01-000371BID Phoenix Mowing And Landscaping, Inc. vs. Department Of Transportation
 Status: Closed
Recommended Order on Wednesday, April 25, 2001.


View Dockets  
Summary: Petitioner showed the agency failed to follow bid proposal`s terms.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8PHOENIX MOWING AND )

12LANDSCAPING, INC., )

15)

16Petitioner, )

18)

19vs. ) Case No. 01-0371BID

24)

25DEPARTMENT OF TRANSPORTATION, )

29)

30Respondent. )

32___________________________________)

33RECOMMENDED ORDER

35Pursuant to notice, a final hearing was held in this case

46in Tallahassee, Florida on March 16, 2001, before the Division

56of Administrative Hearings by its duly-designated Administrative

63Law Judge, Stephen F. Dean.

68APPEARANCES

69For Petitioner : Julius F. Parker, III, Esquire

77Pennington, Moore, Wilkinson,

80Bell & Dunbar, P.A.

84215 South Monroe Street, Suite 200

90Tallahassee , Florida 32301

93For Respondent : Brian A. Crumbaker, Esquire

100Dep artment of Transportation

104Haydon Burns Building

107605 Suwannee Street

110Tallahassee, Florida 32399-0450

113STATEMENT OF THE ISSUES

117The issues in this case are whether the Department of

127Transportation ("Department") erred by considering Willeby

135Construction, Inc. (" Willeby ") a qualified bidder; whether the

145requirement to submit a bid bond or certified funds check or

156draft (hereafter "security on the bid") with the bid was a

168material requirement; whether the Department erred in treating

176Willeby’s failure to include security on the bid with its bid

187proposal as a minor, and, thereby, an irregularity which could

197be waived; and whether said decision of the Department was

207contrary to the terms of the bid, contrary to law, or arbitrary

219and capricious.

221PRELIMINARY STATEMENT

223Phoenix Lawn and Landscape Service, Inc. ("Phoenix" )

232petitions for a formal administrative proceeding pursuant to

240Section 120.57(3) Florida Statutes (2000), protesting the

247Department’s rejection of its bid and its intent to award

257Financial Project No. 40509417201/Contract No. E3A78 for the

265mowing and litter removal of roadsides in Gadsden and Leon

275Counties to another bidder. Phoenix alleges that, contrary to

284the Department's determination, the winning bidder was

291unqualified and did not present a valid bid because it did not

303submit a bid bond or certified funds in the bid package.

314Further, Phoenix alleges that the Department improperly

321permitted the winning bidder to cure its defective bid after all

332bids had been opened, thereby giving the winning bidder an

342unfair advantage over all other bidders, and that this action by

353the Department was clearly erroneous, contrary to competition,

361arbitrary or capricious pursuant to Section 120.57(3)(f),

368Florida Statutes (2000).

371The Department forwa rded this case to the Division of

381Administrative Hearings which noticed the case for hearing on

390March 16, 2001. The case was heard as noticed.

399The Petitioner called two witnesses: (1) Kelly Herman

407Pullam, owner and president of Phoenix Lawn & Landscaping

416Service, Inc., and (2) Richard Norris, contracts administrator,

424Florida Department of Transportation. The Petitioner placed

431five exhibits in evidence.

435The Respondent called four witnesses: (1) Wilson Carraway,

443vice-chairman, Farmers & Merchants Bank, in Thomasville Georgia;

451(2) Ben "Billy" Willeby, owner, Willeby Construction;

458(3) Richard Norris; and (4) Patty Vickers, assistant contracts

467engineer, Florida Department of Transportation. Respondent

473placed five exhibits in evidence.

478Both parties su bmitted proposed findings which were read

487and considered.

489FINDINGS OF FACT

4921. On November 14, 2000, the Department issued a bid

502solicitation notice for Financial Project No.

50840509417201/Contract No. E3A78, a contract for routine mowing of

517grassed and vegetated roadside areas and litter removal from

526within the Department’s highway right-of-way in Gadsden and Leon

535Counties.

