Loading...
HomeMy WebLinkAboutSubmittal-Al Dotson-Memo-Analysis of Comm. Russell's reasons for rejecting all RFPs & Reissuing RFPDATE: no MEMORANDUM July 19, 2016 Submitted into the public record for item(s) SPA & SP.2 on 07/20/2016, City Clerk Analysis of Commissioner Russell's Reasons for Rejecting All Proposals and Reissuing the Virginia Key RFP On June 15, 2015, the City of Miami ("City") issued Request for Proposals (RFP) No. 12-14-077, which sought the redevelopment of the City's marina facility on Virginia Key. Over the past 13 -plus months, the City has expended substantial time and resources managing the RFP process and evaluating the detailed proposals submitted by three different development teams. Now that the RFP process has run its course, with no steps remaining other than acting on the City Administration's recommendation to award the agreement to the winning proposer, Commissioner Ken Russell wants to start all over again. At the June 22, 2016, Special Meeting of the City Commission ("Commission"), Commissioner Russell stated a number of reasons for this eleventh -hour whim. However, Florida law requires that a decision to reboot the entire competitive process be supported by both facts and logic. Commissioner Russell's stated reasons are contrary to both and, as a matter of Florida law, do not justify the nuclear act of throwing out the entire RFP at this late stage. APPLICABLE LAW Florida law is clear that a decision to reject all proposals and issue a new RFP requires a legitimate justification. In Wood -Hopkins Contracting Co. v. Roger J. Au & Son, Inc., the First District Court of Appeal reversed a government's decision to reject all bids, explaining that any such decision is "subject to the requirement that its exercise be not arbitrary, unreasonable or capricious" and "must be based upon facts reasonably tending to support the conclusions reached." 354 So. 2d 446, 450 (Fla. 1 st DCA 1978) (quoting City of Pensacola v. Kirby, 47 So. 2d 533 (Fla. 1950)). Significantly, that legal standard applies even if the solicitation claims to reserve the right to reject all bids "with or without" cause. See id. (citing McQuillin, Municipal Corporations § 29.77). Rejecting all bids without an adequate justification, the court explained, "becomes a means of allowing a favored bidder another chance to submit a low bid." Id.; accord 43 Fla. Jur. 2d Public Works & Contracts § 29 (2016) ("A public entity does not have unbridled discretion.... to reject any and all bids with or without cause.... Indeed, rejection ... is subject to the requirement that its exercise must not be arbitrary, unreasonable, or capricious, for without limitation, the purpose of competitive bidding would be circumvented[.]"). r The bottom line is that a decision to reject all bids must be supported by (1) facts, (2) logic, and (3) a correct application of the law. See Humana Dental Ins. Co./Comp Benefits Co., v. Cs Sch. Bd. of Lee Cnty., Case No. 10-9846BID (Fla. Div. Admin. Hr'gs Dec. 2, 2010). For example, in Double E Constructors, Inc. v. School Board of Palm Beach County, the administrative law judge overturned the government's decision to reject all bids because the government had incorrectly concluded that a proposer received an unfair competitive advantage and premised its decision on that faulty conclusion. Case No. 91-1017BID (Fla. Div. Admin. Hr'gs Apr. 3, 1991). A decision to reject all bids that is based on a faulty conclusion of fact and law is arbitrary and capricious and, therefore, invalid. Id. Particularly relevant here, in School Food Service Systems v. Broward, Case No. 01- 0612BID (Fla. Div. Admin. Hr'gs May 31, 2001), the administrative law judge overturned the government's decision to reject all bids based upon a claimed ambiguity in the specifications that, in the government's view, created an unfair competitive advantage, and a belief that the legal prohibition against "material changes" would require it to purchase goods that it may not desire to purchase. The administrative law judge, however, found that the government was on all counts incorrect: the specifications were not ambiguous and the solicitation permitted the government to arrange for the purchase of substitute products, thereby avoiding the possibility that it would be forced to purchase unwanted goods and creating no issue under the "material change" doctrine. Because the government's justifications were not consistent with fact, logic, and law, it's decision to reject all bids was overturned, with the administrative law judge explaining: Letting authorities must be mindful that rejecting all bids discourages competitive bidding and hence should be the exception in public procurement rather than the rule. Disregarding this maxim, the Board here acted precipitately and without sufficient justification in fact or logic when it decided to reject the bids received on this substantial contract. Id. Similarly, in Lauderdale Market Place Inv., LLC v. Florida Department of Juvenile Justice, the administrative law judge overturned the government's decision to reject all bids because the government's stated reason—that a departmental reorganization required a reassessment of its needs—was