86-003457 Garcia Allen-Turner vs. Department Of Transportation
 Status: Closed
Recommended Order on Friday, April 3, 1987.


View Dockets  
Summary: All bids rejected where agency can not spend money it does not have.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8GARCIA-ALLEN/TURNER, )

10a joint venture, )

14)

15Petitioner, )

17)

18vs. ) CASE NO. 86- 3457B1D

24)

25STATE OF FLORIDA, )

29DEPARTMENT OF TRANSPORTATION, )

33)

34Respondent. )

36________________________________)

37RECOMMENDED ORDER

39Pursuant to notice, the Division of Administrative Hearings, by its duly

50designated Hearing Officer, James E. Bradwell, held a formal hearing in this

62case on October 24, 31 and December 18, 1986 and on January 21, 1987. The

77parties were afforded leave through February 15, 1987 to submit Proposed

88Recommended Orders. 1/ The parties Proposed Recommended Orders were considered

98by me in preparation of this Recommended Order. Proposed findings of fact which

111are not incorporated herein are the subject of specific rulings in an Appendix

124attached hereto.

126APPEARANCES

127For Petitioner: John A. Barley, Esquire

133400 North Meridian

136Post Office Box 10166

140Tallahassee, Florida 32302

143For Respondent: Brant Hargrove, Esquire

148Florida Department of Transportation

152605 Suwannee Street Mail Station 58

158Tallahassee, Florida 32399-0450

161ISSUE PRESENTED

163The issue presented for decision herein is whether the Florida Department

174of Transportation ( FDOT) must award the contract for project numbers 87270-3414,

18687270-3519 and 87085-3502 to the joint venture of Garcia-Allen/Turner (Garcia).

196INTRODUCTION AND BACKGROUND

199These proceedings commenced pursuant to Petitioner's filing of a written

209notice of protest respecting the decision/intended decision of FDOT to reject

220Petitioner's bid for award of a contract to construct a public works project to

234be let by FDOT and to re-solicit bids for award of that contract. Petitioner

248timely filed its petition for administrative hearing based on FDOT's decision to

260reject all bids and to re-solicit bids.

267On August 29, 1986/2 and on December 18, Petitioner was afforded leave to

280amend its petition for administrative hearing.

286The parties stipulated to the introduction of Exhibits 1-21 which were

297received in evidence during the course of the hearing. Additionally, the

308parties entered into to a Stipulation of Facts which will be set forth

321hereinafter in the Finding of facts section of this Recommended Order with minor

334changes for ease of reading. (Paragraphs 1 through 21).

343FINDINGS OF FACT

346Based upon my observation of witnesses and their demeanor while testifying,

357documentary evidence received, the parties' joint stipulation of facts and the

368entire record compiled herein, I hereby make the following relevant factual

379findings.

3801. On May 28, pursuant to approval and authorization by the Federal

392Highway Administration (FHWA) and pursuant to pertinent provisions of Florida

402Statutes and Florida Administrative Code, FDOT received sealed bids, one of

413which was from Petitioner, in response to FDOT's public advertisement soliciting

424competitive bids for award of the contract for construction of a public works

437project known as Allapattah H.O.V. Station, a parking structure to be situated

449at the southeast corner of Northwest 12th Street and Northwest 36th Street in

462Miami, Florida, designated as FDOT Job Nos. 87270-3414, 87270-3519 and 87085-

4733502, and as Federal Aid Project Nos. I-95-I(364)IV, ACIR-95-1(366)4 and M-

4846155(2).

4852. Prior to solicitation of bids for the project, FDOT submitted plans,

497specifications and a pre-bid estimate to FHWA for review and approval. FHWA

509reviewed and approved the plans, specifications and pre-bid estimate for the

520project, and by separate written communications dated March 17 and April 17,

532FHWA authorized FDOT to proceed with solicitation of competitive bids for the

544project. Pursuant to that authorization and approval from FHA, FDOT caused its

556advertisement soliciting competitive bids for the Allapattah project to be

566published in newspapers of general circulation throughout the southeast and

576Atlantic coast states, and, in so doing, classified the Allapattah project as a

589public works project set aside and restricted to competitive bidding solely

600among qualified contractors certified as disadvantaged business enterprises.

608Before Petitioner submitted its bid, FDOT determined that Petitioner is a

619qualified contractor and certified it as a disadvantaged business enterprise,

629thus rendering Petitioner eligible to bid for award of the contract to construct

642the Allapattah project.

6453. When FDOT opened the bids it received for award of the contract to

659construct the Allapattah project on May 28, it was apparent to FDOT that

672Petitioner's bid of $15,193,048.40 was the lowest responsive bid, but that

685Petitioner's bid exceeded the pre-bid estimate of the cost to construct the

697Allapattah project by twenty-one and three tenths percent (21.3 percent). At

708the time FHWA approved the plans, specifications and pre-bid estimate for the

720Allapattah project, it was understood and agreed between FHWA and FDOT that if a

734contract to construct the project was awarded in the amount of the pre-bid

747estimate, which was $12,523,233,06, FHWA would fund the contract to the extent

762of $11,647,074.70 and FDOT would fund the contract to the extent of $876,158.36,

778and that FDOT would also fund the equal employment opportunity training required

790under the contract at an estimated cost of $200,353.26, thus bringing the total

804funds planned to be expended by FDOT to $1,076,511.62.

