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