91-001879BID Banknote Corporation Of America, Inc. vs. Department Of Highway Safety And Motor Vehicles
 Status: Closed
Recommended Order on Tuesday, June 11, 1991.


View Dockets  
Summary: Low bid for title certificates properly disqualified as nonresp.; bid specs not timely challenged; one resp. bid rcvd; no oblig. to award to sole bid

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8BANKNOTE CORPORATION OF )

12AMERICA, INC., )

15)

16Petitioner, )

18)

19vs. ) CASE NO. 91- 1879BID

25)

26DEPARTMENT OF HIGHWAY )

30SAFETY AND MOTOR VEHICLES, )

35)

36Respondent. )

38)

39and )

41)

42AMERICAN BANKNOTE COMPANY, )

46)

47Intervenor. )

49_______________________________)

50RECOMMENDED ORDER

52Pursuant to notice, a formal hearing was conducted in this case on April

6510, 1991, in Tallahassee, Florida, before J. Stephen Menton, a duly designated

77Hearing Officer of the Division of Administrative Hearings.

85APPEARANCES

86For Petitioner: Laura Patallo, Esquire

91HUGHES, HUBBARD & REED, P.A.

96801 Brickell Avenue, Suite 1100

101Miami, Florida 33131

104For Respondent: Enoch J. Whitney

109General Counsel

111Michael J. Alderman

114Assistant General Counsel

117Department of Highway Safety

121and Motor Vehicles

124Neil Kirkman Building, A-432

128Tallahassee, Florida 32399-0504

131For Intervenor: Robert S. Cohen, Esquire

137Haben, Culpepper, Dunbar & French, P.A.

143306 N. Monroe Street

147Tallahassee, Florida 32301

150STATEMENT OF THE ISSUE

154The issue in this case is whether Banknote Corporation Of America, Inc.'s

166challenge to the Department of Highway Safety and Motor Vehicle's proposed award

178of a contract to American Banknote Company pursuant to Invitation to Bid No. 84-

19291 should be upheld. Necessarily involved in the resolution of this issue is a

206determination of whether the bid proposal submitted by Banknote Corporation of

217America should be rejected as non-responsive.

223PRELIMINARY STATEMENT

225On February 11, 1991, the Department of Highway Safety and Motor Vehicles

237(the "Department") released Invitation To Bid No. 84-91 (the " ITB"). The ITB

251requested bids for the manufacture of printing plates for certain motor vehicle

263title certificates and the printing of the certificates. After the bid opening,

275the Department announced its intention to award the bid to the Intervenor,

287American Banknote Company ("ABC"). The Department deemed a lower bid submitted

300by Banknote Corporation of America, Inc., (" BCA") to be non-responsive to the

314ITB.

315BCA timely filed a Notice of Intent to Protest the award on March 5, 1991.

330BCA's formal written protest was filed on March 11, 1991. BCA's protest

342challenged the anti-competitive nature of the bid and the Department's decision

353to disqualify BCA as a bidder and the Department's intent to award the bid to

368ABC. The case was referred to the Division of Administrative Hearings (" DOAH")

382which noticed and conducted a hearing pursuant to Section 120.53(5), Florida

393Statutes. Prior to the hearing, ABC filed a Petition to Intervene in the

406proceeding. That Petition was granted during a telephone hearing on April 1,

4181991.

419At the time the case was transferred to DOAH, the Department filed a Motion

433to Dismiss. Hearings on that Motion were conducted on April 1, 1991 and April

4472, 1991. As a result of those hearings, BCA was directed to serve an Amended

462Petition which was filed on April 3, 1991. As part of its Motion To Dismiss,

477Respondent pointed out that the ITB required a prospective bidder to raise any

490questions concerning the conditions and specifications of the bid in writing at

502least ten days prior to the bid opening. The ITB also provided that any

516prospective bidder who disputed the reasonableness of the terms and conditions

527of the ITB was required to file a Petition in accordance with Section 120.53(5),

541Florida Statutes and that the failure to file a protest within the applicable

554time limits would constitute a waiver of the right to a formal proceeding under

568Chapter 120. In view of these provisions in the ITB, the requirements of

581Section 120.53(5) and the applicable case law, the parties were advised during

593the telephone conference hearing on April 2, that Petitioner's failure to file a

606written Notice of Protest with respect to the bid specifications within the time

619frame set forth in the statute was deemed to be a waiver of its right to a

636formal proceeding to challenge the reasonableness of those bids specifications.

646This issue is addressed in more detail in the conclusions of law below. The

660parties were advised during the telephone hearing that the Motion to Dismiss was

673otherwise denied without prejudice to the ability of the Respondent to renew its

686legal arguments in opposition to the protest at the conclusion of the final

699hearing.

700At the hearing, four joint exhibits were accepted into evidence. In

711addition, the parties requested that official recognition be taken of the

722following rules and statutes: Rules 13A-1.001(13)(a) and (35), 13A-1.002(10),

73113A-1.006, and 13A-1.011-.015, Florida Administrative Code; Rule 15-2.003,

739Florida Administrative Code; and Sections 287.012(13), (16) and (17),

748287.057(1), 283.33(1), 319.23 and 319.32, Florida Statutes.

755Petitioner presented the testimony of Martin Ferenczi, the President and

765Chief Executive Officer of BCA, and Gordon Hutton, the group president of the

778Market Division of Canadian Banknote Company. Respondent presented the

787testimony of William Russell Rothman, the Chief of General Services for the

799Respondent, who was accepted as an expert in purchasing procedures, and Harlan

811Moore, the Assistant Bureau Chief with the Bureau of Title and Lien Services for

825the Department. Respondent offered one composite exhibit into evidence which

835was accepted over Petitioner's objection. The Intervenor presented the

844testimony of Paul Amatucci, Executive Vice President in charge of sales and

856marketing for ABC.

859On April 29, 1991, the Petitioner filed a Motion To Supplement Record.

871Attached to that Motion were two additional exhibits which Petitioner has

882requested be included as a supplement to the record in this case. These

895exhibits address an issue raised by one of the Department's witnesses during the

908formal hearing in this cause. Exhibit A to that Motion was a letter dated July

92330, 1990 from the Department to BCA explaining the procedures for registering

935with the Florida Division of Purchasing. Exhibit B to that Motion was a Vendor

949Registration Application filed by BCA on November 5, 1990 with the State of

962Florida Department of General Services.

967On May 3, 1991, the Intervenor filed a Response to Petitioner's Motion To

980Supplement Record. On May 6, 1991, Petitioner filed a Reply to Intervenor's

992Response to Petitioner's Motion to Supplement Record. On May 6, 1991 Intervenor

1004filed a Motion to Strike Reply to Intervenor's Response to Petitioner's Motion

1016to Supplement Record. On May 7, 1991, the Respondent filed a Memorandum in

1029Opposition to Motion to Supplement Record. All of those Motions and Replies

1041have been reviewed and considered. Petitioner has offered the supplemental

1051exhibits in response to certain testimony at the hearing by Mr. Rothman on

1064behalf of the Department indicating that BCA was not listed on the State's

1077Vendor Data Base. Mr. Rothman's testimony in this regard was offered as an

1090additional basis for disqualifying the bid submitted by BCA. This alleged basis

1102for disqualification had not been cited by the Department prior to the hearing

1115in this matter. At the hearing, BCA's representatives were unsure as to the

1128company's status with respect to this registration. In view of the extremely

1140short time frames involved in a proceeding under Section 120.53, the limited

1152time for discovery and the lack of prior knowledge of the Department's position,

1165the Petitioner's Motion To Supplement Record is granted and the exhibits

1176attached to that Motion are accepted into evidence. The relevancy of these

1188documents is discussed in the Conclusions of Law below.

