IMC Construction v. The Port of Philadelphia a/k/a PhilaPort -516 C.D. 2020 ( 2020 )


Menu:
  •              IN THE COMMONWEALTH COURT OF PENNSYLVANIA
    IMC Construction,                               :
    Petitioner                :
    :
    v.                               :
    :
    The Port of Philadelphia a/k/a                  :
    PhilaPort,                                      :   No. 516 C.D. 2020
    Respondent                   :   Argued: November 9, 2020
    BEFORE:        HONORABLE RENÉE COHN JUBELIRER, Judge
    HONORABLE ANNE E. COVEY, Judge (P.)
    HONORABLE BONNIE BRIGANCE LEADBETTER, Senior Judge
    OPINION NOT REPORTED
    MEMORANDUM OPINION BY
    JUDGE COVEY                                                  FILED: December 4, 2020
    IMC Construction (IMC) petitions this Court for review of The Port of
    Philadelphia a/k/a PhilaPort’s (PhilaPort)1 May 19, 2020 Final Determination denying
    IMC’s bid protest (Protest) relating to PhilaPort’s rejection of IMC’s bid on PhilaPort
    Project No. 20-028.1 - Construction of PhilaPort Distribution Center New Dry
    Warehouse (Project). The issue before this Court is whether PhilaPort erred by denying
    IMC’s Protest on the basis that IMC’s bid was non-responsive.2 Upon review, we
    affirm.
    1
    PhilaPort was formerly known as the Philadelphia Regional Port Authority. PhilaPort was
    established pursuant to Section 4 of the Philadelphia Regional Port Authority Act (Act), Act of July
    10, 1989, P.L. 291, 55 P.S. § 697.4. It is “a public authority and instrumentality of the
    Commonwealth[, which] shall exercise the powers of the Commonwealth as an agency of the
    Commonwealth.”
    Id. 2
              IMC raises three issues in its Statement of the Questions Involved: (1) whether PhilaPort
    erred by denying IMC’s Protest because its bid was non-responsive; (2) whether PhilaPort’s rejection
    of IMC’s bid was arbitrary and capricious and/or an abuse of discretion; and (3) whether, in the
    alternative, PhilaPort’s rejection of IMC’s bid was exclusionary, anti-competitive, and contrary to
    law and, therefore, if awarded to any company other than IMC, the contract for the Project (Contract)
    Background
    On January 3, 2020, PhilaPort issued an invitation for bids (IFB) for the
    Project, then identified as PhilaPort Project No. 19-131.1 (Project No. 19-131.1 IFB).3
    However, on February 21, 2020, PhilaPort cancelled Project No. 19-131.1 IFB.4
    Thereafter, PhilaPort issued a new IFB for the Project, which is the subject of this
    appeal.5
    “The [IFB’s] Bidding Documents consist[ed] of the . . . Instructions to
    Bidders, the Bid Form, . . . submissions related to PhilaPort’s Diversity Inclusion
    Policy and Plan [(Diversity Plan)], . . . and forms and submittals required by the . . .
    Bidding or Contract Documents to be submitted with the Bid.” See Reproduced Record
    (R.R.) at 8a; see also R.R. at 1a-239a.                The General Conditions of PhilaPort
    Construction Contracts (General Conditions) contained the terms of the proposed
    Contract between PhilaPort and the successful bidder.6 See R.R. at 138a-208a.
    would be void as a matter of law. See IMC Br. at 4. Because these issues are subsumed in whether
    PhilaPort erred by denying IMC’s Protest because it was non-responsive, they will be addressed
    therein.
    3
    IMC claims that it was the lowest responsive and responsible bidder on Project No. 19-131.1
    IFB. See IMC Br. at 7.
    4
    According to IMC: “Subsequent to PhilaPort’s final determination of IMC’s [Protest],
    PhilaPort disclosed, in a belated response to [a] [R]ight-to-[K]now [Law, Act of February 14, 2008,
    P.L. 6, 65 P.S. §§ 67.101-67.3104,] request submitted by IMC, that it had rejected all bids on Project
    No. 19-131.1 [IFB] because of, inter alia, bid irregularities relating to self-performance and diversity
    requirements.” IMC Br. at 8 n.1 (italics added).
    5
    The parties represent that PhilaPort posted/reissued the IFB for the Project on March 16,
    2020. See IMC Br. at 8 and Ex. A (Final Det.) at 1; see also PhilaPort Br. at 5. However, the IFB
    could not have been posted/reissued on March 16, 2020, since that was the date the Mandatory Pre-
    Bid Meeting was scheduled to be conducted. See Reproduced Record (R.R.) at 1a. Moreover,
    PhilaPort issued Addendum No. 1 on March 12, 2020 (cancelling the March 16, 2020 Mandatory Pre-
    Bid Meeting because of the COVID-19 pandemic). See R.R. at 240a. Thus, the IFB had to have been
    posted/reissued before March 12, 2020. It is not clear in this record on what date the Project was
    actually posted/reissued.
    6
    The Instructions to Bidders were included in IFB Part 1. See R.R. at 4a-50a. The Bid Form
    was included in IFB Part 2. See R.R. at 52a-66a. IFB Part 3 included the General Conditions. See
    R.R. at 138a-208a. IFB Part 3 also contained PhilaPort’s Diversity Plan, which included the 20%
    minimum participation levels applicable to the Project. See R.R. at 213a-238a.
    2
    Section II.E.2 of the General Conditions (Subcontracts) specified: “The
    Contractor shall perform at least twenty percent (20%) of the total amount of the Work
    with the Contractor’s own organization based upon the Contract Sum.” R.R. at 149a.
    Section II.A.vii of the Bid Form (Bidder Responsiveness Section) also contained the
    following bidder certification: “That the [b]idder shall perform on the site and with [its]
    own organization at least 20[%] of the total amount of Work to be performed under
    this [C]ontract.” R.R. at 57a. Section 1 of the Instructions to Bidders (Work to be
    Performed) stated: “The Work to be performed is described in the Contract Documents
    . . . .” R.R. at 8a. “Work” was defined in Section I.A of the General Conditions
    (Definitions) as “the subject matter of the Contract, i.e., the labor or service to be
    performed and/or the material and/or equipment to be supplied, delivered and/or
    installed . . . .” R.R. at 147a; see also R.R. at 147a-155a.
    In addition, Section 29 of the Instructions to Bidders (Diversity Plan)
    specified that “[b]idders must comply with the requirements of the [Diversity] Plan to
    be eligible for the award of the Contract[.]”7 R.R. at 32a-33a. Section II of the
    Diversity Plan (Policy Statement) reflected:
    It is the policy of [PhilaPort] to promote opportunities for full
    participation by Minority-owned [business enterprises
    (MBEs)], Women-owned [business enterprises (WBEs)],
    Veteran-owned or Service-Disabled-Veteran-owned and
    [Lesbian, Gay, Bisexual or Transgender (]LGBT[)]-owned
    small businesses, hereafter collectively referred to as
    disadvantaged business enterprises [(DBEs) or Historically
    Underutilized Business Enterprises (]HUBs[)] in all project[-
    ]related construction contracts to the greatest extent feasible
    and to do so by insuring that all Prime Contractors do not
    discriminate in the solicitation, award and administration of
    construction subcontracts on [PhilaPort’s] projects.
