08-004272BID Mid-State Paving Co., Inc. vs. Department Of Transportation
 Status: Closed
Recommended Order on Friday, January 9, 2009.


View Dockets  
Summary: A hyperlink on the Department`s webpage was not a bid specification, and therefore Intervenor was not required to comply with it. The Department`s proposed award did not violate relevant rules, statutes, or policies.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MID-STATE PAVING CO., INC., )

13)

14Petitioner, )

16)

17vs. ) Case No. 08-4272BID

22)

23DEPARTMENT OF TRANSPORTATION, )

27)

28Respondent, )

30)

31and )

33)

34KAMMINGA & ROODVOETS, INC., )

39)

40Intervenor. )

42)

43RECOMMENDED ORDER

45Pursuant to notice, a formal hearing was held in this case

56on October 14, 2008, in Bartow, Florida, before Lawrence P.

66Stevenson, a duly-designated Administrative Law Judge of the

74Division of Administrative Hearings.

78APPEARANCES

79For Petitioner: James M. McCrae, Esquire

85Law Office of Jim McCrae

90Lake Mary Professional Campus

941349 International Parkway South

98Suite 2421

100Lake Mary, Florida 32746

104For Respondent: C. Denise Johnson, Esquire

110Department of Transportation

113Haydon Burns Building, Mail Station 58

119605 Suwannee Street

122Tallahassee, Florida 32399-0450

125For Intervenor: George E. Spofford, Esquire

131Glenn Rasmussen Fogarty and Hooker, P.A.

137100 South Ashley Drive, Suite 1300

143Tampa, Florida 33602

146STATEMENT OF THE ISSUE

150Whether Respondent acted contrary to the agency's governing

158statutes, rules or policies, or the bid specifications in its

168proposed decision to award Contract No. T1285 to Intervenor

177Kamminga & Roodvoets, Inc. ("K & R").

186PRELIMINARY STATEMENT

188On July 10, 2008, Respondent Department of Transportation

196("Department") posted its intended award of Project No. 197593-

2071-52-01, Proposal No. T1285 ("Contract T1285") for the

217construction of the one-way pair on State Road 600 through Lake

228Alfred. The notice of intent to award reflected that the

238winning contractor was K & R. Mid-State Paving Co., Inc.

248("Mid-State"), submitted the second-low bid. Mid-State filed a

258notice of protest on July 14, 2008, and filed a formal written

270protest on July 24, 2008. The case was forwarded to the

281Division of Administrative Hearings ("DOAH") on August 28, 2008,

292for assignment of an administrative law judge and the conduct of

303a formal hearing. The hearing was initially scheduled to be

313held on September 25 and 26, 2008.

320On September 9, 2008, K & R filed a motion to intervene,

332which was granted by order dated September 17, 2008. Also on

343September 9, 2008, K & R filed an unopposed motion for

354continuance. That motion was granted and the hearing was

363rescheduled for October 14 and 15, 2008. The hearing convened

373on October 14, 2008, and concluded on that date.

382At the final hearing, Mid-State presented the testimony of

391Alvin Mulford, its vice president. The Department presented the

400testimony of Philip Davis, its state estimates engineer, and

409Richard D. Riles, a general engineering consultant. The

417Department's Exhibits 1 through 4 were admitted into evidence.

426The Department's Exhibit 1 was the deposition testimony of

435David A. Sadler, the director of the Department's office of

445construction, and the exhibits attached to the deposition.

453K & R presented the testimony of Marcus B. Tidey, Jr., the vice

466president in charge of its Florida division. K & R's Exhibits

4771 through 5 were admitted into evidence. In addition, Joint

487Exhibits 1 and 2 were admitted by stipulation of all the

498parties. Joint Exhibit 1 consisted of Mid-State's formal

506written protest and 23 tabs of supporting documentation. Joint

515Exhibit 2 contained the details of the Department's bid

524tabulation.

525A Transcript of the proceeding was filed at DOAH on

535October 29, 2008, meaning that Proposed Recommended Orders would

544be due on November 10, 2008. The Department timely filed its

555Proposed Recommended Order on November 10, 2008. Also on

564November 10, 2008, Mid-State filed a motion to extend the time

575for filing proposed recommended orders until November 14, 2008,

584due to "unexpected urgent matters" that required the attention

593of Mid-State's counsel. Mid-State's motion contended that no

601party would be prejudiced by the extension because as of the

612time of the motion's filing, no proposed recommended orders had

622been filed. In fact, the Department's Proposed Recommended

630Order was filed roughly two hours before Mid-State's motion, but

640the undersigned credited Mid-State's counsel with having been

648unaware of that filing.