1197A transcript of the proceeding has been filed. All of the parties have

1210timely filed proposed recommended orders which include proposed findings of fact

1221and conclusions of law. A ruling on each of the parties' proposed findings of

1235fact is included in the Appendix attached to this Recommended Order.

1246FINDINGS OF FACT

1249Based upon the oral and documentary evidence adduced at the final hearing

1261and the entire record in this proceeding, the following findings of fact are

1274made.

12751. On February 11, 1991, the Department of Highway Safety and Motor

1287Vehicles (the "Department") released Invitation to Bid 084-91 (the " ITB")

1299seeking bids for the printing of certain motor vehicle title certificate forms.

1311The ITB was promulgated by the Division of Purchasing of the Department of

1324General Services (" DGS") after the Department received an authorized request

1336for a purchase order from the Department's Division of Motor Vehicles. The

1348request for a purchase order contained certain specifications indicating how the

1359Division of Motor Vehicles wanted the title certificates to be manufactured.

13702. The title documents which are the subject of the ITB are used in

1384Florida as proof of ownership of a motor vehicle or mobile home. The Florida

1398Statutes require the Department to provide a secure title document to protect

1410the public from counterfeiting and to provide some confidence in the title

1422documents for lenders and others who rely upon the documents as proof of

1435ownership. See, Section 319.23(10), Florida Statutes.

14413. The Department has been issuing a "secure" title or banknote type title

1454since approximately 1982. The basic specifications for the contract for printing

1465these documents have been virtually unchanged since that time.

14744. The company to whom the Department proposes to award the contract, ABC,

1487has held the contract for the production of automobile title certificates in

1499Florida since 1982, with the exception of one year when the award went to United

1514States Banknote Company. United States Banknote Company has subsequently merged

1524with ABC and is now the holding company for ABC.

15345. ABC is the second largest security printing company in the world and

1547the largest in North America. ABC produces secure documents for the federal

1559government, including U.Seasury checks, as well as all other checks issued

1570by the United States Government, Social Security Cards, postage stamps and food

1582stamps. The company also prints gas rationing coupons for NATO Forces in

1594Europe, travelers checks for major issuers around the world such as American

1606Express, stocks and bonds, foreign currency and other documents that require

1617high security in their production. ABC produces motor vehicle title

1627certificates in at least twenty one states. The company was founded in the late

16411700's and has been continuously involved in the printing of government

1652documents and high security documents since that time. It is one of only a few

1667high security printing companies in the world. The unique characteristics of

1678the security printing industry are discussed in more detail below.

16886. The form of the ITB had been used by the Division of Purchasing of DGS

1704on at least two occasions in the past. The evidence did not establish how many

1719responsive bids had been received in previous years when the contract for

1731printing title certificates was let out for bid.

17397. The Department's procedure for issuing a title are highly automated and

1751require the use of a continuous form document. The items of bid specified by

1765the ITB are two series of motor vehicle title forms, denominated "A" and "B".

1780Both of these items are to be "One part; regular pin-feed marginal punched

1793continuous strip".

17968. To authorize the release of the ITB, the Department checked the

1808availability of funding with the Department's Bureau of Budget to determine

1819which fiscal year would qualify for the additional printing of title

1830certificates within the budget. Advertising was purchased in the Florida

1840Administrative Weekly and a bidders' list was obtained from the Division of

1852Purchasing. BCA was not on the list of registered bidders obtained from the

1865Division of Purchasing. At the hearing, BCA's absence from the State Vendor

1877Data Base was cited by the Department's representatives as an additional reason

1889for the disqualification of BCA's bid. It does not appear that BCA's absence

1902from this list was known and/or considered at the time the Department decided to

1916disqualify BCA's bid. 1/

19209. Paragraph 23 of the General Conditions of the ITB provided as follows:

1933PUBLIC PRINTING: A bidder must have at the

1941time of the bid opening a manufacturing plant

1949in operation which is capable of producing the

1957items of the bid, and so certify upon the

1966request of the agency.

1970* * *

1973(a) CONTRACTS NOT TO BE SUBLET: In accordance

1981with Class B Printing Laws and Regulations

1988printing contracts cannot be sublet.

199310. General Condition 23 of the ITB is part of the form document prepared

2007by DGS and applies to all public printing contracts that are set out for bid in

2023the state. It is clear that this General Condition does not take into account

2037the very unique characteristics of high security printing industry which are

2048discussed in more detail below.

205311. The second paragraph of the Special Condition of the ITB entitled

"2065Security Markings" provided:

2068All bidders must submit with their bid a

2076letter stating that they will insert their

2083own secret markings and will be able to prove

2092titles were produced in their own plant.

2099(emphasis added.)

210112. General Condition 8 of the ITB provided as follows:

2111Any questions concerning conditions and

2116specifications shall be directed in writing

2122to this office for receipt no later than ten

2131(10) days prior to the bid opening. Inquiries

2139must reference the date of bid opening and bid

2148number. No interpretation shall be considered

2154binding unless provided in writing by the

2161State of Florida in response to requests in

2169full compliance with this provision. Any

2175actual or prospective bidder who disputes the

2182reasonableness, necessity or competitiveness

2186of the terms and conditions of the Invitation

2194to Bid, bid selection or contract award

2201recommendation, shall file such protest in

2207form of a petition in compliance with Rule

221513A-1.006, Florida Administrative Code.

2219Failure to file a protest within the time

2227prescribed in Section 120.53(5), Florida

2232Statutes, shall constitute a waiver of

2238proceedings under Chapter 120, Florida

2243Statutes.

224413. A separate paragraph of the Special Conditions entitled

"2253Interpretations/Disputes" provided as follows:

2257In addition to General Condition 8, the

2264following shall prevail.

2267Failure to challenge the specifications of

2273the Invitation to Bid within the time

2280prescribed in Section 120.53(5), Florida

2285Statutes (1985),[sic] and Rule 15-2.003(2)(b),

2291[sic] Florida Administrative Code, will

2296constitute a waiver of proceedings under

2302Section 120, Florida Statutes.

230614. The 1985 version of Section 120.53(5) did not specifically address the

2318deadline for filing a protest of the specifications in an invitation to bid.

2331However, in 1990 the legislature amended the statute to clearly state that a

2344protest of the specifications had to be filed within 72 hours after receipt of

2358the specifications. No questions regarding the specifications or general

2367conditions were received by the Department within the time frame set forth in

2380General Condition 8. No formal protest of those conditions was filed within the

2393timeframe set forth in Section 120.53(5), Florida Statutes (1990 Supp.).

240315. The ITB contained the following Special Conditions:

2411Security

2412Due to the nature of these forms, the

2420successful bidder must maintain strict

2425security on the premises by a recognized

2432security force. The minimum in-plant security

2438must be maintained while producing forms and

2445until turned over to the common carrier.

2452The following minimum security shall prevail:

2458(A) 24 hour guard service must be maintained

2466by a certified security firm approved by this

2474Department. Said security can be of vendor's

2481employees or outside security force, but must

2488be approved by the Department. If bidder uses

2496a type of security system other than guard

2504service, this should be outlined in an

2511affidavit and if satisfactory with the

2517Department will be approved.

