NOT FOR PUBLICATION WITHOUT THE APPROVAL OF THE APPELLATE DIVISION This opinion shall not "constitute precedent or be binding upon any court."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-1079-20
IN THE MATTER OF ATLANTIC RECYCLING GROUP'S BID PROTEST OF AWARD FOR NJDOT SNOW PLOWING AND SPREADING WAIVER. ______________________________
Argued January 24, 2022 – Decided August 9, 2022
Before Judges Accurso and Rose.
On appeal from the New Jersey Department of Transportation.
David L. Disler argued the cause for appellant Atlantic Recycling Group (Porzio, Bromberg & Newman, PC, attorneys; David L. Disler, of counsel and on the briefs; Matthew J. Donohue, on the briefs).
Ryne A. Spengler, Deputy Attorney General, argued the cause for respondent State of New Jersey Department of Transportation (Matthew J. Platkin, Acting Attorney General, attorney; Melissa H. Raksa, Assistant Attorney General, of counsel; Ryne A. Spengler, on the brief).
PER CURIAM Atlantic Recycling Group appeals from a final decision of the
Department of Transportation to bypass its low bid on the 2020-21 snow
plowing and spreading waiver contract. In Atlantic's telling, the Department
refused to award Atlantic the contract based on a false claim involving "an
exaggeration of a prior contract," where Atlantic "had the audacity to appeal
the NJDOT's meritless attempt to cancel all of [Atlantic's] contracts over a
simple misunderstanding on a poorly written, brand-new question."
In actuality, the Department bypassed Atlantic's bid in accordance with a
provision in the Request for Quotations advising all bidders their bids could be
bypassed based on "a history of performance problems" demonstrated by
"formal complaints and/or contract cancellations for cause" in accordance with
the State's Standard Terms and Conditions. As the Department's decision to
bypass Atlantic's bid was neither arbitrary nor capricious, complied with
legislative policies and is amply supported by sufficient, competent and
credible evidence in the record, we affirm.
The essential facts are essentially undisputed and easily summarized,
starting with Atlantic's bid on the contract lines the Department cancelled for
cause. In January 2018, the Division of Purchase and Property issued a bid
solicitation on behalf of the Department for snow plowing and spreading
A-1079-20 2 services. The solicitation explained that bidders meeting minimum criteria for
experience and equipment whose trucks were equipped with an onboard
wetting system would receive preference in the evaluation process. Atlantic
bid the contract by submitting a quote for several spreading price lines,
answering "yes" to the question on the vendor equipment form asking if the
bidder was "able to provide onboard wetting."
When the Department learned after it had awarded Atlantic eight price
lines that Atlantic's trucks were not equipped with onboard wetting equipment,
it filed a formal complaint with the Division of Purchase and Property
requesting all eight contracts be immediately terminated. The Division
subsequently advised Atlantic of its intent to terminate the blanket purchase
order awarding it the eight spreading price lines.
Atlantic protested the Division's decision, arguing the issue over the
onboard wetting equipment was based on a simple miscommunication.
Atlantic contended the bid solicitation was "misleading as it relates to
'wetting,'" and because the solicitation "indicated that vendors would be
bidding on 'services similar' to those provided in the prior contracts," Atlantic
"assumed it would be providing the same services and using the same 'wetting'
method" as in the past. It also argued that the Department failed to inspect
A-1079-20 3 Atlantic's trucks after the award of the contract, and thus failed to catch the
issue before the winter season.
In a cogent and comprehensive, sixteen-page single-spaced final agency
decision, the Division determined Atlantic "incorrectly interpreted" the bid
solicitation and it was "disingenuous" of it to argue the bid specifications were
unclear in light of a letter the Division sent to Atlantic during the bid
evaluation process confirming Atlantic was providing trucks "equipped with a
wetting system" for the prices quoted, which Atlantic confirmed was accurate
the same day.1 Finding it undisputed that Atlantic did not have an onboard
wetting system when it submitted its bid "despite so indicating in its quote fo r
all of the eight (8) spreading price lines it was awarded," the Division rejected
Atlantic's argument that its purchase and installation of the onboard wetting
systems after bid opening "should be permissible."
