94-006082BID W. P. Austin Construction Corp. vs. Department Of Management Services
 Status: Closed
Recommended Order on Friday, December 16, 1994.


View Dockets  
Summary: It was arbitrary and capricious to reject all bids on basis that some bidders used deductive alternates and others used additive.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8W. P. AUSTIN CONSTRUCTION CORP., )

14)

15Petitioner, )

17)

18vs. ) CASE NO. 94-6082BID

23)

24DEPARTMENT OF MANAGEMENT SERVICES, )

29)

30Respondent. )

32_____________________________________)

33RECOMMENDED ORDER

35Pursuant to notice, a formal hearing was held in this case by video

48conference on November 17, 1994, before Michael M. Parrish, a Hearing Officer of

61the Division of Administrative Hearings. Witnesses and parties participated in

71both Tallahassee and Miami, Florida.

76APPEARANCES

77For Petitioner: Timothy J. Armstrong, Esquire

83Armstrong & Mejer

86Suite 1111, Douglas Centre

902600 Douglas Road

93Coral Gables, Florida 33134

97For Respondent: Stephen S. Mathues, Esquire

103Department of Management Services

107Knight Building, Suite 312

111Koger Executive Center

1142737 Centerview Drive

117Tallahassee, Florida 32399-0950

120STATEMENT OF THE ISSUE

124The basic issue in this case is whether the Respondent should award a

137contract to the Petitioner for its Project No. HSMV 92044000, Repairs, Art

149Sutton Drivers' License Office, Miami, Florida, or should reject all bids and

161rebid the contract.

164PRELIMINARY STATEMENT

166This case arises from a timely formal written protest to the Respondent's

178intended decision to reject all bids received for the construction of its

190Project No. HSMV 92044000, Repairs, Art Sutton Drivers' License Office, Miami,

201Florida. Distilled to its essence, the case involves a dispute as to whether it

215would be arbitrary or capricious for the Respondent to implement its intended

227decision.

228At the hearing on November 17, 1994, the parties offered Joint Exhibits 1

241through 9 which were admitted in evidence. The Petitioner presented the

252testimony of two witnesses, one of which was also recalled by the Respondent.

265At the conclusion of the hearing the parties were allowed until November 29,

2781994, to file their proposed recommended orders. Neither party ordered a

289transcript of the proceedings at hearing. Thereafter, both parties filed timely

300proposed recommended orders containing proposed findings of fact and conclusions

310of law. All proposed findings of fact submitted by all parties are specifically

323addressed in the appendix to this Recommended Order.

331FINDINGS OF FACT

3341. On August 31, 1994, the Respondent received and opened bids for its

347Project No. HSMV 92044000, Repairs, Art Sutton Drivers' License Office, Miami,

358Florida (the Project).

3612. The bid specification documents (the Specifications) for the Project

371included requirements for a Base Bid and for specific alternate proposals with

383respect to three defined items of alternate work. Section 01100 of the

395Specifications stated that "[a]ll Alternates described in this Section are

405required to be reflected on the Bid Form as submitted by the bidder." Part 2 of

421that section provided:

4242.1 ALTERNATE NO. 1

428A. Provide a deductive price to the base bid

437for the removal of existing window units and

445the installation of new units as indicated in

453plans and specification Section 08520.

4582.2 ALTERNATE NO. 2

462A. Provide a deductive price to the base bid

471for the provision of communications conductors

477see specification Section 16400.

4812.3 ALTERNATE No. 3

485A. Provide a deductive price to the base bid for

495the installation of all landscape materials as

502indicated on plans and as per specification Section

51002960.

5113. Also included in the Specifications as Exhibit 4 was a Proposal Form.

524The Specifications required each bidder to submit this form in triplicate on the

537bidder's letterhead. With respect to alternates, the Proposal Form required:

547With the foregoing as a Base Bid, the following

556costs of alternate proposals are submitted in

563accordance with the drawings and specifications.