2521(B) Each production run must be made under

2529close supervision and initialed by supervisor.

2535(C) All press pull-ins, trim and waste must

2543be shredded immediately in an electric

2549shredder at press.

2552(D) All negatives and plates must be

2559maintained under lock and key by plant

2566supervisor when not in use.

2571(E) Unauthorized personnel must not be

2577permitted in "Restricted Areas" within the

2583plant.

2584(F) Upon expiration of contract, plates must

2591be destroyed. This will be done in the

2599presence of a representative from this

2605Department if we make prior request.

2611(G) This Department reserves the right to

2618spot check the running of the forms to see if

2628proper security is being carried out.

2634EACH BID MUST CONTAIN AN OUTLINE OF SECURITY

2642BIDDER PROPOSES TO FURNISH. THIS MUST BE IN

2650AFFIDAVIT FORM ON VENDOR'S LETTERHEAD, SIGNED

2656WITH SIGNATURE NOTARIZED. LOCATION OF

2661PRINTING PLANT MUST BE INCLUDED IN THIS

2668CERTIFICATION. (Emphasis and capitalization

2672in original)

2674* * *

2677Bid Award. It is anticipated award will be

2685made to the responsive lowest bidder on an

"2693all or none" basis. The Department of

2700Highway Safety and Motor Vehicles reserves

2706the right to reject any or all bids and to

2716waiver [sic] any minor irregularity or

2722technicality in bids received.

2726* * *

2729Minor Bid Exceptions. This Department

2734reserves the right to waive minor deviations

2741or exceptions in bids providing such action

2748is in the best interest of the State of

2757Florida. Minor deviations/exceptions are

2761defined as those that have no adverse effect

2769upon the State's interest and would not affect

2777the amount of the bid by giving a bidder an

2787advantage or benefit not enjoyed by other

2794bidders.

279516. Thirteen Bidder Acknowledgments were returned to the Department in

2805response to the ITB, but only two actual bids were received. Those two bids

2819were submitted by BCA and ABC. At least seven of the other eleven companies

2833that returned Bidder Acknowledgments indicated the reason they did not submit a

2845bid was their inability to manufacture the title documents in accordance with

2857the specifications.

285917. Each of the bids included a certification that the bidder "agree[s] to

2872abide by all conditions of this bid... and that the bidder is in compliance with

2887all requirements of the Invitation to Bid, including but not limited to

2899certification requirements in submitting a bid to an agency for the State of

2912Florida. ..." Each bidder had to submit a bid bond and be prepared to provide

2927a performance bond upon award of the contract.

293518. BCA's bid was in the amount of $429,502.08. ABC's bid was in the

2950amount of $451,000.00.

295419. At the bid opening on March 5, 1991, the Department was notified by

2968ABC that BCA did not have the ability to manufacture the items of bid at its own

2985plant. As a result, ABC suggested that BCA was not in compliance with the

2999requirements of the ITB and BCA's bid should be deemed non-responsive. Mr.

3011Rothman of the Department telephoned BCA and spoke with Philip Hurwitz, a Vice

3024President of Manufacturing and the person who signed the Bidder Acknowledgment

3035on behalf of BCA. Mr. Hurwitz informed Mr. Rothman that while BCA had the

3049ability to produce the required printing plates, BCA did not presently have the

3062in-house ability to print the items of bid in the form required. After learning

3076these facts, the Department issued its Notice of Intended Award and Bid

3088Tabulation, naming ABC as the successful bidder.

309520. BCA filed a Notice of Protest on March 5, 1991 and a Formal Written

3110Protest on March 11, 1991.

311521. In order to properly evaluate the evidence in this case, it is

3128important to understand certain characteristics of the security printing

3137business. The creation of a "secure" document requires highly specialized

3147personnel and elaborate security measures. There are very few security printing

3158companies in the world.

316222. The objective of creating a "secure" document is to make it as

3175difficult as possible for that document to be counterfeited. The intaglio

3186method of printing is used because of the difficulty of creating intaglio

3198printing plates. An intaglio document is a document that when printed has a

3211raised or embossed surface. The engraving or creation of intaglio plates is the

3224key to security printing. Without the intaglio plate, a security document

3235cannot be produced.

323823. In order to create "secure" documents such as the Series A and Series

3252B motor vehicle certificates requested by the ITB, a security printer first

3264creates the artwork, then creates an intaglio printing plate, then produces the

3276offset printing plates. All these plates are then used with an intaglio press

3289to produce a high security document.

329524. There are two types of output by intaglio printers (in other words,

3308two types of intaglio documents,) sheet intaglio and web intaglio. Sheet

3320intaglio are documents printed in separate sheets. Web intaglio is when a

3332document is printed in a continuous form. Since the ITB calls for a continuous

3346form document, web intaglio printing is required.

335325. There are very few web intaglio printing presses in the world. While

3366there is apparently one other company in the United States that has such a

3380press, that company, Midwest Banknote, only recently acquired its web intaglio

3391press and did not bid on this project. Other than ABC, no other company with

3406web intaglio printing capabilities bid on this project. In fact, the evidence

3418indicates that there only a couple of other companies in the world that have web

3433intaglio presses.

343526. Because of the highly technical processes necessary for security

3445printing and the costly and specialized equipment involved, it is very common in

3458the security printing business for security printers to work with each other.

3470This cooperation has been accomplished without any compromising of security.

3480For example, ABC has worked with BCA and Canadian Banknote Company Ltd.

3492("Canadian Banknote") often in the past.

350027. BCA is a Delaware corporation which began its operations upon taking

3512control of an old ABC plant, called the Ramapo Plant, in Suffern, Rockland

3525County, New York, on April 19, 1990.

353228. BCA was created when, in the Fall of 1989, the United States

3545Department of Justice required the creation of a stand-alone security printer as

3557a condition to approval of the merger between United States Banknote and ABC. A

3571stand-alone security printer means a security printer that is capable of

3582producing all items of high security printing. BCA was specifically established

3593to maintain competition in the security printing industry.

360129. BCA is a full fledged stand-alone security printer, with both

3612origination capability and production capability. Origination capability is the

3621ability to create or manufacture intaglio printing plates from which intaglio

3632documents can be printed.

363630. BCA does not currently have a web intaglio press. Therefore, it

3648contracts with another high security printer when web intaglio documents are

3659required.

366031. BCA has printed and continues to print high security documents using

3672the intaglio process and has produced, among other things, stocks and bonds,

3684gift certificates, automobile titles, and certificates of origin. BCA has also

3695done work for the United States Department of State on visas as well as work on

3711consular birth certificates. BCA has printed automobile titles at its Suffern,

3722New York Ramapo Plant for the State of New Hampshire and has recently been

3736awarded a three year printing contract for automobile titles for the State of

3749Kansas. The automobile titles for Kansas will be continuous form documents and

3761Canadian Banknote will do the actual printing of the certificates based upon

3773plates produced by BCA.

377732. BCA is capable of creating the artwork as well as the intaglio plates

3791from which the Series A and Series B title certificates would be printed. All

3805of this work would be done at its Suffern, New York plant.

381733. The security provided at BCA's Ramapo plant in Suffern, New York,

3829conforms to the security requirements contained in the ITB. The Department has

3841inspected the Ramapo Plant and found security conditions there were acceptable.