8154. FDOT follows a policy that provides for automatic award of the contract

828to the lowest responsible bidder if [the] bid is within seven percent (7

841percent) of the pre-bid estimate of the cost to construct the project in

854question. If the bid submitted by the lowest responsible bidder exceeds seven

866percent (7 percent) of the pre-bid estimate of the cost to construct the

879project, FDOT follows a policy of reviewing that bid and the pre-bid estimate in

893an effort to account for the disparity between the bid and the pre-bid estimate

907and to determine whether the bid is or is not competitive. If FDOT finds that

922the bid is not competitive, it follows a policy of rejecting all bids and

936resoliciting bids for the project. If FDOT finds that the bid is competitive,

949it awards the contract to construct the project in question to the bidder who

963submitted that bid.

9665. Because Petitioner's bid was not within seven percent (7 percent) of

978the pre-bid estimate of the cost to construct the Allapattah project, following

990the opening of bids, FDOT contacted Petitioner and requested Petitioner to meet

1002at FDOT's offices in Miami, Florida, to review Petitioner's bid. On June 4,

1015representatives of Petitioner met with representatives of FDOT in FDOT's Miami

1026offices, at which time FDOT requested Petitioner to provide FDOT a breakdown of

1039the lump sum Petitioner quoted for the bid item entitled "Parking Garage"

1051whereupon Petitioner did so. The breakdown which Petitioner presented to FDOT

1062at that time showed each category of work involved in constructing the Parking

1075Garage in accord with FDOT's plans and specifications for the project, and also

1088showed the price applicable to each such category of work. Before receiving the

1101above described breakdown, FDOT assured Petitioner that all such information

1111would be held confidential and would not be published or disclosed to any other

1125person. Upon receiving the above described breakdown, FDOT informed Petitioner

1135that the information contained therein was sufficient to enable FDOT to complete

1147its evaluation of Petitioner's bid. Before the meeting concluded, Petitioner

1157informed FDOT that if any additional information was needed, to please let

1169Petitioner know in which event appropriate efforts would be made to remotely

1181provide such additional information to FDOT.

11876. On June 16, FDOT's Technical Review Committee and Contracts Award

1198Committee met to decide what action to take respecting the bids it had received

1212on May 28, for award of the contract to construct the Allapattah project. FDOT

1226then decided: (a) to reject all bids, to reclassify the project from one that is

1241set aside and restricted to bidding solely among qualified contractors certified

1252as minority business enterprises to one that is open to competition from all

1265qualified general contractors, and to re-solicit bids for the project, and (b)

1277to request FHWA's concurrence therein. On June 17, Petitioner inquired of FDOT

1289as to what action had been taken respecting award of the contract to construct

1303the Allapattah project and was then informed that the foregoing decisions had

1315been made. Petitioner then asked FDOT why it had decided to reject Petitioner's

1328bid, whereupon FDOT stated that Petitioner's bid was rejected because, when

1339compared with FDOT's pre-bid estimate of the cost of constructing Allapattah

1350project, Petitioner's bid appeared unrealistically high and non-competitive.

13587. On June 19, Petitioner, filed with FDOT's clerk of agency proceedings a

1371written notice of protest of FDOT's above described decisions. Such notice of

1383protest was submitted within the required time and is in accord with applicable

1396provisions of Section 120.53(5), Florida Statutes, thus stopping FDOT from

1406taking any further action to implement its above-described decisions. In its

1417notice of protest, Petitioner, also requested of FDOT an early opportunity to

1429informally meet and confer respecting Petitioner's protest in an effort to

1440amicably resolve the same on mutually acceptable terms and conditions.

14508. Notwithstanding the fact that FDOT was not to take any further action

1463to implement its above-described decisions, by letter dated June 20, addressed

1474to FHWA, FDOT confirmed its above-described decisions and requested FHWA to

1485concur therewith. On June 27, FHWA expressed its concurrence with FDOT's above-

1497described decisions.

14999. On June 30, representatives of FDOT and Petitioner met informally in

1511FDOT's central offices in Tallahassee, Florida, at which time Petitioner

1521presented certain information tending to show that the pre-bid estimate of the

1533cost to construct the Allapattah project was out of date, unrealistically low

1545and that Petitioner's bid was realistic and reasonably competitive. The meeting

1556concluded with an understanding between the parties that FDOT would reconsider

1567its above-described decisions and, pursuant thereto, representatives of FDOT and

1577Petitioner would again meet in FDOT's Miami offices on July 2, to review certain

1591documentation to be presented by Petitioner related to its bid preparation of

1603its May 28, bid. During the July 2 meeting, FDOT asked Petitioner to provide

1617certain additional information documenting Petitioner's preparation of its May

162628 bid, whereupon Petitioner did so.

