87-003599BID Midwest Industrial Painting Of Florida, Inc. vs. Department Of Transportation
 Status: Closed
Recommended Order on Tuesday, September 15, 1987.


View Dockets  
Summary: Apparent low bidder found to be nonresponsive and unqualified. Bid awarded to lowest responsive bidder

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MIDWEST INDUSTRIAL PAINTING )

12OF FLORIDA, INC. , )

16)

17Petitioner , )

19)

20vs. )

22)

23DEPARTMENT OF TRANSPORTATION , )

27) CASE NO. 87-3599B1D

31Respondent , )

33and )

35)

36CONE CONSTRUCTORS, INC. , )

40)

41Intervenor-Respondent. )

43____________________________________)

44RECOMMENDED ORDER

46Pursuant to notice, the above matter was heard before the Division of

58Administrative Hearings by its duly designated Hearing Officer, Donald R.

68Alexander, on August 31, 1987 in Tallahassee, Florida.

76APPEARANCES

77For Petitioner: Mark A. Linsky, Esquire

831509 Sun City Center Plaza, Suite B

90Sun City, Florida 33570

94For Respondent: James W. Anderson, Esquire

100Department of Transportation

103Haydon Burns Building, Mail Station 58

109Tallahassee, Florida 32399-0450

112For Intervenor John A. Radey, Esquire

118Respondent: Mark Freund, Esquire

122Post Office Box 11307

126Tallahassee, Florida 32302

129BACKGROUND

130On August 3, 1987, respondent, Department of Transportation (DOT), issued

140proposed agency action advising all bidders on State Job Number 90030-3539 that

152intervenor-respondent, Cone Constructors, Inc. (CCI), had submitted the lowest

161and most responsive bid, and would be awarded the contract on the project.

174Thereafter, petitioner, Midwest Industrial Painting of Florida, Inc. (Midwest),

183timely filed its notice of protest. A formal protest was later filed on August

19712, 1987. In its protest petitioner generally alleged that a certificate of

209qualification authorizing the contractor to perform bridge painting was required

219as a prerequisite to filing a bid, and that DOT had awarded the contract to the

235apparent low bidder even though that bidder did not possess a certificate of

248qualification. Petitioner contends this action was erroneous, and asks that it

259be awarded the bid as well as attorney fees and costs.

270The matter was referred to the Division of Administrative Hearings by DOT

282on August 18, 1987, with a request that a hearing officer be assigned to conduct

297a hearing. By notice of hearing dated August 19, 1987, a final hearing was

311scheduled for August 31, 1987 in Tallahassee, Florida.

319On August 26, 1987 intervenor-respondent, Cone Constructors, Inc., filed a

329petition to intervene. This petition was granted at the conclusion of a

341telephonic motion hearing held on August 28, 1987.

349At final hearing petitioner presented the testimony of William F. Ventry,

360Robert D. Buser, Murray Yates, John Fikaris, Charles Goodman, J. Ted Barefield

372and Louis Songer and offered petitioner's exhibits 1-4 which were received in

384evidence. Intervenor-respondent presented the testimony of Michael L. Cone and

394offered intervenor's exhibits 1-4. Only exhibits 1 and 2 were received in

406evidence. In addition, the parties stipulated into evidence joint exhibits 1-9.

417Petitioner's ore tenus motion at final hearing to strike the protest of CCI was

431denied.

432This Recommended Order has been prepared without the benefit of a

443transcript of hearing. Proposed findings of fact and conclusions of law were

455filed by the parties on September 10, 1987. A ruling on each proposed finding

469of fact has been made in the Appendix attached to this Recommended Order.

482The issue herein is whether respondent was correct in awarding the bid on

495State Job No. 90030-3539 to Cone Constructors, Inc., and if not, what action

508should be taken by the agency.

514Based upon all of the evidence, the following findings of fact are

526determined:

527FINDINGS OF FACT

530A. Introduction

5321. On an undisclosed date, respondent, Department of Transportation (DOT),

542gave notice to qualified and interested contracting firms that it was accepting

554bids from firms interested in providing various services on State Job No. 90030-

5673539. Such bids were due on or before June 24, 1987. In general terms, the

582project required the successful bidder to perform various maintenance services

592on the Old Seven Mile Bridge between Pigeon Key and Knight Key just southwest of

607Marathon in Monroe County, Florida. The parties have stipulated that the

618project involves the following classes of work:

625Bridge painting 82 percent

629Restoration of spalled areas 6 percent

635Miscellaneous concrete and steel 9 percent

641Maintenance of traffic 3 percent

6462. In response to this offer, three contractors submitted timely bids.

657These included petitioner, Midwest Industrial Painting of Florida, Inc.

666(Midwest), intervenor-respondent, Cone Constructors, Inc. (CCI), and J. D.

675Abrams, Inc. Their respective bids were $1,746,390, $1,122,000 and $2,149,345.

