03-002374BID Granite Construction Company Of California vs. Department Of Transportation
 Status: Closed
Recommended Order on Monday, August 25, 2003.


View Dockets  
Summary: Pet. failed to prove proposed award of road const. contract was contrary to statute, agency policy, or bid specifications, although Agency knew prior to the award that est. quantity for 1 pay item was wrong. Deny protest; award to intervenor.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8GRANITE CONSTRUCTION COMPANY OF )

13CALIFORNIA, )

15)

16Petitioner, )

18)

19vs. ) Case No. 03 - 2374BID

26)

27DEPARTMENT OF TRANSPORTATION, )

31)

32Respondent, )

34)

35and )

37)

38GILBERT SOUTHERN CORPORATION, )

42)

43Intervenor. )

45)

46RECOMMENDED ORDER

48Pursuant to notice, a formal hearing was held in this case

59on July 28, 2003, in Tallahassee, Florida, before T. Kent

69Wetherell, II, the designated Administrative Law Judge o f the

79Division of Administrative Hearings.

83APPEARANCES

84For Petitioner: William E. Williams, Esquire

90J. Andrew Bertron, Jr., Esquire

95Huey, Guilday, Tucker, Schwartz,

99and Williams, P.A.

1021983 Centre Point Boulevard, Suite 200

108Post Office Bo x 12500

113Tallahassee, Florida 32317 - 2500

118For Respondent: Robert C. Downie, II, Esquire

125Department of Transportation

128Haydon Burns Building, Mail Station 58

134605 Suwannee Street

137Tallahassee, Florida 32399 - 0458

142For Intervenor: Christopher T. Mc Rae, Esquire

149McRae & Metcalf, P.A.

1531677 Mahan Center Boulevard

157Tallahassee, Florida 32312

160STATEMENT OF THE ISSUE

164The issue is whether the Department of Transportation’s

172proposed award of the contract for FIN Project Nos. 25840115201,

18225840115602, and 25841005603 to Intervenor is contrary to the

191Department’s governing statutes, rules, policies, or the bid

199solicitation specifications.

201PRELIMINARY STATEMENT

203On May 22, 2003, the Department of Transportation

211(Department) posted notice of its intent to award the contract

221for a construction project known as Interstate 4 Reconstruction,

23014th Street to 50th Street, Hillsborough County, Florida, FIN

239Project Nos. 25840115201, 25840115602, and 25841005603 (the

246Project) to Intervenor. Thereafter, Petitioner ti mely filed a

255notice of protest and a formal written protest (Protest) with

265the Department challenging the proposed award. The Protest

273requested that the Department refer the matter to the Division

283of Administrative Hearings (Division) for the assignment o f an

293Administrative Law Judge to conduct a formal hearing. The

302Department referred the Protest to the Division on June 25,

3122003.

313Intervenor filed a motion to intervene with the Department,

322and that motion was referred to the Division along with the

333Prot est. The motion was granted by Order dated June 30, 2003.

345In accordance with the expedited time frame established by

354Section 120.57(3)(e), Florida Statutes, the final hearing was

362initially set for July 22 and 23, 2003. The hearing was

373subsequently resch eduled for July 28 and 29, 2003, at the

384request of the parties.

388On June 25, 2003, before the matter was referred to the

399Division, Intervenor filed a motion to dismiss the Protest on

409the theory that it is actually an untimely challenge to the bid

421specifica tions rather than a timely challenge to the proposed

431award of the contract. The Department joined Intervenor's

439motion through a filing dated June 30, 2003. The motion to

450dismiss was denied through a detailed Order dated July 11, 2003,

461and the case procee ded to final hearing on July 28, 2003.

473At the hearing, Petitioner presented the testimony of

481Jeffrey Wittmann, J.C. Miseroy, Robert Szatynski, Teresa

488Driskell, and Juanita Moore. Petitioner's Exhibits P1 - A, P1 - B,

500P1 - C, P3, P4, P7, and P8 were received in to evidence. Neither

514the Department nor Intervenor presented the testimony of any

523witnesses at the hearing. Exhibits R1, R2, and R5 through R11,

534which were jointly introduced by the Department and Intervenor,

543were received into evidence. The parties' Joint Exhibits J1

552through J27 were also received into evidence.

559The two - volume Transcript of the hearing was filed with the

571Division on August 4, 2003. The parties were given ten days

582from the date that the Transcript was filed to file their

593proposed rec ommended orders (PROs). The parties' PROs were

602timely filed and were given due consideration by the undersigned

612in preparing this Recommended Order.

617All statutory references are to the 2002 codification of

626the Florida Statutes, unless otherwise indicated.

632FINDINGS OF FACT

635Based upon the testimony and evidence received at the

644hearing and the stipulations set forth in the parties'

653Pre - Hearing Stipulation, the following findings are made:

662A. Parties

6641. The Department is the state agency responsible for

673construction and maintenance of the State highway system, which

682includes Interstate 4. The Department is the contracting agency

691for the Project at issue in this proceeding.

6992. Petitioner and Intervenor are corporations engaged in

707the business of roa d and bridge construction, and they both

718submitted bids for the Project.

7233. Intervenor was determined by the Department to be the

733lowest responsible bidder for the Project, and Petitioner was

742determined to be the next lowest responsible bidder.

7504. Peti tioner and Intervenor both have the requisite

759standing in this proceeding.

763B. Overview of the Project

7685. The Project involves the widening and "reconstruction"

776of approximately three miles of Interstate 4 in Hillsborough

785County between 14th Street and 5 0th Street.

7936. The Project is located in the Department's District

802Seven.

8037. The Department's initial cost estimate for the Project

812was $148.5 million, making this the most expensive project ever

822in District Seven.

8258. The Project is being funded pr imarily by federal funds

836from the U.S. Department of Transportation, Federal Highway

844Administration (FHWA).

8469. The high per - mile cost of the Project is a result of

860the complexity of the Project due to its location in an urban

872environment and the numerou s bridges included in the Project.

882C. Bid Documents

88510. The Department issued a Bid Solicitation Notice

893(Notice) for the Project on February 28, 2003.

90111. The Notice provided a general description of the

910Project and informed prospective bidders how the y could obtain

920the plans and specifications for the Project.

92712. The Notice also included a list of the pay items for

939the Project. That list included "approx[imate]" quantities for

947each item, and was "not for bidding purposes."

95513. The plans and specifi cations for the Project included

965a Summary of Pay Items, sheets 2 through 16D (Summary), which

976listed the pay items for the Project, as well as the estimated

988quantity for each item.

99214. More than 400 pay items were listed in the Summary,

1003including Item No. 2534 - 72 - 12, Barrier Wall Noise (the "noise

1016wall").

101815. The noise wall is an aesthetic feature. Its purpose

1028is to reduce the amount of roadway noise that can be heard on

1041adjacent property. The noise wall is free - standing and is not

1053structurally connected to the roadway or other aspects of the

1063Project.

106416. It is possible that the noise wall may be deleted from

1076the Project during construction. However, bidders were required

1084to bid on the noise wall since it is shown in the plans and is

1099listed as a pay item in the Summary and on the proposal form.

