IN THE MATTER OF MOTOR VEHICLE COMMISSION SURCHARGE SYSTEM ACCOUNTING AND BILLING SERVICES

Annotate this Case
NOT FOR PUBLICATION WITHOUT THE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-3136-16T2

IN THE MATTER OF MOTOR VEHICLE
COMMISSION SURCHARGE SYSTEM
ACCOUNTING AND BILLING SERVICES.
__________________________________

           Argued January 22, 2018 – Decided February 8, 2018

           Before Judges Sabatino, Ostrer and Rose.

           On appeal from the New Jersey Department of
           the Treasury, Division of Purchase and
           Property, RFP No. 16-X-23676.

           Paul P. Josephson argued the cause for
           appellant Xerox State & Local Solutions, Inc.
           (Duane   Morris  LLP,   attorneys;  Paul   P.
           Josephson and Trevor Taniguchi, on the
           briefs).

           Daniel J. Kelly, Assistant Attorney General,
           argued the cause for respondent State of New
           Jersey, Department of Treasury (Gurbir S.
           Grewal, Attorney General, attorney; Beth Leigh
           Mitchell, Assistant Attorney General, of
           counsel; Diana Reynolds, Deputy Attorney
           General, on the brief).

           Walter F. Kawalec, III, argued the cause for
           respondent Gila, LLC, d/b/a Municipal Services
           Bureau (Marshall Dennehey Warner Coleman &
           Goggin, attorneys; Howard B. Mankoff and
           Walter F. Kawalec, III, on the brief).

PER CURIAM
     In this public bidding case, Xerox State & Local Solutions,

Inc. ("Xerox"), the former incumbent provider of services to the

New Jersey Motor Vehicle Commission ("MVC"), appeals an award of

a successor contract by the Division of Purchase and Property

("the Division").      The Division awarded the new contract to the

only other bidder, Gila, LLC, doing business as Municipal Services

Bureau ("MSB").     Xerox appeals from both the contract award to MSB

and the Division's February 17, 2017 final agency decision denying

its bid protest.

     For the compelling reasons that follow, we conclude that

MSB's bid, which included a lengthy footnote on its pricing sheet

seeking "necessary" additional compensation, was materially non-

conforming.     The Division strayed from well-established legal

principles in unfairly allowing MSB to modify its quote and

withdraw     that   pricing   caveat       after   the   bids   were   opened.

Consequently, we reverse the Division's ruling, and remand with

instructions for the agency to re-bid this contract on an expedited

basis.

                                       I.

     The RFP

     In June 2015, the Division issued a Request for Proposals

("RFP") on behalf of the MVC and the Division of Revenue and

Enterprise    Services   ("DORES")      within     the   Department    of   the

                                       2                               A-3136-16T2
Treasury.    The RFP solicited bids from contractors to develop and

implement a new billing and collection system for obtaining and

processing MVC surcharge payments owed by motorists under the

motor vehicle laws.     Among other things, the scope of the contract

included    surcharge    billings,       collections,    disbursement        and

reconciliation of payments, handling correspondence, and fielding

telephone inquiries.

     At the time the RFP was issued, Xerox was the vendor providing

collection services to the MVC under the then-existing system.1

Xerox provides similar services to other governmental agencies

outside of New Jersey.        The impetus of the RFP was to phase out

the then-existing system and replace it with an improved one.                MSB

likewise has provided collection services to other jurisdictions,

including the State of Texas.

     Under the applicable procurement statute, 
N.J.S.A. 52:34-

12(a)(g), and an associated regulation, N.J.A.C. 17:12-2.2, the

Division    was   obligated   to   award    the   new   contract   to     "that

responsible bidder whose bid, conforming to the invitation for

bids, will be most advantageous to the State, price and other

factors considered."     The RFP incorporated this standard.




1
  Xerox's contract, which had been extended, expired in October
2017.

                                     3                                  A-3136-16T2
       The RFP contemplated that the successful bidder would not be

paid   a   monetary      contract    price      by    the       State.      Rather,     it

contemplated     that    the   vendor    would        be    compensated      mainly     or

entirely by receiving an agreed-upon percentage commission out of

the surcharge receipts collected from motorists.

       Bidders    were    presented      with        an    opportunity      to    submit

questions about the RFP.             After that period ended, the bidder

proposals were initially due on August 13, 2015.                            The Bureau

ultimately postponed that deadline to October 15, 2015.

       The Parties' Bids and Pricing Sheets

       On October 15, 2015, two proposals were received by the 2:00

p.m. submission deadline:           one from Xerox and one from MSB.                 They

were   opened    that    day   and    were   forwarded           to   the   Division's

Procurement Bureau.         Both proposals were sent to an Evaluation

Committee for review.

       The Evaluation Committee was comprised of six voting members,

including    representatives         from    the          New    Jersey     Office      of

Information Technology ("OIT"), MVC, the Division, and DORES.

Twelve subject matter experts served as technical advisors to the

Committee.       They included representatives from DORES, MVC, the

Division, and OIT.        In addition, four external consultants served

as advisors to the Committee.           The Committee performed a technical

review of the two submitted proposals, examining criteria relating

                                         4                                       A-3136-16T2
to such subjects as personnel, firm experience, and the vendor's

ability to complete the work under the new contract.

     Sections 4.4.1.8 and 4.4.5 of the RFP required bidders to

submit their price quotes using the format of a "State-supplied

price   sheet/schedule(s)"     accompanying      the     RFP.   RFP   §   4.4.5

specifically instructed bidders that a "[f]ailure to submit all

information required will result in the proposal being considered

non-responsive."    The required format consisted of a multi-column

"All-inclusive Pricing Sheet."