5362. The invitation to bid stated:

542In a letter dated November 17, 2000 from

550Richard Norris of the Department District

556Contracts Office to all prospective bidders,

562the Department reiterated the bid bond

568requirement stating "[i ]f your bid is over

576$150,000, a Bid Bond of 5 percent of the bid

587amount is required and must be attached to

595your bid proposal. Failure to submit this

602with your bid will result in your bid being

611rejected ." (Emphasis is in original.)

6173. The invitation to bid further stated:

624BID OR PROPOSAL BOND (If bid is

631over $150,000) :

6351. Must be completely executed if bid is

643over $150,000. This 5 percent bid bond is

652required and must be included in your bid

660package . If bid is less than $150,000 no

670bid bond shall be necessary , however, the

677successful bidder shall be required to

683obtain a performance bond upon execution of

690the contract.

6924. The purpose of the requirement for se curity on the bid

704is to compensate the Department for damages in the event the low

716bidder fails to enter into the contract.

7235. The Department received bid proposals from six firms in

733response to its bid solicitation by the due date of December 7,

7452000.

7466. The lowest bidder for Contract No. E3A78 was Willeby.

756Willeby submitted a business check drawn on Willeby’s business

765account no. 02-140168-01 with Farmers & Merchants Bank. This

774was an unsecured, personal check.

7797. At the time the bids were opened, Willeby’s Account No.

79002-140168-01 contained insufficient funds to cover the check

798Willeby submitted as its bid bond in the amount of $11,996.52

810for Contract No. E3A78.

8148. Willeby failed to submit the required security on the

824bid in the form of a cashier’s check, bank money order, bank

836draft of any national or state bank, or surety bond, payable to

848the State of Florida, Department of Transportation as required

857by the solicitation.

8609. The Petitioner, Phoenix, was the second lowest bidder.

869Phoenix submitted a bid bond equal to 5 percent of its total bid

882with its bid package. Phoenix fully complied with all the

892requirements of the invitation to bid.

89810. Bids for Contract No. E3A78 were opened on Thursday

908December 7, 2000. At that time, the Department's personnel

917discovered that Willeby had failed to submit security on bid as

928required by the terms of the bid solicitation.

93611. On December 15, 2000, eight days after the Department

946discovered that Willeby’s bid submittal was deficient, Starsky

954Harrell, the contract specialist with the District III office of

964the Department, telephoned W.J. Willeby, the president of

972Willeby Construction. Harrell informed Mr. Willeby that

979Willeby’s bid was non-conforming, and gave Willeby the

987opportunity to cure its non-responsive bid by submitting a check

997for certified funds or a bid bond as required by the bid

1009solicitation.

101012. Willeby, at this point, had the opportunity to cure

1020the defect or refuse to cure the defect, thereby, negating his

1031bid. This gave Willeby an advantage not enjoyed by the other

1042bidders. Willeby chose to cure its non-responsive bid, and

1051submitted a certified check as its security on the bid.

1061Willeby, thereafter, entered into the contract with the

1069Department on Monday, December 18, 2000 , eleven days after the

1079bids were opened.

108213. The Department posted its intent to award Contract

1091No. E3A78 on December 21, 2000, indicating its intent to award

1102the contract to Willeby Construction.

110714. Phoenix timely filed this formal protest in opposition

1116to the award of Contract No. E3A78 as contrary to Section

1127120.57(3)(f), Florida Statutes (2000).

113115. Regarding the requirements for security on the bid

1140required in the solicitation for the bid and accompanying

1149materials, Richard Norris, the contracts administrator, made the

1157decision to emphasize the language by having it in bold-face

1167type and underlined. His purpose for underlining and placing in

1177bold-face type this language was to "put some accent on it, to

1189make it stand out."

119316. A basic tenet of competitive procurement is to protect

1203the integrity of the bidding process and ensure open and fair

1214competition.

121517. A responsive bid is one which meets all the

1225requirements of the proposal documents.

123018. Mr. Willeby has entered bids on Department contracts

1239seventeen times in the past. Willeby is an experienced

1248participant in the bid process.