385234. Under BCA's proposal, the Series A and Series B title certificates

3864would be printed by Canadian Banknote from intaglio plates created by BCA.

3876Canadian Banknote has one of the few web intaglio presses in North America.

3889BCA's intent to have the printing of the title certificates done by Canadian

3902Banknote was not set forth in its response to the ITB. Canadian Banknote's

3915name, address, qualifications and abilities were not included as part of BCA's

3927response and BCA did not submit any affidavits or statements from Canadian

3939Banknote regarding security. No written contract exists between BCA and

3949Canadian Banknote for the printing of the motor vehicle title certificates in

3961the event that BCA is awarded the bid.

396935. In its response to the ITB, BCA provided a description of the security

3983system at its Suffern, New York plant. No explanation or details were given

3996regarding security at Canadian Banknote.

400136. At the hearing in this cause, a representative of Canadian Banknote

4013testified. He confirmed the unique characteristics of the high security

4023printing business. He also provided information indicating that Canadian

4032Banknote can meet the security requirements necessary to produce secure

4042documents. However, that evidence was not presented to the Department as part

4054of BCA's response to the ITB and, therefore, is an improper supplement to BCA's

4068bid proposal.

407037. At the time of the submission of a response to the ITB by BCA,

4085Canadian Banknote was unaware that BCA was submitting a proposal. No requests

4097had been made of Canadian Banknote to supply details regarding the security of

4110its plant for purposes of the ITB. Canadian Banknote never reviewed the plan of

4124security that was part of the response to the ITB submitted by BCA nor was

4139Canadian Banknote consulted concerning the plan of security prior to the

4150submission of a price by BCA.

415638. If Canadian Banknote undertook to print the title certificates for

4167BCA, it is conceivable that Canadian Banknote would subcontract some of

4178nonsecurity aspects of the printing from BCA to other printing companies.

418939. BCA's intention to have the title certificates printed by Canadian

4200Banknote is contrary to the provisions of General Condition 23 of the ITB and

4214the Special Condition entitled "Security Markings".

422140. Canadian Banknote was formed in 1897 and has been in operation almost

4234100 years. The Canadian Banknote plant used to be owned by ABC. Canadian

4247Banknote was affiliated with ABC until 1976.

425441. Canadian Banknote is a high security printer and has in place the

4267surveillance, employment standards, and physical security that are typical of

4277the high security printing business. In addition, high security is provided in

4289the accountability of documents. Canadian Banknote produces banknotes,

4297passports, traveler's checks, bonds, stock certificates, vital statistic

4305documents and a variety of other documents where security is required. Canadian

4317Banknote has printed banknotes for the Central Bank of Canada for many years.

433042. The evidence established that BCA can arrange for secure shipment of

4342the plates to Canadian Banknote in a sealed crate by either dedicated or bonded

4356courier. The offset and intaglio plates would be sent separately. This method

4368of transporting plates is in keeping with industry standards. BCA has

4379contracted with at least one other state for the printing of automobile title

4392certificates using continuous form (web intaglio) printing where the plates are

4403prepared by BCA and the printing is done by Canadian Banknote. There is no

4417indication of any security problems in this arrangement.

442543. The Department contends that in order to meet the conditions of the

4438ITB, a bidder must own the plant where the certificates are to be printed. The

4453Department also contends that the terms of the ITB prevent the subletting of any

4467portion of the contract. The evidence demonstrates that, aside from ABC, none

4479of the other companies from whom bids were solicited could comply with these

4492conditions. In fact, there is at most one other company in the United States

4506and only a couple of companies in the entire world who could possibly produce

4520the intaglio plates and print continuous form (web) intaglio certificates. None

4531of the other companies with that capability were solicited to submit a bid on

4545this project.

454744. The ITB requirements that a bidder have a plant capable of producing

4560the items of bid and that no portion of the contract can be sublet have been

4576included as conditions in the ITB since at least 1982. It was not until

4590sometime after the bid opening in March of 1991 that the Department's

4602representatives became aware that only ABC and perhaps one other company in the

4615United States had the in-house capability to print web intaglio documents.

462645. After BCA's bid proposal was determined to be non-responsive, the only

4638responsive bid to the ITB was from ABC.

464646. ABC's bid proposal anticipates that ABC would do all of the work. If

4660subletting of the contract were allowed, ABC may have been able to reduce the

4674amount of its bid proposal by subletting the continuous form web lithographic

4686printing (the first part of the production of motor vehicle title certificates)

4698to a non-security printer that had lower overhead costs. ABC did not explore

4711such possibilities prior to submitting its proposal because of the provisions of

4723General Condition 23 in the ITB.

472947. ABC actually prints the automobile title certificates at a location

4740that is different from the site where the plates are engraved. Therefore, when

4753new plates are prepared, they must be transported and appropriate security is

4765arranged for the transportation of the plates to the printing plant. Such

4777transportation is in accordance with industry standards and does not violate the

4789security provisions of the ITB.

479448. After BCA was disqualified and the Department determined that only one

4806responsive bid was received, the Department requested permission from DGS to

4817award the bid to the one responsive bidder, ABC. DGS halted their evaluation of

4831the request when BCA filed its Notice of Intent to Protest. DGS has indicated

4845that it will not take any further action on the request until the protest is

4860resolved.

486149. While the Department contends that it examined the reasons why only

4873one responsive bid was received, no formal report was prepared. The evidence at

4886the hearing in this cause established that the reason why only one responsive

4899bid was received is because of the extremely limited number of high security

4912printing companies and the even fewer number of companies with the ability to

4925print web intaglio documents in-house.

493050. The Department is concerned that permitting any portions of the

4941contract to be sublet could compromise the security of the title documents

4953and/or reduce the accountability of the successful bidder. When a contract is

4965issued for the production of title certificates, the Department inspects the

4976plates and places its markings on the documents involved. If printing of the

4989documents was allowed to be sublet, the Department would also have to inspect

5002the security of the company doing the printing and verify the security of the

5016transportation methods.

501851. The evidence established that the security of the title documents

5029could be maintained even if a bidder were permitted to sublet the actual

5042printing of the documents to another high security printer.

5051CONCLUSIONS OF LAW

505452. The Division of Administrative Hearings has jurisdiction over the

5064parties to, and the subject matter of, these proceedings. Section 120.53(5) and

5076Section 120.57(1), Florida Statutes.

508053. The purpose of competitive bidding was explicated in Hotel China &

5092Glassware Co. v. Board of Public Instruction, 130 So.2d 78,81 (Fla. 1st DCA

51061961), where the court stated as follows:

5113Competitive bidding statutes are enacted for

5119the protection of the public. They create a

5127system by which goods or services required by

5135public authorities may be acquired at the

5142lowest possible cost. The system confers upon

5149both the contractor and the public authority

5156reciprocal benefits, and exacts from each of

5163the reciprocal obligations. The bidder is

5169assured fair consideration of his offer, and

5176is guaranteed the contract if his is the

5184lowest and best bid received. The principal

5191benefit flowing to the public authority is

5198the opportunity of purchasing the goods and

5205services required by it at the best price

5213obtainable. Under this system, the public

5219authority may not arbitrarily or capriciously

5225discriminate between bidders, or make the

5231award on the basis of personal preference.

