05-004454BID Merkury Corporation, D/B/A Merkury Development vs. Department Of Management Services
 Status: Closed
Recommended Order on Monday, July 10, 2006.


View Dockets  
Summary: Intervenor`s bid did not materially deviate from the project specifications. Thus, Respondent`s preliminary decision to award Intervenor the construction contract at issue was not clearly erroneous, arbitrary, capricious or contrary to competition.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MERKURY CORPORATION, d/b/a )

12MERKURY DEVELOPMENT, )

15)

16Petitioner, )

18)

19vs. ) Case No. 05 - 4454BID

26)

27DEPARTMENT OF MANAGEMENT )

31SERVICES, )

33)

34Respondent, )

36)

37and )

39)

40E.L.C.I. CONSTRUCTION GROUP, )

44INC., )

46)

47Intervenor. )

49)

50RECOMMENDED ORDER

52This case came before Administrative Law Judge John G.

61Van Laningham for final hearing on April 27, 2006, in Miami,

72Florida.

73APPEARANCES

74For Petitioner: Jose ph K. Hall, Esquire

81Law Office of Joseph K. Hall,

87Esquire, P.A.

895721 Southeast 17th Street

93Plantation, Florida 33301

96For Respondent: Clifford A. Taylor, Esquire

102Department of Management Services

1064050 Esplanade Way, Suite 160D

111Talla hassee, Florida 32399 - 0950

117For Intervenor: Joel M. Aresty, Esquire

123Joel M. Aresty, P.A.

12711077 Biscayne Boulevard

130Penthouse

131Miami, Florida 33161

134STATEMENT OF THE ISSUES

138The issues in this bid protest are whether Intervenor's bid

148materi ally deviated from the project specifications and, if so,

158whether Respondent's preliminary decision to award Intervenor

165the construction contract at issue was clearly erroneous,

173arbitrary or capricious, or contrary to competition.

180PRELIMINARY STATEMENT

182R espondent Department of Management Services issued an

190Invitation to Bid for the purpose of soliciting proposals from

200contractors interest ed in building classrooms for the ICARE

209Baypoint School, a Department of Juvenile J ustice facility. Six

219bids were rece ived and opened on September 22, 2005. On

230October 17, 2005, Respondent announced its intent to award the

240construction contract to Intervenor E.L.C.I. Construction Group,

247Inc.

248Petitioner Merkury Corporation filed a formal written

255protest of the intended award on October 20, 2005. The case was

267referred to the Division of Administrative Hearings, where the

276protest petition was filed on December 8, 2005.

284At a scheduling conference on December 16, 2005, the

293parties agreed that the case could probably be deci ded without

304an evidentiary hearing, and it was decided —— with the parties'

315input and consent —— that the undersigned would defer setting a

326final hearing until after the parties had filed a joint

336stipulation of facts, which would be due no later than

346January 6, 2006. 1 That date was nearly a month after the

358undersigned's receipt of the protest petition; by agreeing to

367it, as they did, the parties waived their right to an expedited

379hearing. 2

381On December 29, 2006, Respondent filed a Motion to

390Relinquish Jurisdic tion. That particular motion gave rise to a

400briefing schedule that extended into February 2006. The

408parties, who had input into this schedule, consistently told the

418undersigned that they continued to believe the case probably

427could be resolved without a formal hearing.

434On February 1, 2006, while Respondent's Motion to

442Relinquish Jurisdiction was pending, Petitioner moved for leave

450to amend its formal protest and, on February 21, 2006, was

461granted permission to do so. Petitioner's Amended Bid Protest

470r aised new protest grounds, giving rise to genuine disputes of

481material fact. Consequently, Respondent's Motion to Relinquish

488Jurisdiction was denied and the final hearing scheduled.

496On March 16, 2006, Intervenor filed a Petition in

505Intervention, which th e undersigned granted on March 27, 2006.

515The final hearing took place on April 27, 2006, as

525scheduled, with all parties present. In its case, Petitioner

534elicited testimony from its corporate president, Paul A. Tolles,

543as well as from Moises Bichachi, t he vice president of

554Intervenor. In addition, Petitioner's Exhibits 1 and 2 were

563received in evidence.

566Respondent offered the testimony of its Project Manager,

574Jere Lahey. Respondent also offered 347 Bates - numbered pages of

585exhibits, which were admitted into evidence without objection.

593The final hearing transcript was filed on May 26, 2006,

603making the proposed recommended orders due on June 1, 2006,

613pursuant to the schedule established at the conclusion of the

623final hearing. Respondent timely filed a Pro posed Recommended

632Order. Petitioner's late - filed Proposed Recommended Order was

641accepted out - of - time, as was Intervenor's. All of the parties'

654post - hearing submissions were carefully considered during the

663preparation of this Recommended Order.

668Unless o therwise indicated, citations to the Florida

676Statutes refer to the 2005 Florida Statutes.

683FINDINGS OF FACT

6861. Pursuant to an Invitation to Bid (the "ITB"),

696Respondent Department of Management Services ("DMS") solicited

705bids on a project known as the ICAR E Baypoint School Classroom

717Addition (the "Project"). 3 Bids were due on September 22, 2005.

7292. As a condition of submitting a bid, interested

738contractors needed first to be "prequalified" by DMS. DMS

747prequalified Petitioner Merkury Corporation ("Merku ry") and

756Intervenor E.L.C.I. Construction Group, Inc., ("ELCI"), among

765several others.

7673. Each bidder was required to submit a "Base Bid" ( i.e.

779the total price for all work, including labor and materials,

789specified in the ITB), together with a price fo r each of six

802numbered "Alternates." 4 The contract would be awarded to the

812responsive bidder offering the lowest bid, the latter being

821defined as, generally speaking, the bid proposing the lowest

830aggregate price on the Base Bid plus the cost(s) of any

841Alt ernate(s) chosen by DMS. 5

8474. Of interest in this case is Alternate No. 1, which, in

859the ITB as originally issued, appeared as follows:

867Alternate No. 1 — Allowance for Owner [=DMS]

875contribution for buried feeder conduit to

881the electrical transformer (O wner will

887provide number).