125319. A bidder who has the option of taking a contract or

1265not taking a contract after the bidder knows what the other bids

1277are on a project has a competitive advantage over other bidders.

1288If the bidder has bid too close to the profit margin, the bidder

1301can refuse to cure the bid defect and avoid performance on the

1313unprofitable contract.

131520. It is not only less expensive for a person to submit a

1328personal check for security on a bid, but a stop payment order

1340can be issued on a personal check.

134721. The bid bond posted by the Petitioner cost $800.00.

1357This amount is not refundable. However, the proposal provides

1366alternatives to a bid bond to establish security on the bid;

1377therefore, paying the cost of the bond is not a competitive

1388disadvantage.

138922. It is noted that a personal check is not among the

1401alternatives, and the bid proposal's provisions for bid security

1410specifically provide that checks or drafts for less than 5

1420percent of the bid amount will invalidate the bid. The only

1431checks or drafts permitted under the terms of the bid proposal

1442are those checks secured by the banking institution's funds and

1452not subject to stop payment orders of the person in whose behalf

1464the check is issued.

146823. It is consistent with the stated terms of

1477invalidation, that, in addition to an insufficient amount, that

1486an instrument not meeting the stated terms of the provision

1496would also invalidate the bid. If being a dollar short on the

1508secured amount is disqualifying, being short the entire amount

1517in secured funds would be similarly disqualifying.

152424. Evidence was received regarding whether Willeby was a

1533qualified bidder. This information related to the nature and

1542amount of the equipment which Willeby had, and its financial

1552ability to obtain additional equipment. Although Willeby did

1560not have some of the equipment necessary to handle this job and

1572its other contract obligations, he had ordered this equipment

1581and his bank indicated that it would loan him the money. It was

1594not developed whether the bank's willingness was dependent upon

1603the pendency of the challenged contract award, and it is

1613concluded that Willeby is a qualified bidder.

1620CONCLUSIONS OF LAW

162325. The Division of Administrative Hearings has

1630jurisdiction over the subject matter and the parties to this

1640case, pursuant to Section 120.57, Florida Statutes (2000).

164826. Subsection 120.57(3), Florida Statutes (2000), governs

1655the dispute at issue in the case. Subparagraph 120.57(3)(f),

1664Florida Statutes, provides the standards for determining a bid

1673dispute. It provides as follows:

1678(f ) In a competitive-procurement protest,

1684no submissions made after the bid or

1691proposal opening amending or supplementing

1696the bid or proposal shall be considered.

1703Unless otherwise provided by statute, the

1709burden of proof shall rest with the party

1717protesting the proposed agency action. In a

1724competitive-procurement protest, other than

1728a rejection of all bids, the administrative

1735law judge shall conduct a de novo proceeding

1743to determine whether the agency's proposed

1749action is contrary to the agency's governing

1756statutes, the agency's rules or policies, or

1763the bid or proposal specifications. The

1769standard of proof for such proceedings shall

1776be whether the proposed agency action was

1783clearly erroneous, contrary to competition,

1788arbitrary, or capricious. In any bid-

1794protest proceeding an intended agency action

1800to reject all bids, the standard of review

1808by an administrative law judge shall be

1815whether the agency's intended action is

1821illegal, arbitrary, dishonest, or

1825fraudulent.

182627. The Petitioner has the burden of proof.

183428. The Agency's proposal provides as follows:

1841Bid Bond Requirements

1844A proposal Guaranty of not less than five

1852percent of the total actual bid in the form

1861of either a certified check, cashier’s

1867check, trust company treasurer’s check, bank

1873draft of any national or state bank, or a

1882Surety Bid Bond made payable to the Florida

1890Department of transportation must accompany

1895each bid in excess of $150,000. A check or

1905draft in an amount less than five percent of

1914the actual bid will invalidate the bid. Bid

1922bonds shall conform to DOT Form 375-020-09

1929furnished with the proposal forms.

