09-000858BID Floridian Construction And Development Company, Inc. vs. Department Of Environmental Protection
 Status: Closed
Recommended Order on Friday, May 1, 2009.


View Dockets  
Summary: Petitioner failed to show that award to the bidder who proposed a lower rated bid bond than that submitted by protestant was unresponsive. The specification in the ITB had no bond requirement for the bid bond.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8FLORIDA CONSTRUCTION AND )

12DEVELOPMENT COMPANY, INC., )

16)

17Petitioner, )

19)

20vs. ) Case No. 09-0858BID

25)

26DEPARTMENT OF ENVIRONMENTAL )

30PROTECTION, )

32) )

34Respondent. )

36RECOMMENDED ORDER

38Pursuant to notice this cause came on for formal proceeding

48and hearing before P. Michael Ruff, a duly-designated

56Administrative Law Judge of the Division of Administrative

64Hearings. The hearing was conducted on March 16, 2009, in

74Tallahassee, Florida. The appearances were as follows:

81APPEARANCES

82For Petitioner: David M. Adelstein, Esquire

88Kirwin Norris, P.A.

91110 E. Broward Boulevard, Suite 1570

97Ft. Lauderdale, Florida 33301

101For Respondent: Reagan K. Russell, Esquire

107Department of Environmental Protection

1113900 Commonwealth Boulevard

114Mail Station 35

117Tallahassee, Florida 32399

120STATEMENT OF THE ISSUES

124The issues to be resolved in this proceeding concern

133whether the proposed award of a contract to Ben Withers, Inc.,

144is contrary to the Agency's governing statutes, rules, or

153policies or contrary to the bid solicitation specification

161concerning bid bond requirements, within the meaning of

169Subsection 120.57(3)(f), Florida Statutes (2008). It must also

177be determined whether those bidders who submitted a less than

"187A" bid bond rating are compliant with the specification, or

197should be disqualified for non-responsiveness.

202PRELIMINARY STATEMENT

204This cause arose on the filing of a challenge to a Notice

216of Intent to award a contract for construction services by the

227Department of Environmental Protection (DEP, Department) to Ben

235Withers, Inc. (Withers) for DEP Project No. 60611 (DEP Bid No.

24649-08/09) for construction of a new entrance roadway, removal of

256an existing timber bridge and construction of a new free-span

266bridge, including all drainage and utility improvements, at Bald

275Point State Park (Bald Point) in Franklin County, Florida.

284The Petitioner filed its protest in accordance with

292Sections 120.569 and 120.57 (3), Florida Statutes (2008), and

301the matter was transmitted to the Division of Administrative

310Hearings. The case was assigned to the undersigned and, in due

321course, came on for hearing on the above date.

330The Petitioner, Floridian Construction and Development

336Company, Inc. (Petitioner, Floridian) contends that the

343Department violated its bid specifications and its “policy”

351concerning the materiality of the rating of bonds, as specified

361in the bid specification. It argues that the Department’s

370violation in these respects was arbitrary, capricious, and

378contrary to competition, and that Floridian was the only

387responsive bidder and should have been awarded the contract

396because it was the only bidder to provide a bond rating in

408compliance with the specifications and the Department’s policy.

416The Department contends that its proposed award to Withers

425conforms with its governing statutes and Florida Administrative

433Code Chapter 60D-5, as well as the specifications; and that the

444bid bond and payment and performance bonds may be issued by

455different surety companies. It contends that the Petitioner

463cannot show that the proposed agency action is clearly

472erroneous, contrary to competition, arbitrary or capricious.

479Upon the convening of the hearing, Joint Exhibits A through

489I were admitted into evidence. The Petitioner also had admitted

499its Exhibits A through G. The Respondent had its Exhibits one

510through four admitted into evidence. The Petitioner presented

518the testimony of four witnesses. The Respondent, relying on its

528exhibits and cross-examination, called no witnesses.

534Upon concluding the proceeding, the parties did not order a

544transcript of the record. They submitted Proposed Recommended

552Orders, which were timely submitted on March 26, 2009. The

562undersigned has considered those Proposed Recommended Orders in

570the rendition of this Recommended Order.

576FINDINGS OF FACT

5791. The Petitioner is a closely held Florida corporation.

588It holds a State of Florida license as a General Contractor.

599Its licensure authorizes it to perform work of the nature and

610scope involved in this project. Mr. Milton Fulmer is the

620principal owner and president of the Petitioner. He testified

629in this proceeding on behalf of the Petitioner.

6372. The Respondent is an Agency of the State of Florida

648charged with managing and administering state-owned lands in the

657state park system, including the planning and arranging for the

667construction of facilities, installations and improvements on

674those lands. The Respondent engages in procurement through

682competitive bidding on a regular basis, in order to build and

693maintain its improvements on those lands.

6993. The Respondent issued an Invitation to Bid (ITB) for

709certain road and additional work to be performed at the Bald

720Point State Park, in Franklin County. The ITB is designated as

731“Bid No. 49-08/09” on the Department of Management Services’

740Vendor Bid System (VBS). It is undisputed that the ITB was

751properly advertised and noticed.