691The parties have stipulated that the bids of both CCI and Midwest are below the

706DOT budget estimate and preliminary estimate for the project.

7153. On August 3, 1987 DOT posted its intent to award the project to CCI,

730which submitted the lowest dollar bid. Thereafter, petitioner timely filed a

741protest challenging the award of the contract to CCI. In its formal protest,

754Midwest contended that CCI was ineligible to submit a bid since it was not

768prequalified by DOT to perform bridge painting, a service required for this job.

781The filing of the protest prompted the instant proceeding.

790B. The Project

7934. The Old Seven Mile Bridge, once a vital link in the Florida Keys

807highway network, was replaced in the early 1980s with a new Seven Mile Bridge.

821Since its replacement, the old bridge has had very little, if any, traffic and

835is no longer in service as a state highway. Indeed, its center span has been

850removed, and it is used primarily as two fishing piers by avid anglers and for

865access to Pigeon Key where a University of Miami research facility is located.

8785. The legislature recently mandated that the old bridge be turned over to

891the Department of Natural Resources (DNR). So that DNR receives the bridge in

904good condition, DOT intends to perform all necessary maintenance and

914rehabilitation prior to its turnover. The project has been identified as State

926Job 90030-3539. The job includes painting the exposed structural steel, doing

"937corrective measures" to portions of the structural members, and other

947miscellaneous work. The project will be funded wholly with state funds, and is

960not considered a critical job.

9656. Although at hearing DOT personnel considered the structural work to be

977the most important aspect of the project, and the painting to be incidental, DOT

991did not prepare the bid specifications in this manner. Rather, it elected to

1004prepare the specifications listing bridge painting as normal work. By

1014categorizing the work in this manner, DOT did not contravene any statute, rule

1027or standard. Had DOT categorized painting as "specialty" or incidental work on

1039the project, painting would have been considered an incidental aspect of the

1051job, and bidders would not have to be prequalified in bridge painting. However,

1064DOT did not assert its specifications were in "error," or that this might serve

1078as a ground to reject all bids. Indeed, there is no evidence that any bidder

1093was confused or had any doubt as to the services required under the contract.

1107C. Prequalification Requirements

11107. DOT requires that, on projects exceeding a cost of $250,000, bidders

1123obtain a certificate of qualification setting forth the areas (classes) in which

1135they are qualified to perform work. This is commonly known as prequalification.

1147One of these classes of competency is bridge painting, which constituted

1158approximately 82 percent of the work to be done on Old Seven Mile Bridge. The

1173parties have stipulated that CCI's certificate of qualification did not include

1184bridge painting as an area in which it had been qualified. Despite several

1197post-June 24 requests by DOT to furnish additional information, CCI had not yet

1210supplied such data at the time of hearing as would enable it to qualify. On the

1226other hand, Midwest was conditionally qualified in this area, but, because of

1238certain DOT reservations, its certificate was due to expire on June 15, 1987.

1251However, Midwest requested a Section 120.57(1) hearing to contest this

1261expiration date, and Midwest has, with DOT's acquiescence, continued to use its

1273certificate for bidding purposes until an adjudication of the claim is made.

12858. Without a certificate of qualification, DOT rules provide that a

1296contractor not be given bid documents that would enable it to submit a bid.

1310Further, DOT witnesses confirmed that no bidder has ever been authorized to

1322become prequalified after it had submitted a bid, nor has a nonqualified bidder

1335been awarded a contract. The agency does have a "policy" of allowing

1347contractors who are qualified in the major work class of minor bridge work (but

1361who are not qualified in bridge painting) to receive bid documents on certain

1374major projects. Even so, this policy, however applied in the past, has never

1387been used on a project such as this, and DOT officials confirmed that this was

1402the first time bid documents had been erroneously sent to a nonqualified bidder.

1415D. DOT's Reaction to the Bids

14219. Through "inadvertence" or "error," DOT furnished bid documents to CCI.

1432Thereafter, CCI, Midwest and a third contractor submitted bid proposals. When

1443the bids were opened, DOT discovered that the lowest dollar bidder (CCI) had not

1457been prequalified on bridge painting. The bids were then routed to the DOT

1470technical review committee, a five person committee that reviews projects where

1481the bids do not conform with award criteria. This committee made no

1493recommendation and was "uncommitted." The matter was then reviewed by the DOT

1505awards committee which unanimously recommended that the contract be awarded to

1516CCI even though it had not prequalified on one segment of the work.

