09-004996BID Close Construction, Inc. vs. South Florida Water Management District
 Status: Closed
Recommended Order on Tuesday, January 5, 2010.


View Dockets  
Summary: Petitioner showed that failure to itemize optional cost allowance, by using outdated bid forms, was a "non-judgmental" mistake, did not affect price or give it competitive advantage re: other bidders. Its lowest bid was responsive, and should be accepted.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8CLOSE CONSTRUCTION, INC., )

12)

13Petitioner, )

15)

16vs. ) Case No. 09-4996BID

21)

22SOUTH FLORIDA WATER MANAGEMENT )

27DISTRICT, )

29)

30Respondent, )

32)

33and )

35)

36WORTH CONTRACTING, INC., )

40)

41Intervenor. )

43)

44RECOMMENDED ORDER

46Pursuant to appropriate notice, this proceeding came on for

55formal hearing before P. Michael Ruff, duly-designated

62Administrative Law Judge of the Division of Administrative

70Hearings, on October 19, 2009. The hearing was conducted by

80video conference between Tallahassee, Florida, and West Palm

88Beach, Florida. The parties were located in West Palm Beach and

99the judge was located in Tallahassee. The appearances were as

109follows:

110APPEARANCES

111For Petitioner: Andrew J. Baumann, Esquire

117Lewis, Longman and Walker, P.A.

1221700 Palm Beach Lakes Boulevard,

127Suite 1000

129West Palm Beach, Florida 33401-2006

134For Respondent: Josef M. Fiala, Esquire

140South Florida Water Management District

1453301 Gun Club Road, MSC 1410

151West Palm Beach, Florida 33406

156For Intervenor: Robert L. Frye, Esquire

162Vezina, Lawrence & Piscitelli

166The Museum Building

169300 Southwest First Avenue, Suite 150

175Fort Lauderdale, Florida 33301

179STATEMENT OF THE ISSUES

183The issues to be resolved in this proceeding concern

192whether the Petitioner, Close Construction, Inc. (Petitioner),

199(Close) was the lowest responsive and responsible bidder in the

209Request For Bid (RFB) Number 6000000262, whether the subject

218contract should be awarded to the Petitioner, and,

226concomitantly, whether the Respondent agency's decision to award

234the contract to the Intervener, Worth Contracting, Inc. (Worth)

243was clearly erroneous, contrary to competition, arbitrary or

251capricious.

252PRELIMINARY STATEMENT

254This dispute arose when the South Florida Water Management

263District (Respondent or District) issued an RFB designed to

272procure refurbishment and automation of district-owned and

279operated water control structures G-123 and S-34. After the RFB

289was issued on June 5, 2009, the District issued two addenda to

301the RFB. On June 30, 2009, Addendum No. Two, which was the

313subject of this dispute, was issued. It would require that each

324bidder add a $40,000 discretionary owner-directed allowance, for

333Florida Power and Light utility work, to the base bid. Addendum

344No. Two also included a revised Bid form that included an

355itemization of this $40,000 owner-discretionary allowance as an

364expressly identified itemization. The new Bid form was attached

373to Addendum No. Two and the Addendum was supplied to the

384bidders, including the Petitioner and Intervenor, by electronic

392posting on the above date.

397Six bids were received in response to the RFB, including

407bids from Close, from Cone and Graham, Inc., Worth Contracting

417Inc., Inter-County Engineering, Inc., Murray Logan Construction,

424Inc. and Harry Pepper and Associates. The bids were opened on

435July 10, 2009.

438Cone and Graham, Inc., was the lowest bidder; however, it

448withdrew its bid from consideration. The next lowest bidder was

458Close. The District, however, determined Close to be non-

467responsive for purportedly failing to comply with the

475requirements of Addendum No. Two. Specifically, Close did not

484replace the original Bid form with the revised Bid Form

494expressly identifying, as a separate itemization, the additional

502$40,000 owner-directed allowance for the Florida Power and Light

512(FPL) utility work, as required by Addendum Two. Worth was

522deemed to be in compliance with Addendum Two, and otherwise

532compliant with the RFB. It was deemed responsible and

541responsive and awarded the bid by the District. The posting of

552the intent to award was on August 14, 2009.

561Close filed a timely protest of the intended award and the

572matter was then referred to the Division of Administrative

581Hearings on September 14, 2009. The undersigned Administrative

589Law Judge was assigned to conduct the formal proceeding and upon

600conferring with the parties, the matter was set for hearing for

611October 19, 2009, by video conference between Tallahassee and

620West Palm Beach. In the meantime, on October 1, 2009, the

631Notice to Bidders was filed and served by the Respondent

641District, which resulted in the intervention of Worth in this

651proceeding.

652The cause came on for final hearing as noticed. Close, the

663Petitioner, presented the testimony of Danny Boromei, the Vice-

672President for Civil Construction of the Petitioner Close,

680Christopher Rossi, Close's estimator, and Gerard Flynn, the

688Construction Manager for the South Florida Water Management

696District.

697The District presented the testimony of James Reynolds, the

706Senior Contract Specialist, and Donna Lavery, the Contracts

714Manager. The parties submitted Joint Exhibits 1 through 7 which

724were admitted into evidence. Official recognition was taken of

733Chapter 120, Florida Statutes, and of relevant portions of the

743Florida Administrative Code.

746The Petitioner contends that the intended award of the

755contract to Worth is erroneous based upon its position that the

766irregularity in the Petitioner's bid, involving mistakenly using

774the original Bid Form, was a non-material irregularity which

783conferred no competitive advantage upon the Petitioner. Close

791maintains that the District should have verified any question it

801had regarding Close's bid, based upon the requirements of the

811District's procurement and contracting policies and policy

818manual, and under the express terms of the RFB. The Petitioner

829thus contends that the irregularity as to its bid should have

840been waived, that the bid should have been verified by the

851Respondent District in accordance with its policies on

859verification of bids, and that the Petitioner should have

868received the award for its bid of $3,751,795.00, which is

880$146,615.00 lower than the awardee, Worth.

