Serenity Contracting Group, Inc. v. Borough of Fort Lee

703 A.2d 352, 306 N.J. Super. 151, 1997 N.J. Super. LEXIS 494
CourtNew Jersey Superior Court Appellate Division
DecidedDecember 12, 1997
StatusPublished
Cited by15 cases

This text of 703 A.2d 352 (Serenity Contracting Group, Inc. v. Borough of Fort Lee) is published on Counsel Stack Legal Research, covering New Jersey Superior Court Appellate Division primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Serenity Contracting Group, Inc. v. Borough of Fort Lee, 703 A.2d 352, 306 N.J. Super. 151, 1997 N.J. Super. LEXIS 494 (N.J. Ct. App. 1997).

Opinion

The opinion of the court was delivered by

KESTIN, J.A.D.

Plaintiff, Serenity Contracting Group, Inc. (Serenity), filed suit seeking restraints against defendants from entering into a contract for the construction of new police department headquarters, and an order requiring defendant Borough of Fort Lee (the municipality) to award the contract to Serenity. The verified complaint alleged that Serenity and defendant C. Raimondo & Sons Construction Co. (Raimondo) had bid on the project pursuant to the Local Public Contracts Law, N.J.S.A. 40A:11-1 to -49, and that, despite Serenity’s low bid, the Borough Council had impermissibly awarded the contract to Raimondo, the next lowest bidder.

After reviewing the proofs and the arguments of the parties, the trial court denied the relief sought, entering judgment for defendants and dismissing the complaint with prejudice. In a written opinion, after reciting the procedural history and the contentions of the parties, the trial judge elucidated the reasons for his decision:

Although Serenity submitted the lowest bid, the Mayor and Council of Fort Lee determined that Serenity’s bid was deficient, and therefore non-responsive, as a result of numerous unexplained alterations and other defects.
In support of its position requesting the court to rescind the contract between Fort Lee and Raimondo, Serenity relies upon N.J.S.A 40A:11-6.1, which reads in part: “All purchases, contracts or agreements which require public advertisement for bids shall be awarded to the lowest responsible bidder.” Serenity argues that because it was the lowest responsible bidder for the Project, it is entitled by law to the award of the contract. This court disagrees in that although Serenity may have been the lowest bidder, the Mayor and Council of Fort Lee did not find it to be the lowest responsible bidder.
In order to reject a low bid on a finding of irresponsibility, “there must be evidence of such character concerning the irresponsibility of the bidder as would cause fairminded and reasonable men to believe it was not in the best interest of the municipality to award the contract to the lowest bidder.” Stano v. Soldo Constr. Co., 187 N.J.Super. 524, 534, 455 A.2d 541 (App.Div.1983) (citing Arthur Venneri Co. v. Paterson, Housing Auth., 29 N.J. 392, 402,149 A.2d 228 (1959)). A [154]*154determination that a bidder is irresponsible must be a bona fide judgment based upon facts tending to support the determination. Stano, 187 N.J.Super. at 535, 455 A.2d 541. Thus, a determination by a governing body not to award a contract to a bidder because of irresponsibility will be reviewed on an abuse of discretion standard. Id.
Applying these principles to the matter at bar, this court finds that there were facts to support Fort Lee’s decision to award the contract to Raimondo, and not Serenity. First, Serenity’s bid contained several alterations. Some of the alterations were made by crossing out bid prices and hand writing other prices in their stead, while others were accomplished by means of “white-out”.
Second, the alterations on Serenity’s bid were not explained or noted in the bid over the signature of the bidder as required by § 6(d) of the Bid Specifications. Fort Lee claims that as a result of this, it feared that Serenity could have disclaimed the alterations as having been made without authorization and could have sought to withdraw its bid on this ground.
Third, Serenity listed two subcontractors for the plumbing and fire work, one of which was typed in and one which was hand written. The handwritten entry was not initialed, and was written in a different color from the rest of the bid.
Based upon these deficiencies, Fort Lee determined that it was not in its best interests to award the contract to Serenity. In that this court finds that there was no abuse of discretion on the part of Fort Lee in awarding the contract to Raimondo, Serenity’s application is denied.