152910. In proposing that the contract be awarded to CCI, DOT acknowledges

1541that this is not its normal practice. Indeed, it concedes that this is probably

1555the first occasion that it has proposed to award a contract to a nonqualified

1569bidder. However, it considers the project "unique" in the sense that the bridge

1582will be turned over to DNR immediately after the work is completed. In

1595addition, by using CCI, it can save around $624,000 in state funds which can be

1611used to claim almost another $6 million in matching federal funds for other

1624state work. Finally, DOT is fully satisfied that CCI is capable of performing

1637the work on the project, particularly since it considers the structural repairs

1649the most important aspect of the job. If CCI's bid is rejected, DOT's

1662preference is to reject all bids and relet the project.

167211. The agency's nonrule policy is that, for projects valued at more than

1685$250,000, a contract will be awarded if the lowest bid is no more than seven

1701percent above DOT's estimate of the project's value. In this case, both CCI and

1715Midwest submitted bids below DOT's budget and preliminary estimates.

1724E. The Bidders

172712. Midwest, which is located in Tarpon Springs, Florida, has been in the

1740bridge painting business for many years, and has worked on DOT projects since

17531974. This is the first occasion the firm has filed a protest. The firm is

1768capable of performing the required work. Although its certificate of

1778qualification was supposed to expire on June 15, or before the June 24 bid

1792opening day, Midwest challenged this action and the certificate continues to be

1804used for bidding purposes.

180813. The apparent low bidder (CCI) is located in Tampa, Florida and has

1821been engaged in a number of DOT projects since it was formed approximately five

1835years ago. It is now working on three other DOT bridge projects. The firm was

1850prequalified in the bridge painting class in 1983 and 1984, but for some reason,

1864allowed its qualification to lapse. Its present certificate is valid until

1875April 30, 1988 and qualifies CCI to bid on several types of major bridge

1889projects. CCI stands by its bid proposal, and is fully confident the work can

1903be done for $600,000 less than proposed by Midwest. The firm has access to the

1919necessary equipment and manpower to perform the job.

1927CONCLUSIONS OF LAW

193014. The Division of Administrative Hearings has jurisdiction of the

1940subject matter and the parties thereto pursuant to Subsection 120.57(1), Florida

1951Statutes (Supp. 1986).

195415. On bid projects such as this, Subsection 337.11(3)(a), Florida

1964Statutes (1987), vests in DOT the following discretion:

1972(a) The department may award the proposed

1979work to the lowest responsible bidder, or it

1987may reject all bids and proceed to

1994readvertise the work or otherwise perform the

2001work.

2002Also relevant is Subsection 337.14(1), Florida Statutes (1987) which reads in

2013pertinent part:

2015(1) Any person desiring to bid for the

2023performance of any construction contract in

2029excess of $250,000 which the department

2036proposes to let must first be certified by

2044the department as qualified pursuant to this

2051section and rules of the department.

2057(Emphasis added)

2059To implement the latter statute, DOT has promulgated Chapter 14- 22, Florida

2071Administrative Code, which sets forth the procedure for contractors to obtain a

2083certificate of qualification.

208616. In their post-hearing filings, the parties have suggested that several

2097different results be reached. On the one hand, petitioner contends that DOT's

2109action in awarding the bid to CCI, an unqualified bidder, was erroneous, and

2122that DOT is now obliged to award the contract to Midwest, the next lowest

2136bidder. Conversely, both the agency and CCI contend that the project is

"2148unique" from other state jobs, that the circumstances herein warrant a

2159deviation from the normal agency practice of rejecting a bid from a non-

2172prequalified bidder, that CCI is qualified to perform the work even though a

2185certificate of qualification has not been formally obtained, and that the state

2197can save over $600,000 plus matching federal funds by utilizing CCI. In the

2211alternative, they urge that all bids be rejected, and that the project be relet.

2225CCI also contends that Midwest (a) is not qualified to submit a bid because its

2240certificate expired on June 15, 1987 and (b) has no standing to bring this

2254action since it was not certified, and even if it was, it failed to post a bond

2271as required by Subsection 337.11(3)(d), Florida Statutes (1987). Finally, CCI

2281contends that the bid specifications contained an error, and that, by virtue of

2294certain state action, the agency is now estopped from taking away its contract.

230717. Before addressing the parties' arguments, several broad principles

2316regarding the bidding process should be noted. First, the challenging party

2327carries the burden of demonstrating that the agency's action was arbitrary and

2339capricious, or was otherwise improper. Cf. Capeletti Brothers, Inc. v. State,

2350Department of General Services, 432 So.2d 1359, 1363-64 (Fla. 1st DCA 1983)(no

2362error in requiring challenging party to bear burden of proving agency action

2374incorrect). To do this, the challenger must show that the agency was not

"2387proceeding rationally within the bounds of discretion," Couch Construction Co.,

2397Inc. v. Department of Transportation, 361 So.2d 172, 175 (Fla. 1st DCA 1978),

2410and that the agency's decision was not based on facts which reasonably support

2423its decision. Mayes Printing Company v. Flowers, 154 So.2d 859, 864 (Fla. 1st

2436DCA 1963). At the same time, it is well-established that the agency is accorded