7554. The ITB project involves the construction of a new

765entrance roadway, the removal of an existing timber bridge and

775the installation of a new “free-span" bridge. The project also

785includes related drainage and utility work. Three addenda to

794the ITB were issued, which significantly increased the scope of

804the work, and the estimated budget for the project, from

814$1,000,000 to $3,000,000. The bids were timely opened on

827January 12, 2009.

8305. Withers was the low bidder. The Petitioner was the

840sixth low bidder. The bid tabulation, announcing the

848Respondent’s intent to award to Withers was posted on

857January 23, 2009.

8606. The Petitioner filed a timely protest, pursuant to

869Section 120.57(3), Florida Statutes (2008). The protest notice

877was filed on January 28, 2009, and the Petition was timely filed

889on February 6, 2009.

8937. Eight vendors submitted timely bid responses. None of

902the bids were disqualified by the Respondent. The

910specifications in the ITB required bidders to submit a good

920faith deposit or bid guaranty, amounting to five percent of the

931bid. This could be provided in the form of a bid bond. All the

945bidders submitted bid bonds with their bids.

9528. The instructions to bidders in the specifications of

961the ITB require that, for bids exceeding $2,000,000, “the surety

973that will provide the Performance Bond and Labor and Materials

983Payment Bond shall have at least an 'A' rating in A.M. Best

995Company’s online rating guide.” The ITB also provides that the

1005rating of a reinsurance company is not applicable and does not

1016meet this requirement.

10199. The Petitioner’s expert witness, Paul Ciambriello,

1026acknowledged in his testimony that a Bid Bond, a Labor and

1037Materials Payment Bond (payment bond) and a Performance Bond

1046(payment bond) guarantee different aspects of a procurement or

1055project. A bid bond guarantees that a vendor or contractor will

1066execute the contract and undertake it for the bid price. A

1077payment bond guarantees payment for all equipment, labor,

1085materials and services, in the event the contractor fails to pay

1096for them, as contractually required. The performance bond

1104guarantees full performance of the contract by the surety

1113company, if the contractor defaults on performance of the

1122contract. The surety company would, in that event, be

1131completing the job, or obtaining bids from other contractors for

1141completion, while remaining liable for the difference between

1149the contract price and the actual price of project completion.

115910. The Petitioner has taken the position that the

1168specification requiring an "A" rating for the payment and

1177performance bonds should be applied by the Respondent to the bid

1188bond requirement, as well, because there is no significant or

1198practical difference between the issuance and underwriting

1205efforts involved in the obtaining of the two types of bond for a

1218given project. The Petitioner’s point is that, if an "A" rated

1229surety is required for the payment bond and the performance

1239bond, then, as a practical matter, that is the same thing as

1251requiring a bid bond of that same rating, because in the vast

1263majority of cases, the surety which underwrites the bid bond and

1274the one issuing the payment and performance bonds is the same

1285surety, and that inclusive would allow for only one underwriting

1295effort. Because of this purported custom or course of dealing

1305in the industry, as also purportedly reflected in past

1314Department practice regarding bond requirements, the Petitioner

1321maintains that its bid was the only responsive bid, and all the

1333other bidders should have been disqualified.

133911. The Petitioner provided its insurance and bond broker,

1348Paul Ciambriello, of the Guignard Company with information about

1357the project and its surety requirements. The broker then

1366obtained a bid bond with International Fidelity Insurance

1374Company and Everest Reinsurance Company, as co-sureties.

1381International Fidelity Insurance Company has an “A-“ rating,

1389according to the Best’s rating guide. Everest Reinsurance

1397Company has a rating of “A”, according to that rating guide.

140812. The other seven bidders submitted bids accompanied by

1417bid bonds issued by surety companies with “A” ratings. The bid

1428specification provided no rating requirement for the bid bond.

143713. The Petitioner has argued that it is the custom or

1448practice in the surety industry for the surety company which

1458underwrites a bid bond to also underwrite the payment and

1468performance bonds. In addition to the reasons referenced above,

1477this is generally done because the surety will offer a very low

1489premium price for a bid bond and "make its money" on the premium

1502price for the payment and performance bonds, which it would also

1513issue in the normal course of dealing. There is also a very

1525short time period between issuance of the bid bond and the

1536requirement to underwrite the payment and performance bonds,

1544which is another reason why it is the customary practice in the

1556surety industry for the same company to write both types of

1567bond. The Petitioner contends that the bid bond and the payment

1578and performance bonds really have no practical distinction

1586because it is so common that a surety company issuing a bid bond

1599will be the same as the surety company (with its bond rating)

1611which issues the payment and performance bonds.

161814. Although the Petitioner's expert witness,

1624Mr. Ciambriello, testified that a bid bond, in essence,

1633guarantees the payment and performance bond, that guarantee is

1642not actually true as a matter of law. Rather, the bid bond does

1655not guarantee that the surety company issuing the bid bond will

1666issue the payment and performance bonds, but rather that the

1676principal, i.e. the contractor, shall provide the payment and

1685performance bonds from a good and sufficient surety, according

1694to the obligee's, the Respondent Agency's, requirements (bid

1702specifications).

170315. Mr. Ciambriello acknowledged in his testimony,

1710however, that, while it is rare, in his experience representing

1720surety companies, for a contractor to change the surety company

1730it uses between the issuance of the bid bond and the issuance of

1743the payment and performance bonds, a contractor certainly can do

1753so. It can also simply initially select a different surety

1763company, from the bid bond surety, to issue the payment and

1774performance bonds.