     The pricing sheet's first column, which was pre-printed,

designated   nine   separate    cost       categories:    "Transition,     Non-

recurring/One-time Costs;" "Customer Service, Support and Primary

Collections;" "Printing and Mailing Notices and Correspondence;"

"Returned Mail Processing;" "Accepting and Processing Payments;"

"Document & Image Management;" "Collections-Litigation Services;"

"Systems and Technology;" and "Option-Maintenance and Support of

STARS."2

     The second column, which was also pre-printed in the RFP,

described the "Unit of Measure," such as the "Contingency Fee as



2
 STARS referred to the existing collections system, which the MVC
was seeking to replace through this procurement.          It was
contemplated that the selected bidder would operate STARS for a
temporary start-up period, but then discontinue doing so within a
specified timeframe.

                                       5                              A-3136-16T2
a   Percentage   of   Revenue    Collected,"    the     Cost-Per-Piece        for

printing,   mailing     or    document     imaging,    and      the   Cost-Per-

Transaction-Type      for    various   kinds   of     mailed,     manual,     and

electronic payment processing.

      The pricing sheet's third column – which is the one most

significant to the present appeal – required each bidder to specify

the contingency fee percentage or cost-per-unit that it proposed

to be paid over the seven-year contract period.              With respect to

printing and mailing costs, RFP § 3.3.4 instructed that bidders

"shall include all costs associated with printing and mailing

notices . . . ."

      The pricing sheet Xerox submitted with its bid proposal

included a contingency fee for customer service, support and

primary collections of 3.79%, and a separate contingency fee of

14.90% for collections relating to litigation services.                     Xerox

further proposed per-unit costs of $0.79 for printing and mailing

notices and correspondence; $0.60 for processing non-electronic

payments; and $2.50 for processing electronic payments.                     Xerox

also quoted transition costs of $699,426.               For the seven-year

duration of the contract, the collection of nearly $789 million

in total surcharge revenue was projected, and nearly $47 million

in revenue from collections litigation.



                                       6                                A-3136-16T2
     Xerox's pricing sheet contained no footnotes, disclaimers,

or conditional language.     Xerox did omit cost entries for returned

mail processing and document and image management, filling in

those two boxes on the spreadsheet with dashes ("—").               Xerox

provided no optional monthly contract cost for operating STARS,

consistent with its role as the incumbent vendor already using

STARS.

     MSB's pricing sheet included quotes for only three items in

the spreadsheet's third column.           Specifically, MSB proposed a

4.35% contingency fee percentage for customer service, support and

primary collections (as compared with Xerox's lower quote of

3.79%),   a    10.00%   contingency   fee   percentage   for   litigation

collections (as compared with Xerox's higher quote of 14.90%), and

a monthly contract cost of $28,500 for maintaining and supporting

STARS (as compared with Xerox's omission of that optional charge).

     MSB's Pricing Footnote

     Critically relevant to the present appeal, MSB's pricing

sheet contained the following caveat in a footnote preceded by

double3 asterisks ("**"):

              Price does not include a surcharge partial
              payment processing fee per payment processed
              and electronic payment (ACH and credit card)

3
  There was no single-asterisked footnote (*), nor any other
footnotes.


                                      7                           A-3136-16T2
          convenience fee which is paid by constituent
          at time payment is tendered.

          Both   the   installment   payment   fee   and
          convenience fee can be negotiated with the
          State and are necessary components to maintain
          the pricing shown in cell C7[.]

          [(Emphasis added).]

The footnote appears in space on the right side of the pricing

spreadsheet. There is no corresponding double asterisk (**) within

the spreadsheet itself.

     Events After the Bids Were Opened

     After the bids of Xerox and MSB were opened, they were

referred to the Evaluation Committee for review.    Meanwhile, the

Bureau identified several aspects of MSB's bid as to which it

requested "clarification."4   The Bureau detailed these items in a

November 16, 2015 letter to MSB's Chief Executive Officer.         Of

special pertinence here are the items concerning (1) printing and

mailing costs and (2) transactional costs,5 the latter of which


4
  We discuss the appropriate scope of a bidder's clarification,
infra.
5
  MSB's footnote refers to two categories of fees: (1) "partial
payment processing fee[s]," also referred to by MSB as "installment
payment fee[s];" and (2) "electronic payment (ACH and credit card)
convenience fee[s]," also described by MSB as "convenience
fee[s.]" The second category appears to encompass fees charged
by credit card companies for transactions, as well as fees incurred
when payments are made using a bank account routing number. For
purposes of simplicity and brevity, we shall refer to the two
categories collectively as "transactional" costs.

                                 8                          A-3136-16T2
were the subject of the aforementioned footnote on MSB's pricing

sheet.

     With respect to printing and mailing costs for notices, the

Bureau pointed out to MSB in the November 16 letter that its price

sheet had omitted pricing for those items, despite the instruction

in RFP § 3.3.4 to include such costs.   The Bureau further pointed

out to MSB that its narrative proposal (termed the "Mobilization

and Implementation Plan") recited that "Unlike Texas's Surcharge

Program [operated by MSB], mailing costs are entirely pass-through

for the NJMVC Surcharge Program, for which the State compensates

MSB for printing and postage expenses."     (Emphasis added).     Given

this apparent ambiguity and lack of clarity, the Bureau requested

MSB to "confirm that [its] price sheet as submitted incorporates

all costs associated with printing and mailing."

     Further, the Bureau's November 16 letter pointed out MSB had

stated in its narrative that "unlike Texas'[s] Surcharge Program,

all credit card fees are pass-through and likewise paid by the

State of New Jersey."   (Emphasis added).   In addition, the Bureau

quoted MSB's aforementioned footnote on its pricing sheet, which

had stated that the transactional costs (i.e., the "installment

payment fees" and the "convenience fees") "can be negotiated with

the State and are necessary components to maintain the pricing

shown in [spreadsheet] cell C7." (Emphasis added).

                                 9                              A-3136-16T2
     The Bureau's letter treated MSB's assertions in this regard

relating to the transactional costs as inconsistent with Section

3.3.6 of the RFP, which called for the bidders to "accept and

process credit card payments" and "handle payment of all costs

associated with these services including discount fees . . . ."

