Leonard S. Fiore, Inc. v. DGS ( 2022 )


Menu:
  •             IN THE COMMONWEALTH COURT OF PENNSYLVANIA
    Leonard S. Fiore, Inc.,                           :
    Petitioner         :
    v.                                      :   No. 489 C.D. 2022
    :   Submitted: September 23, 2022
    Department of General Services,                   :
    Respondent                :
    BEFORE:        HONORABLE MICHAEL H. WOJCIK, Judge
    HONORABLE CHRISTINE FIZZANO CANNON, Judge
    HONORABLE STACY WALLACE, Judge
    OPINION NOT REPORTED
    MEMORANDUM OPINION
    BY JUDGE WALLACE                                                FILED: December 19, 2022
    Leonard S. Fiore, Inc., (Fiore) filed a petition for review (Petition) of the May
    5, 2022 Final Determination of the Deputy Secretary of Public Works (Secretary)1
    denying Fiore’s bid protest, which Fiore filed pursuant to the Commonwealth
    Procurement Code (Procurement Code), 62 Pa. C.S. §§ 101-2311.2 After review,
    we affirm the Secretary’s Final Determination.
    1
    Robert A. Carr, the Deputy Secretary of Public Works for the Department of General Services
    issued the final determination in this matter. According to Section 1711.1(f) of the Commonwealth
    Procurement Code (Procurement Code), 62 Pa. C.S. §§ 101 - 2311, the head of the purchasing
    agency or his designee shall issue a written determination within 60 days of a bid protest and this
    determination constitutes the final order of the purchasing agency. 62 Pa. C.S. § 1711.1(f).
    Accordingly, we refer to the final determination in this case as that of the Secretary.
    2
    Where a bidder or prospective bidder is “aggrieved in connection with the solicitation or award
    of a contract, [the bidder] . . . may protest to the head of the purchasing agency in writing.” 62 Pa.
    C.S. § 1711.1(a).
    BACKGROUND
    In October 2021, the Department of General Services (DGS) issued a Request
    for Proposal (RFP) to obtain bids for the construction of an Information Commons
    Building, Project No. DGS 405-58.1 Phase 1, at East Stroudsburg University
    (Project). Certified Record (C.R.) at 355. The RFP contained a Small Diverse
    Business (SDB) participation goal of 8% and a Veteran Business Enterprise (VBE)
    participation goal of 3%. Id. The RFP included SDB and VBE submittal packets
    that bidders had to complete and submit with their proposals. Id. The submittal
    packets included instructions and a request for Good Faith Efforts Waivers for the
    SDB and VBE goals. Id.
    The RFP’s instructions required the SDB and VBE submittals to include either
    the “[SDB or VBE] Utilization Schedule, the Good Faith Efforts Documentation to
    Support Waiver Request, or both.” C.R. at 17. The instructions also indicated that
    bidders had to meet the SDB and VBE participation goals in full or demonstrate they
    made Good Faith Efforts by completing the Good Faith Efforts Waiver. C.R. at 31.
    The RFP defined “Good Faith Efforts” to meet the VBE participation goal as
    follows:
    The “Good Faith Efforts” requirement means that when requesting a
    waiver, the [bidder] must demonstrate that it took all necessary and
    reasonable steps to achieve the VBE participation goal. Those steps are
    considered necessary and reasonable when their scope, intensity, and
    relevance could reasonably be expected to obtain sufficient VBE
    participation, even if those steps were not fully successful. The Issuing
    Agency and Department of General Services’ Bureau of Diversity,
    Inclusion and Small Business Opportunities [(the Bureau)] will
    determine whether or not the [bidder] requesting a Good Faith Efforts
    [W]aiver made adequate Good Faith Efforts by considering the quality,
    quantity, and intensity of the [bidder’s] efforts. Mere pro forma efforts
    are not Good Faith Efforts to meet the VBE participation requirements.