177616. There are several reasons a contractor might elect to

1786change surety companies between the issuance of the bid bond and

1797the issuance of the payment and performance bonds. The surety

1807company might become insolvent, lose its ratings, or another

1816surety company might offer a better rate on its premium, which

1827might induce a contractor to change surety companies between the

1837issuance of the two types of bonds.

184417. In order for a vendor or contractor to establish a

1855surety, a pre-qualification process is necessary. In pre-

1863qualification, contractors must supply information including

1869project history, credit references, reviewed financial

1875statements, personal financial information and details regarding

1882assets. The surety companies assess risk based upon the

1891characteristics of the project, including its size, nature,

1899location, and complexity. A surety may elect not to underwrite

1909the payment and performance bonds for a project for which it has

1921issued the bid bond, which would also require a contractor to

1932seek a different surety for issuance of the later payment and

1943performance bonds. Moreover, contractors must qualify for

1950surety bonds and not all contractors succeed in qualifying;

1959further, not all contractors can succeed in qualifying and

1968procuring surety bonds from an "A" rated company.

197618. The Petitioner, as found above, submitted its bid

1985response with co-sureties proposed to underwrite the bonds. The

1994Respondent accepts the premise that use of the rating of a co-

2006surety is compliant with the ITB solicitation specification.

2014The use of two surety companies listed as co-sureties on a bond

2026is very unusual, in the Respondent's experience.

203319. The Respondent had a good faith belief, at the time it

2045posted the notice of intent to award the bid, that it could not

2058disqualify any bidder for submitting a bid bond from a surety

2069rated less than A, based upon its ITB specification. Indeed it

2080should not, because the bid bond specification contained no

2089rating requirement for the bid bond. Moreover, the Respondent

2098had a good faith belief that the contractors could change surety

2109companies between the issuance of the bid bond and the payment

2120and performance bonds.

212320. The Respondent's belief or interpretation as to this

2132last point is correct. In another procurement involving the

2141Respondent, on a project located at Jonathan Dickenson State

2150Park, a bidder, H and J Contracting, Inc. (H and J), changed

2162surety companies between the issuance of the bid bond and the

2173issuance of the payment and performance bonds. That bidder was

2183determined to have successfully provided compliant bonds, which

2191met the specifications in that solicitation.

219721. The Respondent had advertised the ITB for the

2206campground renovation project at Jonathan Dickenson State Park,

2214using the same solicitation specification for surety bonds as

2223was used for the Bald Point project at issue in this case. The

2236low bidder in that case, H and J Contracting, Inc., submitted a

2248bid for $2,033,636.32. It was therefore required to comply with

2260the specification for bonds regarding bids which exceeded two

2269million dollars. H and J, therefore submitted a bid bond from

2280Liberty Mutual Insurance Company, a company which carried an "A"

2290rating according to Best's On-line Ratings Guide. H and J

2300subsequently submitted payment and performance bonds from U.S.

2308Specialty Insurance Company, a company rated "A" according to

2317that same ratings guide. H and J was deemed to have complied

2329with the specifications concerning bonding, because, by changing

2337surety companies for the payment and performance bonds, it

2346provided such bonds with the required "A" rating, even though

2356the bid bond submitted in that case only carried an "A" rating.

2368The solicitation specification in that case did not require any

2378particular rating for the bid bond.

238422. In the instant situation, the Respondent did not

2393violate its specification by accepting bid bonds of all bidders

2403because the solicitation specification stated that the rating

2411should apply to the surety company issuing the payment and

2421performance bonds, not the bid bond.

242723. The Petitioner contends that its interpretation of the

2436solicitation specification, that the rating requirement should

2443be applied to the bid bond also, is the only practical

2454interpretation because of the pre-qualification process and the

2462lack of adequate time between submittal of the bid bond and the

2474requirement for submittal of the payment and performance bonds.

2483Moreover, the Petitioner contends that any other interpretation

2491would be contrary to competition because other bidders may have

2501bid on the project had they known that the Respondent was not

2513applying the rating requirement to the bid bond, as the

2523Respondent had done in past procurements. This argument is

2532somewhat specious, however, because, in fact, the Petitioner's

2540interpretation would negate the fact that the bid bond

2549specification does not require a rating.

255524. The Petitioner is the only one of the six top bidders

2567who submitted an "A" bond rating response concerning, according

2576to its argument, the bid bond requirement. Thus, if its

2586interpretation were followed as to the bid bond rating

2595requirement, then such would be anti-competitive, in relation to

2604the other bidders, because none of them supplied an ”A" rating

2615surety in response to the bid bond specification. In the face

2626of the fact that the bid bond specification required no rating,

2637to interpret the rating requirement of the payment and

2646performance bonds as being applicable to the bid bond stage of

2657the procurement, would effectively eliminate the other bidders,

2665which were lower in price than the Petitioner, from the

2675competition.

267625. The Petitioner also argues that other unknown vendors

2685might have bid on the project had they known that the Respondent

2697was not applying a rating requirement to the bid bond, as the

2709Respondent had done in the past. In fact, however, all bidders

2720or vendors with access to the ITB solicitation knew, or should

2731have known, of the specification of this particular ITB, which

2741differed in its terms from some past solicitations of the

2751Respondent by not requiring a rating for the bid bond.

