91-000848BID Murphy Construction Company vs. Department Of Transportation
 Status: Closed
Recommended Order on Tuesday, March 12, 1991.


View Dockets  
Summary: Nonresponsive bid did meet rule requirements for showing Disadvantaged Business Enterprise participation. Next lowest bidder got award but also did not meet rule. All bids rejected

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8THE MURPHY CONSTRUCTION CO., )

13)

14Petitioner, )

16)

17vs. ) CASE NO. 91- 0848BID

23)

24DEPARTMENT OF TRANSPORTATION, )

28)

29Respondent. )

31___________________________________)

32RECOMMENDED ORDER

34On February 19, 1991, a formal administrative hearing was held in this case

47in Tallahassee, Florida, before J. Lawrence Johnston, Hearing Officer, Division

57of Administrative Hearings.

60APPEARANCES

61For Petitioner: Randy Cropp

65Project Manager

67The Murphy Construction Co.

711615 Clare Avenue

74West Palm Beach, Florida 33402

79For Respondent: Paul J. Martin, Esquire

85Assistant General Counsel

88Department of Transportation

91605 Suwannee Street, MS-58

95Tallahassee, Florida 32399-0458

98STATEMENT OF THE ISSUE

102The issue in this case is whether the Respondent, the Department of

114Transportation (DOT), should award State Project No. 89030-3528 to The Cone

125Corporation, notwithstanding the bid protest filed by the Petitioner, The Murphy

136Construction Co., alleging that its bid was responsive and lower than The Cone

149Corporation's bid or, in the alternative, if its bid was nonresponsive, that The

162Cone Corporation's bid also was nonresponsive, and that the project should be

174re-bid. 1/

176PRELIMINARY STATEMENT

178The Petitioner, The Murphy Construction Co., and three others bid on State

190Project No. 89030-3528 in Martin County. Upon the opening of the bids on or

204about December 5, 1990, the Petitioner was the apparent second low bidder.

216The bid of the Tom Quinn Company, Inc., the apparent low bidder, was

229reviewed by the DOT's Good Faith Efforts Committee of the DOT's Minority

241Programs Office for compliance with the project's Disadvantaged Business

250Enterprise ( DBE) goals and was found to be nonresponsive. The Tom Quinn Company

264did not meet the project's ten percent DBE participation goal and did not

277explain its efforts to meet the goal.

284The Good Faith Efforts Committee then reviewed the bid of the Petitioner,

296as apparent second low bidder, and also found the Petitioner's goal to be

309nonresponsive as not meeting the DBE goal. The Petitioner's bid alleged DBE

321participation in the amount of 10.75% of the total bid, but the Good Faith

335Efforts Committee rejected $26,571 worth of alleged DBE participation as not

347meeting pertinent bidding requirements. Without the $26,571, the level of DBE

359participation in the Petitioner's bid dropped to 8.16%.

367The Good Faith Efforts Committee then reviewed the next bid, the bid of The

381Cone Corporation, which was $57,450 higher than the Petitioner's and which

393proposed 10.01% DBE participation. The Good Faith Efforts Committee found The

404Cone Corporation's bid to be responsive.

410The findings and recommendations of the Good Faith Efforts Committee were

421submitted to the DOT's Technical Review Committee. The Technical Review

431Committee concurred with the Good Faith Efforts Committee that the apparent low

443bid and the apparent second low bid were nonresponsive and that the project

456should be awarded to The Cone Corporation.

463On December 5, 1990, the findings and recommendations of the Technical

474Review Committee were submitted to the DOT's Contract Awards Committee. On

485December 21, 1990, the Awards Committee met and concurred with the Good Faith

498Efforts Committee and the Technical Review Committee that the apparent low bid

510and the apparent second low bid were nonresponsive but disagreed that the

522project should be awarded to The Cone Corporation, instead recommending that the

534DOT reject all bids and re-bid the project due to the low number of responsive

549bidders and low level of competitive bidding.

556The Secretary of the DOT rejected the recommendation of the Awards

567Committee, instead concurring with Technical Review Committee, and caused to be

578issued, on January 17, 1991, notice of the DOT's intention to award the contract

592on the project to The Cone Corporation. The Petitioner timely filed its bid

605protest. No other bidder protested.

610On or about February 6, 1991, the DOT referred the Petitioner's bid protest

623to the Division of Administrative Hearings. Final hearing was scheduled and

634held on February 19, 1991. The Petitioner appeared through its Project Manager,

646Randy Cropp, who gave testimony, elicited the testimony of three DOT employees,

658and had three exhibits introduced in evidence. In its case, the DOT recalled

671one of the DOT employees to testify and had four exhibits introduced in

684evidence.

685Neither party ordered the preparation of a transcript of the final hearing.

