93-003971BID Butler Construction Company vs. Department Of Corrections
 Status: Closed
Recommended Order on Thursday, September 2, 1993.


View Dockets  
Summary: Lowest Bidder's submission of more than one r.o. qualif. form not a devia- tion from bid specs and thus DOC acted properly in not rejecting bid.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8BUTLER CONSTRUCTION COMPANY, )

12)

13Petitioner, )

15)

16vs. ) CASE NO. 93-3971BID

21)

22DEPARTMENT OF CORRECTIONS, )

26)

27Respondent. )

29________________________________)

30RECOMMENDED ORDER

32Pursuant to notice, a formal hearing was conducted in this case on August

456, 1993, in Tallahassee, Florida, before Stuart M. Lerner, a duly designated

57Hearing Officer of the Division of Administrative Hearings.

65APPEARANCES

66For Petitioner: Jeffrey L. Gibson, Vice President

73Butler Construction Company

76210 Hardee Lane

79Post Office Box 560398

83Rockledge, Florida 32956-0398

86For Respondent: R. Beth Atchison, Esquire

92Steven S. Ferst, Esquire

96Office of the General Counsel

101Department of Corrections

1042601 Blair Stone Road

108Tallahassee, Florida 32399-2500

111STATEMENT OF THE ISSUE

115Whether the Department of Corrections (hereinafter referred to as the

"125Department") should sustain Petitioner's challenge to the preliminary

134determination to award the contract for Department Project No. NV-30A to McMahan

146Construction Company, Inc.?

149PRELIMINARY STATEMENT

151By letter dated July 9, 1993, Petitioner protested the preliminary

161determination to award the contract for Department Project No. NV-30A to McMahan

173Construction Company, Inc. (hereinafter referred to as "McMahan"). In its

184letter, Petitioner claimed that McMahan's bid should have been declared

"194unresponsive" because McMahan "submitted Reverse Osmosis ("R.O.")

203Qualifications Forms for more tha[n] one vendor." According to Petitioner,

"213[t]his [was] not in conformance with the Bid Documents and gave [McMahan] an

226unfair advantage." On July 22, 1993, the matter was referred to the Division of

240Administrative Hearings for the assignment of a hearing officer to conduct a

252formal hearing.

254At the final hearing held in this case on August 6, 1993, a total of three

270witnesses testified: Jeffrey L. Gibson, Petitioner's Vice President; Charles

279Payne, an engineer employed by the Department; and John Justus, Jr., an employee

292of McMahan. In addition to the testimony of these eight witnesses, a total of

30614 exhibits (Joint Exhibits 1 through 11 and Petitioner's Exhibits 1 through 3)

319were offered and received into evidence.

325At the close of the evidentiary portion of the hearing, the Hearing Officer

338announced on the record that post-hearing submittals had to be filed no later

351than ten days following the Hearing Officer's receipt of the transcript of the

364hearing. The Hearing Officer received the hearing transcript on August 16,

3751993. Petitioner and the Department timely filed separate post-hearing

384submittals on August 26, 1993. These post-hearing submittals have been

394carefully considered by the Hearing Officer. The Department's post-hearing

403submittal, unlike Petitioner's, contains what are labelled as proposed "findings

413of fact." These proposed "findings of fact" are specifically addressed in the

425Appendix to this Recommended Order.

430FINDINGS OF FACT

433Based upon the evidence adduced at hearing, and the record as a whole, the

447following Findings of Fact are made:

4531. In March of 1993, the Department issued an Advertisement for Bids

465(hereinafter referred to as the "Advertisement") through which it solicited the

477submission of bids on a construction project (Department Project No. NV-30A,

488which is hereinafter referred to as the "Project") involving the expansion of

501the water treatment facility at the Martin Correctional Institution.

5102. The Advertisement, along with the other bid documents issued in

521conjunction with the Advertisement, including, but not limited to, the

531Instructions to Bidders (hereinafter referred to as the "Instructions") and the

543Proposal Form, were compiled in a two-volume Specifications Manual (hereinafter

553referred to as the "Manual") that was made available for public inspection.