276126. Moreover, there is no evidence that, in the pre-

2771submittal stage of the process, potential bidders could not have

2781asked for clarification of the specification from the Agency had

2791they chosen to do so. There is no showing by persuasive

2802evidence that there is an anti-competitive effect on potential

2811bidders caused by the Respondent's specification concerning the

2819bid bond. In fact, logic would dictate that by removing any

2830rating requirement for the bid bond, the potential universe of

2840bidders might be enlarged and therefore this might have a

2850positive competitive effect.

285327. Additionally, the Petitioner's argument that the

2860specification should be interpreted to apply a rating

2868requirement to the bid bond, when the actual specification, in

2878its language, does not contain such a requirement, is rejected

2888also for the additional reason that such an interpretation is

2898contrary to the plain meaning of the bid specification language.

2908This amounts to, at least, an implicit collateral challenge to

2918the specification, which is untimely and impermissible. 1/

292628. There are 19 vendors listed on the "plan holders list"

2937for the Bald Point project. That relatively large number of

2947potential bidders is because the project began as a paving

2957contract, and was later amended to include vertical

2965construction. This changed the licensure requirement as to

2973potential vendors from a situation of no license being required,

2983to a situation where a general contractor or building contractor

2993license would be required. Some of the bidders appearing on the

3004plan holders list are just paving contractors, and therefore,

3013under the amended project, they would no longer qualify to bid

3024on the entire job, although they might be sub-contractors. Not

3034all bidders who bid on the Bald Point Project are listed on the

3047plan holders list.

305029. The Petitioner's argument that the Respondent may have

3059had more of the 19 potential bidders actually submit bids, if

3070the other vendors had known that the Respondent would accept bid

3081bonds from a surety rated less than "A" is not persuasive. It

3093is impossible to determine how many contactors actually reviewed

3102the Bald Point Project plans and for what reasons they decided

3113not to submit a bid. Seven of the eight bidders submitted bid

3125bonds from surety's rated "A" rather than "A." It certainly

3135seems obvious that those bidders did not interpret the bid bond

3146specification as requiring a bid bond from an "A" rated surety

3157company or better. Moreover, all potential vendors, whether

3165they bid or not, who reviewed the specifications should have

3175known when they read the specification that there was no rating

3186requirement attendant to the bid bond (as evidenced by the fact

3197that seven of the eight bidders competing in this situation

3207obviously seemed to be so aware and did not submit an "A"

3219surety for the bid bond). Thus, in this context, the

3229Respondent's interpretation of this specification is not anti-

3237competitive.

323830. The Petitioner also contends that the Respondent acted

3247contrary to its policy by accepting bid bonds from all eight

3258bidders and not disqualifying all but the Petitioner's bid,

3267since it alone submitted one carrying an "A" rating. The

3277Petitioner refers to past practices of the Respondent as being

3287its "policy."

328931. In this particular, the Petitioner and Respondent were

3298involved in a prior bid procurement and protest involving the

3308Apalachicola National Estuarine Research Reserve Headquarters

3314project (ANERR). The Petitioner in that situation was the

3323lowest bidder, but had its bid disqualified. The Petitioner

3332uses the prior project specification as evidence of what the

3342Respondent's policy is with regard to situations such as that in

3353the instant case.

335632. The solicitation specification regarding bonds for the

3364ANERR project, however, was different from the solicitation

3372specification for the Bald Point Project. The solicitation

3380specification for the ANERR project required that all bonds have

3390at least a minimum rating of "A" in the latest issue of the Best

3404Rating Guide.

340633. The Petitioner submitted a bid bond from a surety

3416company rated "A-" with its bid for the ANERR Project. The bid

3428was therefore deemed non-responsive by the Respondent Agency and

3437the bid was disqualified for failing to meet the solicitation

3447specification.

344834. The Petitioner's president testified that he read the

3457specification for the Bald Point Project and he conceded that it

3468was different from the specification for the ANERR Project. The

3478Petitioner's argument that, apparently, the Respondent's policy

3485or practice in the ANERR Project situation should be applied to

3496interpretation of the bonding requirement for the Bald Point

3505Project is not persuasive. Clearly the specification concerning

3513the bid bond and bond rating was different between the two

3524projects. The attempted application of the purported past

3532policy or practice of the Department to interpret the Bald Point

3543specification concerning the bid bond, to require an "A" rating

3553for the bid bond, when the specification term clearly does not

3564provide it (merely because that was the policy or practice in

3575the ANERR project case, involving a different specification)

3583amounts to an untimely collateral attempt to alter the

3592specification of the Bald Point Project. Such would amount to a

3603material deviation from the specifications because it would

3611disqualify seven of the eight bidders (and would likely have

3621resulted in fewer bids had potential bidders been on notice of

3632that policy or interpretation).

363635. In like manner, the Petitioner relies on the case of

3647Gum Creek Farms, Inc., v. Department of Environmental

3655Protection , Case No. OGC 07-2623 (FO: June 20, 2008) as evidence

3666of the Respondent's policy with regard to bond rating

3675requirements. In that case, as in the ANERR situation, the

3685solicitation specification was different from the Bald Point

3693specification at issue. Because the two situations referenced

3701above are different from the Bald Point Project as to the

3712specification requirements, they cannot be said to be evidence

3721of a policy or regular practice by the Agency which would be

3733applicable to this case, since the specific requirements of the

3743bid specifications in this solicitation are what drive the

3752necessary bid responses.