697The Petitioner submitted written final argument, and the DOT submitted a

708proposed recommended order. Explicit rulings on the proposed findings of fact

719contained in the parties' submissions may be found in the attached Appendix to

732Recommended Order, Case No. 91- 0848BID.

738FINDINGS OF FACT

7411. State Project No. 89030-3528 (the project) is for work on SR

753Bridge No. 890941 over Warner Creek in Martin County. The DOT solicited bids

766for the work and established December 5, 1990, as the deadline for submission of

780bids.

7812. The DOT established, as its Disadvantaged Business Enterprise ( DBE)

792goal for the project, a goal of ten percent participation by DBEs.

8043. The Petitioner, The Murphy Construction Co., submitted a bid for the

816work in the amount of $1,026,222.96. It was the apparent second lowest bid.

831The Tom Quinn Company, Inc., was the apparent low bidder, at $846,216.87, but it

846did not meet the ten percent DBE goal and did not demonstrate good faith efforts

861to achieve the goal. The next lowest bidder, after the Petitioner, was The Cone

875Corporation's bid of $1,083,672.95. There was one other bidder.

8864. The Petitioner asserted that $110,360, or 10.75%, of the work would be

900done by DBEs. The Petitioner alleged in its bid that $26,571 worth of DBE work

916would be done by Advance Barricades & Signing, Inc. (Advance Barricades). The

928Petitioner's DBE Utilization Form for Advance Barricades & Signing, Inc.,

938identified the DBE by name but left blank the parts of the form designated "Item

953No." and "Description (note if item qualifies for SUPPLIER)".

9635. As a matter of agency policy, the DOT has required that the portion of

978the form designated as "Description (note if item qualifies for SUPPLIER)" be

990completed. A description of the work to be performed by the DBE has been

1004considered essential. The DOT has required the description of the work to be

1017performed by the DBE because: first, the DOT interprets the applicable rules to

1030require it; and, second, because the purpose of the rule and policy is to enable

1045the DOT's Minority Programs Office to monitor the performance of the contract to

1058be sure that the representation as to DBE participation is carried out--i.e.,

1070not only that the representation as to the percentage of DBE work is met but

1085also that the DBE does the work the contractor represents that the DBE will do.

1100Monitoring is significant because it can prevent the bidder, if successful, from

1112trying to take advantage of the DBE by asking the DBE to do work that the DBE is

1130not prepared or equipped to do or by asking the DBE to do more work for the

1147money than contemplated by the DBE at the time of the bid. It also can insure

1163that bidders will not, in essence, pay a DBE for doing nothing.

11756. Although the Petitioner's DBE Utilization Form gave the name of the

1187DBE, it did not purport to describe the work the DBE was going to do. Although

1203listing the name Advance Barricades and Signing, Inc., identified some of the

1215work Advance Barricades does, it did not identify all of the work Advance

1228Barricades does and, more importantly, did not identify the work the Petitioner

1240was proposing that Advance Barricades was to do on the project in question. The

1254DOT could have assumed what work Advance Barricades would do for the Petitioner,

1267but it could not effectively monitor based on the assumption.

12777. Sometimes a DBE subcontractor will complete and sign the DBE

1288Utilization Form for the bidder. Sometimes, the DBE will telephone the bidder

1300with its price, and the bidder will complete the form. In the latter case, if

1315the form is completed, the DOT Good Faith Efforts Committee will, as a matter of

1330policy, telephone the DBE to confirm the information. In this case, Advance

1342Barricades provided the Petitioner with a written price for the work, but the

1355Petitioner itself prepared and submitted a form for inclusion in its bid on the

1369project and did not include Advance Barricades's written price. Because the

1380Petitioner left blank the parts of the form designated "Item No." and

"1392Description (note if item qualifies for SUPPLIER)", the Good Faith Efforts

1403Committee did not telephone Advance Barricades to confirm or supplement the

1414information submitted by the Petitioner with its bid.

14228. The Cone Corporation's bid also included the representation that

1432Advance Barricades would be doing work on the job that would qualify towards the

1446DBE goal. Under the part of the form designated "Description (note if item

1459qualifies for SUPPLIER)," The Cone Corporation stated, "SEE ATTACHED." Attached

1469to the form was a proposal from Advance Barricades giving specific item numbers

1482and descriptions of temporary barricades and signing, advance warning arrow

1492panels, flashing lights, temporary pavement markings, and special detour signing

1502to be furnished at a price of $20,805.45. In this case, The Cone Corporation's

1517bid included a copy of the Advance Barricades proposal, which provided an

1529adequate description, including item numbers, of the work Advance Barricades

1539would do for The Cone Corporation.