    7
    PhilaPort’s Diversity Plan was included in IFB Part 3. See R.R. at 213a-238a.
    3
    R.R. at 215a; see also R.R. at 216a. Section V.A of the Diversity Plan stated:
    [PhilaPort] will establish minimum participation levels
    (MPLs) for the HUBs on a project-by-project basis. The
    MPLs will be established for each prime bid to be used solely
    as a guide in determining Prime Bidder responsibility. MPLs
    are applied to each bid category. The MPLs will vary based
    on the market availability of subcontracting opportunities for
    HUB’s, on a project-by-project basis.
    R.R. at 219a. Section VI.B.1.a of the Diversity Plan (Participation Level) further
    required:
    All contracts awarded for construction will have a minimum
    HUB participation level set by the Director of Procurement,
    but in no event shall it be less than 20% of the contract value.
    The participation for each award must include at least 2 of
    the categories that are identified as HUB with no less than
    5% participation for every category being included.
    R.R. at 222a (emphasis omitted). Accordingly, bidders are mandated to include DBE
    Solicitation and Commitment Statements with their bids showing their efforts to solicit
    HUB contractors, and written confirmations of the intent to use the identified
    contractors if awarded the Contract.8 See R.R. at 219a, 225a, 229a-234a.
    Between March 12 and April 17, 2020, PhilaPort issued seven addenda to
    the IFB.9 IMC acknowledged its receipt of the IFB Addenda. See R.R. at 729a-735a.
    8
    Section II.A.vi of the Bid Form (Bidder Responsiveness Section) contained the following
    bidder certification: “[T]he information provided in connection with PhilaPort’s [Diversity Plan]
    Form[] is accurate and the mandatory information on [the] form is filled out completely.” R.R. at
    57a.
    9
    Section 4.A of the Instructions to Bidders declared: “All written requests (‘Requests for
    Interpretation’) related to the proposed Work or proposed Contract Documents must be received by
    the Director of Procurement at the offices of PhilaPort, no later than close of business ten (10)
    calendar days prior to the Bid Opening Date.” R.R. at 11a (emphasis omitted). Section 4.C of the
    Instructions to Bidders (Interpretation of Contract Documents) stated:
    PhilaPort’s response to any Request for Interpretation will be in the
    form of a written [a]ddendum . . . signed by PhilaPort. PhilaPort will
    post all [a]ddenda . . . to its website at www.philaport.com and it shall
    be the responsibility of the [b]idder to check for updates. The [b]idder
    4
    Addendum No. 2 reflected:
    Q3: As the Project is materially the same as Project 19-131.1,
    . . . is it the intent of PhilaPort to re-issue the [Project] 19-
    131.1 [IFB] Questions and Answers as an addendum to [this
    Project IFB], or do the bidders need to ask each question
    again under the [Project’s] solicitation, and PhilaPort will
    answer each question again?
    [A3:] The questions and responses from [the] Project 19-
    131.1 [IFB] are attached to this addendum . . . .
    R.R. at 242a (emphasis omitted). PhilaPort issued a similar response in Addendum
    No. 6:
    Q2: As the Project is materially the same as Project 19-131.1,
    which was cancelled after bids were opened, is it the intent
    of PhilaPort to re-issue the [Project] 19-131.1 [IFB]
    Questions and Answers as an addendum to [the current
    Project IFB], or do the bidders need to ask each question
    again under the [Project] 20-028.1 [IFB], and PhilaPort will
    answer each question again?
    A2: See Addendum [No.] 2 attachments which include the
    responses from [the Project] 19-131.1 [IFB] . . . .
    R.R. at 358a (emphasis omitted). Addendum No. 2 for the current IFB expressly
    incorporated the following inquiry from Project No. 19-131.1 IFB Addendum No. 2
    relevant to self-performance of Work:
    Q1[:] Page 5 of the [General Conditions,] Item II.E.2 states
    that the contractor is to perform 20% of the work with [its]
    own forces. Please note that most general contractors in the
    is responsible for all [a]ddenda . . . issued, whether or not reviewed.
    All addenda . . . become a part of the Contract Documents, and all
    [b]idders are bound by their provisions.
    R.R. at 12a.
    PhilaPort issued Addendum No. 1 on March 12, 2020, Addendum No. 2 on March 20, 2020,
    Addendum No. 3 on March 20, 2020, Addendum No. 4 on March 26, 2020, Addendum No. 5 on
    April 3, 2020, Addendum No. 6 on April 10, 2020, and Addendum No. 7 on April 16, 2020. See R.R.
    at 240a-419a.
    5
    Philadelphia market do not self-perform work and, if they do,
    they do not perform anywhere near 20%. If in fact this
    requirement stands, PhilaPort will likely receive a limited
    amount of bids from site/civil contractors only.
    A1[:] This requirement will remain unchanged.
    R.R. at 244a.
    In addition, Addendum No. 4 incorporated a revised Bid Form (Revised
    Bid Form), in which Section II.B (Bidder Responsiveness) provided:
    The bidder acknowledges by submission of this bid, that the
    [b]idder shall perform on the site and with [its] own
    organization at least twenty percent (20%) of the total
    amount of Work to be performed under this [C]ontract,
    exclusive of profit, overhead and the costs of procuring
    insurance and bonds. The bidder shall submit with his bid a
    complete description of the [W]ork that will be performed
    (e.g., earthwork, paving, brickwork, roofing, etc.), the
    percentage of the total [W]ork this represents, and the
    estimated dollar value thereof[.]
    R.R. at 307a-308a; see also R.R. at 298a. Further, in Addendum No. 6, PhilaPort
    answered the following question:
    Q1: Does the successful Contractor have to perform 20% of
    the contract? Does this refer to labor - actual trade work?
    Does it include Project Management and/or purchase of
    materials? Does it include profit and overhead?
    A1: See Bid Form, Section II-Bidder Responsiveness
    Section[] B[] (revised per Addendum [No.] 4)[.]
    R.R. at 358a (emphasis omitted).
    Regarding the Diversity Plan, Addendum No. 4 also “incorporated . . . a
    revised [Diversity Plan] (for Construction) [(Revised Diversity Plan) to reflect federal
    grant requirements.]”10 R.R. at 742a; see also R.R. at 298a-354a. The Special
    Instructions for the Revised Diversity Plan stated:
    10
    The Diversity Plan was revised March 25, 2020. See R.R. at 323a-354a.
    6
    This contract shall have a[n MPL] of 20% of the total
    contract value.
    Per federal grant requirements, PhilaPort must accept
    [DBEs] in an amount of no less than 10% of the total contract
    value. In addition to the federal requirement of 10%, the
    remaining 10% diversity participation may utilize any
    combination of PhilaPort’s [HUB] pool of inclusion below:
    ....