889Alternate No. 1 referred to the work —— described in the

900Electrical Site Plan (which was part of the ITB) —— that would be

913necessary to bring electricity to the Project (hereafter, the

"922electric service connection"). In brief, esta blishing the

931electric service connection entailed installing the wiring

938between the electrical panel in the new building and the nearest

949transformer, which latter belonged to the local electric

957company, Florida Power & Light ("FP&L").

9655. DMS knew that the Project would need power. Thus,

975Alternate No. 1 was not optional, as the nomenclature might

985suggest. But the cost of establishing the electric service

994connection would be largely dependent on factors exclusively

1002within FP&L's control. And as of the time the ITB was issued,

1014DMS had been unable to obtain from FP&L sufficient information

1024to allow bidders accurately to estimate the cost of this

1034particular item. The purpose of Alternate No. 1, therefore, was

1044to make the electric service connection a non - competitive item.

1055This would be accomplished by DMS's providing prospective

1063bidders with a cost estimate based on information to be obtained

1074from FP&L. DMS expected that each competing contractor would

1083bid the same amount on Alternate No. 1, namely, the amount that

1095DMS had provided.

10986. As initially defined, however, Alternate No. 1 was

1107somewhat confusing, and at the pre - bid meeting in early

1118September 2005, an issue was raised about DMS's intent regarding

1128this item. As a result, Addendum No. 1 to the I TB, which was

1142issued on September 8, 2005, to address questions raised at the

1153pre - bid meeting, included the following:

1160ADDENDUM NO. 1 — ITEM NO. 5: An allowance

1169shall be carried for the cost of new service

1178connection from new transformer to nearest

1184FP & L point of service. Owner will provide

1193budget number to be carried for this

1200allowance.

1201This addendum amended the description of Alternate No. 1, making

1211clearer (it was believed) DMS's intent that the electric service

1221connection not be a point of competi tion between the bidders, as

1233each would carry, as an allowance, the Owner - provided budget

1244number for this item.

12487. Unfortunately for everyone concerned, DMS never

1255provided the interested contractors the budget number reflecting

1263the estimated cost of esta blishing the electric service

1272connection. 6 Consequently, none of the bidders proposed a dollar

1282figure for Alternate No. 1. Instead, each responded to

1291Alternate No. 1 by stating, in effect, that the requested

1301allowance could not be provided according to t he specifications

1311(which unambiguously instructed that DMS would provide the

1319number to be carried for this allowance).

13268. To be sure, the bidders' respective responses to

1335Alternate No. 1 were not identical. Merkury, for example, wrote

"1345N/A," which is co mmonly understood to mean "not applicable."

1355ELCI's bid proposal, on the other hand, stated, "By Owner."

1365Merkury argues that the phrase "By Owner" means that DMS, rather

1376than ELCI, should be responsible for establishing —— at DMS's

1386expense —— the electric ser vice connection. The undersigned

1395rejects this interpretation of ELCI's bid as unpersuasive and

1404unsupported by the greater weight of the evidence. In the

1414instant context, the phrase "By Owner" is most readily and

1424reasonably understood, objectively, as bei ng functionally the

1432equivalent of "N/A." ELCI was simply expressing the idea that

1442the budget number (not the work) would be provided by DMS —— a

1455reasonable response, given the language of Alternate No. 1. In

1465sum, despite some differences in wording, every one of the

1475responses to Alternate No. 1, including ELCI's, was the product

1485of the bidder's inability, in the absence of the Owner - provided

1497budget number, to carry as an allowance the Owner - provided

1508budget number.

15109. Of the five contractors who timely sub mitted a bid

1521proposal, Merkury's Base Bid of $2,874,597 was the lowest,

1532followed closely by ELCI's Base Bid of $2,877,000. DMS decided

1544to take all six Alternates, however, and after the additional

1554costs were added, ELCI was deemed the lowest responsive bi dder,

1565Merkury the second lowest. Accordingly, on October 17, 2005,

1574DMS announced its intent to accept ELCI's bid in toto and award

1586ELCI the contract for the Project.

159210. Protesting the intended award, Merkury takes the

1600position that DMS's failure to pr ovide the budget number for

1611Alternate No. 1 effectively rendered this item a nullity,

1620compelling the bidders to include in their respective Base Bids

1630the cost of the electric service connection, which work remained

1640a part of the Project, by virtue of the b id specifications,

1652notwithstanding the loss of Alternate No. 1. Consistent with

1661this understanding of the effect of DMS's silence regarding the

1671budget figure, Merkury took into account the anticipated cost of

1681establishing the electric service connection w hen working up its

1691Base Bid, ultimately adding $33,388 to the bottom line as a

1703result. ELCI, in contrast, assuming that DMS eventually would

1712provide the figure for the allowance, did not factor into its

1723Base Bid calculation the cost of the electric servic e

1733connection.

173411. ELCI guessed correctly, for in choosing Alternate

1742No. 1, DMS decided that it would provide the successful bidder

1753with the budget number when such became available and thereafter

1763pay the cost of establishing the electric service connect ion via

1774a change order. Merkury maintains that DMS should have rejected

1784ELCI's bid as materially non - responsive (because the costs that

1795were used in preparing ELCI's Base Bid did not include the cost

1807of establishing the electric service connection) and aw arded the

1817contract to Merkury as the lowest responsive bidder.