15459. Despite the reasons for the DOT policy described in the preceding

1557finding, the DOT has slipped into a practice of not requiring that the portion

1571of the DBE Utilization Form designated "Item No." be completed. In addition,

1583one-word generalizations--such as "pipe" or "trucking"--in the part of the form

1595designated "Description (note if item qualifies for SUPPLIER)"are accepted by

1606the DOT even though they may be insufficient to enable the DOT's Minority

1619Programs Office to determine what kind of pipe or trucking is meant. Indeed,

1632the DOT would have accepted description "barricades and signing" in the

1643Petitioner's case. But these descriptions are inadequate to serve the purpose

1654of the rule that the DBE work be described in the bid documents. For example,

1669the word "pipe," without item numbers, does not identify the type or quantity of

1683pipe to be provided. Indeed, the DOT's DBE Utilization Form gives evidence that

1696more of a description initially was contemplated by the DOT. The form provides

1709a space designated "Item No." In addition, the part of the form provided for

1723the description of the DBE work also states: "(note if item qualifies for

1736SUPPLIER)." (Emphasis added.) The form infers that the description will

1746include the item number. Otherwise, it would be very difficult, and in some

1759cases impossible, for the Minority Programs Office to effectively monitor the

1770progress of construction.

177310. In this case, The Cone Corporation's bid included a copy of the

1786Advance Barricades proposal, which provided an adequate description, including

1795item numbers, of the work Advance Barricades would do for The Cone Corporation.

1808But its DBE Utilization Form for H.S. Thompson described $85,702 worth of DBE

1822work as "concrete, rebar and pipe." Under the column marked "Item No.," The

1835Cone Corporation put, "various." If H.S. Thompson were going to do all of the

"1849concrete, rebar and pipe" on the project, it would have been doing more like

1863$540,000 worth of work for The Cone Corporation. Like the Petitioner's DBE

1876Utilization Form for Advance Barricades, the H.S. Thompson form was inadequate

1887to serve the monitoring purposes of the DOT's policy.

189611. The DOT now is in the process of considering whether to amend its

1910rules, perhaps to provide that all proposed DBE participation be confirmed by

1922telephone in order to avoid outcomes like the one its Good Faith Efforts

1935Committee, Technical Review Committee, and Contract Awards Committee recommended

1944in this case--the rejection of a bid as nonresponsive in favor of a higher bid

1959that proposes a smaller percentage of DBE participation.

1967CONCLUSIONS OF LAW

1970A. Pertinent Statute and Rule.

197512. Section 339.0805, Fla. Stat. (1989), provides in pertinent part:

1985(1)(a) Except to the extent that the head

1993of the department determines otherwise, not

1999less than 10 percent of the amounts expended

2007from the State Transportation Trust Fund shall

2014be expended with small business concerns owned

2021and controlled by socially and economically

2027disadvantaged individuals as defined by the

2033Surface Transportation and Uniform Relocation

2038Assistance Act of 1987.

2042(b) In fulfilling this mandate, the

2048department shall utilize every means available

2054to it, including, but not limited to, goals

2062and set-asides for competitive bidding and

2068contracting only by, between, and among those

2075firms which are certified by the department

2082as socially and economically disadvantaged

2087business enterprises and which are

2092prequalified as may be appropriate. It is

2099the policy of the state to meaningfully assist

2107socially and economically disadvantaged

2111business enterprises through a program that

2117will provide for the development of skills

2124through business management training, as well

2130as financial assistance in the form of bond

2138guarantees, to primarily remedy the effects of

2145past economic disparity. Such competitive

2150bids may be the result of joint ventures

2158between small business concerns which are

2164owned and controlled by socially and

2170economically disadvantaged individuals and

2174other subcontractors.

2176* * *

2179(5) The department shall promulgate rules

2185for implementing the directives contained in

2191this Section.

219313. F.A.C. Rule 14-78.003 provides in pertinent part:

2201(2) To implement its DBE goal program the

2209Department may:

2211* * *

2214(b) establish contract goals on each

2220contract with subcontracting opportunites for

2225certified DBEs.

22271. In setting contract goals, the

2233Department shall consider the following

2238factors:

2239a. the type of work required by the

2247contract to be let;

2251b. the subcontracting opportunities in the

2257contract to be let;

22612. For contracts with an estimated total

2268dollar amount of $1,000,000 or less, the

2277contract goals shall not exceed 50 percent of

2285the identified potential for DBE participation.

2291For contracts with an estimated total dollar

2298amount of $1,000,000, the contract goals shall

2307not exceed 75 percent of the identified

2314potential for DBE participation.

23183. For all contracts for which DBE contract

2326goals have been established, each bidder shall

2333meet or exceed or demonstrate that it could

2341not meet, despite its good faith efforts, the

2349contract goals set by the Department. The

2356DBE participation information shall be

2361submitted with the contractor's bid proposal.

2367Award of the contract shall be conditioned

2374upon the bid proposal and upon satisfaction

2381of the contract goals or, if the goals are

2390not met, upon demonstrating that good faith

2397efforts were made to meet the goals. Failure

2405to satisfy these requirements shall result in

2412a contractor's bid being deemed nonresponsive

2418and the bid being rejected.

