02-002375BID Simplex Grinnell Lp vs. Department Of Corrections
 Status: Closed
Recommended Order on Wednesday, August 7, 2002.


View Dockets  
Summary: Bid was responsive because bidder had relevant experience in one of several areas of fire safety equipment services.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8SIMPLEX GRINNELL LP, )

12)

13Petitioner, )

15)

16vs. ) Case No. 02 - 2375BID

23)

24)

25DEPARTMENT OF CORRECTIONS, )

29)

30Respondent, )

32)

33and )

35)

36INTERSTATE FIRE SYSTEMS, )

40INC., and PIPER FIRE )

45PROTECTION, INC., )

48)

49Intervenors. )

51______________________________)

52RECOMMENDED ORDER

54Robert E. Meale, Administrative Law Judge of the Division

63of Administrative Hearings, conducted the final hearing in

71Tallahassee, Florida, o n July 12, 2002.

78APPEARANCES

79For Petitioner: Karen D. Walker

84Holland & Knight, LLP

88Post Office Drawer 810

92Tallahassee, Florida 32302

95For Respondent: Susan P. Stephens

100Lori D. Stith

103Assistant General Counsel

106Department of Corrections

1092601 Blair Stone Road

113Tallahassee, Florida 32399 - 2500

118For Intervenor: Piper Fire Protection, Inc.:

124Don O'Lone, Business Manager

128Qualified Representative

130Piper Fire Protection, Inc.

134Post Office Box 9005

138Largo, Florida 33771

141For Interven or: Interstate Fire Systems, Inc.:

148No appearance

150STATEMENT OF THE ISSUES

154The issues are whether Respondent's proposed award of four

163contracts to Intervenor Piper Fire Protection, Inc., is contrary

172to statutes, rules, policies, or the specifications, pursuant to

181Section 120.57(3)(f), Florida Statutes, and, if so, whether

189Respondent's identification of Intervenor Interstate Fire

195Systems, Inc., as the next lowest responsive bidder for one of

206the contracts is also contrary to statutes, rules, policies, or

216the specifications.

218PRELIMINARY STATEMENT

220By formal written protest filed on June 3, 2002, and

230amended on July 12, 2002, Petitioner protested Respondent's

238proposed award of four contracts to Respondent Piper Fire

247Protection, Inc. The Administrative Law Judge granted leave to

256both intervenors to intervene in this case.

263At the hearing, Petitioner called two witnesses.

270Respondent called three witnesses and offered into evidence two

279exhibits: Respondent Exhibits 1 - 2. Intervenors calle d no

289witness. The parties jointly offered 13 exhibits: Joint

297Exhibits 1 - 13. All exhibits were admitted.

305The court reporter filed the transcript on July 26, 2002.

315The parties filed their proposed recommended orders on August 5,

3252002.

326FINDINGS OF FACT

3291 . On February 21, 2002, Respondent issued an invitation

339to bid under the bid title, "Life Safety Equipment Inspection,

349Maintenance & Repair Services" (ITB). ITB Section 6.1 provides

358that Respondent will award a contract to the "responsive,

367responsible bi dder" with the lowest bid; thus, the ITB does not

379contain business criteria on which responsive bids of

387responsible bidders are evaluated.

3912. ITB Section 2.1 states: "Life Safety Equipment

399inspection, maintenance and repair services have, in the past,

408be en procured by the individual institution or facility or

418handled in - house." Electing to centralize the procurement of

428these services, Respondent "has decided to competitively bid for

437life safety equipment inspection services by region." ITB

445Section 2.3 d iscloses that Respondent intends to contract with a

456single vendor in each geographical region.

4623. ITB Section 2.2 states:

467The successful bidder/contractor shall

471provide Life Safety Equipment inspection,

476maintenance and repair services for the

482following items . . .:

4871. Annual Fire Alarm System inspection,

493testing, repair and maintenance.

4972. Fire Extinguisher six (6) year recharge

504and maintenance, twelve (12) year recharge

510and hydrostatic testing, and fire

515extinguisher replacement.

5173. Semi - Annual Ki tchen Fire Suppression

525Systems testing, inspection and maintenance.

5304. Annual Sprinkler Systems inspection,

535repair and maintenance.

5385. Kitchen Exhaust Hood Cleaning on an as -

547needed basis with a minimum of twice

554annually.