Plaintiff appeals. We affirm.

Although we agree with the result reached by the trial court, we disagree with the trial judge’s treatment of this matter as one involving issues of bidder responsibility. We see it, rather, as implicating only questions of bidder responsiveness.

The Borough Council’s resolution awarding the bid to Raimondo refers to Serenity’s “defective bid.” The minutes of the meeting at which that resolution was adopted reveal that Raimondo had filed an objection to Serenity’s bid. The Borough Attorney articulated his concerns:

[He] stated that the low bid contained unexplained alterations and two subcontractors were listed in the bid specifications. Concerning the two subcontractors he did not see this as a problem because the subcontractors have to submit a proof of surety and a performance bond has to be submitted by the general contractor for the whole contract; however of the two subcontractors listed in the bid one was typed in and the other was hand written in different colored ink. In addition, certain prices have been crossed out and whited out and other numbers have been initialed. The person who signed the bid was not the same as the initials that were used with the cross outs. There are too many questions and the protestor malees a good point. The bid is defective on its face.

Under the heading “PROPOSAL”, whited out, crossed out and handwritten changes were made in both the verbal and numeric [155]*155statements of the total proposed contract price. In the “MISC. BID REQUIREMENTS” section, an amount on line 18, “bullet resistant components/prefab. detention cells”, was crossed out and “113,000” handwritten in the margin; and the “total bid” amount was whited out and “$3,987,000”, handwritten in. In the “identification of subcontractors” section, a company name and location, “NORTHWEST MECHANICAL WEST MILFORD, NJ”, was hand-printed after a “ + ” sign beside the typed entry in the “plumbing and fire” category. “C.C. BOND” was hand-printed beneath the company name. The entire hand-printed entry was in a different color ink than was used for other handwritten entries in the bid. All other subcontractors’ names were typewritten.

The hand-printed additional entry in the plumbing and fire subcontractor eategoiy was unaccompanied by signature or initials. Handwritten initials in script, readable as “GMC”, appeared beside the other changes. The initials were presumably those of George Capodagli, who was designated in the bid proposal as the President of Serenity. The bid proposal itself was signed by M. Jeanine Capodagli, designated as Vice President of Serenity. None of the changes made was accompanied by an explanation, notwithstanding the provision in the bid specifications: “Alterations by erasure or interlineation must be explained or noted in the bid over signature of the bidder.”

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

Related

In the Matter of Bid Solicitation 23dpp00796, Etc.
New Jersey Superior Court App Division, 2025
Ml, Inc. v. Edison Township Board of Education
New Jersey Superior Court App Division, 2025
Dobco, Inc. v. Brockwell & Carrington Contractors, Inc.
116 A.3d 1091 (New Jersey Superior Court App Division, 2015)
SCC v. Lopez
990 A.2d 667 (New Jersey Superior Court App Division, 2010)
County of Hudson v. Janiszewski
520 F. Supp. 2d 631 (D. New Jersey, 2007)
Rivers v. LSC PARTNERSHIP
874 A.2d 597 (New Jersey Superior Court App Division, 2005)
Star of Sea Concrete Corp. v. LUCAS BROS. INC.
850 A.2d 559 (New Jersey Superior Court App Division, 2004)
Entech Corp. v. City of Newark
798 A.2d 681 (New Jersey Superior Court App Division, 2002)

Cite This Page — Counsel Stack

Bluebook (online)
703 A.2d 352, 306 N.J. Super. 151, 1997 N.J. Super. LEXIS 494, Counsel Stack Legal Research, https://law.counselstack.com/opinion/serenity-contracting-group-inc-v-borough-of-fort-lee-njsuperctappdiv-1997.