello's
    A-3730-19
    17
    protest and Montana's response did not equate to a legal claim evidencing
    threatened litigation. We are unpersuaded.
    The Sunshine Law provides, "[a] public body may exclude the public only
    from that portion of a meeting at which the public body discusses any . . .
    pending or anticipated litigation . . . in which the public body is, or may become,
    a party . . . ." N.J.S.A. 10:4-12(b)(7) (emphasis added). We have recognized
    for this exception to apply "the public body must be discussing its strategy in
    the [pending or anticipated] litigation, the position it will take, the strengths and
    weaknesses of that position with respect to the litigation, possible settlements of
    the litigation or some other facet of the litigation itself." Burnett v. Gloucester
    Cnty. Bd. of Chosen Freeholders, 
    409 N.J. Super. 219
    , 236-37 (App. Div. 2009)
    (quoting Houman v. Pompton Lakes, 
    155 N.J. Super. 129
    , 145 (Law Div. 1977)).
    N.J.S.A. 10:4-12(b)(7) allows a public body to exclude the public to protect any
    "material covered by . . . the attorney-client privilege and work-product
    doctrine[,]" Payton v. N.J. Tpk. Auth., 
    148 N.J. 524
    , 558 (1997), and "to meet
    privately with counselors and advisors in order to discuss policy, formulate
    plans of action and generally to have an exchange of ideas[,]" Burnett, 
    409 N.J. Super. at 238
     (quoting Houman, 155 N.J. Super at 154-55).
    Applying these principles, we agree with Judge Bariso's ruling that:
    A-3730-19
    18
    JCMUA did not violate the [Sunshine Law] because no
    formal action was taken during the [e]xecutive session.
    [JCMUA's representative] has attested to the fact that
    no votes were held during the [e]xecutive [s]ession and
    no straw polls were taken. Rather, after . . . JCMUA
    finished the deliberations in [e]xecutive [s]ession, the
    public portion of the meeting resumed . . . .
    Accordingly, . . . JCMUA did not violate the [Sunshine
    Law] by meeting in [e]xecutive [s]ession during the
    April 23, 2020 public meeting.
    [(Internal citation omitted).]
    JCMUA properly exercised its authority under N.J.S.A. 10:4-12(b)(7) to
    go into executive session to discuss with its counsel and other professionals
    Spiniello's bid protest that Montana's low bid should be rejected. It anticipated–
    and correctly so–that the award of the contract to either Montana or Spiniello
    would result in litigation by the non-prevailing party. JCMUA did not take
    formal action rejecting Montana's low bid as non-responsive and awarding the
    contract to Spiniello until it returned to public session.
    C. Dismissal of Plaintiffs' Substantive Claims
    Plaintiffs argue that the judge failed to consider facts contrary to
    JCMUA's position granting summary judgment. They argue the court did not
    consider their certifications but did consider defendants' certifications. They
    and UTCA also argue that the court misinterpreted the "pertinent" bid
    specifications and misapplied relevant law. We disagree.
    A-3730-19
    19
    In the context of public bidding, the "function of [the trial c]ourt is to
    preserve the integrity of the competitive bidding process and to prevent the
    misapplication of public funds." Marvec Constr. Corp. v. Twp. of Belleville,
    