Rather than asking MSB to "clarify" or "confirm" its position on

this discrete subject of transactional costs, the Bureau notably

advised MSB in the November 16 letter to "[p]lease withdraw these

statements above or withdraw your firm's proposal."      (Emphasis

added).

     Also of relevance here, the Bureau's November 16 letter

pointed out that MSB's pricing sheet had omitted pricing for

Accepting and Processing Payments, Transition, Non-recurring/One-

time Costs, and for Systems and Technology, as called for under

the RFP.   As to these items, the Bureau requested MSB to "confirm"

that its price sheet, as submitted, incorporated these specific

costs.

     MSB responded to the Bureau's November 16 letter on November

23, attempting to address the items of concern.     The Bureau was

satisfied with respect to several of those responses.     However,

the Bureau remained dissatisfied with MSB's responses concerning

(1) its pricing for printing and mailing costs, (2) credit card

payments, and (3) the costs of accepting and processing payments.

                                10                          A-3136-16T2
The Bureau was particularly dissatisfied with MSB's insistence on

adhering   to   an   undefined   (or    poorly-defined)   "supporting   fee

structure" for the contract, as well as MSB's position that if the

State did not maintain the so-called "supporting fee structure,"

MSB's pricing for the printing and mailing costs and transactional

costs would need to be modified.

     The Bureau expressed its dissatisfaction in a November 24,

2015 letter to MSB, demanding that MSB either acknowledge it was

not seeking payment for these additional items or, alternatively,

withdraw its bid proposal.       The Bureau's letter firmly stated in

this regard:

                MSB's response to Clarification Request
           #2 states that "The State has asked MSB to
           withdraw its recommendation of this supporting
           fee structure in the State's Clarification
           Request #3a.     Absent utilization of this
           supporting fee structure, the price listed for
           'Customer   Service,   Support   and   Primary
           Collections'    needs     to    be    modified
           accordingly."

                Further, MSB's response to Clarification
           Request #3b states that "The State has asked
           MSB to withdraw its recommendation of this
           supporting fee structure in the State's
           Clarification Request #3a. Absent utilization
           of this supporting fee structure, the price
           listed for 'Customer Service, Support and
           Primary Collections' needs to be modified
           accordingly."

                The RFP makes no mention of a "supporting
           fee structure."    In addition, RFP Section
           4.4.5 requires the Bidder to "submit its

                                       11                         A-3136-16T2
            pricing using the format set forth in the
            State-supplied     price     sheet/schedule(s)
            accompanying this RFP," and "Failure to submit
            all information required will result in the
            proposal being considered non-responsive."

                 The State requires that MSB confirm that
            the pricing submitted is inclusive of all
            costs and addresses all requirements of the
            RFP or it must withdraw its proposal.

                 Your firm's response must be received no
            later than 5:00 p.m. on Friday, November 27,
            2015. Failure to respond may result in your
            firm's   proposal   being   considered   non-
            responsive.

            [(Original emphasis in BOLD face; underlined
            emphasis added).]

      Having been pressed by the Bureau on these pricing issues a

second time, MSB relented.        In a November 27, 2015 letter, MSB

confirmed to the Bureau that "the pricing submitted is inclusive

of all costs and addresses all requirements of the RFP."                There

was   no   further   discussion   thereafter   of   MSB's   pricing     sheet

footnote.

      The Bureau also exchanged correspondence with Xerox, seeking

and obtaining clarification as to various topics.           None of those

clarifications, however, involved payment for printing or postage

costs, or for transactional costs.

      In December 2015, the Bureau requested that MSB and Xerox

each submit a Best and Final Offer ("BAFO").            MSB declined to

reduce its pricing in a BAFO.      Xerox, meanwhile, submitted a BAFO

                                    12                                A-3136-16T2
that   slightly   reduced   its   quoted   contingency   fee   for     non-

litigation collections from 3.79% to 3.74%, and its litigation

contingency fee rate from 14.90% to 14.69%.        Xerox also slightly

adjusted downward several of its previously quoted per-unit costs.

       The Award to MSB

       On March 8, 2016, the Evaluation Committee submitted its

report to the Bureau after completing its review of the bids.           The

Committee recommended that the agency award the contract to MSB.

       The following comparative table shows the Committee's final

technical scores, pricing, and ranks for both MSB and Xerox:



       Bidder         Average           Total Cost of    Final Rank
                     Technical             Proposal
                       Score



 Gila LLC d/b/a           795           $38,164,000            1
    Municipal
    Services
  Bureau (MSB)




 Xerox State &            512           $62,129,022            2
     Local
  Solutions,
 Inc. (Xerox)




                                   13                              A-3136-16T2
      The Committee's report concluded that MSB "presented the most

advantageous    proposal   to   the   State,      price    and   other   factors

considered[,]" and respectively recommended "that MSB be awarded

the contract for the development of a new Surcharge Billing and

Collection System and provide surcharge services . . . ."

      The     Division     followed        the     Evaluation      Committee's

recommendation. On March 15, 2016, the Division accordingly issued

a notice advising both bidders that it was the State's intention

to award the contract to MSB.

      Xerox's Bid Protest

      Xerox protested the contract award.                In March 2016, Xerox

sent the Division a request for extension of time and notice of

its intention to protest the award.               In that initial protest

letter, Xerox focused upon MSB's alleged non-compliance with the

pricing     requirements   of   the   RFP.       Xerox    thereafter     obtained

additional documents about this matter, pursuant to a request it

had made under the Open Public Records Act, 
N.J.S.A. 47:1A-1 to -

13.

      In May 2016, Xerox sent the Division a supplemental protest

letter.     That letter encompassed the various arguments that Xerox

now raises on appeal, including contentions going beyond the

pricing concerns raised in Xerox's initial protest.



                                      14                                  A-3136-16T2
     The Division Director declined Xerox's request for an in-

person hearing.    She confined her consideration of the bid protest

to the items within the written record, as permitted by N.J.A.C.