    The determination concerning the sufficiency of the [bidder’s] Good
    2
    Faith Efforts is subjective; meeting quantitative formulas is [sic] not
    required.
    C.R. at 109.
    Among its instructions, Section VI of the RFP identified the following four
    “fatal errors:”
    The following errors will result in rejection of a bid or proposal as
    nonresponsive:
    a. Failure to submit a completed SDB Participation Submittal
    (SDB-2);
    b. Failure to submit an SDB Utilization Schedule (SDB-3),
    unless the bidder or offer[or] is seeking a complete Good Faith
    Efforts [W]aiver;
    c. Failure to make commitments to and list DGS-verified SDBs
    that will be used to meet the SDB participation goal, unless the
    bidder or offeror’s commitments to other DGS-verified SDBs
    meet or exceed the SDB Participation goal;
    ....
    d. Failure to submit a Good Faith Efforts [W]aiver request when
    not fully meeting the SDB participation goal.
    C.R. at 84-85.
    On December 10, 2021, DGS received the proposals for the RFP. Id. at 356.
    Both Fiore and Skepton Construction, Inc., (Skepton)3 submitted bids for the Project.
    Id.
    In Skepton’s bid submission packet, Skepton indicated that it would meet the
    SDB participation goal and identified the five DGS-certified SDB firms that it
    committed to utilize toward meeting the SDB participation goal. Id. In fact, Skepton
    indicated the commitment to those firms totaled 8.5% of the contract value, which
    exceeded the 8% SDB goal. Id. However, Skepton also included its letters of
    commitment with the five identified firms and listed the dollar value of the
    commitment to each firm. Id. The total dollar value of its commitment to the SDB
    3
    Skepton has intervened in this matter.
    3
    firms totaled $3,961,778, while its cost was $50,085,000, translating to a 7.91% SDB
    participation goal. Id. DGS admits to the mathematical discrepancy. C.R. at 361.
    Regarding the VBE requirements, Skepton requested a full waiver of the VBE
    participation goal of 3%. Id. With its request, Skepton included information
    indicating that it reached out to seven VBE firms via electronic mail (e-mail) on two
    occasions to attempt to solicit them. C.R. at 356-57. Skepton indicated that all
    trades were advertised to all VBE subcontractors using a variety of bidding
    applications, but that it received no VBE quotes in response to its outreach efforts.
    Skepton reported that each of the listed VBE firms were unavailable, unable to
    prepare a proposal, or did not respond to its efforts. Id.
    The Bureau reviewed the SDB and VBE participation packets. Id. at 357. The
    Bureau determined that Skepton’s SDB packet satisfied the mandatory requirements
    and deemed its submission to be responsive.           Id.    Additionally, the Bureau
    determined Skepton demonstrated sufficient Good Faith Effort to meet the VBE
    participation goal. Id. After deeming Skepton’s proposal to be most advantageous
    to the Commonwealth, DGS awarded the contract to Skepton. Id.
    In response, Fiore filed its bid protest, in which it alleged Skepton did not
    submit a responsive bid. Id. Specifically, Fiore asserted Skepton’s bid failed to meet
    the RFP’s SDB requirements because the dollar value of the SDB commitments only
    added up to 7.91% and, therefore, Skepton failed to meet the 8% goal.              Id.
    Additionally, Fiore alleged Skepton failed to demonstrate sufficient Good Faith
    Effort to support its request for waiver of the VBE goal. Id.