569Alternate No. 1 Add or Deduct $__________

576Alternate No. 2 Add or Deduct $__________

583Alternate No. 3 Add or Deduct $__________

5904. The Respondent's architect received four bids on August 31, 1994. As

602recorded on the Bid Tabulation and Notice of Award Recommendation, three bidders

614provided specific prices for the three alternates, as well as a Base Bid. The

628Bid Tabulation shows that two bidders provided specific prices for the three

640alternates and included the alternate prices in their Base Bids. The Petitioner

652provided specific prices for the three alternates, but excluded the alternate

663prices from its Base Bid. The fourth bidder provided a specific price for only

677one alternate and excluded that alternate price from its Base Bid. (The fourth

690bidder was disqualified as non-responsive for failing to submit prices on all

702three alternates.)

7045. In pertinent part, the Petitioner's proposal read:

712With the foregoing as a Base Bid, the following

721costs of alternate proposals are submitted in

728accordance with the drawings and specifications:

734Alternate No. 1 Add or Deduct . . . $4,400.00

745Alternate No. 2 Add or Deduct . . . $1,158.00

756Alternate No. 3 Add or Deduct . . . $2,084.00

767These Alternates were in addition to the Petitioner's Base bid of $204,322.00.

780The proposal form submitted by the Petitioner comports with Exhibit 4 to the

793Specifications, which was the mandatory Proposal Form.

8006. On August 31, 1994, William Phillip Austin, Peitioner's President,

810wrote the architect:

813Per our telephone conversation this date regard-

820ing the confusion relating to the Add/Deduct for

828Alternates 1, 2 and 3 for the above project,

837please be advised that our base bid did not

846include the work described in the Alternates.

853As stated if you want work described in Alternates

8621, 2 and 3, you must add the cost to our base bid.

875The base bid including Alternates 1, 2 and 3 would,

885therefore, be $211,964.00.

889If we can provide additional information, please do

897not hesitate to contact us.

9027. The Respondent's architect completed and submitted the bid Tabulation

912and Notice of Award Recommendation to the Respondent in early September. The

924document clearly discloses the amounts of each bidder's Base Bid and Alternate

936proposals. Using plus () and minus (-) signs, the Bid Tabulation further shows

949each bidder's method of calculation. The record is devoid of evidence that the

962Respondent had any problem in evaluating the bids and identifying the lowest

974bidder. The Petitioner was the lowest bidder on any combination of base bid

987plus or minus any or all alternates.

9948. Subsequently the Petitioner received a NOTICE OF AWARD RECOMMENDATION

1004dated October 4, 1994. The Notice informed the Petitioner that the Respondent

"1016has recommended that the contract be awarded to your firm in the total amount

1030of $211,964.00, accepting the Base Bid and Alternates #1, #2 & #3. The

1044Administrator of Contracts Design and Permitting, Division of Building

1053Construction, Department of Management Services, State of Florida will consider

1063this recommendation." Larry R. Coleman, Construction Projects Administrator,

1071signed the letter. The Petitioner acknowledged receipt.

10789. A representative of the second lowest bidder, Kalex Construction, then

1089contacted the Respondent, complaining of the Award Recommendation. The grounds

1099for the Kalex complaint are not in the record. However, on October 14, 1994, H.

1114R. Hough, the Respondent's Contracts Administrator, sent the Petitioner a letter

"1125to notify you of the State's decision to reject all bids on the above

1139referenced project due to ambiguities in the specifications." Mr. Hough's

1149reasons for the rejection are "other than those stated by the protestor," Kalex.

116210. The Respondent's Rule 60D-5.007, Florida Administrative Code, states:

1171Determination of Successful Bidder.

1175(1) All projects except where competitive

1181bidding is waived under the provisions of Rule

118960D-5.008 will be publicly bid in accordance with

1197the provisions in the project specifications

1203bidding documents. Award of contract will be

1210made to the responsive bidder, determined to be

1218qualified in accordance with the provisions herein

1225and meeting the requirements of the bidding

1232documents, that submits the lowest valid bid

1239for the work. The lowest bid will be determined

1248as follows:

1250(2) The lowest bid will be the bid from the

1260responsive bidder that has submitted the lowest

1267price for the base bid or the base bid plus the

1278additive alternates or less the deductive alternates

1285chosen by the Agency to be included in or excluded

1295from the proposed contract, taken in numerical order

1303listed in the bid documents. The order of the

1312alternates may be selected by the Agency in any

1321sequence so long as such acceptance out of order

1330does not alter the designation of the low bidder.

