Salce Contr. Assoc. Inc. v. New Canaan, No. Cv96 0149782 (May 3, 1996)

1996 Conn. Super. Ct. 4296
CourtConnecticut Superior Court
DecidedMay 3, 1996
DocketNo. CV96 0149782
StatusUnpublished

This text of 1996 Conn. Super. Ct. 4296 (Salce Contr. Assoc. Inc. v. New Canaan, No. Cv96 0149782 (May 3, 1996)) is published on Counsel Stack Legal Research, covering Connecticut Superior Court primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Salce Contr. Assoc. Inc. v. New Canaan, No. Cv96 0149782 (May 3, 1996), 1996 Conn. Super. Ct. 4296 (Colo. Ct. App. 1996).

Opinion

[EDITOR'S NOTE: This case is unpublished as indicated by the issuing court.]MEMORANDUM OF DECISION RE: NOTION TO DISMISS This case comes to this court on an application for a temporary and permanent injunction enjoining the defendant, Town of New Canaan, from continuing a contract for a project known as the "Elementary School Project" with the defendant Ashford Properties Construction, Inc. The plaintiff, Salce Contracting Associates, Inc. (hereinafter called Salce), brings this action in its capacity as an unsuccessful bidder on said project and also as a taxpayer of the State of Connecticut. The plaintiff Anthony H. Salce, Jr. seeks judicial relief solely as a taxpayer of the State of Connecticut.

The defendant Town of New Canaan has filed a Motion To Dismiss dated January 22, 1996. The defendant Town claims the plaintiffs lack standing to pursue this action and that it should be dismissed for lack of subject matter jurisdiction. The parties briefed this issue after the court heard the evidence and reviewed the exhibits.

The Town of New Canaan has experienced a shortage of classroom space for elementary school children. To meet this need, the Town approved a bond for $27,000,000.00 with $22,000,000.00 representing actual construction estimates for additions and renovations to the East Elementary School, the South Elementary School and the West Elementary School. This project constitutes the largest capital CT Page 4297 project in the history of the Town of New Canaan. In January of 1994 a Schools' Building Committee was selected. The Committee consisted of seven members, all residents of the Town of New Canaan. John Kelly was chosen by the Committee as its Chairman. The charge of the Committee was to make recommendations to the Board of Selectmen with regard to the project. The Committee first selected an architect and later an owner's representative. The Committee adopted a procedure of identifying criteria and then discussing them with each candidate. Fletcher-Thompson was selected as the architect and Peter Sztaba was chosen as the owner's representative.

In September 1995, bids were invited for the project. In addition to asking for separate bids for each of the three schools, the invitation also requested a combination bid for all three schools from any general contractor. The invitation contained the following language:

"After review of all factors, including terms and conditions, qualifications and price, the Town of New Canaan Elementary Schools Building Committee reserves the right to accept or reject any and all bids, or any part thereof, or waive defects in same, or accept any proposal or a combination of proposals deemed to be in the best interest of the Town of New Canaan, Connecticut."

The invitation notified bidders that their form must be accompanied by a completely filled in and properly executed copy of the contractor's qualification questionnaire and each supplementary bid form must also be accompanied by a contractor's qualification questionnaire.

On November 16, 1995, the sealed bids from 15 contractors were opened. Chairman Kelly conducted the opening. Salce was the lowest combination bid at $17,776,000.00. A.P. Construction was second at $18,358,000.00. A.P. was the lowest bidder for the South Elementary School, AARK Construction was lowest bidder for the West Elementary School and Salce had the lowest bid for the East Elementary School.

Following the opening, Chairman Kelly advised the bidders that the Committee would be reviewing contractor qualifications over the next two weeks and also would be conducting reference checks. He indicated that an interview process would be initiated and the lowest qualified and responsible bidder, not necessarily the lowest CT Page 4298 bidder, would be selected on or about December 7, 1995. He reiterated to the bidders the right of the Committee to reject any and all bids. The Committee met to go over the references and developed questions for the forthcoming interview process. The final six contractors were specifically requested to bring their teams to the interviews. The interviews commenced on the evening of December 5, 1995. At that time, interviews were conducted with AARK, Salce and A.P. None of the contractors objected to the interview process, and each were asked to comment on the project and to respond to essentially the same areas of concern. The plaintiff Salce came to the interview with two employees. The interviews were approximately one hour in length. On Wednesday, December 6, 1995, the Committee conducted one hour interviews with Associated Construction and P. Francini Company. Thereafter, the Committee went into executive session from approximately 9:00 P.M. to 12:00 A.M.

Chairman Kelly, using an easel and paper, solicited comments from the Committee members with regard to choosing a single contractor versus three separate contractors for each of the schools. He recorded the concerns and priorities of the individual members on the sheets which form Exhibit H. After reviewing the advantages and disadvantages of a single or multiple contractors, the Committee chose to proceed with a single general contractor.

The Committee then turned to the task of determining who was the lowest responsible and qualified bidder. The Committee decided that in addition to bid, consideration had to be given to references, project management, construction experience and availability of resources. The Committee determined that each of these factors should be given a weight, and each of the members was requested to assign a weight. The results are recorded on page 3 of Exhibit H. In addition to the seven Committee members, Arvid Anderson, of the Board of Education, and Peter Sztaba, owners's representative, were allowed to participate in the evaluation. Although supplying information and some materials, the architect had determined not to participate in the actual evaluation and selection of the successful bidder.

In order to provide a guide for organizing the thoughts of the Committee members and to avoid selecting the contractor on a purely subjective basis, Chairman Kelly provided each member with a Contractor Interview Form which contained the five factors and had a 1 to 5 rating schedule; 1 being poor, 2 being fair, 3 being satisfactory, 4 being good, and 5 being excellent. Each member CT Page 4299 separately recorded his or her evaluation ratings, and the results were recorded on page 4 of Exhibit H. That page shows that Salce's overall rating for references were 1.6, project management at 2.1, construction experience at 2.8, and availability of resources at 1.8. A.P. Construction had 4.9 for references, 4.7 for project management, 4.5 for experience, and 4.6 for availability of resources. One of the Committee members suggested that the bid be added and weighted to the other four factors. Those results are shown on the last page of Exhibit H. Even with the full weight of the lowest bid, that tally shows Salce with a final rating of 2.62. A.P.'s ratings fully weighted was 4.12.

After recording the results, Chairman Kelly conducted deliberations with the Committee which lasted for approximately one hour. Towards the end of the discussion, one of the Committee members suggested the possibility of litigation since it appeared that Salce, the low bidder, was not considered qualified by the Committee. He, therefore, asked each person if notwithstanding Salce's low bid differential of more the $600,000.00, was he or she comfortable in recommending another contractor or had he or she any reservations about doing so. Chairman Kelly, while not conducting a formal vote, obtained a unanimous consensus that the lowest responsible qualified bidder was A.P. Construction.

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

Related

Spiniello Construction Co. v. Town of Manchester
456 A.2d 1199 (Supreme Court of Connecticut, 1983)
Vellaco v. City of Derby
232 A.2d 335 (Connecticut Superior Court, 1966)
Ardmare Construction Co. v. Freedman
467 A.2d 674 (Supreme Court of Connecticut, 1983)
Double I Ltd. Partnership v. Town of Glastonbury
540 A.2d 81 (Connecticut Appellate Court, 1988)

Cite This Page — Counsel Stack

Bluebook (online)
1996 Conn. Super. Ct. 4296, Counsel Stack Legal Research, https://law.counselstack.com/opinion/salce-contr-assoc-inc-v-new-canaan-no-cv96-0149782-may-3-1996-connsuperct-1996.