5663. Section B of the Manual's first volume contained the Instructions.

5774. Section B-2 2.A.(11) thereof provided that "Section 01420 as contained

588in the Technical Specifications must be submitted and the qualifications listed

599therein must be satisfactory to the Owner and the Engineer. "

6095. "Section 01420 as contained in the Technical Specifications" was a

"620Bidder's Qualification Form, Reverse Osmosis Treatment System Component"

628(hereinafter referred to as the "R.O. Form"), on which the bidder was to provide

"643R.O. [Reverse Osmosis] System Supplier" information.

6496. The R.O. Form repeated the directive that the bidder was to "[r]eturn

662[the] [c]ompleted [R.O.] Form [w]ith [its] proposal."

6697. Section B-14 of the Instructions addressed the subject of "preparation

680and submission of bids" and provided, in pertinent part, as follows:

691Each Bidder shall copy the proposal form on

699his own letterhead, indicate his bid prices

706thereon in proper spaces, for the Base Bid

714and for alternates on which he bids. . . .

724Proposals containing . . . . items not called

733for or irregularities of any kind may be

741rejected by the Owner.

7458. Section B-16 of the Instructions addressed the subject of

"755disqualification of bidders" and provided, in pertinent part, as follows:

765More than one bid from an individual, firm,

773partnership, corporation or association under

778the same or different names will not be

786considered. Reasonable grounds for believing

791that a Bidder is interested in more than one

800proposal for the same work will cause the

808rejection of all proposals in which such

815Bidders are believed to be interested.

8219. The subject of "contract award" was addressed in Section B-21 of the

834Instructions, which provided, in pertinent part, as follows:

842. . . The recommendation for contract award

850will be for the bidder qualified in

857accordance with Section B-2 and submitting

863the lowest bid provided his bid is

870responsible and it is in the best interest of

879the Owner to accept it. The qualified bidder

887submitting the lowest bid will be that bidder

895who has submitted the lowest price for the

903base bid, or the base bid plus additive

911alternates or less deductive alternates, taken

917in the numerical order listed in the bid

925documents in an amount to be determined by

933the Owner. The Order of the alternates may

941be accepted by the Owner in any sequence so

950long as such acceptance does not alter the

958designation of the low bidder.

963The Owner reserves the right to waive any

971informality in bids received when such waiver

978is in the interest of the Owner.

98510. Section C of Volume I of the Manual contained the Proposal Form that

999all bidders were required to use to indicate their bid prices.

101011. The following statement appeared at the bottom of the second page of

1023the Proposal Form:

1026There is enclosed:

1029a. A certified check, cashier's check,

1035treasurer's check, bank draft or Bid Bond

1042in the amount of not less than five (5)

1051percent of the Base Bid payable to the

1059Department of Corrections, as a guarantee.

1065b. An executed Trench Excavation Safety

1071Certification, Section F-13.

1074c. An executed Experience Questionnaire and

1080Contractor's Financial Statement and Public

1085Entity Criminal Conviction Form, Section L.

1091d. An executed Bidder's Qualifications Form

1097(Reverse Osmosis), Technical Specification

1101Section 01420.

110312. While one completed R.O. Form had to accompany each bid, there was no

1117provision in any of the bid documents issued by the Department requiring a

1130bidder to submit only one such completed form and no more.

114113. Petitioner, McMahan and R.J. Sullivan Corporation (hereinafter

1149referred to as "Sullivan") were among the contractors that timely submitted bids

1162in response to the Advertisement.

116714. McMahan's and Sullivan's bids were each accompanied by more than one

1179completed R.O. Form.

118215. Petitioner, on the other hand, provided the Department with only one

1194completed R.O. Form along with its bid.

120116. Of the bids submitted, McMahan's was the lowest, Sullivan's was the

1213second lowest and Petitioner's was the third lowest.

122117. McMahan's base bid price was $857,000.00. Petitioner's was

1231$905,000.00.

123318. McMahan's total price, including the nine additive alternates accepted

1243by the Department, was $948,000.00. Petitioner's was $1,032,600.00, $84,600.00

1256more than McMahan's.