5554. ITB Section 3.1.1 states t hat the selected contractor

565shall provide "Life Safety Equipment inspection, maintenance and

573repair services on the following equipment: Fire Alarm Systems,

582Kitchen Fire Suppression Systems, Sprinkler Systems and Kitchen

590Hoods." Section 3.1.1 requires th at the "Contractor shall be

600licensed" under Chapter 633, Florida Statutes.

6065. ITB Section 3.7.3 states: "The Contractor's staff

614shall be fully trained and certified to perform the inspection,

624maintenance and repair of the equipment specified in this ITB.

634Acceptable proof of certification shall be in accordance with

643Chapter 633, Florida Statutes."

6476. Chapter 633, Florida Statutes, enumerates the

654responsibilities of the State Fire Marshall, Department of

662Insurance. In general, the State Fire Marshall has complete

671licensing and disciplinary jurisdiction over commercial

677suppliers of the activities described in subparagraphs 2 - 4 of

688paragraph 3, above. Under Section 633.70(1), the State Fire

697Marshall has nonexclusive jurisdiction over certain violations

704by a larm system contractors (as used in this recommended order,

"715alarm system contractors" shall include electrical contractors

722authorized to perform alarm system services).

7287. Although not addressed by the ITB, except possibly the

738first sentence of Section 3.7.3, alarm system contractors are

747under the licensing and disciplinary jurisdiction of the

755Electrical Contractors' Licensing Board, Department of Business

762and Professional Regulation, pursuant to, respectively, Sections

769489.511 and 489.533(2), Florida S tatutes. Licensing and

777disciplinary jurisdiction for the cleaning of kitchen exhaust

785hood systems in correctional institutions is unclear, but

793Respondent's Rule 33 - 20.4003(4)(a), Florida Administrative Code,

801adopts Rule 64E - 11.008(4), Florida Administrati ve Code, which

811requires that kitchen ventilation systems comply with applicable

819fire prevention systems.

8228. In contrast to ITB Section 3, which describes the scope

833of services, ITB Section 4 sets forth the provisions governing

843the procurement process. ITB Section 4.3.6 states: "The

851Department will reject any and all bids not meeting mandatory

861responsiveness requirements. In addition, the Department will

868reject any and all bids containing material deviations."

8769. ITB Section 4.3.6.1 defines "mandatory responsiveness

883requirements" as "[t]erms, conditions or requirements that must

891be met by the bidder/contractor to be responsive to this ITB.

902These responsiveness requirements are mandatory . Failure to

910meet these responsiveness requirements will cause re jection of a

920bid."

92110. ITB Section 4.3.6.2 defines "material deviations" as:

929The Department has established certain

934requirements with respect to bids to be

941submitted by bidder/contractor. The use of

947shall , must or will (except to indicate

954simple futurity ) in this ITB indicates a

962requirement or condition which may not be

969waived by the Department. A deviation is

976material if, in the Department's sole

982discretion, the deficient response is not in

989substantial accord with this ITB's

994requirements, provides an ad vantage to one

1001bidder over other bidders, has a potentially

1008significant effect on the quantity or

1014quality of items or services bid, or on the

1023cost to the Department. Material deviations

1029cannot be waived and shall be the basis for

1038rejection of a bid.

104211. ITB Section 4.3.6.3 defines "minor irregularities" as:

1050A variation from the ITB terms and

1057conditions which does not affect the price

1064of the bid or give the bidder an advantage

1073or benefit not enjoyed by the other bidders

1081or does not adversely impact the in terests

1089of the Department.

109212. ITB Section 4.3.9 states:

1097All bidders planning to submit a bid must

1105submit a letter stateing this intent by the

1113date and time specified in the "Calendar of

1121Events" (Section 4.2). This letter may be

1128e - mailed, mailed, faxe d or hand delivered;

1137however, the bidder should confirm receipt

1143of the notice of intent in order to ensure

1152continued receipt of procurement materials.

1157Section 4.3.10 adds that Respondent will mail addenda to the ITB

" 1168only to those bidders submitting a Let ter of Intent to Bid ."

