02-004806BID C. M. Security Group, Inc. vs. Department Of Corrections
 Status: Closed
Recommended Order on Wednesday, February 26, 2003.


View Dockets  
Summary: Petitioner failed to prove that its competitor was not the most responsive bidder according to price.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8C.M. SECURITY GROUP, INC., )

13)

14Petitioner, )

16)

17vs. ) Case No. 02 - 4806BID

24)

25DEPARTMENT OF CORRECTIONS, )

29)

30Respondent, )

32)

33and )))

35)))

36ARCHITECTURAL OPENINGS, INC., )))

40)))

41Interven or. )))

44)

45RECOMMENDED ORDER

47Notice was provided and on January 13, 2003, a formal

57hearing was held in this case. Authority for conducting the

67hearing is set forth in Sections 120.569, and 120.57, Florida

77Statutes. The hearing location was the offices of the Division

87of Administrative Hearings, DeSoto Building, 1230 Apalachee

94Parkway, Tallahassee, Florida. The hearing was conducted by

102Charles C. Adams, Admini strative Law Judge.

109APPEARANCES

110For Petitioner: Gerald Spenard, C.A.

115Qualified Representative

117C.M. Security Group, Inc.

12119400 Cruickshank

123Baie D'Urfe

125Montreal, Quebec, Canada H9X 3P1

130For Respondent: Obed Dorceus, Esquire

135Department of Corrections

1382601 Blairstone Road

141Tallahassee, Florida 32399 - 2500

146For Intervenor: B. Forest Hamilton, Esquire

152Rumberger, Kirk & Caldwell, P.A.

157108 South Monroe Street

161Post Office Box 10507

165Tallahassee, Florida 32302 - 2507

170STATEMENT OF THE ISSUE

174Should the Department of Corrections' (the Department)

181decision to award a contract to Architectural Openings, Inc.

190(Architectural Openings) in Bid No. 02 - Martin - 7475 (the Project)

202for security windows be upheld ?

207PRELIMINARY STATEMENT

209On November 19, 2002, bids were opened by the Department

219related to the Project. Architectural Openings was a bidder.

228C.M. Security Group, Inc. (C.M. Security) was a bidder.

237Cornerstone Detention Products, Inc., was a bidder but its bid

247was rejected as unresponsive. This left the bids of C.M.

257Security and Architectural Openings to be considered on the

266merits. Architectural Openings offered the lowest responsive

273bid.

274On November 21, 2002, C.M. Security filed i ts notice of

285protest in writing with the Department contesting the decision

294finding Architectural Openings the low responsive bidder. On

302December 2, 2002, C.M. Security filed its formal written protest

312concerning the decision finding Architectural Opening s the low

321responsive bidder, together with a bond in support of that

331protest. Section 120.57(3)(b), Florida Statutes.

336The case was unresolved between the parties. On

344December 13, 2002, the Department filed a notice with the

354Division of Administrative Hea rings requesting the assignment of

363an Administrative Law Judge to conduct a hearing in accordance

373with Section 120.57(3)(e), Florida Statutes.

378Initially the case was assigned to Barbara J. Staros,

387Administrative Law Judge. The case was reassigned for he aring.

397Architectural Openings petitioned to intervene. On

403January 3, 2003, an order was entered granting the intervention.

413The Department moved for summary recommended order or

421alternatively for dismissal. Oral argument was held on the

430motion. On J anuary 8, 2003, an order was entered denying the

442motion without prejudice to raise its substance at final hearing.

452Concerning the motion for summary recommended order, the issues

461in the motion for summary recommended order are addressed by the

472entry of th e recommended order.

478The Department filed a motion to dismiss the formal written

488protest for alleged violations by C.M. Security of Sections

497607.1501(1) and 607.1502, Florida Statutes, and for lack of

506standing to pursue the action for failure to comply w ith Section

5184.3.12 of the Invitation to Bid the Project. Oral argument was

529considered at the commencement of the hearing. Ruling on the

539motion was reserved pending entry of the recommended order.