163210. As a result of the information presented by Petitioner during the June

164530 meeting, FDOT realized that the pre-bid estimate of the cost to construct the

1659Allapattah project, which was initially prepared in October, 1984, by its

1670architectural/engineering consultant, who also designed the project, the Kaiser

1679Transit Group, had not been updated to reflect any increase in costs

1691attributable to inflation. Although FDOT had in February, reviewed its

1701architectural/engineering consultant's October, 1984 estimated cost of

1708construction and made minor adjustments thereto in the process of converting

1719such estimate to the computerized format customarily used by its Estimates

1730Office, FDOT did not address the impact of inflation on the estimate. Thus,

1743following the June 30, meeting with Petitioner, FDOT decided to develop a new

1756estimate for the project, whereupon its Estimates and Architectural Offices

1766jointly undertook the task of considering inflationary impact. The resulting

1776new estimate stated a cost of $14,317,608.00 to construct the project. That

1790cost exceeded the pre-bid estimate that FDOT had used in its initial evaluation

1803of Petitioner's bid by approximately Two Million Dollars, thus bringing

1813Petitioner's bid within seven percent (7 percent) of FDOT's estimated cost to

1825construct the project and causing Petitioner's bid to be subject to FDOT's

1837automatic award criteria.

184011. On June 25, FDOT received competitive bids for award of the contract

1853to construct another public works project known as Earlington Heights H.O.V.

1864Station, a parking structure to be situated at Northwest 22nd Avenue and

1876Northwest 41st Street in Miami, Florida, designated as FDOT Job Nos. 87270-3523,

188887270- 3490, and 87003-3515, and as Federal Aid Project Nos. I-95-1 (352)4,

1900ACIR-95-1(380)4 and F-030-1(33). The Earlington Heights project was also

1909classified as a public works project set aside and restricted to competitive

1921bidding solely among qualified contractors certified as disadvantaged business

1930enterprises. Petitioner submitted a responsive bid in the amount of

1940$7,449,130.04 for award of the contract to construct the Earlington Heights

1953project, but was the second lowest bidder. The low bidder was a company known

1967as Three-W Corporation which had previously been determined by FDOT to be a

1980qualified contractor and had been previously certified by FOOT as a

1991disadvantaged business enterprise eligible to bid for award of the contract to

2003construct the Earlington Heights project. Three W Corporation's low bid for the

2015Earlington Heights project was $7,080,000.00 and exceeded the pre-bid estimate

2027to the cost to construct the Earlington Heights project by seventeen and three

2040tenths percent (17.3 percent).

204412. The pre-bid estimate of the cost to construct the Earlington Heights

2056project was initially prepared in October, 1984, by the Kaiser Transit Group,

2068the same architectural/engineering consultant that designed and prepared the

2077initial pre-bid estimate for the Allapattah project in October, 1984. Before

2088soliciting bids for award of the contract to construct the Earlington Heights

2100project, FDOT reviewed its architectural/engineering consultant's October, 1984,

2108estimate which stated that the cost to construct the Earlington Heights project

2120was $5,481,000.00 and increased the same approximately ten percent (10 percent)

2133to $6,037,298.36 to reflect FDOT's estimate of the extent construction costs had

2147increased as a result of inflation between October, 1984, and June, 1986.

215913. When FDOT and Petitioner met on June 30, FDOT was engaged in

2172evaluating Three-W Corporation's low bid for the Earlington Heights project.

2182FDOT then reconsidered Petitioner's low bid for the Allapattah project and found

2194that the low bids submitted for each such project comparable in that Three-W

2207Corporation's low bid established a cost per square foot to construct the

2219Earlington Heights project of $ 23.02 and Petitioner's low bid established a

2231cost per square foot to construct the Allapattah project of $22.40.

224214. Because the low bid for the Earlington Heights project also exceeded

2254FDOT pre-bid estimate by more than seven percent (7 percent), FDOT met and

2267conferred with representatives of Three-W Corporation to review certain

2276information related to preparation of the bid it had submitted on June 25, for

2290the Earlington Heights project. FDOT then decided to also develop a new

2302estimate for the Earlington Heights project, and its Estimates and Architectural

2313Offices did so. The resulting new estimate increased FDOT's $6,037,298.36 pre-

2326bid estimate by approximately $1,000,000.00, thus bringing the low bid submitted

2339by Three-W Corporation within seven percent(7 percent) of the estimated costs to

2351construct the Earlington Heights project and causing its bid to be subject to

2364FDOT's automatic award criteria.