193429. The provisions of the proposal are quite specific. By

1944the proposal's own terms the failure to provide security for the

1955bid by the submittal with the bid package of a bid bond or check

1969for 5 percent of the bid amount invalidates the bid.

197930. In context, "check" refers to a cashier's check,

1988certified check, trust company treasurer's check, or bank draft

1997of any national or state bank. The tender of a personal check

2009is not a stated option. Additionally regarding this bid's

2018security provision, because non-compliance invalidates the bid,

2025it is a material provision.

203031. As stated in the Findings, above, the failure to

2040present a check of the type stated was as much a failure to

2053present sufficient security, in fact more so, as the failure to

2064be a dollar under the 5 percent limit. In the latter case, the

2077security was only shy one dollar. In the case of the personal

2089check, the security was shy the entire 5 percent.

209832. It is well settled law in Florida that a cashier's

2109check is the same as cash. See Warren Finance, Inc. v. Barnett

2121Bank, 552 So. 2d 194 (Fla. S. Ct. 1989) . A stop-payment order

2134may be issued on a personal check, and it is much less secure.

2147Id. In fact, substitution of a cashiers check for a personal

2158check has been determined to be consideration in a contract

2168case. See Langel v. Hastings, 537 So. 2d 1113 (Fla. 4th DCA

21801989) . Where the terms of the contract or agreement specify

2191payment by cashier's check or certified check, tender of a

2201personal check maybe rejected. See Summa Investing Corp. v.

2210Resolution Trust Corp., 586 So. 2d 1278 (Fla. 3d DCA 1991) and

2222Hudgins v. Fla. Fed. Sav. and Loan Ass'n, 339 So. 2d 990, 991

2235(Fla. 5th DCA 1981) .

224033. Therefore, under the terms of the proposal, the

2249Willeby bid should have been invalidated.

225534. Further, as stated in the Findings, above, there is a

2266notable advantage to a bidder who is permitted to "cure" a

2277material defect. The bidder gets to opt to cure and perform, or

2289not cure without penalty because technically the bid was never

2299conforming and the bidder's security on the bid was never in

2310jeopardy. The bidder gets a double benefit at no risk.

232035. Because the Department permitted Willeby to cure the

2329material defect, the Department's action was clearly erroneous,

2337contrary to competition (it gave unfair advantage to Willeby),

2346and was arbitrary and capricious because it violated the stated

2356standards of the bid proposal.

236136. Where the Department has elected not to reject all

2371bids, but instead has chosen to award the contract to one bidder

2383to the detriment of the Petitioner, the role of a Hearing

2394Officer (now Administrative Law Judge) is to sit on behalf of,

2405and in the place of, the agency head and should examine the bid

2418evaluation process de novo . See Capeletti Bros. v. Department

2428of General Services , 423 So. 2d 1359 (Fla. 1st DCA 1983). This

2440standard differs from the standard of review in place where an

2451agency elects to reject all bids, as was the case in Dept. of

2464Transportation v. Groves-Watkins Constructors , 530 So. 2d 912

2472(Fla. 1988), where the court stated that hearing officers are to

2483inquire if the purpose of competitive bidding has been subverted

2493and to ascertain whether the agency acted fraudulently,

2501arbitrarily, illegally, or dishonestly.

250537. Although the Department has broad discretion to waive

2514minor or technical irregularities encountered in the course of

2523evaluating competitive bids for public procurement of services

2531and materials, see Liberty County v. Baxter’s Asphalt , 421 So.

25412d 505, 507 (Fla. 1982), the failure of a bidder to submit

2553enforceable security on a bid is not a minor or technical

2564irregularity that the Department may waive. The Department’s

2572actions were contrary to the agency’s governing statutes, the

2581agency’s rules or policies and the bid or proposal

2590specifications.