548The parties submitted a prehearing stipulation as requir ed.

557Joint Exhibits numbered 1 through 4 were submitted as part of the

569prehearing stipulation and have been admitted. Proposed facts

577set forth in paragraphs 1 through 5 to the prehearing stipulation

588are admitted and will be reported in the findings of fac t.

600Petitioner Exhibits numbered 1, 2, 3A - 3E, and 4 were denied

612admission. The Department presented Charles Terry Pendergrass,

619Purchasing Specialist with that agency, as its witness.

627On January 28, 2003, a hearing transcript was filed with the

638Division of Administrative Hearings.

642The Department and Architectural Openings submitted proposed

649recommended orders which have been considered in preparing the

658recommended order.

660FINDINGS OF FACT

663STIPULATED FACTS

6651. In November of 2002, or approximately th ereof, the

675Department issued an Invitation to Bid (ITB) requesting that

684qualified contractors submit bids to sell to the Department

693stainless steel windows for Martin Correctional Institution.

7002. On or about November 19, 2002, the Department received

710bid s from three vendors, namely, Architectural Openings, Inc.,

719C.M. Security Group, Inc., and Cornerstone Detention Products,

727Inc. The bids were as follows:

733Architectural Openings $175,885.92

737C.M. Security $273,325.92

741Cornerstone Detention Products, Inc. $301,392.00

7473. Among the three bids received by the Department, only

757Cornerstone's bid was found not responsive.

7634. On or about November 19, 2002, the Department issued its

774Notice of Intent to award to AOI, the lowest bidder.

7845. Petitioner, as the second lowest bidder, filed its

793Notice of Intent to protest on November 21, 2002. Petitioner's

803formal protest was submitted to the Department on November 26,

8132002, and received on December 2, 2002 .

821STATED GROUNDS FOR PROTEST

8256. Per form PUR 7028 Rev. 6/1/98 item 4, c, "Mistakes" it

837may be possible there was a mistake in the extension of unit

849price.

8507. Per ITB 3.1.2, A. "Manufacturer shall be experienced in

860the manufacture of stainless stee l detention windows of this type

871and quality". To our knowledge the lowest bidder has no

882experience with this type of window.

8888. Per ITB 3.1.2, B. "Source quality control" Does the

898manufacturer have independent test on hand for the type of window

909requ ired? This includes ASTM E 283, ASTM E 331, ASTM A 627 and

923ASTM A 629.

926DISCUSSION OF PERTINENT PROVISIONS WITHIN THE PROJECT ITB

9349. Under Section 2.1 Background of the ITB it is stated:

945The Department of Corrections is seeking a

952qualified ven dor to furnish security vendors to furnish

961security windows for Martin Correctional Institution.

96710. Under Section 2.2 Statement of Purpose of the ITB it is

979stated:

980The purpose of this Invitation To Bid is to secure

990competitive bids from qualified ve ndors to furnish

998security windows for Martin Correctional Institution,

10041150 Southwest Allapattah Road, Indiantown, Florida

101034956 - 4397. There are three (3) buildings included in

1020this project, each requiring 112 windows. The windows

1028are to be installed by inmate labor crews into

1037existing masonry openings measuring approximately 2' - 9"

1045wide by 2' - 9" high on the interior and 2' - 4" wide by

10602' - 4" high on the exterior. The successful bidder

1070shall only furnish the product specified or an approved

1079equivalent. In stallation is not required.

108511. Under the ITB 1.11, Vendor, Offeror and Bidder are

1095synonymous terms to describe those firms that would have the

1105opportunity to bid on the project where it is stated:

1115A legally qualified corporation, partn ership or

1122other entity submitting a bid to the Department

1130pursuant to this ITB.

113412. The winner or successful bidder is defined at Section

11441.12 in the ITB as:

1149The business or entity submitting the lowest

1156responsive bid, meeting all r equirements of the

1164Department's ITB.