17:12-3.3(d)(1).

     The Director's Decision

     On February 17, 2017, the Director issued a written final

agency decision denying Xerox's bid protest and upholding the

award of the contract to MSB.     The Director rejected each of the

arguments Xerox raised in challenging the award.

     Most of the Director's analysis addressed issues unrelated

to the propriety of MSB's pricing.     As to the pricing issue, the

Director concluded that MSB's price quote did not materially

deviate from the RFP. The Director acknowledged that, with respect

to printing and postage costs, a "discrepancy" had existed between

MSB's narrative proposal stating that the State would compensate

MSB for those costs, and MSB's price sheet, which had not listed

"any per unit or percentage costs associated with the printing and

mailing of notices . . . ."    The Director found it permissible for

MSB to "clarify" its position concerning those printing and mailing

costs in its correspondence with the Bureau after the bids had

been opened. As a result of that clarification process, MSB stated

that the price as originally submitted on its price sheet was



                                 15                          A-3136-16T2
inclusive of those particular costs. Hence, the Director concluded

that MSB's pricing proposal had been responsive.

     Notably,   the   Director's   final   agency   decision   did   not

specifically analyze the separate transactional costs that were

also the subject of Xerox's bid protest.     The decision mentioned,

but did not analyze, the footnote in MSB's pricing sheet.       Nor did

the decision analyze the significance of MSB's assertion that the

transactional costs "can be negotiated with the State and are

necessary components to maintain the pricing shown in cell C7."

Nor did it explain why MSB's original position concerning the

transactional costs, as had been expressed in the footnote and in

MSB's narrative proposal, did not comprise a material deviation

from the RFP's criteria.

     Xerox promptly requested that the Division reconsider the

denial of the bid protest.     Xerox also sought an administrative

stay of the contract award. On March 28, 2017, the Acting Division

Director6 denied reconsideration and the request for a stay.           He

found "no reason to disturb" his predecessor's decision, and,

moreover, that Xerox had not demonstrated the factors under Crowe

v. De Gioia, 
90 N.J. 126, 132-34 (1982), for obtaining a stay or

injunctive relief.


6
  By that point, the Director who had issued the final agency
decision the previous month was no longer in office.

                                   16                           A-3136-16T2
     Xerox's Appeal and Requests for a Stay

     Xerox appealed the contract award to this court.    It moved,

initially on an emergent basis, for a stay of the contract award

to MSB pending appeal.   Xerox raised, among other things, concerns

about the appeal becoming moot if a stay were denied.

     In opposing the stay request, the Division and MSB asserted

that it was in the public interest for the contract award to MSB

to go forward because MSB was receiving a comparatively much-lower

payment for its services than the rates Xerox had quoted, and also

because the prompt implementation of a new surcharge payment

processing system would be beneficial.

     In May 2017, a panel of this court denied Xerox's motion for

a stay pending appeal, but ordered that the appeal be accelerated.

Xerox then moved for relief before the Supreme Court, which the

Court denied in June 2017.

     In September 2017, Xerox moved a second time for a stay

pending appeal.   Xerox expressed concerns that its contract was

about to expire in October 2017, and that MSB apparently was poised

to begin the successor contract.7     Another panel of this court


7
  Notably, MSB stated in its September 19, 2017 letter brief
opposing Xerox's second stay motion that, if a stay were denied,
the appeal would not be moot because the awarded contract has a
term of seven years.   In particular, MSB asserted at that time
that "even if Xerox were somehow able to demonstrate error, the


                                17                          A-3136-16T2
denied   this   second   stay   motion    in   October   2017.   After   the

accelerated briefing of this matter was completed in the fall of

2017, the appeal was placed on this court's oral argument calendar

on a preferential basis.        Prior to oral argument, we requested

additional documents, including a full copy of the RFP, which

counsel kindly furnished.

                                    II.

     Xerox's main argument on appeal is that MSB's pricing bid

materially deviated from the RFP and that the Division erred in

awarding it the contract.       Xerox submits that MSB's retrenchment

from the position it took in its pricing form, including the

footnote concerning transactional costs, cannot legitimately be

treated as a permissible "clarification."8           Xerox urges that the

award to MSB be reversed, and that it either be awarded the

contract immediately or, alternatively, that the contract be re-

bid on an expedited basis.



appeal would not be moot nor would the contract be substantially
complete."   MSB noted in this regard the possibility that this
court might reverse the award and "somehow return[] Xerox as the
vend[o]r." That would potentially impose "start-up costs which
Xerox does not wish to pay," but such a concern, MSB asserted,
"does not mean that the appeal would be moot, nor does it justify
granting a stay."
8
  Xerox advances several alternative arguments to set aside the
award, none of which are persuasive. We touch upon them briefly,
infra, in Part III of this opinion.

                                    18                             A-3136-16T2
     The Division and MSB counter that MSB's bid was not materially

defective,      that     the    clarification     process    used        here      was

appropriate, and that there is no basis to set aside the award.

They also continue to oppose any injunctive or other judicial

relief.

                                        A.

     In considering the merits of the appeal, we are acutely

mindful that generally the State Treasurer and the Division are

afforded "great flexibility in awarding a contract to the bidder

whose proposal will be most advantageous to the State, taking into

consideration all factors."            In re Honeywell Information Sys.,

Inc., 
145 N.J. Super. 187, 200 (App. Div. 1976).                   When choosing

between    or   among    responsive    bids,    the    Treasurer    or    Director

"necessarily is required to exercise the sound business judgment

of an executive based on all available data, expertise and advice

which he may be able to garner from all available sources."                     Ibid.

(citations omitted).           Hence, the scope of judicial review of the

agency's ultimate selection among responsive bidders normally is

very limited.        Commercial Cleaning Corp. v. Sullivan, 
47 N.J. 539,

549 (1966).          Even so, it is also well established that such wide

deference to procurement officials does not extend to questions

of bid conformity, or the legal requirements of the bidding

process.        As   this   court   observed    when   invalidating       a     State

                                       19                                     A-3136-16T2
Treasurer's award of a contract to a non-responsive bidder in In

re the Protest of Award of On-Line Games Prod. and Operation Servs.