652On November 12, 2008, K & R filed an objection to the

664motion to extend, arguing that Mid-State waited until the

673proposed recommended orders of the Department and K & R had been

685served before filing its motion, thus obtaining the benefit of

695reading the oppositions' proposed orders before filing its own.

704However, regardless of whether its proposed order was served on

714Mid-State on November 10, 2008, K & R had yet to file its

727proposed recommended order at DOAH as of the morning of

737November 12, 2008. Thus, only the Department had timely filed a

748Proposed Recommended Order.

751By order dated November 12, 2008, the undersigned granted

760Mid-State's motion to extend the time for filing proposed

769recommended orders until November 14, 2008, with the proviso

778that the Department would be given until November 21, 2008, to

789file a supplemental proposed recommended order 1 if it felt the

800need to address any new arguments raised in Mid-State's proposed

810recommended order.

812K & R filed its Proposed Recommended Order on

821November 12, 2008. Mid-State filed its Proposed Recommended

829Order on November 14, 2008. By letter filed at DOAH on

840November 18, 2008, the Department and K & R informed the

851undersigned that they would not file supplements to their

860proposed recommended orders. The parties' submissions have been

868considered in the preparation of this Recommended Order.

876All references to the Florida Statutes are to the 2008

886edition, unless otherwise noted.

890FINDINGS OF FACT

893Based on the oral and documentary evidence presented at the

903final hearing and on the entire record of the proceeding, the

914following findings of fact are made:

9201. On May 14, 2008, the Department released its bid

930solicitation for Contract T1285. The proposed contract was for

939the construction of a one-way pair through Lake Alfred,

948including new construction, reconstruction, milling and

954resurfacing, widening, drainage improvements, lighting,

959signalization, signing and pavement marking and landscaping on

967State Road 600 (U.S. 17/92). Polk County, the location of the

978project, lies in the Department's District 1.

9852. Qualified contractors, including Mid-State and K & R,

994received an electronic disk containing the solicitation, bid

1002blank, plans and specifications for Contract T1285.

10093. The letting date for this project was June 18, 2008.

1020Bids were to be submitted on or before that date via Bid

1032Express, the electronic bidding system used by the Department.

10414. No party submitted a protest of the terms, conditions,

1051and specifications contained in the solicitation pursuant to

1059Subsection 120.57(3)(b), Florida Statutes.

10635. The work to be performed on Contract T1285 included the

1074installation of limerock road base to be paid for in accordance

1085with line item 0175, Optional Base Group 09 ("Base Group 09").

10986. The bid documents included a set of "Supplemental

1107Specifications." Section 6 of the Supplemental Specification

1114was titled "Control of Materials." Subsection 6-3.3, titled

"1122Construction Aggregates," provided as follows: "Aggregates used

1129on Department projects must be in accordance with Florida

1138Administrative Code Rule 14-103." 2

11437. Under the heading "Developmental Specifications" is a

1151February 15, 2008, revision to the Construction Aggregates

1159subsection that provides:

1162Subarticle 6-3.3 (Page 54) is expanded by the following:

11716-3.3.1 Department Directed Source for

1176Aggregates: For this Contract, obtain aggregates

1182for use in limerock base from the following

1190vendor: Vulcan Construction Materials LP. Upon

1196award of the Contract, provide the vendor and the

1205Department a schedule of project aggregate needs.

1212Once a schedule has been provided to both the

1221Department and vendor, the Engineer will issue

1228written authorization, with a copy to the vendor,

1236for the purchase of aggregates from the vendor.

1244This authorization is required before aggregates

1250will be released by the vendor. Pick up the

1259required aggregate such that the project schedule

1266will be maintained. Payment to the vendor by the

1275Contractor will be due upon receipt of the

1283materials pursuant to the Department's Vendor

1289Contract No. BDH50. This rate is the unit price

1298agreed upon by the Department and the vendor and

1307will be made available to bid proposal holders at

1316the time of bid at

1321http://www.dot.state.fl.us/construction/aggregate

1322/aggregate.htm.

1323The Department will make payment to the

1330Contractor for the aggregates on progress

1336estimates as a part of the bid unit price for the

1347appropriate pay items. The rate is subject to

1355change and adjustments for such changes will be

1363made to the bid unit price of the appropriate pay

1373items.

1374Disputes with the vendor concerning

1379aggregate supply will not be cause for Contract

1387time adjustments, time suspensions or monetary

1393adjustments to the Contract amount. The

1399Contractor will be solely responsible for

1405providing the necessary advance notice to the

1412vendor and other coordination to obtain timely

1419aggregate supply for the project.

14248. The import of Developmental Specification 6-3.3.1 was

1432that all bidders would be required to obtain the limerock needed

1443for Base Group 09 from a single vendor, Vulcan Construction

1453Materials LP ("Vulcan"). The winning bidder would agree to pay

1465Vulcan in accordance with a separate contract negotiated between

1474Vulcan and the Department.