236815. In successive meetings of FDOT's Technical Review Committee and

2378Contract Awards Committee on July 16, FDOT concluded its evaluation of the low

2391bid for the Earlington Heights project and its reconsideration of its decisions

2403to reject all bids and re-solicit bids for the Allapattah project by deciding

2416that FDOT's pre-bid estimates of the cost to construct both projects were out-

2429of-date, unrealistically low, and not indicative of a reasonably competitive

2439cost to complete either project. Three-W Corporation's bid for the Earlington

2450Heights project and Petitioner's bid for the Allapattah project appeared

2460realistic and indicative of reasonably competitive costs to complete each

2470project. FDOT's decisions in the foregoing respects were confirmed in the

2481minutes of the July 16, meetings of its Technical Review Committee and its

2494Contract Awards Committee, and in letters dated July 18 and July 21, addressed

2507to FHWA, wherein Respondent requested FHWA to concur in FDOT's decisions to

2519award contracts for construction of the Earlington Heights project and the

2530Allapattah project to Three-W Corporation and Petitioner, respectively.

253816. On July 22, FDOT was informed by FHWA that it concurred in FDOT's

2552decision to award the contract for construction of the Earlington Heights

2563project to Three-W Corporation, but that it did not concur in FDOT's decision to

2577award the contract for construction of the Allapattah project to Petitioner. In

2589so doing, FHWA stated that it did not concur in FOOT's decision to award the

2604contract for construction of the Allapattah project because the reasons

2614expressed in FDOT's June 30, letter to FHWA requesting it to concur in FDOT's

2628decision to reject all bids and re-solicit bids for the project were more

2641persuasive than the reasons given by Respondent in support of its July 21,

2654decision to award the contract for construction of the Allapattah project to

2666Petitioner.

266717. After receiving the July 22, letter from FHWA, FDOT informed

2678Petitioner of what had transpired and stated that on August 18, the results of

2692the May 28, bid opening would be formally posted and published to provide public

2706notice that all bids submitted for award of the contract to construct the

2719Allapattah project had been rejected and that FDOT would re-advertise the

2730project to re-solicit bids. Petitioner then requested FDOT to ask FHWA to

2742reconsider its July 22, decision, but FDOT refused to do so. However, FDOT then

2756suggested that Petitioner was free to request FHWA to reconsider its July 22,

2769decision and that if Petitioner succeeded in persuading FHWA to agree that

2781Petitioner's bid was realistic and to agree to award Petitioner the contract for

2794construction of the subject project, FDOT would do so. On August 18, FDOT

2807posted its notice that all bids submitted on May 28, for award of the contract

2822to construct the Allapattah project were rejected and that it intended to re-

2835solicit bids.

283718. On October 1, FDOT discovered that FHWA had not received certain

2849documentation related to FDOT's July 16 decisions to award contracts for

2860construction of the Earlington Heights Project to Three-W Corporation and the

2871Allapattah project to Petitioner. Accordingly, by letter dated October 1, from

2882William F. Ventry, FDOT's Deputy Assistant Secretary for Technical Policies and

2893Engineering Services, to P. E. Carpenter, FHWA's Division Administrator, FDOT

2903provided such documentation to FHWA and formally requested FHWA to reconsider

2914its decision not to concur with FDOT's decision to award the Allapattah contract

2927to Petitioner. By letter dated October 9, from James E. St. John, FHWA's

2940Assistant Division Administrator, to Mr. Ventry, FHWA replied to FDOT's October

29511, letter stating its basis for refusing to concur with FDOT's decision to award

2965the contract for construction of the Allapattah project to Petitioner and

2976informed FDOT that FHWA will now deobligate the (federal) funds authorized March

298817, (for construction of the project) pending your request for further Federal-

3000aid activity on this project. Upon receiving FHWA's October 9, letter, it

3012became apparent to FDOT that FHWA had misapprehended or overlooked certain

3023critical facts related to FDOT's reconsideration of its decision not to award

3035the contract for construction of the Allapattah project to Petitioner. Mr.

3046Ventry requested Vernon E. Dixon, FDOT's Preliminary Estimates Engineer, to

3056draft an appropriate letter to Mr. St. John, setting out the facts FHWA had

3070apparently overlooked or misunderstood. By letter from Mr. Dixon to Mr. St.

3082John dated October 13, FDOT presented those facts to FHWA. On October 14, Mr.

3096Dixon met and conferred with Mr. St. John and discussed the matters addressed in

3110the October 13, letter. At the conclusion of that meeting, Mr. St. John

3123indicated that the information and explanation presented by Mr. Dixon had indeed

3135caused him to finally obtain a full and complete understanding of the facts and

3149reasoning which led FDOT to reconsider its earlier decision and to finally

3161decide to accept Petitioner's bid and to award the contract for construction of

3174the Allapattah project to Petitioner. Mr. St. John cautioned that he would have

3187to consult with certain FHWA officials in Washington to determine whether FDOT's

3199development of a new estimate of the cost to construct the Allapattah project

3212after bids were received and opened would preclude FHWA from concurring with

3224FDOT to award the Allapattah project to Petitioner. By letter dated October 22,

3237from Mr. St. John to Mr. Dixon, FHWA informed FDOT that FHWA would not concur

3252with FDOT's decision to award the Allapattah project to Petitioner, that the

3264project is no longer authorized, and that the federal funds authorized for

3276construction of the project have been deobligated.