887Upon conclusion of the hearing the parties ordered a

896transcription thereof and took the opportunity to submit

904Proposed Recommended Orders. The transcript of the proceeding

912was filed on November 6, 2009, and Proposed Recommended Orders

922were thereafter filed by agreement of the parties on

931November 16, 2009. The Proposed Recommended Orders have been

940considered in the rendition of this Recommended Order.

948FINDINGS OF FACT

9511. The South Florida Water Management District is a public

961corporation authorized under Chapter 373, Florida Statutes. It

969issued a request for bids for the refurbishment and automation

979of certain facilities in Broward County, Florida. Close is a

989construction company duly authorized to do business in the state

999of Florida. It was one of the bidders on the procurement

1010represented by the subject request for bids and is the

1020Petitioner in this case.

10242. This dispute had its beginnings on June 5, 2009, when

1035the Respondent issued RFB number 6000000262. The RFB solicited

1044construction services for the refurbishment and automation of

1052two facilities in Broward County. The procurement would involve

1061the installation of new direct-drive electric pumps at the

1070Respondent's G-123 Pump Station in Broward County, along with

1079the construction of an equipment shelter and the replacement of

1089a retaining wall with a poured concrete retaining wall, as well

1100as refurbishment of "pump flap gates." The RFB also requested

1110construction services for the replacement of gates at the

1119Respondent's S-34 water-control structure in Broward County.

1126Both facilities would thus be automated so that they can be

1137remotely operated from the Respondent's headquarters in West

1145Palm Beach.

11473. After issuance of the RFB, two addenda were supplied to

1158vendors and were posted. The first addendum was posted on or

1169about June 19, 2009, concerning a change in specifications for

1179flap gates and is not the subject of this dispute. Addendum

1190No. Two was electronically posted on or about June 30, 2009. It

1202amended the technical specifications of the RFB by deleting

1211Section 11212 regarding measurement of payment of electric

1219motors/belt-driven axial flow pumps. That addendum also added a

1228new measure and payment to Subpart 1.01 of the technical

1238specifications to provide for an owner-directed allowance of

1246$40,000.00 to provide for the potential need for certain

1256electrical utility work to be done by FPL in order to complete

1268the project.

12704. Addendum No. Two added an additional term to the RFB in

1282providing that the $40,000.00 allowance price "Shall be added to

1293the other costs to complete the bid." The second Addendum also

1304stated, "The allowance price shall be used at the discretion of

1315the District and, if not used, will be deducted from the final

1327Contract Price." That addendum also directed bidders to replace

1336the original Bid Form 00320-2, which had been enclosed with the

1347RFB, with a new Bid Form, 00320R1-2. The new Bid Form is

1359identical to the original form except that the schedule of bid

1370prices contained in paragraph four, on page 003201-2, was

1379altered to itemize the $40,000.00 discretionary cost allowance.

1388The original form had contained a single line for the bidder's

1399lump sum bid price, whereas the revised form provided for a lump

1411sum bid amount to be itemized and a base bid amount, which

1423required the bidder to enter on the form the amount of its bid,

1436then add the discretionary cost amount and write the sum of

1447those two numbers on a third line.

14545. In paragraph four of the new bid form there is re-

1466printed language concerning the use of the discretionary

1474allowance which appeared on the face of Addendum No. Two. Other

1485than the change to paragraph four and the alteration of the page

1497numbers to include an "R" in the page number, the revised bid

1509form is identical to the original bid form. The other bid

1520documents were not altered in any manner by Addendum No. Two.

15316. The deadline for bid submissions was Thursday, July 9,

15412009, at 2:30 p.m. The Petitioner timely submitted its bid to

1552the District. In submitting its bid however, the Petitioner

1561used the original bid form which had been enclosed with the RFB.

1573The bid form submitted was an exact copy of the bid form

1585furnished by the District which Close had printed from the

1595electronic copy of the RFB received from the District. The

1605Petitioner did not substitute the revised bid form, attached to

1615Addendum No. Two, for the original form in submitting its bid.

1626The Petitioner's bid was deemed non-responsive by the District

1635and was rejected on the basis that Close had failed to submit

1647the bid on the revised form required by Addendum No. Two.

16587. Thereafter, the District, at its August 13, 2009,

1667meeting, approved award of the bid to Worth. The intent to

1678award was posted electronically on or about August 14, 2009.

16888. The persuasive evidence establishes that Close received

1696both addenda to the bid documents. It was aware of the Addendum

1708No. Two, and it accounted for all of the changes to the

1720technical specifications made in both addenda in the preparation

1729of its bid.

17329. The evidence shows that Close was aware of the

1742$40,000.00, owner-directed cost allowance and that it

1750incorporated it in the formulation of its total bid price.

1760Thus, Close's final bid amount was $3,751,795.00. That number

1771included the $40,000.00 cost allowance at issue, added to the

1782bid documents by Addendum No. Two.

178810. The internal bid work sheets, prepared by personnel of

1798Close, identified and itemized the $40,000.00 discretionary cost

1807allowance as a component of the final bid price. The persuasive

1818evidence thus establishes that Close's final bid amount did

1827include the $40,000.00 cost allowance.

183311. Moreover, the written notes of witness Christopher

1841Rossi, the estimator for Close, show the $40,000.00 amount as an

"1853FPL Allowance." Both Mr. Rossi and Mr. Boromei, the Vice

1863President for Close, who prepared the bid, explained that the

1873$40,000.00 was understood by Close to be a cost allowance, that

1885it would only be charged to the District to the extent that it

1898was actually used, at the District's discretion. If it were not

1909used, it was to be deducted from the overall contract price.

1920Addendum Two specifically provides that the discretionary cost

1928allowance was to be used only at the discretion of the District

1940and that the unused portion would be deducted from the contract

1951amount.

195212. When Close submitted its bid it mistakenly submitted

1961it on the original bid form and failed to exchange the bid forms

1974as directed in Item Two of Addendum No. 2.