"2450wide discretion in soliciting and accepting bids for public improvement, and

2461its decision, when based on an honest exercise of this discretion, will not be

2475overturned by a court even if it may appear erroneous and even if reasonable

2489persons may disagree." Liberty County v. Baxter's Asphalt and Concrete, Inc.,

2500421 So.2d 505, 507 (Fla. 1982). Even so, this discretion is not unlimited, and

2514must be exercised in a fair and evenhanded manner. Groves-Watkins Constructors

2525v. State, Department of Transportation, 12 FLW 1465 (Fla. 1st DCA June 11, 1987)

2539reh. denied 12 FLW 1869 (Fla. 1st DCA August 4, 1987). Finally, a bidder

2553cannot be permitted to change its bid after the bids have been opened, except to

2568cure minor irregularities Harry Pepper & Associates, Inc. v. The City of Cape

2581Coral, 352 So.2d 1190.1192 (Fla. 2nd DCA 1977). Where a bidder submits a bid

2595containing a "material variance," the bid is unacceptable. Robinson Electrical

2605Co., Inc. v. Dade County, 417 So.2d 1032, 1034 (Fla. 3rd DCA 1982).

261818. In the case at bar, both the general law [s. 337.14(1), F.S.] and

2632agency rules promulgated thereunder (Chapter 14-22) explicitly require that a

2642bidder be prequalified in all relevant classes of work before it can submit a

2656bid. Since CCI was not prequalified to perform bridge painting, a major

2668component of the contract, it was ineligible to submit a bid. Therefore, CCI

2681was not a qualified or responsible bidder, and its bid should have been

2694rejected. Robinson Electrical Co., supra; E. M. Watkins & Company, Inc. v.

2706Board of Regents, 414 So.2d 583 (Fla. 1st DCA 1982). In addition, CCI could not

2721qualify after the bids were submitted since this would give CCI an unfair

2734advantage over those who had to prequalify. See, for example, City of Opa-Locka

2747vustees of the Plumbing Industry Promotion Fund, 193 So.2d 29, 32 (Fla. 3rd

2760DCA 1966). Notwithstanding CCI's nonconforming bid, DOT and CCI argue that

2771because of the "unique" nature of the project, and the intended savings, DOT had

2785the discretion to award CCI the contract. But, by failing to honor applicable

2798statutes and rules, which clearly held CCI unqualified to bid, DOT acted in an

2812arbitrary and capricious manner. Further, by simply characterizing the project

2822as unique, DOT did not have a sufficient factual basis to reasonably support its

2836decision to ignore the clear language in Subsection 337.14(1), Florida Statutes

2847(1987). Moreover, by failing to give advance notice to other vendors that the

2860project was "unique," and that prequalification requirements might be waived,

2870DOT allowed the bidding process to become tainted, and ultimately gave

2881preferential treatment to CCI to the detriment of others. Therefore, it is

2893concluded the agency acted arbitrarily and capriciously in awarding the contract

2904to CCI.

290619. With the case in this posture, the parties still disagree as to the

2920proper action to be taken by DOT. Petitioner contends that DOT's only

2932alternative is to award the contract to Midwest, the next lowest and most

2945responsive bidder, particularly since its bid was below DOT's budget estimate

2956for the project. Conversely, DOT and CCI contend that the agency may now reject

2970all bids and relet the project, relying principally upon Subsection

2980337.11(3)(a), Florida Statutes (1987), which provides that "the department may

2990award the proposed work to the lowest responsible bidder, or it may reject all

3004bids and readvertise the work." (e.s.) CCI, but not DOT, also suggests that the

3018specifications contained an error, thereby requiring the reletting of the

3028project. The issue, then, is whether DOT may initially award a contract to an

3042obviously unqualified bidder, and if such action is challenged in a de novo

3055hearing, to then have the right to reject all bids and relet the contract.

306920. In Groves-Watkins, supra, the court cautioned that DOT does not have

3081unbridled discretion to reject any and all bids with or without cause. The

3094reason for this is that rejection of all bids "then becomes a means of allowing

3109a favored bidder another chance to submit a low bid." Wood-Hopkins Contracting

3121Co. v. Roger J. Au & Son, Inc., 354 So.2d 446, 450 (Fla. 1st DCA 1978). Here

3138DOT's preference to reject all bids is ostensibly premised on the hope that the

3152new Successful bidder will submit a bid comparable in amount to CCI's first bid,

3166or a $624,000 savings over Midwest's proposal. The testimony also supports an

3179inference that the bid specifications may be restructured so that painting will

3191be classified as specialty work, thereby allowing CCI to rebid without having to

3204prequalify in that class. However, in light of DOT's nonrule policy that a

3217vendor shall be awarded a contract if its bid proposal is not seven percent

3231above DOT's budget estimate, and there being no compelling reason to deviate

3243from this policy, the contract should be awarded to Midwest. 1/ Moreover, by

3256reletting the bid, it would give the favored bidder an opportunity to qualify,

3269or allow DOT to restructure the specifications so that CCI might not have to

3283prequalify. This is precisely the type of action which the courts have sought

3296to prevent. Wood-Hopkins, 354 So.2d at 450. Therefore, the contract on State

3308Job 90030-3539 should be awarded to Midwest, the lowest responsive bidder on the

3321project.