5238(emphasis added)

524054. Competitive bidding statutes should be construed to advance their

5250purpose and to avoid their being circumvented. Webster v. Belote, 103 Fla. 976,

5263138 So. 721 (1931).

526755. Section 120.53(5), Florida Statutes, establishes a statutory framework

5276for resolution of protests arising from the contract bidding process.

528656. A formal administrative proceeding under Section 120.53(5) is a de

5297novo proceeding which is intended to formulate final agency action and is not

5310aimed at merely reviewing the agency's preliminary action or decision. The

5321hearing officer's function is to help formulate what the agency's final action

5333should be and not merely to review whether the agency's preliminary action or

5346initial decision is arbitrary, capricious or departs from the requirements of

5357law. In a de novo proceeding such as this, the hearing officer assists in

5371formulating agency action by considering all the evidence presented, resolving

5381conflicts therein, drawing permissible inferences from the evidence and reaching

5391ultimate findings of fact and recommending legal conclusions to be drawn

5402therefrom. See, Beverly Enterprises-Florida Inc. v. Department of Health and

5412Rehabilitative Services, 512 So.2d 1011, 101515 (Fla. 1st DCA December 14,

54231990); Heifetz v. Department of Business Regulation, 475 So.2d 1277 (Fla. 1st

5435DCA 1985). The hearing officer does not function as a reviewing tribunal which

5448considers an agency's preliminary decision in a review capacity, while according

5459that preliminary decision a presumption of correctness. McDonald v. Department

5469of Banking and Finance, 346 So.2d 569 (Fla. 1st DCA 1977).

548057. The case of Department of Transportation v. Groves-Watkins, 530 So.2d

5491912 (Fla. 1988) is not apposite because the wide discretion accorded to the

5504decisions of public agencies to reject all bids and re-bid a project is not at

5519issue here. The facts of this case are clearly distinguishable from those in

5532Groves-Watkins. In this case, the issues involve the Department's decision to

5543reject one bid as non-responsive and award the contract to the only other

5556bidder. Groves-Watkins involved a decision by the Florida Department of

5566Transportation (DOT) to reject all bids on a highway construction project

5577because the bids exceeded the pre-bid estimate. The court noted that DOT was

5590granted statutory discretion to award the bid to the lowest responsive bidder or

5603to reject all bids. 530 So.2d at 914. The Groves-Watkins court adopted the

5616majority view that, where an agency is authorized to reject all bids and does

5630so, judicial intervention should be limited to cases where the purpose or effect

5643of the agency action is to defeat the integrity of competitive bidding.

565558. The narrow standard of review adopted by the court in Groves-Watkins

5667does not apply here. In this case, the Hearing Officer should sit on behalf of,

5682and in the place of, the agency head and should examine the evaluation process

5696de novo. Capeletti Brothers, Inc. v. Department of General Services, 423 So.2d

57081359 (Fla. 1st DCA 1983); Couch Construction Company v. Department of

5719Transportation, 361 So.2d 172 (Fla. 1st DCA 1978). The undersigned has

5730conducted a de novo review of the facts and has independently reviewed the

5743relevant and material aspects of the evaluation of the bids in this case.

575659. The first issue to be resolved in this case is whether the

5769Department's decision to reject the bid submitted by BCA was justified. Section

5781287.057, Florida Statutes requires all contracts for the purchase of commodities

5792or contractual services to be awarded by competitive sealed bidding to the

5804lowest responsive bidder. Section 287.057(1), Florida Statutes, (1990 Supp.),

5813provides "...The contract shall be awarded... to the qualified and responsive

5824bidder who submits the lowest responsive bid. This bid must be determined in

5837writing to meet the requirements and criteria set forth in the invitation to

5850bid." The legislative intent behind the enactment of Chapter 287 is to foster

"5863fair and open competition" which the legislature recognizes as "a basic tenet

5875of procurement." Section 287.001, Florida Statutes.

588160. Section 283.33(2), Florida Statutes (1990 Supp.) provides that "that

5891all printing of publications that cost in excess of the threshold amount

5903provided in s.287.017 for Category Two and purchased by agencies shall be let

5916upon contract to the lowest responsive bidder, who shall furnish all materials

5928used in printing."

593161. Section 287.012(13), Florida Statutes (1990 Supp.), provides:

"5939Qualified bidder," "responsible bidder,"

"5943qualified offeror" or "responsible offeror,"

5948means a person who has the capability in all

5957respects to perform fully the contract

5963requirements and has the integrity and

5969reliability which will assure good faith

5975performance.

597662. Section 287.012(16), Florida Statutes (1990 Supp.), provides:

"5984Responsive bid" or "responsive proposal"

5989means the bid or proposal submitted by a

5997responsive, and responsible or qualified,

6002bidder or offeror which conforms in all

6009material respects to the invitation to bid or

6017request for proposals."

602063. The ITB in this case clearly required that a bidder have a

6033manufacturing plant in operation which was capable of producing the items of

6045bid. The bidder had to be able to prove that the titles would be produced in

6061its own plant. Moreover, the ITB required each bid to set forth the location of

6076the printing plant and provide a certification as to the security that would be

6090furnished. BCA's bid proposal did not meet these requirements. BCA does not

6102have a web intaglio printer and, therefore, it can not print the title

6115certificates in its own plant. As a result, BCA cannot meet the requirements of

6129the ITB and is not a qualified bidder. Furthermore, BCA's proposal was non-

6142responsive because there was no mention of Canadian Banknote, the location of

6154the printing plant and/or the security that would be furnished at the plant.

6167BCA's response only described the security at its New York plant. It was silent

6181as to the security and location of the Canadian Banknote plant.

619264. BCA argues that, since it would manufacture the intaglio plates,

6203supervise the printing and assure that necessary security measures are taken,

6214its failure to disclose the location of the actual printing plant should be

6227considered a non-material deviation. The standard for determining whether a

6237deviation in a bid proposal is "material" was set forth in Robinson Electrical

6250Company, Inc. v. Dade County, 417 So.2d 1032, 1034 (Fla. 3rd DCA 1982) as

6264follows:

6265... First, whether the affect of a waiver

6273would be to deprive the municipality of

6280assurance that the contract would be entered

6287into, performed and guaranteed according to

6293its specified requirements, and second,

6298whether it is of such a nature that its waiver

6308would adversely affect competive bidding by

6314placing a bidder in a position of advantage

6322over other bidders or by otherwise undermining

6329the necessary common standard of competition.

633565. Applying this standard, it is clear that BCA's failure to disclose the

6348location of the printing plant and its failure to fully set forth the security

6362surrounding the printing were material deviations for which its bid was properly

6374deemed non-responsive. In order to evaluate the bids, the Department had to

6386have assurances that the bidder would be providing adequate security throughout

6397the manufacturing process. BCA's response failed to provide the information

6407necessary for the Department to reach this conclusion. BCA should not be

6419allowed to supplement its proposal after the fact to provide this information.

6431Furthermore, if BCA alone is exempted from General Condition 23, the evidence

6443indicates that it may be granted some advantage vis-a-vis ABC which might have

6456been able to submit a lower bid if it could have subcontracted out some of the

6472lithographic printing to a non-security printing company, and over other

6482potential bidders who would have submitted similar bids had they been deemed

6494acceptable to the Department.