328319. Although the procedure followed by FDOT in reevaluating Petitioner's

3293bid for award of the contract to construct the Allapattah project was the same

3307procedure it followed in evaluating the bid submitted by Three-W Corporation for

3319award of the Earlington Heights project, FHWA refused to concur with FDOT's

3331reconsidered decision respecting Petitioner's bid. Petitioner's bid for award

3340of the contract to construct the Allapattah project was responsive, realistic

3351and reasonably competitive in all material respects. Any substantial difference

3361between the amount of Petitioner's bid and FDOT's pre-bid estimate for the

3373Allapattah project is attributable to inflationary factors. Although FDOT has

3383now acknowledged these facts to be true with respect to both the Allapattah

3396project and the Earlington Heights project, FDOT has failed to implement its

3408decision to accept Petitioner's bid and to award the contract to construct the

3421Allapattah project to Petitioner.

342520. If FDOT had implemented its decision to accept Petitioner's bid and to

3438award the contract to construct the Allapattah project to Petitioner, the amount

3450of the contract would have equalled the amount of Petitioner's bid,

3461$15,193,048.40. If FDOT implements its decision to accept Petitioner's bid and

3474to award to Petitioner the contract to construct the Allapattah project and FDOT

3487then obtained no more than the $11,647,074.70 in federal funds committed pre-bid

3501by FHWA to fund construction of the Allapattah project, FDOT would have to

3514increase its pre-bid commitment of state funds by $2,469,361.08 to provide

3527sufficient funds to equal the amount of Petitioner's bid. If FDOT implements

3539its decision to accept Petitioner's bid and award to Petitioner the contract for

3552construction, and pays one hundred percent (100 percent) of the cost of

3564construction from state funds, FDOT would have to increase its pre-bid

3575commitment of state funds to provide sufficient funds to equal the amount of

3588Petitioner's bid.

359021. Although Petitioner was and continues to be a qualified contractor,

3601although Petitioner was and continues to be certified as a disadvantaged

3612business enterprise eligible to bid for award of the contract to construct the

3625Allapattah project, FDOT has not yet awarded that contract to Petitioner. The

3637only reasons FD0T has stated for having not yet awarded the contract to

3650construct the Allapattah project to Petitioner is that FHWA has not concurred

3662with FDOT's decision to accept Petitioner's bid and to award the contract for

3675construction of the Allapattah project to Petitioner.

368222. FDOT must have FHWA concurrence in order to receive federal funds.

3694The federal funding participation for this project is approximately 90 percent.

370523. FHWA has deobligated federal funds for the project in question.

371624. Without federal funding, this project will probably be recycled to the

3728bidding process as a non-set aside project.

373525. If anticipated financing is not available for one project, FDOT

3746reviews all projects to determine if that one project warrants eliminating other

3758projects. For those projects where federal funding constitutes such a large

3769portion of the funding, that project reverts and competes against other projects

3781in other funds categories because at present, State funds are consumed. This

3793competing process will resume beginning in 1988.

380026. This prioritization process is incorporated in FDOT's 5-year plan (the

3811plan). The plan serves not only as a work plan but also as a finance plan. The

3828comptroller uses the plan to certify that a particular project is indeed a part

3842of the plan and that the money has been provided for.

385327. Funds are not available if they are not provided for in the plan. If

3868changes are to be made after the plan is published, FDOT seeks legislative

3881concurrence with those changes and without such concurrence, the changes cannot

3892be made.

3894CONCLUSIONS OF LAW

3897The Division of Administrative Hearings has jurisdiction of the subject

3907matter and the parties to this action. Section 120.57(1), Florida Statutes.

391828. The parties were duly noticed pursuant to the notice provisions of

3930Chapter 120, Florida Statutes.

393429. The Petitioner's notice of protest and formal protest was timely filed

3946in accordance with the provisions of Section 120.53, Florida Statutes.

395630. Petitioner correctly asserted that FDOT's preliminary decision to

3965reject Petitioner's bid was based on dated information which failed to account

3977for inflationary factors and was therefore unreasonable. However FDOT again

3987reviewed its bid for the Allapattah project and came up with a pre-bid estimate

4001which was within seven percent (7 percent) of Petitioner's estimate thereby

4012causing Petitioner's bid to be subject to FDOT's automatic award criteria. At

4024that time, FDOT sought FHWA's concurrence with FDOT's decision to award the

4036construction contract to Petitioner for the Allapattah project. FHWA has

4046repeatedly refused to concur in FDOT's decision to award Petitioner the subject

4058construction contract. In keeping with its refusal, FHWA deobligated the

4068Federal funds for the Allapattah project. Based on FHWA's position, FDOT's

4079decision to reject all bids and to re-solicit bids appears reasonable under the

4092circumstances. This is so because the Allapattah project was put forth in the

4105plan as a project that will be sponsored with ninety percent (90 percent) of

4119funding derived from a federal source (FHWA). Given the size of this project,

4132it appears unlikely that it can be funded completely with state funds.