198313. In paragraph one of both bid forms, however, the

1993bidder is required to specifically fill out, acknowledge and

2002identify all addenda. By doing so the bidder expressly agrees

2012to build the project in conformance with all contract documents,

2022including all addenda, for the price quoted in the bid. Close

2033completed this paragraph, specifically identified both Addendum

2040One and Addendum Two, and specifically agreed to strictly

2049conform, in performance of the work to the plans, specifications

2059and other contract documents, including Addendum Nos. One and

2068Two. Paragraph one was not changed by the addition of Addendum

2079No. Two and it is identical in both the original and the revised

2092forms at issue. Paragraph one of the original and the revised

2103bid forms constitutes an agreement by the bidder to perform and

2114construct a project "in strict conformity with the plans,

2123specifications and other Contract Documents. . . ." The addenda

2133are part of the contract documents and are expressly referenced

2143as such in this agreement. Both bid forms, the original and the

2155revised, include paragraph eight, which clearly states that the

2164bidder will post a bid bond to secure and guaranty that it will

2177enter into a contract with the District, if its bid is selected.

2189Paragraph eight was unchanged by Addendum No. Two and its terms

2200are identical in both Bid forms at issue, including the form

2211that Close signed and submitted as its bid.

221914. The persuasive evidence shows that in submitting its

2228bid, whether on either form, Close committed itself to the

2238identical terms as set forth in the identical contract documents

2248agreed to by Worth and the other bidders. The evidence

2258established that Close intended to bind itself to the terms of

2269the RFB, and all terms of Addendum No. Two, including the

2280discretionary cost allowance term. Close considered itself

2287bound to enter into a contract for the price of its bid if

2300selected by the District. It likewise considered that the price

2310of its bid, would only include the cost allowance if the

2321discretionary allowance was implemented by the District.

232815. Upon the opening of the bids, the firm of Cone and

2340Graham, Inc., was identified as the lowest bidder. Cone and

2350Graham's bid was in the amount of $2,690,000.00. Close was the

2363second lowest bidder, with a bid of $3,751,795.00. The third

2375lowest bidder was Worth Contracting, Inc., with a bid of

2385$3,898,410.00. Cone and Graham was allowed to provide

2395additional information and to even meet with some District staff

2405following the opening of its bid. The additional information it

2415was allowed to provide concerned technical specifications of the

2424pumps proposed in its bid. Through this verification process

2433conducted with the Agency, Cone and Graham ultimately convinced

2442the District to permit them to withdraw its bid without

2452forfeiting their bid bond. This left the Petitioner, Close, the

2462lowest bidder, at $146,615.00 less than the bid submitted by

2473Worth, the initially-awarded bidder.

247716. Close's bid, upon review, was rejected as non-

2486responsive due to its failure to exchange the original Bid form

2497with the revised Bid form, as indicated above, in spite of the

2509fact that Close had also agreed to adhere to the entirety of

2521Addendum No. Two on the face of the Bid form. Thus the

2533recommended award to Worth for the above-referenced additional

2541amount of bid price was adopted by the District, engendering

2551this protest.

255317. James Reynolds, the Contracts Specialist for the

2561District, conceded that it was apparent on the face of Close's

2572bid that a mistake had been made in the use of the original

2585form, rather than the revised form. He conceded there was an

2596inconsistency between Close's clear acknowledgement of and

2603agreement to the terms of the contract documents, which

2612expressly included Addendum No. Two and Close's apparent

2620mistaken use of the original Bid form.

262718. Under the express terms of Article 19.03 of the RFB,

"2638The Bid shall be construed as though the addendum(a) have been

2649received and acknowledged by the bidder." Mr. Reynolds

2657admitted, however, that he did not apply the terms of Article

266819.03 of the RFB in his review of Close's bid and did not

2681construe the bid in the manner provided in the RFB to resolve

2693the apparent inconsistency. He reasoned that Close had used the

2703wrong bid form and looked no further.

271019. The District's Procurement Manual provides a procedure

2718whereby a bidder may correct inadvertent mistakes in its bid.

2728Under the terms of Chapter 5-5 of that manual, where the

2739District knows or has reason to conclude, after unsealing of

2749bids, that a mistake may have been made by a bidder, the

2761District "shall request written verification of the bid." In

2770such a circumstance the bidder "shall be permitted the

2779opportunity to furnish information in support of the bid

2788verification as long as it does not affect responsiveness, i.e.,

2798the bid substantially conforms to the requirements of the RFB as

2809it relates to pricing, surety, insurance, specifications and any

2818other matter unequivocally stated in the RFB as determinant of

2828responsiveness." See Joint Exhibit 7,6 pages 61 and 62, in

2839evidence.

284020. Mr. Reynolds admitted in his testimony that he did not

2851follow the procedure set forth in the manual for verifying a bid

2863because, in his view, that would be allowing an impermissible

2873supplementation of Close's bid. Ms. Lavery, in her testimony,

2882in essence agreed.

288521. The Procurement Manual expressly required the

2892District, upon recognizing the mistake and an inconsistency

2900apparent on the face of Close's bid, to verify that bid and to

2913provide Close with the opportunity to furnish information in

2922support of bid verification. Thus, by the express terms of the

2933manual, a bidder must be given an opportunity to clarify

2943mistakes. The Procurement Manual expressly permits a bidder

2951under these circumstances to correct any "inadvertent, non-

2959judgmental mistake" in its bid. Chapter 5 of the Manual

2969provides that "a non-judgmental mistake" is a mistake not

2978attributable to an error in judgment, such as mistakes in

2988personal judgment or wrongful assumptions of contract

2995obligations. Inadvertent technical errors, such as errors of

3003form rather than substance, are considered non-judgmental

3010errors." See Joint Exhibit 7, page 62, in evidence.

301922. It is patently apparent that Close's use of the

3029original bid form, inadvertently, while also unequivocally

3036acknowledging and agreeing to the entirety of Addendum No. Two,

3046represented a non-judgmental mistake. Both of the District

3054witnesses, however, testified that the policy regarding mistakes

3062was not followed and Close was not given an opportunity under

3073the District's policy to provide additional information to

3081support verification of the bid.

308623. Although Close failed to substitute the revised Bid

3095form for the original Bid form, as called for by Addendum No.