111217. The estimated quantity for the noise wall provided in

1122the Summary is 1,453 meters squared (m 2 ), which is the same as

1137the "approx[imate]" quantity that was shown in the Notice.

114618. That same figure -- 1,453 m 2 -- is provided for the noise

1161wall on the proposal form. The proposal form is commonly

1171referred to as the "bid blank."

117719. The bid blank was provided to the prospective bidders

1187in electronic format. It lists each pay item for the Project,

1198and for each ite m, it specifies the item number, item

1209description, and estimated quantity.

121320. The bidders were required to insert their bid or unit

1224price for each pay item directly into the electronic bid blank

1235form. The bidders could not change the estimated quantitie s

1245shown on the bid blank. If a bidder attempted to do so, its bid

1259would have been rejected as nonresponsive.

126521. Once the bid/unit prices are inserted into the

1274electronic bid blank form, the bid amount is automatically

1283calculated for each pay item by mul tiplying the estimated

1293quantity shown on the form by the bidder's bid/unit price. The

1304bidder's total bid is then automatically calculated by adding up

1314the bid amounts for each pay item.

132122. The bid documents 1 incorporated by reference the 2000

1331edition of the Department's Standard Specifications for Road and

1340Bridge Construction (Standard Specifications).

134423. Section 2 - 3 of the Standard Specifications, entitled

"1354Interpretation of Estimated Quantities," explains the purpose

1361and significance of the estimate d quantities set forth in the

1372bid documents. That provision states:

1377For those items constructed within

1382authorized plan limits or dimensions, use

1388the quantities shown in the plans and in the

1397proposal form as the basis of the bid. The

1406Department will als o use these quantities

1413for final payment as limited by the

1420provisions for the individual items. For

1426those items having variable final pay

1432quantities that are dependent upon actual

1438field conditions, use and measurement, the

1444quantities shown in the plans an d in the

1453proposal form are approximate and provide

1459only a basis for calculating the bid upon

1467which the Department will award the

1473Contract. . . .

1477The Department may increase, decrease, or

1483omit the estimated quantities of work to be

1491done or to be furnishe d.

149724. The estimated quantities shown in the bid documents

1506are not necessarily the actual quantities that will be built on

1517the Project. It is important, however, that the estimated

1526quantities be as accurate as possible so that the Department can

1537develop a reasonably accurate cost estimate for budgeting

1545purposes and so that contractors can have a good idea of the

1557resources that they will need to devote to construction when

1567they are formulating their bids.

157225. Section 3 - 1 of the Standard Specifications, en titled

"1583Consideration of Bids," informed bidders how the Department

1591would determine the lowest bid for the Project. That provision

1601states that:

1603[F]or purposes of award, after opening and

1610reading the proposals, the Department will

1616consider as the bid the c orrect summation of

1625each unit bid price multiplied by the

1632estimated quantities shown in the proposal

1638form.

163926. The "proposal form" referenced in Section 3 - 1 of the

1651Standard Specifications is the official form on which the

1660Department requires formal bids to be prepared and submitted.

1669It is the same as the "bid blank" described above.

1679D. Pre - bid Phase

168427. Petitioner ordered the plans and specifications for

1692the Project on March 3, 2003. The Department sent the plans and

1704specifications to Petitioner on Mar ch 4, 2003.

171228. Petitioner received the plans and specifications

1719approximately two weeks prior to the mandatory bidders'

1727meeting/"pre - bid conference" held on March 31, 2003.

173729. The pre - bid conference was attended by two of

1748Petitioner's employees. Neither of those employees asked

1755questions regarding the estimated quantity for the noise wall,

1764although they each asked questions regarding other elements of

1773the Project.

177530. The Transcript of the pre - bid conference reflects that

1786no other bidder asked about the estimated quantity for the noise

1797wall either, even though the noise wall was mentioned on several

1808occasions at the conference, and a question was asked about the

1819quantity shown for another item listed in the specifications.

182831. At some point after the pr e - bid conference,

1839Petitioner's senior estimator, Jeffrey Wittmann, calculated

"1845take - offs" for all of the walls in the Project, including the

1858noise wall. This is a standard practice done in the course of

1870putting together a bid.

187432. The purpose of a take - o ff is to verify the accuracy of

1889the estimated quantities in the bid documents and to calculate

1899the work and materials that will be required to perform the

1910contract. A take - off converts the graphical information shown

1920in the plans for an item to a numerica l amount for that item,

1934and is done by using the plans and specifications for the

1945Project and the Department's standard computation manual.

195233. The take - off calculated by Mr. Wittmann for the noise

1964wall was 3,809 m 2 , which is more than two - and - a - half time s the

1984estimated quantity of 1,453 m 2 shown in the bid documents.

199634. The Department's contact person for the Project was

2005Teresa Driskell.

200735. Ms. Driskell began receiving questions about the

2015accuracy of the estimated quantity for the noise wall in late

2026Ma rch or early April. The first question regarding that issue

2037came from Intervenor.

204036. Intervenor questioned the estimated quantity shown for

2048the noise wall in the Summary and the bid blank because its

2060take - off showed the estimated quantity to be significa ntly more

2072than 1,453 m 2 .

207837. Ms. Driskell referred Intervenor's question to Robert

2086Szatynski, the Department's outside consultant and engineer of

2094record for the Project, and asked him to formulate a response.

210538. Mr. Szatynski directed a member of his s taff to review

2117the computations and spreadsheets from which the estimated

2125quantity for the noise wall was originally computed. Based upon

2135the results of his staff's review, Mr. Szatynski responded to

2145Ms. Driskell that the 1,453 m 2 figure was correct.

215639. Ms. Driskell forwarded that response to Intervenor,

2164but not to other prospective bidders. Ms. Driskell followed a

2174similar pattern with respect to other inquiries; she provided

2183the response only to the prospective bidder who made the

2193inquiry.

219440. Ms. Dri skell continued to get questions from other

2204prospective bidders, including Petitioner through Mr. Wittmann,

2211regarding the accuracy of the estimated quantity for the noise

2221wall.

222241. On Friday, April 18, 2003, Ms. Driskell asked Richard

2232Frank, the Departmen t's in - house construction manager for the

2243Project, to take a look at the questions being raised by the

2255prospective bidders regarding the estimated quantity for the

2263noise wall.

226542. Mr. Frank calculated his own take - off for the noise

2277wall, which only took h im about an hour. Mr. Frank's take - off

2291calculated an estimated quantity for the noise wall of 3,853 m 2 ,

2304which is very similar to Mr. Wittmann's calculation.

231243. Based upon his take - off, Mr. Frank sent an e - mail to

2327Ms. Driskell which stated that he "agree[ d] with the concerns

2338that have been raised that the quantity [for the noise wall] is

2350in error" and that Ms. Driskell could "let the contractors know

2361that they are correct."

236544. Mr. Frank's e - mail was sent to Ms. Driskell at

2377approximately 4:30 p.m. on April 18, 2003. A copy of the e - mail

2391was sent to Mr. Szatynski at the same time.