2423a. The contractor's bid submission shall

2429include the following information:

2433i. The current names, telephone numbers,

2439and addresses of certified DBE firms that

2446will participate in the contract;

2451ii. A description of the work each named

2459DBE firm will perform;

2463iii. The dollar amount of participation by

2470each named DBE firm;

2474iv. Any documentation required by the

2480contract or applicable rules as evidence of

2487DBE participation.

2489v. If the DBE goal is not met, sufficient

2498information to demonstrate that the contractor

2504made good faith efforts to meet the goals.

2512B. Nature of 120.53(5) Bid Protests.

251814. The nature of bid protests under Section 120.53(5), Fla. Stat. (1989),

2530was explained in Capeletti Bros., Inc., v. Dept. of General Services, 432 So. 2d

25441359, 1363-1364 (Fla. 1st DCA 1983), it was held:

2553Capeletti also contends that the hearing

2559officer erred in not imposing upon Bergeron

2566the burden at hearing to prove that DGS'

2574previously announced intention to reject all

2580bids was arbitrary, capricious and

2585unreasonable. Capeletti misconceives the

2589purpose of the s. 120.57 hearing. The

2596rejection of the bids never became final

2603agency action. As we have previously held,

2610APA hearing requirements are designed to give

2617affected parties an opportunity to change the

2624agency's mind. Couch Const. Co. v. Department

2631of Transp., 361 So. 2d 172, 176 (Fla. 1st DCA

26411978); McDonald v. Department of Banking and

2648Finance, 346 So. 2d 569, 584 (Fla. 1st DCA

26571979 [sic]).

"2659Section 120.57 proceedings are intended to

2665formulate final agency action, not to review

2672action taken earlier and preliminarily."

2677McDonald, supra at 584.

2681This explanation is consistent with other conventional expressions of the nature

2692of proceedings before DOAH hearing officers under Section 120.57(1), Fla. Stat.

2703(1989).

270415. At the same time, the law has been equally clear that the appellate

2718standard of review of final agency decisions to award a competitive bid requires

2731that the courts defer to the agency's decision, except in limited circumstances,

2743and not substitute its judgment for that of the agency. See generally Liberty

2756County v. Baxter's Asphalt and Concrete, Inc., 421 So. 2d 505, 507 (Fla. 1982);

2770Couch Constr. Co., Inc. v. Dept. of Transp., 361 So. 2d 172, 175 (Fla. 1st DCA

27861978); Systems Dev. Corp. v. Dept. of Health, etc., 423 So. 2d 433, 434 (Fla.

28011st DCA 1982).

280416. In Dept. of Transp. v. Groves-Watkins Constructors, 530 So. 2d 912

2816(Fla. 1988), a case involving an agency's decision to reject all bids, the Court

2830held:

2831Thus, although the APA provides the procedural

2838mechanism for challenging an agency's decision

2844to award or reject all bids, the scope of the

2854inquiry is limited to whether the purpose of

2862competitive bidding has been subverted. In

2868short, the hearing officer's sole

2873responsibility is to ascertain whether the

2879agency acted fraudulently, arbitrarily,

2883illegally, or dishonestly.

2886Id. at 914. The Court did not explain the conflict between its decision and the

2901First District's decision in Capeletti, supra.

290717. Although the Groves-Watkins case involved an agency's decision to

2917reject all bids, the language of the Court's opinion might suggest that the

2930Court also was saying a case involving an announced agency intention to award a

2944bid, as in this case, should be treated like cases involving announced agency

2957intention to reject all bids. However, it is concluded that what the Court may

2971have been saying regarding cases involving announced agency intention to award a

2983bid was dicta that went beyond the precise holding in the case.

2995C. Waiver of Irregularities.

299918. "[A] lthough a bid containing a material variance is unacceptable, not

3011every deviation from the invitation to bid is material. It is only material if

3025it gives the bidder a substantial advantage over the other bidders and thereby

3038restricts or stifles competition. . . .. [T]he purpose of competitive bidding

3050is to secure the lowest possible responsible offer and minor irregularities can

3062be waived in effectuating this purpose." Tropabest Foods, Inc., v. Dept. of

3074General Services, 493 So. 2d 50, 52 (Fla. 1st DCA 1986).

3085D. The Irregularities in the Petitioner's Bid.

309219. Under the particular facts of this case, the Petitioner's bid was

3104irregular in that the Petitioner's DBE Utilization Form had no information in

3116the space designated "Description (note if item qualifies for SUPPLIER)."