Specifically, the Division explained that allowing Atlantic "to obtain and
install onboard wetting systems after all bids have been opened 'would
1 The Division also cited an email Atlantic's principal sent to the Department after the award in response to the Department seeking to confirm that none of Atlantic's trucks had onboard wetting capabilities despite the representation to the contrary in its bid. Atlantic's principal confirmed the company did "not have onboard wetting at this time," and noted he "was puzzled to see the onboard wetting because [he] thought we bid without onboard wetting." A-1079-20 4 adversely affect competitive bidding by placing a bidder in a position of
advantage over other bidders or by otherwise undermining the necessary
common standard of competition.'" See Meadowbrook Carting Co. v. Borough
of Island Heights, 138 N.J. 307, 315 (1994). Because the requirement for
onboard wetting was a material term of the solicitation, allowing Atlantic to
install the equipment on its trucks after bid opening "would permit 'post-bid
. . . manipulation'" which our courts have declared unlawful. See Suburban
Disposal Inc. v. Twp. of Fairfield, 383 NJ. Super. 484, 494 (App. Div. 2006).
The Division, however, did not order the cancellation of all eight of
Atlantic's contracts. Reviewing the record, the Division determined Atlantic
was given preference over other bidders in only four of the price lines. It
accordingly cancelled Atlantic's contracts on those lines and directed they be
awarded to the next qualified bidder. On the other four lines, other bidders
either "expressed disinterest in serving the price line" or were without the
requisite number of trucks to serve them. Because the Division determined
Atlantic would have been awarded the contracts on those four lines
notwithstanding its misrepresentation of its trucks having onboard wetting
capability in its bid, the Division decided Atlantic's contracts on those lines did
not require cancellation. Atlantic did not appeal that decision.
A-1079-20 5 In August 2020, following approval from the Division to obtain snow
plowing and spreading services by means of a waivered procurement pursuant
to N.J.S.A. 52:34-9(e) and N.J.A.C. 17:12-1A.2(c), the Department issued a
Request for Quotes, specifying in section 4.1.8 that "[a] bidder with a history
of performance problems as demonstrated by formal complaints and/or
Free access — add to your briefcase to read the full text and ask questions with AI
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-1079-20
IN THE MATTER OF ATLANTIC RECYCLING GROUP'S BID PROTEST OF AWARD FOR NJDOT SNOW PLOWING AND SPREADING WAIVER. ______________________________
Argued January 24, 2022 – Decided August 9, 2022
Before Judges Accurso and Rose.
On appeal from the New Jersey Department of Transportation.
David L. Disler argued the cause for appellant Atlantic Recycling Group (Porzio, Bromberg & Newman, PC, attorneys; David L. Disler, of counsel and on the briefs; Matthew J. Donohue, on the briefs).
Ryne A. Spengler, Deputy Attorney General, argued the cause for respondent State of New Jersey Department of Transportation (Matthew J. Platkin, Acting Attorney General, attorney; Melissa H. Raksa, Assistant Attorney General, of counsel; Ryne A. Spengler, on the brief).
PER CURIAM Atlantic Recycling Group appeals from a final decision of the
Department of Transportation to bypass its low bid on the 2020-21 snow
plowing and spreading waiver contract. In Atlantic's telling, the Department
refused to award Atlantic the contract based on a false claim involving "an
exaggeration of a prior contract," where Atlantic "had the audacity to appeal
the NJDOT's meritless attempt to cancel all of [Atlantic's] contracts over a
simple misunderstanding on a poorly written, brand-new question."
In actuality, the Department bypassed Atlantic's bid in accordance with a
provision in the Request for Quotations advising all bidders their bids could be
bypassed based on "a history of performance problems" demonstrated by
"formal complaints and/or contract cancellations for cause" in accordance with
the State's Standard Terms and Conditions. As the Department's decision to
bypass Atlantic's bid was neither arbitrary nor capricious, complied with
legislative policies and is amply supported by sufficient, competent and
credible evidence in the record, we affirm.
The essential facts are essentially undisputed and easily summarized,
starting with Atlantic's bid on the contract lines the Department cancelled for
cause. In January 2018, the Division of Purchase and Property issued a bid
solicitation on behalf of the Department for snow plowing and spreading
A-1079-20 2 services. The solicitation explained that bidders meeting minimum criteria for
experience and equipment whose trucks were equipped with an onboard
wetting system would receive preference in the evaluation process. Atlantic
bid the contract by submitting a quote for several spreading price lines,
answering "yes" to the question on the vendor equipment form asking if the
bidder was "able to provide onboard wetting."
When the Department learned after it had awarded Atlantic eight price
lines that Atlantic's trucks were not equipped with onboard wetting equipment,
it filed a formal complaint with the Division of Purchase and Property
requesting all eight contracts be immediately terminated. The Division
subsequently advised Atlantic of its intent to terminate the blanket purchase
order awarding it the eight spreading price lines.