259138. The standard in Florida to determine what is a

2601material or substantial irregularity in a bid proposal on the

2611one hand, or a minor or technical irregularity on the other, was

2623articulated in Robinson Electrical Co, Inc. v. Dade County , 417

2633So. 2d 1032, 1034 (Fla. 3d DCA 1982). The Robinson test asks:

2645(1) whether the effect of a waiver would be to deprive the

2657entity requesting bids of its assurance that the contract will

2667be entered into, performed and guaranteed according to its

2676specified requirements; and (2) whether the waiver is of the

2686nature that, if granted, would adversely affect competitive

2694bidding by placing a bidder in a position of advantage over

2705other bidders or by otherwise undermining the necessary common

2714standard of competition. Id. A variance is material if it

2724gives the bidder a substantial competitive advantage over the

2733other bidders, and thereby restricts or stifles competition.

2741See Id.

274339. Although the Florida courts have held that a certified

2753check submitted instead of a bid bond does not constitute a

2764material variance, see Robinson Electrical , 417 So. 2d at 1034,

2774the Florida courts also recognize a significant difference

2782between a certified check and a personal check. Because a stop

2793payment order may be issued on a personal check, it is not the

2806same as cash, which the Florida courts recognize a certified

2816check to be.

281940. The question of whether a public agency may waive

2829strict compliance with bid specifications that require a bid

2838bond or certified funds as a bid guaranty, and accept an

2849uncertified business check or personal check is one which has

2859not been decided by any Florida court.

286641. Decisions from appellate courts in other states

2874support the conclusion that failure to submit a binding bid

2884guaranty is not a minor irregularity, but a material, non-

2894waivable defect. In Gaeta v. Ridley Sch. Dist. , 757 A.2d 1011

2905(Pa. Comm. Ct. 2000), the bid specification stated that bid

2915bonds must come from a surety with an "A-" rating or better.

2927The low bidder, IBE Construction, submitted a bid from a "B"

2938rated surety. After the bids were opened, IBE was told by the

2950school district of the deficiency in its bid, and was allowed to

2962submit a new bond from an "A" rated company which was then

2974accepted by the school board. The Commonwealth Court held that:

2984(1) the trial court erred in determining that IBE’s bid proposal

2995was responsive and (2) the trial court erred by holding that the

3007school board was allowed to enable IBE to cure its defective bid

3019after bids were opened. See Id. at 1014. In so holding, the

3031court stated that where a competitive advantage is gained by a

3042non-responsive bidder, the defect is material. The competitive

3050advantage gained there, the court noted, was that a bid bond was

3062easier to obtain from a "B" rated surety than an "A" rated

3074surety and some bidder may have been discouraged from bidding at

3085all because it could not obtain the required grade of bid bond.

3097The court concluded by stating that "[t ]he preservation of the

3108integrity of the competitive bidding process far outweighs the

3117potential cost differential between the lowest bid and the

3126lowest responsive bid." Id. at 1016.

313242. In Bodine Electric of Champaign v. City of Champaign ,

3142711 N.E.2d 471 (III. App. 4th 1999), the 4th District Court of

3154Appeal of Illinois considered the question of whether submission

3163of a bid bond covering 5 percent of the base bid was a material

3177variance where a 10 percent bid bond was required by the bid

3189specification. The Petitioner, Bodine Electric, originally

3195submitted the 5 percent bid bond on a bid that was $78,000 less

3209than the next lowest bidder. Five days after the bids were

3220opened, Bodine was allowed to correct the problem and submitted

3230a 10 percent bond to comply with the bid specification.

324043. In Bodine , the bid review authority that received the

3250corrected bid bond expressed three concerns about accepting the

3259amended bond after the opening of bids: (1) future bidders

3269would not have any reason to submit the required 10 percent bid

3281bond if lower amounts were accepted; (2) contractors would take

3291more risks with their bids by submitting smaller bid bonds or no

3303bond at all, if amendment after opening of bids were allowed;

3314and (3) future bid bonds and requirements would be suspect in

3325that any amount could be submitted and accepting lower amounts

3335might undermine the city’s ability to require a 10 percent bid

3346bond. See Id. at 473.

335144. As noted by the court in Bodine , the test in Illinois

3363as to the materiality of a variance is virtually identical to

3374the standard in Florida, that is "whether it gives a bidder a

3386substantial advantage or benefit not enjoyed by other bidders."