    254 N.J. Super. 282
    , 288 (Law Div. 1992); see also Barrick v. State, 
    218 N.J. 247
    , 261 (2014); In re Jasper Seating Co., Inc., 
    406 N.J. Super. 213
    , 226 (App.
    Div. 2009). The court could not properly reverse a governmental entity's
    decision unless the plaintiff demonstrated the decision was "arbitrary,
    capricious, or unreasonable, or . . . not supported by substantial credible
    evidence in the record as a whole." Barrick, 218 N.J. at 259 (quoting In re
    Stallworth, 
    208 N.J. 182
    , 194 (2011)).
    "[T]he statutory rule in New Jersey is that publicly advertised contracts
    must be awarded to 'the lowest responsible bidder.'" Meadowbrook, 
    138 N.J. at 313
     (quoting N.J.S.A. 40A:-11:6.1); see also N.J.S.A. 40A:11-4(a).           New
    Jersey's Local Public Contracts Law (LPCL) defines "[l]owest responsible
    bidder" as the bidder: "(a) whose response to a request for bids offers the lowest
    price and is responsive; and (b) who is responsible." N.J.S.A. 40A:11-2(27). A
    bidder is considered the "lowest responsible bidder" if it is the "lowest bidder
    that complies with the substantive and procedural requirements in the bid
    A-3730-19
    20
    advertisements and specifications." Meadowbrook, 
    138 N.J. at 313
     (citation
    omitted).
    A governmental entity is without authority to award a contract based on a
    bid containing a material deviation from the bid specifications. 
    Id. at 314
    ; see
    also Terminal Constr. Corp. v. Atl. Cnty. Sewerage Auth., 
    67 N.J. 403
    , 411
    (1975). Thus, "a public entity may not waive any material departure from bid
    specifications or requirements of law, and is bound to reject a non-conforming
    bid with such defects." Serenity Contracting Grp., Inc. v. Borough of Fort Lee,
    