118113. ITB Section 5.1 identifies four "mandatory

1188responsiveness requirements." Section 5.1.1 requires the bidder

1195to supply an original and one copy of the bid. Section 5.1.2

1207requires a duly authorized person to sign the supplement al bid

1218sheets. Section 5.1.3 requires the bidder to sign and deliver

1228an acknowledgement of contractual services. Section 5.1.4

1235requires the bidder to sign an acknowledged certification of six

1245conditions: "business/corporate experience," "authority to

1250le gally bind the bidder," "acceptance of terms and conditions,"

"1260statement of no involvement," "nondiscrimination statement,"

1266and "unauthorized employment of alien workers statement."

127314. ITB Section 5.1.4.1 details the requirements of the

"1282business/corpora te experience" certification:

1286A statement certifying that the

1291bidder/contractor has business/corporate

1294experience of at least three (3) years

1301relevant to the provision of life safety

1308equipment services as defined herein, within

1314the last five (5) years.

131915 . The reference in Section 5.1.4.1 to "life safety

1329equipment services as defined herein" is not to an explicit

1339definition of such services in the ITB. A restatement of

1349Section 5.1.4.1 in the attachments omits "as defined herein."

135816. ITB Section 1.6 def ines "Life Safety Equipment

1367Inspection, Maintenance and Repair Services" as: "The

1374inspection, maintenance and repair of fire alarm systems, fire

1383extinguishers, kitchen fire suppression systems, sprinkler

1389systems and the cleaning of kitchen exhaust hoods."

139717. Petitioner and Intervenors timely submitted bids.

1404Petitioner and Intervenor Piper Fire Protection, Inc. (Piper),

1412submitted bids for all four geographical regions into which

1421Respondent divided Florida. Intervenor Interstate Fire Systems,

1428Inc. (Inter state), submitted a bid only for one geographical

1438region. Petitioner and Piper timely submitted letters of intent

1447to bid, but Interstate never submitted such a letter.

145618. Determining that Petitioner and Intervenors' bids were

1464all responsive, Respondent selected Piper's bids for all four

1473geographical regions as the lowest bids. Petitioner submitted

1481the second - lowest bid for three regions and, for the fourth

1493region, Petitioner submitted the third - lowest bid; Interstate

1502submitted the second - lowest bid for this region.

151119. Petitioner timely submitted its notice of intent to

1520protest and written protest. Petitioner and Intervenors have

1528standing to participate in this case.

153420. Petitioner contends that Piper's bid, which includes

1542an executed certificate of business/corporate experience, was

1549not responsive because Piper lacked the requisite

1556business/corporate experience. Petitioner contends that

1561Interstate's bid was not responsive because Interstate failed to

1570submit a letter of intent to bid.

157721. For three of the last five years, Piper presents the

1588requisite experience only in sprinkler systems, not in fire

1597alarm systems, fire extinguishers, or kitchen fire suppression

1605systems. By contrast, Petitioner, which has been in the fire -

1616safety business for over a century, has the requisite experience

1626in all of these items.

163122. As used in ITB Section 5.1.4.1, the "provision of life

1642safety services as defined herein" requires consideration of the

1651definition, at ITB Section 1.6, of "life safety equipment

1660inspection, maintenance and repair services" as the "inspection,

1668maintenance and repair of fire alarm systems, fire

1676extinguishers, kitchen fire suppression systems, sprinkler

1682systems and the cleaning of kitchen exhaust hoods."

169023. Obviously, Section 1.6 applies the a ctivities of

1699inspecting, maintaining, and repairing only to fire alarm

1707systems, fire extinguishers, kitchen fire suppression systems,

1714and sprinkler systems. Not only does it not make sense to

1725inspect, maintain, and repair the "cleaning of kitchen exhaust

1734hoods," but ITB Section 3.1.6 limits the scope of work for

1745kitchen exhaust systems to cleaning. The scope of services for

1755kitchen exhaust hoods is thus considerably narrower than the

1764scope of services for the other items.

177124. Kitchen exhaust hoods differ from the other items in

1781another important respect. Although, among these items, only

1789the kitchen exhaust hood is a significant source of fire, the

1800licensing regime imposed on the inspecting, maintaining, and

1808repairing of the other items is considerably m ore elaborate than

1819the licensing scheme imposed upon the cleaning of kitchen

1828exhaust hoods -- likely due to the relative degrees of difficulty

1839involved in the two sets of tasks.