14789. The hyperlink provided in Developmental Specification

14856-3.3.1 3 led to a document called "Aggregate Guidance" produced

1495by the Department's State Construction Office. The front page

1504of the Aggregate Guidance document contained "Bidder

1511Information" consisting of a spreadsheet setting forth the

1519Vulcan price per ton for limerock base and limestone coarse

1529aggregate, with the price varying depending on the date and port

1540of delivery. Between January and June 2008, the Vulcan price

1550per ton for limerock base from both the Port of Tampa and Port

1563Canaveral was $16.93.

156610. The Aggregate Guidance page contained additional

1573hyperlinks with the following titles: "Aggregate Vendor Contract

1581Usage," "Aggregate Vendor Contract," "Aggregate Vendor Projects

1588List," "Aggregate Vendor Authorization Letter," "Aggregate

1594Vendor Contract Frequently Asked Questions," and "Aggregate

1601Price Adjustment Sheet."

160411. Alvin Mulford is the vice-president of Mid-State who,

1613along with his estimator, put together his company's bid for

1623Contract T1285. Mr. Mulford testified that his company has been

1633bidding on Department work, and that he has never before seen a

1645provision similar to Developmental Specification 6-3.3.1.

1651Mr. Mulford directed his estimator to obtain clarification from

1660the Department, to be sure that the bidders were required to

1671purchase the limerock base from Vulcan.

167712. One reason for Mr. Mulford's concern was the

"1686exorbitant" rate charged by Vulcan in comparison to other

1695vendors. The restriction to a single supplier was so abnormal,

1705and that supplier's rate was so out of line with the market,

1717that Mr. Mulford decided to seek guidance from the Department

1727through the question and response internet bulletin board

1735provided by the Department for its projects.

174213. The question posed by Mid-State was as follows:

1751Does the contractor have to use Vulcan

1758materials for the limerock base at a rate of

1767$16.93 per ton as stated in the

1774Developmental Specifications 6-3.3.1? If so

1779from which location is the material to be

1787picked up? Is it also true that payment to

1796the vendor (Vulcan Materials) will be due

1803immediately upon receipt of the materials?

1809I wanted to clarify this issue as it is

1818unusual for the contractor to be limited to

1826the use of only one vendor.

183214. The Department's response was as follows:

1839The unit rate for the Material can be found

1848at the following website:

1852http://www.dot.state.fl.us/construction/

1853Aggregate/Aggregate.htm

1854Pickup locations for the Material can be

1861found at the following website:

1866http://www.dot.state.fl.us/construction/

1867Aggregate/Aggregate.htm

1868Payment should be issued by the Contractor

1875to the Vendor (Vulcan Construction

1880Materials LP) upon receipt of the materials

1887as defined in Developmental Specification

18926-3.3.1.

189315. Because the Department's response did no more than

1902redirect him to the Department's website, Mr. Mulford decided to

1912look at the website in more detail. He investigated the

1922hyperlinks, including the Vulcan contract with the Department.

1930When he clicked on the hyperlink titled "Aggregate Vendor

1939Contract Usage," he found a document that provided as follows,

1949in relevant part:

1952Aggregate Vendor Contract Usage by Districts

1958With the execution of the contract with

1965Vulcan Construction Materials LP, contract

1970number BDH50, Vulcan has committed to

1976provide aggregate in the types and

1982quantities defined in the contract

1987(attached).

1988The process for this contract in Districts

19951, 5, and 7, is as follows:

20021. Include in the projects identified in

2009the attached spreadsheet the appropriate

2014special provision beginning with the July

20202007 lettings. The District Specifications

2025Engineer and District Construction Office

2030will need to coordinate this effort.

20362. There are two special provisions for the

2044purpose of notifying construction contract

2049bidders of the Department's intention toward

2055the aggregate. The first special provision

2061is the mandatory version that will direct

2068the bidder to obtain aggregates for the

2075specified work from Vulcan. The second

2081special provision provides the bidder an

2087option to obtain its aggregates from Vulcan.

2094* * *

20975. After these projects have been awarded,

2104the contractor is required to notify FDOT

2111and Vulcan a schedule of its aggregate needs

2119for the project. After receiving this

2125schedule, FDOT's Resident Engineer will

2130issue written authorization to the

2135contractor, with copy to Vulcan. This

2141authorization is required before Vulcan will

2147release aggregate to the contractor.

21526. Payment to Vulcan will be from the

2160contractor. FDOT will pay cost of aggregate

2167on progress estimates as part of the

2174contractor's bid price for the work.