375536. Over a period of approximately 10 years the Department

3765has engaged in bid procurement with regard to approximately 600

3775projects. The Respondent has, during that time, consistently

3783required compliance with its surety ratings specifications in

3791its bid solicitations. This is because an adequate surety

3800bonding for payment and performance is an important means for

3810the Respondent to manage its risk as the owner of a project.

3822Thus, whatever the specifications concerning bond ratings are

3830for a particular project, the Respondent has consistently

3838required compliance with them. In the instant situation, the

3847Respondent re-wrote its rating specification for the Bald Point

3856Project so that it was different from the other two projects

3867referenced and discussed above. It has re-written its

3875specifications on other occasions as well, which is within its

3885prerogatives.

3886Timeliness of Payment and Performance Bond Notification

389337. The general conditions of the contract require that

3902the contractor submit evidence of its ability to provide

3911acceptable payment and performance bonds within two working days

3920of being notified of a successful bid. The contractor has 10

3931days to actually furnish the bonds.

393738. The testimony of Michael Renard, of the Department,

3946shows, however, that as a practical matter, it is not a material

3958deviation if a contractor does not supply evidence of ability to

3969provide compliant bonds precisely within that time period. The

3978actual payment and performance bonds are usually submitted to

3987the Respondent at the time the contract is actually signed or

3998shortly thereafter. Sometimes it may be a longer period of time

4009before the contractor submits payment and performance bonds.

4017This might occur because authorization to sign a contract is

4027suspended due to budgetary concerns or due to lack of funding

4038availability. The Respondent does not require and contractors

4046do not generally wish to expend their capital for payment of a

4058surety premium until a contract is actually signed and in

4068effect, and the Agency's funding is approved and released, as

4078persuasively shown by the testimony of Michael Renard and Ben

4088Withers.

408939. The winning bidder herein, Withers, did not provide

4098evidence of ability to provide compliant payment and performance

4107bonds within two days of being notified of being the lowest

4118bidder. This was because the protest was filed during the

4128intervening time and Withers and the Respondent were of the good

4139faith belief that all responsive efforts to the solicitation

4148were tolled upon notice being provided that a protest had been

4159filed. In fact, because a protest was filed, triggering a

4169formal proceeding to determine which entity might ultimately be

4178the contractor, it could not be determined that there was, as

4189yet, a winning bidder or contract, as a necessary pre-requisite

4199to issuance of payment and performance bonds.

420640. In fact, the Respondent has received evidence of

4215Withers' ability to provide compliant payment and performance

4223bonds. This evidence was provided after Withers was informed

4232that a co-surety rating would be acceptable to the Respondent

4242and in compliance with the bid specification. This treatment,

4251of allowing a co-surety rating as being acceptable was also

4261accorded the Petitioner, who submitted a co-surety proposal.

4269There is no persuasive evidence that the fact that Withers may

4280have supplied evidence of a compliant payment and performance

4289bond beyond the above-referenced time limits had anything to do

4299with selection of Withers over the Petitioner or other bidders

4309and thus provided a competitive advantage for Withers. The

4318Petitioner filed its written evidence of ability to provide the

4328payment and performance bonds on February 20, 2009, almost a

4338month after the posting of the Intent to Award.

434741. It did not even become incumbent upon Withers to

4357submit such evidence regarding payment and performance bond

4365compliance until after it was notified that it was a successful

4376bidder. As pertinent to the issues in this proceeding, Withers

4386was selected, in essence, because its bid submittal was

4395compliant with the bid bonding requirement, other

4402specifications, and was the lowest bid. The fact that Withers

4412went beyond the time limits for furnishing evidence of compliant

4422payment and performance bonds, occurred after the initial choice

4431by the Agency as to the awarded bidder, here under review.

4442Thus, Withers' excession of the time limit regarding the payment

4452and performance bond evidence submittal, etc., is not a material

4462deviation from specifications, as to the manner in which the

4472award decision was made. It is of no consequence because, with

4483the initiation of a formal proceeding, there was not even a

4494final award and contract as yet.

450042. Finally, although argument was made concerning whether

4508the Respondent had waived the requirement of payment and

4517performance bonds from an "A" down to an "A" rating, the

4528persuasive evidence shows that the Respondent never did waive

4537the rating requirement in order to post the award to Withers.

4548The Respondent has established that there was no need for it to

4560waive the "A" rating requirement, and it had no intent to do

4572so.

4573CONCLUSIONS OF LAW

457643. The Division of Administrative Hearings has

4583jurisdiction of the subject matter of and the parties to this

4594proceeding. §§ 120.569 and 120.57(3), Fla. Stat. (2008).

460244. The de novo proceeding envisioned by Section

4610120.57(3), Florida Statutes, is not the same as that emanating

4620from Section 120.57(1), Florida Statutes. A Section 120.57(1)

4628proceeding essentially is forward-looking and employs

4634consideration of properly admitted evidence to fashion findings

4642of fact and conclusions of law designed to formulate final

4652agency action, with the Administrative Law Judge sitting in

4661place of the agency head to determine, by recommended order,

4671what the agency's decision shall be. Hamilton County Board of

4681County Commissioners v. Florida Department of Environmental

4688Regulation , 587 So. 2d 1378, 1387 (Fla. 1st DCA 1991). A

4699Section 120.57(3) proceeding requires the trier of fact to "look

4709back," in the sense of reviewing the evidence available to the

4720Respondent Agency when the initial Agency action was taken.