332221. The contention by CCI that Midwest is not qualified to bid on the

3336project is rejected. Since Midwest has sought review of DOT's action to

3348withdraw its certification as of June 15, 1987, the withdrawal of the

3360certification is not effective until Section 120.57(1) proceedings have been

3370concluded. See Subsection 120.60(6), F.S. (1985).

337622. Intervenor also contends petitioner lacks standing to bring this

3386action for two reasons. It first points out that Subsection 337.11(3)(d),

3397Florida Statutes (1987), requires a person to be certified on a project in order

3411to file a protest. But, as noted above, Midwest's certification remains valid

3423pending its administrative appeal of DOT's conditional rating. Secondly, by

3433post-hearing argument, CCI points out for the first time that Midwest failed to

3446prove at hearing that it posted a bond with DOT prior to filing its protest as

3462required by Subsection 337.11(3)(d), Florida Statutes (1987). However, this

3471matter was not raised in the pretrial stipulation or at final hearing.

3483Accordingly, the issue is deemed to have been waived. Further, it is not

3496essential to a resolution of the merits of this case.

350623. CCI next contends the bid specifications contained an "error" in that

3518bridge painting was classified as normal work, and not an incidental aspect of

3531the job. However, there is no evidence that the parties misunderstand the

3543specifications, Capeletti Brothers, Inc. v. State Department of General

3552Services, 432 So.2d 1359, 1363 (Fla. 1st DCA 1983), or that DOT's classification

3565of painting as regular work violated any DOT standard, rule or statute. Rather,

3578DOT had the choice to categorize painting as either regular or incidental work,

3591and chose the former. The argument is accordingly rejected.

360024. Finally, CCI contends the doctrine of estoppel applies, and that DOT

3612is estopped from awarding the contract to Midwest. It posits, inter alia, that

3625by giving bid documents to CCI, DOT made a representation, which CCI relied

3638upon, that CCI was qualified to bid on the project. However, an error by DOT

3653officials in initially issuing the bid documents cannot be used to apply

3665estoppel against the state. Greenhut Construction Company, Inc. v. Henry A.

3676Knott, Inc., 247 So.2d 517, 524 (Fla. 1st DCA 1971)(state cannot be estopped by

3690the unauthorized acts or representations of its officers); Cf. Austin v. Austin,

3702350 So.2d 102, 105 (Fla. 1st DCA 1977) cert. denied, 357 So.2d 184 (Fla.

37161978)(administrative officers of state cannot estop the state through mistaken

3726statements of the law). CCI also contends that DOT's long-standing policy is to

3739allow contractors qualified in major bridge work (but not qualified in bridge

3751painting) to receive bid documents involving painting work. But, this argument

3762is irrelevant since the "policy" applies only to major projects (unlike this)

3774and has never been used to justify awarding a contract to a nonqualified bidder

3788on this type of project.

3793RECOMMENDATION

3794Based on the foregoing findings of fact and conclusions of law, it is

3807RECOMMENDED that a Final Order be entered rejecting the bid of Cone

3819Constructors, Inc. on the ground it was unqualified and non-responsive, and

3830instead awarding the contract on State Job 90030-3539 to Midwest Industrial

3841Painting of Florida, Inc., which submitted the lowest responsive bid.

3851DONE AND ORDERED this 15th day of September, 1987, in Tallahassee, Leon

3863County, Florida.

3865_________________________________

3866DONALD R. ALEXANDER

3869Hearing Officer

3871Division of Administrative Hearings

3875The Oakland Building

38782009 Apalachee Parkway

3881Tallahassee, Florida 32399-1550

3884(904) 488-9675

3886Filed with the Clerk of the

3892Division of Administrative Hearings

3896this 15th day of September, 1987.

3902ENDNOTE

39031/ CCI's contention that Midwest is unqualified because of a DOT delinquency

3915determination on another job is rejected. This factor played no role whatever in

3928DOT's decision to use CCI rather than Midwest.