182512. In light of Merkury's argument, it is relevant to note

1836that the ITB called for the Base Bid to be given as a lump sum,

1851without breaking out individual costs; that is, in fact, how

1861each of the six responding contractors presented their

1869respective Base Bids. Thus, there was no way for DMS to know,

1881upon opening the bids, that Merkury's Base Bid included a cost

1892component relating to the electric service connections, while

1900ELCI's did not.

1903CONCLUSIONS OF LAW

190613. DOAH has personal and subject matter jurisdiction in

1915this proceeding pursuant to Sections 120.569, 120.57(1), and

1923120.57(3), Florida Statutes, and the parties have standing.

193114. Pursuant to Section 120.57(3)(f), Florida Statutes,

1938the burden of proof rests with the party opposing the proposed

1949agency action, here Merkury. See State Contracting and

1957Engineering Corp. v. Department of Transp. , 709 So. 2d 607, 609

1968(Fla. 1st DCA 1998). Merkury must sustain its burden of proof

1979by a prep onderance of the evidence. Florida Dept. of Transp. v.

1991J.W.C. Co., Inc ., 396 So. 2d 778, 787 (Fla. 1st DCA 1981).

200415. Section 120.57(3)(f), Florida Statutes, spells out the

2012rules of decision applicable in bid protests. In pertinent

2021part, the statute pr ovides:

2026In a competitive - procurement protest, other

2033than a rejection of all bids, the

2040administrative law judge shall conduct a de

2047novo proceeding to determine whether the

2053agency's proposed action is contrary to the

2060agency's governing statutes, the agency's

2065rules or policies, or the bid or proposal

2073specifications. The standard of proof for

2079such proceedings shall be whether the

2085proposed agency action was clearly

2090erroneous, contrary to competition,

2094arbitrary, or capricious.

209716. The First District Court of Appeal has construed the

2107term "de novo proceeding," as used in Section 120.57(3)(f),

2116Florida Statutes, to "describe a form of intra - agency review.

2127The judge may receive evidence, as with any formal hearing under

2138section 120.57(1), but the object of the pr oceeding is to

2149evaluate the action taken by the agency." State Contracting ,

2158709 So. 2d at 609. In deciding State Contracting , the court

2169followed Intercontinental Properties, Inc. v. State Dept. of

2177Health and Rehabilitative Services , 606 So. 2d 380, 386 ( Fla.

21881st DCA 1992), an earlier decision —— it actually predates the

2199present version of the bid protest statute —— in which the court

2211had reasoned:

2213Although the hearing before the hearing

2219officer was a de novo proceeding, that

2226simply means that there was an evi dentiary

2234hearing during which each party had a full

2242and fair opportunity to develop an

2248evidentiary record for administrative review

2253purposes. It does not mean, as the hearing

2261officer apparently thought, that the hearing

2267officer sits as a substitute for th e

2275Department and makes a determination whether

2281to award the bid de novo. Instead, the

2289hearing officer sits in a review capacity,

2296and must determine whether the bid review

2303criteria . . . have been satisfied.

231017. In framing the ultimate issue to be decide d in this de

2323novo proceeding as being "whether the agency's proposed action

2332is contrary to the agency's governing statutes, the agency's

2341rules or policies, or the bid or proposal specifications," the

2351statute effectively establishes a standard of conduct fo r the

2361agency, which is that, in soliciting and accepting bids or

2371proposals, the agency must obey its governing statutes, rules,

2380and the project specifications. If the agency breaches this

2389standard of conduct, its proposed action is subject to

2398(recommended ) reversal by the administrative law judge in a

2408protest proceeding.

241018. Consequently, the party protesting the intended award

2418must identify and prove, by the greater weight of the evidence,

2429a specific instance or instances where the agency's conduct in

2439t aking its proposed action was either: (a) contrary to the

2450agency's governing statutes; (b) contrary to the agency's rules

2459or policies; or (c) contrary to the bid or proposal

2469specifications.

247019. It is not sufficient, however, for the protester to

2480prove m erely that the agency violated the general standard of

2491conduct. By virtue of the applicable standards of "proof,"

2500which are best understood as standards of review, 7 the protester

2511additionally must establish that the agency's misstep was: (a)

2520clearly erro neous; (b) contrary to competition; or (c) an abuse

2531of discretion.

253320. The three review standards mentioned in the preceding

2542paragraph are markedly different from one another. The abuse of

2552discretion standard, for example, is more deferential (or

2560narrow er) than the clearly erroneous standard. The bid protest

2570review process thus necessarily entails a decision or decisions

2579regarding which of the several standards of review to use in

2590evaluating a particular action. To do this requires that the

2600meaning and applicability of each standard be carefully

2608considered.

260921. The clearly erroneous standard is generally applied in

2618reviewing a lower tribunal's findings of fact. In Anderson v.

2628City of Bessemer City, N.C. , 470 U.S. 564, 573 - 74 (1985), the

2641United States Supreme Court expounded on the meaning of the

2651phrase "clearly erroneous," explaining:

2655Although the meaning of the phrase "clearly

2662erroneous" is not immediately apparent,

2667certain general principles governing the

2672exercise of the appellate court's power to

2679o verturn findings of a [trial] court may be

2688derived from our cases. The foremost of

2695these principles . . . is that "[a] finding

2704is 'clearly erroneous' when although there

2710is evidence to support it, the reviewing

2717court on the entire evidence is left with

2725th e definite and firm conviction that a

2733mistake has been committed ." . . . . This

2743standard plainly does not entitle a

2749reviewing court to reverse the finding of

2756the trier of fact simply because it is

2764convinced that it would have decided the

2771case differently . The reviewing court

2777oversteps the bounds of its duty . . . if it

2788undertakes to duplicate the role of the

2795lower court. "In applying the clearly

2801erroneous standard to the findings of a

2808[trial] court sitting without a jury,

2814appellate courts must constantl y have in

2821mind that their function is not to decide

2829factual issues de novo. " . . . . If the

2839[trial] court's account of the evidence is

2846plausible in light of the record viewed in

2854its entirety, the court of appeals may not

2862reverse it even though convinced that had it

2870been sitting as the trier of fact, it would

2879have weighed the evidence differently.