not supported by the facts or by logic and was thus an invalid justification. Case No. 00-3520BID (Fla. Div. Admin. Hr'gs July 27, 2001). In that case, the administrative law judge explained that no reorganization was required, and any uncertainty about the department's needs existed during earlier phases of the procurement, when the department had continued to move forward. Id. Thus, a newly found desire to reassess the government's needs does not justify the rejection of all bids. And in ICF Kaiser Engineers, Inc. v. Department of Transportation, the administrative law judge overturned the government's decision to reject all bids because the government's stated reason—an inability to adequately investigate and resolve accusations of impropriety raised by a Submitted into the public record for item(s) SPA & SP.2 2 on 07 20'2016, City Clerk losing bidder within the protest period—was premised upon a misunderstanding of the amount of time provided by law for the agency to resolve the issues raised. Case No. 93-3034BID (Fla. Div. Admin. Hr'gs Dec. 16, 1993). Misunderstandings of law, too, do not justify rejecting all bids. Commissioner Russell's stated reasons suffer from the very same factual, logical, and legal flaws that have in the past resulted in judicial intervention and reversal of a government's decision to reject all bids. As explained in more detail below, Commissioner's Russell's reasons misstate the facts, and in reliance on incorrect facts, Commissioner Russell reaches faulty, illogical conclusions. Commissioner Russell's reasons also grossly misunderstand the applicable law and thus invite the City to take the drastic step of throwing out the entire RFP process based upon nothing more than legal error, bundled with factual misrepresentations, and bound by illogical conclusions. Such an action would not likely survive judicial review. ANALYSIS I. Mere Disagreement with the RFP Process Does Not Justify Reiecting All Bids Commissioner Russell has stated several reasons related to the RFP issuance and evaluation process that, in his view, would justify the rejection of all proposals and reissuance of the RFP. These reasons, however, are unmoored from the facts of this RFP and are premised upon a misunderstanding of applicable legal requirements. In fact, the City proceeded "by the book," in full compliance with all applicable legal requirements and the RFP itself. In light of the actual facts, Commissioner Russell's reasons do not manifest a failure by the City to comply with any applicable requirements, but rather the Commissioner's own disagreement with the substance of the City's applicable requirements. There is, however, no right to "jury nullification" in government procurement—an elected official's disagreement with the law is not a valid reason to throw out the entire process. Commissioner Russell's factual, logical, and legal errors with respect to the RFP process are explained below. Claim: The were too many addenda to the RFP. "There w[ere] 30 Addenda to this RFP, which .. . seems like an awfully huge changing of everything once we've issued the RFP, which ... basically customizes the RFP for those who are currently bidding. . . . [T/here's so many changes that we can just start from scratch. " (Transcript p. 204-05) Reality: There were only a handful of changes to the RFP; and the number of addenda has no legal or practical significance. Although there were 30 documents labelled as addenda, very few actually modified the RFP. In fact, a review of all thirty "addenda" manifests only a handful of changes to the RFP, and that many of the so-called addenda are not really addenda at all. Submitted into the public record for item(s) SPA & SP.2 on 07/20/2016, City Clerk 3 For example, five different addenda simply provided information related to the two pre - proposal conferences. Addenda IV and XVI were sign -in sheets from the conferences, Addendum XIII contained notice for the second conference, and Addenda VII and XVII were the transcripts from the two conferences. Similarly, Addendum VI provided interested parties with an environmental site assessment, and Addendum XXX provided the list of proposals received at to the submission deadline. None of these seven documents modified the RFP in any way and were merely informational documents of the type that are often not even labeled addenda. Further, several additional addenda contained only questions from potential proposers and the City's answers. The City generously committed itself to a 15 -day response time to all questions received and permitted proposers to submit questions until January 4, 2016, thereby necessitating the division of these questions and answers into multiple addenda. Indeed, only 18 of the 30 addenda issued contained any revisions to the RFP whatsoever, and the bulk of these "revisions" were purely technical in nature or duplicative. See Addenda I, II, III, V, IX, X, XI, XII, XIV, XV, XVIII, XXI, XXII, XXIII, XXIV, XXV, XXVI, XXVII. The only change made by Addendum II, for example, was a change to the time and location of the first pre -proposal conference, Addendum XII changed only the background -screening consent form, and Addendum XXVI merely reduced the