2180The contractor is required to include in its

2188bid price for the work the cost of the

2197aggregate at the Vulcan rate. The Vulcan

2204rate will be posted on the FDOT State

2212Construction Website showing the rate. When

2218adjustments are made to the Vulcan rate,

2225FDOT will make adjustments in the

2231construction contract unit price. . . .

2238(Emphasis added.)

224016. Mr. Mulford testified that he understood the

2248underscored language in the hyperlinked document to be a

2257directive to the bidders and therefore a mandatory requirement

2266of the bid specifications. He did not ask the Department for

2277further clarification because he believed the requirement was

2285clearly stated in the hyperlinked document.

229117. David Sadler, the director of the Department's office

2300of construction, testified that the hyperlinked document was

2308developed by his office to offer guidance to the districts as to

2320the concept behind and use of the aggregate vendor contract.

2330The document was not a part of the bid solicitation document.

234118. Mid-State's bid price was $7,429,398.44. Mid-State's

2350price for Base Group 09 was $619,645.80, or $19.30 per square

2362yard. This price reflected the Vulcan rate for limerock base of

2373$16.92 plus tax and Mid-State's costs for the work associated

2383with Base Group 09.

238719. K & R's bid price was $7,370,505.24, or $58,893.20

2400lower than the bid price of Mid-State. K & R's price for Base

2413Group 09 was $256,848.00, based on a stated unit price of $8.00

2426per square yard for limerock base. K & R's price for Base

2438Group 09 was $362,797.80 lower than that of Mid-State,

2448accounting for more than the differential between the overall

2457bids of Mid-State and K & R.

246420. Marcus Tidey, Jr., K & R's vice president in charge of

2476its Florida division, testified that K & R was well aware that

2488the Vulcan price for limerock base was $16.93, and that K & R

2501understands its obligation to pay that price to Vulcan should

2511K & R be awarded Contract T1285. Mr. Tidey testified that at

2523the time of bid submission, he cut K & R's bid price to $8.00

2537per square yard as a competitive strategy to win the contract.

2548Mr. Tidey made a conscious decision that K & R would absorb the

2561difference between $8.00 bid price and the Vulcan price of

2571$16.93.

257221. Mr. Tidey testified that K & R needed to win this job

2585in order not to have its crews and equipment sit idle during the

2598economic downturn, and therefore decided to take all of its

2608markup, roughly $250,000, out of the bid. He could have made

2620the $250,000 cut on any item or items in the bid, but decided on

2635Base Group 09 because the limerock base was a big item and

2647therefore easy to cut by a large amount.

265522. Mr. Tidey also testified that the contract provides a

2665$400,000 incentive payment for early completion of the job,

2675meaning that K & R will be able to work "faster and smarter" and

2689make up for the price reduction at the end of the job.

270123. Mr. Tidey testified that he obtained the Vulcan prices

2711from the Department's website as instructed by Developmental

2719Specification 6-3.3.1. He did not click on the hyperlinks,

2728which appeared to reference the contract between the Department

2737and Vulcan and therefore was of no concern to him.

274724. The Department and K & R dispute Mid-State's assertion

2757that the underscored language of the hyperlink set forth in

2767Finding of Fact 15 was a requirement of the bid specifications,

2778based on Mr. Sadler's direct testimony and the underlying

2787illogic and unfairness of requiring bidders to seek out hidden

2797specifications. The Department and K & R concede that if the

2808bid specifications did in fact require the bidders to include in

2819Base Group 09 the full costs associated with obtaining the

2829limerock base from Vulcan, then K & R's bid is nonresponsive.

284025. Developmental Specification 6-3.3.1 directed bidders

2846to the Department's webpage for the purpose of obtaining the

2856current Vulcan rate quote. It did not instruct the bidders to

2867investigate the hyperlinks or to assume that the information

2876contained therein was mandatory. Absent an instruction to

2884bidders to review the information contained in the hyperlinks,

2893the Department could not make such information mandatory without

2902placing less curious bidders at a competitive disadvantage. The

2911Department had no intent to play hide-and-seek with the bid

2921specifications in the manner suggested by Mid-State.

292826. In addition, K & R points to three line items of the

2941bid specifications in which the Department eliminates

2948competition, instructing the bidders not to bid and inserting a

2958fixed unit price and bid amount for all bidders as to those

2970items. K & R reasonably asserts that the Department was fully

2981capable of treating Base Group 09 in the same fashion, had it

2993intended to require the bidders to pass through to the

3003Department all the costs associated with obtaining the limerock

3012base from Vulcan. However, the Department supplied the bid

3021quantity (31,106 square yards) and left it to the bidders to

3033determine the price per unit they would bid.

304127. K & R's bid was responsive. Nothing in the bid

3052specifications prevented K & R from absorbing part of the cost

3063of the Vulcan limerock base and passing the savings on to the

3075Department, or required bidders to pass on to the Department the

3086full costs of complying with the bid specifications regarding

3095Base Group 09.

