88-002960BID Miami Elevator Company vs. Florida State University
 Status: Closed
Recommended Order on Tuesday, July 26, 1988.


View Dockets  
Summary: Petitioner's bid was nonresponsive; therefore, bid was properly rejected and petition should be dismissed

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MIAMI ELEVATOR COMPANY, )

12)

13Petitioner, )

15vs. )

17)

18FLORIDA STATE UNIVERSITY, )

22) CASE NO. 88-2960BID

26Respondent, )

28and )

30)

31MONTGOMERY ELEVATOR COMPANY,)

35)

36Intervenor. )

38____________________________)

39RECOMMENDED ORDER

41Pursuant to notice, a formal hearing was conducted in this case on June 30,

551988, at Tallahassee, Florida, before Michael M. Parrish, a duly designated

66Hearing Officer of the Division of Administrative Hearings. Appearances at the

77hearing were as follows:

81For Petitioner: Harold F.X. Purnell, Esquire

87Oertel & Hoffman, P.A.

912700 Blair Stone Road, Suite C

97Post Office Box 6507

101Tallahassee, Florida 32314-6507

104For Respondent: Sonja P. Mathews, Esquire

110Associate General Counsel

113Office of the General Counsel

118The Florida State University

122311 Hecht House

125Tallahassee, Florida 32306

128For Intervenor: S. Grier Wells, Esquire

134Brant, Moore, Sapp, MacDonald & Wells

140121 West Forsyth Street, Suite 900

146Post Office Box 4548

150Jacksonville, Florida 32201

153ISSUES AND INTRODUCTION

156This is a bid protest case arising from the efforts of Florida State

169University to obtain a contractor for the maintenance of all elevators and

181dumbwaiters at Florida State University. On or about April 28, 1988, Florida

193State University extended an Invitation To Bid, Bid No. K-1193-6, for the

205maintenance described above. Three bids were received in response to the bid

217solicitation. All three of the bids were rejected for failure to meet the bid

231specifications.

232On May 27, 1988, Petitioner filed a timely notice of protest and on June 2,

2471988, Petitioner filed a timely formal written protest incorporating a request

258for formal hearing. An answer and affirmative defenses and an amended answer

270and affirmative defenses were filed by Florida State University. A petition for

282leave to intervene was filed by Montgomery Elevator Company, one of the other

295unsuccessful bidders. Montgomery's petition asserted that its bid should have

305been accepted or, in the alternative, that Florida State University was correct

317in rejecting all bids. At the final hearing, Montgomery's petition to intervene

329was granted only to the extent that the petition seeks to support the rejection

343of all bids by Florida State University. Mowery Elevator Company, the third

355bidder, did not file a protest and did not attempt to participate in this

369litigation. The three primary issues addressed at the final hearing were: (1)

381whether the inventory certification required by the bid specifications is a

392material provision, (2) whether the Petitioner's inventory certification

400complies with the requirements of the bid specifications, and (3) whether it

412would be a reasonable exercise of agency discretion for Florida State University

424to reject Petitioner's bid as unreasonably high.

431At the hearing the Petitioner and the Respondent both called witnesses and

443offered exhibits. The Intervenor offered to present the testimony of a witness,

455but objection to the offer of testimony was sustained. Following the hearing,

467all parties were afforded a reasonable period of time within which to file

480proposed recommended orders. Timely proposed recommended orders were received

489from all parties. All proposed recommended orders have been carefully

499considered during the preparation of this recommended order and all findings of

511fact proposed by all parties have been specifically addressed in the appendix to

524this recommended order.

527FINDINGS OF FACT

530Based on the stipulations of the parties and on the evidence received at

543the final hearing, I make the following findings of fact.

5531. On or about April 28, 1988, Florida State University mailed its

565Invitation To Bid (ITB) No. K-1193-6, to prospective bidders. According to the

577elevator maintenance specifications attached to ITB No. K-1193-6, the stated

587purpose of the ITB was was to secure bids for the continuous maintenance of all

602elevators and dumbwaiters as per the attached list in accordance with the

614conditions, specifications, and terms listed herein." Responses to the ITB were

625submitted by Miami Elevator Company in the amount of $289,861.00, by Montgomery

638Elevator Company in the amount of $192,356.00, and by Mowery Elevator Company in

652the amount of $137,967.00.

