09-000858BID
Floridian Construction And Development Company, Inc. vs.
Department Of Environmental Protection
Status: Closed
Recommended Order on Friday, May 1, 2009.
Recommended Order on Friday, May 1, 2009.
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 Departments
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 Departments 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
731Bid 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
848Respondents 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
995Companys 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 Petitioners 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 Petitioners 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 Bests 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.
![](/images/view_pdf.png)
- Date
- Proceedings
-
PDF:
- Date: 05/01/2009
- Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
- Date: 03/16/2009
- Proceedings: CASE STATUS: Hearing Held.
-
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.
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
-
David M. Adelstein, Esquire
Address of Record -
Milton H. Fulmer
Address of Record -
Reagan K. Russell, Esquire
Address of Record