116613. The opportunities to do business with the Department

1175under the ITB are referred to at Section 4.3.12 State Licensing

1186Requirements, where it is stated:

1191All entities defined under Chapters 607, 617 or 620,

1200Flo rida Statutes, seeking to do business with the

1209Department shall be on file and in good standing with

1219the Florida Department of State.

122414. The general conditions, Form PUR 7028, revised 6/1/98

1233at Paragraph 4.(c) states:

1237PRICES, TERMS AND PAYMENT: Firm prices shall be bid

1246and include all packing, handling, shipping charges and

1254delivery to any point within the State of Florida.

1263* * *

1266MISTAKES: Bidders are expected to examine the

1273specifications, delivery schedule, bid prices, and all

1280instructions pertaining to supplies and services.

1286Failure to do so will be at bidders risk. In case of

1298mistake in extension the unit price will govern.

130615. The ITB at Section 5.5 refers to Cost Proposals. In

1317particular Section 5.5.1 Cost Proposal Submission Req uirements

1325states:

1326The Bidder shall submit the Cost Information Sheet(s)

1334(Table 1). By submitting a bid or bids under this ITB,

1345each Bidder warrants its agreement to the prices

1353submitted. Any qualifications, counter - offers,

1359deviations, or challenges sha ll render the bid non -

1369responsive.

137016. Consistent with the ITB expectations C.M. Security and

1379Architectural Openings executed Table 1 - Cost Information and

1388submitted those tables with their respective responses to the

1397ITB.

139817. Contrary to the claim b y C.M. Security concerning a

1409possible mistake in relation to the unit price by Architectural

1419Openings, no proof was advanced to establish that allegation.

1428Moreover, Section 6.2 to the ITB, Incomplete Cost Information

1437Sheet, contemplates the opportunity fo r the Department to proceed

1447in its award of a contract even in the event of some

1459inconsistencies or inaccuracies in price extensions where it

1467states:

1468Any cost information sheet that is incomplete or in

1477which there are significant inconsistencies or

1483ina ccuracies may be rejected by the Department. No

1492deviations, qualifications, or counter offers will be

1499accepted. The Department reserves the right to reject

1507any and all bids. All calculations will be reviewed

1516and verified. The Department may correct mat hematical

1524errors; however, in the event of any miscalculations,

1532unit prices shall prevail.

153618. This exercise of discretion in addressing the matter of

1546unit cost and total cost is supported in the definition at

1557Section 1.5 Desirable Conditions which sta tes:

1564The use of the words 'should' or 'may' in this ITB

1575indicate desirable attributes or conditions, but are

1582permissive in nature. Deviation from, or omission of,

1590such a desirable feature, will not in itself cause

1599rejection of a proposal.

1603eatme nt of unit costs and total costs by the

1613Department does not fall within the expectations of Section 1.6

1623Mandatory Responsiveness Requirements which states:

1628Terms, conditions or requirements that must be met by

1637the bidder to be responsive to this ITB. Th ese

1647responsiveness requirements are mandatory. Failure to

1653meet these responsiveness requirements will cause

1659rejection of a bid. Any bid rejected for failure to

1669meet mandatory responsiveness requirements will not be

1676further reviewed.

167820. The manner in which the Department addresses unit cost

1688and total cost is not perceived under Section 1.7 Material

1698Deviations to constitute a material deviation within the meaning

1707of that definition which states:

1712The Department has established certain requirement s

1719with respect to bids to be submitted by bidders. The

1729use of shall, must or will (except to indicate simple

1739futurity) in this ITB indicates a requirement or

1747condition from which a material deviation may not be

1756waived by the Department. A deviation is ma terial if,

1766in the Department's sole discretion, the deficient

1773response is not in substantial accord with this ITB 's

1783require - ments, provides an advantage to one bidder over

1793other bidders, has a potentially significant effect on

1801the quantity or quality of it ems bid, or on the cost to

1814the Department. Material deviations cannot be waived .

182221. Taken in the context of provisions within the ITB any

1833problems perceived concerning unit price or total cost can be

1843addressed under Section 1.8 as a Minor Irregularity wherein it is

1854stated:

1855A variation from the ITB terms and conditions which

1864does not affect the price of the bid or give the bidder

1876an advantage or benefit not enjoyed by the other

1885bidders or does not adversely impact the interest of

1894the D epartment.

