Amtech Systems Corp. v. Massachusetts Turnpike Authority

8 Mass. L. Rptr. 222
CourtMassachusetts Superior Court
DecidedFebruary 15, 1998
DocketNo. 980386
StatusPublished

This text of 8 Mass. L. Rptr. 222 (Amtech Systems Corp. v. Massachusetts Turnpike Authority) is published on Counsel Stack Legal Research, covering Massachusetts Superior Court primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Amtech Systems Corp. v. Massachusetts Turnpike Authority, 8 Mass. L. Rptr. 222 (Mass. Ct. App. 1998).

Opinion

Rouse, J.

INTRODUCTION

The plaintiff, Amtech Systems Corporation (Amtech), has filed this action seeking a declaration that the Massachusetts Turnpike Authority’s (Authority) procurement of an electronic toll collection services and system upgrade is void because the Authority has failed to comply with the Massachusetts public bidding statutes, G.L.c. 30 and c. 149. Amtech [223]*223also seeks a preliminary injunction enjoining the Authority from “proceeding any further with the evaluation of proposals submitted in response to the [Authority’s request for proposals], or award, or execute any contract resulting therefrom.”

After hearing and consideration of all submissions, 1 the plaintiffs motion for preliminary motion is DENIED for the reasons set forth below.

BACKGROUND

The Authority is in the process of procuring a complex complement of information processing technology and supportive services that will provide electronic toll collection (ETC) capability in a complete toll collection system upgrade for the Authority’s entire transportation network. This procurement includes three tiers of computer hardware and software, electronic toll collection and violation detection devices, account processing services, as well as system design, testing, maintenance, and marketing services.

The procurement process had two phases. The first phase comprised the request for qualifications (RFQ) which was publicly advertised and issued on July 14, 1997 and oral presentations. The second phase included site visits, a request for proposals (RFP), oral presentations, evaluations of RFP submissions, and best and final offers (BAFO) submissions, which the Authority received in early January of this year. This process mirrored one which the Authority utilized in 1995 for the procurement of electronic toll collection goods and services for the Ted Williams tunnel. Amtech participated in that procurement process without complaint or objection. Amtech has participated in the current process since the outset; it submitted two proposals in response to the RFP. Amtech’s first proposal was rejected by the Authorily because it was technically noncompliant on its face. Amtech’s second proposal was not within the RFP’s competitive range and therefore failed to qualify. Consequently, the Authority returned, unopened, Amtech’s cost proposal. At no time during either the RFQ or the RFP process did Amtech raise any concern or objection to the structure or content of the Authority’s procurement process.

On January 27, 1998, the Board of the Authority voted to authorize its chief financial officer to execute an irrevocable offer and commence contract negotiations with Syntonic Technologies, Inc., doing business as Transcore, of Harrisburg, Pennsylvania. The Authority anticipates that it will complete its negotiations and execute a contract with Transcore by March 1998.

The Request for Proposal

The services and equipment that the Authority is procuring under the RFP include system design and software development, computer hardware and related peripherals, including monitors and printers; transponders, camera, antennas, and touch screen toll terminals; design development, and testing services; and account processing, marketing, and maintenance services. The contractor’s functions are to provide and configure the hardware and software so that it implements the Authority’s requirements for an electronic toll collection system, as well as upgrade the Authority’s existing manual and automation toll collection equipment, and thereafter to operate the account processing center and maintain the completed system for the Authorily. Over eighty percent of the procurement’s price reflects the cost of the required services.

The RFP specifically limits the scope of work to the development and provision of the required services and equipment. Specifically, the RFP provides that:

The Contractor’s scope ofwork will be limited by the MTA. In general, the Contractor shall not make physical modifications to MTA facilities. Some examples of this would be modifications to the toll island, structural modifications, certain electrical wiring or connections, and cuts in the pavement for loops or treadles. Any modifications deemed necessary will be performed by others and not by the Contractor.
If physical, structural, or electrical modifications to certain facilities are required to accommodate the system, MTA will provide, or cause to be provided, all the labor, management, and other items or work required and will see that the modifications are accomplished within a reasonable time frame as identified to the MTA in the approved project schedule. The Contractor shall provide all civil, geo-technical, structural, electrical, mechanical, and architectural design services required for the construction and integration of the work in this RFP . . . Respondents shall not include the cost of performing such physical, structural, or electrical modifications. All materials to accomplish the physical modification shall be provided by the contractor and included in the cost proposal.

RFP §2.2.3.2.

The RFP does not require the contractor to perform physical, structural, or electrical modifications. The RFP does not include or permit any alterations or remodeling of the toll booths, toll lanes, or toll plazas. The existing automatic ticket issuing machines and receipt printers will not be upgraded under this procurement, nor will there be any alteration to the physical condition of the lanes. Any modifications to the Authoriiy’s facilities that might prove necessary will be performed either by in-house maintenance crews or by others.

Amtech contends that the Authority was required to bid this procurement in accordance with the requirements of the public bidding laws, G.L.c. 30 and c. 149. The Authority contends that the provisions of neither statute apply to its procurement of electronic toll collection services and equipment.

[224]*224DISCUSSION

In evaluating a request for preliminary injunctive relief, the court must first evaluate, in conjunction, the moving party’s claim of injury and its chance of success on the merits. In other words, the risk of harm to the moving party is to be evaluated in light of its chance of success on the merits. The risk of irreparable harm, if any, to the moving party if the injunction is not granted is then to be balanced against the risk of irreparable harm, if any, which granting the injunction would create to the opposing party. Packaging Industries Group, Inc. v. Cheney, 380 Mass. 609, 617 (1980). Since this dispute is between a private party and a public agency, the risk of harm to the public’s interest is also a factor to be taken into account in deciding whether or not preliminary injunctive relief is appropriate. Commonwealth v. Mass. CRINC, 392 Mass. 79, 89 (1984).

As a threshold matter, the Authority contends that Amtech has unreasonably delayed, to the Authority’s prejudice, in challenging the procurement process and that, therefore, it should be barred from seeking this extraordinary injunctive relief. At this juncture, the Authority has completed its evaluations and interviews and determined that neither of Amtech’s proposals warrants further consideration. The Authority expects to execute a contract with Transcore within another month or so. Amtech has known for almost five months2

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Modern Continental Construction Co. v. Lowell
465 N.E.2d 1173 (Massachusetts Supreme Judicial Court, 1984)
Packaging Industries Group, Inc. v. Cheney
405 N.E.2d 106 (Massachusetts Supreme Judicial Court, 1980)
Commonwealth v. Mass. Crinc
466 N.E.2d 792 (Massachusetts Supreme Judicial Court, 1984)
Stewart v. Finkelstone
92 N.E. 37 (Massachusetts Supreme Judicial Court, 1910)
Sears, Roebuck & Co. v. School Committee
331 N.E.2d 551 (Massachusetts Appeals Court, 1975)
Andover Consultants, Inc. v. City of Lawrence
406 N.E.2d 711 (Massachusetts Appeals Court, 1980)
AT/COMM, Inc. v. Massachusetts Turnpike Authority
4 Mass. L. Rptr. 535 (Massachusetts Superior Court, 1995)

Cite This Page — Counsel Stack

Bluebook (online)
8 Mass. L. Rptr. 222, Counsel Stack Legal Research, https://law.counselstack.com/opinion/amtech-systems-corp-v-massachusetts-turnpike-authority-masssuperct-1998.