Contract, Bid No. 95-X-20175 ("On-Line Games"), 
279 N.J. Super.
 566,   592-93   (App.   Div.   1995),   agency   decisions   "as   to   the

responsibility of the bidder and bid conformity are to be tested

by the ordinary standards governing administrative action[,]"

rather than the "gross abuse of discretion standard . . . ."

       As (then-Judge) Long noted in On-Line Games, an increased

level of appellate oversight is justified in such a context because

"strict rules as to bid conformity are critically important . . .

because of the broad discretion available to the Treasurer in

actually awarding the contract."        Id. at 593.    Hence, the scope

of appellate review of bid conformity issues, such as the main

challenge that Xerox mounts here, focuses upon:

           (1) whether the agency's decision offends the
           State or Federal Constitution; (2) whether the
           agency's action violates express or implied
           legislative policies; (3) whether the record
           contains substantial evidence to support the
           findings . . . ; and (4) whether in applying
           the legislative policies to the facts, the
           agency clearly erred in reaching a conclusion
           that could not reasonably have been made on a
           showing of the relevant factors.

           [Ibid. (quoting George Harms Constr. Co. v.
           N.J. Turnpike Auth., 
137 N.J. 8, 27 (1994)
           (internal citations omitted)).   See also In
           re Jasper Seating Co., 
406 N.J. Super. 213,
           222-23 (App. Div. 2009) (applying that
           standard of review); State v. Ernst & Young,

                                   20                              A-3136-16T2
            L.L.P., 
386 N.J. Super. 600, 619 (App. Div.
            2006) (reaffirming the less deferential
            standard for the review of decisions on bid
            conformity).]

      The   governing      law    is    also    well    settled     concerning     the

materiality of bid provisions.              "It is firmly established in New

Jersey      that     material         conditions        contained     in      bidding

specifications may not be waived."                   Terminal Constr. Corp. v.

Atlantic Cty. Sewerage Auth., 
67 N.J. 403, 411 (1975) (citing

Township of Hillside v. Sternin, 
25 N.J. 317, 324 (1957)).                      "This

rule,    however,    does       not    apply    to   minor   or     inconsequential

conditions."       Ibid.

      As we explained in On-Line Games, the two-prong test for

materiality is as follows: (1) "whether the effect of a waiver

would be to deprive the [contracting agency] of its assurance that

the   contract     will    be    entered    into,      performed    and    guaranteed

according to its specified requirements;" and (2) "whether [a

deviation] is of such a nature that its waiver would 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."                   On-Line Games, 
279 N.J. Super. at 594-95 (quoting Township of River Vale v. Longo

Constr. Co., 
127 N.J. Super. 207, 216 (Law Div. 1974)).




                                           21                                 A-3136-16T2
     Essentially, the materiality test "is nothing more than an

enunciation of what has always been the only relevant matter in a

bid conformity inquiry: whether waiver of the deviation would

thwart the aims of the public bidding laws."    Id. at 596.     Those

aims fundamentally are to "guard against favoritism, improvidence,

extravagance and corruption . . . ."9   Barrick v. State, 
218 N.J.
 247, 258 (2014) (quoting Keyes Martin & Co. v. Dir., Div. of

Purchase & Prop., 
99 N.J. 244, 256 (1985)).      This is a largely

prophylactic approach.     L. Pucillo & Sons, Inc. v. New Milford,


73 N.J. 349, 356 (1977).   As Justice Francis observed in Hillside,


25 N.J. at 326, "In this field it is better to leave the door

tightly closed than to permit it to be ajar, thus necessitating

forevermore in such cases speculation as to whether or not it was

purposely left that way."     Public bidding laws were adopted "to

secure for the taxpayers the benefits of competition and to promote

the honesty and integrity of the bidders and the system."     On-Line

Games, 
279 N.J. Super. at 589.    These laws must be "construed as




9
  We pause to note that we have been presented with no proof of
any "corruption" in this matter. Our ultimate determination to
set aside the contract award to MSB rests upon the importance of
maintaining fair competition in the procurement process, as well
as assuring that material deviations in critical pricing terms are
not tolerated to the disadvantage of other bidders and to the
potential detriment of the public.

                                 22                           A-3136-16T2
nearly as possible with sole reference to the public good."                   Ibid.

(quoting Keyes, 
99 N.J. at 256).

       The   price-related      facets       that     led    to     this    court's

invalidation of the contract award in On-Line Games, the key case

relied upon by Xerox, are instructive for the present case.                       For

that   reason,    we   describe      those    circumstances        in   detail    for

comparative purposes.

       On-Line Games involved the State Treasurer's award of a

contract for lottery services.           Id. at 574.        The award similarly

occurred after the Division of Purchase and Property's issuance

of an RFP.       Ibid.   The RFP included a provision stating that

"[f]ailure to furnish all required information or to follow the

proposal format specified in this RFP may disqualify a proposal."

Id. at 577.      The RFP advised that the Director of the Division

"may waive any nonmaterial deviation in a proposal."                          Ibid.

Furthermore, the RFP stated that "[b]idders are given wide latitude

in the degree of detail they offer or the extent to which they

reveal plans, designs, systems, processes and procedures.                        At a

minimum,     proposals   must   be    fully    responsive     to     the   specific

requirements stated in this RFP."             Ibid.

       Following the Division's award of the contract in On-Line

Games, two unsuccessful bidders filed protests.                   Id. at 585.     The

appointed hearing officer concluded from the record and testimony

                                       23                                   A-3136-16T2
that the successful bidder had not clearly provided in its initial

bid for a visual display visible from fifteen feet, as was required

in the RFP. Id. at 586. Nevertheless, the hearing officer further

concluded that, because the successful bidder clarified after the

opening of the bids "that it would provide such a unit to fulfill

its commitment to meet all RFP requirements[,]" the contract award

could be made to that bidder.             Ibid.     The hearing examiner

concluded this was a permissible "clarification," rather than an

impermissible "supplement."       Ibid.