240045. On the morning of Monday, April 21, 2003,

2409Mr. Szatynski sent an e - mail to Ms. Driskell concurring in

2421Mr. Frank's assessment. That e - mail stated that:

2430[W]e agree with [Mr. Fr ank] that the

2438original quantity shown in the plans is

2445inaccurate. The final quantity for [the

2451noise wall] should be 3893.9 m2. We will

2459send the updated quantity calculation sheet

2465for your use.

246846. Later that same day, Mr. Szatynski sent Ms. Driskell a

2479revised area computation sheet for the noise wall. The sheet

2489specified a new quantity for the wall of 3,894 m 2 .

250247. The spreadsheet used by Mr. Szatynski's staff to

2511calculate the original estimated quantity for the noise wall had

2521a mathematical error in i t. The heights and lengths for the

2533noise wall in the spreadsheet that were derived from a take - off

2546of the plans were correct, but the formula underlying the

2556spreadsheet failed to multiply those dimensions by the number of

2566panels needed for the noise wall. The error in the spreadsheet

2577was not known to or found by Mr. Szatynski or his staff when

2590they reviewed the noise wall quantity estimate in response to

2600Ms. Driskell's first request described above.

260648. In recalculating the area of the noise wall,

2615Mr. S zatynski did not change any of the wall's dimensions in the

2628plans or any of the figures in his original take - off. He simply

2642corrected the formula underlying in the spreadsheet to include

2651the number of panels needed in the calculation.

265949. Even though the Department knew that the estimated

2668quantity for the noise wall in the bid documents was

"2678inaccurate" and "in error," and even though it had been given

2689the corrected "final quantity" from Mr. Szatynski on April 21,

26992003, the Department did not issue an add endum to change the

2711estimated quantity.

271350. Addenda are issued by the Department's Tallahassee

2721office upon the request of the District office. The

"2730turn - around time" for an addenda varies based on nature and

2742extent of the change.

274651. No changes to the plans were necessary to correct the

2757erroneous estimated quantity for the noise wall, and

2765Mr. Szatynski had already provided a corrected area computation

2774sheet. The only other thing that would have been necessary to

2785correct the noise wall quantity was a re vised electronic bid

2796blank and revised Summary page.

280152. According to Juanita Moore, the Department's contract

2809administrator in Tallahassee for the Project, it would have only

2819taken "a few hours" to do an addendum to change the estimated

2831quantity for the n oise wall under such circumstances.

284053. The decision not to issue an addendum to correct the

2851estimated quantity for the noise wall was made by Ms. Driskell

2862alone. She based her decision on a number of factors, including

2873the fact that the noise wall was a stand - alone item that was not

2888structurally related to the remainder of the Project and that it

2899might be deleted from the Project; the fact that the noise wall

2911was not a "major item of work;" 2 her estimate that the projected

2924cost overrun would be less than $1,000,000, which is less than

2937one percent of the total contract price; and her concern that

2948the plans would need to be revised or that it would take too

2961long to get an addendum approved.

296754. In hindsight, Ms. Driskell clearly made the wrong

2976decision by not changing the estimated quantity for the noise

2986wall because her concerns about the time it would take for an

2998addendum and need for revisions to the plans were unfounded, she

3009underestimated cost overrun that the error would cause by

3018approximately $500,00 0, and it turned out that the ultimate

3029award of the contract hinges on that pay item. Nevertheless,

3039Ms. Driskell's decision not to seek an addendum to correct the

3050estimated quantity for the noise wall was not arbitrary or

3060illogical at the time that it was made.

306855. The Department issued five formal addenda to the

3077Project specifications. The addenda were issued on March 17,

30862003 (Addendum No. 1); April 7, 2003 (Addendum No. 2); April 17,

30982003 (Addendum No. 3); April 22, 2003 (Addendum No. 4); and

3109April 29 , 2003 (Addendum No. 5).

311556. The addenda were sent by overnight delivery to the

3125prospective bidders, and they contained instructions on how to

3134download the updated electronic bid blank form from the

3143Internet.

314457. Addenda Nos. 4 and 5 were issued after Ap ril 21, 2003,

3157which is the date that the Department received confirmation from

3167Mr. Szatynski that the noise wall quantity estimate in the bid

3178documents was "inaccurate" and that the correct "final quantity"

3187was 3,894 m 2 . However, Addendum No. 4 was in the review process

3202prior to that date.

320658. Addendum No. 4 changed the estimated quantities for

3215several pay items, including an eight - foot traffic railing

3225barrier wall (Item No. 2521 - 7 - 1), which Mr. Wittmann had

3238discussed with Ms. Driskell in connection with their discussions

3247regarding the noise wall. The change added approximately 1,100

3257meters to that pay item.

326259. Using the unit prices bid for that item by Petitioner

3273and Intervenor, the financial impact of the change in the

3283quantity for the barrier wall ite m was between $500,000 and

3295$790,000. That amount is less than the financial impact of the

"3307error" in the estimated quantity for the noise wall.

331660. On the afternoon of Friday, April 25, 2003,

3325Mr. Wittmann e - mailed Ms. Driskell and asked "[w]hy [there was ]

3338no change to the [noise wall] in addendum 4 as previously

3349discussed." Ms. Driskell did not respond to Mr. Wittmann's

3358e - mail, although as discussed below, she answered his question

3369in a telephone conversation on Monday, April 28, 2003.

337861. Addendum N o. 5 was issued the day before the bid

3390submittal deadline. It changed the estimated quantity for Item

3399No. 2102 - 911 - 2 to correct an obvious scrivener's error.

341162. At some point during the pre - bid phase, a bidder other

3424than Petitioner or Intervenor made a public records request for

3434all of the Department's responses to the questions asked by

3444prospective bidders. Ms. Driskell's supervisor directed her to

3452provide the information responsive to the public records request

3461to all of the prospective bidders.

346763 . That information was not provided to the prospective

3477bidders in the form of an addendum; it was just "made available

3489to them" at the District Seven office on April 29, 2003.

3500Included in that information were Mr. Frank's e - mail stating

3511that the estimated quantity for the noise wall was "in error"

3522and Mr. Szatynski's e - mail concurring in that assessment and

3533providing a "final quantity" of 3,894 m 2 .

354364. Ms. Driskell called each of the prospective bidders on

3553April 28, 2003, to inform them that the package o f information

3565could be picked up on April 29, 2003. During her conversation

3576with Mr. Wittmann, Ms. Driskell was again asked why the

3586estimated quantity for the noise wall had not been changed. She

3597told Mr. Wittmann that it was "too close to the letting" a nd

3610that "it would not be changed."

361665. Ms. Driskell's response to Mr. Wittmann is somewhat

3625disingenuous because she had the necessary information since

3633April 21, 2003, to make a change in the noise wall quantity

3645through an addendum, and it would have taken only "a few hours"

3657to do so. Indeed, on April 21, 2003, Ms. Driskell's supervisor,

3668Brian McKishnie, told Ms. Driskell that she "need[ed] to tell

3678them [the bidders] to 'bid it [the noise wall] as you see it' or

3692get the corrected quantity to all bidders."