    306 N.J. Super. 151
    , 156 (App. Div. 1997).
    On the other hand, a governmental entity has discretion to waive non-
    material deviations––"minor or inconsequential discrepancies and technical
    omissions"––from the bid specifications. Meadowbrook, 
    138 N.J. at 314
    . "[T]o
    be considered valid," a governmental entity's reasons for accepting or rejecting
    a bid containing a non-material deviation "must be non-pretextual[,]" "reflect
    sound business judgment, and may not bespeak any avoidance of the underlying
    purposes of public bidding requirements." Serenity, 306 N.J. Super. at 157.
    (citation omitted). Thus, where a bid contains a non-material deviation from the
    specifications, "the next step is the specific decision to grant or deny waiver [of
    the deviation,] which is then subject to review under the ordinary abuse of
    A-3730-19
    21
    discretion standard." On-Line Games Prod., 
    279 N.J. Super. at 595
     (citation
    omitted). "If the non-compliance is substantial and thus non-waivable, the
    inquiry is over because the bid is non-conforming and a non-conforming bid is
    no bid at all." 
    Ibid.
    The primary issue here is unbalanced unit price bids. "An unbalanced unit
    price bid is one where one or more of the items bid does not carry its share of
    the cost of the work and the contractor's profit." Armaniaco v. Borough of
    Cresskill, 
    62 N.J. Super. 476
    , 482 (1960). An example is "a front-end loaded
    bid [which] contains inflated bid items for work to be completed at the beginning
    of a contract and subsequent offsetting, understated bid items for work to be
    completed later in the contract." M.J. Paquet, Inc. v. N.J. Dep't of Transp.
    (Paquet II), 
    171 N.J. 378
    , 399 (2002). This type of unbalanced bid poses the
    danger of placing an irresponsible bidder in a position
    of bidding higher on the earlier work to be done under
    the contract and lower on the latter work. Such a bidder
    could, after having taken his profit out of his early
    payments on a job, fail to complete the work called for.
    [Armaniaco, 
    62 N.J. Super. at 482
    .]
    The type of unbalanced bid here is not directly related to the timing of the
    work but is "based on nominal prices for some work and enhanced prices for
    other work." Frank Stamato & Co. v. City of New Brunswick, 20 N.J. Super.
    A-3730-19
    22
    340, 344 (App. Div. 1952). The bidder overprices items that could be used in
    greater quantities than estimated in the proposal, while underpricing those bid
    items that might be used in significantly lesser quantities. See Boenning v. Brick
    Twp. Mun. Utils. Auth., 
    150 N.J. Super. 32
    , 36-37 (App. Div. 1977). A public
    risk occurs with this form of unbalanced bidding: post-contract collusion or
    fraud between the contractor and subcontractors. See 
    id. at 36
     (recognizing
    unbalanced bidding creates a risk of "collusion or fraud between the contractor
    and the engineer whose discretion will be invoked"). Even absent collusion,
    where the quantity of an item is uncertain and subject to significant swings, an
    extremely high unit price for that item, although offset by nominal bids for other
    items, could present an exceptionally large cost impact, if the highly priced item
    is required in great quantities. Armaniaco, 
    62 N.J. Super. at 486-87
    . The risk
    is heightened if the contractor has the discretion to allocate the unit-priced items.
    However, a governmental entity's ability to reject unbalanced bids, prevents the
    risks to public funds. 
    Ibid.
    We are mindful that unbalanced bids are not per se illegal. See Riverland
    Constr. Co. v. Lombardo Contracting Co., Inc., 
    154 N.J. Super. 42
    , 45-48 (App.
    Div. 1977), aff'd o.b., 
    76 N.J. 522
     (1978). A bid that front-loads costs may be
    justified by a bidder's need to cover mobilization costs and "general costs of
    A-3730-19
    23
    getting the work started[,]" which are not otherwise included in the bid.
    Armaniaco, 
    62 N.J. Super. at 482
    . A bidder may purposely propose nominal or
    below-market prices because of a desire to secure a foothold in a market and
    underbid its competition. Riverland, 
    154 N.J. Super. at 47
    .
    Nonetheless, an unbalanced bid may be problematic when: (a) nominal
    bids on some items are offset by excessive bids on others; (b) the unbalanced
    bid relates to fraud or collusion; or (c) the unbalanced bid undermines fair
    competition. 
    Ibid.
     "[T]he submission of unbalanced bids distorts the public
    bidding process and may make a mockery of fair competition between bidders."
    Paquet II, 
    171 N.J. at 400
     (internal quotation marks and citation omitted).
    Although unbalanced bids are not per se illegal, a governmental entity may
    expressly prohibit them "in the . . . entity's bid specifications or proposal." M.J.
    Paquet, Inc. v. N.J. Dep't of Transp. (Paquet I), 
    335 N.J. Super. 130
    , 139 (App.
    Div. 2000), aff'd in part, rev'd in part on other grounds, 
    171 N.J. 378
     (2002); see
    also Armaniaco, 
    62 N.J. Super. at 487
     (stating that a municipality could reserve
    the right to reject unbalanced bids to guard against the "catastrophe[e]" of
    greater than anticipated quantities of a high unit-priced item).
    In Riverland, the specifications for a sewer construction contract included
    a "reservation . . . that proposals may be rejected if the prices are obviously
    A-3730-19
    24
    unbalanced." 
    154 N.J. Super. at 44
     (emphasis added). The municipality rejected
    two low bidders on a contract exceeding $300,000 because the lowest bidder,
    Lombardo Contracting, bid one cent a cubic yard for fill; and the second lowes t
    bidder, Riverland Construction, bid $1 a cubic yard for fill. "Since the exact
    amount of fill could not be ascertained in advance of the work, the township
    sought a unit price based on the engineer's estimate of a required quantity of
    8,078 cubic yards." 
    Id. at 45
    . The engineer estimated that a reasonable cost for
    fill was $5 per cubic yard. 
    Ibid.
     The trial court affirmed the rejection of
    Lombardo but ordered the award to Riverland.
    We reversed the trial court's award to Riverland and directed the award to