125919. By letter dated July 1, 1993, the Department advised McMahan of its

1272intent "to award the contract [for Department Project No. NV-30A] to [McMahan]

1284as the lowest responsive bidder."

128920. On July 9, 1993, Petitioner filed a formal written protest of the

1302preliminary determination to award the contract to McMahan alleging that McMahan

1313was not a responsive bidder inasmuch as McMahan "submitted Reverse Osmosis

1324("R.O.") Qualifications Forms for more tha[n] one vendor." According to

1336Petitioner, "[t]his [was] not in conformance with the Bid Documents and gave

1348[McMahan] an unfair advantage."

1352CONCLUSIONS OF LAW

135521. With certain exceptions not applicable to the instant case, state

1366agencies may award contracts for construction projects only through the process

1377of competitive bidding. Chapter 255, Fla. Stat.; Rule Chapter 60D-5, Fla.

1388Admin. Code.

139022. It has been said on more than one occasion that competitive bidding

1403requirements, such as those imposed upon state agencies, have as their purpose

1415and object the following:

1419[T]o protect the public against collusive

1425contracts; to secure fair competition upon

1431equal terms to all bidders; to remove not

1439only collusion but temptation for collusion

1445and opportunity for gain at public expense;

1452to close all avenues to favoritism and fraud

1460in various forms; to secure the best values

1468for the [public] at the lowest possible

1475expense; and to afford an equal advantage

1482to all desiring to do business with the

1490[government], by affording an opportunity for

1496an exact comparison of bids.

1501Wester v. Belote, 103 Fla. 976, 138 So. 721, 723-24 (Fla. 1931); Harry Pepper &

1516Associates, Inc. v. City of Cape Coral, 352 So.2d 1190, 1192 (Fla. 2d DCA 1977).

153123. In soliciting and accepting competitive bids, a state agency has wide

1543discretion. See D.O.T. v. Groves-Watkins Constructors, 530 So.2d 912, 913 (Fla.

15541988); Liberty County v. Baxter's Asphalt & Concrete, Inc., 421 So.2d 505, 507

1567(Fla. 1982).

156924. An agency's discretion with respect to these matters, while broad, is

1581not unbridled. Such discretion may not be exercised in a manner that is

1594illegal, dishonest, fraudulent, arbitrary, unreasonable, capricious or in any

1603other way that would subvert or undermine the purpose and object of competitive

1616bidding. See D.O.T. v. Groves-Watkins Constructors, 530 So.2d 912, 913-14 (Fla.

16271988); Caber Systems v. Department of General Services, 530 So.2d 325, 336

1639(Fla. 1st DCA 1988); Couch Construction Company, Inc. v. Department of

1650Transportation, 361 So.2d 172, 175 (Fla. 1st DCA 1978); Wood-Hopkins

1660Contracting Company v. Roger J. Au & Son, Inc., 354 So.2d 446, 450 (Fla. 1st DCA

16761978).

167725. In exercising its discretion, a state agency may not accept a bid that

1691is materially at variance with the bid specifications. Rule 60D-5.0071(8), Fla.

1702Admin. Code(agency may reject bid when it "determines that the bid is not valid

1716according to the bid specifications"). "However, although a bid containing a

1728material variance is unacceptable, not every deviation from the [bid

1738specifications] is material. It is only material if it gives the bidder a

1751substantial advantage over the other bidders and thereby restricts or stifles

1762competition." Tropabest Foods, Inc. v. Department of General Services, 493

1772So.2d 50, 52 (Fla. 1st DCA 1986). If it does not provide the bidder with such a

1789palpable competitive advantage, it constitutes a minor irregularity that should

1799be waived by the agency. See Robinson Electrical Co., Inc. v. Dade County, 417

1813So.2d 1032, 1034 (Fla. 3d DCA 1982); Rule 60D-5.0072, Fla. Admin. Code("[t]he

1826[a]gency shall reserve the right to waive any non-material bid deviation in bids

1839received").

184126. In the instant case, Petitioner argues that the bids of the two lowest

1855bidders, McMahan and Sullivan, should have been rejected by the Department

1866because, contrary to the bid specifications, they each were accompanied by more

1878than one completed R.O. Form. Petitioner claims that "this is a major

1890irregularity that the Department should not be allowed to waive."

