Regina & Associates v. Finance Cabinet - Affirming Bid Protest Denial
Summary
The Kentucky Court of Appeals affirmed a lower court's decision upholding the denial of bid protests by the Finance and Administration Cabinet. The case involved the interpretation of Kentucky's Model Procurement Code regarding competitive sealed bidding and best value awards for state contracts.
What changed
The Court of Appeals of Kentucky has affirmed a judgment from the Franklin Circuit Court, which had previously upheld the Finance and Administration Cabinet's denial of three bid protests filed by Cleaning by Regina & Associates, LLC. The appeal centered on the interpretation and application of Kentucky's Model Procurement Code, specifically concerning competitive sealed bidding processes and the criteria for awarding state contracts based on "best value" as defined by KRS 45A.080 and KRS 45A.070.
This opinion confirms the Finance Cabinet's prior decisions and reinforces the established procurement procedures for state contracts in Kentucky. For government agencies, this ruling underscores the importance of adhering to the defined criteria for bid evaluation and protest resolution. While this specific case did not introduce new regulations or deadlines, it serves as a reminder of the legal framework governing state procurement and the potential for litigation if these processes are perceived to be misapplied.
Source document (simplified)
Jump To
Top Caption Disposition Combined Opinion
Support FLP
CourtListener is a project of Free
Law Project, a federally-recognized 501(c)(3) non-profit. Members help support our work and get special access to features.
Please become a member today.
March 13, 2026 Get Citation Alerts Download PDF Add Note
Cleaning by Regina & Associates, LLC v. Finance and Administration Cabinet, Commonwealth of Kentucky
Court of Appeals of Kentucky
- Citations: None known
- Docket Number: 2025-CA-0117
- Precedential Status: Non-Precedential
- Judges: Caldwell
Disposition: OPINION AFFIRMING
Disposition
OPINION AFFIRMING
Combined Opinion
RENDERED: MARCH 13, 2026; 10:00 A.M.
NOT TO BE PUBLISHED
Commonwealth of Kentucky
Court of Appeals
NO. 2025-CA-0117-MR
CLEANING BY REGINA &
ASSOCIATES, LLC APPELLANT
APPEAL FROM FRANKLIN CIRCUIT COURT
v. HONORABLE THOMAS D. WINGATE, JUDGE
ACTION NO. 23-CI-00535
FINANCE AND ADMINISTRATION
CABINET, COMMONWEALTH OF
KENTUCKY APPELLEE
OPINION
AFFIRMING
BEFORE: CALDWELL, L. JONES, AND TAYLOR, JUDGES.
CALDWELL, JUDGE: Cleaning by Regina & Associates, LLC (“Cleaning by
Regina”) appeals from a Franklin Circuit Court judgment upholding the denial of
three bid protests by the Finance and Administration Cabinet (“Finance Cabinet”).
We affirm.
This appeal involves application of the Kentucky Model Procurement
Code, set forth at KRS1 45A.005 et seq. Specifically, this appeal challenges
awards for state contracts subject to the competitive sealed bidding process
described in KRS 45A.080. KRS 45A.080(5) states: “The contract shall be
awarded by written notice to the responsive and responsible bidder whose bid
offers the best value.”
KRS 45A.070, which defines terms used in KRS 45A.080, provides in
pertinent part:
As used in KRS 45A.070 to 45A.180, unless the context
in which they are used clearly requires a different
meaning:
(1) “Best value” means a procurement in which the
decision is based on the primary objective of meeting
the specific business requirements and best interests
of the Commonwealth. These decisions shall be based
on objective and quantifiable criteria that shall include
price and the reciprocal preference for a resident
bidder required under KRS 45A.494 that have been
communicated to the offerors as set forth in the
invitation for bids.
...
(6) “Responsible bidder or offeror” means a person
who has the capability in all respects to perform fully
the contract requirements, and the integrity and
reliability which will assure good faith performance.
1
Kentucky Revised Statutes.
-2-
(7) “Responsive bidder” means a person who has
submitted a bid under KRS 45A.080 which conforms
in all material respects to the invitation for bids, so
that all bidders may stand on equal footing with
respect to the method and timeliness of submission
and as to the substance of any resulting contract.
With this background in mind, we consider the undisputed facts of this case.