    Lombardo as the low bidder. 
    Id. at 48
    . We noted that the bid for fill was for
    one of thirty-eight items in the bidders' proposals and consisted of "an item
    which [was] relatively minor in comparison with the total contract price of over
    $300,000." 
    Id. at 45, 46
    . We acknowledged that "a nominal bid under such
    circumstances is not inherently evil or destructive of fair and competitive
    bidding[,]" but held that "[t]he pejorative connotation of the phrase 'unbalanced
    bid' comes into play only when the nominal bid on one item is unbalanced
    because of an excessive bid on other items, or because of other elements pointing
    A-3730-19
    25
    to fraud, collusion, unfair restriction of competition, or other substantial
    irregularity." 
    Id. at 46, 47
    .
    Armaniaco involved a taxpayer's challenge to a contract award for
    construction of a municipal sewer.      
    62 N.J. Super. at 478
    .     The taxpayer
    complained that the low bidder's bid was unbalanced, contrary to a specification
    providing that "[a]ny bid which, in the opinion of the Engineer, is obviously
    unbalanced, may be rejected." 
    Id. at 479
    . The plaintiff also complained that the
    municipality set a fixed price for rock excavation rather than subject it to
    competitive bidding. 
    Id. at 480
    .
    The successful bidder, D. Stamato & Co. (Stamato) submitted nominal
    bids for two items—timber sheeting left in place, and well-pointing. 
    Id.
     at 479-
    80.   It was acknowledged that the actual unit costs were substantial, and
    Stamato's price was nominal. 
    Id. at 480
    . Nonetheless, we found no basis to
    invalidate the bid as unbalanced, on those grounds, as there concededly was no
    evidence of fraud or collusion, or proof of other substantial irregularity. 
    Id. at 484
    . In reaching that conclusion, we relied on a similar finding in Frank Stamato
    & Co. 
    Id. at 482-84
    .
    However, in Armaniaco, we held that the municipality was prohibited
    from setting a unit price for rock excavation in a municipal sewer. 
    Id.
     at 485-
    A-3730-19
    26
    86. We recognized that the amount of rock excavation was indeterminate, and
    the municipality was concerned that unusually high unit bids posed a financial
    risk to the municipality if greater than expected excavation was required. 
    Id. at 484
    . We held that the municipality could set a maximum price for the unit. 
    Id. at 487
    . Alternatively, "it could have reserved, as it did herein, the right to reject
    unbalanced bids. The rejection of a bid with an extremely high unit rock
    excavation price would have precluded the feared evil." 
    Ibid.
    Applying these principles, we agree with Judge Bariso's finding that the
    board's rejection of Montana's bid and the award to the Spiniello, the lowest
    responsible bidder, was not arbitrary, capricious, or unreasonable. Judge Bariso
    reviewed and considered all the information that was before JCMUA when it
    made its decision: the bid specifications, the bids submitted by Montana and
    Spiniello, the bid protests, the responses to bid protests, and the analyses of the
    protests by JCMUA's professionals. The JCMUA's bid specifications provide
    that materially unbalanced bids "will be considered unresponsive." This differs
    from the bid specifications in Riverland, 154 N.J. Super at 44, Armaniaco, 
    62 N.J. Super. at 479
    , Frank Stamato & Co., 20 N.J. Super. at 342, which used the
    more permissive language that an unbalanced bid "may be rejected." Moreover,
    the extent of nominal bids in two of those cases were minor: In Riverland,
    A-3730-19
    27
    apparently only one category pertaining to a relatively minor item, involved a
    nominal bid, 
    154 N.J. Super. at 45-46
    ; in Armaniaco, nominal bids were
    submitted only for two unit prices, 
    62 N.J. Super. at 479-80
    .
    As noted above, Judge Bariso clearly set forth in his written decision that
    Montana's submitted bid was materially unbalanced due to the significant
    number of nominal bids: fifty-six of the 232-unit price items. JCMUA thus had
    legitimate concerns that Montana's bid posed a risk that Montana could distort
    its deployment of equipment and labor, to increase utilization of the high-priced
    labor categories and increase costs to the Authority.
    The judge was correct in rejecting plaintiffs' and UTCA's contentions that
    Spiniello's bid was non-responsive because they did not list licensed plumbing
    and electrical subcontractors.   The bid specifications expressly stated that
    bidders did not have to list subcontractors but refers to N.J.S.A. 40A:11-16,
    which details the requirements when bidders list subcontractors or when a public
    body requires subcontractors be listed in a bid. Because subcontractors were
    neither required by the bid specifications nor included in Spiniello's bid, there
    was no basis for the JCMUA to reject its bid for not listing plumbing and
    electrical subcontractors. The fact that Allowance Work Item 24 of the bid
    specifications may involve plumbing work to replace lead pipes does not dictate
    A-3730-19
    28
    that a plumbing contractor need be listed in Spiniello's bid because no scope of
    work was provided in the bid specifications for this uncertainty. And there was
    no work to be performed under the bid specifications requiring the work of a
    licensed electrician. The bid requirement to have an Engineers Field Office on-
    site does not warrant a corresponding requirement to list an electrician
    contractor to install the office. Moreover, even if Spiniello should have listed
    an electrical subcontractor, this was a non-material waivable deviation because
    it did not deprive JCMUA of Spiniello's assurance that it could perform the
    contract, nor "adversely affect[s] competitive bidding by placing [Spiniello] in
    a position of advantage over other bidders[.]" River Vale Twp. v. R. J. Longo
    Constr. Co., 
    127 N.J. Super. 207
    , 216 (Law Div. 1974).
    In sum, the Authority's rejection of Montana's bid and award of the
    contract to Spiniello was not arbitrary, capricious, or unreasonable.
    Consequently, Montana's challenge has no merit.
    Affirmed.
    A-3730-19
    29
    