Atlantic protested the Division's decision, arguing the issue over the
onboard wetting equipment was based on a simple miscommunication.
Atlantic contended the bid solicitation was "misleading as it relates to
'wetting,'" and because the solicitation "indicated that vendors would be
bidding on 'services similar' to those provided in the prior contracts," Atlantic
"assumed it would be providing the same services and using the same 'wetting'
method" as in the past. It also argued that the Department failed to inspect
A-1079-20 3 Atlantic's trucks after the award of the contract, and thus failed to catch the
issue before the winter season.
In a cogent and comprehensive, sixteen-page single-spaced final agency
decision, the Division determined Atlantic "incorrectly interpreted" the bid
solicitation and it was "disingenuous" of it to argue the bid specifications were
unclear in light of a letter the Division sent to Atlantic during the bid
evaluation process confirming Atlantic was providing trucks "equipped with a
wetting system" for the prices quoted, which Atlantic confirmed was accurate
the same day.1 Finding it undisputed that Atlantic did not have an onboard
wetting system when it submitted its bid "despite so indicating in its quote fo r
all of the eight (8) spreading price lines it was awarded," the Division rejected
Atlantic's argument that its purchase and installation of the onboard wetting
systems after bid opening "should be permissible."
Specifically, the Division explained that allowing Atlantic "to obtain and
install onboard wetting systems after all bids have been opened 'would
1 The Division also cited an email Atlantic's principal sent to the Department after the award in response to the Department seeking to confirm that none of Atlantic's trucks had onboard wetting capabilities despite the representation to the contrary in its bid. Atlantic's principal confirmed the company did "not have onboard wetting at this time," and noted he "was puzzled to see the onboard wetting because [he] thought we bid without onboard wetting." A-1079-20 4 adversely affect competitive bidding by placing a bidder in a position of
advantage over other bidders or by otherwise undermining the necessary
common standard of competition.'" See Meadowbrook Carting Co. v. Borough
of Island Heights, 138 N.J. 307, 315 (1994). Because the requirement for
onboard wetting was a material term of the solicitation, allowing Atlantic to
install the equipment on its trucks after bid opening "would permit 'post-bid
. . . manipulation'" which our courts have declared unlawful. See Suburban
Disposal Inc. v. Twp. of Fairfield, 383 NJ. Super. 484, 494 (App. Div. 2006).
The Division, however, did not order the cancellation of all eight of
Atlantic's contracts. Reviewing the record, the Division determined Atlantic
was given preference over other bidders in only four of the price lines. It
accordingly cancelled Atlantic's contracts on those lines and directed they be
awarded to the next qualified bidder. On the other four lines, other bidders
either "expressed disinterest in serving the price line" or were without the
requisite number of trucks to serve them. Because the Division determined
Atlantic would have been awarded the contracts on those four lines
notwithstanding its misrepresentation of its trucks having onboard wetting
capability in its bid, the Division decided Atlantic's contracts on those lines did
not require cancellation. Atlantic did not appeal that decision.
A-1079-20 5 In August 2020, following approval from the Division to obtain snow
plowing and spreading services by means of a waivered procurement pursuant
to N.J.S.A. 52:34-9(e) and N.J.A.C. 17:12-1A.2(c), the Department issued a
Request for Quotes, specifying in section 4.1.8 that "[a] bidder with a history
of performance problems as demonstrated by formal complaints and/or
contract cancellations for cause pursuant to the State of NJ Standard Terms
and Conditions accompanying this RFQ may be bypassed for an award issued
as a result of this RFQ." None of the bidders, including Atlantic, questioned
the bypass provision during the time allotted for questions about the bid
specifications.
After the bid opening, the Department reviewed the Division's vendor
performance records and determined to bypass Atlantic under section 4.1.8
based on the 2018 formal complaint resolved against Atlantic under the prior
contract for similar services. After learning it had not been awarded the
contract on the three price lines for which it had submitted the low bid, and
that its bids had been bypassed, Atlantic's lawyer wrote to the Commissioner
of Transportation, suggesting the Department was apparently unaware of the
Division's ultimate decision on the Department's 2018 complaint, which
contained "no allegations of prior poor performance" and "ultimately
A-1079-20 6 determined that it was 'in the State's best interest' to award [Atlantic] four
contracts."