2884Where there are two permissible views of the

2892evidence, the factfinder's choice between

2897them cannot be clearly erroneous. . . . .

2906(Citations omitted)(emphas is added).

291022. The Florida Supreme Court has used somewhat different

2919language to give this standard essentially the same meaning:

2928A finding of fact by the trial court in a

2938non - jury case will not be set aside on

2948review unless there is no substantial

2954evid ence to sustain it, unless it is clearly

2963against the weight of the evidence, or

2970unless it was induced by an erroneous view

2978of the law. A finding which rests on

2986conclusions drawn from undisputed evidence,

2991rather than on conflicts in the testimony,

2998does not carry with it the same

3005conclusiveness as a finding resting on

3011probative disputed facts, but is rather in

3018the nature of a legal conclusion. . . . .

3028When the appellate court is convinced that

3035an express or inferential finding of the

3042trial court is without support of any

3049substantial evidence, is clearly against the

3055weight of the evidence or that the trial

3063court has misapplied the law to the

3070established facts, then the decision is

3076'clearly erroneous' and the appellate court

3082will reverse because the trial cou rt has

3090'failed to give legal effect to the

3097evidence' in its entirety.

3101Holland v. Gross , 89 So. 2d 255, 258 (Fla. 1956)(citation

3111omitted).

311223. Because administrative law judges are the triers of

3121fact charged with resolving disputed issues of material f act

3131based upon the evidence presented at hearing, and because bid

3141protests are fundamentally de novo proceedings, the undersigned

3149is not required to defer to the letting authority in regard to

3161any findings of objective historical fact that might have been

3171made in the run - up to preliminary agency action. It is

3183exclusively the administrative law judge's job, as the trier of

3193fact, to ascertain from the competent, substantial evidence in

3202the record what actually happened in the past or what reality

3213presently e xists, as if no findings previously had been made.

322424. If, however, the challenged agency action involves an

3233ultimate factual determination —— for example, an agency's

3241conclusion that a proposal's departure from the project

3249specifications was a minor irre gularity as opposed to a material

3260deviation —— then some deference is in order, according to the

3271clearly erroneous standard of review. 8 To prevail on an

3281objection to an ultimate finding, therefore, the protester must

3290substantially undermine the factual pred icate for the agency’s

3299conclusion or convince the judge that a defect in the agency's

3310logic led it unequivocally to commit a mistake.

331825. There is another species of agency action that also is

3329entitled to review under the clearly erroneous standard:

3337inte rpretations of statutes for whose administration the agency

3346is responsible, and interpretations of the agency's own rules.

3355See State Contracting and Engineering Corp. v. Department of

3364Transp. , 709 So. 2d 607, 610 (Fla. 1st DCA 1998). In deference

3376to the agency's expertise, such interpretations will not be

3385overturned unless clearly erroneous. Id. 9

339126. This means that if the protester objects to the

3401proposed agency action on the ground that it violates either a

3412governing statute within the agency's subst antive jurisdiction

3420or the agency's own rule, and if, further, the validity of the

3432objection turns on the meaning, which is in dispute, of the

3443subject statute or rule, then the agency's interpretation should

3452be accorded deference; the challenged action sho uld stand unless

3462the agency's interpretation is clearly erroneous (assuming the

3470agency acted in accordance therewith). 10

347627. The statute requires that agency action (in violation

3485of the applicable standard of conduct) which is "arbitrary, or

3495capricious" be set aside. Earlier, the phrase "arbitrary, or

3504capricious" was equated with the abuse of discretion standard,

3513see endnote 7 , supra , because the concepts are practically

3522indistinguishable —— and because use of the term "discretion"

3531serves as a useful reminde r regarding the kind of agency action

3543reviewable under this highly deferential standard.

354928. It has been observed that an arbitrary decision is one

3560that is not supported by facts or logic, or is despotic. Agrico

3572Chemical Co. v. State Dept. of Environme ntal Regulation , 365 So.

35832d 759, 763 (Fla. 1st DCA 1978), cert. denied , 376 So. 2d 74

3596(Fla. 1979). Thus, under the arbitrary or capricious standard,

"3605an agency is to be subjected only to the most rudimentary

3616command of rationality. The reviewing court is not authorized

3625to examine whether the agency's empirical conclusions have

3633support in substantial evidence." Adam Smith Enterprises, Inc.

3641v. State Dept. of Environmental Regulation , 553 So. 2d 1260,

36511273 (Fla. 1st DCA 1989). Nevertheless,

3657the reviewing court must consider whether

3663the agency: (1) has considered all relevant

3670factors; (2) has given actual, good faith

3677consideration to those factors; and (3) has

3684used reason rather than whim to progress

3691from consideration of each of these factors

3698to its final decision.

3702Id.

370329. The second district framed the "arbitrary or

3711capricious" review standard in these terms: "If an

3719administrative decision is justifiable under any analysis that a

3728reasonable person would use to reach a decision of similar

3738importance, it would seem that the decision is neither arbitrary

3748nor capricious." Dravo Basic Materials Co., Inc. v. State Dept.

3758of Transp. , 602 So. 2d 632, 634 n.3 (Fla. 2d DCA 1992). As the

3772court observed, this "is usually a fact - intensive

3781determination." Id. at 6 34.

378630. Compare the foregoing "arbitrary or capricious"

3793analysis with the test for reviewing discretionary decisions:

"3801Discretion, in this sense, is abused when

3808the judicial action is arbitrary, fanciful,

3814or unreasonable, which is another way of

3821saying that discretion is abused only where

3828no reasonable man would take the view

3835adopted by the trial court. If reasonable

3842men could differ as to the propriety of the

3851action taken by the trial court, then it

3859cannot be said that the trial court abused

3867its discre tion."

