08-002369BID Warren Building Company, Inc. vs. Department Of Military Affairs
 Status: Closed
Recommended Order on Wednesday, August 20, 2008.


View Dockets  
Summary: Petitioner failed to show that the awarded vendor`s failure to examine and have subcontractors examine project site, as required by specification, was a material irregularity or deviation from bid specs, which would affect price.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8WARREN BUILDING COMPANY, INC., )

13)

14Petitioner, )

16)

17vs. ) Case No. 08-2369BID

22)

23DEPARTMENT OF MILITARY AFFAIRS, )

28)

29Respondent. )

31)

32RECOMMENDED ORDER

34Pursuant to notice this cause came on for formal hearing

44before P. Michael Ruff, a duly-designated Administrative Law

52Judge of the Division of Administrative Hearings. The hearing

61was conducted in Tallahassee, Florida, on June 10, 2008. The

71appearances were as follows:

75APPEARANCES

76For Petitioner: Thayer M. Marts, Esquire

821105 Hays Street

85Post Office Box 1814

89Tallahassee, Florida 32302

92For Respondent: Kim F. Heller, II, Esquire

99Elizabeth C. Masters, Esquire

103Florida National Guard

106Post Office Box 1008

110St. Augustine, Florida 32085-1008

114STATEMENT OF THE ISSUE :

119The issue to be resolved in this proceeding concerns

128whether the agency action in recommending award of the contract

138for a renovation of a National Guard Armory to Concrete

148Services, Inc. (CSI) was "clearly erroneous, contrary to

156competition, arbitrary or capricious." More specifically, it

163must be determined whether a specification requiring that all

172general and subcontractors visit the project site and examine

181the existing site conditions prior to bid submittal, and

190certifying to that fact, was a waivable or minor irregularity,

200not affecting the price of the proposal by giving an unfair

211competitive advantage to any bidder or proposed vendor.

219PRELIMINARY STATEMENT

221The cause arose upon the issuance of an invitation to bid

232(advertisement number 207005) by the Florida Department of

240Military Affairs (DMA) seeking bids for certain renovation work

249to be performed at the National Guard Armory in Tallahassee.

259The time during which bids were allowed to be submitted

269elapsed without any protest of bid specifications. After the

278time for submission of bids elapsed, the DMA deliberated on the

289bids submitted and posted its decision on April 11, 2008. In

300its decision it announced its determination to award the

309contract advertised in the advertisement number 207005 to CSI,

318determining CSI to be the lowest responsive and responsible

327bidder.

328Warren Building, Inc. (Petitioner) was the second lowest

336responsive and responsible bidder as determined by the DMA.

345Upon announcement of the award of the contract, on to CSI, the

357Petitioner filed a formal written protest. It contested DMA's

366intended award based upon its position that CSI had committed an

377irregularity in its bid specification compliance and submittal

385by failing to submit, on CSI's letterhead, at the time of the

397bid, a certification that the general and subcontractors had

406thoroughly examined the property as required by the

414specifications. Warren, the Petitioner, thus asserts that this

422failure or irregularity results in CSI's bid being non-

431responsive and that the award should therefore be made to the

442Petitioner, Warren Building, Inc.

446The Petition was transmitted to the Division of

454Administrative Hearings for conduct of a formal proceeding. The

463cause thus came before the undersigned Administrative Law Judge

472and was immediately set for hearing in Tallahassee, Florida,

481scheduled for June 10, 2008.

486The cause came on for hearing as noticed on the above date

498on the issues referenced herein. The Petitioner called as a

508witness Mr. Steven C. Warren, President of Warren Building, Inc.

518The Department called Mr. Kenneth Hersey, who was project

527manager for the renovation project at issue, as well as Lt. Col.

539Robert Keating, who was the contract manager and the final

549decision- maker for the Agency and who made the decision to

560recommend

561award of the project to CSI. The Respondent's Exhibits one

571through eight were stipulated into evidence.