    • a DBE (*See definition below)
    • an MBE
    • a WBE
    • a Veteran or Service-Disabled Veteran Business
    Enterprise
    • an LGBT Business Enterprise
    *Definition of a [DBE]:
    DBEs are for-profit small business concerns where socially
    and economically disadvantaged individuals own at least a
    51% interest and also control management and daily business
    operations.     African Americans, Hispanics, Native
    Americans, Asian-Pacific and Subcontinent Asian
    Americans, and women are presumed to be socially and
    economically disadvantaged. Other individuals can also
    qualify as socially and economically disadvantaged on a
    case-by-case basis.
    https://www.transportation.gov/civil-rights/disadvantaged-
    business-enterprise/definition-disadvantagedbusiness-
    enterprise[.]
    R.R. at 320a (bold emphasis omitted); see also R.R. at 331a. Section III.B of the
    Revised Diversity Plan separately defined DBEs, MBEs, WBEs, Veteran or Service-
    Disabled Veteran Business Enterprises and LGBT Business Enterprises. See R.R. at
    325a-329a. Exhibit 1 of the Revised Diversity Plan also included separate HUB
    Solicitation and Commitment Statements for bidders to complete for each HUB type:
    7
    DBE, MBE, WBE, Veteran or Service-Disabled Veteran Business Enterprises and
    LGBT Business Enterprises. See R.R. at 340a-344a. In addition, the Revised Diversity
    Plan proffered an Example of Accepted Diversity Submissions. See R.R. at 351a.
    Section VI.A.1 of the Revised Diversity Plan (Procedure to Solicit
    Participation) provided that bidders “will only be given credit for HUBs that are
    certified or accepted as certified HUBs by programs approved by, and in accordance
    with additional requirements set forth by, Board[11] resolution.” R.R. at 334a. Relative
    to this IFB, PhilaPort specified:
    ACCEPTED CERTIFICATIONS
    PhilaPort accepts approved third-party certifications
    from any of the following entities:
    • Unified Certification Program (UCP) []
    (Every state has its own [UCP]. This links to the
    Pennsylvania [UCP].)
    • Woman’s Business Enterprise National Council
    (WBENC)
    • National Minority Supplier Development Council
    (NMSDC)
    • United States Small Business Administration (SBA) 8(a)
    Program []
    • Vets First Verification Program at vetbiz.gov
    • US Business Leadership Network (USBLN)
    • National Gay & Lesbian Chamber of Commerce (NGLCC)
    R.R. at 322a. The list included hyperlinks to each source. See R.R. at 322a.
    11
    Although “Board” is not defined in this record, Section 3 of the Act defines it as PhilaPort’s
    “governing body.” 55 P.S. § 697.3; see also Section 5 of the Act, 55 P.S. § 697.5.
    8
    Based on the foregoing, the Bid Documents, as amended, required each
    bidder to demonstrate in its bid that: (1) it would conduct 20% of the Work “on the site
    and with [its] own organization,” R.R. at 57a, 307a; and (2) at least 20% of the total
    Contract value would include HUB participation, with at least 10% by DBEs certified
    by one of the third-party entities PhilaPort listed in the Revised Diversity Plan.
    On April 17, 2020, PhilaPort opened the following sealed bids for the
    Project: IMC, $35,953,487.00; Daniel J. Keating Company, $36,980,000.00; Haines &
    Kibblehouse, Inc., $37,950,000.17; and The Bedwell Company, $45,989,000.00. See
    R.R. at 451a. Despite that IMC was the lowest bidder, “[p]ursuant to the terms of the
    IFB, PhilaPort reviewed each bid for responsiveness [], based responsibility on that
    analysis, [and] determined that Haines & Kibblehouse[, Inc.] was the lowest
    responsive, responsible bidder.”12 IMC Br. Ex. A (Final Det.) at 5. By April 24, 2020
    letter, PhilaPort rejected IMC’s bid, stating: “[PhilaPort] intends to award the subject
    project to Haines [&] Kibblehouse, Inc. [IMC’s] bid did not meet the twenty percent
    (20%) self-performance requirement, nor did it meet the requirement for 10% DBE
    participation. [IMC’s] bid has been deemed non-compliant.” R.R. at 454a.
    On April 28, 2020, IMC filed the Protest seeking to have PhilaPort
    overturn its rejection, arguing that PhilaPort’s reasons for rejecting its bid were
    baseless. See R.R. at 455a-742a. IMC declared that it proposed to self-perform at least
    20% of the contract value (or $7,190,698.00), by providing on-site staffing and
    conducting “all required project scheduling, updating and reporting,” and “purchasing,
    procuring, supplying and delivering to the Project site construction materials and
    supplies necessary for the Work[.]” R.R. at 463a. IMC further claimed that it satisfied
    the 10% DBE participation requirement because all but two of the contractors to whom
    12
    “Based on its evaluation, PhilaPort also rejected [Daniel J. Keating Company’s] bid as non-
    responsive for failure to meet the required minimum diversity participation requirement of 20%. The
    next-in-line offeror was Haines & Kibblehouse[, Inc.]” PhilaPort Br. at 15; see also R.R. at 452a.
    9
    it made commitments were DBEs properly certified by Philadelphia’s Office of
    Economic Opportunity (Philadelphia’s OEO) or the Pennsylvania Unified Certification
    Program, and the dollar commitments totaled $5,396,000.00 (or 15% of the bid
    amount). See R.R. at 465a, 737a-742a. In support of its claim, IMC contends that
    PhilaPort expressly incorporated the following inquiry (DBE Question) from Project
    No. 19-131.1 IFB Addendum No. 3 into the current IFB:
    Q7: Relative to DBE participation, please confirm that
    [(Philadelphia’s OEO)] database is another approved source
    for soliciting certified subcontractors and vendors.
    A7: [Philadelphia’s OEO] database is another approved
    source for soliciting certified subcontractors and vendors.
    The accepted categories of inclusion for [Project No. 19-
    131.1] may be found in Bid Document, Part 3, [Diversity
    Plan].
    R.R. at 710a (emphasis omitted).
    On May 4, 2020, PhilaPort’s Contracting Officer responded to IMC’s
    Protest, reiterating that IMC’s bid failed to meet the IFB’s 20% self-performance and
    10% DBE participation requirements. R.R. at 743a-750a. Regarding IMC’s purported
    self-performance, the Contracting Officer stated:
    IMC’s [P]rotest confirms the accuracy of PhilaPort’s
    determination. In its attempt to justify meeting the 20% self-
    performance requirement IMC confirmed that its calculation
    of self-performance is largely based on the cost of materials
    procured from third[]parties by IMC. [See R.R. at 463a-
    464a.] For example, IMC seeks credit in the amount of
    $2,482,267[.00] for the purchase of steel and concrete;
    another $1,806,919[.00] for the purchase of structural steel;
    and $2,087,256[.00] for the purchase of electrical supplies.