3870Canakaris v. Canakaris , 382 So. 2d 1197, 1203 (Fla. 1980),

3880quoting Delno v. Market St. Ry. Co. , 124 F.2d 965, 967 (9th Cir.

38931942). Further,

3895[t]he trial court's discretionary power is

3901subject only to the test of reasonableness,

3908but that test requi res a determination of

3916whether there is logic and justification for

3923the result. The trial courts' discretionary

3929power was never intended to be exercised in

3937accordance with whim or caprice of the judge

3945nor in an inconsistent manner. Judges

3951dealing with ca ses essentially alike should

3958reach the same result. Different results

3964reached from substantially the same facts

3970comport with neither logic nor

3975reasonableness.

3976Canakaris , 382 So. 2d at 1203

398231. Whether the standard is called "arbitrary or

3990capricious" or "abuse of discretion," the scope of review, which

4000demands maximum deference, is the same. Clearly, then, the

4009narrow "arbitrary or capricious" standard of review cannot

4017properly be applied in evaluating all agency actions that might

4027be challenged in a bid protest; rather, this highly deferential

4037standard appropriately applies only to those decisions which are

4046committed to the agency's discretion.

405132. Therefore, where the protester objects to agency

4059action that entails the exercise of discretion, but onl y in such

4071instances, the objection cannot be sustained unless the agency

4080abused its discretion, i.e. acted arbitrarily or capriciously.

408833. The third standard of review articulated in Section

4097120.57(3)(f) is unique to bid protests. The "contrary to

4106com petition" test is a catch - all which applies to agency actions

4119that do not turn on the interpretation of a statue or rule, do

4132not involve the exercise of discretion, and do not depend upon

4143(or amount to) a determination of ultimate fact.

415134. Although the c ontrary to competition standard, being

4160unique to bid protests, is less well defined than the other

4171review standards, the undersigned concludes that the set of

4180proscribed actions should include, at a minimum, those which:

4189(a) create the appearance of and o pportunity for favoritism; (b)

4200erode public confidence that contracts are awarded equitably and

4209economically; (c) cause the procurement process to be genuinely

4218unfair or unreasonably exclusive; or (d) are unethical,

4226dishonest, illegal, or fraudulent. See , e.g. , R. N. Expertise,

4235Inc. v. Miami - Dade County School Bd., et al. , Case No. 01 -

42492663BID, 2002 WL 185217, *21 - *22 (Fla.Div.Admin.Hrgs. Feb. 4,

42592002 ); see also E - Builder v. Miami - Dade County School Bd. et

4274al. , Case No. 03 - 1581BID, 2003 WL 22347989, *10

4284(Fl a.Div.Admin.Hrgs. Oct. 10, 2003)

428935. Turning to the merits of this case, Merkury's argument

4299that ELCI's bid was materially non - responsive proceeds from the

4310premise that, notwithstanding DMS's failure to provide the

4318budget number as promised in the descri ption of Alternate No. 1,

4330the successful bidder is obligated under the bid specifications

4339to perform all work necessary to complete the electric service

4349connection. Building on this proposition, Merkury reasons that

4357because installation of the electric se rvice connection was an

4367essential aspect of the Project, bidders were bound to estimate

4377the cost of this work in computing their respective Base Bids ——

4389and to include such cost in their bids . ELCI's failure to

4401include the cost of the electric service conne ction in its Base

4413Bid, Merkury concludes, constituted a material deviation from

4421the bid specifications, for which its bid should have been

4431rejected as non - responsive.

443636. Merkury's initial premise is based on an

4444interpretation of the bid specificati ons that, while contrary to

4454DMS's, is at least plausible and perhaps reasonable. It is not

4465necessary to determine whether DMS's interpretation is clearly

4473erroneous, however, because the next step in Merkury's

4481reasoning —— the assertion that bidders were bou nd to include in

4493their Base Bids the cost of performance associated with the

4503electric service connection —— is a non sequitur. That the

4513successful bidder will be contractually obligated to perform a

4522particular piece of work does not logically compel the

4531con clusion that, to be responsive, a bidder must include the

4542cost of such work in its bid. To the contrary, where an "out

4555the door" bid price is solicited, as here, practically any bid

4566that proposes a lump - sum total cost within reason must be

4578considered resp onsive, regardless of how the bidder computed its

4588bid, or what expenses were included (or not included) therein. 11

459937. Thus, even if Merkury were correct about the meaning

4609of the bid specifications vis - à - vis the electric service

4621connection, the upshot wou ld be that ELCI underbid on the

4632Project by mistakenly omitting a material cost from its bid

4642computation —— but its bid would be responsive nonetheless . The

4653downside for ELCI in that event would be possibly having to

4664install the electric service connection a t a loss, because as a

4676general rule, bidders on public contracts must bear the

4685consequences of their bid computation errors. Department of

4693Transp. v. Ronlee, Inc. , 518 So. 2d 1326, 1328 (3rd DCA 1987) ,

4705rev. denied , 528 So. 2d 1183 (Fla. 1988) ; Graham v. C lyde , 61

4718So. 2d 656, 658 (Fla. 1952)("After the bid is accepted, the

4730bidder is bound by his error and is expected to bear the

4742consequence of it.") .

474738. In sum, DMS did not err in deeming ELCI's bid

4758responsive. Indeed, because DMS had no way of knowing, at the

4769time the bids were opened, what costs ELCI or the other bidders

4781had included in (or omitted from) their Base Bids, it was not

4793possible for DMS to reject ELCI's bid on the basis of the

4805alleged deviation about which Merkury has complained. That

4813being the case , accepting ELCI's bid was not contrary to any

4824governing statute, rule, or bid specification, and it is

4833concluded that DMS did not violate the applicable standard of

4843conduct in the manner that Merkury has urged. 12

485239. There having been no cogni zable violation of the

4862standard of conduct, it is concluded that the intended award

4872should stand.