369966. Although there is conflicting evidence regarding what

3707Ms. Driskell told Mr. Wittmann on and around April 21, 2003,

3718regarding the discrepancy in the estimated quantity for the

3727noise wall and the Department's intent to issue an addenda to

3738change the qua ntity, it is ultimately immaterial what

3747Mr. Wittmann was told at that time because on April 28, 2003,

3759Ms. Driskell clearly and unequivocally told Mr. Wittmann that no

3769change was going to be made to the noise wall.

377967. Thus, on April 28, 2003, Petitioner w as on notice that

3791the estimated quantity for the noise wall was going to remain

38021,453 m 2 , and Petitioner prepared its bid based upon that figure.

381568. Petitioner did not file a specification protest within

382472 hours after Ms. Driskell informed Mr. Wittmann that the

3834estimated quantity for the noise wall was not going to be

3845changed.

384669. Petitioner did not pick up the package of information

3856which included the e - mails from Mr. Frank and Mr. Szatynski

3868related to the corrected noise wall quantity until May 12, 2 003,

3880which is nearly two weeks after it had submitted its bid. Thus,

3892Petitioner could not have relied on the information in those

3902e - mails in preparing its bid.

390970. On April 30, 2003, Petitioner, Intervenor, and several

3918other bidders timely submitted the ir bids for the Project.

392871. Neither Petitioner, nor any other prospective bidder,

3936filed a solicitation protest within 72 hours after the Notice

3946was issued.

394872. Neither Petitioner, nor any other prospective bidder,

3956filed a solicitation protest within 72 hours after they received

3966the plans and specifications for the Project.

397373. Neither Petitioner, nor any other prospective bidder,

3981filed a specification protest based upon the matters included in

3991(or omitted from) any of the addenda within 72 hours after th eir

4004issuance.

4005E. Department's Review of the Bids

401174. The bids submitted by Petitioner and Intervenor were

4020both determined to be responsive.

402575. Intervenor's bid of $149,898,506.15 was the lowest

4035bid.

403676. Petitioner's bid of $149,959,420.22 was the next

4046lowest bid. It was approximately $61,000 (or 0.041 percent)

4056more than Intervenor's bid.

406077. The Department has a policy -- Section 3.3 of Policy No.

4072600 - 010 - 001 - d (effective February 14, 2001) -- which requires that

4087before an award can be made based upon th e apparent low bid, the

4101bid must be reviewed to ensure that it is not "materially

4112unbalanced." FHWA policy is in accord.

411878. The primary purpose of this review is to determine

4128whether there is a quantity error in the bid documents that the

4140apparent low b idder is exploiting to the State's detriment or to

4152the detriment of the competitive bidding process.

415979. There are two types of unbalanced bids, a

4168mathematically unbalanced bid and a materially unbalanced bid.

4176As described by the FHWA policy, which is in accord with the

4188Department's policy and the testimony of the Department

4196witnesses at the hearing,

4200[a] mathematically unbalanced bid is

4205structured on the basis of a nominal price

4213submitted for some work and inflated prices

4220for other work. There is no p rohibition

4228against a contractor submitting a

4233mathematically unbalanced bid.

4236A material unbalanced bid, however, exists

4242if there is a reasonable doubt that the

4250award to the bidder submitting the

4256mathematically unbalanced bid will result in

4262the lowest ult imate cost to the Government

4270or have a detrimental effect on the

4277competitive bid process. A materially

4282unbalanced bid is unacceptable.

428680. The Department's unbalanced bid review is a two - step

4297process. The first step is to determine whether the bid is

4308m athematically unbalanced. The second step is to determine

4317whether a mathematically unbalanced bid is materially

4324unbalanced.

432581. The Department utilizes a computer program in the

4334first step of the process to determine whether a bid is

4345mathematically unbala nced. The computer compares the unit cost

4354bid for each item to a pre - determined estimated price for that

4367item. The computer "flags" any items for which the bid price is

4379materially different from the estimated price. If any items are

4389flagged, the bid is considered to be mathematically unbalanced.

439882. Then, in the second step of the process, a Department

4409estimator compares the quantity for the flagged unit item(s) in

4419the bid documents with the "correct" quantity for the item(s)

4429based upon a take - off from the plans. Based upon that

4441comparison, the estimator determines whether the mathematical

4448unbalance will result in a material cost overrun, a change in

4459the low bidder, or otherwise be contrary to competition. If so,

4470the bid is deemed to be materially unb alanced; otherwise, the

4481bid is accepted.

448483. This process is more formally described in Department

4493Policy No. 600 - 010 - 001 - d as follows:

45043.3 Post - letting Procedures

4509* * *

4512(d) [A]s soon as the Bid verses Estimate

4520(SAS) Report has been generated, a list of

4528mathematically unbalanced bid items is sent

4534to the District Design Project Manager

4540(Central Office only). They review the

4546computation book and check the quantities of

4553items for possible overruns and/or

4558underruns. If the quantity is found to be

4566i n error, the Project Manager calculates the

4574correct quantity and faxes the list back to

4582the estimator. The estimator then

4587calculates the effects of the

4592overrun/underruns by multiplying each

4596contractor's unit bid by the overrun amount.

4603The overrun amount is added back to each

4611contractor's total bid. If there is an

4618underrun, the amount is subtracted from each

4625contractor's total bid. If this adjustment

4631causes the low bidder's total to become

4638larger than another contractor's total, a

4644switch in low bidders h ave [sic] occurred,

4652which is a materially unbalanced bid. The

4659project must not be awarded to the original

4667low bidder. The lowest adjusted bid will

4674then be considered the low bidder and award

4682will be made accordingly.

4686(e) As soon as the bids have been loaded

4695into the system by the Contracts

4701Administration Offices, the low bid verses

4707estimate (SAS) report can then be generated

4714(Central Office only). This is followed by

4721the Unbalanced Bid Item report. The

4727Unbalanced Bid Item program utilizes a bell

4734cur ve distribution that develops a

4740statistical average unit price (Average 2).

4746The program then establishes a range of

4753acceptable prices to which the contractor's

4759prices are compared. If this comparison is

4766above or below a defined window (range), it

4774is flag ged by the program. This flag

4782basically means to check the quantity on the

4790mathematical unbalanced bid items for

4795possible quantity overruns and/or underruns.

4800The flag could also indicate the pay item

4808was not needed when a contractor bids a

4816small unit pri ce on an item. . . .

4826(Emphasis in original.)

482984. The computer program flagged four items which were

4838mathematically unbalanced in Intervenor's bid. After review,

4845none of those items resulted in Intervenor's bid being declared

4855materially unbalanced.

485785. The computer program did not flag the noise wall item

4868as being mathematically unbalanced. That means that the $600

4877per m 2 bid by Intervenor for the noise wall was not materially

4890different from the estimated cost for that item.

489886. Because the noise wall item was not flagged, the

4908Department was not required (or allowed) under the policy quoted

4918above to proceed to the next step to determine whether there was

4930any material unbalance on that item.