649866. The Department and the Intervenor argue that Rule 13A-1.013(14),

6508Florida Administrative Code (formerly 13A-1.013(5)) provides an additional basis

6517for disqualfying BCA. That Rule provides for the registration of "new bidders"

6529as follows:

6531Any printing firm desiring to bid on State

6539Agencies' requirements of printing shall first

6545file a request with the Division of Purchasing,

6553who shall investigate the request to determine

6560that the firm's resources, service reputation,

6566manufacturing capability and experience are

6571accurate for performing on contract with the

6578State to supply the printing and services in

6586the classification on which it submits bids.

659367. The evidence did not establish that BCA's alleged failure to comply

6605with this rule was a basis for the Department's determination that BCA's bid was

6619non-responsive. In any event, the supplemental exhibits filed by BCA

6629established that BCA filed its request with DGS prior to submitting its proposal

6642in this case. It is not clear whether DGS completed its investigation of BCA.

6656The wording of the rule does not make completion of the DGS investigation a

6670prerequisite to submitting a bid or being awarded a contract.

668068. In this proceeding, BCA has sought to challenge the provisions of

6692General Condition 23 and the prohibition against subletting as being anti-

6703competitive. However, General Condition 8 and the Special Condition entitled

"6713Interpretation/Disputes" provided a clear point of entry to challenge the terms

6724and conditions of the ITB. Having failed to file a protest of the terms and

6739conditions within the appropriate time frame, BCA has waived its right to a

6752hearing on the fairness of the conditions and specifications of the ITB.

6764Section 120.53(5)(b), Florida Statutes; Rule 15-2.003, Florida Administrative

6772Code; Capeletti Brothers Inc. v. Department of Transportation, 499 So.2d 855

6783(Fla. 1st DCA 1986), reviewed denied 509 So.2d 855.

679269. Although BCA's bid was properly deemed non-responsive, the Department

6802is not obligated to award the contract to ABC. Indeed, Section 287.057(3)

6814provides that, except in certain specified situations, an agency may not award a

6827contract except through "competitive sealed bids."

683370. Section 287.012(5) defines competitive sealed bids as follows:

"6842competitive sealed bids" or "competitive

6847sealed proposals" refers to the receipt of

6854two or more sealed bids or proposals

6861submitted by responsive and qualified bidders

6867or offerors.(emphasis added)

6870This definition was added to the statute in 1988 apparently in response to

6883the First District Court of Appeals decisions in Satellite Television

6893Engineering Inc. v. Department of General Services, 522 So.2d 440 (Fla. 1st DCA

69061988) and Harris/3M v. Office Systems Consultants, 533 So.2d 833 (Fla. 1st DCA

69191988). Under the statutes in effect at the time of those decisions, the term

"6933competitive bids" was not defined in the statute. The court rejected the

6945Department of General Services interpretation that competitive bids required two

6955or more responsive bids. The court held that where there were "two or more bids

6970only one of which 'conforms in all material respects to the Invitation To Bid,'

6985the competitive bidding requirement has been met and the Division may authorize

6997the agency involved to award the contract without instituting a second round of

7010bidding." By adding the "competitive sealed bids" definition to the statute,

7021the legislature has implicitly rejected this interpretation and required that

7031two responsive bids be received in order for the bidding to be deemed

7044competitive and the contract awarded.

704971. Section 287.057(4) (1990 Supp.) provides as follows:

7057(4) If less than two responsive bids or

7065proposals for commodity or contractual

7070services purchases are received, the division

7076may negotiate or authorize the agency to

7083negotiate on the best terms and conditions.

7090The "division" is defined in Section 287.012(a) as the Division of

7101Purchasing of the Department of General Services. In sum, because there was

7113only one responsive bid to the ITB, this contract cannot be awarded without

7126authorization from DGS to negotiate on the best terms and conditions.

713772. In Harris/3M, supra, the Court held that under the prior statute, an

7150agency was not required to obtain authority from DGS prior to awarding a

7163contract to the only responsive bidder. In 1990, the legislature added the

7175above provision which made it clear that, if only one responsive bid is

7188received, an agency must obtain permission from DGS prior to entering into a

7201contract. That provision clearly implies that the agency is not bound to accept

7214the one responsive bid it received. Instead, DGS (or the agency if authorized)

7227is empowered to negotiate a contract so as to achieve the best price possible

7241for the state.

724473. It is not clear what factors DGS will consider in evaluating an

7257agency's request to enter into a contract with a sole responsive bidder. 2/

7270Arguably, DGS will apply the criteria set forth in Rule 13A-1.002(6) in reaching

7283its determination as to whether to permit the Department to enter into

7295negotiations with the sole responsive bidder. Pursuant to this rule, DGS will

7307require the Department to review the circumstances surrounding the bid in order

7319to determine the reasons, if any, why only one responsive bid was received.

733274. As indicated above, BCA has waived the right to directly to challenge

7345the conditions set forth in the ITB. Thus, there is no basis for automatically

7359discarding the ITB and ordering the contract to be rebid. Nonetheless, the

7371facts surrounding the bid process, including the reasons why only one responsive

7383bid was received, are relevant to an evaluation as to whether the contract

7396should be awarded or negotiations initiated with ABC. While there is no

7408evidence that the bid conditions and specifications were deliberately drafted to

7419favor ABC and/or preclude competition, the evidence is clear that, at the time

7432the ITB was developed, the Department's representatives were not aware of the

7444peculiarities of the security printing industry and the extremely limited number

7455of companies with the in-house capability to produce web intaglio documents.

746675. The facts in this case indicate that ABC was well aware of its unique

7481and privileged position as the only bidder that could possibly meet the

7493qualifications set forth in the ITB. Indeed, at the bid opening, ABC's

7505representative immediately alerted the Department's representative that BCA

7513could not meet the conditions set forth in the ITB. It is possible, indeed

7527likely, that ABC was aware of its position prior to submitting its bid. Under

7541these circumstances, it does not appear that the bid process has worked to

7554ensure competition and the resultant best price for the state which are the

7567goals of Chapter 287. Assuming that DGS authorizes the Department to begin

7579negotiations with ABC regarding the award of a contract, the Department should

7591attempt to obtain a better price for the contract or, in the alternative,

7604consider rebidding the contract under a new ITB in order to obtain a more

7618favorable price.

762076. The Department's main concern, which should be the security of the

7632title certificates, could be met if some of the requirements set forth in the

7646ITB are relaxed or modified. While the Department cites to the statutory

7658prohibition against subletting printing contracts, it is not at all clear that

7670the prohibition set forth in that statute applies to contracts for the printing

7683of secured documents. Furthermore, the ITB could be structured in a manner to

7696avoid this conflict and further the intent of the bidding statutes which is to

7710ensure competition and the best possible price for the state.

772077. Respondent has filed a Motion to Tax Costs and Charges. Attached to

7733Respondent's Motion was documentation to support its claims for costs.

7743Respondent seeks to recover $440.00 for court reporter appearances and

7753transcript copy fees. In addition, the Department seeks an award of $1040.00

7765for the emergency purchase of title certificate forms. This purchase was made

7777in order for the Department to continue issuing title certificates during the

7789pendency of this proceeding.

779378. The Motion was filed pursuant to Section 287.042(2)(c), Florida

7803Statutes (1990 Supp.). That Statute provides as follows:

7811If, after completion of the Administrative

7817Hearing process and any appellate court

7823proceedings, the agency prevails, it shall

7829recover all costs and charges which shall be

7837included in the final order or judgement,

7844excluding attorneys' fees.... If the person

7850protesting the award prevails, he shall

7856recover from the agency all costs and charges

7864which shall be included in the final award of

7873judgement, excluding attorneys' fees.