312620. The irregularity in the Petitioner's bid was material for two reasons:

3138first, the irregularity was a violation of DOT rules which provide on their face

3152that a violation will result in a bid being nonresponsive, and the DOT

3165interprets the rule to mean what it says; second, by requiring a description of

3179the work, the DOT's Minority Programs Office is able to monitor construction to

3192determine whether the DBE does the work the bidder represents that the DBE will

3206do. Monitoring is significant because it can prevent the bidder, if successful,

3218from trying to take advantage of the DBE by asking the DBE to do work that the

3235DBE is not prepared or equipped to do or by asking the DBE to do more work for

3253the money than contemplated by the DBE at the time of the bid. It also can

3269insure that bidders will not, in essence, pay a DBE for doing nothing.

328221. It was not good enough for the Petitioner to have given the name of

3297the DBE, as required by the rule. The rule also required the Petitioner to

3311describe the work the DBE was going to do. Although listing the name Advance

3325Barricades and Signing, Inc., identified some of the work Advance Barricades

3336does, it did not identify all of the work Advance Barricades does and, more

3350importantly, did not identify the work the Petitioner was proposing that Advance

3362Barricades was to do on the project in question. The DOT could have assume what

3377work Advance Barricades would do for the Petitioner, but it could not

3389effectively monitor based on the assumption.

3395E. The Cone Corporation's Bid.

340022. The DOT has slipped into the practice of accepting, without

3411accompanying item numbers, general and vague descriptions of the DBE work being

3423proposed. One word descriptions such as "pipe" and "trucking" have been

3434accepted. But these descriptions are inadequate to serve the purpose of the

3446rule that the DBE work be described in the bid documents. For example, the word

"3461pipe," without item numbers, does not identify the type or quantity of pipe to

3475be provided. Indeed, the DOT's DBE Utilization Form gives evidence that more of

3488a description was contemplated by the rule. The form provides a space

3500designated "Item No." In addition, the part of the form provided for the

3513description of the DBE work also states: "(note if item qualifies for

3525SUPPLIER)." (Emphasis added.) The form infers that the description will

3535include the item number. Otherwise, it would be very difficult, and in some

3548cases impossible, for the Minority Programs Office to effectively monitor the

3559progress of construction, as the rule is intended to enable it to do.

357223. In this case, The Cone Corporation's bid included a copy of the

3585Advance Barricades proposal, which provided an adequate description, including

3594item numbers, of the work Advance Barricades would do for The Cone Corporation.

3607But its DBE Utilization Form for H.S. Thompson described the work as "concrete,

3620rebar and pipe." Under the column marked "Item No.," The Cone Corporation put,

"3633various." Like the Petitioner's DBE Utilization Form for Advance Barricades,

3643this was inadequate to serve the monitoring purposes of the rule, and The Cone

3657Corporation's bid also should have been rejected as nonresponsive for not

3668providing the description of the work called for in the rule and form.

3681F. The Petitioner's Standing.

368524. The DOT contends that, because the Petitioner's bid was nonresponsive,

3696it does not have standing to protest in the alternative that all bids should be

3711rejected. It could be argued that the decision in Westinghouse Electric Corp.

3723v. Jacksonville Transp. Auth., 491 So. 2d 1238 (Fla. 1st DCA 1986), supports

3736this contention. But the fact in Westinghouse are distinguishable from the

3747facts of this case.

375125. In Westinghouse, the petitioner's "bid" was a "ruse, namely a box

3763weighted with papers marked 'Price Proposal' on the outside," through the use of

3776which "Westinghouse effectively enticed [its competitor] into submitting its

3785best, good faith, bonded bid." Id. at 1241. The Court stated: "This

3797'sandbagging,' if permitted, would erode the integrity of the public bidding

3809process." Id.

381126. In this case, in contrast, the Petitioner alleges initially that its

3823bid is the lowest responsive bid. While the Petitioner's initial position is

3835rejected, the Petitioner submitted a good faith bid that was nonresponsive for

3847essentially the same reason The Cone Corporation's bid is determined to be

3859nonresponsive. Under these circumstances, it is concluded that the Petitioner

3869has standing to complain, in the alternative, that The Cone Corporation's bid

3881also is nonresponsive and that all bids should be rejected and the project re-

3895bid.

3896RECOMMENDATION

3897Based on the foregoing Findings of Fact and Conclusions of Law, it is

3910recommended that the Respondent, the Department of Transportation, enter a final

3921order rejecting all bids on State Project No. 46090-3511.

3930RECOMMENDED this 12th day of March, 1991, in Tallahassee, Florida.

3940___________________________

3941J. LAWRENCE JOHNSTON

3944Hearing Officer

3946Division of Administrative Hearings

3950The DeSoto Building

39531230 Apalachee Parkway

3956Tallahassee, Florida 32399-1550

3959(904) 488-9675

3961Filed with the Clerk of the

3967Division of Administrative

3970Hearings this 12th day of

3975March, 1991.

3977ENDNOTES

39781/ The DOT contends that, if the Petitioner's bid is nonresponsive, it has no

3992has no standing to raise, in the alternative, the issue whether the DOT should

4006reject all bids. This contention is rejected. See Conclusions of Law.