6572. Section VI of the ITB requires each bidder to submit the following

670documentation with its bid.

6742. A statement indicating the address of the

682service center from which the bidder proposes

689to serve the University. To be acceptable

696the service center must be located within a

704ten (10) mile radius of the University campus

712to minimize travel time in securing parts and

720supplies.

7213. A statement certifying that the local

728service center from which he will service

735this contract will contain and maintain an

742inventory of a least $45,000.00 in parts and

751materials specifically intended for the

756elevators to be repaired and maintained under

763this contract. This inventory is to be

770available in the Tallahassee service center

776for inspection upon the request of authorized

783University officials.

7854. A list by name of the type and number of

796employees who will be assigned to the

803University under this contract detailing

808their education, training and experience

813record. To be acceptable the employees

819assigned must meet the following requirements

825in terms of quantity and qualifications.

831a. A minimum of two (2) full time, fully

840qualified and certified master elevator

845mechanics MUST be assigned to service this

852contract. Both must possess a "certificate

858of competency" from the Dept of Business

865Regulation, Division of Elevator Inspection.

870Copies of these certificates are to accompany

877the the (sic) vendors bid. At least one (1)

886of these two mechanics MUST BE ASSIGNED

893EXCLUSIVELY to servicing this contract at all

900times. The contractor may designate one of

907the two mechanics to be the primary mechanic

915to service this contract and he will devote

923his time exclusively to this contract. In

930the event this mechanic is ill or for other

939reasons cannot service the contract, the

945second mechanic designated under this

950paragraph will assume the duties of EXCLUSIVE

957service to this contract.

961THIS IS AN ABSOLUTE REQUIREMENT.

966b. An additional, fully qualified mechanic

972holding the above required "certificate of

978competency" and at least one (1) helper will

986also be listed and be available to render

994immediate support to the two primary

1000mechanics to maintain and repair the

1006elevators and dumbwaiters covered by this

1012contract.

1013* * *

10163. The ITB specified that bids would be opened at 11:00 a.m. on Tuesday,

1030May 17, 1988. On or about May 26, 1988, Florida State University posted its Bid

1045Tabulation rejecting all bids for failure to meet various specifications. The

1056reason for the rejection of each bidder was listed on the Bid Tabulation as

1070follows:

1071a. As to Mowery the rejection was based on

1080Mowery's failure to provide a certificate for

1087additional mechanic; no proof of experience

1093on other than Mowery Elevators; and no

1100mention of traction elevators.

1104b. As to Montgomery the bid was rejected

1112for failure to provide certificates for

1118mechanics;

1119c. As to Miami the bid was rejected for

1128failure to meet inventory requirements.

11334. Paragraph 9, entitled "Awards," of the ITB reserves the right of the

1146University to reject any and all bids as the best interest of the University may

1161require.

11625. The Miami Elevator Company bid included a letter of certification.

1173Pertinent portions of that certification are as follows:

11812. Address of service center from which we

1189propose to serve the University:

1194850 Blountstown Highway

1197Tallahassee, Florida 32304

1200(904) 576-0161

12023. We hereby certify that the Miami Elevator

1210Company local service center has an inventory

1217equal or greater than 10 percent of the total bid

1227amount and have parts inventory greater than

1234$45,000.00 in our nearest supply warehouse.

12416. In 1985, Florida State University issued bid specifications for

1251elevator maintenance services. The 1985 bid specifications contained a

1260certification requirement which included the following language:

1267A statement certifying that the local service

1274center has an inventory equal to at least ten

1283percent (10 percent) of the total bid amount

1291and is supported by a parts inventory of parts

1300required to service the elevators and

1306dumbwaiters covered by this contract, of at

1313least $45,000.00 in the bidder's nearest

1320supply warehouse. The local inventory, shall

1326be available in the bidder's Tallahassee

1332service center for inspection by authorized

1338University personnel before the bid award.

1344The successful bidder is to provide the

1351University, by 7/31/85, with the parts list

1358of the $45,000.00 inventory he is required to

1367maintain. Experience has shown that

1372inventories in the above amounts are

1378necessary to provide support for an

1384installation with the number of elevators and

1391dumbwaiters located at the University.