4729State Contracting and Engineering Corp. v. Department of

4737Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA 1998).

4747Syslogic Technology Services, Inc. v. South Florida Water

4755Management District , Case No. 01-4385BID (DOAH January 18,

47632002). See also Floridian Construction and Development Company,

4771Inc. v. Florida Department of Environmental Protection , 07-

47795636BID (DOAH March 21, 2008).

478445. The Administrative Law Judge may consider evidence

4792that the Agency did not consider, which may or may not have been

4805available to the Agency at the time of the initial Agency

4816action. This is considered, not for the purpose of formulating

4826future Agency action, but for the limited purpose of considering

4836whether the Respondent Agency's failure to consider the other

4845evidence was clearly erroneous, contrary to competition,

4852arbitrary or capricious. Id.

485646. The Petitioner has the burden of proving a legitimate

4866reason for invalidating the proposed Agency action concerning

4874the bid award. State Contracting and Engineering Corporation v.

4883Department of Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA

48941998). The Petitioner must show that the proposed agency action

4904was contrary to the Agency's governing statutes, Agency rules or

4914policies or the solicitation specifications themselves. Id.

4921See also § 120.57(3)(f), Fla. Stat. (2008). The statute defines

4931the applicable standard of proof in a bid protest proceeding

4941involving the rejection of a competitive bid as "whether the

4951proposed agency action was clearly erroneous, contrary to

4959competition, arbitrary, or capricious. Id.

496447. An arbitrary decision has been held to be one not

4975supported by fact or logic and a capricious action is one taken

4987without thought or reason or which is irrational. Agrico

4996Chemical Company v. Department of Environmental Regulation , 365

5004So. 2d 759, 763 (Fla. 1st DCA 1978). See also Dravo Basic

5016Materials Company, Inc. v. Department of Transportation , 602 So.

50252d 632, 634 n.3 (Fla. 2nd DCA 1992). ("If an administrative

5037decision is justifiable under any analysis that a reasonable

5046person would use to reach a decision of similar importance, it

5057would seem that the decision is neither arbitrary nor

5066capricious").

506848. A decision is clearly erroneous when unsupported by

5077substantial evidence or contrary to the clear weight of the

5087evidence or is induced by an erroneous view of the law. Black's

5099Law Dictionary , 251 (6th Edition 1990); see also U.S. v. U.S.

5110Gypsum Company , 333 U.S. 364, 395 (1948) ("a finding is 'clearly

5122erroneous' when although there is evidence to support it, the

5132reviewing court on the entire evidence is left with a definite

5143and firm conviction that a mistake has been committed"). See

5154also Anderson v. City of Bessemer City, North Carolina , 470 U.S.

5165564 (1985).

516749. The purpose of competitive bidding has been described

5176as follows:

5178[T]o protect the public against collusive

5184contracts; to secure fair competition upon

5190equal terms to all bidders; to remove not

5198only collusion but temptation for collusion

5204and opportunity for gain at public expense;

5211to close all avenues to favoritism and fraud

5219in its various forms; to secure the best

5227values for the [public] at the lowest

5234possible expense; and to afford an equal

5241advantage to all desiring to do business

5248with the [government], by affording an

5254opportunity for an exact comparison of bids.

5261Wester v. Belote , 138 So. 2d 721, 723-4 (Fla. 1931); Harry

5272Pepper and Associates, Inc. v. City of Cape Coral , 352 So. 2d

52841190, 1192 (Fla. 2nd DCA 1977); Air Support Services

5293International, Inc. v. Metropolitan Dade County, Inc. , 614 So.

53022d 583, 584 (Fla. 3rd DCA 1993).

530950. The Respondent did not act contrarily to its

5318solicitation specifications when it accepted bid bonds from the

5327various bidders, underwritten by surety companies carrying less

5335than an "A" rating. This is because the specifications did not

5346require any rating at all for the surety company providing the

5357bid bond. The "A" surety company rating requirement, by the

5367terms of the specifications, only applied to the performance and

5377payment bonds, which are supplied after the bid award is made.

5388In fact, had the Respondent required the "A" rating to be

5399applicable to the bid bond when it considered the bid

5409submittals, it would be affirmatively acting contrarily to its

5418solicitation specification. If it disqualified certain of the

5426bidders for submitting a bid bond from a surety carrying less

5437than an "A" rating (as the Petitioner urges that it do) it

5449would be violating the above-referenced legal mandates by acting

5458contrary to competition, arbitrarily, or capriciously, and,

5465obviously, contrary to its solicitation specifications. See

5472State Contracting , 709 So. 2d at 609.