493687. Had the noise wall item been flagged as being

4946mathematic ally unbalanced, the Department would have used the

"4955final quantity" from Mr. Szatynski's April 21, 2003, e - mail in

4967evaluating whether Intervenor's bid was materially unbalanced.

4974That evaluation would have resulted in Intervenor's bid no

4983longer being the lowest bid, and under Section 3.3(d) of

4993Department Policy No. 600 - 010 - 001 - d (and the FHWA policy), the

5008contract for the Project would not have been awarded to

5018Intervenor. Instead, the contract would have been awarded to

5027Petitioner if its bid "passed" the unbalanced review.

503588. If the Department used the 3,894 m 2 estimated quantity

5047for the noise wall instead of the 1,453 m 2 , Petitioner's bid

5060amount would be $151,301,970.22 and Intervenor's bid amount

5070would be $151,363,106.15. 3 As a result, Petitioner woul d become

5083the lowest bidder by approximately $61,000.

509089. Petitioner informed the Department of these figures on

5099May 20, 2003. Thus, at the time that the Department issued the

5111notice of intent to award the contract to Intervenor, it was not

5123only aware of the "correct" estimated quantity for the noise

5133wall, but it was also aware that Intervenor would not be the

5145lowest bidder if the "correct" quantity were used.

515390. The Project has a built - in cost overrun of

5164approximately $1.5 million ( i.e. , the differenc e between

5173Intervenor's bid based upon the 1,453 m 2 estimate and its

"5185corrected" bid based upon the 3,894 m 2 estimate) because under

5197Section 2 - 3 of the Standard Specifications, payment for the

5208noise wall will be based upon the size of the wall that is

5221actua lly built and because the 3,894 m 2 more accurately reflects

5234the size of the wall than does the original 1,453 m 2 estimate.

5248F. Proposed Award to Intervenor

5253and Petitioner's Protest

525691. On May 22, 2003, the Department posted notice of its

5267intent to award the contract for the Project to Intervenor.

527792. Petitioner's Protest was timely filed in relation to

5286that notice.

5288CONCLUSIONS OF LAW

5291A. Jurisdiction

529393. The Division has jurisdiction over the parties to and

5303subject matter of this proceeding pursuant t o Sections 120.569,

5313120.57(1), and 120.57(3).

5316B. Is This Actually a Specification Protest?

532394. The Department and Intervenor argue that the Protest

5332must be dismissed in its entirety because it is actually an

5343untimely protest to the specifications in t he bid documents.

535395. The statutory language relevant to this argument is in

5363Section 120.57(3)(b), which provides in pertinent part:

5370With respect to a protest of the terms,

5378conditions, and specifications contained in

5383a solicitation, including any provision s

5389governing the methods for ranking bids,

5395proposals, or replies, awarding contracts,

5400reserving rights of further negotiation, or

5406modifying or amending any contract, the

5412notice of protest shall be filed in writing

5420within 72 hours after the posting of the

5428so licitation. The formal written protest

5434shall be filed within 10 days after the date

5443the notice of protest is filed. Failure to

5451file a notice of protest or failure to file

5460a formal written protest shall constitute a

5467waiver of proceedings under this chapte r.

547496. It is undisputed that neither Petitioner, nor any

5483other prospective bidder, filed a specification protest at any

5492point during the pre - bid phase. Therefore, if Petitioner's

5502Protest is actually a specification protest, it is untimely and

5512must be dis missed. See Section 120.57(3)(b); Capeletti

5520Brothers, Inc. v. Department of Transportation , 499 So. 2d 855,

5530857 (Fla. 1st DCA 1986) ("A failure to file a timely protest [of

5544the plans and specifications for the project] constitutes a

5553waiver of chapter 120 proceedings.").

555997. The crux of the Department's and Intervenor's argument

5568on this issue is that the estimated quantity for the noise wall

5580of 1,453 m 2 in the bid documents never changed and, because

5593Petitioner did not challenge that quantity through a

5601spec ification protest, it is barred from doing so now. This

5612argument is correct as far as it goes.

562098. The evidence establishes that the estimated quantity

5628for the noise wall in the bid documents, although clearly

5638incorrect, was not changed prior to the Depar tment's receipt of

5649bids. Moreover, the evidence establishes that Petitioner was

5657expressly told by the Department prior to the bid submittal

5667deadline that the quantity was not going to be changed. Despite

5678such notice, Petitioner did not file a specificati on protest.

568899. Petitioner argues that it was not required to file a

5699specification protest because "the only purpose to be served by

5709a bid specification challenge, bringing a specification error to

5718the agency's attention and affording it an opportunity to

5727correct that error, was accomplished throughout the necessity of

5736a formal administrative challenge." Petitioner's PRO at 16.

5744Contrary to Petitioner's argument, the purpose of a bid

5753solicitation protest is not just to afford the agency an

5763opportunity to c orrect the error, it is to get the error

5775corrected. See Capeletti Brothers , 499 So. 2d at 857 ("[T]he

5786purpose of a bid solicitation protest provision is . . . to

5798correct or clarify plans and specifications prior to accepting

5807bids."). Petitioner was clear ly on notice after Ms. Driskell

5818spoke with Mr. Wittmann on April 28, 2003, that no change was

5830going to be made to the estimated quantity for the noise wall

5842despite the Department's prior acknowledgement that there was an

5851error. At that point (if not befor e), Petitioner could have

5862brought a bid solicitation protest to force the Department to

5872correct the error, but it failed to do so. 4

5882100. Petitioner's argument that the Department should

5889nevertheless change the noise wall quantity estimate post - bid

5899and awa rd the contract based upon the "correct" noise wall

5910quantity of 3,894 m 2 is jurisdictionally foreclosed. See

5920Capeletti Brothers , 499 So. 2d at 857; Vila & Son Landscaping

5931Corporation v. Department of Transportation , Case

5937No. 93 - 4556BID, 1993 WL 94 4007, at *5 (DOAH October 22, 1993);

5951State Paving Corporation v. Department of Transportation , Case

5959No. 87 - 3848, 1987 WL 488156, at *4 (DOAH October 1, 1987).

5972101. This determination does not warrant dismissal of the

5981Protest in its entirety because the Pr otest alternatively argues

5991that the proposed contract award to Intervenor is contrary to

6001the Department's governing statutes, policies, and the proposal

6009specifications. Even though those arguments also implicate the

6017erroneous noise wall quantity estimate, those arguments are not

6026jurisdictionally foreclosed and are addressed below.

6032C. Does Petitioner's Protest to the

6038Department's Proposed Award Have Merit?

6043102. The nature and scope of a protest to the proposed

6054contract award is prescribed by Section 12 0.57(3)(f), which

6063provides in pertinent part:

6067In a competitive - procurement protest, other

6074than a rejection of all bids, the

6081administrative law judge shall conduct a de

6088novo proceeding to determine whether the

6094agency's proposed action is contrary to the

6101age ncy's governing statutes, the agency's

6107rules or policies, or the bid or proposal

6115specifications. The standard of proof for

6121such proceedings shall be whether the

6127proposed agency action was clearly

6132erroneous, contrary to competition,

6136arbitrary, or capriciou s.