FACTS
Finance Cabinet is the central procurement and contracting agency for
the Commonwealth of Kentucky. KRS 45A.045(1). As such, it posts Requests for
Bids for services needed for various state agencies.
Cleaning by Regina has performed janitorial services for several state
agencies. It received a few negative performance reviews from state agencies
between 2017 and mid-2019.
In 2019 and 2020, Cleaning by Regina responded to several bid
requests posted by Finance Cabinet. Three of its bids were declined, leading
Cleaning by Regina to file three protests. See KRS 45A.285.
The bids were scored based 90 percent on price and 10 percent on
years of experience. Despite a few past negative performance reviews, Cleaning
by Regina had the highest score for all three bid requests based on price and years
of experience.
All three bid requests included a provision stating: “Past Vendor
Performance may be considered in the award of this Contract. Vendors with a
-3-
record of poor performance in the last twelve (12) months may be found non-
responsible and ineligible for award.” The explanations for the three denials all
noted the Finance Cabinet deemed Cleaning by Regina a non-responsible bidder
due to past negative performance reviews. Thus, despite Cleaning by Regina being
the highest evaluated bidder for each of these three bid requests, it was considered
ineligible for the awards and the three contracts were awarded to other bidders.
Though Cleaning by Regina was not awarded those three contracts
due to negative performance reviews in the preceding twelve months, it was
awarded two other contracts in the same time frame because the requesting
agencies agreed to waive past performance issues. In one instance, no other
vendors had responded to the bid request.
Meanwhile, Cleaning by Regina filed protests to the three contract
awards to other bidders with the Finance Cabinet Secretary. The Secretary denied
its protests and upheld the three awards to other bidders.
Cleaning by Regina petitioned the Franklin Circuit Court for review
of the Secretary’s decision. Both Cleaning by Regina and Finance Cabinet filed
motions for summary judgment, noting the facts were undisputed.
The Franklin Circuit Court granted summary judgment in favor of
Finance Cabinet. The court noted Cleaning by Regina argued that it was denied
due process, and that Finance Cabinet acted arbitrarily.
-4-
The court recognized that Cleaning by Regina was deemed a non-
responsible bidder for these three contracts based on past negative performance
reviews. However, it also took note that Cleaning by Regina’s bids had been
scored the highest.
The court rejected Cleaning by Regina’s allegations of being denied
due process and being subjected to arbitrary or capricious action. It found that the
Cabinet acted rationally in putting vendors on notice that past performance may be
considered and that vendors with negative performance reviews in the last twelve
months may be deemed non-responsible bidders. It also found: “The Cabinet
permitted the state agency set to receive the janitorial services the option to
recommended [sic] waiver of the rule, and when such recommendation was made,
the Cabinet abided by the agency’s request.” (Page 4 of Franklin Circuit Court
Order attached to Appellant red brief; Record on Appeal, (“R”), p. 283). So, it
found the inclusion of the past performance provision in the bid requests was not
arbitrary, capricious, or contrary to the Kentucky Model Procurement Code.
The court also disagreed with the assertions of denial of due process.
It noted Cleaning by Regina’s argument that Finance Cabinet failed to provide a
way to challenge negative performance evaluations or the reliance on these
-5-
evaluations. However, the court took note that Finance Cabinet’s policy manual2
set forth a process whereby vendors would receive written notice of complaints
and an opportunity to respond—either by seeking informal resolution with Finance
Cabinet or the requesting agency or by filing an appeal with the Secretary. The
court found that Cleaning by Regina did not challenge the evaluations or seek
review of the evaluations from the Secretary.
The court also determined that Cleaning by Regina received due
process through the protest determination process set forth in KRS 45A.285—both
through the Secretary’s review of the three bid protests and the court’s review.
Cleaning by Regina filed a timely appeal.
ANALYSIS
Standard of Appellate Review
As the appeal is from a summary judgment granted based on the
application of law to undisputed facts, we apply the non-deferential de novo
standard of review. Motorists Mutual Insurance Company v. First Specialty
Insurance Corp., 706 S.W.3d 120, 124 (Ky. 2024) (citing Patton v. Bickford, 529
S.W.3d 717, 723 (Ky. 2016) (“When a motion for summary judgment at the trial
2
As the Franklin Circuit Court noted, Finance Cabinet’s policy manual is incorporated by
reference in 200 Kentucky Administrative Regulations (KAR) 5:021. Moreover, Finance
Cabinet’s policies may also be found on its website, https://finance.ky.gov (last visited Dec. 15,
2025).