3107Two, its bid was substantively responsive to the technical

3116specifications and requirements of the RFB, and the irregularity

3125is technical in nature. The parties stipulated that the use of

3136the original form, rather than the revised bid form, was the

3147sole basis for Close being determined to be non-responsive by

3157the Agency.

315924. In accordance with Florida Administrative Code Rule

316740E-7.301, in Chapter 5 of the District's Procurement Manual,

3176the District reserves the right to waive minor irregularities in

3186a bid. A material irregularity is defined by the District's

3196policy as one which is not minor in that it: (a) affects the

3209price, quality, time or manner of performance of the service

3219such that it would deprive the District of an assurance that the

3231contract will be entered into, performed and guaranteed

3239according to the specified requirements; (b) provides an

3247advantage or benefit to a bidder which is not enjoyed by other

3259bidders; or (c) undermines the necessary common standards of

3268competition. See Joint Exhibit 7, page 58, in evidence.

327725. The preponderant, persuasive evidence shows that the

3285irregularity in Close's bid did not affect the price of the bid

3297or truly deprive the District of assurance that the contract

3307would be entered into and performed according to all the terms

3318of the RFB, including addenda. The evidence established that

3327Close actually included the $40,000.00 discretionary cost

3335allowance in its final bid price. It merely did not show it as

3348a separate itemization, because it did not use the revised form

3359providing that itemization line. The fact that the

3367discretionary allowance was itemized in the revised bid form, as

3377part of the bid amount, does not equate to an effect on the

3390contract price as a result of Close's using the original Bid

3401form. Close's error, by mistakenly submitting its bid on the

3411original bid form, did not alter the price of its bid. The

3423evidence clearly established that the bid price for Close's bid

3433would be the same regardless of which form it used.

344326. Moreover, the preponderant, persuasive evidence

3449establishes that the use of the original Bid form by Close did

3461not deprive the District of assurance that the contract would be

3472performed in accordance with the all bid documents. Close's

3481bid, secured by its bid bond, clearly acknowledged and agreed to

3492the express terms of Addendum No. Two in their entirety, which

3503included the terms under which the discretionary cost allowance

3512could be applied. Close considered itself bound to the terms of

3523the RFB and assured the Agency that it was so bound by the

3536written acknowledgement and agreement it submitted to the Agency

3545as part of its bid, concerning the elements of Addendum No. Two.

3557The evidence demonstrated that Close understood that the

3565$40,000.00 amount was a discretionary cost allowance and that

3575Close would not be entitled to it unless the District decided to

3587use it.

358927. Despite the opinion of Agency witnesses to the

3598contrary, the error in Close's bid was a technical one and non-

3610material because it did not confer a competitive advantage upon

3620Close. Close's use of the wrong form did not alter the price of

3633its bid. Its mistake in the use of the original bid form could

3646only change the relative, competitive positions of Close and

3655Worth if the amount of the discretionary cost allowance was

3665greater or equal to the difference between those two bids, i.e.,

3676the $146,650.00 amount by which Worth's bid exceeded the bid of

3688Close. 1 / The bid of Worth exceeds Close's bid by an amount far

3702greater than the amount at issue in the discretionary cost

3712allowance identified in Addendum No. Two and expressly itemized

3721in the revised Bid form, i.e. $40,000.00.

372928. The District contends that Close gained some

3737competitive economic advantage over other bidders by having the

3746means by which it could optionally withdraw its bid, based upon

3757alleged non-responsiveness, in not substituting the revised Bid

3765form which would contain the itemization of the $40,000.00 cost

3776allowance. It is difficult to see how it could gain a

3787competitive advantage versus other bidders through some

3794perceived ability to deem itself non-responsive, at its option,

3803and withdraw its bid, thus denying itself the contract. The

3813competitive bidding laws are designed to prevent a firm from

3823gaining a competitive advantage in obtaining a contract versus

3832the efforts of other bidders, not in depriving itself of the

3843opportunity to get the work. Moreover, concerning the argument

3852by the District that this may confer the advantage to Close of

3864allowing it to withdraw its bid at its option and still obtain a

3877refund of its bid bond; even if that occurred, it would not

3889confer a competitive advantage vis-à-vis other bidders. It

3897would merely involve a potential pecuniary advantage to Close's

3906interest, versus that of the Agency itself, which obviously is

3916not a bidder. Moreover, it should again be pointed out that

3927Cone and Graham was allowed to provide additional information

3936concerning its bid elements, and even to meet with the District

3947staff, following the opening of the bids. It was then allowed

3958to withdraw its bid without forfeiting its bid bond.

396729. If the District had inquired, by way of verification

3977of Close's bid, as to whether the discretionary cost amount was

3988included in it's bid, that inquiry does not equate to allowing

3999Close to unlawfully supplement its bid. Indeed, if in response

4009to such an inquiry, Close announced that the discretionary

4018allowance was not included in its bid, its bid at that point

4030would be materially non-responsive to the specifications. If

4038Close was then allowed to supplement its bid by changing its

4049price to add the allowance, such would indeed be an unfair

4060competitive advantage and a violation of law on the part of

4071Close and the Agency. The evidence does not show that such

4082happened or was proposed by any party.

408930. If a verification inquiry had been made and Close

4099announced that, indeed, its bid price did include the subject

4109discretionary cost allowance, without further response to the

4117specifications being added, then no competitive advantage would

4125be afforded Close and no legal violation would occur. In fact,

4136however, as pointed out above, the verification request,

4144pursuant to the District's policy manual, was never made. This

4154was despite the fact that the District's witness, Mr. Reynolds,

4164acknowledged that the use of the original bid form was an

4175apparent mistake on the face of the bid, when considered in

4186conjunction with Close's express agreement to construct the

4194project in strict conformance with all contract documents, and

4203particularly with regard to Addenda Numbers One and Two.

421231. The non-judgmental mistake, involving use of the

4220original bid form in lieu of the revised bid form, could have

4232been easily clarified by a verification inquiry. That policy

4241was not followed, based solely on the fact that the wrong bid

4253form was used, even though the preponderant, persuasive evidence

4262shows that in all material and substantive respects the bid was

4273a conforming, responsive bid and included in its price the

4283discretionary cost allowance. The preponderance of the evidence

4291shows that the mistaken use of the original Bid form was a non-

4304material irregularity under the District's policies and the

4312terms of the RFB.