       Alternatively, the hearing examiner in On-Line Games reasoned

that, even if the failure to include mention of the display in the

selected bidder's original bid, followed by the bidder's later

promise or commitment to include such a display, comprised an

alteration, it was not a material one. Ibid. The hearing examiner

reached   this   conclusion,    despite   the     fact    that   the   RFP   had

expressly     stated   that   proposals   "could    not    be    supplemented,

changed or corrected, and that bidders had to comply with all of

the requirements."       Id. at 587.       The contract was thereafter

awarded to the same bidder.       Ibid.

       The Treasurer in On-Line Games agreed with the hearing officer

that    the   selected   bidder's   post-opening         commitment    in    its

clarification letter to provide the required displays as part of

its base price did not represent an impermissible alteration.                Id.

                                    24                                  A-3136-16T2
at 588.    The Treasurer further agreed with the hearing officer's

alternative finding that any deviation that may have occurred was

not material.    Ibid.

       After granting the unsuccessful bidders' request for a stay

of the award pending appeal and their request for acceleration,

this court in On-Line Games considered their plenary appeal and

reversed the award.      We concluded that the selected bidder's post-

opening letter committing to meet all requirements of the RFP was

not a permissible clarification, but rather "an impermissible

modification of a materially deficient bid." Id. at 596. Although

the RFP had specifically allowed bidders to provide post-bid

clarifications, it prohibited modifications.            Id. at 596-97.        We

noted that "[i]n clarifying or elaborating on a proposal, a bidder

explains or amplifies what is already there."               Ibid. (emphasis

added).    By contrast, in "supplementing, changing or correcting a

proposal, the bidder alters what is there."                 Ibid. (emphasis

added).

       We applied these same principles in In re Jasper Seating, 406

N.J.   Super.   at   225-26,   in   concluding   that   a   bidder's     price

quotation was materially defective and thus unresponsive.           In that

case, we evaluated under the materiality test "a deviation in

[the] plaintiff's bids due to its inclusion of price escalation

stickers . . . ."        Id. at 225.      The plaintiff argued that the

                                     25                                A-3136-16T2
deviation allegedly caused by the price stickers displayed on its

catalog should have been waived.             Ibid.    The Acting Division

Director disagreed, and determined that the plaintiff's bids were

non-conforming.    Id. at 220.    We upheld that finding, concluding

that a waiver of such a deviation would fail the materiality test.

Id. at 225.

     Addressing   the   first   prong   of    the    materiality   test,    we

observed in In re Jasper Seating that a "waiver would deprive the

State of its assurance that the contract will be entered into,

performed and guaranteed according to its specified requirements."

Id. at 225-26.    Moreover, with respect to the second prong of the

materiality test, we concluded that "a waiver would 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." Id. at 226. We further

reasoned that if we were to allow a bidder "to choose one of the

two interpretations of its pricing, one with the price increase

and one without, after all of the bids are opened, would give it

an unfair advantage over the other bidders."           Ibid.

     We underscored in In re Jasper Seating that prior case law

had declared unlawful the waivers of material RFP deviations that

would, in effect, tolerate post-bid manipulation of the bidding

results.   Ibid.; see Suburban Disposal, Inc. v. Twp. of Fairfield,

                                  26                                 A-3136-16T2

383 N.J.   Super.   484,   494    (App.   Div.   2006).     "Such    post-bid

manipulations are repugnant to our public bidding laws."                Ibid.

                                       B.

      Here, even affording all due deference to the expertise and

discretionary judgment of the Division and the Office of the State

Treasurer,    we   concur    with   Xerox   that   MSB's    original   pricing

submission materially deviated from the requirements of this RFP.

For one thing, MSB's pricing sheet failed to specify that printing

and postage costs were to be absorbed by MSB within its contingency

fee compensation, and that MSB was not expecting to be paid for

those extra costs, either by the motorists remitting the surcharges

or by the State.10

      More critically, the lengthy footnote on MSB's pricing sheet

was clearly a material deviation from the RFP's requirement for

bids to set forth the full price to be charged by the contract

recipient.     Undoubtedly, in declaring on the pricing sheet that

the transactional costs were subject to future "negotiations" with

the State and are "necessary" components to the pricing, MSB was

looking to be paid more for its services than only the respective




10
  We offer no opinion, as a public policy or regulatory matter
under the motor vehicle surcharge laws, whether it is appropriate
to require payors to remit credit card or other transactional
fees, in addition to the surcharges due from them.

                                      27                                A-3136-16T2
4.35%   and    10.0%    contingent      fee    percentages    reflected     on   the

spreadsheet.

     Although the word "necessary" can be susceptible of various

meanings, see In re Taylor, 
196 N.J. 162, 172-73 (2008), the term

has been defined in a prominent legal dictionary to connote "[t]hat

[which] is needed for some purpose or reason; essential" or as

"[t]hat [which] must exist or happen and                    cannot be avoided;

inevitable . . . ."          Black's Law Dictionary 1192 (10th ed. 2014).

It is reasonable to construe the term "necessary" within MSB's

pricing footnote to signify that MSB reserved the right to withdraw

its bid if it were unable to persuade the State to allow it to

recover    the      identified    transactional       costs   from   either       the

surcharge payors, or by reducing the State's yield from the

surcharge revenue collections, or both.11

     In essence, MSB "hedged its bets" concerning this key pricing

element.      The Division impermissibly allowed MSB to do so without

affording     the     same   flexibility       to   the   other   bidder,    Xerox,

concerning      the    recovery    of    the    transactional     costs.         "The

conditions and specifications of . . . [a] bid must apply equally



11
   We are unpersuaded by MSB's contention that the footnote
signified MSB's potential willingness to reduce its contingency
fee percentage. That interpretation is inconsistent with MSB's
assertion within the footnote of its objective to "maintain" the
pricing set forth on the spreadsheet.