    On May 5, 2022, the Secretary issued a Final Determination concluding
    Skepton’s proposal was responsive to the RFP and denying Fiore’s bid protest. Id.
    at 364. The Secretary reasoned Skepton’s mathematical error was not one of the
    4
    errors listed in the RFP’s instructions that would have caused DGS to deem the
    submittal nonresponsive. Id. The Secretary found DGS’s waiver of the calculation
    error and reliance on the percentage commitment was not an abuse of discretion
    where the contract documents express, monitor, and enforce the SDB participation
    goals as percentages rather than dollar amounts. Id. The Secretary concluded there
    was no unfair advantage to Skepton since Skepton complied with the mandatory
    SDB requirements by making an 8.5% commitment, despite its calculation error and,
    therefore, DGS properly deemed its proposal responsive. Id. The Secretary outlined
    that:
    The terms of the RFP further allow DGS to waive any informality or
    technical deficiencies. Pennsylvania law also allows governmental
    bodies to waive technical defects where such a waiver would not afford
    an unfair advantage to the offeror. A mathematical error between the
    percentages and corresponding dollar values is [a] technical defect that
    may be waived by DGS.
    Id. at 361.     Additionally, the Secretary determined the information Skepton
    submitted with its VBE Good Faith Effort Waiver request was adequate to
    demonstrate Good Faith Effort to meet the VBE goal, and it was within DGS’s
    discretion to grant the waiver. Id. at 364.
    ARGUMENTS ON APPEAL
    On appeal, Fiore argues the decision by DGS to award the contract to Skepton
    was an arbitrary and capricious exercise of its discretion and contrary to the law,
    because Skepton’s bid did not comply with the material and mandatory provisions
    of the RFP, DGS’s waiver of the bid defects directly contradicts the language in the
    RFP, DGS’s waiver ensures that the contract will not be performed in accordance
    with the requirements of the RFP, and Skepton’s failure to comply with the RFP
    5
    gave Skepton a competitive advantage over Fiore and other bidders. Fiore’s Br. at
    12.
    In response, DGS argues the mathematical errors in the SDB submittal did not
    require DGS to reject Skepton’s bid because it did not fall under one of the “fatal
    errors” identified in the RFP. DGS’s Br. at 5. DGS asserts that its decision to grant
    Skepton a Good Faith Effort Waiver for the VBE participation goal was not an
    arbitrary and capricious exercise of agency discretion because Skepton satisfied the
    basic requirements for the waiver under the terms of the RFP. Id.
    DISCUSSION
    In deciding appeals from final determinations on bid protests, this Court will
    affirm the determination of the purchasing agency so long as it is clear from the
    record certified by the purchasing agency “that the determination is [not] arbitrary
    and capricious, an abuse of discretion or [ ] contrary to law.” Section 1711.1 of the
    Procurement Code, 62 Pa. C.S. §1711.1.
    Under the Procurement Code, a “responsible offeror” is an offeror “that has
    submitted a responsive proposal and that possesses the capability to fully perform
    the contract requirements in all respects and the integrity and reliability to assure
    good faith performance.” 62 Pa. C.S. § 103 (emphasis added).            A “responsive
    proposal” is defined in the Procurement Code as a proposal “which conforms in all
    material respects to the requirements and criteria in the [RFP].” Id.
    For a bid proposal to be valid, it must comply with any mandatory
    qualifications set forth in the RFP. Glasgow, Inc. v. Pa. Dep’t of Transp., 
    851 A.2d 1014
    , 1017 (Pa. Cmwlth. 2004). A violation of mandatory bidding instructions
    constitutes a legally disqualifying error for which a purchasing agency may reject a
    bid. 
    Id.
     Thus, in Pennsylvania, it has traditionally been held that where a term or
    6
    condition in an RFP is “mandatory,” a bidder must strictly adhere to the requirement
    to be awarded the contract. See Dragani v. Borough of Ambler, 
    37 A.3d 27
    , 31 (Pa.