309828. The sole remaining issue is whether K & R's bid,

3109though facially responsive, was materially unbalanced. The

3116Department routinely conducts reviews of bid line items that

3125appear "unbalanced," i.e., for which there appear to be

3134significant differences between the price bid and the

3142Department's cost estimate, in order to determine whether the

3151price difference is due to a quantity error by the bidder. The

3163Department's review confirms that the bid quantity specified on

3172the bid blank is accurate.

317729. If a quantity error is found, the bids are

3187recalculated using the bidders' unit prices and the correct

3196quantities to determine whether the bid rankings would change.

3205A bid for which there is a discrepancy between the bid and the

3218Department's estimate is termed "mathematically unbalanced." A

3225mathematically unbalanced bid that affects the ranking of the

3234low bid is "materially unbalanced." A mathematically unbalanced

3242bid is acceptable, but a materially unbalanced bid affords the

3252bidder an unfair competitive advantage and must be rejected.

326130. The Department followed its usual procedure in

3269analyzing the K & R bid to determine whether it was unbalanced.

3281Philip Gregory Davis, the Department's state estimates engineer,

3289testified that there were some unbalanced items in the K & R

3301bid, but no quantity errors that would have changed the ranking

3312of the bids.

331531. Richard Ryals, the project designer who conducted the

3324unbalanced bid review, testified that the quantities were

3332correct for Base Group 09. As noted above, K & R's low bid for

3346Base Group 09 was an intentional strategy, not the result of a

3358quantity error.

336032. K & R's current bonded capacity qualification with the

3370Department is $258 million in contracts at any one time. K & R

3383posted a bid bond, and has more than enough capacity to

3394comfortably perform this contract. There is no economic danger

3403to the Department in accepting K & R's low bid.

3413CONCLUSIONS OF LAW

341633. The Division of Administrative Hearings has

3423jurisdiction over the parties to and subject matter of this

3433cause, pursuant to Section 120.569 and Subsection 120.57(3),

3441Florida Statutes.

344334. Subsection 120.57(3)(f), Florida Statutes, provides in

3450pertinent part:

3452. . . . Unless otherwise provided by

3460statute, the burden of proof shall rest with

3468the party protesting the proposed agency

3474action. In a competitive-procurement

3478protest, other than a rejection of all bids,

3486proposals, or replies, the administrative

3491law judge shall conduct a de novo proceeding

3499to determine whether the agency's proposed

3505action is contrary to the agency's governing

3512statutes, the agency's rules or policies, or

3519the solicitation specifications. The

3523standard of proof for such proceedings shall

3530be whether the proposed agency action was

3537clearly erroneous, contrary to competition,

3542arbitrary, or capricious. . . .

354835. Pursuant to Subsection 120.57(3)(f), Florida Statutes,

3555the burden of proof rests with Mid-State as the party opposing

3566the proposed agency action to prove "a ground for invalidating

3576the award." See State Contracting and Engineering Corp. v.

3585Department of Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA

35961998). Mid-State must prove by a preponderance of the evidence

3606that the Department's proposed award of the contract to K & R is

3619arbitrary, capricious, or beyond the scope of the Department's

3628discretion as a state agency. Department of Transportation v.

3637Groves-Watkins Constructors , 530 So. 2d 912, 913-914 (Fla.

36451988); Department of Transportation v. J.W.C. Co., Inc. , 396

3654So. 2d 778, 787 (Fla. 1st DCA 1981). See also § 120.57(1)(j),

3666Fla. Stat.

366836. The First District Court of Appeal has interpreted the

3678process set forth in Subsection 120.57(3)(f), Florida Statutes,

3686as follows:

3688A bid protest before a state agency is

3696governed by the Administrative Procedure

3701Act. Section 120.57(3), Florida Statutes

3706(Supp. 1996) [4] provides that if a bid

3714protest involves a disputed issue of

3720material fact, the agency shall refer the

3727matter to the Division of Administrative

3733Hearings. The administrative law judge must

3739then conduct a de novo hearing on the

3747protest. See § 120.57(3)(f), Fla. Stat.

3753(Supp. 1996). In this context, the phrase

" 3760de novo hearing" is used to describe a form

3769of intra-agency review. The judge may

3775receive evidence, as with any formal hearing

3782under section 120.57(1), but the object of

3789the proceeding is to evaluate the action

3796taken by the agency. See Intercontinental

3802Properties, Inc. v. Department of Health and

3809Rehabilitative Services , 606 So. 2d 380

3815(Fla. 3d DCA 1992) (interpreting the phrase

" 3822de novo hearing" as it was used in bid

3831protest proceedings before the 1996 revision

3837of the Administrative Procedure Act).