4017APPENDIX TO RECOMMENDED ORDER

4021To comply with the requirements of Section 120.59(2), Fla. Stat. (1989),

4032the following rulings are made on the parties' proposed findings of fact:

4044Petitioner's Proposed Findings of Fact.

4049(The Petitioner's post-hearing submission was not in the form of a proposed

4061recommended order and did not contain proposed findings of fact identified as

4073such. However, the submission does contain proposed findings of fact, and an

4085attempt will be made to rule on the proposed findings of fact by treating each

4100unnumbered paragraph of the submission as a separate proposed finding of fact

4112and by consecutively numbering each paragraph after the colon for purposes of

4124this Recommended Order.)

41271. Second half of the last sentence, rejected as not proven. The rest is

4141rejected in part as argument, but otherwise accepted and incorporated to the

4153extent not subordinate or unnecessary.

41582. Accepted and incorporated to the extent not subordinate or unnecessary.

41693. Last sentence, rejected as contrary to facts found and not proven. The

4182DOT has slipped into the practice of accepting inadequate descriptions, but it

4194is found and concluded that the DOT rule and policy contemplate that item

4207numbers should be included to make the descriptions adequate. Otherwise,

4217accepted and incorporated to the extent not subordinate or unnecessary.

4227However, although "pipe" does not necessarily identify the item number or the

4239type of pipe, it does serves to narrow the possible work to be given to the DBE

4256to some kind of pipe.

42614. Although the Thompson form may have been illegible, at least in part,

4274to some people, rejected as not proven that it was objectively illegible or that

4288the DOT admitted that it was illegible. Otherwise, accepted and incorporated.

42995. Last sentence, rejected in part as conclusion of law in that the DOT's

4313first obligation is to follow the applicable statutes and rules. Otherwise,

4324accepted and incorporated to the extent not subordinate or unnecessary.

43346. Last sentence, in that it proposes that the two situations are the

4347same, rejected as not proven and as contrary to the greater weight of the

4361evidence, and in that it proposes that the bid was not "materially affected,"

4374rejected in part as conclusion of law and in part as not proven and as contrary

4390to the greater weight of the evidence. Otherwise, accepted but subordinate and

4402unnecessary.

44037.-8. Accepted and incorporated.

44079.-10. Accepted and subordinate to facts found.

441411. Rejected in large part as argument. The issue in this case is

4427compliance with the rules, as interpreted by the DOT.

443612. The facts are accepted and incorporated to the extent not subordinate

4448or unnecessary. The argument is rejected.

4454Respondent's Proposed Findings of Fact.

44591.-3. Accepted and incorporated to the extent not subordinate or

4469unnecessary.

44704. Rejected as conclusion of law and unnecessary.

44785. First sentence, rejected as conclusion of law and unnecessary. Second

4489sentence, accepted and incorporated.

44936. Accepted and incorporated.

44977. Accepted but subordinate and unnecessary. (Covered in the Preliminary

4507Statement.)

45088. Accepted and incorporated. However, based on the Findings of Fact and

4520Conclusions of Law, it is recommended that the DOT reject all bids.

4532COPIES FURNISHED:

4534Randy Cropp

4536Project Manager

4538The Murphy Construction Co.

45421615 Clare Avenue

4545Post Office Box 3768

4549West Palm Beach, Florida 33402

4554Paul J. Martin, Esquire

4558Assistant General Counsel

4561Department of Transportation

4564605 Suwannee Street, MS-58

4568Tallahassee, Florida 32399-0458

4571Ben G. Watts

4574Secretary

4575Department of Transportation

4578Haydon Burns Building

4581605 Suwannee Street

4584Tallahassee, Florida 32399-0458

4587Thornton J. Williams, Esquire

4591General Counsel

4593Haydon Burns Building, Room 562

4598605 Suwannee Street

4601Tallahassee, Florida 32399-0458

4604=================================================================

4605AGENCY FINAL ORDER

4608=================================================================

4609STATE OF FLORIDA

4612DIVISION OF ADMINISTRATIVE HEARINGS

4616THE MURPHY CONSTRUCTION CO.

4620Petitioner,

4621vs. CASE NO. 91- 0848BID

4626DEPARTMENT OF TRANSPORTATION

4629Respondent.

4630______________________________/

4631FINAL ORDER

4633Pursuant to Notice, these matters came to be heard on February 19, 1991, in

4647Tallahassee, Florida, before J. Lawrence Johnston, Hearing Officer, Division of

4657Administrative Hearings. This Order is entered by the Secretary of the

4668Department of Transportation, pursuant to Section 120.59, Florida Statutes,

4677following a review of the record and Recommended Order entered in this cause by

4691the Hearing Officer.

