Solid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc.

CourtCommonwealth Court of Pennsylvania
DecidedJuly 20, 2017
DocketSolid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc. - 1748 C.D. 2016
StatusUnpublished

This text of Solid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc. (Solid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc.) is published on Counsel Stack Legal Research, covering Commonwealth Court of Pennsylvania primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Solid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc., (Pa. Ct. App. 2017).

Opinion

IN THE COMMONWEALTH COURT OF PENNSYLVANIA

Solid Waste Services, Inc. d/b/a : J.P. Mascaro & Sons and M.B. : Investments and Jose Mendoza, : Appellants : : No. 1748 C.D. 2016 v. : : Argued: May 2, 2017 City of Allentown and Waste : Management of Pennsylvania, Inc. :

BEFORE: HONORABLE PATRICIA A. McCULLOUGH, Judge HONORABLE ANNE E. COVEY, Judge HONORABLE DAN PELLEGRINI, Senior Judge

OPINION NOT REPORTED

MEMORANDUM OPINION BY JUDGE McCULLOUGH FILED: July 20, 2017

Solid Waste Services, Inc., J.P. Mascaro & Sons and M.B. Investments (Mascaro) and Jose Mendoza (collectively, Appellants) appeal from the September 19, 2016 order of the Court of Common Pleas of Lehigh County, Pennsylvania, Civil Division (Trial court) denying Appellants’ request for a permanent injunction that sought to void the contract for solid waste and recyclables collection, disposal, and related services between the City of Allentown (City) and Waste Management of Pennsylvania, Inc. (WMI), prevent WMI from performing the contract, prohibit the City from awarding the contract to any of the proposers under the City’s Request for Proposals (RFP), and remand the matter so that a contract could be awarded after a competitive bidding process.

Background

In 2006, the City entered into a ten-year municipal solid waste and recyclables contract, which was set to expire in June 2016. In December 2014, the City engaged Gershman, Brickner & Bratton, Inc. (GBB), a waste management consulting firm, to develop a practical and cost-effective arrangement for the City’s waste and recycling program that would offer new advancements. GBB recommended utilizing a flexible, value-added RFP rather than the fixed invitation to bid (ITB) process the City had previously used. The City’s Purchasing Department and Bureau of Recycling and Solid Waste authorized the RFP process. On September 9, 2015, a mandatory pre-proposal conference was held, at which all parties interested in submitting an RFP were required to attend. Both Mascaro and WMI attended the conference. On September 29, 2015, Mascaro’s attorney sent a letter to the City’s Mayor, Finance Director, Purchasing Agent, and Solicitor requesting that the RFP be cancelled and withdrawn because the procedure was unlawful and contrary to the City Code and City Administrative Code. On October 2, 2015, the City issued Addendum No. 3, replacing Section 3.3 of RFP #2015-24. In pertinent part, Addendum No. 3 provides:

The City of Allentown reserves the right to request additional information from any Proposer and the right to waive minor irregularities in the procedures or proposals if it is deemed in the best interests of the City of Allentown. The City further reserves the right to reject all Proposals and seek new proposals when such

2 procedure is considered to be in the best interest of the City. (Finding of Fact No. 36). Further, Addendum No. 3 replaced Section 3.4 of RFP #2015-24 and stated:

The award will be made to that responsive and responsible Proposer whose Proposal, conforming to the specifications, will be most advantageous to the City; price and other factors considered. The prices submitted by the Proposer on the Forms in Appendix VI are firm and final and the award shall be made to the lowest responsible and qualified Proposer based on the Options selected by the City. (Finding of Fact No. 37). The Addendum also added that any references to “bid” or “bidder” shall be replaced with “proposal” or “proposer.” On October 15, 2015, the City announced that there were seven proposers that responded to the RFP. Five proposers submitted proposals, including Mascaro and WMI, and two declined to submit a proposal. The prices of each proposal were not opened, but given to the City’s Purchasing Department. On October 16, 2015, Mascaro’s attorney sent another letter to the City’s Purchasing Agent, demanding that “the City immediately provide [Mascaro] with copies of the Cost Proposals submitted by each of the bidders . . . since the City did not open, read or disclose the bid amounts as required, and since it has not made those bid numbers available for public inspection.” (Finding of Fact No. 45.) On October 19, 2015, three proposers were shortlisted for consideration of the contract, including both Mascaro and WMI. After approval by an evaluation committee, WMI was awarded the contract by letter dated October