number of required copies of illustrative drawings from 27 to 22. Furthermore, several of the addenda made the exact same change, but each related document was released as its own numbered addendum. For example, Addenda XXI, XXII, and XXIII were released the same day, each of which contained a document detailing the boundaries of the submerged lands in the basin made available to the proposers, and Addendum XXV changes the parcel size in the executive summary of the RFP to reflect the added submerged lands. Similarly, both Addenda XXVIII and XXIX tweak the language in a single section of the draft lease agreement. Furthermore, even ignoring the reality that very few of the issued addenda actually modified the RFP, Commissioner Russell's statement is premised upon incorrect assumptions— that issuing multiple addenda is aberrational for a project of this type or has any practical or legal consequence. The reality is that dozens of addenda are commonly issued for solicitations for the development of government property. The City of Miami Beach, for example, issued 26 addenda to its RFP for the North Beach Oceanfront Center. See http://web.miamibeachfl.gov/procurement/scro11.aspx?id=56706. Commissioner Russell also incorrectly concludes that the addenda "customized" the RFP for the proposers and that the issuance of a certain number of addenda justifies the issuance of a brand-new solicitation. The addenda, however, were issued prior to the proposal due date, not after, and were posted on the City's website for the world to see. The universe of potential proposers was therefore open, not closed, at the time the addenda were issued, and any interested firm—located anywhere in the world—could have either prepared and submitted a compliant proposal or filed a protest challenging any problematic addenda. No such protests were ever filed, and for good reason— Submitted into the public record for item(s) SPA & SP.2 4 on 07/20/2016, City Clerk none of the limited changes to the RFP can be said to have customized the specifications for any particular firms. Furthermore, there is no logical connection between the number of addenda issued and the proposed cancellation and re -issuance of the underlying solicitation. Commissioner Russell may well have an aesthetic preference for a single document rather than a document combined with several addenda, but there is no legal distinction between the two. In both cases, the RFP, as modified by its addenda, is what governs the procurement, and proposers to the RFP were given ample additional time to review and consider any substantive changes made by the addenda issued—the proposal due date was pushed back from September 28, 2015, to February 1, 2016, in order to facilitate the review and consideration of the addenda. It defies both fact and logic to suggest that the number of addenda, let alone the minimal changes actually effectuated by those addenda, justifies throwing out the entire process and starting anew. Claim: The bid -protest period was too short. "I would absolutely give a longer period for a protest, so they're not scrambling to throw together whatever they can in just a couple days, whereas the points that might have been brought in where there more time are very signficiant. " (Transcript p. 198) Reality: The protest period complied with the RFP and the City Code, was more generous than that used by other local jurisdictions, and did not restrict the protest proceedings, where were ponderous. The protestors were granted 3 business days to file their notice of intent to protest, plus another five days to file their full, written protest. This procedure was also required by Section XI of the RFP, and no proposers complained of the procedure when given the opportunity to do so after the RFP was issued. And nor should they have. The applicable bid -protest timeline was, in fact, quite generous. The RFP's timeline is consistent with the procedure ordinarily used by the City for procurements of goods and services, and is substantially more generous than that used by Miami - Dade County, which affords a protestor 3 days to file a written intent to protest (that states the facts and grounds upon which the protest is based), plus only 3 additional days to file the full written protest. City of Miami Code § 18-104; Miami -Dade Cnty. Implementing Order 3-21. Miami -Dade County has heard hundreds of bid protests using this procedure, and the length of the protest period has not stood in the County's way of awarding billions of dollars in contracts. And the protest timeline is vastly more generous than that used by the City of Miami Beach, which requires that the full protest—not merely a notice—be filed within two business days after the posting of the challenged recommendation. City of Miami Beach Code § 2-371(a)(2). The timeline used here is therefore not only consistent the RFP and the City Code, but it is more generous than the timeline employed by other area jurisdictions. Submitted into the public record for item(s) SPA & SP.2 on 07/20/2016. City Clerk 5 Furthermore, it cannot possibly be claimed that the length of the protest period had any impact on the protest proceedings. Suntex filed a detailed, 14 -page protest, together with 86 pages of exhibits, by the relevant deadline, and also a supplemental protest after the deadline that forms the basis of another of Commissioner Russell's stated reasons to throw out all bids. And Tifon filed a 26 -page protest, together with 23 exhibits, by the deadline. Both protestors also had ample opportunity to present their arguments, in detail, at three different City Commission meetings, totaling at least ten hours of debate. If the protestors were somehow prejudiced by the City's protest timeline (which, again, is dictated by the City Code and the RFP and is more generous than that used by other local jurisdictions), then it certainly did not manifest in the protest proceedings, which were as prolonged as can be imagined. Claim: The Selection Committee should have provided reasons for their scores. "I would absolutely require the judging panel to do commentary, so I know why they judged what they judged. " (Transcript p. 197-98) Reality: The Selection Committee was not required to provide reasons for their scores, yet did so orally during oral presentations. The RFP did not require that Selection Committee members provide written reasons for their scoring. Nor are Selection Committee members required by the City Code or any other applicable law to justify their scoring, either orally or in writing. Nor, in fact, is it even standard practice in other local jurisdictions to require Selection Committee members to provide written reasons for their scoring. More to the point, a failure to explain scores has been held not to violate Florida law even when the RFP requires such an explanation. See Juvenile Svcs. Program, Inc. v. Fla. Dept of Juvenile Justice, Case No. 96-5982BID (Fla. Div. Admin. Hr'gs Apr. 23, 1996). Any failure to explain scores cannot begin to justify the drastic step of rejecting all bids here, where no explanation was required. Not only is Commissioner Russell's complaint not substantiated by the RFP, the law, or common practice, but in this procurement, it is also not substantiated by the facts. The record does reflect Selection Committee members engaged in verbal dialogue with the proposers during oral presentations, thus insight into their scoring was provided orally, if not in written form on their scoresheets. Therefore, even if the imaginary requirement that Selection Committee members must state their reasons for their scores were to be retroactively applied to the RFP, the oral discussions substantially complied with that requirement. Claim: Mr. Rotenberg potentially has a conflict of interest. "Where Mr. Rotenberg has a conflict of interest or not, I don't know the answer. I trust him to be a man of good standing, absolutely, but whether he had a past relationship with one of the bidders ... should he be on the judging panel? " (Transcript p. 199) Submitted into the public record for item(s) SP.1 & SP.2 on 07/20/2016, City Clerk M. Reality: Mr. Rotenberg has no conflict of interest. The facts make abundantly clear that Mr. Rotenberg, the Director of the City Department of Real Estate & Asset Management, has never had a business relationship with RCI, as alleged by a losing proposer. It is unfortunate that Commissioner Russell latched onto these accusations because they are utterly untrue. Although counsel for Suntex stated that Mr. Rotenberg has a business relationship with the principals of RCI through Tate Capital, the facts say otherwise. As confirmed by Tate Capital, Mr. Rotenberg worked for a Tate subsidiary from 2009 until 2012, and Tate Capital did not begin doing any business with the principals of RCI until 2014, long after Mr. Rotenberg left the organization. There is absolutely no connection between Mr. Rotenberg and RCI, let alone a connection that could establish a conflict of interest. To suggest otherwise flies in the face of the uncontroverted facts and therefore cannot lawfully justify a decision to throw out all bids. II. A Desire to Preserve Virginia Key and Ensure Compliance with the Virginia Key Master Plan Does Not Justify Reiecting All Bids Commissioner Russell provided several reasons for rejecting all bids that are related to the need to preserve Virginia Key and restrict certain development thereon. These reasons, however, have absolutely nothing to do with the RFP process or the recommended proposer, and thus no logical connection to the rejection of all bids. The preservation of Virginia Key is a given, no matter who is awarded the contract under this RFP or under any future RFP. No matter how many times the RFP is issued, the awardee will still have to comply with the City's development requirements related to the preservation of land. Regardless of what is contained in RCI's proposal, or in any other proposal, the City still retains its authority to act on development applications and ensure their compatibility with the area. Furthermore, many of Commissioner Russell's claims are inconsistent with RCI's proposal, which went to great lengths to respect the Virginia Key Master Plan and natural state of the area. Claim: Virginia Key needs to be protected. "Virginia Key is a an absolute gem that we are charged with protecting. " (Transcript p. 19 1) "[T]he