3936APPENDIX TO RECOMMENDED ORDER, CASE NO. 87-3338BID

3943Petitioner: *

394520. Covered in finding of fact 1.

395221. Covered in finding of fact 8.

395922. Covered in finding of fact 8.

396623. Rejected as unnecessary.

397024. Rejected as unnecessary.

397425. Rejected as unnecessary.

397826. Rejected as unnecessary.

398227. Covered in finding of fact 13.

398928. Covered in finding of fact 13.

399629. Rejected as being unnecessary.

400130. Covered in finding of fact 9.

400831. Covered in finding of fact 9.

401532. Covered in finding of fact 11.

402233. Rejected as being unnecessary.

402734. Rejected as irrelevant.

403135. Rejected as irrelevant.

403536. Rejected as irrelevant.

403937. Rejected as irrelevant.

404338. Covered in finding of fact 7.

405039. Rejected as being unnecessary.

405540. Rejected as irrelevant.

4059* Proposed findings 1-19 are a recitation of stipulated facts, a list of

4072exhibits admitted into evidence, and the names of witnesses who testified at

4084final hearing. These matters are covered in background and in numerous

4095findings.

409641. Rejected as irrelevant.

410042. Rejected as irrelevant.

410443. Rejected as irrelevant.

410844. Covered in finding of fact 7.

411545. Covered in finding of fact 7.

412246. Covered in finding of fact 7.

412947. Covered in finding of fact 7.

4136Respondent:

41371. Covered in numerous findings.

41422. Covered in finding of fact 13.

41493. Covered in finding of fact 13.

41564. Covered in finding of fact 13.

41635. Rejected as being unsupported by the evidence.

41716. Rejected Since the undersigned has concluded, as a matter of law, that

4184the agency's action was arbitrary and capricious.

4191Intervenor: *

41931. Covered in finding of fact 7.

42002. Rejected as unnecessary to the resolution of issues.

42093. Covered in findings of fact 1 and 2.

42181. Covered in finding of fact 5.

42252. Covered in finding of fact 4.

42323. Covered in finding of fact 2.

4239* Intervenor submitted alternative sets of proposed findings, hence the

4249duplicative numbers.

42514. Covered in finding of fact 3.

42585. Covered in finding of fact 10.

42656. Covered in background.

42697. Rejected as irrelevant to the resolution of issues.

42788. Covered in background and finding of fact 3.

42879. Covered in finding of fact 8.

429410. Partially used in findings of facts 1 and 6. The remainder is

4307rejected as being contrary to the evidence. Specifically, DOT did not award the

4320bid to CCI because, once it opened the bids, it discovered it had made an "error

4336in failing to classify the painting work . . . as specialty work." Further, DOT

4351has never contended it wishes to relet the project because the specifications

4363contain an error.

436611. Rejected as being irrelevant since the parties have stipulated bridge

4377painting constitutes 82 percent of the work.

438412. Covered in finding of fact 6.

439113.-15. Rejected as irrelevant since the doctrine of estoppel does not

4402apply.

440316. Rejected as being both unnecessary and irrelevant.

441117. Covered in finding of fact 13.

441818. Covered in finding of fact 7.

442519. Rejected as irrelevant to a resolution of the issues.

443520. Covered in finding of fact 13.

444221. Covered in finding of fact 13.

4449COPIES FURNISHED:

4451Mark A. Linsky, Esquire

44551509 Sun City Center Plaza

4460Suite B

4462Sun City, Florida 33570

4466James W. Anderson, Esquire

4470Haydon Burns Building, MS-58

4474Tallahassee, Florida 32399-0450

4477John A. Radey, Esquire

4481Mark Freund, Esquire

4484Post Office Box 11307

4488Tallahassee, Florida 32302

4491Kaye N. Henderson, P.E.

4495Secretary

4496Department of Transportation

4499Haydon Burns Building

4502Tallahassee, Florida 32399-0450

4505Thomas H. Bateman, III, Esquire

4510General Counsel

4512Haydon Burns Building, MS-58

4516Tallahassee, Florida 32399-0450

4519=================================================================

4520AGENCY FINAL ORDER

4523=================================================================

4524STATE OF FLORIDA

4527DEPARTMENT OF TRANSPORTATION

4530MIDWEST INDUSTRIAL PAINTING

4533OF FLORIDA, INC.,

4536Petitioner,

4537vs. CASE NO. 87-3599BID

4541FLORIDA DEPARTMENT OF

4544TRANSPORTATION,

4545Respondent,

4546and

4547CONE CONSTRUCTORS, INC.,

4550Intervenor.

4551_______________________________/

4552FINAL ORDER

4554The record in this proceeding has been reviewed along with the Recommended

4566Order of the Hearing Officer, copy attached. Respondent, Florida Department of

4577Transportation (hereinafter referred to as "FDOT") and Intervenor, Cone

4587Constructors, Inc. (hereinafter "Cone"), have filed exceptions to the

4597Recommended Order which are considered and addressed in this Order. Petitioner,

4608Midwest Industrial Painting of Florida, Inc., shall be referred to hereinafter

4619as "Midwest".