133911. Under the above-quoted rule, the Respondent compares bids beginning

1349with the lowest "base bid." The Respondent is of the view that for this

1363comparison to be fair and equal, all bidders must include the same scope of work

1378in the "base bid." The Respondent does not interpret the above-quoted rule to

1391allow deductive alternates from some bidders and additive alternates from

1401others. (For reasons discussed in the Conclusions of Law which follow, the

1413Respondent's interpretation and application of the above-quoted rule is

1422erroneous.)

142312. The Specifications contain some ambiguous and inconsistent language

1432regarding whether alternates should be treated as additive or deductive. The

1443ambiguous and inconsistent language did not provide any bidder with an advantage

1455or a disadvantage, nor did it otherwise affect the fairness of the bidding

1468process.

1469CONCLUSIONS OF LAW

147213. The Division of Administrative Hearings has jurisdiction over the

1482subject matter of and the parties to this proceeding. Sections 120.53 and

1494120.57(1), Florida Statutes.

149714. The basic legal principles applicable to a case of this nature are

1510summarized in Systems/Software/Solutions v. Department of Transportation, DOAH

1518Case No. 92-0339BID, Recommended Order issued March 12, 1992, where Hearing

1529Officer Kilbride wrote:

153225. The law of Florida has established that a

1541strong deference be accorded an agency's decision

1548in competitive bidding situations:

1552[A] public body has wide discretion in

1559soliciting and accepting bids for public

1565improvements and its decision, when

1570based on an honest exercise of this

1577discretion, will not be overturned by a

1584court even if it may appear erroneous

1591and even if reasonable persons may

1597disagree.

1598Liberty County v. Baxter's Asphalt and Concrete,

1605Inc., 421 So.2d 505, 507 (Fla. 1982).

161226. In deciding Department of Transportation v.

1619Groves-Watkins Constructors, 530 So.2d 912 (Fla.

16251988), the Supreme Court of Florida ruled that

1633the Liberty County decision established the stand-

1640ard by which an agency's decision on competitive

1648bids for a public contract should be measured when

1657it further held that the agency's discretion, as

1665stated above, cannot be overturned absent a finding

1673of "illegality, fraud, oppression or misconduct."

1679Groves-Watkins, 530 So.2d at 913.

168427. The Grove-Watkins standard was recently re-

1691iterated in Scientific Games, Inc. v. Dittler

1698Brothers, Inc., 586 So.2d 1131 (Fla. 1st DCA 1991).

1707In Scientific Games, Inc., the Court was determining

1715the scope of discovery to be permitted in an

1724administrative proceeding concerning the evaluation

1729of an RFP. The Court concluded that the scope of

1739discovery must be viewed in light of the proper

1748standard of review to be employed by the Hearing

1757Officer in these types of proceedings and stated:

1765The Hearing Officer need not, in effect, second

1773guess the members of the evaluation committee

1780to determine whether he and/or other reasonable

1787and well-informed persons might have reached a

1794contrary result . . . "[T]he Hearing Officer's

1802sole responsibility is to ascertain whether the

1809agency acted fraudulently, arbitrarily, illegally,

1814or dishonestly." Groves-Watkins, 530 So.2d at 914.

1821Scientific Games, Inc., 586 So.2d at 1131. See,

1829also, C.J. Courtenay v. Department of Health and

1837Rehabilitative Services, 581 So.2d 621 (Fla. 5th

1844DCA 1991). (It is not the Hearing Officer's

1852function to reweigh award factors and award to

1860protestor).