                                         28                                 A-3136-16T2
to all prospective bidders; the individual bidder cannot decide

to follow or to ignore these conditions . . . ."                Hall Constr. Co.

v. N.J. Sports & Exposition Auth., 
295 N.J. Super. 629, 635 (App.

Div. 1996).

     We   reject   the     Division's       treatment    of    the   post-opening

discussions   it     had       with   MSB      on     this    subject      as   mere

"clarification."         The    applicable     regulation       on   the   subject,

N.J.A.C. 17:12-2.11(d), allows a post-opening clarification from

a bidder to address a disparity between a unit price and an

extended price when the bidder's true intention is not readily

discernable   from   other        parts   of    the    proposal.        Ibid.       A

clarification also is permitted under N.J.A.C. 17:12-2.11(c) if

the bid contains an "obvious pricing error" that is noticed by the

Division's reviewers.          Neither of those situations pertains here.

     Unlike the "discrepancy" between MSB's narrative proposal and

its price sheet as to printing and postage costs noted in the

Director's final agency decision, the Director identified no such

discrepancy between MSB's narrative proposal and the pricing sheet

and footnote concerning transactional costs.                 Both MSB's narrative

and footnote consistently signify that MSB was expecting or hoping

to receive additional compensation for those costs, either from

surcharge payors or from State taxpayers through a reduction in

the net collections.       At the very least, MSB's submissions on this

                                       29                                   A-3136-16T2
component of the transaction were crafted to keep the door open

to receive such additional monies.               But as Justice Francis noted

in Hillside, the proverbial door cannot be left "ajar."                     
25 N.J.

at 326.

       Just as the bidder's purported post-bid "clarification" in

On-Line Games was disallowed by this court, so too must MSB's

"clarification" in this case relating to the transactional costs

pricing     fail.         As     the   RFP      instructed   in     Section      6.6,

"[C]larifications cannot correct any deficiencies or material

omissions or revise or modify a proposal, except to the extent

that   correction     of       apparent    clerical    mistakes     results      in   a

modification."       (Emphasis added).          The lengthy footnote in MSB's

pricing sheet manifestly was not an "apparent clerical mistake."

It was not a typo of a pricing figure within the spreadsheet or

an arithmetic error.           Instead, the footnote conveyed a purposeful

message   that      MSB    regarded       obtaining    additional    revenue      for

transactional costs as "necessary" to the deal.

       Although     not    mentioned      in    the   Director's    final     agency

decision,    the     Attorney      General      alternatively      argues   in    its

appellate brief12 that even if the post-opening withdrawal of MSB's

footnote had the effect of reducing MSB's overall price, the agency


12
  MSB does not make this particular argument or rely on these
codified provisions in its own brief.

                                           30                               A-3136-16T2
had the authority to negotiate price reductions under 
N.J.S.A.

52:34-12(a)(f) and N.J.A.C. 17:12-2.7(j).        We do not believe those

provisions affect the circumstances here.             For one thing, the

Division did not invoke this authority in its contract award or

in its bid protest ruling.          Moreover, MSB never quantified a

"price" for the transactional costs in its pricing sheet, but

instead asserted that it would be "necessary" to be paid sums of

unspecified magnitude.         In addition, Xerox was not afforded an

equivalent opportunity to submit such a "hedged" bid.

      The   Attorney    General's   argument   also    fails   because     the

Director's authority to negotiate price reductions under 
N.J.S.A.

52:34-12(a)(f) "must be expressly set forth in the applicable

invitation to bid," i.e., the RFP.         Here, the RFP in Sections 6.8

and 6.9 advised prospective bidders that the Director reserved the

right to negotiate price reductions "with the selected Bidder(s)."

(Emphasis added).      The Division's post-opening communications with

MSB in November 2015 that resulted in MSB withdrawing its pricing

footnote and its expressed desire to receive extra compensation

for   transactional    costs    occurred   before,    not   after,   MSB   was

selected as the contract recipient in March 2016.13


13
  Although we need not elaborate on the subject, we also reject
the Attorney General's reliance on N.J.A.C. 17:12-2.7(j).    The
record does not establish, as that regulation requires, that all


                                    31                                A-3136-16T2
       Further, we respectfully disagree with the Attorney General's

statement in its brief that "the Division did not allow MSB to

change or add anything to its bid . . . ."              To the contrary, the

agency demanded such a change by insisting – twice – that MSB

withdraw its claim for additional compensation for handling credit

card payments and other transactional costs.              MSB's original bid

was non-conforming, but the Division impermissibly allowed the bid

thereafter to be materially altered.

       In reaching these legal conclusions, we ascribe no ill-

founded motives or any dereliction of duty on the part of the

agency's    officials     or    employees.        Indeed,      MSB's     ultimate

relinquishment     of   its    position   after   the   Division's      prodding

appears to have resulted in an overall contract award that is far

less expensive than the one Xerox had quoted and which assigned

this   important   MVC   project    to    a   bidder    that   the     Evaluation

Committee qualitatively ranked considerably higher.                  The "bottom

line" outcome seems to be in the public's financial interest.

Unfortunately, as On-Line Games and other case law teaches, we

cannot ignore the deficiencies in the bidding process that produced



bidders deemed to be in the "competitive range" were given notice
and an equal chance to take part in negotiations. See N.J.A.C.
17:12-2.7(j)(2) and (3). Xerox was only allowed to provide a Best
and Final Offer, a process distinct from direct negotiations. See
N.J.A.C. 17:12-2.7(j)(6) and (7).

                                     32                                   A-3136-16T2
that outcome.       "[T]he integrity of the bidding process is more

important than any isolated savings the State may obtain through

an irregular proceeding."              On-Line Games, 
279 N.J. Super. at 603.

                                             III.