4874RECOMMENDATION

4875Based on the foregoing Findings of Fact and Conclusions of

4885Law, it is RECOMMENDED that a Final Order be entered directing

4896that the proposed awa rd to ELCI be implemented in accordance

4907with DMS's intentions.

4910DONE AND ENTERED this 10th day of July, 2006, in

4920Tallahassee, Leon County, Florida.

4924S

4925___________________________________

4926JOHN G. VAN LANINGHAM

4930Administrative Law Judge

4933Division of Admini strative Hearings

4938Division of Administrative Hearings

4942The DeSoto Building

49451230 Apalachee Parkway

4948Tallahassee, Florida 32399 - 3060

4953(850) 488 - 9675 SUNCOM 278 - 9675

4961Fax Filing (850) 921 - 6847

4967www.doah.state.fl.us

4968Filed with the Clerk of the

4974Division of Admin istrative Hearings

4979this 10th day of July, 2006.

4985ENDNOTES

49861 / The parties ultimately filed a Joint Stipula tion on January

499823, 2006. The stipulated facts, being thus memorialized in the

5008record, were taken as established without need of further proof.

50182 / Section 120.57(3)(e), Florida Statutes, requires that bid

5027protests be heard within 30 days after the admin istrative law

5038judge's receipt of the formal written protest, unless the

5047parties waive the right to a prompt hearing.

50553 / The Project entails the construction of additional classrooms

5065at a facility operated by the Department of Juvenile Justice.

50754 / The c ost of an Alternate can be either positive (an increase

5089in the Base Bid) or negative (a deduction from the Base Bid).

5101In this instance, each Alternate was expected to add an

5111additional cost to the Base Bid, if accepted.

51195 / The ITB permitted DMS to selec t any, all, or none of the six

5135Alternates. If, however, DMS chose fewer than all six, then the

5146lowest bid would belong to the bidder offering the lowest price

5157for the Base Bid plus each Alternate (if any) taken in numerical

5169order . For example, if DMS wer e to select Alternate Nos. 1, 2,

5183and 4, then the relevant respective bid prices, for the purpose

5194of determining the lowest bid, would be each bidder's Base Bid

5205plus its proposed costs for Alternate Nos. 1 and 2, Alternate

5216No. 4 having been taken out of ord er.

5225In its original protest, Merkury alleged that DMS had

5234chosen Alternates out of order, effectively starting with

5242Alternate No. 2. Because Merkury (as will be seen) had

5252submitted the lowest Base Bid, Merkury alleged that DMS should

5262have designated Merkury the lowest bidder, according the ITB's

5271instructions for determining the lowest bid. Later, however,

5279Merkury moved for, and was granted, leave to file an amended

5290protest petition. The gravamen of Merkury's amended petition

5298was not, as before, DMS' s alleged miscalculation of the lowest

5309bid, but rather DMS's alleged failure to reject ELCI's bid as

5320non - responsive.

5323At hearing and in its Proposed Recommended Order, Merkury

5332focused exclusively on the alleged non - responsiveness of ELCI's

5342bid. The und ersigned has determined, therefore, that Merkury

5351abandoned its original protest ground, and accordingly that

5359issue will not be discussed further herein.

53666 / DMS blames its failure to furnish the figure on FP&L, on whom

5380DMS was still waiting, as of the dat e the bids were due, to

5394provide information believed necessary for developing a

5401reasonable cost estimate.

54047 / The term "standard of proof" as used in § 120.57(3)(f)

5416reasonably may be interpreted to reference standards of review .

5426This is because, while th e "standard of proof" sentence fails to

5438mention any common standards of proof, it does articulate two

5448accepted standards of review: (1) the "clearly erroneous"

5456standard and (2) the abuse of discretion (="arbitrary, or

5466capricious") standard. (The "contrar y to competition"

5474standard —— whether it be a standard of proof or standard of

5486review —— is unique to bid protests.)

54938 / An ultimate factual determination is a conclusion derived by

5504reasoning from objective facts; it frequently involves the

5512application of a legal principle or rule to historical facts:

5522e.g. the driver failed to use reasonable care under the

5532circumstances and therefore was negligent; and it may be infused

5542with policy considerations. Reaching an ultimate factual

5549finding requires that judgmen t calls be made which are unlike

5560those that attend the pure fact finding functions of weighing

5570evidence and choosing between conflicting but permissible views

5578of reality.

55809 / From the general principle of deference follows the more

5591specific rule that an a gency's interpretation need not be the

5602sole possible interpretation or even the most desirable one; it

5612need only be within the range of permissible interpretations.

5621State Bd. of Optometry v. Florida Soc. of Ophthalmology , 538 So.

56322d 878, 885 (Fla. 1st DCA 1988); see also Suddath Van Lines,

5644Inc. v. State Dept. of Environmental Protection , 668 So. 2d 209,

5655212 (Fla. 1st DCA 1996). However, "[t]he deference granted an

5665agency's interpretation is not absolute." Department of Natural

5673Resources v. Wingfield Devel opment Co. , 581 So. 2d 193, 197

5684(Fla. 1st DCA 1991). Obviously, an agency cannot implement any

5694conceivable construction of a statute or rule no matter how

5704strained, stilted, or fanciful it might be. Id. Rather, "only

5714a permissible construction" will be upheld by the courts.

5723Florida Soc. of Ophthalmology , 538 So. 2d at 885. Accordingly,

"5733[w]hen the agency's construction clearly contradicts the

5740unambiguous language of the rule, the construction is clearly

5749erroneous and cannot stand." Woodley v. Departme nt of Health

5759and Rehabilitative Services , 505 So. 2d 676, 678 (Fla. 1st DCA

57701987); see also Legal Environmental Assistance Foundation v.

