Elawyers Elawyers
Washington| Change

A2 M2 R CONSTRUCTION, INC. vs COLLIER COUNTY SCHOOL BOARD, 91-003828BID (1991)

Court: Division of Administrative Hearings, Florida Number: 91-003828BID Visitors: 12
Petitioner: A2 M2 R CONSTRUCTION, INC.
Respondent: COLLIER COUNTY SCHOOL BOARD
Judges: D. R. ALEXANDER
Agency: County School Boards
Locations: Naples, Florida
Filed: Jun. 24, 1991
Status: Closed
Recommended Order on Friday, July 19, 1991.

Latest Update: Aug. 05, 1991
Summary: The issue is whether respondent acted arbitrarily and capriciously in awarding the contract for work on Naples Park Elementary School to Haas Construction, Inc.Public body has authority to waive irregularity in bid process.
91-3828.PDF

STATE OF FLORIDA DIVISION OF ADMINISTRATIVE HEARINGS


A2M2R CONSTRUCTION, INC., )

)

Petitioner, )

)

vs. ) CASE NO. 91-3828BID

) SCHOOL BOARD OF COLLIER ) COUNTY, )

)

Respondent. )

)

)


RECOMMENDED ORDER


Pursuant to notice, the above matter was heard before the Division of Administrative Hearings by its duly designated Hearing Officer, Donald R. Alexander, on July 10, 1991, in Naples, Florida.


APPEARANCES


For Petitioner: James R. Powell, Jr. (President) P. O. Box 150340

Cape Coral, Florida 33915


For Respondent: Thomas W. Franchino, Esquire

700 Eleventh Street, South Suite 203

Naples, Florida 33940-6777 STATEMENT OF THE ISSUES

The issue is whether respondent acted arbitrarily and capriciously in awarding the contract for work on Naples Park Elementary School to Haas Construction, Inc.


PRELIMINARY STATEMENT


This matter began on June 6, 1991, when petitioner A2M2R Construction Inc. (AMR), filed its written protest to an award of a contract by respondent, School Board of Collier County (Board). The contract in question called for certain construction work to be performed on Naples Park Elementary School located in Collier County, Florida. According to the written protest, the apparent winning bidder, Haas Construction, Inc. (Haas), had submitted a facially nonconforming bid document and thus should have been disqualified. More specifically, the protest alleged that, contrary to the instructions to bidders, Haas was allowed to initial a change after the bids were opened and did not write the amount of its bid in words. As a consequence, AMR requested that it be awarded the contract.

The matter was referred by respondent to the Division of Administrative Hearings on June 24, 1991, with a request that a hearing officer be assigned to conduct a formal hearing. By notice of hearing dated June 25, 1991, a final hearing was scheduled on July 10, 1991, in Naples, Florida.


At final hearing, petitioner presented the testimony of James R. Powell, Jr., its president, Robert Wilson, assistant superintendent for business affairs, and Glen Bridges, an engineering consultant for the Board. Respondent presented the testimony of Vicki L. McKinney, Board assistant director of purchasing. Also, it offered respondent's exhibits 1-3. All exhibits were received in evidence. Finally, hearing officer exhibit 1 was received in evidence.


There is no transcript of hearing. Proposed findings of fact and conclusions of law were filed by respondent on July 15, 1991. A ruling on each proposed finding is made in the Appendix attached to this Recommended Order.


FINDINGS OF FACT


Based upon all of the evidence, the following findings of fact are determined:


  1. On May 10, 1991, respondent, School Board of Collier County (Board), issued a written invitation to various contractors inviting them to submit proposals for certain construction work to be performed on Naples Park Elementary School in Collier County, Florida. The invitation in question is more specifically identified as Bid No. 120-5/91 Site Development/Naples Park Elementary School. The bidders were advised that their bids must be submitted no later than 2:00 p.m. on June 4, 1991.


  2. Bids were timely filed by five contracting firms, including petitioner, A2M2R Construction, Inc. (AMR), and Haas Construction, Inc. (Haas).


  3. On June 4, 1991, various school personnel, including Dallas Disney, Board architect, Vicki McKinney, Board assistant director of purchasing, and Pat Humphrey, a Board secretary, and the Board's engineering consultant, Glen Bridges, met for the purpose of opening the sealed bids. They agreed that the five bids would be opened in alphabetical order. This meant that AMR's bid was opened first while Haas' bid was opened fourth.


  4. Bridges was assigned the task of opening the bids and reading the dollar amount of each bid. In the case of AMR, it proposed a base bid in the amount of $174,815. When Bridges opened Haas' bid, he said words to the effect that he could not clearly make out the amount of the base bid. This was because the original number had been changed by Haas prior to the submission of its bid, and it could not be clearly read. Accordingly, Bridges handed the proposal to McKinney, who read the number as $146,500. She then handed the bid document to Disney who also concluded the bid was in that amount. At that point, the president of Haas, who was present at the bid opening, was asked if the amount was indeed $146,500. When he confirmed that it was, he was asked to place his initials next to the base bid number. He did so even though paragraph (6)(a) of the Bid Instructions provides that "(a)ny erasures or other corrections in the proposal must be explained or noted over the signature of bidders". According to AMR, this provision required that Haas initial the amount before it sealed and filed its bid. This interpretation of the Bid Instructions was confirmed by Board personnel. Thus, AMR contends that by Haas initialing its bid amount after the bids were opened, Haas violated the Bid Instructions and should have

    its bid proposal rejected. As it turned out, the bid amount submitted by Haas was the lowest dollar bid on the project, and the Board has proposed to award the contract to Haas.