6140103. This statutory language was parsed and critically

6148analyzed by Administrative Law Judge John G. Van Laningham in

6158his Recommended Order in Syslogic Technology Services,

6165Inc. v. South Florida Water Management District , Case

6173No. 01 - 4385BID, 2002 WL 76312 (DOAH January 18, 2002). The

6185pertinent portions of that analysis, with which the undersigned

6194agrees, provide:

619645. As the statute says, the ultimate

6203issue is "whether the agency's proposed

6209action is contrary to the agency's governing

6216statutes, the agency's rules or policies, or

6223the bid or proposal specifications." This

6229could be construed as a standard of review,

6237which might be distilled into: whether the

6244agency erred in applying a governing

6250principle. Such a review would be akin to

6258an appella te court's evaluation of a lower

6266tribunal's legal conclusions. Ordinarily,

6270of course, legal conclusions are decided

6276independently (or de novo) by the reviewing

6283court, with little deference paid to the

6290trial judge. [citations omitted]

629446. The next sen tence, however, which

6301describes the "standard of proof," renders

6307the foregoing interpretation untenable, for

6312reasons that will become clear. But first:

6319it is an impediment to applying the statute

6327that of the several standards ushered in by

6335words "standar d of proof," none is a known

"6344standard of proof."

634747. As commonly used in legal discourse,

6354the term "standard of proof" signifies the

6361nature, quality, and quantity of evidence

6367with which the proponent of an allegation

6374(or the one who bears the burden o f proof)

6384must come forward in order to establish that

6392allegation. The widely - recognized standards

6398of proof are: preponderance (or greater

6404weight) of the evidence, clear and

6410convincing evidence, and proof beyond a

6416reasonable doubt. [citations omitted]. It

6421is highly unlikely that the legislature

6427intended to change the standard of proof in

6435bid protests, from "preponderance of the

6441evidence," see Section 120.57(1)(j), Florida

6446Statutes, to a new and unfamiliar standard.

645348. Instead, a reasonable interpret ation

6459of "standard of proof" as used in Section

6467120.57(3)(f) is that the term means standard

6474of review . This is because, while the

"6482standard of proof" sentence fails to

6488mention a single common standard of proof,

6495it does articulate two accepted standards o f

6503review: the "clearly erroneous" and abuse

6509of discretion (= "arbitrary, or capricious")

6516standards. (The "contrary to competition"

6521standard —— whether it be a standard of proof

6530or standard of review —— is unique to bid

6539protests.) Construing "standard of pro of"

6545to mean "standard of review" makes the

6552sentence make sense. 8

6556[Endnote 8. The legislature's use

6561of the term "standard of review"

6567in the very next sentence of the

6574statute, which deals with protests

6579contesting a rejection of bids,

6584has not been overlooke d. While

6590ordinarily it would be presumed

6595that the legislature, having

6599chosen to use different terms in

6605the same statute, must have

6610intended that each separate term

6615convey a distinct meaning, the

6620ordinary presumption simply does

6624not work here. The legisla ture

6630could not reasonably have intended

6635that a protester establish its

6640case by "clearly erroneous"

6644evidence, or by proof that is

"6650contrary to competition."]

665449. It also sheds light on the "de novo

6663proceeding" sentence. If the "standard of

6669proof" sente nce describes the standard of

6676review (as reasonably it must), then

6682logically the "de novo proceeding" sentence

6688must not prescribe the standard of review,

6695because the legislature presumably would not

6701have done so twice, differently. Moreover,

6707the "standard of proof" sentence plainly

6713manifests an intent that the agency's

6719proposed action be accorded a measure of

6726deference that is inconsistent with a de

6733novo review for error, which would seem to

6741be the standard of review if the "de novo

6750proceeding" sentence we re construed to

6756articulate one. By framing the ultimate

6762issue as being "whether the agency's

6768proposed action is contrary to the agency's

6775governing statutes, the agency's rules or

6781policies, or the bid or proposal

6787specifications," it is probable that the

6793le gislature, rather than describing a

6799standard of review, intended to establish a

6806standard of conduct for the agency. The

6813standard is: In soliciting and accepting

6819bids or proposals, the agency must obey its

6827governing statutes, rules, and the project

6833specif ications. If the agency breaches this

6840standard of conduct, its proposed action is

6847subject to (recommended) reversal by the

6853administrative law judge in a protest

6859proceeding.

686050. Applying the above interpretations,

6865it is concluded that the party protest ing

6873the intended award must identify and prove,

6880by the greater weight of evidence, a

6887specific instance or instances where the

6893agency's conduct in taking its proposed

6899action was either:

6902(a) contrary to the agency's governing

6908statutes;

6909(b) contrary to the agency's rules or

6916policies; or

6918(c) contrary to the bid or proposal

6925specifications.

6926It is not sufficient, however, for the

6933protester to prove merely that the agency

6940violated the general standard of conduct.

6946By virtue of the applicable standard s of

6954review, the protester must in addition

6960establish that the agency's misstep was:

6966(a) clearly erroneous;

6969(b) contrary to competition; or

6974(c) an abuse of discretion.

6979Id. , 2002 WL 76312 at **8 - 10 (Emphasis in original). See also

6992State Contract ing & Engineering Corporation v. Department of

7001Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA 1998) (noting

7012that the object of a bid protest proceeding is to " evaluate the

7024action taken by the agency" in accordance with the standards set

7035forth in Secti on 120.57(3)(f)) .

7041104. Petitioner first argues that the Department's

7048proposed award of the contract to Intervenor is contrary to

7058Section 337.11(2). That statute requires the Department to

"7066ensure that all project descriptions, including design plans,

7074ar e complete, accurate, and up to date prior to the

7085advertisement for bids on such projects." (Emphasis supplied.)

7093105. Although Section 337.11(2) might have provided a

7101basis for a solicitation protest directed at the erroneous

7110estimated quantity for the noise wall once it became apparent

7120that the Department did not intend to correct that error through

7131an addendum, the statute does not impose a continuing obligation

7141on the Department to unilaterally correct errors in the bid

7151documents after the Project ha s been advertised. Accordingly,

7160Section 337.11(2) does not provide a basis upon which to

7170challenge the Department's intended award of a contract made

7179pursuant to the bid documents, even if an item in those

7190documents is shown to be inaccurate, as it was he re.

7201106. This construction of Section 337.11(2) is consistent

7209with Capeletti Brothers and its progeny which hold that

7218challenges to the specifications must be timely raised during

7227the pre - bid phase or they are waived. This construction of the

7240statute a lso preserves the integrity of the competitive bidding

7250process by prohibiting after - the - fact challenges to the

7261specifications in the bid documents.

7266107. Petitioner next argues that the Department's proposed

7274award of the contract to Intervenor is contrary to the

7284Department's policy of rejecting materially unbalanced bids.