577Upon conclusion of the proceeding the parties ordered a

586transcript thereof and elected to submit proposed recommended

594orders. The Proposed Recommended Orders have been considered in

603the rendition of this Recommended Order.

609FINDINGS OF FACT

6121. The Department of Military Affairs (Department) issued

620an invitation to bid for certain renovation work at the National

631Guard Armory in Tallahassee. The invitation to bid was issued

641on March 2, 2008. It was accompanied by an advertisement number

652207005 and addenda No. 1-3. These were the documents that

662defined the scope of the work proposed to be constructed by the

674Department and the various specifications, conditions, and

681criteria which were to guide and be relied upon by prospective

692vendors or bidders. The invitation to bid stated that the

702contract would be awarded to the lowest responsive and

711responsible bidder.

7132. The invitation to bid notified prospective bidders that

722the Department reserved the right to waive minor irregularities

731in a bid where they did not affect the price of the proposal.

744Thus, the Department stated in the Invitation to Bid "the

754Department reserves the right to accept or reject any or all

765proposals received and reserves the right to make an award with

776or without further discussion of the proposals submitted or

785accept minor informalities or irregularities in the best

793interest of the State of Florida, which are considered a matter

804of form and not substance and the correction or waiver of which

816is not prejudicial to other proposals."

8223. The reasons stated in the Invitation to Bid and Addenda

833for disqualification of a bidder did not include the failure of

844the contractor or subcontractors to visit the project site.

853Rather, the invitation to bid and advertisement list placed on

863the discriminatory business list, the submission of an

871electronic bid and employment of unauthorized aliens as

879irregularities that would result in disqualification of a

887bidder. The invitation to bid defines minor irregularities as

"896those that will not have an adverse effect on the DMA's

907interest and will not affect the price of the proposal by giving

919a proposer an advantage or benefit not enjoyed by all other

930proposers."

9314. The Department thus did not make failure of a

941contractor or subcontractor to visit the site of the project an

952event that would result in disqualification. The Department's

960intent rather was to place contractors on notice that failure to

971visit the site would be at the sole risk of the general

983contractor/bidder if failure to visit the site resulted in an

993unforeseen problem, cost, or risk. The Department stated at

1002Addendum 1, D-9 the following:

1007D-9 site examination by contractor: The

1013general contractor and all subcontractors as

1019listed on Exhibit Five, shall visit the

1026project site and examine the existing

1032conditions affected by this work prior to

1039submitting a bid. Any bid submitted without

1046prior examination of on-site existing

1051conditions will be at the sole risk of the

1060general contractor. The contractor shall

1065submit on its letterhead the following at

1072time of bid, certifying that he and his subs

1081thoroughly examined the project site: 'I

1087(name of general contractor), do hereby

1093certify that all associated general and

1099subcontractor entities have visited the

1104project site and thoroughly examined the on-

1111site existing conditions prior to the

1117submittal of the bid.'

11215. Lt. Col. Keating is the contract officer and manager.

1131His duties include reviewing the bids and making final

1140determination on bid proposals submitted to the Department for

1149projects such as this renovation project. He reviewed the

1158entire package of bid submissions after the bid opening in

1168Tallahassee. These are his duties concerning every bid opening

1177of the Department.

11806. Lt. Col. Keating reviewed the failure of CSI to submit

1191the Addendum D-9 letter and determined that the absence of the

1202letter did not give CSI an unfair competitive advantage. He

1212determined that this was a minor irregularity which was

1221waivable.

12227. Mr. Hersey was the construction consultant for the

1231Department for this project. Mr. Hersey reviewed the CSI file

1241after the bids were submitted, noting that CSI's bid did not

1252include all the verbiage required by Addendum One, D-9. He

1262determined, however, that the proposed included the "Exhibit 4"

1271document which stated that CSI had "visited the site of the

1282proposed project and familiarized himself with the local

1290conditions, nature, and extent of the work." Mr. Hersey brought

1300this omission to Lt. Col. Keating's attention.