184625. As confirmed by the testimony of its witness

1855responsible for preparing the ITB, Respondent did not intend to

1865allow a bidder with three - of - the - last - five years' experience in

1881cleaning kitchen exhaust hoods to satisfy this responsiveness

1889criterion solely on the basis of this experience. A close

1899reading of the ITB supports this inte ntion. As noted above, the

1911language of the ITB and common sense justify different treatment

1921for the cleaning of kitchen exhaust hoods than for the

1931inspecting, maintaining, and repairing of the fire alarm

1939systems, fire extinguishers, kitchen fire suppressi on systems,

1947and sprinkler systems.

195026. Perhaps most importantly, the responsiveness criterion

1957addresses only life safety equipment. Fire alarm systems, fire

1966extinguishers, kitchen fire suppression systems, and sprinkler

1973systems are examples of equipmen t whose sole purpose is life

1984safety. The purpose of a kitchen exhaust hood is not life

1995safety, but kitchen ventilation. A clean kitchen exhaust hood

2004eliminates a source of fire, but is not, in itself, a form a

2017life safety equipment. The heading of Secti on 1.6 describes the

2028inspecting, maintaining, and repairing of fire alarm systems,

2036fire extinguishers, kitchen fire suppression systems, and

2043sprinkler systems; the cleaning of kitchen exhaust hoods appears

2052to have been an addition -- perhaps a late one -- by s omeone who

2067gave little thought to the effect of this apparently innocuous

2077clause on the grammar or title of Section 1.6 and, thus, the

2089meaning of Section 5.1.4.1.

209327. Even though the ITB precludes a bidder's reliance on

2103cleaning kitchen exhaust hoods to m eet the criterion of

2113business/corporate experience, the more difficult question

2119remains whether a bidder must present experience across the

2128entire range of remaining items, or whether a bidder may present

2139experience limited to one or fewer than all of the remaining

2150items.

215128. As noted above, by regulatory regimes, a line of

2161possible demarcation exists between fire alarm systems, on the

2170one hand, and fire extinguishers, kitchen fire suppression

2178systems, and sprinkler systems, on the other hand.

2186Additiona lly, the fire - alarm system is a detection system, and

2198the remaining items are fire - fighting devices or systems.

2208However, Piper's sole qualifying experience is in one of the

2218fire - fighting systems, so this case does not directly raise the

2230question of the su fficiency of otherwise - qualifying experience

2240in only a fire - detection system.

224729. Section 5.1.4.1 speaks in a general tone. First, the

2257actual requirement is in services -- the services here are

2267inspecting, maintaining, and repairing. Second, the extent of

2275the qualifying experience is left open. During the qualifying

2284three years, the bidder needs only "experience." The ITB does

2294not require exclusive experience, nor does it require even

2303substantial experience. Arguably, part - time experience would

2311suffice. Third, the ITB does not qualify the kind of "life

2322safety equipment" for which service experience is required.

2330Given the tone of the relatively relaxed responsiveness

2338requirement, the Administrative Law Judge chooses "any" rather

2346than "all" as a fairer w ord to precede "life safety equipment."

2358(The close linkage among inspecting, maintaining, and repairing,

2366as compared to the loose linkage among fire alarm systems, fire

2377extinguishers, kitchen fire suppression systems, and sprinkler

2384systems, strongly sugge sts that the meaningful distinction is

2393not among the types of services, but rather among the types of

2405equipment receiving services.)

240830. The fairest reading of the ITB thus allows a bidder to

2420satisfy the responsiveness criterion with qualifying experience

2427in only sprinkler systems, as Piper has done.

243531. Although it is unnecessary to address the contention

2444regarding Interstate, the requirement of filing a letter of

2453intent to bid was clearly to assure that the prospective bidder

2464would receive copies of bid materials, such as addenda. The

2474testimony of Petitioner's witness that Petitioner's "knowledge"

2481that Interstate, a strong competitor, was not going to submit a

2492bid allowed Petitioner more latitude in setting a price is

2502outweighed by the evidence of the p urpose of this requirement,

2513as set forth in the ITB and the deposition testimony of one of

2526Respondent's witness, as well as the lower bid of Piper.

2536CONCLUSIONS OF LAW

253932. The Division of Administrative Hearings has

2546jurisdiction over the subject matter. S ection 120.57(1),

2554Florida Statutes. (All references to Sections are to Florida

2563Statutes.)