4144Therefore, FDOT had no alternative other than to reject all bids once the

4157federal funds for the project were no longer available. In exercising its

4169discretion in rejecting all bids, FDOT's decision appears reasonable and within

4180the discretion afforded public bodies in the solicitation and acceptance of bids

4192for public improvements. See, Liberty County v. Baxter's Asphalt & Concrete,

4203421 So.2d 505 (Fla. 1982).

420831. Petitioner's bid was fairly considered and no further obligations were

4219owed Petitioner unless or until the contract was awarded and executed. See

4231Section 3-1, FDOT Standard Specifications which provides, in pertinent part,

4241that the right is reserved to reject any or all proposals until the contract is

4256awarded. Also, FDOT reserved the right to cancel any award prior to execution

4269of the contract by all parties. Section 3-3, FDOT Standard Specifications.

4280See, Southern Roadbuilders, Inc. v. Lee County, 495 So.2d 189 (Fla. 2d DCA,

42931986). In this case, FDOT gave Petitioner's proposal full and fair

4304consideration and rejected all bids once it became clear that the great majority

4317of funds (federal) would not be provided. Without the federal funds, the

4329project could not go forward since state funds (for this project) were not

4342earmarked and the time has not come for the "prioritization" for this project.

435532. State highway agencies, like FDOT, are required to obtain concurrence

4366by FHWA's division administrator in the award of all federal-aid contracts.

4377Concurrence in the award is a necessary pre-requisite to federal participation

4388in construction costs. 23 U.S.C. Section 635.111(a) and (b). Once the

4399division administration concurs and authorizes work to proceed, the federal

4409government is then obligated to the state for the amount specified.

442033. The Florida Transportation Plan constitutes the functional plan for

4430FDOT's transportation section of the state comprehensive plan. (Section

4439339.155(3)(a), Florida Statutes, 1985). The plan provides for institution of a

4450systematic planning process for development of local, regional and state

4460transportation. Certain minimum requirements are called for including

4468development of a budget. Section 339. 155(6), Florida Statutes. Part and

4479parcel of the plan is a five-year program with specific guidelines and a process

4493for prioritizing projects. Section 339.155(8)(e), Florida Statutes (1905).

450134. FDOT may not enter into any contract which involves the expenditure of

4514money in excess of amounts budgeted as available for expenditure. Section

4525339.135(8), Florida Statutes (Supp. 1986). The Allopattah project is not

4535budgeted in the plan as a project deriving funding completely from state

4547sources.

454835. Finally, FDOT's comptroller has advised that funds are not available

4559to completely finance this project with state funds. This requirement, a pre-

4571requisite to FDOT entering into any contract or commitment of funds with

4583Petitioner, has not been satisfied. Section 339.135(8), Florida Statutes, Supp.

4593(1986). Therefore, FDOT cannot spend money it does not have.

4603RECOMMENDATION

4604Based on the foregoing Findings of Fact and Conclusions of Law it is

4617RECOMMENDED:

4618The Florida Department of Transportation enter a Final Order rejecting

4628Petitioner's bid for Job Nos. 87270-3414, 87270-3519 and 87085-3502 and

4638readvertise said job.

4641RECOMMENDED this 3rd day of April, 1987 in Tallahassee, Florida.

4651_________________________________

4652JAMES E. BRADWELL

4655Hearing Officer

4657Division of Administrative Hearings

4661The Oakland Building

46642009 Apalachee Parkway

4667Tallahassee, Florida 32301

4670(904) 488-9675

4672Filed with the Clerk of the

4678Division of Administrative Hearings

4682this 3rd day of April, 1987.

4688ENDNOTES

46891/Based on the parties request to submit Proposed Recommended Orders more than

470110 days following the close of the hearing, the parties thereby automatically

4713waived the 30 day time requirement set forth in Rule 28-5.402, Florida

4725Administrative Code (Rule 221-6.31(2), Florida Administrative Code).

47322/Unless otherwise noted, all dates are in 1986.

4740APPENDIX TO RECOMMENDED ORDER IN CASE NO. 86-3457BID

4748Rulings on Petitioner's Proposed Findings of Fact

47551. Paragraph 25, substantially adopted in paragraphs 12, 13 and 14 in the

4768Recommended order. The remainder of paragraph 25 is rejected as irrelevant to

4780a determination of the issues posed herein.

47872. Paragraph 26 adopted in part in paragraph 15 Recommended Order.

4798Remainder rejected as irrelevant, speculative and not borne out by the credible

4810evidence of record.

48133. Paragraph 27, rejected based on the credible evidence which reveals

4824that the federal funds for this project have been deauthorized and deobligated

4836and FDOT knows that when federal funds have been deobligated, the likelihood of

4849FDOT receiving such funds is, as best, remote.