makeup of what Virginia Key would look like is going to be affected by this bid. " (Transcript p. 194) Reality: RCI's proposal respects the natural character of Virginia Key. In any event, the City must approve all new development. The City retains its authority to review and approve new development under the RFP. In any event, RCI went to great lengths in its proposal to respect the natural character of Virginia Key. RCI's plan calls for preservation and restoration of the existing landscape at the site (RCI's Proposal, Section IV, p.17). Many existing trees will be preserved and mangroves would be Submitted into the public record for item(s) SPA & SP.2 7 on 07/20/2016, City Clerk restored. There would be native plantings of plants specific to Virginia Key (RCI's Proposal, Section IV, p.6; Section IV, p.17). RCI's plan will supplement and preserve existing landscape buffers (RCI's Proposal, Section IV, p.4 and 38). And RCI's Preferred Plan eliminates the need for a parking garage, which allows for maximum green -space and less disturbance of the natural habitat (RCI's Proposal, Section IV, p.8-9). Furthermore, RCI's plan does not propose new recreational activities. RCI made a commitment to support and help host fishing tournaments, sailing regattas, and recreational activities that are already taking place at the marina and on Virginia Key. And again, proceeding with the lease under the RFP does not mean that the City abdicates its authority to review all applications of new development. The RFP makes clear that no development proposals are guaranteed, and that all are expressly subject to all applicable regulatory requirements and review. Claim: The development does not comply with the Master Plan. "The scope and scale of this RFP is far beyond, in my opinion, what was intended by the public. " (Transcript p. 193). Reality: RCI's plan does comply with the Master Plan. In any event, the City must approve all new development. Again, the City retains the authority to review and approve all development application. But the Commissioner also misstates the requirements of the Virginia Key Master Plan. The Master Plan identifies new and improved restaurants and a marina as development options for Virginia Key. (Master Plan p. 48). It also calls for casual restaurants and public walks. (Master Plan p. 77). The Master Plan's parking structure called for a retail liner in the marina basin area (Master Plan p. 79, 87, 90). The Master Plan specifically identifies "passive and active recreational uses, as well as, marinas, food service establishments, open air retail, community facility, recreational facility, religious facility, infrastructure and utilities, general commercial and learning center" as uses that can be developed in the marina basin area. This is far more development than RCI is proposing in its plan. (Master Plan p. 106). Claim: Boats do not belong in the basin. "[B]oats in the basin are what a lot of the people are here to protest... which would basically block half of the waterway in front of the Marine Stadium. " "[T]his is a violation of the historical designation of the basin, and we shouldn't even be asking for them to bid on this. " (Transcript pgs. 196-97). Reality: The RFP did not require wet slips in the basin, and RCI agrees to remove them. Submitted into the public record for item(s) SP.1 & SP.2 on 07 20/2016, City Clerk E*1 The RFP merely permitted proposers to propose wet slips in the basin. The RFP did not require proposers to place boats in the basin, and the RFP permits the City to exclude wet slips from the basin before or after award, thus mooting the issue completely. Claim: The City must change applicable historic and zoning designations. "In order for this RFP, once it's granted, to actually come to fruition, we need to change historical designations that are in place. We need to change a Master Plan, which is in place. We need to change planning and zoning, which is in place. " (Transcript p. 195) Reality: The RFP requires the awardee to comply with all applicable designations and does not require that the City change anything. The RFP does not require any particular zoning changes, but rather demands that the awardee comply with all applicable development regulations. And because the City can award the contract without any wet slips in the basin, there is no issue with respect to the historic designation. But even if certain changes were required to support a particular development plan, it is common practice for governmental entities to issue RFPs for development, prior to conducting certain land use and zoning modifications because such changes will be dependent on what will be developed. Even the master plan anticipates this and states, "Some uses require additional processes to obtain approval." (Master Plan p. 106). Approvals are site -plan specific and will be based on the project design and proposed uses, thus certain efficiencies are gained when a project is chosen before land use, zoning, and historic preservation modifications are made (e.g., Miami -Dade County's Liberty Square Rising project solicited a proposer prior to the rezoning and changing of the land use designations of the County property). Claim: More community input is required. "I, as the Commissioner of this district, would have loved to have been involved at the beginning of this RFP, so that what we're tasking the bidders with is what we believe and understand that the community truly wants and deserves. " (Transcript p. 194) "[W]e [should] throw out the RFP and ... direct the administration to work closely with the Virginia Key Advisory Board, the Waterfront Advisory Board, and even the Sea Level Rise Committee, to craft a new RFP with community involvement. . . . " (Transcript p. 202) Reality: There is ample opportunity for community input prior to the consideration of any development approvals. RCI is committed to working with the community. RCI has incorporated the community's concerns into its plan and is willing to negotiate further with the City and community and make additional changes as required. (See attached letter from RCI to the Miami Rowing Club.) Furthermore, all of the relevant and applicable City boards and advisory bodies can/will participate in the approval process of the plan and RCI is willing to incorporate their feedback into the plan's design and implementation. Submitted into the public record for item(s) SPA & SP.2 9 on 07/20/2016, City Clerk There are countless members of the community who support the plan, particularly the large and growing community of boaters who are desperately in need of safe, reliable, and user- friendly state-of-the-art facilities. (See letter from Miami Rowing Club and copies of Facebook page.) III. Removing the Basin Slips is not a Material Chane to the RFP and Does Not Justify Reiecting all Bids and Starting Over. Commissioner Russell appeared persuaded by the losing proposers' self-serving claims that the proposed removal of the wet slips from the Marine Stadium Basin would constitute a "material" change to the requirements of the RFP and therefore require the resolicitation of the entire project --conveniently giving those proposers a second bite at the apple, with the benefit of having seen RCI's winning proposal. We have prepared an exhaustive memorandum on the issue and will not repeat that entire argument here. However, it is worth repeating that, without question, the proposed removal of wet slips from the basin would not constitute a material change to the RFP and can be accomplished by the City without the need to throw the baby out with the bath water. First, the City may always negotiate changes that are consistent with the RFP, so long as those changes are in the City's interest and do not unfairly benefit the selected proposer. In this case, the RFP did not require the placement of any wet slips in the basin, and their removal is thus within the scope of the RFP. To boot, the RFP expressly contemplated the removal of the wet slips at a later date, which is precisely what the City seeks to do. It is equally clear that the removal of the wet slips is in the City's best interest (and, in fact, was proposed by the City, not by RCI) and is obviously to the economic detriment of RCI, whose entire business model is premised upon building and operating wet slips for a profit. The removal of the wet slips is therefore clearly permitted by Florida law, and in fact, when the Broward County School Board attempted to reject all bids based on the exact same theory of "material change" espoused here, that decision was resoundingly rejected by the administrative law judge. In School Food Service Systems, Inc. v. Broward County School Board, Case No. 01-0612BID, the government rejected all bids in part because it believed that the solicitation required that it purchase certain goods that it did not want. The School Board argued that, even though the solicitation stated that the government had the discretion to later add or delete items, an exercise of that authority would constitute an impressible material change. The administrative law judge's response to the School Board's application of the material -change doctrine to a change contemplated by the solicitation itself is instructive: The argument of the Board and Sysco that the Board's exercise of its right to add and delete items would constitute an impermissible material alteration of the bid specifications is, in the context of the present circumstances, plainly wrong in fact and illogical. Submitted into the public record for item(s) SPA & SP.2 10 on 07/20/2016, City Clerk To explain why this is so, let us stipulate that it would be arbitrary for the Board, say, to delete several items from each bidder's proposal because, for example, one or more bidders had mis-bid those items, and then to re -tabulate the bids to determine which bidder would now be the low bidder. Similarly, it would be arbitrary for the Board, under the guise of adding items, to designate as approved branded products certain non -conforming goods offered by a bidder as Distributor's Choices, thereby allowing a bid that otherwise would be disqualified to be considered responsive. As a final example, it would be arbitrary for the Board to delete an approved branded product from the product list and use such deletion as the basis for disqualifying a bidder that had quoted the now -deleted item. Each of these