189722. At Section 4.3.6.1 Mandatory Responsiveness

1903Requirements are further discussed. At Section 4.3.6.2 Material

1911Deviations are described again. At Section 4.3.6.3 Minor

1919Irregularities are referred to for a second time. In essence,

1929these discussions at Section 4 mirror the definitional statements

1938in Section 1 on those topics.

194423. The statement of unit cost controls in ranking the

1954bidders for purposes of cost of the project, in the event that

1966unit cost extension in arriving at total cost is an error.

197724. Most importantly, by a simple mathematical exercise it

1986can be seen that 336 units called for, multiplied by a unit cost

1999of $523.47, leads to a total cost of $175,885.92 as represented

2011in Table 1 to the Architectural Openi ngs' submission.

202025. Section 3 to the ITB contains product information that

2030further describes the nature of the windows being purchased.

2039Section 3.1.1 under Specifications summarizes the nature of the

2048product where it is stated:

2053B. Type of security windows on project is a stainless

2063steel unit with fixed vision glass and operable

2071ventilation dampers protected from vandalism by

2077security screens.

2079C. Glazing: Window units shall be glazed with 1/2"

2088clear translucent polycarbonate.

209126. Section 3 .1.2 to the ITB describes the need for quality

2103assurance as:

2105A. Manufacturer shall be experienced in the

2112manufacture of stainless steel detention windows of

2119this type and quality.

2123B. Source quality control:

21271. Air infiltration test

2131a. ASTM E 28 3

2136b. Maximum air infiltration .5 cfm per ft. of crack

2146length with pressure differential across the window

2153unit of 1.56 PSF.

21572. Water penetration test

2161a. ASTM E 331

2165b. No water penetration for 15 minutes when the window

2175is subjected to a rate of flo w of 5 gal./hr./sq. ft.

2187with differential pressure across the window of 2.86

2195PSF.

21963. Upon request, the window manufacturer shall provide

2204a test report from a qualified independent testing

2212laboratory regularly engaged in testing windows.

22184. Tool - Resis tant Steel (when specified)

2226Submit test reports from a qualified independent

2233testing laboratory showing that the tool - resistant

2241steel used in the windows conforms with ASTM A 627 and

2252A 629.

2254C. Design Criteria: Drawings indicate size and

2261profiles of th e existing mason opening only. Shop

2270drawings for the security windows and trim are to be

2280based on the dimensions indicated.

2285D. The design of the ventilators, security screen, and

2294insect screen shall be such that at least 90 sq. in. of

2306free area for ve ntilation is provided.

231327. Contrary to the allegations by C.M. Security, the

2322provision at 3.1.2 A. taken in the context of the overall ITB

2334does not require that Architectural Openings be a manufacturer of

2344the form of stainless detention windows of the type and quality

2355sought, it is only necessary that Architectural Openings as a

2365successful bidder furnish the kind of product specified or an

2375approved equivalent. Section 2.2. To that end the manufacturer

2384of the product would have to be experienced in manufacturing

2394stainless steel detention windows of the type and quality

2403specified or an equivalent. Section 3.1.2 A. The windows when

2413provided would then be installed by inmate labor crews.

242228. Section 3.1.2 B. reminds the bidder of the degree of

2433quality control necessary in manufacturing the windows as to the

2443air infiltration test and water penetration test and the prospect

2453that upon request the window manufacturer might be called upon to

2464provide a test report from an independent testing laborato ry.

2474There is also the discussion in the instance where there would be

2486tool - resistant steel of further test reports from a qualified

2497independent testing laboratory. Nothing in the quality assurance

2505statement at 3.1.2 D. requires that this supporting test

2514information be made available with the responses to the ITB.

2524Neither responsive bidder, C.M. Security or Architectural

2531Openings, provided this information with the responses, not being

2540called upon to do so. What is intended by the ITB is that the

2554product be capable of withstanding the test regime for air

2564infiltration and water penetration and the prospect of additional

2573testing if requested or specified.