190027. A careful examination of the bid specifications, however, including

1910those upon which Petitioner specifically relies, reveals that they contained no

1921requirement that a bidder submit only one (as opposed to at least one) completed

1935R.O. Form.

193728. Accordingly, in submitting more than one completed R.O. Form, McMahan

1948and Sullivan did not deviate in any way, much less a material one, from the bid

1964specifications.

196529. Their submission of more than one completed R.O. Form thus did not

1978render their bids non-responsive and thereby disqualify them from being awarded

1989the contract for the Project.

199430. Given that McMahan submitted the lowest bid of all bidders and

2006Petitioner has failed to substantiate the allegation made in its bid protest

2018regarding the non-responsiveness of McMahan's bid, the Department should act in

2029accordance with its announced intention to award the contract for the Project to

2042McMahan. Rule 60D-5.007, Fla. Admin. Code.

2048RECOMMENDATION

2049Based upon the foregoing Findings of Fact and Conclusions of Law, it is

2062hereby

2063RECOMMENDED that the Department of Corrections enter a final order finding

2074Petitioner's bid protest to be without merit and awarding McMahan, as the lowest

2087responsive and qualified bidder, the contract for Department Project No. NV-30A.

2098DONE AND ENTERED in Tallahassee, Leon County, Florida, this 2nd day of

2110September, 1993.

2112_________________________________

2113STUART M. LERNER

2116Hearing Officer

2118Division of Administrative Hearings

2122The Oakland Building

21252009 Apalachee Parkway

2128Tallahassee, Florida 32399-1550

2131(904) 488-9675

2133Filed with the Clerk of the

2139Division of Administrative Hearings

2143this 2nd day of September, 1993.

2149ENDNOTES

21501/ The Technical Specifications were found in the second volume of the Manual.

21632/ The terms "Owner" and "Engineer," as used in the Instructions, were defined

2176in Section B-1 thereof as follows:

2182OWNER: Department of Corrections of the State

2189of Florida.

2191ARCHITECT-ENGINEER (OR ARCHITECT OR

2195ENGINEER): The Design Professional

2199commissioned by the Owner and identified in

2206the Advertisement for Bids acting directly or

2213through a duly authorized representative.

22183/ Bids had to be filed with the Department by 12:00 p.m. on May 28, 1993.

22344/ A "valid bid," as that term is used in Rule Chapter 60D-5, Florida

2248Administrative Code, "means a bid that is responsive to the bidding documents

2260and is submitted by a qualified responsible bidder. The validity of the bid is

2274determined by the [a]gency." Rule 60D-5.002(11), Fla. Admin. Code.

22835/ A "non-material bid deviation," as that term is used in Rule Chapter 60D-5,

2297Florida Administrative Code, "means a variation from the invitation to bid terms

2309and conditions which does not affect the price of the bid, or give the bidder an

2325advantage or benefit not enjoyed by other bidders, or does not adversely impact

2338the interest of the agency."

23436/ In coming to this conclusion, the Hearing Officer has given the words used

2357in these documents "their natural and most commonly understood meaning." See

2368Tropabest Foods, Inc. v. Department of General Services, 493 So.2d 50, 51-52

2380(Fla. 1st DCA 1986).

2384APPENDIX TO RECOMMENDED ORDER, CASE NO. 93-3971BID

2391The following are the Hearing Officer's specific rulings on the "findings

2402of facts" proposed by the Department in its post-hearing submittal:

24121-8. Accepted and incorporated in substance, although not necessarily

2421repeated verbatim, in this Recommended Order.

24279. To the extent that this proposed finding asserts that McMahan's bid was

"2440$99,000.00 cheaper [than Petitioner's] with all the alternates," it has been

2452rejected because it is not supported by competent substantial evidence.

2462Otherwise, it has been accepted and incorporated in substance.

247110-13. Accepted and incorporated in substance.