13967. In 1988, prior to the preparation of the bid specifications at issue

1409here, representatives of Miami Elevator Company met with representatives of

1419Florida State University and suggested that the latter make certain changes to

1431the above- quoted language from the 1985 bid specifications when they prepared

1443the 1988 bid specifications. The University representatives followed the

1452suggestions and when the 1988 specifications were issued, the certification

1462requirements regarding inventory read as set forth above in paragraph 2 of these

1475findings of fact.

14788. When Miami Elevator Company prepared its bid response to the 1988 ITB,

1491the company representative preparing the bid used the company's 1985 bid

1502response as a model. When he came to the portion of the certification that

1516addressed inventory, he forgot that he and one of his company colleagues had

1529prevailed upon the University to change that requirement. Because of his

1540failure to remember the change, the Miami Elevator Company representative simply

1551copied the inventory certification statement that appeared in the company's 1985

1562bid response. That statement was responsive to the 1985 bid specifications

1573regarding inventory certification, but was not responsive to the 1988 bid

1584specifications regarding inventory certification. The representative of Miami

1592Elevator Company intended to submit an inventory certification that complied

1602with the requirements of the 1988 bid specifications, but simply made a mistake

1615and copied the language from the company's 1985 bid response.

16259. The inventory certification requirement is in a mandatory portion of

1636the bid specifications. It is a material requirement because the availability

1647of a sufficient parts inventory is critical to the timely and efficient

1659maintenance and repair of the elevators and dumbwaiters.

166710. The pricing portion of the Miami Elevator Company bid appears to have

1680been prepared with a lack of much attention to detail. The total contract price

1694of $289,861.00 was calculated by one of the company's regional managers. The

1707individual who calculated that total price had not inspected any of the

1719elevators at the university, had no current personal knowledge of any specific

1731elevator, and did not possess a certificate of competency from the Department of

1744Business Regulation, Division of Elevator Inspection. Further, he appears to

1754have misconstrued the significance of a report regarding the condition of some

1766of the elevators and also appears to have made some unwarranted assumptions

1778about the scope of the work required under the bid specifications. Another

1790representative of Miami Elevator Company inspected some of the elevators, but he

1802did not participate in the calculation of the bid amount. As a result of what

1817appears to have been a rather broad-brush approach to the bid calculation

1829process, the Miami Elevator Company bid was more than $100,000.00 over what the

1843university expected the bids to be and was almost $100,000.00 over the second

1857highest bid.

185911. The base price of the prior contract awarded in 1985 was $105,344.00.

1873The Miami Elevator Company bid of $289,861.00 represents an increase of

1885approximately 175 per cent of the 1985 price. The university expected that

1897there would be a significant price increase due to such matters as the inflation

1911rate over the past three years, inflation projection for the next three years,

1924and some of the differences between the 1985 and the 1988 bid specifications,

1937but it did not expect an increase of 175 per cent. The university has estimated

1952that a reasonable bid would represent approximately a 75per cent increase in the

19651985 price. The factors on which the university estimate are based appear to be

1979reasonable and logical.

198212. The Miami Elevator Company facility located at 850 Blountstown Highway

1993includes a separate warehouse on the property which contains inventory valued at

2005approximately $70,000.00. That inventory would be available to service the

2016university elevators.

201813. The subject ITB specifically required that each bidder certify that it

2030agreed "to abide by all conditions of this bid." Miami Elevator Company made

2043such a certification when its representative signed the first page of the ITB.

2056CONCLUSIONS OF LAW

2059Based on the foregoing findings of fact and on the applicable legal

2071principles, I make the following conclusions of law.

207914. The Division of Administrative Hearings has jurisdiction over the

2089subject matter of and the parties to this proceeding. Sec. 120.57(1), Fla.

2101Stat.

210215. The solicitation to supply the university with maintenance services

2112for its elevators was by invitation to bid. The nature of invitations to bid,

2126as distinguished from requests for proposals, has been described as follows in

2138Systems Development Corporation v. Department of Health and Rehabilitative

2147Services, 423 So.2d 433 (Fla. 1st DCA 1982):

2155Typically, an [ITB] is rigid and identifies

2162the solution to the problem. By definition,

2169the invitation specifically defines the scope

2175of the work required by soliciting bids

2182responsive to the detailed plans and

2188specifications set forth. Section

2192287.057(1)(a) and (2), as amended. On the

2199contrary, an RFP is flexible, identifies the

2206problem and requests a solution.