257829. The mandatory information to be provided with the

2587responses to the ITB is identified at Section 5.1 Mandatory

2597Responsiveness Requirements where it is stated:

2603The following terms, conditions, or requirements must

2610be met by the bidder to be responsive to this ITB.

2621There responsiveness requirements are mandatory.

2626Failure to meet these responsivenes s requirements will

2634cause rejection of a bid.

26395.1.1 It is mandatory that the bidder supply one (1)

2649original, signed bid. The envelope shall be clearly

2657marked "ITB - #02 - MARTIN - 7475."

26655.1.2 It is mandatory that the bidder complete, sign

2674and return PU R Form 7028, State of Florida ITB/Bidder

2684Acknowledgement, which is the front cover of this ITB

2693document. The bidder must return either the original

2701or a copy (front & back) with an original signature .

27125.1.3 It is mandatory that the bidder complete, sig n

2722and return TABLE I -- Cost Information, which consists

2731of page No. 31. The bidder must return the entire

2741TABLE I -- Cost Information section dated and with an

2751original signature .

275430. Source quality control information under 3.1.2B. is not

2763among th e items mandated to be provided with the bid response so

2776that it may be verified in determining responsiveness for

2785purposes of then comparing the bids of the competitors. The

2795determinations concerning quality control are left for another

2803occasion when the winner in the competition has been chosen.

281331. When the winner is chosen, the nature of the process is

2825further described at Section 3.1.3 Submittals where it is stated:

2835A. Shop Drawings: Within two weeks after receipt of

2844purchase order, submit five ( 5) sets of shop drawings,

2854including wall elevations at 1/4" scale, typical unit

2862elevations at 3/4" scale, and full size detail sections

2871of every typical composite member. Show anchors,

2878hardware, operators, and other components not included

2885in manufacturer 's standard data. Include glazing

2892details.

2893Submit shop drawings to:

2897Bob Rogers

2899Fort Lauderdale Service Center

2903Second Floor

29051400 West Commercial Blvd.

2909Fort Lauderdale, Fl. 3309 - 3752

2915Phone (954) 202 - 3819

2920B. Samples, Submit one complete unit of type required,

2929prior to job production, for review of construction and

2938finish. After approval, sample may be used in actual

2947construction.

2948The owner reserves the right to requi re additional

2957samples which show fabrication techniques and

2963workmanship of component parts, and design of hardware

2971and other exposed auxiliary items.

2976C. Certification: Where manufacturer's standard

2981window units comply with requirements and have been

2989t ested in accordance with specified tests, provide

2997certification by manufacturer showing compliance with

3003such tests; otherwise, perform required tests through a

3011recognized testing laboratory or agency and provided

3018certified test results.

302132. The n ature of the materials to be used are described in

3034Section 3.1.5. The act of fabrication is described in Section

30443.1.8 to the ITB.

304833. In association with the allegations in the formal

3057written protest, to the extent that C.M. Security misapprehended

3066a ny of the instructions in the ITB concerning matters that needed

3078to be submitted with the responses to the ITB and other

3089requirements, it was instructed on those subjects at Section

30984.3.7 Bid Inquiries, in particular at 4.3.7.2, 4.3.7.3 and

31074.3.7.4 where i n it is stated:

31144.3.7.2 The bidder shall examine this ITB to determine

3123if the Department's requirements are clearly stated.

3130If there are any requirements which restrict

3137competition, bidder may request, in writing, to the

3145Department, that the specificat ions be changed. The

3153bidder who requests changes to the Department's

3160specifications must identify and describe the bidder's

3167difficulty in meeting the Department's specifications,

3173must provide detailed justification for a change, and

3181must recommend changes to the specifications. Requests

3188for changes to this ITB must be received by the

3198Department no later than the date shown for written

3207inquiries in the "Calendar of Events." A bidder's

3215failure to request changes by the date described above

3224shall be conside red to constitute bidder's acceptance

3232of Department's specifications. The Department shall

3238determine what changes to this ITB shall be acceptable

3247to the Department. If required, the Department shall

3255issue an addendum reflecting the acceptable changes to

3263this ITB, which shall be sent to all bidders in order

3274that all bidders shall be given the opportunity of

3283proposing to the same specifications.