    IMC is clearly seeking credit for the value of materials and
    supplies manufactured by third parties. IMC will not be
    manufacturing or installing the materials on site for which it
    seeks credit, and therefore its reliance on the value of those
    supplies is misplaced simply because they are to be procured
    by IMC. Indeed, according to IMC’s own calculation
    10
    disclosed in the Protest, the IMC activities associated with
    the purchase and delivery of materials required for the work
    (including the purchase price of the materials) accounts for
    over $11,000,000[.00] of IMC’s self-performance
    calculation, while IMC[’s] ‘On-Site Staffing’ accounts for
    only $1,500,000[.00], or 4.1% of the estimated contract
    price.
    R.R. at 748a.
    Relative to IMC’s proposed DBE participation, the Contracting Officer
    revealed that PhilaPort was unable to validate the DBE status of six of IMC’s proposed
    subcontractors.13 See R.R. at 452a. Those six companies accounted for $2,447,000.00
    (or 45% of the total DBE commitment) and, after deducting the value of those proposed
    commitments, IMC’s DBE participation was only $2,949,000.00 (or 8.2% of the total
    bid). See R.R. at 452a, 748a-749a. The Contracting Officer clarified that the DBE
    Question was not incorporated by reference in the IFB for this Project. See R.R. at
    749a n.1. The Contracting Officer added: “[E]ven if the proposed subcontractors were
    certified by [Philadelphia’s OEO], that certification was not listed as one of the third-
    party certifications accepted by PhilaPort.” R.R. at 749a.
    On May 14, 2020, IMC appealed from the Contracting Officer’s
    determination to PhilaPort’s Executive Director, arguing:
    Because IMC’s bid is fully responsive to PhilaPort’s bid
    solicitation, a decision to reject IMC’s [P]rotest, and thereby
    affirm the [C]ontracting [O]fficer’s decision that IMC’s bid
    is nonresponsive, is contrary to the express provisions of the
    Project’s Bid Documents and, therefore, is arbitrary and
    capricious and/or an abuse of discretion. Moreover, a
    decision to uphold the [C]ontracting [O]fficer’s rejection of
    IMC’s bid on the basis of PhilaPort’s new (May 4, 2020) and
    13
    In its May 4, 2020 letter and its Final Determination, although PhilaPort misstated that it
    could not confirm the DBE status of five of IMC’s proposed subcontractors, it listed six of them. See
    R.R. at 452a, 748a; see also Final Det. at 7. The six proposed subcontractors were: Larry McCrae,
    Inc. ($1,700,000.00); Swipes Heavy Hauling, LLC ($25,000.00); American Power Electrical Supply
    Co. ($600,000.00); Hutchinson Cabinets, LLC ($40,000.00); BFC, LTD ($32,000.00); and City
    Cleaning Company, Inc. ($50,000.00). See R.R. at 452a, 737a, 747a, 755a; see also Final Det. at 7.
    11
    previously unstated interpretation of the 20% self-
    performance requirement in the Bid Documents is
    exclusionary, anti-competitive and contrary to law.
    R.R. at 751a. Specifically, IMC claimed that the Bid Documents did not limit the Work
    to actual performance of labor on the Project site but, rather, included as part of the
    Work the supply, delivery and/or installation of material needed to construct the
    building. See R.R. at 752a.
    IMC further asserted that “PhilaPort’s rejection of IMC’s fully responsive
    bid on the grounds that IMC allegedly failed to meet the 10% DBE requirement
    contradicts the express terms and provisions of the Bid Documents and is arbitrary and
    capricious.” R.R. at 755a. IMC contended that, since PhilaPort incorporated the DBE
    Question in Addendum No. 2, Philadelphia’s OEO database was an approved source
    for soliciting DBE-certified subcontractors and vendors, IMC’s use thereof to confirm
    its contractors’ DBE status cannot be a basis to reject IMC’s bid. See R.R. at 756a; see
    also R.R. at 242a, 710a, 730a. IMC also claimed that all six of the subcontractors were,
    in fact, listed in Philadelphia’s OEO database as either MBEs or WBEs and, thus, were
    DBEs.    See R.R. at 756a.      IMC acknowledged that PhilaPort did not include
    Philadelphia’s OEO as one of the entities capable of certifying DBE status for this IFB,
    but argued that PhilaPort did not represent that its list contained the only acceptable
    third-party certifying entities. See R.R. at 755a-756a.
    On May 19, 2020, PhilaPort’s Executive Director and Chief Executive
    Officer Jeff Theobald (Theobald) agreed with the Contracting Officer and issued the
    Final Determination denying IMC’s Protest on the basis that IMC’s bid failed to meet
    the IFB’s 20% self-performance and 10% DBE performance requirements. See IMC
    Br. Ex. A. On June 2, 2020, IMC appealed to this Court. On June 12, 2020, Haines &
    Kibblehouse, Inc. filed a Notice of Intervention.
    12
    Discussion
    IMC argues that PhilaPort erred by denying IMC’s Protest on the basis
    that its bid was non-responsive. IMC asserts that it satisfied the IFB’s 20% self-
    performance and 10% DBE participation requirements, and was the lowest responsive
    and responsible bidder on the Project and, thus, PhilaPort’s rejection of its bid was
    arbitrary and capricious and/or an abuse of discretion or, in the alternative, was
    exclusionary, anti-competitive, and contrary to law. IMC maintains that, under the
    circumstances, a Contract awarded to any company other than IMC would be void as
    a matter of law.
    Initially, as a Commonwealth agency, PhilaPort is governed by the
    Commonwealth Procurement Code (Procurement Code).14 See Section 102(a) of the
    Procurement Code, 62 Pa.C.S. § 102(a). “The [Procurement] Code sets forth the scope
    and standard of review in an appeal from a determination denying a bid protest.” Pepco
    Energy Servs., Inc. v. Dep’t of Gen. Servs., 
    49 A.3d 488
    , 491 n.3 (Pa. Cmwlth. 2012).
    Section 1711.1(i) of the Procurement Code states:
    Th[is C]ourt shall hear the appeal, without a jury, on the
    record of determination certified by the purchasing agency.
    The [C]ourt shall affirm the determination of the purchasing
    agency unless it finds from the record that the determination
    is arbitrary and capricious, an abuse of discretion or is
    contrary to law.
    62 Pa.C.S. § 1711.1(i).
    This Court has ruled:
    [A]dministrative action is ‘arbitrary and capricious where it
    is unsupportable on any rational basis because there is no
    evidence upon which the action may be logically based.’
    Lynch v. Urban Redevelopment Auth[.] of Pittsburgh, . . . 
    496 A.2d 1331
    , 1335 ([Pa. Cmwlth.] 1985).
    14
    62 Pa.C.S. §§ 101-2311.
    13
    The United States Supreme Court has summarized the
    concept of arbitrary and capricious as follows:
    The scope of review under the arbitrary and
    capricious standard is narrow and a court is not to
    substitute its judgment for that of the agency.