4694The parties were represented at hearing as follows:

4702Petitioner: Mr. Randy Cropp, Project Manager

4708The Murphy Construction Co.

47121615 Clare Avenue

4715West Palm Beach, Florida 33402;

4720Respondent: Paul J. Martin, Esquire

4725Assistant General Counsel

4728Florida Departments of Transportation

4732605 Suwannee Street, MS-58

4736Tallahassee, Florida 32399-0458;

4739The Department herein adopts the Findings of Fact made by the hearing

4751officer as stated in his Recommended Order dated March 12, 1991, except as

4764specifically noted below. In making reference to various portions of the record

4776in this case, the letter P refers to pace number of the transcript, and the

4791letter L refers to a line number on that page.

48011. The hearing officer's Recommended factual findings Nos. 1-5 are

4811adopted herein by the Department.

48166. The hearing officer's recommended Finding of Fact No. 6 is adopted in

4829part. The last sentence is rejected as not being based on competent substantial

4842evidence. (P 45, L 10-12) The Department could not assume what type of work

4856Advanced Barricades, Inc. would do simply by its name, because Advanced

4867Barricades performs work other than barricade work. (P 57, L 19- 25; P 58, L

48821.)

48837. The hearing officer's Recommended Findings of Fact Nos. 7 and 8 are

4896adopted herein.

48988. One word descriptions of the proposed work are acceptable and

4909sufficient to enable the minority programs office to monitor contract compliance

4920by prime contractors. (P 49, L 22-25; P 50, L 1, L 19-25; P 51, L 1; P 75, L 8-

494110, 25; P 76, L 1-25; P 77 L 1-8.)

49519. The hearing officer's Recommended Finding of Fact No. 10 is adopted in

4964part. The last sentence is rejected as not being based on competent substantial

4977evidence. (See record citations in No. 9 above.)

498510. Recommended Finding of Fact No. 11 is adopted.

4994CONCLUSIONS OF LAW

49971. The Division of Administrative Hearings has jurisdiction of the parties

5008and the subject matter of this proceeding. Section 120.57(1), Florida Statutes.

50192. Section 339.0805, Florida Statutes (1989), provides in part:

5028(1)(a) Except to the extent that the head of

5037the department determines otherwise, not less

5043than 10 percent of the amounts expended from

5051the State Transportation Trust Fund shall be

5058expended with small business concerns owned

5064and controlled by socially and economically

5070disadvantaged individuals as defined by the

5076Surface Transportation and Uniform Relocation

5081Assistance Act of 1987.

5085(b) In fulfilling this mandate, the

5091department shall utilize every means

5096available to it, including, but not limited

5103to, goals and set-asides for competitive

5109bidding and contracting only by, between, and

5116among those firms which are certified by the

5124department as socially and economically

5129disadvantaged business enterprises and which

5134are prequalified as may be appropriate. It

5141is the policy of the state to meaningfully

5149assist socially and economically

5153disadvantaged business enterprises through a

5158program that will provide for the development

5165of skills through business management

5170training, as well as financial assistance in

5177the form of bond guarantees, to primarily

5184remedy the effects of past economic

5190disparity. Such competitive bids may be the

5197result of joint ventures between small

5203business concerns which are owned and

5209controlled by socially and economically

5214disadvantaged individuals and other

5218subcontractors.

5219* * *

5222(5) The Department shall promulgate rules for

5229implementing the directives contained in this Section.

52363. Rule 14-78.003, F.A.C., provides in pertinent part:

5244(2) To implement its DBE goal program the Department may:

5254* * *

5257(b) establish contract goals on each contract with subcontracting

5266opportunities for certified DBEs.

52701. In setting contract goals, the Department shall consider the following

5281factors:

5282a. The type of work required by the contract to be let;

5294b. The subcontracting opportunities in the contract to be let;

53042. For contracts with an estimated total dollar amount of $1,000,000 or

5318less, the contract goals shall not exceed 50 percent of the identified potential

5331for DBE participation. For contracts with an estimated total dollar amount of

5343$1,000,000, the contract goals shall not exceed 75 percent of the identified

5357potential for DBE participation.

53613. For all contracts for which DBE contract goals have been established,

5373each bidder shall meet or exceed or demonstrate that it could not meet, despite

5387its good faith efforts, the contract goals set by the Department. The DBE

5400participation information shall be submitted with the contractor's bid proposal.

5410Award of the contract shall be conditioned upon submission of the DBE

5422participation information with the bid proposal and upon satisfaction of the

5433contract goals or, if the goals are not met, upon demonstrating that good faith

5447efforts were made to meet the goals. Failure to satisfy these requirements

5459shall result in a contractor's bid being deemed nonresponsive and the bid being

5472rejected.