32884.3.7.3 Any inquiries from bidders concerning this ITB

3296shall be submitted in writing, identifying the

3303submitter, to the individual identified in Section 4.1

3311of this ITB and must be received no later than the date

3323and time specified in Section 4.2 of the Calendar of

3333Events. (E - mail inquiries are preferred with the

3342bidder following up by mailing or fax ing a hard copy.)

3353It is the responsibility of the bidder to confirm

3362receipt of e - mailed and faxed inquiries.

33704.3.7.4 Failure to file a protest of the bid

3379specifications within the time prescribed in Section

3386120.57(3), Florida Statutes, or failure to post the

3394bond or other security required by law within the time

3404allowed for filing a bond shall constitute a waiver of

3414proceedings under Chapter 120, Florida Statutes.

342034. The record does not reflect any attempt by C.M.

3430Security or other bidders t o avail themselves of the opportunity

3441for clarification. This meant that the ITB must be interpreted

3451and applied as originally written.

3456CONCLUSIONS OF LAW

345935. The Division of Administrative Hearings has

3466jurisdiction over the subject matter and the p arties in

3476accordance with Sections 120.569(1) and 120.57(1) and (3),

3484Florida Statutes.

348636. There is pending a ruling on the motion to dismiss the

3498formal written protest for Petitioner's alleged violation of

3506Sections 607.1501(1) and 607.1502, Florida St atutes, and for lack

3516of standing pursuant to Section 4.3.1 of the ITB.

352537. Section 607.1501(1), Florida Statutes, states:

3531A foreign corporation may not transact business in this

3540state until it obtains a certificate of authority

3548from the De partment of State.

355438. Section 607.1502(1), Florida Statutes, states:

3560A foreign corporation transacting business in this

3567state without a certificate of authority may not

3575maintain a proceeding in any court in this state

3584until it obtains a certif icate of authority.

359239. Exceptions to the transaction of business are further

3601addressed in Sections 607.1501(2) and (3), Florida Statutes,

3609wherein it is stated:

3613(2) The following activities, among others, do not

3621constitute transacting busine ss within the meaning of

3629subsection (1):

3631(a) Maintaining, defending, or settling any

3637proceeding.

3638(b) Holding meetings of the board of directors or

3647shareholders or carrying on other activities concerning

3654internal corporate affairs.

3657(c) Maintaining b ank accounts.

3662(d) Maintaining officers or agencies for the transfer,

3670exchange, and registration of the corporation's own

3677securities or maintaining trustees or depositaries with

3684respect to those securities.

3688(e) Selling through independent contractors.

3693(f) Soliciting or obtaining orders, whether by mail or

3702through employees, agents, or otherwise, if the orders

3710require acceptance outside this state before they

3717become contracts.

3719(g) Creating or acquiring indebtedness, mortgages, and

3726security interests in real or personal property.

3733(h) Securing or collecting debts or enforcing

3740mortgages and security interests in property securing

3747the debts.

3749(i) Transacting business in interstate commerce.

3755(j) Conducting an isolated transaction that is

3762completed within 30 days and that it not one in the

3773course of repeated transactions of a like nature.

3781(k) Owning and controlling a subsidiary corporation

3788incorporated in or transacting business within this

3795state or voting the stock of any corporation which it

3805h as lawfully acquired.

3809(l) Owning a limited partnership interest in a limited

3818partnership that is doing business within this state,

3826unless such limited partner manages or controls the

3834partnership or exercises the powers and duties of a

3843general partner.

3845(m) Owning, without more, real or personal property.

38533. The list of activities in subsection (2) is not

3863exhaustive.