    Cmwlth. 2012). Notwithstanding, our Supreme Court explained that,
    courts have not eliminated the discretionary aspect of executive
    decision making when the government is confronted with a non-
    compliant bid that it might choose to consider to achieve effective
    utilization of the public fisc. In describing the available latitude,
    conceptions of materiality and competitive advantage have been
    utilized, both of which [ ] are closely tied to the legislative objectives
    underlying competitive bidding statutes. Accordingly, the following
    two considerations are widely accepted as central in determining
    whether a non-compliant bid for public work may be accepted or cured:
    first, whether the effect of a waiver would be to deprive the
    municipality of its assurance that the contract will be entered into,
    performed and guaranteed according to its specified requirements, and
    second, whether it is of such a nature that its waiver would adversely
    affect competitive bidding by placing a bidder in a position of
    advantage over other bidders or by otherwise undermining the
    necessary standard of competition.
    Gaeta v. Ridley Sch. Dist., 
    788 A.2d 363
    , 367-68 (Pa. 2002) (internal citations
    omitted).
    Thus, a purchasing agency has discretion to waive non-material bid defects
    where the bidder’s noncompliance “(1) does not deprive the agency of the assurance
    that the contract will be entered into and performed and (2) does not confer a
    competitive advantage on the bidder.” Glasgow, Inc., 
    851 A.2d at 1017
     (citation
    omitted). However, the purchasing agency may only waive a bid defect where the
    defect does not involve a mandatory requirement that the bid instructions treat as
    non-waivable. 
    Id.
     Where the RFP’s instructions indicate a bid will be rejected if
    certain qualifications are not met, the agency does not have discretion to waive those
    qualifications. 
    Id.
    7
    It is well settled that purchasing agencies have discretion to decide which
    criteria are mandatory and which criteria are waivable in an RFP. KPMG LLP v.
    Dep’t of Hum. Servs., 
    276 A.3d 308
    , 314-15 (Pa. Cmwlth. 2022). This Court
    addressed an issue similar to the one we address here in Language Line Services,
    Inc. v. Department of General Services, 
    991 A.2d 383
     (Pa. Cmwlth. 2010). In
    Language Line Services, we outlined the following:
    [The rejected bidder] argues that [the purchasing agency] erred in
    awarding the contract to [the successful bidder] when its proposal failed
    to meet several nonwaivable requirements set forth in the RFP.
    Specifically, [the rejected bidder] alleges that [the] proposed program
    manager did not have the required minimum experience, [the successful
    bidder] failed to identify its customer service personnel or demonstrate
    that they had the required experience, and it failed to provide
    information directly requested by the RFP. However, there were only
    two mandatory responsiveness requirements in the RFP at issue—
    timeliness of receipt and proper signature execution. [The successful
    bidder] met both of these requirements. Our Supreme Court has noted
    that imperatives in bid documents are not necessarily dispositive of
    materiality. Therefore, even if the RFP in this case indicated that a
    proposed program manager “must” have a certain level of experience,
    such language would not necessarily make this requirement material or
    nonwaivable. None of the issues [the rejected bidder] raises amount to
    mandatory requirements and none were indicated as such in the RFP.
    
    Id. at 390
     (emphasis added; internal citations omitted). We applied this reasoning
    to the facts of Language Line Services and held that because the RFP specifically
    indicated the timely receipt and proper signature execution were the only two
    mandatory requirements and the successful bidder met those two requirements, the
    successful bidder submitted a responsive bid. 
    Id.
     Thus, in accordance with the plain
    language of the RFP, we held the successful bidder’s failure to include other
    information required in the RFP was waivable by the agency. 
    Id.
     Further, this Court
    outlined in Rainey v. Borough of Derry, 
    641 A.2d 698
    , 702 (Pa. Cmwlth. 1994), that
    8
    a deficiency in a bid can be waived or cured unless the waiver would deprive the
    purchasing agency of its assurance that the contract will be performed or the waiver
    would adversely affect the competitive bidding by placing a bidder in a competitive
    advantage.