    Nevertheless, the agency must examine the relevant
    data and articulate a satisfactory explanation for its
    action including a rational connection between the
    facts found and the choice made. In reviewing that
    explanation, we must consider whether the decision
    was based on a consideration of the relevant factors
    and whether there has been a clear error of judgment.
    . . . The reviewing court should not attempt itself to
    make up for [an agency’s] deficiencies; we may not
    supply a reasoned basis for the agency’s action that
    the agency itself has not given.
    Motor Vehicle M[frs.] Ass[’]n v. State Farm Mut[.] Auto[.]
    Ins[.] Co., 
    463 U.S. 29
    , 43 . . . (1983) (citation and internal
    quotation marks omitted).
    Cary v. Bureau of Pro. & Occupational Affairs, 
    153 A.3d 1205
    , 1210 (Pa. Cmwlth.
    2017). “[A]n abuse of discretion occurs if, in reaching a conclusion, the law is
    overridden or misapplied or judgment exercised is manifestly unreasonable or is the
    result of partiality, prejudice, bias, or ill will.” CenturyLink Pub. Commc’ns, Inc. v.
    Dep’t of Corr., 
    109 A.3d 820
    , 827 n.13 (Pa. Cmwlth. 2015) (quoting Henderson v.
    Unemployment Comp. Bd. of Rev., 
    77 A.3d 699
    , 713 (Pa. Cmwlth. 2013)).
    Section 512(e) of the Procurement Code requires that “[b]ids shall be
    evaluated based on the requirements set forth in the invitation for bids[.]” 62 Pa.C.S.
    § 512(e). Section 512(g) of the Procurement Code mandates that PhilaPort award the
    Contract for the Project to the “lowest responsible bidder.”15 62 Pa.C.S. § 512(g); see
    also Section 11(a) of the Philadelphia Regional Port Authority Act, 55 P.S. § 697.11(a)
    (“All construction . . . where the entire cost[ or] value . . . exceeds $10,000[.00] . . .
    15
    In accordance with the Procurement Code, Section 29 of the Instructions to Bidders declared
    that, “[i]f PhilaPort awards a Contract, it will be made to the lowest responsive, responsible [b]idder
    . . . .” R.R. at 33a.
    14
    shall be done only under contract or contracts to be entered into by [PhilaPort] with the
    lowest responsible bidder . . . .”). Section 103 of the Procurement Code defines
    “responsible bidder” as “[a] bidder that has submitted a responsive bid 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. A
    “responsive bid” is one “which conforms in all material respects to the requirements
    and criteria in the invitation for bids.”
    Id. Moreover, “[b]idding instructions
    control whether bidding specifications
    are considered mandatory or waivable.[16] See [Glasgow, Inc. v. Pa. Dep’t of Transp.,
    
    851 A.2d 1014
    (Pa. Cmwlth. 2004)] (noting the agency removed any discretion it had
    to waive certain submission errors by making the requirement in question mandatory
    in the bidding instructions).” Ctr. for Climate Strategies, Inc. v. Dep’t of Envtl. Prot.,
    
    194 A.3d 742
    , 744-45 (Pa. Cmwlth. 2018). “Where specifications set forth in a bidding
    document are mandatory, they must be strictly followed for the bid to be valid, and a
    violation of those mandatory bidding instructions constitutes a legally disqualifying
    error for which a public agent may reject a bid.” Ctr. for Climate Strategies, 
    Inc., 194 A.3d at 744
    (quoting Glasgow, 
    Inc., 851 A.2d at 1017
    (citation omitted)). “Bids that
    fail to conform to all mandatory requirements and criteria contained in an invitation for
    bids are non-responsive to the invitation.” Ctr. for Climate Strategies, 
    Inc., 194 A.3d at 745
    .
    16
    Here, the IFB’s 20% self-performance and 10% DBE participation requirements were
    mandatory. However, even if they were waivable, PhilaPort could not have waived them because,
    although an agency has the discretion to waive non-material bid defects, it may only do so “where the
    non-compliance[:] (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. v. Pa. Dep’t of Transp., 
    851 A.2d 1014
    , 1017 (Pa. Cmwlth. 2004). Because IMC’s non-
    compliance with the IFB’s self-performance and/or DBE participation requirements would have
    deprived PhilaPort of the assurance that IMC would perform under the Contract (by allowing it to
    disregard certain significant provisions) and would have conferred a competitive advantage on IMC
    (by allowing it to subcontract more than its competitors), PhilaPort could not have waived them.
    15
    1. Self-Performance
    IMC claims that PhilaPort wrongly determined that its bid was non-
    responsive on the grounds that IMC did not meet the 20% self-performance
    requirement, where the Bid Documents defined “Work” to include IMC’s purchasing
    and delivering materials to the Project site. Specifically, IMC asserts that “PhilaPort
    did not state, at any time prior to the [C]ontracting [O]fficer’s May 4, 2020
    [determination], that the ‘costs of materials procured from third[]parties’ and supplied
    and/or delivered by the bidder to the Project were not eligible for the 20% self-
    performance requirement.” R.R. at 754a. IMC further argues that the Contracting
    Officer’s post-bid change to PhilaPort’s Bid Documents was anticompetitive and
    exclusionary and, therefore, contrary to the Commonwealth of Pennsylvania’s well-
    settled public bidding law.
    The IFB and accompanying Bid Documents mandated that the winning
    bidder “shall perform on the site[17] and with [its] own organization at least [20%] of
    the total amount of Work to be performed under this [C]ontract.” R.R. at 57a, 307a.
    The “Work” for the Project under the Contract consisted of “the labor or service to be
    performed and/or the material and/or equipment to be supplied, delivered and/or
    installed . . . .” R.R. at 147a; see also R.R. at 147a-155a. In addition, Section 11(a) of
    the Act states, in relevant part, that PhilaPort’s construction “contracts shall provide
    that the . . . corporation entering into such contract with [PhilaPort] will pay for all
    materials furnished and services rendered for the performance of the contract . . . .” 55
    P.S. § 697.11(a).
    17
    “Site” was defined in Section I.A of the General Conditions as “the location where the
    construction or services will be performed or where the materials or equipment will be used pursuant
    to the Contract.” R.R. at 146a.
    16
    As is clear from the Bid Documents, PhilaPort fully anticipated that the
    winning bidder for the Project would enlist subcontractors18 to perform a significant
    majority of the Work at the site.          PhilaPort was also aware “that most general
    contractors in the Philadelphia market do not self-perform work and, if they do, they
    do not perform anywhere near 20%.” R.R. at 244a (Addendum No. 2). Nevertheless,
    PhilaPort did not define self-performance in the IFB or the Bid Documents. Moreover,
    when one of the bidders inquired of PhilaPort whether the successful contractor’s Work
    included “labor - actual trade work . . . [,] Project Management and/or purchase of
    materials?,” PhilaPort merely responded: “See [Revised] Bid Form . . . .” R.R. at 358a.