13078. Lt. Col. Keating considered the failure of CSI to

1317submit the Addendum 1, D-9 letter language and determined that

1327the omission did not give CSI an unfair competitive advantage

1337over other bidders and therefore that it was a minor

1347irregularity. He determined that the fact that there was

1356language in the bid submittal of CSI to the effect that the

1368contractor had visited the site and familiarized himself with

1377conditions, nature, and scope of the work made the bid actually

1388responsive. The failure to include the language required in

1397Addendum 1, D-9 did not render the bid unqualified or non-

1408responsive, but, instead, the failure to include that language

1417would have the consequence of making CSI responsible for any

1427loss caused by the failure to visit the project site or have the

1440subcontractors visit the project site before bidding. If that

1449omission caused any additional cost or unforeseen circumstances

1457which had a cost attributable to them, CSI would have to bear

1469the risk of paying for any such expense itself under the terms

1481of the specifications.

14849. It was thus determined that the failure to visit the

1495site had the consequence of making the contractor assume

1504resulting risks but was considered by the Department to be a

1515quality assurance measure in the specifications, instead of a

1524determining or qualifying factor for award of the project.

1533Lt. Col. Keating determined that the failure to submit the

1543required language in the letter did not give CSI an unfair

1554competitive advantage. CSI's bid was $1,866,212.00. The bid of

1565the Petitioner, Warren Building Company, Inc., was

1572$1,944,000.00. Thus, CSI's bid was $77,788.00 lower than the

1584bid submitted by the Petitioner Warren.

159010. In preparing his bid submittal, the Petitioner had not

1600been charged by his subcontractors for their visiting the

1609Tallahassee project site. His entire cost of submitting the

1618response to the invitation to bid on behalf of Warren, was

1629$10,000.00 or less. Thus, the failure by CSI to have

1640subcontractors visit the site and evaluate the work was clearly

1650not shown to have saved CSI costs, in an amount anywhere

1661approaching the total difference in the amounts of the two bids.

1672Only if the avoidance of such costs represented by the visits of

1684the contractor and subcontractors to the job site was greater

1694than or at least approximately equal to the $77,788.00

1704difference between the two bids, would the failure of CSI to

1715entirely comply with this specification result in a change in

1725the relative competitive positions of the two bidders. Put

1734another way, there was no evidence to show that had CSI

1745completely complied with the disputed specification, that it

1753would not still have much the lowest-priced responsible and

1762responsive bid.

176411. It was thus determined by Lt. Col. Keating that the

1775$1,866,212.00 bid submitted by CSI was the lowest responsible

1786and responsive bid. He therefore determined that the award of

1796the contract should be give to CSI and an Agency decision to

1808that effect was posted on April 11, 2008. The subject protest

1819and proceeding ensued.

1822CONCLUSIONS OF LAW

182512. The Division of Administrative Hearings has

1832jurisdiction of the subject matter hereof and the parties to

1842this proceeding. §§ 120.569 and 120.57(1)(3), Fla. Stat.

1850(2007).

185113. Section 120.57(3)(f), Florida Statutes (2007),

1857provides pertinently as follows:

1861. . . Unless otherwise provided by statute,

1869the burden of proof shall rest with the

1877party protesting the proposed agency action.

1883In a competitive procurement protest, other

1889than a rejection of all bids, proposals, or

1897replies, the administrative law judge shall

1903conduct a de novo proceeding to determine

1910whether the agency proposed action is

1916contrary to the agency's governing statutes,

1922the agency's rules or policies, or the

1929solicitation specification. The standard of

1934proof for such proceeding shall be whether

1941the proposed agency action was clearly

1947erroneous, contrary to competition,

1951arbitrary or capricious . . .

1957Thus, a Petitioner protestant must sustain its burden of proof

1967by preponderant evidence. Department of Transportation v.

1974J.W.C. Co., Inc. , 396 So. 2d 778, 787 (Fla. 1st DCA 1981); State

1987Contracting and Engineering Corp. v. Department of

1994Transportation , 709 So. 2d 607, 609 (Fla. 1998). The Petitioner

2004must thus demonstrate that the Agency's proposed action is

2013contrary to governing statutes, the Agency's rules or policies,

2022or the bid or proposal specifications. Put another way, it must

2033be determined whether the Agency was in error in applying a

2044governing principle, as for instance, its interpretation or

2052application of bid specifications.