431632. The District's actions in failing to uniformly apply

4325its own bid verification policy when, in fact, it had allowed

4336verification to one of the other bidders, and when, according to

4347its own witness, it perceived an apparent mistake, was clearly

4357erroneous. It is true that Close may not supplement its bid by

4369changing material terms, but it is permitted to verify whether,

4379in light of the mistaken use of the original Bid form, its bid

4392price, as submitted, included the $40,000.00 discretionary

4400allowance or not. Providing such "yes or no" type of additional

4411information in order to clarify, and only clarify, information

4420already submitted in the bid, in response to an inquiry by the

4432District does not constitute "supplementation" of the bid for

4441purposes of Section 120.57(3)(f), Florida Statutes (2008). NCS

4449Pearson, Inc. v. Dept of Education , 2005 WL 31776, at page 18

4461(DOAH, Feb. 8, 2005).

446533. Even without verification of the bid, the bid on its

4476face agrees to compliance with all terms and specifications,

4485including Addendum No. Two. It is thus determined that there is

4496no material irregularity. The bid submitted by Close does not

4506afford it any competitive advantage vis-à-vis the other bidders

4515and it is responsive.

4519CONCLUSIONS OF LAW

452234. The Division of Administrative Hearings has

4529jurisdiction of the subject matter of and the parties to this

4540proceeding. §§ 120.569 and 120.57(1) and (3), Fla. Stat.

4549(2009).

455035. Section 120.57(3)(f), Florida Statutes, provides in

4557pertinent part as follows:

4561. . . Unless otherwise provided by statute,

4569the burden of proof shall rest with the

4577party protesting the proposed agency action.

4583In a competitive-procurement protest, other

4588than a rejection of all bids, proposals, or

4596replies, the Administrative Law Judge shall

4602conduct a de novo proceeding to determine

4609whether the agency proposed action is

4615contrary to the agency's governing statutes,

4621the agency's rules or policies, or the

4628solicitation specifications. The standard

4632of proof for such proceeding shall be

4639whether the proposed agency action was

4645clearly erroneous, contrary to competition,

4650arbitrary, or capricious. . .

465536. The Petitioner must therefore demonstrate that the

4663agency's proposed action is contrary to governing statutes, the

4672agency's rules or policies or the bid or proposal

4681specifications. It must demonstrate that action by preponderant

4689evidence. Dept. of Transportation v. J.W.C. Company, Inc. , 396

4698So. 2d 778, 787 (Fla. 1st DCA 1981); State Contracting and

4709Engineering Corp. v. Dept. of Transportation , 709 So. 2d 607,

4719609 (Fla. 1998). Stated differently, in a de novo proceeding

4729such as this, pursuant to the above-referenced statutory

4737authority, it must be demonstrated by the Petitioner whether the

4747agency erred in applying a governing principle of law, by virtue

4758of its interpretation or application of its bid specifications

4767or interpretation of the bidder's response thereto.

477437. Whether an act is contrary to competition is

4783determined by considering whether it offends the purpose of the

4793competitive bidding statutes. "The purpose of the competitive

4801bidding process is to secure fair competition on equal terms to

4812all bidders by affording an opportunity for an exact comparison

4822of bids." Harry Pepper and Associates, Inc. v. City of Cape

4833Coral , 352 So. 2d 1190 (Fla. 2d DCA 1977).

484238. Although Close mistakenly used the original Bid form

4851rather than the revised form, the preponderant, persuasive

4859evidence establishes that the deviation was a non-material one

4868and could have been easily remedied by the District by use of

4880its established bid-verification process. Even without the bid

4888verification policy being employed by the District, in the

"4897free-form" stage of this proceeding, the bid document submitted

4906by Close itself showed that it had unequivocally agreed to

4916comply with all specifications and requirements of the RFB and

4926contract documents, including, particularly, Addendum No. Two.

4933The assurance actually provided to the Agency by Close's bid

4943response demonstrates that Close would be bound by its contract

4953price, whether or not the relevant $40,000.00 discretionary cost

4963allowance was separately itemized. Under well-established

4969contract principles, the Agency would have been able to protect

4979itself against being charged such an amount, or portion thereof,

4989over and above the proposed contract price submitted by Close.

499939. The case of Intercontinental Properties v. DHRS , 606

5008So. 2d 380 (Fla. 3d DCA 1992), stands for the proposition that

5020the disqualification of a low bidder for non-responsiveness,

5028where the bid irregularity does not impart an unfair competitive

5038advantage to that bidder, is not favored by the courts. In that

5050case, the court reversed an Administrative Law Judge's finding

5059of unresponsiveness on the part of a low bidder, and the court

5071discussed at length the well-known case of Liberty County v.

5081Baxter's Asphalt and Concrete, Inc. , 421 So. 2d 505 (Fla. 1982).

5092The Intercontinental opinion contains an apt discussion of that

5101Supreme Court decision regarding bid irregularities and

5108principles of competitive bidding:

5112A minor irregularity is a variation from the

5120bid invitation or proposal terms and

5126conditions which does not affect the price

5133of the bid, or give the bidder an advantage

5142or benefit not enjoyed by other bidders, or

5150does not adversely impact the interest of

5157the [agency] . . . [quoting from F.A.C. Rule

516610-13.012]. . .

5169There is a very strong public interest in

5177favor of saving tax dollars in awarding

5184public contracts. There is no public

5190interest, much less a substantial public

5196interest, in disqualifying low bidders for

5202technical deficiencies in form, where the

5208low bidder did not derive any unfair

5215competitive advantage by reason of the

5221technical omission . . .

5226In either event, there is a strong public

5234policy in favor of awarding contracts to the

5242low bidder, and an equal strong public

5249policy against disqualifying the low bidder

5255for technical deficiencies which do not

5261confer an economic advantage on one bidder

5268over another.

5270Id. at 387 (emphasis added).