-6-
court, and on appeal, presents only a question of law, we review de novo and give
no deference to the lower courts.”)).
Despite the non-deferential standard of review, we discern no
reversible error in the Franklin Circuit Court’s affirming the Secretary’s decision.
In reviewing the contracts awarded pursuant to the Kentucky Model
Procurement Code, the circuit court was faced with determining whether Finance
Cabinet acted arbitrarily, capriciously, or contrary to law. Laboratory Corp. of
America Holdings v. Rudolph, 184 S.W.3d 68, 73 (Ky. App. 2005).
The circuit court determined that no such arbitrary, capricious, or
unlawful action occurred considering the undisputed facts here. We agree with this
determination despite the constitutional arguments raised on appeal.
Cleaning by Regina contends that Finance Cabinet’s past performance
disqualification rule is unconstitutional if applied in an arbitrary and capricious
manner—such as to deny due process. Moreover, it argues this rule is arbitrary
and capricious, as applied, because, in its view, this is a subjective rule with no
clear standards which is subject to the whims of individuals who apply it
inconsistently.
However, despite these arguments, we conclude the circuit court did
not err in determining that Cleaning by Regina was not deprived of due process
-7-
and that Finance Cabinet did not act in an arbitrary and capricious manner based
on the undisputed facts here.
The Circuit Court Did Not Err in Determining that Cleaning by Regina
Was Not Denied Due Process
Cleaning by Regina argues that Finance Cabinet acted arbitrarily by
denying it due process. Although it does not suggest that a full-blown evidentiary
hearing was required in the procurement process, it argues Finance Cabinet offers
no standard or guidance but simply has unfettered discretion whether to disqualify
a vendor upon evidence of prior poor performance. Cleaning by Regina asserts
that all it could do was to submit bids, which it did. It notes it was the highest-
evaluated bidder. It contends: “Only then [after submitting a bid] . . . did it learn
that [Finance Cabinet] disqualified it for perceived prior poor performance.”
(Appellant red brief, page 14).
As Finance Cabinet and the circuit court pointed out, however,
Cleaning by Regina had an opportunity to challenge the poor performance reviews
at the time they were issued but elected not to do so. Moreover, the bid requests
provided notice that past performance could be considered and that negative
performance reviews in the preceding twelve months could lead to a determination
of ineligibility. Also, Cleaning by Regina was provided hearings to challenge the
denial of its bids before the Secretary and the circuit court. Therefore, we agree
with the circuit court that Cleaning by Regina was not deprived of due process.
-8-
See TECO Mechanical Contractor, Inc. v. Commonwealth, 366 S.W.3d 386, 393
(Ky. 2012):
Procedural due process requires that some kind of
hearing be conducted before the State finally deprives a
person of his liberty or property. The requirements of
procedural due process are not intended to prevent the
State from depriving individuals of their liberty or
property; instead, they are intended to minimize
substantively unfair or mistaken deprivations of life,
liberty, or property by enabling persons to contest the
basis upon which a State proposes to deprive them of
protected interests.
(Internal quotation marks and citations omitted.) As Cleaning by Regina was not
deprived of any property interest without notice or a hearing allowing it to contest
the award of the three contracts to others, we reject its assertion that it was denied
due process.
Next, we address Cleaning by Regina’s argument regarding the
alleged lack of objective standards for determining whether contracts are awarded
to otherwise qualified vendors with past negative performance evaluations.
Purchasing Agents’ Having Discretion to Waive Past Performance
Disqualification Rule Did Not Result in Arbitrary, Capricious, or
Unlawful Action
Cleaning by Regina complains there is a lack of objective standards
for considering bids from vendors with prior negative performance evaluations,
which amounts to arbitrary, capricious, or unlawful action. It concedes that
vendors may contest negative performance evaluations. But it argues procurement
-9-
agents have “unfettered discretion” whether to award contracts to vendors with
prior negative performance evaluations and can simply do what they want without
any “guardrails” or “constraints.” (Reply brief, pages 3-4). Moreover, Cleaning
by Regina contends that this allegedly “standardless rule is unconstitutionally
arbitrary.” (Appellant red brief, page 15) (citing South Central Bell Telephone Co.
v. Utility Regulatory Comm’n, 637 S.W.2d 649 (Ky. 1982)).