In a lengthy letter that essentially re-litigated the Department's 2018
complaint, Atlantic's counsel asserted the prior contracts were not terminated
for poor performance and "[t]here is no question from the remedy established
in the Decision" that Atlantic didn't "seek to intentionally provide misleading
or false information" in its bid. Instead, counsel asserted, "there was unclear
language on a bid form that [Atlantic] answered based on its literal meaning."
Conceding the Division "sided with the [Department's] interpretation" of the
bid specifications, counsel maintained "it rejected the [Department's]
termination of the four contracts in which [Atlantic] was the lowest bidder
because it was in the 'State's best interest,'" and "[t]he same result must carry
forward to the present bid."
Atlantic's counsel concluded by asserting the Department had failed to
provide any analysis under N.J.A.C. 17:12-2.8 or N.J.A.C. 17:12-4.2 which
provide that "a bidder only may be bypassed upon considering the 'frequency
and seriousness of the bidder's poor performance' and only where there are
'repeated or excessive breaches' of the contract." Counsel argued that "[a]t
worst," Atlantic "made a mistake in answering one unclear question on an
A-1079-20 7 equipment form. It goes without saying that making such a mistake fails to
meet the high standard set forth in N.J.A.C. 17:12-2.8 or N.J.A.C. 17:12-4.2."
The Department considered Atlantic's arguments and issued a final
agency decision on November 10, 2020, rejecting Atlantic's challenge to the
awards. After a comprehensive procedural history of the procurement and a
short discussion of the principles underlying New Jersey's public bidding laws,
the Department began its analysis by noting Atlantic's reliance on N.J.A.C.
17:12-2.8 and N.J.A.C. 17:12-4.2 was misplaced, as those regulations apply
only to advertised procurements through the Division of Purchase and
Property, not waivered procurements such as this one. The controlling
regulation here, N.J.A.C. 17:12-1A.2, requires only that the Department
provide "written justification for any bypass of a low bidder" as part of its
Request for Waiver of Advertising packet to the Treasurer, which was done. 2
The Department emphasized this contract was awarded under the
standard set forth in section 4.1.8 of the RFQ to "the responsible bidder(s)
whose proposal(s), conforming to the RFQ is/are most advantageous to the
State, price and other factors considered." Further, "under the plain terms of
2 Atlantic's counsel conceded at oral argument that neither N.J.A.C. 17:12-2.8 nor N.J.A.C. 17:12-4.2 applies here and that N.J.A.C. 17:12-1A.2 controls. A-1079-20 8 the RFQ," section 4.1.8, the Department "expressly reserved the right to
bypass any bidder who either: 1) had a formal complaint filed against it; or 2)
had a prior contract cancelled for cause," and it was undisputed Atlantic "had
both" a formal complaint previously filed against it and had lost four contracts
for cause. The Department noted Atlantic did not question or challenge the
section 4.1.8 bypass provision in the specifications prior to submitting its bid.
The Department concluded that given "the critical nature of the subject
services and the significant public safety risks associated with a vendor's
failure to provide the proper equipment necessary to ensure the State's
roadways remain open and passable during the winter months," "it was not in
the State's best interest" to award these contracts to Atlantic in light of the
2018 formal complaint and resulting cancellation of four contracts for similar
services. It thus upheld the decision to bypass Atlantic's bids and declined to
overturn the contract awards. This appeal followed.
Atlantic asks us to reverse the Department's decision, arguing the
agency's rationale for bypassing it in 2020 "completely mischaracterizes the
events surrounding the prior contract dispute, misapplies the legislative intent
of the bidding laws, and disregards the factual findings and legal conclusions
contained in" the Division's September 2019 decision. Atlantic further submits
A-1079-20 9 the Department's decision "not only violates the express public policy behind
the bidding laws and lacks the requisite factual support but is so manifestly
mistaken that [this court] should abandon all traditional deference associated
with the agency's decision." Atlantic contends the remedy established in the
September 2019 decision indicates it "did not seek to intentionally provide
misleading or false information, otherwise poorly perform a contract, or have a
contract cancelled for cause."
Atlantic complains it "has been forever barred" based on the 2018 formal
complaint "despite a final agency decision that overturned the formal
complaint, found there was no evidence of poor performance, and concluded it
was in the 'State's best interest' that [Atlantic] continue to perform work for the
[Department] where it is the lowest bidder." Atlantic contends the
Department's bypass clause in the RFQ "fosters the favoritism and
improvidence the bidding laws and regulations seek to defend against" as "it
allows anyone, including [Department] employees, to file a complaint against
vendors to have them removed from future consideration in order to force the
State to use these employees' favored vendors." Atlantic contends the "never-
ending limbo" the Department has allegedly placed it in is "the very definition
of 'wrongness' that permits this court to correct the [Department's] mistakes
A-1079-20 10 without assigning any deference to [its] conclusions" in accordance with State
v. Johnson, 42 N.J. 146, 162 (1964).