256433. Section 120.57(3)(f) provides:

2568. . . the burden of proof shall rest with

2578the party protesting the proposed agency

2584action. In a competitive - procurement

2590protest , other than a rejection of all bids,

2598the administrative law judge shall conduct a

2605de novo proceeding to determine whether the

2612agency’s proposed action is contrary to the

2619agency’s governing statutes, the agency’s

2624rules or policies, or the bid or proposal

2632s pecifications. The standard of proof for

2639such proceedings shall be whether the

2645proposed agency action was clearly

2650erroneous, contrary to competition,

2654arbitrary, or capricious. In any bid -

2661protest proceeding contesting an intended

2666agency action to reject a ll bids, the

2674standard of review by an administrative law

2681judge shall be whether the agency’s intended

2688action is illegal, arbitrary, dishonest, or

2694fraudulent.

269534. Section 120.57(3)(f) states that the ultimate issue in

2704an award case is whether the proposed agency action is contrary

2715to statutes, rules, policies, or the specifications. Section

2723120.57(3)(f) states that the standard of proof in an award case

2734is whether the proposed agency action is clearly erroneous,

2743contrary to competition, arbitrary, or capr icious (Clearly

2751Erroneous Standard).

275335. Section 120.57(3)(f) also states that an award case,

2762but not a nonaward case, is a de novo proceeding. In the

2774typical de novo proceeding, pursuant to Section 120.57(1)(j),

2782the administrative law judge finds fact s using the preponderance

2792standard, not a standard more deferential to the agency. In the

2803typical de novo proceeding, the administrative law judge

2811determines the basic and ultimate facts, as long as they are

2822determinable by ordinary methods of proof and a re not infused

2833with policy considerations. See , e.g. , Holmes v. Turlington ,

2841480 So. 2d 150 (Fla. 1st DCA 1985); Bush v. Brogan , 725 So. 2d

28551237 (Fla. 2d DCA 1999); Gross v. Department of Health , __ So.

28672d __, 27 Fla. L. Wkly. D1492, 2002 WL 1389304 (Fla. 5th DCA

28802002); South Florida Cargo Carriers Association, Inc. v.

2888Department of Business and Professional Regulation , 738 So. 2d

2897391 (Fla. 3d DCA 1999); and Belleau v. Department of

2907Environmental Protection , 695 So. 2d 1305 (Fla. 1st DCA 1997).

291736. Wheth er the facts are denominated basic or ultimate,

2927the factfinding responsibility of the administrative law judge

2935in the typical de novo hearing encompasses all of the facts that

2947are necessary to reduce the remaining issues to pure questions

2957of law. Cf. Pie rce v. Piper Aircraft Corp. , 279 So. 2d 281

2970(Fla. 1973). These facts include direct facts and reasonable

2979inferences drawn from these direct facts. See , e.g. ,

2987Southpointe Pharmacy v. Department of Health and Rehabilitative

2995Services , 596 So. 2d 106 (Fla. 1st DCA 1992), and Heifetz v.

3007Department of Business Regulation , 475 So. 2d 1277 (Fla. 1st DCA

30181985).

301937. The Clearly Erroneous Standard, which applies to the

3028assessment of the proposed agency action, does not conflict with

3038the requirement of Sections 120 .57(3)(f) and 120.57(1)(j) that

3047the administrative law judge apply the preponderance standard to

3056the basic and ultimate facts. The court in Asphalt Pavers, Inc.

3067v. Department of Transportation , 602 So. 2d 558 (Fla. 1st DCA

30781992), held that the administrat ive law judge retained typical

3088factfinding responsibility even after Department of

3094Transportation v. Groves - Watkins Constructors , 530 So. 2d 912

3104(Fla. 1988), in which the Supreme Court held that the hearing

3115officer occupied a deferential role in a nonaward case.

3124(Maintaining the Groves - Watkins deferential standard for a

3133nonaward case, Section 120.57(1)(j) establishes a less -

3141deferential standard for an award case.)

314738. The Asphalt Pavers court rejected the agency's

3155attempt, in reliance upon Groves - Watkins , to preempt the hearing

3166officer's typical factfinding responsibilities. In Asphalt

3172Pavers , the agency overturned a finding by the hearing officer

3182that a bid package had included a disadvantaged business

3191enterprise (DBE) form. The Asphalt Pavers court rea ffirmed the

3201post - Groves - Watkins responsibility of the hearing officer -- as to

3214factual matters susceptible to ordinary methods of proof and not

3224infused with policy considerations -- to engage in typical

3233factfinding, including drawing permissible inferences and making

3240ultimate findings of fact.