5473a. The contractor's bid submission shall include the following

5482information:

5483i. The current names, telephone

5488numbers, and addresses of certified DBE firms

5495that will participate in the contract;

5501ii. A description of the work each named

5509DBE firm will perform;

5513iii. The dollar amount of participation

5519by each named DBE firm;

5524iv. Any documentation required by the

5530contract or applicable rules as evidence of

5537DBE participation.

5539v. If the DBE goal is not met,

5547sufficient information to demonstrate that

5552the contractor made good faith efforts to

5559meet the goals.

55624. The clear language of the rule cited supra mandates that a bid

5575submission include evidence that the DBE goal is met, or evidence of good-faith

5588effort to meet the goal; failure to include such evidence will cause the bid to

5603be rejected. Murphy failed to include the description of the work which

5615Advanced Barricades would perform on the project. Without the participation

5625level of Advanced Barricades in its bid, Murphy's proposal did not meet the 10%

5639goal requirement of the project. The Department was required as a matter of law

5653to reject Murphy's bid because it did not conform with bid specifications in a

5667material respect, and was non-responsive. C. H. Barco Contracting Company v.

5678State of Florida Department of Transportation, 483 So.2d 796 (Fla. 1st DCA

56901986). Because the defect in Murphy's bid affected the dollar amount of the

5703bid, it was material, as it gave Murphy an advantage not enjoyed by other

5717bidders. Harry Pepper & Associates v. City of Cape Coral, 352 So.2d 1190 (Fla.

57312d DCA 1978).

57345. Murphy's bid was non-responsive and as such was a non- bid. Murphy

5747does not have standing to challenge the responsiveness of Cone Corporation's

5758bid. Westinghouse Electric Corporation v. Jacksonville Transportation

5765Authority, 491 So.2d 1238 (Fla. 1st DCA 1986).

57736. The scope of inquiry in a bid protest is to ascertain whether the

5787agency acted fraudulently, arbitrarily, illegally, or dishonestly in rejecting a

5797bid. Department of Transportation v. Groves-Watkins Constructors, 530 So.2d

5806912, (Fla. 1988). The Department followed its published rule 14-78.003 and

5817therefore did not act fraudulently, arbitrarily, illegally or dishonestly in

5827determining Murphy's bid non-responsive.

5831ORDER

5832Upon consideration of the Findings of Fact and the Conclusions of Law

5844reached

5845IT IS ORDERED, that the State of Florida, Department of Transportation

5856dismiss the bid protest filed herein by Petitioner, Murphy Construction Company.

5867It is further ordered that Cone Corporation, as the lowest responsive bidder, is

5880hereby awarded State Project No. 89030-3528.

5886DONE AND ORDERED this __10th__ day of May, 1991, in Tallahassee, Leon

5898County, Florida.

5900_________________________

5901BEN G. WATTS, P.E.

5905SECRETARY

5906Florida Department of Transportation

5910Haydon Burns Building

5913605 Suwannee Street

5916Tallahassee, Florida 32399

5919RIGHT TO APPEAL

5922This Order constitutes final agency action and may be appealed by

5933Petitioner pursuant to Section 120.68, Florida Statutes, and Rule 9.110, Florida

5944Rules of Appellate Procedure, by filing a Notice of Appeal conforming to the

5957requirements of Rule 9.110(d), Florida Rules of Appellate Procedure, both with

5968the appropriate district court of appeal accompanied by the appropriate filing

5979fee, and with the Department's Clerk of Agency Proceedings, Haydon Burns

5990Building, 605 Suwannee Street, M.S. 58, Tallahassee, Florida 32399-0458, within

6000thirty (30) days of rendition of this Order.

6008Copies furnished to:

6011J. Lawrence Johnston

6014Hearing Officer

6016Division of Administrative Hearings

6020The DeSoto Building, 1230 Apalachee Parkway

6026Tallahassee, Florida 32399-1550

6029Randy Cropp, Project Manager

6033The Murphy Construction Company

60371615 Clare Avenue

6040Post Office Box 3768

6044West Palm Beach, Florida 33402

6049Paul J. Martin, Esquire

6053Florida Department of Transportation

6057603 Suwannee Street, MS-58

6061Tallahassee, Florida 32399-0458

6064Susan P. Stephens

6067Assistant General Counsel

6070Florida Department of Transportation

6074605 Suwannee Street

6077Haydon Burns Building, MS-58

6081Tallahassee, Florida 32399-0458

6084J. Ted Barefield, Manager

6088Contract Administration Office

6091Florida Department of Transportation

6095605 Suwannee Street, MS-55

6099Tallahassee, Florida 32399-0458

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 05/10/1991
Proceedings: Agency Final Order
PDF:
Date: 03/12/1991
Proceedings: Recommended Order
PDF:
Date: 03/12/1991
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
J. LAWRENCE JOHNSTON
Date Filed:
02/06/1991
Date Assignment:
02/07/1991
Last Docket Entry:
03/12/1991
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Related Florida Statute(s) (4):