    In the Revised Bid Form, PhilaPort added that the Work did not include profit,
    overhead, or the costs of procuring insurance and bonds, and further provided examples
    of the types of Work PhilaPort intended the bidder to self-perform - “earthwork,
    paving, brickwork, roofing, etc.” R.R. at 307a; see also R.R. at 298a. Although
    PhilaPort could have specified, as it did for insurance and bond procurement, that the
    purchase and delivery of materials and supplies did not count toward the 20% self-
    performance calculation, it did not do so. See R.R. at 748a. Rather, PhilaPort’s
    definition of Work specifically included “materials . . . to be supplied, delivered and/or
    installed[.]” R.R. at 147a. Therefore, the bidders were left to interpret whether self-
    performance of the work meant actual labor, or whether it included the purchase price
    of materials and supplies.
    This Court has explained:
    The fundamental rule in construing a contract is to ascertain
    and give effect to the intention of the parties. Lower
    Frederick T[wp.] v. Clemmer, . . . 
    543 A.2d 502
    , 510 ([Pa.]
    1988). ‘The intention of the parties must be ascertained from
    the document itself, if its terms are clear and unambiguous.’
    18
    Section I.A of the General Conditions defined “subcontractor[s]” as “persons, firms, or
    corporations having a direct contract with the Contractor to perform a portion of the Work or to
    furnish materials or equipment.” R.R. at 146a.
    17
    Sun Co[.], Inc. (R&M) v. P[a.] T[pk.] Comm[’]n, 
    708 A.2d 875
    , 878 (Pa. Cmwlth. 1998). A contract is ambiguous if it
    is ‘reasonably susceptible of different constructions and
    capable of being understood in more than one sense.’
    Id. Determination of whether
    a contract is ambiguous is a
    question of law.
    Gior G.P., Inc. v. Waterfront Square Reef, LLC, 
    202 A.3d 845
    , 857 (Pa. Cmwlth. 2019).
    “As with contracts, we construe any ambiguity in the Instructions [to Bidders] against
    the [a]uthority as drafter of the document.” Jay Twp. Auth. v. Cummins, 
    773 A.2d 828
    ,
    832 n.3 (Pa. Cmwlth. 2001). Moreover, this Court “may not supply a reasoned basis
    for [PhilaPort’s] action that [PhilaPort] itself has not given.” 
    Cary, 153 A.3d at 1210
    (quoting Motor Vehicle Mfrs. 
    Ass’n, 463 U.S. at 29
    ). Here, because the IFB’s language
    was subject to multiple interpretations, it was ambiguous and, therefore, must be
    construed against PhilaPort.
    IMC represented that it would perform at least 20% of the Work (or an
    estimated $7,190,698.00), consisting of:
    General conditions, general requirements, project-specific
    management, project-specific accounting, project-specific
    scheduling, utility coordination for permanent services,
    quality control/assurance testing [and] inspections, security,
    procurement/purchasing of materials/supplies, project-
    specific health [and] safety, project-specific COVID-19
    protocols pertaining to health [and] safety, logistics planning
    and direction, [o]wner meetings, subcontractor coordination,
    building information modeling, and warranty management.
    It is specifically noted that costs associated with profit,
    overhead, insurance and bonds will not be included in the
    20% of the Work performed by [IMC].
    R.R. at 720a (emphasis added). In its Protest, IMC clarified that its “direct purchase,
    supply and delivery of materials to the Project site will meet or exceed the 20% self-
    18
    performance requirement for the Project,” R.R. at 463a, and would include some or all
    of the following:
    Description                  Self-Perform Tasks                          Est. Amount
    Cast-in-Place Concrete       Reinforcing Steel/Concrete Supply           $ 2,482,267.00
    - Purchase/Delivery
    Pre-Cast Concrete            Panel Fabrication - Purchase/Delivery       $   810,556.00
    Structural Steel             Steel Fabrication - Purchase/Delivery       $ 1,806,919.00
    Misc. Metals Fabrication     Steel Fabrication - Purchase/Delivery       $   101,834.00
    Exterior Wall Panels         Panel Fabrication - Purchase/Delivery       $   886,185.00
    Doors/Frames/Hardware        Purchase/Delivery                           $    68,225.00
    Metal Canopy System          Purchase/Delivery                           $    99,169.00
    Loading Dock
    Equipment/OH Doors           Purchase/Delivery                           $   563,796.00
    Fire Protection              Pumps/Pipes/Heads - Purchase/Delivery       $   543,458.00
    HVAC                         Equipment/Sheet Metal - Purchase/Delivery $     821,978.00
    Electrical                   Switchgear/Lighting/Alarm/Conduit/Wire      $ 2,087,256.00
    - Purchase Delivery
    Special
    Foundations/CMCs             Concrete Supply - Purchase/Delivery         $   926,050.00
    General Conditions           IMC On-Site Staffing                        $ 1,500,000.00
    Total: $12,697.693.0019
    See R.R. at 463a-464a. IMC added that its “[s]elf-performed purchase and delivery of
    materials [will be] used in conjunction with DBE/MBE/WBE contracting to reduce
    [the] financial burden on selected DBE/MBE/WBE subcontractors and, therefore,
    further [sic] that participation levels are met or exceeded.” R.R. at 464a n.14.
    In the Final Determination, Theobald concluded that IMC failed to meet
    the 20% self-performance requirement of the IFB, explaining:
    19
    IMC clarified that the “[t]otal estimated amount will be finalized upon [C]ontract award
    and contracting with subcontractors/suppliers, with total self-performed Work to be 20% or more,
    excluding any profit, overhead, insurance and bonds.” R.R. at 464a n.14.
    19
    IMC’s reliance on the cost of the materials manufactured by
    and procured from third[ ]parties does not meet the IFB’s
    requirement to self-perform at least 20% of the work with its
    own organization. As support for its interpretation, IMC
    cites to the broad definition of ‘Work’ in the General
    Conditions of the IFB to include the value of supplies
    procured from third[ ]parties. IMC ignores, however, the
    express limitations on the type of work that qualifies for the
    self-performance calculation under IFB Addendum No. 4.
    The latter amendment expressly limited the work applicable
    for the 20% self-performance calculation as work performed
    ‘on the site and with his own organization . . . exclusive of
    profit, overhead and the costs of procuring insurance and
    bonds.’ This is clearly a subset of all ‘Work’ as defined by
    the General Conditions of the Contract. Under any
    reasonable interpretation, the value of the materials (e.g.,
    concrete, steel, etc.) purchased by IMC cannot be included
    in the 20% calculation of ‘self-performance[.]’[] Indeed,
    according to IMC’s own [P]rotest, IMC seeks self-
    performance credit for the procurement of more than $3
    million worth of concrete it will not lay, almost $2 million
    for steel it does not manufacture, and over $2 million for
    electrical supplies it will not install – all while estimating
    only incurring $1.5 million for ‘IMC On-Site Staffing.’ [See
    R.R. at 464a]. The Contracting Officer’s determination that
    IMC’s bid is nonresponsive for failure to meet the 20% self-
    performance requirement is reasonable.