547951. The Petitioner contends that the Respondent should

5487have followed what it argues was the Respondent's past policy or

5498practice relating to the rating of bonds and to related

5508responses to solicitations regarding bond requirements. The

5515Petitioner means, in essence, that the rating requirement for

5524the performance and payment bonds should have been applied to

5534the submission of bid bond responses to the solicitation as

5544well, which it contends would be in accord with the policy and

5556practice of the Respondent. This position loses sight of two

5566pivotal considerations, however. First, it would be arbitrary,

5574capricious, and clearly erroneous if the Respondent employed a

5583policy, which, at least implicitly, grew out of the

5592specifications of prior procurement projects. Those past

5599procurements obviously had different specifications because the

5606specifications have been rewritten since those employed in the

5615past projects, upon which the Petitioner relies for its

5624explication of the proper "policy." Secondly, and related to

5633this point, the employment of the Respondent's past policy or

5643practice in the manner advanced by the Petitioner, would simply

5653be irrelevant because the specifications have been rewritten and

5662are different from those which relate to the same bond rating

5673issue from past procurement projects and solicitations.

5680Moreover, as a matter of law, the Respondent can have no

5691generally applicable policy that is not articulated in statute,

5700rule, or the specifications themselves and can base no agency

5710action that determines the substantial interests of a party on

5720what amounts to an unadopted rule. § 120.57(1)(e), Fla. Stat.

5730(2008).

573152. Obviously, if the Agency could reach back to

5740solicitation efforts for past procurement projects, to borrow

5748policy or practice and seek to implement such in the situation

5759at hand, there could be no mutuality of terms, proper notice and

5771due process for bidders, in terms of having advance notice of

5782the specifications which would actually be followed by the

5791Agency, and because bidders might not be treated equally in a

5802competitive context. Thus, in light of these legal

5810considerations and because the persuasive evidence, especially

5817the specification concerning bid bond requirements, does not

5825support it, this "policy or practice" argument must be rejected.

5835The opinion of the bidder, the Petitioner, regarding what is

5845sufficient cannot replace the express ITB requirements,

5852particularly in the absence of a timely challenge to the

5862specification. See Capaletti Bros. Inc. v. Department of

5870Transportation , 499 So. 2d 855, 857 (Fla. 1st DCA 1986) rev .

5882denied , 509 So. 2d 1117 (Fla. 1987).

588953. The Petitioner has also implied that Withers is not in

5900compliance with the specification regarding submission of

5907evidence that it can provide acceptable performance and payment

5916bonds. This argument is inappropriate because the purpose of

5925this proceeding is limited to determining whether the

5933Respondent's action in not disqualifying bidders at the bid

5942posting was contrary to law or the solicitation specifications.

5951Syslogic , Case No. 01-4385BID at 18-19, para. 43-44. The

5960Respondent's receipt of the evidence that the low bidder can

5970provide compliant payment and performance bonds, the requirement

5978as to when it is to be provided, and the provision of the

5991payment and performance bonds themselves, is to occur (according

6000to the specifications) after the disputed Agency action occurred

6009(posting of the winning bidder). See Fla. Admin Code R. 60D-

60205.004(2)(b)1.c. and d.

602354. Even if the manner by which Withers provided evidence

6033of the payment and performance bond capability, and the

6042provision of the bonds themselves, is relevant to this

6051proceeding, it has not been demonstrated that compliance was

6060untimely. This is because the protest filed in this proceeding

6070tolled the procurement process short of the time limit

6079expiration for providing evidence of ability to provide the

6088payment and performance bonds, by the initiating of this de novo

6099proceeding. Since this de novo proceeding is designed to review

6109whether the Agency acted in accordance with relevant law in

6119determining the awardee, all later aspects of the procurement

6128process were tolled after the filing of the protest. See §

6139120.57(3)(c), Fla. Stat. (2008).

614355. It is not necessary to address the issue, raised by

6154the Petitioner, regarding waiver of the bond rating requirement.

6163This is because, although it may have engaged in internal

6173discussion concerning possible waiver of the rating requirement

6181from an "A" to an "A" rating on the payment and performance

6193bonds, the Respondent never actually waived the requirement in

6202order to post the award to the low bidder. Moreover, in this

6214proceeding review is limited to the analysis of the Agency

6224action up through the act of posting the bid award.

623456. It is not necessarily proper in a Section 120.57(3),

6244Florida Statutes, proceeding to consider whether the Respondent

6252could waive the requirement, or whether the Respondent would

6261have abused its discretion if it had waived that requirement.

6271In light of the above discussion regarding the nature of "de

6282novo review" in this proceeding, the undersigned does not look

6292forward in order to recommend final agency action, concerning a

6302waiver or any other issue, but rather to use evidence adduced in

6314a de novo hearing context to "look backward" and determine if

6325the Respondent Agency, in making its initial decision, complied

6334with the above-discussed requirements of law. Syslogic Case No.

634301-4385BID.

634457. In summary, the Petitioner has the burden to show, by

6355preponderant evidence, that the Agency action taken was contrary

6364to its governing statutes, rules, or policies or to the

6374solicitation specifications. State Contracting , 709 So. 2d at

6382609; see also § 120.57(3)(f), Fla. Stat. (2008). In order to

6393prevail, the Petitioner must also show by preponderant evidence

6402that any violation of statute, rule, policy or specification was

6412also clearly erroneous, contrary to competition, arbitrary, or

6420capricious. Id. See also Floridian Construction , DOAH Case No.

642907-5636BID at page 16.