7291Petitioner failed to meet its burden of proof on this issue

7302because the evidence establishes that the Department followed

7310its policy governing the review of bids for unbalancing in this

7321case. 5 In this regard, because Intervenor's bid was not

7331determined to be mathematically unbalanced with respect to the

7340noise wall item, the policy did not require (or even allow) the

7352Department to determine whether Intervenor's bid was materially

7360unbalanc ed on that item. Cf. Vila & Son , supra (discussing the

7372Department's unbalanced bid review process and post - bid changes

7382made in circumstance involving mathematically unbalanced bid

7389items). Indeed, had the Department deviated from the procedures

7398set forth in the unbalanced bid policy and declared Intervenor's

7408bid materially unbalanced by using the "correct" quantity for

7417the noise wall item, even though that item was not "flagged" by

7429the computer, its action would have been subject to challenge by

7440Intervenor as being contrary to the Department's written policy.

7449108. Finally, Petitioner argues that the Department's

7456intended award of the contract to Intervenor is contrary to the

7467bid specifications. Petitioner failed to meet its burden of

7476proof on this issue. The evidence establishes that the

7485estimated quantity for the noise wall was never changed from

74951,453 m 2 and that, consistent with Sections 2 - 3 and 3 - 1 of the

7513Standard Specifications, the Department's proposed award to

7520Intervenor was based upon that figur e. The evidence further

7530establishes that Petitioner's representative was expressly told

7537prior to the bid submittal deadline that the noise wall quantity

7548estimate was not going to be changed and Petitioner subsequently

7558submitted its bid based upon the nois e wall quantity estimate of

75701,453 m 2 . And cf. Capeletti Brothers v. Department of General

7583Services , 432 So. 2d 1359 (Fla. 1st DCA 1983)(affirming contract

7593award to lowest bidder even though bid specifications contained

7602a known and acknowledged error regar ding the ownership of the

7613access road to the construction site).

7619109. Because Petitioner failed to prove that the

7627Department's intended award of the contract to Intervenor is

7636contrary to statute, Department policy, or the bid

7644specifications, it is unnece ssary to determine whether any such

"7654misstep" was clearly erroneous, contrary to competition, or an

7663abuse of discretion. See Syslogic Technology Services , 2002 WL

767276312 at *10 (second paragraph in Paragraph 50).

7680RECOMMENDATION

7681Based upon the foregoing Findings of Fact and Conclusions

7690of Law, it is

7694RECOMMENDED that the Department of Transportation issue a

7702final order which denies the formal written protest filed by

7712Petitioner and awards the contract for the Project to

7721Intervenor.

7722DONE AND ENTERED this 25 th day of August, 2003, in

7733Tallahassee, Leon County, Florida.

7737S

7738T. KENT WETHERELL, II

7742Administrative Law Judge

7745Division of Administrative Hearings

7749The DeSoto Building

77521230 Apalachee Parkway

7755Tallahassee, Florida 32399 - 306 0

7761(850) 488 - 9675 SUNCOM 278 - 9675

7769Fax Filing (850) 921 - 6847

7775www.doah.state.fl.us

7776Filed with the Clerk of the

7782Division of Administrative Hearings

7786this 25th day of August, 2003.

7792ENDNOTES

77931/ Unless the context indicates otherwise, all references in

7802this Recommended Order to "bid documents" includes the Notice,

7811the plans and specifications for the Project, the proposal

7820form/bid blank, and the five addenda issued by the Department.

78302/ Section 1 - 3 of the Standard Specifications defines "major

7841item of work" as an item of work whose value is more than five

7855percent of the contract price. Here, the five percent threshold

7865is approximately $7.5 million.

78693/ These amounts are computed as follows:

7876Petitioner Intervenor

7878Original Bid $149,959,420.22 $1 49,898,506.15

7887Less: Noise Wall

7890@ 1,453 m 2 ( 799,150.00) ( 871,800.00)

7901Plus: Noise Wall

7904@ 3,894 m 2 2,141,700.00 2,336,400.00

"7915Corrected" Bid $151,301,970.22 $151,363,106.15

7923For Petitioner, the noise wall figures were computed by

7932mu ltiplying 1,453 m 2 and 3,894 m 2 by the $550 per m 2 bid by

7951Petitioner, and for Intervenor, the noise wall figures were

7960computed by multiplying 1,453 m 2 and 3,894 m 2 by the $600 per m 2

7978bid by Intervenor.

79814/ The undersigned is mindful that Section 120.57(3) (b)

7990requires a solicitation protest to be filed within 72 hours

8000after "posting of the solicitation" which, in this case,

8009occurred on February 28, 2003, when the Notice was issued.

8019However, under the circumstances of this case, the 72 - hour

8030period to file a specification protest (or at least a protest

8041directed to the error in the noise wall quantity) could not have

8053commenced on that date because the bidders did not yet have the

8065plans for the Project which provided the graphical information

8074from which the err or could be determined through a take - off

8087calculation. Moreover, under the circumstances of this case,

8095the Department would have been hard - pressed not to consider a

8107specification protest had one been filed by Petitioner within

811672 hours after Ms. Driskell finally informed Mr. Wittmann on

8126April 28, 2003, that despite their earlier conversations, the

8135Department did not intend to change the estimated quantity for

8145the noise wall. Ultimately, however, this is simply an academic

8155exercise since Petitioner did not file a specification protest

8164at any point in the process.

81705/ There is some merit to Petitioner's argument that the

8180Department's policy makes no sense under the circumstances of

8189this case since the primary purpose of an unbalanced bid review

8200is to determ ine whether there is a quantity error in the bid

8213documents that the bidder is exploiting to the State's detriment

8223or to the detriment of the competitive bidding process. Here,

8233the Department was aware at the time the bids were received of

8245the error in the estimated quantity for the noise wall, as well

8257as the cost overrun that the error would cause, and it was

8269informed prior to noticing its proposed award of the contract to

8280Intervenor that use of the "correct" estimated quantity would

8289result in a change in low bidders. Nevertheless, the scope of

8300review in this proceeding is limited to determining whether the

8310Department followed its policy, as written , in awarding the

8319contract, which it did.

8323COPIES FURNISHED :

8326Robert C. Downie, II, Esquire

8331Department of Tr ansportation

8335Haydon Burns Building, Mail Station 58

8341605 Suwannee Street

8344Tallahassee, Florida 32399 - 0458

8349Christopher T. McRae, Esquire

8353McRae & Metcalf, P.A.

83571677 Mahan Center Boulevard

8361Tallahassee, Florida 32312

8364William E. Williams, Esquire

8368J. Andrew Be rtron, Jr., Esquire

8374Huey, Guilday, Tucker, Schwartz

8378and Williams, P.A.