3842State Contracting and Engineering Corp. , 709 So. 2d at 609.

385237. As outlined in Subsection 120.57(3)(f), Florida

3859Statutes, the ultimate issue in this proceeding is "whether the

3869agency's proposed action is contrary to the agency's governing

3878statutes, the agency's rules or policies, or the bid or proposal

3889specifications." In addition to proving that the Department

3897breached this statutory standard of conduct, Mid-State also must

3906establish that the Department's violation was either clearly

3914erroneous, contrary to competition, arbitrary, or capricious.

3921§ 120.57(3)(f), Fla. Stat.

392538. The First District Court of Appeal has described the

"3935clearly erroneous" standard as meaning that an agency's

3943interpretation of law will be upheld "if the agency's

3952construction falls within the permissible range of

3959interpretations. If, however, the agency's interpretation

3965conflicts with the plain and ordinary intent of the law,

3975judicial deference need not be given to it." Colbert v.

3985Department of Health , 890 So. 2d 1165, 1166 (Fla. 1st DCA 2004)

3997(Citations omitted).

399939. An agency decision is "contrary to competition" when

4008it unreasonably interferes with the objectives of competitive

4016bidding. Those objectives have been stated to be:

4024[T]o protect the public against collusive

4030contracts; to secure fair competition upon

4036equal terms to all bidders; to remove not

4044only collusion but temptation for collusion

4050and opportunity for gain at public expense;

4057to close all avenues to favoritism and fraud

4065in various forms; to secure the best values

4073for the [public] at the lowest possible

4080expense; and to afford an equal advantage to

4088all desiring to do business with the

4095[government], by affording an opportunity

4100for an exact comparison of bids.

4106Harry Pepper & Associates, Inc. v. City of Cape Coral , 352

4117So. 2d 1190, 1192 (Fla. 2d DCA 1977), quoting Wester v. Belote ,

4129138 So. 2d 721, 723-724 (Fla. 1931).

413640. An agency action is capricious if the agency takes the

4147action without thought or reason or irrationally. An agency

4156action is arbitrary if is not supported by facts or logic. See

4168Agrico Chemical Co. v. Department of Environmental Regulation ,

4176365 So. 2d 759, 763 (Fla. 1st DCA 1978).

418541. To determine whether an agency acted in an arbitrary

4195or capricious manner, it must be determined "whether the agency:

4205(1) has considered all relevant factors; (2) has given actual,

4215good faith consideration to those factors; and (3) has used

4225reason rather than whim to progress from consideration of these

4235factors to its final decision." Adam Smith Enterprises v.

4244Department of Environmental Regulation , 553 So. 2d 1260, 1273

4253(Fla. 1st DCA 1989).

425742. However, if a decision is justifiable under any

4266analysis that a reasonable person would use to reach a decision

4277of similar importance, the decision is neither arbitrary nor

4286capricious. Dravco Basic Materials Co., Inc. v. Department of

4295Transportation , 602 So. 2d 632, 634, n. 3 (Fla. 2d DCA 1992).

430743. Mid-State failed to meet its burden of proof. The

4317evidence presented at the hearing did not establish that the

4327Department's proposed award of Contract T1285 to K & R is

4338contrary to the bid solicitation, contrary to the Department's

4347governing statutes, rules or policies, or that the proposed

4356award is clearly erroneous, contrary to competition, arbitrary

4364or capricious. The preponderance of the evidence established

4372that K & R's proposal was responsive to the requirements of the

4384bid solicitation and that the Department acted well within its

4394governing statutes, rules and policies.

439944. The evidence at hearing established that the

4407Department has in place routine procedures for the review of bid

4418items that appear mathematically imbalanced, and that the

4426Department followed these procedures in determining that K & R's

4436bid was not materially imbalanced.

444145. The evidence established that Developmental

4447Specification 6-3.3.1 required bidders to purchase aggregates

4454for use in the limerock base from Vulcan, and that K & R

4467complied with this requirement.

447146. The evidence established that Mid-State misinterpreted

4478an informational hyperlink on the Department's website to be a

4488mandatory bid specification. The bid specifications did not

4496require the bidders to include in Base Group 09 the full costs

4508associated with obtaining the limerock base from Vulcan. K & R

4519was not prohibited from bidding a discounted rate for Base

4529Group 09.

4531RECOMMENDATION

4532Based upon the foregoing Findings of Fact and Conclusions

4541of Law set forth herein, it is

4548RECOMMENDED that the Department of Transportation enter a

4556final order dismissing Mid-State's formal written protest and

4564awarding Contract T1265 to K & R.

4571DONE AND ENTERED this 9th day of January, 2009, in

4581Tallahassee, Leon County, Florida.