324439. In addition to applying the Clearly Erroneous Standard

3253to the determination whether the proposed decision to award is

3263contrary to statutes, rules, policies, or the specifications,

3271the administrative law judge applies the Clearly Erroneous

3279Standard to questions of fact requiring the application of the

3289agency’s technical expertise, such as whether a specific product

3298or service qualitatively complies with the specifications;

3305questions infused with agency policy; and all questions of law

3315within the substantive expertise of the agency, such as the

3325meaning of its nonprocedural rules.

333040. The administrative law judge also applies the Clearly

3339Erroneous Standard in addressing mixed questions of fact and

3348law. In a legal acti on, a judge resolves mixed questions of

3360fact and law as a matter of law if only one resolution is

3373reasonable; if more than one resolution is reasonable, the trier

3383of fact resolves the issue. See , e.g. , Adams v. G.D. Searle &

3395Co., Inc. , 576 So. 2d 728 (Fla . 2d DCA 1991), and Hooper v.

3409Barnett Bank of West Florida , 474 So. 2d 1253 (Fla. 1st DCA

34211985).

342241. Similarly, in a case requiring the interpretation of a

3432contract susceptible to more than one interpretation, a judge

3441determines as a matter of law whether the contract is ambiguous

3452and, if so, the trier of fact resolves the ambiguity. See ,

3463e.g. , North Star Beauty Salon, Inc. v. Artzt , __ So. 2d __, 2002

3476WL 1431916 (Fla. 4th DCA 2002), and Barclays American Mortgage

3486Corp. v. Bank of Central Florida , 629 So. 2d 978 (Fla. 5th DCA

34991993). The trier of fact may have to resolve factual disputes

3510to enable the legal determination of whether a contract is

3520ambiguous. Board of Trustees of the Internal Improvement Trust

3529Fund v. Lost Village Corp. , 805 So. 2d 22 (Fla. 4th DCA 2001).

3542These legal principles governing the interpretation of contracts

3550are applicable to the interpretation of an agency’s

3558specifications, bidder’s bid, or offeror’s proposal -- all of

3567which are forms of offers to contract.

357442. The question often arises whether a deviation in a bid

3585or offer constitutes a material variance, which the agency may

3595not waive, or a minor irregularity, which the agency may waive.

3606Although the ultimate question of responsiveness requires the

3614application of a deferential s tandard, as discussed below, the

3624fact - intensive determination of such issues as competitive

3633advantage, which underlie most determinations concerning the

3640significance of deviations, requires the application of the

3648preponderance standard, except in situation s in which the

3657agency’s determination concerning the significance of a

3664deviation is infused with agency policy or agency expertise.

367343. This dual approach to the standard of proof is

3683consistent with State Contracting and Engineering Corporation v.

3691Departm ent of Transportation , 709 So. 2d 607 (Fla. 1st DCA

37021998). In State Contracting , the court affirmed the agency’s

3711final order that rejected the recommendation of the

3719administrative law judge to reject a bid on the ground that it

3731was nonresponsive. The bid included the required disadvantaged

3739business enterprise (DBE) form, but, after hearing, the

3747administrative law judge determined that the bidder could not

3756meet the required level of participation by DBEs. The agency

3766believed that responsiveness demanded o nly that the form be

3776facially sufficient and compliance would be a matter of

3785enforcement. Rejecting the recommendation of the administrative

3792law judge, the agency reasoned that the administrative law judge

3802had failed to determine that the agency’s interpr etation of its

3813rule was clearly erroneous.

381744. In affirming the agency’s final order, the State

3826Contracting court quoted the provisions of Section 120.57(3)(f)

3834for evaluating the proposed agency action against the four

3843criteria of contrary to statutes, ru les, policies, and the

3853specifications and against the Clearly Erroneous Standard.

3860Addressing the meaning of a de novo hearing in an award case,

3872the court stated, at page 609:

3878In this context, the phrase “de novo

3885hearing” is used to describe a form of

3893intr a - agency review. The [administrative

3900law judge] may receive evidence, as with any

3908formal hearing under section 120.57(1), but

3914the object of the proceeding is to evaluate

3922the action taken by the agency.