    Finally, IMC alleges in its [r]esponse [to the Contracting
    Officer’s determination] that excluding the supply and
    delivery of materials from eligibility for the Project’s 20%
    self-performance requirement is ‘anticompetitive and
    contrary to law.’ [See R.R. at 755a]. This argument is an
    untimely challenge to the terms of the IFB. See 62 Pa.C.S. §
    1711.1(b).[20] Although IMC alleges it had no reason to
    20
    Section 1711.1(b) of the Procurement Code states, in relevant part:
    If the protestant is a bidder . . . , the protest shall be filed with the head
    of the purchasing agency within seven days after the aggrieved bidder
    . . . knew or should have known of the facts giving rise to the protest .
    . . . If a bidder . . . fails to file a protest or files an untimely protest, the
    bidder . . . shall be deemed to have waived its right to protest the
    solicitation or award of the contract in any forum.
    20
    protest the terms because the Contracting Officer’s
    interpretation was not known prior to the [P]rotest reply, the
    IFB terms were unambiguous and clear: the contractor is to
    perform 20% of the work with its ‘own forces’ while ‘on-
    site’ and excluding overhead. The value of purchase orders
    to third-party manufacturers for materials and supplies
    procured by IMC does not qualify for inclusion in the
    ‘self-performance’ calculation as defined in the [R]evised
    Bid Form.
    Final Det. at 9.
    The IFB’s 20% self-performance requirement was mandatory and had to
    be “strictly followed for the bid to be valid[.]” Ctr. for Climate Strategies, 
    Inc., 194 A.3d at 744
    (quoting Glasgow, 
    Inc., 851 A.2d at 1017
    ). However, since PhilaPort was
    not clear in the IFB, the Bid Documents or the Addenda regarding whether the 20%
    self-performance included or excluded the purchase price of materials and supplies,
    this Court cannot hold that IMC’s bid failed to satisfy that mandatory criteria, or that
    IMC’s bid did not “conform[] in all material respects to the requirements and criteria
    in the [IFB]” and, thus, was not responsive. 62 Pa.C.S. § 103. Accordingly, PhilaPort
    erred by concluding that IMC’s bid was non-responsive on the grounds that IMC’s bid
    did not meet the IFB’s 20% self-performance requirement.
    62 Pa.C.S. § 1711.1(b); see also Section 19.B.2 of the Instructions to Bidders (Bid Protest Procedure),
    R.R. at 20a. Specifically, “[w]here the protest challenges a term or provision of the invitation for bids
    . . . or the issue that it raises was apparent from the invitation for bids . . . , the . . . bidder must file
    that protest no later than seven days after it has notice of that term or provision[.]” UnitedHealthcare
    of Pa., Inc. v. Dep’t of Hum. Servs., 
    172 A.3d 98
    , 108 (Pa. Cmwlth. 2017).
    Here, despite that the self-performance requirement was stated in the IFB at the time it was
    issued and IMC’s failure to meet that requirement was one of the two bases on which PhilaPort
    rejected IMC’s bid, IMC did not argue in its Protest that the IFB’s self-performance requirement was
    anti-competitive and/or contrary to law. Accordingly, IMC waived that argument, and this Court will
    not address it.
    Even if this Court were to conclude that IMC was unaware of PhilaPort’s interpretation of the
    self-performance requirement until it received the Contracting Officer’s May 4, 2020 determination,
    and it was permitted to file a supplemental protest, IMC’s challenge to the Contracting Officer’s
    determination was still invalid because it was made by a May 14, 2020 letter, more than seven days
    after IMC “knew or should have known of the facts giving rise” to that challenge. 62 Pa.C.S. §
    1711.1(b).
    21
    2. DBE Participation
    IMC also asserts that PhilaPort wrongly concluded that it was non-
    responsive on the grounds that IMC did not meet the 10% DBE performance
    requirement, when IMC’s subcontractors are listed on Philadelphia’s OEO database21
    as MBEs or WBEs and, thus, were properly certified as DBEs for purposes of DBE
    participation and commitment on the Project. In addition, IMC claims that, because
    PhilaPort’s conclusion conflicts with the express terms and provisions of the Bid
    Documents, PhilaPort’s determination was arbitrary and capricious and/or an abuse of
    discretion.
    However, the IFB specified that “[b]idders must comply with the
    requirements of the [Diversity] Plan to be eligible for the award of the Contract[.]”
    R.R. at 32a-33a. Section VI.B.1.a of the Diversity Plan (Participation Level) required
    that HUB participation shall be at least 20% of the Contract value, and that
    “participation for each award must include at least 2 of the categories that are identified
    as HUB with no less than 5% participation for every category being included.” R.R.
    at 222a (emphasis omitted). With Addendum No. 4, PhilaPort issued the Revised
    Diversity Plan to comply with federal grant funding requirements. Therein, PhilaPort
    reiterated that the MPL for the Project was 20% of the total Contract value, but declared
    that 10% must be by DBEs, with the remaining 10% by any combination of HUBs. 22
    See R.R. at 320a, 331a.
    21
    IMC claimed that its subcontractors were also certified as MBEs and WBEs on the
    Pennsylvania UCP; however, because IMC based its DBE performance argument on certifications it
    obtained from Philadelphia’s OEO database, whether the subcontractors are certified as MBEs and
    WBEs on the Pennsylvania UCP is immaterial.
    22
    As a federal mandate, the 10% DBE participation was a material requirement of the IFB.
    In addition, Section 2.I of the IFB’s Instructions to Bidders (Familiarity with Proposed Work) declared,
    in pertinent part: “The [b]idder acknowledges that [it] is fully aware of [PhilaPort’s] status as a
    governmental entity in relation to this Project and the requirements of [a]pplicable [l]aws generally .
    . . .” R.R. at 10a.
    22
    Pursuant to the Revised Diversity Plan, bidders were to include separate
    HUB Solicitation and Commitment Statements for each different HUB type. See R.R.
    at 340a-344a. The DBE Solicitation and Commitment Statement specified in three
    places that a minimum of 10% DBE participation was required. See R.R. at 340a. The
    Revised Diversity Plan also included examples of compliant versus non-compliant
    HUB submissions. See R.R. at 351a. All of the compliant submission examples
    reflected at least 10% DBE participation, with the remaining 10% by other HUBs. See
    R.R. at 351a.
    IMC listed 29 subcontractors on its DBE Solicitation and Commitment
    Statement. See R.R. at 737a-738a. PhilaPort determined, and IMC admitted, that six
    of the subcontractors listed on IMC’s DBE Solicitation and Commitment Statement
    were not DBEs but, rather, were MBEs or WBEs.23 See R.R. at 759a; see also IMC
    Br. at 29. IMC’s argument that those six subcontractors, as MBEs and WBEs, fit
    PhilaPort’s definition of, and should be counted as, DBEs because they are similarly
    “presumed socially and economically disadvantaged,” see R.R. at 320a, has no record
    basis. Rather, the IFB made a clear distinction between DBEs and other certified
    HUBs, and nothing in the IFB suggested they were interchangeable.