643358. The Petitioner has not met its burden to show that by

6445accepting all the bid bonds from the bidders, and then posting

6456the award in favor of Withers, that the Respondent violated its

6467governing statute, Chapter 255, Florida Statutes, its rules,

6475Fla. Admin. Code Chapter 6D-5, policies or the solicitation

6484specifications. Even if such had been violated by the

6493Respondent, the Petitioner did not meet its burden to show that

6504the action of accepting all bid bonds and not disqualifying all

6515bidders, other than the Petitioner, as the Petitioner seeks

6524herein, was clearly erroneous, contrary to competition,

6531arbitrary or capricious. Agencies have wide discretion in

6539soliciting and accepting bids. When an agency makes its

6548decision based on an honest exercise of its discretion, the

6558decision should not be overturned, even if it may appear

6568erroneous and even if reasonable persons may disagree.

6576Overstreet Paving Co. v. Department of Transportation , 608 So.

65852d 851, 852-853 (Fla. 2nd DCA 1992) (citing Department of

6595Transportation v. Groves-Watkins Constructors , 510 So. 2d 912,

6603913 (Fla. 1988)).

6606RECOMMENDATION

6607Having considered the foregoing Findings of Fact,

6614Conclusions of Law, the evidence of record, the candor and

6624demeanor of the witnesses and the pleadings and arguments of the

6635parties, it is, therefore,

6639RECOMMENDED that a final order be issued by the Florida

6649Department of Environmental Protection dismissing the protest.

6656DONE AND ENTERED this 1st day of May, 2009, in Tallahassee,

6667Leon County, Florida.

6670S

6671P. MICHAEL RUFF

6674Administrative Law Judge

6677Division of Administrative Hearings

6681The DeSoto Building

66841230 Apalachee Parkway

6687Tallahassee, Florida 32399-3060

6690(850) 488-9675 SUNCOM 278-9675

6694Fax Filing (850) 921-6847

6698www.doah.state.fl.us

6699Filed with the Clerk of the

6705Division of Administrative Hearings

6709this 1st day of May, 2009.

6715ENDNOTE

67161/ § 120.57(3)(b), Fla. Stat. (2008).

6722COPIES FURNISHED :

6725David M. Adelstein, Esquire

6729Kirwin Norris, P.A.

6732110 E. Broward Boulevard, Suite 1570

6738Ft. Lauderdale, Florida 33301

6742Reagan K. Russell, Esquire

6746Department of Environmental Protection

67503900 Commonwealth Boulevard

6753Mail Station 35

6756Tallahassee, Florida 32399

6759Lea Crandall, Agency Clerk

6763Department of Environmental Protection

67673900 Commonwealth Boulevard

6770Tallahassee, Florida 32399-3000

6773Tom Beason, General Counsel

6777Department of Environmental Protection

67813900 Commonwealth Boulevard

6784Tallahassee, Florida 32399-3000

6787Michael W. Sole, Secretary

6791Department of Environmental Protection

67953900 Commonwealth Boulevard

6798Tallahassee, Florida 32399-3000

6801NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

6807All parties have the right to submit written exceptions within

681710 days from the date of this Recommended Order. Any exceptions

6828to this Recommended Order should be filed with the agency that

6839will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 06/01/2009
Proceedings: Agency Final Order
PDF:
Date: 06/01/2009
Proceedings: (Agency) Final Order filed.
PDF:
Date: 05/19/2009
Proceedings: (Respondent`s) Response to Petitioner`s Exceptions filed.
PDF:
Date: 05/13/2009
Proceedings: Petitioner`s Exceptions to Recommended Order filed.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order
PDF:
Date: 05/01/2009
Proceedings: Recommended Order (hearing held March 16, 2009). CASE CLOSED.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 03/27/2009
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 03/26/2009
Proceedings: Petitioner`s Proposed Recommended Order filed.
Date: 03/16/2009
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 03/12/2009
Proceedings: Pre-hearing Stipulation filed.
PDF:
Date: 03/10/2009
Proceedings: Notice of Appearance (of D. Adelstein) filed.
PDF:
Date: 03/09/2009
Proceedings: Order on Motion to Dismiss.
PDF:
Date: 03/06/2009
Proceedings: Notice and Certificate of Service of Respondent DEP`s First Set of Interrogatories to Petitioner Floridian Construction and Development Co., Inc. filed.
PDF:
Date: 03/06/2009
Proceedings: Respondent Department of Environmental Protection`s First Request for Production of Documents to Petitioner Floridian Construction and Development Co., Inc. filed.
PDF:
Date: 02/27/2009
Proceedings: Petitioner Response to Oppose Respondent Motion to Dismiss Petition filed.
PDF:
Date: 02/18/2009
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 02/18/2009
Proceedings: Notice of Hearing (hearing set for March 16, 2009; 10:00 a.m.; Tallahassee, FL).
PDF:
Date: 02/16/2009
Proceedings: Motion to Dismiss Petition filed.
PDF:
Date: 02/16/2009
Proceedings: Tabulation of Bids filed.
PDF:
Date: 02/16/2009
Proceedings: Petition to Protest Department Action and for Referral to the Division of Administrative Hearing filed.

Case Information

Judge:
P. MICHAEL RUFF
Date Filed:
02/16/2009
Date Assignment:
02/17/2009
Last Docket Entry:
06/01/2009
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (3):

Related Florida Statute(s) (2):