hypothetical situations involves a material change to the specifications on which the bidders based their proposals, which is not allowed, for good reason. It is a different kettle of fish, however, for the Board to add or delete items after making an award to the lowest responsive, responsible bidder in accordance with the terms and conditions of the ITB. When the bids are judged pursuant to the rules clearly spelled out in advance in the ITB — which would not be the case in the examples set forth in the immediately preceding paragraph — there is simply no change in the specifications, material or otherwise. Id. at ¶ 79-81 (emphasis added.) School Food Services is on all fours with the situation here. Here, all three proposers were evaluated pursuant to the rules of the RFP, and RCI came out on top. The City may now, after having completed the evaluation process, exercise its unambiguous right under the RFP to prohibit the construction of wet slips in the basin. Such a decision, just as was the case in School Food Services, would effectuate "simply no change in the specifications, material or otherwise," and any decision to reject all bids premised upon such a change would be "plainly wrong in fact and illogical." Id. Second, even assuming, for the sake of argument, that the wet slips in the basin were required by the RFP and their removal would be inconsistent with the RFP, Florida law still permits that change so long as it does not confer an unfair competitive advantage. Clearly, the removal of the wet slips does not undermine competition in any form. The basin property was not initially included in the RFP, and because the firms interested in the RFP were the same before and after the basin property was added, the City can be certain that the change would have no impact on competition. Further, RCI benefitted from the inclusion of the basin property the last, proposing a much smaller portion of its total operations in the basin than either of its two competitors, and the change therefore does not in any way undermine a critical evaluation factor or the outcome of the competition. Finally, the removal of the basin property does not change Submitted into the public record for item(s) SPA & SP.2 11 on 07/20/2016, City Clerk the essential purpose of the RFP. The change is therefore permissible even if we assume that it is not within the scope of the RFP. IV. Concerns about the Miami Beach Sewage Spill Do not Justify Rejecting All Bids Finally, Commissioner Russell suggests that the City should reject all bids because, in his view, RCI is responsible for a sewage spill at Miami Beach Marina that occurred more than sixteen years ago. The facts, however, do not support this conclusion. Claim: RCI was responsible the largest water -contamination episode in the area. "We absolutely can discuss whether we want a company, who was part of the largest water contamination and sewage spill in the area, to be building a marina for us. " (Transcript p. 198) Reality: RCI did not cause the spill, which caused no environmental damage. As explained in detail in our June 6 letter, and substantiated by the Consent Order and Settlement Agreement resolving the spill, RCI absolutely did not cause the 2000 spill. Rather, Marin and Marin—a subcontractor to a subcontractor to an affiliate of RCI—drove a pile into a sewage force main, rupturing it. Not only are there thus three degrees of separation between the firm that caused the spill and RCI, but even Marin and Marin was not logically at fault for rupturing the pipe, which had never been surveyed, and was located within an utility easement that had never been recorded. Although the County might have known the location of its own pipe notwithstanding the lack of any recorded documents to that effect, the County reviewed and approved Marin and Marin's construction plans. The spill was caused by a series of errors, dating back multiple decades, and none of which were made by RCI. Holding RCI responsible for the spill, and rejecting all bids as a result, relies on a logical "butterfly effect"1 that falls absolutely flat and cannot possibly justify a rejection of all proposals. CONCLUSION As explained above, none of Commissioner Russell's numerous reasons for his desire to throw out all bids and recommence the entire process withstand any amount of scrutiny. Because his reasons are, without exception, premised upon an incorrect understanding of the facts, an incorrect understanding of the law, a logical fallacy, or all three, a decision to reject all bids premised upon those reasons would be arbitrary and capricious and therefore invalid. Although the City has reserved itself the discretion to reject all bids, before it takes that drastic, time-consuming, and expensive step—it needs to articulate a valid reason, supported by facts, logic, and applicable law. Commissioner Russell has not done so. 1 The phrasing often used by meteorologists is "does the flap of a butterfly's wings in Brazil set off a tornado in Texas?" Holding RCI responsible for the spill is no more logically sound that holding the butterfly responsible for the tornado. Submitted into the public record for item(s) SPA & SP.2 12 on 07/20/2016, City Clerk