5778Board of County Com'rs of Brevard County , 642 So. 2d 1081, 1083 -

579184 (Fla. 1994)("unreasonable interpretation" will not b e

5800sustained).

580110 / The same standard of review also applies, in a protest

5813following the announcement of an intended award, with regard to

5823preliminary agency action taken upon the agency's interpretation

5831of the project specifications —— but perhaps for a reas on other

5843than deference to agency expertise. Section 120.57(3)(b),

5850Florida Statutes, provides a remedy for badly written or

5859ambiguous specifications: they may be protested within 72 hours

5868after the posting of the specifications. The failure to avail

5878one self of this remedy effects a waiver of the right to complain

5891about the specifications per se. Consequently, if the dispute

5900in a protest challenging a proposed award turns on the

5910interpretation of an ambiguous, vague, or unreasonable

5917specification, which could have been corrected or clarified

5925prior to acceptance of the bids or proposals had a timely

5936specifications protest been brought, and if the agency has acted

5946thereafter in accordance with a permissible interpretation of

5954the specification ( i.e. one that is not clearly erroneous), then

5965the agency's intended action should be upheld —— not necessarily

5975out of deference to agency expertise, but as a result of the

5987protester's waiver of the right to seek relief based on a faulty

5999specification. If, however, the a gency has acted contrary to

6009the plain language of a lawful specification, then its action

6019should probably be corrected, for in that event the preliminary

6029agency action likely would be clearly erroneous or contrary to

6039competition; in that situation, there s hould be no waiver,

6049because a reasonable person would not protest an unambiguous

6058specification that facially conforms to Florida procurement law.

606611 / A bid conceivably might be so far below the range of

6079reasonable bids as to be deemed non - responsive, or t o cause the

6093bidder to be rejected as not responsible, but such a situation

6104would be unusual, and in any event would be readily

6114distinguishable from the present case, where none of the bids

6124was patently ridiculous.

612712 / DMS's failure to provide the budget n umber as promised in

6140connection with Alternate No. 1, which seems clearly to have

6150been contrary to the bid specifications, is another matter. It

6160is unnecessary, however, and would be inappropriate to boot, to

6170decide whether that misstep constitutes revers ible error under

6179the applicable standard of review, for Merkury did not raise the

6190matter as a protest ground.

6195COPIES FURNISHED :

6198Joseph K. Hall, Esquire

6202Law Office of Joseph K. Hall, Esquire, P.A.

62105721 Southeast 17th Street

6214Plantation, Florida 33301

6217Joel M. Aresty, Esquire

6221Joel M. Aresty, P.A.