527540. In the instant situation, Close is the low bidder by a

5287substantial amount of $146,615.00. The preponderant, persuasive

5295evidence establishes that Close received and reviewed Addendum

5303No. Two and incorporated the technical requirements of that

5312addendum, including the $40,000.00 discretionary cost allowance,

5320into the development and submission of its bid. Close included

5330that discretionary cost amount in the bid.

533741. Close specifically agreed to the terms of Addenda

5346Nos. One and Two, but during the final hearing, Mr. Reynolds,

5357testifying for the District, indicated that he viewed Close's

5366agreement in paragraph one of its bid to be void, because an

5378obsolete form was used. He acknowledged, however, that Cone and

5388Graham, on the other hand, had submitted its bid using a portion

5400of the revised form, but had actually signed the page from the

5412original form, as did Close. Despite actually signing a portion

5422of what Mr. Reynolds had described as an obsolete form, he

5433nevertheless found that Cone and Graham's bid documents were

5442responsive in his bid checklist. His position that Close's bid

5452was unresponsive is thus intellectually inconsistent.

545842. Close's bid mistake was a technical error that did not

5469confer any competitive advantage to Close or undermine the

5478common standards of competition. The irregularity did not alter

5487the price of Close's bid and, in any event, the amount of the

5500cost allowance (whether or not it was included in Close's bid

5511price, which it was) was far less than the difference between

5522Close's bid and Worth's bid. Therefore, even if, assuming

5531arguendo , Close's bid did not include the $40,000.00 allowance

5541and, theoretically, it had to be added to Close's bid price,

5552Close's resulting bid price would still be $106,615.00 less than

5563Worth's bid, a not insignificant amount. Only if the amount of

5574the discretionary cost allowance was greater, or at least

5583approximately equal to the $146,615.00 difference between

5591Close's bid and Worth's bid, could Close's mistaken use of the

5602original Bid form possibly alter the competitive positions of

5611the two bidders, or any of the bidders in the procurement for

5623that matter. See , e.g. , Warren Building Company, Inc. v. Dept.

5633of Military Affairs , at page 8-9 Case No. 08-2369BID (DOAH,

5643Aug. 20, 2008). The relative competitive positions of the

5652bidders are simply too far apart to have been altered by the

5664cost allowance factor.

566743. The irregularity in Close's bid did not give it the

5678ability to "look back" to the comparative bids of the other

5689bidders and somehow then alter its bid to its advantage. The

5700notion that Close's mistake conferred upon it the right to

5710supplement its bid and "add" $40,000.00 to its price after the

5722bids are unsealed is entirely unsupported by any persuasive

5731evidence. According to un-refuted evidence, the bid included

5739the allowance. The only inquiry that would need to be made of

5751Close would be whether it could confirm or deny whether the

5762allowance was included, upon a proper verification request by

5771the District. No party to this matter, including Close, has

5781ever suggested that it should be permitted to alter its bid

5792price through the Agency verification process.

579844. In like vein, Close could gain no competitive,

5807economic advantage by having the ability to withdraw its bid

5817without penalty, through use of the obsolete form in its bid

5828submission, as the Respondent District suggests. It is

5836difficult to fathom how Close could gain any competitive

5845advantage over another bidder by acting to withdraw its bid and

5856thus deny itself the work represented by the ultimate contract

5866in this procurement. The public bidding laws are designed to

5876prevent a firm from gaining a competitive advantage over other

5886vendors or bidders in seeking to obtain the subject work, not in

5898depriving itself of the work. Moreover, this purported fear by

5908the Agency does not appear significant in the face of the fact

5920that it allowed another bidder this purported advantage of

5929withdrawing its bid without penalty.

593445. Close's use of the original bid form was clearly a

5945non-judgmental mistake, as identified and defined in the

5953Agency's Procurement Manual. The mistake was apparent on the

5962face of the bid, which not only expressly identified and agreed

5973to the terms of both addenda, but which must be construed by the

5986District as if all addenda are received and acknowledged by the

5997bidder, in submitting its bid.

600246. The District did not follow the clear terms of Article

601319.03 of the RFB in construing the bid. This is especially the

6025case in light of the express agreement to comply with Addendum

6036No. Two contained in Close's submittal. The District did not

6046follow its own policies contained in Chapter 5 of its

6056Procurement Manual and exercise the opportunity to verify

6064Close's bid as to the obvious mistake, and afford an opportunity

6075to correct that non-judgmental mistake. That mistake and the

6084simple verification question of whether the bid price included

6093the discretionary cost allowance, would not have affected the

6102price of Close's bid nor Close's relative competitive position

6111vis-à-vis any other bidders, by conferring it any competitive

6120advantage. A simple yes or no question and answer procedure

6130would have sufficed.

613347. Contrary to the testimony of the District's witnesses,

6142the Procurement Manual expressly permits a bidder to furnish

6151additional information to support verification of its bid in the

6161face of a mistake. As stated above, another bidder was indeed

6172given this opportunity. Under that policy, the bidder is not

6182allowed to alter or supplement its bid and there was no effort

6194or intent to do so. If the simple opportunity to clarify the

6206mistake and verify the bid had been taken, this proceeding might

6217have been unnecessary.

622048. In summary, after conduct of this de novo proceeding,

6230the preponderant, persuasive evidence shows that, if the

6238District's position and action persisted through final order, it

6247would be clearly erroneous by its failure to apply the

6257interpretive presumptions in Article 19.03 of the RFB and in

6267failing to apply the bid verification process as delineated

6276above. That would also be the case if it made a legal

6288determination that, although the Petitioner agreed to all terms

6297of all bid documents, including Addendum No. Two, that as to the

6309cost allowance matter and the use of the original bid form, the

6321bid was non-responsive. By allowing Cone and Graham to submit

6331additional information after the bids were opened, in its

6340verification process, and ultimately allowing it to withdraw its

6349bid without sacrificing its bid bond, while denying such an

6359opportunity to Close, under the above-found circumstances, the

6367District would be acting arbitrarily. It would also be acting

6377in a manner "contrary to competition" by allowing such a

6387technical mistake, which did not affect the price of Close's

6397bid, to result in denying the work to a bidder which was a

6410substantial amount cheaper, by $146,615.00, than the price

6419proposed by the bidder initially chosen by the Agency.