392845. The State Contracting court applied the Clearly

3936Erroneous Standard to the agency decision to award, the agency’s

3946interpretation of one of its rules, and the agency’s

3955determination that the bid was responsive. The State

3963Contracting case did not feature prominently factual disputes

3971concerning the basic a nd ultimate facts.

397846. The present case requires an interpretation of the

3987ITB. The ITB is susceptible of more than one interpretation, so

3998it is necessary to enter findings of fact to resolve the dispute

4010concerning the meaning of the ITB. In doing so, th e

4021interpretation should be "consistent with reason, probability

4028and the practical aspect of the transaction." Iniguez v.

4037American Hotel Register Co. , __ So. 2d __, 2002 WL 881384 (Fla.

40493d DCA 2002) (citing with approval Maines v. Davis , 491 So. 2d

40611233 (F la. 1st DCA 1986).

406747. The proper reading of the ITB is that a bidder

4078satisfies the responsiveness criterion by providing qualifying

4085service experience in fire alarm systems, fire extinguishers,

4093kitchen fire suppression systems, or sprinkler systems. Pip er

4102has the requisite experience in sprinkler systems, so its bid

4112was responsive.

411448. Additionally, the failure of Interstate to submit a

4123letter of intent to bid was a minor irregularity, which

4133Respondent could and did waive. The omission of the letter ga ve

4145Interstate no competitive advantage.

4149RECOMMENDATION

4150It is

4152RECOMMENDED that the Department of Corrections enter a

4160final order dismissing the bid protest of Petitioner and

4169awarding the contract to Piper.

4174DONE AND ENTERED this 7th day of August, 2002, i n

4185Tallahassee, Leon County, Florida.

4189___________________________________

4190ROBERT E. MEALE

4193Administrative Law Judge

4196Division of Administrative Hearing s

4201The DeSoto Building

42041230 Apalachee Parkway

4207Tallahassee, Florida 32399 - 3060

4212(850) 488 - 9675 SUNCOM 278 - 9675

4220Fax Filing (850) 921 - 6847

4226www.doah.state.fl.us

4227Filed with the Clerk of the

4233Division of Administrative Hearings

4237this 7th day of August, 2002.

4243COPIES FURNISH ED:

4246Michael W. Moore, Secretary

4250Department of Corrections

42532601 Blair Stone Road

4257Tallahassee, Florida 32399 - 2500

4262Louis A. Vargas, General Counsel

4267Department of Corrections

42702601 Blair Stone Road

4274Tallahassee, Florida 32399 - 6563

4279Don O'Lone, Business Mana ger

4284Piper Fire Protection, Inc.

4288Post office Box 9005

4292Largo, Florida 33771

4295Susan P. Stephens, Esquire

4299Department of Corrections

43022601 Blair Stone Road

4306Tallahassee, Florida 32399 - 2500

4311Karen D. Walker, Esquire

4315Holland & Knight, LLP

4319Post Office Box 810

4323Tall ahassee, Florida 32302

4327Michael A. Wester

4330Interstate Fire System, Inc.