787779. Petitioner has filed Petitioner's Response to Respondent's Motion to

7887Tax Costs and Charges. That Response argues that it is premature to award

7900costs. Respondent also objects to the award of costs relating to the appearance

7913by a court reporter at the two hearings on Respondent's Motion to Dismiss and

7927for the emergency costs of purchasing the title certificates.

793680. Since the statute provides that an award of costs should be set forth

7950in the Final Order, it is appropriate to address the issue of costs in this

7965proceeding. Because Respondent is the prevailing party in this action, it is

7977entitled to an award of costs pursuant to the statute. The costs of the

7991appearances by the court reporter and the cost of the transcript are appropriate

8004and the Final Order should assess these costs against Petitioner. However, the

8016$1040.00 charge for title certificates should not be awarded. This expense was

8028not incurred in Respondent's defense of the bid protest. It was an

8040administrative expense which served no direct role in the defense of this

8052proceeding. Respondent has not provided any authority to justify the award of

8064this cost.

8066RECOMMENDATION

8067Based upon the foregoing findings of fact and conclusions of law, it is

8080RECOMMENDED that the Department enter a Final Order finding the bid submitted by

8093BCA to be non-responsive to the ITB and assessing costs in the amount of $440.00

8108against Petitioner. In addition, the Department should seek approval from DGS

8119to enter into negotiations with ABC regarding the award of the contract. In the

8133absence of a favorable negotiation, the Department should enter a Final Order

8145rejecting all bids and opening the contract up for new bids under terms and

8159conditions that will encourage competitive bids from several sources.

8168DONE AND ORDERED in Tallahassee, Leon County, Florida, this 11th day of

8180June, 1991.

8182__________________________________

8183J. STEPHEN MENTON

8186Hearing Officer

8188Division of Administrative Hearings

8192The DeSoto Building

81951230 Apalachee Parkway

8198Tallahassee, Florida 32399-1550

8201(904) 488-9675

8203Filed with the Clerk of the

8209Division of Administrative Hearings

8213this 11th day of June, 1991.

8219ENDNOTES

82201/ Although the Department's representative testified that BCA was not an

8231approved vendor, BCA had in fact filed a vendor registration application with

8243the Department of General Services on November 1, 1990. It is not clear whether

8257that application was accepted, rejected or still under consideration at the time

8269BCA submitted its bid.

82732/ Rule 13A-1.002(6) applies when "no competitive sealed bids/proposals" have

8283been received. The term "competitive sealed bids" is defined in Rule 13A-

82951.001(38) to refer to the receipt of two or more sealed bids by responsive and

8310qualified bidders. Thus, when only one bid has been received, the provisions of

8323Rule 13A-1.002(6) would appear to apply. This interpretation is consistent with

8334Rule 13A-1.018(b).

8336APPENDIX TO RECOMMENDED ORDER

8340All parties have submitted Proposed Recommended Orders. The following

8349constitutes my rulings on the proposed findings of fact submitted by the

8361parties.

8362The Petitioner's Proposed Findings of Fact

8368Proposed Finding Paragraph Number in the Findings of Fact

8377of Fact Number in the Recommended Order Where Accepted or

8387Reason for Rejection.

83901. Adopted in substance in Findings of Fact

83981.

83992. Adopted in substance in Findings of Fact

84071.

84083. Adopted in substance in Findings of Fact

84169.

84174. Adopted in substance in Findings of Fact

842515.

84265. Rejected as overbroad and vague.

84326. Adopted in substance in Findings of Fact

844016 and 19.

84437. Adopted in substance in Findings of Fact

845116.

84528. Adopted in substance in Findings of Fact

846018.

84619. Adopted in substance in Findings of Fact

846919.

847010. Adopted in substance in Findings of Fact

847820.

847911. Adopted in substance in Findings of Fact

848727.

848812. Adopted in substance in Findings of Fact

849628.

849713. Adopted in substance in Findings of Fact

850528.

850614. Adopted in substance in Findings of Fact

851429.

851515. Adopted in substance in Findings of Fact

852322.

852416. Adopted in substance in Findings of Fact

853223.

853317. Adopted in substance in Findings of Fact

854131.

854218. Adopted in substance in Findings of Fact

855024.

855119. Adopted in substance in Findings of Fact

855926.

856020. Rejected as overbroad and subordinate to

8567Findings of Fact 26.

857121. Adopted in substance in Findings of Fact

857926.

858022. Subordinate to Findings of Fact 8.

858723. Rejected as vague and as a

8594mischaracterization of the testimony.

859824. Adopted in substance in Findings of Fact

860632.

860725. Adopted in substance in Findings of Fact

861533.

861626. Adopted in substance in Findings of Fact

862417.

862527. Adopted in substance in Findings of Fact

863334.

863428. Adopted in substance in Findings of Fact

864240.

864329. Adopted in substance in Findings of Fact

865140.

865230. Adopted in substance in Findings of Fact

866041.

866131. Adopted in substance in Findings of Fact

866941.

867032. Subordinate to Findings of Fact 41.

867733. Rejected as unnecessary and irrelevant.

8683This subject matter is addressed in part

8690in Findings of Fact 36 and 41.

869734. Rejected as unnecessary and irrelevant.

8703This subjct matter is addressed in

8709Findings of Fact 36 and 41.

871535. Rejected as unnecessary and irrelevant.

8721This subject matter is addressed in

8727Findings of Fact 36 and 41.

873336. Rejected as irrelevant and unnecessary.

8739This subject matter is addressed in part

8746in Findings of Fact 36 and 42.

875337. Subordinate to Findings of Fact 42.

876038. Rejected as irrelevant and subordinate to

8767Findings of Fact 34 and 39.

877339. Rejected as irrelevant and subordinate to

8780Findings of Fact 9, 43 and 39,

878740. Rejected as irrelevant and unnecessary to

8794Findings of Fact 39.

879841. Rejected as irrelevant and subordinate to

8805Findings of Fact 34.

880942. Adopted in substance in Findings of Fact

881731.

881843. Subordinate to Findings of Fact 38.

882544. Subordinate to Findings of Fact 42.

883245. Rejected as irrelevant and subordinate to

8839Findings of Fact 39.

884346. Rejected as constituting legal argument.

884947. Rejected as irrelevant and subordinate to

8856Findings of Fact 39.

886048. Rejected as constituting legal argument.

886649. Rejected as constituting legal argument

8872and subordinate to Findings of Fact 50 and

888051.

888150. Subordinate to Findings of Fact 36 and 41.

889051. Rejected as unnecessary and subordinate to

8897Findings of Fact 39.

890152. Rejected as constituting arguments and as

8908subordinate to Findings of Fact 39.

891453. Rejected as irrelevant.

891854. Adopted in substance in Findings of Fact

892616.

892755. Rejected as irrelevant. This subject

8933matter is addressed in Findings of Fact 4.

894156. Rejected as irrelevant. This subject

8947matter is addressed, in part in Findings

8954of Fact 25.

895757. Subordinate to Findings of Fact 48 and 49.

896658. Subordinate to Findings of Fact 48 and 49.

897559. Subordinate to Findings of Fact 48 and 49.

8984The Respondent's Proposed Findings of Fact

8990Proposed Finding Paragraph Number in the Findings of Fact

8999of Fact Number in the Recommended Order Where Accepted or

9009Reason for Rejection.