Our review of the record convinces us that none of Atlantic's arguments
is of sufficient merit to warrant any extended discussion in a written opinion.
R. 2:11-3(e)(1)(E).
The law is well settled that we may not overturn a governmental entity's
decision to accept or reject a bid absent a gross abuse of discretion. Barrick v.
State, 218 N.J. 247, 258 (2014). Applying that standard here, Atlantic has
provided us no basis on which we could overturn the Department's well-
considered decision to bypass its bids on this waivered procurement.
As our Supreme Court regularly reminds, public bidding exists to
advance the public interest, not to protect the interests of individual bidders.
Meadowbrook, 138 N.J. at 313. The policy underpinning our competitive
bidding statutes is to assure against favoritism, improvidence, extravagance,
and corruption in the bidding process. Barrick, 218 N.J. at 258-59. Officials
in charge of procuring services for the State under New Jersey's public bidding
laws are charged to select the vendor whose offer will be most advantageous to
the State, price and other factors considered. Keyes Martin & Co. v. Dir., Div.
of Purchase & Prop., 99 N.J. 244, 253 (1985).
A-1079-20 11 Despite Atlantic's efforts to spin the Director of the Division of Purchase
and Property's decision on the Department's 2018 complaint, there can be no
question but that four of Atlantic's previous contracts with the Department
were terminated for cause. The Director rejected as "disingenuous" the
arguments Atlantic reprises here that its misstatement about its trucks being
equipped with an onboard wetting system was caused by the Department's
"unclear question on an equipment form." That might have been a colorable
argument had Atlantic not confirmed in writing to the Department that the
trucks it was proposing to provide were "equipped with a wetting system" and
its principal's statement after the misstatement came to light that he thought
Atlantic "bid without onboard wetting."
The reason Atlantic was allowed to keep four of the eight contracts was
not, as Atlantic now alleges, that the Director found it "did not seek to
intentionally provide misleading or false information, otherwise poorly
perform a contract, or have a contract cancelled for cause." The Director
allowed Atlantic to keep the four contracts, as he clearly explained, only
because Atlantic did not gain a competitive advantage from its misstatement
on those contract lines.
A-1079-20 12 The Department's decision — that Atlantic's history of a formal
complaint and cancelled contracts on an earlier bid for similar services was
good cause to bypass Atlantic Recycling's bid on this procurement — was
reasonable and supported by evidence in the record and certainly not the result
of "bad faith, corruption, fraud or gross abuse of discretion" as would allow us
to overturn it. 3 See Commercial Cleaning Corp. v. Sullivan, 47 N.J. 539, 549
(1966).
Finally, we need not address Atlantic's new claim that Section 4.1.8 of
the RFQ allows the Department to "circumvent the public bidding laws and
regulations—and advance the favoritism and improvidence those very laws
were enacted to counteract—via an internal complaint simply being initiated,"
no matter how frivolous. Leaving aside that Atlantic's bid was bypassed
because four of its prior contracts were terminated by the Director of the
Division of Purchase and Property for cause, not because the specification
"allows anyone, including NJDOT employees, to file a frivolous complaint
3 Although the Department now cites to other instances of poor conduct by Atlantic — including showing up late to call-outs or arriving on-site without requisite equipment or enough trucks — we assign these claims no weight. At the time the Department bypassed Atlantic's bid, it did not rely on those alleged performance problems, nor did it need to. Atlantic's history of cancelled contracts for similar services was sufficient basis for its decision without these additional alleged acts of misconduct. A-1079-20 13 against vendors to have them removed from future consideration in order to
force the State to use these employees' favored vendors," its challenge to the
specification comes too late. See JEN Elec., Inc. v. Cnty. of Essex, 401 N.J.
Super. 203, 213 (App. Div. 2008) (noting "New Jersey Courts will not
entertain a challenge by a bidder to bidding specifications after bids have been
opened"), rev'd on other grounds, 197 N.J. 627 (2009). "[A] party is estopped
from challenging the award of a contract which it actively sought through the
procedure it now attacks." Autotote Ltd. v. New Jersey Sports and Exposition
Auth., 85 N.J. 363, 369 (1981).
Affirmed.
A-1079-20 14