43341451 South Monroe Street

4338Tallahassee, Florida 32301

4341NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

4347All parties have the right to submit written exceptions within

435710 days from the date of thi s recommended order. Any exceptions

4369to this recommended order must be filed with the agency that

4380will issue the final order in this

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 09/06/2002
Proceedings: Final Order filed.
PDF:
Date: 09/04/2002
Proceedings: Agency Final Order
PDF:
Date: 08/07/2002
Proceedings: Recommended Order
PDF:
Date: 08/07/2002
Proceedings: Recommended Order cover letter identifying hearing record referred to the Agency sent out.
PDF:
Date: 08/07/2002
Proceedings: Recommended Order issued (hearing held July 12, 2002) CASE CLOSED.
PDF:
Date: 08/05/2002
Proceedings: Intervenor Piper Fire Protection, Inc.`s Proposed Recommended Order (filed via facsimile).
Date: 08/05/2002
Proceedings: Notice of Filing (filed by Petitioner via facsimile).
PDF:
Date: 08/05/2002
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 08/05/2002
Proceedings: (Proposed) Petitioner, Simplexgrinnell LLP`s Proposed Recommended Order filed.
Date: 07/26/2002
Proceedings: Transcript (1 Volume) filed.
PDF:
Date: 07/17/2002
Proceedings: Subpoena ad Testificandum filed.
Date: 07/12/2002
Proceedings: CASE STATUS: Hearing Held; see case file for applicable time frames.
PDF:
Date: 07/10/2002
Proceedings: Subpoena Duces Tecum, A. Spivey, N. Ray filed.
PDF:
Date: 07/10/2002
Proceedings: Pre-Hearing Stipulation of the Parties (filed by K. Walker, S. Stephens, C. Johnson via facsimile).
PDF:
Date: 07/09/2002
Proceedings: Notice of Taking Deposition, corporate representative of Simplex Grinnell LP (filed via facsimile).
PDF:
Date: 07/05/2002
Proceedings: Notice of Taking Depositions, K. Wright, N. Ray, (filed via facsimile).
PDF:
Date: 07/05/2002
Proceedings: Intervenor, Piper Fire Protection, Inc. Response to First Request for Admissions from Simplexgrinnell LP (filed via facsimile).
PDF:
Date: 07/05/2002
Proceedings: Intervenor, Piper Fire Protection, Inc. Response to First Set of Interrogatories from Simplexgrinnell LP (filed via facsimile).
PDF:
Date: 07/01/2002
Proceedings: Order Granting Motion to Intervene issued. (Interstate Fire System, Inc. and Piper Fire Protection, Inc.)
PDF:
Date: 07/01/2002
Proceedings: Petitioner, Simplexgrinnell LP`S First Request for Admissions to Piper Fire Protection, Inc. filed.
PDF:
Date: 07/01/2002
Proceedings: Petitioner, Simplexgrinnell LP`S Notice of Service of First Set of Interrogatories to Piper Fire Protection, Inc. filed.
PDF:
Date: 07/01/2002
Proceedings: Motion for leave to File Amended Formal Written Protest/ Petition for Formal Administrative Proceeding filed.
PDF:
Date: 07/01/2002
Proceedings: Amended Formal Written Protest/ Petition for Formal Administrative Proceeding filed.
PDF:
Date: 06/28/2002
Proceedings: Petitioner, Simplexgrinnell, LP`S Notice of Service of Responses to Respondent, Department of Corrections`, First Request for Production to Petitioner filed.
PDF:
Date: 06/28/2002
Proceedings: Petitioner, Simplexgrinnell, LP`S Notice of Service of Responses to Respondent, Department of Corrections`, First Set of Interrogatories to Petitioner filed.
PDF:
Date: 06/28/2002
Proceedings: Petition to Intervene (filed by D. O`Lone via facsimile).
PDF:
Date: 06/26/2002
Proceedings: Order Granting Petition to Intervene issued. (Interstate Fire System, Inc.)
PDF:
Date: 06/25/2002
Proceedings: Petition of Substantial Interested Party (filed by M. Wester via facsimile).
PDF:
Date: 06/24/2002
Proceedings: Notice of Appearance as Counsel filed by K. Walker.
PDF:
Date: 06/21/2002
Proceedings: Respondent`s First Request for Production to Petitioner (filed via facsimile).
PDF:
Date: 06/21/2002
Proceedings: Order Granting Continuance and Re-scheduling Hearing issued (hearing set for July 12, 2002; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 06/20/2002
Proceedings: Notice of Service of Respondent`s First Set of Interrogatories to Petitioner (filed via facsimile).
PDF:
Date: 06/20/2002
Proceedings: Respondnet`s Motion for Continuance of Formal Hearing (filed via facsimile).
PDF:
Date: 06/17/2002
Proceedings: Order of Pre-hearing Instructions issued.
PDF:
Date: 06/17/2002
Proceedings: Notice of Hearing issued (hearing set for July 8, 2002; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 06/14/2002
Proceedings: Formal Protest of the Intent to Award Contract #02-DC-7428 filed.
PDF:
Date: 06/14/2002
Proceedings: Request for Assignment of Administrative Law Judge and Notice of Preservation of Record filed.
PDF:
Date: 06/14/2002
Proceedings: Agency Referral filed.

Case Information

Judge:
ROBERT E. MEALE
Date Filed:
06/14/2002
Date Assignment:
06/17/2002
Last Docket Entry:
09/06/2002
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related Florida Statute(s) (3):