247714. To the extent that this proposed finding states that the bid documents

2490contain language "specifically permitt[ing] vendors to submit more than one

2500Bidder Qualification Form," it has been rejected because it is contrary to the

2513greater weight of the evidence. To the extent that it suggests that there was

2527no language in these documents directing that bidders limit the number of such

2540forms they submitted to one, it has been accepted and incorporated in substance.

255315-16. Accepted and incorporated in substance.

255917. Rejected because it is contrary to the greater weight of the evidence.

257218-19. Accepted and incorporated in substance.

257820. First sentence: Accepted and incorporated in substance; Second

2587sentence: To the extent that this proposed finding suggests that the submission

2599of more than one R.O. Form was an irregularity, it has been rejected because it

2614is contrary to the greater weight of the evidence. To the extent that it states

2629that the submission of more than one R.O. Form "was at most a minor

2643irregularity," if an irregularity at all, it has not been incorporated in this

2656Recommended Order because it is unnecessary to make any findings regarding the

2668matter given the Hearing Officer's finding that the submission of more than one

2681R.O. Form was not in derogation of the bid specifications and did not constitute

2695an irregularity of any type.

270021-25. Not incorporated in this Recommended Order because it is

2710unnecessary to resolve the factual issues addressed in these proposed findings.

272126. Rejected because it is more in the nature of a summary of testimony

2735than a finding of fact based upon such testimony.

274427-28. Not incorporated in this Recommended Order because it is

2754unnecessary to resolve the factual issues addressed in these proposed findings.

2765COPIES FURNISHED:

2767Jeffrey L. Gibson, Vice President

2772Butler Construction Company

2775210 Hardee Lane

2778Post Office Box 560398

2782Rockledge, Florida 32956-0398

2785R. Beth Atchison, Esquire

2789Steven S. Ferst, Esquire

2793Office of the General Counsel

2798Department of Corrections

28012601 Blair Stone Road

2805Tallahassee, Florida 32399-2500

2808Louis A. Vargas, Esquire

2812General Counsel

2814Department of Corrections

28172601 Blair Stone Road

2821Tallahassee, Florida 32399-2500

2824Harry K. Singletary, Jr., Secretary

2829Department of Corrections

28322601 Blair Stone Road

2836Tallahassee, Florida 32399-2500

2839NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

2845All parties have the right to submit written exceptions to this recommended

2857order. All agencies allow each party at least 10 days in which to submit

2871written exceptions. Some agencies allow a larger period of time within which to

2884submit written exceptions. You should contact the agency that will issue the

2896final order in this case concerning agency rules on the deadline for filing

2909exceptions to this recommended order. Any exceptions to this recommended order

2920should be filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 09/15/1993
Proceedings: Final Order filed.
PDF:
Date: 09/14/1993
Proceedings: Agency Final Order
PDF:
Date: 09/14/1993
Proceedings: Recommended Order
PDF:
Date: 09/02/1993
Proceedings: Recommended Order sent out. CASE CLOSED. Hearing held August 6, 1993.
Date: 08/26/1993
Proceedings: Written Argument and Proposed Recommended Order of Butler Construction Company, Inc. filed.
Date: 08/26/1993
Proceedings: Department of Correction's Proposed Findings of Facts and Conclusion of Law filed.
Date: 08/16/1993
Proceedings: Transcript filed.
Date: 08/11/1993
Proceedings: Letter to SML from Jeffrey L. Gibson (re: withdrawal of request for continuance) filed.
Date: 08/06/1993
Proceedings: CASE STATUS: Hearing Held.
Date: 08/04/1993
Proceedings: Prehearing Stipulation filed. (From Steven S. Ferst)
Date: 07/23/1993
Proceedings: Prehearing Order sent out.
Date: 07/23/1993
Proceedings: Notice of Hearing sent out. (hearing set for 8/6/93; 9:15am; Tallahassee)
Date: 07/22/1993
Proceedings: Agency referral letter; Request for Administrative Hearing, letter form filed.

Case Information

Judge:
STUART M. LERNER
Date Filed:
07/22/1993
Date Assignment:
07/22/1993
Last Docket Entry:
09/15/1993
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (1):

Related Florida Rule(s) (3):