205614. Whether an act is contrary to competition is

2065determined by considering whether it offends the purpose of the

2075competitive bidding statutes. "The purpose of the competitive

2083bidding process is to secure fair competition on equal terms to

2094all bidders by affording an opportunity for an exact comparison

2104of bids." Harry Pepper and Associates, Inc., v. City of Cape

2115Coral , 352 So. 2d 1190 (Fla. 2nd DCA 1977). See also Wester v.

2128Belote , 138 So. 2d 721 (Fla. 1931).

213515. Section 287.057(2), Florida Statutes (2007), requires

2142an agency to award a contract to the "responsible offeror whose

2153proposal is determined in writing to be the most advantageous to

2164the state, taking into the consideration the price and other

2174criteria set forth in the request for proposals."

218216. In the case at hand the Department listed a number of

2194items in the specifications that would result in a bid being

2205rejected. The failure to comply with Addendum D-9, was not one

2216of them, however. In fact, the plain language of Addendum 1,

2227D-9 states that the penalty for failure to comply with

2237submitting the site examination would be that the general

2246contractor assumed any additional risk caused by its failure to

2256examine the site or to submit the relevant document assuring of

2267the site examination. There was no penalty of rejection of the

2278proposer's bid for such a failure.

228417. The Department also placed all bidders on notice in

2294the invitation to bid documents that it reserved the right to

2305accept minor informalities or irregularities in bids, in the

2314best interest of the state, which it considered to be non-

2325substantial or matters of form, and the correction or waiver of

2336which would not be prejudicial to other bid proposals. The

2346Department's determination that the CSI submission was

2353responsive and responsible and that the omission in question was

2363a minor irregularity and waivable was shown by the preponderant

2373weight of the evidence to be properly within its discretion.

2383The evidence did not demonstrate that the Department thus acted

2393arbitrarily, capriciously, or contrary to competition. This is

2401because the Agency was shown to have considered all relevant

2411factors and made good faith consideration of the factors and

2421employed a reasonable basis for making its final decision rather

2431than caprice or whim. See Adam Smith Enterprises, Inc., v.

2441State, Department of Environmental Regulation , 553 So. 2d 1260,

24501273 (Fla. 1st DCA 1989).

245518. The purpose of competitive bidding is to secure the

2465lowest responsible offer. Minor irregularities in bids, vis a

2474vis, specifications can be waived, effectuating that purpose.

2482See Air Support Services International, Inc., v. Metropolitan

2490Dade County , 614 So. 2d 583, 584 (Fla. 3rd DCA 1983); Tropabest

2502Foods, Inc. v. State of Florida, Department of General Services ,

2512493 So. 2d 50, 52 (Fla. 1st DCA 1986). Although a bid

2524containing a material variance from the specifications is not

2533acceptable, not every deviation from an invitation to bid

2542specification is material. Glatstein v. City of Miami , 399

2551So. 2d 1005 (Fla. 3rd DCA 1981), rev . denied 407 So. 2d 1102

2565(Fla. 1981).

256719. The opinion in Robinson Electrical, Inc. v. Dade

2576County , 417 So. 2d 1032 (Fla. 3rd DCA 1982), is instructive

2587where the court stated:

2591In determining whether a specific non-

2597compliance constitutes a substantial and

2602hence a non-waivable irregularity, the

2607courts have applied two criteria-first,

2612whether the effect of a waiver would be to

2621deprive the municipality of its assurance

2627that the contract will be entered into,

2634performed and guaranteed according to its

2640specified requirements, and second, whether

2645it is of such a nature that its waiver would

2655adversely affect competitive bidding by

2660placing a bidder in a position of advantage

2668over other bidders or by otherwise

2674undermining the necessary common standard of

2680competition.