386440. Having in mind the discussion concerning business

3872transactions in Florida for purposes of the receipt of a

3882certificate of aut hority, the statute does not contemplate that

3892the submission of a response to an invitation to bid constitutes

3903the transaction of business in this state. With that outcome,

3913even if it is assumed that the prohibition against maintaining a

3924proceeding in a c ourt in the state without benefit of a

3936certificate of authority, has application to the Division of

3945Administrative Hearings in its consideration of the

3952administrative action by a formal written protest to the intent

3962to award the contract to Architectural Openings, the statute does

3972not preclude the maintenance of the present action.

398041. As a consequence, C.M. Security is a legally qualified

3990corporation for purposes of the definition at Section 1.11 with

4000the ITB.

400242. Finally, Section 4.3.12 to the I TB in its admonition

4013that C.M. Security would be seeking to do business with the state

4025as a foreign corporation described in Chapter 607, Florida

4034Statutes, only in the instance where the contract was being

4044offered to C.M. Security. On that occasion it co uld not do the

4057business or transact the business without obtaining a certificate

4066of authority from the Department of State. Otherwise,

4074C.M. Security would not be in good standing with the Florida

4085Department of State as contemplated both in the stat ute and

4096Section 4.3.12 to the ITB.

410143. On the merits, C.M. Security has the burden of proof to

4113demonstrate that the proposed agency action by the Department

4122which concluded that Architectural Openings has offered the

4130lowest responsive bid and was entit led to an award of the

4142contract was incorrect in that it was contrary to the

4152Department's governing statutes, its rules or policies or the

4161specifications in the ITB. The decision finding Architectural

4169Openings to the be lowest responsive bidder by price q uotation

4180entitled to the award when considered under the terms of those

4191governing statutes or rules or polices or the ITB must be shown

4203to constitute clear error, to be contrary to the competition,

4213arbitrary or capricious. Section 120.57(3)(f), Florida St atutes.

4221Facts to be found in making the determination are based upon the

4233preponderance of the evidence. Section 120.57(1)(j), Florida

4240Statutes.

424144. C.M. Security has failed in its proof of the grounds

4252alleged in the formal written protest, which seek s to overturn

4263the proposed agency action finding Architectural Openings to be

4272the lowest responsive bidder entitled to the contract award. The

4282allegations are not compelling for reasons as described in the

4292fact finding.

429445. Architectural Openings and C.M . Security have complied

4303with the mandatory requirements to be considered responsive to

4312the ITB. There were no material deviations from the terms of the

4324ITB. There were no irregularities material or minor that have

4334been shown. No mistakes were proven in the provision of unit

4345cost by Architectural Openings or the extension of the unit price

4356in offering a statement of total cost. No showing has been made

4368that Architectural Openings must be a manufacturer of the called

4378for windows to participate or to have any former experience with

4389this type of windows sought. The obligation is for the winner in

4401the competition to deliver windows from an experienced

4409manufacturer that comply with the terms of the ITB as have been

4421described and to verify the window design q uality consistent with

4432the ITB when orders are made for the product. There was no

4444obligation by the bidders concerning the final allegation in the

4454formal written protest, the consideration of source quality

4462control at the time the bid responses were made. In summary,

4473those claims of noncompliance with specifications that would lead

4482to the rejection of the bid by Architectural Openings pertaining

4492to "mistakes" under PUR 728 rev. 6/1/98 item 4.(c). or related to

4504Section 3.1.2A. and 3.1.2B. to the ITB are re jected.

4514RECOMMENDATION

4515Upon consideration, it is

4519RECOMMENDED :

4521That a final order be entered which dismisses the formal

4531written protest and upholds the proposed agency action finding

4540Architectural Openings to be the lowest responsive bidder by

4549price and entitled to an award on the project described in Bid

4561No. 02 - Martin - 7475.

4567DONE AND ENTERED this 26th day of February, 2003, in

4577Tallahassee, Leon County, Florida.