4622The Recommended Order is considered correct in fact and is considered

4633correct in law with the exception of ITB reliance upon Groves-Watkins

4644Constructors v. State, Department of Transportation, 12 F.L.W. 1465 (Fla. 1st

4655DCA June 11, 1987), reh. denied, 12 F.L.W. 1869 (Fla. 1st DCA August 4, 1987),

4670pet. for rev. pending, No. 71,081. Groves-Watkins involved a contract bid

4682dispute giving rise to the issue of whether the original low bidder on a highway

4697construction project was entitled to award of a contract for the project where

4710FDOT, after receipt of the initial bids, rejected all bids as excessive and

4723directed that the project be rebid. Unlike the case at bar, the lowest bid in

4738Groves-Watkins was sole 29 percent over the bid estimate. Here, however, the

4750dispute centered upon FDOT's allegedly erroneous award of the contract to the

4762apparent low bidder who did not possess the appropriate certificate of

4773qualification. Accordingly, Groves-Watkins is readily distinguishable from, and

4781therefore wholly inapposite to, the instant case. The Recommended Order, with

4792this exception, is incorporated as part of this Final Order.

4802On September 28, 1987, FDOT filed Exceptions to the Recommended Order. The

4814first exception seeks to avoid the operation of the prequalification requirement

4825on the basis of the contention that the contract in issue is really a

4839maintenance contract as opposed to a construction contract. This line of

4850argument was not timely raised at the hearing and is deemed waived. Moreover,

4863since Rule 14-22.003(2)(g), Fla. Admin. Code provides for prequalification of

4873contractors wishing to perform incidental classes of work such as bridge

4884painting, FDOT's exception is rejected as contrary to the letter and spirit of

4897the rule.

4899By stipulation the parties agreed that bridge painting constituted 82

4909percent of the work. The Hearing Officer found that the specifications listed

4921bridge painting as normal work; found that prequalification in the area of

4933bridge painting was required; and found that waiver of prequalification had

4944never been used on a project of this type. Therefore the first exception is

4958without merit.

4960FDOT's second exception pertains to interpretation of 337.14(5), Fla.

4969Stat., in terms of permissive as opposed to mandatory language. This exception

4981is rejected because Rules 14-22.002, 14-22.003, and 14-22.008, Fla. Admin.

4991Code, read in pari materia clearly require prequalification in "bridge painting"

5002for purposes of bidding on the instant contract. Rule 14-22.008(1) clearly

5013states:

5014Proposal documents for a specific project

5020shall be issued only to a prospective

5027bidder who has been issued a qualification

5034certificate covering one or more classes of

5041work which, in the aggregate, comprises 50

5048percent or more of the total value of normal

5057work included in the proposal documents.

5063FDOT's final exception is rejected because it has already been covered

5074in the amendment to the Hearing Officer's Conclusions of Law regarding his

5086reliance upon Groves-Watkins, supra.

5090Cone filed ITB exceptions to the Recommended Order on September 25, 1987.

5102Cone's exceptions going to the Hearing Officer's Findings of Fact and rejection

5114of Cone's proposed factual findings are rejected in their entirety due to Cone's

5127failure to provide a transcript of the hearing in this cause, which necessarily

5140precludes conducting the review necessary to effect a substitution of Cone's

5151findings for those of the Hearing Officer. Florida Dept. of Corrections v.

5163Bradley, 510 So.2d 1122 (Fla. 1st DCA 1987). Since it is the Hearing Officer's

5177function to consider all the evidence presented, resolve conflicts, judge

5187credibility of witnesses, draw permissible inferences from the evidence and

5197reach ultimate findings of fact based on competent, substantial evidence; FDOT

5208is in no position in this case to address the disputes Cone has raised with the

5224Hearing Officer's Findings of Fact and ultimate factual conclusions. See

5234Heifetz v. Department of Business Regulation, 475 So.2d 1277 (Fla. 1st DCA

52461985).

5247Additionally, Cone's argument concerning ITB proposed finding going to the

5257absence of a bid protest bond is entirely devoid of merit, since the Hearing

5271Officer found that this issue was waived by Cone's failure to raise the issue by

5286pretrial stipulation or by evidence at the final hearing and because FDOT's

5298records indicate that a bond was filed on August 13, 1987. FDOT would not have

5313forwarded the matter to DOAH if the protest had not been perfected by the filing

5328of a protest bond.

5332Each of Cone's exceptions concerning FDOT's exercise of discretion have

5342been addressed by the Hearing Officer and have been rejected or distinguished.

5354The concern with award to Midwest and the added cost is addressed herein with

5368regard to the 7 percent award policy. Cone's contention in ITB third exception

5381that FDOT had a policy of allowing contractors qualified in minor bridge to bid

5395on painting contracts was rejected by the Hearing Officer. The Hearing Officer

5407concluded this policy "has never been used on a project such as this. See Page

54227 of the Recommended Order.