In South Central Bell, our Supreme Court reversed the Court of
Appeals and reinstated the circuit court’s injunction prohibiting the Utility
Regulatory Commission from imposing a penalty reducing a utility’s reasonable
rate of return for alleged prior poor performance. Id. at 651-52. The Court
discussed specific provisions in KRS Chapter 278 and the remedies afforded by
statute for determining rates and addressing service problems. Id. at 652-53.
Noting “the General Assembly omitted a specific provision allowing the
Commission to enforce its service cases by a reduction in a rate case[,]” id. at 653,
our Supreme Court held it was improper to reduce rates due to prior bad service:
It seems to us that there is an inherent danger in
permitting poor service as a basis for setting rates,
particularly in the imposition of a penalty which results
in a reduction of a rate which the Commission has
already found to be fair and reasonable. There are no
objective, definable standards upon which to base a
penalty. It is, at best, arbitrary and subjective. Punitive
actions should not be subject to the possible whims of
individuals, including those serving on a responsible
administrative body. In the present case, it appears that
-10-
the Commission was upset or frustrated by what it
deemed Bell’s failure to improve its service in a previous
case. Such a reaction may be justified but it is difficult to
reconcile Bell’s possible failure with the imposition of a
penalty that would cost the company tens of millions of
dollars over the years. This case is a classic example of
arbitrary and subjective judgment.
Employing similar language to that quoted above, Cleaning by Regina
argues Finance Cabinet acted arbitrarily by allowing individual procurement agents
to waive or not waive consideration of prior performance issues on whims and
without objective, definable standards.
Without expressly distinguishing South Central Bell, 637 S.W.2d 649,
Finance Cabinet responds by asserting that purchasing officers have broad
discretion to draft bid requests and to determine whether bidders are responsible.
It also argues purchasing officers’ decisions are entitled to a presumption of
correctness, citing KRS 45A.280, which provides:
The decision of any official, board, agent, or other person
appointed by the Commonwealth concerning any
controversy arising under, or in connection with, the
solicitation or award of a contract, shall be entitled to a
presumption of correctness and shall not be disturbed
unless the decision was procured by fraud or the findings
of fact by such official, board, agent or other person do
not support the decision.
Finance Cabinet also points out, the bid requests at issue expressly
recognized that purchasing agents have discretion to consider past performance
-11-
issues. The bid request documents state that prior negative performances “may” be
considered and that negative performance reviews in the past twelve months “may”
result in the vendor being considered non-responsible (and thus ineligible).
Moreover, Finance Cabinet asserts that the primary aim of the
Kentucky Model Procurement Code is to benefit the public3 and that purchasing
agents’ having discretion whether to waive past performance issues benefits the
public. It points out that Finance Cabinet often has “little or no direct knowledge
of a vendor’s performance on any particular janitorial contract.” (Appellee brief,
page 10). So, it asserts it must often rely on information provided by agencies
using janitorial services in performance reviews, which may be challenged by
vendors according to Finance Cabinet policy.
Finance Cabinet also argues that, despite any suggestion that an
entirely mandatory rule about considering past performance might be clearer or
fairer, the public benefits from the purchasing agent having discretion to consider
other factors (including price, requesting agencies’ needs, and any lack of other
bids) when determining whether to consider vendors with recent negative
performance reviews eligible for contract awards.
3
RAM Engineering & Constr., Inc. v. University of Louisville, 127 S.W.3d 579, 585 (Ky. 2003);
Ohio River Conversions, Inc. v. City of Owensboro, 663 S.W.2d 759, 760 (Ky. App. 1984).
-12-
While the Kentucky Model Procurement Code aims for treating
vendors equitably as well as benefitting the general public, see KRS 45A.010(2),
we discern nothing unlawful or inequitable in a vendor’s possibly being considered
non-responsible based on negative performance reviews within the past year. This
is especially true since vendors have an opportunity to contest negative
evaluations, and the bid requests provided notice that past performance could be
considered and that negative performance reviews in the past year could result in a
finding of non-responsibility.