1861Other summaries citing additional authorities can be found in the recommended

1872orders issued in the following cases: Bozell, Inc., et al. v. Department of

1885Lottery, et al., DOAH Case No. 91-3165BID, Recommended Order issued July 25,

18971991; Consultec, Inc. v. Department of Administration, Division of State

1907Employees' Insurance, et al., DOAH Case No. 91-5950BID, Recommended Order issued

1918November 13, 1991; Professional Testing Service, Inc. v. Department of

1928Professional Regulation, DOAH Case No. 91-7429BID, Recommended Order issued

1937January 3, 1992.

194015. This case does not raise any issues with regard to whether the

1953Respondent acted fraudulently, illegally, or dishonestly. The disposition of

1962this case turns on whether the proposed rejection of all bids was arbitrary and

1976capricious. For the reasons explained below, it was.

198416. The mandatory Proposal Form included in the Specifications expressly

1994provided for bidders to state their prices for each of the three alternates in

2008terms of amounts to be added to the base bid or amounts to be deducted from the

2025base bid. The Respondent's Rule 60D-5.007, Florida Administrative Code, also

2035expressly provides for the evaluation of bids in which the prices for alternates

2048are stated in terms of amounts to be added to the base bid or amounts to be

2065deducted from the base bid. Such being the case, the fact that the Petitioner

2079(and one other bidder) used additive prices for the alternates was, at worst, a

"2093non-material bid deviation" to the extent that such pricing deviated from the

2105language of Section 01100 of the Specifications providing for a "deductive

2116price" for each alternate. Rule 60D-5.0072, Florida Administrative Code

2125provides: "The Agency shall reserve the right to waive any non-material

2136deviation in bids received." On the facts in this case, the Respondent should

2149exercise its reserved right, should waive the non-material deviation in the

2160Petitioner's bid, and should award the contract for the subject Project to the

2173Petitioner. To do otherwise would be to glorify form over substance, which is,

2186of course, arbitrary and capricious.

219117. The Respondent argues that under its Rule 60D-5.007, bids with

2202additive alternates cannot be compared and evaluated with bids with deductive

2213alternates because the "base bids" would encompass different scopes of work and

2225it would be like comparing apples to oranges. The Respondent's argument fails

2237because it is based upon an incorrect interpretation and application of the

2249subject rule. Where, as here, the Specifications require the bidders to include

2261prices for one or more alternates, the rule does not require a comparison of

2275just the "base bids" to determine the lowest bid. Instead, the rule provides:

2288The lowest bid will be the bid from the responsive

2298bidder that has submitted the lowest price for . . .

2309the base bid plus the additive alternates or less

2318the deductive alternates chosen by the Agency to

2326be included in or excluded from the proposed

2334contract. . . .

2338Once the Agency has determined which alternates it wishes to include in or

2351exclude from the proposed contract, it is a simple process to compare bids in

2365the manner required by the rule and it is irrelevant that some of the bidders

2380may have treated the alternates as additive and others may have treated them as

2394deductive. By means of simple addition and subtraction the bids can be

2406accurately and fairly compared. The process is equally fair and equally

2417accurate regardless of whether the bidder treated the alternates as additive or

2429deductive. Such being the case, it would be arbitrary and capricious to reject

2442all bids solely because some had additive alternates and others had deductive

2454alternates.

2455RECOMMENDATION

2456Based on the foregoing Findings of Fact and Conclusions of Law, it is

2469RECOMMENDED that the Department of Management Services issue a Final Order in

2481this case awarding a contract for the subject project to the Petitioner.

2493DONE AND ENTERED in Tallahassee, Leon County, Florida, this 16th day of

2505December 1994.

2507___________________________________

2508MICHAEL M. PARRISH

2511Hearing Officer

2513Division of Administrative Hearings

2517The DeSoto Building

25201230 Apalachee Parkway

2523Tallahassee, Florida 32399-1550

2526(904) 488-9675

2528Filed with the Clerk of the

2534Division of Administrative Hearings

2538this 16th day of December 1994.

2544APPENDIX

2545The following are my specific rulings on all proposed findings of fact

2557submitted by all parties.

2561Proposed findings submitted by Petitioner

2566Paragraph 1: This is primarily a statement of position and is addressed in

2579the Preliminary Statement.

2582Paragraphs 2 through 10: Accepted in substance with a few unnecessary

2593details omitted.