642849. Thus Close has established by preponderant, persuasive

6436evidence that the District's proposed award to Worth would be

6446clearly erroneous, contrary to competition, and arbitrary, as

6454those terms are defined herein and in the decisional law cited

6465by the parties. The bid submitted by Close was thus responsive,

6476responsible, and was the lowest bid of the remaining bidders.

6486RECOMMENDATION

6487Having considered the foregoing Findings of Fact,

6494conclusions of law, the evidence of record, the candor and

6504demeanor of the witnesses, and the pleadings and arguments of

6514the parties, it is, therefore,

6519RECOMMENDED that a Final Order be entered by the South

6529Florida Water Management District, awarding the subject contract

6537for RFB 6000000262 to the Petitioner herein, Close Construction,

6546Inc.

6547DONE AND ENTERED this 5th day of January, 2010, in

6557Tallahassee, Leon County, Florida.

6561S

6562P. MICHAEL RUFF

6565Administrative Law Judge

6568Division of Administrative Hearings

6572The DeSoto Building

65751230 Apalachee Parkway

6578Tallahassee, Florida 32399-3060

6581(850) 488-9675

6583Fax Filing (850) 921-6847

6587www.doah.state.fl.us

6588Filed with the Clerk of the

6594Division of Administrative Hearings

6598this 5th day of January, 2010.

6604ENDNOTE

66051 / See , e.g. , Warren Building Company, Inc. v. Dept. of Military

6617Affairs , page 8-9, Case No. 08-2369BID (DOAH, August 20, 2008).

6627In that case it was determined that a low bidder's cost savings

6639in preparing its bid, by failing to certify that it had visited

6651the project site in preparing its bid, would only change the

6662relative competitive positions of the two lowest bidders if the

6672amount of any such cost savings equaled or exceeded the

6682difference between the two bids.

6687COPIES FURNISHED :

6690Josef M. Fiala, Esquire

6694South Florida Water Management District

66993301 Gun Club Road, MSC 1410

6705West Palm Beach, Florida 33406

6710Andrew J. Baumann, Esquire

6714Lewis, Longman and Walker, P.A.