83811983 Centre Point Boulevard, Suite 200

8387Post Office 12500

8390Tallahassee, Florida 32317 - 2500

8395James C. Myers, Clerk of Agency Proceedings

8402Department of Transportation

8405Haydon Burns Buildi ng, Mail Station 58

8412605 Suwannee Street

8415Tallahassee, Florida 32399 - 0450

8420Pamela Leslie, General Counsel

8424Department of Transportation

8427Haydon Burns Building, Mail Station 58

8433605 Suwannee Street

8436Tallahassee, Florida 32399 - 0450

8441NOTICE OF RIGHT TO SUBM IT EXCEPTIONS

8448All parties have the right to submit written exceptions within

845810 days from the date of this Recommended Order. Any exceptions

8469to this Recommended Order should be filed with the agency that

8480will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 09/24/2003
Proceedings: Final Order filed.
PDF:
Date: 09/23/2003
Proceedings: Agency Final Order
PDF:
Date: 09/04/2003
Proceedings: Department and Intervenor`s Exceptions to Recommended Order filed.
PDF:
Date: 08/25/2003
Proceedings: Recommended Order
PDF:
Date: 08/25/2003
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 08/25/2003
Proceedings: Recommended Order (hearing held July 28, 2003). CASE CLOSED.
PDF:
Date: 08/15/2003
Proceedings: Joint Closing Argument and Request for Relief (filed by J. Holloway via facsimile).
PDF:
Date: 08/14/2003
Proceedings: Respondent and Intervenor`s Proposed Recommended Order (filed via facsimile).
PDF:
Date: 08/14/2003
Proceedings: Petitioner`s Proposed Recommended Order filed.
Date: 08/04/2003
Proceedings: Transcript (2 Volumes) filed.
Date: 07/28/2003
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 07/25/2003
Proceedings: Pre-hearing Stipulation filed by C. McRae.
PDF:
Date: 07/23/2003
Proceedings: Notice of Continuation of Deposition (T. Driskel) filed.
PDF:
Date: 07/23/2003
Proceedings: Gilbert Southern`s Responses to Granite`s First Request to Produce filed.
PDF:
Date: 07/23/2003
Proceedings: Gilbert Southern`s Responses to Granite`s First Set of Interrogatories filed.
PDF:
Date: 07/17/2003
Proceedings: Amended Notice of Taking Deposition Duces Tecum of Agency Representative filed.
PDF:
Date: 07/17/2003
Proceedings: Amended Notice of Taking Deposition Duces Tecum (R. Frank and B. McKishnie) filed.
PDF:
Date: 07/17/2003
Proceedings: Order Granting Continuance and Re-scheduling Hearing (hearing set for July 28 and 29, 2003; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 07/17/2003
Proceedings: Letter to Judge Wetherell from C. McRae enclosing agreed dates to continue for the final hearing (filed via facsimile).
PDF:
Date: 07/15/2003
Proceedings: Petitioner`s Certificate of Serving First Set of Interrogatories to Intervenor filed.
PDF:
Date: 07/15/2003
Proceedings: Petitioner`s First Request for Production of Documents from Intervenor Gilbert Southern Corporation filed.
PDF:
Date: 07/15/2003
Proceedings: Petitioner`s Response to Intervenor`s First Request for Admissions filed.
PDF:
Date: 07/15/2003
Proceedings: Amended Notice of Hearing (hearing set for July 23 and 24, 2003; 9:00 a.m.; Tallahassee, FL, amended as to date).
PDF:
Date: 07/15/2003
Proceedings: Notice of Taking Deposition Duces Tecum (G. Davis, B. McKishnie and R. Frank) filed.
PDF:
Date: 07/14/2003
Proceedings: Letter to Judge Wetherell from W. Willams enclosing agreed dates available for hearing (filed via facsimile).
PDF:
Date: 07/14/2003
Proceedings: Respondent, Department of Transportation`s, Response to Request for Production (filed via facsimile).
PDF:
Date: 07/14/2003
Proceedings: Department Notice of Answering Granite`s First Set of Interrogatories (filed via facsimile).
PDF:
Date: 07/11/2003
Proceedings: Notice of Service Petitioner`s Answers to Respondent`s Second Set of Interrogatories filed.
PDF:
Date: 07/11/2003
Proceedings: Petitioner`s Response to Respondent`s First Request for Production of Documents filed.
PDF:
Date: 07/11/2003
Proceedings: Petitioner`s Response to Respondent`s First Request for Admissions filed.
PDF:
Date: 07/11/2003
Proceedings: Notice of Service of Petitioner`s Answers to Respondent`s First Set of Interrogatories filed.
PDF:
Date: 07/11/2003
Proceedings: Order Denying Motions to Dismiss or to Relinquish Jurisdiction.
PDF:
Date: 07/10/2003
Proceedings: Intervenor`s First Request for Admissions (filed via facsimile).
PDF:
Date: 07/10/2003
Proceedings: Joint Reply to Petitioner`s Opposition to Motion to Dismiss (filed by C. McRae via facsimile).
PDF:
Date: 07/09/2003
Proceedings: Notice of Taking Deposition Duces Tecum of Agency Representative filed.
PDF:
Date: 07/09/2003
Proceedings: Notice of Taking Deposition Duces Tecum (R. Szatynski and T. Driskel) filed.
PDF:
Date: 07/08/2003
Proceedings: Petitioner`s Response in Opposition to Respondent and Intervenor`s Motion to Dismiss or, in the Alternative Request for Informal Hearing filed.
PDF:
Date: 07/03/2003
Proceedings: Notice of Serving Department`s Second Set of Interrogatories (filed via facsimile).
PDF:
Date: 07/02/2003
Proceedings: Respondent`s First Request for Admissions to Petitioner (filed via facsimile).
PDF:
Date: 07/02/2003
Proceedings: Department`s First Request for Production of Documents (filed via facsimile).
PDF:
Date: 07/02/2003
Proceedings: Notice of Serving Department`s First Set of Interrogatories (filed via facsimile).
PDF:
Date: 07/01/2003
Proceedings: Petitioner`s First Request for Production of Documents from Respondent filed.
PDF:
Date: 07/01/2003
Proceedings: Petitioner`s Certificate of Serving First Set of Interrogatories to Respondent filed.
PDF:
Date: 06/30/2003
Proceedings: Order Granting Petition to Intervene. (Intervenor, Gilbert Southern Corporation)
PDF:
Date: 06/30/2003
Proceedings: Notice of Hearing (hearing set for July 22 and 23, 2003; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 06/30/2003
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 06/30/2003
Proceedings: Motion to Dismiss, or in the Alternative, Motion to Relinquish Jurisdiction (filed by Respondent via facsimile).
PDF:
Date: 06/25/2003
Proceedings: Motion to Dismiss or, in the Alternative, Request for Informal Hearing filed.
PDF:
Date: 06/25/2003
Proceedings: Petition to Intervene (Intervenor, Gilbert Southern Corp.) filed.
PDF:
Date: 06/25/2003
Proceedings: Procurement Protest Bond filed.
PDF:
Date: 06/25/2003
Proceedings: Notice of Appearance/Notice of Intent to Protest Procurement filed.
PDF:
Date: 06/25/2003
Proceedings: Formal Written Protest and Petition for Formal Administrative Proceeding filed.
PDF:
Date: 06/25/2003
Proceedings: Agency referral filed.

Case Information

Judge:
T. KENT WETHERELL, II
Date Filed:
06/25/2003
Date Assignment:
06/26/2003
Last Docket Entry:
09/24/2003
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Counsels

Related Florida Statute(s) (4):