4585S

4586LAWRENCE P. STEVENSON

4589Administrative Law Judge

4592Division of Administrative Hearings

4596The DeSoto Building

45991230 Apalachee Parkway

4602Tallahassee, Florida 32399-3060

4605(850) 488-9675 SUNCOM 278-9675

4609Fax Filing (850) 921-6847

4613www.doah.state.fl.us

4614Filed with the Clerk of the

4620Division of Administrative Hearings

4624this 9th day of January, 2009.

4630ENDNOTES

46311/ A typographical error in the order referenced the

4640Department's filing as a "proposed final order."

46472/ Florida Administrative Code Rule 14-103.001 provides the

4655scope of the referenced Chapter 14-103:

4661This rule chapter provides the requirements

4667and procedures for obtaining and maintaining

4673Department approval of developed and

4678operational construction aggregate sources

4682(mines and redistribution terminals) and

4687their individual construction aggregate

4691products which are intended for use on

4698Department projects. Department approval is

4703based upon the existence of suitable raw

4710materials; processing facilities capable of

4715producing specified aggregate meeting

4719Department specification requirements; and

4723an effective Quality Control Program

4728assuring the continuing quality and

4733uniformity of that production.

4737Florida Administrative Code Rule 14-103.002(1) sets forth

4744the purpose of Chapter 14-103:

4749This rule chapter sets out a standardized

4756method for producers of construction

4761aggregates to apply for, receive, and

4767maintain Department approval of construction

4772aggregate sources for use on Department

4778projects. Source and product approval, and

4784maintenance of an on-going effective Quality

4790Control Program, as monitored by the

4796Department’s Quality Assurance procedures,

4800comprise the Department’s primary methods of

4806determining acceptability of aggregate on

4811Department projects.

48133/ The hyperlink provided in the specification is either

4822outdated or contained a typographical error at the time the

4832specifications were published. The correct hyperlink is:

4839http://www.dot.state.fl.us/construction/Aggregate/Aggregate.shtm

48404/ The meaning of the operative language has remained the same

4851since its adoption in 1996:

4856In a competitive-procurement protest, no

4861submissions made after the bid or proposal

4868opening amending or supplementing the bid or

4875proposal shall be considered. Unless

4880otherwise provided by statute, the burden of

4887proof shall rest with the party protesting

4894the proposed agency action. In a

4900competitive-procurement protest, other than

4904a rejection of all bids, the administrative

4911law judge shall conduct a de novo proceeding

4919to determine whether the agency's proposed

4925action is contrary to the agency's governing

4932statutes, the agency's rules or policies, or

4939the bid or proposal specifications. The

4945standard of proof for such proceedings shall

4952be whether the proposed agency action was

4959clearly erroneous, contrary to competition,

4964arbitrary, or capricious. . . .

4970§ 120.57(3)(f), Fla. Stat. (1997).

4975COPIES FURNISHED :

4978James C. Myers,

4981Clerk of Agency Proceedings

4985Department of Transportation

4988Haydon Burns Building

4991605 Suwannee Street, Mail Station 58

4997Tallahassee, Florida 32399-0450

5000Alexis M. Yarbrough, General Counsel

5005Department of Transportation

5008Haydon Burns Building

5011605 Suwannee Street, Mail Station 58

5017Tallahassee, Florida 32399-0450

5020Stephanie Kopelousos, Secretary

5023Department of Transportation

5026Haydon Burns Building

5029605 Suwannee Street, Mail Station 57

5035Tallahassee, Florida 32399-0450

5038C. Denise Johnson, Esquire

5042Department of Transportation

5045Haydon Burns Building, Mail Station 58

5051605 Suwannee Street

5054Tallahassee, Florida 32399-0450

5057Alvin Mulford

5059Mid-State Paving Co., Inc.

5063347 Bolender Road

5066Auburndale, Florida 33823

5069George E. Spofford, IV, Esquire

5074Glenn, Rasmussen, Fogarty & Hooker, P.A.