2211Consideration of a response to an [ITB] is

2219controlled by cost, that is, the lowest and

2227best bid, whereas consideration of an offer

2234to an RFP is controlled by technical

2241excellence as well as costs. (Footnote

2247omitted) (Emphasis supplied).

225016. Section 287.012(12), Florida Statutes (Supp. 1986), furthermore

2258provides:

2259(12) "Responsive Bidder" or "Responsive

2264Offeror" means a person who has submitted a

2272bid which conforms in all material respects

2279to the invitation to bid or request for

2287proposals.

228817. Rule provisions which relate to the issues in this case include

2300paragraphs (e) and (f) of Rule 6C2-2.015(7), Florida Administrative Code, which

2311read as follows:

2314(e) Bid Evaluation. Bids shall be evaluated

2321based on the requirements set forth in the

2329Invitation to Bid, which may include, but are

2337not limited to criteria such as price,

2344inspection, delivery and suitability for a

2350particular purpose. Those criteria that

2355affect the price shall be objectively

2361measured to the extent practicable, such as

2368all or none, discount, transportation cost or

2375total or life cycle cost base. The

2382Invitation to Bid shall set forth the

2389criteria to be used. (emphasis supplied)

2395(f) Right to reject bids or waive minor

2403irregularities. The University reserves the

2408right to reject any and all bids. The

2416University also reserves the right to waive

2423minor irregularities in an otherwise valid

2429response. A minor irregularity is a

2435variation from the Invitation to Bid terms

2442and conditions, which does not affect the

2449price offered or give the bidder an advantage

2457or benefit not enjoyed by other bidders or

2465does not adversely impact the interests of

2472the University. Mistakes clearly evident on

2478the face of the bid documents, such as an

2487error in arithmetic extension or pricing may

2494be corrected by the University. (emphasis

2500added)

250118. The bid of Miami Elevator Company is not responsive to the inventory

2514certification requirements of the bid specifications. Comparing the Miami

2523Elevator Company inventory certification to the requirements of the bid

2533specifications reveals at least the following shortcomings: (a) there is no

2544statement that the local service center will maintain the required inventory in

2556the future, (b) there is no statement that the required inventory is in, or will

2571be in, the Tallahassee service center, and (c) there is no statement that any

2585existing or future inventory is specifically intended for the elevators to be

2597repaired and maintained under the contract. Miami Elevator Company argues that

2608its bid is responsive because it presently has an inventory of at least

2621$70,000.00 in its Tallahassee service center and because the university

2632representatives know it has such a local inventory. The argument fails because

2644present possession of the required inventory fails to meet all of the

2656requirements of the bid specifications. In addition to having the required

2667inventory, the bid specifications require that the bidder must also certify that

2679it will maintain that inventory during the life of the contract and that the

2693inventory will be "specifically intended for the elevators to be repaired and

2705maintained under this contract." The argument based upon the current inventory

2716also fails because, absent the required certification, the actual state of Miami

2728Elevator Company's local inventory is totally irrelevant.

273519. Miami Elevator Company also argues that its bid is responsive to the

2748inventory certification requirements as a result of its having signed the

2759certificate that it would "abide by all conditions of this bid." The argument

2772fails, among other reasons, because it overlooks the differences between the

2783meaning of the concept "conditions of this bid" (which it certifies it will

2796abide by) and the concept "conditions of the bid specifications," upon which the

2809logic of its argument depends. Insofar as they relate to the inventory

2821requirement, the conditions in the Miami Elevator Company bid differ from, and

2833are not responsive to, the conditions of the bid specifications. Therefore, if

2845Miami Elevator Company were to do as it certified and abide by all conditions of

2860its bid, it would still not be in compliance with, or responsive to, the

2874conditions of the bid specifications regarding inventory.

288120. The inventory requirements in the bid specifications are clearly

2891material provisions and failure to comply with those provisions is more than a

"2904minor irregularity," because such failure gives the bidder an advantage not

2915enjoyed by other bidders and has an adverse impact on the interests of the

2929university. See Rule 6C2-2.015(7)(f), quoted above. The adverse impact on the

2940university is that, absent a responsive inventory certification, the university

2950cannot be assured of an adequate local parts inventory during the life of the

2964contract. An arguably adequate present inventory does not address concerns

2974about the future.