622511077 Bi scayne Boulevard

6229Penthouse

6230Miami, Florida 33161

6233Clifford A. Taylor, Esquire

6237Department of Management Services

62414050 Esplanade Way, Suite 160D

6246Tallahassee, Florida 32399 - 0950

6251Tom Lewis, Jr., Secretary

6255Department of Management Services

62594050 Esplanade Way

6262Tallahassee, Florida 32399 - 0950

6267Steven S. Ferst, General Counsel

6272Department of Management Services

6276Post Office Box 9000

6280Tallahassee, Florida 32399 - 9000

6285NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

6291All parties have the right to submit written exceptions with in

630210 days from the date of this Recommended Order. Any exceptions

6313to this Recommended Order should be filed with the agency that

6324will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 07/24/2006
Proceedings: Final Order filed.
PDF:
Date: 07/21/2006
Proceedings: Agency Final Order
PDF:
Date: 07/10/2006
Proceedings: Recommended Order
PDF:
Date: 07/10/2006
Proceedings: Recommended Order (hearing held April 27, 2006). CASE CLOSED.
PDF:
Date: 07/10/2006
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 06/22/2006
Proceedings: Reply to Petitioner`s Belatedly Filed Proposed Recommended Order filed.
PDF:
Date: 06/19/2006
Proceedings: Order Denying Motion to Strike (Department shall have until June 30, 2006, to file a reply to Merkury`s proposed recommended order).
PDF:
Date: 06/15/2006
Proceedings: Response to Respondent`s Motion to Strike Petitioner`s Proposed Recommended Order filed.
PDF:
Date: 06/14/2006
Proceedings: Motion to Strike Petitioner`s Proposed Recommended Order filed.
PDF:
Date: 06/14/2006
Proceedings: Motion to Withdraw and Motion for Substitution of Counsel filed.
PDF:
Date: 06/14/2006
Proceedings: (Proposed) Order Allowing Withdrawal of Attorney of Record and Allowing Substitution of Attorney of Record filed.
PDF:
Date: 06/14/2006
Proceedings: Letter to Judge Van Laningham from J. Hall enclosing original exhibits from the Final Hearing filed (Hearing exhibits not available for viewing).
PDF:
Date: 06/13/2006
Proceedings: Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 06/13/2006
Proceedings: (Petitioner`s) Proposed Recommended Order filed.
Date: 06/06/2006
Proceedings: Transcript filed.
PDF:
Date: 06/05/2006
Proceedings: Order Regarding the Transcript and Proposed Recommended Orders (Motion to Enlarge is granted; Merkury shall file a proposed recommended order no later than June 8, 2006; Department shall have until June 15, 2006, to file a reply to Merkury`s proposed recommended order).
PDF:
Date: 06/02/2006
Proceedings: E.L.C.I Intervenor`s Proposed Recommended Order filed.
PDF:
Date: 06/02/2006
Proceedings: Motion for Enlargment of Time filed.
PDF:
Date: 06/01/2006
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 05/24/2006
Proceedings: Motion to Direct Court Reporter to Correct Court Transcript filed.
PDF:
Date: 05/23/2006
Proceedings: Order Regarding Proposed Recommended Orders (proposed recommended orders due by June 1, 2006).
Date: 05/22/2006
Proceedings: Transcript filed.
Date: 04/27/2006
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 04/26/2006
Proceedings: Response in Opposition to Motion to Allow Rebuttal Witness to Appear by Telephone filed.
PDF:
Date: 04/26/2006
Proceedings: Motion to Compel filed.
PDF:
Date: 04/26/2006
Proceedings: E.L.C.I.`s Notice of Adoption of DMS Pretrial Stipulation filed.
PDF:
Date: 04/25/2006
Proceedings: Amended Motion for Rebuttal Witnesses to Appear by Telephone filed.
PDF:
Date: 04/25/2006
Proceedings: Motion for Rebuttal Witnesses to Appear by Telephone filed.
PDF:
Date: 04/25/2006
Proceedings: Petitioner`s Witness List and Exhibit List filed.
PDF:
Date: 04/25/2006
Proceedings: Petitioner`s Unilateral Pretrial Stipulation filed.
PDF:
Date: 04/24/2006
Proceedings: Unilateral Pretrial Stipulation from DMS filed.
PDF:
Date: 04/24/2006
Proceedings: Motion to Compel filed.
PDF:
Date: 04/24/2006
Proceedings: Agreed Motion filed with additional signature page.
PDF:
Date: 04/21/2006
Proceedings: Notice of Filing of Exhibit and Witness List filed.
PDF:
Date: 04/21/2006
Proceedings: Order Amending Pre-hearing Instructions.
PDF:
Date: 04/20/2006
Proceedings: Respondent`s Witness and Exhibit List filed.
PDF:
Date: 04/20/2006
Proceedings: Notice of Filing of Exhibit and Witness List filed.
PDF:
Date: 04/20/2006
Proceedings: Agreed Motion filed.
PDF:
Date: 04/13/2006
Proceedings: Amended Notice of Taking Depositions of Paul Tolles and Ruben Alen filed.
PDF:
Date: 04/06/2006
Proceedings: Notice of Taking Deposition of Paul Tolles filed.
PDF:
Date: 03/27/2006
Proceedings: Order Granting Intervention (E.L.C.I.).
PDF:
Date: 03/27/2006
Proceedings: Order Denying Motion to Set Earlier Trial Date.
PDF:
Date: 03/16/2006
Proceedings: E.L.C.I.`s Petition in Intervention filed.
PDF:
Date: 03/14/2006
Proceedings: Motion to Set Earlier Trial Date, Consistent with the Expedited Timeframes Specified in Section 120.57(3)(e), Florida Statutes for BID Protests filed.
PDF:
Date: 03/07/2006
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 03/07/2006
Proceedings: Notice of Hearing (hearing set for April 27, 2006; 9:00 a.m.; Miami, FL).
PDF:
Date: 03/03/2006
Proceedings: Unilateral Response to Order on Pending Motions filed.
PDF:
Date: 02/21/2006
Proceedings: Order on Pending Motions (parties shall confer and notify the undersigned in writing, no later than March 3, 2006, of several mutually agreeable dates for the final hearing).
PDF:
Date: 02/10/2006
Proceedings: Reply in Support of Motion to Relinquish Jurisdiction filed.
PDF:
Date: 02/03/2006
Proceedings: Order Enlarging Time (Respondent`s Motion is granted, deadline for replying in support of Respondent`s Motion to Relinquish Jurisdiction is enlarged to February 10, 2006).
PDF:
Date: 02/02/2006
Proceedings: Petitioner`s Amended Bid Protest filed.
PDF:
Date: 02/02/2006
Proceedings: Agreed Motion for Enlargement of Time filed.
PDF:
Date: 02/02/2006
Proceedings: Notice of Unavailability filed.
PDF:
Date: 02/01/2006
Proceedings: (Proposed) Petitioner`s Amended Bid Protest filed.
PDF:
Date: 02/01/2006
Proceedings: Petitioner`s Response in Opposition to Respondent`s Motion to Relinquish Jurisdiction filed.
PDF:
Date: 02/01/2006
Proceedings: Motion for Leave to Amend Bid Protest filed.
PDF:
Date: 01/31/2006
Proceedings: Order Enlarging Time (Petitioner`s Motion is granted, deadline for responding to Respondent`s Motion to Relinquish Jurisdiction is enlarged to January 31, 2006).
PDF:
Date: 01/30/2006
Proceedings: Motion for Enlargement of Time filed.
PDF:
Date: 01/23/2006
Proceedings: Joint Stipulation filed.
PDF:
Date: 01/18/2006
Proceedings: Order Scheduling Responses to Motion to Relinquish (no later than January 20, 2006, parties shall file a Joint Stipulation of Material Facts, no later than January 27, 2006, Merkury shall file a response to the Motion, no later than February 3, 2006, DMS shall file a reply in support of its Motion) .
PDF:
Date: 12/30/2005
Proceedings: Unilateral Response to Order of Pre-hearing Instructions filed.
PDF:
Date: 12/29/2005
Proceedings: Motion to Relinquish Jurisdiction to the Department for an Informal Proceeding filed.
PDF:
Date: 12/16/2005
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 12/15/2005
Proceedings: Notice of Appearance (filed by J. Hall).
PDF:
Date: 12/08/2005
Proceedings: Notice of Unavailability filed.
PDF:
Date: 12/08/2005
Proceedings: BID Protest filed.
PDF:
Date: 12/08/2005
Proceedings: Notice of Intent to Award filed.

Case Information

Judge:
JOHN G. VAN LANINGHAM
Date Filed:
12/08/2005
Date Assignment:
12/08/2005
Last Docket Entry:
07/24/2006
Location:
Miami, Florida
District:
Southern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Counsels

Related Florida Statute(s) (2):