2681In application of the general principles

2687above discussed, sometimes it is said that a

2695bid may be rejected or disregarded if there

2703is a material variance between the bid and

2711the advertisement. A minor variance,

2716however, will not invalidate the bid. In

2723this context a variance is material if it

2731gives the bidder a substantial advantage

2737over the other bidders, and thereby

2743restricts or stifles competition.

274720. Assuming arguendo that CSI was less than fully

2756responsive to the specification concerning site examination and

2764evaluation by the contractor and subcontractors, the

2771preponderant direct and circumstantial evidence, culminating in

2778the above-found facts does not show any deviation to be

2788material. The courts do not favor the disqualification of a low

2799bidder for non-responsiveness where a bid irregularity does not

2808impart an unfair competitive advantage to the low bidder. In

2818the case of Intercontinental Properties v. DHRS , 606 So. 2d 380

2829(Fla. 3rd DCA 1992), the court, in reversing a hearing officer's

2840finding of unresponsiveness on the part of a bidder, discussed

2850at length the well-known case of Liberty County v. Baxter's

2860Asphalt and Concrete, Inc. , 421 So. 2d 505 (Fla. 1982),

2870concerning principles applicable to competitive bidding. The

2877Intercontinental court enunciated the principle from the

2884Baxter's opinion that:

2887A minor irregularity is a variation from the

2895bid invitation or proposal terms and

2901conditions which does not affect the price

2908of the bid, or give the bidder an advantage

2917or benefit not enjoyed by other bidders, or

2925does not adversely impact the interest of

2932the Department . . .

2937There is a very strong public interest in

2945favor of saving tax dollars in awarding

2952public contracts. There is no public

2958interest, much less a substantial public

2964interest, in disqualifying low bidders for

2970technical deficiencies in form, where the

2976low bidder did not derive any unfair

2983competitive advantage by reason of the

2989technical omission. . . .

2994In either event, there is a strong public

3002policy in favor of awarding contracts to the

3010low bidder, and an equal strong public

3017policy against disqualifying the low bidder

3023for technical deficiencies which do not

3029confer an economic advantage on one bidder

3036over another. Id. at 387. (Emphasis

3042supplied).

3043See also ESP Security and Satellite Engineering, Inc. v.

3052University of Florida, Physical Plant Division,

3058Architecture/Engineering Department (Case No. 94-2035BID, DOAH

3064Recommended Order entered April 12, 1995).

307021. In the case at hand, CSI was shown to be the low

3083bidder by a substantial amount, as reflected in the figures

3093referenced in the above Findings of Fact. The evidence adduced

3103by the Petitioner also shows that the Petitioner spent

3112approximately $10,000.00 for all bid proposal-related work or

3121preparations before submission of its bid proposal. Even though

3130CSI may not have made the site examination or may not have had

3143its subcontractors make the relevant site examination provided

3151for in the above-referenced specification, if it had done so,

3161and spent a resultant similar amount on bid preparation, it

3171would still have a substantially lower bid price than would the

3182Petitioner.

318322. Moreover, the specifications are clear in providing

3191that this was not a specification which carried with it a

3202penalty of disqualification for any bidder who failed to comply.

3212In fact, the bid specifications, as found above, provided that

3222any contractor who did not comply with this specification

3231concerning site evaluation and inspection would bear the risk of

3241failure to comply with that specification. Thus, failure to

3250comply would not affect the price ultimately paid or the other

3261circumstances and conditions of performance to be provided by

3270the contractor, if the contractor had omitted compliance or

3279complete compliance with that specification.

328423. There was simply no preponderant evidence to show that

3294failure to completely comply with the relevant specification at

3303issue resulted in CSI being awarded the bid. In fact, as shown

3315by the significant disparity in the price proposed by CSI versus

3326that proposed by Warren, the Petitioner, CSI would have been the

3337low bidder by a substantial amount in either circumstance.