297721. It is clear that the representative of Miami Elevator Company who

2989prepared the bid made a mistake when he prepared the inventory certification.

3001Now Miami Elevator Company is, in essence, asking for a waiver of the, inventory

3015certification requirement or, alternatively, is asking that its bid be treated

3026as though it were modified to comply with the inventory certification

3037requirement. Such waivers or modifications are inappropriate because they tend

3047to undermine rather than advance the purposes of competitive bidding. See

3058Graham v. Clyde, 61 So.2d 656 (Fla. 1952); Harry Pepper & Associate, Inc. v.

3072City of Cape Coral, 352 So.2d 1190 (Fla. 4th DCA 1977); Robinson Electrical Co.,

3086Inc. v. Dade County, 417 So.2d 1032 (Fla. 3d DCA 1982); Lassiter Construction

3099Co. v. School Board For Palm Beach County, 395 So.2d 567 (Fla. 4th DCA 1981).

3114Of particular application to the facts in this case is the following from

3127Graham, supra:

3129If errors of this nature can be relieved in

3138equity, our system of competitive bidding on

3145such contracts would in effect be placed in

3153jeopardy and there would be no stability

3160whatever to it. It would encourage careless,

3167slipshod bidding in some cases....

317222. Because the Miami Elevator Company bid is not responsive to a material

3185provision of the bid specifications, the bid should be rejected. But even if it

3199were to be concluded that the Miami Elevator Company bid was responsive, it

3212would still be appropriate for the university to reject the bid on the grounds

3226that it was too high. In this regard attention is directed to Caber Systems,

3240Inc. v. Dept. of General Services, Apple Computers, Inc., and IBM, __ So.2d __

3254(Fla. 1st DCA, Case No. 87-909, Opinion filed July 13, 1988), in which the court

3269quoted with approval the following language from the recommended order:

32796. [T]he courts have held that an

3286agency's authority to reject all bids is not

3294unbridled. An agency's rejection of all bids

3301may not be arbitrary or capricious. But,

3308otherwise, an agency has wide discretion to

3315reject all bids. See Liberty County v.

3322Baxter's Asphalt and Concrete, Inc., 421

3328So.2d 505 (Fla. 1982); Capeletti Bros., Inc.

3335v. Dept. of General Services, 432 So.2d 1359

3343(Fla. 1st DCA 1983); Couch Constr. Co., Inc.

3351v. Dept. of Transp., 361 So.2d 172 (Fla. 1st

3360DCA 1978); Woods Hopkins Contracting Co. v.

3367Roger J. Au & Sons, Inc., 354 So.2d 446 (Fla.

33771st DCA 1978).

33807. A formal administrative proceeding

3385under Section 120.57(1), Florida Statutes

3390(Supp. 1986), arising out of the protest of

3398an agency decision to reject all bids is de

3407novo in the sense that the issue whether the

3416agency decision to reject all bids has a

3424rational basis or is arbitrary and capricious

3431is decided upon evidence of facts and

3438circumstances at the time of the final

3445hearing. See Couch Const. Co., Inc. v. Dept.

3453of Transp., supra, at 175-176.

345823. In Liberty County v. Baxter's Asphalt & Concrete, 421 So.2d 505 (Fla.

34711982), the court described the nature of a public body's discretion in these

3484types of matters at page 507:

3490In Florida, on the other hand, a public body

3499has wide discretion in soliciting and

3505accepting bids for public improvements and

3511its decision, when based on an honest

3518exercise of this discretion, will not be

3525overturned by a court even if it may appear

3534erroneous and even if reasonable persons may

3541disagree.

354224. Similarly, the court in Couch Construction Company, Inc. v. Department

3553of Transportation, 361 So.2d 172 (Fla. 1st DCA 1978) stated:

3563We affirm that the Department has wide

3570discretion to reject all bids and to call for

3579new bids for public contracts. Section

3585337.11(3), Florida Statutes (1977); Willis v.

3591Hathaway, 95 Fla. 608, 117 So. 89 (Fla.