  5. According to the Board's assistant superintendent for business affairs, Robert Wilson, who has supervised hundreds of bid lettings over the last several years, the circumstances in this case were "unusual" in that Haas initialed the bid amount after the bid documents were opened. However, Wilson considered this to be a minor irregularity which, by the terms of the Bid Instructions, could be waived by the Board. Further, he did not find such action to give Haas an undue advantage in the bidding process or place AMR and other bidders at a disadvantage. This was not contradicted.


  6. On the bid form used by the bidders, there is a line left blank before the space where the numerical amount of the bid is inserted. AMR contends that the purpose of this space was to be used by a bidder to spell out in words the amount of its bid, and because Haas did not spell out in words the dollar amount of its bid, the proposal should be rejected. However, there is no requirement in the Bid Instructions that the dollar amount be spelled out in words nor was there a school policy imposing such a requirement. Therefore, as to this contention, no irregularity in the bidding process occurred.


    CONCLUSIONS OF LAW


  7. The Division of Administrative Hearings has jurisdiction of the subject matter and the parties hereto pursuant to Subsection 120.57(1), Florida Statutes (1989).


  8. As the party challenging the award of the contract, AMR must prove by a preponderance of the evidence that the Board's action was arbitrary and capricious or that it acted in an otherwise improper manner. Cf. Capeletti Bros., Inc. v. State, Department of General Services, 432 So.2d 1359, 1363-64 (Fla. 1st DCA 1983) (no error in requiring challenging party to bear burden of proving agency action incorrect).


  9. As a general but not absolute rule, the scope of inquiry in a bid proceeding such as this is limited to determining "whether the agency acted fraudulently, arbitrarily, illegally, or dishonestly." Department of Transportation v. Groves-Watkins Constructors, 530 So.2d 912, 914 (Fla. 1988). See also, City of Cape Coral v. Water Services of America, Inc., 567 So.2d 510,

    513 (Fla. 2d DCA 1990). At the same time, in seeking to secure the lowest responsible bid, a public body such as a school board is vested with the authority to waive minor irregularities. Robinson Electrical Co., Inc. v. Dade County, 417 So.2d 1032, 1034 (Fla. 3d DCA 1982).


  10. Petitioner has failed to show that the Board acted fraudulently, arbitrarily, illegally or dishonestly in its award of the bid to Haas. The evidence also shows that the irregularity complained of was minor in nature, did not give the successful bidder an undue advantage, and could be waived at the discretion of the Board. This being so, the contract should be awarded to Haas.


RECOMMENDATION

Based on the foregoing findings of fact and conclusions of law, it is RECOMMENDED that a final order be entered by respondent awarding the

contract in question to Haas Construction, Inc.

DONE and ENTERED this 19th day of July, 1991, in Tallahassee, Florida.



DONALD R. ALEXANDER

Hearing Officer

Division of Administrative Hearings The DeSoto Building

1230 Apalachee Parkway

Tallahassee, FL 32399-1550

(904) 488-9675


Filed with the Clerk of the Division of Administrative Hearings this 19th day of July, 1991.



APPENDIX TO RECOMMENDED ORDER


Respondent:


1-2. Adopted in finding of fact 3.

  1. Adopted in finding of fact 2.

  2. Adopted in finding of fact 4. 5-7. Adopted in finding of fact 3.

  1. Rejected as being unnecessary.

  2. Adopted in finding of fact 3.

  3. Adopted in finding of fact 4.

  4. Adopted in finding of fact 3.


COPIES FURNISHED:


Mr. James R. Powell, Jr. P. O. Box 150340

Cape Coral, FL 33915


Thomas W. Franchino, Esquire 700 Eleventh Street, South Suite 203

Naples, FL 33940-6777


Dr. Thomas L. Richey, Superintendent Collier County School Board

3710 Estey Avenue

Naples, FL 33942


NOTICE OF RIGHT TO SUBMIT EXCEPTIONS


ALL PARTIES HAVE THE RIGHT TO SUBMIT WRITTEN EXCEPTIONS TO THIS RECOMMENDED ORDER. ALL AGENCIES ALLOW EACH PARTY AT LEAST 10 DAYS IN WHICH TO SUBMIT WRITTEN EXCEPTIONS. YOU SHOULD CONTACT THE AGENCY THAT WILL ISSUE THE FINAL ORDER IN THIS CASE CONCERNING AGENCY RULES ON THE DEADLINE FOR FILING EXCEPTIONS TO THIS RECOMMENDED ORDER. ANY EXCEPTIONS TO THIS RECOMMENDED ORDER SHOULD BE FILED WITH THE AGENCY THAT WILL ISSUE THE FINAL ORDER IN THIS CASE.


Docket for Case No: 91-003828BID
Issue Date Proceedings
Aug. 05, 1991 Final Order filed.
Jul. 19, 1991 Recommended Order sent out. CASE CLOSED. Hearing held 7/10/91.
Jul. 15, 1991 Argument, Proposed Findings of Fact and Conclusions filed.
Jul. 10, 1991 CASE STATUS: Hearing Held.
Jun. 25, 1991 Notice of Hearing sent out. (hearing set for 7/10/91; 10:00am; Naples)
Jun. 24, 1991 Agency referral letter from T. Franchino; Notice of Bid Protest; Request for Administrative Hearing, letter form from J. Powell filed.

Orders for Case No: 91-003828BID
Issue Date Document Summary
Aug. 01, 1991 Agency Final Order
Jul. 19, 1991 Recommended Order Public body has authority to waive irregularity in bid process.
Source:  Florida - Division of Administrative Hearings

Can't find what you're looking for?

Post a free question on our public forum.
Ask a Question
Search for lawyers by practice areas.
Find a Lawyer