2595Proposed findings submitted by Respondent

2600Paragraphs 1 through 6: Accepted in substance.

2607Paragraph 7: First sentence accepted in substance. Second sentence

2616rejected as constituting a conclusion which is not warranted by the evidence.

2628Third sentence is accepted as an accurate statement of how Respondent has been

2641interpreting the subject rule, but is not accepted as constituting a correct

2653interpretation of the rule.

2657Paragraph 8: Rejected as misleading and confusing because the "scope of

2668work" to be performed under the contract can only be determined after the

2681Respondent decides which alternates to include and which to exclude.

2691Paragraph 9: The first two sentences are accepted in substance. The last

2703sentence is rejected as constituting a conclusion which is not warranted by the

2716evidence.

2717COPIES FURNISHED:

2719Timothy J. Armstrong, Esquire

2723Armstrong & Mejer

2726Suite 1111 Douglas Centre

27302600 Douglas Road

2733Coral Gables, Florida 33134

2737Stephen S. Mathues, Esquire

2741Department of General Services

2745Knight Building, Suite 312

2749Koger Executive Center

27522737 Centerview Drive

2755Tallahassee, Florida 32399-0950

2758Paul A. Rowell, General Counsel

2763Department of General Services

2767Knight Building, Suite 312

2771Koger Executive Center

27742737 Centerview Drive

2777Tallahassee, Florida 32399-0950

2780William H. Lindner, Secretary

2784Department of General Services

2788Knight Building, Suite 307

2792Koger Executive Center

27952737 Centerview Drive

2798Tallahassee, Florida 32399-0950

2801NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

2807All parties have the right to submit written exceptions to this recommended

2819order. All agencies allow each party at least ten days in which to submit

2833written exceptions. Some agencies allow a larger period within which to submit

2845written exceptions. You should contact the agency that will issue the final

2857order in this case concerning agency rules on the deadline for filing exceptions

2870to this recommended order. Any exceptions to this recommended order should be

2882filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 08/10/1995
Proceedings: Letter to H. R. Hough from Wm. Phillip Austin (Unsigned) Re: Art Sutton Drivers License Office Repairs; Letter to H. R. Hough from Wm. Phillip Austin (cc: Hearing Officer) Re: Response to letter dated July 14 filed.
Date: 07/19/1995
Proceedings: Letter to H. R. Hough from Wm. Phillip Austin (cc: Hearing Officer) Re: Reimbursement of legal fees filed.
Date: 12/29/1994
Proceedings: Final Order filed.
PDF:
Date: 12/21/1994
Proceedings: Agency Final Order
PDF:
Date: 12/21/1994
Proceedings: Recommended Order
PDF:
Date: 12/16/1994
Proceedings: Recommended Order sent out. CASE CLOSED. Hearing held 11-17-94.
Date: 11/29/1994
Proceedings: (Petitioner) Recommended Order filed.
Date: 11/28/1994
Proceedings: Respondent`s Proposed Recommended Order filed.
Date: 11/17/1994
Proceedings: CASE STATUS: Hearing Held.
Date: 11/15/1994
Proceedings: (Joint) Prehearing Stipulation filed.
Date: 11/09/1994
Proceedings: Order Rescheduling Hearing sent out. (Video Hearing set for 11/17/94; 1:15pm; Miami & Tallahassee)
Date: 11/07/1994
Proceedings: Joint Waiver of Time In Which to Hold Hearing filed.
Date: 10/31/1994
Proceedings: Prehearing Order sent out.
Date: 10/31/1994
Proceedings: Notice of Hearing sent out. (set for 11/10/94; 8:30am; Miami)
Date: 10/28/1994
Proceedings: Agency referral letter; Request for Administrative Hearing, letter form; Notification of Proceeding filed.

Case Information

Judge:
MICHAEL M. PARRISH
Date Filed:
10/28/1994
Date Assignment:
10/31/1994
Last Docket Entry:
08/10/1995
Location:
Miami, Florida
District:
Southern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (5):

Related Florida Statute(s) (2):

Related Florida Rule(s) (2):