35991928); Berry v. Okaloosa County, 334 So.2d

3606349 (Fla. 1st DCA 1976); Wood-Hopkins

3612Contracting Co. v. Roger J. Au & Sons, Inc.,

3621354 So.2d 446 (Fla. 1st DCA 1976). In making

3630such a determination, the Department cannot

3636act arbitrarily.

363825. From the foregoing authorities it is clear that an agency may reject

3651all bids if it has any rational basis for its decision. One rational basis for

3666rejecting an otherwise responsive bid is that the bid amount is unreasonably

3678high. In this case, even if the Miami Elevator Company bid were to be

3692determined to be responsive, the amount bid is unreasonably high and it would be

3706contrary to the university's best interests to accept such a high bid when it

3720has a reasonable basis for expecting that on a rebid there are likely to be

3735responsive bids in a much lower amount.

3742RECOMMENDATION

3743For all of the foregoing reasons, it is recommended that the Florida State

3756University issue a final order in this case rejecting all bids.

3767DONE AND ENTERED this 26th day of July, 1988, at Tallahassee, Florida.

3779_________________________________

3780MICHAEL M. PARRISH

3783Hearing Officer

3785Division of Administrative Hearings

3789The Oakland Building

37922009 Apalachee Parkway

3795Tallahassee, Florida 32399-1550

3798(904) 488-9675

3800Filed with the Clerk of the

3806Division of Administrative Hearings

3810this 26th day of July, 1988.

3816APPENDIX TO RECOMMENDED ORDER, CASE NO. 88-2960BID

3823The following are my specific rulings on all of the proposed findings of

3836fact submitted by all parties.

3841Findings proposed by Petitioner, Miami Elevator Company

3848Paragraphs 1, 2, 3, and 4: Accepted.

3855Paragraph 5: Accepted, with some additional details for clarity.

3864Paragraph 6: Rejected as irrelevant to the issues in this case.

3875Paragraphs 7 and 8: Accepted, with some unnecessary details omitted.

3885Paragraph 9: First sentence rejected as not supported by persuasive

3895competent substantial evidence and as, in any event, irrelevant. Second

3905sentence rejected as irrelevant.

3909Paragraphs 10 and 11: Accepted.

3914Paragraph 12: Rejected as constituting argument regarding legal

3922conclusions rather than proposed findings of fact. Further, the legal

3932conclusion asserted is not warranted by the evidence.

3940Paragraph 13: Rejected as statement of another party's position rather

3950than proposed finding of fact.

3955Paragraphs 14 and 15: These two paragraphs have for the most part been

3968rejected as constituting unnecessary details. Further, a number of the details

3979proposed are not supported by persuasive testimony, because I am not persuaded

3991that Mr. Herbst did a very careful job of informing himself about the

4004requirements of the bid specifications or about the condition of the subject

4016elevators.

4017Paragraph 16: All but last sentence rejected as subordinate and

4027unnecessary details. Last sentence rejected as not supported by persuasive

4037competent substantial evidence.

4040Paragraph 17: Rejected in part as subordinate and unnecessary details, in

4051part as not supported by persuasive competent substantial evidence, and in part

4063as contrary to the greater weight of the evidence.

4072Paragraph 18: Rejected as contrary to the greater weight of the evidence.

4084Paragraph 19: Most of this paragraph is rejected as constituting a

4095statement of another party's position and as argument about that position.

4106Findings are made that there are differences between the subject invitation to

4118bid and the immediately preceding invitation to bid.

4126Paragraphs 20 and 21: Rejected as subordinate and unnecessary details.

4136Paragraphs 22 and 23: Rejected in part as argument rather than proposed

4148findings, in part as not supported by persuasive competent substantial evidence,

4159and in part as contrary to the greater weight of the evidence.

4171Paragraph 24: First two sentences rejected as contrary to the greater

4182weight of the evidence. The remainder of this paragraph (dealing with Mowery)

4194is rejected as irrelevant.

4198First Paragraph 25: Accepted in substance.

4204Second Paragraph 25: Rejected as irrelevant or as subordinate and

4214unnecessary details.

4216Paragraph 26: Rejected as for the most part constituting argument rather

4227than proposed findings; to the extent findings are proposed, they are rejected

4239as not supported by competent substantial evidence or as contrary to the greater

4252weight of the evidence.