3395See Id. at 475 , citing Leo Michuda & Son Co. v. Metro. Sanitary

3408Dist. of Greater Chicago , 422 N.E.2d 1078 (III. App. 3d 1981).

3419Also in Illinois, as in Florida, a bid that contains a material

3431variance is an unresponsive bid and may not be corrected after

3442bids have been opened. See Id. The court ultimately reasoned

3452with respect to the variance that Bodine did receive a

3462substantial advantage because it stood to lose significantly

3470less money if it walked away from the deal compared with other

3482bidders and "[j ]ust because Bodine did not actually realize

3492these advantages by breaching its offer does not mean that

3502Bodine could not exercise these advantages if it desired."

3511Id. at 477.

351445. This is a clear statement of what is implied in

3525Florida decisions, i.e ., that it is the option to walk without

3537penalty that matters, not the actual act of walking away from

3548the deal. Because Willeby’s bid was not responsive, he enjoyed

3558the benefit of being able to take a second look and decide

3570whether or not to accept the contract. That he chose to stand

3582by his bid does not cure the fact that he gained a substantial

3595competitive advantage over all the other bidders for this

3604contract, including the Petitioner.

360846. The final analogous out-of-state case is DeSapio

3616Constr., Inc. v. Township of Clinton , 647 A.2d 878 (N.J. Super.

3627Ct. 1994). In DeSapio , bids were taken for alterations to the

3638town hall building. The bid specification specifically required

3646a bid bond, certified check, or cashiers check for 10 percent of

3658the bid amount and a "proposition of surety" assuring the

3668Township that if the contract were awarded, the surety would

3678provide a performance bond and maintenance bond. The bid

3687proposal submitted by DeSapio contained a letter from its surety

3697stating that "they did not anticipate any difficulty in

3706providing bonds" for the project. Id. The court applied a two

3717prong test identical to the test set forth in Robinson

3727Electrical Co, Inc. , 417 So. 2d at 1034, supra. See Id. at 880.

3740The court found the conditional language in the bond letter from

3751DeSapio to be a material defect and further found that the

3762municipality had "no assurance" the bond would be provided and

3772that this gave the bidder a competitive advantage in that

" 3782DeSapio was free to bid and, even if awarded the contract,

3793could unilaterally 'cancel' the award by failing to obtain the

3803bid bond." Id. at 880-81. The court reasoned that while the

3814taxpayers would benefit by getting the lowest price for services

3824if DeSapio were allowed to amend his bid package, the greater

3835public good is in ensuring the integrity of the bidding process

3846by enforcing strict standards so that there is "no opportunity

3856for unfettered discretion or favoritism in the public bidding

3865process." Id. at 881.

386947. From the foregoing authorities, it is clear that

3878Willeby’s tender of a personal check with the invitation to bid

3889was a material defect which could not be waived by the

3900Department. By allowing Willeby to cure this material defect in

3910its bid, the Department subverted the competitive bidding

3918process. Its actions were contrary to the bid or proposal

3928specifications, and therefore, contrary to competition.

3934Section 120.57(3)(f), Florida Statutes (2000).

3939RECOMMENDATION

3940Based upon the findings of fact and conclusions of law, it

3951is

3952RECOMMENDED:

3953That the bid of Willeby Construction on Contract No. E3A78

3963be rejected, and the contract be awarded to the Petitioner.

3973DONE AND ENTERED this 25th day of April, 2001, in

3983Tallahassee, Leon County, Florida.

3987_________________________ __________

3989STEPHEN F. DEAN

3992Administrative Law Judge

3995Division of Administrative Hearings

3999The DeSoto Building

40021230 Apalachee Parkway

4005Tallahassee, Florida 32399-3060

4008(850) 488- 9675 SUNCOM 278-9675

4013Fax Filing (850) 921-68 47

4018www.doah.state.fl.us

4019Filed with the Clerk of the

4025Division of Administrative Hearings

4029this 25th day of April, 2001.