90121. Adopted in substance in Findings of Fact

90201.

90212. Adopted in substance in Findings of Fact

90297.

90303. Adopted in substance in Findings of Fact

90389.

90394. Adopted in substance in Findings of Fact

904711.

90485. Subordinate to Findings of Fact 12 and

905613.

90576. Subordinate to Findings of Fact 14.

90647. Adopted in substance in Findings of Fact

907216 and 18.

90758. Adopted in substance in Findings of Fact

908316.

90849. Adopted in substance in Findings of Fact

909216.

909310. Adopted in substance in Findings of Fact

910118 and 19.

910411. Adopted in substance in Findings of Fact

911219.

911312. Adopted in substance in Findings of Fact

912119.

912213. Adopted in substance in Findings of Fact

913019.

913114. Adopted in substance in Findings of Fact

913919.

914015. Rejected as irrelevant and unnecessary.

914616. Adopted in substance in Findings of Fact

915419.

915517. Adopted in substance in Findings of Fact

916330.

916418. Adopted in substance in Findings of Fact

917234.

917319. Adopted in substance in Findings of Fact

918137.

918220. Adopted in substance in Findings of Fact

919034.

919121. Subordinate to Findings of Fact 38.

919822. Rejected as irrelevant and unnecessary and

9205subordinate to Findings of Fact 26.

921123. Suborindate to Findings of Fact 34 and 39.

922023. [sic] Adopted in substance in Findings of Fact

922915.

923024. Adopted in substance in Findings of Fact

923835.

923925. Adopted in substance in Findings of Fact

924735.

924826. Adopted in substance in Findings of Fact

925634.

925727. Adopted in substance in Findings of Fact

926534.

926628. Rejected as irrelevant and unnecessary.

927229. Subordinate to Findings of Fact 8. This

9280subject matter is also addressed in

9286Conclusions of Law 16 and 17.

929230. Subordinate to Findings of Fact 25 and 49.

930131. Subordinate to Findings of Fact 51.

930832. Subordinate to Findings of Fact 46.

9315The Intervenor's Proposed Findings of Fact

9321Proposed Finding Paragraph Number in the Findings of Fact

9330of Fact Number in the Recommended Order Where Accepted or

9340Reason for Rejection.

93431. Adopted in substance in Findings of Fact

93511.

93522. Adopted in substance in Findings of Fact

93606, 9 and 10.

93643. Adopted in substance in Findings of Fact

93721 and 6.

93754. Adopted in substance in Findings of Fact

93838.

93845. Adopted in substance in Findings of Fact

93928.

93936. Adopted in substance in Findings of Fact

94011, 12 and 19.

94057. Adopted in substance in Findings of Fact

941314.

94148. Adopted in substance in Findings of Fact

942216.

94239. Adopted in substance in Findings of Fact

943119.

943210. Adopted in substance in Findings of Fact

944017.

944111. Adopted in substance in Findings of Fact

944919 and 35.

945212. Rejected as irrelevant and unnecessary and

9459subordinate to Findings of Fact 26.

946513. Rejected as unsupported by competent

9471substantial evidence and as constituting a

9477legal conclusion. This subject matter is

9483addressed in Findings of Fact 25, 44 and

9491Conclusions of Law 19-24.

949514. Rejected as not established by competent

9502substantial evidence. This subject matter

9507is addressed in Findings of Fact 48, 49

9515and Conclusions of Law 19-24.

952015. Rejected as irrelevant and unnecessary.

9526This subject matter is addressed to some

9533extent in Findings of Fact 42, 47 and 50.

954216. Adopted in substance in Findings of Fact

95502.

955117. Subordinate to Findings of Fact 15, 50 and

956051.

956118. Subordinate to Findings of Fact 34..

956819. Subordinate to Findings of Fact 50 and 51.

957720. Subordinate to Findings of Fact 42.

958421. Adopted in substance in Findings of Fact

95925.

959322. Adopted in substance in Findings of Fact

960116 and 18.

960423. Rejected as irrelevant and unnecessary.

961024. Subordinate to Findings of Fact 26, 50 and

961951.

962025. Subordinate to Findings of Fact 46.

962726. Subordinate to Findings of Fact 46.

963427. Adopted in substance in Findings of Fact

964247.

964328. Adopted in substance in Findings of Fact

965147.

965229. Rejected as irrelevant and not established

9659by competent substantial evidence.

966330. Rejected as irrelevant and unnecessary and

9670subordinate to Findings of Fact 51.

967631. Adopted in substance in Findings of Fact

968418 and 27.

968732. Adopted in substance in Findings of Fact

969532.

969633. Adopted in substance in Findings of Fact

970434.

970534. Adopted in substance in Findings of Fact

971335.

971435. Adopted in substance in Findings of Fact

972222 and 30.

972536. Adopted in substance in Findings of Fact

973331.

973437. Adopted in substance in Findings of Fact

974234 and 35.

974538. Rejected as irrelevant.

974939. Adopted in substance in Findings of Fact

975734.

975840. Adopted in substance in Findings of Fact

976634.

976741. Subordinate to Findings of Fact 17.

977442. Adopted in substance in Findings of Fact

978234.

978343. Subordinate to Findings of Fact 8. This

9791subject matter is also addressed in the

9798Preliminary Statement and Conclusions of

9803Law 16 and 17.

980744. Rejected as irrelevant and unnecessary and

9814not established by competent substantial

9819evidence.

982045. Rejected as unnecessary and speculative.

982646. Adopted in substance in Findings of Fact

983437.

983547. Adopted in substance in Findings of Fact

984337.

984448. Subordinate to Findings of Fact 38.

9851COPIES FURNISHED:

9853Laura Patallo, Esquire

9856HUGHES, HUBBARD & REED, P.A.

9861801 Brickell Avenue, Suite 1100

9866Miami, Florida 33131

9869Enoch J. Whitney, Esquire

9873General Counsel

9875Michael J. Alderman

9878Assistant General Counsel

9881Department of Highway Safety

9885and Motor Vehicles

9888Neil Kirkman Building, A-432

9892Tallahassee, Florida 32399-0504

9895Robert S. Cohen, Esquire

9899Haben, Culpepper, Dunbar & French,

9904P.A.

9905306 N. Monroe Street

9909Tallahassee, Florida 32301

9912Leonard R. Mellon

9915Executive Director

9917Department of Highway Safety

9921and Motor Vehicles

9924Tallahassee, Florida 32399-0500

9927NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

9933All parties have the right to submit written exceptions to this Recommended

9945Order. All agencies allow each party at least 10 days in which to submit

9959written exceptions. Some agencies allow a larger period within which to submit

9971written exceptions. You should contact the agency that will issue the final

9983order in this case concerning agency rules on the deadline for filing exceptions

9996to this Recommended Order. Any exceptions to this Recommended Order should be

10008filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 07/23/1991
Proceedings: Agency Final Order
PDF:
Date: 07/23/1991
Proceedings: Recommended Order
PDF:
Date: 06/11/1991
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
J. STEPHEN MENTON
Date Filed:
03/22/1991
Date Assignment:
03/25/1991
Last Docket Entry:
06/11/1991
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related Florida Statute(s) (9):

Related Florida Rule(s) (1):