3 30, 2015, contingent on approval by the City Council. The City sent Mascaro a rejection letter on October 30, 2015. On November 4, 2015, Mascaro’s attorney spoke at a regular public meeting of the City Council and, on November 6, 2015, sent a letter to the President of the City Council and all City Council members. On November 30, 2015, the City Council held a special meeting, where a request for approval for the contract award was presented. Mascaro’s Attorney spoke to the City Council about his concerns regarding the RFP process. By a six-to-one vote, consideration of approval of the contract award was tabled. The matter was reconsidered on December 9, 2015. Mascaro’s attorney again spoke to the City Council. The contract was categorized as for the “engagement of professional services” and the City Council recommended that the contract be awarded to WMI. On January 8, 2016, the City Solicitor’s Office sent WMI the agreement for signature, and the agreement between the City and WMI was entered into on February 15, 2016, providing that, “the Contractor’s proposal stipulates the details the Value Added Services that will be provided to the City. These Value Added Services and all costs and pricing submitted by the Contractor in Appendix VI of RFP 2015-24, and as part of the Proposal, shall be included under the terms of the Contract.” (Finding of Fact No. 69.) On January 12, 2016, Appellants filed a complaint and petition for preliminary injunction with the trial court. WMI filed preliminary objections and both WMI and the City filed responses to the petition for preliminary injunction. On February 17, 2016, Appellants amended their complaint and added Jose Mendoza as a plaintiff. On February 23, 2016, a hearing on the original

4 preliminary injunction was held, at which both parties agreed to forego a preliminary injunction and hold a final hearing on the matter. On March 24, 2016, briefs were filed by all parties and argument was heard to address the legality of the request for proposal process under the City’s Home Rule Charter and Administrative Code. On May 10, 2016 the trial court denied Appellants’ request for a permanent injunction. On May 19, 2016, Appellants filed a post-trial motion, which was denied on September 19, 2016. On October 18, 2016, Appellants filed a notice of appeal. On December 15, 2016, Appellants appealed to this Court.1

Discussion On appeal, Appellants argue that under section 815 of the City’s Home Rule Charter, the City was required to utilize a competitive bid process to award contracts. Appellants contend that the bidding process is synonymous with competition, and that title of the statute, “Bidding Process,” evidences that the intent was to provide the purchase of goods and services pursuant by a public bid solicitation. Appellants cite the 1997 amendments to the Home Rule Charter, which provided that services in excess of $20,000.00 required the City to solicit bids and award those bids to the lowest responsible bidder. Appellants argue that consideration should be given to both the City’s past practice in only awarding contracts through the ITB process and to the fact that municipalities throughout the Commonwealth of Pennsylvania have consistently awarded contracts via public

1 Our scope of review is limited to a determination of whether the trial court “committed an error of law in granting or denying the permanent injunction.” Buffalo Township v.

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

Related

Zablow v. BD. OF EDUC. OF PITTSBURGH
729 A.2d 124 (Commonwealth Court of Pennsylvania, 1999)
Buffalo Township v. Jones
813 A.2d 659 (Supreme Court of Pennsylvania, 2002)
A. Ziegler v. City of Reading and Reading Area Water Authority
142 A.3d 119 (Commonwealth Court of Pennsylvania, 2016)
Phoenixville Hospital v. Workers' Compensation Appeal Board
81 A.3d 830 (Supreme Court of Pennsylvania, 2013)
Glencannon Homes Ass'n v. North Strabane Township
116 A.3d 706 (Commonwealth Court of Pennsylvania, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
Solid Waste Svcs., Inc. d/b/a J.P. Mascaro & Sons v. City of Allentown and Waste Mgmt. of PA, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/solid-waste-svcs-inc-dba-jp-mascaro-sons-v-city-of-allentown-and-pacommwct-2017.