4035COPIES FURNISHED:

4037Julius F. Parker, III, Esquire

4042Pennington, Moore, Wilkinson,

4045Bell & Dunbar, P.A.

4049215 South Monroe Street, Suite 200

4055Tallahassee, Florida 32301

4058Brian A. Crumbaker, Esquire

4062Department of Transportation

4065Haydon Burns Building

4068605 Suwannee Street

4071Tallahassee, Florida 32399-0450

4074James C. Myers, Clerk

4078Department of Transportation

4081Haydon Burns Building, Mail Station 58

4087605 Suwannee Street

4090Tallahassee, Florida 32399-0450

4093Pamela Leslie, General Counsel

4097Department of Transportation

4100Haydon Burns Building, Mail Station 58

4106605 Suwannee Street

4109Tallahassee, Florida 32399-0450

4112NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

4118All parties have the right to submit written exceptions within

412810 days from the date of this Recommended Order. Any exceptions

4139to this Recommended Order should be filed with the agency that

4150will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 05/21/2001
Proceedings: Agency Final Order
PDF:
Date: 05/21/2001
Proceedings: Final Order filed.
PDF:
Date: 04/25/2001
Proceedings: Recommended Order
PDF:
Date: 04/25/2001
Proceedings: Recommended Order issued (hearing held March 16, 2001) CASE CLOSED.
PDF:
Date: 04/25/2001
Proceedings: Recommended Order cover letter identifying hearing record referred to the Agency sent out.
PDF:
Date: 04/16/2001
Proceedings: Letter to Judge Dean from B. Crumbaker (enclosing disk of Department`s Proposed Recommended Order filed) filed.
PDF:
Date: 04/09/2001
Proceedings: Department of Transportation`s Proposed Recommended Order filed.
PDF:
Date: 04/09/2001
Proceedings: Petitioner`s Proposed Recommended Order filed.
Date: 03/29/2001
Proceedings: Transcript Final Hearing filed.
Date: 03/16/2001
Proceedings: CASE STATUS: Hearing Held; see case file for applicable time frames.
PDF:
Date: 03/15/2001
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 03/01/2001
Proceedings: Notice of Serving Respondent`s First Set of Interrogatories filed.
PDF:
Date: 03/01/2001
Proceedings: Department`s First Request for Production of Documents filed.
PDF:
Date: 03/01/2001
Proceedings: Respondents First Request for Admissions filed.
PDF:
Date: 02/20/2001
Proceedings: Subpoena Duces Tecum filed.
PDF:
Date: 02/13/2001
Proceedings: Department of Transportation`s Response to Petitioner`s First Request for Production of Documents filed.
PDF:
Date: 02/12/2001
Proceedings: Department of Transportation`s Response to Petitioner`s Request for Admissions (filed via facsimile).
PDF:
Date: 02/07/2001
Proceedings: Notice of Production from Non-Party filed.
PDF:
Date: 02/07/2001
Proceedings: Petitioner`s First Request for Production of Documents from Respondent filed.
PDF:
Date: 02/07/2001
Proceedings: Notice of Service of Request for Admissions filed.
PDF:
Date: 02/07/2001
Proceedings: Petitioner`s Request for Admissions to Respondent, State of Florida, Department of Transportation filed.
PDF:
Date: 02/05/2001
Proceedings: Order of Pre-hearing Instructions issued.
PDF:
Date: 02/05/2001
Proceedings: Notice of Hearing issued (hearing set for March 16, 2001; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 01/26/2001
Proceedings: Petition`s Formal Protest of Bidding Award filed.
PDF:
Date: 01/26/2001
Proceedings: Bid Protest Bond filed.
PDF:
Date: 01/26/2001
Proceedings: Notice of Protest filed.
PDF:
Date: 01/26/2001
Proceedings: Agency referral filed.

Case Information

Judge:
STEPHEN F. DEAN
Date Filed:
01/26/2001
Date Assignment:
01/29/2001
Last Docket Entry:
05/21/2001
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (1):

Related Florida Statute(s) (1):