4256Findings proposed by Respondent, Florida State University

4263Paragraphs 1 and 2: Accepted.

4268Paragraph 3: Rejected as constituting discussion of legal conclusions

4277rather than findings of fact. (The conclusions are essentially correct, but

4288they do not belong in the findings of fact.)

4297Paragraphs 4, 5, and 6: Accepted in substance, but with numerous

4308unnecessary details omitted.

4311Paragraph 7: First two sentences rejected as cumulative and repetitious.

4321Last sentence accepted in substance.

4326Paragraph 8: Accepted in substance.

4331Paragraph 9: Rejected as subordinate and unnecessary details dealing more

4341with legal conclusions than with facts.

4347Paragraph 10: First two sentences rejected as cumulative and repetitious.

4357The remainder of this paragraph is accepted in substance.

4366Paragraph 11: Rejected as irrelevant.

4371Paragraph 12: Rejected as constituting legal argument rather than proposed

4381findings of fact.

4384Paragraph 13: Rejected as irrelevant to the issues in this case.

4395Paragraph 14: Rejected as constituting argument about legal conclusions

4404rather than proposed findings of fact. (Again, the conclusions are essentially

4415correct, but they do not belong in the findings of fact.)

4426Paragraphs 15, 16, 17, 18, and 19: Rejected as irrelevant because these

4438proposed findings all relate to issues that were not raised in prehearing

4450pleadings and were not raised in the prehearing statement.

4459Paragraph 20: Rejected as procedural details that do not need to be

4471included in the findings of fact.

4477Paragraph 21: Accepted in substance.

4482Paragraph 22: Rejected as subordinate and unnecessary generalities.

4490Paragraphs 23, 24, 25, 26, 27, and 28: Rejected as subordinate and

4502unnecessary details.

4504Paragraphs 29, 30, 31: Accepted in substance, with some unnecessary

4514details omitted.

4516Paragraphs 32, 33, 34, and 35: The essence of the findings proposed in

4529these paragraphs has been found, but most of the details proposed have been

4542omitted as subordinate and unnecessary.

4547Findings proposed by Intervenor, Montgomery Elevator Company

4554Paragraph 1: Accepted.

4557Paragraph 2: Accepted in substantial part, but with irrelevant portions of

4568the specifications omitted.

4571Paragraphs 3 and 4: Accepted.

4576Paragraph 5: Accepted in large part, but some irrelevant information has

4587been omitted.

4589Paragraph 6: Accepted in substance.

4594Paragraph 7: First sentence rejected as constituting discussion of legal

4604conclusions rather than proposed findings of fact. Second sentence accepted in

4615substance by quotation of Miami Elevator Company's certification.

4623Paragraph 8: Accepted.

4626Paragraphs 9, 10, 11, 12, and 13: Rejected as irrelevant because these

4638proposed findings all related to issues that were not raised in prehearing

4650pleadings and were not raised in the prehearing statement.

4659Paragraph 14: Bid amount is accepted; remainder is rejected as subordinate

4670and unnecessary details.

4673Paragraph 15: The essence of this paragraph has been included in the

4685findings, but most details have been omitted as unnecessary.

4694COPIES FURNISHED:

4696Sonja P. Mathews, Esquire

4700Associate General Counsel

4703Office of the General Counsel

4708The Florida State University

4712311 Hecht House

4715Tallahassee, Florida 32306

4718Harold F.X. Purnell, Esquire

4722Oertel & Hoffman, P.A.

47262700 Blairstone Road, Suite C

4731Post Office Box 6507

4735Tallahassee, Florida 32314-6507

4738S. Grier Wells, Esquire

4742Brant, Moore, Sapp, MacDonald & Wells

4748121 West Forsyth Street, Suite 900

4754Post Office Box 4548

4758Jacksonville, Florida 32201

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 08/25/1988
Proceedings: Agency Final Order
PDF:
Date: 08/25/1988
Proceedings: Recommended Order
PDF:
Date: 07/26/1988
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
MICHAEL M. PARRISH
Date Filed:
06/17/1988
Date Assignment:
06/17/1988
Last Docket Entry:
07/26/1988
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (2):

Related Florida Statute(s) (4):

Related Florida Rule(s) (1):