      Unlike Xerox's pricing arguments, its other challenges to the

contract award to MSB are unpersuasive.                          Specifically, Xerox

maintains that:       (1) the Division's extension of the bid deadline

was   improper;     (2)    the     Division         improperly    excluded    from    the

Evaluation     Committee         two        State    officials,     whom     Xerox    had

identified as references, and gave insufficient weight to positive

comments they made about Xerox when they were interviewed; (3) the

Evaluation Committee failed to contact some of Xerox's other

customers as positive references; (4) the Evaluation Committee

scored   MSB      higher    after       initially       favoring    Xerox;     (5)    the

evaluations disproportionately criticized Xerox's staffing; and

(6) the Division failed to conduct an adequate financial analysis.

We reject all of these claims, substantially for the reasons

expressed in the Director's final agency decision.

      Our sole comment concerns Xerox's argument respecting the

exclusion    of    two     State    officials,         whom    Xerox   had    named    as

references, from the Evaluation Committee.                    Although their removal

may not have been required by laws or ethical mandates, we endorse

the   Division's     decision          to    recuse    those     officials    from    the

                                              33                                A-3136-16T2
Evaluation Committee, so as to assure that the Committee could

more freely undertake its internal discussions.            N.J.A.C. 17:12-

2.7(a)(1) confers upon the Director the discretion to reject

proposed members or remove sitting members from an Evaluation

Committee in order to promote objectivity and guard against a

potential appearance of impropriety.           That discretion was not

abused here.     In any event, factual information from the two

officials about Xerox's performance under the prior contract was

conveyed to the Committee through interviews.

                                   IV.

      We conclude by addressing the thorny question of remedy.             We

reject Xerox's request that the contract be awarded to it outright

rather than re-bid.      We are unpersuaded that such a remedy would

be in the public interest, especially given the apparent multi-

million dollar pricing gap currently between the proposals of

Xerox and MSB, and the higher technical scores accorded to MSB by

the Evaluation Committee.

      We instead conclude that the appropriate remedy here is to

re-bid the contract, in an expedited manner and with particular

(if not exclusive) focus on the pricing aspect of the project.             We

presume MSB and Xerox will accordingly submit new bids, along with

any third parties who may choose to bid.        We instruct the Division

to   conduct   such   re-bidding   on   an   expeditious   basis   and,    if

                                   34                               A-3136-16T2
feasible, to consider utilizing a hearing officer to preside over

any fact-finding disputes.

     An obvious practical concern stems from the fact that this

contract – in the absence of a stay – has been implemented by MSB

since October 2017 and continues to be carried out on an ongoing

basis.   We were advised at the recent oral argument on the appeal

that the implementation of the new billing and collection system

is already substantially complete.   Even if that is true, as MSB

correctly pointed out in opposing a stay in the fall of 2017,

there are over six more years of operation and revenue collection

to occur under the contract.   The appeal has not become moot in

the interim.14


14
  Following oral argument on the appeal, MSB, with the support of
the Attorney General, moved to supplement the record to address
remedial issues.   Over the objection of Xerox, we granted that
motion, but limited our review to the motion submissions and did
not invite further certifications offered by counsel. MSB and the
State represent that the replacement of the STARS system is
substantially complete and that MSB's new billing system has been
deployed, although other steps under the contract have yet to be
completed. Even if, for the sake of argument, we accept at face
value these disputed representations about the extent to which the
contract has been implemented since last October, we are not
persuaded by MSB's argument that (1) Xerox's appeal is now moot;
and (2) it would disserve the public interest to re-bid because
MSB would be entitled to quantum meruit payments. First, unlike
a bidding appeal involving a completed highway construction
project, see Statewide Hi-Wat Safety, Inc. v. N.J. Dep't of
Transp., 
283 N.J. Super. 223, 225-26 (App. Div. 1995), this case
involves a service contract that has over six years remaining,
notwithstanding the systems development element which MSB claims


                                35                         A-3136-16T2
      We reject Xerox's suggestion that it immediately resume its

former incumbent role and step in in lieu of MSB in operating the

system during the interim while the contract is being re-bid.               We

discern no reason to order such a disruptive (and, depending on

the outcome of the rebidding, potentially short-term) changeover.

Instead, MSB shall continue to carry out its duties as vendor

while the rebidding process is underway.15            Again, we stress that

the   rebidding    shall    be    performed       expeditiously.         More

specifically, we order that the rebidding and any new award be

completed   no   later   than   June    15,   2018,   unless   extraordinary

circumstances are demonstrated on motion to justify extending that

deadline.

      Finally, we are cognizant that one or both respondents may

wish to pursue emergent review of our decision by the Supreme



to have largely completed. Thus, rebidding would not merely be a
hypothetical exercise. Cf. Redd v. Bowman, 
223 N.J. 87, 104 (2015)
(stating that an issue is moot when the court's decision will have
no practical effect on the controversy).        Secondly, without
deciding whether MSB would be entitled to any quantum meruit
payments if it is ultimately dislodged upon rebidding, we are
confident that the public interest in vindicating the competitive
bidding process justifies rebidding here.
15
  We decline to resolve the parties' disagreement in their post-
argument motion submissions as to whether any factual disputes
should be referred to the Law Division pursuant to Rule 2:5-5(b),
or whether MSB would have a viable claim for quantum meruit
compensation in the hypothetical event that MSB failed to be
selected again as vendor after rebidding.

                                       36                            A-3136-16T2
Court before undertaking the rebidding process.        Accordingly, we

stay our decision, sua sponte, for seven days to enable the filing

of such an emergent application with the Court.             If such an

application is filed, the interim stay shall remain in effect (but

shall not affect the June 15 deadline) unless and until the Court

otherwise directs.

     Affirmed   in   part,   reversed   in   part,   and   remanded   for

rebidding.   We do not retain jurisdiction.




                                  37                             A-3136-16T2


Some case metadata and case summaries were written with the help of AI, which can produce inaccuracies. You should read the full case before relying on it for legal research purposes.

This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.