    Moreover, DBE certification is not a matter of bidder interpretation, but
    third-party certification. PhilaPort specified in the Revised Diversity Plan, under the
    heading “Accepted Certifications,” that “PhilaPort accepts approved third-party
    certifications from any of the following entities . . . [including UCP] . . . .” R.R. at
    322a (emphasis omitted). The heading and the “from any of the following entities”
    language made clear that the list was exclusive. R.R. at 322a. Because Philadelphia’s
    23
    Larry McCrae, Inc. (Philadelphia OEO - MBE); Swipes Heavy Hauling, LLC (Philadelphia
    OEO - WBE); American Power Electrical Supply Co. (Philadelphia OEO - MBE); Hutchinson
    Cabinets, LLC (Philadelphia OEO - WBE); BFC, LTD (Philadelphia OEO - WBE); and City
    Cleaning Company, Inc. (Philadelphia OEO - WBE). See R.R. at 737a-738a, 759a.
    23
    OEO database was not among the entities listed, it was not a third-party certifier from
    which PhilaPort would accept certifications.
    IMC nevertheless relied on Philadelphia’s OEO database, see R.R. at
    759a, and now argues that PhilaPort approved it as an acceptable certification source
    by incorporating the DBE Question into the current IFB by Addenda Nos. 2 and 6.
    However, the record belies this argument. It is clear that, although Addenda Nos. 2
    and 6 incorporated questions and answers previously supplied relative to the Project
    No. 19-131.1 IFB, the DBE Question was not included among them.24 See R.R. at
    241a-260a, 358a. Consequently, Philadelphia’s OEO was not one of the entities from
    whom PhilaPort would accept DBE certifications.25 Notwithstanding, even if the DBE
    Question was incorporated into the current IFB and Philadelphia’s OEO database
    certifications were acceptable, since six of the proposed vendors were not DBEs,
    IMC’s proposed DBE participation was less than 10% (i.e., only 8.2%) of the Contract
    value and, thus, was not responsive to the IFB. See R.R. at 748a-749a.
    Based on the foregoing, Theobald concluded in PhilaPort’s Final
    Determination:
    The IFB [] clearly requires a 10% DBE commitment that is
    separate and apart from the commitment to subcontract with
    concerns in other socio-economic categories. To qualify as
    24
    The only question/answer PhilaPort incorporated from the Project No. 19-131.1 IFB
    Addendum No. 3 was:
    Q5: Controlled Modulus Columns (CMCs) is a patented system with
    only on[e] installer. Will alternative, similar, systems be approved?
    A5: Please see response in [Project No. 19-131.1 IFB] Addendum 1,
    A3.
    R.R. at 244a (emphasis omitted).
    25
    IMC claims that “PhilaPort did not notify bidders of any change in PhilaPort’s position
    from [Project] No. 19-131.1 [IFB] allowing [Philadelphia’s] OEO database as an approved source for
    soliciting certified subcontractors and vendors.” IMC Br. at 31. However, PhilaPort issued the list
    of acceptable third-party certifiers with Addendum No. 4 which, pursuant to Section 4.C of the
    Instructions to Bidders, IMC was responsible for reviewing. See R.R. at 12a, 322a.
    24
    a DBE, the subcontractor is clearly required to be certified
    by an approved third-party certifier. The list of approved
    third-party certifiers is included in IFB Addendum No. 4.
    IMC’s argument that DBE status could be credited absent a
    DBE certification from an approved entity is inconsistent
    with the clear and unambiguous terms of the IFB.
    Finally, IMC argues it rightfully relied upon certifications by
    [Philadelphia’s OEO] because such certifications were
    determined to be acceptable under cancelled [Project 19-
    131.1 IFB] by PhilaPort through the question and answer
    process. However, [] the revised [current IFB] only
    incorporated questions and answers from the cancelled IFB,
    and the question and answer that IMC relies upon related to
    [Philadelphia’s OEO] certification was not incorporated by
    reference in the [current IFB]. In any event, according to
    IMC, [Philadelphia’s OEO] does not even certify concerns
    for DBE status. IMC’s claim that PhilaPort must recognize
    other certifications from [Philadelphia’s OEO] (WBE, MBE,
    etc.) as equivalent to the DBE certification required by the
    IFB is meritless. Reliance on a DBE certification by
    [Philadelphia’s OEO] was not authorized under the current
    IFB and the Contracting Officer properly deducted the DBE
    commitment by the amount committed to proposed
    subcontractors without a DBE certification from an approved
    certifier.    PhilaPort determined that IMC’s proposed
    commitments to certified DBEs was only $2,949,000[.00], or
    8.2% of the total bid.
    Final Det. at 10-11. Because PhilaPort’s Final Determination was based on its
    consideration of relevant factors and there was no clear error in PhilaPort’s judgment,
    this challenged aspect of PhilaPort’s Final Determination was not arbitrary and
    capricious nor an abuse its discretion. Cary; CenturyLink.
    Based on the foregoing, the IFB’s 10% DBE participation requirement
    was mandatory and had to be “strictly followed for the bid to be valid[.]” Ctr. for
    Climate Strategies, 
    Inc., 194 A.3d at 744
    (quoting Glasgow, 
    Inc., 851 A.2d at 1017
    ).
    Since IMC failed to satisfy that mandatory criteria, IMC’s bid did not “conform[] in all
    material respects to the requirements and criteria in the [IFB]” and, thus, was not a
    responsive bid. 62 Pa.C.S. § 103. Accordingly, PhilaPort properly concluded that
    25
    IMC’s bid was non-responsive on the grounds that IMC’s bid did not meet the IFB’s
    10% DBE participation requirement.
    Conclusion
    Based on the foregoing, although PhilaPort erred by denying IMC’s
    Protest on the basis that its bid was non-responsive to the 20% self-performance
    requirement, PhilaPort properly denied IMC’s Protest on the basis that IMC’s bid was
    non-responsive to the 10% DBE participation requirement. Because IMC’s bid was
    not responsive, IMC was not a responsive and responsible bidder. See 62 Pa.C.S. §
    103. Accordingly, PhilaPort’s Final Determination is affirmed.
    ___________________________
    ANNE E. COVEY, Judge
    Judge Fizzano Cannon did not participate in the decision in this case.
    26
    IN THE COMMONWEALTH COURT OF PENNSYLVANIA
    IMC Construction,                       :
    Petitioner          :
    :
    v.                          :
    :
    The Port of Philadelphia a/k/a          :
    PhilaPort,                              :   No. 516 C.D. 2020
    Respondent           :
    ORDER
    AND NOW, this 4th day of December, 2020, The Port of Philadelphia
    a/k/a PhilaPort’s May 19, 2020 Final Determination is affirmed.
    ___________________________
    ANNE E. COVEY, Judge