334624. In summary, therefore, it has been demonstrated by the

3356preponderant, persuasive evidence of record, culminating in the

3364above findings of fact, that the determination by the Department

3374that CSI's bid proposal was responsive, responsible and the

3383lowest bid was a reasonable decision. So too, was the

3393determination that the minor irregularity at issue was an

3402omission which did not confer an unfair competitive advantage on

3412CSI. These determinations are supported by the preponderant,

3420credible, persuasive evidence of record and do not offend the

3430above-discussed and concluded purpose of the competitive bidding

3438statute involved. These decisions are not contrary to

3446competition and, because the Agency has been shown to have given

3457good faith, reasonable consideration to all relevant factors,

3465the decisions would not be arbitrary or capricious, and are

3475shown to comport with Agency statutes, rules, and policies. The

3485decision was shown to comport with the specifications of the bid

3496solicitation.

3497RECOMMENDATION

3498Having considered the foregoing Findings of Fact,

3505Conclusions of Law, the evidence of record, the candor and

3515demeanor of the witnesses and the pleadings and arguments of the

3526parties, it is, therefore,

3530RECOMMENDED that a final order be entered by the Department

3540of Military Affairs, awarding the contract for renovation work

3549at the National Guard Armory in Tallahassee, Florida (No.

3558207005) to Concrete Services, Incorporated.

3563DONE AND ENTERED this 20th day of August, 2008, in

3573Tallahassee, Leon County, Florida.

3577S

3578P. MICHAEL RUFF

3581Administrative Law Judge

3584Division of Administrative Hearings

3588The DeSoto Building

35911230 Apalachee Parkway

3594Tallahassee, Florida 32399-3060

3597(850) 488-9675 SUNCOM 278-9675

3601Fax Filing (850) 921-6847

3605www.doah.state.fl.us

3606Filed with the Clerk of the

3612Division of Administrative Hearings

3616this 20th day of August, 2008.

3622COPIES FURNISHED :

3625Thayer M. Marts, Esquire

36291105 Hays Street

3632Post Office Box 1814

3636Tallahassee, Florida 32302

3639Kim F. Heller, II, Esquire

3644Elizabeth C. Masters, Esquire

3648Florida National Guard

3651Post Office Box 1008

3655St. Augustine, Florida 32085-1008

3659Elizabeth C. Masters, Lt. Colonel

3664Florida Army National Guard

366882 Marine Street

3671St. Augustine, Florida 32084

3675NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

3681All parties have the right to submit written exceptions within

369110 days from the date of this Recommended Order. Any exceptions

3702to this Recommended Order should be filed with the agency that

3713will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 09/08/2008
Proceedings: Final Order filed.
PDF:
Date: 09/03/2008
Proceedings: Agency Final Order
PDF:
Date: 08/20/2008
Proceedings: Recommended Order
PDF:
Date: 08/20/2008
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 08/20/2008
Proceedings: Recommended Order (hearing held June 10, 2008). CASE CLOSED.
PDF:
Date: 07/11/2008
Proceedings: (Proposed) Recommended Order filed.
PDF:
Date: 07/07/2008
Proceedings: Respondent`s Proposed Recommended Order filed.
Date: 06/26/2008
Proceedings: Transcript filed.
PDF:
Date: 06/10/2008
Proceedings: Exhibit List (exhibits not available for viewing) filed.
Date: 06/10/2008
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 06/09/2008
Proceedings: Notice of Appearance as Co-counsel filed.
PDF:
Date: 06/06/2008
Proceedings: Prehearing Stipulation filed.
PDF:
Date: 05/15/2008
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 05/15/2008
Proceedings: Notice of Hearing (hearing set for June 10, 2008; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 05/15/2008
Proceedings: Bid Tabulation and Notice of Award Recommendation filed.
PDF:
Date: 05/15/2008
Proceedings: Formal Protest Petition and Request for Hearing filed.
PDF:
Date: 05/15/2008
Proceedings: Agency referral filed.

Case Information

Judge:
P. MICHAEL RUFF
Date Filed:
05/15/2008
Date Assignment:
05/15/2008
Last Docket Entry:
09/08/2008
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (1):

Related Florida Statute(s) (3):