5080Post Office Box 3333

5084Tampa, Florida 33601-3333

5087James M. McCrae, Esquire

5091Law Office of Jim McCrae

5096Lake Mary Professional Campus

51001349 International Parkway South

5104Suite 2421

5106Lake Mary, Florida 32746

5110NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

5116All parties have the right to submit written exceptions within

512610 days from the date of this Recommended Order. Any exceptions

5137to this Recommended Order should be filed with the agency that

5148will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 01/29/2009
Proceedings: Agency Final Order
PDF:
Date: 01/29/2009
Proceedings: Final Order filed.
PDF:
Date: 01/09/2009
Proceedings: Recommended Order
PDF:
Date: 01/09/2009
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 01/09/2009
Proceedings: Recommended Order (hearing held October 14, 2008). CASE CLOSED.
PDF:
Date: 11/18/2008
Proceedings: Letter to Judge Stevenson from G. Spofford regarding receipt of Judge`s Order dated November 14, 2008 filed.
PDF:
Date: 11/14/2008
Proceedings: Mid-state Paving Co., Inc.`s Proposed Recommended Order filed.
PDF:
Date: 11/14/2008
Proceedings: Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 11/12/2008
Proceedings: Letter to Judge Stevenson from George Spofford regarding filing of proposed recommended orders filed.
PDF:
Date: 11/12/2008
Proceedings: Kamminga & Roodvoets, Inc.`s Proposed Findings of Facts and Conclusions of Law filed.
PDF:
Date: 11/12/2008
Proceedings: Order (Petitioner shall file its proposed recommended order by November 14, 2008).
PDF:
Date: 11/12/2008
Proceedings: Objection to Mid-state Paving Co., Inc.`s Motion for Extension of Time and Motion to Strike Mid-state`s Proposed Order filed.
PDF:
Date: 11/10/2008
Proceedings: Motion for Extension of Time to File Proposed Recommended Order filed.
PDF:
Date: 11/10/2008
Proceedings: Department`s Proposed Recommended Order filed.
PDF:
Date: 11/10/2008
Proceedings: Department`s Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 11/07/2008
Proceedings: Notice of Filing Exhibits A, B, C and Tidey Exhibit 5 to the October 10, 2008 Deposition of David A. Sadler filed.
PDF:
Date: 10/29/2008
Proceedings: Mid-state Paving Co., Inc. Formal Bid Protest and Exhibits (exhibits not available for viewing) filed.
Date: 10/29/2008
Proceedings: Transcript of Hearing filed.
PDF:
Date: 10/14/2008
Proceedings: Joint Pre-hearing Statement filed.
Date: 10/14/2008
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 10/14/2008
Proceedings: Notice of Filing (Department of Transportation`s Ansers to Mid-State Paving Cor., Inc.`s First Set of Interrogatories).
PDF:
Date: 10/13/2008
Proceedings: Pre-hearing Statement Jointly Between Department of Transportation and Kamminga & Roodvoets filed.
PDF:
Date: 10/13/2008
Proceedings: Kamminga & Roodvoets, Inc.`s Motion in Limine filed.
PDF:
Date: 10/10/2008
Proceedings: Notice of Filing (Department of Transportation`s Answers to Mid-State Paving Co., Inc.`s First Set of Interrogatories) filed.
PDF:
Date: 10/08/2008
Proceedings: Notice of Taking Deposition (D. Sadler) filed.
PDF:
Date: 10/08/2008
Proceedings: Motion for Summary Final Order filed.
PDF:
Date: 10/07/2008
Proceedings: Amended Notice of Hearing (hearing set for October 14 and 15, 2008; 9:30 a.m.; Bartow, FL; amended as to Room).
PDF:
Date: 09/24/2008
Proceedings: Notice of Service of Answers to Petitioner`s First Set of Interrogatories filed.
PDF:
Date: 09/24/2008
Proceedings: Kamminga & Roodvoets, Inc.`s Response to Petitioner`s Request for Production of Documents filed.
PDF:
Date: 09/23/2008
Proceedings: Department`s Notice of Serving Answers to Interrogatories filed.
PDF:
Date: 09/17/2008
Proceedings: Order Granting Intervention .
PDF:
Date: 09/10/2008
Proceedings: Order Granting Continuance and Re-scheduling Hearing (hearing set for October 14 and 15, 2008; 9:00 a.m.; Bartow, FL).
PDF:
Date: 09/10/2008
Proceedings: Notice of Serving Respondent, Department of Transportation`s, First Set of Interrogatories to Petitioner filed.
PDF:
Date: 09/10/2008
Proceedings: Department`s Response to Motion for Continuance filed.
PDF:
Date: 09/08/2008
Proceedings: Motion for 7 Day Continuance filed.
PDF:
Date: 09/08/2008
Proceedings: Petition to Intervene (Kamminga & Roodvoets, Inc.) filed.
PDF:
Date: 08/29/2008
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 08/29/2008
Proceedings: Notice of Hearing (hearing set for September 25 and 26, 2008; 9:30 a.m.; Bartow, FL).
PDF:
Date: 08/28/2008
Proceedings: Formal Written Bid Protest filed.
PDF:
Date: 08/28/2008
Proceedings: Agency referral filed.

Case Information

Judge:
LAWRENCE P. STEVENSON
Date Filed:
08/28/2008
Date Assignment:
08/29/2008
Last Docket Entry:
01/29/2009
Location:
Bartow, Florida
District:
Middle
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (1):

Related Florida Statute(s) (3):

Related Florida Rule(s) (2):