48574. Paragraph 28, rejected as irrelevant.

48635. Paragraph 29, rejected as irrelevant and speculative.

48716. Paragraph 32, rejected based on the credible evidence which reveals

4882that this project was not contemplated by the state construction plan as being

4895a project which would receive complete funding from State sources.

49057. Paragraph 33, rejected based on record evidence received herein which

4916reveals that there are not adequate state funds to pay 100 percent of the cost

4931of constructing the Allapattah project.

4936COPIES FURNISHED:

4938John A. Barley, Esquire

4942400 North Meridian Street

4946Post Office Box 10166

4950Tallahassee, Florida 32301

4953Brant Hargrove, Esquire

4956Department of Transportation

4959Haydon Burns Building, Mail Station-58

4964605 Suwannee Street

4967Tallahassee, Florida 32301

4970=================================================================

4971AGENCY FINAL ORDER

4974=================================================================

4975STATE OF FLORIDA

4978DIVISION OF TRANSPORTATION

4981GARCIA-ALLEN/TURNER,

4982a joint venture,

4985Petitioner,

4986vs. CASE NO. 86-3457BID

4990STATE OF FLORIDA, DEPARTMENT

4994OF TRANSPORTATION,

4996Respondent.

4997_______________________________/

4998FINAL ORDER

5000A complete review of the record has been made in this matter and the

5014Exceptions To Recommended Order of both parties are addressed in this Order.

5026The Findings of Fact are considered to be supported by competent, substantial

5038evidence and are incorporated in this Order, with the exception of Finding of

5051Fact Nos. 7 and 8 which contain conclusions of law concerning the efficacy of a

5066premature notice of protest which will be addressed herein. The Conclusions of

5078Law are adopted and incorporated as part of this Order.

5088PETITIONER' S MOTIONS

50911. Petitioner's Motion For Hearing To Consider Written Exceptions is

5101DENIED. There are no statutory provisions which require an agency to conduct

5113another hearing to discuss exceptions filed by any party. Fla. Admin. Code Rule

512614-6 applies only when the Secretary of Transportation elects to hold the formal

5139hearing pursuant to Section 120.57(1), Fla. Stat. In the instant proceeding,

5150the Division of Administrative Hearings conducted the hearing and the pleadings

5161and transcript provide a sufficient basis for review of the parties' exceptions

5173to the recommended order.

51772. Petitioner's Motion to Abate is DENIED. There appears to be no

5189statutory basis or provision of the model rules to grant such a motion.

5202Petitioner has obtained no stay to stop the running of the 90 day time period

5217set forth in Section 120.59(1), Fla. Stat. for entry of a final order. The

5231reasonableness of any decisions rendered by Federal Highway Administration

5240officials are beyond the scope of this bid protest proceeding. The purpose of

5253this proceeding was to formulate Florida Department of Transportation final

5263agency action, not to formulate actions of a federal agency.

5273PETITIONER'S EXCEPTIONS

52751. Petitioner's Exceptions 1 through 1.6.2 contest the Hearing Officer's

5285characterization of the stipulated facts between the parties. The Hearing

5295Officer has noted in the Recommended Order that minor changes have been made for

5309ease of reading. A review of the record reveals no substantive changes have

5322been made by the Hearing Officer and the findings of the Hearing Officer are

5336supported by competent, substantial evidence. Since the findings are supported

5346by competent, substantial evidence, the Department may not supplement the

5356findings of fact. Friends of Children v. Department of Health & Rehabilitative

5368Services, ____So.2d____, 12 FLW 879 (Fla. 1st DCA March 27, 1987). In addition,

5381some of Petitioner's objections appear to involve semantics or inconsequential

5391word substitutions and some are addressed in subsequent findings of fact. This

5403does not warrant the rejection of these findings in the Final Order.

54152. Exception No. 2 is rejected. Finding of fact No. 22 is supported by 23

5430U.S.C. 112(d) and 23 CFR Section 635.111(a) and by the testimony. (Tr: 10-31-

544386: p. 86; 1-21-87: p. 4-15, 25).

54503. Exception No. 3 is rejected. The October 22, 1986 letter was

5462stipulated into evidence as Petitioner's Exhibit 18. Petitioner cannot now be

5473heard to complain about evidence admitted at the request of Petitioner.

54844. Exception No. 4 is rejected. Petitioner admits that there was

5495testimony presented to support Finding of Fact No. 24. It is the prerogative of

5509the factfinder to consider the weight and credibility of the evidence submitted.

5521Heifetz v. Department of Business Regulation, 475 So.2d 1277, 1281 (Fla. 1st DCA

55341985)

55355. Exception No. 5 is rejected. This finding of fact is supported by

5548competent, substantial evidence. (Tr: 1-21-87: p. 28-64)

55556. Exception No. 6 is rejected. The finding of fact is supported by

5568Section 339.135, Fla. Stat. (1986 Supp.) and by the record (Tr: 1-21-87: p.

558157).