4581CHARLES C. ADAMS

4584Administrative Law J udge

4588Division of Administrative Hearings

4592The DeSoto Building

45951230 Apalachee Parkway

4598Tallahassee, Florida 32399 - 3060

4603(850) 488 - 9675 SUNCOM 278 - 9675

4611Fax Filing (850) 921 - 6847

4617www.doah.state.fl.us

4618Filed with the Clerk of the

4624Division of Administrative Hearings

4628this 26th day of February, 2003.

4634COPIES FURNISHED:

4636Obed Dorceus, Esquire

4639Department of Corrections

46422601 Blairstone Road

4645Tallahassee, Fl orida 32399 - 2500

4651B. Forest Hamilton, Esquire

4655Rumberger, Kirk & Caldwell, P.A.

4660108 South Monroe Street

4664Tallahassee, Florida 32301

4667James W. Markel, Esquire

4671Graham, Builder, Jones, Pratt

4675& Marks, LLP

4678369 North New York Avenue

4683Winter Park, Florida 3279 0

4688Gerald Spenard, C.A.

4691Qualified Representative

4693C.M. Security Group, Inc.

469719400 Cruickshank

4699Baie D'Urfe

4701Montreal, Quebec, Canada H9X 3P1

4706James Crosby, Jr., Secretary

4710Department of Corrections

47132601 Blairstone Road

4716Tallahassee, Florida 32 399 - 2500

4722NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

4728All parties have the right to submit written exceptions within 10

4739days from the date of this Recommended Order. Any exceptions to

4750this Recommended Order should be filed with the agency that will

4761issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 03/28/2003
Proceedings: Final Order filed.
PDF:
Date: 03/26/2003
Proceedings: Agency Final Order
PDF:
Date: 02/26/2003
Proceedings: Recommended Order
PDF:
Date: 02/26/2003
Proceedings: Recommended Order issued (hearing held January 13, 2003) CASE CLOSED.
PDF:
Date: 02/26/2003
Proceedings: Recommended Order cover letter identifying hearing record referred to the Agency sent out.
PDF:
Date: 02/06/2003
Proceedings: Respondent and Intervenor`s Joint Proposed Recommended Order (filed via facsimile).
PDF:
Date: 02/06/2003
Proceedings: Notice of Filing Proposed Recommended Order (filed by B. Hamilton via facsimile).
Date: 01/28/2003
Proceedings: Transcript filed.
Date: 01/13/2003
Proceedings: CASE STATUS: Hearing Held; see case file for applicable time frames.
PDF:
Date: 01/09/2003
Proceedings: Department of Corrections` Motion to Dismiss Protest for Petitioner`s Violations of Sections 607.1501(1) and 607.1502, Florida Statutes and for Lack of Standing Pursuant to Section 4.3.12 of ITB 02-Martin-7475 filed.
PDF:
Date: 01/09/2003
Proceedings: (Joint) Pre-hearing Stipulation of the Parties filed.
PDF:
Date: 01/08/2003
Proceedings: Order issued. (the motion for summary recommended order or alternative motion to dismiss is denied without prejudice to raise at final hearing)
PDF:
Date: 01/03/2003
Proceedings: Order Granting Intervention issued. (Intervenor, Architectural Openings, Inc.`s)
PDF:
Date: 12/27/2002
Proceedings: Department of Corrections` Motion for Summary Recommended Order of Alternative Motion to Dismiss filed.
PDF:
Date: 12/27/2002
Proceedings: Architectural Openings, Inc.`s Motion to Intervene (filed via facsimile).
PDF:
Date: 12/17/2002
Proceedings: Order of Pre-hearing Instructions issued.
PDF:
Date: 12/17/2002
Proceedings: Notice of Hearing issued (hearing set for January 13, 2003; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 12/13/2002
Proceedings: Formal Written Protest filed.
PDF:
Date: 12/13/2002
Proceedings: Request for Assignment of Administrative Law Judge and Notice of Preservation of Record filed.
PDF:
Date: 12/13/2002
Proceedings: Agency referral filed.

Case Information

Judge:
CHARLES C. ADAMS
Date Filed:
12/13/2002
Date Assignment:
01/13/2003
Last Docket Entry:
03/28/2003
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related Florida Statute(s) (4):