    Here, we review the plain language of the RFP to determine whether the
    Secretary erred in his determination that Skepton satisfied the mandatory
    requirements of the RFP for the SDB and VBE submissions. First, we consider
    whether Skepton’s mathematical error related to its SDB participation goal rendered
    its bid proposal nonresponsive. The RFP specifies the SDB participation goal as
    8%. C.R. at 172. Throughout the RFP, the SDB and VBE participation goals are
    expressed as percentages, rather than dollar amounts. Id. at 359. By committing to
    8.5%, Skepton committed to an SDB goal of more than the minimum 8% required
    by the RFP. While Skepton’s error in the mathematical calculation of the proposed
    numbers yields a result that is below 8%, it was the percentage commitment required
    by the RFP, not a specific dollar amount awarded.
    Further, as outlined above, Section VI of the RFP specifically identifies the
    four “fatal errors” which will result in rejection of a bid or proposal as
    nonresponsive. First, Skepton submitted a completed SDB Participation submittal,
    albeit with a mathematical error in its calculation. Second, Skepton submitted an
    SDB utilization schedule. Third, Skepton made commitments to and listed DGS-
    verified SDBs that will be used to meet the SDB participation goal. Fourth, Skepton
    was not required to submit a Good Faith Efforts Waiver request because it committed
    to fully meeting the SDB participation goal. Because Skepton complied with the
    RFP’s percentage commitment requirement and did not commit any of the four “fatal
    errors” identified in the RFP, the mathematical calculation error is not a material or
    9
    nonwaivable defect. Thus, any error in the calculations and proposed dollar amounts
    is a deficiency that can be waived or cured by DGS at its discretion.
    Additionally, we conclude DGS’s waiver of the mathematical defect in
    Skepton’s submission did not deprive the Commonwealth of any assurance that the
    contract will be performed according to its specific requirements as Skepton
    committed to the 8.5% SDB participation goal and the contract documents reflect
    the percentage commitment rather than any dollar amounts. There is no indication
    that Skepton will not perform the contract to its specified requirements. Further,
    DGS’s waiver of the mathematical error in Skepton’s bid proposal did not bestow a
    competitive advantage to Skepton over Fiore or other bidders because, again, it
    committed to the 8.5% SDB participation goal.
    Finally, DGS had discretion in its consideration of Skepton’s Good Faith
    Efforts Waiver as the RFP’s instructions specify that the Bureau “will determine
    whether or not the [bidder] requesting a Good Faith Efforts Waiver made adequate
    Good Faith Efforts by considering the quality, quantity, and intensity of the
    [bidder’s] efforts.” C.R. at 109. Along with its Good Faith Efforts Waiver request,
    Skepton identified VBE firms that it reached out to via e-mail and indicated that it
    received no VBE quotes in response to its outreach efforts. Skepton reported that
    each of the listed VBE firms were either unavailable, unable to prepare a proposal,
    or unresponsive. Because the RFP indicates that the sufficiency of the Good Faith
    Efforts to meet the VBE participation requirements is “subjective” and that “meeting
    qualitative formulas is not required[,]” it was at DGS’s discretion to determine
    whether Skepton’s Good Faith Efforts were sufficient. Fiore has not shown that
    DGS abused that discretion.
    10
    Based on the plain language of the RFP requirements and Skepton’s proposal
    submission, we conclude that Skepton submitted a responsive bid. As such, the
    Secretary properly determined that DGS did not engage in arbitrary or capricious
    conduct, or otherwise commit legal error, in awarding the contract to Skepton.
    Accordingly, we affirm the Secretary’s Final Determination.
    ______________________________
    STACY WALLACE, Judge
    11
    IN THE COMMONWEALTH COURT OF PENNSYLVANIA
    Leonard S. Fiore, Inc.,                  :
    Petitioner     :
    v.                               :   No. 489 C.D. 2022
    :
    Department of General Services,          :
    Respondent       :
    ORDER
    AND NOW, this 19th day of December, 2022, the Deputy Secretary’s
    May 5, 2022 Final Determination of the Pennsylvania Department of General
    Services denying Leonard S. Fiore, Inc.’s bid protest is AFFIRMED.
    ______________________________
    STACY WALLACE, Judge