Document Info

Docket Number: A-3730-19-A-3754-19

Filed Date: 4/15/2021

Precedential Status: Non-Precedential

Modified Date: 4/15/2021

Authorities (21)

M.J. Paquet, Inc. v. New Jersey Department of Transportation , 171 N.J. 378 ( 2002 )

Terminal Construction Corp. v. Atlantic County Sewerage ... , 67 N.J. 403 ( 1975 )

Public Constructors, Inc. v. New Jersey Expressway Authority , 43 N.J. 545 ( 1965 )

Brill v. Guardian Life Insurance Co. of America , 142 N.J. 520 ( 1995 )

Payton v. New Jersey Turnpike Authority , 148 N.J. 524 ( 1997 )

Riverland Construction Co. v. Lombardo Contracting Co. , 76 N.J. 522 ( 1978 )

In Re Jasper Seating Co., Inc. , 406 N.J. Super. 213 ( 2009 )

Burnett v. Board , 409 N.J. Super. 219 ( 2009 )

Tp. of River Vale v. RJ Longo Const. Co. , 127 N.J. Super. 207 ( 1974 )

William A. Carey & Co. v. Borough of Fair Lawn , 37 N.J. Super. 159 ( 1955 )

Houman v. Mayor & Coun. Bor. Pompton Lakes , 155 N.J. Super. 129 ( 1977 )

Matter of On-Line Games Contract , 279 N.J. Super. 566 ( 1995 )

Riverland Const. Co. v. Lombardo Contracting Co. , 154 N.J. Super. 42 ( 1977 )

Meadowbrook Carting Co. v. Borough of Island Heights , 138 N.J. 307 ( 1994 )

Entech Corp. v. City of Newark , 351 N.J. Super. 440 ( 2002 )

Carney, Inc. v. City of Trenton , 235 N.J. Super. 372 ( 1988 )

Armaniaco v. Cresskill , 62 N.J. Super. 476 ( 1960 )

Marvec Const. v. Belleville Tp. , 254 N.J. Super. 282 ( 1992 )

Palamar Const., Inc. v. Tp. of Pennsauken , 196 N.J. Super. 241 ( 1983 )

Boenning v. Brick Tp. Municipal Utilities Auth. , 150 N.J. Super. 32 ( 1977 )

View All Authorities »