55827. Exception No. 7 is rejected. Petitioner's requested findings of fact

559323, 24, 30 and 31 are substantially incorporated in the Recommended Order at

5606Findings of Fact 17, 18, 25, and 26, and any omissions are insignificant or

5620irrelevant to the issues herein.

56258. Exceptions 8 through 13 are rejected. Petitioner's proposed findings

5635of fact were considered by the Hearing Officer and addressed in the Recommended

5648Order. The function of determining the weight, credibility and relevancy of the

5660evidence submitted rests with the Hearing Officer. Since the Recommended Order

5671is supported by competent, substantial evidence, the Department cannot

5680substitute, nor supplement the findings of fact.

56879. Exception 14 is also rejected. The ultimate factual conclusions of the

5699Hearing Officer that no funding exists to legally allow award of this project

5712and that the Department has acted reasonably within its discretion are supported

5724by competent, substantial evidence. Rejection of all bids on budgeting,

5734financial and planning factors is not arbitrarily or capriciously grounded. See

5745Law Brothers Contracting Corp. v. O'Shea, 79 A.D.2d. 1075, 435 N.Y.S.2d 812

5757(App.Div. 1981). Since there has been no showing of illegality, fraud,

5768oppression or misconduct, the Hearing Officer's conclusion has a proper legal,

5779as well as factual basis. Liberty County v. Baxter's Asphalt & Concrete, Inc.,

5792421 So.2d 505 (Fla. 1982).

5797RESPONDENT'S EXCEPTIONS

57991. Findings of Fact No. 7 and 8 are rejected to the extent they state the

5815protest was filed within the required time and stopped the agency from

5827proceeding. Section 120.53(5)(c), Fla. Stat., requires the protest of the award

5838to be filed "within 72 hours after the posting." This concept is reiterated in

5852Fla. Admin. Code Rule 14-25.024(2). The statute does not anticipate that a

5864bidder could prevent an agency from announcing its intended decision by filing a

5877protest after receipt of bids, but prior to posting. The contract award process

5890is only stopped upon the timely filing of a protest. Section 120.53(5)(c), Fla.

5903Stat. The agency must be allowed to formulate a decision to frame the rights of

5918the substantially affected parties.

5922A protest to an award which is prematurely filed has no efficacy to act as

5937a stay. A premature request for hearing simply puts that request in limbo until

5951official action is taken by the agency to create a point of entry. Ajax

5965Construction, Inc. v. Department of Corrections, 413 So.2d 779 (Fla. 1st DCA

59771982).

5978Having determined that the Recommended Order is supported by competent,

5988substantial evidence; it is

5992ORDERED that the protest of GARCIA-ALLEN/TURNER, A Joint Venture, is

6002DISMISSED, and all bids received for State Project Nos. 87270-3414, 87270-3519,

6013and 87085-3502 are hereby REJECTED.

6018DONE AND ORDERED this 2nd day of July, 1987, at Tallahassee, Florida.

6030____________________________

6031KAYE N. HENDERSON, P.E.

6035Secretary

6036Department of Transportation

6039Haydon Burns Building

6042Tallahassee, Florida 32399

6045The following information is required by law to be included in all Final

6058Orders:

6059Judicial review of agency final orders may be pursued in accordance with

6071Section 120.68, Florida Statutes, and Florida Rules of Appellate Procedure

60819.030(b)(1)(c) and 9.110. To initiate an appeal, a Notice of Appeal must be

6094filed with the Department's Clerk of Agency Proceedings, Haydon Burns Building,

6105MS 58, 605 Suwannee Street, Tallahassee, Florida 32399-0450, and with the

6116appropriate District Court of Appeal within thirty, (30) days of the filing of

6129this Final Order with the Department's Clerk of Agency Proceedings. The Notice

6141of Appeal filed with the District Court of Appeal should be accompanied by the

6155filing fee specified in Section 35.22(3), Florida Statutes.

6163COPIES FURNISHED:

6165James E. Bradwell, Hearing Officer

6170Division of Administrative Hearings

6174The Oakland Building

61772009 Apalachee Parkway

6180Tallahassee, Florida 32301

6183John A. Barley, Esquire

6187400 North Meridian Street

6191P. O. Box 10166

6195Tallahassee, Florida 32301

6198Brant Hargrove, Esquire

6201Department of Transportation

6204Haydon Burns Building, MS 58

6209Tallahassee, Florida 32399

6212J. Ted Barefield, Chief

6216Bureau of Contracts Administration

6220Department of Transportation

6223Haydon Burns Building, MS 55

6228Tallahassee, Florida 32399

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 07/02/1987
Proceedings: Agency Final Order
PDF:
Date: 04/03/1987
Proceedings: Recommended Order
PDF:
Date: 04/03/1987
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
JAMES E. BRADWELL
Date Filed:
09/02/1986
Date Assignment:
09/02/1986
Last Docket Entry:
04/03/1987
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN PART OR MODIFIED
 

Related DOAH Cases(s) (1):

Related Florida Statute(s) (9):

Related Florida Rule(s) (1):