67191700 Palm Beach Lakes Boulevard, Suite 1000

6726West Palm Beach, Florida 33401-2006

6731Joseph W. Lawrence, II, Esquire

6736Robert L. Frye, Esquire

6740Vezina, Lawrence & Piscitelli

6744The Museum Building

6747300 Southwest 1st Avenue, Suite 150

6753Fort Lauderdale, Florida 33301

6757Carol Ann Wehle, Executive Director

6762South Florida Water Management District

67673301 Gun Club Road

6771West Palm Beach, Florida 33416-4680

6776NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

6782All parties have the right to submit written exceptions within

679210 days from the date of this Recommended Order. Any exceptions

6803to this Recommended Order should be filed with the agency that

6814will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 07/13/2011
Proceedings: BY ORDER OF THE COURT: Ordered that appellant's motion filed May 19, 2011, for rehearing or clarification by written opinion is hereby denied filed.
PDF:
Date: 07/13/2011
Proceedings: Mandate filed.
PDF:
Date: 07/13/2011
Proceedings: Opinion filed.
PDF:
Date: 07/08/2011
Proceedings: Mandate
PDF:
Date: 06/20/2011
Proceedings: BY ORDER OF THE COURT: Appellant's motion filed May 19, 2011, for rehearing or clarification by written opinion is hereby denied filed.
PDF:
Date: 06/10/2011
Proceedings: BY ORDER OF THE COURT: Ordered that pursuant to the June 2, 2011, stipulation for substitution of counsel is granted filed.
PDF:
Date: 05/06/2011
Proceedings: BY ORDER OF THE COURT: Appellant's motion filed September 13, 2010, for attorney fees is hereby denied filed.
PDF:
Date: 05/04/2011
Proceedings: Opinion
PDF:
Date: 02/07/2011
Proceedings: BY ORER OF THE COURT: Appellant's motion for review of stay order is hereby dismissed filed.
PDF:
Date: 08/30/2010
Proceedings: BY ORDER OF THE COURT: Ordered that appellant's stipulated motion filed August 26, 2010, to amend initial brief is granted filed.
PDF:
Date: 08/13/2010
Proceedings: BY ORDER OF THE COURT: Appellee's motion filed August 9, 2010, for extension of time is granted filed.
PDF:
Date: 08/05/2010
Proceedings: BY ORDER OF THE COURT: Devin R. Maxwell shall file the CD-ROM in the lower tribunal within (10) days from the date of this order filed.
PDF:
Date: 06/30/2010
Proceedings: BY ORDER OF THE COURT: appellant's amended motion to supplement the record is granted filed.
PDF:
Date: 06/25/2010
Proceedings: BY ORDER OF THE COURT: Appellee's suggestion of mootness filed June 7, 2010, is hereby denied filed.
PDF:
Date: 06/17/2010
Proceedings: BY ORDER OF THE COURT: Appellant's motion filed June 8, 2010, to supplement the record is hereby denied without prejudice filed.
PDF:
Date: 06/16/2010
Proceedings: BY ORDER OF THE COURT: Appellee's motin filed June 7, 2010, to show cause as to why this appeal is not moot is hereby stricken as unauthorized; further ordered that appellee's motion filed June 7, 2010, for stay is hereby denied filed.
PDF:
Date: 04/15/2010
Proceedings: Acknowledgment of New Case, DCA Case No. 4D10-1439 filed.
PDF:
Date: 03/15/2010
Proceedings: Agency Final Order
PDF:
Date: 03/15/2010
Proceedings: Agency Final Order filed.
PDF:
Date: 01/05/2010
Proceedings: Recommended Order
PDF:
Date: 01/05/2010
Proceedings: Recommended Order (hearing held October 19, 2009). CASE CLOSED.
PDF:
Date: 01/05/2010
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 11/16/2009
Proceedings: Intervener (sic) Worth Contracting, Inc.'s Notice Adopting South Florida Water Management District's Proposed Recommended Order filed.
PDF:
Date: 11/16/2009
Proceedings: Petitioner, Close Construction, Inc.'s Proposed Recommended Order filed.
PDF:
Date: 11/16/2009
Proceedings: Respondent South Florida Water Management District's Proposed Recommended Order filed.
Date: 11/06/2009
Proceedings: Transcript filed.
PDF:
Date: 11/05/2009
Proceedings: Letter to Judge Ruff from J. Fiala regarding new submission date for Proposed Recommended Orders filed.
PDF:
Date: 11/04/2009
Proceedings: Notice of Filing Transcript (no enclosures) filed.
Date: 10/19/2009
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 10/16/2009
Proceedings: South Florida Water Management District's Motion to Take Official Recognition filed.
PDF:
Date: 10/16/2009
Proceedings: Letter to Judge Ruff from A. Baumann enclosing additional exhibits (exhibits not available for viewing) filed.
PDF:
Date: 10/16/2009
Proceedings: Letter to Judge Ruff from J. Fiala enclosing Respondent's Exhibits (exhibits not available for viewing) filed.
PDF:
Date: 10/16/2009
Proceedings: Prehearing Stipulation filed.
PDF:
Date: 10/15/2009
Proceedings: Notice of Pre-filing Exhibits (exhibits not attached) filed.
PDF:
Date: 10/15/2009
Proceedings: Notice of Pre-filing Respondents Exhibits (exhibits not attached) filed.
PDF:
Date: 10/15/2009
Proceedings: Letter to Judge Ruff from A. Baumann enclosing joint exhibit list (exhibits not available for viewing) filed.
PDF:
Date: 10/13/2009
Proceedings: Notice of Taking Deposition (Colleen Robbs) filed.
PDF:
Date: 10/13/2009
Proceedings: South Florida Water Management District's Notice of Taking Deposition (Andrew Hall) filed.
PDF:
Date: 10/12/2009
Proceedings: Respondent, South Florida Water Management District's Response to Petitioners First Request for Production filed.
PDF:
Date: 10/12/2009
Proceedings: Respondent, South Florida Water Management District's Notice of Filing Answers to Petitioner's First Set of Interrogatories filed.
PDF:
Date: 10/08/2009
Proceedings: Order Granting Petition to Intervene (Worth Contracting, Inc.).
PDF:
Date: 10/08/2009
Proceedings: Notice of Taking Deposition (of D. Lavery) filed.
PDF:
Date: 10/07/2009
Proceedings: Petitioner's Amended Notice of Service of First Set of Interrogatories and First Request for Production of Documents Directed to Respondent South Florida Water Management District filed.
PDF:
Date: 10/07/2009
Proceedings: South Florida Water Management District's Notice of Taking Deposition (Chris Rossi) filed.
PDF:
Date: 10/06/2009
Proceedings: Petitioner's Notice of Service of First Set of Interrogatories Directed to Respondent South Florida Water Management District filed.
PDF:
Date: 10/06/2009
Proceedings: Petitioner's First Request for Production to Respondent, South Florida Water Management District filed.
PDF:
Date: 10/06/2009
Proceedings: Petitioner's Notice of Service of Answers to Respondent's First Set of Interrogatories filed.
PDF:
Date: 10/06/2009
Proceedings: Petitioner's Response to Respondent's First Request for Production filed.
PDF:
Date: 10/05/2009
Proceedings: Petition to Intervene (of Worth Contracting, Inc.) filed.
PDF:
Date: 10/01/2009
Proceedings: Notice of Taking Deposition (of U. Cordon) filed.
PDF:
Date: 10/01/2009
Proceedings: Notice of Taking Deposition (of J. Reynolds) filed.
PDF:
Date: 10/01/2009
Proceedings: Notice of Taking Deposition (of J. Flynn) filed.
PDF:
Date: 10/01/2009
Proceedings: Notice of Taking Deposition (of J. Creswell) filed.
PDF:
Date: 10/01/2009
Proceedings: Notice of Taking Deposition (of L. Carter) filed.
PDF:
Date: 10/01/2009
Proceedings: Respondent, South Florida Water Management District's Notice of Service of First Set of Interrogatories to Close Construction, Inc. filed.
PDF:
Date: 10/01/2009
Proceedings: Respondent, South Florida Water Management District's Notice of Service of First Request for Production to Close Construction, Inc. filed.
PDF:
Date: 10/01/2009
Proceedings: Notice to Bidders filed.
PDF:
Date: 09/30/2009
Proceedings: South Florida Water Management District's Notice of Taking Deposition (2) filed.
PDF:
Date: 09/29/2009
Proceedings: Notice of Hearing by Video Teleconference (hearing set for October 19, 2009; 10:00 a.m.; West Palm Beach and Tallahassee, FL).
PDF:
Date: 09/29/2009
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 09/24/2009
Proceedings: Notice of Unavailability filed.
PDF:
Date: 09/17/2009
Proceedings: Notice of Transfer.
PDF:
Date: 09/14/2009
Proceedings: Petition for Formal Administrative Hearing filed.
PDF:
Date: 09/14/2009
Proceedings: Notice of Intent to Protest filed.
PDF:
Date: 09/14/2009
Proceedings: Notice of Intent to Award filed.
PDF:
Date: 09/14/2009
Proceedings: South Florida Water Management Districts Solicitation Addendum (2) filed.
PDF:
Date: 09/14/2009
Proceedings: South Florida Water Management Districts Solicitation Addendum (1) filed.
PDF:
Date: 09/14/2009
Proceedings: Order on Petition's Compliance with Requisite Rules and Transmitting Petition to the Division of Administrative Hearings filed.
PDF:
Date: 09/14/2009
Proceedings: Agency referral filed.

Case Information

Judge:
P. MICHAEL RUFF
Date Filed:
09/14/2009
Date Assignment:
09/17/2009
Last Docket Entry:
07/13/2011
Location:
West Palm Beach, Florida
District:
Southern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (2):

Related Florida Statute(s) (3):

Related Florida Rule(s) (1):