5427The arguments concerning errors in the bid documents, estoppel, Midwest's

5437qualifications, and FDOT's error in providing bid documents to Cone are

5448thoroughly addressed by the Hearing Officer in the Recommended Order.

5458Finally, Cone's "exceptions" to the Hearing Officer's Conclusions of Law,

5468viewed in their actual light, are really nothing more than proposed fact

5480findings "thinly disguised as conclusions of law." Cf. South Fla. Water

5491Management Dist. v. Caluwe, 459 So.2d 390, 395 (Fla. 4th DCA 1984).

5503Consequently, they too must be rejected due to the absence of the transcript and

5517the concomitant inability of the Department to conduct the requisite record

5528review. Florida Dept. of Corrections v. Bradley, supra.

5536It is clear from the Hearing Officer's Recommended Order, Section

5546337.14(1), Fla. Stat., and FDOT's rules that prequalification is required to bid

5558on a bridge painting contract which exceeds $250,000.00. Cone was not

5570prequalified in the area of bridge painting, so Cone's bid must be rejected as

5584nonresponsive. The remaining bids must then be viewed as if Cone's bid were

5597never submitted.

5599As found by the Hearing Officer, it is FDOT's nonrule policy to award a

5613project if the lowest bid is no more than seven percent above FDOT's estimate of

5628the project's cost. The parties stipulated that Midwest Industrial Painting of

5639Florida, Inc. submitted a bid below the FDOT budget estimate and preliminary

5651estimate for the project. Applying FDOT's nonrule policy to the facts in this

5664case requires the acceptance of Midwest's bid.

5671Though Cone attempts to provide a basis in ITB exceptions for the rejection

5684of all bids through ITB argument concerning the discretion of FDOT to award or

5698reject bid, FDOT is cognizant of the requirements of Section 120.68(12), Fla.

5710Stat. (1985). Section 120.68(12) requires the reversal of a final order if the

5723agency exercises ITB discretion inconsistent with an agency rule or inconsistent

5734with an officially stated agency policy or prior agency practice. To award the

5747contract to Cone in violation of the prequalification statute and rules or to

5760reject all bids in violation of the 7 percent award criteria would be an abuse

5775of discretion and provide the appearance of favoritism, whether intended or not.

5787ACCORDINGLY, IT IS ORDERED, that the bid of Cone Constructors, Inc. is

5799rejected and the contract for State Job No. 90030-3539 is AWARDED to Midwest

5812Industrial Painting of Florida, Inc.

5817DONE AND ORDERED this 4th day of December, 1987, at Tallahassee, Florida.

5829______________________________

5830KAYE N. HENDERSON, P.E.

5834Secretary

5835Department of Transportation

5838Haydon Burns Building

5841605 Suwannee Street

5844Tallahassee, Florida 32399

5847Judicial review of agency final order may be

5855pursued in accordance with Section 120.68,

5861Florida Statutes, and Florida Rules of

5867Appellate Procedure 9.030(b)(1)(c) and 9.110.

5872To initiate an appeal, a Notice of Appeal

5880must be filed with the Department's Clerk

5887of Agency Proceedings, Haydon Burns Building,

5893605 Suwannee Street, Mail Station 58,

5899Tallahassee, Florida 32399-0458, and with the

5905appropriate District Court of Appeal within 30

5912days of the filing of this Final Order with

5921the Department's Clerk of Agency Proceedings.

5927The Notice of Appeal filed with the District

5935Court of Appeal should be accompanied by the

5943filing fee specified in Section 35.22(3),

5949Florida Statutes.

5951Copies furnished to:

5954DONALD ALEXANDER, Hearing Officer

5958Division of Administrative Hearings

5962The Oakland Building

59652009 Apalachee Parkway

5968Tallahassee, Florida 32399-1550

5971MARK FRUEND, ESQUIRE

5974JOHN RADEY, ESQUIRE

5977101 North Monroe Street

5981Tallahassee, Florida 32302

5984MARK A. LINSKY, ESQUIRE

59881509 Sun City Center Plaza

5993Suite B

5995Sun City Center, Florida 33570

6000JAMES W. ANDERSON, ESQUIRE

6004Department of Transportation

6007Haydon Burns Building, Mail Station 58

6013605 Suwannee Street

6016Tallahassee, Florida 32399-0458

6019J. TED BAREFIELD

6022Bureau of Contracts Administration

6026Haydon Burns Building, Mail Station 55

6032Tallahassee, Florida 32399

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 12/04/1987
Proceedings: Agency Final Order
PDF:
Date: 09/15/1987
Proceedings: Recommended Order
PDF:
Date: 09/15/1987
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
D. R. ALEXANDER
Date Filed:
08/18/1987
Date Assignment:
08/18/1987
Last Docket Entry:
09/15/1987
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Related DOAH Cases(s) (2):

Related Florida Statute(s) (6):

Related Florida Rule(s) (3):