Nothing in the Kentucky Model Procurement Code forbids
consideration of past performance reviews in making contract award
determinations—in contrast to the public utility context in South Central Bell, in
which our Supreme Court determined that “the question of rates should be kept
separate from the question of service” based on KRS Chapter 278 requirements.
637 S.W.2d at 654. More specifically, nothing in KRS Chapter 45A prohibits
consideration of past performance reviews in determining whether a vendor is
responsible or offers the best value.
While there is no precise mathematical formula for determining
whether a vendor with past negative performance reviews should be considered
responsible, governing statutes in this context require only that the contract be
awarded to “the responsive and responsible bidder whose bid offers the best
-13-
value.” KRS 45A.080(5). Cleaning by Regina cites to no authority specifically
forbidding consideration of past performance in determining whether a bidder is
responsible or offers the best value. Nor does it cite authority specifically
forbidding purchasing agents from having discretion whether to waive the past
performance disqualification rule. While perhaps some vendors may disapprove of
purchasing agents’ having discretion whether to waive the performance
disqualification rule, this is a significantly different context than the utility rate
determinations at issue in South Central Bell, 637 S.W.2d 649.
Moreover, in determining which service provider to award a contract,
we cannot say it is totally irrational to allow the requesting agency an option to
waive application of the performance disqualification rule to best achieve its needs.
This is especially true in situations where there are no other bidders or where a
bidder’s other qualifications (such as offering the lowest price or the most
experience) clearly outweigh the significance of one or more recent negative
performance reviews.
Also, purchasing agents have a statutory duty to act in good faith,
KRS 45A.015(2), and are presumed to be honest, to act with integrity, and to do
their best to perform their duties in accordance with the law. Pendleton Bros.
Vending, Inc. v. Commonwealth Finance and Admin. Cabinet, 758 S.W.2d 24, 30
(Ky. 1988). Thus, purchasing agents do not have unfettered discretion to act on a
-14-
whim and their decisions are presumed correct and should not be set aside unless
the decision resulted from fraud or findings of fact are not supported by the
evidence. Id. (quoting KRS 45A.280).
Based on the undisputed facts of this case and the lack of allegations
of fraud, we discern no reason for the circuit court to set aside the procurement
decisions at issue here.
“As a general rule the yardstick of fairness is sufficiently broad to
measure the validity of administrative action.” Boone Development, LLC v.
Nicholasville Board of Adjustment, 709 S.W.3d 88, 94 (Ky. 2024) (quoting
American Beauty Homes Corp. v. Louisville and Jefferson Cnty. Planning and
Zoning Commission, 379 S.W.2d 450, 457 (Ky. 1964)).
Choosing whether to disqualify a bidder due to recent poor
performance reviews is inherently fact-specific, and the fact that a decisionmaker
had discretion in choosing whether to waive such recent performance issues does
not vest the decisionmaker with arbitrary power, given the statutory requirement
that purchasing agents must act in good faith. We cannot say it is patently unfair to
consider a bidder’s past performance reviews when awarding contracts involving
the expenditure of taxpayer funds.
Moreover, Cleaning by Regina had the ability to ask for an
administrative review of both the negative performance reviews, which it waived,
-15-
and of the purchasing agent’s refusal to waive such past performance issues. This
provides due process and eliminates the possibility of unfairness by purchasing
agents which is so pervasive as to be truly arbitrary. In sum, we conclude the
circuit court did not err in determining that the Finance Cabinet acted in a rational
manner and did not engage in arbitrary, capricious, or unlawful action.
Further arguments raised in the briefs which have not been discussed
in this Opinion have been determined to lack merit or relevancy to our resolution
of this appeal.
CONCLUSION
For the foregoing reasons, we AFFIRM.
ALL CONCUR.
BRIEFS FOR APPELLANT: BRIEF FOR APPELLEE:
Stephen B. Pence Patrick W. McGee
Louisville, Kentucky Office of General Counsel
Commonwealth of Kentucky
Finance and Administrative Cabinet
Frankfort, Kentucky
-16-
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get State Courts alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Kentucky Court of Appeals publishes new changes.